terms of reference (tor) & invitation of technical

20
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:

Upload: others

Post on 31-May-2022

10 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Terms of Reference (TOR) & Invitation of Technical

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:

Page 2: Terms of Reference (TOR) & Invitation of Technical

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

Page 3: Terms of Reference (TOR) & Invitation of Technical

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)

Page 4: Terms of Reference (TOR) & Invitation of Technical

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/

Page 5: Terms of Reference (TOR) & Invitation of Technical

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.

Page 6: Terms of Reference (TOR) & Invitation of Technical

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.

Page 7: Terms of Reference (TOR) & Invitation of Technical

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

Page 8: Terms of Reference (TOR) & Invitation of Technical

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

Page 9: Terms of Reference (TOR) & Invitation of Technical

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

o [email protected]

o [email protected]

o [email protected]

- 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

Page 10: Terms of Reference (TOR) & Invitation of Technical

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.

Page 11: Terms of Reference (TOR) & Invitation of Technical

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.

Page 12: Terms of Reference (TOR) & Invitation of Technical

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

Page 13: Terms of Reference (TOR) & Invitation of Technical

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

Page 14: Terms of Reference (TOR) & Invitation of Technical

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

Page 15: Terms of Reference (TOR) & Invitation of Technical

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

Page 16: Terms of Reference (TOR) & Invitation of Technical

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.

Page 17: Terms of Reference (TOR) & Invitation of Technical

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.

Page 18: Terms of Reference (TOR) & Invitation of Technical

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

Page 19: Terms of Reference (TOR) & Invitation of Technical

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

Page 20: Terms of Reference (TOR) & Invitation of Technical

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: