DEVELOPMENT AUTHORITY , DISTRICT (J&K) NOTICE INVITING TENDERS Fresh NIT No.:- 11/PDA OF 2016-17 DATED: 03/02/2017

For and on behalf of the Governor, J&K State, e-tenders (In Double Cover System) are invited on item rate basis from approved and eligible contractors registered with J&K State Govt. CPWD, Railways and other State/ Central Governments for each of the following works: S.N Name of Work Est. Cost Cost of Earnest Time of Time & Class of Major Head o (In lacs) T/Doc. Money Completion Date of Contractor of Account (in Rs) (in Rs) (in Days) Bid Opening 1 2 3 4 5 6 7 8 9 1 Providing, installing and commissioning of Waste Treatment and disposal system for Registered companies / TSM 5452 1.00 MT per day Non-Biodegradable waste 80000.00 02-03-2017 40.00 1100/= 90 days reputed Plan electro Magnetic disintegration system at firms Patnitop. 2 Providing, installing and commissioning of Waste Treatment and disposal system for Registered 90 days companies / TSM 5452 2.00 MT per day biodegradable waste from 26.00 800/= 52000.00 02-03-2017 reputed Plan original manufactures Auto compositing firms System at Patnitop.

Position of AAA/ TS Under Submission Position of Funds Demanded

1. The bidding documents containing qualifying information, eligibility criteria, specifications, Bill of quantities (BOQ), terms and conditions of contract and other relevant details can be seen/ downloaded from the departmental website www.jktenders.gov.in as per schedule of dates given below:- S. No. Date of issue of tender Notice 1 Date of issue of Tender Notice 03/02/2017 2 Period of downloading of bidding documents From 03/02/2017 03 P.M. to 22/02/2017 6.00 P.M 3 15/02/2017 at 11.00 A.M in the Office of the Date, Time and place of pre-bid meeting Chief Executive Officer PDA 4 Bid submission start date 03/02/2017 from 03.00 PM 5 Bid submission end date 22/02/2017upto 06.00 P.M Deadline for receiving the Hard copy (original 27/02/2017 at 4.00 P.M in the office of the 6 DD & EMD) Chief Executive Officer PDA 02/03/2017 at 04.00 PM in the office of the Chief 7 Date & time of opening of bids (online) Executive Officer PDA

Special conditions of tender: 01. Warranty for one year for both machines and there after the company should be bound to enter into maintenance contract for the period to be decided by the authority (minimum 05 years), 02. The machinery /equipment should be operational in sub- zero temperature. 03. For Non-Biodegradable waste electro Magnetic disintegration system pollution under control certificate from any registered organization / Board is must. 04. The bidders shall incl. the following information and documents with their bids. i. Valid TIN No ii. Valid PAN no along with latest Sales TAX clearance certificate /acknowledgement receipt of Sales Tax return file Sd/- Executive Engineer PDA

Bids must be accompanied with cost of Tender document in shape of demand draft in favour of Accounts Officer, PDA (tender inviting authority) and Earnest money / Bid security in shape of CDR / FDR pledged to Accounts Officer PDA (tender opening authority). The date and time of opening of bids shall be notified on Web site www.jktenders.gov.in and conveyed to the bidders automatically through an e-mail message on their e-mail address. The bids of Responsive bidders shall be opened online on same Web Site in the office of Chief Executive Officer PDA . The bids for the work shall remain valid for a period of 180 days from the date of opening of bids.

ANNEXURE A 1. Name of the machine/System : Electro Magnetic waste dis-integrator 2. Capacity : One MT/day 3. Volume(Internal) : 250-300 Liters 4. Fabrication : Mild steel, Enclosed system 5. Gross weight : 1000 Kgs. 6. Outer dimension : 6x4x9 ft 7. Installation space requirement : 15 X 20 ft with shed 8. Inside main components : Magnetic probes, TDS, Magnets, No moving parts 9. Designed to treat waste like : All kinds of plastics, multilayered paper, poly coated packaging, synthetics, Diapers, Sanitary Napkins, Food Wrappers Sachets. 10. Excluded category of waste : Stones, Glass, Ceramics, Metals, Batteries 11. Feed Material Input : 1000 kgs( 250 to 300m³/ 4 to 6 feed) 12. Residual output : 15 t0 25 kg 13. Inside operating temperature : 350 C̊ ±50 14. Waste breakdown : Molecular form after gaseous emissions are lost to atmosphere 15. Toxicity : Gases like CO2, O2, NOX, H2O are within pollution controls norms 16. Extent of waste destruction : Upto 98% of its total masses. Residual ash is 2% of total waste. Ash is to be disposed of in secured land fill. 17. Waste destruction time : 18 to 23 hours 18. Solution of the problem : End to end solution for plastics and synthetics wastes 19. Energy input : 1 phase electric immersible pump to be run for scrubbing of smoke. 20. Power connection :1 phase connections for one MT 21. External parts : Two layer water Scrubber attached. 22. Note : Design specifications are subject to modification & up gradation of the machine.

ANNEXURE B 1. Name of the machine/System :Insta composter Machine 2. Capacity : Two MT/day 3. Volume(Internal) : 2000 Liters 4. Fabrication : Mild steel, Enclosed system 5. Gross weight : 3200 kgs 6. Outer dimension : 3x1.250x2.50 Mtr 7. Installation space requirement : 7.7x9.5 mtr. with shed 8. Inside main components : Mixer blade (Stirring), Cutter Blade , Hot Air (heaters ) 9. Designed to treat waste like : Vegetable waste, food waste , Non veg waste , agro waste , poultry waste all other organic waste 10. Excluded category of waste : Stones, Glass, Ceramics, Metals, Batteries etc. Hard materials , Plant Tree material 11. Inside operating temperature : 70 C̊ to 90 C̊ 12. Toxicity : only CO2, gas generating due to (Aerobic composition)

13. Extent of waste destruction : All the solid mass convert in to organic manure depend on input moisture 14. Waste destruction time : 14 to 18 hours depend on materials (outside heap for two days 15. Solution of the problem : waste to wealth solution , biological Cycle use full fertilizers for agriculture inputs and organic fertilizer 16. Energy input : 7.5 KWH 910 HP power) .

Article I:

1. Phase / locations: Patnitop, 2. Capacity: (a) For non Bio-degradables :

1 MT /day “Providing, installing and commissioning Waste Treatment and disposal system for 1.00 MT per day Non-Biodegradable waste electro Magnetic disintegration system at Patnitop” .

(b) For Bio-degradables

2 MT /day “Providing, installing and commissioning Waste Treatment and disposal system for 2.00 MT per day biodegradable waste from original manufactures Auto compositing System at Patnitop”.

3. Treatment cycle: (a) For non biodegradables 15 to 22 Hours inside bio- Reactor Later on one week in holding system (b) 15 to 23 Hours for bio-stabilization inside bio-reactor Later on 2 weeks of curing in holding bays/trays/heaps 4. Price quotation: Price to be indicated separate for both machines / equipments FOR site Patnitop.

Article II.Eligibility Criteria:

1. The entity should be registered in under relevant acts/rules for atleast 2 years

2. Should have supplied and commissioned at least one set of machine that is operational for at least one year as of 31st December 2016 or should have at least one year experience in Solid waste Management work

3. The proposed system should offer at least90% solution for the respective waste streams (wet/green and dry recyclable)

4. Offered system should have provisions for control of nuisance value of Solid Waste like foul smell/stinks, pathogens, flies etc.

5. Proposed system should be tidy  good looking aesthetics and worker’s friendly operating conditions

6. Should have servicing / after sales service or back up arrangements with local party(ies) in

7. The party(ies) should have local consortium members with clear roles & responsibilities.

Article III. Scope of work:

1) Supply, Install and commission the system within stipulated time period to be mentioned in supply order

2) Enlist requirement and pre requisites that are to be arranged by the Chief Executive Officer PDA,

3) Provide the list of optional addons for betterment of operations

Article IV. Terms and Conditions of the Tender:

1. Submit documentary evidences, audio, video, CD regarding working of the system

2. All submissions should be in the form of under takings.

3. If machine has problems in performance, the same should be rectified within 3 weeks of notification

4. A set of movable or replicable part(s) should be kept available at work place or with authorized representative / consortium member in

5. Should impart required training to the persons of authority as an when required.

Article V.Payment Terms:

1) 60% of the system cost will be released at the time of delivering of Machinery /Equipments at FOR site Patnitop. 2) 30% of the system cost shall be released after satisfactory installation and commissioning Machinery/ Equipments 3) Balance 10% after the warranty /Guarantee period in over and on successful performance and maintenance contract.

Article VI:

Indemnity: DECLARATION BY Participant in the EOI: (On Company letterhead) I/We have read the general and special conditions of the contract which are appended to the Bid and I/we agree to the conditions laid therein if the contract is awarded to me/us. 1. I/We have also read the specifications, studied the preliminary details, and understood the scope of work included in the Bid and to be executed by us. 2. I/We have visited the site of work and am/are well acquainted with the local conditions, availability of the materials and labour and their prevailing market rates. 3. I/We agree to abide by the departmental rules regarding deductions made in the bills like income tax, sales tax, security deposits and cost of materials, if any 4. I/We undertake to complete the work commission the project, carry out its O&M and hand-over the same within the stipulated/allotted time for the completion of the work in good workmanlike manner. 5. The Price Offer is valid for a period of 180 days from the date of opening of tender and declaration of the Awardee. 6. I/We stand guarantee for the rectification of the defects in the work if any to the full satisfaction of the Project Incharge and as per clauses of agreement. 7. I/We have no doubts or un-cleared ambiguities regarding the specifications, details in the preliminary, scope of the work, and have fully understood our responsibilities in executing and completing the work to the full satisfaction of the Tendering Authority. 8. I/We have based our Bid rates having the full knowledge of the statement and facts. 9. I/We agree to the NIT provisions and there is No Deviation offered in our bids from the NIT. 10. We hereby indemnify EOI/ Tendering Authority, their Officials and Consultant(s) and their Consultants against any adverse effect due to Act Deed or Repercussions arising out of the tender work awarded to us. Place : ______Signature: ______Date : ______Name: ______Address : ______Designation: Co. seal Witness : Name : ______Address : ______

Article VII:

Submission of tender to include: 1. Pls enclose covering letter on Co. letter head addressed to the Tendering Authority, give brief of your company, tendering consortium if any, role model facility with proposed technology and details of EMD etc.

2. After the covering letter, Pl enclose Index of entire Technical Proposal (Pages, Sr. Nos.)

3. Pls enclose copies of all statutory documents relating to the tender.

4. Thereafter, enclose consortium agreement (if any) and Power of Attorney duly signed on non judicial (stamp paper) of 100/-Rs.

5. Thereafter Pls enclose Auditors certificate regarding financials (Balance sheet to be enclosed at the end of Tech. proposal.

6. Proof of Tender cost and EMD just next to covering letter.

Article VIII:

Annexure for Tender Filling (Annexure 1 & 2)

ANNEXURE-1 Basic Information about Tenderer 1. Name of the Company Name/Names of Directors Concerned key officials for this tender : Designation : Name of alternate official(s) : 2. Professional Qualification of Concerned Official dealing with SWM Project(s) 3. Name of the authorized person signing the tender and his / her designation

4. Place and address of the Business / Office & Administrative Office:

Telephone Number : Fax Number : Mobile Number : E- mail ID :

Registered Office Telephone Number : Fax Number : E- mail ID : Mobile No. : 5. Nature of the Core Business activities 6. Name of the Bankers and their full address

7. Financial Turnover of the Tenderer/ holding co. Av. annual T.O. in last 2 years 8. Net worth of the tenderer or holding Co. 9. List of Completed Projects and Performance certificates from relevant project owners and / or competent authorities

Signature Name Designation Seal

ANNEXURE-2

Company Details *Pl fill this form for every participating members ofConsortium separately.

1. Name of the Company :

2. Address :

3. Chief Responsible Person 4. Telephone No. : 5. Fax No. : 6. E-mail 7. Status :

8. Date of Incorporation : 9. Date of starting any Business : Date of starting MSW sector Projects C&T and / or P&D: 10. Registration and empanelling : 11. Field of Professional Expertise : 12. Total experience in providing Project in related Fields : 13. Total number of Assignments completed in Last 5 years : 14. Total number of assignments in hand : 15. Total number of key personnel: (a) Professionals – Senior level: (b) Professionals – Middle level: (c) Professionals – Junior level: 16. Annual Financial turn over (RsLacs) Year Turnover(Rs. in Lacs) Net worth (Rs.Lacs) 2015 – 16 2014 – 15 2013 – 14 Please enclose Auditor’s Certificate regarding above and copy of audited balance sheet for the financial year ending 31st March 2016 only.

Signature

Name

Designation

Seal

ENVELOPE-2: SEALED COVER

FINANCIAL BID (TO BE SUBMITTED IN SEPARATE SEALED ENVELOP -2)

Subject “Offer for Solid Waste processing treatment and disposal  System  supply  installation commissioning and after sales services” Name of Tenderer …………………………………………..

Address of Tenderer …………………………………………..

Name of the Signatory ………………………………………….. And Designation His Or Her Position / as tenderer ………………………………………….. (Lead member) / sole tender

FINANCIAL BID (On Company letterhead) To,

The Chief Executive Officer PDA Kud

Sub: Supply  Installation and Commissioning of Solid Waste Processing Treatment and disposal facility

Ref: Tender Notice No ……………………………………..

Sir, I / We declare: i that I / We/ am / are experienced in execution Solid Waste processing treatment projects followed by their O&M for a given period of time ii that I / We will supply required system, equipments and install the same on the adequate infrastructural facilities in terms of civil work, plant machinery sheds, structural work to be provided by you. In addition, we will assist to train manpower to operate the system. 2. I / we hereby submit the technical proposal, EMD and Price quotation as per the Financial bid, followed by following two envelope systems. 3. PERIOD OF DELIVERY I / we do hereby undertake, that, in the event of acceptance of our bid, the services shall be provided as per Terms & Conditions given in the Tender. 4. I / We agree to abide by our offer for a period of 180 days from the date of opening or award of tender whichever is later. of Tender and that we shall remain bound by a communication of acceptance within that time. 5. I / We have carefully read and understood the terms and conditions of the tender and the conditions of the contract applicable to the tender and I / we do hereby undertake to provide services as per these terms & conditions. The financial deviations, if any, are clearly are mentioned in Annexure to this bid. 6. We certify that the Tenderer is a registered firm under Indian Companies Act of 1956 or any other Rule/Act and the person signing the tender is duly authorised Officer,/Manager/ Director of the firm 7. Proof of Payments for Tender cost and EMD has been enclosed along with the Technical Proposal in Envelope I. and the original copies delivered / being delivered to your office. 8. I / We do hereby undertake, that, until a formal contract is prepared and executed, this bid together with your written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding contract between us. 9. In the event of contract award to us, we are willing to sign agreement with Chief Executive Officer Patnitop Development Authority.

On Co. Letter Head FINANCIAL OFFER (PRICE BID) ESS/SWM/J&K/TC/06/2016(i) Date: 13/06/2016

To Chief Executive Officer PDA Kud

Sub: For Supply  Installation and Commissioning of Solid Waste processing Treatment system for places of Tourism  Recreation and Holistic importance

Ref: Your Tender Notice No…………………………………………………. Dear Sir, 1. We hereby offer our price quotation for the proposed system name:- (A) Providing, installing and commissioning Waste Treatment and disposal system for 2.00 MT per day biodegradable waste from original manufactures Auto compositing System at Patnitop

Our price of the complete system inclusive all taxes transportation , freight forwarding etc. FOR Patnitop is :- Rupees : ( In figures) ……………………………………………………………………………………………………………………………… Rupees (In words) …………………………………………………………………………………………………………………………………

(B) Providing, installing and commissioning Waste Treatment and disposal system for 1.00 MT per day Non-Biodegradable waste electro Magnetic disintegration system at Patnitop.

Our price of the complete system inclusive all taxes transportation , freight forwarding etc. FOR Patnitop is :- Rupees : ( In figures) ……………………………………………………………………………………………………………………………… Rupees (In words) …………………………………………………………………………………………………………………………………

For Tenderer

Signature

Name

Designation

CDR shall be released to the successful bidder after successful installation and commissioning of the Machinery equipment. Sd/- Executive Engineer Patnitop Development Authority,

Copy to the: 1. Secretary to Government Tourism Department Civil Sectt. Jammu. 2. Director Tourism Kashmir. 3. Executive Engineer Patnitop Development Authority Patnitop. 4. Astt. Executive Engineer Patnitop Development Authority. 5. Accounts Officer PDA. 6. -16 All concerned for information 17. Notice Board.