ama

32
SCHEDULE TENDER FORM 1. Name and address of the Tenderer : 2. Validity : 120 days from the date of opening. To, The Governor of Maharashtra, Through the Dairy Development Commissioner, Maharashtra State, Worli, Mumbai-400 018. Sub :- Supply, Installation and commissioning of AMCU for Milk Co-op. Sanstha at various places in Maharashtra-235 Nos. With reference to the Tender for above work published for and on behalf of the Governor of Maharashtra by the Dairy Development Commissioner, Maharashtra State, Mumbai and the terms and conditions contained in the Tender Form, I/We do hereby submit my/our technical offer and commercial offer for above work. Technical Offer 1 Name of the Tenderer (Company's Name) 2 Earnest Money Deposit as per Tender Notice by DD of any Nationalised Bank only.(Payable at Mumbai) or exemption certificate. 3 Latest Sales-Tax (vat) Clearance Certificate. (No Dues Certificate) in Form No. 415 4 Whether the Technical Specifications of the tender are acceptable to you. (pl. attached 5 Whether General Terms & Conditions of tender are acceptable to you. (pl. attached the consent letter) 6 Details about similar works done earlier give details of at least 50 units supplied & attach at least 20 satisfactory performance

Upload: ab5918590

Post on 17-Jul-2016

6 views

Category:

Documents


0 download

DESCRIPTION

best

TRANSCRIPT

Page 1: AMA

SCHEDULE TENDER FORM

1. Name and address of the Tenderer :

2. Validity : 120 days from the date of opening.

To,The Governor of Maharashtra,Through the Dairy Development Commissioner,

Maharashtra State, Worli,Mumbai-400 018.

Sub :- Supply, Installation and commissioning of AMCUfor Milk Co-op. Sanstha at various places in Maharashtra-235 Nos.

With reference to the Tender for above work published for and on behalf of the Governor of

Maharashtra by the Dairy Development Commissioner, Maharashtra State, Mumbai and the terms and

conditions contained in the Tender Form, I/We do hereby submit my/our technical offer and

commercial offer for above work.Technical Offer

1 Name of the Tenderer (Company's Name)

2 Earnest Money Deposit as per Tender Notice by DD of any Nationalised Bank only.(Payable at Mumbai) or exemption certificate.

3 Latest Sales-Tax (vat) Clearance Certificate. (No

Dues Certificate) in Form No. 415

4 Whether the Technical Specifications of the tender

are acceptable to you. (pl. attached the consent letter)

5 Whether General Terms & Conditions of tender are

acceptable to you. (pl. attached the consent letter)

6Details about similar works done earlier give details

of at least 50 units supplied & attach at least 20

satisfactory performance certificates.

7Financial turn over for last 3 years (Certified by

C.A.)

8.Nature of Business & Establishment Year of the

Company (Tenderer)

Page 2: AMA

9Tenderer"s Address & contact details.

10. Organizational Capability (staff strength)

11. Infrastructure/Equipment/Machinery details:

12. Address of Service Centre in Maharashtra

13. Statement of deviations in technical specifications, ( if applicable).

Note : The tenderer shall quote for prices in the enclosed Price Schedule only, without which the tender will

not be considered.

1.I/We agree to abide by all the terms and conditions of the tender and specifications as per Schedule C and D.2.My/our registration number with the Director General of Supplies and Disposal, New Delhi is (copy

enclosed) and renewed for the current year (copy enclosed)3.My/our registration no. with the Director of Industries and CSPO, Mumbai is.................

(Copy enclosed)4.I/We have paid/exempted from the EMD vide..................

(copy enclosed)Yours faithfully

Stamp and signature of the Tenderer.

Authorised person as per Company Act.IMPORTANT INSTRUCTIONS: 1. Over and above the items already included in the Tender, if any additional items and/or additional quantity of

any items required to complete the installation work shall be quoted and shown separately.2. .The work of installation will have to be carried out without affecting the day to day working of

the dairy.3. Tenderers are advised to visit the site before submission of offer to avoid ambiguity in the offer.4. Demonstration/trial of the AMCU to be supplied by the tenderers is scheduled on 5th Dec. 2014 at 11.00 hrs.

at Worli Dairy, Worli, Mumbai. The tenderer shall provide and install the sample unit for this trial on 5th Dec. 2014. If a tenderer fails to give a successful trail of the unit, their commercial envelope will not be opened.5. If a bidder is not able to meet the specifications, same shall clearly be stated in a deviation

statement attached separately else the bid is liable to be rejected at any stage of processing. Merely

mentioning the deviation in the technical data sheet may not be considered as declaring a deviation.

Page 3: AMA

TECHNICAL SPECIFICATIONS: TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION & COMMISSIONING OF MILK ANALYSER AND ELECTRONICWEIGHING EQUIPMENTS ,COMPUTER BASED.This is computerised milk collection system. This system should have the following components.1 MILK ANALYSER WITH SUITABLE STIRRER2 ELECTRONIC WEIGHING SCALE3 DUDH SACHIV COMPUTER BASED4 DOT MATRIX PRINTER5 SOFTWARE6 U.P.S

I. MILK ANALYSER (Reputed make with latest Technology, double senser type) 1. FUNCTIONAL REQUIREMENTS:

The Unit should be suitable for instant weighing of milk,.measuring FAT & SNF content, calculating the amount payable to the member based on FAT & SNF, printing the amount calculated there of with member identification details. This Unit should also be used to maintain the complete record of the collection centre together with the details of all transactions of the village co-operative society. The Unit should be able to measure the following :Measuring parameters Analytical range in milkFat 0.5% -- 12% with Accuracy 0.1%Solids-non-fat (SNF) 6% -- 12% with Acc 0.2%Density** 1,0250 g/cmc3 to - 1,0400 g/cm3,Acc 0,0005g/cmc3Protein 2% -- 6% with Ace 0.2%Lactos 0.01 to 6% with accuracy 0.2%Added Water 0% to 60% with Ace. 5%Capacity Minimum 80 samples/hr.Sample Volume 0.5 ml per Test.The tenderers shall give details of model offered with the minimum period required per sample etc. All salient features of model offered shall be mentioned. The model with latest features will be giver preference.2. Design Requirement :2.1 Operating Environment :

All the components of the Unit should be rugged and must operate in dusty village environment where power supply fluctuations are frequent.Power supply: 230+10% Volts(AC)Ambient Temperature : 5-50 degree CRelative bumidity : 50% to 95%II ELECTRONIC WEIGHING SCALE (EWS)

The weighing scale should conform to provision of "Standards of Weight and Measures (General) Rules, 1987 (Medium Accuracy-III). Electronic Weighing Scale should be duly certified and stamped by weight and measure department and conforming to IS :9281 (pt.1 & 2)1979, IS 9281: 9281 and IS 9281(PL4) 1983 as amended up to date

Page 4: AMA

-2-The base frame for the EWS should be made from cold rolled steel box/mild steel of adequate size. The frame welding areas should be ground smooth and have a smooth surface finish. The unit shall have rust proof housing and have means of level adjustment. The scale should have a stainless steel (Dairy Grade AISI 304) platform of a minimum thickness of 1.5 mm polished to 150 grit for keeping milk receiving pails or two numbers 40 lit, milk cans. A mechanical over load protector should be provided for protection of load cell. The load cell should be provided for protection of load cell.

Page 5: AMA

The load cell should be properly fitted on the structure to avoid over hang. The leveling screws provided at four corners of structure should have protective coverings on inner side (preferably screw cap type). All screws & nut used on the frame shall be SS. The load cell terminating in the display unit should be properly secured to frame to prevent any damage to load cell while shifting the scale. Full length of the cable should be enclosed in a non-corrosive flexible steel wire reinforced heavy-duty PVC conduit for protection against rodents, Cockroach house fly, lizards EPC etc. & other insets. The EWS shall be stamped from weights & measures department at site.

Page 6: AMA

: Esse Terreka / Sansui / SEICO / Avery OR Equivalent

:200 Kg.: 50 gm.: Stainless steel, bending beam, resistive strain Gauge type

: 20 gms.: S.S. platform qith 600 mm x 600 mm to : Accommodate 3 Nos. of Milk Cans

: of 35/40 ltrs. capacity each.: 220-250V(AC)50MHz+/-5.:10 C-50 C: Less than 3 watts.: In-built battery back-up and battery charger

Provided to givae power back up of 6-8 hours after mains power failure.

: The scale is calibrated by the Indian weights and Measures department. The scale incorporataes intemational quality OLML standard load cells. OLML standard load celss.

: Standard bi-directional computer (RS 232)Interface, which is also suitable provided

: Micro process or interface. The Interface provided Will automatically tare the weight of the last customer.after his amout receipt/transation has been completed.

: It is a load cell based technology with advanced Microcomputer based design. It is provided with overload and shock load protection and with 100% substrative tarring range.

Design Requirement : *Make

*Capacity *Resolution * Load cell

*Accuricy *Platform/platter size

*Operating Voltage *Opertaing temperature *Power Consumption *Battery Back-up

*Calibration

*Interface provided

*Principle of opertaion

Page 7: AMA

-3-

*Scale certification : These scale shall be certified by the weights and Measuresdepartments, Govt. of India and Validity of the Certification

shall be for One year from the date of Stamping.

III. PC SYSTEM FOR ONLINE MILK COLLECTION

The PC shall be branded HP/HCL/ACER/LENOVA with latest configuration.minimum requirement shall beMinimum Requirement: INTEL Pentium Dual Core 2nd /4th Gen. GHz, MB G61, SATA HDD 500 GB, RAM 1GB, LED 18.5" with Speaker, DVD Writer, MM Keyboard, Mouse Etc.o Operating system : Windows 9x or above platformo Printer Port : LPT1 Printer Port or USBo Serial Port : RS232/485 with 2 Corn.o Licence : Windows xp/2007 OR equivalent 0. .S.

IV.PRINTER

9 PIN NARROWEpson LX 3000 + II IMPACT PRINTER OR TVSC 240 MSPOR/Eqivalant *Serial, Parallel and USB Ports.*Print Speed : 300 cps.*Duabi1jty: 6,000 hoursNOTEAll the Unit should be interlinked with each other and the Milk Analyzer Protocal

Should match Micro Processor Protocal (Baud Rate) 2400/4800)

V. SOFTWARE

As per specification, should be user friendly along with licensed copy Visual C++/visual basic in own fonts.

Following is the list of reports generated by software :* Dairy Register : date wise Farmer wise,* Dairy Register,* Collection Summary,* Customer bills along with deductions,* Payment register,* Member wise Deposit Calculation* Branch wise Collection Report* Branch wise Rate Chart* Stock register* Deduction Reports : Deduction wise, Customer wise,* Net Pay List,

Page 8: AMA

-4-

* Yearly Rebates : Customer Number wise, FAT wise, Amount wise, Quality wise,* Multi Center Support,* Collection Slips,* Supports PC interface for almost all well known electronics Weighing Scales and Electronics Milk

Testers.* Automatic Generate SMS from software* Sales Register* Auto SMS* Remote Display Interface Showing Parameter (Supplier Code, Liter, Fat, SNF, Rate, Amount)* There shall be provision of remote display indicating member code, litres (Qty.), Fat, SNF, Rate, Amount etc.

* Suitable Net selter shall be provided for betterment of service.

VI. UPS

Home UPS 800 VA, 3 hrs power backup on full charge :-

Elnova /IL-Kota / APC/ TVSE/SU-KAM/ i ball/ Tata Lieeeeebert/HCL/Microtech.Battery Industrial type 1 No.(150 AH)EXIDE/TATA-GREEN/AMCO-yuasa/- OR equivalent.

Delivery Period : Supply of units shall be completed within 45 days from the date of order.

Note : The quantity of AMCU' s may vary at the time of placement of order according to the requirement of the department.

Dy.Dairy e e os s ent missioner (DE)Dairy Deve ment Department.

Page 9: AMA

List of places for supply installation and commissioning of AMCU

Sr.No. Name of Dugh Sangh/Chilling Centre AMCU

(Quantity)

1. For milk Sansthas under Solapur Dudh

Sangh, Solapur141 Nos.

2. For milk Sansthas under Sangamner Dudh

Sangh, Sangamner, Dist. Ahmednagar6 Nos.

3. For milk Sansthas under Amrutsagar Dudh

Sangh, Akole, Dist. Ahmednagar30 Nos.

4. For milk Sansthas under Nevasa DudhSangh, Nevasa, Dist. Ahmednagar

20 Nos.

5. For milk Sansthas under Jalna Distric Dudh

Sangh, Jalna19 Nos.

6. For milk Sansthas under Jalgaon Distric

Dudh Sangh, Jalgaon15 Nos.

7. For milk Sansthas under Sangli Distric

Dudh Sangh, Sangli04 Nos.

Total : 235 Nos.

The exact quantity may vary at the time of placement of order as per

requirement/funds availability etc.

NOTE: ' C ' Form will not be issued.

Page 10: AMA

SCHEDLE ‘C’

GOVERNMENT OF MAHARASHTRADAIRY DEVELOPMENT DEPARTMENTGENENARL TERMS AND CONDITIONS.

1. Tender can be down loaded in priscribed from by the Dairy Development Commissioner up to the dates mentioned for the supply of stores/completion of works as mentioned in Tender Notice.

2. prescribed tender from will be down loaded after giving deatails about payment of Tender fee (non- refundable) mentioned in the Tender Notice.

3. Tenders should quote rates FOR destination with taxes/duties except octroi in commercial offer. They should state that the earliest delivery/works completion period necessary for completion of the order.

4. The origin of the stores offered weather Indian or foreign and in the case of the former ,state in which it manufactured should be clearly stated against each article.

5. The right to ignore any tender which fails to comply with the above instructions is reserved.

6. Opening of tender :You are at liberty to be present or otherwise your reperesentative to be present at the opening of tender at the time and date specified in the schedule.

7. The Dairy Development Commissioner does not pledge him self to accept the lowest or any tender and reserves to himself the right of accepting the whole or any part of the tender or portion of the quantity offered against any item and you shall supply the same at the rate quoted.

8. Where offers by the tenderer are for stores imported with the assistantce of the State Trading Corporatyion, the Tenderer should specifically stipulate that the offers so made are in accordance with the Price fixation formula of the State Trading-Corporation.

9. Failure and termination of the contract ; If the successful Tenderer fails to deliver the machinery /execute the works or part of within the period prescribed in the Schedule, The Dairy Development Commissioner, Maharashtra State, Mumbai shall be entitled at the discretion to take any one or more of the following steps:-

a) To recover from you as liquidated damages some equivalent to half per cent of the price of undelivered machinery incomplete work at the stipulated rate for each week .or part thereof during which the delivery of such machinery the completion of work may be delayed subject to maximum limit of five percent of the stipulated price of the machinery so undelivered the works so incompleted such penalty is to be deducted always by the consignee i.e.paying authority concerned , from the bills of the contractors.

b) To purchase or to get the work done from elsewhere on your account and at your risk the machinery or part thereof so undelivered/the works or part thereof so incompleted or others of similar description where other exactly complying with the particulars are in the opinion of the Dairy Development Commissioner , Maharashtra State .Mumbai. which shall be final and not steadily procurable /completable without cancelling the contact in respect of consignments not yet due for delivery/works not yet due for the completion.

Page 11: AMA

-2-To cancel the contract :-

In the event of action being taken under (b) or (c) above the Contractor shall be liable to make good for any loss which the Government of Maharashtra may sustain by reason or higher price of the machinery or part thereof so purchased/the works or part thereof so completed or otherwise howsoever.

The decision of the Dairy Development Commissioner, Maharashtra State , Mumbai shall be final as regards the acceptability of machinery or part thereof supplied or/works or part thereof carried out by the Contractor and the Dairy Development Commissioner , Maharashtra State , Mumbai shall be required to give any action in writing or otherwise at any time for the rejection of the machinery or part thereof ,installation and commissioning works or part thereof.

1 Note of recovery :-

In case of any recovery of amounts found recoverable from the Contractor by any office of Department dealing with the contract, such recovery shall be effected from the bills of the Contractor by the paying authority including recovery of such amounts from the bills of the other Contracts awarded by any officer of the Department to ensure total recovery of all recoverable amount.

For extension of Schedule /waiving penalty :

In case of any of the following issue (i) and (ii) arising during the period of the contract, the decision in the regard will be taken by the Dairy Development Commissioner, Maharashtra State , Mumbai.

i) Extending the period of delivery / installation /commissioning of contract .

ii) Waiving of penalty if imposed because of non – adherence of the Schedule.

For the above actions mentioned in (i) and (ii) sufficient justification , documentary proofs ,etc . shall have to be provided by the contractor for consideration of their claim by the Dairy Development Commissioner , Maharashtra State, Mumbai. However, the decision taken by the Dairy Development Commissioner, Maharashtra State, Mumbai will be final and binding on the Contractor.

10 i) (a) Earnest money deposit as mentioned in tender notice shall be submitted by a Demand

Draft in favour of “ Dairy Development Commissioner Maharashtra State Mumbai. ” from nationalised bank.

(b) EMD shall be refunded after successful tender shall be EMD of refunded after conpletion of whole contract & all other EMD shall be refunded after A.T. issued to successful tenderer.

(c) If the items of Tender offer either partly or wholly are not recovered under the items mentioned in the certificate , EMD as mentioned in (a) above is payable failing which Tender will become automatically liable for rejection.

ii) a) the successful Tenderer will have to pay as security deposit 3% of the total value of the Tender and enter in to an agreement for a satisfactory completion of the contract within the specific period including the warrranty period . In case of any irregularity on the part of the Contractor, this

Page 12: AMA

-3-

sum may be used for imposing penalty ,a recovery of cost of damage ,etc.In this decision of The Dairy Development Commissioner ,Maharashtra State Mumbai shall be final. Exemption from the payment as security deposit will not be granted.

b) The Security deposit shall be remitted in any of the following form.

i) National Saving Certificate, National Defence Certificate , Post office Saving Account pledged in faviour of the Dairy Development Commissioner , Maharashtra State ,Mumbai.

ii) Fixed-deposit receipt for a period of three years from Scheduled Bank and Maharashtra State Financial Corporation , drawn in favour of Dairy Development Commissioner, Maharashtra State, Mumbai.

iii)Demand Draft drawn in favour of Dairy Development Commissioner ,Maharashtra State, Mumbai from Nationalised Bank payble at Mumbai.

iv)The Dairy Development Commissioner may exempt firms of standing , from payment of Earnest Money and / or security deposit in respect of tenders or contracts placed by the firm produce from the Director of Supplies and Disposals,Mumbai, a certificate to the effect that they are exempted from payment of security deposit or EMD in the case of contracts, placed with them of tenders invited by Directorate General of India. Dairy Development Commissioner, Maharashtra State , Mumbai reserves the right to ask for a security deposit from them against any contracts placed with them by the office if and when found necessary by him.

11. Copy of latest Income Tax return shall be submitted.

12.Quotations without samples where samples are specifically called are liable not to be considered.

Samples should be affixed with the label showing –

a) Name and address of the firm.

b) Tender no.

c) Opening date of Tender.

13) Tenders convicted of an offence under the Bombay prohibition Act 1949 or the Bombay Opium Act 1936 will be considered ineligible for being given contracts.

14) Release of controlled material : Tenderers who do not stipulate conditions regarding release materials are likely to get preference.

15) Extention of time : i) As soon as it is apparent that contracts dates can not be adhered to , an application for extension of period shall be sent to The Dairy Development Commissioner ,Maharashtra State , Mumbai .

ii) Without prejudice to the foregoing rights . If such failure to deliver in proper time as aforesaid shall have arisen from my cause which the Dairy Development Commissioner may admit as a responsible ground for an extention of the time (and his decision shall be final). He may allow such additional time and as may consider to be justified by the circumstances of the case and as approved by the committee constituted for purpose.

Page 13: AMA

-4-

iii) Provided always that any failure or delay on the part of sub-contractors through their employment may have been sanctioned shall not be admitted on a reasonable ground for any extension of time or for exempting you from liability for any such loss or damage ,as aforesaid and provided further that no extension shall be allowed unless application for it shall , in opinion of the Dairy Development Commissioner (which shall be final ) have been made and his opinion is justified and got approved by the committee constituted for this purpose.

iv)The Dairy Development Commissioner reserves right to call for break-up of the quotation wherever necessary.

16. General instruction :

Priced tender from should be returned duly filled in failing which quotation will not be considered.

The tenders shall be admitted in the two bid method .One of which will be called “Technical offer “and other one “Commercial offer ”

A ) The envelope of Technical offer shall contain the following documents :Paragraph of Tender

SpecificationSpecification of the

offered materials /

Whether comply

with the TenderIf not complying withTender specificationsdetails of specification

the then notgoods etc. complying with Tender.

ii. Tender has to finish the Statement as to whether the offer fulfils the technical parameters of tender or not.

iii. Treasury challan, DD, or EMD exemption certificate, CSPO/D.G.S. and D/Director of Industries, Maharashtra MSSI,MISC Registration certificate/Xerox attested copy.

iv. Copy of latest Income Tax return shall be submitted.

v. Attested sales tax clearance certificate valid up to December end of last year.

vi. If entered into rate contact with the DGS and D , New Delhi, then its copy, if not then mention it specifically.

vii. vi)If the tender is trader , a copy of authorization letter from the manufacturer of whom tender item has been filled.

viii. Valid license from Bureau of Indian Standard (BIS) for the product if the tender is for ISI item.

ix. General conditions mentioned in Tender such as penalty clauses , risk purchase clause, failclause etc., duly signed by the Tenderer.

x. F O R destination /free delivery, taxes and duties etc. conditions mentioned by the Tenderer.

Page 14: AMA

-5-xi. Tenderer should give their organizational capacity to execute the work/supply with the

various facilitis available including machine tools, manpower & any other newly proposed expansion/diversification.

xii. Detail information regarding past experience and list of places where similar type of work is executed satisfactorily.

xiii. Detail information regarding participation in such type of Tender elsewhere.

Note: All certificates as per documents mentioned in the above paragraphs should be invariably signed and certified.

Above documents must be submitted in the technical offer/envelop failing which “Commercial Envelop “ of which Tenders will not be opened.

B) Commercial envelope or Envelope of Rates.

This envelope shall contain the price offered by the tenderer as per

“Price schedule” of tender duly signed.

i. Validity period of tender shall be for a period of four calendar months from the date of opening of the tender.

ii. Fall Clause : It is a condition of the contract that all through currency thereof, the price at which you will supply the stores/complete the works should not exceed the lowest price charged by you to any customer during the currency of the rate contract and that in the event of the prices going down below the rate contract prices, you shall promptly furnish such information to us to enable to amend the contract rates for subsequent supplies.

iii. Tenderers not on the register of this office and/or Director General of Supplies and Disposal, Govt. of India should deposit in the Tresury/ as Earnest Money an amount Equilent to 3% of the value tendered and requisite challan submitted along with the tender falling which the quotation will be rejected forthwith.

iv. Exact earliest and clear delivery and work(s) completed period should be quoted.

v. It will be the responsibility of the Tenderer to inform this office within the validity period of the quotation in the event of the stores offered ex-stocks being sold elsewhere .Failure to comply with this instruction shall be construed to mean that the stores are available ex-stock during the validity period.

vi. Tenderer should indicate the rates in Metric system of weights and Measures only.

vii. Ex-stock offer or those or Tenderer’s own import licence will only be preferred .

viii. Inspection : The inspection of the stores supplies/works carried out will be made by thescheme Engineer( the scheme where the work is being carried out ) or any other person authorized by the Deputy Dairy Development Commissioner (Dairy Engineering)

ix. Tenderer should state the place of inspection of the stores offered, if the goods are offered for inspection out side the Maharashtra State, the tenderer will have to bear all expenditure of inspection carried out either / by this office or through the Director General of supplies and disposal.

Page 15: AMA

-6-

N.B.Special consideration would be given in this case the tenders quoting the requirements of Maharashtra Government with Indian Standards specifications and those with quality markings.

x. Goods should be dispatched at carriers risk failing which they should be properly covered by transit insurance with Government Insurance Fund. However the suppliers will be responsible until the entire stores contracted for arrival in good condition at destination.

xi. Payment terms : -

1. 80% of the cost of supply items on receipt of equipment at site ,after inspection

2. 10% of the cost supply items on completion of the installation and satisfactory prefomance of the contract.

3. 50% of the cost of installation charges would be paid at the time of payment under No.(ii) above.

4. All the residual payment (i.e.10 % of the cost of equipment and 50 % cost of erection charges) within two months from the date of satisfactory trials and handing over with the due documentation.

GENERALLY NO ADVANCE WILL BE GIVEN

xvi)Period of completion : Supply ,installation & commissioning shall be completed as mentioned in the technical parameters .

xvii) BAR/PERT Chart for completion of the work within the prescribed time limit shall be prepared by the Tenderer indicating all major activities of supplies installation and all the requisite to be provided by the Department with proper synchronization for achieving the targeted commissioning and handing over, failing which tender offer is liable for the rejection.

xviii)Lay out drawings, manuals ,catalogues etc. as required shall have to be submitted by the tenderer to evaluate the technical feasibility of the offer.

xix) Consumables viz. water electricity, milk ,furnace oil, coal, etc., required for the purpose of installation /commissioning /testing /trials etc., as required will be provided by the department free of cost.

xx) All the civil works other than cement plastering of insulated pipelines such as foundation ,cable trenches, groutings etc. will be done by the Department. However, successful Tenderer have to provide the requisite foundation bolts, structural installation in time to facilitate preparation of such foundation ,groutings etc., so as to synchronize with the schedule for completion of the work.

Foundation drawings wherever required shall be integrated to the work completion by submitting the same in the time so that the requisite civil work can be completed as per the schedule invariably . All such foundation drawing shall be given at least two months prior to schedule for installation of such equipment requiring foundation.

Page 16: AMA

-7-

17) Very important instructions to Tenderer :

i) Rates shall be quoted in the Commercial offer format.

ii)Whenever unit rates are asked in the tender such unit rates shall have to be provided by the Tenderer failing which Tender is likely to be rejected.

iii) During the contract period price escalation will not be accepted.

iv) Samples for the quoted items must be submitted along with quotations whenever asked for.

v) Samples destroyed in test will not be returned and no payment made thereof.

vi) Offers of small-scale industries quoting there Registration No. with Directorate of Industries ,Maharashtra and National small scale Industries Corporation (Government of India ) shall be only for the items of approved programme of manufacture of the connecting small scale industrial unit. Likewise offers of State Industrial Co-operative Association , Maharashtra State shall be on behalf of the member. Industrial Co-operative Societies only and those of MSSIDC shall be on behalf of the SSI units registered with the Directorate of Industries, Maharashtra State and restricted to products of their own manufacture.

Note :-

a) Tender samples analysis reports of tender samples will not be furnished to the Tenderers.

a) Quotations offered by the Tenderers :

Tenders should if not in a position to quote for entire quantity and for delivery as required, state specifically the quantity which they can deliver at the price quoted and according to the required delivery. Silence on the point will be entire responsibility for supply at quoted prices in full quotations as per required delivery.

a) Packing : Packing proposed to be employed should be clearly stated giving details of the charges for all alternative packs.

a) Failure to observe any of the condition mentioned above will result in the quotation being summarily rejected.

vii) Tenderer should indicate the type of organization of their establishment viz. whether it is Central or State Government, public limited company ,private limited company, partnership company or ownership company . In case of ownership company or a partnership company Tenderer should indicate the name of the owner and names of the partners Attorney for authorized signature of any shall be indicated. Failure to provide the details of the company as mentioned herein will amount to likely rejection of the Tender Offer .

viii) Tenderer shall quote their financial turnover for the past 3 years , failing which the Tender is likely to be rejected.

ix)Previous experience of works of similar nature carried out, shall be indicated failing which tender is likely to be rejected.

Page 17: AMA

-8-

x) If it is desired to ask for Excise Duty or any other charges as extra ,the same must be specifically started. In the absence of any such statement no claim for the same will be entertained. Whenever Excise is claimable by the Tenderer , it should noted that the Excise will be payable only for the items manufactured by the successful Tenderer in their work works factory. For any bought out items, no excise is payable. Wherever Excise so claimed by the successful Tenderer, he has to produce the requisite gate pass clearly indicating the price for item .The price shown in the gate pass or the price mentioned in the Schedule whichever is less will be payable .

x) Sales Tax number and other actuals shall be provided in the bills of successful Tenderer .For a second Sales bought items supplied by the successful Tenderer shall not be paid with Sales Tax.

xi) Number of works on hand and its cost and likely period of completion of such works shall be indicated by the Tenderer . Failing which the tender is likely to be rejected.

x) Wherever approvals are required from the statutory authorities such as ElectricalInspectorate, Explosive Department, Boiler Inspectorate, Factory Inspectorate ,Cold Store Inspectorate ,Excise Department ,Sales Tax Department , Statutory Local Bodies etc. as required and is amended from time to time , the documents required thereof shall have to be provided by the successful Tenderer in time to Incharge of the concerned milk schemes. So that the project Schedule is not hampered.

xi) Insurance coverage to the workers/staff/supervisors engineers etc. at the site shall be the responsibility of the successful Tenderer.

xi) Fabrication installation ,etc at site undertaken by the Tenderer shall be in accordance with the statutory regulations such as insurance ,IBR Factory Act, Safety Rules ,Tax Rules ,etc as required and amended from time to time by statutory authorities

xii) Even if painting is not mentioned in the time of Schedule ,it will be the responsibility of the of the successful Tenderer to apply red oxide primers and two coats enamel paints of approved colour and share as one in the dairy practice. The colour coding and arrow indication of various service lines of ammonia , steam, chilling water ,compressed air service ,furnace oil etc. are to be indicated based on the relevant codes approved by the Factory Inspectorate.

xiii) Successful Tenderers will have to provide the requisite warranty to the plants and machinery and including the installation as would be indicated to them at the time of placement of order for a period of not less than one year.

xiv) Conditional tenders are likely to be rejected.

xix)The entire installation shall have to be carried out by the successful Tenderers not only in accordance with the rules and regulations of the respective statutory authorities of Government of India and State Government but also in accordance with the operational and maintenance convenience as well facilitating sanitary design and installation. Overall, the installation shall be with proper alignments, leveling, supporting etc. without hindrance for operations and maintenance as well ensuring safe and steady installation for the expected plant life.

Commissioning and trails shall be undertaken by the successful Tenderer along with the respective Plants Engineers ,the satisfactory performance of working of plants and machinery and installation shall have to be recorded and signed by both the Contractor and Plant Engineer of the

Page 18: AMA

-9-

Department for minimum period of 1 to 2 weeks as would be intimated. The trial report shall be approved by the concerned Plants Manager/Engineer. Any rectification/replacement /modification etc. required to comply with the satisfactory operation maintenance and performance of the plant shall have to be carried out by the successful Tenderer during commissioning and trial if required.

During testing of equipments, commissioning of trials the plant operators, technicians , supervisors , etc. are to be trained for satisfactory operation and maintenance. Requisite operations and maintenance manuals trouble shooting charts, do(s)/ do not etc. have to be spelt out and given as documents and others including the final installation layout shall be handed over to the concerned Plant Engineer. One additional copy be handed over to the concerned Dairy Engineer and one to the Deputy Dairy Development Commissioner (Dairy Engineering )

Note : The Tenderer shall sign each and every page and attest his seal failing which the tender is likely to be rejected.

18) Guarantee / Warranty Clause:

The Successful Tenderer deemed to have declared that the goods /stores/ articles sold to the buyer under the contract are the required quality and workmanship and are strictly in accordance with the specifications and particulars contained /maintained in the schedule thereof and stores / articles would continue to confirm to the description and quality aforesaid for a period of 12 months from the date of handing over of the said goods/stores/articles/installation to the General Manager / Dairy Manager of the concerned Government Milk Scheme , and that notwithstanding the fact that the stores/articles/installation may have been inspected and / or approved the said Goods/articles /installation if during the aforesaid period of 12 months of the said goods / stores /articles / installation be discovered not being in conformity to the description and quality aforesaid or have deteriorated ,the decision of the Dairy Development Commissioner M.S. Mumbai in that behalf will be final and conclusive.

The Dairy Development Commissioner, M.S. Mumbai will be entitled to reject the goods /stores /articles /installation or such portion thereof as may be discovered not to conform to the said description and quality . On such a rejection of the goods / stores /articles /installation etc. shall apply .The Contractor /Seller shall if so called upon to do ,to replace the goods /installation totally or such portion thereof as are rejected.

The successful Tenderer shall pay to the payment authority such damage as may arise and by reason of the breach of the condition herein contained as would be decided by the Dairy Development Commissioner, M.S. Mumbai. Nothing herein contained shall prejudice any other right to the Government of Maharashtra in that behalf under this contract or otherwise.

Special Note : The Tenderers shall give attested copies of

certificates submitted along with tender.

The certificates submitted by the

Tenderer shall be in Marathi / English/Hindi language only