UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,
MANGAL PARAO,HALDWANI(NAINITAL)-263139
PH. NO. 05946-255867,255358. FAX NO. 05946-252050
E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018
Part-I (Marketing)
TYPE OF WORK:
Supply of Following Marketing Packaging Materials-
1. Multi colour HIP/PP/PP(IML) Cups, capacity – 100/200/400 gm
2. Multi colour Aluminum foils/Lids for 100/200/400 gm HIP/P.P cups
3. Supply of Plastic Milk/Dahi Crates
4. 3-Layer Milk Poly Film
5. Supply of Paneer/Khoya Laminated Pouch
6. Supply of 200 ml PP bottles with lid and wad. Part-II (P&I)
TYPE OF WORK:
Supply of Following P & I Materials-
1. ISI Marked Aluminum Milk Can with Lids and Extra Lids.
2. HDPE Bags For Packing of Cattle feed and compact feed block
3. Supply of following Consumable Item for DPMCU-
1- Daily/Weakly Cleaning Solution,
2- Printer Paper Roll
3- , Milk Analyzer plastic beaker Cap(20-25ml)
Part-III (Engg.)
S.
N.
Name of Work Qty
(No)
Tentativ
e Work
value
EMD
(Rs. )
Tender
Documen
t Fee of
Work
Rate
Validity
period
Comple
tion
period
1 S.I.T.& C of D. G. Set,
Cap- 62.5 KVA 1 Rs. 6.50
Lakhs
19,500
.00
1180.00 90 Days 90
Days
2 S.I.T.& C of Automatic
Paneer making unit 2 Rs. 26.0
Lakhs
75,000
.00
2360.00 90 Days 90
Days
3 S.I.T.& C Ammonia
Compressor, IBT coils &
condenser coils
1 Rs. 20.00
Lakhs
60,000
.00
1770.00 90 Days 90
Days
2
UTTARAKHAND CO-OPERATIVE DAIRY
FEDERATION Ltd.
Mangal Parao, Haldwani - 263139 (Nainital)
E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018
E-tenders are invited by the undersigned in two bid system
for Supply of milk poly film, HDPE Dahi cups, Aluminum cup
lids, Laminated Poly pouch, PP Bottle, HDPE Cattle feed/Bhusa
block bags, PPE pouch, milk cans, DPMCU
consumable(cleaning chemicals, printer paper role, sample
beaker etc), SIT & C of D.G. Set, Automatic Paneer making
unit, Ammonia compressor, IBT coils, condenser coils at
member milk union from reputed manufactures/authorized
dealers up to 5 PM on 18.05.2018 which will be opened on
19.05.2018 at 11 AM. Tender documents may be
downloaded/uploaded from E-tender portal
http://www.uktenders.gov.in Managing Director
3
E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018 E-tenders are invited by the undersigned, in two bid system, from experienced, reputed and
financially sound Manufacturers/ Authorized Dealers for the following Materials/equipments, on or
before 18.05.2018 up to 5 PM. The tenders will be opened at 11.00 AM on 19.05.2018 before the
bidders who may like to be present.
Part-I (Marketing)
Supply of Following Marketing Packaging Materials-
1. Multi colour HIP/PP/PP(IML) Cups, capacity – 100/200/400 gm
2. Multi colour Aluminum foils/Lids for 100/200/400 gm HIP/P.P cups
3. Supply of Plastic Milk/Dahi Crates
4. 3-Layer Milk Poly Film
5. Supply of Paneer/Khoya Laminated Pouch
6. Supply of 200 ml PP bottles with lid and wad.
Part-II (P&I)
Supply of Following P & I Materials-
1- ISI Marked Aluminum Milk Can with Lids and Extra Lids.
2- HDPE Bags For Packing of Cattle feed and compact feed block
3- Supply of Consumable Item for DPMCU(Daily/Weakly Cleaning Solution, Printer Paper Roll),
Milk Analyzer plastic beaker Cap(20-25ml)
Part-III (Engg)
S.
N.
Name of Work Qty
(No)
Tentative
Work
value
EMD
(Rs. )
Tender
Document
Fee of
Work
Rate
Validity
period
Complet
ion
period
1 S.I.T.& C of D. G. Set, Cap- 62.5
KVA 1
No.
Rs. 6.50
Lakhs
19,500.
00
1180.00 90 Days 90 Days
2 S.I.T.& C of Automatic Paneer
making unit 2
Jobs
Rs. 26.0
Lakhs
75,000.
00
2360.00 90 Days 90 Days
3 S.I.T.& C Ammonia Compressor,
IBT coils & condenser coils 1
Job
Rs. 20.00
Lakhs
60,000.
00
1770.00 90 Days 90 Days
Tender Norms, availability and submission of E-tender:
1- Tender document fees – As per mentioned above according to individual work (including GST
@ 18%)
2- Tender is available online on website http://www.uktenders.gov.in and can be downloaded or
uploaded from the given website. Bidders can register, free of cost, on the tender website. For
the same bidder should have DSC (Digital Signature Certificate) issued by any recognized
organization. If any bidder has not no DSC, he may obtain the same from any recognized
organization. Without having a valid DSC bidder will not be able to download or upload tender.
The bidder will have to upload scan copy of required documents with the technical bid.
3- EMD - All tender bids should be accompanied by earnest money deposit, as mentioned above,
either in the form of a Demand Draft drawn on any Nationalized/scheduled Bank in India,
Term Deposit Receipt/ Fixed Deposit Receipt, Bankers Cheque issued by any
Nationalized/scheduled in India in favor of Uttarakhand Cooperative Dairy Federation Ltd,
4
payable at Haldwani, The validity of EMD should be 45 days from the last date of validly of the
tender , but the period may be extended as per requirements. All bidders may note that EMD
submitted in the form of a cheque will not be considered. EMD may also be deposited in the
form of cash with the account section of the UCDF and cash receipt should be attached with the
tender.
4- Any tender bid which is not accompanied with the Earnest Money Deposit will be summarily
rejected and no exemption shall be granted to any of the bidders in this regard.
5- Availability of the E-tender on tender website : 04.05.2018, from 02.00 PM
6- Start date for downloading/uploading the E-tender : 04.05.2018, from 04.00 PM
7- Last date for uploading the E-tender : 18.05.2018, up to 5.00 PM.
8- Date of opening of E-tender : 19.05.2018, from 11.00 AM
9- The detail information regarding the E-tender may be obtained from the tender website
http://www.uktenders.gov.in.
10- UCDF will not be responsible for any problems faced by the bidder due to any technical fault
occurred in the website while downloading or uploading the tender. For the same no time
relaxation will be allowed to the bidder.
11- Except original EMD and Tender Fee, other hard copy document will not be considered in
technical bid opening process. Only online uploaded documents will be considered during
technical bid opening process.
12- The bidder will have to mention unit rates of each item in numerals as well as in words.
13- The rates quoted, by the bidder, should be FOR site inclusive of all prevailing taxes and duties.
14- Original copy of EMD and Tender Fee must be provided to this office on or before 18.05.2018,
up to 5:00 PM.
15- Conditional tenders will not be accepted.
16- Undersigned reserves the right to reject any or all tenders without assigning any reason.
S/d
Managing Director, UCDF Haldwani
5
E-Procurement Program
E-tender Notice No: E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018
Date of E-Tender Publishing on E-tender
portal http://www.uktenders.gov.in
04.05.2018, from 03.00 PM
Date and time of start of downloading &
uploading of tenders on E-tender portal
04.05.2018, from 04.00 PM
Procedure of downloading Tender
document and uploading of tender
document on E-tender portal
Tender document will be available online on E-Procurement
portal https://uktenders.gov.in .
Bidders must be registered on E- Procurement portal before
going for tendering process. Registering on the E- Procurement
portal is absolutely free.
Bidders should have a Digital signature Certificate (DSC Token)
before going into tendering process.
The bidders could obtain DSC from any recognized
organization. Information regarding obtaining DSC token is
available on website https://uktenders.gov.in .
All Updated information regarding tender correction and
withdraw could be obtained from the website
https://uktenders.gov.in .
Tender document fee, EMD amount (in original) as prescribed in
the Tender Technical bid, will have to be submitted to U.C.D.F
Ltd. Haldwani on or before 18.05.2018, up to 5.00 PM. The
online submitted technical bid documents should be self attested
by the bidder.
Only those E- tenders will be opened for which tender document
cost and tender EMD amount have been submitted in original to
the U.C.D.F Ltd Haldwani, on or before 18.05.2018, up to 5.00
PM.
Only before tender submission time, online uploaded technical
bid required document, will be considered during technical bid
opening and hard copy of same will not considered except EMD
and Tender Fee.
Tender rate must be filled on Bill OF Quantity (BOQ) file (Excel
file) and upload on E-procurement portal at the time of online
tender submission.
Only Tender Fee and EMD amount will be acceptable in off line
mode before last date & time of tender submission.
Last date of Tender Submission on E-
Procurement Portal
18.05.2018, up to 05:00 PM
Date and time of opening of Technical
Bids on E-Procurement Portal
19.05.2018, from 11:00 AM
Date and time of opening of Financial Bid
on E-Procurement Portal
Will be informed after successfully opening of technical bid.
Tender opening place Uttarakhand Co-operative Dairy Federation, Mangal Parao,
Haldwani, Nainital
6
INSTRUCTIONS TO BIDDERS for online bid submission
A. INTRODUCTION
1- DEFINITIONS: a) "The Purchaser" means the Uttarakhand Co-operative Milk Unions.
b) "The Tender Inviting Authority” Means MD, Uttarakhand Co-operative Dairy Federation Ltd.
c) "The Bidder" means the individual or firm who participates in this tender and submits its bid.
d) "The Supplier" means the individual or firm supplying the goods under the contract.
e) "The Goods" means all the Marketing Packing material like milk poly film, Dahi cups, pouches,
bags etc., P &I Material like Milk Cans, Electronic equipment, machinery, and/or other
materials, which the Supplier is required to supply to the Purchaser under the contract.
f) "The Letter of Intent" means the intention of Purchaser to place the Purchase Order on the
bidder.
g) "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the
Purchaser including all attachments and appendices thereto and all documents incorporated by
reference therein. The purchase order shall be deemed as "Contract" appearing in the document.
h) "The Contract Price" means the price payable to the Supplier under the purchase order for the
full and proper performance of its contractual obligations.
i) "Validation" is a process through which the equipment/System is tested to ascertain its
performance against set technical standards as per Tender Specification. Validation is carried out
in simulated field environment and includes stability, reliability and environment tests.
2. ELIGIBLE BIDDERS: The Bidder must read and have Fulfill, S.No-2 (Eligibility Criteria) clause of tender‟s
“GENERAL TERMS & CONDITIONS” before submitting the bid, and otherwise bid of that
particular bidder will be rejected during technical bid evaluation process.
3. COST OF BIDDING: 1. The bidder shall bear all costs associated with the preparation and submission of the bid. The
Purchaser, will not be responsible or liable for these costs in any case, regardless of the
conduct or outcome of the bidding process.
2. The bidder must have to submit Tender Fee before submission of bid, either the form of DD
in favor of MD, Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani
(Nainital) payable at haldwani or Cash Deposit in office of Tender Inviting Authority
Account Department”.
4. INSTRUCTION FOR ONLINE BID SUBMISSION:
Instructions to the Bidders to submit the bids online through the Procurement Portal
for e Procurement at https://uktenders.gov.in 1) The Bidder should have a valid Digital Signature Certificate (DSC) issued by any Certifying
Authority recognized by CCA India on eToken/SmartCard.
2) Bidder need to login to the site through their user ID/ password chosen during
enrollment/registration on E-procurement Portal.
3) Contractor/Bidder may go through the tenders published on the site and download the
required tender documents/schedules for the tenders he/she is interested.
4) After downloading / getting the tender document/schedules, the Bidder should go through
them carefully and then submit the documents as asked, otherwise bid will be rejected.
7
5) If there are any clarifications, this may be obtained online through the tender site, or thro‟ the
contact details. Bidder should take into account the corrigendum published before submitting
the bids online.
6) It is construed that the bidder has read all the terms and conditions before submitting their
offer. Bidder should go through the tender schedules carefully and upload the documents as
asked; otherwise, the bid will be rejected.
7) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document/schedule and generally, they can be in PDF and other formats which
acceptable by the portal. If there is more than one document, they can be clubbed together
and can be provided in the requested format. Bidders Bid documents may be scanned with
100 dpi with black and white option. However of the file size is less than 1 MB the
transaction uploading time will be very fast.
8) Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid submission
due date & time for the tender. Scanned copy of the instrument should be uploaded as part of
the offer.
9) The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as
applicable and enter details of the instruments.
10) The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable.
11) The bidder has to upload the relevant files required as indicated in the cover content. In case
of any irrelevant files, the bid will be rejected.
12) If the price bid format is provided in a spread sheet file like BoQ_price bid.xls, the rates
offered should be entered in the allotted space only and uploaded after filling the relevant
columns. The Price Bid/BOQ template must not be modified/replaced by the bidder; else the
bid submitted is liable to be rejected for this tender.
13) The bidders are requested to submit the bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per Server
System Clock). The TIA will not be held responsible for any sort of delay or the difficulties
faced during the submission of bids online by the bidders.
B. AMENDMENTS OF BID: a) At any time, prior to the date of submission of bids, the Purchaser may modify the bid
documents by amendments, for any reason whether at its own initiative or in response to a
clarification requested by a prospective Bidder .
b) The amendments shall be notified online only through corrigendum, if any.
c) Ignorance of online published corrigendum by the bidder, before the last date of tender
submission. The Purchaser will not be responsible or liable for any case of failure during
bidding and bid opening process.
C. PREPARATION OF BIDS:
1. DOCUMENTS COMPRISING THE BID: Online bids under two Bid/envelope/ cover system comprising of
1- The Technical bid should be submitted online on Website http://uktenders.gov.in
In Technical Bid Submission Bidder will have to upload all required document for respective
Tender in online technical bid Bid Section.
2- Financial bid should be submitted online on Website http://uktenders.gov.in In Financial Bid, Bidder will have download a BOQ(Excel File) from tender portal. And fill own rates,
for all items into BOQ Excel File and upload online if Financial Bid Section.
8
D. OPENING OF BIDS:
Bid will be Open in Two Part-
1- Technical Bid open
2- Financial Bid open
E- BID OPENIN PROCESS- 1. Bid opening committee will open the bids online in the presence of bidders or their authorized
representatives who chose to attend on opening date and time. Also the bidders can participate
online during the bid opening process from their remote end thru their dashboard. The bidder‟s
representatives, who are present, shall sign in an attendance register.
2. A maximum of two representatives for any bidder shall be authorized and permitted to attend the
bid opening process physically.
3. The date fixed for opening of bids, if subsequently declared as holiday by the Govt., the revised
date of schedule will be notified. However, in absence of such notification, the bids will be
opened in the next working day, time and venue remaining unaltered.
F. CLARIFICATION OF BIDS:
1. To assist in the examination, evaluation and comparison of bids the Bid opening committee may,
at its discretion ask the bidder for the clarification of its bid. The request for clarification and the
response shall be in writing. However, no post bid clarification at the initiative of the bidder shall
be entertained.
G. TECHNICAL EVALUATION: 1. Bid opening committee shall evaluate the technical bids to determine whether they are complete,
required securities/ sureties have been furnished, the documents have been properly signed and
the bids are generally in order and would upload the result of Technical Evaluation online on
Portal.
Note-
Prior to the Financial Bid opening, the Bid opening committee will determine that, whether
all Bid which has been submit before last date of submission, are technically eligible for
opening of financial bid. If they wouldn’t able to fulfill the criteria or term and condition of
technical bid, they could be disqualified by the Bid opening committee during Technical Bid
opening process.
H. FINANCIAL BID OPENING/ FINANCIAL EVALUATIONS:
1. The Bid opening committee shall shortlist those who are eligible and have submitted
substantially technical responsive bid for opening of financial bid. Successful Bidders would be
called to attend opening of financial bids. The Financial Bids of Technically unsuccessful
bidders would not be opened unopened by Purchaser. 2. The Bill of Quantity / Price Bid if found modified/tampered by the bidder except for the permitted cells,
then the bid will be rejected.
I. AWARD CONTRACT:
1. The L1 bidder will have to submit item Base rate and raw material cost against Base Rate during
tender submission period.
2. Before Contract awarded an agreement will be done as per ANNEXURE ‘D’. For that bidder will
bring Non-Judicial Stamp Paper of Rs. 100.00.
3. After submission the above document, L1 bidder will get contract for respective item.
9
UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,
MANGAL PARAO,HALDWANI(NAINITAL)-263139
E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018
Part-I
TYPE OF WORK:
Supply of Following Marketing Packaging Materials-
1. Multi colour HIP/PP/PP(IML) Cups, capacity – 100/200/400 gm
2. Multi colour Aluminum foils/Lids for 100/200/400 gm HIP/P.P cups
3. Supply of Plastic Milk/Dahi Crates
4. 3-Layer Milk Poly Film
5. Supply of Paneer/Khoya Laminated Pouch
6. Supply of 200 ml PP bottles with lid and wad.
10
Earnest money detail-
-
CA
TE
GO
RY
Name of Work/Item Approx
Qty (No)
EMD
(Rs. )
Tender
Document
Fee of
Work
Rate
Contract
period
(approx)
1 Supply of Dahi Cups-
a. 100gm, HIPS Dahi cups-
b. 200gm HIPS Dahi cups
c. 400gm HIPS Dahi cups
d. 100 gm HIPS yoghurt cups.
e. 100 gm PP Cheena Rabri cups
120 Lacs 1.00
Lakhs
Rs. 4720.00
(With
GST)
As above,
300 days
2 Supply of Aluminum Foil (Lids) for
Dahi cup –
. 100gm, HIPS Dahi cups Lid-
b. 200gm HIPS Dahi cups Lid
c. 400gm HIPS Dahi cups Lid
d. 100 gm HIPS yoghurt cups Lid
e. 100 gm PP Cheena Rabri cups Lid
120 Lacs 0.75
Lakhs
Rs. 2950.00
(With
GST)
As above,
300 days
3 Supply of Plastic Milk Crates- 12 liter
capacity, recommended make-
Nilkamal, Prince, Supreme or
equivalent
1,2000 Nos
0.75
Lakhs
Rs. 2950.00
(With GST)
As above,
300 days
4 Supply of Plastic Dahi crates- 6 liter
capacity. recommended make-
Nilkamal, Prince, Supreme or
equivalent
4000 NOS
5
Supply of milk poly films 300 M.T. 9.00
Lakhs
Rs. 4720.00
(With GST)
As above,
300 days
6 Supply of Paneer Laminated
pouch/Supply of Khova Laminated
pouch
23,50,000
pouches
0.75
Lakhs
Rs. 2950.00
(With GST)
As above,
300 days
7 Supply of 200 ml PP bottles with lid
and wad.
1,50000
Nos
0.24
Lakhs
Rs. 1180.00
(With GST)
As above,
300 days
Note-Individual Item wise rates will be accepted, and lowest item rate bidder will be awarded
tender for that particular item.
11
Technical Bid Required Document
Upload the Following Document online in Technical bid of tender. Only online uploaded
document will be considered in technical bid except EMD and Tender Fee. EMD and
Tender Fee must be submitted before last bid submission time of tender.
1) Registration Certificates of firm/manufacturer/fabricator, In case of dealers/distributor
Authorization letter from manufacturer (Self attested Copy).
2) GST registration document. (Self attested Copy).
3) PAN Card. (Self attested Copy).
4) Earnest Money deposit DD/Receipt. (Self attested Copy).
5) Tender document fee deposit DD/Receipt. (Self attested Copy).
6) Work Experience: (Self attested Copy of Purchase orders with its satisfactory completion
certificates).–The bidder should have executed works of similar nature, minimum 25 % in
quantity/amount (at least one in last 5 consecutive Years). For the proof of the same, bidder
should submit purchase orders and its satisfactory performance/completion report issued by the
any government/semi government/PSU/Autonomous/co-operative/Reputed Private organizations,
in past five consecutive years, from the date of tender publishing.
Note- Under the Work Experience Documents, both the documents Work Purchase orders
and its satisfactory completion certificates would be required. In case of failure to submit
any one document from above said Work Experience Document bidder’s technical bid will
be considered as rejected for financial bid.
7) CA certificate with year wise declaration, for last 3 Year Annual turnover reports, which should
not be less than 50% of work value annually, since last 3 consecutive years.
8) Tender Acceptance Letter (ANNEXURE -A) should be filled, signed and stamped/certified
properly.
9) An affidavit regarding Non-blacklisting or otherwise as per ANNEXURE „B‟ duly attested by
the oath commissioner is required to be attached in support thereof.
NOTE: (Causes of rejection in the tender)
1. Please do not upload any booklet or heavy documents in Technical Bid. In case of failure of
downloading of the above document due to heavy document uploading, this could be the cause of
rejection.
2. Except EMD and Tender document fee document, no other above said document accepted in offline
mode before the tender submission date and time.
3. Please carry all the originals of the uploaded document with us for verifying during Technical bid
opening/Evaluation process.
Financial Bid:
1. In Financial Bid, Bidder will quote rates, for all items on BOQ Excel File as per format, and submitted
online.
2. Offline quoted rates will not be considered for financial bid opening.
3. After opening of financial bid and before getting award contract, L1 bidder will have to submit item Base
rate and latest raw material cost against base rate of item.
12
GENERAL TERMS & CONDITIONS
S.N Description
1.0 General In Case of tie (quoted rates) between two bidders, Manufactures of
Material/Equipment will be preferred over the dealer/suppliers.
2.0
Eligibility
Criteria
To getting contract, the bidder shall have to meet the following eligibility
criteria. If the bidder fails to show/submit these document, whenever ask by the
tender committee before or during the contract period, it could be the cause of
terminated/disqualified Contract/ bid-
2.1- ELIGIBILITY CRITERIA :- The bidder should be in such business (as required for the tendered work) for a
period of at least 3 (three) years at the time of bid opening in the same name and
style. In order to support these document-.
(a) The Firm should have registered as a manufacturer or dealer in the same name
and style for more than 3 (Three) years; In case firm is a manufacturer have
registration document & incase Dealer have dealership document.
(b) Photocopy of the purchase order executed in the last five years in same name and
style. The firm should have executed at least 25% of tendered quantity/amount of
jobs for Supply, Installation, Testing & Commissioning of the quoted equipment
successfully preferably in the government/semi government/PSU/Autonomous/co-
operative/Reputed Private organizations since last 5 years. The firm should have
performance certificates and purchase orders issued by the purchasers along with the
Technical Bid or as mentioned in the conditions in particular item.
(c) The annual turnover of the firm should not be less than 50% of work value since
last 3 years (out of last 3 years).
(d) The bidder should not be Black listed by any Federation/organization/institution/
government or semi government departments of states or GOI. Please submit
Affidavit mentioning the same on Rs. 100.00 stamp paper.
2.2- The bidder should be registered under office of competent authority or under statuary
bodies at the time of bid opening in the same name and style. In order to support this
the bidder has:-
Registration Certificate issued by the Registrar of firm in case of firms of proprietary
nature. Or Partnership deed in case of Partnership firms. Or Article of association in
case of Pvt. Ltd. Companies. Or Registration certificate for firms registered with
NSIC/Central or State Govt. Department / Local bodies for similar work.
2.3- The bidder‟s Total of last three years annual financial turnover shall not be less than
60 % of the contract value as specified in the invitation for tender bid. In order to
support this, when required and ask for copies of Balance Sheet, along with Profit &
Loss statement of the last three years duly certified by Chartered Accountant to
reflect the annual turnover must have to submit.
2.4- Bidder should have credentials for satisfactory performance for the last three year. To
support this the bidder has:-
(i) Details of orders executed satisfactorily to Government Dairies/Milk
Federation/Central or state organizations/departments/statutory bodies/reputed
private dairies etc. The statement should be duly signed by the bidder.
(ii) Certificate issued by to Government Dairies/Milk Federation/Central or state
organizations/departments/statutory bodies/reputed private dairies etc regarding
satisfactory execution of purchase order given by them to the firm. These documents
should be provided with the technical bid.
13
2.5- Bidder's firm should be registered with Sales Tax Department/VAT/GST.
2.6- In Case the bidder‟s position is only of a supplier concerned item then in that case he
should be authorized distributor of that item for UK.
Following document is to be furnished by the bidder in support of his being
authorized distributor or concerned item.-
Certificate of distributorship issued by the concerned manufacturing firm.
2.7- The Tendering Firms Should have following document-
i) Renewal letter for the ISI/BIS License of the Current period.
ii) ISI/BIS Marking for the receipt for the current year.
Note-
For( 2)
In the absence of any certificate/Document out of the above mentioned as
required for full filling the eligibility criteria the concerned party shall be
considered as non eligible for tender bidding and allotted Contract.
3.0
Order
Dispatch
The Goods must be dispatched within the given time after the receipt of work order
in minimum number of lots.
4.0 Sample All bidder Parties are requested to deposit representative sample of the item for
which they are going in tender bidding.
5.0 Payment Payment shall be made within 30 Days after Receipt, Verification and Testing of
Goods at site. The payment shall be through DD with Bank charges to be borne by
the Party.
6.0 Penal
Clause
A:- Goods, which is not confirming to our specifications, shall not be accepted at
any discount and shall be liable to be summarily rejected. Such defective/
substandard Goods will have to be removed by the seller from site at your own
expenses. You will be allowed to replace such material by acceptable quality material
within one month from the date of issuing of information to you regarding rejections.
Random sampling will be done by our Quality Control Department from time to time
to ensure acceptable quality material.
B:- The penalty shall be imposed @ 0.5 % of the value of material for each 7 days,
delay in supply to be imposed from the very first day of each 7 days slab, by the
purchaser at their sole discretion which may even go up to the cancellation of the
order besides confiscation of the earnest money. Delivery period shall not be
extended in normal circumstances and the order placed shall be deemed to be
cancelled automatically in the event of the supplies not being made as per the
schedule. However, under emergent circumstances the purchaser may extend the
same and in this event also the penal clause defined above shall be applicable. If you
fail to execute supplies in time and purchaser is not in a position to accept the
material with late supply penalty Purchaser may have the right to arrange the Goods
from other source and under this circumstances you have to compensate the loss that
Purchaser may sustain by procuring the material from other sources.
7.0 Price Basis a) The price must be quoted on for destination basis including Excise Duty, GST,
packing forwarding, if considered and it shall be deemed that the rates are inclusive
of all Taxes and Levies and successful bidders shall be bound to supply the Goods at
all inclusive rates on FOR destination basis. The applicable rate of duties and levies
should also be mentioned in the offer.
b) Bidder‟s firm is requested to mention their rates both in the words and figures. In
case of ambiguity, rates mentioned in words shall be considered as correct bidding
rates.
8.0 Price
Revision
- On furnishing documentary proof price revision shall be allowed for Cattle
Feed/Bhusa Block bags, Aluminum milk cans, dahi cups, Lids, milk/dahi crates,
14
milk/ghee packing film etc. depending upon the prices of HDPE/LLDPE/LDPE
granules of Reliance Industries Ltd./IPCL effective on the date of bid opening. No
revision for other items shall be allowed. No price revision shall be allowed for
EMT/AMCU etc. except government levies which may be allowed on furnishing of
documentary proof.
9.0 Validity The tendering firms are required to keep their offer open for 300 Days from the date
of opening of the bid. If any bidder withdraws bid before expire of the said period.
UCDF may agree to allow such withdrawal but in such a case the Earnest Money
Deposited by the bidder will be forfeited. If the UCDF does not agree to allow such
withdrawal and accept the bid and the bidder fails to perform their part of contract,
the Earnest Money Deposited by the bidder shall be liable to be forfeited besides
other consequences of Breach of Contract.
10.0 Earnest
Money
(A) - Earnest Money as mentioned in the Tender Notice is to be deposited in the
form of Cash or in the form of DD/FDR issued by Nationalized Bank which should
be payable /pledged in favor of Uttaranchal Co-operative Dairy Federation Ltd.,
Mangal Parao, Haldwani(Nainital) without which the bid will not be considered
EMD should be valid for at least 30 Days beyond the bid validity period. Earnest
Money will not be acceptable in any other form except as specified in the bid
conditions.
(B) - Earnest Money will also not be adjustable against any other pending claims of
the bidder against UCDF.
11.0 Agreement On finalization of purchase of material, the firm will have to enter into a formal
agreement with the UCDF Performa of the agreement will be provided by UCDF.
12.0 Security SEC Earnest Money deposited by party can be kept by UCDF as Security Money, balance
of the amount if any to be informed separately to the bidder will have to be deposited
by the successful bidder within 30 Days from the date of receipt of Letter of Intent by
them in the form of CASH/DD/FDR in favor or pledged to Uttaranchal Co-operative
Dairy Federation Ltd., Mangal Parao, Haldwani(Nainital),as the case may be, to be
issued by a Nationalized Bank. The Security money shall be liable to be forfeited in
the event of Breach of Contract in addition to any other action which UCDF may
think to be proper at their sole discretion. Earnest Money Deposited by the bidder
will be adjusting required amount of security money.
13.0 Breach of
Contract
Any expenditure incurred by UCDF due to Breach of Contract on the part of the
bidder affecting their production schedule will be realized out of the Security Deposit
of supplier in addition to any other action taken which UCDF thinks proper at it‟s
sole discretion.
14.0 Negotiation UCDF reserve the right for commercial negotiations after opening of bid.
15.0 Billing - (A) - Invoices to be prepared in the name of concerned DUSS/CFP unit are to be sent
to them directly for payment
(B) -Approved parties are required to send a copy of dispatch advice/invoice to
UCDF Haldwani for information and record.
16.0 Quality The quality to be bought from successful bidder shall depend on competitiveness of
rates, promptness of delivery, quality and past performance etc.
17.0 Holiday
Tender
Open
In case the schedule date for opening of tenders is declared a Public holiday the bid
opening will be held on the next working day at the same time.
18.0 Lead Time You will have to make supplies strictly as per delivery schedule within 25 Days from
15
the date of receipt of purchase order along with from 31.
19.0 Others A) Bids should be submitted in sealed covers super scribed with the name of
item and date of opening of tender.
B) The quantity of material, as mentioned in bid document is approximate and may
vary as per the milk union requirement on the sole discretion of UCDF.
C) The purchase order for quantity of material required shall be placed on as
and when required basis.
D) Bidder shall have to mention their production capacity in terms of per month.
20.0 Arbitration All disputes or differences, in respect of which the decision is not final and
conclusive, shall on the initiative of either party be referred to the arbitration Acts
rules of prevailing cooperative society Act to the Registrar/Director Dairy Vikas
Uttarakhand/Registrar Dairy Co-operative Societies Uttarakhand.
In the event of awarding sub- contract to any of the parties by the bidder for the
manufacture/supply/erection of any part/spares/components that will be used in the
order equipment, the contractor must furnish details about his sub-contractor their
experience , specialization etc. The sub contract can be awarded by the contractor
only after obtaining written approval by federation. In the event of sub-contract also,
the prime fascia responsibility rests on the contractor regarding quality, quantity,
guarantee and warranty of the materials supplied work done by the sub-contractor.
The federation may at any time, by notice in writing, summarily terminate the
contract without compensation to the contractor is adjudge insolvent, in case of
company is wound up voluntarily by the order of court or a receiver,if the contractor
commits any breach of contract herein specifically provided for.
21.0 General
Membership
The Bidder must be the nominal member of the federation by deposit nominal
membership fee of Rs 100.00.
22.0 Force
majeure
clause:
The terms and conditions mutually agreed upon shall be subject to force majeure
clause as noted below:
“Neither the bidder not the federation shall be considered in default in performance
of its obligations hereunder, if such performance is prevented or delayed because of
war, hostilities, revolution, civil commotion, strike, earthquake, epidemic, accident
fire, wind, flood or because of any law, order proclamation, regulation or ordinance
of any government or of any act. Of God or any other causes whether of similar or
dissimilar nature, beyond the reasonable control of the party affected, should one or
both the parties be prevented from fulfilling his, their contractual obligations by state
of force Majeure lasting continuously for a period of six months the two parties
should consult each other regarding the future implementation of contract.
23.0 Tenderer
blacklisted
The tenderer should not have been black listed and debarred for any fault Connected
with the work from any Govt. Deptt. / Organizations. In case UCDF ltd received any
kind of information about the participant\tenderer being blacklisted at any stages, his
application/ Contract will be considered automatic rejected from the date.
Note- No amendment, alteration or modification will be allowed in the Terms &
Conditions mentioned in the bid documents. The bidder will have to accept
Terms Conditions as prescribed in the declaration format, without putting any
condition from their side otherwise the bid will be rejected.
S/d
Manager Director, UCDF Ltd, Haldwani
SPECIAL TERMS AND CONDITIONS
16
1. The successful tenderer shall be required to make an agreement with the Uttarakhand Cooperative Dairy
Federation Ltd, Mangal Parao, Haldwani (Nainital) for execution of the work for which the tender has
been accepted.
2. In case of firms, the tender must be signed by the partners or by the person holding power of attorney on
behalf of the firm. In the later case only attested copy of the power of attorney must be attached with the
tender.
3. The small scale industries registered with National Small Scale Industries Corporation (NSIC) for the
tendered item under single point registration scheme and desirous of claiming concessions available to
such units inclusive of bid security should submit their latest NSIC certificates and documents in respect
of their monetary limit and financial capability duly certified by NSIC.
4. Purchaser reserves the right to disqualify such bidders who have a record of not meeting contractual
obligations against earlier contracts entered into with the purchaser.
5. Purchaser reserves the right to black list a bidder for a suitable period in case he fails to honor his bid
without sufficient grounds.
6. The Items Shall be purchase on the basis of requirement of Uttarakhand Milk Union during Contractual
Period.
7. Any clarification issued by Purchaser in response to query raised by prospective bidders shall form an
integral part of bid documents and it may amount to amendment of relevant clauses of the bid documents.
8. The material shall be supplied in original packing from the manufacturer clearly indicating manufacturing
date, expiry date & price etc. The supply shall be completed within the delivery time as in clause from the
date of placement of purchase order.
9. Any Supply material found defective after purchase should be replaced free of cost to the satisfaction of
Purchaser authorities failing which the cost already paid will be deducted from the next Bill /Performance
Guarantee furnished by the selected vendor.
10. Award of contract will be done after the bidder selected if found to be technically, commercially and
financially acceptable to Purchaser.
11. Purchaser reserves the right to:-
a) Accept or reject of any bid and annul the bidding process without assigning any reason what so
ever at any time prior to the award of contract,
b) Blacklist a bidder for a suitable period in case he fails to honor his bid without sufficient grounds.
12. The bid security/Performa security deposit of the bidder would be forfeited, in case he refuses to honor
the letter of intent issued by the Tender Inviting Authority for supply of the materials.
13. Selected bidder has to execute an agreement in the prescribed Performa (Contract Form)-Annexure-V- in
a non-judicial bond paper of value not less than Rs.50/-(Fifty Only) for supply of the materials.
14. The tenderers should take into account all fluctuations of the market as no claim shall be entertained on
this ground during the acceptance of the tender and the currency of the contract.
15. The tenderer‟s rate shall be deemed for the completed item of work in all respects and shall include all
tools and plants, packing and forwarding, insurance, railway freight, carriage of materials to site, stacking
and removal charges of any rejected materials, Zila Panchayat and Municipal Taxes, Octroi, CST/VAT
and Excise Duty and all other taxes in force from time to time.
16. Earnest Money Deposit: All tender bids should be accompanied by earnest money deposit either in the
form of following in favor of Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani
(Nainital) payable at haldwani. In case where bid security (EMD) is not submitted in the manner
prescribed THE BID SHALL BE REJECTED AND RETURNED TO THE BIDDER.
a. Demand Draft drawn on any Nationalized Bank in India,
b. Term Deposit Receipt/ Fixed Deposit Receipt,
c. Bankers Cheque issued by any Nationalized Bank in India
In general, the validity of EMD should be 45 days from the last date of validly of the tender, but the
period may be extended as per requirements. All bidders may note that EMD submitted in the form of a
cheque will not be considered. EMD may also be deposited in the form of cash with the account section
of the UCDF and cash receipt should be attached with the tender. Any tender bid which is not
accompanied with the Earnest Money Deposit will be summarily rejected and no exemption shall be
granted to any of the bidders in this regard. EMD of unsuccessful bidders would be returned within 120
17
clear days from the date of opening of the tender bids. However, no interest shall be paid on EMD for the
period during which it lies with the UCDF.
17. Work Security Deposit: The successful bidder shall be required to deposit and keep to be deposited with
the UCDF a sum equivalent to 5% of total contract value as Work Security Deposit, within 15 (fifteen)
days from the date of signing of the contract. This security deposit shall be released to the contractor after
supply of the material as per specifications of the purchase order in good condition and its verification at
the work site. However no interest shall be paid to the contractor on this security deposit, in case of any
delay occurred as above in the event of cancellation of contract, or non compliance with any of the terms
and conditions of this contract by the contractor, the work security deposit is liable to be forfeited by the
UCDF.
1) All work shall be executed strictly in accordance with the General Specifications of the material.
2) The Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani shall not be
responsible for supply of any material.
3) In Case of Electronic /Mechanical Material, when the tender is accepted, the contractor shall have
to notify the names of two of his authorized representatives, of who will have to be always
available at the site of the work.
4) Any claim during the periods of contract for extra items etc. will be submitted in writing within a
week of such claim having arisen failing which the claim may not be entertained.
5) All materials brought for use of the work shall have to get approved by the engineer/in charge
before actual use.
6) Samples of all items of work to be executed will have to be got approved by the engineer/in
charge, before execution.
7) The site will be cleared by the contractor of all surplus or waste material, dirt, debris etc. on
completion of the work for which no extra payment will be made.
8) The contractor will have to make his arrangements for tools and equipments for all works.
9) The total value of the tender should be mentioned in the tender offer appended here to which has
to be submitted along with the tender.
10) An attested copy of the latest trade tax registration, service tax registration should be enclosed
with the tender.
11) The partnership firms should enclose photocopy of the partnership deed and an attested copy of
power of attorney for signing the tender etc.
12) Charges for erection and commissioning should be indicated clearly, if applicable.
13) The tenderers are requested to keep their offer open for two months from the date of opening of
the tenders. If any tenderer withdraws his tender before the expiry of the said period, the UCDF
may allow withdraw but in such case the EMD deposit by the tenderer may be forfeited. If the
federation does not allow the withdrawal and accept the tender and the tenderer fails to perform
his part of the contract, the EMD deposited by the tenderer shall be liable to be forfeited besides
other consequences of breach of contract.
14) The tenders should be accompanied by the technical details and drawings of the materials, if
applicable.
15) In case of Civil/Electronic/Mechanical Work- If subsequent to the submission of the tender offer,
the tenderer alters or modifies contents of his tender, which are not acceptable to the UCDF the
tender shall be deemed to have been withdrawl by the tenderer. Usual payment terms are as
under-
16) For any work partly done, payment shall be made at proportionately reduced rate as per
assessment of the engineer in-charge.
18. Payment-
(I) for supply, installation, testing and commissioning contract: 1) 30% advance on acceptance of the order on signing of the agreement, against submission of the
Advance Bank Guarantee as per terms of the contract/ purchase order issued by any nationalized
Indian bank or first class foreign bank operating in India for 36% value of the contract/purchase
order value (30% advance payment and 20% interest on the advance amount), valid for a period
of 3 months from the date of receiving the advance payment.
18
2) 50% payment of the contract/purchase order value after safe receipt of the good at site and
material verification at site.
3) 10% payment of the contract/purchase order value on completion of the erection of the items.
4) 10% balance payment on trial and commissioning of the plant against Performance Bank
Guarantee of 10% of the contract/purchase order value, valid for a period of 12 months from the
date of successful commissioning of the plant, issued by any nationalized Indian bank or first
class foreign bank operating in India.
* If the site clearance is not given by the expiry date delivery-erection schedule as per the contract/
purchase order, balance 25% payment may be made against a Bank Guarantee of an equivalent amount
issued by any nationalized Indian bank or first class foreign bank operating in India valid for a period of
24 months.
(ii)For erection/service/overhaul component only: (i) 10% advance on acceptance of the order on signing of the agreement, against submission of the
Advance Bank Guarantee as per terms of the contract/ purchase order issued by any nationalized Indian
bank or first class foreign bank operating in India for 12% value of the contract/purchase order value
(10% advance payment and 20% interest on the advance amount), valid for a period of 3 months from the
date of receiving the advance payment.
(ii) 75% payment of the erection/service/overhaul of the equipment on group basis.
(iii) 15% balance payment on trial and commissioning of the plant.
III- For Supply Items only:
(i) 90% payment of the cost of the material will be paid to the party after safe receipt of the materials in
store at site and material verification.
(ii) 10% balance payment shall be made to the firm against submitting the performance security/ security
deposit which may be in the form of Performance Bank Guarantee of 10% of the contract/purchase order
value, valid for a period of 12 months from the date of supply of the material, issued by any nationalized
Indian bank or first class foreign bank operating in India.
Any statutory approval from the local govt. authorities‟ viz. Chief Boiler Inspector, Electrical
Inspector Factory Inspector etc, shall be obtained by the contractor. Federation has the right to reject any
or all the tenders without assigning any reason.
The Bidders are advised to see the site of work before tendering.
The Bidders shall have to attach with the tender certificates from competent authorities of having similar
works done, during previous years.
S/d
Manager Director
UCDF Ltd. Haldwani
19
Technical Specifications-
CATEGORY No: 1
SPECIFICATIONS FOR DAHI CUPS
ITEM Type - 100 Grams HIPS Cups for Dahi ( Multi colour printing)
Material Capacity Top Dia Bottom Dia Weight Printing
HIPS Food Grade 100 grams 69 mm. ± 01
mm
46 mm. ± 01
mm 03 grams ± 5%
Multi
Colors
ITEM Type - 100 Grams HIPS Cups (FOR YOGHURT)
Material Capacity Top Dia Bottom Dia Weight Printing
HIPS Food Grade 100 grams 69 mm. ± 01
mm
46 mm. ± 01
mm 03 grams ± 5%
Multi
Colors
ITEM Type- 200 Grams HIP Cups (Multi colour printing)
Material Capacity Top Dia Bottom Dia Weight Printing
HIPS food grade 200 grams 95 mm. ± 01
mm
68 mm. ± 01
mm
06 grams ± 0.5
grams
Multi
Colors
ITEM Type - 400 Grams HIPS Cups (Multi colour printing)
Material Capacity Top Dia Bottom Dia Weight Printing
HIPS food grade 400 grams 95 mm. ± 01
mm
68 mm. ± 01
mm
13 grams ± 1.00
grams
Multi
Colors
SPECIFICATIONS FOR CHHENA RABRI CUPS
ITEM Type - 100 Grams PP Shrink wrapped Cups (Multi Colors Printing)
Material Capacity Top Dia Bottom Dia Weight Printing
PP Food Grade 100 grams 80 mm. ±
01 mm
46 mm. ± 01
mm
03 grams
± 5%
Multi Colors
Shrink
wrapped
20
CATEGORY No: 2
SPECIFICATIONS OF ALUMINUM FOIL LIDS FOR DAHI, YOGHURT CUPS & CHEENA
RABRI CUPS
ITEM Type - ALUMINUM FOIL LIDS FOR 100 grams YOGHURT AND DAHI CUPS (
Suitable For HIPS Cups)
Material Capacity Diameter Thickness Printing
Aluminum Foil (Hindalco,
Import or Equivalent). fit
for HIPS container.
100 gram 70 ±5
mm.
50
Microns
Multi Colors with extra base
coat
ITEM Type - ALUMINUM FOIL LIDS FOR 200/400 grams DAHI CUPS (Suitable For PP
Cups)
Material Capacity Diameter Thickness Printing
Aluminum Foil (Hindalco,
Imported or Equivalent ) fit
for HIPS container.
200/400
grams 95 mm.
50
Microns
Multi Colors with extra base
coat
ITEM Type - ALUMINUM FOIL LIDS FOR 100 grams CHEENA RABRI CUPS ( Suitable
For PP Cups)
Material Capacity Diameter Thickness Printing
Aluminum Foil (Hindalco,
Import or Equivalent). fit
for PP container.
100 gram 80 ±1
mm.
50
Microns
Multi Colors with extra base
coat
21
CATEGORY No: 3(A)
SPECIFICATIONS-
ITEM Type- HDPE MILK PLASTIC CRATES
The crates shall consist of rectangular HDPE container with base and sidewalls and central partition.
The inside and outside surface of the crate shall be of a smooth finish and free from sharp edges and
shall be so shaped that water as far as possible should freely shed. The color shall be in approved range
and should not fade when kept in bright sunlight for 48 hrs.
MATERIALS:
The crate shall be made from the unpigmented high-density polythene. Designation HDPE 54 M.A. with
density above 9524. Conforming to latest revision of IS:7328 till date. The crates shall be manufactured
by the injection molding process with multi feeding hot runner system so that the flow of material is
easy and uniform during molding.
SHAPE AND DIMENSIONS: a. The shape of crates shall be as per IS : 11584-1986. The Dimensions of crates are given
below:-
i. Capacity:- 20 Pouches of ½ liter or 10 pouches of one liter.
ii. Dimensions of crates:-
INTERNAL EXTERNAL Mass of the finished crate
Length : 427 mm. Length : 471 mm. Shall be not less than 1400-1500
gm Width : 325 mm. Width : 378 mm.
Height : 137 mm. Height : 152 mm.
iii. Height of partition :- 100 mm.
iv. Two holes at width sides (one each) for handling of crates. These holes shall be in the center at the
height of 90 mm. from bottom .Dimension of holes are 95 mm (length)X12mm.(W).
v. Four holes at width sides (two on each length of size 42 mm. (L ) X 12mm. (W).
b. The crates shall have one central partition as per IS : 11584-1986, two square holes of 10 X 10
mm. shall be provided at the bottom of the partition and located at the opposite sides.
c. The crates shall be inter changeable, inter stackable and shall be stable at 8 stacks high when loaded
to capacity with filled sachets.
d. Mass:- The minimum mass of the finished crate shall be not less than 1400-1500 gm.
e. Resistance to stress: A crate tested in accordance with method described in IS: 11584-1986 shall
show no surface cracking
f. Resistance to applied load: The compression in the height of a crate tested in accordance with the
method described is IS : 11584-1986 shall not exceed one percent of its original height. Twenty-four
hours after removal of the test have recovered by at least 50 percent.
g. Strength :- a. Resistance to drop when a fully filled crate is tested in accordance with the
method described in IS: 11584-1986, no crack of the crate shall occur.
b. Resistance to low temperature:- when a fully filled crate is tested in accordance with
the method described in IS: 11584- 1986, no damage other than superficial abrasion shall
occur.
h. Dimensional Stability: After testing in accordance with the method in IS 11584-1986, the crate shall
comply with the prescribed dimension. Subject to the variation of +/-1.5% of the original dimension,
however inter stack ability shall not be affected.
22
CATEGORY No: 3(B)
SPECIFICATIONS-
ITEM Type- DAHI PACKING PLASTIC CRATES
The crates shall consist of rectangular HDPE container with slotted base and slotted sidewalls.
The inside and outside surface of the crate shall be of a smooth finish and free from sharp edges and
shall be so shaped that water as far as possible should freely shed. The color shall be in approved range
and should not fade when kept in bright sunlight for 48 hrs.
Materials: The crate shall be made from the un pigmented high-density polythene, designation
HDPE 54 M.A. with density above 9524. to latest revision of IS:7328 till date. The crates shall be
manufactured by the injection molding process with multi feeding hot runner system so that the flow of
material is easy and uniform during molding.
Shape and Dimensions: a. The shape of crates shall be as per the dimensions given below:-
i. Capacity:- 6 Liters (30 Cups 200 ml & 15 Cups 400 ml in row of 3X5)
ii. Dimensions of crates:
INTERNAL EXTERNAL Weight
Length : 465 mm± 5mm Length : 500 mm± 5mm 1.20 -1.30 KG. or within
specified limit as described
below at c Width : 290 mm± 5mm Width : 322 mm± 5mm
Height : 140 mm± 5mm Height : 145 mm+± 5mm
iii. Two holes at width sides (one each) for handling of crates. These holes shall be in
the center at the height of 90 mm. from bottom. Dimension of holes are 95 mm
(length)*12mm.(W).
iv. Proper perforation at regular interval for circulation of air.
b. The crates shall be inter changeable, inter stackable and shall be stable at 7 stacks high
when loaded to capacity..
c. Mass: The minimum mass of the finished crate shall be within 1200-1300 gm.
d. Resistance to stress: A crate tested in accordance with method described in IS: 11584-1986 shall
show no surface cracking.
e. Resistance to applied load: The compression in the height of a crate tested in accordance with the
method described is I S:- 11584-1986 shall not exceed one percent of its original height. Twenty-four
hours after removal of the test have recovered by at least 50 percent.
f. Strength:-
a. Resistance to drop when a fully filled crate is tested in accordance with the method
described in IS: 11584-1986, no crack of the crate shall occur.
b. Resistance to low temperature- when a fully filled crate is tested in accordance with the
method described in IS: 11584-1986, no damage other than superficial abrasion shall
occur.
g. Dimensional Stability: After testing in accordance with the method in IS 11584-1986, the crate shall
comply with the prescribed dimension. Subject to the variation of +/-1.5% of the original dimension,
however inter stack ability shall not be affected.
23
CATEGORY No: 4
SPECIFICATIONS-
ITEM Type- OCTENE BASED POLY-FILM FOR LIQUID MILK PACKAGING
1. Material: Co-extruded opaque three layered LDPE (MILK GRADE 1005 FY20 VIRGIN/ LLDPE
[OCTENE](RECLAIR 0:9010 and other suitable food grade granules) blended (blend shall consist of
virgin 50:50 LD:LLD & 5% of master batch) polythene film suitable for packing of milk.
2. Process: Co-extrusion blown film.
3. Film Width: 325 +/- 2 mm.
4. Printing: Printed in Single/Double/ Triple colours as per our design on Roto Gravure
printing machine using indelible ink (ink test shall be done as per BIS standards).
5. The Film shall also meet the following specification:-
S.N. PARTICULARS 500 ml pp 1000 ml pp 200 ml pp
1. Thickness(μ) 55+/-5μ 60+/-5μ 55+/-5μ
2. Pouch Length 150 mm 230 mm 90 mm
3. Good Pouches/Kg. of film Not<390 Not<230 Not<600
6. The film shall not give more than 1% leakage during packing, Storage & Transportation.
7. WINDING: After printing Dynamic Balancing of roll should be done and also post printing splicing.
8 CORE DIAMETER (mm) : 70 mm+/- 10 %
9. BIS STANDARDS: The specification of the polythene pouches for Liquid Milk should confirm to
Latest Revision of IS 11805 till date. Test certificate confirming above should accompany each delivery
challan.
10. INDENTIFICATION : The name and Logo of the film processor should be printed on the sides in
such a manner that the same appear at least once on each pouch length and may not come in between the
sealing area.
11. The film shall be clean from pinholes, particles of foreign matter and un dispersed raw material &
gauge variation. The texture and finish shall be uniform. The edges & surface of film shall be free from
cuts and wrinkle, free from Static electricity.. The film shall be free from any extraneous odor. There
shall be no visible defect such as pinholes, tears or blisters.
12. The film shall be wound on the core uniformly & with proper tension giving perfect & trimmed
edges. There shall be no telescoping of film layers. The core shall be strong enough & shall be made
from properly compressed paper tube & should not crumble.
13. The granules used for making the film should be virgin, food grade and non toxic. The film shall
meet the food grade require meant given in [IS: 1014G-1982]& {IS: 10141-1982}. The pigments used if
any shall be from those listed in IS: 9833-1981. The make of the master batch and solvent shall be as per
the following qualities;
a. Make of the master batch Plastic Bland/DOE, master batch minimum 3%
to maximum 5%
b. Solvent NOICIL/INDIAN OIL
c. Ink Cores etc.
d. Granules LLDP(Reliance) Octane Reclair 019010 or
other imported grade LDPE(IPCL)
Each lot of supply shall be accompanied with a food grade certificate.
14. The film used for 1 Liter pouches, shall be drop tested for in one time. The samples shall be deemed
to have passed the test if not more then 4 (four) pouches burst.
15- INK ADHESION TEST OF MILK POUCHES:
24
A. On gently rubbing the printed area of pouches with tissue paper after immersing the printed piece
of film in milk for 12 hrs. at a temperature of about 80 C the ink removed from the print shall not
be to the extent so as to reduce the printed matter not readable after test{IS: 11805-1989}.
B. Apply two strips of 25mm vide transparent pressure sensitive or cello tape to the printed
area of the pouches. One price down the length of the pouch & other along with width press the
tape firmly on the printing area of pouch and leave for 15 second. Remove the tape by pulling
slowly at about 900 to the pouch surface. There shall be no significant removal of the print from
the surface of the pouch and the printed material shall be still readable.
16- A report related to the tests conducted at supplier level and an undertaking on the prescribed
format certifying that the milk film is virgin food grade and nontoxic & as prescribed in IS:
{11805-1989}, shall have to be furnished by the manufacturer (authorized signatory) with each
consignment. In addition four tests reports [one at each quarter] of the milk film from
CFTRI,CIPET, IIP etc shall also be submitted by the supplier showing food grade properties of
the film.
17- To assess performance, samples of material shall be drawn by R&D,UCDF in addition to regular
sampling by Q.C these sample about referred parameters at central Lab R&D or National Level
Laboratories. In case samples do not confirm to the prescribed norms further order to the supplier
shall be reviewed. for about referred parameters at Central.
18- The supplier shall be a ISO certified company.
19- The film rolls shall be firstly wrapped in poly film {Thickness GO-70U}& then be packed in
Corrugated Box made up of three piece of craft paper having enough strength to keep the packing
intact during transportation and storage.
20- The raw material and developed poly film shall be kept in hygienic condition at manufacture's
level so that rolls shall not contain extraneous matter & live or dead insects.
21- The supplier shall not be allowed to provide milk poly film having design exactly similar or
nearly similar to any other private party.
25
CATEGORY No: 5
SPECIFICATIONS -
ITEM Type- 200 gm Multi Colors Laminated paneer pouch
Sl.No. Particulars Specification
1 Width 130 mm
2 Height 170 mm
3 Thickness in micron 70 micron
4 Sealing Area, 3 side sealed pouch 10 mm
5 Color 4 color printing
6 Material Food grade Laminated poly pouch
ITEM Type- 1000 gm Multi Colors Laminated paneer pouch
Sl.No. Particulars Specification
1 Width 210 mm
2 Height 260 mm
3 Thickness in micron 75 micron
4 Sealing Area, 3 side sealed pouch 12 mm
5 Color 4 color printing
6 Material Food grade Laminated poly pouch
ITEM Type- 1000 gm Multi Colors Laminated Khova Laminated pouch
Sl.No. Particulars Specification
1 Width 210 mm
2 Height 260 mm
3 Thickness in micron 75 micron
4 Sealing Area, 3 side sealed pouch 12 mm
5 Color 4 color printing
6 Material Food grade Laminated poly pouch
26
CATEGORY No: 6
200 ml PP bottles-
Technical Specifications & Design - Name of Work: Supply of P.P. Bottle & cap with wad for packaging of Flavored milk at Udham Singh
Nagar Co-operative Milk Union, Kanjabag Road Khatima.
Special Requirements: The P.P. bottle will be used for filling of Sweet Flavored milk. The bottle, after
filling and capping, will be kept in an Retort/Autoclave at 120 degree Celsius for 15 to 20 minutes to sterilize
the filled product. The “Best before time” of the final sterilized product will be 180 days, from the date of
sterilizing it.
Specifications:
S.N. Particulars Details
1 Overflow Capacity 222 ± 4 ml
2 Fill Point capacity (Product filling capacity) 200 ml
3 Weight 14.5 ± 0.50 g
4 Total height 143 ± 1.5 mm
5 Neck dia 38 mm
6 Recycle mark Should be placed at the bottom of bottle
7 Dia near to bottom 52 ± 1 mm
8 Dia at mid of bottle 44 mm
9 Dia at upper portion bellow to neck 52 mm
10 Neck dia 38 mm
11 Cap Ineer dia 38 mm
12 Outer dia 41 ± 0.5 mm
13 Logo “Aanchal” logo should be engraved on the
top of cap in case it is requierd
14 Color The caps for Milk will be in Blue colour
27
200 ml PP bottles Design-
28
UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,
MANGAL PARAO,HALDWANI(NAINITAL)-263139
E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018
Part-II(P&I)
TYPE OF WORK:
Supply of Following P & I Materials-
1. ISI Marked Aluminum Milk Can with Lids and Extra Lids.
2. HDPE Bags For Packing of Cattle feed and compact feed block
3. Supply of following Consumable Item for DPMCU
1. Daily/Weakly Cleaning Solution,
2. Printer Paper Roll
3. Milk Analyzer plastic beaker Cap(20-25ml)
29
Earnest money and Quantity detail-
CATEGORY No: 1
Supply of ISI marked Aluminum milk cans with lids
Category Item Description Location Quantity(Nos)
(Approx) Tender
Docume
nt Fee of
Work
EMD
(Rs.)
1 Supply of ISI marked Aluminum
milk cans with lids
a. 40 Ltr. can
b. 20 Ltr. can
c. Lids. 40/20 Ltr. Can
Various DUSS
of UCDF
a- 2500
b- 200
c- 500
Rs. 2360
(Incl.
GST)
50,000.00
CATEGORY No: 2
HDPE BAGS( 25 kg. & 50 kg. capacity) FOR PACKING OF CATTLE FEED Both side printing
New design AND PPE Bags, (28 Kg) FOR COMPACT FEED BLOCK
Sl. No. Item Description Location Quantity Tender
Document
Fee of
Work
EMD Rs.
1 Supply of Cattle Feed HDPE
Bags Type-2 , 25 Kg with Both
side Multi Color printing New
design
Cattle Feed Plant
Rudrapur
(U.S.Nagar)
1,05,000 Rs. 4720
(Incl.
GST)
150000.00
(for all )
2 Supply of Cattle Feed HDPE
Bags Type-2, 50 Kg, with Both
side Multi Color printing New
design
-DO- 2,25,000
3 Supply of Cattle Feed HDPE
Bags Plane- 50 Kg, both side
plane
-DO- 15,000
4 Supplies of Bhusa Compact
Feed Block PPE Bags, 24 Kg
red print both sides.
-DO- 70,000
5 Supplies of Bhusa Compact
Feed Block PPE Bags, 28 Kg
red print both sides.
-DO- 20000
30
CATEGORY No: 3
Supply of Consumable Item for DPMCU
Sl.
No.
Item Description Location Quantity(approx) Tender
Document
Fee of
Work
EMD
Rs.
1 Cleaning Solution Chemical –
a- Daily Cleaning Chemical
Solution
(100ml/200ml/500ml)
b- Weakly Cleaning Chemical
Solution
(100ml/200ml/500ml)
Various
Milk Union
of
Uttarakhand
a- 900 Liter
b- 150 Liter
Rs. 1180
(Incl.
GST)
28350.00
2 Printer Paper Roll -
Roll Dia- 70 MM ± 5%
Roll Width- 75 MM ± 5%
Various
Milk Union
of
Uttarakhand
150000 NOS Rs. 3540
(Incl.
GST)
90000.00
3 Milk Analyzer Plastic Beakers
Capacity – 25-35 ml 25-35 ml
Various
Milk Union
of
Uttarakhand
5000 NOS Rs. 590
(Incl.
GST)
1000.00
Note-Individual Item wise rates will be accepted, and lowest item rate bidder will be awarded
tender for that particular item.
31
Technical Bid Required Document
Upload the Following Document online in Technical bid of tender. Only online uploaded
document will be considered in technical bid except EMD and Tender Fee. EMD and
Tender Fee must be submitted before last bid submission time of tender.
1) Registration Certificates of firm/manufacturer/fabricator, In case of dealers/distributor
Authorization letter from manufacturer (Self attested Copy).
2) GST registration document. (Self attested Copy).
3) PAN Card. (Self attested Copy).
4) Earnest Money deposit DD/Receipt. (Self attested Copy).
5) Tender document fee deposit DD/Receipt. (Self attested Copy).
6) Work Experience: (Self attested Copy of Purchase orders with its satisfactory completion
certificates).–The bidder should have executed works of similar nature, minimum 25 % in
quantity/amount (at least one in last 5 consecutive Years). For the proof of the same, bidder
should submit purchase orders and its satisfactory performance/completion report issued by the
any government/semi government/PSU/Autonomous/co-operative/Reputed Private organizations,
in past five consecutive years, from the date of tender publishing.
Note- Under the Work Experience Documents, both the documents Work Purchase orders
and its satisfactory completion certificates would be required. In case of failure to submit
any one document from above said Work Experience Document bidder’s technical bid will
be considered as rejected for financial bid.
7) CA certificate with year wise declaration, for last 3 Year Annual turnover reports, which should
not be less than 50% of work value annually, since last 3 consecutive years.
8) Tender Acceptance Letter (ANNEXURE -A) should be filled, signed and stamped/certified
properly.
9) An affidavit regarding Non-blacklisting or otherwise as per ANNEXURE „B‟ duly attested by
the oath commissioner is required to be attached in support thereof.
NOTE: (Causes of rejection in the tender)
1. Please do not upload any booklet or heavy documents in Technical Bid. In case of failure of downloading
of the above document due to heavy document uploading, this could be the cause of rejection.
2. Except EMD and Tender document fee document, no other above said document accepted in offline mode
before the tender submission date and time.
3. Please carry all the originals of the uploaded document with us for verifying during Technical bid
opening/Evaluation process.
Financial Bid:
1. In Financial Bid, Bidder will quote rates, for all items on BOQ Excel File as per format, and submitted
online.
2. Offline quoted rates will not be considered for financial bid opening.
3. After opening of financial bid and before getting award contract, L1 bidder will have to submit item Base
rate and latest raw material cost against base rate of item.
32
GENERAL TERMS & CONDITIONS
S.N Description
1.0 General In Case of tie (quoted rates) between two bidders, Manufactures of
Material/Equipment will be preferred over the dealer/suppliers.
2.0
Eligibility
Criteria
To getting contract, the bidder shall have to meet the following eligibility
criteria. If the bidder fails to show/submit these document, whenever ask by the
tender committee before or during the contract period, it could be the cause of
terminated/disqualified Contract/ bid-
2.1- The bidder should be in such business (as required for the tendered work) for a
period of at least 3 (three) years at the time of bid opening in the same name and
style. In order to support these document-.
(a) The Firm should have registered as a manufacturer or dealer in the same name
and style for more than 3 (Three) years; In case firm is a manufacturer have
registration document & incase Dealer have dealership document.
(b) Photocopy of the purchase order executed in the last five years in same name and
style. The firm should have executed at least 25% of tendered quantity/amount of
jobs for Supply, Installation, Testing & Commissioning of the quoted equipment
successfully preferably in the government/semi government/PSU/Autonomous/co-
operative/Reputed Private organizations since last 5 years. The firm should have
performance certificates and purchase orders issued by the purchasers along with the
Technical Bid or as mentioned in the conditions in particular item.
1. (c) The annual turnover of the firm should not be less than 50% of work value since
last 3 years (out of last 3 years). (d) The bidder should not be Black listed by any Federation/organization/institution/government or semi government departments of states or GOI. Please submit Affidavit mentioning the same on Rs. 100.00 stamp paper.
2.2- The bidder should be registered under office of competent authority or under statuary
bodies at the time of bid opening in the same name and style. In order to support this
the bidder has:-
Registration Certificate issued by the Registrar of firm in case of firms of proprietary
nature. Or Partnership deed in case of Partnership firms. Or Article of association in
case of Pvt. Ltd. Companies. Or Registration certificate for firms registered with
NSIC/Central or State Govt. Department / Local bodies for similar work.
2.3- The bidder‟s Total of last three years annual financial turnover shall not be less than
60 % of the contract value as specified in the invitation for tender bid. In order to
support this, when required and ask for copies of Balance Sheet, along with Profit &
Loss statement of the last three years duly certified by Chartered Accountant to
reflect the annual turnover must have to submit.
2.4- Bidder should have credentials for satisfactory performance for the last three year. To
support this the bidder has:-
(i) Details of orders executed satisfactorily to Government Dairies/Milk
Federation/Central or state organizations/departments/statutory bodies/reputed
private dairies etc. The statement should be duly signed by the bidder.
(ii) Certificate issued by to Government Dairies/Milk Federation/Central or state
organizations/departments/statutory bodies/reputed private dairies etc regarding
satisfactory execution of purchase order given by them to the firm. These documents
33
should be provided with the technical bid.
2.5- Bidder's firm should be registered with Sales Tax Department/VAT/GST.
2.6- In Case the bidder‟s position is only of a supplier concerned item then in that case he
should be authorized distributor of that item for UK.
Following document is to be furnished by the bidder in support of his being
authorized distributor or concerned item.-
Certificate of distributorship issued by the concerned manufacturing firm.
2.7- The Tendering Firms Should have following document-
iii) Renewal letter for the ISI/BIS License of the Current period.
iv) ISI/BIS Marking for the receipt for the current year.
Note-
For( 2)
In the absence of any certificate/Document out of the above mentioned as
required for full filling the eligibility criteria the concerned party shall be
considered as non eligible for tender bidding and allotted Contract.
3.0
Order
Dispatch
The Goods must be dispatched within the given time after the receipt of work order
in minimum number of lots.
4.0 Sample All bidder Parties are requested to deposit representative sample of the item for
which they are going in tender bidding.
5.0 Payment Payment shall be made within 30 Days after Receipt, Verification and Testing of
Goods at site. The payment shall be through DD with Bank charges to be borne by
the Party.
6.0 Penal
Clause
A:- Goods, which is not confirming to our specifications, shall not be accepted at
any discount and shall be liable to be summarily rejected. Such defective/
substandard Goods will have to be removed by the seller from site at your own
expenses. You will be allowed to replace such material by acceptable quality material
within one month from the date of issuing of information to you regarding rejections.
Random sampling will be done by our Quality Control Department from time to time
to ensure acceptable quality material.
B:- The penalty shall be imposed @ 0.5 % of the value of material for each 7 days,
delay in supply to be imposed from the very first day of each 7 days slab, by the
purchaser at their sole discretion which may even go up to the cancellation of the
order besides confiscation of the earnest money. Delivery period shall not be
extended in normal circumstances and the order placed shall be deemed to be
cancelled automatically in the event of the supplies not being made as per the
schedule. However, under emergent circumstances the purchaser may extend the
same and in this event also the penal clause defined above shall be applicable. If you
fail to execute supplies in time and purchaser is not in a position to accept the
material with late supply penalty Purchaser may have the right to arrange the Goods
from other source and under this circumstances you have to compensate the loss that
Purchaser may sustain by procuring the material from other sources.
7.0 Price Basis a) The price must be quoted on for destination basis including Excise Duty, GST,
packing forwarding, if considered and it shall be deemed that the rates are inclusive
of all Taxes and Levies and successful bidders shall be bound to supply the Goods at
all inclusive rates on FOR destination basis. The applicable rate of duties and levies
should also be mentioned in the offer.
b) Bidder‟s firm is requested to mention their rates both in the words and figures. In
case of ambiguity, rates mentioned in words shall be considered as correct bidding
rates.
8.0 Price - On furnishing documentary proof price revision shall be allowed for Cattle
34
Revision Feed/Bhusa Block bags, Aluminum milk cans, dahi cups, Lids, milk/dahi crates,
milk/ghee packing film etc. depending upon the prices of HDPE/LLDPE/LDPE
granules of Reliance Industries Ltd./IPCL effective on the date of bid opening. No
revision for other items shall be allowed. No price revision shall be allowed for
EMT/AMCU etc. except government levies which may be allowed on furnishing of
documentary proof.
9.0 Validity The tendering firms are required to keep their offer open for 300 Days from the date
of opening of the bid. If any bidder withdraws bid before expire of the said period.
UCDF may agree to allow such withdrawal but in such a case the Earnest Money
Deposited by the bidder will be forfeited. If the UCDF does not agree to allow such
withdrawal and accept the bid and the bidder fails to perform their part of contract,
the Earnest Money Deposited by the bidder shall be liable to be forfeited besides
other consequences of Breach of Contract.
10.0 Earnest
Money
(A) - Earnest Money as mentioned in the Tender Notice is to be deposited in the
form of Cash or in the form of DD/FDR issued by Nationalized Bank which should
be payable /pledged in favor of Uttaranchal Co-operative Dairy Federation Ltd.,
Mangal Parao, Haldwani(Nainital) without which the bid will not be considered
EMD should be valid for at least 30 Days beyond the bid validity period. Earnest
Money will not be acceptable in any other form except as specified in the bid
conditions.
(B) - Earnest Money will also not be adjustable against any other pending claims of
the bidder against UCDF.
11.0 Agreement On finalization of purchase of material, the firm will have to enter into a formal
agreement with the UCDF Performa of the agreement will be provided by UCDF.
12.0 Security SEC Earnest Money deposited by party can be kept by UCDF as Security Money, balance
of the amount if any to be informed separately to the bidder will have to be deposited
by the successful bidder within 30 Days from the date of receipt of Letter of Intent by
them in the form of CASH/DD/FDR in favor or pledged to Uttaranchal Co-operative
Dairy Federation Ltd., Mangal Parao, Haldwani(Nainital),as the case may be, to be
issued by a Nationalized Bank. The Security money shall be liable to be forfeited in
the event of Breach of Contract in addition to any other action which UCDF may
think to be proper at their sole discretion. Earnest Money Deposited by the bidder
will be adjusting required amount of security money.
13.0 Breach of
Contract
Any expenditure incurred by UCDF due to Breach of Contract on the part of the
bidder affecting their production schedule will be realized out of the Security Deposit
of supplier in addition to any other action taken which UCDF thinks proper at it‟s
sole discretion.
14.0 Negotiation UCDF reserve the right for commercial negotiations after opening of bid.
15.0 Billing - (A) - Invoices to be prepared in the name of concerned DUSS/CFP unit are to be sent
to them directly for payment
(B) -Approved parties are required to send a copy of dispatch advice/invoice to
UCDF Haldwani for information and record.
16.0 Quality The quality to be bought from successful bidder shall depend on competitiveness of
rates, promptness of delivery, quality and past performance etc.
17.0 Holiday
Tender
Open
In case the schedule date for opening of tenders is declared a Public holiday the bid
opening will be held on the next working day at the same time.
35
18.0 Lead Time You will have to make supplies strictly as per delivery schedule within 25 Days from
the date of receipt of purchase order along with from 31.
19.0 Others A) Bids should be submitted in sealed covers super scribed with the name of
item and date of opening of tender.
B) The quantity of material, as mentioned in bid document is approximate and may
vary as per the milk union requirement on the sole discretion of UCDF.
C) The purchase order for quantity of material required shall be placed on as
and when required basis.
D) Bidder shall have to mention their production capacity in terms of per month.
20.0 Arbitration All disputes or differences, in respect of which the decision is not final and
conclusive, shall on the initiative of either party be referred to the arbitration Acts
rules of prevailing cooperative society Act to the Registrar/Director Dairy Vikas
Uttarakhand/Registrar Dairy Co-operative Societies Uttarakhand.
In the event of awarding sub- contract to any of the parties by the bidder for the
manufacture/supply/erection of any part/spares/components that will be used in the
order equipment, the contractor must furnish details about his sub-contractor their
experience , specialization etc. The sub contract can be awarded by the contractor
only after obtaining written approval by federation. In the event of sub-contract also,
the prime fascia responsibility rests on the contractor regarding quality, quantity,
guarantee and warranty of the materials supplied work done by the sub-contractor.
The federation may at any time, by notice in writing, summarily terminate the
contract without compensation to the contractor is adjudge insolvent, in case of
company is wound up voluntarily by the order of court or a receiver,if the contractor
commits any breach of contract herein specifically provided for.
21.0 General
Membership
The Bidder must be the nominal member of the federation by deposit nominal
membership fee of Rs 100.00.
22.0 Force
majeure
clause:
The terms and conditions mutually agreed upon shall be subject to force majeure
clause as noted below:
“Neither the bidder not the federation shall be considered in default in performance
of its obligations hereunder, if such performance is prevented or delayed because of
war, hostilities, revolution, civil commotion, strike, earthquake, epidemic, accident
fire, wind, flood or because of any law, order proclamation, regulation or ordinance
of any government or of any act. Of God or any other causes whether of similar or
dissimilar nature, beyond the reasonable control of the party affected, should one or
both the parties be prevented from fulfilling his, their contractual obligations by state
of force Majeure lasting continuously for a period of six months the two parties
should consult each other regarding the future implementation of contract.
23.0 Tenderer
blacklisted
The tenderer should not have been black listed and debarred for any fault Connected
with the work from any Govt. Deptt. / Organizations. In case UCDF ltd received any
kind of information about the participant\tenderer being blacklisted at any stages, his
application/ Contract will be considered automatic rejected from the date.
Note- No amendment, alteration or modification will be allowed in the Terms &
Conditions mentioned in the bid documents. The bidder will have to accept
Terms Conditions as prescribed in the declaration format, without putting any
condition from their side otherwise the bid will be rejected.
S/d
Manager Director
UCDF Ltd, Haldwani
36
CATEGORY No: 1
SPECIFICATION FOR- Supply of ISI marked Aluminum milk cans with lids
CAPACITY : 40 LITERS/ 20 LITERS
1.0 FUNCTIONAL REQUIREMENTS:
Cans would be used to transportation of milk from milk collection centers to processing plants and for
handling milk in processing plants.
2.0 DESIGN REQUIREMENTS:
2.1 Capacity: 40 Liters/20 Liters
2.2 Approximate Dimensions: 40 Liters 20 Liters
Normal Capacity 40 Liter + 2% 20 Liter + 2%
Total Height with lid 595 mm 551mm
Maximum dia at base 352mm 292mm
Maximum dia at neck 200+0.5mm 200+0.5mm
Minimum hardness 85.0 B.H 85.0 B.H
Minimum Anodizing Film Thickness 12 Micron 12 Micron
Weight(Minimum) with lid 6.5 Kg 3.90 Kg
Weight of lid 0.90 kg. 0.90 kg
2.3 ISI Code: The aluminum alloy milk can should be ISI marked manufactured and tested in accordance to IS:
1825-1983 with amendments till date.( 40 Liters, 20 Liter ISI specification)
2.4 BODY: Single piece steam- lined construction formed by deep drawing/ spinning and subsequent spinning
weld joints should be completely eliminated.
2.5 Handle: Made of extruded aluminum alloy bar. Designed to give good drip of the can.
2.6 Bottom Band: These shall be made from extruded section of aluminum alloy, rolled and brazed or welded, to
ring shape .The bottom band shall be shrunk fit with proper locking arrangement on the body. This shall be
followed by brazing or welding all sides flushed with bottom permitting draining of water and detergent from
bottom of the reversed can.
2.7 Lid; The lid should also be of the same aluminum alloy and with conical skirts provided with air equalizing
holes. The lid to have mushroom shape to drain off any water outside. The lid should be provided with two nos of
punched holes near periphery of lid for sealing the can. Two piece lid should be firstly spot welded at four points
near periphery and at the center followed by welding/ brazing all around.
2.8 Material: Can body and can lid shall be made from sheets or aluminum alloy conforming to IS designing
64430(HS 30) of IS:737-1974 and handles and bottom band of IS:733-1975.
2.9 Heat Treatment and Anodizing: The can and can lid shall be solution heat treated and age hardened for
maximum strength and durability. The can and can lids should also be anodized from inside and outside to protect
them from corrosion.
3.0 Finish: All brazing or welding shall be free from porosity, blow holes, lumps and should sound in nature. All
welded or brazed joints shall be finished smooth to provide a sanitary finish to all the inner and outer surface.
4.0 Marking: Each can shall be marked legibly and permanently with at least following particulars:
1. Manufacturer's name or initial or trade Mark if any
2. The rated capacity of the can in Liters.
3. Batch or code number.
4. Name of consignee dairy.
5. Point of capacity.
5.0 Testing:
5.1 The cans filled to rated capacity(up to neck or point of capacity as marked) with water & with lid on shall be
held in a vertical position and dropped once vertically from a height of 125cm, on a horizontal hard concrete floor
or steel surface. The cans shall neither show any leakage or suffer from any damage other than denting.
5.2 The cans when filled with water and inverted shall not show any profuse leakage through lids.
Note: The bidders are also requested to quote separately for replacement of old
damaged/unutilized aluminum milk cans for buy back . This may be offered as no of old milk can needed
by the bidder for providing 1 new milk can.
37
CATEGORY No: 2
ITEM No: 1 TO 5
SPECIFICATIONS FOR MILKY WHITE HDPE CIRCULAR WOVEN BAGS FOR CATTLE
FEED (25 KGS & 50 KGS CAPACITY) AND BHUSA BLOCK PPE BAGS (28 KG)
S.
N.
Particulars Cattle Feed
HDPE Bags
Type-2,
25Kg
Cattle Feed
HDPE Bags
Type-2,
50Kg
Cattle Feed
HDPE Bags
Plane- 50 Kg
Bhusa
Compact
PPE Bags
Rahat
24 Kg
Bhusa Compact
PPE Bags
Dudharu 28 Kg
1. Average weight
of bags in gm
80±3 125±3 125±3 70±2 70±2
2. Measurement
(Size)
22"x28" 25"x40" 25"x40" 30"x38" 30"x38"
3. Mesh
10x10 10x10 10x10 10x10 10x10
4. Denier
1000 1000 1000 1000 1000
5. Quantity
1,05,000 2,25,000 15,000 70,000 20,000
6 Printing Multi Color
printing
New design
Multi Color
printing
New design
both side
plane
Both side red
Both side Green
Drop Test: The bags should not get damaged while dropping from the height of Stacking of 08 cattle
feed bags.
Other Terms & Conditions :
1- Above mentioned measurements are excluding stitches. No relaxation shall be permitted in case of
measurement being on the lower side and the bags shall be rejected if found towards lower side.
2- Printing should be done on both the sides as per our design in Multi color on back ground of WHITE
natural color of bag.
3- The average weight of the bags should be as per given specifications & the weight shall be done on
sample drawn randomly. However the average weight of the lot shall not be less than 80 gms. for 25
Kgs Bags and 125gms for 50 Kg. Bags.
4- Bags should be stitched without any leak with good workmanship. the bags should be stitched double
fold in the bottom and double stitch and on sides in case of flat only it should be single fold double
stitch.
38
CATEGORY No: 3
ITEM No: 1 TO 3
SPECIFICATIONS FOR SUPPLY OF CONSUMABLE ITEM FOR DPMCU-
1- Cleaning Solution for
DPMCU–
Brand Bottle Quantity
Daily Cleaning Chemical
Solution
Lacto, Eko, Lactoscan and
equivalent
200 ml/500 ml/1 Ltr
Weakly Cleaning Chemical
Solution
Lacto, Eko, Lactoscan and
equivalent
200 ml/500 ml/1 Ltr
2- Printing Paper
Descriptions
Paper Type- Role , width and Dia Paper Roll
Roll Dia- 70 MM ± 5%
Roll Width- 75 MM ± 5%
Supported Paper Tray Suitable for Printer Model TVS RP45 Shoope and similar
modals and uses.
Duplex Support None
3- Milk Analyzer Plastic Beakers-
The milk sample bottle shall be white color, superior quality made out of virgin polyethylene
[HDPE] and without cap. It shall be capable of holding 25-35 ml of milk sample for chemical analysis.
It shall also meet the following specification.
Dimension Length 55-65 mm
Bottom dia 20-30 mm
Mouth dia 25-35 mm
Capacity 25-35 ml
Weight 6 gm ± 5%
*************************
39
UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,
MANGAL PARAO,HALDWANI(NAINITAL)-263139
PH. NO. 05946-255867,255358. FAX NO. 05946-252050
E-Tender Notice no-: 02/ UCDF//2018-19, Date-03.05.2018
Part-III (Engineering works)
Tender Document for :
S.
N.
Name of Work Qty
(No)
Tentativ
e Work
value
EMD
(Rs. )
Tender
Documen
t Fee of
Work
Rate
Validity
period
Comple
tion
period
1 S.I.T.& C of D. G. Set, Cap-
62.5 KVA 1 Rs. 6.50
Lakhs
19,500
.00
1180.00 90 Days 90
Days
2 S.I.T.& C of Automatic
Paneer making unit 2 Rs. 26.0
Lakhs
75,000
.00
2360.00 90 Days 90
Days
3 S.I.T.& C Ammonia
Compressor, IBT coils &
condenser coils
1 Rs. 20.00
Lakhs
60,000
.00
1770.00 90 Days 90
Days
40
UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,
MANGAL PARAO,HALDWANI(NAINITAL)-263139 PH. NO. 05946-255867,255358. FAX NO. 05946-252050
EMD and work Details:
S.
N.
Name of Work Qty
(No)
Tentative
Work
value
EMD
(Rs. )
Tender
Document
Fee of
Work
Rate
Validity
period
Complet
ion
period
1 S.I.T.& C of D. G. Set, Cap- 62.5
KVA 1
No.
Rs. 6.50
Lakhs
19,500.
00
1180.00 90 Days 90 Days
2 S.I.T.& C of Automatic Paneer
making unit 2
Jobs
Rs. 26.0
Lakhs
75,000.
00
2360.00 90 Days 90 Days
3 S.I.T.& C Ammonia Compressor,
IBT coils & condenser coils 1
Job
Rs. 20.00
Lakhs
60,000.
00
1770.00 90 Days 90 Days
41
Documents Required in Technical bid
In Technical Bid, bidders must upload scan copy of following document’s at the time of bid
submission on the E-Procurement portal for successful completion of technical bid and become
eligible for financial bid of tender.
The required documents shall be uploaded and arranged in the same order as mentioned
below with the checklist being on the top of documents. 1- Registration Certificates of firm/manufacturer/fabricator, In case of dealers/distributor Authorization
letter from manufacturer (Self attested Copy).
2- GST registration document. (Self attested Copy).
3- PAN Card. (Self attested Copy).
4- Earnest Money deposit DD/Receipt. (Self attested Copy).
5- Tender document fee deposit DD/Receipt. (Self attested Copy).
6- Work Experience: (Self attested Copy of Purchase orders & its satisfactory completion certificates).
Work/Purchase orders & satisfactory completion certificates –The bidder should have executed
works of similar nature, minimum 25 % in quantity/amount (atleast one). For the proof of the same,
bidder should submit purchase orders and its satisfactory performance/completion report issued in past
five year, from the date of tender publishing, by the government/semi government/PSU/Autonomous/co-
operative/Reputed Private organizations. In case of failure to submit these documents, bidder‟s technical
bid will be considered as rejected.
7- CA certificate with year wise declaration, for last 3 Year Annual turnover reports, which should not be
less than 50% of work value annually, since last 3 consecutive years.
8- Tender Acceptance Letter (Annexure-A) should be filled, signed and stamped/certified properly.
9- An affidavit regarding Non-blacklisting or otherwise as per ANNEXURE „B‟ duly attested by the oath
commissioner is required to be attached in support thereof.
NOTE: (Causes of rejection in the tender)
1- Please do not upload other than the above documents. In case of failure to downloading of the above
document due to heavy document upload, this could be the cause of rejection.
2- Shortfall of any mandatory document form the above list could be Causes of rejection tender bid.
3- Submit EMD and Tender document fee deposit (in original form) to this office before opening of the
technical bid. Otherwise bidder‟s tender consider rejected.
4- No hard copies of other documents, except EMD & Tender fees, will be accepted in any case.
5- Please carry all the originals of the uploaded document with you for verifying during Technical bid
opening/Evaluation process in front of Tender Committee, if tender committee wants to verify it.
Financial Bid:
1- In Financial Bid, Bidder should quote rates, for all items on BOQ Excel File as per format, and
submit online. Quoted rates on BOQ file for each items should be inclusive of Base Unit Rate
and all prevailing taxes and duties with FOR site.
2- Offline quoted rates will not be considered for financial bid opening.
42
\
UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,
Mangal Parao, Haldwani, Nainital
GENERAL TERMS & CONDITIONS
S.N. Description
1.0 The bidder should be a manufacture/fabricator of quoted equipment. In case the bidder is not a
manufacturer, he must be an authorized dealer for the quoted equipment and it will be necessary
to upload a copy of valid authorization letter, issued by the manufacturer/fabricator, with the
Technical Bid.
2.0 ELIGIBILITY CRITERIA :- For the purpose of this particulars contract bidder shall have to
meet the following eligibility criteria as minimum. In case of failure to upload these documents
tender may be rejected. These document are-
(2.1) The bidder should be in such business (as required for the tendered work) for a period of at
least 3 (three) years at the time of bid opening in the same name and style. In order to support
these, the bidder has to submit- Self attested photo copies of purchase order and their
commissioning/performance report.
(a) The Firm should have registered as a manufacturer or dealer in the same name and style for
more than 3 (Three) years; In case firm is a manufacturer upload the registration document &
incase Dealer upload dealership document.
2. (b) Photocopy of the purchase order executed in the last five years in same name and style. The
firm should have executed at least 25% of tendered quantity/amount of jobs for Supply,
Installation, Testing & Commissioning of the quoted equipment successfully preferably in the
government/semi government/PSU/Autonomous/co-operative/Reputed Private organizations
since last 5 years. The firm should upload copy of performance certificates and copy of purchase
orders issued by the purchasers along with the Technical Bid or as mentioned in the conditions in
particular item.
3. (c) The annual turnover of the firm should not be less than 50% of work value since last 3 years
(out of last 3 years).
4. (d) The bidder should not be Black listed by any Federation/organization/institution/government
or semi government departments of states or GOI. Please submit Affidavit mentioning the same
on Rs. 100.00 stamp paper.
(e) The Firm should have their regional office or service center in North India Region.
2.2 The bidder should be registered under office of competent authority or under statuary bodies at
the time of bid opening in the same name and style. In order to support this the bidder has to
submit:-
Copy of the Registration Certificate issued by the Registration of firm in case of firms of
proprietary nature. or
Copy of partnership deed in case of partnership firms. or
Copy of article of association in case of Pvt. Ltd. Companies. or
Copy of registration certificate for firms registered with NSIC/Central or State Govt. Department /
Local bodies for similar work. or
If the firm is a dealer of the equipment, please submit authorized Dealership letter for the current
period.
2.3 The bidder annual financial turnover in the same name and style during any one of the last three
years shall not be less than 50% of tendered work cost. In order to support this, Certificate issued
by Chartered Accountant may be uploaded.
43
2.4 Bidder should have credentials for satisfactory performance for the last 5 year. To support this
the bidder has to upload :-
Purchase orders, along with Completion/Performance Certificate issued by government/semi
government/PSU/Autonomous/co-operative/Reputed Private organizations during last 5 years.
Self attested photo copies of above defined documents should be uploaded in the Technical
Bid.
2.6 Bidder's firm should be registered with GST. To support this bidder has to submit photocopy of
GST Registration Certificate duly renewed by the competent authority.
3.0 The bidder will post a supervisor at work site who is well qualified, trained and having sufficient
experience on the job. The supervisor will be assisted by a team of skilled and semi skilled
technicians. The team along with the supervisor must remain and work continuously on the site
and report for the work on site within a week of the receipt of materials at site or the information
regarding readiness of site by the DUSS, otherwise Federation will be at liberty to cancel the
order, and assign the work to any other party at the cost and risk of the bidder.
4.0 The bidder may be allowed to work round the clock in the interest of work on written request.
5.0 The material must be dispatched within the given time after the receipt of work order in minimum
number of lots.
6.0 The bidder will be responsible for timely payment of wages to his workmen latest by 7th
of the
following month. In case there is any delay, Federation would be at liberty to make payment of
wages to these workmen on behalf of the bidder which will be adjusted form his bills. However
this will be in no way reduce the responsibility of bidder for payment of wages as per the labor
laws in the state to which the contractor will be solely responsible.
7.0 The bidder will submit fortnightly progress report in the prescribed Performa. The measurement
of work done would be jointly recorded by his supervisor and Federation site engineer and would
be sent it along with the progress report.
8.0 The bidder shall give all necessary personal superintendence during the execution of the work as
long as Federation engineer may consider it necessary. Any directions, explanations, instructions
or notice given by the Engineer-in- charge to the supervisor of the contractor shall be treated as
there have been given to the bidder himself.
9.0 The Site engineer/Engineer in charge of the federation, with the approval of the Managing
Director, UCDF shall have power to make any alternations or addition to, or substitutions in the
original specification and the contractor shall be bound carry out the work in accordance to the
instructions which may be given to him in writing signed by the Site engineer/Engineer in charge.
10.0 If the bidder or its employee shall break, deface or injure or destroy any part of a
machine/building on which they are working or if any damage shall happen to the
machine/building while the work is in progress, from any cause whatsoever, the bidder shall make
the same good at his own expenses or in default, the Site engineer/Engineer in charge of the
Federation, may get the same repaired at the cost of the bidder and deduct the expenses inured
from his pending bills.
11.0 The bidder shall be liable to the provisions of any acts, regulations may therein relating to the
workman and the acts.
12.0 The bidder shall be responsible for all injury to persons or things and for all damages to structural
parts, of properties which may arises from the operations or neglect or him self or any of his sub-
contractors employees. The bidder shall indemnify the federation and held them harmless in
respect of all and any expenses arising from any such injury or damage to persons or property as
foresaid and also in respect of any claim made in respect of injury or damage under any Acts of
Government, or otherwise and also in repeat of award of compensation of damage consequent
upon such claim.
44
13.0 The bidder shall indemnify the management whether under the workman‟s compensation Act, or
any other statute in force during the currency of the contract or any common law in respect of any
employee of the contractor or any sub-contractor.
14.0 The bidder may authorize in writing any employee of the bidder to exercise all or any of the
powers vested in him under this contract with intimation to the management in writing.
15.0 The equipment repaired/supplied by the contractor should be guaranteed by him for satisfactory
performance for a period of 12 month from the date of repairs/supplies. You will undertake to
repair/replace the defective parts-free of charge in case of defects/faulty operation during the
guarantee period.
16.0 Bidder will submit the design and complete construction details with drawing or all equipments,
etc, before undertaking their fabrication. Provision of future expansion would be kept in all
electrical switch boards, control panels etc, you will also submit the layout of electrical cables,
piping etc, to be laid in the plant.
17.0 In the event of awarding sub- contract to any of the parties by the bidder for the
manufacture/supply/erection of any part/spares/components that will be used in the order
equipment, the contractor mist furnish details about his sub-contractor their experience,
specialization etc. The sub contract can be awarded by the contractor only after obtaining written
approval by federation. In the event of sub-contract also, the prime fascia responsibility rests on
the contractor regarding quality, quantity, guarantee and warranty of the materials supplied work
done by the sub-contractor.
18.0 The federation may at any time, by notice in writing, summarily terminate the contract without
compensation to the contractor is adjudge insolvent, in case of company is would up voluntarily
by the order of court or a receiver or the contractor commits any breach of contract herein
specifically provided for.
19.0 Force majeure clause: The terms and conditions mutually agreed upon shall be subject to force
majeure clause as noted as: “Neither the bidder nor the federation shall be considered in default in
performance of its obligations hereunder, if such performance is prevented or delayed because of
war, hostilities, revolution, civil commotion, strike, earthquake, epidemic, accident fire, wind,
flood or because of any law, order proclamation, regulation or ordinance of any government or of
any act. Of God or any other causes whether of similar or dissimilar nature, beyond the reasonable
control of the party affected, should one or both the parties be prevented from fulfilling his, their
contractual obligations by state of force Majeure lasting continuously for a period of six months
the two parties should consult each other regarding the future implementation of contract.
Manager Director
UCDF Ltd, Haldwani
45
UTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,
Mangal Parao, Haldwani, Nainital
SPECIAL TERMS AND CONDITIONS
S.N. Description
1.0 Work Experience: The Firm should have executed at least 25% quantity/amount of tendered
work, of the same nature & of equivalent amount in last 5 years. Please upload purchase order
and their work completion/performance certificate.
2.0 For any work partly done, payment shall be made at proportionately reduced rate as per
assessment of the engineer in-charge.
3.0 Price Escalation: The prices are fixed and any price escalation in rate what - so-ever, shall not
be demanded by you, except Govt. levies, which shall be permissible against furnishing of
documentary proof for the same by you. The bidder should take into account all fluctuations of
the market as no claim shall be entertained on this ground during the acceptance of the tender
and the currency of the contract.
4.0 Basis of rate: The tendered rate shall be deemed for the complete item of work in all respects and
shall include all tools and plants, packing and forwarding, insurance, freight, carriage of materials
to site, stacking and removal charges of any rejected materials, GST/ all prevailing taxes in force
from time to time, ie the rates should be FOR site inclusive of all.
5.0 Liquidated damages: The work must be completely finished to the entire satisfaction of the Site
Engineer/Engineer-In-Charge UCDF, or his representative, within mentioned time from the date
of receipt of order failing for which penalty will be imposed at the rate of 0.5% per week subject
to a maximum of 10% of the total cost of work or part of it (in case there are independent works).
The date of commencement of work shall be such on which the date the purchase order is given
to the bidder or it is mentioned in the work order specifically. If there is any delay due to not
availability of site by the DUSS to the bidder, the bidder will not be responsible for such period
of time. The availability of work site/ arrangements by the DUSS required if any (necessary for
completion of work but not in the scope of contractor) will be provided by the DUSS on time as
per bidder‟s request.
6.0 Arbitration: All disputes or differences, in respect of which the decision is not final and
conclusive, shall on the initiative of either party be referred to the arbitration order of prevailing
cooperative society Act to the Director Dairy Vikas Uttarakhand/Registrar Dairy Co-operative
Societies Uttarakhand.
7.0 The tender Technical Bid documents are to be addressed to " Uttarakhand Cooperative Dairy
Federation Ltd, Mangal Parao, Haldwani (Nainital)" and should be submitted in sealed cover with
the name of the tender notice and name of the work on the cover. The sealed cover should also
bear the name and full address of the bidder. The tenders should be sent by the registered post/
speed post/ courier in sealed covers. UCDF will not accept any excuse for non receipt of tenders,
in time, due to loss or delay in postal services.
8.0 All the tenders should be submitted in two bid system i.e. Technical Bid and Financial Bid in
tender portal.
9.0 Incomplete, irrelevant or conditional tenders are liable to be rejected. Tenders not submitted on
proper forms i.e. BOQ form, will not be considered.
10.0 Agreement: The successful bidder shall be required to enter into an agreement with the
Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani (Nainital), on non-
judicial stamp paper of Rs. 100.00 Value, for execution of the work for which the tender has
been accepted. In case of Partnership firms, the Agreement must be signed by the partners or by
the person holding power of attorney on behalf of the firm. In the later case a only attested copy
of the power of attorney must be submitted to the UCDF. The partnership firms should enclose
46
photocopy of the partnership deed and an attested copy of power of attorney for signing.
11.0 Earnest Money Deposit : All bidders should deposit earnest money with the tender as per
following details if not specified in tender notice.:
(a) For cost of work up to Rs. 25.00 Lakh @ 3%
(b) For cost of work above Rs. 25.00 Lakhs @ 2% (minimum 75000.00)
All tender bids should be accompanied by earnest money deposit either in the form of a Demand
Draft drawn on any Nationalized Indian Bank/Scheduled Bank/reputed private Indian bank or
any first class Foreign bank operating in India, Term Deposit Receipt/ Fixed Deposit Receipt,
Bankers Cheque issued by any Nationalized Indian Bank/Scheduled Bank/reputed private Indian
bank or any first class Foreign bank operating in India in favor of Uttarakhand Cooperative
Dairy Federation Ltd, Mangal Parao, Haldwani (Nainital) payable at Haldwani with the tender
form. In general, the validity of EMD should be 90 days from the last date of validly of the tender
, but the period may be extended as per requirements.
All bidders may note that EMD submitted in the form of a cheque will not be considered. EMD
may also be deposited in the form of cash with the account section of the UCDF and cash receipt
should be attached with the tender.
Any tender bid which is not accompanied with the Earnest Money Deposit will be summarily
rejected and no exemption shall be granted to any of the bidders in this regard.
Note: The rebate or exemption in the EMD will be provided to the firms registered with Micro,
Small & Medium Industries Department Uttarakhand only as per provisions of Uttarakhand
government order no: 261/VII-2-14/143-industries/2003, dated- 19.03.2014 or any amendment
issued by the Government of Uttarakhand only. Please attach a copy of the rule (issued by the
government of Uttarakhand) under which such exemption is claimed as documentary proof.
EMD of unsuccessful bidders would be returned within 120 clear days from the date of opening
of the tender bids. However, no interest shall be paid on EMD for the period during which it lies
with the UCDF.
EMD of successful bidder will be kept as Work Completion Security for a period as mentioned in
the Uttarakhand Procurement Rules 2008.
12.0 16. Performance Security:
(i) To insure due performance of the contract, successful bidder shall be required to deposit and
keep to be deposited with the UCDF a sum equivalent to 10% of total contract value as
Performance Security. The performance security may be furnished in the form of account payee
Demand Draft/ FDR/TDR/Bank Guarantee in an acceptable form safeguarding the organization‟s
interest in all respects.
(ii) Performance security should remain valid for a period of 60 days beyond the date of
completion of all contractual obligations of the bidder, including guaranty obligations in the
guaranty period , which is 1 (one) year from the date of successful trial & commissioning of the
equipment.
(iii) EMD/Bid security should be refunded to the successful bidder on receipt of performance
security.
(IV) Performance Guaranty Period/Defect Liability Period: This period will be 1 (one) year
from the date of successful trial and commissioning of the equipment/plant. The bidder should be
responsible for removal of any defects free of cost in this period. After this period, the bidder will
be responsible for removal of defect on payment basis ie. After sales services will be provided by
the bidder well in time. Or as mentioned in the special conditions for particular item.
13.0 Work Security Deposit: The successful bidder shall be required to deposit and keep to be
deposited with the UCDF a sum equivalent to 5% of total contract value as work security
deposit within 15 days from the date of signing of the contract. The EMD deposited by the bidder
47
will be adjusted in the security deposit. This security deposit shall be released to the contractor
after supply of the Material as per specifications in good condition and its verification at the work
site. However no interest shall be paid to the contractor on the security deposit. In case of any
delay occurred, or in the event of cancelation of contract due to non compliance with any terms
& conditions of this contract by the contractor, the work security deposit is liable to be forfeited
by UCDF.
14.0 All work shall be executed strictly in accordance with the General Specifications of the
equipments.
15.0 The Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani shall not be
responsible for supply of any material.
16.0 When the tender is accepted, the contractor shall have to notify the names of two of his
authorized representatives, of whom will have to be always available at the site of the work.
17.0 For steam and water installations, the contractor will have to employ C.I.B.'s licensed persons if
he is not a licensed repairer himself.
18.0 Any claim during the periods of contract for extra items etc. will be submitted in writing within a
week of such claim having arisen failing which the claim may not be entertained.
19.0 All materials brought for use of the work shall have to get approved by the engineer in charge
before actual use.
20.0 Samples of all items of work to be executed will have to be got approved by the engineer in
charge, before execution.
21.0 The site will be cleared by the contractor of all surplus or waste material, dirt, debris etc. on
completion of the work for which no extra payment will be made.
22.0 The contractor will have to make his arrangements for tools and equipments for all works.
23.0 The total value of the tender should be mentioned in the tender offer appended hereto which has
to be submitted along with the tender.
24.0 An attested copy of the latest trade tax registration, service tax registration should be enclosed
with the tender.
25.0 Charges for erection and commissioning should be indicated clearly & separately, if applicable.
26.0 Validity of Tender: The bidder are requested to keep their offer open for 90 (ninety) days from
the date of opening of the tenders. If any bidder withdraws his tender before the expiry of the said
period, the UCDF may allow withdrawal but in such case the EMD deposit by the bidder may be
forfeited. If the federation does not allow the withdrawal and accept the tender and the bidder
fails to perform his part of the contract, the EMD deposited by the bidder shall be liable to be
forfeited besides other consequences of breach of contract.
27.0 The tenders should be accompanied by the technical details and drawings of the materials, if
applicable.
28.0 If subsequent to the submission of the tender offer, the bidder alters or modifies contents of his
tender, which are not acceptable to the UCDF, the tender shall be deemed to have been
withdrawal by the bidder.
29.0 Payment for supply, installation, testing and commissioning contract:
(i) 30% advance on acceptance of the order on signing of the agreement, against submission of
the Advance Bank Guarantee as per terms of the contract/ purchase order issued by any
nationalized Indian bank/scheduled bank/reputed private Indian bank or first class foreign bank
operating in India for 36% value of the contract/purchase order value (30% advance payment and
20% interest on the advance amount), valid for a period of 3 months from the date of receiving
the advance payment.
(ii) 50% payment of the contract/purchase order value after safe receipt of the good at site and
material verification at site.
48
(iii) 10% payment of the contract/purchase order value on completion of the erection of the items.
(iv) 10% balance payment on trial and commissioning of the plant against Performance Bank
Guarantee of 10% of the contract/purchase order value, valid for a period of 12 months
(Performance Guarantee Period) from the date of successful commissioning of the plant, issued
by any nationalized Indian bank/Scheduled Bank/reputed private Indian bank or first class foreign
bank operating in India.
* If the site clearance is not given by the expiry date delivery-erection schedule as per the
contract/ purchase order, balance 25% payment may be made against a Bank Guarantee of an
equivalent amount issued by any nationalized Indian bank or first class foreign bank operating in
India valid for a period of 12 months.
II- For erection/service/overhaul component only:
(i) 30% advance on acceptance of the order on signing of the agreement, against submission of
the Advance Bank Guarantee as per terms of the contract/ purchase order issued by any
nationalized Indian bank/ Scheduled Bank/reputed private Indian bank or first class foreign bank
operating in India for 12% value of the contract/purchase order value (10% advance payment and
20% interest on the advance amount ), valid for a period of 3 months from the date of receiving
the advance payment.
(ii) 55% payment of the erection/service/overhaul of the equipment on group basis.
(iii) 15% balance payment on trial and commissioning of the plant.
III- For Supply Items only:
(i) 90% payment of the cost of the material will be paid to the party after safe receipt of the
materials in store at site and material verification.
(ii) 10% balance payment shall be made to the firm against submitting the performance security/
security deposit which may be in the form of Performance Bank Guarantee of 10% of the
contract/purchase order value, valid for a period of 12 months from the date of supply of the
material , issued by any nationalized Indian bank or first class foreign bank operating in India.
30.0 Any statutory approval from the local government authority‟s viz. Chief Boiler Inspector,
Electrical Inspector, Factory Inspector etc, shall be obtained by the contractor. The bidder shall
have to attach with the tender certificates from competent authorities of having similar works
done, during previous years.
31.0 Federation has the right to reject any or all the tenders without assigning any reason.
32.0 The bidders are advised to see the site of work before tendering.
Mode of payment:- Payment for the work executed, in part or full, shall be made through Multi
city cheques/RTGS/ DD by UCDF Ltd/DUSS for which bank charges will be borne by you.
The bills should be issued in the name of “concerning DUSS Ltd”, in A/C of U C D F, Ltd,
Haldwani or as per instruction given in the Purchase Order.
33.0 General Membership: The successful bidder will have to deposit Rs. 100.00 as membership
with the UCDF. This will be one time general membership fee. If any bidder has already
deposited this amount once, he need not to deposit the money in future.
34.0 Tender Fees: The bidder will have to deposit the tender fees as mentioned in NIT.
35.0 Technical Specification: The technical specification of individual machine/equipment will be
given in the NIT. Any other special conditions/eligibility criteria may also be mentioned in the
Technical Specification for the particular machine/equipment. The successful bidder will have to
follow the specifications.
36.0 Any Government order, issued by the Uttarakhand Government, from time to time, will be
binding to both parties and similarly tender conditions will be amended.
Manager Director
UCDF Ltd, Haldwani
49
Technical
Specifications
And
Scope of Work
50
Item No: 1
Name of Work: SIT&C of D.G. Set, Capacity- 62.5 KVA with accessories. Quantity: 1.0 unit
Location: Chamoli Dugdh Utpadak Sahakari Sangh Ltd., Matli, Chamoli.
Technical Specification of 62.5 KVA DG Set
Diesel Engine:-
Kirloskar Green/ Greaves/ Volvo penta/ Perkins/ Ashok Leyland/ Catter Pillar/ Cumins/ Kohler
make water cooled engine with cold starting, compression ignition, 4 stroke high speed diesel engine
developing minimum 83 BHP at 1500 RPM under NTP conditions to IS-10002, BS-5514, DIN-6271,
IS-3046/ latest any other government of India Norms as appropriate, with 10% over load for 1 hour in
each 12 hours. The engine will be complete with following accessories: -
a. Dry type Air Cleaner
b. Expansion bellow
c. Lube Oil Filter
d. Lube Oil Cooler
e. Governor Class A1 as per ISO 3046 or A2 Governor as per IS-10000/latest government of India
Norms
f. Fly wheel with starter ring
g. V- Belt driven axial flow blower.
h. Centrifugal bypass Filter.
i. Exhaust Silencer.
j. Coupling
k. Fuel Filter and Fuel lift Pump and fuel oil filter.
l. 12-volt electrical starting system with starter and alternator.
m. Hour Meter
n. Engine Control panel consisting of OFF/ON/START keys, ammeter, Lube Oil Pressure Meter,
Water Temperature Gauge, Charging Ammeter.
o. Flywheel with starter ring.
p. Lube oil temperature Gauge.
q. Exhaust Gas driven Turbo Charger.
r. Radiator, Radiator fan with mounting.
s. Engine Protection system for Low Lube Oil Pressure, High Water Temperature.
The Engine will be supplied with all the standard accessories as per the manufacturer‟s standards.
The complete generator set should be equipped with acoustic enclosure to meet the present noise level
norms (maximum noise level should not exceed 75 Db) fixed by central/state pollution control boards.
Alternator:-
Make- KIRLOSKAR GREEN/Crompton/Leroy Sumer/Stamford self excited, self regulated 62.5
KVA brushless type, 0.8 power factor, 3-phase, 415 Volt, 50hz cycle, 4 wire provided static excitation
running at 1500 RPM under NTP condition, class F insulation, single ball bearing with standard
accessories. The alternator should be suitable for tropical climate and shall generally confirm to IS:
4722/latest government of India Norms. The salient features of the alternator are:-
+ 1.5% voltage regulation (max) in static conditions.
IP : 23 protection with class „H‟ insulation.
Permanent lubricating bearing.
Permissible overload of 10% for one hour in 12 hours of operation.
51
1. Battery with suitable copper lead- Make Exide or Equivalent, 12v, 180AH, and Battery charging
system - 1set
2.Fuel Tank of 150Ltr or suitable for 8 hours running whichever is higher.
3. The complete system should be mounted on Suitable AVM Pads
4. Base frame
5. Standard control panel with suitable MCB, Ammeter with switch, Voltmeter with selector switch,
frequency meter, bus bar, indicating lamps with complete fittings as required.
ACCESSORIES
BASE FRAME
Heavy duty base frame of sturdy design made of M.S. channel with necessary reinforcement and pre
drilled holes
Specification of Acoustic Enclosure Canopy
The canopy should be made by the original authorized equipment manufacture and factory fitted
to meet the prevailing BIS Standards.
Construction-
Acoustic Enclosure:
Acoustic enclosure, modular in construction, shall be powder coated and fabricated out of 16 SWG
CRCA MS sheet. The silent canopy shall be of nut bolt type construction. Critical processes of punching
is done on CNC machines to maintain dimensional accuracy of holes within 0.1 mm. Powder coating is
done after seven-tank surface preparation process of sheet metal. Canopy panel and doors shall have
inside lining of FIRE-RETARDANT foam as acoustic material. Four hinged doors shall be provided to
canopy, one door shall have glass window for control panel. Durable industrial locking system should be
provided on doors.
Base Frame:
Base frame is fabricated either in ISMC channel or in sheet metal. The base frame will be primer coated
and painted. The base frame is rugged in construction and designed for mounting engine and alternator
close coupled, with cross members mounted on AVM. The base frame shall have provision for
mounting of acoustic enclosure & control panel on it. The base frame is having provision of lifting hook
for convenient lifting of complete set, i.e. along with canopy, engine and alternator.
Performance Parameters
The average sound level, when measured in green field condition (ISO 3744 OR 8528 PT 10) at 1-
meter distance from all four sides shall be less than 75-dBA averages or as per CPCB norms.
The average stabilized hot air temperature rise with in the canopy is maintained with in 10 C over and
above ambient temperature.
SILENT CANOPY FEATURES
Canopy fabricated on machines with dimensional accuracy of 1mm.
Canopy is powder coated after passing through seven tank processes.
Canopy is lined with acoustic foam, which is non-igniting /Fire Retardant (confirming to BS 4735/BIS
7888).
No grouting required on the ground, only a level surface capable of withstanding the DG weight.
Designed for installation in open-air conditions.
Lockable doors provided.
Lockable fuel filling arrangement provided external to the canopy.
Residential Silencer is housed in the canopy.
Externally accessible emergency stop button.
Doors should be gasketed with high quality EDPN gaskets.
The exhaust gases shall be taken out through a suitable flexible pipe to prevent any back pressure on the
engine.
52
Thermal Insulation:
The exhaust system and noise suppressor shall be provided with thermal insulation by using fire
retardant/non igniting foam conforming to BIS7888/BS 4735 to prevent excess heat radiation on the
engine and safe for operator.
Noise suppressor: (Silencer)
Absorption type Non resistance Residential Silencer insulated from inside with glass wool shall be
provided to suppress exhaust noise from the engine.
Wiring and Lighting:
PVC copper wire concealed in flexible conduit with florescent tube light/bulb with MCB shall be
provided.
Surface Treatment-Painting:
The enclosure surface shall be suitably treated for degreasing, de-rusting and phosphate. High quality
powder coat treatment/paint shall be used.
Canopy lights: one no. DC bulb to be fitted with suitable toggle switch and wiring.
Temperature rise inside the canopy
The maximum permissible temperature rise above the ambient shall be 5oC to 7
oC.
Emergency Push Stop Button
The canopy shall have provision of emergency push button, which shall be housed in a protective
enclosure with a glass front.
Performance:
The sound level shall be less than 75 db at a distance of 1 meter. The temperature difference between
ambient and air inlet at air cleaner within the enclosure will be maintained well within 5-7 deg
centigrade. The measurement of noise will be as per ISO 3744/ISO 8528 (part 10) standard. This meets
CPCB norms.
All other requirements that are essential to make the DG set compliant to CPCB norms for noise
reduction shall form part of technical requirement
Quantities for Installation, Testing and commissioning
1. Supply, Installation, Testing & Commissioning including shifting of DG set on existing foundation,
battery charging and testing of the set including supply of diesel and mobile for twelve hours testing on
full load including, fixing of panel -1 Job
2. Supply and fixing of M.S. exhaust pipe of suitable dia, with 12 mm asbestos rope inside the room and
the exhaust pipe should be 3 meter high outside the building. Extension of the exhaust piping – Approx.
6 meters.
3. Supply and laying of G.I. Earthing by 600X 600X 6 mm of G.I. plates with charcoal, salt 19 mm dia
watering pipe, 300X 300X 300 mm G.I. chamber with digging, cover etc and complete civil work (3 for
Neutral and 1 for Body) - 4 nos.
4. Supply and fixing of suitable size G.I. strip 50 x 5 mm to connect body and neutral -1 Job (Appro.
80 meters.)
5. Supply and laying of suitable 3.5 core 95 sq. mm Aluminum armored cable with suitable Lugs
and gland. - 50 Mtr
6. Supply and fixing of Suitable rating 125 Amp 4 pole load change over (L&T Make/Simence/ or
equivalent make) - 1 Job
7. Fuel piping with PVC pipe with suitable clips - 1 Job
8. Electrical Inspector approval -1 Job
9. Electrical Inspector Approval
Note:-
53
1.0 The concrete foundation/Floor will be provided by the milk union. The contractor will obtain the
Electrical Inspector Approval. However necessary Fee will be deposited by the milk union. The first
service should be free of cost. The rates should be inclusive of all above works.
2.0 The rates should be inclusive of all the prevailing taxes and duties.
3.0 Technical Details & Make of Items provided by the manufacturer should be provided with the
technical bid.
4.0 The tenderer should be a valid authorized dealer and should submit his work experience certificates
with the technical bid.
54
ITEM NO-2
Name of work : SIT&C of Automatic Paneer Making Unit.
Place of work/Supply:
1- Nainital Milk Union, Lalkua, Nainital – 1 No.
2- Dehradun Milk Union, Raipur Road, Dehradun – 1 No.
Technical Specifications and Details of Equipments required for
Automatic Paneer Making Unit
Complete unit will consist of following equipments:-
I- Milk Heating system: Capacity 1500 LPH
Skid mounted milk pasteurizer will be used to heat milk at 92±2 deg. Celsius, hold the heated milk
for 10 minutes and cool the milk at 75±2 deg. Celsius, then discharge it in to a Coagulation Tank.
TECHNICAL SPECIFICATIONS & SCOPE OF SUPPLY FOR SKID
MOUNTED MILK PASTEURISER: - 1 No.
Capacity : 1500 LPH
Product : Milk
Raw Milk Feed Tep. : 40 C
Temp Program : 4-45-65-92-75 0 C
Holding of Milk at Past. Temp : 10 minutes in S.S.-304 Tubes
MOC of Plate : SS-316
Make of plate : Tetra Pack/GEA/Sondax/IDMC or equivalent
Material Of Gasket : NBR Food Grade, Glue less
Regeneration Efficiency : 90%
Sections : Heating/Regeneration-1/ Regeneration-2/Cooling
Hot Water Flow : 1:2 ratio at 950 C
Tap/chilled Water Flow : 1:3 ratio at 1.50 C
Utilities:
Hot Water @ 3000LPH at 950 C
Chilled Water @ 4500 LPH at 1.50 C, preferably Tap water at room temperature will be used to cool
the milk from 920 C to 75
0 C.
1.0 Plate: Heat Exchanger-Tetra Pack/GEA/IDMC/Sondax or equivalent reputed make suitable for
Milk Pasteurizer.
The plates shall be made of AISI-316 stainless steel in sanitary design. All the product contact and
exterior surface shall be easily accessible or readily removable for cleaning and inspection.
1.2 Gaskets: The sealing game must ensure complete sealing and prevent any cross- leakage
between product and service liquids. Gaskets shall be of sanitary type and shall continuously bonded
to the heat transfer surface. The gaskets should be glue less type i.e. clip in/lock in type made of
Nitrile.
The gasket material shall be food grade, non-toxic, fat resistant, non-absorbent and shall have
smooth surface. The material shall withstand a water sterilization temperature of 100 Deg. C. and
2% caustic solution at 80 Degree Centigrade.
1.3 Supporting Frame: The supporting frame for the plate pack shall be of a self supporting
design made of stainless steel (AISI 304) claded mild steel with a manually operated stainless
steel (AISI) tightening device. The tightening device shall be able to exert uniform pressure on
all the parts of heat transfer plates to prevent any leakages from pasteurizer. The frame and
55
tightening device shall prevent the plates from deflecting under pressure differential of minimum
4 kg/sq.cm.
1.4 Accessories
1.4.1 Inlets/Outlet: The inlets and outlets in each section of the heat exchanger for products as
well as services shall be provided with complete stainless steel (AISI 304) unions. The adaptor
for ready connection of service connection is also included.
1.4.2 Thermo-wells: SS (AISI 304) pockets for thermometer on required ports for product and
service Intel and outlet connections. Suitable nos. of pockets are included. Each pocket shall be
complete with a SS (AISI 304) guard of at least 200mm length for mounting thermometers. First
time supply of thermometers are also included in the scope of bidder.
1.4.3 Bell Feed: The frame shall be provided with adjustable SS ball feet with provision for
minimum 50 mm height adjustment.
1.4.4 Tools: Essential special toots shall be supplied with the plant.
2.0 Holding Section: It shall be designed for contiguous holding of the product for 10 minutes,
at the Pasteurization temperature 920 C, in SS-304 tubes. The SS tubes will be mounted on SS
frame.
3.0 Float Balance Tank: The float balance tank of 100 ltr shall be fabricated from 2 mm
thick SS sheet conforming to (AISI 304). The tank shall be provided with cover, sanitary type
SS(AISI 304) float valve with the product inlet. Cup type outlet, return Product inlet, inlet for
water, over flow and adjustable SS ball feet. The float valve shall be designed to give the rated
flow rate and withstand an inlet pressure of 1.5 kg/aq.cm.
4.0 Feed Pump: The Pasteurizer stainless steel milk feed pump shall be sanitary steel should
with louvers for air cooling and suitable design as per dairy standard. Its capacity shall be
adequate to facilitate efficient CIP. The TEFC drive motor shall be fitted with stainless
arrangement for cable connection. – 2 Nos.
5.0 Flow Controller: Flow Controller (Flow diversion valve) for product- Stainless steel
flow control device is required to maintain the required flow rate under varying pressure
conditions. The flow controller shall be of a sanitary design.
6.0 SS inline Strainer: It shall contain simple in line strainer to continuously filter the milk.
The extraneous matter will be separated out from milk. The design of the filter should be such
as to facilitate quick dismantling of the filtering element.
7.0 Heating Device: A steam operated water heating system/device of suitable rating should
be provided. The steam connection will be provided by the concerning milk union. The
system/device should be made of S.S.-304 sheet, fitted with necessary valves & it should also
be supplied with the system-1- No.
The system should be equipped with Hot water pump to circulate hot water. It shall be of
required discharge, coupled type in industrial design in standard construction.- 2.00 Nos.
8.0 Automatic controls shall be provided to ensure pasteurization temperature of product
shall have to be manually diverted against a blowing alarm. The instrumentation and control
panel shall be made in standard execution built to dust and vermin proof design. The control
panel shall be leg supported and house the following components all pre-wired to terminal
strip:
8.1 On off controller for temperature of pasteurized product with display of set temperature
and actual product temperature. The controller has a facility to automatically tune to the
requirement of set temperature.
8.2 Two point circular chart recorder with design display of temperature of pasteurized
product and chilled product at the outlet of pasteurizer. The temperature recorder has
microprocessor based with functional key facility for zero and span calibration.
56
8.3 Digital temperature indicator for chilled water inlet shall be provided.
8.4 Audio alarm with goober and acknowledge and reset push button.
8.5 Auto manual selection switch and forced forward flow provision
8.6 Incoming on/off switch for control supply.
8.7 One set of „ON‟ and „OFF‟ push buttons with indicating lamps and suitable inscriptions
shall be provided for operation of motors of various module. (Two numbers spare push
buttons are included)
8.8 Panel shall be supplied with starter and 4 Nos isolators for the milk pump and Hot water
pump.
8.9 Indication lamp for showing the position of flow diversion valve (forward/diverted mode).
9.0 Pipes and Fittings (SS 304): All inter connecting pipes with necessary fittings for product
and service shall be supplied within the specified battery limits and exclusions)
9.1 Product: The supply shall include all the necessary SS 304 pipes and fittings from float
balance tank to the finished pasteurized Product outlet as required to inter connect the above
equipment. The piping Pasteurized Product outlet as required to inter-connect the above
equipment. The piping to and from separator and homogenizer is excluded from the scope
unless otherwise specified.
9.2 Hot Water: The supply shall also include necessary SS 304 pipes and fittings for pumping
hot water to the heating section of the Pasteurizer and return to the hot water set.
II-Coagulation Tank/Vat: capacity- 750 litrs, 2 nos,
It will be used to mix Citric Acid in hot milk for coagulating it. The shape of the vat will be
rectangular with following minimum dimensions:
S.N. Parameters Inner size (mm) Outer size (mm)
1 Length 1550 1654
2 Width 900 1008
3 Depth 600
4 Over all height 925 mm
5 Outlet/ discharge valve AISI-304 grade 3” dia ball valve
6 Covers Loose covers in two halves
7 Agitation Manual by milk plunger, in bidders scope
8 Height of discharge valve above
floor level
1400 mm above floor level, for this AISI-304, 50
mm dia pipe support with adjustable ball feet (up
to 50 mm screwed) should be provided. Legs- 4
nos
9 Material of construction AISI-304 grade 2 mm thick sheet for both inner &
outer layers.
10 Insulation Suitable insulation of Glass wool should be
provided
III – Paneer Hooping Tank, capacity- 500 litrs, 2 nos,
It should be a vat with perforated plate at bottom and frame to hold paneer hoops for filling
from the coagulation tank/Vat. The shape of the Paneer Hooping Tank will be rectangular with
following minimum dimensions:
S.N. Parameters Inner size (mm) Outer Rim size (mm)
1 Length 1250 1300
57
2 Width 750 808
3 Depth 600
4 Over all height 875 mm
5 Outlet/ discharge valve AISI-304 grade 2” dia ball valve
6 Height of discharge valve above
floor level
250 mm above floor level, for this AISI-304, 50
mm dia pipe support with adjustable ball feet (up
to 50 mm screwed) should be provided. Legs- 4
nos
7 Material of construction AISI-304 grade 2 mm thick sheet for inner layer,
the sheet should be folded out side to make Brim,
in 50 mm width.
8 Perforated sheet AISI-304 grade 2 mm thick sheet, fitted 300 mm
bellow the top of tank.
9 Safety pipe 2 sets, 38 mm dia, to support the paneer mould on
it, fitted 50 mm bellow the top of tank.
Image of Typical arrangement of Paneer Hooping Tank
IV- Pneumatic Paneer Press Machine & Paneer Hoops ( Dim. Are approx.:
Paneer Hoops:
No. of hoops required: 18 nos.
Weight of Paneer Block/hoop - 15 kg.
It should be made of AISI-304 grade, 2 mm thick stainless steel sheet.
Dimensions: Inner (Approx)-
Base plate - 400mm x 400mm x 150 mm
Intermediate plate - 393mm x 393mm x 135 mm
Top loose plate - 407mm x 407mm x 15 mm
Paneer Press Machine:
No. of Paneer press machine required: 02 nos.
Base table:
Main frame – 50mm SQR pipe made of AISI-304 grade stainless steel.
58
Tray – 4 mm AISI-304 sheet
Mounting channel – 5” STD. channel, preferably 304 grade S.S.
Overall Dimensions:
Pressing stations No. of Hoops Main frame
(LxBxH) mm
Tray
(LxBxH) mm
Mounting
channel
(LxBxH) mm
3- stations 1/2/3/4/5/6 1800x800x600 1800x800x50 1800x1100x125
Hoops will be placed in 3 or 4 numbers one above another at one pressing station. There
should be 3 pneumatic pressing stations in one Paneer press machine mounted on a single
platform.
Both the Paneer pressing machines should be equipped with Auto control panel.
Technical details: Approx.-
Pressing
station
Length
in mm
Top of
cylinder
above
floor
Width
in mm
Width
of
hoop
in mm
Size of
Pressing
plate in
mm
Cylinder
stroke
Cylinder
bore in
mm
3-
stations
1845 1870 800 175-
200
350x350x15 500/450/400/
350/300/200
80-100
Image of Typical arrangement of Pneumatic Paneer Press Machine & Paneer Hoops
59
ITEM NO-3
Name of work- S.I.T.& C Refrigeration Unit consisting of Ammonia Compressor, IBT coils and
condenser coils
Location: Dehradun Milk Union, Raipur Road, Dehradun
Quantity – 1 Job
Functional Requirements:-
Brief Description: The Refrigeration Plant at Dehradun Milk Union has existing Ice Bank Tank in two
Independent compartments. The IBT Coils have 500 RMT Coil in each of the Compartment. One set of
Coil of 500 RMT was replaced a few years ago where as the second set of 500 RMT Coil along with the
Gas & Liquid headers and Oil Drain pipes with Ammonia Valve etc. need to be replaced urgently. It is
also proposed to add one high speed Frick / Kirloskar Ammonia Compressor suitable for 32TR Capacity
and its accessories at-10Deg„C‟ Evaporation temperature along with suitable motor of 50HP along with
VFD, Pressure Transmitter etc. suitable for 50HP Compressor motor. The old Atmospheric Ammonia
Condensers 8 Nos. need to be replaced. The new Condensers made from 50mm dia „Ç‟class pipes and
should be tested at 400 PSIG and Zinc spray galvanized 100 to 110 micron thickness along with headers,
water sprinklers, Ammonia Gas & Liquid valves etc. A brief technical specifications are given here under
for the work involved. However, the interested parties can visit the site to ascertain the quantum of work
and nature of the job involved.
Bill Of Quantity: The details of works to be executed are as given-
S.No. DESCRIPTION QTY.
1.
High speed Frick / Kirloskar Reciprocating Ammonia Compressor Frick /Kirloskar
make of 32 TR Cap. while operating at - 10˚C suction and 40˚C Condensing
temperatures respectively running at 800 RPM apox. A set of standard accessories
for the Compressor shall be as follows:
- Suction & discharge manifolds with isolating valves.
- High, Low and Oil pressure gauges and Cut Outs.
- Capacity Control Solenoid Valves and Accessories.
- Anchor bolts, Tools & Tackles.
- Fly Wheel, Motor Pulley and Gauge Board etc.
1 No.
2.
50 HP, TEFC Squirrel Cage Induction Motor of make ABB / Bharat Bijlee/
Kirlosker or equivalent fitted with ball bearings, suitable on 440 volts,
3 phase, 50 hz AC supply.
1 No.
3.
A suitable VFD for 50 HP Compressor Motor along with pressure transmitter of
reputed make ( Allen Bradley, Siemens, ABB ) enclosed in a sheet metal panel duly
powder quoted.
1 No.
4.
Ammonia Oil Separator of suitable size for the above Compressor complete with
valves and flanged connections etc.
1 No.
5.
Ice Bank Tank Coils made of 32mm NB, M.S.-´C‟ class pipe conforming to IS 1239.
The total length of IBT Coils shall be apox. 500 RMT. The Coils shall be fabricated
and hydraulically tested at 400 PSIG shall be Spray Galvanized along with its Gas &
Liquid Headers. All the IBT Coils shall have M.S. Angle Supports and G.I. Clamps to
support every individual pipe with the support. There will be total 10 Nos. of Coils,8
pipes high and 6.0m Long. The Gas and Liquid Risers of suitable size should also be
spray Galvanized. The gas header size 4”dia and liquid header size 3” dia both 7‟-0”
Long should be galvanized. The liquid header should have the arrangement of Oil
Drain along with Ammonia Valves as required. The Pipe shall be heavy duty „C‟ class
1 Lot
60
TATA make. The job involves, removal of old coils and fixing the new coils thereafter.
In case cleaning of Tank and its painting required, the same shall be carried out by
Milk Union Dehradun.
6.
Ammonia Liquid Feed assembly for the new set of IBT Coils / Accumulator
comprising of with liquid inlet valves like expansion valve, by pass arrangement,
strainer, Electronic level liquid level Controller, Liquid Line Solenoid Valve, oil
drain valve, suction line isolating valve etc. The Insulation& cladding work of
Accumulator if required should be repaired.
1Set
7.
Atmospheric type Ammonia Condenser 20‟ Long x 12 Pipes High from 2” dia M.S.
„C‟ class pipes along with headers duly Zinc Spray Galvanized. Each Condenser coil
shall have 1-1/2”dia Ammonia Gas valve and 3/4" dia Ammonia Valve for liquid
outlet. All the 8 Nos. set of coils should have 4”dia gas header and 3”dia liquid outlet
header duly galvanized. The water sprinkler header over the coils shall be of 2”dia G.I.
„B‟class pipe along with 1”dia GM ball valve, G.I. Union, nipples etc. The job
involves, removal of old Atmospheric Condenser Coils and installation &
commissioning of new coils. This process will be a regular & continuous exercise until
the new Condenser coils are commissioned for operation since it is a running dairy
plant. The planning for this crucial work shall be worked out in consultation with the
Engineering and Production people so that the production should not get hampered.
8
Nos.
8.
M.S. „C‟ class pipes, Valves & Fittings to interconnect the new Ammonia Compressor
to the existing Suction & Discharge Gas headers comprising of ammonia valves, Non-
return valve, oil drain valve, flanges, Nut & Bolts, gaskets etc. to connect with the
existing ammonia system.
1 Lot
9.
Electrical and Electrical wiring materials comprising of Aluminum Armored cables,
cable trays, power &control cables, thimbles, glands etc. for the termination of new
Compressor Motor and controls etc. as required. The Incoming Supply to the new
VFD panel should be made available in the MCC Panel which shall be looked into by
the Milk Union Dehradun.
1 Lot
Note: Necessary shut downs shall be planned in consultation with the Engineering Staff well in
advance so that the working of the running Dairy should not hamper in any way. The supplier should
bring along with all the tools & tackles required for installation. However all necessary help and
cooperation shall be extended to by the Milk Union for the fast execution of the work allotted.
61
ANNEXURE- ”A”
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head) Date:
To,
______________________
______________________
______________________
______________________
______________________
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: ________________________
Name of Tender / Work: -
____________________________________________________________________________________
____________________________________________________________________________________
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned „Tender/Work‟
from the web site(s) namely:
____________________________________________________________________________________
____________________________________________________________________________________
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents
from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which
form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses
contained therein.
3. The corrigendum(s) issued from time to time by your department/ organizations too have also been
taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organization shall
without prejudice to any other right or remedy be at liberty to reject this tender/bid including the
forfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
62
ANNEXURE ‘B’
NON -Black Listed Certificate
(AFFIDAVIT ON A NON JUDICIAL STAMP PAPER OF RS.100/ -)
I, _______________________ sole proprietor/partner/authorized signatory of M/s.__________
_____________________________sole proprietorship/partnership firm/public/private limited company
having its principal place of business/ registered office at.............................................
..................................(Full Address) do hereby solemnly affirm and declare as under:-
1- That I hereby confirm and declare that my/our firm/company M/s............................................ is
not blacklisted/delisted or debarred with any company of Private/Public Ltd. or Government
Company/Semi Govt. deptt. from participating in the tender as on date.
2- That I hereby confirm and declare that my/our firm/company M/s............................................ is
/are not involved in any illegal activity and/or not charge sheeted for any criminal act of theft
and/or any other essential commodity during last five years.
3- That I further undertake that in case any of the facts sworn in as mentioned above and any
particulars mentioned in our application are found other-wise or incorrect or false at any stage,
my/our firm/ company shall stand debarred from the present and future tenders of the
Uttarakhand Co-operative Dairy Federation Ltd. and its associates Milk Union. Besides,
Uttarakhand Co-operative Dairy Federation Ltd shall be entitled to take all such actions as may
be deemed fit including termination of contract, if awarded, without any claim for any
compensation whatsoever on account of such premature closure of the contract.
4- I know that to swear a false affidavit is crimes under the law and with such knowledge only I
have swear this Affidavit. I shall be responsible for any false statement.
(Signature of the Proprietor/ Managing Partner/Director with Seal)
DEPONENT
Verified at ......................... on.....................that the contents of paras 1 to 4 of this affidavit are true and
correct and no part of this is false and nothing material has been concealed or falsely stated therein.
(Signature of the Proprietor/ Managing Partner/ Director with Seal)
DEPONENT
(Signature & Seal of Notary)
63
ANNEXURE ‘C’
(Form of Bank Guarantee against Advance Payment)
(ON NON JUDICIAL STAMP PAPER OF RS. 100/-)
Bank Guarantee No.
1- In consideration of the Uttaranchal Co-operative Dairy Federation Mangal Parao Haldwani there in
after called the UCDF having agreed to grant an advance of Rs……………………………… ……
………….(Rupees…… ………………………………… …………… …….only) to M/s terms and
conditions of an contract/purchase order no………………..dated…………… made between the
UCDF and M/s ……………………………………for the supply erection/commissioning
(hereinafter called the said contract/purchase order) on production of a bank guarantee for Rs………
…… … …… ..( see note 2 below)
(Rupees…………………………………………only)we…….………………………………………
……………… (Hereinafter called the bank) do hereby undertake to pay the UCDF an amount not
exceeding Rs.. …………………………………….. (Rupees……………………………………only)
against any loss/damage caused to or suffered would be caused or suffered by the UCDF by reason
of any breach by the said supplier(s) of any of the terms and conditions contained in the said
contract/purchase order.
2- We,……………………….. do hereby undertake to any the amounts due and payable under this
guarantee without any demur merely on a demand from UCDF stating that the amount claimed is
due by way of loss or damage caused to or would be caused to suffered by the UCDF by reason of
any breach by the said supplier (s) of any of the terms and conditions contained I in the
contract/purchase order, or by reason of the supplier (S) failure to perform the said contract
/purchase order any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee shall be restricted to an amount not exceeding
Rs………………………(Rupees……………………………only).
3- We,………………………………………….., further agree that bthe guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of the
said contract/purchase order and that it shall continue to be enforceable till all the dues of the UCDF
, under, or by virtue of the said contract/purchase order have been fully paid and its claims satisfied
or discharged or till the UCDF certifies that the terms and conditions of the said contract/purchase
order have been fully and properly carried by the said supplier (s) and accordingly discharge the
guarantee unless a demand or claim under this guarantee made an us in writing on or before
……………………………………., we shall be discharged from all liability under this guarantee
therefore.
4- We,…………………………………….,further agree with the UCDF that the UCDF shall have the
fullest liberty without our consent and without affecting in any manner our obligation hereunder to
vary any of the terms and conditions of the said contract/purchase order to extend time of
performance by the said supplier from time to time or to postpone for any time or from time to time
any of the power exercisable by the UCDF, against the said supplier and to forbear or enforce any of
the terms and conditions relating from our liability by reason of any such variation, or extension or
for any fore bearance, act of omission an the part of the UCDF, or any indulgence by the UCDF, to
said supplier or by any such matter or thing whatsoever which under the law relating to sureties
would but for this provisions have effect of so relieving us.
5- We………………………..lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the UCDF in writing.
6- Not withstanding anything herein above the liability of the Bank Guarantee is restricted tp
Rs…………………. (Rupees………………………………. only). The Guarantee shall remain in
64
force till the …………………………….19 unless the guarantee is renowned or a claim is preferred
against the bank within three months from the said date all rights of the UCDF under the guarantee
shall cease and the bank shall be released and discharged from all liabilities hereunder.
Place: ……………………… (Signature)
Date: CODE NO
Note: -
1- Suppliers should ensure that seal and code no. of the signatory is put by the bankers before
submission bank guarantees.
2- The value of Bank guarantee shall be 36% of the order value.
65
ANNEXURE ‘D’
Contract Form
Non-Judicial Stamp Paper of Rs. 100.00 Only
(Rupees One Hundred Only)
This agreement made the ….day of ……..200... between Uttaranchal Co-operative Dairy Federation
Ltd, Mangal Parao, Haldwani (Nainital) there in after called „Purchaser‟ on the one part and
M/s………………………
(Hereinafter „the Supplier‟) on the other part.
Whereas the purchaser is desirous that certain Goods and ancillary Services should be provided by the
supplier. Viz. …………………….. (Brief description of Goods and services) and has accepted a bid
submitted by the supplier in response to the purchaser‟s Bidding Document
Reference………………………………………..for the supply of these Goods and Services in the sum
of Rs………………………………… (Rupees………………………………………….).
(Hereinafter “the Contract Price”).
Now This Agreement Witnesses as Follows:
In this agreement and expression shall have the same meaning as in the terms and conditions and
in section III & Section IV in the above referred Bidding Document.
The following documents shall be deemed to form and be read constructed as part of this
agreement. viz.
a. the offer and the price schedule submitted by the supplier;
b. the schedule of requirement/list of items and the technical specifications in Sections V
and VI in the above referred Bidding Document.
c. The terms and conditions in section III and IV in the above referred Bidding Document.
d. The Purchaser‟s Purchase Order No………………………….no……………
……………………………date ……………………..
In consideration of the payments to be made by the purchaser to the supplier as
hereinafter mentioned, the supplier hereby covenants with the Purchaser to provide the Goods
and Services and to remedy defects there in conformity in all respects with the provisions of the
Purchaser‟s purchase order and Bidding Document.
The purchaser hereby covenants to pay the supplier in considerations of the provisions of
the Goods and Services and the remedying of defects therein, the Contract price or such other
sum as may become payable under the provisions of the purchase order at the times and in the
manner prescribed in the purchase Order and Bidding Document.
In Witness where of the ratios here to have caused this agreement to be executed in accordance
with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said
…………………………………….
(For the Purchaser) in the presence of
…………………………………………
Signed, Sealed and Delivered by the
said……………………………………...
(For the Supplier) in the presence
of:……………………………………………
66
ANNEXURE ‘E’
(Performance Bank Guarantee)
(ON NON-JUDICIAL STAMP PAPER OF RS. 100.00)
Bank Guarantee No. Dates:
This deed of performance guarantee made this……..day of …………..200… (Two thousand ...…) by
(Name and address of the Bank) (herein referred to as the Bank) which expression shall unless
repugnant to the context or meaning thereof includes its legal representative, successors and assigns
and the Uttaranchal Co-operative Dairy Federation Ltd, Mangal Parao, Haldwani (Nainital)
(hereinafter referred to as the federation) which expression shall unless repugnant to the context or
meaning thereof includes its legal representatives successors and assignees.
Whereas, Federation/DUSS has awarded a contract and purchase order bearing
No……………………Dated……………… On M/s. ………………… (Name and address of the party)
hereinafter referred to as the “Supplier”) for the supply/supply erection and commissioning of
performance guarantee in the form of a Bank guarantee to the Federations in terms and conditions of
the Bidding Documents and the Contract which will be kept veiled up to period should be till end of
warranty period). And whereas, the bank guarantee (The constituted agent and officer has already read
and understand the contract made between the Board and the Supplier.
In consideration of the Federation having agreed to award the contract/purchase order on the
supplier, we………………… (Name of the Bank), do hereby guarantee, undertake, promise and agree
to with the Federations its legal representatives, successors and assignees that the within named (name
of the supplier their legal representatives and assignees will faithfully perform and fulfill everything
within the Bidding Document and the contract/purchase order on their part to be performed or fulfilled,
at the time (time being the essence of the contract) and in the manner there in provided, do all
obligations there under and we further undertake and guarantee to make payment to the Federations of
Rs. ………… ( Rupees ……….. … only) being the 10% of the contract value in case the supplier, their
legal representatives and assignees do not faithfully perform and fulfill everything within the Bidding
Documents and the contract/Purchase order on their part to be performed or fulfilled, at the time and in
the manner therein provided and do not willfully and promptly do all obligations there under.
In case the supplier fails to perform or fulfill the contract/Purchase Order as per the terms and
conditions agreed upon the Federation is entitled to demand an amount equal to 10% of the Control
value from the supplier and the demand made by the Federation by itself will be conclusive evidence
and proof that the Supplier has failed to perform or fulfill his obligations and neither the Supplier nor
the Bank will be entitled to raise any dispute regarding the reason for the failure of performance or
fulfillment, on any ground .
We, (name of the Bank), do hereby undertake to pay an amount equal to 10 % of the
Order value, being the amount due and payable under this guarantee without any demur, merely on a
demand from the Federation stating that the amount claimed is due by way of non-performance of the
contractual obligations as aforesaid by the supplier or by reason of the Supplier‟s failure to perform the
said contractual commitments/Purchase order, any such demand made on the Bank shall be conclusive
as regards the amount due any payable by the Bank under this guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs…………… (Rs……..
………………………only) being the amount equal to 10% of the total order value. We (name of the
Bank), further agree that the performance guarantee herein contained shall remain in full force and
effect for a period of …………calendar month from the date of Bank Guarantee ( the period should be
till end of warranty period) and till the Federations certifies that the terms and conditions of the said
contract/purchase order have been fully and properly carried out by the said Supplier and accordingly
discharge the guarantee, unless a demand or claim under this discharged from all liabilities under this
performance guarantee thereafter.
67
ANNEXURE ‘F’
(Form of Bank Guarantee for Bid Security/Earnest Money Deposited)
(ONA NON JUDICIAL STAMP PAPER OF RS. 10/-)
This Deed of Guarantee made this………….day of ……………… (Two Thousand ………………..) by the
(name and address of the bank) (hereinafter referred to as “The Bank”) which expression shall unless the
counterpart otherwise admit include its legal representatives, successors and assigns and the Uttaranchal Co-
operative Dairy Federation Ltd. Mangal Parao, Haldwani(Hereinafter referred to as the „Federation‟) which
expression shall unless repugnant to the context or meaning thereof include its legal representatives,
successors and assignees.
Whereas the Federation has invited Bids for the supply, erection and commissioning of
………………………………………………..by the Tender Notices No …………………….AND
WHEREAS M/s……………………………………………………
…………………………………………….(name & Address of the bidders) who having submitted their
tender( hereinafter referred to as the tender) and have agreed to deposit to the Federation an amount indicated
in Schedule of requirements as per the terms and conditions of the Bidding Document AND WHEREAS the
Federation is also willing to accept a Bank Guarantee in lieu of payment by demand draft of any amount
equivalent to the amount of bid security/earnest money required to be deposited by the bidder to the Board
which guarantee will be kept valid for 150 days after the date of opening of bids.In consideration of the
Federation having agreed to consider the Bid proposals submitted by the bidder without depositing the
amount of Bid security/earnest money and against this bank guarantee, we (name and address of the Bank)
hereby undertake and guarantee to make payment to the Federation at any time (time being the essence of the
contract) when the Federation asks for the same as per the terms and conditions of the Bidding Document
within 150 days from the date of opening of bid.The Bank further undertakes not to revoke this guarantee
during its currency except with the previous consent of the Federation of writing and the guarantee shall be
continuous and irrevocable guarantee up to a sum of Rs………………………………………………….
Rupees only) provide always that any indulgence or relation on the part of the Federation to the said Bidder,
with or without the consent of the Bank shall not prejudice or restrict remedies against the Bank nor shall the
same to any event be a ground of defence by the Bank, against the Federation.In case the Federation puts
forth a demand in writing on the Bank for the payment of amount full or in part against this bank guarantee,
the Bank will consider that such demand by itself is a conclusive evidence and proof that the Bidder has
failed in complying with the terms and conditions stipulated by the Federation in its Bidding Document and
payment will be made to the Federation without raising any disputes regarding the reasons for such failure on
the part of the Bidder. The Bank shall not be discharged or released from this guarantee by arrangement
between the bidder and the Federation with or without the consent of the Bank or any alterations in the
obligations of the parties or by an indulgence, Forehearnance shown by the Federation to the Bidder.This
guarantee shall be in addition to and without prejudice to any other securities or remedies which the Board
may have or hereafter possess against the Bidder and the Federation shall be under no obligations to marshal
in favor of the Bank any such renew, modify or refuse to complete or enforce or assign any security or
instrument.The Bank agrees that the amount hereby guaranteed shall be due and payable to the Federation‟s
serving a notice requiring the payment of the amount and such notice shall be served on the Bank either by
actual delivery thereof in the Bank or by dispatching thereof to the Bank at its address by registered post at
the address of the said to have been duly served on the Bank not withstanding that the notice may not in fact
have been delivered to the Bank.
In order to give full effect to the provisions of this guarantee the Bank thereof waives all rights
inconsistent with the above provisions and which the Bank might otherwise as a guarantee be entitled to
claim and enforce.
68
Not withstanding anything contained hereinafter our liability under this guarantee is restricted to
Rs…………………………………………………………………. (Rupees …….
…………………………………..only).
Being the amount of the Bid Security/Earnest Money Deposit and it shall remain enforce
until……………………………………………………………………………………………
Place:
SEAL CODE NO………………………
(Signature)
Note: - BIDDERS SHOULD ENSURE THAT THE SEAL CODE NO. OF SIGNATORY IS PUT BY
THE
69
Tender Committee’s use for -
Tender Work-
Total No. of Bid Received for tender Work-
Bidder Name-
SN. Tender Technical Bid required Document Check List
1 Registration Certificates of firm (Self attested Copy).
2 In case of dealers/distributor Authorization letter from manufacturer (Self attested Copy).
3 VAT registration & CST registration document. (Self attested Copy).
4 Excise duty and Service tax registration (if applicable or charged in the overall cost of the
quoted equipment.) (Self attested Copy).
5 PAN Card. (Self attested Copy).
6 Earnest Money deposit DD/Receipt. (Self attested Copy).
7 Tender document fee deposit DD/Receipt. (Self attested Copy).
8 Work Experience required following document-
1- Work/Purchase orders document -Work/Purchase orders of similar work (as per
tender work) done by them in the Government Dairies/Milk Federation/Central or state organizations/departments/ statutory bodies/reputed private dairies/Private company etc
2- Work satisfactory certificates document against above Work/Purchase order- Work satisfactory certificates against issued purchase order from the respective Government Dairies/Milk Federation/Central or state organizations/departments/ statutory bodies/reputed private dairies/Private company etc. (Self attested Copy).
Note- As per the work satisfactory certificates, total minimum cost of successful work execution done against purchase order, should not be less than the 20 % of tender yearly
work contract.
9 Annual Turnover report of previous 3 years (firm’s Financial Statement of last 3Year or
CA certificate with declaration of turnover of last 3Year).
10 Any one document containing clear address of the bidder.
11 Required Technical bid information Check List, on tenderer letter pad as per ANNEXURE
„A‟ with Signature of the authorized signatory & Official seal/ stamp of the organization. .
(Self attested Copy).
12 Tender Acceptance Letter (Annexure-B) should be filled, signed and stamped/certified
properly.
13 An affidavit regarding Non-blacklisting or otherwise as per ANNEXURE „C‟ duly attested by
the oath commissioner is required to be attached in support thereof. . (Self attested Copy).
Undertaking:
Tender committee hereby certifying that, bidder has provided required information for tender
technical bid furnished as above. So Tender committee has no objection to bidder participate in
Financial Bid.
Date:
Place: Signature Tender Committee