73
UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, URMUL DAIRY, N. H. NO.15, BIKANER Ph.0151-2225500 Fax: 0151-2225556, 0151-2225504 Urmul/RKVY/2012-13/ 7085-7117 Dated: - 07.08.12 TENDER NOTICE Sealed tenders are invited from bona-fide manufacturers, or fabricators & associates of such manufactures and their accredited representatives for the following works. S.N Name of Item Appx.Qty. EMD 1. Replacement of IBT coil at main Dairy plant Bikaner 2600RMT Rs.10000/- 2. Replacement of Condensor Coil at main Dairy plant Bikaner 20 Set Rs.10000/- 3. Purchase of CIP Tanks Capacity 3KL 03 Rs.10000/- 4. Purchase of M.S „C‟ Class TATA Pipe and „B‟ class TATA G.I. Pipes along with Fitting One Lot Rs.10000/- 5. Aerator for ETP as per existing Design and requirement 01 Rs.5000/- 6. Purchase of Various Milk Pumps. ------Do----- Rs.5000/- 7. Purchase of G.M. & C.I. , Pneumatic Valves of different Size for Water and Steam and Water Pumps. ------Do----- Rs.2000/- 8. Fabrication & positioning of flue gas Chimani ------Do----- Rs.5000/- 9. Repair & Re-carpeting of Road Appx.10 lac Cost work Rs.20000/- The tender forms can be obtained separately for each items from cashier, Urmul Dairy on payment of Rs.200/- in cash up to 1.00 p.m. of dated 06.09.12 or Rs. 300/- by demand draft in favour of Uttari Rajasthan Sahkari Dugdh Utpadak Sangh Ltd., payable at Bikaner. The tender forms dully filled shall be accepted up to 3.00 p.m. of 06.09.12. The tenders shall be opened on same day at 3.30 p.m. in presence of parties present. The sealed tender must accompany EMD as mentioned for each items separately and without EMD tender form will not be considered. Undersigned reserves the rights to reject or accept any tender in part or full without assigning any reasons thereof. Managing Director Copy to:- 1. General Manager (Pur), RCDF Ltd., Jaipur. for information please. 2. General Manager (DPM &Proj.), RCDF Ltd., Jaipur. for information please. 3. Manager (system), RCDF Ltd, Jaipur. Please arrange above NIT to upload on our Website. 4. P.R.O., Bikaner Please published NIT in leading news paper of Jaipur city in minimum space. 5. Incharge (Plant)/Incharge (Engg.)/Incharge(Pur)/Internal Auditor/Assist. Manager(F&A) 6. Dy.M.(MIS)/Store(Plant)/Store(P&I). 7. All Milk Union. 8. Notice Board Plant/Urmul Bhawan Managing Director NOTE :NIT DOCUMENTATIONS ARE GIVEN BELOW

UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

  • Upload
    others

  • View
    24

  • Download
    0

Embed Size (px)

Citation preview

Page 1: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, URMUL DAIRY, N. H. NO.15, BIKANER

Ph.0151-2225500 Fax: 0151-2225556, 0151-2225504

Urmul/RKVY/2012-13/ 7085-7117 Dated: - 07.08.12

TENDER NOTICE

Sealed tenders are invited from bona-fide manufacturers, or fabricators & associates of such manufactures

and their accredited representatives for the following works.

S.N Name of Item Appx.Qty. EMD

1. Replacement of IBT coil at main Dairy plant Bikaner 2600RMT Rs.10000/-

2. Replacement of Condensor Coil at main Dairy plant Bikaner 20 Set Rs.10000/-

3. Purchase of CIP Tanks Capacity 3KL 03 Rs.10000/-

4. Purchase of M.S „C‟ Class TATA Pipe and „B‟ class TATA G.I.

Pipes along with Fitting

One Lot Rs.10000/-

5. Aerator for ETP as per existing Design and requirement 01 Rs.5000/-

6. Purchase of Various Milk Pumps. ------Do----- Rs.5000/-

7. Purchase of G.M. & C.I. , Pneumatic Valves of different Size for

Water and Steam and Water Pumps.

------Do----- Rs.2000/-

8. Fabrication & positioning of flue gas Chimani ------Do----- Rs.5000/-

9. Repair & Re-carpeting of Road Appx.10 lac

Cost work

Rs.20000/-

The tender forms can be obtained separately for each items from cashier, Urmul Dairy on payment of

Rs.200/- in cash up to 1.00 p.m. of dated 06.09.12 or Rs. 300/- by demand draft in favour of Uttari

Rajasthan Sahkari Dugdh Utpadak Sangh Ltd., payable at Bikaner. The tender forms dully filled

shall be accepted up to 3.00 p.m. of 06.09.12. The tenders shall be opened on same day at 3.30 p.m. in

presence of parties present. The sealed tender must accompany EMD as mentioned for each items

separately and without EMD tender form will not be considered. Undersigned reserves the rights to reject

or accept any tender in part or full without assigning any reasons thereof.

Managing Director

Copy to:-

1. General Manager (Pur), RCDF Ltd., Jaipur. for information please.

2. General Manager (DPM &Proj.), RCDF Ltd., Jaipur. for information please.

3. Manager (system), RCDF Ltd, Jaipur. Please arrange above NIT to upload on our Website.

4. P.R.O., Bikaner Please published NIT in leading news paper of Jaipur city in minimum space.

5. Incharge (Plant)/Incharge (Engg.)/Incharge(Pur)/Internal Auditor/Assist. Manager(F&A)

6. Dy.M.(MIS)/Store(Plant)/Store(P&I).

7. All Milk Union.

8. Notice Board Plant/Urmul Bhawan

Managing Director NOTE :NIT DOCUMENTATIONS ARE GIVEN BELOW

Page 2: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

TERMS AND CONDITION OF

TENDER FOR

Replacement of IBT coils at Bikaner Dairy Plant,

Bikaner at site with installation and commissioning

work.

RST NO. : 0711/01469 dt 31.07.95 CST NO. : 0711/01469 dt.04.08.95 TIN : 08381301453 Uttari Rajasthan Sahakari Dugdh utpadak sangh ltd.

Urmul Dairy Plant, N.H. 15, Bikaner-334002 Phone: 0151-2225500 (O), 0151-2225501 Plant 0151-2225504 Pur, 0151-2225556 Fax

Page 3: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER

URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12

INDEX

SCHEDULE-1 PAGE NO.

1 Detail of firm. 01

1.1 Eligibility & Qualifications Criterion Sheet 02

1.2 GENERAL TERMS & CONDITIONS 03-04

1.3 Scope of Tender 5

1.4 Price & Payment 5-12

1.5 Eligibility & Qualifications Criterion 13-14

1.6 Technical Specifications 15-16

1.7 Special Terms & Conditios 17-20

1.8 Section -I 21

1.9 Section -II -Schedule-I 22

2.0 Section - II -Schedule-II 23

2.1 Section – III 24

2.2 Form of Tender for quoting rates 25 (for second envelope)

3.0 Last date & time of issue of tender as specified on page no.01

4.0 Last date & time of receiving tender as specified on page no.01

5.0. Date & time of opening tenders as specified on page no.01

6.0 Address for communication: as given below

7.0 Place of opening URMUL Bhawan, Urmul Dairy Plant, N.H. 15, Bikaner-334002

Managing Director

Uttari Rajasthan Sahakari Dugdh utpadak sangh ltd.

Urmul Dairy Plant, N.H. 15, Bikaner-334002

Page 4: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 1

TENDER FORM

Title:- Replacement of IBT coils at Dairy Plant,Bikaner at site with installation and

commissioning work.

Tender reference: Urmul/RKVY/2012-13/, Dated 07.08.2012

1. Cost of tender form Rs.200/- in cash Rs.300/- by post.

2. Last date of obtaining of tender 06.09.2012 at 1.00 PM

3. Tender can be submitted up to 3.00 P.M on dated 06.09.2012 , which will be

opened at 3.30 P.M on same day.

4. Name of firm :

5. Registration No.________________

(ROC) if company Place__________________

Year________________

6. Name of Contact person :

7. Address of firm :

8. Company‟s Turnover____________ for last three financial

year____________

9. Production Capacity/Year______________

10. Legal Owner______________

11. Public/Private Limited firm_____________

CEO _____________________

Address____________________

12. E-mail ID :

13. Details pertaining to execute such supply in past

Name of firm_________________

Quality_______________________

14. No.of complaints received_____________________

15. Replacement under Guarantee/Warrantee_________________________

16. Cause of failure __________________________

17. Telephone No.:

18. Fax No. :

19. Mobile No. :

20. RST / CST No./ Tin No. :

21. EMD Receipt No. or Detail of D.D.

22. PAN No. :

23. Certified that the above information is true and correct to the best of my

knowledge and if any information is found incorrect is liable for rejection

and litigation, and in the event we shall be sole responsible

We agree to abide by all the conditions mentioned in the tender notice issued by the

Managing Director, Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Limited, Bikaner

and also the other conditions of the tender documents in the attached sheets (all the 22

pages of which have been signed by us in token of our acceptance )

Signed and sealed by Tenderer in

token of acceptance of above

Page 5: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 2

Comparative statement of eligibility & qualification criterion

(Each tenderer is required to fill up the form and enclose the required documents failing

which the tender will become liable for no further consideration/evaluation)

S.

N

Particulars Yes or

No

If Yes please

indicate page No.

1. Power of attorney

2. Whether manufacturer (Yes/No) ( Page No.18)

If no, manufacturer‟s authorizations form as per Section 1.

3. Whether experience in past performance on words of similar nature

within the past five years submitted as per Schedule 1 of Section II.

(Attach copies of Purchase Orders & performance certificates). (

Page No.19)

4. Whether details of current works in hand and other contractual

commitments submitted as per Schedule II of Section II. (Attach

copies of Purchase Orders). ( Page No.20)

5. Whether P&I statement and balance sheet and auditor‟s report

submitted for last three years.

6. Whether information regarding current litigation submitted.

7. Is the bidder in business of the one of the jobs tendered for a

minimum period of three years at the time of bid opening? (Attach

copy of registration of the Firm)

8. What is the bidders annual financial turn over during last three

years?

9. Has the bidder completed two projects similar nature and value not

less than 60% of the quoted value of contract during the last five

years.

10. Whether a copy of IT clearance/returns submitted for the previous

three years.

11. Whether a copy of valid Sales Tax Registration for the tendered

item submitted.

12. Whether a copy of Sales Tax clearance/returns submitted for the

previous three years.

13. Whether Solvency Certificate equal to three months requirements of

each flow at the peak execution period for the project submitted.

14. Payment terms accepted(Yes/No)

15. Sealed and signed tender document and specification in original

enclosed.(Yes/No)

16. EMD Details :

DD No……………..dated………….for Rs………….

17. Correspondence address-------------------------------

Ph.No. Fax No. Mobile

Signed and sealed by Tenderer

in token of acceptance of above

Page 6: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page -3

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER.

General terms and condition of the tender 1.) PREFACE:

The Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner invites sealed competitive bids

from the bonafide manufacturers, associates of such manufacturers and their accredited

representative for the following strictly in adherence to the detailed specifications enclosed within

tender.

The Managing Director Urmul reserves the right to reject any or all the tenders in full or part

thereof which in his opinion justifies such actions without further explanations to the tenderers.

2.) TENDER PROCEDURES:

(A) The manufacturers of equipment would be given preference over the associates of such

manufacturers or their accredited representative.

(B) The manufacturers who has manufactured and supplied equipment of capacity tendered or of

higher capacity preferably to a dairy cooperative of repute operating modern composite milk plant

and such equipment should have satisfactorily performed, which have been supplied for last five

years and whose equipment have satisfactorily performed over the aforesaid periods will be

considered for evaluation and placement of order.

(C) The tender should be sent by registered post with acknowledgement slip so as to reach the

Managing Director, URMUL Dairy, N.H.15,Bikaner not later than dated 06.09.2012 at 3.00 p.m.

Alternatively the tenderer or their agents can also submit their tenders personally at the office of the

Urmul Dairy.

(D)THE TENDER MUST BE SUBMITTED IN THE THREE ENVELOPES AS MENTIONED

UNDER AT THE PLACE SPECIFIED IN THE CLAUSE NO. (C).

(I) FIRST ENVELOPE: - FOR ELIGIBILITY & QUALIFICATION CRITERION WITH DULY

SINGED OF GENERAL TERMS AND CONDITION.

(II ) SECOND ENVELOPE: - FOR FINANCIAL BID.

(III) THIRD ENVELOPE: - TO COVER BOTH (FIRST & SECOND) ENVELOPES. THE

FINANCIAL BID SHALL BE OPENED WHEN THE FIRM CLEAR THE ELIGIBILITY &

QUALIFICATION CRITERION WITH DULY SINGED OF GENERAL TERMS AND CONDITION. (E) The tender thus prepared should be put in the prescribed form and format properly

sealed double cover and super scribed by giving the tender reference number and date of

opening. The cover should address of M.D., Urmul Dairy, Only one tender should be kept in

one envelope. In case more than one, tender is kept in an envelope, all the tenders thus kept

may be ignored.

(F) No responsibility shall be taken for the pre-matured opening of the tender which is not properly

addressed or identified.

(G) No tenders / rates by way of fax/telegrams/telephone/telex etc. will be accepted /considered

unless URMUL specifically asks for rates through such mode of communications. However any

amendment sent by the telegraph/telex/fax to the tender already submitted shall be

considered provided it is received before the due date and the time of ,opening tender

following the confirmation in writing by post.

3.) LEGAL COMPETENCY OF SIGNING THE TENDER:-

Individual signing the tender or other documents connected with this tender must specify

whether he signs as.

a)“Sole Proprietor” of the firm. Or constituted attorney of such proprietor

b)The partner of the firm, if it is a partnership firm in which case, he must have authority

to refer to arbitration disputes pertaining business of the partnership either by virtue of

partnership Deed or by holding the power of attorney.

c) Constituted attorney of the firm, if it is a company.

Signed and sealed by Tenderer in

token of acceptance of above

Page 7: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 4

NOTE:-

1. In n case of (b) above, a copy of partnership deed or general power of attorney duly

attested by in notary public should be furnished or any affidavit on stamp paper of all the

partners admitting executing of the partnership deed or the general power of attorney

should be furnished.

2. In case of partnership firm, where no authority to refer disputes concerning to business of

the partnership has been conferred on any partner, the tender and all other related documents

must be signed by every partner of the firm.

3. A person signing the tender form or any documents constituting and integral part of the

contract on behalf of another shall, be deemed to warranty that he has authority to bind

such other and if, on enquiry it appears that the person so signing has no authority to do

so, the buyer may without prejudice to other civilian remedies, terminate the contract and

hold the signatory liable for all cost and damages.

4.) EARNEST MONEY DEPOSIT

(A) Earnest Money Rs.10000/-(Rs. Ten thousand only) is to be deposited along with the tender

form for offered items in the form of DD or Bankers cheque in favour of Uttari Rajasthan Sahakari

Dugdh Utpadak Sangh Ltd., Bikaner or cash deposited to cashier up to 1.00 P.M on dated

06.09.2012.

(B) Any tender which is not accompanied by earnest money deposit will be rejected out rightly.

Earnest money of unsuccessful tenders will be returned within 120 clear days from the date of

opening of tender and no interest shall be payable on such EMD.

(C)No interest shall be paid for the Earnest Money deposited for the period during which it lies in

deposit with URMUL Dairy

(D) The tenders received earlier shall be opened on scheduled date and time in the office of M.D,

URMUL Dairy, Bikaner or in the office in the premises so designated. The tenderers of their

accredited agent /representative if they wish shall be allowed to be present at the time of opening of

the tender.

(E) Negligence on the part of the tenderer in preparing /filling the tender confers no right to

withdraw the tender after it has been opened by the committee.

(F) All documents from advertisement to making drawing tender agreement etc. till order is placed

shall constitute integral part of the tender.

(G) All tenders in which any of the prescribed conditions are not fulfilled or which have been

vitiated by errors in calculation totaling or other discrepancies or which contain overwriting in

figures or words or corrections liable to reject.

(H) In the place of substantial non /conformity with the specification or if it contains any in

admissible reservations seen or otherwise in contravention to the spirit and letter of the tender

documents such tenders shall be summarily rejected.

(I) The successful tenderer have to execute an agreement bond for Rs.500/- non judicial, stamp

paper within the specified period. The EMD amount shall thereafter converted into security amount.

The security amount shall have to be deposited by 5% of the total cost of the acceptance of tendered

value either in the form of cash or bank guarantees with in fifteen days of the acceptance of the

tender.

(J) Urmul shall have an absolute right of being compensated through liquidated damages on

penalties and the amount of security deposit shall also in such an event, be liable to forfeiture in full

or part for being appropriate towards aforesaid liquidated damages and the decision of the

Managing Director, Urmul shall be final.

(K) No refund of the tender fee is claimable for tenders not accepted or forms returned or

tenders not submitted.

Signed and sealed by Tenderer in

token of acceptance of above

Page 8: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 5

(

5.) SCOPE OF TENDER The refrigeration plant of Bikaner Dairy is having four Ice Bank Tanks. The ice Bank Tank

Coils of Tank No. 3 and 4 are to be replaced with the new sets of coils made as per below.

Mention specifications measuring approximately 1300 RM in each tank.

The job involves supply installation and commissioning of Ice accumulating coils, re

insulation of accumulators and its cladding with suitable size alluminum sheet. The scope of

apply also cover the supply of electronic float, solenoid valve ice limit switch oil purging line

digital temperature indicator and pressure gauges.

The supplier/contractor shall be required to ensure that no damages occurs to any of the

existing structure/equipment/lines of the plant and it happens contractor shall repair or pay

compensation to the Urmul as decided by Urmul.

Important Note: Contractor is advice to visit the site prior to the submission of bid so as to

apprise himself of actual site condition and the quantum of work involved.

6.) PRICE

(A).The rate should be quoted FOR Bikaner (Urmul‟s site) the price should include excise,

sales packing and forwarding ,octroi transportation, insurance, and other duties. It should be net

landed cost.

(B) The prices thus quoted by the firm shall be free from all escalations and valid for a

period of 180 days from the opening of the tender.

(C) Wherever possible C/D forms shall be issued to avail concessional rates of the

central/state tax. The rates of the sale tax prevailing must be mentioned in the tenders. The

tenderers must also indicate the details of sales tax registration number allotted to them

by the authorities. The tender should be accompanied with income tax and sale tax

clearance certificate from concern authorities without which the tender may not be

entertained.

(D) Octori duty if applicable will be born by supplier. Therefore tenderers are requested to

quote their rates inclusive of octroi duty.

(E) Excise duty or surcharge prevailing upto the date of submission of the rates must be

included in the net rate. This however, should be shown separately, So, that in the event of

any subsequent changes in these charges by the government ,the same will be considered

extra over the net rates. However, the increased excise duty due to change in slab on

higher turnover shall be payable by the tenderer.

F) Service tax or surcharge prevailing up-to the date of submission of the rates must be

included in the net rate. This however, should be shown separately, So, that in the event of

any subsequent changes in these charges by the government ,the same will be considered

extra over the net rates.

(G) Loading and un-loading Charges at Site for the work order the price should be included.

(H) The material/equipment/machinery offered must be securely packed at the cost of the

suppliers to withstand tough handling enrooted by road/rail/air. Packing should be provided

with protective lining to avoid damage to the surface of the packing and the items packed

inside.

7.) INSURANCE

The insurance charge shall be arranged by the supplier from commencing from their warehouse or

works to the warehouse of the buyers site with all transit risk.

8.) TECHNICAL INFORMATION REQUIRED WITH TENDERS

a) The tenderers have to mention clearly that the specifications of the materials tendered

are strictly in adherence to the technical specifications stipulated in Schedule. In case of

any deviation, the tenderers shall have to mention the same in detail.

b) Overall dimensions of the equipment shall have to be mentioned in detail.

Signed and sealed by Tenderer in

token of acceptance of above

Page 9: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 6

9.) GUARANTEE

The supply of equipment as well as installation, if entrusted shall have to be carried out

by the supplier to the entire satisfaction of the buyer. The supplier shall also guarantee to

repair/replace without any extra cost, the items or parts there off if found defective due to

defective design, workmanship or substandard material brought to the attention within 12

calendar months from the date of satisfactory commissioning or within 24 months from the

date of receipt of material at site, whichever is earlier. If it is necessary to send the defective

equipment or parts thereof for repair /replacement the cost of loading, unloading, repacking ad

transportation from then site to works and back to site shall have to be borne by the

supplier. The guarantee however does not cover any damage resulting from normal wear

and tear or improper attendance or mishandling of the equipment by the buyer/his

authorized representatives.

The contractor shall have to guarantee the complete installation for satisfactory

performance for a minimum period of one year from the date of commissioning of the

plant. Any defect arising out of faulty erection/installation or use of substandard material or

workmanship shall have to be rectified by the contractor at his own cost

10.) WARRANTY

All the suppliers shall provide a warranty for a minimum period of 12 calendar months

from the date of commissioning of the equipment for the satisfactory performance of the

equipment supplied to the rated capacity.

11.) COMMERCIAL INFORMATION REQUIRED WITH TENDERS

PAYMENTS:

(A) Terms of payment:

Following terms of payment would be applicable to this order subject to supplier/contractor

having furnished security deposit for 5% of the F.O.R. order value for the due fulfillment of this

contract in form of cash/DD in accordance with the Clause No.4 (I) of the tender document. In

case the contractor/supplier completes its contractual obligations before 12 months the cash/DD

deposit can be refunded before 12 months at the sole discretion of Urmul before aforesaid period

12 months.

(B) For Supply of equipment:-

(I) 30% of the ex-works order value (basic cost) shall be paid on acceptance of the order subject

to the supplier furnishing a Bank Guarantee Valid for 12 calendar months from the date of

guarantee for an equivalent amount from a scheduled or Nationalized Bank in the Performa will

be given on acceptance of the order. The Bank Guarantee can be released by Urmul once the

advance is fully recovered/ adjusted form the invoice. The execution of an agreement bond for

Rs.500/- non judicial, stamp paper within the specified period is also a precondition for clearing

advance.

(II) 60%(90% in case of the supplier/contractor who has not taken advance) on safe receipt of the

equipment ordered at site but not later than 45 days from the date of receipt of the equipment at

site.

(III) The 10% of the FOR site value shall be paid within 12 calendar months from the date of

commissioning or 24 months from the date of receipt of the same at site, whichever is earlier.

However the balance 10% will also be released, if so desired by the supplier, provided the

supplier furnishes a Bank Guarantee from a Scheduled or Nationalized Bank for the 10% value

valid for a period of 12 calendar months from the date of issue of Bank Guarantee in the given

Performa.

(IV) Payment through D.D. and RTGS charges will be borned by the firm

(C) For Erection:-

90% on submission of progressive bills duly certified by the authorized representative/Site

Engineer of Urmul and balance 10% within 12 months from satisfactory commissioning of the

equipment. However the balance 10% will also be released, if so desired by the supplier, provided

the supplier furnishes a Bank Guarantee from a Scheduled or Nationalized Bank for the 10%

value valid for a period of 12 calendar months from the date of issue of Bank Guarantee in the

Performa enclosed.

Signed and sealed by Tenderer in

token of acceptance of above

Page 10: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 7

12.) Delivery (A) The supplier shall deliver the material as per delivery schedule mentioned in the purchase

order. In case of installation and commissioning jobs the work should be completely finished to the

satisfaction of URMUL terms and conditions of the purchase order or work order.

(B) In case of failure by supplier in making deliveries with in the specified period, the URMUL

may procure the material from other sources and hold the suppliers responsible for the loss occurred

there by further the URMUL reserves the right to terminate the services of such suppliers in such

case without assigning any reasons thereof.

The above period of execution will be counted from the date of receipt of orders which may be

sent by fax or e-mail message. It will be thereafter followed by a letter/purchase or fax message will

be treated as receipt of purchase order. Liquidated damages will be recovered for the days in excess

of the period prescribed for supply. It will also be decided by the Purchase Officer to return the

goods which are delivered later than the stipulated period and effect the risk purchases in case it is

found that the goods received are not as per the prescribed specifications or delayed substantially to

the done work name suffer in his opinion. In case of any difference or perception regarding

deliveries /the version of Managing Director, URMUL shall be final and binding. It is therefore the

party must be in contact from the day of receipt of fax, purchase order to complete all the

formalities like drawing/agreement etc. as required by URMUL

13) Time Allocation

The contractor has to complete the work awarded under this contract within the two

months (sixty days) from the date of issue of the work order.

14.) Evaluation of the Tenders The tenders received shall be opened and will be evaluated keeping in vie w the following

points:

(A)Whether or not the contractor has deposited required earnest money.

(B) The rates quoted by the various contractors shall be evaluated on the basis of enclosed

rate list.

(C)Preference shall be given to those contractor who has worked with any cooperative

Dairy in past 3/4/ years.

(D).If required, the contractor quoting lowest rate shall only be called for further

negotiation .

15.) Compensation for delay

Clause I

The time allowed for the supply of the equipment shall be strictly observed by the

contractor and shall be reckoned from the 15th day after the date of work order is placed.

The work shall throughout stipulated period of the contract be proceeded with all due

diligence time being deemed to be the essence of the contract on the part of the contractor

and the contractor shall have to pay as compensation an amount equal to 2% or such smaller

amount as the Managing Director, Utttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd.,

Bikaner, may decide on tendered amount for every week of delay.

Clause II.

The Managing Director, Uttari Rajasthan Sahakari Dugdh Utapdak Sangh Ltd.,Bikaner may

without prejudice to his right against the contractor in respect of any delay or supply of poor

product or any claim for damages in respect of breeches of the contract without prejudice

to any right or remedies under any provision of this contract or otherwise and whether the

date for completion has or has not elapsed by notice in writing absolutely determines then

contract in any of the following cases:

1 If the contractor having been given by the officer in charge a notice in writing to rectify

replace any defective piece or the supply is being performed in an inefficient or otherwise

improper manner shall omit to comply with the requirements of such notices for a period

of 7 days thereafter or if the contractor shall delay or suspend the execution of work so

that either in the judgment of officer sin charge or, authorized representative he will be

unable to secure completion or he has already failed to complete the work by that date.

Signed and sealed by Tenderer in

token of acceptance of above

Page 11: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 8

2 If the contractor being a company shall pass a resolution or the court shall make n order

that the company shall be wound up or if a receiver or a manager on behalf of a creditor

to appoint receiver or a manager or which entitled the court to make a winding up order.

3 If the contractor commits breech of any terms and condition of the contract.

When the contractor has made himself liable for action under any of the cases aforesaid the

Managing Director, Utttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd.,Bikaner shall have

powers:-

a) To determine or rescind the contract as aforesaid ( of which termination or rescission

notice in writing to the contractor under the hand of the Managing Director, Uttari Rajasthan

Sahakari Dugdh Utpadak Sangh Ltd.,Bikaner shall be conclusive evidence).Upon such

determination or rescission the full security deposit of the contractor calculated on the

tendered amount shall be liable to be forfeited and shall absolutely be at the disposal of

URMUL.

b).To employ labour paid by the Urmul and to supply materials to carry out the work or

any part of the work debiting the contractor with the cost of the labor and the price of the

materials( of the amount of which cost and price certified by the Officer in Charge shall be

final and conclusive) and crediting him with the value of the work done in all respects in

the same manner and at the same rates as if it has been carried out by the contractor

under the terms of his contract. The certificate of the Officer In charge as to value of work

done shall be final and conclusive against the contractor provided also that action under the

sub-clause shall only be taken after giving notice in writing to the contractor. Provided also

that if the expenses incurred by the Urmul are less than the amount payable to the

contractor at his agreement rates, the difference shall not be payable to the contractor.

c. After giving notice to the contractors on measure up the work of the contractor and to

take such part thereof as shall be unexecuted out of his hands and to give it to

another contractor to complete in which case any expenses which may be incurred in

excess of the sum which would have been paid to the original contractor if the whole work

had been executed by him( of the amount of which excess the certificate in writing of the

Officer in charge shall be final and conclusive) shall be borne and paid by the original

contractor and may be deducted from any money due to him by Urmul under this contract

or on any other account whatsoever or from his security deposit or the proceeds of sales

thereof or a sufficient part thereof as the case may be.

I. In the event of any one or more of the above courses as may be deemed best suited to

the interest of the Urmul being adopted by the Managing Director, Uttari Rajathan Sahakari

Dugdh Utpadak Singh Ltd., Bikaner,the contractor shall have no claim to compensation for

any loss sustained by him by reason of his having purchased or procured by him by reason

of his having purchased or procured any materials or entered into any engagements, or

made any advances on account of or with a view to execution of the work or the

performance of the contract. And in case action is taken under any of the provisions

aforesaid, the contractor shall not be entitled to recover or be paid any sum for any work

there for actually performed under this contract unless and until the Officer in charge has

certified in writing the performance of such work and the value payable in respect thereof

and he shall only be entitled to be paid the value as certified.

Contractor remains liable to pay compensation if action not taken under.

Clause III.

In any case in which any of the powers conferred by clause 3 hereof shall have become

exercisable and the same shall have not been exercised , the non-exercise thereof shall not

constitute waiver of any of the conditions hereof, and such power shall notwithstanding be

exercisable in the event of any future case of default the contractor for which by any

clause or clauses hereof he is declared the contractor for which in any clause or clauses

hereof he is declared liable to pay compensation amounting to the whole of his security

deposit and the liability of the contractor for past and future compensation shall remain

unaffected.

Signed and sealed by Tenderer in

token of acceptance of above

Page 12: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 9

16.) Force majeure clause

The terms and conditions mutually agreed shall be subject to the force majored clause.

Neither the supplier nor the buyer shall be considered in default in performance of its

obligations hereunder, of such performance is prevented or delayed

becauseofwar,hostilities,revolution,civilcommotion,strike,epidemic,accident,fire,wind,flood,earthqu

ake or because of any law, order, proclamation, regulation or ordinance of any Government

or any act for God or any other cause whether of similar or dissimilar of nature, beyond

the reasonable control of the party affected should one or both of the parties be prevented

from fulfilling his/their contractual obligations by a state of Force Majored lasting

continuously for a period of six months, the two parties should consult with each other

regarding the future implementation of the agreement/purchase order.

17.) Settlement of disputes

In the event of any dispute in the interpretation of the terms of this agreement/Purchase order or

difference of opinion between the parties on any point in the Purchase Order arising out of. Or in

connection with the agreement/accepted purchase order or with regard to performance of any

obligations hereunder by the either party the parties hereto shall use their best efforts to settle such

disputes or difference of opinion amicable by mutual negotiation.

In case, no agreement is reached between the two parties in respect or or concerning any of

the provisions herein contained or arising out of this supply order/tender/agreement as to the rights,

liabilities or duties of the said parties hereunder or as to the recovery of any amount, the same shall

be referred to the Sole Arbitrator MD, Urmul who in turn may refer the dispute to any Officer of

URMUL for adjudication. The arbitration shall be in accordance to the law of Arbitration &

Conciliation Act, 1996. The decision of the Sole Arbitrator shall be final and binding on both the

parties.

All the disputes pertaining to the said contract shall vest to the jurisdictions of Courts at

Bikaner.

18.) Right of acceptance

(A) URMUL reserves the right to select one and more firms for supply of tendered items.

(B) URMUL reserves the right to approve more than one supplier at different rates. The party other

than the lowest shall be termed as alternate supplier. Purchase orders on such alternate supplier

shall be placed on failure of the first party on of non conformance to the prescribed quality/services/

other terms and conditions as given in the tender/ rate approval. This shall be deemed risk purchase.

19.) Subletting & Subrogation

The contractor shall not except with the prior consent in writing of the buyer, sublet, transfer or

assign the contract or part of the contract thereof interest therein or benefit or advantage thereof in

any manner whatsoever to others.

20.) Demurrage

The supplier shall bear and reimburse to the buyer demurrage charges if any paid by a reason of

delay on the part of the supplier in forwarding the above documents.

21.) Inspection & Acceptance

The buyer shall have the right to make inspection of any of the items under contract during the

fabrications, at the factory of the supplier including access to drawings and test result, to assure that

all machinery and equipment to be supplied shall conform to the details of the specifications.

Notwithstanding whether factory inspection is made or omitted upon arrival at delivery point

and prior to the acceptance of the equipment and machinery delivered the buyer shall have right to

inspect them giving representative of the supplier an opportunity to be present. Upon acceptance an

appropriate certificate will be issued.

Signed and sealed by Tenderer in

token of acceptance of above

Page 13: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 10

22.) Rejection:

(A)Further the buyer reserves the right to reject the material in full or part, supplied by the firm

which are not confirming to the description and quality stipulated in the tender form. In such event

the buyer shall inform the supplier immediately either by telephone or fax after such defects

/quality problem is noticed or which must be immediately attended failing which after two notices

the buyer shall be free to take next suitable action to his organization.

Consequence of Rejection:

(B) If on rejection of the stores by the buyer or consignee at destination the supplier fails to make

satisfactory supplies within the stipulated period pronounced by the buyer for the deliveries, the

buyer shall be at liberty to:

I. Allow the supplier to submit the stores in replacement of those rejected within a specified

time, the supplier bearing the cost if any on such replacement without being entitled to any extra

payment on that account.

II. Cancel the contract and purchase or authorize the purchase of items or other of a similar

description (When stores do not exactly comply with the particular in the opinion of the buyer

which shall be final) at the risk and the cost of the supplier.

23.) INDIMNITY

The supplier shall at all times, indemnify the buyer against all claims which may be made in

respect of the stores or infringement of any right protected by patent, registration of design or trade

mark, provided always that in the event of any claim in respect of alleged breach of letters, patents

registered design of trade mark being made against mark the purchaser, the buyer shall notify the

supplier of the same and supplier at his own expense, either settle any dispute or conduct any

litigation that may arise therefore.

24.) Corrupt Practices Direct or indirect canvassing on the part of the tenderers or their

representatives shall disqualify their tenders.

25.) Insolvency & breach of contract

The buyer may at any time, by notice in writing, summarily terminate the contract with out

compensation to the contractor in any of the following events which.

A) if the supplier, a firm or any partner thereof, shall at that time adjusted involved or shall have a

receiving order or for administration of his estate made against his or shall take any proceedings for

composition under any insolvency Act for the time being in force to make any conveyance or

assignment of his assets or enter into any arrangement or composition with his creditors or suspend

of payment if the firm is dissolved under the partner ship Act, or

B) if the suppliers being a company is wound up voluntarily by the order of a court or a receiver.

Liquidator or Manager or on behalf of the debenture holder is appointed or circumstances shall

arisen which entitled the court of debenture holders to appoint a receiver. Liquidator or manager or,

C) If supplier commits any breach of the contract here not in a specifically provided for, provided

always that such determination shall not prejudice any right of action of remedy which shall have

accrued or shall accrue thereafter and provided also the suppliers be liable to pay the buyer for extra

expenditure be liable to pay the buyer for any extra expenditure he is thereby put to and the supplier

shall under no circumstances be entitled to pay gain in repurchase.

26.) Recovery of sum dues Whenever any claim for the payment of a sum of money arises out or under the contract

against the supplier, the buyer shall be entitled to claim it from the Bank concerned against

the guarantee amount provided by the supplier. In the event of the guarantee amount being

insufficient, the balance entire sum recoverable shall be recovered by appropriating any sum

them due or which at any time thereafter may become due to the supplier under the

contract or any other contract with the buyer and if such a sum be insufficient to cover

the full amounts recoverable, the supplier shall on demand pay to the buyer the balance

remaining dues.

Signed and sealed by Tenderer in

token of acceptance of above

Page 14: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 11

27.) This tender is not transferable.

28.) Secrecy of document

All the documents and drawing supplied by the buyer must be treated as CONFIDENTIAL

must neither be copied, reproduced, transmitted or discussed otherwise in whole or part, not

duplicated, modified, divulged, or discussed to any third party non used in any other way

without the consent of buyer in writing.

29.) Bid Acceptance Letter

The URMUL shall formally issue a bid acceptance letter in favor of lowest quoted

contractor/supplier in duplicate on which contractor has to sign and submit to the Managing

Director, Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner as a token of

acceptance of the order along with remaining amount and in case of contractor/supplier failed to

submit the acceptance letter with the agreement in the prescribed period, then the Managing

Director URMUL has right to be forfeited the entire amount of EMD deposited by the

contractor/supplier and full right to offer the work order to the second lowest firm or issue for

fresh NIT.

30.) Form of tender

The form of tender given in 25 pages.

31.) Important note

ALL THINGS REMAINING SAME,THE MANUFACTURER OF EQUIPMENT WOULD

BE GIVEN PREFERENCE OVER THE SUPPLIER.

DUE FAVOURABLE CONSIDERAION AND PREFERENCE WOULD BE GIVEN TO A

MANUFACTURER WHO HAS MANUFACTUREED AND SUPPLIED EQUIPMENT OF

A CAPACITY TENDERED OR OF HIGHER CAPACITY PREFERABLY TO A DAIRY

COOPERATIVE OR REPURE OPERATING MODERN COMPOSITE MILK PLANT AND

SUCH EQUIPMENT SHOULD HAVE SATISFACTORY PERFORMED.

32.) The tenderer should sign each paper in token of having read and understood and accepted the

terms and conditions.

32.) The quantities mentioned in the tender are tentative and the actual quantities to be procured

may vary upward or downward according to the actual requirements.

33.) URMUL also reserves the right to black list if the performance of approved supplier with

respect of quality and time of supply etc. if found unsatisfactory. URMUL also reserves the right to

forfeit the earnest money /security deposit side by side to recovering other due amounts in any other

way including legal resources

34.) The validity of letter of Approval can be extended upto three months or more with mutual

consent. The tenderer are required to note that purchase order released by the URMUL within the

contract period and the extended period if any, i.e. the first day to the last day of the contract period

shall have to be executed by them

35.) It in necessary for suppliers to maintain quality of the material supplied as per prescribed

standards and specifications.

36.) The rate must be written both in words and figures. There should be no over writing and

corrections.

37.) The above period of execution will be counted from the date of receipt of orders which may be

sent by fax or e-mail message. It will be thereafter followed by a letter/purchase or fax message will

be treated as receipt of purchase order. Liquidated damages will be recovered for the days in excess

of the period prescribed for supply. It will also be decided by the Purchase Officer to return the

goods which are delivered later than the stipulated period and effect the risk purchases in case it is

found that the goods received are not as per the prescribed specifications or delayed substantially to

the done work name suffer in his opinion. In case of any difference or perception regarding

deliveries /the version of Managing Director, URMUL shall be final and binding.

Signed and sealed by Tenderer in

token of acceptance of above

Page 15: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 12

It is therefore the party must be in contact from the day of receipt of fax, purchase order to

complete all the formalities like drawing/agreement etc. as required by URMUL.

38.) In case of any disputes, M.D.URMUL or person nominated by him shall be the sole arbitrator

to settle these disputes. The court jurisdiction will be Bikaner only.

39.) The present contract shall be governed over all the Rajasthan Cooperative Societies Act and

allied laws.

40.) All the documents and drawing supplied by the buyer must be treated as confidential must not

be copied reproduced transmitted or discussed otherwise in whole part not duplicated modified

divulged or discussed to any third party nor used in any other way without the consent of buyer.

41.) No terms and conditions in addition to the above mentioned will be agreed to.

Signed and sealed by Tenderer in

token of acceptance of above

Page 16: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 13

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH

LTD.,URMUL,BIKANER

Eligibility and Qualifications Criteria.

1.The bidder shall furnish, as part first of its bid, documents establishing the bidder‟s

eligibility to bid and its qualifications to perform the contract if its bid is accepted. The

bidder should also bid information in the format attached to the bid documents.

2.The documentary evidence of the bidder‟s qualifications to perform the contract is its bid

is accepted shall establish to the purchaser‟s satisfaction:

A) That in the case of bidder offering to supply goods under the contract which the bidder

did not manufacture or otherwise produce, the bidder has been duly authorized by the

goods and manufacturer or producer to supply the goods. The bids shall include

manufacturers authoriesation from given under section I. Offers from other agents , brokers

and middle man shall not be accepted.

B) That the bidder has the financial, technical production capability necessary to perform the

contract. To this end , all bids submitted shall include the following information Under

Section II.

I. Copies of original documents defining the constitution or legal status , place of registration

and principal place of business of the company or firm or partnership etc.

II. Power of Attorney or a true copy whereof duly attested by a gazetted officer in case an

authorized representative has signed the bid .

III. The details of experience and past performance of the bidder( or each party to join

venture) on works of similar nature within the past five years, and details of current works

in hand and other contractual commitments shall be submitted as per schedule I and schedule

II given in section II respectively of this bidding document

IV. Records on financial standing of the bidder such as profit and loss statements , balance

sheets and auditors report for the past three years, banker certificate etc.

V. Information regarding any current litigation in which the bidder is involved.

3.For the purpose of this particular contract , bidder‟s shall meet the following criteria as

minimum:

A). The bidder should be in business of the one of the jobs tendered for a minimum

period of three years at the time of bid opening in the same name and style.

B). The bidder‟s annual financial turnover in the same name and style during any one of the

last three years shall not be less than the estimated value of, the contract quoted by value.

C). The bidder , in the same name and style ,shall have completed the two projects of similar

nature and value not less than 60% of the

estimated quoted value of the contract, for which the NIT is issued , during the last five

years.

D). the bidder shall furnish a copy of the income tax returns and the income tax clearance

certificates for the previous three years in original certified true copies.

E). Solvency certificate to three months requirements of cash flow at the peak execution

period for the project.

4. Bid submitted by a joint venture of two or more firms as partners shall comply with the

following requirements:

A) The bid and in case of a successful bid , the form of agreement shall be signed so as to

be legally binding on all the partners.

B). One of the partners shall be nominated as being the incharge and this authorization shall

be evidenced by submitted a power of attorney signed by legally authorized signatories of

all the partners.

Signed and sealed by Tenderer in

token of acceptance of above

Page 17: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 14

C) The partners in charge shall be authorized to incur liabilities and receipts instructions for

an on behalf of any and all the partners of the joint venture and the entire execution of the

contract including payment shall be done exclusively if the partner in charge.

D) All the partners of joint venture shall be liable jointly and severally for the

execution of the contract in accordance with the contract terms and a relevant statement to

this effect shall be included in the authorization mentioned , (b)above as well as in the

form of bid and the form of agreement (in case of the successful bid ) and

E) A copy of the agreement entered into by the joint venture partners shall be submitted

with the bid.

F) Experience , resources men and machinery of each party to the joint venture will be taken

into account only to the extent of their participation for performing tasks under the joint

venture agreement.

5. Documents establishing goods-eligibility and conformity to bidding documents.

5.1The bidder shall furnish a part of its bid , documents establishing the eligibility and

conformity to the bidding documents of all goods and services which the bidder proposes

to supply under the contract.

5.2The documentary evidence of the goods and services eligibility shall consists of its

statement in the price schedule on the country of origin of the goods and services offered

which shall be confirmed by a certificate of origin issued at the time of shipment.

5.3The documentary of the goods and services conformity to the bidding document may be

in the form of literature , drawing and data shall furnish.

A) A detailed description of the goods essential technical and performance characteristics .

B) A list giving full particulars , including available sources and current prices of all spare

parts , special tools etc. necessary for the

proper and continuing functioning of the goods for a period of tow years, following

commencement of the goods used by the purchaser and

C) A statement of deviations and exceptions to the provisions of the technical specifications

demonstrating the goods and services substantial responsiveness to those specifications in

the form of provided under section III.

5.4The bidder should merely confirm that all the facilities exists for inspection and shall

be made available to the inspecting authority.

5.5Pursuant to close 5.3 © above , the bidder shall note that standards for workman ship,

material and equipments , and reference s to brand‟s name of catalogue numbers designated

by the purchaser in its technical specifications are intended to be descriptive only and

respectively. “The bidder may substitute alternative standards, brand names and /or catalogue

numbers in its bids , provided that it demonstrates to the purchasers satisfactions that the

substitutions are substantially equivalent or superior to those designated in the technical

specifications.

Signed and sealed by Tenderer in

token of acceptance of above

Page 18: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 15 TECHNICAL SPECIFICATION

The existing IBT is compartmented in two parts with provisions of placement for 9 coils on

one side and another 9 coils on the other side. Necessary horizontal & vertical

stiffeners/supports to be clamped with coils to keep them in position shall have to be supplied

& erected. At the bottom coils shall have to be mounted on M.S. channel of at least

75x40MM size. All these shall have to be galvanized. General arrangement drawing of the

coils, accumulators etc. shall have to be got approved by the contractor before fabrication.

1.0 One set of Ice Accumulate Coil is required to be fabricated out of using 32MM NB

M.S.‟C‟ class ERW pipe Tata make, using U bend(heavy duty) size 32MM NB,180MM C/C

duly sand blasted so as to give surface finish of 20 grit and spray galvanized having

thickness not less than 100 microns after fabrication.

2.0 The straight length of each coil (as seen in the plan) should be approximately 6 meter.

There are 18 nos. of such coil in horizontal plane in one IBT. In vertical plane there shall be

12 nos. of pipe in each column there by making total coil length approximately 1300 RM in

one IBT

2.1 The liquid feed header be fabricated using M.S.‟C” class pipe of size 100 MM NB x1.5

meter long so as to connect 9 coils equidistantly into it and to ensure minimum thickness of

50 mm Ice accumulation all around the pipe. Header shall also be sand blasted and

galvanized with the standards mentioned for coil fabrication . The feed line/pipe from

accumulator to the liquid header shall have to be fabricated using M.S.‟C‟ class pipe size

75MM NB duly galvanized after sand blast.

2.2 Vapor Header be fabricated using M.S.‟C” class pipe of size 100MM NBx1.5 meter long

so as to connect 9 coils equidistantly into it and to ensure minimum thickness of 50mm Ice

accumulation all around the pipe. Header shall also be sand blasted and galvanized with the

standards mentioned for coil fabrication . The feed line/pipe from accumulator to the liquid

header shall have to be fabricated using M.S.‟C‟ class pipe size 100MM NB duly galvanized

after sand blast.

2.3Oil purging line of size 20MM to be raised from the liquid feed header to the top of IBT

with suitable size valve and be duly supported in side the tanks. This is also to be galvanized

after sand blasting

2.4 The coils are to be so arrange in a tank that there is a clear air gap of 150MM between

the adjacent coil in horizontal plane and 150MM clear air gap between adjacent coils in

vertical plane.

2.5The coils are to be placed in existing IBT in such a passion that top pipe of coil is nearly

300MM below the top of the IBT.

2.6Suitable electronic float of Manik/Manor Make along with solenoid valve inter connecting

to ammonia line and valve (by pass line extension valve, strainer etc.) as required shall have

to be supplied and install for proper flow up refrigerant in the coil .

2.7One no. Ice accumulating limit switch of Danfoss/Indofoss Make to be supplied and be

installed for automatic stoppage of ammonia compressor when desired thickness of Ice is

achieved on the coils.

2.8The coils set shall have to be pressure tested at 18kg/ CM2 pressure or leakage of joints

etc. for 24 hours and finally flushed with nitrogen followed by vacuum testing before the

commissioning.

2.9All welding joints should be ground finished .

2.10All ammonia l valves and all flanges are to be of Super/Frick Make.

2.11Necessary shut down shall be given by the Dairy Plant and duration of such shut down

and its timing shall be on the description of Officer incharge .

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 19: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 16

SPECIFIC JOBS INVOLVED FOR THE REPLACEMENT OF IBT COILS

1.Removal of brick wall measuring 4M x2.5M approximately towards the furnace oil tank

side.

2. Removal of insulating material pasted on outside wall of IBT tank.

3. Removal of M.S. Sheet measuring 4mx2.5M by cutting the M.S. Sheet with the help of gas

cutter or cutting wheel.

4. Removal of agitator.

5. Removal of old set of coils measuring approximately 1300RM after

disconnecting/isolating from the running system.

6. Repairing of IBT tank if any .

7. Installation of new sets of coils and fixing as it is now.

8. Make necessary connections for liquid , weaponry and oil line as is now .

9. Repairing of IBT top M.S. frame by replacing forwarded and damaged M.S. angle and

channel of appropriate size to facilitate fixing of wooden covers.

10. Refitting of IBT agitator after servicing and repairing of delivery cone/ducting.

11. Testing of coils by air pressure up to at 18 kg /cm 2.

12. Fixing of M.S. sheet by welding from both side, which was earlier cut to take out the

coils.

13. Testing of M.S. tank for water leakage.

14. Re insulation of surface which suitable insulating material as specified in point no.5

All the surface which are to be insulated has to be carried out in following manner.

1. The surface should be well cleaned with the appropriate cleaning agent.

2. Hot bitumen should be applied uniformly @ 1.5 Kg/m2 on the surface.

3. A similar layer of bitumen should be applied on the inner surface and on the edges of the

insulating material.

4. The section should be stuck to the coated surface with joints staggered. All joints should

be properly sealed with bitumen.

5. A thick vapor seal of bitumen @2.5kg per sq m should be applied uniformly on the outer

surface. The Ice Bank Tank should be insulated with 100 mm thick expandable polystyrene

sheet duly covered with polythene sheets.

6. Between the wall and insulated surface of Ice Bank Tank the gap should be filled with

wood sand/other suitable insulated material and which should be sealed at the top with

cement plaster.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 20: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 17

SPECIAL TERMS & CONDITIONS FOR SUPPLY, ERECTION AND

COMMISSIONING

1. INSPECTION: The equipment /material under the purview of your supply shall be

inspected by our own technical expert at your works and all required instruments shall be

provided to our expert to examine the equipment. A copy of inspection report duly

signed by you shall have to be submitted along with the dispatched documents. Urmul

reserves its right of inspection at any stage during the fabrication of the equipment. In

case any alteration modification is suggested by our officer the same is to be affected and

final inspection shall be carried out before the dispatched of the consignment.

2. DESPATCH INTRUCTION: The material are to be dispatched to the project

side by mode of transport specified in the order under intimation to Urmul. Packing if

required shall be made to ensure safe and intact receipt of the material at site.

3. INSUARENCE : You shall have to arrange all transit risk insurance from your

works to our site for the full cost of the equipment so that in event of any damage during

the transportation whole equipment could be replaced and for the purpose necessary

claims shall be made by you to the insurance company. Urmul shall have nothing to do

in this regard.

4. REJECTION : Urmul reserves the right to reject the equipment in full or part if at

the time of delivery/receipt it is noticed that the equipment do not confirms to this

specification stipulated in the order . Under the circumstances contractor has to replace

at his own cost. No extra charges shall be payable towards the to & fro transportation of

rejected equipment.

5. SCOPE OF CONTACT FOR ERECTION:

(I)The erection would comprise of positioning and installation of the equipment and

miscellaneous items so as to complete whole job. The scope of mechanical erection

involves access preparation for moving of the plant & equipment including their fittings

from the works side to the place of erection, placing of foundation, placing of ancillary

service lines to get the specified rated capacity of the supplied equipment.

(ii Before taking up the job a schedule in consultation with our Officer in charge shall be

submitted for approval so that the normal functioning of the running plant is not affected .

(III)On the receipt of approval contractor shall take up the job. He is advised to take all

necessary precautions so that the running plant do not disturbed and also the safety &

security of the plant is not affected.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 21: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 18

6. ENGINEER‟S INSTRUCTION:

Urmul may in his absolute discretion, from time to time issue further drawings and/or

written instructions, details directions and explanations which are collectively referred to

as Engineer‟s instructions in regard to.

6.1 Any additional drawings and explanations to exhibit or illustrate details.

6.2 The variation or modifications of the design, quality or quantity of work or the

additional or omissions or substitutions of any works.

6.3 Any discrepancy in the drawings or between the schedule of quantities and/or

specifications.

6.4 The removal from the site of any material brought thereon by erector and the

substitution of any other material thereof.

6.5 The removal and/or reexecution of any work executed by the erector.

6.6 The dismissal from the work of any persons employed thereupon.

6.7 The opening up for inspection of any work covered up.

6.8 The amending and making good of any defects.

7.0 RIGHT OF URMUL:

7.1 The various parts of the contract are intended to be complementary to each other but

should any discrepancy appear or any misunderstandings arises as to the interpretations

of anything contained therein, the explanation of Urmul shall be final and binding.

7.2 RIGHT TO DIRECT WORK :

7.2.1 Urmul shall have the right to direct the manner in which all work under

this contract shall be conducted in so far as it may be necessary to secure the safe and

proper progress and specified quality of the work, all work shall be done and all materials

shall be furnished to the satisfaction and approval of Urmul.

7.2.2 Whenever, the opinion of the Urmul, Erector has made marked

departures from the schedule of the completion laid down in the agreement or when

untoward circumstances force a such departure from the said schedule, Urmul in order to

assure the compliance with the schedule and the provisions of the agreement, shall direct

the order, pace and method of conducting the work, which shall be adhered to by the

Erector.

7.2.3 If, in the judgment of Urmul, it becomes necessary at any time to

accelerate the over all pace of the plant erection work erector when, ordered & directed

by Urmul shall case work at any particular point and transfer his men to such other point

and execute such portion of his work, as may be required, to enable Urmul to hasten and

properly engage and carry on their work, all directed by the Urmul.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 22: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 19

7.2.4 Night work will be permitted only with prior approval of Urmul, Urmul may also direct

erector to operate extra shifts over and above normal day shifts to ensure completion of

contract as Scheduled or due to exigent circumstances, if in his opinion, such work is

required.

7.3 Right to order Modifications of Methods & equipment

If at any time the erectors methods, materials or equipment appear to Urmul to be unsafe,

inefficient or inadequate for securing the safety of workmen or the public, the quality of

work or the rate of progress required, he may order erector to ensure their safety, and

increase their efficiency and adequacy and the erector shall if so directed increase the

working force and equipment to such an extent as to give reasonable assurance of

compliance with the schedule of completion. The absence of such demands from Urmul

shall not relieve erector of his obligations to secure the quality, the safe conducting of the

work and the rate of progress required by the contract the erector alone shall be and

remain liable and responsible for the safety, efficiency and adequacy of his methods,

materials, working force and equipment, irrespective of whether or not he makes any

changes as a result or any order or orders received from Urmul.

8.0 CHANGE IN THE WORK :

1. If it becomes necessary or desirable to modify the contract and the specification their in

contained and the drawings, in a manner not materially affecting the substance there of,

or to make changes by altering, adding to or deducting from the work, or to add

correlated work not now covered by the contract to the work to be done under his

contract, Urmul may without in validating the contract direct such changes increases the

cost of work and payment therefore is not covered by the prices bid from the various item

contractor shall be reimburse for such changes under a supplementary contract. In case

such changes shall diminish the cost of work, appropriate deduction towards such

reduction in cost shall be made from the contractors bill.

2. Erector when requested in writing by Urmul shall perform extra work and furnish extra

material not covered by the specification but formatting and in separable part of the work

contracted or and shall be paid extra for all such work at rates and terms mutually agreed

upon.

3. Extra item if any shall be paid on the basis of voucher of costs of materials and labour

procured by erector. Erector shall b paid 15% of the cost of material and labour towards

his profit, supervision and overhead charges.

4. Items not covered in schedule of quantities but similar in nature to the items already

covered shall be paid for, rates being worked out on the basis of rates quoted for similar

items.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 23: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 20

9.0 SUPPY OF TOOLS TACKLES MATERIALS:

1. For full completion of the work, erector shall has own cost furnish all necessary erection

tools, machine tools, power tools, tackles, hoists, crane, derrick, cables, slings, skit

scaffolding work benches, tools for cribbing and blocking . welding machine, compressor and

all other associated protective equipment, instruments, appliances, materials and supplied

required for unloading transportation storing erecting, testing and commissioning and the

equipments the plant that may be required to accomplish the work under the contract.

2. Erector shall also furnish necessary expandable devices like anchors, grinding and abrasive

wheels, raw plug, hacksaw blade, tape, dyes, drills, reimburse, chisels, files, carborundum

stones oil wire, brushes necessary bamboo scaffolding, ledgers, wooden planks, sleepers and

consumable material like oxygen, acetylene, organ, lubricating oil greases , cleaning fluid

welding rods graphite powder and flaxes fasteners gaskets temporary supports cotton waste

and all other miscellaneous supplies of every kind not necessarily listed above but required

for carrying out the work under the contract.

3. Erector shall provide all reasonable facilities including tools, personnel, etc. and ensure

coordination with Urmul and erector supervisor of other equipment supplier to enable them to

carry out all supervision measurement, checks in satisfactory manners.

4. Erector shall not dispose of transport or withdraw any tools tackles, equipments and materials

provided him for the execution of the work without taking prior written approval from the

Urmul at all times shall have write to refuse permission for disposal transport all withdrawal

of all tools tackles equipments and materials which in the opinion of Urmul will adversely

affect the efficient and expeditious completion of the project.

10.0 CONSTRUCTION, ELECTRIC POWER & WATER:

Electric power and water will be made available for use by Urmul free of cost. These

supplies will be made wherever available at one centre point at the site convents to Urmul

and all pipelining for service water to work area shall be furnished , installed and maintained

by the contractor at his own expenses.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 24: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 21

SECTION-1

MANUFACTURERS‟ AUTHORISATION FORM

(Please see clause 2(a) of Eligibility Criterion)

No.----------------------------------------Dated-------------------------------------------------------

To,

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,

SRI GANGANAGAR ROAD, BIKANER

Sub : Tender reference No………………………………………………

Dear Sir,

We----------------------------------------------------------------an established and reputable

manufactures of--------------------------------------------------------------------------------------------

having factories at-----------------------------------------and----------------------------------------do

hereby authorize. M/s --------------------------------------------------------------------------(Name and

address of Agents) to bid negotiate and conclude the contract with you against tender reference

No………………………………………………………………for the above said goods

manufactured by us.

No company or firm or individual other than M/s…………………………………….--

-------------------------------------------------------------are authorize to bid, negotiate and conclude

the contract in regard to this business against and warranty for the goods offered for supply

against your tender.

Yours faithfully,

(NAME)

For and on behalf of M/s

Name of Manufacturers)

Note:- This letter of authority should be on the letter head of the manufacturing concern and

should be signed by a person competent and having the power of attorney to bind the

manufacturer.

Signed & Sealed by the tenderer

In token of acceptance of above

Page 25: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 22

SECTION- II – SCHEDULE-1

(Refer clause No. 2(b) of Eligibility Criterion)

Major works successfully completed during the past five years

Sr. Name of Place Contract Name of Value of Time of Date

No. Work Reference Client Work completion of Completion

---------------------------------------------------------------------------------------------------------------------

-

Note : Indicate Plant capacity and major parameters handled.

Completion Certificate From Clients should be enclosed with the bid

Signed and sealed by Tenderer in

token of acceptance of above

Page 26: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 23

SECTION-II SCHEDULE-II

(Refer clause No.2(b)(iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR

Sr. Name Work Name Place Value Completion

No. of work order of client of work of work period Date

Reference order

Note : Indicate Plant Capacity and Major Parameters handled.

Signed and sealed by Tenderer in

token of acceptance of above

Page 27: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 24

SECTION-III

TECHNICAL DEVIATION STATEMENT FORM

(Refer Clause 5 of Eligibility Criterion)

The following are the particulars of deviations from the requirements of the tender

specifications:

CLAUSE DEVIATION REMARKS (Including

justification)

Dated Signature and Seal of

The manufacturer/Bidder

NOTE:

1. Where there is no deviation the statement should be returned duly signed with an

endorsement indicating “No Deviations”.

2. The technical specifications furnished in the bidding document shall prevail over those of

any other document forming a part of our bid, except only to the extent of deviation

furnished in the statement.

Signed & Sealed by the tenderer

In token of acceptance of above

Page 28: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 25

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., URMUL,

BIKANER.

FORM OF TENDER FOR PRICE

TO BE SUBMITTED IN FINANCIAL BID ENVELPE

ANNEXURE-1

Name of firm:-

Time & Date of opening of Tender

Description of goods Replacement of IBT coils at Dairy Plant,Bikaner at site with

installation and commissioning work.

S.No. Particulars Amount(Rs.)

Remarks if any

1. .Supply/ Replacement Ice Bank Tank Coils and accessories as per

technical specification with allied jobs including civil/masonry work

at Ex- works unit price. Total 2600 Running Meter IBT Coil, liquid

feed header and Vapor Header.

2. Packing & forwarding charges

3. Excise Duty @

4. Sales Tax (RST/CST/VAT)@

(See note no. 1 given below)

5. Entry Tax if any @

6. Transportation including Insurance charges

7. Any other charges (if any)

8. Total FOR site price (1 to 7)

9. Installation & commissioning Charges

10. Service Tax @......

11. Total FOR Unit price (9 to 10)

12. Total Net FOR Unit price for supply installation &

commissioning(8+11)

(in figures and in words)

The FOR rates indicated at Sr. No. 8, 11 & 12 includes all duties & taxes if not explicitly

mentioned here but in vogue/applicable at the time furnishing rates.

Note:

(i) Tenderer should indicate clearly whether the sales tax mentioned above is against any

confessional form. In case the confessional form is not provided. The rate of tax

should be mentioned.

(ii) Price negotiations shall be discouraged bidders should therefore quote their most

competitive rates (with conformity to the specifications and commercial stipulations

given in the tender) in the very instance least they run risk of losing out in absence of

negotiations.

(iii) The rate must be written both in words and figures. There should be no erasures and

or over writings, corrections, if any, should be made clearly and indicated with date.

In case if there is variation observed in the rates in between words & figures, the

lowest rate shall be considered.

(iv) The conditional offer which after the rate of the quoted item shall be liable for

rejection even the quoted rate is lowest.

We solemnly declares that the above quoted rates have been submitted after

reading the tender document correctly and understanding the job involved well .No

rate escalation shall be claimed on any account once the rates are finalized.

Signed & Sealed by the tenderer

In token of acceptance of above

Page 29: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE
Page 30: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE
Page 31: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

TERMS AND CONDITION OF

TENDER FOR

Replacement of Condenser coils at Bikaner Dairy

Plant, Bikaner at site with installation and

commissioning work.

RST NO. : 0711/01469 dt 31.07.95 CST NO. : 0711/01469 dt.04.08.95 TIN : 08381301453 Uttari Rajasthan Sahakari Dugdh utpadak sangh ltd.

Urmul Dairy Plant, N.H. 15, Bikaner-334002 Phone: 0151-2225500 (O), 0151-2225501 Plant 0151-2225504 Pur, 0151-2225556 Fax

Page 32: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,

BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12

INDEX SCHEDULE-1 PAGE NO.

1 Detail of firm. 01

1.1 Eligibility & Qualifications Criterion Sheet 02

1.2 GENERAL TERMS & CONDITIONS 03-04

1.3 Scope , Technical Specifications &Specific Job 5-6

1.4 Price & Payment 7-14

1.5 Eligibility & Qualifications Criterion 15-16

1.6 Special Terms & Conditions 17-20

1.7 Section -I 21

1.8 Section -II -Schedule-I 22

1.9 Section - II -Schedule-II 23

2.0 Section – III 24

2.1 Form of Tender for quoting rates 25 (for second

envelope)

3.0 Last date & time of issue of tender as specified on page no.01

4.0 Last date & time of receiving tender as specified on page no.01

5.0. Date & time of opening tenders as specified on page no.01

6.0 Address for communication: as given below

7.0 Place of opening URMUL Bhawan, Urmul Dairy Plant, N.H. 15, Bikaner-334002

Managing Director

Uttari Rajasthan Sahakari Dugdh utpadak sangh ltd.

Urmul Dairy Plant, N.H. 15, Bikaner-334002

Page 33: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 1

TENDER FORM

Title:- Replacement of IBT coils at Dairy Plant, Bikaner at site with installation and

commissioning work.

Tender reference: Urmul/RKVY/2012-13/, Dated

07.08.2012 24. Cost of tender form Rs.200/- in cash Rs.300/- by post.

25. Last date of obtaining of tender 06.09.2012 at 1.00 P.M

26. Tender can be submitted up to 3.00 P.M on dated 06.09.2012 , which will be opened at 3.30

P.M on same day.

27. Name of firm :

28. Registration No.________________

(ROC) if company Place__________________

Year________________

29. Name of Contact person :

30. Address of firm :

31. Company‟s Turnover____________ for last three financial year____________

32. Production Capacity/Year______________

33. Legal Owner______________

34. Public/Private Limited firm_____________

CEO _____________________

Address____________________

35. E-mail ID :---------------------------------------------------

36. Details pertaining to execute such supply in past

Name of firm_________________

Quality_______________________

37. No. of complaints received_____________________

38. Replacement under Guarantee/Warrantee_________________________

39. Cause of failure __________________________

40. Telephone No.:------------------------------

41. Fax No. :----------------------------------

42. Mobile No. :-------------------------------

43. RST / CST No./ Tin No. :----------------------------------------------------------------

44. EMD Receipt No. or Detail of D.D.----------------------------------------------------

45. PAN No. :-------------------------------------------------------------------------------------

46. Certified that the above information is true and correct to the best of my knowledge and if

any information is found incorrect is liable for rejection and litigation, and in the event we

shall be sole responsible

We agree to abide by all the conditions mentioned in the tender notice issued by the Managing Director,

Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Limited, Bikaner and also the other conditions of the

tender documents in the attached sheets (all the 22 pages of which have been signed by us in token of

our acceptance )

Signed and sealed by Tenderer in

token of acceptance of above

Page 34: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 2

Comparative statement of eligibility & qualification criterion

(Each tenderer is required to fill up the form and enclose the required documents failing which the tender

will become liable for no further consideration/evaluation)

S.N Particulars Yes or No If Yes please

indicate page

No.

1. Power of attorney

2. Whether manufacturer (Yes/No) ( Page No.18)If no, manufacturer‟s authorizations form as

per Section 1.

3. Whether experience in past performance on words of similar nature within the past five

years submitted as per Schedule 1 of Section II. (Attach copies of Purchase Orders &

performance certificates). ( Page No.19)

4. Whether details of current works in hand and other contractual commitments submitted as

per Schedule II of Section II. (Attach copies of Purchase Orders). ( Page No.20)

5. Whether P&I statement and balance sheet and auditor‟s report submitted for last three

years.

6. Whether information regarding current litigation submitted.

7. Is the bidder in business of the one of the jobs tendered for a minimum period of three

years at the time of bid opening? (Attach copy of registration of the Firm)

8. What is the bidder‟s annual financial turn over during last three years?

9. Has the bidder completed two projects similar nature and value not less than 60% of the

quoted value of contract during the last five years.

10. Whether a copy of IT clearance/returns submitted for the previous three years.

11. Whether a copy of valid Sales Tax Registration for the tendered item submitted.

12. Whether a copy of Sales Tax clearance/returns submitted for the previous three years.

13. Whether Solvency Certificate equal to three months requirements of each flow at the peak

execution period for the project submitted.

14. Payment terms accepted(Yes/No)

15. Sealed and signed tender document and specification in original enclosed.(Yes/No)

16. EMD Details : DD No……………..dated………….for Rs………….

17. Correspondence address-------------------------------

Ph.No. Fax No. Mobile

Signed and sealed by Tenderer in

token of acceptance of above

Page -3 UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER.

General terms and condition of the tender 1.) PREFACE:

The Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner invites sealed competitive bids from the bonafide manufacturers, associates of such manufacturers and their accredited representative for the following strictly in adherence to the detailed specifications

enclosed within tender.

The Managing Director Urmul reserves the right to reject any or all the tenders in full or part thereof which in his opinion justifies such actions without further explanations to the tenderers.

2.) TENDER PROCEDURES:

(A) The manufacturers of equipment would be given preference over the associates of such manufacturers or their accredited representative.

(B) The manufacturers who has manufactured and supplied equipment of capacity tendered or of higher capacity preferably to a dairy

cooperative of repute operating modern composite milk plant and such equipment should have satisfactorily performed, which have been supplied for last five years and whose equipment have satisfactorily performed over the aforesaid periods will be considered for

evaluation and placement of order.

(C) The tender should be sent by registered post with acknowledgement slip so as to reach the Managing Director, URMUL Dairy,

N.H.15,Bikaner not later than dated 06.09.2012 at 3.00 p.m. Alternatively the tenderer or their agents can also submit their tenders

personally at the office of the Urmul Dairy.

(D)THE TENDER MUST BE SUBMITTED IN THE THREE ENVELOPES AS MENTIONED UNDER AT THE PLACE

SPECIFIED IN THE CLAUSE NO. (C).

(I) FIRST ENVELOPE: - FOR ELIGIBILITY & QUALIFICATION CRITERION WITH DULY SINGED OF GENERAL

TERMS AND CONDITION.

(II ) SECOND ENVELOPE: - FOR FINANCIAL BID.

(III) THIRD ENVELOPE: - TO COVER BOTH (FIRST & SECOND) ENVELOPES. THE FINANCIAL BID SHALL BE

OPENED WHEN THE FIRM CLEAR THE ELIGIBILITY & QUALIFICATION CRITERION WITH DULY SINGED OF

GENERAL TERMS AND CONDITION.

Page 35: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

(E) The tender thus prepared should be put in the prescribed form and format properly sealed double cover and super scribed

by giving the tender reference number and date of opening. The cover should address of M.D., Urmul Dairy, Only one tender

should be kept in one envelope. In case more than one, tender is kept in an envelope, all the tenders thus kept may be ignored.

(F) No responsibility shall be taken for the pre-matured opening of the tender which is not properly addressed or

identified.

(G) No tenders / rates by way of fax/telegrams/telephone/telex etc. will be accepted /considered unless URMUL

specifically asks for rates through such mode of communications. However any amendment sent by the

telegraph/telex/fax to the tender already submitted shall be considered provided it is received before the due date

and the time of ,opening tender following the confirmation in writing by post.

3.) LEGAL COMPETENCY OF SIGNING THE TENDER:-

Individual signing the tender or other documents connected with this tender must specify whether he signs as.

a)“Sole Proprietor” of the firm. Or constituted attorney of such proprietor

b)The partner of the firm, if it is a partnership firm in which case, he must have authority to refer to arbitration

disputes pertaining business of the partnership either by virtue of partnership Deed or by holding the power

of attorney.

c) Constituted attorney of the firm, if it is a company.

Signed and sealed by Tenderer in

token of acceptance of above

Page 4

NOTE:-

1. In n case of (b) above, a copy of partnership deed or general power of attorney duly attested by in notary

public should be furnished or any affidavit on stamp paper of all the partners admitting executing of the

partnership deed or the general power of attorney should be furnished.

2. In case of partnership firm, where no authority to refer disputes concerning to business of the partnership has

been conferred on any partner, the tender and all other related documents must be signed by every partner of the

firm.

3. A person signing the tender form or any documents constituting and integral part of the contract on behalf of

another shall, be deemed to warranty that he has authority to bind such other and if, on enquiry it appears that

the person so signing has no authority to do so, the buyer may without prejudice to other civilian remedies,

terminate the contract and hold the signatory liable for all cost and damages.

4.) EARNEST MONEY DEPOSIT

(A) Earnest Money Rs.10000/-(Rs. Ten thousand only) is to be deposited along with the tender form for offered items in

the form of DD or Bankers cheque in favour of Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner or cash

deposited to cashier up to 1.00 P.M on dated 06.09.2012.

(B) Any tender which is not accompanied by earnest money deposit will be rejected out rightly. Earnest money of

unsuccessful tenders will be returned within 120 clear days from the date of opening of tender and no interest shall be

payable on such EMD.

(C) No interest shall be paid for the Earnest Money deposited for the period during which it lies in deposit with

URMUL Dairy

(D) The tenders received earlier shall be opened on scheduled date and time in the office of M.D, URMUL Dairy, Bikaner

or in the office in the premises so designated. The tenderers of their accredited agent /representative if they wish shall be

allowed to be present at the time of opening of the tender.

(E) Negligence on the part of the tenderer in preparing /filling the tender confers no right to withdraw the tender after it

has been opened by the committee.

(F) All documents from advertisement to making drawing tender agreement etc. till order is placed shall constitute

integral part of the tender.

(G) All tenders in which any of the prescribed conditions are not fulfilled or which have been vitiated by errors in

calculation totalling or other discrepancies or which contain overwriting in figures or words or corrections liable to reject.

(H) In the place of substantial non /conformity with the specification or if it contains any in admissible reservations seen

or otherwise in contravention to the spirit and letter of the tender documents such tenders shall be summarily rejected.

(I) The successful tenderer have to execute an agreement bond for Rs.500/- non judicial, stamp paper within the specified

period. The EMD amount shall thereafter converted into security amount. The security amount shall have to be deposited

by 5% of the total cost of the acceptance of tendered value either in the form of cash or bank guarantees with in fifteen

days of the acceptance of the tender.

(J) Urmul shall have an absolute right of being compensated through liquidated damages on penalties and the amount of

security deposit shall also in such an event, be liable to forfeiture in full or part for being appropriate towards aforesaid

liquidated damages and the decision of the Managing Director, Urmul shall be final.

(K) No refund of the tender fee is claimable for tenders not accepted or forms returned or tenders not submitted.

Signed and sealed by Tenderer in

token of acceptance of above

Page 5

(5.) SCOPE OF WORK

DETAILED TECHNICHAL SPECIFICATION FOR THE SUPPLY INSTALLATION

TESTING AND COMMISSIONING of ATMOSPHERIC CONDENSNER COILS.

Page 36: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

SCOPE OF WORK, The refrigeration plant at Dairy Plant, Bikaner consists of four sets of atmospheric

condenser coils (each set have a ten nos. of coils) connected with five nos. KC4 X 100 ammonia

compressors and installed at condenser water tank. Presently only two sets (20 Coils) are to be

replaced with new sets of coils, headers and valves (Similar to the existing). The each coils consists of

6 meter long X 12 high X 1RD approximately measuring 72 RM length.

The job involves the removal of existing coils from the condenser tank. Supply of new sets of coils,

installation of these coils and commissioning of the coils along with water sprinkler system along with

required G.I. pipes valves on the top of condenser coils.

TECHNICAL SPECIFICATION FOR SUPPLY 1.1.1 The atmospheric condenser coils are to be fabricated out of 50 MM NB M.S. “C” class ERW pipe (Tata

make) and using 50 MM NB M.S. “C” class band c/c 100mm in such a fashion that each coil make

consist of 10 pipes of approximately 6 meter length. Ammonia reducers flanges 50mm/32mm and

50mm/20mm be also welded at the ends of the coils as inlet & outlet connection respectively (keeping

50mm/32mm flange at top the coil) and should be spray galvanized or hot deep galvanized with

100microne thickness of the Zinc coating after send blasting so as to give surface finish of 20 grit.

Drawing may be got approved before the commencement of the fabricants.

1.1.2 One set of condenser comprises 10 rows of coils (horizontally) duly connected equidistantly spread over

existing beam of condenser tank with Gas Header at top (to be fabricated out of 100MM NB M.S. “C”

class pipe) with distance piece made of M.S. “C” class pipe of 32 MM NB duly welded at one end to

the gas header and the other one with 32 MM ammonia flange to connect ammonia valve to connect at

the top of coil and incorporating 32MM ammonia flanged valve in between. The total length pipe in one

set should be approximately 720 RM. Similarly liquid Header be fabricated out of 63MM NB M.S.”C”

class pipe with required distance piece made of M.S. “C” class pipe of 20MM NB duly welded at one

end to the liquid header and the other one with 20MM ammonia flange to connect ammonia valve at the

bottom of coil and incorporating 20MM ammonia flanged valve in between.

Both Liquid and gas header as well as M.S. Nipples size 32MM for gas header and 20MM NB for liquid

header be also spray galvanized of 100micron thickness after sand blasting so as to give surface finish of

20 grit. The complete drawing may please be got approved before commencement of fabrication.

1.1.3 Necessary stiffener/support be supplied using M.S. Angle of size 50X50X5MM for coil support and coil

be fixed between the M.S. Angle using good quality fasteners of 5/8 inchesX4” size of “fit tight” make

supports of the coil be so fabricants that the bottom of the same be given bend in such a fashion that it

can be tightened at the existing channel at the top of the condenser coil beam in absolute vertical

condition.

1.1.4 For spraying water 50mm NB G.I TATA „C‟ class heavy duty pipe having 6MM hole at 150MM

distanced along the whole length of about 6mtrs. Of which one end be blanked with socket and dead

plug and the other end be connected with water header G.M. globe valve of size 50 MM on each spray

pipe be put in between water header and the spray pipe. G.M. gate valve should be of LEADER make.

1.1.5 Supports and stiffeners other then above specified and required shall be provided.

1.1.6 Each set of coil shall be pressure tested at 18 Kg/cm2 for 24 hours by the air pressure for the

detection of leakages and be finally flushed with nitrogen before putting in operation

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 6

.

1.1.6 All the welded joints be ground finished.

1.1.7 Few existing old corroded pipes of 100MM NB, 63 MM NB and 150MM NB for ammonia

and water have to be replaced as directed by the officer In charge.

1.1.8 Any other related job which has not been specified above and are of urgent nature be carried

out as directed by officer In charge. 1.1.9 All the pipes would be M.S. “C” class Tata make and ammonia valves of super/frick make

and ammonia flanges should be super/crown/frick make. 1.1.10 The gate valves should be out Leader make. 1.1.11 All the fasteners, packing, M.S. Angles, channels and other consumables should be of good

quality.

SPECIFIC JOBS INVOLVED FOR THE REPLACEMENT OF CONDENSOR COILS

1. Removal of old set of coils measuring approximately 1300RM after disconnecting/isolating from the

running system.

2. Installation of new sets of coils and fixing as it is now.

3. Make necessary connections for liquid , Water line as is now .

Page 37: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

4. Testing of coils by air pressure up to at 18 kg /cm 2. For 24 hours for detection of joints leakage.

The existing system of compressor will not be utilised for pressure testing

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 7 7. 6.) PRICE

(A).The rate should be quoted FOR Bikaner (Urmul‟s site) the price should include excise, sales packing and

forwarding ,octroi transportation, insurance, and other duties. It should be net landed cost.

(B) The prices thus quoted by the firm shall be free from all escalations and valid for a period of 180 days

from the opening of the tender.

(C) Wherever possible C/D forms shall be issued to avail concessional rates of the central/state tax. The rates

of the sale tax prevailing must be mentioned in the tenders. The tenderers must also indicate the details of sales

tax registration number allotted to them by the authorities. The tender should be accompanied with income

tax and sale tax clearance certificate from concern authorities without which the tender may not be

entertained.

(D) Octori duty if applicable will be born by supplier. Therefore tenderers are requested to quote their rates

inclusive of octroi duty.

(E) Excise duty or surcharge prevailing upto the date of submission of the rates must be included in the net

rate. This however, should be shown separately, So, that in the event of any subsequent changes in these

charges by the government ,the same will be considered extra over the net rates. However, the increased excise

duty due to change in slab on higher turnover shall be payable by the tenderer.

F) Service tax or surcharge prevailing upto the date of submission of the rates must be included in the net

rate. This however, should be shown separately, So, that in the event of any subsequent changes in these

charges by the government ,the same will be considered extra over the net rates.

(G) Loading and un-loading Charges at Site for the work order should be included in the price

(H) The material/equipment/machinery offered must be securely packed at the cost of the suppliers to

withstand tough handling enrooted by road/rail/air. Packing should be provided with protective lining to avoid

damage to the surface of the packing and the items packed inside.

7.) INSURANCE

The insurance charge shall be arranged by the supplier from commencing from their warehouse or works to the

warehouse of the buyers site with all transit risk.

8.) TECHNICAL INFORMATION REQUIRED WITH TENDERS

a) The tenderers have to mention clearly that the specifications of the materials tendered are strictly in

adherence to the technical specifications stipulated in Schedule. In case of any deviation, the tenderers shall

have to mention the same in detail.

b) Overall dimensions of the equipment shall have to be mentioned in detail.

9.) GUARANTEE

The supply of equipment as well as installation, if entrusted shall have to be carried out by the

supplier to the entire satisfaction of the buyer. The supplier shall also guarantee to repair/replace

without any extra cost, the items or parts there off if found defective due to defective design,

workmanship or substandard material brought to the attention within 12 calendar months from the

date of satisfactory commissioning or within 24 months from the date of receipt of material at site,

whichever is earlier. If it is necessary to send the defective equipment or parts thereof for

repair/re[placement the cost of loading, unloading, repacking and

Signed and sealed by Tenderer

in token of acceptance of

above

Page 8

Page 38: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

transportation from then site to works and back to site shall have to be borne by the supplier. The

guarantee however does not cover any damage resulting from normal wear and tear or improper

attendance or mishandling of the equipment by the buyer/his authorized representatives.

The contractor shall have to guarantee the complete installation for satisfactory performance for a

minimum period of one year from the date of commissioning of the plant. .Any defect arising out of

faulty erection/installation or use of substandard material or workmanship shall have to be rectified by

the contractor at his own cost

10.) WARRANTY

All the suppliers shall provide a warranty for a minimum period of 12 calendar months from the

date of commissioning of the equipment for the satisfactory performance of the equipment supplied

to the rated capacity.

11.) COMMERCIAL INFORMATION REQUIRED WITH TENDERS

PAYMENTS:

(A) Terms of payment:

Following terms of payment would be applicable to this order subject to supplier/contractor having

furnished security deposit for 5% of the F.O.R. order value for the due fulfilment of this contract in form of

cash/DD in accordance with the Clause No.4 (I) of the tender document. In case the contractor/supplier

completes its contractual obligations before 12 months the cash/DD deposit can be refunded before 12

months at the sole discretion of Urmul before aforesaid period 12 months.

(B) For Supply of equipment:-

(I) 30% of the ex-works order value (basic cost) shall be paid on acceptance of the order subject to the

supplier furnishing a Bank Guarantee Valid for 12 calendar months from the date of guarantee for an

equivalent amount from a scheduled or Nationalized Bank in the Performa will be given on acceptance of

the order. The Bank Guarantee can be released by Urmul once the advance is fully recovered/ adjusted

form the invoice. The execution of an agreement bond for Rs.500/- non judicial, stamp paper within the

specified period is also a precondition for clearing advance.

(II) 60%(90% in case of the supplier/contractor who has not taken advance) on safe receipt of the

equipment ordered at site but not later than 45 days from the date of receipt of the equipment at site.

(III) The 10% of the FOR site value shall be paid within 12 calendar months from the date of

commissioning or 24 months from the date of receipt of the same at site, whichever is earlier. However the

balance 10% will also be released, if so desired by the supplier, provided the supplier furnishes a Bank

Guarantee from a Scheduled or Nationalized Bank for the 10% value valid for a period of 12 calendar

months from the date of issue of Bank Guarantee in the given Performa. (IV) Payment through D.D. and

RTGS charges will be borned by the firm

(C) For Erection:-

90% on submission of progressive bills duly certified by the authorized representative/Site Engineer of

Urmul and balance 10% within 12 months from satisfactory commissioning of the equipment. However the

balance 10% will also be released, if so desired by the supplier, provided the supplier furnishes a Bank

Guarantee from a Scheduled or Nationalized Bank for the 10% value valid for a period of 12 calendar

months from the date of issue of Bank Guarantee in the Performa enclosed.

Signed and sealed by Tenderer in token of acceptance of above

Page 9

12.) Delivery (A) The supplier shall deliver the material as per delivery schedule mentioned in the purchase order. In case

of installation and commissioning jobs the work should be completely finished to the satisfaction of URMUL

terms and conditions of the purchase order or work order.

(B) In case of failure by supplier in making deliveries with in the specified period, the URMUL may procure

the material from other sources and hold the suppliers responsible for the loss occurred there by further the

URMUL reserves the right to terminate the services of such suppliers in such case without assigning any

reasons thereof.

The above period of execution will be counted from the date of receipt of orders which may be sent by fax

or e-mail message. It will be thereafter followed by a letter/purchase or fax message will be treated as receipt

of purchase order. Liquidated damages will be recovered for the days in excess of the period prescribed for

supply. It will also be decided by the Purchase Officer to return the goods which are delivered later than the

stipulated period and effect the risk purchases in case it is found that the goods received are not as per the

prescribed specifications or delayed substantially to the done work name suffer in his opinion. In case of any

difference or perception regarding deliveries /the version of Managing Director, URMUL shall be final and

binding. It is therefore the party must be in contact from the day of receipt of fax, purchase order to complete

all the formalities like drawing/agreement etc. as required by URMUL

13) Time Allocation

Page 39: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

The contractor has to complete the work awarded under this contract within the two months

(sixty days) from the date of issue of the work order.

14.) Evaluation of the Tenders The tenders received shall be opened and will be evaluated keeping in vie w the following points:

(A)Whether or not the contractor has deposited required earnest money.

(B) The rates quoted by the various contractors shall be evaluated on the basis of enclosed rate list.

(C)Preference shall be given to those contractor who has worked with any cooperative Dairy in past

3/4/ years.

(D).If required, the contractor quoting lowest rate shall only be called for further negotiation .

15.) Compensation for delay

Clause I

The time allowed for the supply of the equipment shall be strictly observed by the contractor and

shall be reckoned from the 15th

day after the date of work order is placed. The work shall

throughout stipulated period of the contract be proceeded with all due diligence time being deemed

to be the essence of the contract on the part of the contractor and the contractor shall have to pay as

compensation an amount equal to 2% or such smaller amount as the Managing Director,Utttari

Rajasthan Sahakari Dugdh Utpadak Sangh Ltd.,Bikaner, may decide on tendered amount for every

week of delay.

Signed and sealed by Tenderer in

token of acceptance of above

Page 10

Clause II. The Managing Director, Uttari Rajasthan Sahakari Dugdh Utapdak Sangh Ltd., Bikaner may without prejudice to

his right against the contractor in respect of any delay or supply of poor product or any claim for damages in

respect of breeches of the contract without prejudice to any right or remedies under any provision of this

contract or otherwise and whether the date for completion has or has not elapsed by notice in writing absolutely

determines then contract in any of the following cases:

4 If the contractor having been given by the officer in-charge a notice in writing to rectify replace any defective piece or

the supply is being performed in an inefficient or otherwise improper manner shall omit to comply with the

requirements of such notices for a period of 7 days thereafter or if the contractor shall delay or suspend the

execution of work so that either in the judgment of officer in- charge or, authorized representative he will be

unable to secure completion or he has already failed to complete the work by that date.

5 If the contractor being a company shall pass a resolution or the court shall make an order that the company

shall be wound up or if a receiver or a manager on behalf of a creditor to appoint receiver or a manager or

which entitled the court to make a winding up order.

6 If the contractor commits breech of any terms and condition of the contract.

When the contractor has made himself liable for action under any of the cases aforesaid the Managing Director,

Utttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner shall have powers:-

a) To determine or rescind the contract as aforesaid ( of which termination or rescission notice in writing to the

contractor under the hand of the e Managing Director, Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd.,

Bikaner shall be conclusive evidence).Upon such determination or rescission the full security deposit of the

contractor calculated on the tendered amount shall be liable to be forfeited and shall absolutely be at the

disposal of URMUL.

b). To employ labour paid by the Urmul and to supply materials to carry out the work or any part of the work

debiting the contractor with the cost of the labour and the price of the materials( of the amount of which cost

and price certified by the Officer in Charge shall be final and conclusive) and crediting him with the value of

the work done in all respects in the same manner and at the same rates as if it has been carried out by the

contractor under the terms of his contract. The certificate of the Officer In charge as to value of work done shall

be final and conclusive against the contractor provided also that action under the sub-clause shall only be taken

after giving notice in writing to the contractor. Provided also that if the expenses incurred by the Urmul are less

than the amount payable to the contractor at his agreement rates, the difference shall not be payable to the

contractor.

c. After giving notice to the contractors on measure up the work of the contractor and to take such part thereof

as shall be unexecuted out of his hands and to give it to another contractor to complete in which case any

expenses which may be incurred in excess of the sum which would have been paid to the original contractor if

the whole work had been executed by him( of the amount of which excess the certificate in writing of the

Officer in charge shall be final and conclusive) shall be borne and paid by the original contractor and may be

deducted from any money due to him by Urmul under this contract or on any other account whatsoever or

from his security deposit or the proceeds of sales thereof or a sufficient part thereof as the case may be.

I. In the event of any one or more of the above courses as may be deemed best suited to the interest of the

Urmul being adopted by the Managing Director, Uttari Rajathan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner ,the

contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased

or procured by him by reason of his having purchased or procured any materials or entered into any

engagements, or made any advances on account of or with a view to execution of the work or the performance

Page 40: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

of the contract. And in case action is taken under any of the provisions aforesaid, the contractor shall not be

entitled to recover or be paid any sum for any work there for actually performed under this contract unless and

until the Officer in charge has certified in writing the performance of such work and the value payable in

respect thereof and he shall only be entitled to be paid the value as certified.

Contractor remains liable to pay compensation if action not taken under.

Signed and sealed by Tenderer in

token of acceptance of above

Page 11

Clause III.

In any case in which any of the powers conferred by clause 3 hereof shall have become exercisable

and the same shall have not been exercised , the non-exercise thereof shall not constitute waiver of

any of the conditions hereof, and such power shall notwithstanding be exercisable in the event of

any future case of default the contractor for which by any clause or clauses hereof he is declared

the contractor for which in any clause or clauses hereof he is declared liable to pay compensation

amounting to the whole of his security deposit and the liability of the contractor for past and future

compensation shall remain unaffected.

16.) Force majeure clause

The terms and conditions mutually agreed shall be subject to the force majored clause. Neither the

supplier nor the buyer shall be considered in default in performance of its obligations hereunder, of

such performance is prevented or delayed because of war, hostilities, revolution, civil commotion,

strike, epidemic, accident, fire, wind, flood, earthquake or because of any law, order, proclamation,

regulation or ordinance of any Government or any act for God or any other cause whether of

similar or dissimilar of nature, beyond the reasonable control of the party affected should one or

both of the parties be prevented from fulfilling his/their contractual obligations by a state of Force

Majored lasting continuously for a period of six months, the two parties should consult with each

other regarding the future implementation of the agreement/purchase order.

17.) Settlement of disputes: In the event of any dispute in the interpretation of the terms of this

agreement/Purchase order or difference of opinion between the parties on any point in the Purchase Order

arising out of. Or in connection with the agreement/accepted purchase order or with regard to performance of

any obligations hereunder by the either party the parties hereto shall use their best efforts to settle such

disputes or difference of opinion amicable by mutual negotiation.

In case, no agreement is reached between the two parties in respect of or concerning any of the provisions

herein contained or arising out of this supply order/tender/agreement as to the rights, liabilities or duties of the

said parties hereunder or as to the recovery of any amount, the same shall be referred to the Sole Arbitrator

MD, Urmul who in turn may refer the dispute to any Officer of URMUL for adjudication. The arbitration

shall be in accordance to the law of Arbitration & Conciliation Act, 1996. The decision of the Sole Arbitrator

shall be final and binding on both the parties.

All the disputes pertaining to the said contract shall vest to the jurisdictions of Courts at Bikaner.

18.) Right of acceptance

(A) URMUL reserves the right to select one and more firms for supply of tendered items.

(B) URMUL reserves the right to approve more than one supplier at different rates. The party other than the

lowest shall be termed as alternate supplier. Purchase orders on such alternate supplier shall be placed on

failure of the first party on of non conformance to the prescribed quality/services/ other terms and conditions

as given in the tender/ rate approval. This shall be deemed risk purchase.

19.) Subletting & Subrogation: The contractor shall not except with the prior consent in writing of the

buyer, sublet, transfer or assign the contract or part of the contract thereof interest therein or benefit or

advantage thereof in any manner whatsoever to others.

20.) Demurrage: The supplier shall bear and reimburse to the buyer demurrage charges if any paid by a

reason of delay on the part of the supplier in forwarding the above documents.

Signed and sealed by Tenderer in

token of acceptance of above Page 12

21.) Inspection & Acceptance: The buyer shall have the right to make inspection of any of the items under

contract during the fabrications, at the factory of the supplier including access to drawings and test result, to

assure that all machinery and equipment to be supplied shall conform to the details of the specifications.

Notwithstanding whether factory inspection is made or omitted upon arrival at delivery point and prior to

the acceptance of the equipment and machinery delivered the buyer shall have right to inspect them giving

representative of the supplier an opportunity to be present. Upon acceptance an appropriate certificate will be

issued. 22.) Rejection:

Page 41: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

(A)Further the buyer reserves the right to reject the material in full or part, supplied by the firm which are not confirming

to the description and quality stipulated in the tender form. In such event the buyer shall inform the supplier immediately

either by telephone or fax after such defects /quality problem is noticed or which must be immediately attended failing

which after two notices the buyer shall be free to take next suitable action to his organization.

Consequence of Rejection:

(B) If on rejection of the stores by the buyer or consignee at destination the supplier fails to make satisfactory supplies

within the stipulated period pronounced by the buyer for the deliveries, the buyer shall be at liberty to:

I. Allow the supplier to submit the stores in replacement of those rejected within a specified time, the supplier bearing

the cost if any on such replacement without being entitled to any extra payment on that account.

II. Cancel the contract and purchase or authorize the purchase of items or other of a similar description (When stores do

not exactly comply with the particular in the opinion of the buyer which shall be final) at the risk and the cost of the

supplier.

23.) INDIMNITY The supplier shall at all times, indemnify the buyer against all claims which may be made in

respect of the stores or infringement of any right protected by patent, registration of design or trade mark, provided

always that in the event of any claim in respect of alleged breach of letters, patents registered design of trade mark being

made against mark the purchaser, the buyer shall notify the supplier of the same and supplier at his own expense, either

settle any dispute or conduct any litigation that may arise therefore.

24.) Corrupt Practices Direct or indirect canvassing on the part of the tenderers or their representatives shall disqualify

their tenders.

25.) Insolvency & breach of contract

The buyer may at any time, by notice in writing, summarily terminate the contract with out compensation to the

contractor in any of the following events which.

A) if the supplier, a firm or any partner thereof, shall at that time adjusted involved or shall have a receiving order or for

administration of his estate made against his or shall take any proceedings for composition under any insolvency Act for

the time being in force to make any conveyance or assignment of his assets or enter into any arrangement or composition

with his creditors or suspend of payment if the firm is dissolved under the partnership Act, or

B) if the suppliers being a company is wound up voluntarily by the order of a court or a receiver. Liquidator or Manager

or on behalf of the debenture holder is appointed or circumstances shall arisen which entitled the court of debenture

holders to appoint a receiver. Liquidator or manager or,

C) If supplier commits any breach of the contract here not in a specifically provided for, provided always that such

determination shall not prejudice any right of action of remedy which shall have accrued or shall accrue thereafter and

provided also the suppliers be liable to pay the buyer for extra expenditure be liable to pay the buyer for any extra

expenditure he is thereby put to and the supplier shall under no circumstances be entitled to pay gain in repurchase.

Signed and sealed by Tenderer in

token of acceptance of above

Page 13

26.) Recovery of sum dues Whenever any claim for the payment of a sum of money arises out or under the contract against the supplier,

the buyer shall be entitled to claim it from the Bank concerned against the guarantee amount provided by the

supplier. In the event of the guarantee amount being insufficient, the balance entire sum recoverable shall be

recovered by appropriating any sum them due or which at any time thereafter may become due to the supplier

under the contract or any other contract with the buyer and if such a sum be insufficient to cover the full

amounts recoverable, the supplier shall on demand pay to the buyer the balance remaining dues.

27.) This tender is not transferable.

28.) Secrecy of document

All the documents and drawing supplied by the buyer must be treated as CONFIDENTIAL must neither be

copied, reproduced, transmitted or discussed otherwise in whole or part, not duplicated, modified, divulged, or

discussed to any third party non used in any other way without the consent of buyer in writing.

29.) Bid Acceptance Letter

The URMUL shall formally issue a bid acceptance letter in favour of lowest quoted contractor/supplier in

duplicate on which contractor has to sign and submit to the Managing Director, Uttari Rajasthan Sahakari Dugdh

Utpadak Sangh Ltd., Bikaner as a token of acceptance of the order along with remaining amount and in case of

contractor/supplier failed to submit the acceptance letter with the agreement in the prescribed period, then the Managing

Director URMUL has right to be forfeited the entire amount of EMD deposited by the contractor/supplier and full right to

offer the work order to the second lowest firm or issue for fresh NIT.

30.) Form of tender

The form of tender given in 25 pages.

31.) Important note ALL THINGS REMAINING SAME,THE MANUFACTURER OF EQUIPMENT WOULD

BE GIVEN PREFERENCE OVER THE SUPPLIER.

DUE FAVOURABLE CONSIDERAION AND PREFERENCE WOULD BE GIVEN TO A MANUFACTURER

WHO HAS MANUFACTUREED AND SUPPLIED EQUIPMENT OF A CAPACITY TENDERED OR OF

HIGHER CAPACITY PREFERABLY TO A DAIRY COOPERATIVE OR REPURE OPERATING MODERN

COMPOSITE MILK PLANT AND SUCH EQUIPMENT SHOULD HAVE SATISFACTORY PERFORMED.

32.) The tenderer should sign each paper in token of having read and understood and accepted the terms and conditions.

32.) The quantities mentioned in the tender are tentative and the actual quantities to be procured may vary upward or

downward according to the actual requirements.

Page 42: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

33.) URMUL also reserves the right to black list if the performance of approved supplier with respect of quality and time

of supply etc. if found unsatisfactory. URMUL also reserves the right to forfeit the earnest money /security deposit side

by side to recovering other due amounts in any other way including legal resources

34.) The validity of letter of Approval can be extended upto three months or more with mutual consent. The tenderer are

required to note that purchase order released by the URMUL within the contract period and the extended period if any,

i.e. the first day to the last day of the contract period shall have to be executed by them

35.) It in necessary for suppliers to maintain quality of the material supplied as per prescribed standards and

specifications.

36.) The rate must be written both in words and figures. There should be no over writing and corrections.

Signed and sealed by Tenderer in

token of acceptance of above Page 14

37.) The above period of execution will be counted from the date of receipt of orders which may be sent by fax or e-mail

message. It will be thereafter followed by a letter/purchase or fax message will be treated as receipt of purchase order.

Liquidated damages will be recovered for the days in excess of the period prescribed for supply. It will also be decided by

the Purchase Officer to return the goods which are delivered later than the stipulated period and effect the risk purchases

in case it is found that the goods received are not as per the prescribed specifications or delayed substantially to the done

work name suffer in his opinion. In case of any difference or perception regarding deliveries /the version of Managing

Director, URMUL shall be final and binding. It is therefore the party must be in contact from the day of receipt of fax,

purchase order to complete all the formalities like drawing/agreement etc. as required by URMUL.

38.) In case of any disputes, M.D.URMUL or person nominated by him shall be the sole arbitrator to settle

these disputes. The court jurisdiction will be Bikaner only.

39.) The present contract shall be governed over all the Rajasthan Cooperative Societies Act and allied laws.

40.) All the documents and drawing supplied by the buyer must be treated as confidential must not be copied

reproduced transmitted or discussed otherwise in whole part not duplicated modified divulged or discussed to

any third party nor used in any other way without the consent of buyer.

41.) No terms and conditions in addition to the above mentioned will be agreed to.

Signed and sealed by Tenderer in

token of acceptance of above

Page 15

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,URMUL,BIKANER

Eligibility and Qualifications Criteria.

1.The bidder shall furnish, as part first of its bid, documents establishing the bidder‟s eligibility to bid and its

qualifications to perform the contract if its bid is accepted. The bidder should also bid information in the format

attached to the bid documents.

2.The documentary evidence of the bidder‟s qualifications to perform the contract is its bid is accepted shall

establish to the purchaser‟s satisfaction:

A) That in the case of bidder offering to supply goods under the contract which the bidder did not manufacture

or otherwise produce, the bidder has been duly authorized by the goods and manufacturer or producer to supply

the goods. The bids shall include manufacturers authorisation from given under section I. Offers from other

agents , brokers and middle man shall not be accepted.

B) That the bidder has the financial, technical production capability necessary to perform the contract. To this end

, all bids submitted shall include the following information Under Section II.

I. Copies of original documents defining the constitution or legal status , place of registration and principal place

of business of the company or firm or partnership etc.

II. Power of Attorney or a true copy whereof duly attested by a gazetted officer in case an authorized

representative has signed the bid .

III. The details of experience and past performance of the bidder( or each party to join venture) on works of

similar nature within the past five years, and details of current works in hand and other contractual commitments

shall be submitted as per schedule I and schedule II given in section II respectively of this bidding document

Page 43: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

IV. Records on financial standing of the bidder such as profit and loss statements , balance sheets and auditor‟s

report for the past three years, banker certificate etc.

V. Information regarding any current litigation in which the bidder is involved.

3.For the purpose of this particular contract , bidder‟s shall meet the following criteria as minimum:

A). The bidder should be in business of the one of the jobs tendered for a minimum period of three years at

the time of bid opening in the same name and style.

B). The bidder‟s annual financial turnover in the same name and style during any one of the last three years

shall not be less than the estimated value of, the contract quoted by value.

C). The bidder , in the same name and style ,shall have completed the two projects of similar nature and value not

less than 60% of the

estimated quoted value of the contract, for which the NIT is issued , during the last five years.

D). the bidder shall furnish a copy of the income tax returns and the income tax clearance certificates for the

previous three years in original certified true copies.

E). Solvency certificate to three months requirements of cash flow at the peak execution period for the project.

4. Bid submitted by a joint venture of two or more firms as partners shall comply with the following

requirements:

A) The bid and in case of a successful bid , the form of agreement shall be signed so as to be legally binding

on all the partners.

B). One of the partners shall be nominated as being the incharge and this authorization shall be evidenced by

submitted a power of attorney signed by legally authorized signatories of all the partners.

Signed and sealed by

Tenderer in

token of acceptance of above

Page 16

C) The partners in charge shall be authorized to incur liabilities and receipts instructions for an on

behalf of any and all the partners of the joint venture and the entire execution of the contract

including payment shall be done exclusively if the partner in charge.

D) All the partners of joint venture shall be liable jointly and severally for the

execution of the contract in accordance with the contract terms and a relevant statement to this

effect shall be included in the authorization mentioned , (b)above as well as in the form of bid and

the form of agreement (in case of the successful bid ) and

E) A copy of the agreement entered into by the joint venture partners shall be submitted with the

bid.

F) Experience , resources men and machinery of each party to the joint venture will be taken into

account only to the extent of their participation for performing tasks under the joint venture

agreement.

5. Documents establishing goods-eligibility and conformity to bidding documents.

5.1 The bidder shall furnish a part of its bid , documents establishing the eligibility and conformity to

the bidding documents of all goods and services which the bidder proposes to supply under the

contract.

5.2 The documentary evidence of the goods and services eligibility shall consists of its statement in

the price schedule on the country of origin of the goods and services offered which shall be

confirmed by a certificate of origin issued at the time of shipment.

5.3 The documentary of the goods and services conformity to the bidding document may be in the

form of literature , drawing and data shall furnish.

A) A detailed description of the goods essential technical and performance characteristics .

B) A list giving full particulars , including available sources and current prices of all spare parts ,

special tools etc. necessary for the proper and continuing functioning of the goods for a period of tow

years, following commencement of the goods used by the purchaser and

C) A statement of deviations and exceptions to the provisions of the technical specifications

demonstrating the goods and services substantial responsiveness to those specifications in the form

of provided under section III.

5.4 The bidder should merely confirm that all the facilities exists for inspection and shall be made

available to the inspecting authority.

5.5 Pursuant to close 5.3 © above , the bidder shall note that standards for workman ship, material and

equipments , and references to brand‟s name of catalogue numbers designated by the purchaser in its

technical specifications are intended to be descriptive only and respectively. “The bidder may substitute

alternative standards, brand names and /or catalogue numbers in its bids , provided that it

demonstrates to the purchasers satisfactions that the substitutions are substantially equivalent or

superior to those designated in the technical specifications.

Signed and sealed by Tenderer in

token of acceptance of above

Page 17

Page 44: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

SPECIAL TERMS & CONDITIONS FOR SUPPLY, ERECTION AND

COMMISSIONING

6. INSPECTION: The equipment /material under the purview of your supply shall be inspected

by our own technical expert at your works and all required instruments shall be provided to our

expert to examine the equipment. A copy of inspection report duly signed by you shall have to be

submitted along with the dispatched documents. Urmul reserves its right of inspection at any

stage during the fabrication of the equipment. In case any alteration modification is suggested by

our officer the same is to be affected and final inspection shall be carried out before the dispatched

of the consignment.

7. DESPATCH INTRUCTION: The material are to be dispatched to the project side by

mode of transport specified in the order under intimation to Urmul. Packing if required shall be

made to ensure safe and intact receipt of the material at site.

8. INSUARENCE : You shall have to arrange all transit risk insurance from your works to

our site for the full cost of the equipment so that in event of any damage during the transportation

whole equipment could be replaced and for the purpose necessary claims shall be made by you to

the insurance company. Urmul shall have nothing to do in this regard.

9. REJECTION : Urmul reserves the right to reject the equipment in full or part if at the

time of delivery/receipt it is noticed that the equipment do not confirms to this specification

stipulated in the order . Under the circumstances contractor has to replace at his own cost. No

extra charges shall be payable towards the to & fro transportation of rejected equipment.

10. SCOPE OF CONTACT FOR ERECTION:

(I)The erection would comprise of positioning and installation of the equipment and miscellaneous

items so as to complete whole job. The scope of mechanical erection involves access preparation

for moving of the plant & equipment including their fittings from the works side to the place of

erection, placing of foundation, placing of ancillary service lines to get the specified rated capacity

of the supplied equipment.

(ii Before taking up the job a schedule in consultation with our Officer in charge shall be submitted

for approval so that the normal functioning of the running plant is not affected .

(III) On the receipt of approval contractor shall take up the job. He is advised to take all necessary

precautions so that the running plant do not disturbed and also the safety & security of the plant is

not affected.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 18

6. ENGINEER‟S INSTRUCTION:

Urmul may in his absolute discretion, from time to time issue further drawings and/or written

instructions, details directions and explanations which are collectively referred to as Engineer‟s

instructions in regard to.

6.9 Any additional drawings and explanations to exhibit or illustrate details.

6.10 The variation or modifications of the design, quality or quantity of work or the additional

or omissions or substitutions of any works.

6.11 Any discrepancy in the drawings or between the schedule of quantities and/or specifications.

6.12 The removal from the site of any material brought thereon by erector and the substitution of

any other material thereof.

6.13 The removal and/or re-execution of any work executed by the erector.

6.14 The dismissal from the work of any persons employed thereupon.

6.15 The opening up for inspection of any work covered up.

6.16 The amending and making good of any defects.

8.0 RIGHT OF URMUL:

8.1 The various parts of the contract are intended to be complementary to each other but should any

discrepancy appear or any misunderstandings arises as to the interpretations of anything contained

therein, the explanation of Urmul shall be final and binding.

8.2 RIGHT TO DIRECT WORK :

Page 45: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

8.2.1 Urmul shall have the right to direct the manner in which all work under this

contract shall be conducted in so far as it may be necessary to secure the safe and proper progress

and specified quality of the work, all work shall be done and all materials shall be furnished to the

satisfaction and approval of Urmul.

8.2.2 Whenever, the opinion of the Urmul, Erector has made marked departures from

the schedule of the completion laid down in the agreement or when untoward circumstances force

a such departure from the said schedule, Urmul in order to assure the compliance with the

schedule and the provisions of the agreement, shall direct the order, pace and method of

conducting the work, which shall be adhered to by the Erector.

8.2.3 If, in the judgment of Urmul, it becomes necessary at any time to accelerate the

over all pace of the plant erection work erector when, ordered & directed by Urmul shall case

work at any particular point and transfer his men to such other point and execute such portion of

his work, as may be required, to enable Urmul to hasten and properly engage and carry on their

work, all directed by the Urmul.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 19

7.2.4 Night work will be permitted only with prior approval of Urmul, Urmul may also direct erector to

operate extra shifts over and above normal day shifts to ensure completion of contract as Scheduled or due

to exigent circumstances, if in his opinion, such work is required.

7.3 Right to order Modifications of Methods & equipment

If at any time the erectors methods, materials or equipment appear to Urmul to be unsafe, inefficient

or inadequate for securing the safety of workmen or the public, the quality of work or the rate of

progress required, he may order erector to ensure their safety, and increase their efficiency and

adequacy and the erector shall if so directed increase the working force and equipment to such an

extent as to give reasonable assurance of compliance with the schedule of completion. The

absence of such demands from Urmul shall not relieve erector of his obligations to secure the

quality, the safe conducting of the work and the rate of progress required by the contract the

erector alone shall be and remain liable and responsible for the safety, efficiency and adequacy of

his methods, materials, working force and equipment, irrespective of whether or not he makes any

changes as a result or any order or orders received from Urmul.

8.0 CHANGE IN THE WORK :

5. If it becomes necessary or desirable to modify the contract and the specification there in contained

and the drawings, in a manner not materially affecting the substance there of, or to make changes

by altering, adding to or deducting from the work, or to add correlated work not now covered by

the contract to the work to be done under his contract, Urmul may without in validating the

contract direct such changes increases the cost of work and payment therefore is not covered by

the prices bid from the various item contractor shall be reimburse for such changes under a

supplementary contract. In case such changes shall diminish the cost of work, appropriate

deduction towards such reduction in cost shall be made from the contractor‟s bill.

6. Erector when requested in writing by Urmul shall perform extra work and furnish extra material

not covered by the specification but formatting and in separable part of the work contracted or and

shall be paid extra for all such work at rates and terms mutually agreed upon.

7. Extra item if any shall be paid on the basis of voucher of costs of materials and labour procured by

erector. Erector shall b paid 15% of the cost of material and labour towards his profit, supervision

and overhead charges.

8. Items not covered in schedule of quantities but similar in nature to the items already covered shall

be paid for, rates being worked out on the basis of rates quoted for similar items.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 20

9.0 SUPPY OF TOOLS TACKLES MATERIALS:

5. For full completion of the work, erector shall has own cost furnish all necessary erection tools,

machine tools, power tools, tackles, hoists, crane, derrick, cables, slings, skit scaffolding work

benches, tools for cribbing and blocking . welding machine, compressor and all other associated

protective equipment, instruments, appliances, materials and supplied required for unloading

Page 46: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

transportation storing erecting, testing and commissioning and the equipments the plant that may be

required to accomplish the work under the contract.

6. Erector shall also furnish necessary expandable devices like anchors, grinding and abrasive wheels,

raw plug, hacksaw blade, tape, dyes, drills, reimburse, chisels, files, carborundum stones oil wire,

brushes necessary bamboo scaffolding, ledgers, wooden planks, sleepers and consumable material like

oxygen, acetylene, organ, lubricating oil greases , cleaning fluid welding rods graphite powder and

flaxes fasteners gaskets temporary supports cotton waste and all other misllaneous supplies of every

kind not necessarily listed above but required for carrying out the work under the contract.

7. Erector shall provide all reasonable facilities including tools, personnel, etc. and ensure coordination

with Urmul and erector supervisor of other equipment supplier to enable them to carry out all

supervision measurement, checks in satisfactory manners.

8. Erector shall not dispose of transport or withdraw any tools tackles, equipments and materials provided

him for the execution of the work without taking prior written approval from the Urmul at all times

shall have write to refuse permission for disposal transport all withdrawal of all tools tackles

equipments and materials which in the opinion of Urmul will adversely affect the efficient and

expeditious completion of the project.

10.0 CONSTRUCTION, ELECTRIC POWER & WATER:

Electric power and water will be made available for use by Urmul free of cost. These supplies will be

made wherever available at one centre point at the site convents to Urmul and all pipelining for

service water to work area shall be furnished , installed and maintained by the contractor at his own

expenses.

(Signed & Sealed by the tenderer (URMUL)

In token of acceptance of above Bikaner

Page 21

SECTION-1

MANUFACTURERS‟ AUTHORISATION FORM

(Please see clause 2(a) of Eligibility Criterion)

No.----------------------------------------Dated-------------------------------------------------------

To,

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,

SRI GANGANAGAR ROAD, BIKANER

Sub : Tender reference No………………………………………………

Dear Sir,

We----------------------------------------------------------------an established and reputable manufactures of-------

------------------------------------------------------------------------------------- having factories at--------------------------------

---------and----------------------------------------do hereby authorize. M/s --------------------------------------------------------

------------------(Name and address of Agents) to bid negotiate and conclude the contract with you against tender

reference No………………………………………………………………for the above said goods manufactured by

us.

No company or firm or individual other than M/s…………………………………….-------------------------

--------------------------------------are authorize to bid, negotiate and conclude the contract in regard to this business

against and warranty for the goods offered for supply against your tender.

Yours faithfully,

(NAME)

For and on behalf of M/s

(Name of Manufacturers)

Note:- This letter of authority should be on the letter head of the manufacturing concern and should be signed by a

person competent and having the power of attorney to bind the manufacturer.

Page 47: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Signed & Sealed by the

tenderer In token of

acceptance of above

Page 22

SECTION- II – SCHEDULE-1

(Refer clause No. 2(b) of Eligibility Criterion)

Major works successfully completed during the past five years

Sr. Name of Place Contract Name of Value of Time of Date

No. Work Reference Client Work completion of Completion

Note : Indicate Plant capacity and major parameters handled.

Completion Certificate From Clients should be enclosed with the bid

Signed and sealed by Tenderer in

token of acceptance of above

Page 23

SECTION-II SCHEDULE-II

(Refer clause No.2(b)(iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR

Sr. Name Work Name Place Value Completion

No. of work order of client of work of work period Date

Reference order

Note : Indicate Plant Capacity and Major Parameters handled.

Page 48: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Signed and sealed by Tenderer in

token of acceptance of above

Page 24

SECTION-III

TECHNICAL DEVIATION STATEMENT FORM

(Refer Clause 5 of Eligibility Criterion)

The following are the particulars of deviations from the requirements of the tender

specifications:

CLAUSE DEVIATION REMARKS (Including justification)

Dated Signature and Seal of

The manufacturer/Bidder

NOTE:

3. Where there is no deviation the statement should be returned duly signed with an

endorsement indicating “No Deviations”.

4. The technical specifications furnished in the bidding document shall prevail over those of

any other document forming a part of our bid, except only to the extent of deviation

furnished in the statement.

Signed & Sealed by the

tenderer In token of

acceptance of above

Page 25

ANNEXURE-1

Name of firm:-

Time & Date of opening of Tender

Description of goods Replacement of IBT coils at Dairy Plant,Bikaner at site with installation and commissioning work.

S.No. Particulars Amount(Rs.)

Remarks if any

1. .Supply/ Replacement Condenser Coils and accessories as per technical specification

with allied jobs including civil/masonry work at Ex- works unit price.

2. Packing & forwarding charges

3. Excise Duty @

4. Sales Tax (RST/CST/VAT)@

(See note no. 1 given below)

5. Entry Tax if any @

6. Transportation including Insurance charges

7. Any other charges (if any)

8. Total FOR site price (1 to 7)

9. Installation & commissioning Charges

10. Service Tax @......

11. Total FOR Unit price (9 to 10)

12. Total Net FOR Unit price for supply installation & commissioning(8+11)

Page 49: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

(in figures and in words)

The FOR rates indicated at Sr. No. 8, 11 & 12 includes all duties & taxes if not explicitly mentioned here but in vogue/applicable

at the time furnishing rates.

Note:

(v) Tenderer should indicate clearly whether the sales tax mentioned above is against any confessional form. In case

the confessional form is not provided. The rate of tax should be mentioned.

(vi) Price negotiations shall be discouraged bidders should therefore quote their most competitive rates (with

conformity to the specifications and commercial stipulations given in the tender) in the very instance least they run

risk of losing out in absence of negotiations.

(vii) The rate must be written both in words and figures. There should be no erasures and or over writings, corrections,

if any, should be made clearly and indicated with date. In case if there is variation observed in the rates in between

words & figures, the lowest rate shall be considered.

(viii) The conditional offer which after the rate of the quoted item shall be liable for rejection even the quoted rate is

lowest.

We solemnly declares that the above quoted rates have been submitted after reading the tender document

correctly and understanding the job involved well .No rate escalation shall be claimed on any account once the

rates are finalized.

Signed & Sealed by the

tenderer In token of

acceptance of above

Page 50: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

-

TERMS AND CONDITION OF

TENDER FOR

Purchase of G.M, C.I & S.S Pneumatic Valves of different Size for

Water and Steam and Water Pumps.

RST NO. : 0711/01469 dt 31.07.95 CST NO. : 0711/01469 dt.04.08.95 TIN : 08381301453 Uttari Rajasthan Sahakari Dugdh utpadak sangh ltd.

Urmul Dairy Plant, N.H. 15, Bikaner-334002 Phone: 0151-2225500 (O), 0151-2225501 Plant 0151-2225504 Pur, 0151-2225556 Fax

Page 51: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER

URMUL/RKVY/2012-13/ Dated: -07.08.2012

INDEX

SCHEDULE-1 PAGE NO.

1 Detail of firm. 1

1.1 Eligibility & Qualifications Criterion Sheet 2

1.1 GENERAL TERMS & CONDITIONS 3-11

1.2 Eligibility & Qualifications Criterion 12-14

1.3 Section -I 15

1.4 Section -II -Schedule-I 16

1.5 Section - II -Schedule-II 17

1.6 Section – III 18

1.7 Form of Tender for quoting rates 19-21(second envelope)

2.0. Last date & time of issue of tender as specified on page no.01

3.0. Last date & time of receiving tender as specified on page no.01

4.0. Date & time of opening tenders as specified on page no.01

5.0 Address for communication: as given below

6.0 Place of opening URMUL Bhawan, Urmul Dairy Plant, N.H. 15, Bikaner-334002

Managing Director

Uttari Rajasthan Sahakari Dugdh utpadak sangh ltd.

Urmul Dairy Plant, N.H. 15, Bikaner-334002

Page 52: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 1

TENDER FORM

Title: - Purchase of G.M. & C.I. Valves of different Size for Water and Steam and Water

Pumps. 47. Tender reference: Urmul/RKVY/2012-13/ Dated 07.08.2012

48. Cost of tender form Rs.200/- in cash Rs.300/- by post.

49. Last date of obtaining of tender 06.09.2012 at 1.00 PM

50. Tender can be submitted up to 3.00 P.M.on dated 06.09.2012, which will be

opened at 3.30 P.M on same day.

51. Name of firm :

52. Registration No.________________

(ROC) if company Place__________________

Year________________

53. Name of Contact person :

54. Company‟s Turnover____________ for last three financial

year____________

55. Production Capacity/Year______________

56. Legal Owner______________

57. Address___________________

58. Public/Private Limited firm_____________

CEO _____________________

Address____________________

59. E-mail ID :

60. Details pertaining to execute such supply in past

Name of firm_________________

Quality_______________________

61. No. of complaints received_____________________

62. Replacement under Guarantee/Warrantee_________________________

63. Cause of failure __________________________

64. Telephone No.:

65. Fax No. :

66. Mobile No. :

67. RST / CST No. / Tin No. :

68. EMD Receipt No. or Detail of D.D.

69. PAN No. :

70. Certified that the above information is true and correct to the best of my

knowledge and if any information is found incorrect is liable for rejection and

litigation, and in the event we shall be sole responsible

We agree to abide by all the conditions mentioned in the tender notice issued by the

Managing Director, Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Limited, Bikaner

and also the other conditions of the tender documents in the attached sheets (all the 20

pages of which have been signed by us in token of our acceptance )

Signed and sealed by Tenderer in

token of acceptance of above

Page 53: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 2

Comparative statement of eligibility & qualification criterion

(Each tenderer is required to fill up the form and enclose the required documents

failing which the tender will become liable for no further consideration/evaluation)

S.N Particulars Yes or

No

If Yes please

indicate page No.

1. Power of attorney

2. Whether manufacturer (Yes/No) ( Page No.15)

If no, manufacturer‟s authorizations form as per Section 1.

3. Whether experience in past performance on words of

similar nature within the past five years submitted as per

Schedule 1 of Section II. (Attach copies of Purchase

Orders & performance certificates).(Page No.16)

4. Whether details of current works in hand and other

contractual commitments submitted as per Schedule II of Section II. (Attach copies of Purchase Orders). ).(Page No.17)

5. Whether P&I statement and balance sheet and auditor‟s

report submitted for last three years.

6. Whether information regarding current litigation

submitted.

7. Is the bidder in business of the one of the jobs tendered for

a minimum period of three years at the time of bid

opening? (Attach copy of registration of the Firm)

8. What is the bidders annual financial turn over during last

three years?

9. Has the bidder completed two projects similar nature and

value not less than 60% of the quoted value of contract

during the last five years.

10. Whether a copy of IT clearance/returns submitted for the

previous three years.

11. Whether a copy of valid Sales Tax Registration for the

tendered item submitted.

12. Whether a copy of Sales Tax clearance/returns submitted

for the previous three years.

13. Whether Solvency Certificate equal to three months

requirements of each flow at the peak execution period for

the project submitted.

14. Payment terms accepted(Yes/No)

15. Sealed and signed tender document and specification in

original enclosed.(Yes/No)

16. EMD Details :

DD No……………..dated………….for Rs………….

17. Correspondence address-------------------------------

Ph.No. Fax No. Mobile

Signed and sealed by Tenderer

in token of acceptance of above

Page 54: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page -3

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER.

General terms and condition of the tender 1.) PREFACE:

The Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd.,Bikaner invites sealed competitive

bids from the bonafide manufacturers, associates of such manufacturers and their accredited

representative for the following strictly in adherence to the detailed specifications enclosed

within tender.

The Managing Director Urmul reserves the right to reject any or all the tenders in full or part

thereof which in his opinion justifies such actions without further explanations to the

tenderers.

2.) TENDER PROCEDURES:

(A) The manufacturers of equipment would be given preference over the associates of such

manufacturers or their accredited representative.

(B) The manufacturers who has manufactured and supplied equipment of capacity tendered

or of higher capacity preferably to a dairy cooperative of repute operating modern composite

milk plant and such equipment should have satisfactorily performed, which have been

supplied for last five years and whose equipment have satisfactorily performed over the

aforesaid periods will be considered for evaluation and placement of order.

(C) The tender should be sent by registered post with acknowledgement slip so as to reach

the Managing Director, URMUL Dairy, N.H.15,Bikaner not later than dated 06.09.2012 at

3.00 p.m. Alternatively the tenderer or their agents can also submit their tenders personally at

the office of the Urmul Dairy.

(D)THE TENDER MUST BE SUBMITTED IN THE THREE ENVELOPES AS MENTIONED

UNDER AT THE PLACE SPECIFIED IN THE CLAUSE NO. (C).

(I) FIRST ENVELOPE FOR ELIGIBILITY & QUALIFICATION CRITERION WITH DULY

SINGED OF GENERAL TERMS AND CONDITION.

(II )SECOND ENVELOPE FOR FINANCIAL BID.

(III) THIRD ENVELOPE TO COVER BOTH ENVELOPES. THE FINANCIAL BID SHALL

BE OPENED WHEN THE FIRM CLEAR THE ELIGIBILITY & QUALIFICATION

CRITERION WITH DULY SINGED OF GENERAL TERMS AND CONDITION. (E) The tender thus prepared should be put in the prescribed form and format properly

sealed double cover and super scribed by giving the tender reference number and date

of opening. The cover should address of M.D., Urmul Dairy, Only one tender should be

kept in one envelope. In case more than one, tender is kept in an envelope, all the

tenders thus kept may be ignored.

(F) No responsibility shall be taken for the pre-matured opening of the tender which is not

properly addressed or identified.

(G) No tenders / rates by way of fax/telegrams/telephone/telex etc. will be accepted

/considered unless URMUL specifically asks for rates through such mode of

communications. However any amendment sent by the telegraph/telex/fax to the tender

already submitted shall be considered provided it is received before the due date and

the time of ,opening tender following the confirmation in writing by post.

3.) LEGAL COMPETENCY OF SIGNING THE TENDER:-

Individual signing the tender or other documents connected with this tender must

specify whether he signs as.

a)“Sole Proprietor” of the firm. Or constituted attorney of such proprietor

b)The partner of the firm, if it is a partnership firm in which case, he must have

authority to refer to arbitration disputes pertaining business of the partnership either

by virtue of partnership Deed or by holding the power of attorney.

c) Constituted attorney of the firm, if it is a company.

Signed and sealed by Tenderer in

token of acceptance of above

Page 55: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 4

NOTE:-

1. In n case of (b) above, a copy of partnership deed or general power of attorney duly

attested by in notary public should be furnished or any affidavit on stamp paper of

all the partners admitting executing of the partnership deed or the general power of

attorney should be furnished.

2. In case of partnership firm, where no authority to refer disputes concerning to

business of the partnership has been conferred on any partner, the tender and all other

related documents must be signed by every partner of the firm.

3. A person signing the tender form or any documents constituting and integral part of

the contract on behalf of another shall, be deemed to warranty that he has authority

to bind such other and if, on enquiry it appears that the person so signing has no

authority to do so, the buyer may without prejudice to other civilian remedies,

terminate the contract and hold the signatory liable for all cost and damages.

4.) EARNEST MONEY DEPOSIT

(A) Earnest Money Rs.2000/-(Rs. Two thousand only) is to be deposited along with the

tender form for offered items in the form of DD or Bankers cheque in favour of Uttari

Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner or cash deposited to cashier up to

1.00 P.M on dated 06.09.12

(B) Any tender which is not accompanied by earnest money deposit will be rejected out

rightly. Earnest money of unsuccessful tenders will be returned within 120 clear days from

the date of opening of tender and no interest shall be payable on such EMD.

(C)No interest shall be paid for the Earnest Money deposited for the period during which it

lies in deposit with URMUL Dairy

(D) The tenders received earlier shall be opened on scheduled date and time in the office of

M.D, URMUL Dairy, Bikaner or in the office in the premises so designated. The tenderers of

their accredited agent /representative if they wish shall be allowed to be present at the time of

opening of the tender.

(E) Negligence on the part of the tenderer in preparing /filling the tender confers no right to

withdraw the tender after it has been opened by the committee.

(F) All documents from advertisement to making drawing tender agreement etc. till order is

placed shall constitute integral part of the tender.

(G) All tenders in which any of the prescribed conditions are not fulfilled or which have been

vitiated by errors in calculation totaling or other discrepancies or which contain overwriting

in figures or words or corrections liable to reject.

(H) In the place of substantial non /conformity with the specification or if it contains any in

admissible reservations seen or otherwise in contravention to the spirit and letter of the tender

documents such tenders shall be summarily rejected.

(I) The successful tenderer have to execute an agreement bond for Rs.500/- non judicial,

stamp paper within the specified period. The EMD amount shall thereafter converted into

security amount. The security amount shall have to be deposited by 5% of the total cost of the

acceptance of tendered value either in the form of cash or bank guarantees with in fifteen

days of the acceptance of the tender.

(J) Urmul shall have an absolute right of being compensated through liquidated damages on

penalties and the amount of security deposit shall also in such an event, be liable to forfeiture

in full or part for being appropriate towards aforesaid liquidated damages and the decision of

the Managing Director, Urmul shall be final.

(K)No refund of the tender fee is claimable for tenders not accepted or forms returned

or tenders not submitted.

Signed and sealed by Tenderer in

token of acceptance of above

Page 56: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 5

5.) SCOPE OF TENDER

THE REQUIRED MATERIAL MUST BE AS PER THE SPECIFICATION

MENTIONED ON PAGE NO.19 TO 22 AND DIRECT MANUFACTURER AND

APPROVED AUTHORIZED DISTRIBUTOR OF MANUFACTURERS, C&F AGENT

AND CONSIGNEE DISTRIBUTOR ARE ELIGIBLE TO PARTICIPATE IN THE

TENDER AND THEY HAVE TO SUPPLY THE MATERIAL WITH IN THE SPECIFY

TIME LIMIT.

6.) PRICE

(A).The rate should be quoted FOR Bikaner (Urmul‟s site) the price should include

excise, sales packing and forwarding ,octroi transportation, insurance, and other duties. It

should be net landed cost.

(B) The prices thus quoted by the firm shall be free from all escalations and valid

for a period of one year from the opening of the tender.

(C) Wherever possible C/D forms shall be issued to avail concessional rates of the

central/state tax. The rates of the sale tax prevailing must be mentioned in the tenders. The

tenderers must also indicate the details of sales tax registration number allotted to

them by the authorities. The tender should be accompanied with income tax and sale

tax clearance certificate from concern authorities without which the tender may not be

entertained.

(D) Octori duty if applicable will be born by supplier. Therefore tenderers are requested

to quote their rates inclusive of octroi duty.

(E) Excise duty or surcharge prevailing upto the date of submission of the rates must

be included in the net rate. This however, should be shown separately, So, that in the

event of any subsequent changes in these charges by the government ,the same will be

considered extra over the net rates. However, the increased excise duty due to change

in slab on higher turnover shall be payable by the tenderer.

F) Service tax or surcharge prevailing upto the date of submission of the rates must be

included in the net rate. This however, should be shown separately, So, that in the event

of any subsequent changes in these charges by the government ,the same will be

considered extra over the net rates.

(G) Loading Charges at Site for the work order the price should be included.

(H) The material/equipment/machinery offered must be securely packed at the cost of

the suppliers to withstand tough handling enroute by road/rail/air. Packing should be

provided with protective lining to avoid damage to the surface of the packing and the

items packed inside.

7.) INSURANCE

The insurance charge shall be arranged by the supplier from commencing from their

warehouse or works to the warehouse of the buyers site with all transit risk.

8.1) GUARANTEE

The supply of equipment as well as installation, if entrusted shall have to be

carried out by the supplier to the entire satisfaction of the buyer. The supplier shall

also guarantee to repair/replace without any extra cost, the items or parts there off if

found defective due to defective design, workmanship or substandard material brought

to the attention within 12 calendar months. If any complaints found then, it is necessary

to send the defective equipment or parts thereof for repair /re[placement the cost of

loading, unloading, repacking ad transportation from then site to works and back to site

Signed and sealed by Tenderer in

token of acceptance of above

Page 57: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 6

shall have to be borne by the supplier. The guarantee however does not cover any

damage resulting from normal wear and tear or improper attendance or mishandling

of the equipment by the buyer/his authorized representatives.

8.2) WARRANTY

All the suppliers shall provide a warranty for a minimum period of 12 calendar

months from the date of supply.

9.) COMMERCIAL INFORMATION REQUIRED WITH TENDERS

PAYMENTS:

Following terms of payment would be applicable to this order subject to suppliers/ contractor

having furnished security deposit for 5% of the order valve or as per offer latter.

1.) 95%Payment will be made within thirty days after doing all formalities/ adjusting

deductions /penalties if any from the bill and remaining 05% will be payable after 12 months

of completing the purchase order work.

2). In the mode of payment, D.D., RTGS or other charges will be borne by the firm.

3). No advance will be payable to the party for any work.

10.) Delivery (A) The supplier shall deliver the material as per delivery schedule mentioned in the purchase

order. In case of installation and commissioning jobs the work should be completely finished

to the satisfaction of URMUL terms and conditions of the purchase order or work order.

(B) In case of failure by supplier in making deliveries with in the specified period, the

URMUL may procure the material from other sources and hold the suppliers responsible for

the loss occurred there by further the URMUL reserves the right to terminate the services of

such suppliers in such case without assigning any reasons thereof.

The above period of execution will be counted from the date of receipt of orders which may

be sent by fax or e-mail message. It will be thereafter followed by a letter/purchase or fax

message will be treated as receipt of purchase order. Liquidated damages will be recovered

for the days in excess of the period prescribed for supply. It will also be decided by the

Purchase Officer to return the goods which are delivered later than the stipulated period and

effect the risk purchases in case it is found that the goods received are not as per the

prescribed specifications or delayed substantially to the done work name suffer in his

opinion. In case of any difference or perception regarding deliveries /the version of Managing

Director, URMUL shall be final and binding. It is therefore the party must be in contact from

the day of receipt of fax, purchase order to complete all the formalities like

drawing/agreement etc. as required by URMUL

11.) Evaluation of the Tenders The tenders received shall be opened and will be evaluated keeping in vie w the

following points:

(A)Whether or not the contractor has deposited required earnest money.

(B) The rates quoted by the various contractors shall be evaluated on the basis of

enclosed rate list.

(C)Preference shall be given to those contractor who has worked with any

cooperative Dairy in past 3/4/ years.

(D).If required, the contractor quoting lowest rate shall only be called for further

negotiation .

12.) Compensation for delay

Clause I

The time allowed for the supply of the equipment shall be strictly observed by the

contractor and shall be reckoned from the 15th day after the date of work order is

placed. The work shall throughout stipulated period of the contract be proceeded with

all due diligence time being deemed to be the assence of the contract on the part of

the contractor and the contractor shall have to pay as compensation an amount equal to

Signed and sealed by Tenderer in

token of acceptance of above

Page 58: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 7

2% or such smaller amount as the Managing Director,Utttari Rajasthan Sahakari Dugdh

Utpadak Sangh Ltd., Bikaner, may decide on tendered amount for every week of delay.

Clause II.

The Managing Director, Uttari Rajasthan Sahakari Dugdh Utapdak Sangh Ltd.,Bikaner

may without prejudice to his right against the contractor in respect of any delay or

supply of poor product or any claim for damages in respect of breeches of the

contract without prejudice to any right or remedies under any provision of this

contract or otherwise and whether the date for completion has or has not elapsed by

notice in writing absolutely determines then contract in any of the following cases:

7 If the contractor having been given by the officer in charge a notice in writing to

rectify replace any defective piece or the supply is being performed in an inefficient

or otherwise improper manner shall omit to comply with the requirements of such

notices for a period of 7 days thereafter or if the contractor shall delay or suspend

the execution of work so that either in the judgment of officer sin charge or,

authorized representative he will be unable to secure completion or he has already

failed to complete the work by that date.

8 If the contractor being a company shall pass a resolution or the court shall make an

order that the company shall be wound up or if a receiver or a manager on behalf of

a creditor to appoint receiver or a manager or which entitled the court to make a

winding up order.

9 If the contractor commits breech of any terms and condition of the contract.

When the contractor has made himself liable for action under any of the cases

aforesaid the Managing Director, Utttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd.,

Bikaner shall have powers:-

a)To determine or rescind the contract as aforesaid ( of which termination or

rescission notice in writing to the contractor under the hand of the e Managing

Director, Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner shall be

conclusive evidence).Upon such determination or rescission the full security deposit

of the contractor calculated on the tendered amount shall be liable to be forfeited and

shall absolutely be at the disposal of URMUL.

b).To employ labour paid by the Urmul and to supply materials to carry out the work

or any part of the work debiting the contractor with the cost of the labor and the price

of the materials( of the amount of which cost and price certified by the Officer in

Charge shall be final and conclusive) and crediting him with the value of the work

done in all respects in the same manner and at the same rates as if it has been

carried out by the contractor under the terms of his contract. The certificate of the

Officer In charge as to value of work done shall be final and conclusive against the

contractor provided also that action under the sub-clause shall only be taken after

giving notice in writing to the contractor. Provided also that if the expenses incurred

by the Urmul are less than the amount payable to the contractor at his agreement

rates, the difference shall not be payable to the contractor.

c. After giving notice to the contractors on measure up the work of the contractor

and to take such part thereof as shall be unexecuted out of his hands and to give it

to another contractor to complete in which case any expenses which may be incurred

in excess of the sum which would have been paid to the original contractor if the

whole work had been executed by him( of the amount of which excess the certificate

in writing of the Officer in charge shall be final and conclusive) shall be borne and

Signed and sealed by Tenderer in

token of acceptance of above

Page 59: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 8

paid by the original contractor and may be deducted from any money due to him by

Urmul under this contract or on any other account whatsoever or from his security

deposit or the proceeds of sales thereof or a sufficient part thereof as the case may

be.

I.In the event of any one or more of the above courses as may be deemed best suited

to the interest of the Urmul being adopted by the Managing Director, Uttari Rajathan

Sahakari Dugdh Utpadak Singh Ltd., Bikaner,the contractor shall have no claim to

compensation for any loss sustained by him by reason of his having purchased or

procured by him by reason of his having purchased or procured any materials or

entered into any engagements, or made any advances on account of or with a view to

execution of the work or the performance of the contract. And in case action is taken

under any of the provisions aforesaid, the contractor shall not be entitled to recover or

be paid any sum for any work there for actually performed under this contract unless

and until the Officer in charge has certified in writing the performance of such work

and the value payable in respect thereof and he shall only be entitled to be paid the

value as certified.

Contractor remains liable to pay compensation if action not taken under.

Clause III.

In any case in which any of the powers conferred by clause 3 hereof shall have become

exercisable and the same shall have not been exercised , the non-exercise thereof shall

not constitute waiver of any of the conditions hereof, and such power shall

notwithstanding be exercisable in the event of any future case of default the

contractor for which by any clause or clauses hereof he is declared the contractor for

which in any clause or clauses hereof he is declared liable to pay compensation

amounting to the whole of his security deposit and the liability of the contractor for

past and future compensation shall remain unaffected.

13.) Force majeure clause

The terms and conditions mutually agreed shall be subject to the force majored

clause. Neither the supplier nor the buyer shall be considered in default in

performance of its obligations hereunder, of such performance is prevented or delayed

because of

war,hostilities,revolution,civilcommotion,strike,epidemic,accident,fire,wind,flood,earthquake

or because of any law, order, proclamation, regulation or ordinance of any Government

or any act for God or any other cause whether of similar or dissimilar of nature,

beyond the reasonable control of the party affected should one or both of the parties

be prevented from fulfilling his/their contractual obligations by a state of Force

Majored lasting continuously for a period of six months, the two parties should

consult with each other regarding the future implementation of the agreement/purchase

order.

14.) Settlement of disputes

In the event of any dispute in the interpretation of the terms of this agreement/Purchase

order or difference of opinion between the parties on any point in the Purchase Order arising

out of. Or in connection with the agreement/accepted purchase order or with regard to

performance of any obligations hereunder by the either party the parties hereto shall use their

best efforts to settle such disputes or difference of opinion amicable by mutual negotiation.

In case, no agreement is reached between the two parties in respect or or concerning any of

the provisions herein contained or arising out of this supply order/tender/agreement as to the

rights, liabilities or duties of the said parties hereunder or as to the recovery of any amount,

the same shall be referred to the Sole Arbitrator MD, Urmul who in turn may refer the dispute

Signed and sealed by Tenderer in

token of acceptance of above

Page 60: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 9

to any Officer of URMUL for adjudication. The arbitration shall be in accordance to the law

of Arbitration & Conciliation Act, 1996. The decision of the Sole Arbitrator shall be final and

binding on both the parties.

All the disputes pertaining to the said contract shall vest to the jurisdictions of Courts at

Bikaner.

15.) Right of acceptance

(A) URMUL reserves the right to select one and more firms for supply of tendered items.

(B) URMUL reserves the right to approve more than one supplier at different rates. The party

other than the lowest shall be termed as alternate supplier. Purchase orders on such alternate

supplier shall be placed on failure of the first party on of non conformance to the prescribed

quality/services/ other terms and conditions as given in the tender/ rate approval. This shall be

deemed risk purchase.

16.) Subletting & Subrogation

The contractor shall not except with the prior consent in writing of the buyer, sublet,

transfer or assign the contract or part of the contract thereof interest therein or benefit or

advantage thereof in any manner whatsoever to others.

17.) Demurrage

The supplier shall bear and reimburse to the buyer demurrage charges if any paid by a

reason of delay on the part of the supplier in forwarding the above documents.

18.) Inspection & Acceptance

The buyer shall have the right to make inspection of any of the items under contract during

the fabrications, at the factory of the supplier including access to drawings and test result, to

assure that all machinery and equipment to be supplied shall conform to the details of the

specifications.

Notwithstanding whether factory inspection is made or omitted upon arrival at delivery

point and prior to the acceptance of the equipment and machinery delivered the buyer shall

have right to inspect them giving representative of the supplier an opportunity to be present.

Upon acceptance an appropriate certificate will be issued.

19.) Rejection:

(A)Further the buyer reserves the right to reject the material in full or part, supplied by the

firm which are not confirming to the description and quality stipulated in the tender form. In

such event the buyer shall inform the supplier immediately either by telephone or fax after

such defects /quality problem is noticed or which must be immediately attended failing which

after two notices the buyer shall be free to take next suitable action to his organization.

Consequence of Rejection:

(B) If on rejection of the stores by the buyer or consignee at destination the supplier fails to

make satisfactory supplies within the stipulated period pronounced by the buyer for the

deliveries, the buyer shall be at liberty to:

I. Allow the supplier to submit the stores in replacement of those rejected within a

specified time, the supplier bearing the cost if any on such replacement without being entitled

to any extra payment on that account.

II. Cancel the contract and purchase or authorize the purchase of items or other of a similar

description (When stores do not exactly comply with the particular in the opinion of the buyer

which shall be final) at the risk and the cost of the supplier.

20.) INDIMNITY

The supplier shall at all times, indemnify the buyer against all claims which may be made

in respect of the stores or infringement of any right protected by patent, registration of design

or trade mark, provided always that in the event of any claim in respect of alleged breach of

letters, patents registered design of trade mark being made against mark the purchaser, the

buyer shall notify the supplier of the same and supplier at his own expense, either settle any

dispute or conduct any litigation that may arise therefore.

Signed and sealed by Tenderer in

token of acceptance of above

Page 61: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 10

21.) Corrupt Practices Direct or indirect canvassing on the part of the tenderers or their

representatives shall disqualify their tenders.

22.) Insolvency & breach of contract

The buyer may at any time, by notice in writing, summarily terminate the contract with out

compensation to the contractor in any of the following events which.

A) if the supplier, a firm or any partner thereof, shall at that time adjusted involved or shall

have a receiving order or for administration of his estate made against his or shall take any

proceedings for composition under any insolvency Act for the time being in force to make

any conveyance or assignment of his assets or enter into any arrangement or composition

with his creditors or suspend of payment if the firm is dissolved under the partner ship Act, or

B) if the suppliers being a company is wound up voluntarily by the order of a court or a

receiver. Liquidator or Manager or on behalf of the debenture holder is appointed or

circumstances shall arisen which entitled the court of debenture holders to appoint a receiver.

Liquidator or manager or,

C) If supplier commits any breach of the contract here not in a specifically provided for,

provided always that such determination shall not prejudice any right of action of remedy

which shall have accured or shall accrue thereafter and provided also the suppliers be liable to

pay the buyer for extra expenditure be liable to pay the buyer for any extra expenditure he is

thereby put to and the supplier shall under no circumstances be entitled to pay gain in

repurchase.

23.) Recovery of sum dues Whenever any claim for the payment of a sum of money arises out or under the

contract against the supplier, the buyer shall be entitled to claim it from the Bank

concerned against the guarantee amount provided by the supplier. In the event of the

guarantee amount being insufficient, the balance entire sum recoverable shall be

recovered by appropriating any sum them due or which at any time thereafter may

become due to the supplier under the contract or any other contract with the buyer

and if such a sum be insufficient to cover the full amounts recoverable, the supplier

shall on demand pay to the buyer the balance remaining dues.

24.) This tender is not transferable.

25.) Secrecy of document

All the documents and drawing supplied by the buyer must be treated as

CONFIDENTIAL must neither be copied, reproduced, transmitted or discussed otherwise

in whole or part, not duplicated, modified, divulged, or discussed to any third party non

used in any other way without the consent of buyer in writing.

26.) Bid Acceptance Letter

The URMUL shall formally issue a bid acceptance letter in favor of lowest quoted

contractor/supplier in duplicate on which contractor has to sign and submit to the

Managing Director, Uttari Rajasthan Sahakari Dugdh Utpadak Sangh Ltd., Bikaner as a

token of acceptance of the order along with remaining amount and in case of

contractor/supplier failed to submit the acceptance letter with the agreement in the prescribed

period, then the Managing Director URMUL has right to be forfeited the entire amount of

EMD deposited by the contractor/supplier and full right to offer the work order to the

second lowest firm or issue for fresh NIT.

27.) Form of tender

The form of tender given in 20 pages.

Signed and sealed by Tenderer in

token of acceptance of above

Page 62: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 11

28.) Important note

ALL THINGS REMAINING SAME,THE MANUFACTURER OF EQUIPMENT

WOULD BE GIVEN PREFERENCE OVER THE SUPPLIER.

DUE FAVOURABLE CONSIDERAION AND PREFERENCE WOULD BE GIVEN

TO A MANUFACTURER WHO HAS MANUFACTUREED AND SUPPLIED

EQUIPMENT OF A CAPACITY TENDERED OR OF HIGHER CAPACITY

PREFERABLY TO A DAIRY COOPERATIVE OR REPURE OPERATING

MODERN COMPOSITE MILK PLANT AND SUCH EQUIPMENT SHOULD HAVE

SATISFACTORY PERFORMED.

29.) The tenderer should sign each paper in token of having read and understood and

accepted the terms and conditions.

30.) The quantities mentioned in the tender are tentative and the actual quantities to be

procured may vary upward or downward according to the actual requirements.

31.) URMUL also reserves the right to black list if the performance of approved supplier

with respect of quality and time of supply etc. if found unsatisfactory. URMUL also reserves

the right to forfeit the earnest money /security deposit side by side to recovering other due

amounts in any other way including legal resources

32.) The validity of letter of Approval can be extended upto three months or more with

mutual consent. The tenderer are required to note that purchase order released by the

URMUL within the contract period and the extended period if any, i.e. the first day to the last

day of the contract period shall have to be executed by them

33.) It in necessary for suppliers to maintain quality of the material supplied as per prescribed

standards and specifications.

34.) The rate must be written both in words and figures. There should be no over writing and

corrections.

35.) The above period of execution will be counted from the date of receipt of orders which

may be sent by fax or e-mail message. It will be thereafter followed by a letter/purchase or

fax message will be treated as receipt of purchase order. Liquidated damages will be

recovered for the days in excess of the period prescribed for supply. It will also be decided by

the Purchase Officer to return the goods which are delivered later than the stipulated period

and effect the risk purchases in case it is found that the goods received are not as per the

prescribed specifications or delayed substantially to the done work name suffer in his

opinion. In case of any difference or perception regarding deliveries /the version of Managing

Director, URMUL shall be final and binding. It is therefore the party must be in contact from

the day of receipt of fax, purchase order to complete all the formalities like

drawing/agreement etc. as required by URMUL.

36.) In case of any disputes, M.D.URMUL or person nominated by him shall be the sole

arbitrator to settle these disputes. The court jurisdiction will be Bikaner only.

37) The present contract shall be governed over all the Rajasthan Cooperative Societies Act

and allied laws.

38.) All the documents and drawing supplied by the buyer must be treated as confidential

must not be copied reproduced transmitted or discussed otherwise in whole part not

duplicated modified divulged or discussed to any third party nor used in any other way

without the consent of buyer.

39.) No terms and conditions in addition to the above mentioned will be agreed to.

Signed and sealed by Tenderer in

token of acceptance of above

Page 63: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 12

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,

URMUL, BIKANER

Eligibility and Qualifications Criteria.

1.The bidder shall furnish, as part first of its bid, documents establishing the

bidder‟s eligibility to bid and its qualifications to perform the contract if its

bid is accepted. The bidder should also bid information in the format attached to

the bid documents.

2.The documentary evidence of the bidder‟s qualifications to perform the

contract is its bid is accepted shall establish to the purchaser‟s satisfaction:

A) That in the case of bidder offering to supply goods under the contract

which the bidder did not manufacture or otherwise produce, the bidder has

been duly authorized by the goods and manufacturer or producer to supply the

goods. The bids shall include manufacturers authoriesation from given under

section I. Offers from other agents , brokers and middle man shall not be

accepted.

B) That the bidder has the financial, technical production capability necessary to

perform the contract. To this end , all bids submitted shall include the following

information Under Section II.

I. Copies of original documents defining the constitution or legal status , place

of registration and principal place of business of the company or firm or

partnership etc.

II. Power of Attorney or a true copy whereof duly attested by a gazetted

officer in case an authorized representative has signed the bid .

III. The details of experience and past performance of the bidder( or each party

to join venture) on works of similar nature within the past five years, and

details of current works in hand and other contractual commitments shall be

submitted as per schedule I and schedule II given in section II respectively of

this bidding document

IV. Records on financial standing of the bidder such as profit and loss

statements , balance sheets and auditors report for the past three years, banker

certificate etc.

V. Information regarding any current litigation in which the bidder is involved.

3.For the purpose of this particular contract , bidder‟s shall meet the following

criteria as minimum:

A). The bidder should be in business of the one of the jobs tendered for a

minimum period of three years at the time of bid opening in the same name

and style.

B). The bidder‟s annual financial turnover in the same name and style during

any one of the last three years shall not be less than the estimated value of,

the contract quoted by value.

C). The bidder , in the same name and style ,shall have completed the two

projects of similar nature and value not less than 60% of the

estimated quoted value of the contract, for which the NIT is issued , during the

last five years.

Signed and sealed by Tenderer in

token of acceptance of above

Page 64: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 13

D). the bidder shall furnish a copy of the income tax returns and the income

tax clearance certificates for the previous three years in original certified true

copies.

E). Solvency certificate to three months requirements of cash flow at the peak

execution period for the project.

4. Bid submitted by a joint venture of two or more firms as partners shall

comply with the following requirements:

A) The bid and in case of a successful bid , the form of agreement shall be

signed so as to be legally binding on all the partners.

B). One of the partners shall be nominated as being the incharge and this

authorization shall be evidenced by submitted a power of attorney signed by

legally authorized signatories of all the partners.

C) The partners in charge shall be authorized to incur liabilities and receipts

instructions for an on behalf of any and all the partners of the joint venture

and the entire execution of the contract including payment shall be done

exclusively if the partner in charge.

D) All the partners of joint venture shall be liable jointly and severally for the

execution of the contract in accordance with the contract terms and a relevant

statement to this effect shall be included in the authorization mentioned ,

(b)above as well as in the form of bid and the form of agreement (in case of

the successful bid ) and

E) A copy of the agreement entered into by the joint venture partners shall

be submitted with the bid.

F) Experience , resources men and machinery of each party to the joint venture

will be taken into account only to the extent of their participation for

performing tasks under the joint venture agreement.

5. Documents establishing goods-eligibility and conformity to bidding documents.

5.1The bidder shall furnish a part of its bid , documents establishing the

eligibility and conformity to the bidding documents of all goods and services

which the bidder proposes to supply under the contract.

5.2The documentary evidence of the goods and services eligibility shall

consists of its statement in the price schedule on the country of origin of the

goods and services offered which shall be confirmed by a certificate of origin

issued at the time of shipment.

5.3The documentary of the goods and services conformity to the bidding

document may be in the form of literature , drawing and data shall furnish.

A) A detailed description of the goods essential technical and performance

characteristics .

B) A list giving full particulars , including available sources and current prices

of all spare parts , special tools etc. necessary for the

proper and continuing functioning of the goods for a period of tow years,

following commencement of the goods used by the purchaser and

Signed and sealed by Tenderer in

token of acceptance of above

Page 65: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 14

C) A statement of deviations and exceptions to the provisions of the technical

specifications demonstrating the goods and services substantial responsiveness

to those specifications in the form of provided under section III.

5.4The bidder should merely confirm that all the facilities exists for inspection

and shall be made available to the inspecting authority.

5.5Pursuant to close 5.3 © above , the bidder shall note that standards for

workman ship, material and equipments , and reference s to brand‟s name of

catalogue numbers designated by the purchaser in its technical specifications are

intended to be descriptive only and respectively. “The bidder may substitute

alternative standards, brand names and /or catalogue numbers in its bids ,

provided that it demonstrates to the purchasers satisfactions that the

substitutions are substantially equivalent or superior to those designated in the

technical specifications.

Signed and sealed by Tenderer in

token of acceptance of above

Page 66: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 15

SECTION-1

MANUFACTURERS‟ AUTHORISATION FORM

(Please see clause 2(A) of Eligibility Criterion)

No..---------------------------------------- Dated-------------------------------------------------------

To,

Managing Director,

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,

SRI GANGANAGAR ROAD, BIKANER

Sub: - Tender reference No………………………………………………

Dear Sir,

We----------------------------------------------------------------an established and

reputable manufactures of-------------------------------------------------------------------------------

------------- having factories at-----------------------------------------and-----------------------------

-----------do hereby authorize. M/s --------------------------------------------------------------------

------(Name and address of Agents) to bid negotiate and conclude the contract with you

against tender reference No………………………………………………………………for

the above said goods manufactured by us.

No company or firm or individual other than

M/s…………………………………….--------------------------------------------------------------

-are authorize to bid, negotiate and conclude the contract in regard to this business against

and warranty for the goods offered for supply against your tender.

Yours faithfully,

(NAME)

For and on behalf of (M/s

Name of Manufacturers)

Note: -This letter of authority should be on the letter head of the manufacturing concern

and should be signed by a person competent and having the power of attorney to bind the

manufacturer.

Signed & Sealed by the tenderer

In token of acceptance of above

Page 67: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 16

SECTION- II – SCHEDULE-1

(Refer clause No. 2(B) of Eligibility Criterion)

Major works successfully completed during the past five years

Sr. Name of Place Contract Name of Value of Time of Date

No. Work Reference Client Work completion of

Completion

--------------------------------------------------------------------------------------------------------------

--------

Note: - Indicate Plant capacity and major parameters handled.

Completion Certificate from Clients should be enclosed with the bid

Signed & Sealed by the tenderer

In token of acceptance of above

Page 68: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 17

SECTION-II SCHEDULE-II

(Refer clause No.2 (B) (iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR

Sr. Name Work Name Place Value Completion

No. of work order of client of work of work period Date

Reference order

Note : Indicate Plant Capacity and Major Parameters handled.

Signed & Sealed by the tenderer

In token of acceptance of above

Page 69: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 18

SECTION-III

TECHNICAL DEVIATION STATEMENT FORM

(Refer Clause 5 of Eligibility Criterion)

The following are the particulars of deviations from the requirements of the tender

specifications:

CLAUSE DEVIATION REMARKS (Including justification)

Dated Signature and Seal of

The manufacturer/Bidder

NOTE:

5. Where there is no deviation the statement should be returned duly signed with an

endorsement indicating “No Deviations”.

6. The technical specifications furnished in the bidding document shall prevail over

those of any other document forming a part of our bid, except only to the extent of

deviation furnished in the statement.

Signed & Sealed by the tenderer

In token of acceptance of above

Page 70: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Page 19

UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD.,

URMUL, BIKANER.

FORM OF TENDER FOR PRICE

TO BE SUBMITTED IN FINANCIAL BID ENVELPE

Name of firm:-

Time and date of opening:-

Description of the goods: - Purchase of G.M, C.I & S.S Pneumatic Valves of different

Size for Water and Steam and Water Pumps.

Rate offered as follows with validity 6 months from the placement of work order.

S.

No.

Particulars. Make Size Required

tentative

Quantity

Rates FOR Dairy

Plant inclusive of

all taxes

Boiler Section (As per I.B.R.Regulation

1950) Equipment

1. Gum Metal Safety Valve 40 MM Spring

Loaded

Leader 40 MM 02

2. Blow Down Valve 65 MM (2½”) - Do - 65 MM 02

3. G.M. Steam/Water/Drain Cock Valve

20MM( ¾”) sleeve packed Flanged type

- Do - 20MM 10

4. S.S. Cock Spindle 20MM( ¾”) - Do - 20MM 10

5. Fuel Injection Gear Pump Suction, Discharge

¾” Model Make

Prakash 02

6. Ignition Transformer 14500V.,30mA(C.T.

Earthed), I.V.220/240

NEC 02

7. Mono set Pump (Booster Pump)

Type 50UH610Z Size 65X50MM

H.P.10 R.P.M. 2800

.

Marketed

By JMP

Marketing

Service

H.P.10 02

8. Submersible Pump KSB Make Kw- 11/H.P-

15 head 59 to 142 Mtr.

KSB

15 H.P 02

Refrigeration

9. Mono Block Centrifugal Pump Beacon

Make with Bronze impeller Model 3DM 4

Beacon 7.5 H.P. 06

10 Mono Block Centrifugal Pump Beacon

Make with Bronze impeller Model 3DM 4

Beacon 10.H.P. 06

11 Feed water Pump KSB

Multi Stage high pressure centrifugal pump Type WKL40/9HWD. Discharge 14 M³/hr, Head

– 175 M 15 Kw 2910 RPM

KSB

15 H.P. 02

Page 71: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

Signed & Sealed by the tenderer

In token of acceptance of above

Page 20

S.

No. Particulars. Make Size Required

tentative

Quantity

Rates FOR Dairy

Plant inclusive of

all taxes

VALVE STEAM LINE EQUIPMENT

12. G.M. NR Valve(Horizontal) Flange Type Leader 80 MM 06

13. G.M. NR Valve(Vertical) Flange Type - Do - 80 MM 04

14. G.M. Non Return Valve Thread type

(Vertical)

- Do - 65 MM 04

15. G.M. Non Return Valve Thread type

(Vertical)

- Do - 50 MM 02

16. G.M. Non Return Valve Thread type

(Vertical)

- Do - 40 MM 02

17. G.M. Non Return Valve Thread type

(Vertical)

- Do - 25 MM 06

18. G.M. Non Return Valve Thread type

(Vertical)

- Do - 20 MM 30

19. G.M. Steam Valve Flanged Type - Do - 80 MM 02

20. G.M. Steam Globe Valve Flanged Type - Do - 65 MM 02

21. G.M. Steam Globe Valve Flanged Type - Do - 50 MM 02

22. G.M. Steam Globe Valve Flanged Type - Do - 40 MM 02

23. G.M. Steam Globe Valve Thread Type - Do - 25MM 06

24. G.M. Steam Globe Valve Thread Type - Do - 20 MM 10

25. C.I. Sheet Type Steam Valve Flange

Type

- Do - 25 MM 04

26. C.I. Sheet Type Steam Valve Flange

Type

- Do - 20 MM 10

WATER VALVE

27. G.M. Gate Valve Thread type - Do - 25

MM

10

28. G.M. Gate Valve Thread type - Do - 20

MM

10

29. G.M. Gate Valve Thread type - Do - 15

MM

10

Page 72: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

`

Signed & Sealed by the tenderer

In token of acceptance of above

Page-21

S.

No. Particulars. Make Size Required

tentative

Quantity

Rates FOR Dairy

Plant inclusive of

all taxes

AUDCO VALVES L&T Make only

30 Audco Valve Thread type L&T 50

MM

06

31. Audco Valve Thread type L&T 40

MM

03

32. Audco Valve Thread type L&T 25MM 06

Page 73: UTTARI RAJASTHAN SAHKARI DUGDH UTPADAK SANGH LTD, · UTTARI RAJASTHAN SAHAKARI DUGDH UTPADAK SANGH LTD., BIKANER URMUL/RKVY-62(13)/2012-13/ Dated: - 07.08.12 INDEX SCHEDULE-1 PAGE

S.S Pneumatic Valve 41. Stainless Steel Two Way Pneumatic Valve

304 grade forged type.

63 MM 06 Nos

42. Stainless Steel Three Way Pneumatic Valve

304 grade forged type.

51 MM 06 Nos

Specification of S.S pneumatic Valves

1. Stainless Steel of grade A.I.S.I.304 analysis should contain carbon 0.08% max. Silicon

1.00% max. manganese 2.00%max. Chromium 18.00 to 20.00%Nickel 8.00 to 10.5%.

2. Weight per meters of pipes and per piece for other items is to be mentioned other wise

the financial bid will not be considered.

3. Test certificate are to be enclosed with the supply of the material.

4. All fitting should in the SMS thread and the all S.S. valve should have complete

with required S.S. Nut and Liner

Signed & Sealed by the tenderer

In token of acceptance of above

33. Audco Valve Thread type L&T 20

MM

10

34. Audco Valve Thread type L&T 15

MM

06

C.I. GATE VALVE

35. C.I. Gate Valve Flanged Type Leadert 100

MM

08

36. C.I. Gate Valve Flanged Type - Do - 80

MM

12

37. C.I. Gate Valve Flanged Type - Do - 65

MM

24

38. C.I. Gate Valve Flanged Type - Do - 50

MM

24

39. C.I. Gate Valve Flanged Type - Do - 40

MM

12

40. C.I. Gate Valve Flanged Type - Do - 200

MM

02