Government of the
People’s Republic of
Local Government
Engineering Department
Third Urban Governance and
Infrastructure
Improvement (Sector) Project (UGIIP-III)
Agargaon, Sher-e-Bangla
Nagar
Dhaka-1207,
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