Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

RAJKOT MUNICIPAL CORPORATION

SOLID WASTE MANAGEMENT DEPT.


e - Tender No.RMC/SWM/2022-23/13

Bid Documents For


Comprehensive Operation & Maintenance of whole system at transfer station site,
Raiya Dhar, Nr.Water Treatment Plant, Rajkot for the period of 2 years for Municipal
Solid Waste Management work including Transportation of Compacted MSW from
Transfer station to Nakarawadi Treatment/Landfill site.

The milestone dates of e-Tender are as under :


1 Download of e-tender documents Up to 15-11-2022, 16:00 hours
2 Pre-Bid Meeting Dt. 29-10-2022, 11:00 hours
3 Online submission of e-tender Up to 15-11-2022, 18:00 hours
Physical submission of EMD, tender fee
4 and Technical Bid documents by Speed Up to 19-11-2022, 18:00 hours
Post/R.P.A.D. /Courier only.

Verification and evaluation of technical bid


5 Up to 22-11-2022, 16:00 hours
documents (EMD, e-tender fee, etc.)

6 Opening of online Price Bid On or After 22-11-2022, 16:30 hours

For further particulars, visit us on rmc.nprocure.com

ENVIRONMENT ENGINEER
RAJKOT MUNICIPAL CORPORATION
SOLID WASTE MANAGEMENT DEPARTMENT
CENTRAL ZONE, DHEBARBHAI ROAD
RAJKOT - (GUJARAT) - 360001.

Page 1 of 43
RAJKOT MUNICIPAL CORPORATION
INFORMATION TO TENDERERS
1 TENDER NO: RMC/SWM/2022-23/13
LAST DATE OF ONLINE
2 As per Milestone Dates
TENDER SUBMISSION
Pre-bid meeting is scheduled on Dt.29/10/2022 at 11.00 hours in
the office of the Environment Engineer, Room No.3, 3rd Floor,
3 PRE-BID MEETING
Central Zone Office, “Ambedkar Bhavan“,
Dhebarbhai Road Rajkot-360002

DATE OF TENDER OPENING


3 As per Milestone Dates
(TECHNICAL BID OPENING)
Comprehensive Operation & Maintenance of whole system at
transfer station site, Raiya Dhar, Nr. Water Treatment Plant,
Rajkot for the period of 2 years for Municipal Solid Waste
4 NAME OF THE WORK
Management work including Transportation of Compacted
MSW from Transfer station to Nakarawadi Treatment/Landfill
site.
Rs. 15000/- Rs. Fifteen Thousand Only; to be submitted in
the form of D.D./P.O. in favour of Municipal Commissioner,
Rajkot of any Nationalized Bank/Schedule bank/Banks
TENDER FEES mentioned in RMC circular and payable at Rajkot To be
5
(NON REFUNDABLE) submitted to the Office of Environment Engineer, Solid
Waste Management Department, Third Floor, Room No. 03,
Rajkot Municipal Corporation, “Dr. Ambedkar Bhavan”, Nr.
S.T. Bus Stop, Dhebarbhai Road, Rajkot.
Rs. 20,79,405/- Rs. Twenty Lakhs Seventy Nine Thousand
Four Hundred Five Only; to be submitted in the form of
D.D./P.O. in favour of Municipal Commissioner, Rajkot of
any Nationalized Bank/Schedule bank/Banks mentioned in
6 E.M.D. RMC circular and payable at Rajkot; To be submitted to the,
Office of Environment Engineer, Solid Waste Management
Department, Third Floor, Room No. 03, Rajkot Municipal
Corporation, “Dr. Ambedkar Bhavan”, Nr. S.T. Bus Stop,
Dhebarbhai Road, Rajkot.
7 TIME LIMIT FOR SUPPLY As per Tender

8 GENERAL CONDITION As per tender documents.

As mentioned in tender. It will be released at the end of


9 SECURITY DEPOSIT
successful completion of the warranty period.
By Registered A.D. or Speed Post/Courier addressed to,
MODE OF SENDING THE Office of Environment Engineer, Solid Waste Management
10 TENDER / RELEVANT Department, Third Floor, Room No. 03, Rajkot Municipal
DOCUMENTS Corporation, “Dr. Ambedkar Bhavan”, Nr. S.T. Bus Stop,
Dhebarbhai Road, Rajkot.

Seal and Signature of the Bidder & Date: Environment Engineer


Rajkot Municipal Corporation

Page 2 of 43
RAJKOT MUNICIPAL CORPORATION
TENDER NOTICE

Tenders invited for Comprehensive Operation & Maintenance of whole system at


transfer station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period of
2 years for Municipal Solid Waste Management work including Transportation of
Compacted MSW from Transfer station to Nakarawadi Treatment/Landfill site.

Rajkot Municipal Corporation invites sealed tenders for Comprehensive Operation &
Maintenance of whole system at transfer station site, Raiya Dhar, Nr. Water
Treatment Plant, Rajkot for the period of 2 years for Municipal Solid Waste
Management work including Transportation of Compacted MSW from Transfer
station to Nakarawadi Treatment/Landfill site includes the items mentioned below:
Tenderer has to quote as per the Appendix-4

Sr.
Particular
No.
Comprehensive Operation & Maintenance of whole
system at transfer station site, Raiya Dhar, Nr. Water
Treatment Plant, Rajkot for the period of 2 years for
1 Job
Municipal Solid Waste Management work including
Transportation of Compacted MSW from Transfer
station to Nakarawadi Treatment/Landfill site.

Page 3 of 43
CITY SWM PROFILE
Rajkot Municipal Corporation provides a wide range of services such as water supply,
sewerage, storm water drains, roads, streetlights, solid waste management, health,
hospitals, dispensaries, maternity homes, medical colleges, fire brigade, etc., in the city
of Rajkot admeasuring approx 129.21 sq. km having a population of appx. over 15 Lac
people.
Rajkot Municipal Corporation’s administration has been decentralized into three zones
from where public services are being provided to the citizens at the doorstep. The
services of health, engineering and solid waste management are substantially
decentralized at the ward level.
The municipal administration is decentralized in three administrative zones. The work
of street sweeping and deposition of waste at the secondary waste storage depots and
transportation of waste from secondary storage depot to the treatment / disposal site is
looked after by respective zones under the supervision of Environment Engineers,
whereas the work of providing fleet of vehicles and its maintenance is looked after by
the SWM Department for the entire city. This SWM Department is headed by
Environment Engineer.
The city corporation generates about appx. 650 M. T. of waste per day. This quantity
varies during monsoon and winters. In monsoon, the quantity of waste touches the
mark of appx. 680 M. T. per day whereas in winter it goes down to about appx. 620
M.T. per day. Presently in three zone (West, Central and West zone) waste is
transported to Two Refuse Transfer Station and from there it is transported to
treatment plant/disposal site in compacted manner..

General Description of Transfer Station


In accordance to the SWM Rule-2016, this states that the Municipal Solid Waste is to be
stored and transported in covered containers and vehicle, RMC has managed the
collection and transportation system based upon Dumper Placers and other types
closed body vehicles. For Fast and efficient transportation of waste from various zones
RMC has initiated transfer station concept. Where the un compacted garbage carried
by smaller vehicles/Dumper placers and other vehicle is transferred into large capacity
vehicles, 2 locations in the City, RTS will be operated whereas the loose garbage being
transported by the smaller vehicles/DPs will be unloaded into a hopper through a
suitable size chute. The batches of measured volumetric capacity will be prepared in
hopper & compressed by electro hydraulically operated stationary compactor into the
container having 20 cum volumetric capacity.
Hook Loader Equipment mounted on the truck chassis lifts the filled container and
placed on the load body of the chassis at proper location. The chassis will carry this
container from Transfer Station to processing site/final disposal site. The hook mounted
on chassis will further use to unload and tilt the container so that it can be emptied,
loaded, and unloaded quickly and promptly. The empty container will have to be
shifted back to Transfer Station site and hook loader shall place the empty container for
next cycle of operation.
Page 4 of 43
INFRASTRUCTURE & UTILITIES TO BE PROVIDED BY THE CORPORATION
The successful contractors would be given place identified as Refuse Transfer station
site with related Vehicles and machineries (i.e. Stationary compactors, Hook Loaders
and Containers) for Comprehensive Operation & Maintenance of whole system at
transfer station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period of 2
years for Municipal Solid Waste Management work including Transportation of
Compacted MSW from Transfer station to Nakarawadi Treatment/Landfill site.

The corporation shall provide locations for parking, repair and maintaining the vehicles
and containers and for keeping the extra containers kept as standby at transfer station.
Necessary energy charges will be borne by RMC.
Corporation will provide water facility for washing the containers, vehicles, and
machineries periodically at transfer station. O & M contractor has to wash the vehicles
of transfer station after unloading of the garbage at least once a week. Necessary other
provision shall be carried out by contractor.
The corporation will provide a facility of two computerized weigh bridges. However
CCTV system will be provided and managed by the contractor under the supervision
of corporation staff to record the quantity of waste transported (to and fro) from the
transfer station on a day to day basis and shall provide an authenticated copy of record
to the contractor for his use. Weigh Bridges, CCTV system also will be covered under O
& M by contractor with their staff. The corporation shall provide suitable approach
roads for the vehicles to reach the transfer station site. The corporation shall provide
lighting facility at the transfer station site, which will be maintained by contractor
under O & M contract.
The corporation shall provide suitable office space in transfer station site to the
contractor to facilitate coordination and monitoring of the work being done with the
RMC departments. Necessary communication equipments like phone, Mobile phone,
Computer and related equipments etc shall be provided by the contractor at their own
cost.
Infrastructure to be provided at Raiya Dhar, Nr. Water Treatment Plant, Rajkot RTS
site is under;

Details of vehicles and Equipments provided for


Sr. Raiya Dhar, Nr. Water Treatment Plant
Zone
No. Stationary Hook loader 20 CMT
compactor vehicles Containers
West
1 (Raiya Dhar, Nr. Water 03 07 10
Treatment Plant)

Page 5 of 43
Design data (average) for transfer station

1- Proposed transfer station capacity 400 MT/ Day (appx)


2- Expected volume of garbage/vehicle: - 1 MT (appx)
4- Present tonnage of incoming garbage: - 317 MT/Day (Appx)
5- Operating hours of refuse transfer station: - 24 hours (or as per RMC
requirement)
6- Present peak hour time: - 8 a.m. to 8.00 pm
7- Present peak hour load: - 40-50 MT (appx)
8- Compacted garbage density required: - 0.7 - 0.8 T/cu.mt.
9- No. Of unloading bays:- 3 Pcs
10- Distance to landfill/processing plant & back: - Appx 46 Km (Appx)
11- Total traveling time of Hook Lift vehicle: - 1.5 to 2 Hrs. (Appx)
12- GVW of Hook Lift vehicle: - 25 MT. (Appx)
13- Stationary Compactor shall be of minimum capacity: 35 MT/HR

Note : RMC is planning to construct new 3rd Refuse Transfer Station. After operational
mode of that RTS expected volume of garbage of Raiya Dhar-RTS will be reduced.
Contractor will have to operate and maintain Whole RTS Systems with approved rate
as per terms and conditions.

Page 6 of 43
GENERAL DETAILS OF WORKS

N a m e o f w o r k : Comprehensive Operation & Maintenance of whole system at


transfer station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period of
2 years for Municipal Solid Waste Management work including Transportation of
Compacted MSW from Transfer station to Nakarawadi Treatment/Landfill site.

Tender Fee (Non refundable) As Per INFORMATION TO TENDERERS

Earnest Money Deposit (EMD) As Per INFORMATION TO TENDERERS

Submission of bid through e-Tendering only, ( O n l i n e p r i c e b i d i s


compulsory)
Address for submission of the tender documents:
Environment Engineer,
Rajkot Municipal Corporation, Solid Waste Management Department, Third
Floor, Room No. 03, “Dr. Ambedkar Bhavan”, Nr. S.T. Bus Stop, Dhebarbhai
Road, Rajkot.

Technical Bid Opening : As per Milestone Dates

Page 7 of 43
DOWNLOAD OF TENDER DOCUMENT
The tender document for these work are available on website https://rmc.nprocure.com
The bidder shall pay the Tender Fee to the Rajkot Municipal Corporation and shall
have to attach the Demand draft/Pay order issued by any Nationalized Bank/Schedule
bank/Banks, in favour of Municipal Commissioner, payable at Rajkot shall be
attached with the Prequalification Document.
EARNEST MONEY DEPOSIT
The aforesaid BID must be accompanied by the EARNEST MONEY DEPOSIT as
specified above. The Bid Security shall be in form of a crossed demand draft/pay orders
in favour of “The Municipal Commissioner; Rajkot Municipal Corporation of any
Nationalized Bank/Schedule bank/Banks and payable at Rajkot, shall be attached with
the Prequalification Document.
SUBMISSION OF TENDER
The completed Tender document (supporting documents, if any) shall be submitted at
the office address mentioned in tender where as price bid must be submitted through e
tendering (Online) only.
Tender supporting documents must be accompanied by EMD in the form of Demand
draft/Pay order of nationalized bank/Schedule bank only in favor of Municipal
Commissioner, Rajkot. The tenders not submitted in line with the tender clauses and
without Tender fee and EMD in the form specified will be out rightly rejected. The
Technical bid of only those bidders will be evaluated who have remitted tender fees
and submitted EMD.
OPENING OF TENDER
Bidders or their authorized representative who wish to participate in tender opening
can remain present on the due date and time. Price Bids/Financial bids of only those
bidders will be opened, who are successful in the preliminary (Tender fee, EMD) stage,
qualification Criteria and the Technical Evaluation. The date for price bid opening shall
be informed to the successful bidders at a later date after evaluation of technical bids.
Information for online participation
Internet site address for e-Tendering activities will be https://rmc.nprocure.com
Interested bidders can view detailed tender notice and download tender documents
from the above mentioned website.
Bidders who wish to participate in online tender have to register with the website
through the “New User Registration” link provided on the home page. Bidder will
create login id & password on their own in registration process.
Bidders who wish to participate in this tender need to procure Digital Certificate as per
Information Technology Act-2000 using that they can digitally sign their electronic
bids. Bidders can procure the same from any of the CCA approved certifying agencies,
or they may contact (n) code Solution at below mentioned address and they will assist
them in procuring the same. Bidders who already have a valid Digital Certificate need
Page 8 of 43
not to procure the same. In case bidders need any clarification regarding online
participation, they can contact.
M/S (n) code Solution 301, G.N.F.C. Info Tower, Near Grand Bhagwati Hotel, Rajkot
380015, India. Tel: +91 79 26857316 / +91 79 26857317/ Tel: +91 79 26857318
E-Mail:URL: https://rmc.nprocure.com.
Bidders who wish to participate in e-Tender need to fill data in predefined forms of
tender fee, EMD, PQ (Technical) or experience details and Price bid only.
Bidder should upload scan copies of reference documents in support of their eligibility
of the bid.
After filling data in predefined forms bidders need to click on final submission link to
submit their encrypted bid. Bidder should also submit Document Fees, EMD, Technical
bid document & Reference Documents in hard copy to the department.

Page 9 of 43
GENERAL INSTRUCTIONS

1. The cost of Bid document i.e. tender fees will not be refunded under any
circumstances.
2. EMD in the form specified in Bid document only shall be accepted.
3. The offer shall be valid for 120 days from the date of opening of Technical Bid.
4. Tender offers without tender fees, Earnest Money Deposit (EMD) and which do
not fulfill all or any of the condition or submitted incomplete in any respect will
be rejected.
5. Bidders shall submit necessary registration certificate like GST (if applicable),
P.F. Registration Certificate, ESIC Registration Certificate for execution of such
work (O & M) as per government rules along with tender document.
6. For O & M Contract Price will be as per the bid in the Price Bid and will be
inclusive of all expenses necessary for the continuance of the O & M services
under the contract, excluding GST. GST will be paid extra on bill amount if GST
applicable. Such expenses shall include but not restricted to payments to RTA,
Labour Authorities, Local and Municipal Authorities, Semi Govt., or any
charges, deposits, dues, taxes, fuel, oil, lubricants, levies, toll taxes, etc.,
connected with the service. The all-inclusive rate should be filled up in the
respective column. The O & M Contract Price shall be variable during entire
contract period, diesel price (Fuel Price) variation during the contract period will
be considered.
Rates quoted by tenderer shall be exclusive of GST and inclusive other terminal
or tax etc. as may be applicable and will be fixed for entire contract period. Only
fuel price variation/change will be applicable as per the condition and formula
given in the tender document.
On specific occasions, the corporation reserves the right to ask the contractor to
provide additional services. The Contractor is bound to provide the same at a
short notice of few hours. The rates for additional services requested by the
commissioner will be mutually agreed upon between the Contractor and the
commissioner.
7. If required tenderer may visit and at our above existing transfer station for
general idea of working and requirements of work, with permission.
Municipal Commissioner, Rajkot reserves the right to accept or reject any or all
tenders without assigning any reason thereof. This Tender notice shall form a
part of contract document. The tenderers are advised to read carefully the
“Instructions to Tenderers” and “Qualification Criteria” contained in the tender
documents.
8. The jurisdiction for this work shall be in Rajkot.

Seal and Signature of the Bidder & Date: Environment Engineer,


Rajkot Municipal Corporation

Page 10 of 43
INSTRUCTIONS TO TENDERERS

1.0 Rajkot Municipal Corporation invites tender for Comprehensive Operation &
Maintenance of whole system at transfer station site, Raiya Dhar, Nr. Water
Treatment Plant, Rajkot for the period of 2 years for Municipal Solid Waste
Management work including Transportation of Compacted MSW from
Transfer station to Nakarawadi Treatment/Landfill site.
2.0 West zone Refuse transfer station O & M work and their detailed scope of
work with conditions for comprehensive operation and maintenance
contract of are set out in Appendix 1. Interested and qualified parties, based
on qualification criteria set out in Appendix 2, are requested to submit
information about bidder and a single financial Quotation / price bid in a
manner prescribed in Appendix 3 & 4. (Online only)
3.0 At any time prior 24 hours to the last date and time of submission of Bids
RMC may, for any reason, whether at its own initiative or in response to
clarifications requested by any interested bidder, modify the TD, tender
due date etc by the issuance of Addenda (only on website). All interested
tenderer shall have to check the https://rmc.nprocure.com website.
4.0 The Bid shall remain valid for a period not less than 120 days from the date
of opening of tender i.e. technical bid (bid validity period). RMC reserves the
right to reject any Bid, which does not meet this requirement. In exceptional
circumstances, prior to expiry of the original Application Validity Period,
RMC may request Applicants to extend the Application Validity Period for a
specified additional period. Applicants not extending the Application
Validity Period when so requested would automatically be disqualified.
5.0 Earnest Money Deposit (EMD)
5.1 Each Bid shall be accompanied by EMD As per “INFORMATION TO
BIDDERS”
5.2 The EMD shall be in the form of a crossed demand draft/Pay Order in
favour of The Municipal Commissioner, Rajkot on any Nationalized
Bank/Schedule bank/Banks mentioned in RMC circular only, payable at
Rajkot.
5.3 The EMD shall be forfeited in the following cases:
(a) If the Tenderer withdraws its Bid during the interval between the Bid Due
Date and expiration of the Bid Validity Period.
(b) If the successful tenderer fails to provide the Performance Security within the
stipulated time or any extension thereof provided by RMC;

Page 11 of 43
6.0 Performance Security for O & M contract work
On award of contract, the successful bidder will have to produce an F.D.R. or
irrevocable Bank Guarantee of any Scheduled or Nationalized Bank of 5 % of
the supply cost of the work, towards the security deposit, in favour of Rajkot
Municipal Corporation, must be submitted in the S.W.M. Branch. In case of
F.D.R. submission, an agreement deed in favour of Rajkot Municipal
Corporation on the Stamp Paper of 4.90% of FDR amount must be submitted.
In case of Bank Guarantee submission, an agreement deed in favour of Rajkot
Municipal Corporation on the Stamp Paper of Rs.300/- must be submitted
and if the contractor fails to submit the agreement deed in the stipulated time
limit, the E.M.D. for this contract will be forfeited and the contractor will be
black listed for this work of RMC. This will be returned only after successful
completion of warranty period. Whereas separate O & M contract
Performance Security deposit which shall be submitted (as mentioned in
performance security conditions in detail) before start of actual O & M work,
which will be returned back on successful completion of O & M Contract
period.
7.0 Formats and Signing of Bid
7.1 The Tenderer would provide all the information as per this TD. RMC would
evaluate only those Bids that are received in the required format and are
complete in all respects. Each Bid shall comprise the following:
(a) Details of the Tenderer in the format set out in Appendix 3 – Online
(b) Qualification Criteria /Technical bid in the format set out in Appendix 2 price
bid for tender of Comprehensive Operation & Maintenance of whole system at
transfer station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the
period of 2 years for Municipal Solid Waste Management work including
Transportation of Compacted MSW from Transfer station to Nakarawadi
Treatment/Landfill site - Online only.
(c) Tender fee
(e) The Bidder shall duly sign all the sheets of the Tender Document submitted
in support of their online tender.
(f) EMD
7.2 The bidder shall seal the Tender fee, EMD and relevant Tender Document
submitted in support of their online tender in envelopes, which shall be
clearly marked as “Tender for Comprehensive Operation & Maintenance of
whole system at transfer station site, Raiya Dhar, Nr. Water Treatment Plant,
Rajkot for the period of 2 years for Municipal Solid Waste Management work
including Transportation of Compacted MSW from Transfer station to
Nakarawadi Treatment/Landfill site.
7.3 The Tender Document submitted in support of their online tender shall be
initialed by an authorized signatory of the Bidder or an Individual, as
applicable.
8.0 Sealing and Marking of Bid for submission of Physical Tender supporting
documents:

Page 12 of 43
8.1 The envelope for EMD-Tender fee and relevant supporting documents must
be super scribed with the following information:
(a) Name and Address of Tenderer
Name of work
8.2 If the envelope is not sealed and marked as instructed above, RMC assumes
no responsibility for the misplacement or premature opening of the contents
of the Bid submitted and such Bid, may, at the sole discretion of RMC, be
rejected.
Tender shall be submitted through E - tendering only. (On line price Bid is
compulsory)
9.0 Bid Due Date
9.1 Bids should be submitted Online as per milestone dates in the manner and
form as detailed in this PD. Bid submitted by hard copy (not as per format in
TD), facsimile transmission or telex or email or in person will not be accepted
and such tender/s will be rejected.
9.2 RMC may, in exceptional circumstances, and at its sole discretion, extend the
above Bid Due Date by issuing an Addendum.
10.0 Opening of Bids and Clarifications
10.1 Technical bid will be opened on As per Milestone dates. RMC would open
the Bids possibly on Bid Opening Date as mentioned above in the ‘General
Description of Work’ for the purpose of evaluation, if there is any change ,
same will be intimated to tenderer.
10.2 RMC reserves the right to reject any or all Bids not submitted on time and
which does not contain the information/documents as set out in Clause 8.
10.3 To facilitate evaluation of Bids, RMC may, at its sole discretion, seek
clarifications in writing from any Tenderer regarding its Bid.
11.0 Evaluation
11.1 As part of the evaluation, the Bids shall be checked for responsiveness with
the requirements of the TD and only those Bids, which are found to be
responsive, would be further evaluated in accordance with the criteria, set
out in this TD.
11.2 The Bid would be considered to be responsive if it meets the following
conditions:
(a) It is received /deemed to be received by the Bid Due Date including any
extension thereof.
(b) It is signed, sealed and marked as stipulated in Clause 8 and Clause 9.
(c) It contains all the information and documents as requested in the TD.
(d) It contains information in formats specified in this TD.
(e) It mentions the validity period as set out in Clause 5.
(f) It provides information in reasonable detail. (“Reasonable Detail” means that,
but for minor deviations, the information can be reviewed and evaluated by
RMC without communication with the Tenderer). RMC reserves the right to
determine whether the information has been provided in reasonable detail.
(g) There are no inconsistencies between the Bid and the supporting documents.
A Bid that is substantially responsive is one that conforms to the preceding

Page 13 of 43
requirements without material deviation or reservation. A material deviation
or reservation is one (i.) which affects in any substantial way, the scope,
quality, or performance of the project, or (ii.) which would affect unfairly the
competitive position of other Tenderers presenting substantially responsive
Bids.
11.3 RMC reserves the right to reject any Bid, if:
(a) If the tender is incomplete; or
(b) At any time, a material misrepresentation is made or discovered; or
(c) The Tenderer does not respond promptly and diligently to requests for
supplemental information required for the evaluation of the Bid.
11.4 In case the Bid is found to be responsive, the Bid would be evaluated in
accordance with the Qualification Criteria as set out in Appendix 2.
11.5 In case the Bid is found to be inadequate, RMC may request the Tenderer for
modifications to the Bid submitted. As part of the evaluation of the Bid, RMC
may also request the Tenderer to submit clarifications.
11.6 The Financial Quotations/ Bid of only those Tenderers, who meet the
Qualification Criteria, would be opened.
11.7 The Tenderer offering the lowest price for the Transfer Station Raiya Dhar,
Nr. Water Treatment Plant, Rajkot for Transportation of Compacted MSW
form Transfer station to Treatment/Landfill site including Comprehensive
Operation & Maintenance of whole system at transfer station site for the
period of 2 years for Municipal Solid Waste Management work.
11.8 RMC may either choose to accept the price of the Preferred Tenderer or invite
him for negotiations.
11.9 In case there are two or more Tenderers quoting the same price, RMC may in
such case call all such Tenderers for negotiations and select the Preferred
Tenderer on the outcome of the negotiations. The selection in such cases shall
be at the sole discretion of RMC.
12.0 In the event of acceptance of the Preferred Tenderer with or without
negotiations, RMC shall declare the Preferred Tenderer as the Successful
Tenderer. RMC will notify the Successful Tenderer through a Letter of Award
(LoA) that its Bid has been accepted.
13.0 Notwithstanding anything contained in this TD, Municipal Commissioner,
RMC reserves the right to accept or reject any quotation, or to annul the
bidding process or reject all quotations, at any time without any liability or
any obligation for such rejection or annulment, without assigning any reasons
thereof.
14.0 If any dispute arises about the contract or any terms of contract, Municipal
Commissioner, RMC shall be the sole arbitration and his decision would be
final and binding to all the parties.
15.0 The price escalation or variation clause will not be accepted. Tenderer has to
quote the total price, net including of all taxes & duties etc. Tenderer has to
quote per M.T. price percentage above/below/same as per table mentioned in
Appendix-4.

Page 14 of 43
16.0 The scope of work for Comprehensive Operation & Maintenance of whole
system at transfer station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot
for the period of 2 years for Municipal Solid Waste Management work
including Transportation of Compacted MSW from Transfer station to
Nakarawadi Treatment/Landfill site is given in Appendix-1, however bidder are
advice to personally visit the RMC, SWM Department and RTS site for better
understanding of requirement of RMC for O & M work.
17.0 EXTENSION FOR DELAY.
If the supply is delayed by:
a) Force Majeure.
b) Abnormally bad weather, or
c) Serious loss or damage by fire
OR
d) Civil commotion or strike or lock out of their principal workshop.
Any other cause which is beyond the contractor's control then upon the
happening of any such event causing delay, the contractor shall immediately
inform in writing to the Dy. M.C. (SWM) but at the same time his best
endeavors to make good the delay in providing services. The Dy. M.C (SWM)
in such event can take the final decision regarding the penalty for such cause.
18.0 PAYMENTS DUE FROM CONTRACTOR.
The Municipal Commissioner shall be entitled to recover costs, damages, or
expenses for which under the contract, the contractor is liable to the Rajkot
Municipal Corporation from any money due or becoming due to the
contractor under the contract or Municipal Commissioner will have the
liberty to recover the amount from the contractor.
19.0 Payment Terms: -
For Operation and Maintenance contract :
Every monthly against satisfactory work, as per certificates of various authorities
as mentioned in the tender.
20.0 The Municipal Commissioner, Rajkot Municipal Corporation reserves the
right to reject all or any of the tender including the lowest tender or part of
the tender which in the judgment of the Municipal Commissioner, Rajkot
Municipal Corporation does not appear to be in the best interest of Rajkot
Municipal Corporation and the contractor shall have no cause of action or
claim against the Rajkot Municipal Corporation, its officers, employees,
successors, or assignees for rejection of his tender
21.0 Tenderer has to submit all the relevant information likes;
Detailed client list to which such type of O & M Work by them.
Latest (Till 31.03.2022, if work is of continuous nature and running till date)
Performance certificates as per tender requirements.
Work experience.
22.0 Special Conditions
The tenderer must quote for complete job (O & M). The tenderer that does not
include the complete job as specified in schedule of tender (specification,
scope of work etc.) will be rejected.

Page 15 of 43
In existing RTS at Raiya Dhar following machineries/vehicles are supplied
and installed by TPS Infrastructure Ltd. which are in operation right now.
1. 7 Nos. Hook Loaders (Ashok Leyland)
Details of Vehicles:
Sr. No. Registration No.
1 GJ-03GA 0514
2 GJ-03GA 0722
3 GJ-03GA 0822
4 GJ-03GA 0913
5 GJ-03GA 0914
6 GJ-03GA 0933
7 GJ-03GA 1446

2. 3 Nos. Stationery Compactor Machines (Werner & Weber)


3. 10- Nos. 20 CuM. Containers. (TPS Infrastructure Ltd.)

RMC will provide above machineries and vehicles as where as basis conditions to
the tenderer. Tenderer will have to operate and maintain above machineries and
vehicles during contract period.

Agency will have to submit MoU with Supplier/Manufacturer of existing


machineries and vehicles for all support regarding service along with other
documents.

Contractor ’s Sign Environment Engineer


With seal Rajkot Municipal Corporation

Page 16 of 43
APPENDIX - 1
Comprehensive Operation & Maintenance of whole system at transfer station site,
Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period of 2 years for
Municipal Solid Waste Management work including Transportation of
Compacted MSW from Transfer station to Nakarawadi Treatment/Landfill site.
Force Majeure
Notwithstanding the provisions of tender, the Supplier shall not be liable for forfeiture
of its performance security, liquidated damages or termination for default, if and to the
extent that, its delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
SCOPE OF WORK FOR COMPREHENSIVE O & M WORK:
Tender for Comprehensive Operation & Maintenance of whole system at transfer
station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period of 2 years
for Municipal Solid Waste Management work including Transportation of
Compacted MSW from Transfer station to Nakarawadi Treatment/Landfill site as
per specification and conditions mentioned in the tender document. The contractor
shall have to commence the work within 15 days from the date of issuance of work
order &/or instructions from RMC. The O & M Contract will be for a period of 2
years from the date of commencement of work, subject to annual renewal as
mentioned in the document. The same can be extended for a further period of 1
(One Year) Year by the corporation and on the terms and conditions mutually
agreed upon in writing.
Every day contractor has to start working of all equipments in coordination with
RMC waste management activities like Door to door waste collection system,
Container lifting system, Truck, Tractor, refuse compactor based and all other
related waste management system of RMC. Waste coming at RTS site shall be
weighed and compacted in Stationary compactor system efficiently and shall be
transferred in Heavy duty containers of RTS and with the help of Hook loader/lifter
shall be transported to waste dump site/treatment plant located at Village
Nakarawadi, Tal. & Dist. Rajkot. All equipments, vehicles, machineries, civil work
infrastructure, light system, washing system, disinfectant system etc shall be
operated, maintained and keep in good working conditions on daily basis. All
necessary preventive and breakdown maintenance shall be carried out timely and
efficiently on daily basis for timely and effective work at RTS system.
Entire system shall be in working condition on timely and efficiently on 24 x 7 basis
throughout the contract period as per the RMC requirement. Over and above
contractor has to perform other work which can be handling at RTS system as per
the instruction of the SWM Dept. of RMC.
The operation of machines shall be confirming to Operation manual of the machine
manufacturer. The repairs & maintenance shall be carried out, as per the practice
prescribed by manufacturer/instructed by Environment Engineer.

Page 17 of 43
The Contactor shall ensure that his personnel report work every day at designated
time and continue working throughout the day. The contractor shall make provision
for presence of requisite manpower during national holidays and festivals so that
the work is not affected at any site in the Rajkot city. The corporation for working on
holidays, national holidays and festivals will make no separate payments. The
Contractor should ensure presence of his workforce at the specified time. The
contractor shall not be paid for any overtime charges for working at late hours so as
to complete the scope of work and maintain the cleanliness at various locations.
The corporation has the right to charge the contractor for any damage caused to
corporation assets and the same shall be recovered from the contractor with
immediate effect. Contractor has to keep enough spare/stand by units for preventive
and breakdown maintenance of all the equipments as per the unit/equipment
manufacturer’s guideline and this will be verified by the Engineers of SWM
Department, at any time for smooth and uninterrupted working of machines.
Whereas all civil work and security system shall be looked after by SWM
department. Contractor has to inform all related department on daily basis and
through proper MIS system.
It is unlawful for the contractor to dump or dispose of solid waste garbage or
recyclables upon any street, alley or other publicly owned property unless expressly
authorized by the corporation for special collection programs.
Contractor has to submit daily/weekly/monthly report of their work to the
respective RMC department as per RMC requirement.
Contractor has to transport the compacted waste from transfer station to
treatment/disposal site timely and efficiently on 24 x 7 bases throughout the year as
per the RMC requirement during the contract period.
The refuse transfer station shall be specially industrial type of building & comes
under the Factory Act, therefore, all statutory provisions, rules, regulations shall be
Observed including, provision of Environmental Quality Act, Government of India.
The transfer station is meant for non-toxic, non-hazardous domestic & industrial
solid waste.
The operation of transfer station shall be confirming to Operation manual of the
main manufacturer. The repairs & maintenance shall be carried out, as per the
practice prescribed by manufacturer.
The Contractor will ensure that the waste materials stored in the close containers'
vehicles are not dumped/emptied at any place other than the one specified by the
RMC. Disposal of waste in any other area will be termed as Deficiency of Service
and RMC reserves the rights to terminate the Contract for Deficiency of Service.
CCTV system : CCTV System with day and night vision high quality cameras, DVR
System will be provided and managed by the contractor under the supervision of
corporation staff to record the quantity of waste transported (to and fro) from the
transfer station on a day to day basis and shall provide an authenticated copy of

Page 18 of 43
record to the contractor for his use. Weigh Bridges, CCTV system also will be
covered under O & M by contractor with their staff.
Contractor will have to install CCTV Cameras to cover all transfer station activities
as per suggested by RMC official.
The tenderer shall provide operate and maintain CCTV system for effective
monitoring of the operations.
LEACHATE DISPOSAL
The tenderer shall arrange to collect Leachate generated during compaction of
garbage by suitable pipe network and discharging into a nearest MH of main sewer
line. This shall be carried out if the initial infrastructure and facilities created and
handed over by RMC, which contractor has to run and maintain smoothly and
properly.
The tenderer shall also arrange to collect the leachate discharge out of the garbage
from the container during transportation and discharging into a nearest MH of main
sewer line.
WASHING OF VEHICLE
Tenderer has to run existing washing and cleaning facilities of vehicles and
machineries.
DISINFECT AND ODOUR CONTROL
Tenderer has to run disinfect and odour control systems facilities of vehicles and
machineries.
ELECTRIC SUPPLY
Electricity consumption bill will be paid by RMC. However any fault related
electric/electronic equipments or any parts contractor has to repair or replace the
same on his own cost.
The electrical maintenance from time to time shall be carried out through license
electrician/wiremen only and all precautions shall be taken to avoid any
accidents/mishap.
The tenderer shall follow all the mandatory condition of electric supply of company
& take all the safety precautions as per statutory requirements. SWM department
time and again during the entire contract period also will verify this.
WATER SUPPLY
Contractor may use the bore well water free of cost. The initial infrastructure and
facilities will be created by RMC, which contractor has to run and maintain
smoothly and properly. If water is not available in bore well RMC will provided
water free of cost.
TOOLS & TACKLES
The successful tenderer shall provide all the required tools and tackles for the
operation maintenance of the equipments and vehicles at the transfer station. SWM
Department time and again during contract period will verify this.
The scope of work includes complete comprehensive Operation and maintenance of
Stationary Compactors, Hook loaders and Containers, electrical installation, water
supply, drainage system, leachate tanks, washing bays etc. However the initial

Page 19 of 43
infrastructure and facilities will be given to them by RMC, which contractor has to
run and maintain smoothly and properly.
Following works/system will be maintained and operated over and above others;
1- Electrical supply with electrification
2- Water supply
3- Waste Water lines
4- Leach ate collection and treatment system
5- All other Civil Works
6- Weigh bridge,
7- Fire prevention & Safety System (To be Installed and Maintained as per
instruction of RMC officials)
8- Washing facility
9- Computer and control room
10- Disinfectants spraying facility
11- Fire Control system
12- All legal & Mandatory requirement of N.O.C. From Government agencies
like pollution control Board, Electricity, Water supply Department etc. for
running of transfer station (if required).
OTHERS
Contractor as per the requirements of RMC, for effective communication shall
provide communication system/equipments including GPS system as well as
RFID System and software at his cost.
In order to maintain high standard of public image, the successful tenderer shall fix
a schedule for cleanliness and maintenance of the equipments. Sanitary conditions
shall be maintained throughout the period, with hygiene and environment getting
the top priority. The entire area of the RTS including the open passages, roads, water
entrants, drainage system, etc. shall be regularly cleaned and the entire area shall be
maintained.
The entire fire prevention and safety system installed at transfer station must be
operated and maintained by the contractor satisfactorily satisfying all the conditions,
rules and regulations as recommended by the Chief Fire Officer. A certificate from
the CFO shall be displayed in the RTS office, and a copy of the same shall be
submitted to RMC. At least one person in each shift, in each work area shall have
completed basic training in fire fighting and it will form part of the duties of those
persons.
All necessary certifications, approvals from various Govt./RMC/Authority dept
including Fire , Health, Pollution, Environment, RTO, Weight and measurement
dept (for Weigh bridge) etc shall be timely collected &/or renewed by contractor
during entire contract period and copy shall be submitted to respective RMC
supervising dept. and also shall be kept at RTS site.
The tenderer/contractor shall keep the vehicles and containers in perfect working
condition to the satisfaction of Solid Waste Management Department, RMC.
The tenderer shall install, operate, and maintain required software system for both
weighbridges for registrations of vehicles weight entries with high speed internet
connection.
Page 20 of 43
SERVICE STATION:
Contractor shall operate and maintain service station for cleaning and washing of
container and hook loader at each transfer station and also spraying eco-friendly
deodorant in containers and in and around unloading area, compaction area.
Contractor shall keep clean area of containers stacking, in and around unloading
area, compaction area all the time.
RMC may allow parking of its own primary collection vehicles or other vehicles in
transfer station campus and contractor shall not have any objection in it.
SAFETY PROVISIONS
The contractor shall at his own expenses arrange for the safety precautions as
required by the Corporation/necessary for such services, in respect of all labour
directly or indirectly employed for performance of the works and shall provide all
facilities in connection therewith. In case the contractor fails to provide such
facilities, the Corporation shall be entitled to do so and recover the costs thereof
from the contractor.
OPERATION AND MAINTENANCE INCLUDING VEHICLES AND
EQUIPMENT / MACHINARIES:
The contractor shall be responsible for smooth and satisfactory operation and
maintenance of the Transfer station for 365 days round the year for a period of 2
(Two) years from the date mentioned in work order.
More specifically, the contractor shall be responsible for the following: -
(1) To operate and maintain the transfer station accordance with SWM Rule 2016
and its amendment. The equipment, plant & machinery covered under the
above contract will be totally attended to, by the contractor including any
"Trouble shooting" to ensure smooth and trouble free operation.
(2) The contractor shall prepare and implement an effective operation and
maintenance programme in consultation with Solid Waste Management
Department, RMC. RMC will not provide any skilled or unskilled work
force, machinery or equipment other than that specified in the PD. It is absolute
responsibility of contractor to look after all sorts of maintenance whether
preventive or breakdown
(3) The contractor shall determine operating parameters for compaction and
transportation of solid waste received at transfer station, disposal of leachate to
main sewer of RMC.
(4) For the smooth operation of the transfer station all the required equipment,
machineries, units, accessories, consumables including Fuel (Diesel), grease,
lubricating oils, cleaning agents, required quantity of white wash, oil paint color,
all types of epoxy paint, material required for housekeeping and cleaning etc.
are to be brought by the contractor. Other than machinery and equipment
contractor shall also be responsible for maintenance and housekeeping of total
transfer station campus. The quality of all consumable and spare as per
manufacture recommendation shall be made available at site/workshop all the
time and will be verified by Solid Waste Management department.

Page 21 of 43
(5) The contractor shall be responsible for keeping up-to-date record of documents
including day to day weight slip of all the vehicles entering and leaving transfer
station as per format given by RMC. The contractor shall maintain and update
logbook, in which details of operational parameters are recorded in every shift
and at regular interval or as decided mutually.
The Contractor shall maintain separate checklist register for daily, weekly,
fortnightly, monthly, quarter yearly, half yearly and yearly activities. Also
during checking if any abnormalities found it must be brought to the notice of
RMC officer in charge and rectified by the contractor.
(6) The contractor shall be responsible to carry out day-to-day as well as periodic
maintenance, necessary to ensure smooth and efficient performance/running of
all equipments, machinery at transfer station as per manufacturer’s specification
and maintaining the record of the same. Maintenance of all vehicles, containers,
stationary compactor system, and Weigh Bridge will be supervised by Solid
Waste Management department of RMC. Contractor has to carry out all the
related work under intimation and supervision of them.
(7) The contractor shall have to issue identity cards with photographs, uniform to
all the staff employed for operation and maintenance including transportation.
It will be the responsibility of the successful tenderer to have comprehensive
insurance coverage of all vehicles, machineries, equipments etc at RTS along with
their operating staff at their cost. They are requested to note that there will not be
any reimbursement in this regard by RMC. In case any mishap/accident occurs on
the road or at site, the successful tenderer will have to shoulder the complete
responsibility of the same, right from registration of Police complaint,
lodging/follow up of the insurance claim and facing the court trials etc. It shall be
the responsibility of successful tenderer to set right the machine/system without
raising any extra bills/claim against the same for reimbursing the same from RMC.
However, they shall be liable to receive all the payments received by RMC against
the settlement of insurance claims from the Insurance Institutions. RMC authorities
shall give the full cooperation to the successful tenderer by signing the requisite
documents necessary for raising the insurance claim up to settlement of the same.
PROVISION OF GPS MECHANISM
All vehicles must be equipped with GPS system and it must be monitored through
mobile application or Web Browser.
PROVISION OF RFID MECHANISM AND SOFTWARE
All incoming vehicles at RTS site must be installed with RFID system with software
system suggested by RMC Official.
IMPORTANT NOTE:
The contractor shall not reassign the work under the contract to any other party
without prior written approval of the corporation
The contractor shall employ all required staff including operation manager,
technical experts, Engineers, skilled and unskilled labors, drivers, labour etc.
required for such services.

Page 22 of 43
A technical expert of the contractor shall visit the transfer station on regular basis
and will suggest if required, to improve process of compacting, transporting MSW
and efficiency and working of the equipment and machinery.
Contractor shall comply with all safety rules and regulations and all inter
disciplinary measures as followed by the RMC.
The RMC shall not be responsible for any accident/injury to the staff of the
contractor. It is contractor’s responsibility to take insurance of his employee,
medical facility, work compensation etc. as per workman compensation act and all
other relevant laws. Further the RMC will not provide any insurance, medical
facility, workman compensation, etc. to the staff of contractor.
Due to strike &/or other activity by the contractor's employees, the operation and
maintenance of plant must not be affected and the property of RMC should not be
damaged. In such case any dispute/discrepancy occurs the decision of Dy.
Municipal Commissioner (SWM) will be final and will be binding to the contractor.
Also if any expense is required to be made on this account by RMC, it will be
deducted from Contractor's bill/SD.
All Central/State Government/Semi-Government/Local Body's Rules and
Regulations pertaining to this contract shall be strictly followed and observed by the
contractor without any extra cost to the RMC.
The duration of the contract shall be for 2 years from the date of commissioning of
transfer station. However RMC reserves the right to terminate the contract at any
time by giving 01 months notice to the contractor.
The contractor shall employ operation and maintenance staff on commissioning of
transfer station, or else payment shall not be made.
The scope of work also includes cleaning of complete transfer station campus area
including transfer station RCC platform, staircase, service roads, ramp, unloading
area, area around unloading hopper, compactor area, site office, washing and
cleaning area, railing, flooring, door, windows, light fixtures and ceiling, sanitary
ware etc.
This work is inclusive of but not limited to operation, maintenance, housekeeping,
cleaning, preparing data, recording, correspondence work with Rajkot Municipal
Corporation and the Government Departments, etc. All these works shall be done as
per standard practices and by following SWM Rule 2016, labour, factory, electrical,
GPCB, and all other old and new law and order, Indian standards etc. as applied by
Local, State and Central Govt. of India(if required).
At the end of O & M contract period, contractor shall hand over the Vehicles, SC,
Equipments, Machineries and all civil, electrical, fire equipments/ infrastructure etc.
in satisfactory working conditions acceptable to Municipal Commissioner &/or
SWM Department/their authorized representative. Otherwise penalty equivalent to
the cost of repairs will be imposed by RMC at the discretion of Municipal
Commissioner & shall be binding to the contractor.

Page 23 of 43
PAINTING:
This work is also inclusive of painting of machineries, equipments, containers,
vehicles etc at the regular interval one time a year in normal case and as and when
required in accidental/repairing situation. However, if any unit/mechanism will
found to have some defect in paint work at any time, the Contractor has to repaint
the same under the instruction of SWM Department Engineers.
The contractor shall not employ guilty person or indiscipline person.
The Contractor shall have to take valid labour license & any other relevant license
from statutory bodies as required for this type of contract. SWM department will
verify this.
Successful bidder will have to follow all the provisions of, Labor laws, P.F. Act,
E.S.I. Act, Minimum Wages Act etc. & have to incorporate changes made if any
during contract period also.
Contractor will have to strictly follow the provisions of Factory Act 1947, wages
Payment Act1936, Bonus Act 1965, Employees Provident Fund & Miscellaneous
Provisions Act 1952 & other Industrial & Labour Laws with latest amendments
related to this Operation & Maintenance Work & will have to inform accordingly to
the Solid Waste Management Department. Contractor will not be given any
relaxation regarding these provisions.
Routine/preventive/break-down maintenance of compactor, transportation vehicles,
containers, electrical and mechanical work etc. are in the scope of Contract.
Upon failure of the Contractor to comply with any instructions given in accordance
with the provisions of this contract, the RMC has the alternative right, instead of
assuming charge of entire work, to place additional labour force, tools, equipments
and materials on such parts of the works, as the RMC may designate or also engage
another Contractor to carry out the work. In such cases, the RMC shall deduct from
the amount which otherwise becomes due to the Contractor, the cost of such work
and materials with 10% added to overall departmental charges and should the total
amount thereof exceed the amount due to the Contractor, the Contractor shall pay
the difference to the RMC. It should be specifically noted that wherever bank
guarantee is required to be submitted, it should be from Nationalized
Banks/scheduled bank only.
CONTRACT PERIOD
The successful tenderer on award of contract shall have to commence the
transportation and O & M work within 15 days from the date of work order.
The Contract will be for a period of three (2 Years) years from the date of start of
execution of work subject to annual renewal as under. The same can be extended for
a further period of 1 (One Year) Year by the corporation and on the terms and
conditions mutually agreed upon in writing.
The Contract will be renewed automatically at the end of each year subject to the
Contractor scoring at least score of 75 under the following heads

Page 24 of 43
PERFORMANCE POINT CERTIFICATE TABLE:
Maximum Score of the
Sr. Head
Score Contractor
1 Punctuality in compacting and transporting of MSW 25
in containers as per the contract and overall
efficiency of working
2 Maintenance of Hook loader vehicles & containers. 25
3 Maintenance of Stationary compactors. 20
4 Maintenance of GPS system with related 05
infrastructure
5 Maintenance of weighbridge 05
6 Maintenance of Other infrastructure at RTS as per 10
scope of work
7 Maintenance of Housekeeping at RTS 05
8 Spraying of disinfectants on all vehicles 05
Total 100
The above score will be calculated at the end of each month. The performance shall
be reviewed and reported by SWM Department of RMC. If the average monthly
score is above 75, the Contract will get automatically renewed.
CONTRACT PRICE
For O & M Contract Price will be as per the bid in the Price Bid and will be inclusive
of all expenses necessary for the continuance of the O & M services under the
contract, excluding GST. GST will be paid extra on bill amount if GST applicable.
Such expenses shall include but not restricted to payments to RTA, Labour
Authorities, Local and Municipal Authorities, Semi Govt., or any charges, deposits,
dues, Third Party Insurance of Vehicles, Insurance of manpower, taxes, fuel, oil,
lubricants, levies, toll taxes, etc., connected with the service. The all-inclusive rate
should be filled up in the respective column. The O & M Contract Price shall be
variable during entire contract period, diesel price (Fuel Price) variation during the
contract period will be considered.

FUEL PRICE ADJUSTMENT:


Change in Fuel Price will be given to the contractor at the end of each Quarter after
the actual start of O & M contract work. The base rate of fuel considered for
calculation will be the rate applicable on the last date of online submission of tender.
Fuel cost increase or decrease will be allowed after every quarter of year. The Fuel
price in the 1st Day after every three month will be taken in to account for calculating
change in operational contract price. No change will be given for maintenance
contract price during entire contract period. New O & M cost will be calculated as
below:
Only diesel price variation during the contract period will be considered in the
operation contract price, which shall be considered for diesel price variation. Fuel

Page 25 of 43
cost increase or decrease will be allowed every quarter of year. The formula for
determining the increase or decrease in the rate from the base rate will be as under;
The operation & maintenance contract rate quoted by tenderer will be fixed for
entire contract period. Only diesel (Fuel) price variation during the contract period
will be considered in the operation contract, which will be considered for diesel
price variation. Fuel cost increase or decrease will be allowed every month & rate
applicable in the 1st Day after every three month will be taken in to consideration.
Base rate will be the rate applicable on the date of final submission of the financial
bid. The formula for determining the increase or decrease in the rate from the base
rate will be as under;
Change in diesel part (E) Rs =A x B{C/D-1}
New Rate of operation contract for quarter = A± E
Where;
A = Rate of sanctioned for contract
B = 0.45
C = Rate of diesel in this quarter
D = Rate of diesel in base rate (last date of online submission of tender)
E = Change in diesel part

WORKFORCE
The contractor shall provide well-trained, disciplined, honest and sincere workforce,
throughout the contract period and supervise their work regularly.
They should not pose any problem, nuisance to the general public. The contractor
shall be solely responsible for the behaviors and honesty of its workforce.
The contractor shall appoint adequate supervisors to ensure that services are
rendered effectively. They must be available on site during the working hours.
The supervisor shall be qualified person with minimum 3 years experience and
competent and authorized by the contractor to take decisions at site. Such
supervisor shall be deemed to have full authority of the contractor and any
instructions given to him by the corporation officers shall be deemed to have been
given to the contractor. The supervisors should be easily accessible at all times and
should have a mobile phone with them at all times. The Contractor shall ensure that
the supervisor or any other authorized representative shall invariably be available
either in person or over the telephone within the city every day for taking necessary
instruction and for proper co-ordination.
Labour license, P.F. license, E.S.I.C., Insurance of Manpower etc. The
contractor is supposed to obtain the same. Submission of the attested copy of
the Challan of the P.F., E.S.I.C. of previous month should be done by the
contractor. The contractor will responsible towards any dues, demand or
payable of P.F., E.S.I.C. Failing which, the same will be deducted from
running bill of bidder and will be credited with the concerned office. In that
case, penalty or damages will be borne by bidder. Rajkot Municipal
Corporation will not responsible for this matter.

Page 26 of 43
The contractor must follow the Labour Laws and will have to give payments
to their staff on monthly basis as per minimum wages. Any dispute regarding
this, all responsibility will be borne by contractor.
Following Minimum skilled/unskilled staff/manpower for RTS shall be provided
per shift by contractor having knowledge of respective systems.
• Weighbridge Operator cum record keeper - 2 per shift (Total - 4)
• Washer for vehicle washing – 1 per day
• Sweepers / Labors for RTS cleaning – 4 per shift (Total – 08)
• Deodorizing spraying - labor - 1
• GPS system monitoring staff - 1
• One Driver & One cleaner for Each working HLE for quick transportation
& internal movement of containers–7 Driver & 7 Cleaner per shift (Total–
14)
• Operator for St. Compactor- 3 per shift (Total-6)
• Mechanics for equipments /vehicles maintenance work-1
• Electrical installation related maintenance fitter - 1
• Supervisor for RTS – 1
Over and above the staff requirement mentioned above O & M contractor has to
engage sufficient other labors/staff for proper functioning of entire RTS as per our
tender terms/their requirement for smooth and continuous efficient operation.
Contractor has to either keep one Fire system operator or has to train one person
from above who can operate the complete fire system in case of emergency and
requirements. Time and again they have to check all the fire equipments for its
working and extinguishers shall be replaced as and when required.
No decrease in the workforce shall be done once notified without prior written
approval of the commissioner. The commissioner may deduct suitable payments to
the contractor if it is noticed that the workforce is reduced without prior approval.
Contractor shall provide suitable uniform to all their staff including shoes and photo
identity card.
The contractor must verify antecedents of the employees to be provided by the
contractor before deployment. The contractor shall engage no person having
criminal record or who is not the citizen of India.
The contractor may, at his own cost and responsibility, consider increasing his
workforce, equipments, and materials in order to discharge contractual obligation.
RMC official reserves the right to ask for the replacement of the personnel not found
fit or suitable for undertaking the task assigned. The contractor shall do replacement
without any extra cost to the corporation within one week of the order.
Contractor shall pay salaries/wages etc. to his workforce adhering to the laws in
force & all liabilities and responsibilities in respect of persons engaged by him shall
lie with the contractor.
To avoid mishap or accident during the operation, the Contractor shall ensure that
only skilled staff/drivers with sufficient experience in their respective trade and
Page 27 of 43
physical fitness are deployed on the job and are not put to over exertion as per
prevailing labor laws of the State and/or Central Governments.
The staff/drivers deputed by the contractor during the course of contract must
behave decently with the corporation’s officer and staff. The Contractor shall
withdraw such person who is found to be indiscipline, misbehaving, under or the
influence of any intoxicant or whose services are considered detrimental to the
corporation’s Interest. On giving intimation to do so by the Municipal
Commissioner or his authorized representative. The corporation will serve a Notice
to the contractor if he fails to comply. Failure to replace the personnel after issuance
of notice by the corporation will be considered to be is sufficient ground for
termination of the contract. It will not be binding to the corporation to justify the
reasons to the Contractor for advising such withdrawal of staff.
The Drivers of the contractor must be in possession of a valid professional driving
license.
WORKING HOURS
The contractor shall ensure that his personnel report to work every day at
designated time and work sincerely throughout the period prescribed in the contract
with RMC. The staff so deployed shall be given the statutory weekly off. The
contractor shall make provision for substitute manpower during weekly off of the
staff and statutory holidays so that the work is not affected at any site in the City.
The corporation will not pay any extra payment for making substitute arrangements
on weekly off and other holidays.
The contractor shall not be paid or reimbursed by the RMC for any overtime work
done by his staff to complete the task and for maintaining the cleanliness at various
locations. The Contractor, through his supervisor, shall submit a daily report to
corporation about number of workforce which have reported to work as against the
agreed workforce.
OPERATIONS AND USE OF VEHICLES & EQUIPMENTS
The Contractor shall be fully conversant with all the laws applicable to the work
under the contract including Motor Transport Work’s Act 1961
It shall be the responsibility of Contractor to operate and maintain the Stationary
compactor, Hook loader units & containers in various shifts on a daily basis as may
be agreed between the contractor and the RMC and in case of any differences of
opinion between two, the work shall be carried out as may be directed by the RMC
from time to time. Working schedule will be finalized in consultation with the
officer classified by the Municipal Commissioner or Deputy Municipal
Commissioner (SWM).
The contractor shall submit a detailed Operations and Maintenance schedule at the
time of starting of work. All Preventive Maintenance procedures and Corrective
Maintenance procedures should be clearly described in the Operations and
Maintenance Manual. The Contractor shall submit within four weeks of award of
work.

Page 28 of 43
The Contractor shall arrange for all the consumables, fuels, oil and spare
components at their level and at their own cost. The tentative schedule of their
preventive and schedule maintenance which successful bidder will be required to
carry out as per as manufacturer’s recommendations. As regards break down and
accidental maintenance of each machine, the same shall be carried out by the
successful bidder through their field maintenance staff as well as in house staff as
and when required.
The corporation shall have a right to charge the contractor for any damage caused to
corporation assets during the performance of contract by the contractor and the
same shall be recovered from the contractor in a month or from the amount payable
to him.
Contractor shall keep enough spares for units & containers/staff/Vehicles/
Equipments for replacement during breakdown or preventive maintenance.
Materials used for Fabrication of containers, Stationary compactors & mounting of
Hydraulic units should be of standard make & as per instruction/specifications of
Solid Waste Management Department of RMC. The containers shall be properly
painted at least one time in a year the color specified by the corporation with anti
corrosive paints to avoid any rusting and Hydraulic units should be maintained as
per the prevailing RTO and other govt./statutory Rules. Contractor shall have to
maintain the history sheet of vehicles and containers and has to submit to the Solid
Waste Management Department as required.
It shall not be permissible for the contractor to dump or dispose of solid waste,
garbage, or recyclables waste on any street, alley or other publicly owned property
unless expressly authorized by the corporation.
Contractor shall submit daily/weekly/monthly report of the work done to the
Environment Engineer-SWM Department; RMC from time to time in the Performa
that may be prescribed.
Container shall be checked periodically by contractor for defects & carryout
necessary repairing work expeditiously on site within 3 days or replace from the
existing spare stock of the same until repairs.
PENALTY:
The contractor shall be liable to penalty as under if he fails to perform his
contractual obligations besides any other action; the Municipal Commissioner may
decide to take as per the terms of the contract.
Penalty shall be imposed on the contractor for delay in transportation of containers
or for non-maintenance of vehicles, stationary compactors &/or containers also.
All minor repairing & preventive maintenance shall be carried out within 24
Hrs. otherwise penalty will be imposed as per penalty shown in penalty
table, which will be deducted from the monthly bill of the contractor.
Preventive maintenance schedule shall be prepared in coordination with
SWM Department.
All major repairing shall be carried out within 7 days otherwise penalty will
be imposed as per penalty shown in penalty table, which will be deducted
from the monthly bill of the contractor.

Page 29 of 43
Minor work for Stationary compactor, hook loader & container: Routine
service, Hose replacement, electrical work, normal fabrication/body work,
external leakages (oil/water/diesel), mechanical/hydraulic settings,
transmission job, brake/steering job, brush repairing/replacement, etc., fan
belts replacement, motor servicing, electrical fault etc. for vehicle as well as
for compactor unit and container. These shall be carried out at site or at RTS.
Major work Stationary compactor, hook loader & container: Structural
damages, compaction mechanism job, Control pane replacement, motor
repairing, Engine o/h related, etc.
Other than above repair job (for minor/major), it will be decided by Solid
Waste Management Department based on the job and will be binding to
contractor.
The contractor shall be required to take third party insurance, passing, Tax as
per RTO Norms for all the vehicles, machines, containers etc during the
contract period. It will be the responsibility of the successful tenderer to have
insurance coverage of their operating staff also. There will not be any
reimbursement in this regard by RMC. If any mishap/accident occurs on the
road or at site, the successful tenderer will have to shoulder the complete
responsibility of the same, right from registration of Police complaint,
lodging/follow up of the insurance claim and facing the court trials etc. It
shall be the responsibility of successful tenderer to set right the
vehicles/containers/machine without raising any extra bills/claim against the
same for reimbursing the same from RMC. However, they shall be liable to
receive all the payments received by RMC against the settlement of insurance
claims from the Insurance Institutions. RMC authorities shall give the full
cooperation to the successful tenderer by signing the requisite documents
necessary for raising the insurance claim up to settlement of the same.

Sr. Type of default Penalty to be impost


1 If contractor fails to transfer MSW more than 10 Rs. 25/- per MT will be
M.T. as or the scope of work (i.e. timely levied for pending MSW at
compaction &/or transfer of MSW lift the RTS.
garbage)
2 In case the contractor fails to paint the Hook-lift RS.100/- per vehicle, SC &/or
vehicle, SC and containers after one year as per container per day till the
RMC instructions and scope of work same are painted.
3 The hook-lift vehicles and containers shall be Rs. 1000/- for every such
exclusively used for RMC refuse transfer station incidence.
only. Any deviation from this shall attract
penalty
4 Failure to spray disinfectant and deodorant on Rs. 25/- for each of such
outgoing refuse vehicles instance, per vehicle.
5 If it is observed that leachate is spilled on road Rs. 200/- for each such
during transportation to land-fill site / disposal instance per vehicle.
Site, processing plant
Page 30 of 43
6 If any of the contractor's staff at the RTS is Rs. 10/- per person for that
found to be working without the prescribed shift.
safety gear, uniform etc.
7 If contractor fails to provide the driver &/or SC Rs. 200/- per person for that
operator/Manpower/labour/cleaner as per the shift.
requirement of RMC
8 If the RTS attendant/Supervisor is not found on Rs. 500/- per such incidence
the site during the prescribed working hours
9 If the container is found damaged and not Rs. 100/- per day till
repaired container is repaired
10 If the minor and major repairing work is not Rs. 500/- per such
carried out as per the schedule given in tender vehicle/equipment per day.
The penalty will be deducted from the monthly bill of the contractor. Further in
above circumstances RMC will be at liberty to use other vehicles as an alternate
arrangement. During such circumstances if any damage occurs to the machine/RTS,
same also must be set right by the contractor for which no extra payment/Claim will
be reimbursed to the contractor by RMC. This shall be binding on the contractor.
The tenderer/contractor shall keep the vehicles, SC and containers in perfect
working condition to the satisfaction of Solid Waste Management Department.
ACCIDENT/DAMAGES/CLAIMS/LIABILITIES
In the event of any accident/damage to third party by any the vehicle of the
corporation operated by the contractor, the corporation shall be completely free
from any liability of any nature occurred on account of the accident. The Contractor
will be fully and exclusively responsible for the liabilities arise on account of
accident and damage to the vehicle, manpower or to the third party. The Contractor
will be fully and solely responsible for any death or bodily injury to his staff
member or any other person in the employment of the contractor or to any other
person during the performance of the contractual services to the RMC. This includes
any third party claims.
The Contractor will be solely responsible for any consequences under various laws,
arising out of any accident caused by vehicles, equipments or his employees to the
property or personnel of the corporation.
The corporation shall not be responsible for any claim/compensation that may arise
due to death/injury/damage caused by municipal vehicle used by the contractor to
any third party or his own staff while providing services to RMC under the
Contract.
INDEMNIFICATION
The Contractor shall bear responsibility for loss of or damage to the property,
suffered by RMC, death or injury to person (or any claim against RMC in respect
thereof and all expenses relating thereto) in connection with the services provided
under the Contract resulting from any negligent act or omission of the Contractor.
The Contractor will hold the RMC fully indemnified in respect thereof.
The indemnified party shall have the right, but not the obligation, to contest, defend,
and liquidate any claim, action, suit or proceeding by any third party alleged or

Page 31 of 43
asserted against RMC in respect of, resulting from, related to or arising out of any
matter for which the RMC is entitled to be indemnified there under, and the
reasonable costs and expenses thereof shall be subject to the indemnification
obligations of the Contractor there under. The Contractor shall be liable for all
payments, proceedings, and liabilities including payment of counsel fees.

Page 32 of 43
PAYMENTS FOR O & M AND TRANSPORTATION WORK

The contractor shall raise monthly bills to the SWM department for transportation of
MSW at the treatment/disposal site at the rate agreed and approved under the
contract.
Payment will be made on the basis of Actual Compacted MSW transportation. In
terms of MT only. However contractor has to full fill all prevailing rules of various
authorities as mention in tender terms
Contractor shall submit his monthly bill in the 1st week of every month to the
SWM Dept. From time to time along with daily report and weigh bridge receipts
and receipt as mentioned in the performance point table given by respective
department as mentioned there and work done certificate showing the number of
containers transported and quantity of waste transported in each container.
Contractor should also submit satisfactory work done certificate form officers as
mentioned in the tender documents.
Contractor will be paid on a monthly basis subject to his producing satisfactory
performance certificate for work carried out from various departments as mentioned
in the tender.
Income Tax as per statutory provision shall be borne by the Contractor. The
corporation shall deduct all statutory taxes like advance Income Tax, etc from
monthly payments being made to the Contractor.
The Contractor shall ensure timely payments to his workforce and meet all the
contractual commitments in terms of payments, insurance, safety of its workforce.
All statutory payments to the workforce shall be done immediately upon becoming
due. The proof of payments made and any statutory deductions from the wages of
the workforce shall be submitted within one week of making payments.
INSPECTION
The commissioner reserves the right to carry out inspection, as and when required
without intimating the contractor, of the various locations where work is in
progress. Any shortcoming found during inspection will be intimated to the
contractor or his supervisor orally or in written which shall have to be attended
immediately by the contractor or his supervisor. The penalties imposed on the
contractor from time to time, shall be recovered from the Monthly Bill or adjusted
against the performance security deposit submitted by them. The corporation
reserves the right to treat continuous shortcomings as “Deficiency of Service” and
terminate the Contract after giving two months notice.
FORCE MAJEURE
Force Majeure shall mean such an Event or Circumstance or combination of Events
and Circumstances which are beyond the reasonable control of the Affected Party
and which the affected party could not have prevented by Good Industry Practice or
by the exercise of reasonable skills and care for the purpose of discharging its
obligations under the Contract. The Force Majeure will tend to have material
adverse effect on the performance of such affected party.
Page 33 of 43
Following shall be the events and circumstances of Force Majeure:
Act of War (whether declared or undeclared), invasion, armed conflict or act of
foreign enemy, blockade, revolution, riots, insurrection, civil commotion, act of
terrorism, or sabotage
The expropriation or Compulsory acquisition or seizure of the assets of The
Contractor by any Governmental Instrumentality, provided that this clause shall not
apply where such Act constitutes a remedy or sanction lawfully exercised as a result
of a breach by the Contractor of any Indian law or Indian Directive but excluding
any change in law.
Act of God epidemic, lightning, earthquake, cyclone, whirlwind, flood, tempest,
storm, drought, lack of water or other unusual or extreme adverse weather or
environmental conditions, action of the elements, meteorites, fire or explosion to the
extent generated from the source external to the Contractor or his assets due to
reasons other than, those caused by negligence of the Parties, chemical or
radioactive contamination or ionizing radiation.
Procedure for Calling Force Majeure: The affected party shall notify to the other
party in writing of the occurrence of the Force Majeure as soon as reasonably
practicable, and in any event within 24 hours (Twenty Four hours) after the Affected
Party knew, or ought reasonably to have known, of its occurrence and that the Force
Majeure would be likely to have a material impact on the performance of its
obligations under the Contract.
The notice shall include full particulars of the nature of Force Majeure event, the
effect it is likely to have on the Affected Party’s performance of its obligations and
the measures, which the Affected Party is taking, or proposes to take, to alleviate the
impact of the Force Majeure Event and restore the performance of its obligations.
When the affected Party is able to resume performance of its obligations under this
Contract, it shall promptly give the other party written notice to that effect provided
that in no event shall the suspension of performance be of greater scope and of
longer duration than is necessitated by Force Majeure.
The rights and obligations of the Affected Party shall be suspended to the extent
they are affected by the Force Majeure. RMC shall not be liable to make any
payments to the contractor for it being affected on account of Force Majeure.
RMC reserves the right to terminate the contract if the Force Majeure continues for
more than 15 (Fifteen) days at a stretch.
The Commissioner shall on such cancellation have powers to;
(a) Take possession of site and any materials, constructional plant, implements,
stores, etc., thereon and/or
(b) Carryout the work by any means at the risk and cost of the contractor. On
cancellation of the contract in full or in part the RMC shall determine what
amount, if any, is recoverable from the contractor for completion of works or
incase the works or part of works is not completed, the loss or damage suffered

Page 34 of 43
by the MUNICIPAL CORPORATION, in determining the amount, credit shall
be given to the contractor for the value of the work executed by him up to the
time of cancellation.
Any excess expenditure incurred or to be incurred by the MUNICIPAL
CORPORATION in completing the works or part of the works or excess loss or
damages suffered or may be suffered by the MUNICIPAL CORPORATION as
aforesaid after allowing such credit shall be recovered from any money due to the
Contractor on any account and if such moneys are not sufficient the Contractor shall
be called upon in writing to pay the same within thirty days. If the Contractor shall
fail to pay the required sum within the aforesaid period of thirty days, the RMC
shall have right to sell any or all of the Contractor’s unused materials, constructional
plant, implements, temporary buildings etc. And apply the proceeds of sale thereof
towards the satisfaction of any sums due from the Contractor under the contract,
and if thereafter there be any balance outstanding from the Contractor it shall be
recovered in accordance with provision of the contract.
Any sums in excess of the amounts due to the MUNICIPAL CORPORATION and
unsold materials, constructional plant etc. shall be returned to the Contractor,
provided always that if cost or anticipated cost of completion by the MUNICIPAL
CORPORATION of the works or part of the works is less than the amount of which
the Contractor would have been paid had he completed the works or part of the
works, such benefit shall not accrue to the Contractor.
Without prejudice to the generality of the foregoing, the Contractor shall deposit the
amount, as security deposit shall be absolutely forfeited to the MUNICIPAL
CORPORATION for such failure, or breach or determination of contract.
FORECLOSURE OF CONTRACT IN FULL OR IN PART
If at any time after acceptance of the tender the Commissioner shall decide to
abandon or reduce the scope of the works for any reasons whatsoever and hence not
require the whole or any parts of the works to be carried out, he shall inform the
Contractor in writing to that effect and the Contractor shall have no claim to any
payment or compensation or otherwise whatsoever, on account of any profit or
advantage which he might have derived from the execution of the works in full but
which he did not derive inconsequence of the foreclosure of the whole or part of the
works.
The Contractor shall be paid at the contract rates full amount of works executed.
Provided always that nothing herein contained shall be deemed to render the
Contractor liable for or in respect of or to indemnify the Municipal Corporation
against any compensation or damage causes by the Excepted Risks.
TERMINATION OF CONTRACT
The Contract shall stand terminated at the end of the Contract period unless
extended by the corporation in writing.

Page 35 of 43
GENERAL CONDITIONS OF CONTRACT
All financial arrangement for commissioning of this project shall be arranged by the
Contractor. RMC shall not be responsible for the financial constraints of the
contractor.
Contractor shall provide labor, semi skilled and skilled staff for operating the project
during the period of contract. The salary of staff through cheque/ECS/NEFT/Net
banking if suggested by RMC and all other expenses shall be borne by the
contractor.
Contractor shall have to depute sufficient staff for monitoring/reporting of various
activities related to contract.
The Contractor shall be responsible for any damage occurring to the corporation’s
property and general public, in case the cause is attributed to the
cleaners/supervisors. The contractor shall have to get the same rectified at his own
cost and risk, or otherwise, the corporation at the risk and cost of the contractor shall
attend the same to.
The Contractor shall ensure, at all times that his supervisors/cleaners do not
misbehave with the corporation's staff or general public while on duty. The
personnel found misbehaving shall be immediately removed from the work at the
risk of the contractor.
The corporation shall not be responsible for any injury/death to the
supervisors/cleaners deployed by the contractor. It is the responsibility of the
contractor to ensure that his personnel follow the safety regulations strictly, which
are in force from time to time.
The Contractor shall obtain all necessary approvals, permits and licenses to operate
the said service. The corporation shall in no way be responsible for the loss
occurring to the contractor on this count.
Contractor shall take all necessary insurances for the said work and workforce.
Insurance for Third Party Liability arising out of Contractor's vehicle, equipment,
cleaning agents or workforce shall also be taken from the first day of operation.
Corporation shall not be responsible for any losses occurring to the Contractor or
third party on this count.
The commissioner reserves the right to impose financial penalty not exceeding 10%
of the monthly bill over and above the penalty mentioned for various defaults in
penalty clause in a month in case the work is not found up to the mark during the
routine inspection carried out by the Municipal Commissioner or corporation’s staff.
The decision on amount of penalty within the above limit is sole discretion of the
commissioner and shall be binding on the contractor.
The Contractor shall maintain a First Aid Kit and other necessary medicines
including bandages, antiseptic creams/liquid, anti burn cream/powder as required
to attend to any emergency situations.

Page 36 of 43
The Contractor shall indemnify the corporation and its employees against any
penalties as PRINCIPAL EMPLOYEER, for any failure of the Contractor to honors
various State Laws/Enactments/Contract Labor (R&A) Act 1970(C)/Minimum wages
Act/Bonus Act/EPF & MP Act etc.
The successful Contractor shall have to enter in to an Agreement with Rajkot
Municipal Corporation.
This is subject to the jurisdiction of the competent court of Rajkot only.

Contractor’s Sign Environment Engineer


With seal Rajkot Municipal Corporation

Page 37 of 43
APPENDIX-2

QUALIFICATION/ELIGIBILITY CRITERIA
1. Certificate of P.F. No.
2. E.S.I.C Code No.
3. GST No.
Tenderer must be the MSW RTS service provider for either by deploying their own
equipments, related infrastructure etc &/or by using owner's / customer's equipments &
related infrastructure under O & M contract base & / or by other method for RTS work.
He must be having experience of successfully completed (for at least two year - up to 31-
03-2022) similar work/s for at least two full years during last 7 years ending 31-03-2022;
it should be either of the following:
1) One similar works of MSW R T S handling in which daily work
quantum should not be less than 60% (i.e. 135 MT per day) of the estimated
daily work of this tender.
OR
2) Two similar works of MSW R T S handling in which daily work
quantum should not be less than 40% (i.e. 90 MT per day) of the estimated
daily work of this tender.
OR
3) Three similar works of MSW R T S handling in which daily work
quantum should not be less than 30% (i.e. 70 MT per day) of the estimated
daily work of this tender.

Similar work means work related to MSW Refuse Transfer Station (RTS) handling
either by deploying their own Equipments, related infrastructure etc &/or by using
owner's/customer's equipments & related infrastructure under O & M contract base &/or
other method, including Compaction by stationary compactors Transportation of
MSW for Solid waste management work, in any Central Govt./State
Govt./Municipal Corporation/ULBs etc. for continuous two year in last 7 years ending
up to 31.03.2022.
A. Further, If tender is quoted by Municipal MSW RTS work service provider (as per
QC) then he has to submit the details of MSW RTS related equipments - vehicles (as
per QC), he quote along with agreement with its machine manufacturer &/or
authorized supplier as per tender requirements to qualify in the tender. Further
MSW RTS related equipments (as per QC) manufacturer/supplier/dealer must
possess requisite quantity and other criteria for machine supply and performance
as mentioned in the above experience clause For Manufacturer/Supplier.
Necessary documentary proof shall be attached with the tender.
B. The tenderer shall furnish work orders and satisfactory performance certificate
from the past/current purchasers/customers for experience of O & M RTS
capacity as mentioned above and together with self-attested copies of purchase
order/s received from those client/s.
C. Should not be Black Listed anywhere in India. Any orders for black listing
should not be in effect at the time of submission of bid. Bidder has to submit

Page 38 of 43
notarized copy of non blacklisting bond on Rs.300/- stamp paper along with the
technical bid submission.

Financial Criteria:
(i) Average annual turnover during the past seven financial years should not
be less than Rs. 1,73,28,500/- (Rupees One Crore Seventy Three Lakhs
Twenty Eight Thousand Five Hundred only). To be produced in the form of
‘Work Completion Certificate’ OR Certificate of C.A., for the above
mentioned work.
(ii) Bank Solvency of Rs. 75,00,000/- (Rupees Seventy Five lakhs only). The
solvency certificate issued shall not be more than one year old.

Contractor’s Sign Environment Engineer


With seal Rajkot Municipal Corporation

Page 39 of 43
APPENDIX-3
RAJKOT MUNICIPAL CORPORATION
Solid Waste Management Branch
Comprehensive Operation & Maintenance of whole system at transfer station site,
Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period of 2 years for
Municipal Solid Waste Management work including Transportation of Compacted
MSW from Transfer station to Nakarawadi Treatment/Landfill site.
(Details of the Bidder)

1. Full Name of the Bidder :


2. Office address of the Bidder :

Phone Number :
Mobile Number :
3. Residential address of the :
Bidder

Phone Number :
Mobile Number :
4. Banking Details of the Bidder:
Name of the Bank :
Branch :
Account No. :
Current/Saving :
5. Sign and Stamp of the Bidder:

(The above details must be duly filled and submitted along with other documents at the
time of physical submission)

Page 40 of 43
Annexure – 3 (Continue)
General Information for O & M Agency
:: DETAILS FOR VENDOR REGISTRATION ::
RAJKOT MUNICIPAL CORPORATION
ACCOUNTS DEPARTMENT
Room No. 4, 2nd Floor,
Dr. Ambedkar Bhavan, Debarbhai Road, Rajkot-360001
PARTY/VENDOR REGISTRATION FORM

VENDOR CODE :
Party Name :
Authorized :
Person
PAN Card No. :
GST No. :
PF Code :
ESIC Code :

Address :

Phone No. :
Mobile No. :
e-maid Id :
Web site :
Area of Work :
Bank Details (Attach copy of Cancel Cheque)
Bank Name :
Branch Name :
MICR Code :
IFSC Code :
Account Type :
Account Number :
(1) Any vendor while filling a tender shall quote registration details; if he is not registered he
will give fresh details along with tender.
(2) Accounts branch will designate a person who will keep the forms and also authorize new
registrations or edit existing registrations.

To,
Chief accountant,
Account Department,
Rajkot Municipal Corporation
The above mentioned details for vendor registration has been verified by us & found
correct. Kindly register above vendor.
SIGN :
NAME :
DESIGNATION:
Signature and seal of Bidder DEPARTMENT NAME :
(NOTE : The above details must be duly filled and signed with the stamp of the bidder, and
submitted along with other documents at the time of physical submission)

Page 41 of 43
APPENDIX 4
Compulsory on line

Date:

The Municipal Commissioner


Rajkot Municipal Corporation.
“Dr. Ambedkar Bhavan”
Nr. S.T. Bus Station,
Dhebar Road,
Rajkot

Sub: Financial Quote for Comprehensive Operation & Maintenance of whole


system at transfer station site, Raiya Dhar, Nr. Water Treatment Plant,
Rajkot for the period of 2 years for Municipal Solid Waste Management
work including Transportation of Compacted MSW from Transfer
station to Nakarawadi Treatment/Landfill site.
Dear Sir/Madam,

We, the undersigned, declare that

1. We have examined and have no reservations to the Bidding Document

2. We offer to supply in conformity with the Bidding Document and in

accordance with the delivery schedule specified in the Schedule of supply

3 The price of our bid, are as indicated in e format and the quantity to be

supplied noted against each.


4. The price to abide by all the conditions mentioned in Tender Notice issued for
Comprehensive Operation & Maintenance of whole system at transfer
station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the
period of 2 years for Municipal Solid Waste Management work
including Transportation of Compacted MSW from Transfer station to
Nakarawadi Treatment/Landfill site.
(We have signed all the pages of which in token of our acceptance of the
terms mentioned therein)

We, hereby, having reviewed and fully understood all the terms and conditions of
this Tender Document, submit our financial quote for your evaluation.

Page 42 of 43
Price schedule for Comprehensive Operation & Maintenance of whole system at
transfer station site, Raiya Dhar, Nr. Water Treatment Plant, Rajkot for the period
of 2 years for Municipal Solid Waste Management work including
Transportation of Compacted MSW from Transfer station to Nakarawadi
Treatment/Landfill site.: -
SCHEDULE - “A”

Details Rate in Rs. per MT

Comprehensive Operation & Maintenance of


whole system at transfer station site, Raiya
Dhar, Nr. Water Treatment Plant, Rajkot for the
422/-
period of 2 years for Municipal Solid Waste
(Rs. Four Hundred Twenty Two
Management work including Transportation of Only)
Compacted MSW from Transfer station to
Nakarawadi Treatment/Landfill site.

The price quoted above is net including all taxes and duties (excluding GST if
applicable) are included in the indicated price as per scope of work
mentioned in tender document.

Bidder has to quote per M.T. rate for whole works in % above/below/same of
the estimated cost as shown in the above table and to be quoted on-line only.

Name _____________________________________

In the Capacity _____________________________________________

Signed_____________________________________

Duly authorized to sign the Bid for and on behalf of

__________________________________________

Date______________________________________

Page 43 of 43

You might also like