terms of reference (tor) & invitation of technical
TRANSCRIPT
1
Terms of Reference (TOR) &
Invitation of Technical & Financial Bids
for
Designing, Supply, Installation, Testing and Commissioning of Stationary
Ambient Air Quality Monitoring Systems (AAQMS) with Communication
Modules and Portable Air Quality Monitoring Device in Narayanganj city
of Bangladesh under the
Accelerating Climate Action through the Promotion of Urban Low
Emission Development Strategies (Urban LEDS II) project
Task
Designing, Supply, Installation, Testing and
Commissioning of Stationary Sensor Based Ambient
Air Quality Monitoring Systems (AAQMS) with
communication modules and portable air quality
monitoring device with calibration kit in Narayanganj
City Corporation (NCC) of Bangladesh including all
allied works and comprehensive operation and
maintenance (O&M) for one year post completion
under the Accelerating Climate Action through the
Promotion of Urban Low Emission Development
Strategy (Urban LEDS) Phase II.
Summary
The European Commission supported ‘Accelerating
Climate Action through the Promotion of Urban Low
Emission Development Strategies (Urban LEDS)
Phase II’ project being implemented by UN-Habitat
and ICLEI South Asia in India and Bangladesh aims to
support implementation of local climate actions in
cities.
Narayanganj is an industrial city housing textiles
industries, rerolling mills, cement factory, brick kilns.
This industrial activity along with transportation may
not only impact the air quality of the city but also
adversely impacts human health. Installation of
stationary sensor-based AAQMS with communication
modules and portable Ambient Air Quality Monitoring
devices with calibration kit has been identified as a pilot
project for NCC to enable the authority to implement
evidence-based air quality management practices.
The main objectives of implementing the stationary
sensor based AAQMS with communication modules
and portable Ambient Air Quality Monitoring devices
with calibration kit are as below:
2
To determine the current status and trends of
ambient air quality
To indicate levels of air quality necessary with an
adequate margin of safety to protect the public
health, vegetation and property
To assist in establishing priorities for reduction
and control of pollution level
To examine if the prescribed ambient air quality
standards are maintained
To provide evidence required for developing
preventive and corrective measures
Description of the assignment,
Deliverables
1. The selected bidder shall deliver and install at least
two sensor based stationary Ambient Air Quality
Monitoring System (AAQMS) with communication
modules and two portable Ambient Air Quality
Monitoring devices with calibration kit equipped
with analysers of CO, NO2, SO2, particulate matter
(PM10 and PM2.5), relative humidity, temperature,
and noise as specified herein for Narayanganj city,
along with appropriate hardware, software, and data
logging with digital connectivity through GPRS/
GSM modems/ TCP-IP, which shall be
appropriately licensed.
2. Real time data should be made available for viewing
quickly and easily through remote client interface.
Real time data should be seen on NCC’s website on
a dash board.
3. Selected bidder should also install a LED display in
a preferable location recommended by NCC to
display real time data.
4. The selected bidder shall store air quality data for
all mentioned parameters from instrument/
equipment, prepare monthly reports and submit it to
ICLEI South Asia and NCC.
5. Bidder shall operate and maintain all monitoring
stations for period of 1 year and address any break
downs and complaints within a 72 hour time period.
6. Conducting comprehensive O&M training for
stationary AAQMS and portable ambient air quality
devices to nominated officers/ engineers in NCC
and carrying out periodic calibration of the sensors
during O&M period shall be in the scope of the
bidder
ToR documents:
Detailed Scope of Work is given in Annexure I to
this document
3
Annexure II specifies the requisite Experience and
Qualifications of the bidder and specifications
related to the technical and financial proposals
Format for technical specification for AAQMS is
given in Annexure III
Annexure IV specifies Contract Conditions
Annexure V gives an indicative format for the BOQ
to be included in the financial proposal
Location and Timelines
Location:
Narayanganj City Corporation (NCC), Bangladesh
Timelines:
The work, of supply, installation & commissioning of
all the Ambient Air Quality Monitoring Stations,
along with operational communication modules and
active dashboards on indicated websites shall be
completed within six weeks from issue of work order.
Proposed Payment schedule
Proposed Payment Schedule:
40% of the total work value at the time of
commencement of work.
40% of the total work value at the time of
installation, site test/ commissioning of AAQMS
10% of the total work value after completion of
O&M training to NCC officials
10% of the total work value once the selected bidder
has successfully addressed all complaints, operates
and maintains the system for period of six months
out of total 1 year O&M period.
Proposed Time frame
Publication of tender on ICLEI South Asia
website: 19th March, 2020
Last date of acceptance of proposals (technical and
financial): 3rd April, 2020
Date of announcement of successful bidder: 10th
April, 2020
Issue of work order to selected bidder: 17th April,
2020
Commencement of work: 01st May, 2020 (2 weeks
after issue of work order)
Installation, site test/commissioning of AAQMS
and all parts/components as indicated in ToR along
with training of NCC officials: 31st May, 2020 (6
weeks from issue of work order)
4
Contact
Md. Jubaer Rashid
Manager, ICLEI Bangladesh Operations,
ICLEI South Asia,
House 27 (Level 3), Road 1, Block A,
Bashundhara R/A, Dhaka – 1229, Bangladesh,
Tel: +88 01819 866766
Email: [email protected]
Website: http://southasia.iclei.org/
Nikhil Kolsepatil
Manager (Energy & Climate)
ICLEI South Asia
Door No. 6-3-596/47/2, Sapthagiri,
Khairatabad, Hyderabad -500 004, India
Tel: +91-40-4003 4004/005/006
Mob: +91-85859 73062
Email: [email protected]
Website: http://southasia.iclei.org/
5
Annexure I: Detailed Scope of Work
1. Scope of the work
1.1 The scope of work includes supply and installation of atleast two stationary Ambient Air
Quality Monitoring System (AAQMS) with communication modules and two portable
Ambient Air Quality Monitoring devices with calibration kit equipped with analysers of
CO, NO2, SO2, particulate matters (PM10 and PM2.5), relative humidity, temperature,
noise as specified herein for Narayanganj city along with appropriate hardware, software,
and data logging with digital connectivity through GPRS/ GSM modems/ TCP-IP, which
shall be appropriately licensed.
1.2 All instrument and power cables, cable trays and erection hardware within the limit of
the scope shall be under vendor’s scope of supply.
1.3 Vendor shall provide GPRS/ GSM modems/ TCP-IP for data connectivity. Operation and
maintenance of the same shall be part of vendor’s scope.
1.4 AC power requirement including the power supply distribution boards for analysers and
any other requirement shall be arranged by Bidder in consultation with the NCC.
1.5 The analysers should be complete with calibration system for sensors and data acquisition
system. The calibration procedures are to be integrated into the software system for
automatic calibration or calibration schedule to be provided.
1.6 Operation manuals shall be provided for each set of analysers.
1.7 The selected bidder shall store air quality data for all mentioned parameters from
instrument/ equipment, prepare monthly brief report and submit it to NCC and ICLEI
South Asia.
1.8 Provision should be made for viewing of Real time data through remote client interface.
Real time data should be seen on and NCC website as dash board.
1.9 Bidder shall Operate and Maintain all monitoring stations for period of 1 year. Bidder
shall address all complains or any breakdown within 72 hours’ time during the
comprehensive O&M period.
1.10 Exhaustive O&M training for stationary AAQMS and portable ambient air quality
monitoring device, including training for calibration, shall be provided by bidder to NCC
officials and ICLEI South Asia team.
1.11 Guarantee: All equipment and entire installation shall be guaranteed for a period of three
years from the date of taking over the installation against performance, break design,
analyzers, spare parts, hardware and software, workmanship and material. The equipment
or components, or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the city officials. The
bidder shall provide declaration for guarantee and promptly entertain complaints received
from NCC and shall rectify the same.
1.12 The analyzers and sensors used in AAQMS shall be manufactured by internationally
reputed/acclaimed/trusted brands and analysis method is acceptable by national and
international standards.
6
1.13 The equipment and materials to be furnished shall be designed, manufactured and tested
in accordance with the latest versions of Bangladesh or other international standards as
applicable unless otherwise stated.
1.14 Contractor shall address a break down or complains either by NCC or by ICLEI South
Asia within 72 hours’ time. Responsibility of calibration of sensors and frequency of
calibration shall lie with in contractor’s scope of work.
7
Annexure II: Bidders Eligibility Criteria and List of Required Documents
(B) Bidder Eligibility Criteria
Technical requirements
a) The bidder may be a Manufacturer/ Assembler/ supplier of the Ambient Air Quality
Monitoring System for a minimum period of last three years or an Authorized
Distributor or Dealer of a Manufacturer/Assembler of the Ambient Air Quality
Monitoring System for a minimum period of last three years.
b) The Bidder should have installed a minimum of ten sensor based Ambient Air
Monitoring Stations within last three financial years and should provide proof of
continual data logging and reports of calibration.
c) The bidder must possess written evidence in the form of Letter of intent/Work order/
project completion certificate issued by the client (any city/ state/ national/
international agency) for related consultancy.
d) On-going projects shall also be considered and can be submitted with details of
progress supported by suitable documents (e.g. copy of invoice or payment received
till date or through certificate from the respective client).
e) The bidder shall have maintenance experience of at least three years for at least
three air quality monitoring stations within the last three years.
f) The bidder shall demonstrate capability to facilitate or attend to maintenance works
during O&M period of 1 year.
g) Bidder shall provide information on technical criteria of the sensors as per
Annexure III.
h) It is desirable that manufacturer/ assembler/ supplier/ authorized distributor/ dealer
of a manufacturer/ assembler of AAQMS shall have registered office in India. Joint
Venture / consortium between two or more company/ manufacturer/ assembler/
supplier/ authorised distributor/ dealer of a manufacturer/ assembler of AAQMS is
allowed, but a certified copy of Board Resolution/Power of Attorney to the partner,
having registered office in India, indicating the representative shall accompany the
Proposal.
Financial requirements
a) The bidder should possess a valid TIN, VAT and registration certificates of the firm.
Bidders should produce latest Income Tax clearance certificate/income tax return
details as relevant.
(C) Documents to be submitted by participating bidders
The Technical bid should provide the following information/ documents
a) Company profile
b) Documentary evidence indicating status as Manufacturer/Assembler/Authorized
dealer/distributor of Sensor based Ambient Air Quality Monitoring Stations for a
8
minimum period of last three years. In case the bidder is an authorized dealer,
additional authorization letter is required from the manufacturing company
c) Detailed technical specifications of the stationary sensor based AAQMS and
portable sensor based ambient air quality devices as per Annexure III, including
relevant certifications
d) All relevant data, information, drawing and documents including manuals for
installation, site test/ commissioning, operation and maintenance, system
configuration diagram and communication diagram
e) Proof that offered analysers and the analysis method is acceptable by relevant
national agencies and in line with internationally accepted standards/practices.
f) Details of similar projects (work of supply, installation, testing, commissioning and
handing over of at least 3 Sensor based Ambient Air Quality Monitoring Stations
which are operational since installation in any Municipality/Municipal
Corporation/private company registered under The Companies Act (Bangladesh),
1994 over the last 3 years. Details should include: Beneficiary, type and technical
details of installation, contract value, date of commencement, date of
commissioning, proof of calibration and maintenance, contact details (with
telephone number) of contact person for the given contract along with the
performance certificate issued by the previous clients
g) Methodology of execution and detailed work plan. The detailed work plan in form
of bar chart/pert chart for complete assignment shall be submitted.
h) Details of all the technical personnel whom the bidder shall engage for this project
providing name, qualification, nature of work (field or office), mode of
employment, previous experience and location of staff.
The Financial bid should provide the following information/ documents
a) Bill of materials for sensor based AAQMS along with the financial bid including
prescribed format in Annexure V.
b) Bidders should submit all relevant financial and registration documents such as
valid TIN, VAT, PAN number, registration certificates, latest Income Tax clearance
certificate/income tax return details.
c) Last 3 Financial Year’s balance sheet audited by certified Chartered Accountant
The Financial bid shall be inclusive of all the costs including taxes associated with the project.
It is clarified that, for the purposes of evaluation, the financial bid should be prepared in
Bangladesh taka (BDT). In submitting the price bid, the Consultant shall adhere to the
following requirements:
- The price quoted shall be fixed and firm and not subjected to any escalation or variation.
The price should be inclusive of all transportation and installation charges including all
required material to successfully complete tasks, duties & taxes, insurance and as per
the format given in Annexure IV.
- ICLEI South Asia reserves the right to add/delete the final quantity at the units rate
quoted by the bidder
9
- In case of any discrepancy between the amount quoted in figures and words, the amount
quoted in words will be considered for evaluation purposes.
- The bidder shall acquaint with the work and working conditions at site and locality. No
claim shall be entertained on this issue after the bid has been submitted.
- All or any accessories/consumables/items required for satisfactory commissioning of
the work shall be deemed to be included in the contract and shall be provided by the
bidder without extra charges
(C) Bid submission
- The ToR/bid/tender form shall be downloaded free of cost from the ICLEI South Asia
website.
- The bid document shall be submitted by bidders through email to the below mentioned
email ID on or before 03rd April 2020
- The bidder shall also submit 1 set of hard copy of the bid documents to the address as
mentioned below:
Mr. Bhaskar Padigala
Deputy Manager, ICLEI South Asia
C-3, Lower Ground Floor,
Green Park Extension, New Delhi - 110016, India.
Tel: +91 – 11 – 4974 7200
Fax: +91 - 11 - 4974 7201
Email: [email protected]
Website: http://southasia.iclei.org/
- The hard copy of bid document shall reach to the above mentioned address not later
than 3 days from the last date of submission of bid document, provided the bid has been
submitted through email before the due date of submission
- The Bid shall be submitted in two parts, viz.
Envelope I: Technical Bid;
Envelope II: Financial Bid; and
both Envelopes I & II to be placed and sealed inside Envelope III
- Envelop I: sealed and shall be super scribed as:
Part A: Technical bid for
10
“Designing, Supply, Installation, Testing and Commissioning of Stationary Ambient Air
Quality Monitoring Systems (AAQMS) with Communication Modules and Portable Air
Quality Monitoring Device in Narayanganj city under the Promotion of Urban Low
Emission Development Strategies (Urban LEDS II) Project”
- Envelop II: sealed and shall be super scribed as:
Part B: Financial bid for
“Designing, Supply, Installation, Testing and Commissioning of Stationary Ambient Air
Quality Monitoring Systems (AAQMS) with Communication Modules and Portable Air
Quality Monitoring Device with calibration kit in Narayanganj city under the
Promotion of Urban Low Emission Development Strategies (Urban LEDS II) Project”
- Envelop III: sealed and shall be super scribed as:
“Designing, Supply, Installation, Testing and Commissioning of Stationary Ambient
Air Quality Monitoring Systems (AAQMS) with Communication Modules and
Portable Air Quality Monitoring Device with calibration kit in Narayanganj city
Corporation under the Promotion of Urban Low Emission Development Strategies
(Urban LEDS II) Project”
- The bid shall be valid for a period of 60 days from the date of submission of bid
document.
- A bidder shall submit the bid documents that satisfies each and every condition laid
down in this notice, failing which, the bid will be liable to be rejected by ICLEI South
Asia.
- In case the bidder wishes to sub-contract part of his deliverables, the final responsibility
of delivery and performance solely lies with the bidder
Please note that the failure to comply with or provide the above listed items in the Technical
Proposal may result in disqualification. The bidder shall produce, original documents for cross
verification as and when requested by ICLEI South Asia. Each page of all the documents
mentioned above as well as technical and price bid documents shall be duly signed by bidder.
11
Annexure III: Format for Technical Criteria for AAQMS
Bidders shall provide required technical specifications for both types of air quality monitoring
sensors i.e. stationary and portable separately as per this format. If a certain criterion is not
applicable for some fields, bidders are encouraged to put ‘not applicable’, empty fields will not
be considered for evaluation. Bidders are also encouraged to put any additional information for
sensors in ‘others’ field, if not included in this format, which will be considered for evaluation
depending on its importance.
Definitions
1. Lower Detectable Limit - Lower detectable limit determines the minimum parameter
value reading capability of the sensor (lower range is good).
2. Precision - Precision represents capacity of a sensing system to give the same reading
when repetitively measuring the same parameter under the same conditions.
3. Response Time: It is the time taken by the sensors to sample the gas and observe a correct
reading (lower range is good).
4. Repeatability: When all operating and environmental conditions remain constant,
repeatability is the sensing system’s ability to produce the same response for successive
measurements.
5. Sensor Drift: Drift is observed when a gradual change in the sensing system’s output is
seen, while the parameter actually remains constant. Drift is the undesired change that is
unrelated to the parameter. It is considered a systematic error, which can be attributed to
interfering parameters such as mechanical instability and temperature instability,
contamination, and the sensor’s materials degradation.
6. Zero Drift: Zero Drift is same as sensor drift; additionally it indicates changes in the
baseline of the sensor reading.
7. Span Drift: Span drift is the result of the implication as mentioned in sensor drift and
zero drift, in the case of span the range of measurement of sensor varies. All this indicates
the requirement of calibration.
12
Technical Criteria for CO, NOx, SO2, PM, Temp., Humidity, Noise sensors
Name of Company/Firm _____________________________________
Type of Air Quality Monitoring Sensors – (Stationary/ Portable)
Parameters CO NOx SO2 PM2.5 PM10 Temperature Relative
Humidity Noise
Remarks
(if any)
Type of sensor
Units of
Measurement
Measuring
Range
Resolution
Accuracy
Lower
Detectable
Limit
Precision
Linearity
Flow rate
Response
Time
13
Parameters CO NOx SO2 PM2.5 PM10 Temperature Relative
Humidity Noise
Remarks
(if any)
Repeatability
Sensor Drift
Zero Drift
Span Drift
Operating
Temperature
Operating
Pressure
Operating
Humidity
Others
14
Other Technical Specifications
Specification Name of Company/Firm ______________________________________
Type of Air Quality Monitoring Sensors – (Stationary/ Portable)
Size and weight of system
Approvals
Sensor heads (Interchangeable,
replaceable, zero and span calibrate
sensor heads in the field etc.)
Display status indicators (i.e. battery,
sensors, standby etc.)
Type of data acquisition system (i.e.
on-board data storage, remote data
acquisition, cloud based etc.)
Stabilization times in case of power
outages
Power efficiency
Battery type and specifications (Type
of battery, operating hours per full
charge, life of battery and other
specifications)
Provision to operate through power
bank (in case of emergency in field
for longer duration)
Power requirement
15
Configuration
Calibration (i.e. Factor, Field, Zero
and gain calibration etc.)
For field calibration, please provide
details of calibration accessory
Secured data transmission and
communication
Data outputs and Data logging
(Analog outputs, total number of
records capture, internal memory, PC
data logging)
Reading functions (Minimum,
Maximum and Average)
Tamper alerts in case of security
breaches for device
Notification and Alarm generation
Self-Diagnosis Functionality method
Standard output format
Device can be easily mounted on the
pole or wall using hose clamp
AQI Calculation method
Specifications of LED screen board of
approx. 5 x4 feet size
Others
16
Annexure IV: Contract Terms
1 Conditions of contract
1.1 Atleast two stationary Ambient Air Quality Monitoring stations are sought to be installed
and two portable Ambient Air Quality Monitoring devices are sought to be supplied.
However, the number is indicative and may increase or decrease, depending upon the
budget allocation under Urban LEDS II project and will be based on the rate/unit as quoted
by the bidder. The final location and the total number of Ambient Air Quality Monitoring
stations to be supplied and installed will be mentioned in the work order, however it may
change as per site condition and in that case revised work order may be issued.
1.2 In case the Bidder’s proposal has any deviations from the specifications asked for, the
bidder in his proposal shall indicate clearly such deviations item wise. Price implications
for such deviations shall also be indicated item wise. In the absence of such deviation, it
will be presumed that the offer is strictly as per the specification.
It should be noted that the project is being implemented in Narayanganj City Corporation
area and hence instructions to the bidders will be given by ICLEI South Asia in consultation
with respective city officials. ICLEI South Asia will be overall in-charge for all the works
that would be executed under the present scope of work.
1.3 Contractor to study conditions:
- The bidder shall be deemed to have carefully examined the work and site conditions’
including labour and shall be deemed to have visited the site of the work and to have fully
informed himself/herself regarding local conditions and carried out his/her own
investigations to arrive at rates quoted in the tender.
- If he/she shall have any doubt as to the meaning of any portions of the contract terms, or
the scope of the work or the specifications, or any other matter concerning the contract,
he/she shall in good time, before submitting his/her tender, set forth the particulars thereof
and submit them to the point of contact, as given in this TOR, by email in order that such
doubts may be clarified authoritatively before tendering. Once a tender is submitted, the
matter will be decided according to the tender conditions in the absence of such authentic
pre clarification.
1.4 Asset Ownership
- Once the stationary Ambient Air Quality Monitoring stations are installed and portable
Ambient Air Quality Monitoring devices are supplied, city being the rightful
beneficiary of the system, it will stand transferred to city authority.
2 Bid Evaluation & Assessment
2.1 The bids received will be scrutinized & evaluated by ICLEI South Asia in consultation with
city officials involved in the execution of Urban LEDS II project. The decision shall be
informed to the selected bidder.
17
2.2 The bids of those bidders whose technical bids are found to be responsive shall be informed
and shall be invited for seeking any further clarification/s either individually or a meeting
would be called, if desired.
3 Award of contract
3.1 Detailed Work Order will be issued to selected bidder within 7 days of announcing selected
bidder.
3.2 The selected bidder to forward the signed and sealed work order to ICLEI at the earliest or
not more than 7 (seven) days of issue of work order.
3.3 In case the selected bidder fails to indicate his intent to undertake the said work within the
stipulated time of 7 (seven) days and observe the formalities as above, the Letter of Intent
will be cancelled and the next bidder will be finalised by ICLEI South Asia in Consultation
with city officials.
4 Payment for services
40% of the total work value would be paid to the bidder at the time of commencement
of work
40% of the total work value would be paid to the bidder at the time of installation, site
test/ commissioning of AAQMS
10% of the total work value would be paid to the bidder after completion of operation
and maintenance training to NCC officials and ICLEI South Asia team
10% of the total work value would be paid to the bidder once the bidder successfully
addressed all complaints, operates and maintains the system for period of six months
out of total 1 year O&M period.
5 Compensation for delay
5.1 Time is the essence of the contract and all works shall be completed within the time
stipulated in the contract/ work order
5.2 If the bidder, without reasonable cause or valid reasons, commits default in commencing
the work within the aforesaid time limit, ICLEI South Asia shall without prejudice to any
other right or remedy, be at liberty, by giving 15 days’ notice in writing to the contractor to
commence the work, to forfeit the balance payment depending on the status of work, and
to cancel the Work Order.
6 Extension of date of completion
On occurrences of any events causing delay as stated hereunder, the bidder shall intimate
immediately in writing to ICLEI South Asia-
6.1 Force Majeure:
- Natural phenomena, including but not limited to abnormally bad weather,
unprecedented flood and draught, earthquakes & epidemics.
- Political upheaval, strikes, lockouts, acts of any Government (domestic/foreign)
including but not limited to war, properties, and quarantine embargoes.
18
Please note that this clause will only account if event occurs during commissioning period.
7 Materials/Appliance at site
7.1 Neither ICLEI South Asia nor any city government undertake any responsibility for
supply of any materials/ equipment/ Appliance/ tool for site analysis to the bidder
7.2 All materials/ equipment/ tools brought to site by the bidder shall be the responsibility of
the bidder. City government and ICLEI South Asia shall extend help as and when
approached by the bidder to keep any materials/ equipment/ Appliance/ tool, however not
liable for any loss, theft or damage due to fire or other cause, the responsibility for which
shall lie entirely on the bidder.
8 Final Inspection of Work
8.1 Respective City officials and ICLEI South Asia team shall jointly make final inspection
of all work included in the contract/work order, or any portion thereof, or any completed
structure forming part of the work of the contract, as soon as practicable after notification
by the bidder that the work is completed and ready for acceptance.
8.2 Respective city officials at the time of such inspection shall inform ICLEI South Asia
which in turn inform the bidder in writing as to the particular concerns to be remedied
before final acceptance can be made
9 Planned schedule of activities and payment
Activity Timeline Payment to
selected bidder
Commencement of work Within two weeks of
issue of work order
40% of the total
work value
Installation, Commissioning and testing of
the AAQMS
Within six weeks of
issue of work order
40% of the total
work value
Training to nominated officials by City
Corporation
Within four weeks after
commissioning
10% of the total
work value
Address all complaints, operates and
maintains the system for period of six months
Six months after
installation and
commissioning of
AAQMS
10% of the total
work value
19
Annexure V: Financial Bid Format
Task
Particulars* (details of the
AAQMS
parameters)
Quantity**
(Nos.)
Unit Price
(BDT)
Total Amount
(BDT)
Supply and installation of
the stationary Ambient Air
Quality Monitoring
Stations (AAQMS) to the
Narayanganj City
Corporation
CO, NOx,
SO2, PM10,
PM2.5,
Relative
Humidity,
temperature,
noise
2
Supply of the portable
Ambient Air Quality
Monitoring to the
Narayanganj City
Corporation
CO, NOx,
SO2, PM10,
PM2.5,
Relative
Humidity,
temperature,
noise
2
Supply of Data Logger Specify as
required
Supply of GPRS/ GSM
modems/ TCP-IP for data
connectivity
Specify as
required
Supply of Weather Proof
Enclosure for Sensors
Specify as
required
Supply of Sensor
Mounting Mast
Specify as
required
Calibration kit for portable
Ambient Air Quality
Monitoring devices
Specify as
required
Installation cost 2
Cost of Calibration for
stationary AAQMS for 1
year
Specify as
required
Cost of Comprehensive
Operation and
Maintenance of stationary
AAQMS
2
LED Screen display
(approx. 5 feet x 4 feet) 1
Other Costs as deemed
necessary
Specify as
required
20
Total cost in Figures***
Total cost in Words***
1. *The Ambient Air Quality Parameters mentioned are indicative and may decrease
depending on the price quoted for analyser and sensors by the bidder and availability
of budget under the Urban LEDS II project. The final parameters will be furnished in
the Work Order. Price per unit mentioned in financial bid will be considered as final
quote for mentioned parameters including 1 year operation and maintenance
2. ** The total quantity is indicative and may increase or decrease depending on the price
quoted per unit of the Ambient Air Quality Monitoring Stations by the bidder and
availability of budget under the Urban LEDS II project. ICLEI South Asia reserves the
right to add/delete the final quantity at the unit rate quoted by the bidder for particular
specifications mentioned above. The final quantity will be furnished in the Work Order.
3. ***The rates shall be inclusive of all taxes and duties, insurances etc. The bidder shall
furnish the proof against the same.
4. Payment terms: as per clause 4 of Annexure IV.
TIN/VAT Registration No.: _________________________________________
Pan No. (as applicable): _________________________________________
Name: ___________________________________________
Business address: __________________________________
_________________________________________________
_________________________________________________
Signature of Bidder
(With Company Seal)
Date:
Place: