+ All Categories
Home > Documents > ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe...

ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe...

Date post: 13-May-2020
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
26
Transcript
Page 1: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted
Page 2: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

ODISHA STATE AGRICULTURAL MARKETING BOARD Plot No.1800(P), Baramunda, Post-Khandagiri, Near Indian Oil Petrol Pump Bhubaneswar

Ph. No.0674-2351311, Fax : 0674-2351316, Email : [email protected], Website : www.osamboard.org

NOTICE INVITING TENDER

NIT No. 375 Date- 03.02.2016

SUPPLY, INSTALLATION AND COMMISSIONING OF 40/50/60MT CAPACITY FULLY ELECTRONIC(PIT LESS KIND) WEIGH BRIDGE WITH

ASSOCIATED INFRASTRUCTURE AND AMC

OSAMB invites sealed tenders for supply, installation and commissioning of

40/50/60MT Electronic Weighbridges with AMC at different R M C s in the state of Odisha.

The tender document along with the eligibility criteria, terms and conditions, detailed scope of

work, specifications is available in our website i.e. www.osamboard.org and

www.odisha.gov.in which may be downloaded by the interested bidders. There will be no

manual sale of Tender Paper. The last date for receipt of the bid is 29.02.2016 up to 5.00 P.M.

in the O/o the General Manager, OSAM Board and will be opened on Dt. 01.03.2016 at

11.00 A.M.

OSAMB reserves the right to accept/reject all or a part of the tenders without

assigning any reason thereof.

GENERAL MANAGER

Page 3: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

3

PART-I

TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 40/50/60MT CAPACITY FULLY ELECTRONIC (PIT LESS KIND) WEIGH

BRIDGE WITH ASSOCIATED INFRASTRUCTURE & AMC.

NIT No. 375 Date- 03.02.2016

Chapter-1: INTRODUCTION, BIDDING SCHEDULE,. 1.1 INTRODUCTION:

The Odisha State Agricultural Marketing Board intends to invite

Detail Tender Call Notice for supply, installation and commissioning of 40/50/60MT capacity fully Electronic (Pit Less Kind) Weigh Bridges with associated infrastructure & AMC at different R.M.Cs in the State.

OSAMB invites tenders for supply, installation and commissioning of

pit less type 40/50/60MT Fully Electronic Weigh-bridge with computer systems, printers, UPS including civil construction of Platform, Scale Room, Ramp etc. on turn-key basis as per the detailed specification given in the tender schedule including Annual Maintenance Contract of the Weigh Bridges. The warrantee period for the Weigh Bridge (Both Mechanical and Electronics spares) shall be for a period of 2(two) years and there after the AMC of the Weigh Bridges for three years from the date of expiry of the warrantee period.

Page 4: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

4

1.2 BIDDING SCHEDULE:

Last date and time for Receipt of the bids(both techno-commercial and price bid)

29.02.2016 up to 5.00PM

Time and date of opening of Bids Techno commercial bid:-

Price Bid : -

01.03.2016 at 11.00 AM

To be intimated separately to the eligible bidders only.

Cost of Tender Paper EMD

Rs.10,000.00 + VAT@5%=Rs-10500.00 (Rupees ten thousand five hundred)only. In shape of DD ,in favour of, OSAM Board payble at Bhubaneswar

Rs-5,00,000.00 (Five lakhs) in shape of Demand Draft on any Nationalised Bank in favour of OSAM Board payable at Bhubaneswar.

Place of submission/opening of Bids Office of the GM, OSAMB, Bhubaneswar.

Address for Correspondence The Odisha State Agricultural Marketing Board, Plot No.1800(P), Baramunda, P.O. Khandagiri, Near IOCL Petrol Pump-N.H.-5 Bhubaneswar-751030, Odisha, India Ph.0674-2351311, FAX-0674-2351316 e-mail:[email protected] www.osamboard.org

N.B: OSAMB reserves the right to amend the bidding schedule if

required.

Page 5: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

5

2.0 Chapter-2: SUBMISSION OF TENDER, AVAILABILITY

2.1 SUBMISSION OF TENDER The tender shall be submitted in two parts in two separate sealed envelopes.

PART-I – TECHNO-COMMERCIAL BID. PART-II- PRICE BID. The envelope containing Techno Commercial bid shall be super scribed as “TECHNO

COMMERCIAL BID FOR 4 0 / 5 0 / 6 0MT W.B & the envelope containing Price bid shall be super scribed as PRICE BID for 4 0 / 5 0 / 6 0MT W.B & the above two envelopes shall be covered in a third envelope super scribing “Tender for 4 0 / 5 0 / 6 0MT fully Electronic (Pit less kind) Weigh bridges with allied infrastructure and AMC”, NIT Number and due date of opening and complete address of the bidder. The tender documents must be initialed with seal on each page by the bidder. All the pages of documents submitted must be numbered and an index page should be submitted in the Techno-Commercial bid.

The tender should be addressed to: The General Manager, Odisha State Agricultural Marketing Board, Plot No.1800(P),Baramunda, P.O. Khandagiri, Near IOCL Petrol Pump-N.H.-5 Bhubaneswar-751030, Odisha.

2.2 SOURCE, AVAILABILITY AND SUBMISSION OF TENDER. The tender paper is to be down loaded from our web site i.e www.osamboard.org and www. odisha.gov.in from 8.02.2016 The last date for submission of the tender is 29.02.2016 up to 5.00P.M., which shall be opened on Dt. 01.03.2016 at 11.00 AM. There will be no manual sale of the tender paper. Updates on the tender: The participating bidders are required to visit the www.osamboard.org web site for updated information on the weigh bridge tender. There will be no change in the tender document 07(seven) days prior to last date of the bid submission .

2.3 PROCEDURE, DATE, TIME AND PLACE FOR SUBMISSION OF THE BID. The bid should be submitted through Regd. Post / Speed Post within the stipulated date and time to the Office of the GM , OSAMB , Bhubaneswar.

The bids which are received after the due time and date shall not be taken into consideration.

2.4 Date, Time and place of opening of the bid and bid evaluation. The techno commercial bid shall be opened in presence of the bidders or their duly authorized representatives, if any, on 01.03.2016 at 11.00 A.M in the office of the GM, OSAMB, but their absence shall not be bar to opening of the tender at the time fixed there for.

The techno commercial bids shall be evaluated by a committee and the price bid of the techno commercially qualified bidders only shall be opened in presence of the bidders or their authorized representatives, if any, on a date which would be intimated separately. The techno commercially qualified bidder, quoting the lowest price of the composite contract i.e. supply, installation, commissioning, infrastructure with 2 years warranty from the date of commissioning and on expiry of warranty and & 3 years AMC cost, shall be awarded the work and will be treated as the preferred bidder.

Page 6: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

6

Chapter-3: COST OF TENDER/BIDDING DOCUMENT, EMD AND SECURITY DEPOSIT. 3.1. COST OF THE TENDER/BIDDING DOCUMENT & EMD:

a) Tender paper cost=Rs 1 0 000.00 + VAT @ 5%, totaling Rs 10500.00 (Rupees ten thousand five hundred) only. In shape of DD of, any Nationalized bank in favour of OSAM Board payable at Bhubaneswar.

b) Cost of EMD= Rs 5,00,000/-(Rupees five lakhs) only in shape of Demand Draft In favour of OSAM Board ,Bhubaneswar

The cost of bidding document along with EMD as indicated above shall be submitted in shape of DD of any Nationalized bank . The A/c payee DD towards the cost of tender paper and EMD should be submitted separately in the envelope of techno commercial bid. EMD furnished by the bidders not being successful after opening, shall be returned after the expiry of tender validity period but not later than 30 days of the award of the contract/ Purchase order, whichever is earlier without any further request from the bidder(s). If the successful bidder withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of his tender or award of contract, the EMD will stand forfeited. The EMD of the successful bidder shall be returned after successful execution of the work & completion of warranty period without interest. The bidders being MSES registered with NSIC will be exempted from depositing cost of tender paper and EMD. The bidders in support of being MSES registered with NSIC must have to submit authenticated Govt. purchase enlistment certificate. If such bidder become L-1, they have to deposit Rs 5,00,000/-(Rupees five lakhs) only as security deposit before issue of entitlement order which will be returned after completion of warranty period without interest.

3.2 PERFORMANCE SECURITY:

The EMD of the successful bidder shall be converted to performance security & shall be kept till the warranty period of two years.

3.3 The Bidder should submit an affidavit for genuineness of documents submitted by him. All the documents must be signed by him.

Page 7: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

7

Chapter-4: ELIGIBILITY CRITERIA

4.1 Eligibility criteria of Bidders a) The bidder must be a manufacturer of electronic type weigh - bridge and must

have obtained the approval of Legal Metrology Department.

b) The bidder must have an annual turnover of at least 2 crores in the consecutive financial years during last three years. The audited balance sheet & statement of Profit & Loss of the last three years excluding the current financial year are to be submitted in support of the turnover.

c) The bidder must have established service facility and adequate technical

manpower in the State of Odisha. If the bidder has any arrangement with any Agency in the state of Odisha for established service facility then same has to be submitted in the tender. The license for such service from the Weights & Measure Department in Odisha should be available in name of the bidder or its Authorised Service Provider.

d) The bidder must submit copy of Sales Tax Registration Certificate / TIN, IT (PAN),

Central Excise and Service Tax Registration Certificate.

e) The bidder should have installed minimum of 30 numbers electronic weigh bridges in last three years of 40 MT and above . The evidence in support of the above is to be submitted.

f) The bidder must not have been disqualified for bidding within a period of three

preceding years from the date of submission of the tender as fixed above by any competent court of law, forum or any State Govt. or statutory entities. The bidder has to furnish a declaration in his document, if not disqualified.

g) Deposit of required EMD and cost of tender paper except for those claimed

exemption under NSIC. (National Small Industries Corporation)

The document in support of the clauses in the eligibility criteria needs to be submitted by the bidder in the envelope for techno-commercial bid. All the document submitted in support of eligibility criteria must have been authenticated by the bidder with his signature & seal. OSAMB reserves the right to verify the original documents in support of their above claim.

h) The bidder should have valid model approval from Legal Metrology Department, Govt. of India and should submit a copy.

4.2 CLARIFICATION OF BIDS

To assist in the examination, evaluation and comparison of Bids, the OSAMB may at its discretion, ask any Bidder for clarification of the Bidder’s Bid, including break-up of unit rates. The request for clarification and the response shall be in writing.

If necessary the technical team of OSAMB may visit the weigh bridge installation

site of the bidder to ascertain the performance of the installed weigh Bridge.

Page 8: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

8

Chapter-5: SCOPE OF SUPPLY AND SERVICES, COMPLETION PERIOD

5.1 Broad Scope of Work The selected bidder will have the following scope of work to be executed on turnkey basis as per enclosed specification as at Annexure-A.

5.1.1 Electronic weigh bridge with load cell and platform.

5.1.2 Construction of 5.5 Mtr width cement Concrete ramp of M25 grade to

plat-form on both side of Weigh Bridge as per the requirement of length at the site with proper Gradient.

5.1.3 Installation of software at the Weigh bridges with construction of scale room.

5.1.4 Computers and printers

5.1.5 UPS as required for the system and site

5.1.6 All electrical and data connections including cabling.

5.1.7 Minimum warranty of 2 yrs for weigh bridge, Scale room, ramp, Computer, Printer, UPS and related infrastructure/accessories from the date of completion/ commissioning .

5.1.8 Three Years Annual Maintenance Contract after expiry of warranty period for weighbridge which include spares of weigh Bridge, Load Cells etc.

ANNEXURE– A (TECHNICAL SPECIFICATION.)

1. Electronic lorry weighbridge complete with platform, compression type load

cells, digital indicator, recording and printing units.

1.1. Specification of Weighing System a) Capacity- 40/ 5 0 /60MT electronic static load weigh bridge b) Resolution- 10Kg. c) Accuracy- ± 0.05% of the applied load d) Memory- At least 10,000 trucks steering capacity e) Display- LED / Fluorescent f) Power supply- 230 volt Ac ± 10% ; 50 cps ± 5%; Single phase g) Provision of RS 232C/RS 432 COM ports h) Operating temperature range- 0-550C

1.2. Plat form The weighing platform of size 10m x 3m shall be of chequered or antiskid plates of M.S. 12mm thickness with minimum 5 nos of joists of 400 x 140 mm confirming to I.S. specification for 4 0 / 5 0 / 6 0 MT Weigh bridge.

Page 9: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

9

The platform may be raised above the ground level for facilitating easy cleaning / maintenance (max 1.0 meter). The approach pavement (r a mp ) to platform shall be developed with cement concrete of M 25 grade on both side of the platform. The gradient of the CC approach may be made limiting to 5% (1 in 20). Construction of Concrete approach (CC of M25) to plat form on both side of Plat form with a width of 5.5mtr. as per the requirement of length at the site is under the scope of the bidder.

1.3. Specification of Load Cell

Type: A symmetrical Compression type or Cantilever bending beam type- (should be repairable in India by the manufacturer) Capacity - 2 0 / 2 5 / 3 0 MT or above each, four nos. load cell in case of 4 0 / 5 0 / 6 0MT weigh bridges. Rated output: not less than 2.8 mv/volt (total output should not be less than 85mv Non linearity & Hysterisis (combined error) : ±0, 02% maximum Repeatability : ±0.01%:5: (30 minute) Creep : 0.010% minimum (30 min) Zero return : 0.010 %( operating temperature

Range- 0-550C) Temperature effect on Rated output : 0. 01% Temperature effect on Zero balance : 0.013% Over load rating : (150-200) % of Rated capacity Ultimate over load rating : (300-400)% Of rated capacity Protection : IP 68

1.4. Specification of Digital Indicator

Capacity : Programmable up to 5 digits (minimum) Increment : Programmable 1, 2 or 5 or their multiple Display resolution : Maximum 1 in 10000 Operating temperature : Maximum +55oC Operating humidity : Maximum 93% RH Non linearity : 0,016% of Full Scale or less Repeatability : 0,016% of applied load Internal Resolution : Should be adequate to handle the

Accuracy level specified for the weighing system. Decimal point selection : Selectable Communication : Built in RS 232C. Display type : LED Display/ Fluorescent

Complete protection against electromagnetic and radio frequency interference.

1.5. U.P.S. Capacity: 2KVA/ on line of reputed brand.

1.6. CVT 3KVA, Input: 130-270V, 50Hz+5% Output:220+2%, 50Hz

Page 10: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

10

1.7. Personal computer:

Desktop configuration: Intel Corei5 Configuration CPU : Intel Core i5-3470, 3.2 GHz, 6MB Cache or higher.

Chipset : Intel Q77 or better.

Bus Architecture : 4 PCI (PCI/ PCI Express)

Memory : 4 GB 1600 MHz DDR3 RAM with 32 GB Expandability.

HDD : 500 GB 7200 rpm or higher.

Monitor : 47 cm or larger (18.5 inch or larger) TFT /LED Digital Colour monitor TCO-05 certified.

Keyboard : 104 Keys.

Mouse : Optical with USB interface.

Bays : 3 Nos or above.

Ports : 6 USB Ports including 2 USB 3.0 ports (with at least 2 in front), audio

ports for micro phone and head phone in front.

Cabinet : Mini tower

DVD Drive : 8x or better DVD ROM drive

Networking Facility : 10/100/1000 on board integrated Network port with remote booting Facility remote system installation, remote wake up, TPM enabled 1.2 chip using any standard management software.

Operating System: Windows 8 professional/preloaded, as specified, with media and

documentation and certificate of authenticity. OS Certifications: Windows 8 OS certification Power Management: Screen Blanking, Hard Disk and system idle mode in power on, Set up password, power supply SMPS Surge protected. Preloaded Software: Latest version of Mc Afee/Quick Heal/Norton Antivirus software. Make: HP/DELL/LENOVO.

1.8. Printer

Laser printer- Resolution(in dpi): Mono 600x600,Paper Size:A4,Print speed in PPM(A4 Size): 25,Port:1 USB, Memory(in MB):NA, Network card10/100: YES, Duplexing: YES. Make- HP/CANON/SAMSUNG

Page 11: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

11

1.9. Software and interface requirements:

The bidder needs to furnish relevant Software Interface for interfacing the weigh bridge with the computer systems for data transfer and other required operations such as calibration, testing etc. The system must use standard serial/ parallel/ USB interface for communication. The selected bidder will have to ensure the integration of the W.B. to application software which is to be used by the user. The software associated with the weighbridge should be able to provide standard interface so that the output from the weigh bridge can seamlessly be integrated with any software custom designed or otherwise to be deployed for management/ regulation/ administration of mineral transport and monitoring.

The WB software must be user friendly and compatible with Windows-7 or

later version for operation through GUI interface with total user response time (data access and entry time) less than 20 seconds for any weighment transaction. Keyboard shortcuts must be available for the data entry fields with option for navigation using key board shortcuts such as TAB key for maximum use of keyboard during the data entry operation needs to be provided. Format of user interface needs to be customized as per OSAMB requirements.

Weigh bridge software needs to have facility for interconnected operation in a

network environment. Tare weight and gross weight can be taken in any weigh bridges which are connected through network. This can facilitate flexible tare weight and gross weight at same or different weighbridges within the interconnected environment.

It should be possible to schedule the tare weighment interval of a vehicle. The tare weight may be required to be taken up either daily, weekly or after a fixed period as per specific sites requirements. This needs to be configurable in the system. It should be possible to generate loading slips (tare weight slips) from previous tare weight records.

The system should generate loading slips, way bills, in the users prescribed

format without much manual intervention. During generation of the printed slips, the data available in the system should be used to avoid redundant data entry operation.

Weighment and delivery reports on specific or group of delivery orders, buyers, material, transporter, Weigh Bridge etc. for a specific period indicating details of weighment including the timestamps needs to be generated by the system.

The software should use multiple printers connected to the same system or multiple network printers available within the network for simultaneous printing. Use of printers needs to be configurable in the software. The system should have capability to use dot matrix, laser or any other printer for generation of all printouts.

Page 12: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

12

The system should maintain backup of data in specified path (network or local

system) for use during system failure or breakdown. Backup of data to removable storage such as CD and USB drives etc. also needs to be provided for manual backup operation. There should be provision for recovery of the software and database from the backup for uninterrupted operation. Storing of weigh records of at last 12 months for use in future and necessary hardware facility for achieving this shall also remain in built in the computer.

The weigh bridge software and the database used by the system must be

tamperproof with built-in authentication for security. All user access to the weigh bridge software should be recorded automatically through audit records.

The bidder must be able to modify/ add or remove features in the software in a

reasonable time period as per the recommendation of the competent authority.

Other standard facilities for electronics Weigh Bridge also need to be available in the system.

The calibration of the weigh bridge should be carried out using software without any manual intervention and the record of all such calibration needs to be automatically generated and stored in the system for internal audit.

The system should record all startup, shutdown or other important system

events for audit.

2.1 SCALE ROOM AND OTHER CIVIL WORKS The Scale room should accommodate all the activities such as weighment, challan, identification/ destination slips etc. under a single window concept. . The related Electrical Switch Gears, Earthing etc as required shall be installed in the Scale room by the bidder. The detail specifications are given below: M25 concrete ramp of 5.5 mtr. Width and required length should constructed on both sides.

Page 13: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

13

PARTICULARS OF THE SCALE ROOM AND THE AMENITIES

SPECIFICATION:-

Room size - 4 .0m x 3.0m x 3.0m with RCC concrete slab roof.

Door – 1 no Window – 3 no

Colour coated aluminium anodized sections/ Steel Sections shall be used in frame & shutter. The shutter shall be fully glazed sliding type with 6mm thick glass.

OR Sliding type colour coated uPVC glazed shutter with frame to be provided in the

window.

In both cases colour coated M.S grill to be provided in the window. Electrical wiring - Internal concealed electrical wiring shall be made with 20mm

dia/32mm dia rigid PVC pipe with separate power and light circuit with modular switch/socket.

For light/ fan point – 1.5sq mm. copper wire of Finolex/ L&T make.

Earthling – Electrode earthling with Copper plate at bottom (600 x 600 x 6mm) – 06

nos.(one no for Building, one no for electrical wiring & two nos for Load cell)

Electrification with accessories The following electrical accessories shall have to be in each scale room. Wire: Finolex / Havells/ L&T make Modular Switches/Plugs: Anchor/Havells/Finolex Holder: - 4nos (Anchor/Cona) make 5A, 5Pin Plug socket with switch: 6 nos 70watt. HPSV fittings with lamp for outside illumination:-2nos Ceiling fan: 1 no (Bajaj/Crompton/Havells) make

Lamps: Make (Phillips/Crompton/Bajaj). CFL: 20 watt. Spiral type. Earth Pit for earthing

Earth pit for load cell Earth pit for scale room All pits to be inter connected to form a grid Modern readymade earthing electrode with back filled compound to be

used for earthing.

Page 14: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

14

Technology:-Pipe in Pipe Technology. Two mild steel pipes one inside the other, Zinc Coated / Copper coated/ Alloy Coated/ Hot dip galvanized, filled with high conductive and corrosive resistance crystalline mixture and back filled compound around electrode. (Make ISI approved reputed make)

Suitable Lightening Arrestors are to be installed for preventing the damage to the weigh bridge due to lightening.

Electrical Connection: The bidder shall make necessary arrangement for undertaking all electrical wiring for power supply arrangements. A detailed schematic diagram needs to be furnished for approval from RMC / OSAM Board within one week from the date of receipt of the Purchase Order. The required Energy Meter for connection of the new room shall be installed by RMC.

5.2 Completion period

Three months from the date of issue of purchase order by concerned R.M.C.. However, RMC/ OSAMB shall review the evolving work requirement for the accomplishment of order by the bidder.

5.3 Training:

The bidder must provide hands on training to designated weigh bridge staffs on the operation of the weigh bridge system, dos and don’ts, regular back up procedures and other knowledge required for successful operation of the weigh bridge system at its own cost.

5.4 Operation, Maintenance and spares manual:

The successful bidder shall submit three sets of operation, repair and maintenance manual for each weighbridge for the reference. Above manuals are to be submitted to the respective Consignee.

5.5 Bill Of Material

The complete bill of material of the weigh bridge system indicating detail specifications, make, quantity etc. without the price column must be submitted in the prescribed format along with the techno-commercial bid for evaluation as below:

Page 15: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

15

ANNEXURE-B (BILL OF MATERIAL)

Sl. No.

Description

Specifications

Quantity

1. 40/50/60MT Weighbridge system with digital indicator and other interface a) b)

2. Computer system & Printer with software and other items a) b)

3. U.P.S a) b)

4. Any additional materials a)Weigh bridge platform

5. Scale Room

6. CVT.

7. Ramp

SIGNATURE WITH SEAL OF THE BIDDER

Page 16: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

16

5.6 Spares The bidder should maintain adequate spares at his site/workshop for prompt servicing of all the items covered under the Weigh bridge system. A list of all spares proposed to be maintained along with quantity needs to be furnished. The offer needs to include all cost of such spares.

5.7 Electrical Connection:

The bidder shall make necessary arrangement for undertaking all electrical wiring necessary for power supply, connection of UPS, etc. A detailed schematic diagram needs to be furnished for approval from concerned R.M.C. within 15 days from the date of receipt of the Letter of Intent / Purchase Order. The required Energy Meter for connection of the scale room shall be installed by R.M.C..

5.8 Scale Room: The bidder shall submit one schematic drawing of the scale room indicating all installations & accessories before execution of work for approval of OSAMB.

5.9 Breakdown Maintenance: The bidder shall depute their engineer within 48 hours on any break down call and repair the weighbridge by replacing all defective parts and recalibrate the weigh bridge as per the prescribed norm followed by certification of legal metrology department before delivery to the user.

5.10 Stamping:

The bidder shall depute their representative to be present during stamping of the weigh bridge by legal metrology department on behalf of the user. Stamping fees & inspector’s conveyance will be borne by R.M.C..

5.11 Test Weight: Test weight for calibration will be provided by Bidder minimum 1 MT as per Odisha Legal Metrology (Enforcement) Rules -2011.(1 MT = 50 nos. of 20 Kg. cast iron weights) & will be kept at the site of the weigh bridge for checking the accuracy of weigh bridge.

5.12 Obligation of RM.C.:

R.M.C. shall provide land at site on free of cost and free power supply and water supply at site, during the erection and commissioning period.

Page 17: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

17

5.13 LIABILITY FOR ACCIDENTS AND DAMAGES Under the contract the bidder shall be responsible for any loss or damage to the weighbridge or to the manpower deployed by the bidder or its authorized agencies until the weighbridge is taken over by R.M.C. after necessary technical and legal compliance.

Chapter-6: PRICE, PRICE FALL CLAUSE, VALIDITY OF THE PROPOSAL 6.1 Price:

Price should be quoted as per the price bid format for the weigh bridge separately and should be type written.

The Bidder shall give the total composite price and the price needs to be individually indicated against each item as per the Part-II (Price-Bid). The details of the tax/ duty break up are to be indicated for each item and is to be submitted in the envelope for price Bid. The taxes and duties break up of the materials and services are mandatory without which the bid shall be liable for rejection.

The L-1 bidder shall be arrived at by the Grand total project cost of weigh bridges by adding / calculating the rate of weighbridge, related accessories, infrastructure and the AMC charges of 3 years. The amount obtained by the above calculation shall be known as the Grand total Project cost.

6.2 Escalation of Price

The rates quoted by the bidder shall remain firm & fixed during the entire period of contract and shall not be subject to variation on any account except on variation due to taxes and duties. The price approved by the OSAMB for award of this contract will be inclusive of all levies, taxes and duties.

6.3 Price fall clause:

The price charged for the stores/equipments supplied against the order, if placed, shall in no event exceed the lowest price at which the bidder shall sell or offer to sell the stores/equipments of identical description to its any other customer during the pendency of the contract/supply order. If the successful bidder at any time during the pendency of the contract /supply order sells or offers to sell such stores to any customer, at a price lower than the price stipulated in the contract/supply order placed by R.M.C., the successful bidder shall forthwith notify to RMC/OSAM Board such reduction in sale price of stores/equipments supplied after such reduction coming into force shall stand correspondingly.

6.4 Validity: The offer will remain valid up to one year from the date of opening of tender.

Page 18: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

18

Chapter-7: PAYMENT TERMS, TAXES & DUTIES

7.1 For supply installation and commissioning of the weigh Bridge and related infrastructure/ accessories.

7.1.1 90% payment shall be made at respective R.M.C. against complete Installation, commissioning & stamping of Weigh Bridges with certification from Legal Metrology Department, Govt. of Odisha and taken over certification from the authorized representatives of R.M.C.

7.1.2 Balance 10% payment shall be released at respective R.M.C.s after

Commissioning of W.B. on submission of 10% B.G. of amount equivalent to composite contract value i.e. supply, installation, commissioning, infrastructure & 03 years AMC cost which shall be valid for five years plus three months grace period as PBG. The format of PBG will be as per OSAMB format. The PBG should be issued by any nationalized Bank & all claims will be settled in Bhubaneswar only.

7.1.3 TDS under I. Tax Act as applicable & statutory deductions as per Govt. norm shall be deducted from the bills. All bills are to be submitted as per Rule-4A of Service Tax Rules & as per other relevant Rules as applicable.

7.2 For AMC of Weigh Bridges

7.2.1 The AMC charges shall be released at R.M.C. on the basis of

satisfactory performance after completion of each year.

7.3 Taxes & Duties:

Taxes and duties in percentage and also specified amount should be clearly mentioned in the price bid format. Variation of taxes and duties if any by the Govt. or statutory authority after tender date shall be allowed to the bidder pertaining to this work.

Page 19: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

19

Chapter-8: WARRANTY

The bidder shall give warranty for satisfactory performance of all the materials like Weigh bridge, scale room and ramp etc. for a period of 2(two) years from the date of successful commissioning and stamping. The warrantee is also for Computer, UPS, and other related accessories and associated infrastructure for a period of two years. The bidder shall replace defective materials free of cost during the warrantee period.

The Warrantee shall be in the name of R.M.C.

Chapter-9: PENALTY

9.1 Penalty

If the bidder fails to supply the materials within the original or extended delivery period, penalty will be imposed an amount equivalent to 0.25% of the basic order value for each

delay of 15 days .

However penalty on this account will not exceed 5% of the basic order value. Besides this, any increase in Taxes & Duties after expiry of delivery Period will be to the bidder’s account.

If the purchasing authority at any time feels & ascertain that the bidder is not in a position to supply the item within the delivery period or taking no steps for delivery of the item, it shall be open to the management to cancel the order. To ascertain the status of the supply, the purchasing authority may write to the bidder or send any representative to the bidder’s site to verify the progress of supply or carryout stage inspection if required.

9.2 Waiver of Penalty:

If at any time during the Contract should the bidder encounter conditions impending timely performance of service, the bidder shall promptly notify to the R.M.C. in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the bidder’s notice, the R.M.C. shall evaluate the situation and may at its discretion waive the penalty on the request of the bidder.

Chapter-10: OS AM B / R.M.C.’S RIGHT

10.1 O S A M B / R . M . C . 's right to vary quantities and location The OSAMB / R.M.C.s reserve the right at the time of award of work and during the tenure of the contract to add, decrease or increase the quantity of weigh bridges along with other infrastructure and components. R.M.C. also reserve the right to change the location of the weigh bridges/Scale Rooms etc before storing of materials by the selected bidder at the site.

Page 20: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

20

10.2 Termination for default

The R.M.C may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the bidder, terminate this contract in whole or in part.

(a) If the bidder fails to render services within the time period (s) specified in the

Contract or any extension thereof granted by the R.M.C.. (b) If the bidder fails to perform any other obligation (s) under

Contract. and

(c) If the bidder, in either of the above circumstance(s) does not remedy its failure

within a period of 30 days (or such longer period as R.M.C. may authorize in writing) after receipt of the default notice from R.M.C..

Chapter-11: AGREEMENT, DISPUTE RESOLUTION, FORCE MAJEURE, JURISIDICTION.

11.1 Agreement The written agreement governing the contract, to be entered into between the R.M.C.. and the selected bidder, shall, in all respect deemed to be and shall be construed and operated under Indian contract in conformity with the Indian Laws for supply, installation & commissioning of weigh bridges. The agreement relating to comprehensive AMC for 3 (three) years shall be executed between the bidder and R.M.C.

11.2 Force Majeure:

If for any reason of war, riots, commotion, civil disturbances, statutory constraint, earthquake, acts of the State or acts of the God, the performance of the contract becomes impossible which fact will be decided either by the Chairman or Secretary of the R.M.C., the contractual obligation of the parties hereunder will stand terminated forthwith.

11.3 Dispute Resolution: Any dispute, difference or controversy of whatever nature howsoever arising between R.M.C and the supplier (Bidder) not resolved amicably bay conciliation shall be referred to the arbitrators of both parts to take decision subject to the provisions of Arbitration & Conciliation Act, 1996, and in the event of disagreement between two arbitrators, the dispute shall be referred to Court of law within the territorial jurisdiction of Odisha to be resolved in accordance with law. The arbitrators shall be persons of repute, not connected with any of the parties.

Page 21: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

21

Chapter-12: ANNUAL MAINTENANCE CONTRACT

After expiry of the 2(two) years warrantee period from the date of commissioning / handing over the unit, the bidder shall take up Annual Maintenance of the weigh bridge including supply of all spares/Load cell etc and ensure the unit operational /functional. for a period of 3(three) years after expiry of warranty period. Detail terms and conditions of Annual Maintenance Contract shall be as follows.

12.1 Contract Period: 3 (three) years after expiry of warranty period.

12.2 Visiting Engineer:

The bidder will depute their engineer/technical personnel to carry out periodical maintenance once in each quarter and once for stamping by legal metrology Dept, Govt. of Odisha in each year.

12.3 MAINTENANCE SUPPORT 1. Weigh Bridge Systems have to be maintained during the entire period of

contract in working condition with regular quarterly Preventive Maintenance, servicing of the entire weigh bridge system and cleaning of equipments.

2. The bidder shall maintain a log book in which separate pages should be allotted to each weigh bridge. The bidder shall record the calls attended and regular services rendered and get the signature of the user along with User's name, Designation, stamp, Telephone and location. Original of the call reports shall be attached with the bills for payment.

3. The bidder during the course of Preventive Maintenance Service,

noticing requirement of any spare parts shall replace such parts and clear the fault at the site of equipment. Replacement of parts should be done with the approval of authorised personnel from R.M.C. and a record is to be maintained. Necessary and sufficient spares have to be kept ready with them for immediate replacement at the cost of bidder.

4. Preventive maintenance will be carried out during each quarter preferably during holidays in consultation with the representatives of the R.M.C.. Preventive maintenance will include inspection of each equipment, circuits and peripherals of the weigh bridge system, and obtain a satisfactory working certificate from the user after maintaining the systems. Before taking up preventive maintenance, the bidder will submit a schedule of preventive maintenance.

Page 22: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

22

5. Preventive maintenance shall be carried out in each quarter with check

for proper operation. Non-performance of preventive maintenance of Weigh Bridge systems shall attract penalties. All necessary records shall be maintained by respective site.

6. Maintenance engineer of the WB bidder will submit a service slip to the Secretary of R.M.C. after each replacement of parts showing the parts removed and parts installed with full details of the part name, type, model No, sl. no. etc.

7. The bidder shall make available adequate number of qualified and well trained

maintenance Engineers for warranty and maintenance support.

8. A monthly computerized record of call reports has to be maintained serially for the number of complaints attended and report of preventive maintenance shall be furnished to the respective in charge of the weigh bridge by the 10th of the following month both in the form of hard copy and soft copy. The quarterly bills/claims for AMC shall not be entertained in case this is not followed strictly.

9. The bidder shall furnish the details of call logging procedure and help desk support including contact details for escalation of fault reporting and indicate the proposed AMC support to respective unit head including time frame for resolution of faults in the WB system.

10. Working hours: All maintenance and warranty support activity needs to be

undertaken during working hours. Only breakdown maintenance may be taken up as and when required. However for all maintenance activities, prior permission of the concerned authorities of R.M.C. must be obtained. Prior arrangements through proper communication should be worked out in all cases by the servicing agencies.

11. The bidder shall be responsible for any defects that may develop under the

conditions provided by the contract and under proper use, arising from faulty materials, design or workmanship such as corrosion of the equipment, inadequate quantity of materials to meet equipment requirements, inadequate contract protection, deficiencies in circuit design and/or otherwise and shall remedy such defects at his own cost when called upon to do so by the weigh bridge I/C.

Page 23: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

23

12. If it becomes necessary for the bidder to replace or renew any defective portion/portions of the equipment/ network under this clause, the provisions of the clause shall apply to the portion/ portions equipment/ network so replaced or renewed or until the end of the contract period. If any defect is not remedied within a reasonable time, the R.M.C. may proceed to do the work at the contractor's risk and expenses, but without prejudice to any other rights, which the R.M.C. may have against the bidder in respect of such defects.

13. Replacement under warranty/ AMC clause shall be made by the bidder free of all

charges on site including freight, insurance and other incidental charge.

Page 24: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

24

ANNEXURE-C (CHECK LIST FOR TECHNO-COMMERCIAL BID)

(TO BE ENCLOSED WITH TECHNO-COMMERCIAL BID)

Name of the bidder, Postal address & Registered Office:

Type of Organisation:

Contact name & Designation of the person signing the tender & the Phone number:

Official email, Phone, FAX address:

Official website:

Sl. No. Qualification Requirement Complied Documents 1. Cost of Tender paper Rs.10,500.00

2. Cost of EMD 5,00,000.00.

3. Signed copy of tender documents with seal

4. Signed copy of check list with seal

5. Certificate of registration as manufacturer

6. Service Tax, CST/ TIN certificate,

7. PAN

8. No. of similar projects implementation with details including locations and value of such projects

9. Current project in hand, locations, its value and & documents in support of fulfilling eligibility criteria to be attached.

10. Approval of legal metrology department

11. Detail list of technical manpower to undertake service requirement and license for such services.

12 Filled in Bill of Materials

13. For turnover audited statement of Balance Sheet & Profit & Loss for 3 financial years excluding current year

14. Service Facility License

15. Installation Evidence

Page 25: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

25

PART-II (PRICE BID FOR 60MT W.B.)

SUPPLY, INSTALLATION & COMMISSIONING OF 60MT ELECTRONIC WEIGH BRIDGES (PIT LESS KIND) WITH ASSOCIATED INFRASTRUCTURE , A N D 3 YEARS AMC.

Sl. No.

Description

Qty

(a)

Basic Price per

each (in Rs.)

(b)

Total Basic Price in

(Rs) (a x b)

(1)

E.D. (Rs)

(2)

Sales Tax(Rs)/ Service

Tax

(3)

Total

(1+2+3)

(4)

Entry Tax

(5)

Freight & Insurance

(Rs)

(6)

Total

(4+5+6)

1 60MT Weighbridge with digital indicator

1 no

2. Computer & Printer with software 1 set 3 U.P.S 1no

4. CVT 55

Scale Room 1 no 6. Ramp

7. Erection commissioning charges as per scope of work.

1 no

Page 26: ODISHA STATE AGRICULTURAL MARKETING BOARDosamboard.org/Tender/OSAMB Wei Brid DTCN Upload Data.pdfbe initialed with seal on each page by the bidder. All the pages of documents submitted

Signature with Seal of Bidder

26

8 AMC charges/ year after warrantee period 1st Year@10% of total(X) = Rs.----- 2nd Year@15% of total(X) =Rs.----- 3rd Year@20%of total(X) = Rs.------ TOTAL Rs. = X

3 yrs

Total rate per 60MT W.B.

Grand Total Composite Contract Value in Words- (Rupees _ _ _ _ ) only.

Notes: (i) Only type written price bid will be accepted. (ii) In case of disagreement between price in figure and word, price in words will prevail over price in figure. (iii) L1 price will be selected on the basis of grand total Composite Contract Value in words. (iv) “X” denotes total value of AMC cost for 3 years. (v) In case of disagreement between rate & total of each items then rate will prevail over total of same item.


Recommended