Office of the Cantonment Board,

TENDER NOTICE

The online e-tenders are invited on behalf of Cantonment Board, Kanpur from the eligible experienced Service Providers / Service Provider /Organization for the work of “Integrated Solid Waste Management” i.e. Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation for the Ward No 3,4,5,6,7 & 8 in Kanpur Cantonment & Segregation and Processing of garbage at trenching ground of Kanpur Cantt. Board Kanpur as per Municipal Solid Waste Management Rules 2016. The schedule of Dates for E-Tendering is as under:-

S.N Tender Notice No. Tender No.: CBK/SS/Conservancy/K-636 1. Particulars of the work “ Integrated Solid Waste Management” i.e. Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation for the Ward No 3,4,5,6,7 & 8 in Kanpur Cantonment & Segregation and Processing of garbage at trenching ground of Cantt. Board Kanpur as per Municipal Solid Waste Management Rules, 2016. 2. Estimated Budget of Contract Approximate Rs 7 Crores per Year 3. Amount of Earnest money Rs. 40,00,000/- RTGS/NEFT 4. Cost of tender document Rs. 25,000/- RTGS/NEFT/IMPS/UPI

5. Validity of offer for acceptance Four Months from the date of opening of the Technical bid

6. Terms of Contract period 3 Years 7. Date of Downloading of Bid 08-06-2018 at 1200 hrs. 8. Last date/ time of submission 03-07-2018 at 1200 hrs. of Bid 9. Date and Time of opening of 04-07-2018 at 1200 hrs. Technical Bid 10. Date and Time of opening of * 05-07-2018 at 1200 hrs. Financial Bid

* In case of any change in Date & Time of opening of Financial Bid the same will be intimated separately to the firms successful in technical bids.

The CEO Cantonment Board Kanpur, reserves the right to reject any tender without assigning any reason.

Other information can be obtained from the Cantt Board Kanpur Office during office hours.

Chief Executive Officer Cantonment Board Kanpur,

1

Tender documents

Name of Work:- “Integrated Solid Waste Management” i.e. “Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation for the Ward No 3,4,5,6,7&8 in Kanpur Cantonment & Segregation and Processing of garbage at trenching ground of Cantt. Board Kanpur as per Municipal Solid Waste Management Rules, 2016.

A. Table of Contents

Sr. No Contents Page No.

1. Particulars of Tender 2. Scope of work. 3. Instructions to Bidder/Tenderer. 4. Tender Forms - Technical & Financial.

2 1. PARTICULARS OF TENDER

S.N Tender Notice No. Tender No.: CBK/SS/Conservancy/K-636

1. Particulars of the work “Integrated Solid Waste Management” i.e. “Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation for the Ward No 3,4,5,6,7&8 in Kanpur Cantonment & Segregation and Processing of garbage at trenching ground of Cantt. Board Kanpur as per Municipal Solid Waste Management Rules, 2016. 2. Estimated Budget of Contract Approximate Rs 7 Crores per Year 3. Amount of Earnest money Rs. 40,00,000/- RTGS/NEFT

4. Cost of tender document Rs. 25,000/- RTGS/NEFT/IMPS/UPI

5. Validity of offer for Four Months from the date of opening of the acceptance Technical bid 6. Terms of Contract period 3 Years

7. Date of Downloading of Bid 08-06-2018 at 1200 hrs.

8. Last date/ time of submission 03-07-2018 at 1200 hrs. of Bid 9. Date and Time of opening of 04-07-2018 at 1200 hrs. Technical Bid 10. Date and Time of opening of * 05-07-2018 at 1200 hrs. Financial Bid

* In case of any change in Date & Time of opening of Financial Bid the same will be intimated separately to the firms successful in technical bids.

3

SCOPE PART – I

SCOPE OF SERVICES FOR WARDS

The services required to be provided by the Service Provider on daily and weekly basis are given below:

“Integrated Solid Waste Management” i.e. “Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation of the waste for the Ward No. 3,4,5,6,7 & 8 in Cantonment Board Kanpur as per Municipal Solid Waste Management Rules, 2016. Works to be carried out as per this contract are:-

Working Hours (8 hour) 6 A.M. to 11 A.M & 2 P.M. to 5 P.M. or as directed by the Chief Executive Officer, Cantonment Board Kanpur.

1. Lane & Road Sweeping:- In the entire Ward Nos. 3,4,5,6,7, & 8 All Private Hatas, Bazars & grounds in Kanpur Cantt and in all other related area such as roads, bye- lanes, open vacant places daily, on all seven days. The sweeping will be done twice daily (Day & Night) for Market places. 2. Drains:- Cleaning of all drains daily and to ensure that no drain/nallah is found in clogged/choked condition any time during the contract. 3. Garbage:- Collect all garbage (Biodegradable & Non-biodegradable separately) from individual house, lanes, roads and open places to the designated points/dustbins daily at least once or more times as per requirement as per the norms of Municipal Solid Waste Management Rules, 2016. 4. Door to door Collection of garbage, Segregation & composting of waste at trenching ground. as per MSW rules, 2016. 5. Cutting of obnoxious vegetation. 6. Unslaked Lime Dust, 07 days a week in lane and by lanes of the entire area. 7. The Service Provider would be bound to remove the dead animals throughout the Cantt as per the directions of the Sanitary Supdt./Complaints of General public within 06 hours without fail. 8. List of Equipment. (i) Hathgadi(Hand Cart) 60, Rickshaw Trolley – 65, Phawada - 440, Pancha - 440, Belcha - 440, Jungle cutter - 50, Handle - 1200, Safety equipment like Gumboot, Gloves mask and all necessary equipment as and when asked by the Sanitary in- charge shall be provided by the Service Provider. Further the Service Provider will have to abide by the instructions of the CEO for any equipment required more than the quantity mentioned here. (ii) The Service Provider will provide lifting equipment. (iii) Cleaning Materials: Chuna 408qt per month, Bleaching 192qt per annum, Malathion Dust 192qt per annum, Acid 720 Bottle per annum, Phenyl 1200 ltr per month, Brooms 72 qt per annum will be provided by the Service Provider. (iv) Jacket: Staff detailed should wear reflective jacket as identity when performing duty. Will be provided by the Service Provider.

9. Cutting & disposal of Unwanted Shrubs & obnoxious vegetation will be done by the Service Provider. 10. Cleaning of all small open drain and collection of drain silt and disposal of it will be done by the Service Provider.

4 11. The will be provided by the Service Provider will take instruction form the Sanitary Superintendent or any official authorized by the Chief Executive Officer, Cantonment Board Kanpur. 12. The persons engaged by the will be provided by the Service Provider will be in the employment of the Service Provider only. Cantt Board Kanpur has no or any relation with the persons employed by will be provided by the Service Provider. 13. ALL THE WASTE COLLECTED BY THE SERVICE PROVIDER SHALL BE TAKEN DIRECTLY TO THE TRENCHING GROUND.

Wards Area & Private Hatas Roads Numbers Old Cemetery road, Lala Ratan Lal Jain road, Khapra Mohal, Cattle Lines , Shanti Nagar Staff Qtr., Cattle Line Shiv Narayan Tandon Setu, Taufiq road, Khapra workshop, Rahdi Godam C/18, Shanti Nagar A- Block, Parsutiya 3 Mohal road, Myor road, D-Block bridge road, Hata, Lal Diggi, Shanti Vatika Park, Ashoka Park, Kranti Vatika, Jaipuriya road upto main road, Harding road, Shanti Nagar Raksha Colony, E/11, E/52 Khalil Qtr. G-Block. Tilak Marg Shrilanka, Cantt Board Hospital, 38 No. latrine, Julheti, Deena Hospital road, Dr. Gowami road, Idgah road, 4 saudagar masjid, Gora Bazar, I. D. ward, Bhisti Tola, Faithfulganj, Mazar wali road Bhisti Tola. Dari maket, 40 No. latrine, 2.5 Patti. Falknar road, Visko road, Irvin road, Majeed Faithfulganj Market, Purani Sharab Gaddi, Faithfulganj, Durga 5 Maulana road, Railway starion road, Faithfuganj Mandir, road. Banglow No. 110, 111, 112, Meepur pani ki tanki, 01 Minari Maszid Meerpur, Hata No. 488, Rail bazar (Cantt Board Staff Qtr), 6 Eliot Road, Harding road, Tank road. Rajendra Prasad Park (Ramleela Park), Kumhar Mandi, Garden No. 6, Triveni Nagar, Meerpur Khatikiyana, Hata No. 562. Bandariya Bag Hata, Hata No. 115, Police Line, Idgah Maidan, Ghantaghar road, Jaipuriya road, Sarkar road, Dr. Hata No. 5, Harrishganj, Indra Niketan Vidyalaye, Kutte wali gali, Bathum road, Gudwali building road, Tiranga 7 Bartan wali gali, Lal Kuan, Sindhiya Sarswati School, Banglow agarbatti factory road (Lal kuan), Thathehara wali No. 368. gali, Lohar fatak road, Katehari Bag, Qtr No. 99, Sanjai nagar, Chota Jakheda, Choti bibi Canal road, Mall road, Naronha road, Jaipuriya ka hata, Faisahab ka hata, B.N.D. College, L.P. Inter College, A. B. 8 road, Shanti path, Murray Company bridge, Vidyalaye, K. K. Balika Inter College, C.C. Padaw, Phool Mandi, Annie Besant Street, Horseman Street. Mahatma Gandhi Park.

SCOPE PART –II

SCOPE OF SERVICES - MAINTENANCE OF TRENCHING GROUND

1. The Service Provider shall be responsible for the Segregation of waste into two parts i.e. biodegradable and Non-biodegradable at waste disposal site. Area of land is approx. 7.35 acres (total waste generated per day is approx. 50 to 60 tons). 2. Service Provider shall adopt suitable technology or combination of such technologies for safe disposal of waste under his management as per Municipal Solid Waste Management Rules, 2016. 3. The Service Provider shall plan and design the landfill site with proper documentation of a phased construction plan and submit the same to Cantt. Board Kanpur for further development. 4. Service Provider shall develop a segregation and composting model facility at the landfill site for the waste brought in for land filling operation. 5. The Service Provider is required to install a plant for disposal of approx. 70-80 tons of waste per day from Kanpur Cantt. The quantity is likely to rise by 10-15% over the upcoming years. a. The biodegradable waste shall be processed by composting, anaerobic digestion, EM technology or any other appropriate biological processing for stabilization of waste.

5 b. Non-biodegradable waste shall be disposed off under Service Provider management keeping in purview the Municipal Solid Waste Management rules 2016. 6. Any waste like dry leaves, Polythene etc. shall not be burnt by the Service Provider at the waste disposal site or elsewhere. 7. Recyclable waste if stored by the Service Provider prior to disposal should be in such a manner that they do not create unhygienic and insanitary condition in locality. 8. Necessary precaution shall be taken by the Service Provider to minimize nuisance of odour, flies, rodents, bird, and menace and fire hazard. 9. The Service Provider will take instruction from the Sanitary Superintendent or any official authorized by the Chief Executive Officer, Cantonment Board, Kanpur. 10. The Service Provider is required to visit the waste disposal site before tender and assess the cost required. 11. The final product post treatment waste will be the property of Cantt Board Kanpur. 12. With mutual consent between the Cantt board Kanpur and the Service Provider, any other point can be included in the agreement at the time of its execution. 13. All equipment/chemicals/pesticides or any other material shall be provided by the Service Provider.

SCOPE PART – III

PLANT & MACHINE (THE CAPITAL INVESTMENT TO BE DONE BY THE SERVICE PROVIDER)

(1) The Service Provider should have experience to work with operating a plant of Solid Waste Management i.e. Trammel, conveyor operating system to convert the waste to compost as per Municipal Solid Waste Management Rule, 2016.

(2) Service Provider will invest a capital cost in the following given Plant & Machinery which will be the property of Cantt Board Kanpur after the completion of 3 years of the project.

(A). Vehicles & Equipment for Door to Door Collection, Transportation & Cleaning of Road & Nallahs.

i). Vehicles Tata ACE – 06

ii). High Pressure Jetting Machine installed on Tata ACE for Cleaning of footpath and traffic islands - 01

iii) Tractor & Trolley - 03

(B). Plant & Machinery

i). Plant & Machinery, i.e, Trammel- 03, ii). Rolling Conveyor Belt- 05,

iii). Gear operated mechanical system, iv). Motorised Shredder - 02,

v). Cleaning of Plastic Washer System-01, vi). Hydraulic Bailing Machine -01, etc.

vii). Upper Shed, Segregation Platform viii). Bio-Methanization Plant-01

viii). Submersible Jet Pump with Bore well- 04

ix). Loader for loading the garbage in Processing Plant- 02

. The above given Plant & Machinery will be for three years and this capital will be recovered by the Service Provider in the given period in his service charge and after 3 years all the plant & machinery will become the property of the Cantt Board Kanpur. Cantt. Board will provide water & Electricity to operate the plant without cost.

6 3. If the Service Provider wishes to terminate the services for any reason(s) or fail to provide the services or stops the services, in that case all the machineries and vehicles shall become the property of Cantt Board Kanpur automatically and no claim or reimbursement shall be entertained by Cantt Board Kanpur in this behalf.

4. After 3 years from date of work order all the plant & machine shall become the property of the Cantt Board Kanpur. The Service Provider shall be responsible that all plant & machinery are in good working condition & free from any defects at time of handing over. It shall be responsibility of the Service Provider to bear cost of repair & maintenance for 3 years & Cantt Board Kanpur will not reimburse any amount in this regard also if any defect in any machinery is found at Time of handing over to Cantt Board Kanpur after 3 year, the defect shall be repaired by Service Provider & fully operating machinery shall be handed over to Cantt Board Kanpur.

5. The service Provider should have experience to work with handling a plant of Solid Waste Management i.e. Trammel conveyor operating system to convert the waste to compost as per Municipal Solid Waste Management Rule 2016.

6 Service Provider will invest a capital cost in plant i.e. Trammel, Bailing Machine, Compactor Conveyor, shredder, vehicles for door to door collection, jetting machine etc. which will be for three years and this capital will be recovered by the Service Provider in the given period in his service charge. Cantt. Board Kanpur will provide only water and electricity and any other infrastructure to be created shall be the responsibility of the service provider.

7 All the vehicles & machinery provided by the Service Provider for plant & door to door collection shall be brand new and unused.

8. No extra diesel or driver charges shall be paid by Cantonment Board Kanpur for vehicle used for door to door collection and other vehicles.

9. Renewal of the Contract will be subject to satisfactory performance by Service Provider and signing of the fresh agreement between Cantonment Board Kanpur and the Service Provider after expiry of the validity period of the current contract i.e. 3 years.

3. Instructions to the Bidders/Tenderers

MODE OF SUBMISSION OF TENDER:

1. The tender will be submitted online only on Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app). No other mode/form of submission will accepted.

The bidders are required to submit on line two bids system, i.e. Technical bid and Financial bids in the prescribed formats i.e. Annexure-I and " (available on https://eprocure.gov.in/eprocure/app). In the technical bid, the bidder will provide details about his experience in the field (of other Government organizations), various registrations like GST, EPF, ESIC, Labour Licensee, Audited Balance Sheet, Bank Solvency, a perfect methodology of work to be adopted and details regarding compliance of statutory laws etc. The Bidders will be required to make a presentation to CIVIL AREA COMMITTEE (after opening of Technical Bid) setting out the following:- i) Methodology Statement ii) Process Flow Chart and Material Balance Statement iii) Resource Utilization Statement iv) Area Allocation Statement v) Operations & Maintenance Scheme

7 vi) Project Schedule vii) Environment, Health & Safety Policy and Practice

The Civil Area Committee shall decide the technical eligibility of the Bidders. Financial bids of only those bidders will be opened who are declared technically eligible by Civil Area Committee. The bid with lowest quotations among the opened bids will normally be approved.

Bid Related Guide lines

1. Number of Proposals

Each Bidder can submit only one (1) Proposal, in response to this RFP. Any Bidder who submits more than one Proposal, either individually or as a part of consortia, for the single firm will be disqualified and cause the disqualification of such Bid.

2. Validity of Proposal

The Proposal shall remain valid for a period not less than 120 days from the Proposal Date (hereinafter referred to as “Proposal Validity Period”). CBK reserves the right to reject any Proposal, which does not meet the requirements.

3. Proposal Preparation Cost

The Bidder shall be responsible for all the costs associated with the preparation of its Proposal and its participation in the bidding process. CBK will not be responsible or in any way be liable for such costs, regardless of the conduct or outcome of the Proposal.

4. Earnest Money Deposit (EMD)

Each Proposal shall be accompanied by EMD of Rs. 40,00,000.00 (Rupees Forty Lacs only) in the form of a RTGS/NEFT in under mentioned Cantt Fund Account before the closing date of tender, else the tender shall be treated as rejected. The details of RTGS/NEFT is given below:-

Bank A/c No. 498314883 Bank Name Indian Bank Bank Branch Kanpur Cantonment IFSC CODE IDIB000K163 MICR CODE 208019004

The submission of EMD is compulsory for all the Bidders failing which the bid may be rejected except those micro and small enterprises as defined in MSE Procurement policy issued by department of micro, small and medium enterprise (MSME) or are registered with central purchase organization or the National small industries corporation (NSIC) or the concerned ministry or department. In case, exemption is claimed under MSME/NSIC etc, necessary documents must be enclosed along with the technical bid and the documents must pertains to necessary field of work as mentioned in the tender.

8

The EMD of every unsuccessful Bidder would be returned within a period of 30 days from the date of announcement of the Successful Bidder. The EMD submitted by the Successful Bidder would be released upon furnishing of the Performance Security, by way of an FDR/RTGS/NEFT, issued by a scheduled bank located in in favour of “The Chief Executive Officer, Cantonment Board Kanpur” for due and punctual performance of the obligations relating to the Project.

The EMD shall be forfeited in the following cases:

a. If the Bidder withdraws its Proposal during the interval between the Proposal Due Date and expiration of the Proposal Validity Period. b. If the Successful Bidder fails to provide the Performance Security within the stipulated time or any extension thereof provided by CBK; and c. If any information or document furnished by the Bidder turns out to be misleading or untrue in any material respect.

5. Performance Security:-

(A) The successful bidder has to deposit Performance Security which will be a sum equivalent to 10% of the accepted contract value in favour of “The Chief Executive Officer, Cantonment Board Kanpur”, payable at Kanpur in form of FDR/RTGS/NEFT, within fifteen days of the acceptance of the bid. Performance Security should remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the service provider (SP) including warranty obligations. In case, the contract is further extended beyond the initial period, the Performance Security will have to be renewed accordingly by the Service Provider. No interest shall be paid on Performance Security.

(B) The Performance Security will be forfeited by order of the Chief Executive Officer, Kanpur Cantt in the event of any breach or negligence or non-observance of any terms & conditions of the contract or for unsatisfactory performance or for non-acceptance of the work order. On expiry of the contract, portion of the Performance Security, as may deemed fit by the Cantonment Board sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the Cantonment Board approves for its release. (C) If the Service Provider fails to provide the Performance Security within fifteen days of the acceptance of bid, such failure shall constitute a breach of the contract and the CEO shall be free to make other arrangements at the risk, cost and expense of the Service Provider.

(D) On due performance and completion of the contract in all respects, the Performance Security will be returned to the Service Provider without any interest on presentation of an absolute 'No Demand Certificate' from the Service Provider and upon return in good condition of any specifications, samples or other property belonging to the Cantt Board Kanpur, which may have been issued to the Service Provider, for carrying out work stipulated in the contract or fulfilling any other obligation in the contract.

9

6. VALIDITY OF CONTRACT

The contract, if awarded, shall be valid for a period of THREE YEARS (03 years). The contract may be extended annually by the Board on year to year basis after completion of 3 years, for further 02 years [maximum tenure 05 years from the date of start of work initially] as per the contract signed on same terms and conditions and same rates, subject to satisfactory services provided by the Service Provider. In case of breach of contract or in the event of not fulfilling the minimum requirements / statutory requirements, the Cantonment Board Kanpur shall have the right at any time to terminate the contract forthwith in addition to forfeiting the performance security amount deposited by the Service Provider and initiating administrative actions for black listing etc. solely at the discretion of the CANTONMENT BOARD.

7. PAYMENTS (a) The Financial Bid to be quoted by the service provider shall be on lump-sum basis including all the components of the project (Labour, Machinery, tools & equipment, etc.) however exclusive of any tax such as GST, any cess, or any other applicable taxes as may be levied by the Government from time to time and the same shall be charged in addition to the applicable approved rates/bid and the same shall be paid by the Cantonment Board.

(c) The Service Provider shall be paid on a monthly basis for the services rendered in the preceding month. The billing cycle will be the 1st of every month to the last day of the month. The Service Provider shall submit correct invoice in terms of quality and commercial aspects within 10 days of the succeeding month and payment shall be released within 30 days of submission of acceptable invoices. The Service Provider will also submit copies of GST, and of any other tax (if applicable) and EPF/ESIC Challans along with the list of staff with their individual EPF/ESIC numbers at the time of submitting monthly invoices.

(d) All payments shall be made in Indian Currency by Cantonment Board Kanpur Electronically i.e. NEFT/RTGS/ECS etc.

(e) The Chief Executive Officer shall be entitled to deduct in accordance with applicable Law, Income Tax or withholding tax or other deductions (as the case may be), from any payments made to the Service Provider, and the amount so deducted shall be deemed to be a payment made to the Service Provider.

(f) The payment to the workers in accordance to minimum wages prescribed by the Govt. of India along with the statutory compliance like EPF, ESIC and Bonus is sole responsibility of the Service Provider. Any revision in minimum wages by the Govt. of India would be absorbed by the Service Provider and shall not be the responsibility of the Cantonment Board Kanpur. Claim for any other escalation shall not been entertained by the Cantonment Board.

(g) No payment shall be made in advance nor any loan from any bank or financial institution will be recommended on the basis of the order of award of work.

8. Format and Signing of Proposal

The Proposal and all related correspondence and documents should be written in English. Supporting documents and printed literature furnished by the Bidder with the Proposal may be in any other language provided that they are accompanied by certified translations of the pertinent passages in English language. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Proposal, the English language translation shall prevail. 10

9. Other Conditions

(a) Service Provider would be fully responsible for all acts of omission or negligence, dishonesty or misconduct of its employees for work at Cantt Board Kanpur. Service Provider would indemnify CBK against any compensation/claim and damages etc. due/to accident or injury to its employees or death due to accident or otherwise, which may arise out of and during the course of their duties. Cantt Board Kanpur would not be held liable to pay any damages or compensation to such worker/Service Provider or to any third party. (b) The Service Provider must have satisfactory arrangements for training of its workers. (c) In case the Service Provider fails in adhering to the daily sanitary requirements and Cantt Board Kanpur has to make alternative arrangements for daily sanitary requirements then Service Provider would reimburse the cost of such arrangements and it shall be deducted from the payments to the Service Provider at the sole discretion of the Chief Executive Officer, Kanpur Cantt. (d) In case of any complaint, either as regards the nature of service or as regards the behaviours of workers of the Service Providers on duty or otherwise, Service Provider would be intimated and would be required to take corrective measures promptly.

(e) The Cantt Board Kanpur reserves the right to amend/withdraw any of the terms and conditions in the tender documents or to reject any or all tenders without giving any notice or assigning any reason. The decision of the Cantt Board Kanpur in this regard shall be final and binding on all.

(f) The Bid should be valid for four months (120 days). (g) The Cantt Board Kanpur reserves its right to revoke the contract at any time, if the services rendered are not found satisfactory during the period of the contract. (h) The Service Provider must have modern equipment, latest technical expertise for the project and related facilities, as has been defined in brief scope of work. (i) The employees of the Service Provider deployed at Cantt Board Kanpur should have bank accounts and the Service Provider should be ready to provide proof of payment of salary to each employee through these bank accounts. The bidder will have to ensure compliance of all mandatory labour laws/regulations laid down by Govt. of India. This will include payment of minimum wages, EPF/ESIC. Providing other benefits like bonus, leave, labour welfare fund, cost of uniform etc. to each employee will solely be the liability of the Service Provider only.

(j) Any wrong or misleading information will lead to disqualification.

(k) The Service Provider shall deploy adequate manpower, machinery and resources to ensure Completion of work as per stipulated operational timings, No over timing shall be allowed to the staff members.

(l) The CEO reserves the right to remove any person found unfit.

(m) It has to be well understood by the Service Provider that the employees provided by the Service Provider shall not have any direct employee-employer relation with the Chief Executive Officer or the Cantonment Board and hence no worker so provided will claim any regularization of their services. Payment of wages and other allowances applicable to the employees shall be the responsibility of the service providers as per the minimum wages and other terms and conditions prescribed by the Govt. of India. The service provider shall also sign the affidavit in this regard.

(n) The Service Provider would be responsible for all mandatory compliance of social, safety, environmental issues and orders/regulations of NGT, State Pollution Control Board etc. related to the performance of the service provider.

11

10. Force Majeure

(a) Notwithstanding the provisions of contract, the Service Provider shall not be liable for forfeiture of its performance security, 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 force Majeure.

(b) For purpose of this clause, "Force Majeure" means and event beyond the control of the Service Provider and not involving the Service Provider's fault of negligence and not foreseeable. Such events may include but are not restricted to acts of the Cantonment Board Kanpur either in its sovereign or contractual capacity, wards or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

(c) If a Force Majeure situation arises, the Service Provider shall promptly notify the authority in writing of such conditions and the cause thereof. Unless otherwise directed by the Cantonment Board Kanpur in writing the Service Provider shall continue to perform its obligations under the Agreement as far as is reasonably practical and shall seek all reasonable alternative means not prevented by the Force Majeure event.

(d) The Cantonment Board Kanpur may terminate this contract, by giving a written notice of minimum 60 days to the Service Provider being unable to perform a particular portion of the services for a period of more than 60 days.

11. Dispute settlement:-

If any dispute arises out of the Terms & Conditions of Tender document with regard to the interpretation, meaning and breach of the terms of the contract, the matter shall be resolved by referring the matter to the President, Cantonment Board Kanpur, who shall be the sole arbitrator and whose decision shall be binding on both of the parties. The arbitration proceedings shall be conducted in Kanpur and proceeding shall be in English

12. Penalty Clause:-

If any of the assigned work is not found satisfactory, an amount of Rupees ten thousand will be deducted for every major deficiency from the bill for the respective month. The decision of Chief Executive Officer will be final in this respect.

13. Fraud and corrupt practice:-

The Applicants and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this Invitation of Tender document, Cantonment Board shall reject a Tender without being liable in any manner whatsoever to the Applicant, if it determines that the Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the Selection Process.

12 Technical Bid

All bidders to note that only online mode of tender will be accepted via Central Public Procurement Portal - CPPP (https://eprocure.gov.in/eprocure/app).

CHECKLIST OF DOCUMENTS TO BE UPLOADED BY THE BIDDER/TENDERER.

The bid documents must be properly numbered along with Index of documents. The Bidder must ensure clarity/legibility of scanned documents as illegible documents may lead to rejection of bids. The Board shall not be held liable for any technical problems arising out of CPPP. Bidders are advised in their own interest to timely submit the documents via CPPP.

S.No Particulars of Document Uploaded (Yes/No) 1 Tender Cost in form of NEFT/RTGS/IMPS/UPI for Rs. 25000

2 EMD in form of NEFT/RTGS for Rs. 40,00,000 or relevant Exemption documents under NSIC/MSME etc.

3 Valid EPF Registration 4 Valid ESIC Registration 5 GST Number/Registration proof 6 Valid Labour Licence 7 PAN of Firm 8 Income Tax Returns of Last two financial years along with computation

9 Document showing proper methodology of work 10 Duly audited Balance sheets of last two years showing annual turnover of at least 1 crore. 11 Two Work experiences at two different Government Organizations for similar nature of work i.e. “ Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation of the waste and other experience as per tender document 12 Two Work experiences at two different Government Organizations for installation, commission and operation of Solid waste management plant for segregation and conversion of biodegradable solid waste and disposal of non-biodegradable solid wastes 13 Address Proof of Tenderer/Bidder 14 Bank Solvency of Rs. 5 Crores from a Nationalized/Scheduled Bank only

Signature of Bidder / Service Provider Head

Seal of the Service Provider

13

FINANCIAL BID

Rate Per S.No. Description of Work Month in Lump Sum

Charges for “Integrated Solid Waste Management” i.e. “Door to Door Collection, Cleaning/Sweeping of Road & Street, Cutting of wild vegetation, Shrub & Transportation for the Ward No 3,4,5,6,7&8 in Kanpur Cantonment & Segregation and Processing of garbage at trenching ground of Cantt. Board Kanpur as per Municipal Solid Waste Management Rules, 2016 by way of installtion, commission, maintenance and transfer of the Solid Waste Management Plant as described in the tender document. 1

The Financial Bid to be quoted by the service provider shall be on lump-sum basis including all the components of the project (Labour, Machinery, tools & equipment, etc.) however exclusive of any tax such as GST, any cess, or any other applicable taxes as may be levied by the Government from time to time and the same shall be charged in addition to the applicable approved rates/bid and the same shall be paid by the Cantonment Board.

14