1642348393
1642348393
Generated Date:29-Jul-2020
Bid/RA/PR No:GEM/2020/B/714818
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
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 WC 6
Number of Bathrooms 0
Number of Urinals 0
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
Installation and
To be done by seller
commissioning
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
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
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)
Size of each
915mm X 915mm x 1980mm
cubical(LXWXH) ± 25mm
Ventilation size(WXH) ±
838mm X 150mm(above door) plus 838mm X 75mm(opposite side)
10mm
Overall Length(mm) ±
3650mm for 6-eater
25mm
Suction pump of 4 HP to 5 HP
Axle for sewage suction unit 89mm x 1675mm for 4000ltr capacity
Sewage tank material Sludge tank made of FRP 4mm(for 4-seater/6-seater/8-seater & 10-seater)
Water supply connection UPVC pipe connection with all toilet interconnecting
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
Electric point 1 No. electric point to be provided in all toilet 2 watt LED
Corrigendum
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.
1.10.1 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.
2.1 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
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
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
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
Run Distance (for a Full Charge of Battery , to be tested with full load at maximum AIS-040 ))
(km) 80
Number of Bins 2
Tipping Angle 75
Type of Battery as per AIS-048 Lead Acid , EV Grade , Tubular Deep Discharge
Motor Controller ( Must Suitable for starting, accelerating, decelerating, driving , and
YES
stopping of E Cart
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
Certification If Vehicle Certification from Others Agency ,Name of the Agency otherwise put NA ICAT
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
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
Yellow Color reflective tape on Front and Rear Side of the E Cart Yes
Speed of the E- Rickshaw as per CMVR -2014 with latest amndmt (to be tested with Full
20
Load ) (kmph)
Battery Warranty 1
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.
2.1 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.