Post on 18-Oct-2020
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
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
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 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 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 -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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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.
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:
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 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
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
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 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 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.
(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.
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 .
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
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
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
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:
(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.
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
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
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 :
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
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.
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.
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)
(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
-
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
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 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 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 -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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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
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
`
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
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