JAMAICA

 

National Solid Waste Management Programme

 

 Supply of Heavy-duty Equipment

 

 Loan No. 1185/OC-JA

 

This is an update of the request for expressions of interest published on August 2, 2002 in IDB Projects Online.

 

The Government of Jamaica has received a loan from the Inter-American Development Bank (IDB) toward the cost of the National Solid Waste Management Program, and it intends to apply part of the loan proceeds to the purchase of heavy-duty equipment for the Riverton Landfill.

 

The Project Executing Unit, under the auspices of the Ministry of Local Government and Community Development, now invites firms, joint ventures or consortiums from IDB’s member countries to express their interest to supply equipment to be used on a landfill. The procurement procedures for contracting for the supply of goods, financed by this program, will be subjected to the provisions of this loan contract.

 

The equipment to be supplied is listed below (with the minimum basic specifications described). Bidders may bid on any or all of the packages.

 

·        Package 1 – Rubber-tired backhoe (1): Combined hydraulic excavator-type backhoe and single tilt loader; 4-wheel drive; full hydrostatic power steering; minimum 4.4 m depth of digging reach; 75 HP net power; load-sensing hydraulic system; ROPS fully enclosed; radio ready cab; service hour meter; vandalism protection package

·        Package 2 – Hydraulic excavator (1): Track-mounted excavator with 6.5 m boom/3.9 m stick configuration (long-reach); supplied with heavy-duty and ditching buckets; sealed undercarriage; 220 HP net power; hydrostatic drive and swinging mechanism; FOPS fully enclosed, air-conditioned, radio-ready cab with no curved windows; service hour meter; vandalism protection package

·        Package 3 – Articulated dump truck (1): Six-wheel, articulated-frame dump truck with 13.7 m3 body capacity; single stage, hydraulic hoist cylinders; 260 HP net power; hydraulic power steering; ROPS/FOPS, fully enclosed, air-conditioned, radio ready cab; service hour meter; vandalism protection package

·        Package 4 – Dump trucks (2): Tandem axle (rear suspension) dump trucks with 13.7 m3 body capacity; single stage, hydraulic hoist cylinders; 260 HP net power; tubeless tyres with spare; hydraulic power steering; ROPS/FOPS, fully enclosed, air-conditioned, radio ready cab; service hour meter; vandalism protection package

·        Package 5 – Water tanker truck (1): New water tanker truck with all new tyres; integral pump for loading; pressurized front and rear spray bars; 25,000 l steel water tank

·        Package 6 – Motor grader (1): New articulated frame motor grader with all new tyres; minimum 3 m x 0.6 m mowboard; steel thickness 12 mm; ROPS/FOPS fully enclosed, radio ready cab; service hour meter

·        Package 7 – Pick-up trucks (3): One-ton pick-up trucks c/w fulltime 4-wheel drive and air-conditioned crew cab; automatic transmission; diesel-powered engine; reinforced front and rear bumpers with heavy duty towing arrangement and pintal hitch at the rear

·        Package 8 – Utility vehicle (1): Utility vehicle c/w fulltime 4-wheel drive and air-conditioned cabin; automatic transmission; diesel powered engine

·        Package 9 – Wood chipper (1): Trailer mounted 10 in. diameter (minimum) infeed capacity chipper, which produces uniform and adjustable chip sizes; adjustable discharge chute (3600); chip collection mechanism at discharge end; correctly positioned protection device, which when activated stops and reverses the infeed rollers; other operator safety features; vandalism protection package

 

The expressions of interest should include:

 

•Evidence of eligibility to participate in IDB-funded projects

•Ability to supply equipment to the specifications listed (include brochures)

•Technical competence in the area of work described above

•Experience of suppliers

•Ability to offer after-sales service through a local authorized dealer/agent

•Local and regional experience on similar projects

•Statement of current commitments

•Statement of financial capability to undertake the services

•Integrity statement/references from previous clients

•Audited financial statements for the past three years

 

A shortlist of three to six firms will be selected using a selection criteria based on these priority areas; only shortlisted firms will be invited to submit bids.

 

Expressions of interest must be delivered to the address below on or before 1400 hours on 30 October 2002. Interested parties may obtain further information from:

 

Project Manager.

National Solid Waste Management Programme.

Ministry of Local Government and Community Development.

85 Hagley Park Rd.

Kingston 10, Jamaica.

Tel: (876) 960-9872.

Fax: (876) 754-1022.

E-mail: swaste@mlgcd.gov.jm