Page 1

GOVERNMENT OF

(HOUSING AND URBAN DEVELOPMENT DEPARTMENT OF ODISHA)

MUNICIPAL COUNCIL, BELPAHAR.

DISTRICT: .

DETAILED TENDER CALL NOTICE (DTCN) FOR PROVIDING, CLEANING & SANITATION SERVICE

19 (NINETEEN) NOS OF WARD UNDER BELPAHAR MUNICIPALITY. Page 2

CONTENTS

Sl No Description Page No 1 2 3 1 Notice Inviting Tender (NIT) 3

2 General terms and conditions 5

3 Detailed Conditions of Contract 8

4 Other Provisions 11

5 Scope of work 12

6 Check List. 16 Page 3

GOVERNMENT OF ODISHA HOUSING & URBAN DEVELOPMENT DEPARTMENT OFFICE OF THE MUNICIPAL COUNCIL, BELPAHAR. INVITATION FOR BID Bid Identification No. EO/ BPHM/ S/ 01/ 2021-2022 NOTICE INVITING TENDER (NIT) No.1557/dt.05.07.2021. 1. The Executive Officer, Belpahar Municipality on behalf of Belpahar Municipality invites bids on percent rate basis on online mode in in double cover system in conformity with detailed tender call notice (DTCN) for works as detailed in the table given below from contractors registered with the State Govt./ Central Govt./registered firms/ Organizations and Service providers having EPF, ESI registration no, Labour licence, GSTN, PAN and experience certificate (As per DTCN) on production of satisfying certeria definite proof from the appropriate authority. The contract shall be for a period of one year and may be extended if required basing on the quality of work. Sl. Name of the Project Bid cost in Cost of EMD Cost of Class of Contractor Period of No. Rs Tender Completio 1 2Excluding3 4 Document5 6 n7 1Providing Cleaning & Sanitation Service 14350889.00 143509.00 10,000.00 Registered Contractors, 12 in 19 (nineteen) nos of ward under Firms, Organisations, Calender Belpahar Municipality. Service Provider months 2 Bid documents will be available in website www.tendersorissa.gov.in from 10.00 hours on dt. 08.07.2021 to dt. 23.07.2021 by 17.00 hours for online bidding. The bidders must possess compatible Digital Signature Certificate of class II or Class III. 3 Bids must be submitted on "online" on or before dt.23.07.2021 by 17.00 hours. 4 Bids received on "online" shall be opened at. 11.00 hours on dt.30.07.2021 in the office of the undersigned in the presence of the bidders or their authorized agents who wish to attend. If the office happens to be closed on the date of opening of the bids as specified, the bids will be opened on the next working days at the same time and venue.

5 The bidder is to submit alongwith bid regarding experience on successfully completed of works i.e. Streets sweeping / Desilting of drain/ Lifting of garbages/ Levelling of garbage/ Supply of labour for house keeping/ Sanitation works not less then 75% of the amount put to tender , falling which tender will be rejected. The bidder should have minimum experience of same nature of work at least for a period of 1 year during last three financial years. 6 Bids must be accompanied with scan copy of financial instrument towards bid security (EMD) specified for the work in column No.4 of the aforesaid table, in the form of demand draft/ Banker Cheque on any Nationalised/Sheduled Bank / Fixed deposit receipt of Nationalised/Schedule Bank/ Kishan Vikash Patra/ Post Office Savings Bank Account/ National Savings Certificate/ Postal Office Time Deposit Account duly pledged in favour of the Executive Officer, Belpahar Municipality Belpahar payable at Belpahar, Orissa. Scan copy of the bid security shall be submitted in cover-I of the online bidding. 7 Bids must be accompanied with scan copy of demand draft/ Banker Cheque towards cost of tender document non- refundable specified in the work in column No.5 of the aforesaid table. The same shall be in the form of demand draft/ Banker Cheque on any Nationalised/ Scheduled Bank, in favour of the Executive Officer, Belpahar Municipality, Belpahar, payable at Belpahar, Orissa. Scan copy of the demand draft shall be submitted in cover - I of the online. Page 4

8 The Bid document shall contain scan copy of (i) Registration Certificate, (ii) PAN, (iii) GSTN (iv) Litigation Certificate (v) No Relation Certificate (vi) Experience certificate, (As above), (vii) List of T & P (viii) Affidavit (ix) EPF Certificate (x) labour Certificate (xi) Ownership/ Lease agreement, Insurance, fitness etc of vehicle and other document required as per DTCN and special condition if any in cover-I. 9 Price bid shall be submitted in cover - II of online bidding. 10 Financial instrument such as cost of bidding document, bid security and additional security in original shall have to be deposited before the tender opening authority in between the date and time of closing and opening of the tender on working days, Non submission of above within the designted period bid shall summarily rejected and debar the bidder from participating in the on-line bidding system and his portal registration shall be blocked. His name shall also be informed to the registering authority for cancellation of his registration as contractor.

11 Financial instrument such as cost of bidding document and bid security in original shall have to be deposited before the tender opening authority by Regd. Post/ speed post on or before date and time of opening of bid i.e. from dt. 24.07.2021 to 29.07.2021 during office hours on working days, failing which the bids shall be summarily rejected. Any postal delay will not be responsibility of the undersigned. This is purely responsibility of the bidders. 12 The authority reserves the right to cancel any or all bids without assigning any reason thereof .

Sd/- Executive Officer Belpahar Municipality. Memo No. 1558 / dt. 05.07.2021. Copy submitted to the Addl. District Magistrate, Jharsuguda / Executive Officer, Brajrajnagar Municipality / Jharsuguda Municipality / Project Director, DRDA-Cum-P.D., DUDA, Jharsuguda / Sub-Collector, Jharsuguda for information with a request to display the same in their respective notice board for wide publication.

Sd/- Executive Officer Belpahar Municipality. Memo No. 1559 / dt. 05.07.2021. Copy to Office Notice Board for wide publication. Sd/- Executive Officer Belpahar Municipality. Memo No. 1560 / dt. 05.07.2021. Copy forwarded to the Dist. Information Officer, NIC, Jharsuguda with a request to kindly publish the same through district website for wide circulation. Sd/- Executive Officer Belpahar Municipality. Page 5

GENERAL TERMS AND CONDITIONS

1 The Executive Officer, Belpahar Municipality on behalf of Belpahar Municipality invites bids on percent rate basis on online mode in conformity with detailed tender call notice (DTCN) for works as detailed in the table given NIT from contractors registered with the State Govt./ Central Govt./ registered firms/ Organizations and Service providers having EPF registration no, ESI, Labour licence, GSTIN, PAN & experience certificate (As per DTCN) on production of satisfying certeria definite proof from the appropriate authority.

Cost of Tender Documents 2 The details of bid documents specification, schedule and set of terms & conditions will be available in website www.tendersorissa.gov.in from 10.00 hours on dt. 08.07.2021 to dt. 23.07.2021 by 17.00 hours for online bidding. on payment of cost of tender / quotation documents mentioned in column 5 of NIT in shape of DD/ Banker chaque drawn on any Nationalized/ Scheduled Bank in favour of Executive Officer, Belpahar Municipality payable at Belpahar. The cost of tender paper is not refundable.

Cost of Bid Security (EMD) 3 Bids must be accompanied with bid security (EMD) specified for the work in column no 4 of NIT in the form of demand draft/ Banker Cheque/ Fixed deposit receipt of on any Nationalized Bank / schedule Bank/ Kishan Vikash Patra/ Post Office Savings Bank Account/ National Savings Certificate/ Postal Office Time Deposit Account duly pledged in favour of the Executive Officer, Belpahar Municipality, Belpahar payable at Belpahar, Odisha

Performance Security Deposit 4 The successful tenderer will have to deposit a performance security amounting to Rs. 7,60,000/- (Rupees seven lakhs sixty thousand) only in the form of demand draft/ Banker Cheque/ Fixed deposit receipt of on any Nationalized Bank / schedule Bank duly pledged in favour of the Executive Officer, Belpahar Municipality, Belpahar payable at Belpahar, Odisha covering the period of contract. In case the contract is further extended beyond the initial period the security deposit will remain with Belpahar Municipality covering the period of extended contract period. The security deposit with Belpahar Municipality is interest free.

Receiving of cost of bid and bid security 5 Financial instrument such as cost of bidding document and bid security in original shall have to be deposited before the tender opening authority by Regd. Post/ speed post on or before date and time of opening of bid i.e. from dt. 24.07.2021 to 29.07.2021 during office hours on working days, failing which the bids shall be summarily rejected. Any postal delay will not be responsibility of the undersigned. This is purely responsibility of the bidders. Non submission of above within the designted period bid shall summarily rejected and debar the bidder from participating in the on-line bidding system and his portal registration shall be blocked. His name shall also be informed to the registering authority for cancellation of his registration as contractor. The authority will not be responsible for any delay for non receipt of tender/quotation documents in time.

Opening of Tender Paper 6 Bids received on "online" shall be opened at. 11.00 hours on dt. 30.07.2021 in the office of the undersigned in the presence of the bidders or their authorized agents who wish to attend. If the office happens to be closed on the date of opening of the bids as specified, the bids will be opened on the next working days at the same time and venue.

The financial bid will only be opened of those bidders who will qualify the technical bid. 7 Page 6

Bid Validity 8 The validity period of the tender should be for a period of 90 (Ninety) days from. The date of opening of tender and validity of tender can also be extended if agreed to by the contractor and Department on submission of "No Claim Certificate" by the Contractor. Contract Period 9 The contract shall be for a period of 01 (One ) years. Which may be extended after prior approval of appropiate authority on observing the formalities and performance of the Agency. 10 The quotationer shall not sublect, transfer or assign any part of the full work without prior written permission from the Executive Officer, Belpahar Municipality. Rate 11 The amount shown in NIT against work are cost of labour, OHC, CP, PPE, wheelborrow, Jhadu, Fauda, stick, transportation,loading and unloadoing excluding Cess, GSTN, EPF and ESI. 12 While quoting rates, the bidders are required to quote their rates inclusive of other miscellaneous expenditure as may be required such as T & P charges, O.H. Charges, Cost of documentation like taking photographs at the disposal sites as per direction of officer-in-charges excluding Cess, GSTN, EPF and ESI.

13 Quoting abnormally low rate/high rate, tender will be rejected (the rate of estimation will be done by authority taking factors into account and the authority is not liable to explain the tenderer the details of the rate so as estimated).

14 In case of any complaint by the labour working about the non-payment or less payment of his wages as per latest minimum wages act, the Executive Officer will have the right to investigate and if the contractor is found to be in default, he may recover such amount due from the contractor and pay such amount to the labour directly under intimation to the local labour office of the Government. The contractor shall not employ child labour. The decision of the Executive Officer is final and binding on the contractor. 15 (i) If the rate quoted by the bidder is less than 15% of the tendered amount, then such a bid shall be rejected and the tender shall be finalized basing on merits of rest bids. But if more than one bid is quoted at 14.99% (Decimals up to two numbers will be taken for all practical purposees) less than the estimated cost. The tender accepting authority will finalize the tender through a transparant lottery. where all bidders/ their authorized representatives.

16 Additional performance Security: (3.5.5.(V) OPWD Code Vol-1 Memorandum No.14299/W, dt.03.10.2017 Additional performance Security shall be obtained from the bidder when the bid amount is less than estimated cost put to tender. In such an event, only the successful bidder who has quoted less bid price/rates than the estimated cost put to tender shall have to furnish the exact amount of differential cost i.e. estimated cost put to tender minus the quoted amount as Additional Performance Security (APS) in shape of Demand Draft/ Banker Cheque on any Nationalized Bank, Fixed deposit receipt of Schedule Bank/ Kissan Vikash Patra/ Post Office Savings Bank Account/ National Savings Certificate/ Post Office Time Deposit Account, duly pledged in favour of the Executive Officer, Belpahar Municipaslity and payable at Belpahar within seven days from the receipt of letter, otherwise the bid shall be cancelled and the security deposit shall be forfeited. Further, proceedrng for blacklisting shall be initiated against bidder.

17 Amendmnt to Para-3.5.14 Note-I of OPWD Code Vol-1. If L1 bidder does not turn up for agreement after finalization of the tender, then he shall be debarred from participation in bidding for three year and action will be taken to blacklist the contractor. In that case the L2 bidder, if fulfils, other required criteria would be called for drawing agreement for execution of work subject to the condition that L2 bidder negotiates at par with rate quoted by the L1 bidder otherwise the tender will be cancelled. In case a contractor is black listed. It will be widely published and intimated to all departments of Government and also to Government of agencies working in the state. Page 7

Experience 18 The bidder is to submit alongwith bid regarding experience on successfully completed of works i.e. Streets sweeping / Desilting of drain/ Lifting of garbages/ Levelling of garbage/ Supply of labour for house keeping/ Sanitation works not less than 75% of the amount put to tender , falling which tender will be rejected. The bidder should have minimum experience of same nature of work at least for a period of 1 year during last three financial years.

Cost of Bid Security (EMD) forfeited 19 The earnest money shell be forfeited on the following grounds. On revication of tender or On refusal to enter in to a contract after the contact is awarded to a contractor .or If the contract is not commenced after the order is awarded to a Leasee with in 7 ( Seven ) days. Fails to furnish the security deposit with in the specified time.

Facility 20 The tenderer must have his establishment at Belpahar for proper supervision of the work. 21 The tenders submitted by partnership firms should be furnished with partnership deed duly registered. 22 Letter of authorization for representing the Registered Firm/Private Company/NGOs and to sign the bid document should be enclosed along with the tender document. 23 All the documents furnished by the bidders are subject to further verification from the original documents and the issuing authority, in case any manipulation is found, the EMD and TDR will be forfeited and action may be taken for further blacklisting.

Payment 24 Payment will be given to the executant in monthly basices after submission bill in duplicate. However copy of deposit challan should be produced by the agency along with their monthly bills, in case said deposit challan can not be produced by the agency the EPF, ESI,GSTN dues as applicable shall be recovered from the bills.

25 The standerd payment terms subject to recoveries of any amount under the liquidated damages clause of contract will be as under:- 26 a) The contractor will submitted their monthly bills duly certified by the Health Inspector/ Sanitation In-charge/ Zamadar,of Belpahar Municipality for the purpose of settlement and payments.The first Monthly payments shall be realesed only after the contractor has fullfilled his responsibility of submitting labour Licencse and other necessary document and maintinng records .in compliance with labour license and other necessary documents and maintaning record in compliance with labour laws, rules rules and regulation and as required by the Municipal authority administration.The payment will be made to the firm/contractor on completion on satisfactory work. Bills in two copies with certificate should be submitted to Executive officer for arranging payment .

27 The contractor will make at his own cost housing accommodation for and medical aid to the Labours engaged on the work. The safety of labours at site is at the risk of Executants / contractor fully and Municipality will not be responsible for the same. Page 8

DETAILED CONDITIONS OF CONTRACT 1 The vehicles to be deployed for cleaning and sanitation work must be in good running condition. 2 The Registered Firm/ NGOs/ private Company supplying the vehicles must possess all the required documents from the R.T.O. 3 The drivers of the vehicles must have valid driving license. 4 The party supplying the vehicles shall bear (i) The salary and other expenses of the driver and other staff attached to the vehicle. (ii) Cost of fuel and other lubricants (POL). (iii) Cost of repair and maintenance of this vehicle engaged. 5 Labour required for loading and unloading of garbage and other wastes shall be supplied by the bidder. 6 The party supplying the vehicle shall have arrangement of reserve vehicles so as to be able to increase the nos. of vehicles as per direction of the officer-in-charge and to replace any of his out-of-order/damaged vehicles to avoid any disruption in the cleaning operation. 7 The successful bidders shall execute an agreement with the Belpahar Municipality within 7 (seven) days from the date of receipt of letter of acceptance of his offer. The EMD deposited with the tender and the TDR shall be retained by Belpahar Municipality as security deposit. The EMD of the unsuccessful tenderers shall be refunded. The Detailed Tender Call Notice shall form a part of the agreement. 8 In case the executant's services is not found satisfactory to the Belpahar Municipality then the Municipality shall be at liberty to close the contract within the period of contract with a single 7 (seven) days notice. The party shall have no right to raise any dispute to claim for such disengagement. 9 The garbage shall be covered as per norms prescribed by OPCB during transportation. 10 The intending bidders are advised to visit the areas and accordingly quote their rates and such rates will be valid for a period of minimum one year from the date of signing the agreement. 11 The bidder shall undertake/ carry out the work of collection of solid waste and transportation of the same to the identified site decided by the officer of the Belpahar Municipal Council as and when necessary taking in to account the condition of the locality for proper sanitation and cleanliness 12 The bidder shall engage the 82 (eighty two) number of labourers for Sweeping and cleaning of drains, up-rooting of bushes, loading, unloading, spread/ spikling bleaching powder/ phynail/ myleria oil collection and transportation etc. of the waste in the ward and the agency shall pay the required wages fixed by Govt. to the labourers, other workers and transporting staff engaged for the purpose. The authority i.e. Belpahar Municipal Council is in no way concerned / connected of any engagement of the working force made by the agency. The agency shall also abide by rules and regulations of all labour laws and the authority i.e. Belpahar Municipal Council shall not be liable in any manner on account of labour engagement.

13 The successful bidder shall adopt all the labour Welfare Rules and regulation as applicable in respect to the engagement of the working force. However copy of deposit challan should be produced by the agency along with their monthly bills, in case said deposit challan can not be produced by the agency the EPF dues as applicable shall be recovered from the bills. The Municipality shall no way remain responsible for any lapses on the part of the agency.

14 The agencyshall engage minimum 1 (one) no of Backhoe Loader and 2 (two) nos of Tractor with Hydrulic Trolly as per requirement to transfer the entire solid wastes and garbage's, derbishes generated in the day from the concerned area so that the specified area should be thoroughly cleaned during particular fixed time as decided by Belpahar Municipal Council officials. The vehicles engaged for the purpose must not be more than 10 years old and the agency shall keep all the vehicles engaged/ deployed with up-to-date Road permits, insurance certificates/pollution certificate, fitness of use issued by appropriate authorities. The bidder who posses the above machinaries must submit the documentary proof on having own/leased machinaries along with the technical bid. Page 9

15 The vehicles engaged for transportation of solid wastes must be in good running conditions. The drivers of the vehicles must have valid driving licence. The agency shall bear the salary and other expenses of driver and other staffs attached to the vehicle including cost of fuel, lubricants and repair and maintenance of vehicles

16 Keeping at the aim of providing improved sanitation and cleanliness condition of the allotted area, the agency shall ensure proper cleaning of the concern ward according the time schedule ordered by the concerned authorized officer and agency has to maintain a register clearly indicating nos of trips made with vehicle number, time of loading and unloading, time of arrival and departure as per the direction of Officer-in-charge of Belpahar Municipal Council and this register may be subject to verification by any authorized Officer from Belpahar Municipal Council.

17 The required equipments like Wheelbarrows, Tricycle, Tractor, etc. from the authority the same can be provided on application subject to availability on payment of hire charges on quarterly basis to be finalized by the authority

18 The agency will arrange conducting mass special cleaning drive time to time in alternative wards on rotation basis or as per necessity.

19 During festival and other special occasion the area of mandap and its surrounding are to be thoroughly kept cleaned to the satisfaction of the authority.

20 The agency is to provide dressess, PPE and safety equipments i.e. Hand Globes, Mask, Gumboot etc to all labourers.

21 The sweepers, labours engaged for drain cleaners, bush cutters, labour engaged for loading/ unloading will perform their duty in an uniform with apron, the color of which will be prescribed by Belpahar Municipal Council. This shall be complied by the executing agency so as to ensure better identification by the public as well as Officers of Belpahar Municipal Council.

22 The authority shall have the right to make amendment to the conditions of the agreement as and when necessary for proper management of the sanitation service which would be binding on the agency. 23 The agency shall take all care while transporting the garbage according to the norms prescribed by the Orissa State Pollution Control Board for implementation of the Municipal Solid Waste (Management and Handling) Rules, 2000 and the carried waste shall not spill during transportation and due care shall be taken in that effect i.e. covering the garbage by tarpaulins or netting cloths.

24 The earnest money at the time of tender and the additional performance security after the tender deposited by the agency will be return after the agreement period is completed smoothly to the satisfaction of the authority. 25 The agency shall revise labour license as per actual requirement of labours for this work and renew the required labour license from time to time. That in case the work of the agency on a particular day during inspections of Belpahar Municipal Council officials is not found satisfactory, deduction in the monthly payable bill of the agency will be made the amount of deduction will be decided by the Executive Officer, Belpahar Municipality.

26 The agency shall be entitled to the quoted rate for carrying out the work in entity and inclusive of all other machinery expenses such as T&P charges, overhead charges, documentation and the agreed rate shall be valid for the entire period of the agreement and the agency shall have no claim of escalation or any other charges. 27 The agency shall prepare a statement of work duly certified by the authorized officer of Belpahar Municipality and furnish a copy along payment particular, p.p.challan with the bills. Page 10

28 The agency shall arrange all required tools, wheel barrows, tricycles, broom stick and other allied implements like Phauda, Belcha, etc. as per requirement for sweeping, drain cleaning, bush cutting and collection of the solid waste/ garbage at his own cost..

29 The agency shall ensure engagement of sufficient number of carries as would be required in the ward in order to maintain the cleaning of the solid waste, wastage in the ward every day and in case of the authorized officer of the authority requires any additional carrier to clear the waste the agency shall carry out the same No. extra payment or additional payment shall be made to that effect as the agency undertakes the job for the whole contract period.

30 An undertaking indicating that the tenderer will furnish the following, three days in advance to the starting of work, i) the machines indicated in the tender form, ii) Statement indicating names & bio-data of the work force duly signed by the contractor along with two photographs each of all staff attested by the contractor. A declaration should be given alongwith the statement of names that the contractor is an independent employer and all persons engaged/employed by them are at their own cost and expenses for carrying out the agreed work under this contract, and shall be their employees, and not that of the Municipality, iii) Valid EPF registration certificate, iv) valid Employees State Insurance Certificate, v) valid labour license. If the tenderer fails to comply the above conditions, the work order will be rejected outright and the earnest money along with security deposit will be forfeited.

31 The agency will produce an advance work programme to the authority well in advance. The authority is empowered to change the work programme and issue revised work programme for better sanitation work, if required.empowered to change the work programme and issue revised work programme for better sanitation work, if required. Page 11

Other Provisions:-

1 The solid waste collected from the door step/community bins through primary collection system if stored at a convenient intermediate place (i.e. primary transfer station) still its onward transmission to final disposal point may be carried out in the same day to avoid unhygienic condition.

2 The record of solid waste transported should be maintained properly which should be verified daily by the authorized officer of Belpahar Municipal Council. If the quantity of solid waste transported is less than 10% of anticipated quantity then recovery should be made accordingly from the monthly bill of the agency in the approved rate.

3 Further a public complain & suggetion register may be maintained by the agency showing daily record of cleaning with remarks of inhabitants (at some prime location)of a particular locality which may be checked by officials of Belpahar Municipal Council at times to asses the performance of the agency. 4 The required bills of the agency shall cleared by the council only after certificate issued by the authorized officer. Statutory claims and taxes shall be deducted from the bills by the Belpahar Municipal Council. However the agency should produce payment bills, EPF challan month wise and should be supported by documentary evidence, photographs etc. as per procedure stipulated above.

5 All lobour be provided with distinct uniforms as approved by the Municipal authority at the contractors own cost.

6 All labour to be supplied soap monthly one no for washing at the cost of contractor.

7 During the course of execution of contract,meeting would be called once in a month, to review the performance and to take corrective action to avoid recurrence of publice complaints Additional meeting s may also be held in case of any emergency.

8 Contractor has to keep his tools and plants in his own custody.theft or any unusual occurrence will be the full responsibelity of the contractor.

9 Regarding quality of cleanliness,and imposition of penalty due to non-execution of work which or inpart, Municipal authority decision would be final and binding on the contractor.

10 The Municipal Administration will terminate the contract if the work executed by the contractor is consecurively unsatisfactory (below 7 rating) for 10 days. The Labour engaged by the contractor should always be in prescribed uniform and indentity badges & if they are found without these, Municipality may impose penalty not more than Rs.10/- per day per case.

11 Municipal Official of different rank will be inspecting the quality of cleanliness from time to time. In case of Adverse remarks of any inspecting official or public complaints received on cleanliness (Registered in the available complaint book in the office and found to be valid by the Municipal authority) the contractor will be liable for a penalty of Rs.200/- (Rupees two hundred)only to Rs.500/- (Rupees five hundred)only or the compensation awarded to complainant in any court of law or in consumer court or both.

Executive Officer, Belpahar Municipality. Page 12

BELPAHAR MUNICIPALITY

BID DOCUMENT FOR PROVIDING CLEANING AND SANITATION SERVICE IN WARD

A) SCOPE OF WORK 1) Sweeping & Collection of Solid Wastes :- The entire geographical area of Ward should remain always clean i.e. through out the day. The solid wastes are to be collected from various sources of it's generation through out the area. Solid wastes shall have to be collected from all road sides, drain sides, dustbins/ garbage bins/ transit point/ other places within the specified area from market places including commercial/ industrial/ institutional units and from bins placed by various commercial units. Solid wastes also include dead animals and road sweepings.

2) Cutting of Bushes & Cleaning of Drains:- The bushes and shrubs from road side berms are to be cleaned by the agency. The road side open drains are also to be cleaned i.e. removal of polythene, paper and other floating materials to avoid chocking of the drains. The agency shall provide all necessary labour and other necessary T&P articles including safety devices,PPE for the health of the labourers engaged as may be required for the job and as per the direction of Officer-in-charge of Belpahar Municipality. In case of non-compliance of above by the executing agency, Belpahar Municipality reserves the right to close the contract any time within the specified period of contract with a single 7 (seven) days notice served to the agency from Belpahar Municipality.

3) Transportation of Solid Wastes :- The Solid Wastes collected from different places inside the specified area shall have to be suitably loaded into transporting vehicles as per the requirement and shall have to be transported to the approved identified MCC,MRF, C&D location of Belpahar Municipality and the solid wastes will be unloaded by the agency at these sites. The cost of transportation should include the cost of labourers for loading and unloading of solid wastes into and out of the vehicles respectively and the wages of the drivers/ helpers attached to the vehicles. The agency shall have to provide vehicles as per requirement as may be directed by the Officer-in-charge from Belpahar Municipality to match the daily programme chalked out by him and failure to do so Belpahar Municipality may engage numbers of vehicles and labourers as per requirement and the cost there of shall be recovered from the monthly bills of the agency. In no case solid wastes generated in a day shall be retained in the area for more than 24 (twenty four) hours.

4) Two time sweeping The cleaning of road including lanes & by lanes will be done twice a day from 6.00 Hrs. to 11.00 Hrs & 17.00 Hrs to 20.00 Hrs (Night Sweeping) as per the direction of Executive Officer & authorised person. (except daily market & weekly market)

5) Cleaning of drains The drain will be cleaned regularly every third day, clearing of blockage every day. 6) Disinfection Disinfectant such as bleaching powder/Mosquito oil will be spread once in a week (Saturday) and as per the direction of Executive Officer & authorised person where and when required, which will be supplied by this office.

Executive Officer, Belpahar Municipality. Page 13

APPENDIX – A INFORMATION REGARDING CURRENT LITIGATION, DEBARRING EXPELLING OF TENDERED OR ABANDONMENT OF WORK BY ME TENDERER

1 Is the tenderer currently involving in any litigation relating to the works. Yes / No 2 Has the tenderer or any of its constituent partners been debarred/ expelled by any Yes / No agency in India during the last 5 –years. 3 Has the tenderer or any of its constituent partner’s failed to perform on any contract Yes / No work in Belpahar Municipality If yes, give details:

Note: If any information in this Appendix is found to be incorrect or concealed, qualification application will be summarily be rejected.

Signature of the Tenderer

APPENDIX- B AFFIDAVIT

1. Sri ………………………………………. ..aged about …………years, Son / daughter / wife of Sri …………………………………………. at present residing at …………………………………………… P.O. ……………………… Dist...... PIN ……………….. do hereby solemnly affirm as follows. 2. That I /We posses valid license for execution of work contract issued by ………………………...... and valid up to I am submitting tenders before Executive officer, Belpahar Municipality, Belpahar for execution of ……………………………………………………………………………….………in response to Tender Call Notice No……………… dated…………………… .

3. That I am the authorized signatory on behalf of contractor for the tender for the work mentioned above.

4. I am swearing this affidavit that all tender documents and accompanying papers those being submitted by me before Executive office, Belpahar Municipality including cost of Bid document and EMD are all authentic and bona fide documents in the eyes of law of land.

Signature of the Tenderer/ Authorised signature Page 14

APPENDIX – C LIST OF COMPLETED / EXECUTED WORKS

Sl no Descri Place & Location Estimated Value of Stipulated period of Date when Remarks if ption Works Rs in Lakh completion decision is any of work expected

1 2 3 4 5 6 7

(N.B:- Original completion certificate to be scanned along with above Appendix.”C“)

Signature of Contractor.

APPENDIX- D

DETAILS OF PLANT & EQUIPMENT TO BE DEPLOYED ON THE CONTRACT WORK

SL. List of Plants &Equipments Nos. Owned Leased No.

The capacity of each plant and equipment should be as per specification. The above equipments either owned or availed on long term lease extended beyond the duration of the work, the authority of which in either case is to be sustained before award of work. The equipment mentioned above must indicate owned or leased. For deploying additional sophisticated equipments by the agency for completion of work, no claim shall be entertained.

Signature of Contractor. Page 15

APPENDIX- E

CERTIFICATE OF NO RELATIONSHIP CERTIFICATE

I/We hereby certify that I/we am/are related /not related to any officer of the BELPAHAR Municipality in the rank of Asst. Engineer or above I/we am/are aware that if facts to be proved false my/our contract will be rescinded with forfeiture of EMD and ISD and I/We shall be liable to make good loss or damage resulting from such cancellation.

Full Name of the contractor- 1. Address for correspondence- Phone No: Alternative phone No

2. Permanent Native address- Village………………………………………….. Post/…………………………………………….. Dist……………………………………...... Pincode...... Signature of Contractor. Page 16

CHECK LIST

Sl No List of documents / documents for which attested photocopy is to be enclosed. Whether Ref Page Furnished

Yes No 1 Cost of tender documents Rs. DD No 2 EMD Rs DD No 3 Copy of vaild Registration Certificate 4 Copy of PAN Card 5 Copy of GSTN 6 Copy of EPF Registration Certificate 7 Copy of ESI Registration Certificate 8 Copy of Labour License. 9 No Relationship Certificate (APPENDIX- E) 10 Experience of same nature of work at least for a period of 1 year during last three financial years. (APPENDIX – C) 11 Information regarding current litigation, debarring / expelling of the tender or abandonment of the work by the tender (APPENDIX – A) 12 Affidavit (APPENDIX- B) 13 List of Tools & Plants and machineries as per the work (APPENDIX- D)

Name, Address & Tel. No. of Bidder. (Signature of Bidder)

Executive Officer, Belpahar Municipality.