Maharashtra Centre of Excellence for Vegetables

Similar documents
COMMERCIAL TERMS AND CONDITIONS

PEC University of Technology, Chandigarh

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NOTICE INVITING e-tender

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

UV-Visible Spectrophotometer

OIL INDIA LIMITED (A Government of India Enterprise) P.O. Duliajan , Assam, India Website:

5.1 LETTER OF ACCEPTANCE

NOTICE INVITING TENDER

BHARAT HEAVY ELECTRICALS LIMITED,

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

Circular to all trading and clearing members of the Exchange

TENDERER S COPY TENDER NO.: DLI/SALAL/RUNN/08_047 DT S P E C I F I C A T I O N FOR

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Hiring of Commercial Vehicle for Official Use at STPI

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

THANE MUNICIPAL CORPORATION, THANE. RAJIV GANDHI MEDICAL COLLEGE & CHHATRAPATI SHIVAJI MAHARAJ HOSPITAL, KALWA. E-TENDERING

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Notice for inviting E-Tender for hiring of vehicles

LAKWA THERMAL POWER STATION

FORMAT OF BANK GUARANTEE AGAINST BID SECURITY, ADVANCE PAYMENT, SECURITY CUM PERFORMANCE GUARANTEE BID SECURITY (EMD) FORM

Tender Notice. Qualification/ Eligibility Criteria and General Terms and Conditions

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

Notice for inviting Tender for hiring of vehicle

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

The tender document may be download from the website,www,cdac.in/

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Tender. for. Indian Institute of Technology Jodhpur

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Indian Institute of Information Technology Pune

REQUEST FOR PROPOSAL For Food Plaza for Leasing

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

RAICHUR POWER CORPORATION LIMITED. Procurement of LUBRICANTS for Conveyor Maintenance at YTPS

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

BALMER LAWRIE & CO. LTD.

Notice inviting e-bids for Printing and Supply of IEC Material

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Annexure-22 BANK GUARANTEE

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

Tender No. CAH /IVBP/Brucella/ 1071 /2013. Pune. Dated 25th March 2013

National Intelligence Grid (Ministry of Home Affairs) 2nd Floor, Vijaya Building, 17, Barakhamba Road, New Delhi

INVITATION OF TENDER BIDS WATER TANKS

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

MECON LIMITED A Government of India Enterprise

BALMER LAWRIE & CO. LTD.

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY Materials Management Division For IIT Goa

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

GOVT. OF NCT OF DELHI

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

CENTRE FOR DEVELOPMENT OF IMAGING TECHNOLOGY (C-DIT) Chitranjali Hills, Thiruvallam, Thiruvananthapuram-27 Phone: , 912 Fax:

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

SUPPLY OF MEDICINAL GASES FOR THE YEAR

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

Transcription:

Maharashtra Centre of Excellence for Vegetables (Purchasing, Installation & Technical Support for Pre cooling unit, cold storage unit& Power Generators.) Tender no: Part-III (II) Tender No: ADT S/KVK/CoEV/1666/2016 TENDER DOCUMENT FOR INVITING TENDER FOR CENTRE OF EXCELLENCE FOR VEGETABLES Address: Chairman ADT s Krishi Vigyan Kendra, Baramati A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115, Maharashtra, India 1

INDEX Sr. No Description Page No. 1 Chairman CoE, KVK, Baramati Letter 3 2 Tender Schedule 4 3 Tender form to be returned by Tenderer in Envelope No.1 5-6 4 General Terms and Condition & Address of consignee 7-16 5 Checklist to be filled by tenderer 17 6 Proforma for technical Bid (PART-III-I) 18-20 7 Annexture- I Copy of Agreement 21-24 8 Annexture- II Copy of Bank Guarantee Bond 25-29 2

No. Part-III (I) Tender No: ADT S/KVK/CoEV/1666/2016 Date: 29/10/2016 To, M/s. Subject: Tender for purchase of Purchasing, Installation, hand holding and Technical support for Pre cooling unit, cold storage unit& Power Generators for CoE, KVK, Baramati Reference: Tender No: ADT S/KVK/CoEV/1666/2016 Dated -28/10/2016 Sir, The terms and conditions and the tender form for purchase of Insect net house with anti weed ground cover, GI stand for Nursery etc. for Purchasing, Installation, hand holding and technical support for Pre cooling unit, cold storage unit& Power Generators for CoE, KVK, Baramati in the State is available on websitehttp://www.kvkbaramati.com The forms should be carefully read and tender should be filled in as per instructions given in the tender form as per website and one copy of the documents described in Envelope 1 & 2 should be send in the name of Chairman, Centre of Excellence for Vegetables, ADT s Krishi Vigyan Kendra, Baramati, A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115, Maharashtra, India along with the demand draft for appropriate Earnest Money Deposit & Tender form fee. The last date of receipt of the documents described in Envelope 1 & 2 to the Chairman, ADT s, CoEV, KVK, Baramati on above address is 17 th November, 2016 up to 12.00 pm. Yours faithfully, -----Sd------ Chairman Centre of Excellence for Vegetables ADT s Krishi Vigyan Kendra, Baramati A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115, Maharashtra, India 3

Tender no: ADT s/kvk/coev/1666/2016 Tender Schedule Tender Notice for Purchasing, Installation, commissioning, hand holding and technical support for Pre cooling unit, cold storage unit& Power Generators of Center of Excellence for Vegetable at Krishi Vigyan Kendra, Baramati A/p- Malegaon Khurd, Baramati, Pune 413115, Maharashtra, India. 1 Publishing Date 28 th October 2016 2 Document Download Start Date 29 th October 2016 3 Bid Submission Start Date 31 st October 2016 at 10.00 hrs 4 Bid Submission End Date 17 th November 2016 up to 12.00 hrs 5 Date and Time for opening of Tender. 17 th November 2016 at 13.00 hrs 6 Place of Tender opening In the Office of: Chairman Centre of Excellence for Vegetables, Krishi Vigyan Kendra, Baramati & Agricultural Development Trust A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115, Maharashtra, India 4

TENDER FORM To, Project Incharge CoE, Krishi Vigyan Kendra, Baramati A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115 Maharashtra. Sub: Tender No. -----------------------------------------------for the installation, commissioning, hand holding and technical support for Pre cooling unit, cold storage unit& Power Generators under Centre of Excellence for Vegetables Sir, I. I/We have read the tender conditions as issued by Chairman, CoE,, Krishi Vigyan Kendra, Baramati, Dist-Pune ------------------------------- ---------------, and hereby agree to abide by the said instructions, terms and conditions except to the extent specified by me/us in the attached sheet. II./ we have enclosed Demand Draft No. Dated for, Rs. drawn in the favour of Project In charge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.)"payable at Baramati, Dist - Pune / bank guarantee details as per the format attached(rupees only) towards the Earnest money deposit of this tender. (Submit DD of EMD) III.I / we also agree to give Security deposit 10% of the order value prior to getting the acceptance of my/our tender and Performance Bank guarantee for the equipments as applicable at the time of release of first payment 70%. IV. I / we enclose list of Equipment supplied by us to Govt. Departments which may be inspected. 5

V.I / we give the guarantee/ warranty of supplied Equipment/s by me/us for the period of Three year from date of actual inspection, installation and demonstration and also agreed increase the above guarantee period by another one year if equipment failed to work or any problem in guarantee period. VI. Until a formal agreement is prepared and executed, acceptance on this tender shall constitute a binding contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. VII.This tender is being submitted under on line tender and will be opened and decided at same place and it is agreed that Civil Courts at Baramati, Pune alone will have jurisdiction to deal with any legal proceeding that may arise in connection with this tender or subsequently. VIII. I/We have read and understand that my/our financial bid shall be opened only if bid found qualified based on technical bid. IX. I/We have read and understand the specification for the items and the terms and conditions contained in the tender document and agree to which by the same and against which the bids are submitted in the separate covers Technical & Financial Bid in the tender. Witnesses: - 1. 2. Signature & Address of the Signed by State legal status whether prop./partner/ Registered Contractor/Company etc. 6

Instruction to Tenderers (based on Indian law and rules) 1. Delivery Place : Tenderer will supply and deliver the materials din requisite number at the office of Project In charge, Centre of Excellence for vegetables, Krishi Vigyan Kendra, Baramati. A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune. 2. General instructions: 2..1. The tenderers are advised in their own interest, to carefully read the instructions and understand their purport and unless the tender specifically states to the contrary in respect of any particular clause, it shall be presumed that all tender conditions have been accepted as laid down in this document. 2.2. Erasure or alteration in the bid conditions should be avoided. Modification, erasure, or alteration, if any, should bear the signatures of the person signing the bid. 2.3. In case the specifications of any offered items / machineries/ software/ any other related items deviates from the specifications laid down in the tender form, the tenderers should describe as to in what respect and to what extent the equipment offered by them deviates from the specifications, even though the deviations may be minor. It should be explained how these would be useful for our purpose. 2.4 The tenderers should enclose with their offers descriptive catalogues, leaflets and engineering drawings supplementing the description and point out any special features/advantages of their equipment quoted and users list of the equipments/machineries supplied by them. All the literature, leaflets, engineering drawings etc. should be in English or accompanied by English translation in case the language is other than English. This should be adhered to strictly to enable objective evaluation of offers. 7

2.5 The tenderer shall deposit a bid security worth 1 % of the total tender cost as demand draft.the scanned copy of the demand draft should be attached with the technical bid and the original should be submitted to Project Incharge, CoE, Krishi Vigyan Kendra, Baramati. A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115 (M.S.) India within 5 days from the date of opening of the tender. 2.6. The bid shall be rejected if not accompanied by bid security. 2.7. Tenderers shall deposit a tender fees worth Rs. 5,000/- at the time of submission of tender document to Project Incharge, CoE, Krishi Vigyan Kendra, Baramati. A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115. 2.8. All the documents and communications in connection with the bidding shall be made in English. 2.9. This tender is not transferable. 2.10. Apart from the erecting and commissioning of the unit as per the specifications laid down the tenderer shall provide handholding support and maintenance of the unit for one year. 3. Printed Terms & Conditions of Tendering Contractor: 3.1. Printed terms & conditions of the bids shall not be considered and the same shall not be binding or become part of the contract unless any of such terms is specifically laid down by the tenderer and accepted by the Project Incharge, CoE, Krishi Vigyan Kendra, Baramati Dist-Pune in writing. Except to the extent stated above, it will be deemed that the printed terms & conditions of the tendering contractors have been rejected by Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.). 8

4. Transfer and subletting: 4.1. The tenderer shall not sublet, transfer, assign or otherwise part with the contract to any person, Contractor or Company directly or indirectly, in full or any part thereof without the previous written Permission of the Project Incharge, CoE, Krishi Vigyan Kendra, Baramati Dist-Pune (M.S.). 4.2. Appointing a committee for evaluation, monitoring and certification of the tender items work. 5. Tender Price: 5.1. All duties, direct & Indirect taxes and other levies including the transportation expenses are Payable by the Supplier/Agencies/ Tenderer under the contract and shall be included in total Price in financial bid. 5.2. Each Tenderer shall submit only one quotation in the format supplied. Tenderer Submitting more than one quotation for the same package will not be entertained. All the Columns and requisite Information s must be filled in the supplies Format. 5.3. Tenderer shall give a final and net price free from all escalations. Request for change in price will under no circumstances be considered after opening of the tender. 6.Submission of Tender: 6.1. Tenderer should submit sealed quotations in two separate part i.e. Technical (Part I) and Financial (Part II) in separate sealed envelopes. 6.2. The following documents will form the Technical part (Part I) of the bid (Photo copy duly self attested to be compulsorily enclosed)- 9

1. Establishment Registration Certificate 2. Current Return of Income Tax. 3. Commercial Tax Clearance Certificate 4. Certification of authorization of the company. 5. Bid Security as stipulated in the bid document. 6. Details of Work Experience. 7. Tenderer should submit all tender documents self attested signed copy Along with the tender s name and address with all documents. This Envelope No. 1 (Technical) should be submit by hand to Chairman, ADT s, Krishi Vigyan Kendra, Malegaon kh, Baramati, Dist-Pune (M.S.). 6.3 The Financial part (Part II) of the bid shall consists of only Rate/Price in Performa supplied with the BOQ on the company's /Firm's letter pad. All the column and requisite information must be filled in the prescribed format. Bidder must quote the item wise. 6.3.1. Award of contract on the basis of lowest price. 7.Bid due date 7.1. The bids should be submitted before 17/11/2016, 12.00 hrs. IST on the bid due date. Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) may, in its sole discretion, extend the bid due date by issuing a corrigendum uniformly for all tenderers. 8. Contents of the bid 8.1. Scanned copy of DD in favour of Project In Charge, CoE, Krishi Vigyan Kendra, Baramati payable at Baramati, Dist-Pune. 8.2. Signed copy (all pages) of notice inviting tender, Tender document and technical and financial bids in two separate covers as in the tendering with all attachments 10

8.3. The opening of the bids and acceptance thereof shall be subsequently in accordance with the conditions of the tender. 9. Bid security (EMD) 9.1. The tenderer shall furnish as part of its bid as bid security as referred in the clause no. 2.5 and 2.6 ( 1% of Total Contract Value) and herein above in the form of demand draft issued by a Nationalized bank in India drawn in favour of Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) in the format in the appendix and having a validity period of not less than 180 days from the bid due date as may be extended by the tenderer from time to time, will not pay any interest to the bid security deposit. 9.2. Any bid not accompanied by the bid security shall be rejected by Chairman, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) as non responsive. 9.3. The bid security of the unsuccessful tenderers will be returned by Chairman, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) without interest as promptly as possible on acceptance of the bid of the selected tenderer or in the event of the bidding process being cancelled. 9.4. The bid security of the selected tenderer will be returned without interest only after the commissioning of the work & after getting 10% bank guarantee on total contract value. 9.5. Scanned copy of the Bid security should be enclosed along with technical bid only. 9.6. The original should be submitted to Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati A/p, Malegaon Khurd, Tal-Baramati, Dist-Pune 413115 Maharashtra, India. Phone: (02112) 255227, 255327. 10. Opening and evaluation of the bids: 10.1. Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) shall open the bids at 17/11/2016 at 13.00 hrs, the bid due date in case the date of opening of the 11

tender happens to be a holiday, it will be opened on the next working day at the same time and place. 10.2. The tenderers or their authorized Representatives may attend at the time of opening of the tender, if they so desire. 10.3. Technical Bids shall be opened first. 10.4. The Financial Bid of technically qualified bidders shall be opened subsequently. The opening of the Financial Bid will be on same date & intimated to the successful bidder immediately. 10.5. The amount and validity of the bid security will be announced. There after the tenderers name, the bid price and such other details as the Chairman, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) may consider appropriate shall be announced at the opening 10.6. Project In charge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) shall prepare minutes of the bid opening. 11. Selection of the tenderer 11.1. Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) will not be bound to accept the lowest tender. 11.2. After selection, a letter of acceptance (LOA) shall be issued in duplicate by Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) to the selected tenderer and the selected tenderer shall within 08 days of receipt of LOA sign and return the duplicate copy of the LOA. 12. Right to accept and to reject any or all Bids 12.1. Notwithstanding anything contained in the tender Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) reserves all the right to accept or reject any Bid and to annul the bidding process and reject all bids at any time without any liability or any obligation for such acceptance, rejection or annulment and without assigning any reason therefore. 12

12.2. Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) reserve the right to reject any bid and appropriate the bid security at any time if a material misrepresentation is made or uncovered. 13. Bank Guarantee (Performance Security) The successful tenderer shall furnish bank guarantee for 10% of the agreed contract value from any Nationalized Bank towards execution of the contract at the time of signing aforesaid agreement. This guarantee will have a validity period of 365 days from the date of LOA. 14.Warranty The successful Tenderer shall warrant that goods to be installed under this contract shall be free from all defects and faults in material, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials and in full conformity with the contract specifications and drawings or samples, if any, and shall operate properly and satisfactorily for a period of three years from the date of commissioning. The successful tenderer shall, replace or repair the goods or such portion in case of defects or poor workmanship or any malfunction of the unit or any portion thereof. 15. Execution of work 15.1. The Contractor shall at his expense obtain all necessary permits and licenses required for execution of the work. 15.2. The Contractor shall arrange and pay for all personnel, materials, transportation and all other facilities required for the satisfactory execution and completion of the work. The price quoted will be deemed to be inclusive of all such expenses. 15.3. The Contractor shall indemnify the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) against all claims, proceedings, damages, costs, charges 13

and expenses arising in connection with damage to property of any person or injury to person or loss of life occurring in the course of execution of the work. 15.4 The tenderer should complete the work within 3 Months from the date of LOA. 16. Termination of contract Project In charge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) A/p- Malegaon Khurd, Tal-Baramati, Dist-Pune 413115 Maharashtra, India. Phone: (02112) 255227, 255327 will monitor the progress of work from time to time. It is the obligation of the contractor to complete the work as per the schedule by observing the terms and conditions of the agreement. Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) notices that the work is not progressing as per the schedule and there are violations of the terms and conditions of the agreement he has every right to give stop memo and terminate the contract without prior notice. 17. Terms of Payment 17.1. All invoices shall be prepared in Duplicate in favour of Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) and shall be signed by the supplier or his authorized agent. 17.2.No payment will be made for any damage of goods supplied. 17.3.Liquidated damages provisions for damages shall be included in conditions of the contract when delays in delivery of goods, completion of work or failure of the goods or works to meet performance requirements would result in extra cost, or loss of revenue or loss of other benefits to the implementing agency. 17.4. Time limit for commissioning and payment terms shall be as follows. Payment shall be made after the supply and submission of bills which will be subject to---- Bills for the material supplied should be prepared in Duplicate and sent to the Project In charge, CoE, KVK, Baramati concerned. Payment of 70% of value on 14

receipt of equipment and ascertaining the equipments satisfactory supply and demonstration of Machinery / System (certified by the committee constituted for the purpose) & submission of 10 % performance Bank Guarantee for the equipment or material & one month of satisfactory performance of the equipment or systems and 30 % balance payment will be paid after Technical Committee Report. The bills for the 70% and 30% should be submitted separately in Duplicate with duty paid document. Project Incharge, CoE, KVK, Baramati shall not incur any liability to pay interest on the bills for delay in payment. Payment will be made on submission of satisfactory documents and the concerned officer passes it. Payment will be made after fulfilling the following conditions: i. Octroi duty, LBT and hamali charges will have to be borne by the supplier, where Octroi exemption certificate will not accepted. ii. The inspection report shows the material supplied is as per specifications contained in the purchase order. iii. If shortage or breakage has been reported, the goods should be replaced at his own cost. iv. If the material is found to be substandard, old or defective the material will not be accepted and supplier will have to replace the material at his own cost. Personnel in Charge will certify the quality and quantity of the items supplied/ work done as per specifications and recommend accordingly the extent of payment. v. 10% of bank guarantee will be kept for 365 days after Completion of 365 days it will revert to tenderer. 15

18. Capacity building It is the obligation of the selected firm to provide required training and capacity building programmers to Centre of Excellence Staff, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) on the operation of the unit. 19. Dispute 19.1. Final decision in all issues arising in connection with the tender process and execution of work shall be taken by the Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) and the said decision will be binding upon all. 19.2. All disputes relating to the tender process and execution of work shall exclusively be subject to jurisdiction of court in Baramati (Pune). 16

CHECK LIST (Attach all documents mentioned in Check list in Mandatory) Name of the Company: Sl. No. Items Yes/ No 1 Profile of the Company 2 Work performed of a similar nature over the last Three years 3 Capabilities with respect to personnel, equipment and manufacturing facilities 4 Audited financial reports for the last three years, balance sheets, profit and loss statements, auditors reports (in case of companies) 5 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit etc 6 Attested copy of PAN/ VAT/CST & Service Tax 7 Name, address and telephone (Land line as well as Mobile No.) and fax numbers of the Tenderers banker who may provide references if contacted by the Council. 8 Descriptive catalogues, leaflets and engineering drawings supplementing the description and point out any special features/advantages of their equipment quoted and users list of the equipments/machineries supplied. 9 Details of deviation if any 10 Bank details of company & Bid security & EMD details submitted by Tenderer. 11 Detailed technical drawings of the work to be enclosed by Tenderer. 12 Signed copy of technical tender document-part-iii (2) ( signed in all pages) along with Scanned copy of Bid security / DD-( original posted to Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati) 13 Signed copy of Notice Inviting Tender 14. Financial bid entered in BOQ PART-II (Separate Envelope) 17

PROFORMA FOR TECHNICAL BID (PART-I) To, Project Incharge Centre of Excellence for vegetables ADT s, Krishi Vigyan Kendra, Baramati A/p- Malegaon Khurd, Tal - Baramati, Dist- Pune 413115, Maharashtra, India Sir, 1. Profile of our Company is as under: Constitution or legal status of Tenderer Place of registration: Principal place of business: Power of attorney of signatory of Bid 2. Work performed of a similar nature over the last Three years. Year Name & Address of institution Value lakhs) (Rs.in Stipulated period of Completion Actual date of Completion Remarks explaining reasons for delay if any and work completed Attach self attested copies of work Orders. 18

3. Capabilities with respect to personnel, equipment and manufacturing facilities 3.1. Availability of infrastructure of the company. Name of the Building Size (Sq.Mtr.) Type of Structure 3.2. Availability of Personnel (Technical staff and skilled workers of the company) Type of Employee No. Qualification Experience 3.3. Audited financial reports in English for the last three years, balance sheets, profit and loss statements, auditors reports (in case of companies) etc. List them below and upload self attested copies. 3.4. Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit etc. List them below and up load self attested copies of support documents. 3.5. Name, address and telephone (Land line as well as Mobile No.) and fax numbers of the Tenderers banker who may provide references if contacted by the ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.). 3.6. Descriptive catalogues, leaflets and engineering drawings supplementing the description and point out any special features/advantages of their equipment quoted and users list of the equipments/machineries supplied by them. All the literature, leaflets engineering drawings etc. should be in English or accompanied by English translation in case the 19

language is other than English. This should be adhered to strictly to enable objective evaluation of offers. 3.7. In case the specifications of any offered items / machineries/ software/ any other related items deviates from the specifications, description as to in what respect and to what extent the equipment offered by them deviates from the specifications, even though the deviations may be minor may be attached. It should be explained how these would be useful for our purpose. 3.8. Detailed technical drawing of work. 3.9. Details of office set up for after sales service 3.10. PAN/TAN Number, Sales Tax / VAT Registration Number (Copy to be enclosed) 3.11 Pages of all Tender Document duly signed, in token of acceptance of the same, is attached. (Signed by Authorized Signatory) 20

Annexure 1 AGREEMENT FORM AGREEMENT NO.. This agreement is made on this..between Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) (hereinafter called the Project Incharge, CoE, KVK, Baramati which expression shall unless excluded by or repugnant to the context, be deemed to include its successors and assigns) of the first part and M/s (Hereinafter called the contractor which expression shall include unless excluded by or repugnant to the context, be deemed to its successors and assigns) of the second part. WHEREAS the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist- Pune (M.S.) with the intention of Installation, commissioning, hand holding and technical support for Centre for excellence in vegetables had invited tenders for the execution of the said work. AND WHEREAS the contractor had submitted their letter of agreement no. dated.. AND WHEREAS the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) had accepted the tender submitted by the Contractor and had on.. 2016 also issued Letter of Acceptance to the Contractor. 21

NOW IT IS HEREBY AGREED AS FOLLOWS: 1. The Contractor shall be paid an amount of Rs../- (Rupees. only) by the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) in accordance with the Schedule specified hereinafter. 2. The Contractor shall complete the work in 03 months from the date of receipt of LOA. 3. Apart from the erecting and commissioning of the unit as per the specifications laid down the tenderer shall provide handholding support and maintenance of the unit for one year from the date of commencement of production and ensure production of good quality vegetables during that period. 4. It is the obligation of the selected firm to provide required training and capacity building programmers to Center of Excellence, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) staff on the operation of the unit 5. Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) will monitor the progress of work from time to time. It is the obligation of the contractor to complete the work as per the schedule below by observing the terms and conditions of the agreement. If Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) notice that the work is not progressing as per the schedule and there are violations of the terms and conditions of the agreement, he has every right to give stop memo and terminate the contract without prior notice. This is not prejudice to his any right as per the agreement. 6. Shut down and /or preventive maintenance during that period shall be the responsibility of the tenderer. 22

7. Time limit for commissioning and payment terms shall be as follows. Terms of Payment 7.1. All invoices shall be prepared in duplicate in favour of Project Incharge, CoE, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) and shall be signed by the supplier or his authorized agent. 7.2 No payment will be made for any damage of goods supplied. 7.3 Liquidated damages provisions for damages shall be included in conditions of the contract when delays in delivery of goods, completion of work or failure of the goods or works to meet performance requirements would result in extra cost, or loss of revenue or loss of other benefits to the implementing agency. 7.4 Payment shall be made after the supply and submission of bills which will be subject to ---- Bills for the material supplied should be prepared in Duplicate and sent to the Project in charge, CoE, KVK, Baramati concerned. Payment of 70% of value on receipt of equipment and ascertaining the equipments satisfactory supply and demonstration of Machinery / System (certified by the committee constituted for the purpose) & submission of 10% performance Bank Guarantee for the equipment or material & one month of satisfactory performance of the equipment or systems Technical Committee Report. and 30 % balance payment will be paid after The bills for the 70% and 30% should be submitted separately in Duplicate with duty paid document. Project Incharge, CoE, KVK, Baramati shall not incur any liability to pay interest on the bills for delay in payment. Payment will be made on submission of satisfactory documents and the concerned officer passes it. Payment will be made after fulfilling the following conditions: 7.5 Octroi duty, LBT and hamali charges will have to be borne by the supplier, where Octroi exemption certificate will not accepted. 7.6 The inspection report shows the material supplied is as per specifications contained in the purchase order. 7.7 If shortage or breakage has been reported, the goods should be replaced at his own cost. 23

7.8 If the material is found to be substandard, old or defective the material will not be accepted and supplier will have to replace the material at his own cost. Personnel in Charge will certify the quality and quantity of the items supplied/ work done as per specifications and recommend accordingly the extent of payment. 10% of bank guarantee will be kept for 365 days after Completion of 365 days it will revert to tenderer. 8. All direct and indirect taxes arising in connection with the execution of work shall be borne exclusively by the Contractor. 9. LD clause The successful bidders should complete the work as per the schedule above. Any delay will attract LD of 1 % per month of the contract value subject to maximum of 10% of the contract value. 10. The conditions and specifications in the Invitation to Bid, the Financial Bid and the Technical Bid will form an integral part of this agreement and the parties will bound to abide by all the conditions and specifications contained therein. 11. This agreement is made in duplicate. The original printed on stamp paper No... will be retained by the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) while the duplicate printed on stamp paper No will be retained to the Contractor. IN WITNESS WHEREOF, both the parties have here to subscribe their signature on----------- ---------the date and year herein above written through authorized representatives. For and on behalf of the contractor Witness For and on behalf of the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.). Witness 1. 2. 24

Annexure - 2 Bank Guarantee for Bid Security (Refer clauses in instruction for Tenderers given in tender Terms & Conditions) B.G. No.Dt.. 1. In consideration of Centre of Excellence, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) having its office at Baramati (hereinafter referred to as the ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.), which expression shall unless it be repugnant to the subject or context thereof include its, successors and assigns) having agreed to receive the Bid of.. (and having its registered office at.(hereafter referred to as the Tenderer which expression shall unless it be repugnant to the subject or context thereof include its/their executors, administrators, successors and assigns), for Installation, commissioning, hand holding and technical support Pre cooling unit, cold storage unit& Power Generators at Centre for excellence for vegetables (hereafter referred to as the Project ) and other related documents having our registered office at and one of its branches at..do hereby in terms of Clauses mentioned in tender terms & condition document of the instruction to tenderers by the said Tenderer undertake to pay forthwith to the ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) an amount of Rs... (Rupees only) as bid security (hereafter referred to as the Bid Security ) as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Tenderer if the Tenderer shall fail to fulfill or comply with all of the terms and conditions contained in the said Bidding Documents. 2. Any such written demand made by the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) stating the Tenderer is in default of the due and faithful 25

fulfillment and compliance with the terms and conditions contained in the Bidding Documents shall be final, conclusive and binding on the Bank. 3. We the Bank, do hereby unconditionally undertake to pay the amount due and payable under this Guarantee without any demur, reservation, recourse, contest or protest and without any reference to the Tenderer or any other person and irrespective of whether the claim of the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) is disputed by the Tenderer or not merely on the first demand from the tenderer to fulfill and comply with the terms and conditions contained in the Bidding Documents including failure of the said Tenderer to keep its Bid open during the bid validity period as set forth in the said bidding Documents for any reason whatever. Any such demand made on the Bank shall be conclusive as regards amount due and payable by the bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. (Rupees.. only). 4. This Guarantee shall be irrevocable and remain in full force for a period of 365 (three hundred and sixty five ) days from the date of LOA inclusive of a claim period of 60 (sixty) days or such extended period as may be mutually agreed between the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) and the Tenderer, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid. 5. We, the bank, further agree that the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) shall be the sole judge to decide as to whether the Tenderer is in default of due and faithful fulfillment and compliance with the terms and conditions contained in the bidding documents including, inter alia, the failure of the Tenderer to keep its bid open during the Bid validity period set forth in the said Bidding Documents, and the decision of the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist- Pune (M.S.)that the Tenderer is in default as ADT s, Krishi Vigyan Kendra, Baramati, 26

Dist-Pune (M.S.) and the Tenderer or any dispute pending before any Court, Tribunal, Arbitrator or any other. 6. The Guarantee shall not be affected by any change in the constitution or winding up of the Tenderer or the Bank or any abstraction, merger or amalgamation of the Tenderer or the Bank with any other person. 7. In order to give full effect to this Guarantee, the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) shall be entitled to treat the Bank as the principal debtor. The Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said Bidding Documents or to extend time for submission of the Bids or Bid validity period or the period for conveying acceptance of Letter of Award by the Tenderer or the period for fulfillment and compliance with an or any of the terms and conditions contained in the said Bidding Documents by the said Tenderer or to postpone for any time from time to time any of the powers exercisable by it against the said Tenderer and either to enforce or forebear from enforcing of the terms and conditions contained in the said Bidding Documents or the securities available to the CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) and the Bank shall not be released from its liability under these presents by any exercise by the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) of the liberty with reference to the matters aforesaid or by reason of time being given to the said Tenderer or any other forbearance, act or omission on the part of the or any indulgence by the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) to the said Tenderer or by any change in the constitution or its observation, merger or amalgamation with any other person or any other matter or thing whatever which under the law relating to sureties would but for this provision have the effect or releasing the Bank from its such liability. 27

8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set forth herein. 9. We undertake to make the payment on receipt of your notice of claim on us addressed to (name of Bank along with branch address) and delivered at our above branch that shall be deemed to have been dully authorized to receive the said notice of claim. 10. It shall not be necessary for the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) to proceed the said Tenderer before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) may have obtained from the said Tenderer or any other person and which, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized. 11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consent of the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) in writing. 12. The Bank declares that it has power to issue this guarantee and discharge the obligations contemplated herein, the undersigned is duly authorized and has full power to execute this guarantee for and on behalf of the Bank. 13. For the avoidance of doubt, the Bank s liability under this Guarantee shall be restricted to Rs...crore (Rupees. crore) only. The Bank shall be liable to pay the said amount or any part thereof only if the Chairman, CoE, ADT s, Krishi Vigyan Kendra, Baramati, Dist-Pune (M.S.) serves a written claim on the Bank in accordance with paragraph 9 hereof, on or before ( 28

(indicate date falling 365 days from the date of LOA) and Delivered by Bank. By the hand of Mr./ Ms, its. and authorized official. Signature of the Authorized Signatory) (Official seal) 29