ucdfaanchal.org for various work… · 1 uttrakhand co-operative dairy federation ltd, mangal...

147
UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867 Website: www.ucdfaanchal.org, E-mail Id: [email protected], E-Tender Notice No: 22/UCDF//2020-21, Date 06.06.2020 PART-I, Civil Engineering Works 1- Construction of Milk Chilling Center Building at Kotdwar (Unit of DUSS Pauri Garhwal) Uttarakhand. PART-II:- A, Machinary Engineering Works S.N Name of Work Qty (No) Tentative Work value EMD (Rs.) Tender Document Fee of Work Rate Validity period Completion period 1 S I T & C of Tri Purpose Centrifuge Machine( Cream Separators) Cap 5000 LPH 1 No Rs. 25.00 Lakhs 75,000.00 2360.00 75 Days 90 Days 2 S I T & C of Ghee Clarifier Cap 1000LPH 1 No Rs. 8.00 Lakhs 24000.00 1180.00 75 Days 90 Days 3 S I T & C of On Line Cream separator Cap 2000LPH 1 No Rs 6.00 Laks 18000.00 1180.00 75 Days 90 Days 4 S I T & C of Diesel Generator set with Acoustic Enclosure Cap 400 KVA 1 No Rs. 30.00 Lakhs 75000.00 2360.00 75 Days 90 Days 5 S I T & C of Automatic Milk Pouch filling and Sealing Machine Cap 5000 PPH 2 No Rs 18.00 Lakh 54000.00 1770.00 75 Days 90 Days 6 S I T & C of Automatic Milk Crate washer Cap 1000 Crate/Hour 1 No Rs 18.00 Lakh 54000.00 1770.00 75 Days 90 Days 7 S I T & C of Automatic on Line Water Softening Plant Cap 1000 Ltr/Hour 1 No Rs 8.00 Lakh 24000.00 1180.00 75 Days 90 Days 8 S I T & C of Step down Transformer Cap 630 KVA 1 No Rs 20.00 Laks 60000.00 1770.00 75 Days 90 Days 9 S I T & C of Diesel Generator set with Acoustic Enclosure Cap 62.5KVA 1 No Rs 8.00 Laks 24000.00 1180.00 75 Days 90 Days 10 S I T & C of R M R D system 1 No Rs 4.5 Laks 13500.00 590.00 75 Days 90 Days

Upload: others

Post on 25-Aug-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO, HALDWANI(NAINITAL)-263139

Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Website: www.ucdfaanchal.org,

E-mail Id: [email protected],

E-Tender Notice No: 22/UCDF//2020-21, Date 06.06.2020

PART-I,

Civil Engineering Works

1- Construction of Milk Chilling Center Building at Kotdwar (Unit of DUSS Pauri Garhwal) Uttarakhand.

PART-II:- A,

Machinary Engineering Works

S.N Name of Work Qty

(No)

Tentative

Work value

EMD

(Rs.)

Tender

Document

Fee of

Work

Rate

Validity

period

Completion

period

1 S I T & C of Tri Purpose Centrifuge

Machine( Cream Separators) Cap

5000 LPH

1 No Rs. 25.00

Lakhs

75,000.00 2360.00 75 Days 90 Days

2 S I T & C of Ghee Clarifier Cap

1000LPH

1 No Rs. 8.00

Lakhs

24000.00 1180.00 75 Days 90 Days

3 S I T & C of On Line Cream

separator Cap 2000LPH

1 No Rs 6.00 Laks 18000.00 1180.00 75 Days 90 Days

4 S I T & C of Diesel Generator set

with Acoustic Enclosure Cap 400

KVA

1 No Rs. 30.00

Lakhs

75000.00 2360.00 75 Days 90 Days

5 S I T & C of Automatic Milk Pouch

filling and Sealing Machine Cap

5000 PPH

2 No Rs 18.00

Lakh

54000.00 1770.00 75 Days 90 Days

6 S I T & C of Automatic Milk Crate

washer Cap 1000 Crate/Hour

1 No Rs 18.00

Lakh

54000.00 1770.00 75 Days 90 Days

7 S I T & C of Automatic on Line

Water Softening Plant Cap 1000

Ltr/Hour

1 No Rs 8.00

Lakh

24000.00 1180.00 75 Days 90 Days

8 S I T & C of Step down

Transformer Cap 630 KVA

1 No Rs 20.00

Laks

60000.00 1770.00 75 Days 90 Days

9 S I T & C of Diesel Generator set

with Acoustic Enclosure Cap

62.5KVA

1 No Rs 8.00 Laks 24000.00 1180.00 75 Days 90 Days

10 S I T & C of R M R D system 1 No Rs 4.5 Laks 13500.00 590.00 75 Days 90 Days

Page 2: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO, HALDWANI(NAINITAL)-263139

PART-II:-B,

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

PART-II:-C,

P&I

Part-1 SIT &C of DPMCU withAnalyzer

S.N

.

Name of work QTY

Aprx

Tender

Value

(Approx)

Rs. Lakh

EMD ( In

Rs.)

Tender

Docum

ent Fee

(Rs.) (inclusive GST)

Rate Validity

period

Comple

tion

Period

1. SIT&C of DPMCU

With Analyzer

500 Nos 484.00 9.70 4720.00 90 days from the

date of opening of

tender

3

Months

Part-2 SUPPLY OF FOLLOWING ITEMS: -

S.

N.

Name of work QTY

Aprx

Tender

Value

(Approx)

Rs. Lakh

EMD

( In

Rs.)

Tender

Document

Fee (Rs.) (inclusive GST)

Rate Validity

period

Complet

ion

Period

1. Supply of Detergent and

Sanitizer Kit for Clean Milk Pro.

10500

Nos

Kit.

31.50 63000.

00

2950.00 350 days from

the date of

opening of

tender

2 Month

2. Supply of Stainless Steel

Utensils for Clean Milk

Production

1750

Nos. 5.00 15000.

00

590.00 350 days from

the date of

opening of

tender

2 Month

PART-II:-D,

Quality

S.N

.

Name of Work Qty (No) Tentative

Work value

EMD

(Rs. )

Tender

Document Fee of

Work

Rate

Validity

period

Completion

period

1 SIT&C of FTIR

technology based milk

analyzer

2 No Rs. 170

Lakhs

3.40 Lakhs Rs. 4720.00 75 Days 90 Days

2 SIT&C of Digital BOD Incubator

3 No 4.00 Lakhs 12000.00 590.00 75 Days 90 Days

3 SIT&C of Digital PH Meter

3 No 2.75 Lakhs 8250.00 590.00 75 Days 90 Days

4 SIT&C of Digital BR Meter (Automatic

Refractometer)

3 No 18.9 Lakhs 56700.00 1770.00 75 Days 90 Days

Page 3: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani

Tender Notice no. 22/UCDF/2020-21, Date-06.06.2020

E-tenders are invited by the undersigned, from only experienced, reputed and financially

sound Authorized Manufacturers/Dealers/civil contractors for the following items so as to reach this

office on or before 22.06.2020 up to 5.00 PM. The tenders will be opened on 23.06.2020 at 11.00 AM.

S.N Name of work Details

1. Construction of Milk Chilling Center Building at Kotdwar. Tender fee,

EMD, and

other related

details can be

seen on E-

tender portal

2. Supply of milk pouch filling machine, Cream separator, Ghee clarifier,

crate washer, water softener, RMRD system, D.G. set, Transformer, Milk

poly film, Dahi cups, Aluminum Lids, Laminated paneer pouch, crates,

FTIR based milk analyzer, Digital B.R. meter, B.O.D. incubator, digital Ph

meter, DPMCU, Detergent & sanitizer kits, S.S. utensils.

Tender documents may be downloaded/uploaded from E-tender portal

http://www.uktenders.gov.in Managing Director

Tender Schedule:

1 Tender Notice no. 22/ UCDF/2020-21, Date- 06.06.2020

2 Start of tender document

download from E-portal

09.06.2020, 5.00 PM

3 Pre Bid Meeting for PART-II:-C, (P&I)

DPMCU with Analyzer

16.06.2020 up to 11.00 AM

4 Last Date & Time for

download of Tender Bids

22.06.2020 up to 1.00 PM

5 Last Date & Time for upload

of Tender Bids

22.06.2020 up to 5.00 PM

6 Time & Date of Opening of

Tender- (a)Technical Bids

23.06.2020 at 11.00 AM

7 Time & Date of Opening of

Tender- (a)Financial Bids

Will be notified after opening of technical bids.

7 Place of Opening of Tender

Bids

OFFICE OF THE MANAGING DIRECTOR

UTTARAKHAND CO-OPERATIVE DAIRY

FEDERATION Ltd., Mangal Parao, Haldwani, Nainital

Page 4: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

E-Procurement Program

E-tender Notice No: 22/ UCDF/2020-21, Date-06.06.2020

Date of E-Tender Publishing on E-

tender portal

http://www.uktenders.gov.in

09.06.2020, from 04 PM

Date and time of start of downloading

& uploading of tenders on E-tender

portal

09.06.2020, from 5.00 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 22.06.2020, 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 22.06.2020, 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

22.06.2020, up to 05:00 PM

Date and time of opening of Technical

Bids on E-Procurement Portal

23.06.2020, 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

Page 5: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

E-Tender Notice no-: 22/ UCDF /2020-21, Date-06.06.2020 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 22.06.2020 up to 5 PM. The

tenders will be opened at 11.00 AM on 23.06.2020 before the bidders who may like to be present.

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, 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 : 09.06.2020, from 04.00 PM

6- Start date for downloading/uploading the E-tender : 09.06.2020, from 5.00 PM

7- Last date for uploading the E-tender : 22.06.2020, up to 5.00 PM.

8- Date of opening of E-tender : Will be notified after opening of technical bids.

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 22.06.2020, up to 5:00

PM. Conditional tenders will not be accepted.

15- Undersigned reserves the right to reject any or all tenders without assigning any reason.

Managing Director, UCDF Haldwani

Page 6: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO, HALDWANI(NAINITAL)-263139

Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Website: www.ucdfaanchal.org,

E-mail Id: [email protected],

E-Tender Notice No: 22/UCDF//2020-21, Date 06.06.2020

PART-I,

Civil Engineering Works

TENDER DOCUMENT FOR :

Construction of Milk Chilling Center Building at Kotdwar (Unit of DUSS

Pauri Garhwal) Uttarakhand.

Page 7: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd., Mangal Parao, Haldwani,

Tender Schedule/Tender : Upload all self signed scan copies on E-tender portal.

Comprehensive BID For :

S.N

Name of Work Approx.

Work

Cost

Tender

Fees

(Rs.)

EMD

(Rs.)

Eligibility

Criteria/

experience

Validity

period of

tender

Work

Completion

Period

1.0 Construction of

Milk Chilling

Center Building at

Kotdwar (Unit of

DUSS Pauri

Garhwal).

Rs. 65.74

Lakhs

4720.00 1,32,000.00 Class-C or

above in

Building

work.

75 Days 08 Months

Page 8: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

fufonk gsrq vko’;d vgZrk,a

¼v½ rduhdh fcM& d`i;k vko’;d vgZrkvksa dh iwfrZ gsrq fuEu izi=ksa dh LogLrk{kfjr Nk;kizfr

rduhdh fcM esa viyksM djsaA

1& dk;Z vuqHko%& fufonknkrk dks Hkou fuekZ.k@lM+d fuekZ.k ¼tSlk fd fufonk izi=ksa esa of.kZr gS½ dk;ksZ dk

vuqHko gksuk vko’;d gSA bl gsrq foxr 05 o”kksZ esa lQyrkiwoZd iw.kZ fd; s x;s fuekZ.k dk;ksZ dk lEcfU/kr

foHkkx }kjk tkjh fd;k x;k dk;Z iw.kZrk izek.k layXu djsaA fufonknkrk }kjk fdlh ,d o”kZ esa bl rjg dk

U;wure ,d fuekZ.k dk;Z] ftldh ykxr fufonk dh ykxr ls 25 izfr’kr ls de u gks] iw.kZ fd;k tkuk

vko’;d gSA

2& VuZ vksoj%& fufonknkrk dk okf”kZd VuZ vksoj] de ls de fdlh ,d o”kZ dk] fufonk ykxr ds 50 izfr’kr

ls de ugh gksuk pkfg,A bl gsrq QeZ }kjk foxr 05 o”kksZ esa fdlh 01 o”kZ esa dk;Z ykxr dk 50 izfr’kr dk;Z

iw.kZ fd;k gksuk pkfg,A

3&iathdj.k%&fufonknkrk dks jkT;@dsUnz ljdkj ds fofHkUu jktdh; foHkkxksa@ fuxeksa@midzeksa @iapk;rksa

vkfn esa Hkou fuekZ.k@lM+d fuekZ.k ¼tSlk fd fufonk izi=ksa esa of.kZr gS½ dk;Z gsrq fufonk ykxr ds vuq#i

iathd`r gksuk vko’;d gSA

4& th0,l0Vh0 iathdj.k%& fufonknkrk dks jkT; esa th0,l0Vh0 esa iathd`r gksuk pkfg,A

5& isu dkMZ dh Nk;kizfr

6& /kjksgj /kujkf’k tek ls lEcfU/kr ewy izfrA

7& fufonk ewY; dh ewy izfrA

8& fufonk Lohd`fr i=& fufonknkrk dks vius ysVj iSM ij fuEuor~ fufonk Lohd`fr i= layXu fd;k tkuk

vfuok;Z gS&

^^ eSa ?kks”k.kk djrk@djrh gWaw fd esjs }kjk fufonk izi= esa of.kZr fufonk dh leLr ‘krsZa /;kuiwoZd i<+ yh x;h

gS ,oa eSa buls iw.kZr% lger gWwaA eSa fdlh Hkh foHkkx@laLFkk esa CySdfyLVsM ugha gWwaA ;fn esjs }kjk fufonk dh

fdlh Hkh ‘krZ dk mYya?ku fd;k tkrk gS rks blds fy,] fufonk dh ‘krksZa ds vuqlkj] ;w0lh0Mh0,Q0 }kjk esjs

fo#+) dh x;h fdlh Hkh dk;Zokgh ds fy, eSa Lo;a mRrjnk;h jgwWaxk@jgwWaxh**A

¼c½ foRrh; fcM& fufonknkrk }kjk bZ&fufonk ds Vs.Mj iksVZy ij vkuykbu miyC/k ch0vks0D;w0 esa vkbVe

okbt njs Hkjdj viyksM fd;k tkuk vfuok;Z gSA ch0vks0D;w0 dh dksbZ izfr bl dk;kZy; esa izLrqr ugha dh

tkuh gSA fufonknkrk }kjk nh x;h njksa esa orZeku esa ykxw njksa ij th0,l0Vh0 ,oa yscj lsl lfEefyr gksaxsA

¼l½ fufonknkrk }kjk Rkduhdh fcM esa ekaxs x;s /kjksgj /kujkf’k ,oa fufonk ewY; dh ewy izfr ,d fyQkQs esa

j[kdj] ftlij Vs.Mj uksfVl la[;k] dk;Z dk uke ,oa fufonknkrk dk uke ,oa irk ¼nwjHkk”k lfgr½ Li”V

v{kjksa esa vafdr gks] bl dk;kZy; esa fu/kkZfjr le; rd miyC/k djk;k tkuk vko’;d gSA

bl lEcU/k esa foL=`r fooj.k vkxs ds i`”Bksa ij fn;k x;k gSA

Page 9: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.

Mangal Parao, Haldwani Nainital (Uttarakhand)

Special Terms and Conditions of contract

1.0 Name of Work: Construction of Milk Chilling Center Building at Kotdwar (Unit of DUSS

Pauri Garhwal) Uttarakhand.

General directions for Bidders :Documents Required to be uploaded in Technical bid

In Technical Bid, bidders must upload scan copy of following documents 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. The E-tenders are invited in two bid system consisting of Technical bid and financial

bid.

(a) Technical Bid: It consists of EMD, Tender document fee, registration certificates in

specified class for required work, GST registration, required work experience details/ work

completion certificates or any other documents mentioned in the tender bid.

(b) Financial Bid: It consists of Rates quoted by the bidder in online BOQ. Please fill the

rates online on BOQ sheets . The rates quoted should be inclusive of all prevailing taxes like GST

etc..

Technical Bid- Qualifying criteria for contractors:

(Self attested scan copy of following documents to be uploaded online by the contractor in the

technical bid.)

1- Work Experience: Experience on similar works executed during the last 5(five) years and

like monetary value, proof of satisfactory completion of works etc. The bidder should have completed at

least one similar nature of work amounting 25% of the work value in one year, during the last 5(five)

years.

2- Turn Over : The contractors annual work turnover should not be less than the 50% of

work/contract value, at least for one year in last 5(five) years,

3- Registration for Building/Road work with specified

Departments/Organizations/Class/Type of Registration to fulfill the eligibility criteria, as mentioned in

tender.

4- GST Registration Certificate.

5- PAN CARD showing PAN NO.

6- EMD deposited in original (please upload scan copy of it and deposit original copy in office).

7- Tender Fee deposited in original (please upload scan copy of it and deposit original copy in office).

8- Tender Acceptance letter- The bidder should upload tender acceptance letter on his letter pad. This

should state that-

“I declare that I have read carefully all the terms and conditions of the tender

document and agree with them. I have not been blacklisted by any

department/organization. If I fail to comply any of the terms and conditions of the

tender document, I will be responsible for any action taken by the UCDF Haldwani

against me, according to the mentioned bid conditions.”

(b) Financial Bid: It consists of Rates quoted by the bidder in online BOQ. Please fill the rates online on

BOQ sheets . The rates quoted should be inclusive of all prevailing taxes like GST, Labour cess @1% etc..

Rates of individual items of the works should be given in online BOQ attached with tender papers. No

percentage below/above rates are to be uploaded.. The tender shall be accepted on item rate basis and

payments will be made on measured work basis for executed work.

9. Earnest Money Deposit : All bidders should deposit earnest money with the tender as per following

details if it not mentioned in the bidding document :

S.N. Work Value Earnest Money Deposit

Page 10: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

1 For works estimated to cost up to Rs. 25.00 crores 2% of estimated cost

2 For works estimated to cost above Rs. 25.00 crores Rs. 50.00 Lakhs plus 1% of the excess of

estimated cost over Rs. 25.00 crores.

All tender bids should be accompanied by earnest money deposit either in the form of a Demand Draft drawn

on any Scheduled Bank or Nationalized Bank in India, Term Deposit Receipt/ Fixed Deposit Receipt/NSC,

Bankers Cheque issued by any Nationalized Indian Bank in favor of Managing Director, Uttarakhand

Cooperative Dairy Federation Ltd. payable at Haldwani or in form of Bank Guarantee issued by any

Nationalized Indian Bank or any first class Foreign Bank operating in India. In case of Bank Guarantee, it

should be prepared as per the Performa attached with the tender form. In general, the validity of EMD should

be 45 days more 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. 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 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.

10. Performance Security:-

The performance security shall be provided by the contractor to the UCDF not later than the date specified in

the letter of acceptance and shall be issued for an amount of 5% of the contracts price or the estimated cost of

the work, whichever is higher, in the form acceptable to the UCDF from reputable local banks including

scheduled banks or nationalized banks acceptable to the UCDF. The performance security shall be valid until

the date of issuance of completion Certificate. The UCDF may increase the performance security to a level

sufficient to protect it against the possibility of financial loss, if the lowest evaluated bid is unbalanced. The

amount of additional performance security shall be worked out as follows:-

(i) Up to 5% below the estimated cost - No additional performance security.

(ii) From 5% below to 15% below the estimated cost, an additional performance security of 0.5% of the

estimated cost for every 1% below the estimated cost.

(iii) For more than 15% below the estimated cost, an additional performance security of 1% of the estimated

amount for every 1% below the estimated cost.

Note:-

1- The performance security and Additional performance security as applicable shall be refundable to the

contractor after satisfactory completion of the works and after the payment of the final bill.

2- The performance security deposit will be governed as per G.O. No: 6447/III(2)/11-20(Sa0)/11 dated

02.01.2013 or as per amended by government of Uttarakhand from time to time.

11. Security Deposit/Retention Money:

To ensure due performance of the contract, the UCDF shall retain from each payment due to the contractor an

amount of 5% of the bill amount, subject to a maximum of 5% of the contract price until the defects Liability

period has passed and the Engineer has certified that all Defects notified by the Engineer to the contractor

before the end of his period have been corrected. The defects Liability period shall be 24 months from the

date of Completion of the contract. However no interest shall be paid to the contractor on this security

deposit, in case of non compliance with any of the terms and conditions of this contract by the contractor, this

security deposit or part of it, is liable to be forfeited by the UCDF.

12. Work Guarantee Period: The work guarantee period will be 24 (Twenty four) months from the date of

the completion of the work in all respect. The work will be handed over to the milk union/ user by the UCDF

on prescribed format after its completion in all respect. The Security Deposit/Retention Money will be

released to the contractor after successful completion of the work guarantee period. Any defects, if arise, in

this period the contractor will be responsible to rectify the defects at his own cost. If he fails to do so, the

UCDF will be free to make the defects corrected at his cost & risk and the expenditure will be adjusted from

Page 11: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

this security. However no interest shall be paid to the contractor on this deposit, in case of any non

compliance with any of the terms and conditions of this contract by the contractor, this security deposit is

liable to be forfeited by the UCDF.

13. Labour cess: As per Uttarakhand government rules, 1% labour cess will be deducted from contractor‟s

bills and will be deposited by the UCDF.

14. Liquidated Damages: The time allowed for carrying out the work as entered in the tender shall be

strictly observed by the contractor and shall be reckoned from the date the site is handed over to the

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

diligence (time being deemed to be the essence of the contract on the part of contractor). If the contractor

does not complete the work in stipulated time as per specifications, penalty will be imposed on him @ 0.5%

of the contract value per week of delay subject to a maximum of 10% of the contract value.

15. Advance payment: Ordinarily, advances to contractors are prohibited and payment will be made only

against the work actually done. However, exceptions may be permitted in a few predefined uses only with the

sanction of the competent authority. Some of these instances may include-

(a) Mobilization advance

(b) Advance against machinery equipment.

(c) Advance for accelerating progress of work.

A Bank Guarantee issued by any nationalized bank, in favor of Managing Director Uttarakhand Co-

operative Dairy Federation Ltd. Haldwani or adjustment of advance will be taken from the contractor to

secure the repayment or adjustment of advance or advance payments can be made up to 75% cost of the

building materials, against materials supplied at site by the contractor.

16. Registration of contractors: The contractor, participating in the tender, should be registered in specific

“Class and work” suitable to execute mentioned work as per prevailing Uttarakhand Government rules. At

present UCDF have not registered any civil contractor. So, contractors registered for civil works with any

approved government construction agencies/ public sector undertakings/organizations /departments of

Uttarakhand Government and central government organizations/departments/public sector

organizations/Institutions will be eligible to participate in the tender. The registration class has been defined

as per G.O. no.: 1197/111(2)/07-75(General)/2000 Dated 26.02.2014, issued to PWD Uttarakhand. It

categorize the registration class as below-

Class Work limit Class Work limit

Class - A Up to any work cost Class - C Up to Rs. 1.00 Crores work cost

Class - B Up to Rs. 2.00 Crores work cost Class - D Up to Rs. 50.00 Lakhs work cost

If the contractor is registered in a such department/organization having separate classification of work

limit in different registration classes, then he should submit the appropriate registration certificate as per

work cost mentioned in this tender.

17. Payments: Payments will be made to the contractors on the basis of actual work done at site. For any

item of work partly done, payment may be made at proportionally reduced rates per as per assessment of the

engineer in charge.

18. Price Variation: The contractor should take into account all fluctuations/variations of the market, no

claim shall be entertained in this account after the acceptance of the tender and the currency of the contract.

Only change in government taxes/ levies, if any, will be permissible on furnishing documentary proof.

19. Resolution of disputes & Arbitration: All questions and disputes relating to the meaning of the

specifications, design, drawing and instructions herein and as to the quality of workmanship or materials used

Page 12: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

on the work or as to any other question, claim, right, matter or thing, whatsoever in any way arising out of or

relating to the contract, designs, drawings, specification, estimates, instructions, orders or these conditions or

otherwise concerning the works or the execution or failure to execute the same, whether arising during the

progress of the work or after the cancellation, termination, completion or abandonment thereof, shall be

referred to a sole arbitrator for adjudication through arbitration. In this case the Registrar, co-operative dairies

Uttarakhand will be the arbitrator and the decisions passed by him or his nominee will be final and binding

on both the parties. The arbitration will be conducted in accordance with the prevailing co-operative

arbitration act.

20. The tendered rate shall be deemed for the complete item of work in all respects and shall include all

quarrying, royalty, testing, screens, tools and plants, railway freight carriage of materials to site, stacking and

removing charges of any rejected materials, GST and all other taxes in force from time to time.

21. In case of time the tender must be signed by the partner or by the person holding power of attorney on

behalf of the firm. In the letter case, a duty attested copy of the power of attorney must be attached with the

tender.

22. The tenderer should fill in all blank space meant to be filled in them. Tenders are liable to be rejected if is

not complied with.

23. The tenderers should write their full address with phone number on the tender form which should also be

witnessed.

24. The tender are to be addressed to the Managing Director, UCDF Mangal Parao Haldwani and should be

submitted in sealed covers with the name of the work on covers. The tenders may either be sent by registered

post in double sealed cover or Speed post or courier only. By hand tenders will not be accepted. UCDF will

not accept any excuse for non receipt of tenders due to loss or delay in postal transit.

25. Incomplete irrelevant, conditional or un witnessed tenders are liable to be rejected. Tenders not submitted

on proper forms will not be considered.

26. No additions or alterations are permitted in the tender papers. If tenderer does so, the tender will not

considered and will be rejected.

27. The successful tenderer shall be required to enter into an agreement with the UCDF, on Rs. 100.00 non

judicial stamp paper, for execution of the work for which the tender has been accepted.

28. All work should be executed strictly in accordance with the General Specifications attached with the

tender and detailed specification of the PWD for extra item of work if any, not expressively mentioned in the

bill of quantity PWD detailed specifications will be followed.

29. The UCDF shall not be responsible for supply of any material including cement and steel and the same

shall have to be arranged by the contractor himself. However be will be given reasonable facilities in

procuring permits for cement but the ultimate responsibility shall be his.

30. The earnest money deposited by the unsuccessful tenderer shall be returned within Ninety days from the

date acceptance of the tender.

31. When the tender is accepted, the contractor shall have to notify the names of two of this authorized

skilled technical representatives one of whom will have to be always available at site of the work.

32. For sanitary and water installations, laying of water mains and sewers the contract or will have to employ

licensed plumbers, if he is not a licensed plumber himself.

33. Any claim during the period of contract, for extra items etc. will be submitted in writing a week of such

claim which arises, failing which the claim may not be entertained.

Page 13: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

34. All building or electrical materials brought to the site for use on the works shall have be got approved by

E/I before actual use. The bricks should be totally free from salt peter, Bricks with white marks on the fact

will not be allowed to be used for masonry work.

35. Samples of all items of work to be executed will have to be got approved by the E/I before execution. If

any material brought by the contractor needs testing in a laboratory such testing charges as well as related

expenses on transport etc. shall be borne by contractor. This also applied to finished work as well.

36. The site will be cleared by the contractor of all waste materials, labor huts, dirt, debris etc. on completion

of the work for which no extra payment will be made.

37. All the concrete for ordinary cement concrete and reinforced cement concrete shall be missed in

mechanical concrete mixers and completed by mechanical vibrators. The contractor will have to make his

own arrangement for these machines.

38. The design of building electrical/sanitary/water supply layout and other works as given in the detailed

drawing, are liable to be modified or changed for which no claim will be entertained to the contractor for

higher rates or any compensation.

39. The agreement for execution of the will be governed in all respects by the conditions given in-

i) Tender notice

ii) Special conditions

iii) Conditions of contract

iv) General Specifications and

v) PWD Uttarakhand detailed specifications, BIS codes or any other prevailing norms fixed by the

Government for civil works.

40. The UCDF will at its own discretion and convenience and duration of the execution of the work, make

available at the land for construction of contractors field office, godowns, shops and assembly yard required

for the execution of the contract. The contractor shall at his own cost contract all these temporary buildings

and provide suitable water supply and sanitary arrangement approved by the engineer in charge.

On completion of the works undertaken by the contractor he shall remove all temporary works erected by

him and have site cleaned as directed by engineer-in-charge. If the contractor shall fail to comply with these

requirement, the engineer-in-charge may at the expenses of the contractor remove such surplus and rubbish

materials and scope of the same as he deems fit and get the site cleared as aforesaid and the contractor shall

forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such surplus

material disposed of as aforesaid. But UCDF reserves the right to ask the contractor any time during the

pendency of the contract to vacate the land by giving 7 days notice on security reason or material of interest

or otherwise.

41. Land for residential accommodation for staff and labor will be made available with the discretion of the

engineer in change, if available any, at the site.

42. The contractor shall have to make his own arrangements for the supply of water at his cost. All pumping,

installation pipe net work and distribution system shall have to be carried out by the contractor at his own

cost.

43. The contractor shall have to make his own arrangements for the supply of power at his cost . All the

works shall be done as per Indian Electricity Regulations and passed by the engineer –in-charge. The

temporary lines shall be removed by the contractor at his cost after the completion of the work if there is any

hindrance, to other work due to the alignment of these lines.

44. The tender rates shall remain and valid for a period of 75 days from the date of opening the tender.

Page 14: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

45. The tender shall visit the site of works to check the actual site conditions, availability of labor, communist

actions, transport, accessibility of building materials to site etc. and study the tender paper before

tendering.

46. All deduction on account of any taxes, fees etc. which are become the statuary obligation of the

DUSS during pendency of contract or thereafter, shall be deducted from any payments due.

47. All the works will be carried out as per Public Works Department Uttarakhand Specification, laid down from

time to time for civil works.

48. Any G.O. issued by the Uttarakhand Government, relating to civil work, will be binding on both i.e. on the

contractor as well as on the UCDF.

Dy. General Manager(Engg.)

UCDF Ltd, Haldwani

Page 15: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION

Mangal Parao, Haldwani, Nainital (Uttarakhand)

General Terms and Conditions of Contract

CLAUSE 1 :

The “Contract” means the document forming the tender and acceptance thereof and the formal agreement

executed between the UCDF Haldwani, Nainital having its head office at Mangal Parao, Haldwani and the

contractor , together with the documents referred to therein, including these conditions the specifications,

designs drawings and instruction issued from time to time by the Engineer-in-charge and all these documents

taken together shall be deemed to from one contract and shall be complementary to another.

CLAUSE 2 :

In the contract the following expressions shall, unless the context otherwise requires, have the meaning

herewith respectively assigned them-

a) The “work or work” shall unless there be something either in the subject or context repugnant to such

construction shall be construed and taken to mean the work by or by virtue of the contract to be executed

whether temporary or permanent and whether original, altered, substituted or additional.

b) The “Site” shall mean the land/or the other places on into or through which, work is to be executed under

the contract, or any adjacent land path, or street which may be allotted or used for the purpose of carrying

out the contract.

c) The “Contractor” shall mean the individual or company, whether incorporated or not undertaking the

works and shall include the legal personal representatives of such individuals or the persons composing such

firm or company or the successors of such firm or individual company.

d) The “Engineer-in-charge” shall mean the concerned Engineer as the case may be who shall supervise and

be in-charge of the work.

e) The UCDF shall mean the Uttarakhand Co-Operative Dairy Federation Ltd, Mangal Parao, Haldwani.

f) The Managing Director shall mean the Managing Director, UCDF.

The “Estimated Cost” shall mean the cost of work or works as estimated on the basis of the tendered rate or

rates agreed to between the parties of the contract.

CLAUSE 3: ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED:

(1) The officer accepting the contract on behalf to the UCDF or Engineer In-charge shall have the power

without prejudice to his right against the contract in any respect of any breaches of the contract and

without prejudice to any rights to remedies under any of the provision of this contract or otherwise and

whether the date for completion has or has not elapsed by notice in writing to determine the contract in

any of the following cases:-

a) If the contractor having been given by the Engineer-in- charge a notice in writing (which notice under

the hand of the Engineer-in-charge or communicated thought his subordinate shall be conclusive

evidence) to rectify, reconstruct or replace any defective work or any work damaged by an reason

whatsoever of that the work is being performed in any inefficient or otherwise improper or un

workman- like manner, shall omit to comply with the requirements or such notice for a period of seven

days of such notice or if the contractor shall delay or suspend the execution of the work so that either in

the judgment of the Engineer In-charge (which shall be final and binding) will be unable to secure

completion of the work by date of completion or be has already failed to complete the work by that

date.

b) If the contractor being a company shall pass a resolution or the court shall make an order that the

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

circumstances shall arise which entitle the court or creditor to appoint a receiver on a manner or which

entitle the court make a winding up order.

c) If the contractor commit breach of any of the terms and conditions of this contract than those mentioned

in sub clause (a) above.

d) If the contractor commits any acts relating to nonpayment of labors mentioned in respective clause

thereof.

Page 16: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

(2) When the contractor has made himself liable for action under any of the cases aforesaid the officer

accepting the contract on behalf of the UCDF or the engineer-In-charge shall have powers to adopt any

one or more of following courses as be may deem best suited to the interest of the UCDF-

(i) To determine or rescind the contract as aforesaid (of which termination or rescind on notice in writing

to the contractor under the hand of the engineer-In-charge or communicated through any of his

subordinates shall be conclusive evidence). Upon such determination or rescission, the security

deposit of the contractor shall be liable to be forfeited and shall be absolutely at the disposal of the

Managing Director, UCDF.

(ii) To employ labor paid by the UCDF and to supply materials to carry out the works or any part the

work debiting the contractor with the cost of the labor and the price of the materials of the amount

of which cost and the part the certificate under the hand of the engineer-In-charge or communicated

through any of his subordinates shall be final and conclusive against the contractor) and crediting

him with the value of the work done in all respects in the same manner and the same rates as if it

has been carried out by the contractor under the terms of this contract. The certificate of the

engineer-In-charge as to the value of the work done shall be final and conclusive against the

contractor provided always that action under this sub clause shall only be taken after giving notice

in writing to the contractor provided also that if the expenses incurred by the UCDF are less than

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

contractor.

(iii) After giving notice to the contractor to measure up the work of the contractor and to take such part

there of as shall be unexcited out of his hands and to give it to another contractor to complete in

which case any expenses which may be incurred to excess of the sum which would have been paid

to original contractor if the whole work had been executed by him(of the amount of which excess

the certificate in writing of the engineer-In-charge shall be final and conclusive) shall be borne and

paid by the original contractor and may be deducted from any money due to him by the UCDF

under this contract any other account whatsoever or from his security deposit or the proceeds of

sales there of or a sufficient part there of as the case may be.

CLAUSE 4 : In the event any one or more of the courses mentioned in sub clause(2) above being adopted by the

engineer-In-charge the contractor shall have no claim to compensation for any loss sustained by him by

reason of his having purchased or procured any materials or entered into any engagement or made any

advance on account or with a view to the execution of the work or the performance of contract and in

case of action is taken under any of the provisions aforesaid, the contractor shall not be entitle to recover

or be paid any sum for any work actually performed under this contract unless and until the engineer-In-

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

he shall only be entitled to be paid the value so certified.

CLAUSE 5 : CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT

TAKEN UNDER CLAUSE (3) In any case in which any of the powers conferred upon the officer accepting the contract on behalf of the

UCDF or the engineer-In-charge by clause (3) here of shall have become exercisable and the same are not

exercised, the non exercise thereof shall not constitute waiver of any of the condition here of and such power

not withstanding be exercisable in the event of and future case of default by the contractor for which by any

clause of clauses here of be is declared liable to pay compensation and the liability of the contractor for past

and future compensation shall remain unaffected. In the event of the engineer In-charge putting in force all or

any of the powers tested in him under the proceeding clause, the engineer In-charge may if he so desires take

possession of all or any tools, plant, materials or/and stores in or upon the works or the site there of or

belonging to the contractor or procured by him and intended to be used for execution of the work on any part

there of paying or allowing for the same in account at the contract rates or in the case of these; not being

applicable at current market rates to be certified by the engineer In-charge whose certificate there of shall be

final otherwise the engineer In-charge may be noticed in writing to the contractor or his clerk of the works

foremen of other authorized agent require him to remove such tools, plants materials or stores from the

premises(within a time to be specified in such notice), and in the event of the contractor failing to comply

with any such requisition the engineer In-charge may remove at contractor‟s expenses or sell them by auction

Page 17: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

or private sale on the account of the contractor and at his risk in all respects and the certificate of the engineer

In-charge as to the expenses of any such removal and the amount of the proceeds and expense of any sale

shall be final and conclusive against the contractor.

CLAUSE 6 : EXTENSION OF TIME-

If the contractor shall desire an extension of the time for completion of the work on the grounds of his

having been unavoidably in writing to the officer accepting the contract on behalf of the UCDF through the

engineer In-charge and a copy thereof is sent to the Engineer In-charge within 30 days of the date of the

hindrance on account of which he desires such extension as aforesaid, and the officer accepting the contract

on behalf of the UCDF shall in his opinion (which shall be final) reasonable grounds be shown therefore

authorize such extension of time if any as may in his opinion, be necessary as proper provided that the

extension of time should be limited to 50% of the total period of the contract but in no case exceeding six

months, the case of extension of time beyond such period shall be submitted; to the authority next higher to

the officer accepting the contract on behalf of the UCDF provided always that if the contractor continues to

perform the work beyond the date completion or the extended date, as the case may be without obtaining

approval for extension as aforesaid the right of the UCDF to claim compensation under clause 3 shall not

deemed to have waived.

CLAUSE 7 : FINAL CERTIFICATE-

On completion of the work, the contractor shall sent a formal letter or registered notice to the Engineer-In

charge giving the date of completion and sending a copy of it to the officer accepting the contract on behalf

of the UCDF and shall request the engineer In-charge to give him a certificate of completion but no such

certificate shall be given nor shall the work be considered to completed until contractor shall have removed

from site on which the work be executed, all be executed, all scaffolding surplus materials and rubbish and

cleared off the dirt from all wood work, doors, window, wall, floors or other parts of any building in upon or

about which the work is to be executed or of which he may have had possession for the purpose of the

execution there of and be has filed up the pits. If the contractor shall fail to comply with the requirement of

this clause as to removal of scaffolding, surplus materials and rubbish and cleaning off dirt and completion of

the work, the engineer In-charge may at the expense of the contractor to remove scaffolding surplus material

and rubbish and dispose of the same as he thinks fit, and clean off and fill in the pits and aforesaid, and the

contractor shall forth with pay the amount of all expenses so incur and shall have no claim in respect of any

such scaffolding or surplus materials as aforesaid except any sum actually realized by sale thereof. On

completion of work, it shall be measured by the engineer In-charge himself or through the subordinates,

whose measurement shall be binding and conclusive against the contractor provided that if subsequent to the

taking of the measurement by the subordinates as aforesaid the engineer In-charge had reason to believe that

the measurements taken by his subordinates are not correct, the engineer In-charge shall have the power to

cancel the measurements already taken by his subordinates and acknowledge by the contract and to take

measurements again after giving reasonable notice to the contractor and such re measurements shall be

binding on the contractor.

Within ten/thirty days of the receipt of the notice, engineer In-charge shall inspect the work and if there is

visibly no defect on the face of the work shall give the contractor by engineer a certificate of completion. If

the engineer In-charge finds that the work has been fully completed, it shall be mentioned in the certificate so

granted, if on the other hand it is found that the certain visible defects to be removed, the certificate to be

granted by engineer In-charge shall specifically mention the details of the visible defects along with the

estimate of the cost of removing these defects. The final certificate of completion of work shall be given after

the visible defects pointed out have been removed by the contractor.

CLAUSE 8 : Payments for work contract-

No payment shall be made for work estimated to cost less than Rs. One thousand till after the whole of work

shall have been completed and certificate of completion given. Payment on intermediate certificate to be

regarded as advance. But in the case of works estimated to cost more than rupees one thousand, the

contractor shall, on submitting the bill thereof be entitled to receive a monthly payment proportionate to the

part thereof then approved and passed by the engineer In-charge whose certificate of such approval and

passing of the sum so payable shall be final and conclusive against the contractor. But all such intermediate

payments shall be regarded as payment by way of advance against the final payment only and not a payments

Page 18: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

for works actually done and completed and shall not preclude the requiring of bad, unsound and imperfect

or unskilled work to be removed and taken away and reconstructed or re-erected or it shall not be considered

as an admission of the due performance of the contractor or any part thereof in any respects or the occurring

of the any claim nor shall it conclude, determine or effect in any the powers of the engineer In-charge under

these conditions or any of them as to the final settlement and adjustment of the accounts or otherwise in any

other way vary or affects the contract.

The final bill shall be submitted by the contractor within one month of the date fixed for completion of the

work or of the date of the certificate of completion furnished by the engineer In-charge and payment shall be

made within three months of submission of the such bills, of the amount of the contract, plus that of the

additional items is up to Rs 2.00 lacks, and in six months if same exceeds Rs. 2.00 lacks. If there shall be any

dispute about item or items of the work than the undisputed item or items only shall be paid within the said

period of three months or six months as the case may be. The contractor shall submit a list of the disputed

items within 30 days from the disallowance there of and if he fails to so, this claim shall be deemed to have

been fully waived and absolutely extinguished.

CLAUSE 9 : BILL BE SUBMITTED MONTHLY-

A bill shall be submitted by the contractor each month on or before the date fixed by the Engineer In-charge

for all work executed in the previous month and the engineer In-charge shall make or case to be taken the

requisite measurement for purpose of taking the same verified and claim as for as admissible, adjusted if

possible before the expiry of ten days from the presentation of the bill. If the contractor dose not submit the

bill within the time fixed as aforesaid the engineer In-charge may get the said work measured up in the

presence of the contractor whose counter signature to the measurements will sufficient warrant and the

engineer In-charge may prepare a bill for such shall be binding on the contractor.

CLAUSE 10 : CONTRACTOR TO BE GIVEN A WEEK TO FILE OBJECTION TO THE

MEASUREMENTS RECORDED BY THE UCDF-

Before taking any measurement of any work as has been referred in the clause 6,7, and 8 hereof the engineer

In-charge or a subordinate deputed by him shall give reasonable notice to the contractor. If the contactor fails

to attend at the time of measurement after such notice or fails to countersign or record the difference within a

week from the date of measurement in the manner required by the engineer In-charge then in any such event

the measurement taken by the engineer In-charge by the subordinate deputed by him as the case may be shall

not withstanding the provision in clause 8 be final and binding on the contractor and the contractor shall have

no right to dispute the same.

CLAUSE 11 : BILL TO BE ON PRINTED FORMS-

The contractor shall submit all bills on the printed form to be had on application at the office of the engineer

In-charge and the charge in the bills shall be always be entered at the rate specified in the tender or in the

case of any extra work ordered in pursuance or these conditions are not mentioned or provided or in the

tender, at the rates thereinafter provided for such work.

CLAUSE 12 : WORK TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS,

DRAWINGS, ORDERS ETC-

The contractor shall execute the whole and every part of the work in the most substantial and workmen like

manner and both as regards materials and otherwise in every respect in strict accordance with the

specification. The contractor shall confirm exactly and faithfully to the design drawings and instruction in

writing relation to the work signed by the engineer and lodged in his officer and to which the contractor shall

be entitle to have access to such officer for the purpose of inspecting during hours and contractor shall be

furnished free of change one copy of the specification and of all such designs, drawings and instruction are

not included in the details. PWD specification for buildings and roads enforced from time to time or any

other printed publications on general specifications referred to elsewhere in the contract.

CLAUSE 13 : ALTERNATIONS IN SPECIFICATIONS AND DESIGNS-

The engineer In-charge shall have power to make any alteration in omissions from additions to substitution

for, original speciation, designs and instruction that may appear to him to be necessary during the progress of

the work and contractor shall carry out the work in accordance with any instructions which may be given to

Page 19: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

him in writing signed by the engineer In-charge and such alteration omission addition or substitution , shall

not invalidate the contract and any altered, additional or substituted work which the contractor may be

directed to do in the the manner above specified as art of the work shall be carried out by the contractor on

the same conditions in all respects on which he agreed to do the main work.

The time for the completion of work shall be extended the proportion that the altered, additional or

substituted work bears to the original contract work, and the certificate of the engineer in charge shall be

conclusive as to such proportion.

Over and above this, a further period to extent on 25 percent of the time so extended may be allowed to the

contractor. The rate for such additional, altered or substituted work under this clause shall be worked out in

accordance with the following provisions in their respective order.

i) If the rates for the additional, altered or substituted work are specified in the contact for the work the

contractor is bound to carry out the additional, altered or substituted work at the same rates as are

specified in the contract for the work.

ii) If the altered, additional or substituted work include any work for which no rates are specified in the

contract for the work or can be derived from the similar class of work in the contract then such work

shall be carried out at the rates entered in the schedule of rates minus/plus percentage which the total

tendered amount bears the estimated cost of the entire work put to tender.

iii) If the rates for the additional altered or substituted work are not specifically provided in the contractor

the work the rates will be derived from the rates for class of work as are specified in the contract for

work.

iv) If the rates for the altered, additional or substituted work cannot be determined in the manner

specified in sub- clause (i) to (iii) above, then the rates for such work shall be worked out on the basis

of the PWD schedule of rates of the District specified above minus/plus the percentage which the

total tendered amount bears to the estimated cost of the entire work put to tender provided always

than if the rate for a particular part or parts of the item is not the schedule of rates, the rate for such

part or parts will be determined by the officer accepting the contract on behalf of UCDF on the basis

of prevailing market rates when the work was done.

v) If the rate for the altered, additional of substituted work can be determined in the manner specified in

sub-clause (i) to (iv) above the contractor shall within 7 days of the date of receipt of the order to

carry out the work inform the officer accepting the contract on behalf of the UCDF of the rate which

it is his intention to charge for such class of work supported by analysis of the rates claimed and the

officer next higher to the engineer In-charge shall determine the rates or rates on the basis of the

prevailing market tastes and pay the contractor accordingly. However the officer accepting the

contract on behalf of the UCDF by the notice in writing will be at liberty cancel his order to arry out

such class of work and arrange to carry out in such manner as may consider advisable. But under no

circumstances the contractor shall suspend work on the plea of non settlement of rates of items,

failing under the clause.

The rates under sub-clause (i), (ii) and (iii) shall be worked out by the officer accepting the contract on behalf

of the UCDF.

CLAUSE 14 : NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK TO

BE CARRIED OUT - If at any time the commencement of the work the UCDF shall for reasons, whatsoever, not require the whole

there of as specified in the tender to be carried out, the engineer in charge shall give notice in writing of the

fact the contractor who shall have no claim to any payment or compensation whatsoever on account of any

profit or advantage which might have derived from the execution of the work in full. But which he did not

derive consequences of the full amount of the work not having been carried out, neither shall have any claim

for compensation by reason of any alterations have been made in the original specifications, drawings,

designs and instructions which shall involve any curtailment of the work as originally completed nor shall

have any claim to compensation by reason of his having purchased or procured materials with a view to the

execution of the work or the performance of the contract. But the engineer in charge shall have the option

either to take over the materials at site, if of approved quality and not in excess of the requirement of the

work and to pay to contractor the actual cost thereof the amount of which cost a certificate by the engineer in

charge shall be binding on the contractor. In the event of this option not being exercised the contractor may

submit to the engineer in charge within one month of date of the order closing down work a detailed

Page 20: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

statement of the loss that be estimates he will sustain by removing selling or otherwise disposing of the

materials, the estimate will be forwarded the Dy. General Manager (Engineering) UCDF who will decide

what sum, if any, should as a matter of grace be paid to the contractor to compensate him, for the loss

suffered by him and the decision of Managing Director, UCDF shall be final and binding on the contractor.

CLAUSE 15 : ACTION AND COMPENSATION PAYBLE IN CASE OF BAD WORK-

If it shall appear to the engineer in charge or his subordinate in charge of the work, that any work has been

executed with unsound, imperfect or unskillful workmanship or with materials of any inferior description

provided by him for execution of the work which are unsound or of a quality inferior to the contractor for or

otherwise not in accordance with contract the contractor shall, on demand in writing from the engineer in

charge specifying the work material or articles complained of notwithstanding that same may have been

inadvertently passed, certified and paid forthwith rectify or remove and reconstruct the work so specified in

whole or in part as the case may require of as the case may be, remove the materials so specified and provide

other proper and suitable materials or articles at his own proper charge and cost and in event of his failing to

doo so within a period to be specified by the engineer in charge in his demand aforesaid then the contractor

shall be liable to pay compensation at the rate of one percent on the amount of the estimate for every day not

exceeding ten days, while his failure to do so shall continue, and in the case of any such failure the engineer

in charge may rectify or remove and re-executed the work or remove and replace with others the materials or

articles complained of, as the case may be, at the risk and expenses in all respects of the contractor.

CLAUSE 16 : ACCEPTANCE OF WORK AND CAUSING TECHNICAL EXAMINATION OF

WORK-

UCDF shall have right to accept at reduced rates, substandard or defective work, and to cause on audit and

technical examination of the work and the works and the running and final bills of the contractor including

all supporting vouchers, abstracts etc, to be made before or after the payment of the final bills and if as a

result of such acceptance of substandard or defective work on audit and technical examination any sum is

found to have been done by him under the contract but found not to have been actually executed the

contractor shall be liable to refund the amount of the over payment and it shall be awful for UCDF to recover

the legally permissible, and it is found that the contractor was paid less than that what was due to him under

the contract in respect of any work executed by him under it. The amount of such under payment may be

duly paid by UCDF to contractor, provided that the sub-standard or defective work accepted is not

considered to be seriously defective by the engineer in charge and the rate of the work so accepted is suitably

reduced by him compensate the UCDF and such reduction is bindings on the contractor.

CLAUSE 17 : WORK TO BE OPEN IN INSPECTION CONTRACTOR OR RESPONSIBLE

AGENT TO BE PRESENT- All work under or in course of execution or executed in pursuance of the contract shall at shall at time be

open to the inspection and supervision of the engineer in charge; and his subordinates and the contractor shall

at all times during the usual working hours and at all other time at which reasonable notice of intention of the

engineer in charge or his subordinate to visit works shall have given to contractor either himself be present to

receive orders and instructions or have a responsible agent duly accredited in writing present for that

purpose. Orders given to the contractor‟s agent shall be considered to have the same force as if they had been

given to the himself.

The contractor shall be given not less than five days notice in writing by the engineer in charge or his

subordinates in charge of the work before covering up or otherwise placing beyond the reach of measurement

and work in order that the same may be measured and correct dimension thereof be taken before the same is

so covered up or planed beyond the reach of measurement and shall not cover up or place beyond the reach

measurement any work without the consent in writing of the engineer in charge or his subordinate in charge

of the work and if any work shall be covered up or placed beyond the reach of measurement without such

notice have given or consent obtained the same shall be uncovered at the contractor‟s expense or in default

thereof no payment of allowance shall be made for such work or the materials with such the same was

executed.

Page 21: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

CLAUSE 18 : CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR IMPERFECTION FOR

TWELVE MONTH AFTER CERTIFICATE-

If the contractor or his working people shall break deface, injure or destroy any part of a building on or in

which they may be working or any building, road, fence or grass land e premises on which the work or any

part or damage shall happen to the work while is process from any cause whatsoever, or any defect,

shrinkage or other faults appear in it within twelve months after a certificate of final or otherwise of its

completion shall have been given by the engineer in charge as aforesaid, the contractor shall make the same

good at his own expense or in default, the engineer in charge may cause the same (of which the certificate of

the engineer in charge shall be final) from any sums that may then or at any time thereafter, become due to

the contractor of from his security deposit, or the proceeds of sale there of or sufficient portion thereof in any

other manner, legally permissible.

CLAUSE 19 : CONTRACTOR TO SUPPLY LADDERS SCAFFOLDING ETC-

The contractor shall supply at his own cost all materials (except such special materials, if any, in accordance

with the contract be supplied from the engineer in charge stores) plant & tools, appliance, implements,

ladders cordage, tackle, scaffolding and temporary work requisite for the proper execution of the work,

whether original, altered or substituted and whether included in the specification or other documents forming

parts of the contract or referred to in those conditions or not, which may be necessary for the purpose of

satisfying or complying with the requirements of the engineer in charge to any matter as to which under these

conditions he is entitled tube satisfied or which he is entitle to require, together with carriage therefore to and

from the work. The contractor shall also supply without charge the requisite number of persons with the

means and material necessary for the purpose of setting out works& counting weighing and assisting in the

measurements of examination any time from time to time of the work or materials failing his so doing the

same may be provided by the engineer in charge at the expense same may be provided by the engineer in

charge at the expense of the contract cot and the expenses may be deducted from any money due to the

contractor under the contract of from his security deposit or the proceeds of sale there of or sufficient portion

thereof. The contractor shall also provide all necessary fencing and light required to ported the pupils from

accident and shall be bound to bear the expenses of defense of every suit action or other proceeding at law

that may be brought by any person for injury sustained owing to the neglect of the above precautions, and to

pay any damages and cost which may be awarded in any such suitable action or proceeding to any such

person or which may with the consent of the contractor be paid to compromise any such persons. If any

equipment issued departmentally rent will be recovered from the contractor‟s bills at current rates fixed by

the UCDF the terms of such issue to be ascertained by contractor from the engineer in charge in writing in

advance.

CLAUSE 20 : WORK NOT BE SUBLET-

The contractor shall not assign or sublet without the written approval of the officer accepting the contract on

behalf of the UCDF and if the contractor shall assign or sublet his contract, or attempt to does or become

insolvent commence any insolvency proceedings or make any composition with his creditors attempt to do

so, or if any bribe, gratuity gift, loan prerequisite rewarded or advantage pecuniary or otherwise shall either

or indirectly, be given promised or offered by the contractor or any his servants or agents, to any public

officer or person in the employ of UCDF in any way relating to his office or employment person shall

become in any way directly or indirectly interested in the contractor, the officer accepting the contract on

behalf of the UCDF thereupon by notice in writing rescind the work to the contractor and the security

deposit by the contractor against the contract shall thereupon stand forfeited and be absolutely at the disposal

of UCDF and the same consequence shall due as if the contract had been rescinded under clause (3) here of,

and in addition the contract shall not be entitled to recover, or be paid for any work there to for actually,

performed under the contract.

CLAUSE 21 :

The contractor shall not for the execution of the work employ any labor under 14 years of age and within

limits of any cantonment, any female laborer. For every each of this conveyance the contractor shall be liable

to pay by way of liquidated damages such sum not exceeding fatty rupees as the engineer in charge may fix

and the engineer in charge recover such sum by deduction from any sums which may be due, or may at any

time there after become due to the contractor.

Page 22: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

CLAUSE 22 :

(a) The contractor shall pay to his laborers a fair wages and shall supply every laborer employed by him

with a wage card on which the rate of wages, the attendance and payments will be entered.

(b) The contractor before the commences work paste in conspicuous place of the work a notice given the

rates of wages which shall not be less then than the minimum wages applicable and where on minimum

wages are applicable the wages will be such as may be carried as fair wages by the engineer in charge and

shall send a copy of the notice to the engineer in charge.

CLAUSE 23 :

The contractor shall be bound by all statutory provisions with regard to the period for which wages shall be

paid and deduction from wages.

CLAUSE 24 :

The contractor shall Comply with all labors law as applicable at the site of the work.

CLAUSE 25 :

In respect of all labor directly or indirectly employed in the works for the performance of the contractor‟s

part of this agreement the contractor shall comply with or causes to be complied by the UCDF from time to

time for the protection of health and sanitary arrangements for workers employed by the Federation and its

contractors.

CLAUSE 26 : Leave and pay during leave of all labor employed by the contractor-

Leave and pay during leave of all labor (Male and Female) employed by the contractor shall be registered,

governed and allowed by the contractor strictly as per the labor rules/act prevailing in Uttarakhand state or

any other act/rule passed by the Uttarakhand Government for the welfare of the labors engaged in

construction works.

In the event of the contractor committing a default or breach of any of the provisions of labor rules or the

UCDF directions to contractors for the protection of health and sanitary arrangements for the workers

furnishing any information or submit correct, of filing any statement under the provision of the above

direction which is materially incorrect, the contractor shall without prejudice to any other liability pay to

UCDF a sum not exceeding Rs. 100.00 for every default or breach and in the event of the contractor

defaulting continuously in this respect, the penalty may be enhanced to Rs. 500.00 per day of default subject

maximum to 5 percent of the estimated cost of the work out up to tender, order of the engineer in charge shall

be final and binding on the parties. If it appear to the engineer in charge that the contractor is not properly

observing and complying with the said directions for the protection of health and sanitary arrangements work

people employed by the contractor there in referred at said direction, the engineer in charge shall have power

give notice writing to the contractor requiring that the said direction to complied with and amenities

prescribed there in be provided to the work people within a reasonable time to be specified in the notice. If

the contractor shall fail within the period specified in the notice to comply with and observe the said

direction and to provide the amenities to the work people as aforesaid; the engineer in charge shall have the

power to provide amentias here in before mentioned as the cost of the contractor. The contractor shall arrest,

make and maintain at his expense and approved standard all necessary huts and sanitary arrangements

required for work and if the same shall not have been erected or contracted according to the approved

standards the engineer in charge shall have power to give notice in writing to the contractor requiring that the

said buts and sanitary arrangements be remodeled and or reconstructed according to approved standards and

if the contractor shall fair to remodel or reconstruct such huts and sanitary arrangement according to the

approved standards within the period specified in the notice the engineer in charge shall have the power to

remodel or reconstruct such huts and sanitary arrangements according to approved standard at the cost of the

contractor.

CLAUSE 27 :

The contractor shall at his own cost his labor with a sufficient number of huts (hereinafter referred to as the

camp) of the following specifications on a suitable plot or land to be approved by the engineer in charge.

Page 23: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

a) The minimum height of each hut above level shall be 7 feet and the floor area to be provided will be at

the rate of 30 sq. feet for each member of the worker‟s family staying with the labor.

b) The contractor shall in addition construct suitable cooking places having a minimum of a 6‟x5‟ feet

adjacent to the hut for each family.

c) The contractor shall in addition construct temporary latrines and urinals for the use of the laborers each on

the scale of not less than four per each one hundred of the total strength separate latrines and urinals being

provided for women.

d) The contractor shall construct sufficient number of bathing and washing places, one unit for every 25

persons residing in the camp. These bathing and washing places shall be suitably screened.

e) All the huts shall have walls of sun dried or burnt bricks laid in mud mortar or other suitable local

materials as may be approved by the engineer in charge in the case of sun dried bricks the walls should be

plastered with mud gory on both sides.

f) The contractor shall provide adequate supply of water for the use of his labors at site.

g) The contractor shall make necessary arrangements for the disposal of excreta from the latrines and

drainage of water.

CLAUSE 28 : Change in constitution of the firm-

In the case a tender by partners, any change in the Constitution of the firm shall be forthwith notified by

contractor to the engineer in charge for his information.

CLAUSE 29:- Works to be under direction of engineer in charge-

All works to be executed under the contract shall be executed under the direction and subject to the

approval in all respects of the engineer in charge for the time being, who shall be entitled at; What point or

and what manner they are to be commenced and from time to time carried on.

CLAUSE 30:-

(a)If the considered any work demand of him to be outside the requirement of contract, , or considers any

record or ruling of the engineer in charge or of his subordinates to be unfair, he shall immediately upon such

work being demand or such record or ruling being made, ask writing for written instruction or decision,.

Where upon he shall proceed without delay to perform the work or confirm to the procedure or ruling, and

within twenty days after the receipt of the written instructions or decision he shall file a written protest with

the engineer in charge stating clearly in detail the basis of his objections. Except for such protests or

objections as are made on records ruling instructions or decision of the engineer in charge be final conclusive

instruction and/or decision of the engineer in charge contained in letters transmitting, drawings to the

contractor shall be considered as written instructions subject to protest or objection as wherein provided.

(b) If the contractor is dissatisfied with final decision of the engineer in charge to pursuant of clause, the

Contractor may within twenty-eight days after receiving notice of such decision, give notice in writing

reporting that the matter be submitted to arbitration and furnishing detailed particulars of the dispute or

difference specifying clearly the point of the contractor fails to give such notice within the period of twenty

days as stipulated above the decision of the engineer in charge shall be conclusive and binding on the

contractor.

CLAUSE 32:- ACTION WHERE NO SPECIFICATION IS GIVEN- In the case of any class of work for which these is no specification in the contract such work shall be

carried out in accordance with the detailed PWD specification and in the event of there being no detailed

speciation for shames, the work shall be carried out in all respects in accordance with the instructions and

requirements of the engineer in charge.

CLAUSE 33:- WHETHER APPLIED TO NET OR GROSS AMOUNT OF BILLS-

In every case in which by virtue of the provisions of mentioned section /sub-section or the

prevailing workman compensation Act Uttarakhand, UCDF is obliged to pay compensation to a workman

employed by the contractor or any sub-contractor from him in the execution of the said work, UCDF will

recover from the contractor the amount of the compensation so paid and without prejudice to the rights of

UCDF under mentioned section/sub section of the said Act UCDF shall be at liberty to recover to such

amount any part thereof by deducting it either from the security deposited by the contractor to his credit

Page 24: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

under mentioned clause of these condition or from any other sum due to UCDF from the these conditions or

from any other sum due to UCDF from the contractor whether under this contractor or otherwise. UCDF

shall not be bound in contest any claim made against it under section/sub section of the said Act except on

the written request of the contractor and upon his given to UCDF full security for all costs for which

UCDF might become liable in consequence of contesting the claim.

s/d

Contractor‟s Signature Dy. General Manager(Engg.)

Name and Address UCDF, Mangal Parao, Haldwani

Page 25: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Bill of quantity

BOQ is available online on E-tender portal. After filling all rates, please upload

the BOQ file on online tender portal. Any hard copy of the BOQ/rates submitted

by the tenderer, in this office, will not be accepted.

Page 26: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO, HALDWANI(NAINITAL)-263139

Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Website: www.ucdfaanchal.org,

E-mail Id: [email protected],

E-Tender Notice No: 22/UCDF//2020-21, Date 06.06.2020

PART-II-A,

Machinery Engineering Works

:

S.N Name of Work Qty

(No)

Tentative

Work

value

EMD

(Rs.)

Tender

Document

Fee of

Work

Rate

Validity

period

Completio

n period

1 S I T & C of Tri Purpose

Centrifuge Machine( Cream

Separators) Cap 5000 LPH

1 No Rs. 25.00

Lakhs

75,000.0

0

2360.00 75 Days 90 Days

2 S I T & C of Ghee Clarifier Cap

1000LPH 1 No Rs. 8.00

Lakhs

24000.00 1180.00 75 Days 90 Days

3 S I T & C of On Line Cream

separator Cap 2000LPH 1 No Rs 6.00

Lakhs

18000.00 1180.00 75 Days 90 Days

4 S I T & C of Diesel Generator

set with Acoustic Enclosure

Cap 400 KVA

1 No Rs. 30.00

Lakhs

75000.00 2360.00 75 Days 90 Days

5 S I T & C of Automatic Milk

Pouch filling and Sealing

Machine Cap 5000 PPH

2 No Rs 18.00

Lakh

54000.00 1770.00 75 Days 90 Days

6 S I T & C of Automatic Milk

Crate washer Cap 1000

Crate/Hour

1 No Rs 18.00

Lakh

54000.00 1770.00 75 Days 90 Days

7 S I T & C of Automatic on Line

Water Softening Plant Cap

10000 Ltr/Hour

1 No Rs 8.00

Lakh

24000.00 1180.00 75 Days 90 Days

8 S I T & C of Step down

Transformer Cap 630 KVA 1 No Rs 20.00

Laks

60000.00 1770.00 75 Days 90 Days

9 S I T & C of Diesel Generator

set with Acoustic Enclosure

Cap 62.5KVA

1 No Rs 8.00

Laks

24000.00 1180.00 75 Days 90 Days

10 S I T & C of R M R D system 1 No Rs 4.5

Laks

13500.00 590.00 75 Days 90 Days

Page 27: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter- 1: General directions for Bidders

Documents Required in Technical bid

In Technical Bid, bidders must upload scan copy of following documents 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, In case of dealers/distributor Authorization

letter from manufacturer.

2) GST registration document.

3) PAN Card.

4) Earnest Money deposit DD/Receipt.

5) Tender document fee deposit DD/Receipt

6- Work Experience: (Scanned 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 3 (three) in quantity. For the proof of the same,

bidder should upload purchase orders and its satisfactory performance/completion report issued in

past 5(five) year, from the date of tender publishing, by the government/semi

government/PSU/Autonomous bodies/co-operative dairies/Reputed Private organizations/ reputed

private dairies (with minimum capacity of 1,00,000 LPD). In case of failure to upload these

documents, bidder‟s technical bid will be considered as rejected.

7- CA certificate with year wise declaration, for last 3 Year Annual turnover report, which should

not be less than Rs. 100.00 Lakh annually since last 3 years (out of last 3 years). Balance sheet of

previous 3 years may also be uploaded. ITR will not be considered.

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

Page 28: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter- 2: Terms & conditions of the agreement

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

(A) GENERAL TERMS & CONDITIONS

S.N. Description

1.0 The bidder should be a manufacture 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 5 (five) years at the time of bid opening in the same name and style. In order to support these,

the bidder has to upload - 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 5 (five) years; In case firm is a manufacturer upload the registration document & in case Dealer,

upload dealership document.

(b) Upload scanned copy of the purchase order executed in the last 5(five) years in same name and

style. The firm should have executed at least 3(three) Nos of tendered jobs for Supply, Installation,

Testing & Commissioning of the quoted equipment successfully preferably in the government/semi

government/PSU/Autonomous/co-operative dairies/Reputed Private organizations/ reputed private

dairies (with minimum capacity of 1,00,000 LPD) since last 5(five) 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.

1. (c) The annual turnover of the firm should not be less than Rs. 100.00 Lakh annually since last 3

years (out of last 3 years).

2. (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 centre 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

Page 29: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chartered Accountant may be uploaded.

2.4 Bidder should have credentials for satisfactory performance for the last 5(five) 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 dairies/Reputed Private organizations during last 5(five)

years. Scanned 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 upload scanned copy 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.

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

Page 30: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

20. All the Government orders, issued from time to time by the Uttarakahnd Government, will be

binding on both the parties, ie. Bidder and federation.

Manager Director

UCDF Ltd, Haldwani

UTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

(B) SPECIAL TERMS AND CONDITIONS

S.N. Description

1.0 Work Experience: The Firm should have executed at least 3(three) nos in quantity of tendered

work, of the same nature & of equivalent amount in last 5 (five) 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

Page 31: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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

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 document:

(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

Page 32: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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 2017.

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

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.

Page 33: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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 75 (seventy five) 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.

(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

Page 34: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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

Page 35: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter- 3: Details of Materials/ Services required

S.

N

Name of Work Qty

(No)

Tentative

Work

value

EMD

(Rs.)

Tender

Documen

t Fee of

Work

Rate

Validity

period

Completio

n period

1 S I T & C of Tri Purpose

Centrifuge Machine( Cream

Separators) Cap 5000 LPH

1 No Rs. 25.00

Lakhs

75,000.00 2360.00 75 Days 90 Days

2 S I T & C of Ghee Clarifier Cap

1000LPH 1 No Rs. 8.00

Lakhs

24000.00 1180.00 75 Days 90 Days

3 S I T & C of On Line Cream

separator Cap 2000LPH 1 No Rs 6.00

Laks

18000.00 1180.00 75 Days 90 Days

4 S I T & C of Diesel Generator

set with Acoustic Enclosure

Cap 400 KVA

1 No Rs. 30.00

Lakhs

75000.00 2360.00 75 Days 90 Days

5 S I T & C of Automatic Milk

Pouch filling and Sealing

Machine Cap 5000 PPH

2 No Rs 18.00

Lakh

54000.00 1770.00 75 Days 90 Days

6 S I T & C of Automatic Milk

Crate washer Cap 1000

Crate/Hour

1 No Rs 18.00

Lakh

54000.00 1770.00 75 Days 90 Days

7 S I T & C of Automatic on Line

Water Softening Plant Cap

1000 Ltr/Hour

1 No Rs 8.00

Lakh

24000.00 1180.00 75 Days 90 Days

8 S I T & C of Step down

Transformer Cap 630 KVA 1 No Rs 20.00

Laks

60000.00 1770.00 75 Days 90 Days

9 S I T & C of Diesel Generator

set with Acoustic Enclosure

Cap 62.5KVA

1 No Rs 8.00

Laks

24000.00 1180.00 75 Days 90 Days

10 S I T & C of R M R D system 1 No Rs 4.5

Laks

13500.00 590.00 75 Days 90 Days

Page 36: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter-4:

Technical

Specifications

And

Scope of Work

Page 37: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

tem NO:1

Name of work:- Supply Installation and Commissioning of On Line Milk

Centrifuge Machine (Cream Separator)

Place of Supply:- Udham Singh Nagar DUSS Ltd, Kanjabagh Road, Khatima

Capacity- 5000 LPH, Qty:- 1No.

Required Make GEA/Westfalia/IDMC/Tetra Pak

Functional Requirements:

It would be used for on line separation of cream from milk at incoming temperature of 25

degree Celsius to 40 degree Celsius and Standardization and clarification of hot milk.

WORKING PRINCIPLE: A distinguishing feature of the separator is that both inlet and outlets are airtight, hermetic, so

that there is no air present during the separation process.

Hermetic Inlet: Milk is fed into the separator bowl from the bottom through a stationary pipe,

an inlet pump, a nozzle, and a hollow spindle. A seal at the inlet effectively excludes air. The

inlet pump increases the milk pressure sufficiently to force the milk through the separator.

The sizes of the inlet nozzle and inlet pump impeller are to be selected to yield the required

pressure.

Hermetic Outlets: The skim milk and cream are brought to the outlets under pressure, and

the skim milk is discharged by means of an outlet pump the diameter of whose impeller is to

be selected to give, together with the inlet pump, the outlet pressure required for the

downstream equipment of line.

Separation: The separation takes place due to centrifugal force inside the bowl and the solids

(sludge) collect in the sludge space, from where they are removed at intervals by dismantling

the bowl.

Design Requirements:

Material: Bowl spindle, bowl hood, distributor, bowl body and discs are of stainless steel.

The frame is of lacquered cast iron. The frame hood is of stainless steel. All other parts in

contact with the product are of high-grade stainless steel.

Standard Equipment: Included are motor, foundation feet, and manual brake. A spare parts kit

is provided. A set of standard tools is also provided.

TECHNICAL DATA Capacity: Separation of hot milk 5000 l/h

Standardization/ 7500 l/h

Clarification

Connections: Inlet 38mm, Skim milk outlet 38mm, Cream outlet 25mm

Bowl Speed: 5900 r/min. (approx)

Sludge Space: 4.61 liters

Inlet Pressure: 0.5 kg/cm2 min.

Outlet Pressure: As required for downstream equipment and determined by impeller sizes,

etc.

HERMETIC DESIGN:

Page 38: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Hermetic design of the milk separator ensures that the bowl is always filled with milk and

there is no air. This avoids breaking of fat globules and higher fat recovery is possible.

Skimming efficiency of hermetic separation is therefore excellent.

Capacity-: 5000 LPH- On line cream separators (On Line Tri Purpose Centrifuge machine)

Finish:- All welding joints are to be ground smooth. All stainless steel surfaces are to be

polished to 150 grits.

Scope of Supply:-

The Centrifuge:- The centrifuge should be made from stainless steel confirming to AISI 304.

The centrifuge portion of the separator should be stainless steel AISI 304 shrouded. - 1.0 no. Drive: Motor: Min. 5.5 KW flange motor for 440 V, 50 HZ 3-Phase AC Motor drives bowl

via friction clutch. The drive for the centrifuge should be just underneath and integrated

together. The drive portion of the separator should be mild steel shrouded-1no.

Accessories:

Lubrication System: Suitable lubrication system - 1.0 no.

Oil Pressure Gauge: For continuous measurement of lubricating oil pressure, in case of

forced feed system. - 1.0 no.

Tachometer: For continuous measurement of RPM of disc assembly. - 1.0 no.

Gasket:-The gasket should be of food grade rubber. It should be non toxic, fat resistant and

non absorbent . It should have smooth surfaces.

Painting:- All mild steel surfaces should be painted with a coat of epoxy primer followed by

two coats of epoxy paint after thorough de-rusting.

Tools:- Essential special tools should be supplied with the machine without charging any

extra cost.

NOTE:- Separators of capacity 5000 LPH will be used as on line separators. The rates

should be FOR Including all taxes and cartage.

The Bidder should be a reputed manufacturer of the equipment and he should have been

completed at least 5 works of SIT&C of the equipment in last 3 years.

Page 39: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No:2

Name of work- S I T & C of Ghee Clarifier

Place of work- Nainital DUSS Lalkuan

Quantity- 1 No

Functional Requirements-

It would be used for clarification of ghee at the incoming temperature of 40-45 DEG CENT

Design Requirement-

Capacity- 1000 LPH

Required Make- IDMC/GEA/Westfalia/Tetra Pak/ Other Equivalent reputed Make.

Finish- All welding joints are to be ground smooth. All stainless steel surfaces are to be

polished to 150 grits

Scope of Supply-

The Centrifuge- The centrifuge should be made from stainless steel conforming AISI 304.

The centrifuge portion of the clarifier should be stainless steel AISI 304

Drive- The drive for the centrifuge should be just underneath and integrated together. The

drive portion of the separator should be mild steel shrouded 1 Set

Accessories-

Lubrication System- Force feed lubrication system with gear type oil pump.

Oil Pressure Gauge- for continuous measurement of the lubricating oil pressure 1 no

Type- Solid Bowl Type

Tachometer- For continuous measurement of R P M of Disc assembly.

Gasket- The gasket should be of food grade rubber. It should be non-toxic, fat resistant and

non absorbent. It should have smooth surface.

Painting- All mild steel surfaces are to be painted with a coat of epoxy primer followed by

two coats of epoxy paint after through de–rusting.

Tools- Essential special tools should be supplied with the machine without charging any extra

cost.

Page 40: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item NO:3

Name of Work: Supply, Installation, Testing and Commissioning of On line centrifuge

Machine (Cream Separator)

Place of Supply: Pithoragarh DUSS Ltd., Vin Pithoragarh

Quantity: 1 Nos

Capacity- 2000LPH

Required Make- IDMC/GEA/Westfalia/Tetra Pak/ Other Equivalent reputed Make.

Functional Requirements:

It would be used for on line separation of cream from milk at incoming temperature of 25

degree Celsius to 40 degree Celsius and Standardization and clarification of hot milk.

WORKING PRINCIPLE: A distinguishing feature of the separator is that both inlet and outlets are airtight, hermetic, so

that there is no air present during the separation process.

Hermetic Inlet: Milk is fed into the separator bowl from the bottom through a stationary pipe,

an inlet pump, a nozzle, and a hollow spindle. A seal at the inlet effectively excludes air. The

inlet pump increases the milk pressure sufficiently to force the milk through the separator.

The sizes of the inlet nozzle and inlet pump impeller are to be selected to yield the required

pressure.

Hermetic Outlets: The skim milk and cream are brought to the outlets under pressure, and

the skim milk is discharged by means of an outlet pump the diameter of whose impeller is to

be selected to give, together with the inlet pump, the outlet pressure required for the

downstream equipment of line.

Separation: The separation takes place due to centrifugal force inside the bowl and the solids

(sludge) collect in the sludge space, from where they are removed at intervals by dismantling

the bowl.

Design Requirements:

Material: Bowl spindle, bowl hood, distributor, bowl body and discs are of stainless steel.

The frame is of lacquered cast iron. The frame hood is of stainless steel. All other parts in

contact with the product are of high-grade stainless steel.

Standard Equipment: Included are motor, foundation feet, and manual brake. A spare parts kit

is provided. A set of standard tools is also provided.

TECHNICAL DATA Capacity: Separation of hot milk 5000 l/h

Standardization/ 7500 l/h

Clarification

Connections: Inlet 38mm, Skim milk outlet 38mm, Cream outlet 25mm

Bowl Speed: 5900 r/min. (approx)

Sludge Space: As per design

Inlet Pressure: 0.5 kg/cm2 min.

Outlet Pressure: As required for downstream equipment and determined by impeller sizes,

etc.

HERMETIC DESIGN:

Page 41: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Hermetic design of the milk separator ensures that the bowl is always filled with milk and

there is no air. This avoids breaking of fat globules and higher fat recovery is possible.

Skimming efficiency of hermetic separation is therefore excellent.

Capacity-: 5000 LPH- On line cream separators (On Line Tri Purpose Centrifuge machine)

Finish:- All welding joints are to be ground smooth. All stainless steel surfaces are to be

polished to 150 grits.

Scope of Supply:-

The Centrifuge:- The centrifuge should be made from stainless steel confirming to AISI 304.

The centrifuge portion of the separator should be stainless steel AISI 304 shrouded. - 1.0 no. Drive: Motor: Suitable flange motor for 440 V, 50 HZ 3-Phase AC Motor drives bowl via

friction clutch. The drive for the centrifuge should be just underneath and integrated together.

The drive portion of the separator should be mild steel shrouded-1no.

Accessories:

Lubrication System: Suitable lubrication system - 1.0 no.

Oil Pressure Gauge: For continuous measurement of lubricating oil pressure, in case of

forced feed system. - 1.0 no.

Tachometer: For continuous measurement of RPM of disc assembly. - 1.0 no.

Gasket:-The gasket should be of food grade rubber. It should be non toxic, fat resistant and

non absorbent . It should have smooth surfaces.

Painting:- All mild steel surfaces should be painted with a coat of epoxy primer followed by

two coats of epoxy paint after thorough de-rusting.

Tools:- Essential special tools should be supplied with the machine without charging any

extra cost.

NOTE:- Separators of capacity 5000 LPH will be used as on line separators. The rates

should be FOR Including all taxes and cartage.

The Bidder should be a reputed manufacturer of the equipment and he should have been

completed at least 5 works of SIT&C of the equipment in last 3 years.

Page 42: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No:4

Name of Work: Supply, Installation, Testing and Commissioning of D.G.Set

Place of Supply: Udham Singh Nagar DUSS Ltd., Kanjabag Road, Khatima.

Quantity: 1.0 No

Capacity – 400 KVA

TECHNICAL SPECIFICATIONS

Technical Specification of 400 KVA DG Set

Diesel Engine:-

Kirloskar Green/ Greaves/ Volvo penta/ Perkins/ Ashok Leyland/ CatterPillar/ Cumins/

Kohler make water cooled engine with cold starting, compression ignition, 4 stroke high

speed diesel engine developing minimum 487 BHP at 1500 RPM under NTP conditions to

IS-10002, BS-5514, DIN-6271, IS-3046 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

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 Lub 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/equivalent self

excited, self regulated 400 KVA brushless type, 0.8 power factor, 3-phase, 415 volt ,50hz

Page 43: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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. 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.

1. Suitable Battery with suitable copper lead- Make Exide or Equivalent (Min,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. M.S. 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.

Control Panel

Control panel is manufactured with 14/16 gauge CRCA sheet and in power control for

weather proof and long lasting finish. The control panel consists of the following parts

Power command Controller

Aluminium bus bars will be of suitable capacity with incoming/outgoing terminals.

Instrument fuses duly wired and ferules

Air circuit breakers (ACBs) mounted case circuit breaker (MCCB) of suitable rating with

overload and short circuit protections.

Power Command Features

The power command control system is an integrated microprocessor-based generator set

monitoring metering and control system with LED display designed to meet the demands of

modern engine driven generator sets.

Intuitive operator interface which includes LED backlit LCD display with tactile feel soft

switches & generator set status LED lamps

Integrated digital electronic voltage regulator with configurable torque matching.

Digital electronic governing with temperature compensation and smart starting.

Engine Metering- Oil pressure, High constant temperature ,Low constant level, Battery

voltage, Engine speed and hours.

AC alternator metering L-L voltage and L-N voltage, current ( 3 phase) KW, KVA, power

factor, KVA(three phase and total), and frequency

Utility /AC bus metering L-L voltage and L-N voltage, current ( phase) KW,KVA, power

factor, KVA(three phase and total), and frequency

Paralleling control function : Digital frequency synchronization and voltage matching

,Isochronous KW and KVA load sharing controls Drop KW and KVA control sync check

extended paralleling (Perk shave/Base load) load govern control, load demand control,

Data Logging Genset model data, Engine hours control hours engine starts load profile KWh

and upto 32 recent fault codes

Page 44: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Engine protection Low tube oil pressure High/Low coolant temperature over speed battery

over /under frequency over current overload reverse power reverse VA phase rotation and

loss of ac sensing

Utility AC bus protection over/under voltage under frequency and phase rotation

Paralleling protections

Control functions start stop with configurable, time delay real time clock for fault and event

time stamping exerciser clock and time day start/stop. Configurable glow plug control

configurable cycle cracking load shed /dump as per configurable priority

12 and 24 volt DC operation.

Sleep mode

Programmable I/Os (4 inputs and 4 outputs) expandable

With AUX101/102 modules

Self configuring PCC Net works

Mudbug interface (RS485RTU)

In Power compatible (PC based service tool)

Certifications meets the requirements of relevant (UL,NFPA,ISO,IEC, MIlstd CE and CSA

standards

Silencer

Suitable grade silencer suitably optimised to meet stringent noise emission standards laid

down by MoEF/CPCB

Mounting arrangement

Engine and alternator are mounted on a common MS fabricated base frame with AVM pads

Base frame with integral fuel tank is provided with drain plug air vent inlet and outlet

connection level indicator and provision for cleaning

Optional

Engine Coolant heater, Heat exchanger

Alternator PMG

Control Panel Microprocessor/relay based AMF control panel

Others Trolley mounted mobile sets

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

Page 45: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

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.

Page 46: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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

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 with standing 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.

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.

Page 47: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

4. Supply and fixing of suitable size G.I. strip 50 x 5 mm or above size to connect body and

neutral -1 Job (Appro. 80 meters.)

5. Supply and laying of suitable 3.5 core 185 sq. mm (2 nos.) Aluminium armoured cable

with suitable Lugs and gland. - 50 Mtr

6. Supply and fixing of Suitable rating 630 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:-

1.0 The concrete foundation/Floor will be provided by the dept. The contractor will obtain the

Electrical Inspector Approval. However necessary Fee will be deposited by the dept. The first

service should be free of cost. The rates of all the items should be quoted separately.

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 an authorized dealer and should submit his work experience

certificates with the technical bid.

Page 48: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

tem NO:5

Name of Work: Supply, Installation, Testing and Commissioning of Mechanical Type

Double Head Milk Pouch Filling Machine

Place of Supply- 1.Pithoragarh DUSS Vin Pthogarh – 1 No

2. Haridwar DUSS Ltd Shikarpur Landhaura Haridwar ) -1No

Quantity: 2 Nos

1.0 Functional Requirements:

Milk would be fed to the float balance tank of the pouch filling machine by gravity flow.

The pouches should be formed of film, filled with milk and sealed by the machine.

2.0 Design Requirements:

2.1 Capacity: 5000 packs /hour of sizes 200ml or 500ml or 1000ml.

2.2 The machine should be double head (capacity of each head should be 2500 pouches

/hr) and mechanical type so that no air is required for its operation.

2.3 Finish: All stainless steel surfaces are to be polished to 150 grits.

3.0 Scope of supply:

3.1 Milk contact parts: Milk contact parts of the machine should be made from stainless

steel confirming AISI-304.

3.2 Float Balance Tank: Stainless steel grade-304, (made of minimum 1.5 mm thick

sheet) Float balance tank of capacity at least 50 Lit should be provided at the top of the pouch

filling machine - 1.0 No.

3.3 The machine should have following arrangements in it:

3.3.1 Film Guard device to stop the machine when the film gets exhausted.

3.3.2 Liquid Level Controller , VFD device.

3.3.3 Sterilizing Mechanism for pouch filling.

3.3.4 Pouch Counter.

3.3.5 Date/ Price printing Device (Ink coding device).

3.3.6 Apportioning device for 200ml, 500ml & 1000ml.

3.3.7 Facility to insert a closed circuit in place cleaning system for the machine.

3.3.8 Servo Voltage Stabilizer of suitable rating.

3.4 Tool: Essential special tools should be supplied with the machine without charging

any extra cost

3.5 Photo sensor: The machine should be equipped with the device/system/ sensor to cut

the pouches at marked locations so as to make the pouches of same length and design.

4.0 Remarks: The supplier should furnish along with the offer the following details in

absence of which the offer will be treated as incomplete:

4.1 Accuracy of filling.

4.2 Samples of 200ml, 500ml & 1000ml Capacity pouches with dimensions and

specifications as followed-

4.2.1 Length of pouch

4.2.2 Width of pouch

Page 49: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

4.2.3 Thickness of pouch film

4.2.4 Width of pouch film

4.2.5 Material of pouch film

4.2.6 Weight of pouch film

4.2.7 Inner diameter of pouch film reel

4.2.8 Outer diameter of pouch film reel

4.2.8 Vertical & Horizontal sealing margins

4.3 Weight and dimensions of pouch filling machine

4. Technical literature of pouch filling machine

Special conditions-

1.0 The rates quoted should be inclusive of supply, installation & commissioning of the

machine on turn-key-basis. Rate should be inclusive of all taxes, freight, loading &

unloading. The supplier will trained two our dairy personnel‟s for operation and

maintenance purposes.

2.0 The bidder should have the experience of supplying and installing at least 10 (ten )

no. of Mechanical type Milk Pouch Filling Machine in last 5 years in state cooperative

dairies/ govt. Dairies. Private dairy supply will not be entertained. The annual turn over

of the firm should not be less than Rs. 1.00 crores since last three years. You should

upload relevant reports/ documents to justify it.

Page 50: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No-6

NAME OF WORK- SIT&C OF STRAIGHT THROUGH CRATE WASHER CAPACITY 800 TO

1000 Cr/Hr (SINGLE TRACK) SLANTING TYPE

Location: Nainital Milk Union, Lalkuwa

Quantity: 1 (One) Unit.

1.0 Functional Requirements

It is a Semi Automatic Straight Through Slanting type crate traveling with 3 Pumps design Crate Cleaning

Machine for cleaning of Crates, Dairy and Food Processing Trays.

2.0 Design Requirements

2.1 Capacity : 800 to 1000 Crates/hr

2.2 Configuration : Straight Through

2.3 Washing Sequence :

2.3.1 Pre-rinse :

The dirty crate travels from this chamber, which has provided with SS Sprinkler header with SS pressure

nozzle for cleaning of the crate i.e., removing of the foreign particles such as jute threads, Straws, plastic bag

and sticky materials. It has provided with AISI 304 perforated screens for separation of foreign particles. The

water is circulated from this chamber to first rinse chamber or drained basing on the quality of the water. For

this sequence branch water line from discharge line of pre-rinse pump is connected to the sprinkler header

with nozzle in the additional chamber.

2.3.2 First Rinse:

Crate Enter in this chamber after removing of foreign materials. Actual cleaning of the crate starts from this

chamber. This chamber is provided with AISI 304 adequate sprinkler headers with AISI 304 Pressure nozzles

for pressurized cleaning at 2.5 to 3 Kg/cm2. This chamber is filled with soft water with mechanical float

arrangement for filling as well as level control of water in the chamber. 2 Nos. AISI 304 perforation screens

are provided for screening of foreign particles before entering in to the sprinkler pressure nozzles. This water

can be re-used basing on the quality after cleaning of crates.

2.3.3 Hot Detergent Rinse :

After pre-rinse cleaning the crate enters in this chamber for removing of Oily / Fatty surface from the crate

surface with hot detergent of 1.5% at Nozzle pressure of 2.5 to 3 kgs/cm2 with 65 Deg. Temp. this chamber

is same as pre-rinse chamber with all the provisions with indirect steam heating system with ON / OFF steam

solenoid valve along with Temperature Indicator cum controller with PT 100 Sensing probes for controlling

of temp. of hot detergent. The cleaning detergent is to be added basing on the PH value. The re-using of this

chamber water is depending on the strength of the detergent and water condition.

2.3.4 Hot Water Rinse :

After cleaning of the crate in Hot detergent sump the crate enters in this chamber for removing of

Page 51: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

detergent traces from the crate surface with hot water pressure nozzle at 2.5 Kg to 3. Kg/cm2 with 70 to 75

Deg. Temperature. This chamber is same as hot detergent chamber for direct steam heating sparger is

provided for heating of water in this chamber. For energy saving the condensate from the indirect heating coil

of Hot detergent is connected in this chamber. Re-using of the water is depending on the water quality and

traces of detergent.

2.4 Available Services

2.4.1 Steam : 225 to 250 Kgs/hr at 3.5 Kg Sq Cm

2.4.2 Electrical Power : 19.5 HP

(First Rinse -5 HP, Hot Detergent Rinse - 7.5 HP,

Hot Water Rinse–5 HP & Drive Unit –2 HP)

2.4.3 Finish : All Weld joints to be ground smooth. All stainless steel surfaces are to be polished to 120

Grits.

2.4.4 Temp. Control : It will have a temperature control of detergent tank and hot water.

3.0 SCOPE OF SUPPLY :

3.1 MAIN ENCLOSURE :The Main enclosure which houses washing & sterilising sections will made from

2mm thick Stainless steel sheet confirming to SS 304 for easy accessibility, which contains inspection doors

all along the length on both sides. Crate guides shall be provided through the length of detergent section of

crate washer.

3.2 UNDER FRAME :

The under frame will be made of complete SS 304 Grade Hollow rectangular sections. The assembly shall

have sufficient number of SS 304 Legs with the SS 304 ball feet having 50mm vertical adjustment.

3.3 CONVEYOR CHAIN :For Carrying of all the above washing sequences of the crate, the crate

conveying mechanism provided with AISI 304 link chain and SS tracks for crate entering and coming out

from the machine. This mechanism is carried with drive motor, drive transmission along with adjustment and

tensioning of chain.

3.4 WASHING STATION:

3.4.1 Washing : Pumping and jetting Arrangement will apply sufficient washing liquid to the inside and

outside surfaces of the crates.

3.4.2 Filters : Pressure filter of AISI 304 construction with SS perforating casing of 2mm for Hot detergent

and 2 Nos. of removable type AISI 304 perforated screens in each chamber for cleaning of foreign particles.

3.4.3 Sump Tanks : These Tanks will be made from SS 304 and will be used as feed tanks for various

washing liquids.

3.4.4 PUMPS : Kirloskar Make Mono-block pump with Gland seal for pressure cleaning of pre-rinse and

Kirloskar Make Mono-block pump with Gland seal for Hot Detergent rinse and Hot water rinse.

3.4.5 Instrumentations : The Temperatures and pressures of delivery sides of pumps and sump tanks will be

indicated on a instrument panel located on main enclosure. Instrument panel will be fabricated from SS 304

with acrylic cover shall contain dial type Pressure gauge and Digital Temperature Indicator.

Page 52: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

3.4.6 Main Control Panel : Motor Control Panel for the crate washer comprising of MCCB/Switch

Fuse Units, starters for all Driving Units. All the components shall be of L&T/semens make complete with

voltmeter, ammeters, indicating lights etc. Suitable capacity of Bus Bar, indicating lights, voltmeter,

ampere meter with selector switches etc. The Panel should be fabricated from 14 Gauge CRCS sheet and

shall be designed for front operation. Electrical and Electrical wiring materials comprising of

Aluminum Armored cables, control cables, trays, conduits, thimbles, glands etc. for the termination of

gland are in scope of supplier. Remote control panel should contain ON / OFF push buttons along with

emergency stop for operating the machine approachable distance.

BATTERY LIMITS : Supplier

a) Electrical cables related to Crate Washer are ended at cable termination box, which is provided on the top

of crate washer.

b) Steam & Water line ended with GM valves and counter flanges.

BATTERY LIMITS : Purchaser

a) Steam and Water line has to be arranged by DUSS from counter flanges at operating valves which are

located on top of the crate washer.

b) DUSS will be responsible to make necessary arrangements to energies the panel.

NOTE-

1.0 The rates quoted should be inclusive of supply, installation & commissioning of the machine on

turn-key-basis. Rate should be inclusive of all taxes, freight, loading & unloading and placing on

foundation. The supplier will trained two our dairy personnel‟s for operation and maintenance

purposes .

2.0 The bidder should have the experience of supplying and installing at least 3(Three) nos. of Straight

through crate washers in last 5 years in state cooperative dairies/ govt. dairies. Private dairy supply

will not be entertained. The annual turnover of the firm should not be less than Rs. 1.00 crores since

last three years. You should attach relevant reports/ documents to justify it.

Page 53: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item NO:7

Name of Work: Supply, Installation, Testing & Commissioning of online Water

Softening Plant at Nainital DUSS Ltd, Lalkua.

Capacity/Required soft water discharge= 10,000 LPH

Quantity: 1 No.

Technical Parameters:

S.N. Particulars Details

1 Main Vessel: Quantity- 1.0 No.

Make :

SBIEE/Thermax/Pantair/IEI/equivalent

reputed make

Vessel Diameter : Suitable to handle

the desired flow rate,

Made of S.S.-304,

Thickness of Disk Sheet- 3

mm Minimum

Thickness of Vessel Sheet-

3 mm Minimum

2 Flow Rate 10000 litres/hour average

3 Max. Working Pressure 3.0 kg/cm2

4 Min. Working Pressure 2.0 kg/cm2

5 Resin Makes Dow/ Ion

Exchange/Equvalent.

6 Inlet Water Hardness 300ppm

7 Outlet Water Hardness < 5 ppm

8 Output/ Regeneration 10000 Liters/hour

9 Frontal Pipe Work SS-304

10 Ball Valve 32 mm of approved make 05 Nos.

11 MOC of Ball Valve SS-304

12 Ejector ( MOC : PP) 01 No

13 SS Ball Valve 25 mm 01 No.

14 SS Ball Valve 15 mm 01 No

15 BRINE TANK, Qty - 01 No MOC of Tank : SS-316,

Page 54: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Volume : suitable to

handle the rated flow.

Thickness of Disk & Vessel

Sheet- 3 mm

16 Salt Mixer, MOC : SS-316 01 No.

17 Geared Motor : 01 No Suitable rating to handle

the rated flow.

18 It is a turn key work, any thing not specified but required for proper

operation/utilisation of plant will be provided free of cost

Page 55: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item NO:8

Name of work- SIT&C of L.T. Transformer with MV panel

Place of supply: Nainital Milk Union, Lalkuan, District- Nainital

Quantity: 1 Job. MAKE: KIRLOSKAR/CROMPTON/AREVA/semens/L&T Details of work:

Transformer:

LT Transformer, capacity- 630 KVA, 3 PHASE, 50 HZ, COPPER DOUBLE WOUND,

OIL IMMERSED NATURALLY COOLED, CORE TYPE

TRANSFORMER IN MILD STEEL RADIATOR COOLED TANK WITH FIRST FILL

OF OIL AS PER IS:335.

DESCRIPTION UNIT ITEM I

REFERENCE IS IS:1180 Level 2

Output 630

KVA

200

No Load Voltage Ratio at rated voltage & Frequency kV 11/0.433

Cooling ONAN ONAN

Type of Tap Changer -OFF LOAD/OLTC WITH

RTCC / AVR

Yes OFF CIRCUIT

Tap Range and Step (PLUS / MINUS / STEP) % / % /

%

+5% to -7.5% @ 2.5%

Vector Group Dyn 11

Temp. rise at rated load over an ambient of Deg C 50

- in OIL by Thermometer / of WINDING by

resistance

Deg C 40 / 45

Paint Shade to IS : 5 (Epoxy) 632

Perentage and Impedance % 4.5%(Sub IS Tol

Fittings and Accessories

Rating and Diagram Plate Yes Yes

Earthing Terminals - 2 nos. Yes Yes

Lifting Lugs Yes Yes

Air release hole with plug Yes Yes

Dehydrating Silica Gel Breather Yes Yes

Plain Oil level Gauge Yes Yes

Oil filling hole with plug on Conservator Yes Yes

Oil Conservator with drain plug Yes Yes

Thermometer pocket Yes Yes

Jacking Lugs Yes Yes

Bottom drain cum filter valve Yes Yes

Top Filter valve Yes Yes

4 nos. Flat / Flanged Uni / Bi-Directional rollers Yes Bi - Directional

PRV Yes Yes

OTI (4" inch) Yes / No Yes

WTI Yes / No Yes

Page 56: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Buchholz Relay Yes / No NO

Shut off valves for Buchholz Relay Yes/No NO

Marshalling Box Yes/No NO

Radiators - Fixed / Detachable (For ratings 750 kVA &

above)

FIXED

Terminal Arrangement

HV Side : Bare bushing / XLPE Cable Box / Air

Insulated cable Box /, Bus Duct (Kits and Boots are in

ypur Scope)

Cable Box

LV Side : Bare bushing / XLPE Cable Box / Air

Insulated cable Box / Bus Duct (Kits and Boots are in

your Scope)

Cable Box

If Cable box: Indicate no. of glands, If bus duct: Write

LVF / HVF

MV panel:

11KV, 800 A, 25kA for 3sec HT Switchboard with AL Bus/Bar

S.N. Feeder Types --->

11KV S/w gear -

Stand alone

Transformer feeder

(ICOG) - panel

1 Main Bus Bar (AL ) Rating 800 A

2 CB Rating ---> 800 A

3 CT Ratio---> 100/1-1

4 Cable Sizes---> 1Rx3Cx240 Sq.mm

Quantity 1

4 11kV, 800 A, 25 kA for 3 sec VCB Switchboard consisting of AL

Busbar/ Jumpers as follows:

4.1 Extension panel - 800 A

4.2 ICOG panel - 1800 A 1

4.3 Adaptor panel

4.4 Rear Extension 1

4.5 End Cover 1

11 KV, 25 KA/3 Sec draw out type cassette mounted Vacuum

Circuit Breaker.

5 VCB , 800A, 25kA/3sec 1

6 CB transport trolley 11 kV 1

11KV, 25 KA /1 sec * - 1 Ph Cast Resin Current Transformer -

Pragati /ECS/equivalent

7 100/1-1; Core 1: 0.5, 2.5VA; Core 2: 5P10, 2.5 VA; 3

Page 57: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

1 Ph 11kv Cast Resin Potential Transformer (mounted on with

drawable trolley) : Pragati make/equivalent

8 11kV/sqrt3/110V/sqrt3/110V/sqrt3; CORE-1:100VA,CL-0.5;

CORE-2:100VA,CL-3P10

3

8.1 MCB for PT Secondary with add on contact 1

8.2 PT truck and fuse 1

Switches/Lamps/MCB's/Surge Arrester

9 Trip/Neutral/Close Switch Switron/Kaycee make/ equivalent 1

10 L/R selector switch - Switron/Kaycee make/equivalent 1

11 Indicating lamps for Close/Open/Auto Trip/spring charge/RYB

phase - Binay/Teknic / equivalent Make -

11

12 MCBs for panel AC supply distribution 1

13 MCBs for panel DC supply distribution 1

14 MCB for Main DC supply 1

15 MCB for Main AC supply 1

16 8 Window Annunciator Make:Alan/Minilec/ equivalent with

Hooter

1

ABB/equivalent Make Relay

17 REJ 601 (without communicable) 1

Static/ Electromechanical Relays – ABB/ER/AREVA/Siemens

Make Siemens

18 94 - Antidumping Relay 4

19 86 - Master Trip relay > 1

20 95 - Trip Circuit supervision relay 1

21 CV2A2J, Two Element Auxiliary Relay, Self Reset Contacts, with

Flag Indication, 110V AC, 4N/O + 0N/C, Flush mounting for

transformer

4

INDICATING METERS:

22 Digital Tri vector Meter, Class 0.5, with RS485 Port 1

23 Digital Ammeter with ASS, Class 1 1

24 Digital Voltmeter with VSS, Class 1 1

25 Power pack (230 V to 110 V DC ) 1

Page 58: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ITEM No.-9

Name of Work: Supply, Installation, Testing and Commissioning of D.G.Set

Place of Supply: Milk Chilling center Kotdwar (A Unit of Pauri Garwal DUSS Ltd)

Quantity: 1.0 No

Capacity – 62.5 KVA

TECHNICAL SPECIFICATIONS

Technical Specification of 62.5 KVA DG Set

Diesel Engine:-

Kirloskar Green/ Greaves/ Volvo penta/ Perkins/ Ashok Leyland/ CatterPillar/

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 as appropriate with 10% over

load for 1 hour in each 12 hours. The engine will be complete with following

accessories: -

t. Dry type Air Cleaner

u. Expansion bellow

v. Lube Oil Filter

w. Lube Oil Cooler

x. Governor Class A1 as per ISO 3046 or A2 Governor as per IS-10000

y. Fly wheel with starter ring

z. V- Belt driven axial flow blower.

aa. Centrifugal bypass Filter.

bb. Exhaust Silencer.

cc. Coupling

dd. Fuel Filter and Fuel lift Pump and fuel oil filter.

ee. 12-volt electrical starting system with starter and alternator.

ff. Hour Meter

gg. Engine Control panel consisting of OFF/ON/START keys, ammeter, Lube Oil Pressure

Meter, Water Temperature Gauge, Charging Ammeter.

hh. Flywheel with starter ring.

ii. Lube oil temperature Gauge.

jj. Exhaust Gas driven Turbo Charger.

kk. Radiator, Radiator fan with mounting.

ll. Engine Protection system for Low Lub 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.

Page 59: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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. 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.

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.

Page 60: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

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.

Page 61: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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:-

Page 62: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

1.0 The concrete foundation/Floor will be provided by the dept. The contractor will obtain the

Electrical Inspector Approval. However necessary Fee will be deposited by the dept. The first

service should be free of cost. The rates of all the items should be quoted separately.

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 an authorized dealer and should submit his work experience

certificates with the technical bid.

Page 63: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ITEM No.-10

Name of work:- SIT&C of Raw Milk Reception Dock System (RMRD system)

Place of Supply: Milk Chilling center Kotdwar (A Unit of Pauri Garwal DUSS Ltd)

Quantity: 1.0 No

Computer: 01 Server:

Computer

Hardware

and Software

Models of PC offered Should be of

Enterprise/Business Class Desktop (OEM).

Home/SMB Class Desktop PC shall not be

accepted.

Sr.

No

Particulars Specification

1 Processor 4 th Generation Intel Core i5-4460, 6 MB Cache ,

64 bit, 4 Core Processor with Turbo Boost

technology

2 Form Factor Tower Model

3 Chipset Intel Chipset supporting the above processor

4 Memory 4 GB DDR3 1333 MHz SDRAM expandable to 8

GB

5 Internal

Storage

500 GB SATA II Hard Disk Drive

6 Removable

Media

DVD+/-RW Writer

7 Graphics Integrated Intel HD supporting 1600*1200

resolutions

8 Audio Integrated high definition audio

9 Network 10/100/1000 Mbps Gigabit Ethernet

10 Display

Monitor

18.5” wide screen LCD/LED Backlit TFT Color HD

Monitor with 10 1366x768 native resolutions

11 Input

Devices

USB standard Keyboard and USB optical 2 button

Scroll Mouse 11 with pad

12 Ports &

Connectors

2 Serial Port, 1 Parallel Port,1VGA

Port,1Microphone / headphone jack,1RJ45 Ports

13 USB Ports 6 USB 2.0 Ports (Min. two on front and two on

rear side)

14 PCI Slots Minimum 2 free PCI Slots

15 Compatibility Windows 8/Window7/Vista/2008/2012, Linux

Compliant

16 Operating Licensed Window 8.1 Professional 64 bit

Page 64: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

System Preloaded with OS Recovery Media Driver CD.

17 Anti Virus Norton /Symantec, eTrust, MacAfee, Trend

Micro, Quick Heal latest version with three (3)

years license

18 Warrantee

obligation

Call should be attended by next business day

Problem resolved within 24 hours of attending

the call

Within 48 hours in case any part is to be

replaced

19 Scope of

work

Installation and configuration

Weight node and Testing Node specification: Computer with Dual Core Processor

S

No

Specification

1 Computer Dual Core

2 Inter Pentium G2020/2030 3.0G 3M 55W CPU

3 2GB DDR3 - 1333 RAM

4 500GB SATA HDD-7200rps (HDD Partition: 200GB :150GB : 150GB

5 DVD Writer

6 Integrated Audio & Integrated Graphics

7 4 USB, 2Serial, 1 Parallel Ports and KBD Port

8 Normal Keyboard

9 Optical Mouse with pad

10 18.5" LED Monitor

11 Support for Windows 7 Home Basic / Windows 8 SL

12 Preloaded 32 bit licensed ver. with recovery CD for both 32bit & 64bit.

13 On board 100 / 10 E-net.

14 Connecting accessories and cables

Page 65: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

15 Multimedia Speakers with Mic & Head Phone

16 Anti virus : Anti virus software with one Year free up gradation

17 Warrantee obligation : - As per requirement for 15 Months on site

warranty all over India

18 Scope of work :- Installation and configuration, Fist stage checking of

computers will be carried out

19 19 Installation of commissioning :- Installation of commissioning of

computers at site will be done

Milk Analyzer Reputed make with after sale service in Uttarakhand

1 Functional

Requirement

To test & display fat , SNF & added water of sample

milk

2 Operational

abilities

Mode selection for type of milk - Cow, Buffalo,

Mixed/ single Curve with Cleaning, Calibration ,

System error list etc.

3 Type Ultrasonic milk analyzer for testing fat , SNF & added

water

4 MOC for

enclosure

AISI 304, 0.75 mm thick minimum

5 Type Ultrasonic principle based milk analyzer for testing

fat, SNF05. & added water

Measuring parameters

1. Fat- 0.5% to 12% with accuracy +/- 0.1%, with Resolution: 0.01% and Repeatability: +/-0.05%.

2. SNF - 6% to 12% with accuracy +/- 0.2, with Resolution: 0.01% and Repeatability: +/-0.05 %.

3. Added water - 0% to 60% with accuracy +/- 5%, with Resolution: 1% and Repeatability 0.5%

. Measuring cycle-40 Sec per sample

. Average testing speed - 70 samples/ hr

6 . Loose RS 232 Serial Cable- 1 No

Page 66: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Accessories A C Power cable with plug top- 1 No

Measuring mugs-2 No

Daily cleaning ,Weekly cleaning solution

Ultrasonic Stirrer

1 Functional

Requirement

To remove air from fresh milk sample by vibrations

created in the milk before testing of milk

2 Type Table top, Ultrasonic Stirrer

3 Stirrer for

Ultrasonic

Stirrer

ss Ball type

4 Ultrasonic

Frequency

20-25 KHz (Variable)

5 Time 1-99 (Max) Sec selectable

6 Environment Suitable for dusty/humid village environment

operating temperature -5 to 50 Degree C

7 Connecting

Cables

Minimum 1.5 m Power cable with plug top

8 Complete

ready to use

Item complete in all respect with required

electric/electronic parts, ready for use at site

9 Operating

Voltage

230 Volts + / -10, AC,SO Hz a n d 12 Volts DC

10 Power

Consumption

As per design

LQ 1150+ 24 Pin 132 column

Accessories: Connectors & Cables (UTP, Cat-6 Cable, 3 Core Shielded Cable), Network

cables & channelling/conduits, Switch ( 8 Port Unmanaged), Networking Software for

Server & Clients

Mechanical Enclosure With Accessories for Weighing Node

2 KVA On Line UPS with 30 Minutes Backup

Page 67: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Earth Electrode, 2 Nos. Mineral Filling Compound

Application Software, Customized Software (with Query features, data capture &

transfer / recording facility, reports)

Electronic Weigh Scale (Cap.500 Kgs) without Weigh Bowl-Included. It should be of

reputed make. The first stamping will be done by the bidder/supplier

Note:- The Rate may be used as annual rate contract for purchase of this equipment for

other milk chilling centers/ Dairies as and when fund is available in the current financial

year.

Page 68: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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,

(Name & Signature of the Bidder, with Official Seal)

Page 69: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „B‟

(Affidavit of Non blacklisted firm )

(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 is 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)

Page 70: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „C‟

(Contract Agreement)

(ON NON JUDICIAL STAMP PAPER OF RS. 100/-)

This agreement made the ….day of ……..20... 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:……………………………………………

Page 71: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „D‟

(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 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: - Suppliers should ensure that seal and code no. of the signatory is put by the bankers before

submission bank guarantees. The value of Bank guarantee shall be 36% of the order value.

Page 72: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „F‟

(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

Page 73: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

Page 74: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO, HALDWANI(NAINITAL)-263139

Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Website: www.ucdfaanchal.org,

E-mail Id: [email protected],

E-Tender Notice No: 22/UCDF//2020-21, Date 06.06.2020

PART-II:- B,

Marketing

TYPE OF WORK:

Supply of Following Marketing Packaging Materials-

6. Multi colour HIP/PP/PP(IML) Cups, capacity – 100/200/400 gm

7. Multi colour Aluminum foils/Lids for 100/200/400 gm HIP/P.P cups

8. Supply of Plastic Milk/Dahi Crates

9. 3-Layer Milk Poly Film

10. Supply of Paneer/Khoya Laminated Pouch

Page 75: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item Detail and Earnest money detail--

Item 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

100 Lacs 1.0 Lakhs 4720 As above,

350 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

100 Lacs 0.75 Lakhs 2950 As above,

350 days

3

A) Supply of Plastic Milk Crates- 12 liter capacity, recommended make- Nilkamal, Prince, Supreme or equivalent

1,2000 Nos

0.75 Lakhs

2950

As above,

350 days B) Supply of Plastic Dahi crates- 6

liter capacity. recommended make- Nilkamal, Prince, Supreme or equivalent

5000 NOS

4

Supply of milk poly films 320 M.T. 9.00 Lakhs 4720 As above,

350 days

5 Supply of 200/100gm Paneer/Khova

Laminated pouch

22,00,000

pouches

0.75 Lakhs 2950 As above,

350 days

Note-Individual Item wise rates will be accepted, and lowest item rate bidder will be awarded for that particular

item tender.

Page 76: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

6) Registration Certificates of firm/manufacturer/fabricator, In case of dealers/distributor Authorization

letter from manufacturer (Self attested Copy).

7) GST registration document. (Self attested Copy).

8) PAN Card. (Self attested Copy).

9) Earnest Money deposit DD/Receipt. (Self attested Copy).

10) Tender document fee deposit DD/Receipt. (Self attested Copy).

11) Work Experience: (Self attested Copy of Purchase orders and its satisfactory completion

certificates).–The bidder should have executed works of similar nature, minimum 25 % in

quantity/amount (at least one in last 3 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- To ensure Work Experience Documents, Work Purchase orders and its satisfactory

completion certificates would be required. In case of failure to submit any one of document from

the above said Work Experience required document, bidder‟s technical bid will be rejected for

financial bid.

12) CA certificate with year wise declaration, for last 2 consecutive Year Annual turnover reports, which

should not be less than 50% of work value annually.

13) Tender Acceptance Letter (ANNEXURE -A) should be filled, signed and stamped/certified properly.

14) 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)

6. 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.

7. Except EMD and Tender document fee document, no other above said document accepted in offline mode before the tender submission date and time.

8. Please carry all the originals of the uploaded document with us for verifying during Technical bid opening/Evaluation process.

Financial Bid:

3. In Financial Bid, Bidder will quote rates, for all items on BOQ Excel File as per format, and submitted online.

4. Offline quoted rates will not be considered for financial bid opening.

5. 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.

Page 77: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

GENERAL TERMS & CONDITIONS

S.N Description

1 General Manufactures of Material/Equipment will be preferred over the dealer.

2

Eligibility Criteria

The bidder shall have to meet the following eligibility criteria. In case bidder fails to show/submit these document, before or during the contract period, Tender committee/Tender inviting authority will have right to 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 2 (two) 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/suppliers, in the same

name and style from more than 2 (Two) years. In case bidder is Dealer, than should have

authorized dealership document.

(b) The firm should have executed at least 25% of same work or style tendered

quantity/amount of jobs in the government/semi government/PSU/Autonomous/co-

operative/Reputed Private organizations since last 2 years. To insure that bidder should

have executed purchase order in the last Two years in same name or style and

Satisfactory Performance/Completion certificates against those purchase orders issued by

respective purchaser’s organization.

(c) The annual turnover of the firm should not be less than 50% of work value since last 2

years (out of last 3 consecutive years).

(d) The bidder should not be Black listed by any Federation/organization/institution/

government or semi government departments of states or GOI. To insure that bidder have

to 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 or 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 last two years annual financial turnover total amount shall not be less than 60 % of the contract value as specified in the invitation for tender bid. In order to support that condition, Bidder/Contractor will have to submit Copy of Balance Sheet, along with Profit & Loss statement duly certified by Chartered Accountant, or CA certificate of yearly last two year Turnover declaration Which Reflect the annual turnover of the last two years.

2.4- Bidder should have credentials for satisfactory performance for the last Two year. To support this the bidder has:-

(i) Self attested and seal photocopy of executed purchase orders given by Government Dairies/ Milk Federation/ Central or state organizations/ departments/ statutory bodies/reputed private dairies etc.

(ii) Certificate against above purchase orders issued by the respective Government Dairies/Milk Federation/Central or state organizations/departments/statutory bodies/reputed private dairies etc regarding satisfactory execution of purchase order.

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-

Page 78: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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 case bidder/Contractor fails to show/submit above said document, Whenever ask by tender committee/tender inviting authority, before/during the contract period concerned bidder/Contractor shall be considered as non eligible for tender bidding/allotted Contract.

3 Tender

Application-

1- Tender Bid should be submitted in two bid system i.e. Technical Bid and Financial Bid in tender portal. Incomplete, irrelevant or conditional tenders are liable to be rejected. Tenders not submitted on proper forms i.e. Technical Bid and Financial Bid form, will not be considered.

2- Offline required tender Technical Bid documents (EMD/Tender fee/other) are to be addressed and send to "Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani (Nainital)" in sealed cover with the name of the tender notice and name of the application work on the cover. The sealed cover should also bear the name and full address, email address and contact no 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.

3- For any kind of online or internet related technical error during tender uploading and bidding process, Uttarakhand Cooperative Dairy Federation Ltd will not be responsible.

4 Tender Fees The bidder will have to deposit the tender fees as mentioned in NIT.

5 Earnest

Money

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)

(A) - Earnest Money as mentioned in the Tender Document 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) and without EMD Fee respective bid will not be considered. EMD should

be valid for at least 45 Days beyond the bid validity period. Earnest Money will not be

acceptable in any other form except as specified in the bid conditions. No interest shall be

paid against EMD deposit to concern firm.

(B) - Earnest Money will also not be adjustable against any other pending claims of the

bidder against UCDF.

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 30 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.

6 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.

Page 79: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

7 Sample All bidder Parties are requested to deposit representative sample of the item for which they

are going in tender bidding.

8 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.

9 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 needs not to deposit the money in future.

10 Rate

Negotiation

UCDF reserve the right for commercial negotiations only with Lowest bidder (L1), if required

after opening of bid.

11 Agreement The successful bidder shall be required to enter into 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. 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 photocopy of the partnership deed and an

attested copy of power of attorney for signing.

12 LOI After getting agreement, UCDF will release a LOI (Letter of Intent) to contractor firm,

against qualified tender work with information like contract period, work specification and

other condition.

13 Contract

Validity

The UCDF are required to keep their offer open for Limited Period (As per Tender Document

or LOI) from the date of opening of the bid. If any bidder withdraws or fails to perform their

part of contract before expiry period. The Earnest Money Deposited by the bidder will be

forfeited by UCDF. And for further remaining work contract period, UCDF can call to Second

Lowest Bidder for work agreement at first lowest rate.

14 Work Security Earnest Money deposited by Contractor firm during bid submission, will kept by UCDF as

Work Security Money for contract period. 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 not

be proper at their sole discretion

15 Work Order Milk Union/UCDF will release time to time Work/Purchase order as per their timely

requirement generated, against LOI during the contract period.

16 Order

Dispatch

The Goods/Material must be dispatched within the given time, after receipt of

Purchase/Work order.

17 Order Lead

Time

Contractor will have to make supplies strictly as per delivery schedule mention in the

purchase order, from the date of receipt of purchase order.

18 Work order

Penal Clause

1- The penalty shall be imposed 5 % of the value of purchase Goods/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.

2- Goods/Material, which is not confirming to our specifications, shall not be accepted at any discount and shall be liable to be summarily rejected. And such defective/

Page 80: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

substandard Goods/Material will have to be removed by the seller from site/Milk Union at your own expenses. Contractor will be allowed to replace such material by acceptable quality material within 15 days from the date of issuing of information to you regarding rejections. And Random sampling will be done by our Quality Control Department of concern Milk Union/UCDF to ensure acceptable quality material. Any expenditure incurred by concern Milk Union/UCDF due to defective/ substandard supplied and rejected Goods/Material on the part of the bidder affecting their production schedule, will be realized out from the work Security Deposit or due pending payment of supplier.

19 Billing Invoice/Bill would be generated/issue in the name of concerned Purchase order provider

organization (Milk Union/UCDF) or as per instruction given in the Purchase Order. And

Invoice/Bill directly sends to them for the payment.

20

Payment Payment against supplied material will be paid to the party with in the 30 days, after

material verification, testing, approval and safe receipt in Milk Union/UCDF.

21 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 concern

contractor.

22 Rate Revision

/ Escalation

On the furnishing of valid documentary proof price revision shall be allowed for respective

tender items like- dahi cups, Aluminum Lids, milk/dahi crates, milk/ghee packing film,

Paneer pouch etc. depending upon the Increase/decrease Basic rate of raw material of

HIPS/LLDPE/HDPE/LDPE granules by Reliance Industries Ltd./Reputed Manufacturer

effective on the date of bid opening. Price revision shall be given on only basic rate of raw

materials.

Initial Bid Rate quoted by the bidder against the Tender item should be on the basis of

HIPS/LLDPE/HDPE/LDPE raw materials basic rates at Polymerupdate portal on the dated

09-06-2020. (Tender Bid Submission Start Date)

23 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 work Security Deposit of

supplier, in addition to any other action taken which UCDF thinks proper at it’s sole

discretion.

24 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.

25 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.

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.

Page 81: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

26 Bidder/

Contractor

blacklisted

The Bidder/ Contractor should not being 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, regarding Bidder/ Contractor being blacklisting at any stages of

tender/contract period and Bidder/ Contractor is being fails to denied that information,

tender committee/Tender inviting authority have right to reject his application/ Contract

from the date.

27 Tender

Updates/

Correction

information-

The bidders are advised to check tender portal (www.uktenders.gov.in) before the last date

and time of tender submission, to know about any kind of update/correction done by UCDF

in tender. If the bidder ignore any kind of timely update/correction and published

corrigendum regarding tender, before the last date and time of tender submission. Then

bidder will be liable for the rejection of tender in any stages of tendering process.

28 Others A) 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.

B) The Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani shall not be

responsible for supply of Material/Goods.

C) UCDF has the right to rejection/correction/update any part of tender or whole tender

and extend the date of it, without assigning any reason.

D) 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.

29 Note- No amendment or modification will be accepted in the Terms & Conditions mentioned in

the bid documents.

S/d Manager Director, UCDF Ltd, Haldwani

Page 82: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Technical Specifications-

Item No: 1

Supply Multi colour HIP/PP/PP(IML) Cups, capacity – 100/200/400 gm SPECIFICATIONS FOR DAHI CUPS

ITEM Type - 100 Grams HIPS Cups for Dahi ( Multi color 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

Page 83: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No: 2

Supply of Multi colour Aluminum foils/Lids for 100/200/400 gm HIP/P.P cups

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

Page 84: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No: 3(A)

Supply of Plastic Milk Crates- 12 liter capacity, recommended make- Nilkamal, Prince, Supreme or equivalent

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

Page 85: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

Page 86: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No: 3(B)

Supply of Plastic Dahi crates- 6 liter capacity. recommended make- Nilkamal, Prince, Supreme or equivalent

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.

Page 87: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

Page 88: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item No: 4

Supply of 3-Layer Milk Poly Film 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 colors 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:

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

Page 89: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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 this 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.

22- To ensure Quality consistency of supplied poly film material, two random samples could be taken by quality

control department of Milk Union/UCDF during the contract period. And Expenditure these two random

sample testing would be bear by concern supplier firm.

Page 90: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Item 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/ Khova 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

Page 91: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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)

Page 92: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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:-

5- 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.

6- 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.

7- 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.

8- 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)

Page 93: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE ‘C’

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:……………………………………………

Page 94: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE ‘D’

(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.

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

Page 95: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO, HALDWANI(NAINITAL)-263139

Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Website: www.ucdfaanchal.org,

E-mail Id: [email protected],

E-Tender Notice No: 22/UCDF//2020-21, Date 06.06.2020

PART-II:- C

P&I

Part-1 SIT &C of DPMCU withAnalyzer

S.

N.

Name of work QTY

Aprx

Tender

Value

(Appro

x)

Rs.

Lakh

EMD (

In Rs.)

Tender

Document

Fee (Rs.) (inclusive GST)

Rate

Validity

period

Compl

etion

Period

1. SIT&C of

DPMCU With

Analyzer

500

Nos

484.00 9.70 4720.00 90 days

from the

date of

opening of

tender

3

Month

s

Part-2 SUPPLY OF FOLLOWING ITEMS:

-

S.N. Name of work QTY

Aprx

Tender

Value

(Appro

x)

Rs.

Lakh

EMD ( In

Rs.)

Tende

r

Docu

ment

Fee

(Rs.) (inclusive GST)

Rate

Validity

period

Compl

etion

Period

1. Supply of

Detergent and

Sanitizer Kit for

Clean Milk Pro.

1050

0

Nos

Kit.

31.50 63000.00 2950.0

0

350 days

from the

date of

opening of

tender

2

Month

2. Supply of

Stainless Steel

Utensils for Clean

Milk Production

1750

Nos. 5.00 15000.00 590.00 350 days

from the

date of

opening of

tender

2

Month

Page 96: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

DPMCU Tender Schedule

1 Tender Notice no. 22/ UCDF/2020-21, Date- 06.06.2020

2 Start of tender document

download from E-portal

09.06.2020, 5.00 PM

3 Pre bid Meeting for DPMCU

with Analyzer

16.06.2020 up to 11.00 AM

At office of UCDF Haldwani

4 Bid Submission start Date &

Time for download of Tender

Bids

17.06.2020 up to 10.00 PM

5 Last Date & Time for upload

of Tender Bids

30.06.2020 up to 5.00 PM

6 Time & Date of Opening of

Tender- (a)Technical Bids

01.07.2020 at 11.00 AM

7 Time & Date of Opening of

Tender- (a)Financial Bids

Will be notified after opening of technical bids.

8 Place of Opening of Tender

Bids

OFFICE OF THE MANAGING DIRECTOR

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION

Ltd., Mangal Parao, Haldwani, Nainital

Page 97: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Technical bid Required Document for SIT&C of DPMCU

In the Technical Bid section, scanned copies of following documents must be uploaded by the bidders carefully at the

time of submission of bid on the E-Procurement portal. The Pre-bid meeting will be organised to discuss various

issues regarding the bid to clarify the doubts if any, before the bidders go for actual bidding.

The bids fulfilling all the terms and conditions and all the documents presented properly will be eligible for

financial bid of tender.

The following documents shall be arranged in the same order as mentioned below with the checklist being on the

top of documents.

1- Registration Certificates of firm or dealership letter.

2- GST registration document.

3- PAN Card

4- Earnest Money deposit receipt.

5- Tender document fee deposit cash/ DD/Receipt

6- Experience certificates of installation at least 400 DPMCU with Milk Analyzer in the co- operative organizations

/Federations and their satisfactory performance report by the Co-operative organizations/Federations where the DPMCU

were installed during previous 3 year. Copies of purchase orders and performance certificates are to be attached as a proof.

7- Annual turnover report for last 3 Year verified by the Chartered Accountant must be produced, which should not be less than

Rs.4.00 Cores average per annum. The CA certified report based on the Balance Sheets of previous 3 years should be

enclosed with the bid as proof of the information.

8- Tender Terms and Condition Acceptance letter on bidder‟s letter pad as per ANNEXURE „A‟ with Signature of the

authorized signatory & Official seal/ stamp of the organization.

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:

9. Do not upload any booklet or heavy documents in Technical Bid. Upload only above mentioned documents serially.

Financial Bid:

In Financial Bid, Bidder will be quote rates, for all items on E-Procurement Portal generated File Format (BOQ Excel File

), at online tender uploading process. Rate quoted on BOQ file for each item as following.-

1- Item Rate (Supply+installation+3 years warranty with next 2 year AMC) should be inclusive of all prevailing taxes

and duties with FOR site.

Page 98: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

SPECIAL TERMS AND CONDITIONS

S.N. Description

1.0 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.

2.0 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, railway freight, carriage of materials to site, stacking and removal charges of any

rejected materials, GST/all prevailing taxes and duties in force from time to time.

3.0 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 an attested copy of the power of attorney must be attached with the tender.

4.0 The tenders 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 address of the bidder. The tenders should be sent by the registered post/ speed post/ courier in

double sealed covers. UCDF will not accept any excuse for non receipt of tenders due to loss or delay in postal services.

5.0 All the tenders should be submitted in two bid system i.e. Technical Bid and Financial Bid.

6.0 Incomplete, irrelevant or conditional tenders are liable to be rejected. Tenders not submitted on proper forms will not be

considered.

7.0 No additions or alterations are permitted in the tender papers. If any bidder does so, the tender will not be considered and

will be rejected.

8.0 The successful bidder 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.

9.1 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 in India, Term Deposit Receipt/ Fixed Deposit Receipt, Bankers Cheque issued by any

Nationalized Indian Bank 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.

9.2 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 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.

10.0 All work shall be executed strictly in accordance with the technical specifications of the equipments.

11.0 The Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani shall not be responsible for supply of any

material.

13.0 The contractor will have to make his arrangements for tools and equipments for all works.

14.0 The total value of the tender should be mentioned in the tender offer appended hereto which has to be submitted along with

the tender.

15.0 An attested copy of the latest trade tax registration, service tax registration should be enclosed with the tender.

16.0 The partnership firms should enclose photocopy of the partnership deed and an attested copy of power of attorney for

signing the tender etc.

Page 99: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

17.0 NO charges for erection and commissioning will be paid, the rates should be inclusive of all the charges including erection

and commission.

18.0 The bidders are requested to keep their offer open for three months 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 withdraw 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.

19.0 The tenders should be accompanied by the technical details and drawings of the materials, if applicable and needed.

20.1 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) 40% payment of the contract/purchase order value after safe receipt of the good at site and material verification at site.

(i) 10% of the contract/purchase order value on completion of the erection commissioning and trail of the equipment.

(iv) 20% balance payment of the contract/purchase value, will be kept against Performance Bank Guarantee, valid for a

period of 36 months (Performance Guarantee Period) from the date of successful commissioning of the equipment, issued

by any nationalized/private Indian bank or first class foreign bank operating in India.

The performance guarantee 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.

20.2 Performance Security:

(i) To insure due performance of the contract, successful bidder shall be required to deposit 20% of the total

contract/purchase value, which will be kept by the UCDF for a period of 36 months (Performance Guarantee Period) against

Performance Security. Amount against Performance Guarantee will released year by year as per satisfactory Performance

report of DPMU given by concern district Milk Union where its installed.

(a) For First Year: 20 % 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. 10 % of total contract value against Performance Security will be released after successful

performance in the first year.

(b) For Second Year: 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. 5 % of total contract value against Performance Security will be released after successful

performance in the second year.

(c) For IIIrd Year: 5% 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. Balance 5% of total contract value against Performance Security will be released after successful

performance in the Third year.

(d) AMC Period Security: The EMD deposited by the bidder at the time of tender will be kept as AMC Period Security for

this period. Final release of EMD will be made to the bidder after successful completion of this 2 years AMC period. The

AMC period will be 2 (Two) years from the date of expiry of 3 years Performance Security Period. The AMC charges will

be paid to the bidder, by the concerning Milk union/UCDF quarterly, after providing every 3 months successful AMC by

the bidder. EMD/Bid security will be refunded to the successful bidder after completion of AMC Period.

(II) Performance Security Period and other: This period will be 3 (Three) years from the date of successful trial and

commissioning of the equipment/plant. The bidder should be responsible for removal of any defects/change of defected item

free of cost in this period. After this period, the bidder will be responsible for Providing 2 years AMC which will include

removal of defects/mall functioning, excluding cost of spares, on AMC payment basis ie. After sales services will be

provided by the bidder well in time in this period. The cost of spares required, if any, will be provided/paid by the DCS/milk

union.

22.0 Any statutory approval from the local government authorities‟ viz. Certification from Weight and Measures Department

Uttarakhand 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.

23.0 Federation has the right to reject any or all the tenders without assigning any reason.

24.0 The bidders are advised to read all conditions carefully and see the site of work before tendering.

Manager Director,

UCDF Ltd, Haldwani

Page 100: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

GENERAL TERMS & CONDITIONS

S.N. Description

1.0 Only Reputed Manufacturer of the DPMCU with analyzer and other related equipments are entitle to participate in the bid.

Preference will be given to register Manufacturer in Uttarakhand.

2.0 ELIGIBILITY CRITERIA :- For the purpose of this particulars contract bidder shall have to meet the following

eligibility criteria as minimum-

(2.1) The bidder should be in such business (as required for the tendered work) for a period of at least three year at the time

of bid opening in the same name and style. In order to support these, the bidder has to submit Photocopy of the purchase

order executed in the last three years in the same name and style.

The firm should have Supplied, Installed & Commissioned at least 400 DPMCUs successfully, preferably in the co-

operative dairies/ Institution, since last three years. The annual average turnover of the firm should not be less than 4.00

crores since last 3 years. The firm should submit copy of performance certificates and copy of related purchase orders issued

by the purchasers along with the Technical Bid.

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.

2.3 The bidder‟s annual financial turnover in the same name and style during any one of the last three years shall not be less

than 4.00 (four) crores per year. In order to support this, certificate issued by the Chartered Accountant based on the balance

sheet of the last 3 years to be submitted.

2.4 Bidder should have credentials for satisfactory performance for the last three year. To support this the bidder has to submit

:-

(i) Details of orders executed satisfactorily to co-operative dairies/ Institution etc. during last three years. The statement

should be duly signed by the bidder.

(ii) Certificate issued by co-operative dairies/ Institution regarding satisfactory execution of purchase order given by them to

the firm. These documents should be provided with 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 During warranty period of 3 years and thereafter AMC period of 2 years, the posting of the technician will be as under:

DPMCU installed(nos)< 40 to be attended within 48 hours

DPMCU installed(nos)> 40 and up to 70- posting of one technician

Thereafter, one technician per additional 70 DPMCU or its fraction

Training-

Comprehensive training for 1 day in class room.

Hands-on training for 2 shifts of milk collection on all operational aspects of the milk analyzer and other DPMCU

components to DCS staff and other officers of the EIA.

Between 1st & 2

nd month of installation refresher training in group shall be imparted at a nodal location.

The training space, lodging, boarding etc. all other expenses will be born and arrange by EIA.

Operational & cleaning SOPs-Provide laminated wall chart indicating important steps involved in operation &

cleaning of the milk analyzer for displaying in DCS.

During the warranty period of 3 years the firm should provide with handful of training for servicing, replacement

of common parts of machine etc. to at least one employee of every district milk union.

4.0 The material must be dispatched within the given time after the receipt of work order in minimum number of lots.

5.0 The bidder shall be liable to the provisions of any acts, regulations may therein relating to the workman and the acts.

6.0 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.

Page 101: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

7.0 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.

8.0 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.

9.0 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.

10.0 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.

11.0 Validity of Tender : Tender validity will be 90 days from the date of tender opening.

12.0 The firm should have its sales office or service center in Uttarakhand. Otherwise the firm will post at sufficient number of

trained staff in Uttarakhand, in the defect liability period, to provide effective maintenance/after sale services as per demand

and to provide training of milk union staff.

13.0 Annual rate contract: The quoted/approved rates will be used for purchase of said equipments on running rate contract

basis, as per availability of funds in different schemes, valid for 1 (one) year.

Manager Director

UCDF Ltd, Haldwani

Page 102: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Technical Specifications:

Name of Work : S.I.T.&C. of Data Processor & Milk collection Unit (DPMCU) with Milk Analyzer

S.N. Description

1.0 Functional & Features Requirement

1.1 The Unit should be suitable for instant weighing of milk, measuring fat & SNF content, calculating the amount payable to

the member based on fat and/or fat & SNF weight, printing the amount calculated thereof with member identification

details. The unit shall also be used for maintaining the main records of the collection centre together with the details of

milk business transactions of the village co-operative society.

1.2 The unit should be able to measure milk component contents viz. fat from 0.5% to 13% & SNF from 5% to 13% and able

to weigh milk up to 200kg. per batch at a time. This should process approximately 70 samples of milk per hour.

1.3 The DPMCU System should be able of preparing farmer/producer wise record/list of milk price payment and subsidies

against different government schemes to be paid to individual farmer in his bank account as DBT.

1.4 The Milk Price Payment to be paid to the individual farmer should be net resultant amount, after deducting the amount

cattle feed, ghee, silage and other item purchased by the farmer from the society on credit basis.

1.5 DPMCU must send data to a central dairy server via TCP/IP/GPRS or through web service.

1.6 The firm shall arrange the server/ cloud facility to keep the data until any such facility is provided by the federation. The

monthly hiring charges for server/ cloud shall also be mentioned in the BOQ provided in the financial bid.

1.7 Farmer wise Data is required as an individual milk sample as well as in Summary. Each Machine must have 16 digit long

machine ID attached to each datum

1.8 All settings (Machine ID, Rates, APN, IP & Port to which it sends Data) of the machine must be changeable through

SMS or Server Based Communication and must be password protected on the hardware

1.9 Machine must not skip sending any data to the server

1.10 Machines must not be sending any wrong o r Corrupt Data

1.11 Queue Management - Machine must wait to receive “OK” reply form server for previous data before sending next data to

the server. However, it must not stop the operations and must continue receiving the data from other farmers. The data

must be stored and sent whenever the reply is received or net work is available.

1.12 Machine must store at least 2 years - 2 shift - 1000 members data in DPMCU

1.13 Data must not be lost even in case of power failure. When the power is restored, the machine must be sending data which

has not been yet sent to the server.

1.14 1.1 For, Any change in setting manually in the DPMCU, a SMS must be sent to the System Administrator or communication

to server.

1.2

1.15 1.3 The Machine should be able to read farmers data on ID card provided to the individual farmer producer.

1.16 1.4 There must be provision for preparing the trail balance and balance sheet of the societies through D.P.M.C.U. on monthly

and yearly basis.

2.0 1.5 The demand for cattle feed, silage, mineral mixture and other animal health input services should be received in the union

through D.P.M.C.U.S

2.1 1.6 The System must be equipped with the software and other required accessories to make net payment directly in the

farmer account after deduction the amount towards cattle feed, silage and other items purchased by the farmers.

2.2 Design & Other requirements:

Page 103: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

2.2.1 Operating Environment:

All the components to the DPMCU should be rugged and must operate in dusty, hot and humid village environment

where power outages and supply fluctuation are frequent. The operators may not be skilled person and not conversant in

using electronic equipment.

Power supply- Voltage :160 to 260±10%volts(AC); 12V (DC)

Frequency : 50Hz±3%

Ambient Temperature : 5-50O C

Relative Humidity : 50% to 95%

2.2.2 Operational Provisions:

2.2.3 Warranty: All the components included in the DPMCU shall be warranted for 3 years comprehensive warranty against

manufacturing defect. Burnt and broken items are not covered.

2.2.4 Annual maintenance service: Annual maintenance services (AMC) for 2 years (excluding cost of spares) shall be

provided after the warranty period of 3 years. Placement of technical at field level for repair and maintenance shall be as

under. Burnt & broken item are not covered under AMC. Milk collection center should arrange to send milk analyzer for

servicing at the nearest BMCU centre/ chilling center/main factory. In case large area/farthest distance, the supplier

should provide servicing at site.

2.2.5 Posting of the technician: During warranty period of 3 years and annual maintenance service period of 2 years, the

posting of the technician will be as under:

DPMCU installed(nos)< 40 to be attended within 48 hours

DPMCU installed(nos)> 40 and up to 70-posting of one technician

Thereafter one technician per addition of 70 DPMCU

2.2.6. Training:

Comprehensive training for 1 day in class room.

Hands-on training for 2 shifts of milk collection on all operational aspects of the milk analyzer and other

DPMCU components to DCS staff and other officers of the EIA.

Between 1st & 2

nd month of installation refresher training in group shall be imparted at a nodal location.

The training space, lodging, boarding etc. all other expenses will be born and arrange by EIA.

Operational & cleaning SOPs-Provide laminated wall chart indicating important steps involved in operation & cleaning

of the milk analyzer for displaying in DCS.

3.0 Configuration of DPMCU:

Depending on the requirement of dairy cooperative societies the preferred configuration of DPMCU will be as following -

TECHNICAL SPECIFICATION OF DPMCU

3.0 DATA PROCESSOR UNIT

S. No. Particulars Stated specification

3.1 Operational

Requirement

Provision of import /sending of producer master, rate chart data from/to dairy central

server online through GPRS/cloud based technology as well as offline through pen-

drive (USB/Serial/Smart card).

To accept data from electronic weighing machine, milk analyzer after entering the milk

producer code number manually.

Data transfer from DPU through GPRS as well as through pen drive (USB/Serial) to

other computer through a customized utility software.

Reports as under:

Page 104: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

1. Producer slip in local language Hindi & English with configuration I for Hindi

& II in English.

2. Shift end summary on Minimum 40 column format in English/local language

Hindi

3. Dispatch slip, local sale, payment registers & member listing in English/ local

language Hindi with configuration I & II.

Customized reports as per DUSS requirement with possible inputs.

Entering of milk rate chart by key board or pen drive (USB/Serial).

Two sets of rate charts (Buffalo & cow both), one for current & other as “effective

from date”.

Rate chart type to support- fat; & SNF

Data back up through smart card or through data logger of on external SD card or

through removable internal SD Card.

Data of producer to be stored through key board or through smart card or pen drive.

Able to catch edit history with milk collection audit trail.

Input services data entry and storage.

To develop, if any additional report required by purchaser

3.2 Technology Microcontroller based, Real Time operating System, Advance GPRS/cloud based

system for TCP & FTP data.

3.3 Display LCD 4 Line/20 character or higher

3.4 Memory 2 GB SD Card. 14,60,000 records, 2 yr. data storage for 1000 member.

3.5 RS-232 Interface For milk analyzer, electronic weigh scale, remote display unit, DMP/other suitable

printers & pen drive.

3.6 Environment 5-50 Deg C, 95% RH, Village Dusty environment, Housing made of SS-304

3.7 Printer In Built Thermal Printer with DPU should be quoted & provided with DPU. It should be

suitable for minimum 55 mm wide paper.

Extra Interface should also be provided for future addition of external 9 pin 40

columns Dot Matrix printer if required.

3.8 Power supply 230 V AC, 50Hz; 12 V DC input.

3.9 Key Board 5x4 Membrane/Matrix type and PC keyboard.

3.10 Real time clock Inbuilt

3.11 Consumables &

Accessories with each

DPU

Paper role: 55 mm wide, 15 m long- 05 No suitable for Inbuilt Thermal printer.

Power cord 1.5 M with plug top-1 No.

power supply lead 1.5 M for printer (SMPS)

Data lead 2 M for weigh scale with Rs. 232 connector at both ends.

Data lead 2 M for Remote display unit with-232 connector at both ends.

Page 105: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Data lead 2 M for Milk analyzer with-232 connector at both ends.

Pen drive (Serial/USB)- 3 Nos.

Suitable paper holder to hold paper role-1 No.

3.12 Data Transfer To centralized location using GPRS/Cloud based auto push technology

4.0 SPECIFICATION FOR MILK ANALYSER

S. No. Particulars Specification

The broad minimum specifications for the analyzer are-

4.1 Functional requirement To test & display fat, SNF & added water of sample milk.

4.2 Ultrasonic principle based milk analyzer for testing fat, SNF & added water.

Measuring parameters:

1- Fat-0.5% to 13% with accuracy+/- 0.1%, with Resolution: 0.01% and

repeatability: +/- 0.05%.

2- SNF- 5% to 13% with accuracy +/- 0.1%, with Resolution 0.01% and repeatability

0.05%.

3- added water- 0% to 90% with accuracy +/- 5%, with resolution: 1% and

repeatability 0.5%

Measuring cycle – 40 sec. per sample

Average testing speed- 70 samples/hr

4.3 Operational abilities Mode selection for type of milk- cow, buffalo, mixed/single curve with cleaning,

calibration, system error list etc.

4.4 Type Ultrasonic milk analyzer for testing fat, SNF & added water.

MOC for enclosure AISI -304 grade Stainless Steel, 0.75mm. thick minimum

4.5 Loose accessories Holding bottom tray for spillage- 1 no.

Rs. 232 serial cable- 1 no.

A C power cable with plug top-1 no.

Measuring mugs- 2 no.

Daily cleaning solution- No. of bottle 3(Quantity minimum 200 ml. or

equivalent)

Weekly cleaning solution- No. of bottle 2(Quantity minimum 200 ml. or

equivalent) or

Monthly cleaning solution- No. of bottle 1(Quantity minimum 200 ml. or

equivalent )

4.6 Manual Operating manual each in English & preferably local language per DPMCU supply.

4.7 Cleaning The analyzer should be equipped with Automatic and Manual both cleaning systems.

5.0 Specifications for electronic weigh scale:

S. No. Particulars Specification

5.1 Functional requirement The electronically weigh & digital display of milk quantity in kg in a container.

5.2 Capacity 200 kg.

5.3 Least count 20 gm.

Page 106: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

5.4 Weight accuracy 20 gm as per standards of W &M rules 1987 medium accuracy class III.

5.5 Certification & stamping Duly certified and stamped by W&M dept. and confirming to IS: 9281(pt 1&2)1979,

IS:9281 :1981 AND IS: 9281(pt.4) 1983 as amended up-to-date. The first stamping

and required fee will be deposited and done by the bidder. The bidder should arrange

first stamping of each scale at site from local weights & measure inspector before

installation.

5.6 Display resolution 1/10,000 (accuracy class III)

5.7 Load cell Single, IP 67, GRADE SS-304 of certified and approved make

5.8 Over load & shock load

protection

300% to take impact of loading, with audio (deep) visual indication.

5.9 Platform size 600mm*600mm

5.10 Platform material AISI SS 304, 1.6 mm. thick, 150 grit top plate.

5.11 Platform under frame

material/design

Cold rolled steel box of adequate size. Hot dip galvanized after fabrication.

5.12 Indication in display EWS

unit

Quantity-7 segment RED LED, 6 digits, minimum 13 mm. height, display for mode

of operation-zero , tare, kg/litre, by default litre.

5.13 Display unit mounting Pole mounted type with sturdy base and SS 304, 38 mm.dia, pipe, 1.2m high.

SS Body IP 55, Tactile switch keys with feedback response, auto calibration & auto

span with drift correction.

RS 232 serial port with protocol to meet requirement of IBM compatible.

5.14 Calibration protection &

sealing arrangement

Special arrangement to house PCB & sealing arrangement.

Pass word protection at user end.

5.15 Load cell cable Load cell cable from platform to display unit with reinforced heavy duty PVC

conduit.

5.16 Battery for working on

power failure

In built, 6V capacity minimum for 12 hrs.

5.17 Model approval certificate Manufacturer to have model approval certificate of Govt. of India (weight & measure

unit)

5.18 Litre to kg conversion This facility should be provided.

6.0 SPECIFICATION FOR REMOTE DISPLAY UNIT (RDU)

S. N. Particulars Specification

6.1 Functional requirement To display pourer members milk collected & milk testing and other selected

parameters

6.2 Type Wall mounted type

6.3 Display parameters (i)Member‟s code-3 digits (ii) Cattle type-1 character,

(iii) milk weight-5 digits (iv) fat %-4 digits;

(vi) SNF%-4 digits (vii) rate in Rs-5 digits; (viii) Amount in

Page 107: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Rs. 6 digits.

6.4 Interface Rs. 232 / USB Host

6.5 Display type 7 bright segments, Red LED , 25 MM.

6.6 Labels for display Screen printed

6.7 Environment Dusty, Humid, Preferably housing to be with Rust proof powder coated metallic.

6.8 Connecting cables Minimum 5 m. power cable with plug top, minimum 5m. data cable with connector at

both ends.

7.0 SPECIFICATION FOR UPS

S. N. Particulars Specification

7.1 Functional requirement To give regulated AC power to DPMCU from mains and attached battery.

7.2 Type Line- interactive type

7.3 Average output electric load 600 watts minimum

7.4 Back up time (full load) 3-hrs minimum (in one shift)

7.5 Out put wave form Quasi sine wave

7.6 Capacity 1000 VA

7.7 Voltage at input 110-300 V(±10%)

7.8 D C voltage bus 12 V

7.9 Voltage at output(with mains

as well as with battery) within

built AVR

220V+/-10%

7.10 Full protection Inbuilt protection- under /over voltage short-circuit, overload cut off, low battery cut-

off, spikes cut-off

7.11 Warning (LED+sound) Low battery & overloads

7.12 Input/output frequency 50Hz+/- 3Hz no correction

7.13 Output sockets (5 pin) 3*5A with 2 No 6A 4 way junction strip loose.

7.14 Noise level < 50 db

7.15 Min. Battery size 1 no- 75 Ah.

7.16 Battery charging At 110 &300 V with SMPS charger

Boost charging at minimum 7 A

Battery overcharge protection

Battery type Industrial tubular low maintenance battery

Battery feature Battery level indicator

Battery rating 12 V, 75 AH

Battery units 1 No.

Page 108: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Battery switch over 3 milli seconds.

Charging indicator Battery charging indicator plus low battery /fault indicator to be provided

Battery steel rack Required for one battery.

Leads between UPS &

Battery

Flexible, Cu conductor PVC, Minimum 1 m with plugs at both ends.

7.17 Steel rack for UPS. To keep UPS above floor.

7.18 Preferred Make:

UPS- Elnova / IL-Kota/APC/TVSE/ Tata – Liebert/HCL/Microtech/Sukam or équivalents make

Battery- EXIDE/ Kirloskar /Standard- Furukowa /HCL / Prestolite / AMCO- yuasa/Minda/

Amaron or équivalents make

8.0 ULTRASONIC MILK SAMPLE STIRRER

S. N. Particulars Specification

8.1 Functional requirement To remove air from fresh milk sample by vibrations created in the water bath before

testing of milk.

8.2 Type Table top, Ultrasonic stirrer

8.3 Stirrer for Ultrasonic stirrer SS Ball type

8.4 Ultrasonic Frequency 20-25 KHz (Variable)

8.5 Timer 1-99(Max.) sec selectable

8.6 Environment Suitable of dusty/humid village environment, operating temperature -5 to 50 degree

C.

8.7 Connecting cables Minimum 1.5 m power cable with plug top.

8.8 Complete ready to use Item complete in all respect with required electric/electronic parts, ready for use at

site.

8.9 Operating voltage 230 Volts+/- 10, AC, 50Hz and 12 Volts DC

8.10 Power consumption As per design

Page 109: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Part -2 SUPPLY OF FOLLOWING ITEMS:

S.N. Name of work QTY

Aprx

Tender

Value

(Approx)

Rs. Lakh

EMD ( In Rs.)

Tender

Docume

nt Fee

(Rs.) (inclusive GST)

Rate Validity

period

Comple

tion

Period

1. Supply of Detergent

and Sanitizer Kit for

Clean Milk Pro.

10500

Nos

Kit.

31.50 63000.00 2950.00 350 days from

the date of

opening of

tender

2 Month

2. Supply of Stainless

Steel Utensils for

Clean Milk

Production

1750

Nos. 5.00 15000.00 590.00 350 days from

the date of

opening of

tender

2 Month

Note-

Page 110: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Technical Bid Required Document Against Supply of item

In the Technical Bid section, scanned copies of following documents must be uploaded by the bidders carefully at the

time of submission of bid on the E-Procurement portal. The bids fulfilling all the terms and conditions and all the

documents presented properly will be eligible for financial 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.

The following documents shall be 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). The firms who participated in the previous tender no.

Notice no-: 20/ UCDF//2019-20, Date-06.03.2020 except Ms/ Maa Enterprises Delhi and Ms/ Uttam Udhyog,

Merut need not to pay the tender fee in order to participate in this tender.

5- Tender document fee deposit DD/Receipt. (Self attested Copy).

6- Work Experience:–The bidders having executed the works of similar nature, in the co-operative,

government/semi government/PSU/Autonomous/co-operative/Reputed Private organizations will be preferred. For

the proof of the same, bidder should submit purchase orders issued by the concerned organization.

7- CA certificate of last 2 consecutive Year turnover declaration (year wise), against firm Annual turnover reports.

(Only those bidders considered having yearly turnover more than 50% of tentative work value).

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)

10. 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.

11. Except EMD and Tender document fee document, no other above said document accepted in offline mode before the

tender submission date and time.

12. Please carry all the originals of the uploaded document for verification during Technical bid opening/Evaluation

process.

Financial Bid:

1. In Financial Bid, Bidder will quote rates, for all items on BOQ Excel File on E-Procurement portal as per provided

format, and submitted online. Rate should be coated on F.O.R destination .

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.

Page 111: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

INSTRUCTIONS & SPECIAL TERMS AND CONDITIONS

1- The tenders 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 address of the tendrer. The tenders should be sent by the registered post/ speed post/

courier in double sealed covers. UCDF will not accept any excuse for non receipt of tenders due to loss or delay in postal

services.

2- All the tenders should be submitted in two bid system ie Technical Bid and Financial Bid.

3- Incomplete, irrelevant or conditional tenders are liable to be rejected. Tenders not submitted on proper forms will not be

considered.

4- No additions or alterations are permitted in the tender papers. If any tenderer does so, the tender will not be considered and

will be rejected.

5- 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.

6- Any work partly done, payment shall be made at proportionately reduced rate as per assessment of the engineer in-charge.

7- 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.

8- The tendered 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, GST and all other taxes in force from time to time.

9- 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 a only attested copy of the power of attorney must be attached with the tender.

10- The tenderer should fill in all blank spaces meant to be filled in. Tenders are liable to be rejected if this is not complied

with.

11- Earnest Money Deposit :All tender bids should be accompanied by earnest money deposit either in the form of a Demand

Draft drawn on any Nationalized Bank in India, Term Deposit Receipt/ Fixed Deposit Receipt, Bankers Cheque issued by

any Nationalized Bank in India in favor of Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani

(Nainital) payable at haldwani or in form of Bank Guarantee issued by any Nationalized Bank in India or any first class

Foreign Bank operating in India. In case of Bank Guarantee, it should be prepared as per the preformed attached with the

tender form. 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 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.

12- 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.

13- All work shall be executed strictly in accordance with the General Specifications of the equipments.

14- The Uttarakhand Cooperative Dairy Federation Ltd, Mangal Parao, Haldwani shall not be responsible for supply of any

material.

15- 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.

16- For steam and water installations, the contractor will have to imply C.I.B.'s licensed persons if he is not a licensed repairer

himself.

17- 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.

18- All materials brought for use of the work shall have to get approved by the engineer in charge before actual use.

19- Samples of all items of work to be executed will have to be got approved by the engineer in charge, before execution.

20- 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.

21- The contractor will have to make his arrangements for tools and equipments for all works.

22- The total value of the tender should be mentioned in the tender offer appended hereto which has to be submitted along with

the tender.

23- An attested copy of the latest trade tax registration, service tax registration should be enclosed with the tender.

24- The partnership firms should enclose photocopy of the partnership deed and an attested copy of power of attorney for

signing the tender etc.

25- Charges for erection and commissioning should be indicated clearly, if applicable.

Page 112: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

26- 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.

27- The tenders should be accompanied by the technical details and drawings of the materials, if applicable.

28- 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-

S/d

Manager Director

UCDF Ltd. Haldwani

Page 113: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

GENERAL TERMS & CONDITIONS

S.N Description

1.0 General Manufactures of equipments will be preferred over the dealer/suppliers

2.0

Eligibility

Criteria

For the purpose of this particulars contract bidder shall have to meet the following eligibility criteria as

minimum-

2.1- The bidder should be in business as manufacturer or dealer/suppliers for a period of three year at the time

of bid opening in the same name and style. In order to support these, the bidder has to submit-

(a) Photocopy of the purchase order executed in the last three years in same name and style.

(b) Any document issued by Govt. or Semi Govt. Department which certify proves that the bidder is in

business for the required period.

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.

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 the contract as specified in the invitation tender bid. In order to support this,

as certified issued by Chartered Accountant based on the last 3 years Balance Sheet, should be submitted

2.4- Bidder Should have Income Tax Clearance certificate for previous year in original but not older than last

two years. To support this bidder has to submit photocopy of latest income Tax Clearance Certificate but

not older than two year in the same name and Style.

2.5- Bidder having credentials for satisfactory performance for the last three year will be preferred. To support

this the bidder has to submit :-

(i) Details of orders executed satisfactorily to Government Dairies/Milk Federation/Central or state

organizations/departments/statutory bodies/reputed private dairies etc. during last three years. The

statement should be duly signed by the bidder.

(ii) Certificate issued by Government Dairies/Milk Federation/Central or state

organizations/departments/statutory bodies regarding satisfactory execution of purchase order given by

them to the firm. These documents should be provided with the technical bid.

2.6- Bidder's firm should be registered with Sales Tax Department/VAT. To support this bidder has to submit

photocopy of Sale Tax/VAT Registration Certificate duly renewed by the competent authority.

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 in tender bidding.

3.0

Order

Dispatch

The material 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 reprehensive sample of item for which they are going in tender

bidding.

5.0 Payment (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.

6.0 Penal Clause A:- Material, 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 materials will have to be removed by you

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

Page 114: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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 Material from other source

and under this circumstances you have to compensate the loss that Purchaser may sustained by procuring

the material form other sources.

7.0 Price Basis The price must be quoted on FOR destination basis including Excise Duty, GST/Sales Tax, packing

forwarding in 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 Material at all inclusive rates on FOR destination basis.

The applicable rate of duties and levies should also be mentioned in the offer.

Bidder firm are 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,stee; utensil 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 validity offer open for 350 Days in case of aluminum can

and 12 days for other items 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/BG 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 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 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 by ± 25% 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.

Page 115: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

19.0 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.

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

Page 116: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Supply of Detergent and Sanitizer Kit for Clean Milk Production.

Technical Specifications

The detergent and sanitizer kit should include following items and the items should be well packed in a kit/bag.

S.No Items No.

1 Towel cotton mix " 18×12" 1

2 Nail cutter steel 2.5" 1

3 Head cap 1

4 KMnO4 20 gm. 1

5 Povidone iodine 100 ml. 1

6 Hand wash soap 125 gm 1

7 Hand sanitizer 85 ml 1

8 Kit bag for packing 1

Item No. -2(ii)

Supply of Stainless Steel Utensils for Clean Milk Production.

Technical Specifications

The approximate dimensions for the steel pots/buckets with lid and handle to be supplied are as follows-

1- Capacity- 5ltr. 2ltr.

2- Total height with lid- 22.5cm. 17cm.

3- Open dia- 18.0cm. 13cm.

4- Base dia.- 17.5cm. 12.5cm.

5- Weight with lid & handle- 0.750kg. 0.440kg.

6- S.S. Steel 26 gauge 26 gauge

Page 117: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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,

(Name & Signature of the Bidder, with Official Seal)

Page 118: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „B‟

(Affidavit of Non blacklisted firm )

(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:-

9- 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.

10- 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.

11- That I further undertake that in case any of the facts sworn in as mentioned above and any particulars mentioned in our

application is 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.

12- 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)

Page 119: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „C‟

(Contract Agreement)

(ON NON JUDICIAL STAMP PAPER OF RS. 100/-)

This agreement made the ….day of ……..20... 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:……………………………………………

Page 120: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „D‟

(Form of Bank Guarantee against Advance Payment)

(ON NON JUDICIAL STAMP PAPER OF RS. 100/-)

Bank Guarantee No.

7- 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.

8- 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).

9- 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.

10- 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.

11- We………………………..lastly undertake not to revoke this guarantee during its currency except with the previous consent of

the UCDF in writing.

12- Not withstanding anything herein above the liability of the Bank Guarantee is restricted tp Rs………………….

(Rupees………………………………. only). The Guarantee shall remain in 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: - Suppliers should ensure that seal and code no. of the signatory is put by the bankers before submission bank guarantees.

The value of Bank guarantee shall be 36% of the order value.

Page 121: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „F‟

(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.

Page 122: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION LTD,

MANGAL PARAO,HALDWANI(NAINITAL)-263139

PH. NO. 05946-255867,255358. FAX NO. 05946-252050

E-Tender Notice no-: 22/ UCDF//2020-21, Date-06.06.2020

Part-II:- D

Quality

S.

N.

Name of Work Qty

(No)

Tentative

Work

value

EMD

(Rs. )

Tender

Document Fee

of Work

Rate

Validity

period

Completion

period

1 SIT&C of FTIR

technology based

milk analyzer

2 No Rs. 170

Lakhs

3.40

Lakhs

Rs. 4720.00 75 Days 90 Days

2 SIT&C of Digital BOD Incubator

3 No 4.00

Lakhs

12000.0

0

590.00 75 Days 90 Days

3 SIT&C of Digital PH Meter

3 No 2.75

Lakhs

8250.00 590.00 75 Days 90 Days

4 SIT&C of Digital BR Meter (Automatic

Refractometer)

3 No 18.9

Lakhs

56700.0

0

1770.00 75 Days 90 Days

Page 123: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter- 1: General directions for Bidders Documents Required in Technical bid

In Technical Bid, bidders must upload scan copy of following documents 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. 15) Registration Certificates of firm/manufacturer/fabricator, In case of dealers/distributor Authorization

letter from manufacturer (Self attested Copy).

16) GST registration document. (Self attested Copy).

17) PAN Card. (Self attested Copy).

18) Earnest Money deposit DD/Receipt. (Self attested Copy).

19) Tender document fee deposit DD/Receipt. (Self attested Copy).

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 3 (three) in quantity. For the proof of the same, bidder should submit purchase orders

and its satisfactory performance/completion report issued in past 3(three) year, from the date of tender

publishing, by the government/semi government/PSU/Autonomous/co-operative dairies/reputed private

organizations or experience as specified in technical specifications of the individual work. In case of failure to

submit these documents, bidder‟s technical bid will be considered as rejected.

20) CA certificate with year wise declaration, for last 3 Year Annual turnover report, which should not be

less than 50% of work value since last 3 years (out of last 3 years). Balance sheet of previous 3

years may also be uploaded. ITR will not be considered.

21) Tender Acceptance Letter (Annexure-A) should be filled, signed and stamped/certified properly.

22) 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)

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.

13. Shortfall of any mandatory document form the above list could be Causes of rejection tender bid.

14. 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.

15. No hard copies of other documents, except EMD & Tender fees, will be accepted in any case.

16. 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:

6. 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.

7. Offline quoted rates will not be considered for financial bid opening.

Page 124: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter- 2: Terms & conditions of the agreement UTTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

(A) 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.

3. (b) Photocopy of the purchase order executed in the last 3(Three) years in same name and style. The firm

should have executed at least 3(three) Nos of tendered jobs for Supply, Installation, Testing &

Commissioning of the quoted equipment successfully preferably in the government/semi

government/PSU/Autonomous/co-operative dairies/Reputed Private organizations since last 3(three) 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.

4. (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).

5. (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.

2.4 Bidder should have credentials for satisfactory performance for the last 3(three) 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 dairies/Reputed Private organizations during last 3(three) 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

Page 125: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

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.

Page 126: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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

Page 127: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

UTARAKHAND CO-OPERATIVE DAIRY FEDERATION Ltd.,

Mangal Parao, Haldwani, Nainital

(B) SPECIAL TERMS AND CONDITIONS

S.N. Description

1.0 Work Experience: The Firm should have executed at least 3(three) nos in quantity of tendered work, of the

same nature & of equivalent amount in last 3 (thee) 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 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.

Page 128: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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 2017.

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 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

Page 129: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

(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

Page 130: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter-4:

Technical Specifications

And

Scope of Work

Page 131: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ITEM-1

FTIR technology based milk analyzer

Technical Specification-

1. Application:

a) The equipment should be used for analysis of milk and milk products, adulteration

screening and quality determination of raw, intermediate and processed milk.

b) Products to be analyzed: Milk (Raw and processed), Cream, Whey and Yoghurt and ice cream

mixes.

2. Equipment shall be capable of analyzing at least below parameters in the range provide:

a) Fat (Up to 50 % or higher)

b) Protein (Up to 7 % or higher)

c) Lactose (Up to 7 % or higher)

d) Total solids (Up to 55 % or higher)

e) Solids not Fat (To meet the product requirement as per Sr. No. 1)

The above are the minimum performance criteria of equipment. However, measurement

ranges should fulfill the compositional criteria for the products outlined at Sr. No. 1.

The additional parameters like Total Acidity / Density / FPD / FPA/ Citric Acids / Casein /

Urea / Glucose / Galactose / True protein / NPN / pH etc. which could be analyzed by

the equipment should be indicated by the bidder along with the range of analysis. 3. The equipment should be supplied with all required calibrations for the products at Sr. No.

1. It shall have the provision to upgrade / modify from time to time, if needed.

4. Equipment should be provided with a standard pre-calibrated module for screening of

adulterants like

a) Ammonium Sulphate

b) Detergent c) Glucose

d) Maltose

e) Melamine

f) Salt

g) Sodium Carbonate

h) Sodium Citrate

i) Sorbitol j) Starch k)

Sucrose

Page 132: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

1) Urea m) Vegetable Oils when mixed with Chemical Emulsifiers

n) Formaldehyde

5. In other products, equipment shall be able to analyse the following

parameters:

1) Milk : Fat, Protein, Total Solids, lactose, SNF

2) Yoghurt : Fat, Protein, Total Solids

3) Whey : Fat, Protein, Total Solids, lactose

4) Cream : Fat, Protein, Total Solids, SNF

5) Ice cream : Fat, Protein, Total Solids, SNF

6. Method Set Up: It would be a responsibility of the bidder to set up all

the methods in different products and standardize the instrument for

work after proper verification.

7. The equipment should be based on FTIR technology and should follow

IDF (International Dairy Federation) standard 141 / ISO 9622 / AOAC

Official Method 972.16.

8. The equipment should be supplied with networking software along with

all necessary accessories to transfer data to client server.

9. The equipment software should have the quality control features for

monitoring instrument stability and status.

10. The equipment should comply with international safety guidelines.

Certificate of these shall be submitted. 11. Technical requirements

a) Accuracy : ≤ 1% CV on major milk components for different

varieties of milk

b) Repeatability : ≤ 0.25% CV on major milk components

c) Analysis time : Maximum 40 seconds per sample for milk

d) Sample Volume : Lees than or equal to 10 ml

e) Sample Temp : Approx. 5 - 42• C or wider on both sides

f) Cleaning : Should be Automatic and Programmable

g) Optical System : Should be adequately sealed and protected

12. Vendor should provide branded PC and suitable printer for equipment

operation for sufficient data storage, speed and ease of operation.

Sufficient ports for transferring online data and support data

transmission should be available.

Indicative specifications of PC are given below and which should be

upgraded to meet the equipment requirement, if needed.

Page 133: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

• 1 GHz CPU speed

• 8 GB RAM

• 64 GB free disk space

• NTPS File system

• 4 x USB connector

• 1 GB Ethernet

• DVD R/W Drive

• Windows 7, either 32 Bit or 64 Bit versions

13. Consumable and Accessories: Equipment should be supplied along with appropriate

reagents, consumables, spares and accessories for routine operations for approximate

analysis of 20000 samples during the warranty period.

The requirement of these supplies for samples would be given to bidder on six

monthly basis or on mutually agreeable dates.

14. Training: Basic training on operation/maintenance to be arranged by the bidder after

installation of the equipment along with calibration development to be done for

parallel/alternate milk products. The advance training on these should be conducted as per

the request from end user, on mutually agreeable dates. The equipment should also be

supplied with user manuals required for installation and training.

15. Warranty: Equipment shall be supplied with minimum a warranty of one year from the date

of installation. Bidder should undertake on site minimum two preventive maintenance visits

during the warranty period apart from the breakdown visits. Warranty would apply to all the

accessories supplied by bidder.

Bidder shall provide service within 48 hrs after registering the complaint during

warranty and AMC period.

Warranty extension: If equipment has been down for more than 30 days due to

malfunctioning of the any part supplied by bidder or want of spares/ consumable, warranty

would be extended.

16. Demonstration and Evaluation

Purchaser reserves the right to verify the performance of equipment at any stage of

purchase process. The bidder are requested to arrange all the pre-requisite timely for

successful demonstration and evaluation.

17. Compliance

The reference / traceability of compliance information in the offer shall be clearly

specified with supporting documentary evidences. The offer with incomplete/untraceable

information may not be considered. Any type of unwarranted canvassing for selection of

instrument may lead to rejection of the offer.

18. No offering of refurbished / assembled / demo modules: No part of the offered

equipment shall be refurbished or used in demonstration purpose. Kindly submit

undertaking.

19. The AMC charges for two years after the expiry of warranty period shall be

quoted separately.

Page 134: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

20. It is the responsibility of vendor to supply a complete solution / unit for the analysis.

21. Vendor should be able to supply all the spares / consumable required for repair

for at least 8-10 years after installation.

22. The vendor should have few installations, at least 2 (two), in major

dairies/laboratories of the country and has demonstrated satisfactory

performance of the equipment to the concerned stakeholders.

Page 135: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ITEM-2

Digital BOD Incubator

Technical Specification-

S.No Specification Description

1 Material Of construction Interior Cabinet –SS 304 & Exterior Cabinet: MS Powder

Coated

2 Internal Dimensions

W*D*H(mm)

500*500*700

3 Display Control Microprocessor Based PID Control Of Accuracy +_ 0.1 0 C by

Using PT app Sensor

4 Temperature Range 50 C to 60 0 C Accuracy : +_ 1.0 0 C

5 Platform Size SS Platform Size with 425*425 mm

6 Exceptional Uniformity 20-200 orbital strokes per min.(without load)

7 Safety Controller Motorized blower at back side of the chamber develops unique

air flow system which ensures maximum uniform temperature

8 Observation Digital safety controller provided to cut off heater above 70 0 c.

9 Samples Viewing Built in lighting attachment with low wattage CFL Lamp

Provided with External switch on the front panel

10 Refrigeration CFC Free Compressor utilizing R134a Eco –friendly

refrigeration.

11 Mains Power Operates on 230 V Ac Single Phase 50Hz.

12 Capacity 175 Ltr

13 Digital Speed Indication Yes

Page 136: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ITEM-3

Digital PH Meter

Technical Specification-

S.No Specification Description

1

pH Range: 0-00 to 14.00 pH

Resolution: 0.01 pH

Accuracy: +- 0.01 pH

Calibration Points: Up to 3

Buffer Sets: USA, NIST

2 Temperature Range: 0 to 100 0 C

Resolution: 0.1 0 C

Accuracy: +_ 0.3 0 C

3 Meter Features Temperature Compensation: ATC/MTC (0 to 100 0 C)

Input: BNC , Phono

Power Requirements: 9 V DC Adapter, 500 mA (220 VAC)

4 Dimensions (L*W*H): Weight 23*18*6 cm; 570g

40*26*9 cm; 1200g

Page 137: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ITEM-4 Digital BR Meter (Automatic Refractometer)

Technical Specification-

S.No Features Description

1 Wide measurement range of 0.00 to 95.00%

2 High accuracy of ±0.05%

3 Automatic Temperature Compensation (ATC) from 5 to 40°C

4 Four sugar concentration scales : Brix, inverted sugar, HFCS-55 (High

Fructose Corn Syrup) and HFCS-42 (High Fructose Corn Syrup)

5 Featuring a second measurement mode designed to continuously take

measurements and display an accurate value once readings are stabilized,

thus allowing for solutions above or below room temperature to be measured

with confidence

6 Printer and Computer outputs through RS-232C Communication

7 Three-button design (ZERO, START, and SCALE) for simple, efficient

operation

S.No Specification Description

1 Measuring

system

Optical refraction critical angle detection system

2 Measurement

items

_ Brix (Automatic Temperature Compensation)

_ Inverted sugar concentration (Automatic

Temperature Compensation)

_ HFCS-55 (High Fructose Corn Syrup) (Automatic

Temperature Compensation)

_ HFCS-42 (High Fructose Corn Syrup) (Automatic

Temperature Compensation

3 Measurement

range

_ Brix: 0.00 to 95.00%

_ Inverted sugar concentration : 0.00 to 95.00%

_ HFCS-55 (High Fructose Corn Syrup) : 0.00 to

95.00%

_ HFCS-42 (High Fructose Corn Syrup) : 0.00 to

95.00%

4 Minimum _ Brix: 0.01%

Page 138: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

indication _ Inverted sugar concentration: 0.01%

_ HFCS-55 (High Fructose Corn Syrup) : 0.01%

_ HFCS-42 (High Fructose Corn Syrup) : 0.01%

_ Temperature: 0.05°C

5 Measurement

accuracy

_ Brix (on measurement of sucrose) : ±0.05%

_ Inverted sugar concentration: ±0.05%

_ HFCS-55 (High Fructose Corn Syrup) : ±0.05%

_ HFCS-42 (High Fructose Corn Syrup) : ±0.05%

_ Temperature: ±0.05°C

6 Repeatability _ Brix: 0.01%

_ Inverted sugar concentration: 0.01%

_ HFCS-55 (High Fructose Corn Syrup) : 0.01%

_ HFCS-42 (High Fructose Corn Syrup) : 0.01%

7 Temperature

compensation

range

5.00 to 40.00°C

8 Temperature

indication accuracy

±0.10°C

9 Environmental

conditions

Ambient temperature: 5 to 40°C

Ambient humidity: Max. 90%RH

Ambient altitude (Above sea level): Max. 5,000m

10 Display method LED

11 Printer output Digital Printer DP-22 (A)(optional) is used.

Output system: RS-232C

Printing items: Either Brix or concentration, and

sample No.

12 Computer

communication

Communication system: RS-232C

Output item: Either Brix or concentration

Input items: Zero setting and measurements can be

started from the computer.

13 Zero setting Zero is to be set with distilled water.

Page 139: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

14 Light source LED (D line wavelength approximation)

15 Material _ Prism: optical glas

s _ Sample stage: SUS316

16 Input power supply AC100 to 240V, 50/60Hz

17 Power

consumption

15VA

18 Size and

weight

Refractometer: 12×27×9cm, 2.0kg (main unit only)

AC adapter: 10.5×17.5×4cm, 0.7kg

19 International

Protection Class

IP64 (Excluding AC adapter)

Dust-tight and protected against splashing

water.

Page 140: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter- 5: Price table

This is an online tender and all the Rates are to be filled online in the

prescribed format.

Page 141: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter-6: General format for Agreement

(Contract Agreement)

(ON NON JUDICIAL STAMP PAPER OF RS. 100/-)

This agreement made the ….day of ……..20... between Uttarakhand 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:……………………………………………

Page 142: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Chapter-7: General formats for use of the bidders/suppliers.

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,

(Name & Signature of the Bidder, with Official Seal)

Page 143: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „B‟

(Affidavit of Non blacklisted firm )

(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:-

13- 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.

14- 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.

15- That I further undertake that in case any of the facts sworn in as mentioned above and any particulars

mentioned in our application is 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.

16- 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)

Page 144: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „C‟

(Form of Bank Guarantee against Advance Payment)

(ON NON JUDICIAL STAMP PAPER OF RS. 100/-)

Bank Guarantee No.

13- In consideration of the Uttarakhand 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. 14- 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).

15- 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.

16- 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.

17- We………………………..lastly undertake not to revoke this guarantee during its currency except with the previous

consent of the UCDF in writing.

18- Not withstanding anything herein above the liability of the Bank Guarantee is restricted tp Rs………………….

(Rupees………………………………. only). The Guarantee shall remain in 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.

Page 145: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

ANNEXURE „D‟

(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 Uttarakhand 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

Page 146: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

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.

Page 147: ucdfaanchal.org for various work… · 1 UTTRAKHAND CO-OPERATIVE DAIRY FEDERATION LTD, MANGAL PARAO, HALDWANI(NAINITAL)-263139 Ph. No.: 05946-255867, 255358. FAX NO. 05946-255867

Uttarakhand Co-operative Dairy Federation Ltd. Mangal Parao, Haldwani

[email protected], Website-www.ucdfaanchal.org, Fax-05946-255867

Corrigendum

Tender Reference No- 22/UCDF//2020-21, Date 06.06.2020

With reference to above Tender Reference Number, there is some Updates/correction in tender terms

condition, which will be replaced to existing or added for the same non-existing clause for respective tender

id. Bidder must keep in mind these Updates/ correction before submitting tender bid, which are given below -

1- Instruction for Technical Bid Document Submission- Due to some technical error currently bidder

can upload only .Jpg file format in Technical bid document upload section.

So bidder need to send these Technical bid documents hard copy through courier/Post before

the last date of tender bid submission. If the bidder technical document doesn‟t receive at our side

before said Submission time, he may disqualify in technical bid.

2- Tender Updated Schedule-

1 Tender Notice no. 22/ UCDF/2020-21, Date- 06.06.2020

2 Last Date & Time for upload of

Tender Bids

27.06.2020 up to 05.00 PM

3 Last Date & Time for Receive Tender

Technical Bid Document at Office

28.06.2020 at 05.00 AM

4 Time & Date of Opening of Tender-

(a)Technical Bids

29.06.2020 at 11.00 AM

5 Time & Date of Opening of Tender-

(a)Financial Bids

Will be notified after opening of

technical bids.

3- Liquidated damages/Penalty Clause: The work must be completely finished to the entire

satisfaction of the Site Engineer/Office-In-Charge UCDF/MilkUnion, 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.

All other terms and conditions will remain unaltered.

S/d

Authorized Officer