0% found this document useful (0 votes)
25 views15 pages

1642348393

The document outlines a contract for the supply of a 6-seater mobile toilet by KRISHI SEWA KENDRA to the Urban Development Department of Uttar Pradesh, with a total order value of INR 899,980. It includes details about the buyer, seller, product specifications, delivery terms, and general conditions of the contract. Additionally, it specifies the responsibilities of both parties regarding installation, performance security, taxes, and dispute resolution.

Uploaded by

Sneha Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
25 views15 pages

1642348393

The document outlines a contract for the supply of a 6-seater mobile toilet by KRISHI SEWA KENDRA to the Urban Development Department of Uttar Pradesh, with a total order value of INR 899,980. It includes details about the buyer, seller, product specifications, delivery terms, and general conditions of the contract. Additionally, it specifies the responsibilities of both parties regarding installation, performance security, taxes, and dispute resolution.

Uploaded by

Sneha Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Contract Contract No: GEMC-511687763537829

Generated Date:29-Jul-2020
Bid/RA/PR No:GEM/2020/B/714818

Organisation Details Buyer Details


Type: State Government Name: Radheram Verma
Ministry: - Designation: Cleark
Department: Urban Development Department Uttar Pradesh Contact No.: -
Organisation e-Municipalities - eServices to citizens and Employees of Urban Email ID: [email protected]
Name: Local Bodies of Uttar Pradesh GSTIN: -
Office Zone: Nagar panchayat Musafirkhana Amethi Nagar Panchayat - Musafirkhana, Amethi,
Address:
SULTANPUR, UTTAR PRADESH-227813, India

Financial Approval Detail


IFD Concurrence : No
Designation of Administrative Approval : Chairman /E.O.
Designation of Financial Approval : Chairman /E.O.

Seller Details
Company Name: KRISHI SEWA KENDRA
Contact No.: 09889339059
Email ID: [email protected]
IDGAH CHAURAHA,PYARE PATTI ROAD,
Address:
Sultanpur, UTTAR PRADESH-228001, -
MSME verified: Yes
MSE Social Category: OBC
MSE Gender: Male
GSTIN: 09AGHPA0951H1ZO

Product Details
Price
Category Ordered (Inclusive of all
# Item Description Model HSN Code Unit
Name Quantity Duties and
Taxes in INR)
HSN not
Unbranded 6-seater mobile toilet , trailer mounted, with each cubical of size Mobile
1 MOBT-06 specified by 1 pieces 899,980
915mm X 915mm x 1980mm and overall length of 3650mm for 6-eater Toilet
seller

Total Order Value (in INR) 899,980

Consignee Detail
Delivery
Lot Delivery To Be
S.No Consignee Item Quantity
No. Start After Completed
By
Radheram Verma
-
Landline--
Unbranded 6-seater mobile toilet , trailer mounted, with each cubical of
[email protected]
1 size 915mm X 915mm x 1980mm and overall length of 3650mm for - 1 29-Jul-2020 28-Aug-2020
Nagar Panchayat -
6-eater
Musafirkhana, Amethi,
SULTANPUR, UTTAR
PRADESH-227813, India

Product Specification for Unbranded 6-seater mobile toilet , trailer mounted, with each cubical of size 915mm X 915mm
x 1980mm and overall length of 3650mm for 6-eater
Specification Sub-Spec Value
Mode of Supply Assembled Ready To Use

Number of Compartments 6-seater mobile toilet


Type of WC Indian with ceramic base

Number of WC 6

Number of Bathrooms 0

Number of Urinals 0

Water facility By mean of overhead tank(Capacity 500Ltrs)

Wash basin 2 Nos. outside the Unit with common facility

Sewage facility Sludge tank (capacity-600ltrs) with 100mm outlet facility through butterfly valve and hose pipe(For 6-seater)
GENERIC
ventilation Full size cross ventilation

Top(roof) shape Slanting/tapper

Projection of Roof 50mm projection on all the four sides(slanting shape)

Installation and
To be done by seller
commissioning

Plumbing and Sanitation


To be done by seller
fitting connections

Electrical connections To be done by seller

Waste extraction fitting To be done by seller

Civil foundation No foundation required

Trailer frame(Chassis) 100mm X 50mm C-channel MS - 75mm X 37.5mm C-channel MS - 40mm X 40mm X 5mm (thick) MS angle - 40mm
material with support X 40mm X 5mm (thick) MS Tee - 35mm X 35mm X 5mm (thick) MS angle and 25mm X 25mm X 3mm (thick) MS
material including pathway angle for 4-seater/6-seater/8-seater and 10-seater

Railing material 38mm X 25mm MS pipe of thickness 1.2-1.5mm (for 4-seater, 6-seater, 8-seater & 10-seater)

Trailer understructure Spring leaves 710mm with 9 leaves for 4-seater and 6-seater

TRAILER Turn table/rotor 100mm X 50mm MS channel and 10mm thick MS plate plus spring ply 40mm X 5mm
STRUCTURAL
Pathway passage/slide
MATERIAL Aluminum chequerd sheet having width of 455mm
platform

Stairs frame material 35mm x 35mm X 5mm MS angle and 25mm x 25mm x 3mm MS angle with 25mm x 3mm MS Flat

Stairs size 710mm X 230mm having 4-step for 1420mm Height and 735mm width stair

Locking Locking pins to be provided for lock the platform

Tow bar Made of 100 X 50 mm channel section with easy detachable and connect with turn table

Side panel frame material 35mm X 35mm X 5mm(thick) ,25mm X 25mm X 3mm(thick) MS angle (for 4-seater/6-seater/8-seater & 10-seater)

Top(roof) frame material 40mm X 40mm X 5mm(thick) ,35mm X 35mm X 5mm(thick),25mm X 25mm X 3mm(thick) MS angle

Top(roof) support frame


40mm X 5mm(thick),35mm X 5mm(thick),25mm X 3mm(thick) MS flat
structure

Partition frame material 35mm X 35mm X 5mm(thick),25mm X 25 mm X 3mm(thick) MS angle


FRAME
Ventilation frame material 25mm X 25mm X 3mm(thick) flat MS
MATERIAL
Door frame material 50mm X 25mm of 14-16gauge rectangular MS hollow pipe

Support material for Door


Aluminium U-channel of 18gauge
panel fixing

Door hinges(two numbers) 75mm size with 1.2-1.5mm thickness MS

Tank holder frame material 25mm X 3mm (thick) MS flat

Zero spangled cold rolled 120 GSM galvanised(galvano) powder coated 40mm thick EPS panel(EPS
Side panel material
Density-16Kg/CuM EPS thickness-38mm and steel sheet thickness 0.6mm 275MPA)

Zero spangled cold rolled 120 GSM galvanised(galvano) powder coated 40-70mm thick taper roof EPS panel(EPS
Top(Roof) panel material
Density-16Kg/CuM EPS thickness-38mm and steel sheet thickness 0.6mm 275MPA)
PANEL Door panel material Zero spangled cold rolled 120 GSM galvanised(galvano) powder coated with necessary stiffeners (steel sheet
MATERIAL thickness 0.6mm 275MPA)

Zero spangled cold rolled 120 GSM galvanised(galvano) powder coated 40mm thick EPS panel(EPS
partition panel material
Density-16Kg/CuM EPS thickness-38mm and steel sheet thickness 0.6mm 275MPA)

Floor material 1.5-2.0mm thick SS 304 material

Size of each
915mm X 915mm x 1980mm
cubical(LXWXH) ± 25mm

Door size(WxH) ± 20mm 585mm x 1830mm

Ventilation size(WXH) ±
838mm X 150mm(above door) plus 838mm X 75mm(opposite side)
10mm

Partition height ± 20mm 1830mm


DIMENSION
Single pan size ± 10mm 580mm X 440mm with built in platform/footrest

Overall Length(mm) ±
3650mm for 6-eater
25mm

Overall Width including


2700mm for 4/6/8 and 10-seater
pathway(mm) ± 25mm

Total height ± 25mm 3155mm

Capacity of sewage suction


N.A
unit

Length of sewage suction


N.A
unit ± 25mm

Width of sewage suction


N.A
unit ± 15mm

Capsule Diameter N.A

Capsule Thickness N.A

SEWAGE Chassis size of sewage


205mm x 75mm
SUCTION UNIT suction unit

Suction pump of 4 HP to 5 HP

Valve for sewage suction


Butterfly valve of 100mm
unit

Axle for sewage suction unit 89mm x 1675mm for 4000ltr capacity

Tyres for sewage suction


Two nos. of size 9.00 x 20ply for 4000ltrs.
unit

Spring leaves for sewage


Two nos. of size 914mm with 13 leaves in each for 4000ltrs.
suction unit

Door locking bolts Size 100mm of MS

Tower bolt locking Tower bolt of SS 304 size 75mm

Overhead Tank material made of double layer HDPE sheet

Wash basin material made of Ceramic

WC material made of Ceramic

Towel rail/ring made of plastic

Cloth hook made of SS 304

P-trap material made of HDPE(75mm)

Footrest(WC) material made of SS 304 integrated with Indian WC and floor

Sewage tank material Sludge tank made of FRP 4mm(for 4-seater/6-seater/8-seater & 10-seater)

Mirror size 380mm X 255mm


Electric provision By mean of connection from external supply

Sewage provision Connected to septic tank


MISC
Level indicator provision To be provided in every sewer / sludge tank to know the level of sludge and plan to get it evacuated

Water supply connection UPVC pipe connection with all toilet interconnecting

Seat cistern fitting By PVC flush pipe to toilet seat

Soap stand Plastic made Size:125 X 75 mm

Tap material HDPE push cock

Base floor surface To be suitably slanted towards WC for proper drainage(for Indian WC)

Two axle of 50mm X 50mm X 1828mm with 4-tyres of size 6.00 X 16 with hubs and bearings for 4-seater and
Trailer Movement facility
6-seater

Provision for vent pipe From sludge/Septic tank

Water mug(standard size) Plastic made

Electric point 1 No. electric point to be provided in all toilet 2 watt LED

Stand provision to keep


mobile toilet in static To keep safe Tyre, Tube , rim and their maintenance
position

Colour of cabin As per buyer's choice


COLOUR &
FINISH
Finish With Primer and Paint

Test reports to be furnished


YES
to buyer's on demand
CERTIFICATION
OEM of offered product is
YES
ISO 9001:2015 certified

Warranty period in number


WARRANTY 2
of years

Corrigendum

1. Extended Upto : 2020-07-28 14:00:00


2. Extended Upto : 2020-07-29 14:00:00

Terms and Conditions

1. General Terms and Conditions

1.1 This Contract between the Seller and the Buyer, is for the supply of the Goods and/ or Services, detailed in the schedule above, in accordance with the General
Terms and Conditions (GTC) as available on the GeM portal (unless otherwise superseded by Goods / Services specific Special Terms and Conditions (STC) and/ or
BID/Reverse Auction Additional Terms and Conditions (ATC), as applicable

1.2 Terms of delivery: Free Delivery at Site including loading/unloading. In respect of items requiring installation and / or commissioning and other services in the
scope of supply (as indicated in respective product category specification / STC / ATC), and the cost of the same is also included in the Contract price.

1.3 Delivery period: The Delivery Period/Time shall be essence of the Contract and delivery must be completed not later than such date(s). Any modification thereto
shall be mutually agreed and incorporated in the Contract as per the provisions of the GTC.

1.4 Performance Security: If the Seller fails or neglects to observe or perform any of his obligations under the contract it shall be lawful for the Buyer to forfeit either
in whole or in part, the Performance Security furnished by the Seller.

1.5 Taxes and Duties: Contract Prices are all inclusive i.e. including all taxes, duties, local levies / transportation / loading-unloading charges etc. Break up of GST
shall be indicated by the Seller while raising invoice / bill on GeM. While submitting the bill / invoice Seller shall undertake that the Goods and Services Tax (GST)
charged on this bill is not more than what is payable under the provision on the relevant Act or the Rules made there under and that the Goods on which GST has
been charged have not been exempted under the GST Act or the Rules made there under and the charges on account of GST on these goods are correct under the
provision of that Act or the rules made there under.

1.6 Octroi Duty and / or other local taxes: Contract Prices are all inclusive hence no reimbursement over and above the contract price(s) shall be allowed to seller
towards payment of local taxes (such as levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies etc).

1.7 Limitation of Liability: The provisions of limitation of liability between Buyer and Seller as given in the GTC shall be applicable here.
1.8 Resolution of disputes: The provisions of DISPUTE RESOLUTION BETWEEN BUYER AND SELLER as given in the GTC shall be applicable here.

1.9 Liquidated Damages: If the Seller fails to deliver any or all of the Goods/Services within the original/re-fixed delivery period(s) specified in the contract, the Buyer
will be entitled to deduct/recover the Liquidated Damages for the delay, unless covered under Force Majeure conditions aforesaid, @ 0.5% per week or part of the
week of delayed period as pre-estimated damages not exceeding 10% of the contract value without any controversy/dispute of any sort whatsoever. In case, Service
Level Agreement (SLA) is applicable the same shall be applicable for the Contract.

1.10 Financial Certificate:

1.10.1 The expenditure involved for this purpose has received the Sanction of the competent financial authority.

1.10.2 The funds are available under the proper head in the sanction budget allotment for the concern financial year.

1.10.3 I have been fully authorized by the department to sign the supply order or incur the liability of the Goods being ordered.

1.11 The bidder should submit a self declaration to the effect in bidder's official letter head that their agency have not been black listed by any Agency whatsoever till
date.

2. Additional Terms and conditions

2.1 Scope of supply (Bid price to include all cost components) : Supply Installation Testing and Commissioning of Goods

2.2 Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of the previous financial
year, should be as indicated in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a certificate from the
Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of constitution /
incorporation of the bidder is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.

2.3 OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product during the last three years, ending on 31st March of
the previous financial year, should be as indicated in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of
constitution / incorporation of the OEM is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall be
taken into account for this criteria. In case of bunch bids, the OEM of CATEGORY RELATED TO primary product having highest bid value should meet this criterion.

2.4 IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a registered office in India to provide after sales service
support in India. The certificate to this effect should be submitted.

2.5 Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each Consignee's Location in case of carry-in warranty. (Not
applicable in case of goods having on-site warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have to establish one
within 30 days of award of contract. Payment shall be released only after submission of documentary evidence of having Functional Service Centre.

2.6 Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free Telephone No. for Service Support.

2.7 Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers for Service Support.

2.8 ISO 9001: The bidder must have ISO 9001 certification.

2.9 Timely Servicing / rectification of defects during warranty period: After having been notified of the defects / service requirement during warranty period, Seller has
to complete the required Service / Rectification within 7 days time limit. If the Seller fails to complete service / rectification with defined time limit, a penalty of 0.5% of
Unit Price of the product shall be charged as penalty for each week of delay from the seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall
have a right to recover all such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than 10% of the total contract value
after which the Buyer shall have the right to get the service / rectification done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller
shall be liable to re-imberse the cost of such service / rectification to the Buyer.

2.10 Procurement under this bid is reserved for purchase from Micro and Small Enterprises from the State of Bid Inviting Authority whose credentials are validated
online through Udyog Aadhaar for that product category. If the bidder wants to avail the reservation benefit, the bidder must be the manufacturer of the offered product
in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for Micro and Small Enterprises. In respect of bid for Services,
the bidder must be the Service provider of the offered Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service.

Note: This is system generated file. No signature is required. Print out of this document is not valid for payment/ transaction purpose.
Contract Contract No: GEMC-511687700980718
Generated Date:04-Mar-2020
Bid/RA/PR No:GEM/2020/B/535491

Organisation Details Buyer Details


Type: State Local Bodies Name: Hausila Prasad
Ministry: - Designation: Hausila Prasad
Department: Urban Development Department Uttar Pradesh Contact No.: 05364-242242-
Organisation Name: N/A Email ID: [email protected]
Office Zone: Nagar Panchayat Dostpur Sultanpur GSTIN: -
Nagar Panchayat Dostpur Sultanpur,
Address:
SULTANPUR, UTTAR PRADESH-228131, India

Financial Approval Detail


IFD Concurrence : No
Designation of Administrative Approval : Chairman /E.O.
Designation of Financial Approval : Chairman /E.O.

Seller Details
Company Name: KRISHI SEWA KENDRA
Contact No.: 09889339059
Email ID: [email protected]
IDGAH CHAURAHA,PYARE PATTI ROAD,
Address:
Sultanpur, UTTAR PRADESH-228001, -
MSME verified: No

Product Details
Price
Ordered
# Item Description Category Name Model HSN Code Unit (Inclusive of all Duties and
Quantity
Taxes in INR)
E RICKSHAW WITH E Cart for Garbage with VICTORY HSN not specified
1 3 pieces 961,590
HYDRAULIC Tipping Facility CLEANER by seller

Total Order Value (in INR) 961,590

Consignee Detail
S.No Consignee Item Quantity Expected Delivery Date
Dasharath
-
Landline-05364-242242-
1 E RICKSHAW WITH HYDRAULIC 3 03-Apr-2020
[email protected]
Nagar Panchayat Dostpur Sultanpur,
SULTANPUR, UTTAR PRADESH-228131, India

Product Specification for E RICKSHAW WITH HYDRAULIC


Specification Sub-Spec Value
Fully Electric, Battery Operated Motor Driven for
Type of E Cart
Carrying Bins

Model Number of E- Cart VICTORY CLEANER

Colour of E Cart GREEN BLUE

The E Cart Must Fabricated From Good Quality Steel properly Painted to avoid Rusting for
YES
more than 5 Years,

Name and Grade of Steel from which E Cart Body Framed MS TATA STEEL

Kerb Weight of E- Cart (kg) 350

Garbage Carrying Capacity (kg) 310

Run Distance (for a Full Charge of Battery , to be tested with full load at maximum AIS-040 ))
(km) 80

Number of Bins 2

Capacity of Individual Bins in litres (Ltrs) 150

Type of Chassis for E cart MS BODDY STRUCTURE

Ground Clearance as per IS : 9435 (mm) 350

Wheel Base (mm) 2170

Turning Radius (mm) 300

Power Transmission from Motor Shaft to Wheels Direct Mounting

Generic Please Specify the Mechanical Mechanism otherwise Put NA NA


Parameters
Tipping Facility Yes

Tipping Angle 75

Method of Tipping Hydraulic

If Others, mention the method of Tipping HYDROLIC

Type of Battery as per AIS-048 Lead Acid , EV Grade , Tubular Deep Discharge

Capacity of the Battery approved by ICAT/ARAI (Ah) 100

Battery Voltage ,Nominal (Volts) 48V

Maximum Overall Dimensions of the Battery ( L x Wx H ) (mm3) L410xW180XH200MM3

Nominal Filled Weight of the Battery (kg) 110

Motor Controller ( Must Suitable for starting, accelerating, decelerating, driving , and
YES
stopping of E Cart

220/230 V Nominal Input Voltage , High


Battery Charger
Efficiency Type

Charging Current (A) 32

Type of Motor Brushless DC Motor

Motor Output Power ,48V/60V at Full Load (watt) 1400

Overall Efficiency of the E Cart ( to be tested at Full Load with maximum speed as per
84
Concerned AIS standards (%)

Gradeability of E-cart , ( to be tested at full procedure as per AIS -003 Load (Degree) 7

Vehicle Certification ICAT

Certification If Vehicle Certification from Others Agency ,Name of the Agency otherwise put NA ICAT

Vehicle Certification Number and Date DERA A 27.09.2018

Seating Facility For Driver only

Length of E -cart as per Gazette Notification by Ministry of Road and Transport Oct , 2014
2.75
(meters)

Width of E -Cart as per Gazette Notification by Ministry of Road and Transport Oct, 2014
1
(meters)

Height of E -Cart as per Gazette Notification by Ministry of Road and Transport Oct , 2014
1.7
(meters)

Dimensions of the cabin Provided for Bins (mm x mm x mm) (mm3) 1930X400X800MM3

Size of Front Tyre (mm) 90/90-12

Size of Rear Tyre 90/90-12

Brake Type (Front) DRUM TYPE

Brake Type ( Rear ) DRUM TYPE


Suspension System (Front) HELICAL SPRING

Constructional Suspension System ( Rear ) LEAF SPRING

Reverse Gear Facility Yes

The Mounting of Batteries Yes

Vehicle lighting System LED Based

Instrument Panel Containing Speedometer and Battery Charging Indicator Yes

Glass Windshield with wiper motor as approved by ICAT/ARAI Yes

Battery Make as per AIS :048:2009 Amaron

If others please specify the Name of Brand ,Otherwise put NA (as per AIS048 2009) NA

Equipped with Start and Stop Button, parking Lights , Back lights with Reverse Gear Facility Yes

Equipped with Fire Extinguisher Yes

Equipped with First Aid Box Yes

Yellow Color reflective tape on Front and Rear Side of the E Cart Yes

E Cart Integration , Yes

Speed of the E- Rickshaw as per CMVR -2014 with latest amndmt (to be tested with Full
20
Load ) (kmph)

Battery Warranty 1

Performance No. Of Free Service 2


Parameters
Compliance of Centre of Gravity of E Cart as a Compulsory Norms for Safety Yes

Confirming to Applicable Environmental Test Yes

Noise level must be Low during Operation Yes

Terms and Conditions

1. General Terms and Conditions

1.1 This Contract between the Seller and the Buyer, is for the supply of the Goods and/ or Services, detailed in the schedule above, in accordance with the General
Terms and Conditions (GTC) as available on the GeM portal (unless otherwise superseded by Goods / Services specific Special Terms and Conditions (STC) and/ or
BID/Reverse Auction Additional Terms and Conditions (ATC), as applicable

1.2 Terms of delivery: Free Delivery at Site including loading/unloading. In respect of items requiring installation and / or commissioning and other services in the
scope of supply (as indicated in respective product category specification / STC / ATC), and the cost of the same is also included in the Contract price.

1.3 Delivery period: The Delivery Period/Time shall be essence of the Contract and delivery must be completed not later than such date(s). Any modification thereto
shall be mutually agreed and incorporated in the Contract as per the provisions of the GTC.

1.4 Performance Security: If the Seller fails or neglects to observe or perform any of his obligations under the contract it shall be lawful for the Buyer to forfeit either
in whole or in part, the Performance Security furnished by the Seller.

1.5 Taxes and Duties: Contract Prices are all inclusive i.e. including all taxes, duties, local levies / transportation / loading-unloading charges etc. Break up of GST
shall be indicated by the Seller while raising invoice / bill on GeM. While submitting the bill / invoice Seller shall undertake that the Goods and Services Tax (GST)
charged on this bill is not more than what is payable under the provision on the relevant Act or the Rules made there under and that the Goods on which GST has
been charged have not been exempted under the GST Act or the Rules made there under and the charges on account of GST on these goods are correct under the
provision of that Act or the rules made there under.

1.6 Octroi Duty and / or other local taxes: Contract Prices are all inclusive hence no reimbursement over and above the contract price(s) shall be allowed to seller
towards payment of local taxes (such as levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies etc).

1.7 Limitation of Liability: The provisions of limitation of liability between Buyer and Seller as given in the GTC shall be applicable here.

1.8 Resolution of disputes: The provisions of DISPUTE RESOLUTION BETWEEN BUYER AND SELLER as given in the GTC shall be applicable here.

1.9 Liquidated Damages: If the Seller fails to deliver any or all of the Goods/Services within the original/re-fixed delivery period(s) specified in the contract, the Buyer
will be entitled to deduct/recover the Liquidated Damages for the delay, unless covered under Force Majeure conditions aforesaid, @ 0.5% per week or part of the
week of delayed period as pre-estimated damages not exceeding 10% of the contract value without any controversy/dispute of any sort whatsoever. In case, Service
Level Agreement (SLA) is applicable the same shall be applicable for the Contract.
1.10 Financial Certificate:

1.10.1 The expenditure involved for this purpose has received the Sanction of the competent financial authority.

1.10.2 The funds are available under the proper head in the sanction budget allotment for the concern financial year.

1.10.3 I have been fully authorized by the department to sign the supply order or incur the liability of the Goods being ordered.

1.11 The bidder should submit a self declaration to the effect in bidder's official letter head that their agency have not been black listed by any Agency whatsoever till
date.

2. Additional Terms and conditions

2.1 Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly, manufactured and supplied same or similar Category
Products to any Central / State Govt Organization / PSU / Public Listed Company for 2 years before the bid opening date. Copies of relevant contracts to be submitted
along with bid in support of having supplied some quantity during each of the year. In case of bunch bids, the primary product having highest value should meet this
criterion.

2.2 IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a registered office in India to provide after sales service
support in India. The certificate to this effect should be submitted.

2.3 Scope of supply (Bid price to include all cost components) : Supply Installation Testing and Commissioning of Goods

2.4 Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of the previous financial
year, should be as indicated in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a certificate from the
Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of constitution /
incorporation of the bidder is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.

2.5 OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product during the last three years, ending on 31st March of
the previous financial year, should be as indicated in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of
constitution / incorporation of the OEM is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall be
taken into account for this criteria. In case of bunch bids, the OEM of CATEGORY RELATED TO primary product having highest bid value should meet this criterion.

2.6 Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free Telephone No. for Service Support.

2.7 Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers for Service Support.

Note: This is system generated file. No signature is required. Print out of this document is not valid for payment/ transaction purpose.

You might also like