QUOTE FOR REFUSE TRANSFER STATION & ACCESSORIES |
| 03-22 17:31:23 来源: 作者: |
|
QUOTE FOR REFUSE TRANSFER STATION & ACCESSORIES Inquiry (采购产品): QUOTE FOR REFUSE TRANSFER STATION & ACCESSORIES Attention : International Sales Manager. ------------------------------------------------------- Dear Sir, We M/s Hydro Agencies are one of the leading contractors in India . We have good relations with Mumbai Municipal Corporations and have undertaken many projects in the last 20 years. Recently MMC has floated a tender for Transfer Station on BOO basis. We intend to participate in the same. Complete details stated below. The client has floated tenders for design, supply, installation, operation & maintenance on Build, Own, Operate basis, for the period of 10 years. The design capacity of the transer station is 750 M.T. per day for the municipal garbage. The installation, operation & maintenance will be carried out by IPWT. The client requires the following equipment for the transfer station. 1) Refuse Transfer Station Compactors. The details of the Compactor units are enclosed as attachment to this e-mail alongwith technical specifications. The density of the incoming municipal garbage is 0.25 MT per cu.m. and they require compaction of about 0.6 MT per cu.m. Although they propose the compactor units with a charge box of 3.5 to 4 cu.m., we can offer standard model, say 5 - 7 cum. 2) The above container shall be hydraulically operated by container handling unit to align the container and the transfer station compactor unit. The technical details are attached in specifications. 3) Containers: The client requires containers of 25 cu.m. capacity of appropriate size to carry about 15 MT of load. The technical specifications of this are attached. 4) Hooklift Vehicles: The above containers are required to be transported on 25 MT GVW chassis (IPWT will procure this chassis from the local chassis manufacturers and install your skid unit on the chassis). The model of the chassis available are (1) TATA 2518 or Ashok Leyland 2513 (6x2 chassis) having wheel base of say 4700 mm. The containers shall be lifted by hooklift system having capacity of 17 MT - 19 mt. The container or Hooklift shall have provision on tipping cylinder to unload the garbage at the landfill site (Quote as optional item). The quantities of each of the above equipment will be determined after we receive your technical details of these items. We request you to kindly offer your comments on this specifications and send us your G.A. drawing, technical details alongwith CIF Mumbai prices. The validity of your offer shall be minimum 210 days. Eligibility: The clients have fixed the eligibility as follows:- 1) The manufacturers of the units shall be in design, and supply of such machineries for more than 5 years. 2) The client should have designed and supplied at least 6 such transfer station equipment of equivalent capacities during past 4 years. 3) Manufacturers should have turnover of at least US$ 6.5 million during last 4 years. 4) Your Balance Sheet for last 3 years. We request you to kindly send us list of clients and the type and capacity of these type of equipments sold to them during past 4 years. We request you to please send your most competitive quote along with all relevant details. Your immediate reply will be highly appreciated. Best Regards, S N MONE HYDRO AGENCIES. ARMAN, LANE NO 4. PLOT NO 346, KOTHRUD, PUNE 411 038 TEL/FAX NO 91 20 25383066 MOBILE NO 9860178145. EMAIL ADDRESS : shibani@pn3.vsnl.net.in Technical Specifications of Refuse Transfer Station REFUSE TRANSFER STATION COMPACTORS 1.1 The tenderer has to provide adequate nos. of Refuse transfer station compactor unit to cater the load of 750 MT per day & design the transfer station in such a way that unloading of incoming vehicles shall be done with minimum time. 1.2 The tenderer shall provide minimum one stand by Refuse transfer station compactor unit for use during maintenance / failure of any of the operating units. 1.3 The tenderer shall design the compaction unit so as to achieve density of compacted garbage shall be 0.6 t./cu.m minimum. The proposed Refuse transfer station compactor shall be capable of handling garbage having the characteristics as shown in Appendix C. The proposed Refuse transfer station compactor shall have cycle time of 60 seconds with charge area of 3.5 – 4.0 cu.m. Container compaction time should not be more than 24 – 26 min. 1.4 The compaction unit shall be the proven & established product of the principal manufacturer & shall be tested for relevant characteristics. The test certificates shall be produced prior to installation as well as after the test-run before final commissioning of the units. The successful tenderer shall complete the work of supply, installation, erection and commissioning of the refuse transfer station within 180 calendar days from the date of the work order issued by MCGM. 1.5 The tenderer shall submit to M.C.G.M. within a week from the date of work order, a bar chart for work schedule defining work activities to match specified commissioning period. 1.6 The Mahalaxmi Transfer Station is presently in operation for all the three shifts. The successful tenderer, therefore shall make appropriate provision for receiving garbage at the RTS and transporting the same to designated land fill sites/processing plants, using JCBs and dumper vehicles, during the transition stage (pre installation period) after issue of work order and switch over the units one-by-one, including provision of hook-lift vehicles, till commissioning of all the units at the RTS. The tenderer shall quote separate rate for this activity. MCGM will make payment for the actual garbage transported, on the basis of approved rate/accepted rate. 1.7 The tenderer shall ensure the conformity with the requirements and perform functional tests for handling 700 MT/day quantity of garbage. CONTAINER HANDLING UNIT: 2.1 The Transfer Station Compaction unit shall have hydraulically operated container handling unit to align the container & Refuse transfer station compactor unit in proper position to avoid spillage of waste during compaction. 2.2 Container Handling Unit shall have arrangement for lifting the rear side guillotine type sliding door of the container using its hydraulic system. 2.3 The container handling unit shall be the proven and established product of the principal manufacturer and shall be tested for relevant characteristics. The test certificates shall be produced prior to installation as well as after the test-run before final commissioning of the unit. CONTAINER: 3.1 The tenderer shall provide mild steel container of 25 cu.m. capacity (inside volume) of appropriate size and take 15 MT of load. 3.2 The container shall be made of high quality steel, with one coat of epoxy, spray painted from outside. The container shall have reinforced ribs, thickness of side walls of the container shall be minimum 3 mm thick, the floor board shall not be less than 6 mm thick and underlay I beam for roll on roll off operation. 3.3 The tenderer shall provide upward sliding door (Guillotine type) arrangement to the container to fit the lifting arrangement of the container-handling unit. The container shall have facilities inline with / beneficial to container-handling unit. 3.4 The design of the container shall be such a way so as to able the hook-lift vehicle to lift the same for transportation and shall have arrangement to lock to the hook lift vehicle during transportation. 3.5 The container shall have heavy duty rear door opening arrangement by ratchet and lifting cylinder for unloading of refuse at landfill sites. 3.6 Proper sealing arrangement shall be provided to the container to avoid spillage of garbage and leach ate during transportation. 3.7 The container shall have arrangement to collect leach ate formed during compaction and the same shall not spill on road during transportation. 3.8 The container shall be painted with anti-corrosive paint from inside. The containers shall be painted from outside every 12 months by shade approved by MCGM. 3.9 All the containers shall be numbered for an identification & record purpose. 3.10 The successful tenderer shall use materials as per IS Standards and container |
|
|
|
|
|
|