district project coordinator office, sarva shikshan
Post on 15-Jan-2022
2 Views
Preview:
TRANSCRIPT
1
DISTRICT PROJECT COORDINATOR OFFICE,
SARVA SHIKSHAN ABHIYAN,
CHIKKODI
TENDER NOTIFICATION
E-PROCUREMENT SHOT TEARM TENDER NOTIFICATION
FOR SUPPLY OF SOLAR WATER HEATERS FOR 02 KGBV
RESIDENTIAL SCHOOLS
THE YEAR -2017-18
(Through e-procurement portal only)
https://www.eproc.karnataka.gov.in
DISTRICT PROJECT COORDINATOR,
SARVA SHIKSHAN ABHIYAN,
CHIKKODI.
Mobile : 9448999335 Phone No: 08338-275222
2
INDEX
Table of Contents
Sl.No. Contents Page No.
1. Disclaimer 3
2. Tender Notification 4
3. Tender document 5
Section-I
4. Instruction to Bidder 6
Section– II
5. Checklist Documents To Submitted In The First Cover
7
8
Terms and conditions related to selection of eligible bidder
for entrustment of work, procurement of materials and
execution of work.
8-13
Appendix-I
6.
Details of specifications for the supply of
“Solar Water Heating System”
14-15
Appendix-2
7. Format for financial Bid 16
8. Format bid Schedule 17
Table-I
9. Details of Document for Technical Bid 17
Table-II
10. Bid form 18
Table-III
11. e-Procurement Processing Fee Details (Non-refundable) 19
3
D I S C L A I M E R
The information contained in this tender document or subsequently provided to bidder(s)
whether verbally or in documentary form by or on behalf of the Sarva Shiksha Abhiyan Samithi
Chikkodi Dist. is provided to the bidder(s) on terms and conditions set out in this tender
document and all other terms and conditions subject to which such information is provided.
The purpose of this tender document is to provide the bidder(s) with information to assist
the formulation of their proposals. This tender document does not purport to contain all the
information that each bidder may require. This tender document may not be appropriate for all
persons, and it is not possible for SSA to consider the investment objectives, financial situations
and particular needs of each bidder who reads or uses this tender document. Each bidder should
conduct its own visit and analysis and should check the accuracy, reliability and completeness of
the information contained in this tender document and wherever necessary, obtain independent
advice from appropriate sources. SSA KGBV makes no representation or warranty and shall
incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of the tender document.
SSA KGBV may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information contained in this tender document.
DDPI & DPO SSA
Chikkodi District
4
SARVA SHIKSHA ABHIYAN SAMITHI CHIKKODI
No.EDN/SSA/KGBV/SOLAR/S.T/TENDER/2017-18 DATE 09/03/2018
SHORT TERM TENDER NOTIFICATION
Deputy Director of Public Instructions & District Project Officer Sarva Shikha Abhiyan
(DDPI & DPO SSA) Chikkodi invites tender from eligible bidders in two cover bid system
(Techno-Commercial & Financial Bid) in E-Procurement mode from manufacture/ Dealers of
Solar Water Heater to KGBV Schools is Hostels details are available in the web site http:
\\eprocekarnataka.gov.in last date and time for download and up loading of e tender in E-
Procurement platform as follows.
Tender schedule for the supply of Solar water heater for 2 KGBV residental schools
at Chikkodi
1 Tender Reference No and date EDN/SSA/KGBV/SOLAR/S.T/TENDER/2017-18
DATE :25/07/2017
2 Commencement of download of e-
procurement form website
09/03/2018
3 Sample Submission Date 20/03/2018 17:30PM
3 Last date for queries 21/03/2018
4 Pre bid meeting _
5 Last date & time for uploading of tender 22/03/2018 up to 16:30PM
6 Date & time for opening of techno-
Commercial bid 23/03/2018 11.00 17:30 PM
7 Possible Date & time off for opening of
price bid 26 /03/2018 18.30 PM
8 EMD amount Rs. 14,000/-
9 Address and contract No’s DDPI & DPO SSA CHIKKODI
Mob. No 9448999335 & 9448999432
08338-275222
Plece: Chikkodi
Date: 09/03/2018
DDPI & DPO SSA
Chikkodi
5
TENDER DOCUMENT
1. Sarva shiksha Abhiyan (Purchaser) invites tender from eligible tenderers/suppliers for the
supply of Solar water Heaters to the institutions of, Kasturba Gandhi Balikhya Vidayala
Sarva shikana Abhiyan, of Chikkodi District.
2. Tender documents may be downloaded from the e-procurement portal
(https://eproc.karnataka.gov.in ) Tender processing fee (Non Refundable) and EMD
should be paid online through e-procurement portal.
Mode of payment:
a). Credit card
b) Direct debit using internet banking
c) NEFT (National electronic fund transfer)
d) RTGS(Right Time Gross Setlment)
3. Interested tenderers may obtain further information from the above said address.
4. Tenders must be uploaded all relevant documents in https://eproc.karnataka.gov.in/
website only. If the office happens to be closed on the date of opening of the tender, next
working day the tender will be opened.
5. Tenders must be in two covers. First cover for Technical Bid comprising EMD & other
necessary documents mentioned in the qualification criteria and second cover comprising
Rate of the solar water heater.
6. The second covers is eligible for opening only if all the documents are enclosed in the
first covers (Technical Bid).
7. For other details tenders may go through the tender documents or contact details are given
above.
8. Please note that the District Project Coordinator, SSA, CHIKKODI, is at full liberty to
reject the RFP without assigning any reasons. Further, as quality is the principal selection
criteria, the District Project Coordinator, SSA, CHIKKODI, is not bound in any way to
select the firm offering the lowest price and will have all the right to reject RFP though
the firm offered lowest price.
6
SECTION-I
INSTRUCTION TO BIDDERS
A. INSTRUCTION :-
Sarva shiksha Abhiyan Chikkodi proposes to purchase solar water heater during the Year
2017-18. Technical and Financial Bids are hereby invited from eligible suppliers \
manufactures for the supply of Solar water Heaters as per the particulars to given
from this office.
B. 1. Eligible to Bidders:
1.1 Minimum eligibility criteria to participation in the Bid.
Minimum of 2 years experience in supplying Solar water Heaters to Govt. Departments.
The bidder should not have violated any of the major conditions regarding
supplying \manufacturing and should not have been black listed.
1.2 Interested and eligible bidders may furnish the technical &Financial Bids for
supply of Solar water Heaters .
1.3 The Tenderer should be an authorized supplier of the Solar water heater. Supplier should
not sublease the supply of materials or there should be no mediators for the supply of
materials.
1.4 Attested Copies Showing the legal status, places of registration and
Principal place of business of the firm.
1.5 Attested Copies of VAT/Sales tax registration and VAT/Sales tax returns filled in the last 2
years i.e. 2015-16, & 2016-17.
1.6 Attested Copies of income tax registration and income tax returns filled in the last 2 years
i.e. 2015-16, & 2016-17.
1.7 Attested Copies of audit report of financial statements for the last 2 years
i.e. 2015-16, & 2016-17.
1.9 VAT clearance certificate from the Vat officer as on dated 31/03/2017.
1.10 All bids must be accompanied by bid security as specified in section first and submitted on
or before the prescribed date and time given in section first of this document. Bids
submitted Without bids security will be summarily rejected. Sarva shiksha Abhiyan
intends to follow a single stage, electronic possess developed & maintained by the centre
for e-governance D.P.A.R (A.R) Government of Karnataka for the selection of the
successful bidder for the project. Bidder would need to submit the following documents
through electronic mode as part of their proposal.
1.11 It may be noted that all subsequent notifications, changes and Amendments on the project
/ document would be posted only on the e-procurement Website
https://www.eproc.karnataka.gov.in
7
SECTION -II
CHECK LIST DOCMENT TO BE SUBMITED IN THE FIRST COVER
Note:. All Documents should be attested by the Gazetted Officer
Sl.no Description
Whether the
Documents is
enclosed or not
Page no From
and To
1 Supply Certificate for the supply of Solar water heater
systems to Govt and Govt under Taking departments from
2015-16. and 2016-17
YES/NO
2 GST Registration copy YES/NO
3 VAT clearance certificate from the Vat officer as on dated
31/03/2017 YES/NO
4 PAN Number. YES/NO
5 The Tender should be an authorized Manufacturer /Dealers
of the tender materials. YES/NO
6 Attested Copies Showing the legal status, places of
registration and principal place of business of the firm YES/NO
7
Attested Copies of VAT/Sales tax registration and
VAT/Sales tax returns filled in the last 2 years i.e. 2015-16,
& 2016-17
YES/NO
8 Attested Copies of income tax registration and income tax
returns filled in the last 2 years i.e. 2015-16, & 2016-17 YES/NO
9 Attested Copies of audit report of financial statements for
the last 2 years i.e. 2015-16, & 2016-17 YES/NO
10
Attested Copies of documents showing that the firm had an
average annual turnover of Rs25 lakhs for the year 2015-16,
& 2016-17.
YES/NO
11
An affidavit about not blacklisting of the bidder by any
department of state /central government or by any other
agency?
YES/NO
8
Terms and Conditions related to selection of eligible bidder for
entrustment of work, procurement of materials and execution of work.
1. Committee constituted by SSA would look into the instillation through the e-proc.
and the quality of Solar Water System .
2. The manufactured solar water heater shall be delivered to the concerned KGBV
school in good condition without any damage as per the delivery instructions to this
RFP. The HM shall have the right to reject any kit or kits which are not in good
condition or damaged or which do not confirm to any of the technical specifications.
3. The details of specification of solar water heater is given in Appendix - 1.
4. HM will not be responsible for any loss or damage to the solar water heater till the
system are lawfully handed over to them.
5. The bidder shall use the quality materials as mentioned in technical specifications
6. The bids should be unconditional bids will be summarily Rejected.
II. Submission of bids, evaluation, acceptance and related stipulations
1. Submission of Bids:
i. Bidders satisfying the prequalification and financial conditions specified in this
document and willing to execute the contract in conformity with the RFP may submit
their technical and Financial bids in the specified formats through e-procurement
process only along with requisite EMD amount. Bids sent by any other mode like in
person, Post, Telex or Fax or e-mail will be rejected.
ii. Proposals would need to be accompanied by EMD as mentioned in below clause no.3
iii. EMD of Rs. 14,000/- have to be remitted in the form of electronic cash as per the
requirement of e-tendering before the last date and time for the submission.
iv. Late bids: The website will not accept any bid after the deadline for submission of
bids. SSA shall not accept any hardcopy of the bid by the bidder for the reason that
the bidder was not able to apply the bid through website or due to delay in the
submission through website.
v. EMD will be refunded to all the unsuccessful bidders on finalization of the award of
the contract and to the successful bidder after submitting performance security.
2. Bid Opening Process:
i. SSA will open and evaluate the technical bid of the Bidder, through e-Procurement
process. Firstly, technical bids would be opened and evaluated. The financial bids of
only those bidders who qualify in the technical bid evaluation will be opened.
ii. If there is any discrepancy in the unit rate quoted for each item and the total rates, the
rates quoted viz, ‘unit rate’ will prevail. The total price computed in e –procurement
portal as per the unit rates quoted and those computed in words shall only be
considered as the final rate of the bidder.
iii. The evaluation of the financial bids will be made by SSA and the bid having lowest
rate will be declared as successful bid.
9
3. Furnishing of information :
The bidder should examine all instructions, forms, terms and specifications contained in
this tender document. Failure to furnish all information as required in this tender document to
submit a bid not substantially responsive in any respect will be at the bidder's risk and may result
in rejection of its bid.
4. Pre Bid Meeting (Clarification of Tender Document)
i. The Bidder or his official representative is invited to attend a pre Bid meeting which
will take place in 02 KGBV of Chikkodi dist. as indicated in the calendar of events.
ii. The purpose of the meeting will be to clarify issues and to answer questions on
matters related to the tender may be raised at this stage by the Bidder or his
representative.
iii. Minutes of the meeting including the text of the questions raised and the responses
given will be transmitted without delay to all prospective bidders as an addendum
through e-procurement website.
iv. Non-attendance at the pre bid meeting will not be a cause for disqualification of a
bidder.
5. Amendments to RFP terms and conditions :
i. 5 days prior to the deadline for submission of Bids, SSA may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective Bidder, modify the Bidding Documents by amendment.
ii. The amendment will be notified on the website http://www.eproc.karnataka.gov.in.
The prospective bidders are requested to take cognizance of such notification/s while
submitting their tender proposal.
iii. In order to allow prospective Bidders reasonable time in which to take the
amendment into account in preparing their bid, SSA may, at its discretion, extend the
deadline for the submission of bids.
6. Prices and Taxes:
i. In the financial bid format given in Part-6 of this document, the bidder shall quote the
price, per item. The bidder should quote for all items mentioned in the price bid. If
the bidder does not quote for all the items, then that price bid will summarily be
rejected.
ii. The quoted prices should be inclusive of manufacturing of Solar water heater,
transportation cost, , all taxes like sales tax, service tax, VAT, custom duty, excise
duty, GST or any other applicable duties and taxes.
iii. Prices quoted by the bidder should remain fixed during the bidder’s performance of
the contract and will not be subject to variation on any account. A bid submitted with
an adjustable price quotation will be treated as non-responsive and will be rejected.
Price should not be indicated at any place in the pre- qualification bid document. If it
is found that the price is indicated in the technical bid, the entire bid will be
summarily rejected. The prices should be quoted in Indian Rupees. Any reference
made to variation in pricing due to appreciation / depreciation of Indian rupee against
any other currency is not acceptable.
10
7. Bid validity period :
Bids (both technical as well as financial bid) should be valid for a period of 6 months
from the last date fixed for submission of bids. Bids submitted with validity period less than 6
months will be treated as non-responsive and will be rejected.
8. Evaluation of bids and awarding the contract:
(i). Evaluation of technical Bids:
For evaluation of the technical bids, SSA will take into account the following factors and
based on such evaluation the technically qualified bidders will be short-listed:
a) Compliance to terms and conditions stipulated in this tender document duly supported
by certified documentary evidences called for therein.
b) Uploading of duly signed compliance statement.
c) Review of written reply, if any, submitted by the bidder in response to any Clarification
sought by DDPI & DPO SSA CHIKKODI
(ii). Evaluation of financial Bids:
Financial bids of only those bidders whose bids have been qualified in the evaluation of the
technical bids will be considered for evaluation.
For the evaluation of the financial bids, SSA will take into account the following factors:
a) Status of compliance of terms and conditions mentioned in this tender document.
b) The amount quoted by uploading in the e-proc portal will be considered.
9. Determination of L1 Bidder and Awarding of Contract : i. On completion of evaluation process of technical and financial bids and based on any
other clarification submitted by the bidder in response to SSA query, if any, the
contract will be awarded to the bidder, who has quoted the lowest price, namely L1
bidder. The amount quoted by uploading in the e-proc portal will be considered.
ii. The bidders in their own interest should quote the most competitive prices. SSA
reserves the right to reject L1 bid if the same is found unreasonable or is not as per
the technical requirement mentioned in this document and in such a case the next
lowest bidder namely L2 will be considered. If for any reason, the work order issued
to the L1 bidder does not get executed or the L1 bidder backs out, SSA is at liberty to
consider the next lowest bidder namely L2. Consequently, the defaulting L1 bidder
will be blacklisted and debarred from participating in any of the future tender
processes of KGBV for a period of 2 years from the date of work order, in addition to
forfeiture of performance security deposit.
10. Clarifications: During evaluation of the bids (both technical and financial), SSA may, at its discretion,
seek clarification from the bidders on the bids or the bidders themselves may seek
clarifications from SSA on certain issues contained in the tender document during pre-bid
meeting but not later than 7 days prior to the last date of submission of bids.
11. Contacting SSA:
Any effort by a bidder to influence SSA in its decisions on bid evaluation, bid
comparison or contract award will result in the rejection of bid of such bidder.
11
12. SSA’s Right to accept or reject any or all bids:
Notwithstanding anything contained in any of the clauses contained in this tender
document, KGBV reserves its right to accept or reject any or all the bids and to annul the
whole bidding process at any time prior to awarding of contract without thereby
incurring any liability to the affected bidder or bidders or any obligation to inform the
affected bidder or bidders of the reasons for the action by DDPI & DPO SSA
CHIKKODI
13. Signing of contract agreement : The successful bidder should enter into an agreement with DDPI & DPO SSA CHIKKODI
within seven (7) days from the date of receiving of award of contract from DDPI & DPO SSA
CHIKKODI, incorporating all the terms and conditions contained in this tender document
including the amendments and alterations as provide for clause (6) above. The bidder
shall be responsible for and obligated to conduct all contracted activities with due care
and diligence, in accordance with the Contract and using best practices and economic
principles and exercising all reasonable means to achieve the performance levels
specified in the Contract. The bidder should abide by the job safety, insurance, customs
prevalent and the laws in force in India and should indemnify the DDPI & DPO SSA CHIKKODI
against all demands or responsibilities arising from accidents or loss of life, the cause of
which is the successful bidder’s negligence. The bidder should agree to pay all
indemnities arising from such incidents and should not hold DDPI & DPO SSA CHIKKODI
responsible or obligated.
14. Assignment:
The bidder shall not assign, in whole or in part, its obligations to perform under this
Contract to any other subcontractor or vendor, except with the prior written consent of
DDPI & DPO SSA CHIKKODI.
15. Termination for default : DDPI & DPO SSA YADGIRI, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the bidder, may terminate this Contract in whole or in
part if the bidder fails to perform any of the obligations(s) under the Contract. In the
event of DDPI & DPO SSA YADGIRI terminating the Contract in whole or in part, it may get
the work done, upon such terms and in such manner, as it deems appropriate through
some other person and the bidder shall be liable to DDPI & DPO SSA CHIKKODI for any
excess costs or additional costs incurred. However, the bidder shall continue performance
of the Contract to the extent not terminated.
16. Termination for insolvency : DDPI & DPO SSA CHIKKODI may at any time terminate the Contract by giving written notice
to the bidder, if the bidder becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the bidder, provided that such termination
will not prejudice or affect any right of action or remedy, which has accrued or will
accrue thereafter to DDPI & DPO SSA CHIKKODI.
12
17. Force majeure :
The bidder shall not be liable for penalty or termination for default if and to the extent
that it’s delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure. For purposes of this clause, "Force
Majeure" means an event beyond the control of the bidder and not involving the bidder’s
fault or negligence and not foreseeable. Such events may include, but are not restricted
to, wars or revolutions and epidemics. If a Force Majeure situation arises, the bidder shall
promptly notify DDPI & DPO SSA CHIKKODI in writing of such condition and the cause
thereof. The reason for any delay should be accepted by the DDPI & DPO SSA CHIKKODI.
Unless otherwise directed by DDPI & DPO SSA CHIKKODI in writing, the bidder shall
continue to perform its obligations under the Contract as far as is reasonably practical,
and shall seek all reasonable alternative means of performance not prevented by the
Force Majeure.
18. Insurance
The bidder shall fully insure the manufactured solar water heater against loss or damage.
This insurance shall cover production, , transportation distribution and delivery activities.
19. Payment terms :
Payment will be made
i) On Delivery: Eighty percent of the contract price shall be paid on receipt of goods and
upon submission of the documents;
Four self-inking carbon copies of the supplier invoice showing contract number,
goods description, quantity, unit price, total amount;
Acknowledgement of receipt of goods from the consignee(s) along with
acknowledgement from Head master / mistress for having received goods.
ii) On Final Acceptance: The remaining twenty percent or part their of the contract price
shall be paid to the bidder within 30 days after the date of the acceptance certificate by
DDPI & DPO SSA CHIKKODI's and inspecting the working condition of the solar water heater
installed in the 02 KGBV school of CHIKKODI Dist.
20. Penalty for delayed execution of work :
The bidder should strictly adhere to the implementation schedule, as specified in the
Work Order for performance of the obligations arising out of the contract and any delay
thereof will enable SSA to resort to any or both of the following:
a) The bidder shall be liable to pay to 02 KGBV penalty at the rate of 0.5% of the bid
value of the delayed portion of the work per week or part thereof up to a maximum of the
10% of the contract value. Once the maximum is reached, SSA may consider termination
of the contract.
b) Termination of the agreement fully or partly and claim of liquidated damages.
13
21.Performance Security :
i. The bidder should, at its own expense deposit with the 02 KGBV, within 7 working days
from the date of award of the contract or prior to signing of the contract whichever is
earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG) of 5% of
the contract amount from a nationalized bank payable on demand, for the due
performance and fulfillment of the contract by the bidder. All charges whatsoever such as
premium; commission etc. with respect to obtaining the Performance Bank Guarantee
shall be borne by the bidder.
ii. The performance guarantee shall be denominated in the currency of the Contract and
shall be by bank guarantee.
iii. The performance bank guarantee shall be valid for a period of 100 days from the last day
of period of contract. Subject to the terms and conditions in the Performance Bank
Guarantee, at the end of 100 days after the delivery of Solar water heater, the PBG will
be returned to the service provider.
iv. The Performance Bank Guarantee shall be discharged / returned by 02 KGBV upon being
satisfied that there has been due performance of the obligations of the bidder under the
contract. However, no interest shall be payable on the Performance Bank Guarantee.
v. In the event of the bidder being unable to service the contract for whatever reason, 02
KGBV shall revoke the PBG. DDPI & DPO SSA CHIKKODI shall notify the bidder in writing
of the exercise of its right to receive such compensation within 15 days, indicating the
contractual obligation(s) for which the bidder is in default.
vi. DDPI & DPO SSA CHIKKODI shall also be entitled to make recoveries from the bills of the
bidder, PBG or any other payment due, in case of any error/ omission on bidder’s part.
22.The bidder should not carry any supplies to outer organization using specification of DDPI &
DPO SSA CHIKKODI without the knowledge and consent of 02 KGBV.
23. Resolution of disputes :
1. In case of disputes or differences arising between SSA and the bidder related to this
agreement, such disputes or differences shall be settled in accordance with the Arbitration
and Conciliation Act, 1996, by a Sole Arbitrator. The Sole Arbitrator shall be appointed by
agreement between the parties; A certified copy of the work order shall be retained by each
of the parties.
2. Arbitration proceedings shall be held at DDPI & DPO SSA CHIKKODI and the language of the
arbitration proceedings and that of all documents and communications between the parties
shall be English/Kannada..
14
Appendix-1
Details of specifications for the supply of “Solar Water Heating System”
Sl.
No
Dist
rict
KGBV
Hostel
Materia
ls
Details
Specification Rate
quoted per Unit
01 CH
IK
KO
DI
02
1“Instal
lation
of Solar
Water
Heating
System
Solar Evacuated tubes collector (ETC collectors should
be approved from MNRE)
Solar Water Heater ETC Model 250ltr 4 No’s total
1000 ltr Series Connection
1. Inner tank Materials
a) Stainless Steel SS 316
2. Hot water tank insulation density
a) High Density injected PUF insulation: 50mm,
b) High des PUF (play urethane foam) Installation of
50mm thickness between inner outer tank ensures
maximum heat rotenone ever season (maximum up to
72 hours.
3. Tank Stand and Supports
a) Mild Steel with suitable anti corrosive coating.
4. Working pressure of the system
a) Normal, Gravity Feed, Less than 1Kg/cm2.
b) Recommended Operating Pressure:10 Bars.
5. Tank test Pressure
a) Factory Pressure Tested for 2 Kgs/Cm2.
6. Solar Evacuatd tube dimension
a) Double walled glass OuterTubeDia 47+0.7mm,
Tube leangth 1500+5mm. & Inner Diameter:
33.4mm.
b) Thickness of tube at least 1.60 mm.
7. Tube assembling frame
a) Mild steel section with PP coating.
8. Tube assembling frame size
a) Length-2.10mtrs. Width-3.20mtrs, Height-1.50mtrs.
9. Cold water tank
a) 2.4 mtrs. From the terrace level.
10. Tube coating
a) Copper coated tubes with selective absorptive
coating Graded Al-N.
15
PAINTING OF STANDS
Proper cleaning and degreasing of the surface should be
done with the help of three in one Solution before painting.
Two coats of zinc chromate red oxide primer shall be
applied followed by two coats of enamel paint of suitable
Colour as per NIT.
STORAGE TANK (HOT WATER)
20 gauge (Tank capacity 0.91 mm for 250 Ipd)
Material Stainless Steel (SS 316/ IS 1730 grade)
VALVES/NIPPLE/TESS/BENDS
Gun metal valve ISI marked shall be used.
Nipple/tees and bends of ISI marked of medium class GI
(B Class) shall be used. Air vents in each row are to be
provided.
INSTRUMENTATION
Temperature gauge: 1 No. (for Hot Water Storage
Tank/Outlet) Gun metal strainer: 1No. (at Cold Water
inlet)
Water meter -1 at the inlet of cold water tank. Maximum 2
nos. Of chrome plated brass taps for systems up to 200
LPD thereafter 1 tap per 200 LPD superior qualities for
distribution line.
2. COLD WATER TANK1500 LTR
HDPE/LDPE material with Gun metal float valve (ISI
marked) equal to the capacity of Hot water storage tank. /
SYNTAX COMPANY
3. STANDS & PEDESTALS FOR THE TANKS - 5 Feet
The tanks will be mounted on stands made out of angle
iron frame of 35x35x4 mm up to 1500 liters, with each leg
duly grouted with PCC 1:2:4 of 1’x1’x1’ size.
The cold water tanks will be placed over angle iron frame
having 4 cross members in 4 legs with 5mm thick MS
sheet for full bottom support fixed of 4 horizontal members
based on the size of the cold water tank .
4. 1 HP Open well Sub marsible Pump
1 HP Open well Sub marsible Pump (Crompton Greaves)
Total Head 90feet
1’ Green pipe 30 mtr length
16
Appendix – 2
FORMAT FOR FINANCIAL BID
To,
DDPI & DPO SSA CHIKKODI
Sir/Madam,
Sub: Submission of financial bid for the supply of solar water heater
Ref: Tender notification no. ............. dated:
*****
In response to the above tender notification, having studied and understood all the terms
and conditions of the said tender notification and the RFP there of, in regard to manufacturing
and supply of solar water heater, I submit the financial bid as follows;
Rates quoted by the bidder:
The rate quoted by the bidder for Manufacture and supply on F.O.R. destination of one(1)
set of solar water heater
Rs. . . . . . . ( . . . .. . . . . . . . . . . . . . . . . . )
The rates should be mentioned item wise clearly both in words and figures
Signature of the Bidder (with seal)
17
APPENDIX-3
FINANCIAL BID SCHEDULE
S.N Particulars
Quantity
in each
KGBV 01
Rs in figure inclusive of all
taxes,transportationand installation etc.
Rate in
words
1
Solar Water Heating System
With Specification given in
Appendix-1
02
Note:
1) Tenderer should quote amount to e-procurement
portal only that will be considered.
2)Any price bid format uploaded in that bidder will
be rejected
TABLE I
DETAILS OF Documents for Technical Bid
1 Name of the Bidder
2
Year of starting the firm& registration number
(photo copy of registration certificate to be
enclosed)
3 Address of the Bidder
(along with phone no.& pin code)
4 Status of Bidder –manufacturer /supplier
5
a) GST No.
b) PAN No. of Income Tax Dept
6 Photocopy of I. T. returns for the last two years to
be enclosed (2015-16 & 2016-17)
7
Audit reports for the last 2 years (2015-16 & 2016-
17)(Certified copy of Balance Sheet and Statement
of Profit and Loss issued by a Charted Accountant
to be enclosed)
8
Particulars of Sales Tax returns for the last 2 years
(2015-16 & 2016-17) (photo copy of returns to
be enclosed)
9
Experience of manufacturer/dealers relating to
supply of Solar water heater (supporting
certificates to be enclosed)
10 Particulars of E.M.D.
11 VAT clearance certificate from the Vat officer as
on dated 31/03/2017
12
Attested Copies of documents showing that the
firm had an average annual turnover of Rs25 lakhs
for the year 2015-16, & 2016-17.
13
Non Black-Listed Certificate by Firm/NGO on Rs
100/- Bond attested by Notary Addressed to DDPI
&DPO SSA YADGIRI
Signature of the bidder and address with seal
Date:
18
TABLE-II
Bid form
To,
DDPI & DPO SSA CHIKKODI
Sir/Madam,
Having examined the Bidding Documents including Addenda Nos _the receipt of
which is hereby duly acknowledged, we, the undersigned, offer to supply, installation, and
maintenance of Solar Water Heater, at 02 KGBV Hostel in CHIKKODI dist. Karnataka state
for which necessary Bid security amounting to Rupees. 14,000/- the prescribed rate is enclosed
vide D.D. No. Dtd:----------- or Bank Guarantee in the prescribed form is enclosed herewith.
Condition:-
We undertake, if our Bid is accepted, of Solar Water Heater, at 02 KGBV Hostel in
chikkodi Dist. in accordance with the terms and conditions in the Bidding document.
1. If our bid is accepted we will obtain the guarantee from a Nationalized bank in a sum
equivalent to 5 % of the Total Contract Price for the due performance of the Contract, in
the form prescribed by DDPI & DPO SSA CHIKKODI
2. We agree to abide by this bid for a period of 6 months after the date fixed for bid opening
of Second Envelope under Clause 19 of the Instruction to Bidders and shall remain
binding upon us and may be accepted at any time before the expiration of that period.
3. We understand that in competing for (and if the award is made to us, in executing the
above contract,) we will strictly observe the laws against fraud and corruption in force in
India namely Prevention of Corruption Act 1988 ".
4. We understand that you are not bound to accept the lowest or any bid you may receive.
5. We confirm that we comply with the eligibility requirements as per ITT Clause-1 of the
Tender document.
Dated this _ day of 2017
Signature:
Duly authorized to sign bid for and on behalf of office
address seal Place:
19
TABLE-III
E-PROCUREMENT PROCESSING FEE DETAILS (Non-refundable)
To,
DDPI & DPO SSA CHIKKODI
Sir,Madam,
Whereas M/s (hereinafter called "the Bidder" has uploaded its bid
dated… for supply & F.O.R destination of Solar Water Heater, 02 KGBV
Hostel in Chikkodi Dist. (here in after called the "Bid") we are herewith remitting a sum of Rs.
by way of debit card/credit card/ NEFT/OTC vide., Challan No. on Dtd;
e-portal. Further we are clearly understood that the bid in this regard will not be opened without
e-tendering Fee. (Scanned copy of the remittance is hereby attached)
Signature
Name & Address of the bidder with seal
top related