LGED Tender Banner

Government of the People’s Republic of Bangladesh

Local Government Engineering Department

Third Urban Governance and Infrastructure

Improvement (Sector) Project (UGIIP-III)

Agargaon, Sher-e-Bangla Nagar

Dhaka-1207, Bangladesh

 

Memo N0. LGED/PD/ UGIIP-III/E-07/2015/1633                          Date: 24 August, 2015

Invitation for Bids (IFB)

International Competitive Bidding (ICB)

                          Tender Notice Number: LGED/PD-UGIIP-III/ICB/2015-16/08

 



Date:  24 August, 2015

 

Loan No.   3142-BAN: Third  Urban Governance and Infrastructure Improvement (Sector) Project (UGIIP-III)

 

Contract No: 08/2015

Title: Supply of 30 (Thirty) Nos. Vibratory Road Roller (3.5 to 4.5 Ton)

 

 

1.

The People’s Republic of Bangladesh has received a loan from the Asian Development Bank (ADB) and the OPEC Fund for International Development (OFID) toward the cost of Third Urban Governance and Infrastructure Improvement (Sector) Project (UGIIP-III), and it intends to apply part of the proceeds of the loan from ADB to payments under the contract for procurement of 30 (thirty) nos. Vibratory Road Roller (3.5-4.5 Ton) The eligibility rules and procedures of the ADB will govern the bidding process.

 

2.

The Project Director, Third Urban Governance and Infrastructure Improvement (Sector) Project (UGIIP-III), Local Government Engineering Department (LGED) now invites sealed Bids from eligible Bidders for procurement of 30 (thirty) nos. Vibratory Road Roller (3.5-4.5 Ton)

Brief Description of Goods: (Detailed Technical Specification provided in the bidding documents)

The equipment shall be self-propelled, tandem type with split drum vibration, water spray system on drums suitable for compaction of hot asphalt/bituminous carpeting, seal coat and other similar works of flexible pavements to reduce air and water filled voids aiming to increase density and in general, bearing capacity of road pavement.

The Tandem Vibratory Roller shall be constructed using modern technology and two drums shall be of equal size having separate eccentric shaft. The drive and vibration shall be operated on hydrostatic system.

The roller shall have automatic vibration-disengagement mechanism during change/stop in travel direction.

 

It shall have hydrostatic articulated center joint. Steel drums shall be supported by bearings. The roller must be equipped with electrical lighting arrangement in both front and rear side. Scrappers are to be fitted to each roller drum on both sides.

 

Operating Weight:

 

The operating weight of the road roller shall be within the range of 3,500-4,500 Kg without Roll-Over Protective Structure (ROPS).

Engine:

Type: Multi cylinder, 4 strokes, air/water/oil cooled or in combination; Direct fuel Injection type naturally aspirated or turbo-diesel engine with minimum EURO-II or equivalent emission standard. (Certificate from appropriate authority regarding emission standard must be provided)

Engine Power: Minimum 30 KW at rated rpm.

(The rated rpm must be mentioned and the corresponding engine performance curve must be enclosed with the bid)

Engine shall be of reputed brand and must be manufactured in US, EU, Japan or equivalent in terms of emission gas percentage and performance (specific fuel consumption, torque etc.)

Steering:

Steering should have oscillating and articulated properties with hydrostatic drive.

 

Hydraulic System: Drive & Vibration:

Hydrostatic power transmission with infinitely variable speed (between 0-10 km/hr) for uniform & smooth transmission of power. With vibration the working speed (forward and reverse) range shall be 0-5 km/hr and minimum road travel speed shall be 10 km/hr.

The system must comprise with hydraulic motors and variable displacement pumps.

Vibration system shall be actuated with hydraulic motors and variable displacement pumps.

Hydraulic system components shall be of reputed brand from US, EU, Japan or equipment.

 

Dimensions & Refill Capacity:

Overall dimensions     :

        Drum width         :    1300-1400mm

        Drum diameter    :    To be mentioned

        Working width    :    Maximum 1500mm

        Overall height      :    2650-2850mm (with canopy)

        Overall length      :    2750-2900mm

        Wheel base          :    1850-1950mm

        Ground clearance     :       Minimum 220mm

        Fuel Tank            :    Minimum 50 Ltr.

 

Quantities: 30 (Thirty) Nos.

 

Location of Supply: 30 municipalities of Bangladesh.

.

Delivery/ Completion Period is: 18 weeks from the signing of contract.

 

3.

International competitive bidding will be conducted in accordance with ADB’s Single–Stage; One–Envelope bidding procedure and is open to all Bidders from eligible source countries.

 

4.

Interested eligible Bidders may obtain further information from the Project Director,

Third  Urban Governance and Infrastructure Improvement (Sector) Project (UGIIP-III), Local Government Engineering Department, and inspect the Bidding Document at the address given below:

 Level-12, LGED Bhaban,

Agargaon, Sher-e-Bangla Nagar,

Dhaka-1207, Bangladesh

Telephone + (88)-02-8181208/9143993

facsimile: + (88)-02-8156451

e-mail: pd.ugiip3@gmail.com, pd.ugiip3@lged.gov.bd

 

 from 9:00 AM to 5:00 PM on all working days (Sunday to Thursday) except holidays.

 

5.

The Bidding Document, in the English language, may be purchased directly by interested Bidders on the submission of a written application to the address above and upon payment of a nonrefundable fee Tk. 10000.00  or  US$ 130.00. The method of payment will be either in pay order or demand draft from any schedule bank of Bangladesh in favor of the Project Director, Third Urban Governance and Infrastructure Improvement (Sector) Project (UGIIP-III), Local Government Engineering Department, Dhaka, Bangladesh.

 

The bidding document may also be sent by air-mail for overseas delivery and surface mail or Courier for local delivery for an additional fee of BDT 100.00 (local delivery) or US $ 100.00 (Overseas delivery). No liability will be accepted for loss or late delivery. 

 

6.

Bids must be delivered to the address above at or before at 14:00 hours on 14 October, 2015. All Bids must be accompanied by a Bid Security in the amount as described in the Bidding Document. Bid submission within specified date and time is sole responsibility of the bidder. Authority will not bear any responsibility in this regard. Late bids shall be rejected. Bids will be opened in the presence of the Bidders’ representatives, who choose to attend at the address mentioned below at 14:15 pm on 14 October, 2015.

7.

A pre-bid meeting will be held on 15 September, 2015 at 11.00 AM in the office of the Project Director.

8.

The Project Director, Third Urban Governance and Infrastructure Improvement (Sector) Project (UGIIP-III), Local Government Engineering Department, will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids.

9.

The Invitation for Bids (IFB) will be available at the Web Sites: http://www.lged.gov.bd , www.cptu.gov.bd,  www.adb.org  . 

 

 

 

 

 

 

 

 

 

 

Md. Shafiqul Islam Akand

       Project Director

             UGIIP-III