1
DEPARTMENT OF HORTICULTURE, PUNJAB Kheti Bhawan, 3rd Floor, Near Dara Studio, Phase-6 (Sector 56), SAS Nagar (Mohali)
Ph: 0172-2970621,22,23 Email: [email protected]
Notice Inviting E-Tender
No. DOH/2019-20/03
The Director Horticulture-cum-Mission Director, State Horticulture Mission, Punjab, invites online bids under two bid system from the reputed firms for the following work:-
Installation of One Cold Room (5MT) & One Pre-cooling Room (2.5 MT) at Centre of Excellence for Floriculture, Doraha, Ludhiana.
i) Tender Form Fee ii) Processing Fee iii) Estimated Cost of Work iv) Earnest Money Deposit (EMD) v) Work Completion Time vi) Bid submission start date vii) Bid submission end date viii) Technical bid opening date ix) Financial bid opening date
Rs. 1000/- As applicable Rs. 16.00 lakh Rs. 32,000/- 90 Days 05-09-2019 (02:00 p.m.) 25-09-2019 (05:00 p.m.)
27-09-2019 (11:00 a.m.)
To be announced later.
The detailed specifications and terms & conditions of this tender are available on
the website: https://eproc.punjab.gov.in
The bidders are required to enroll themselves on website
https://eproc.punjab.gov.in for participating in the e-tender. Class 2/3 Digital
Signature Certificate (DSC) is mandatory for participation in e-tender.
The corrigendum, if any will be published on referred website only.
-Sd- Director Horticulture-cum- Mission Director State Horticulture Mission, Punjab
2
DEPARTMENT OF HORTICULTURE, PUNJAB Kheti Bhawan, 3rd Floor, Near Dara Studio, Phase-6 (Sector 56), SAS Nagar (Mohali)
Ph: 0172-2970621,22,23 Email: [email protected]
Tender No. DOH/2019-20/03
Installation of One Cold Room (5MT) & One Pre-cooling Room (2.5 MT) at
Centre of Excellence for Floriculture, Doraha, Ludhiana.
SPECIFICATIONS
1. Cold Room (5 MT)
1) Size
One Cold Room of Size in ft: (L) 11’ X (B) 15’ X (H) 11’ (size based on
palletized storage in plastic crates)
2) Cold Room temperature required : 0 0C to 5 0C (In winter temperature may
be achieved upto 20±50C with the provision of heaters)
3) Door
a) Door 80 mm thick PUF insulated flush type Door, Clean door opening of
42” x 78” With viewport with heater.
b) Heavy-duty cast alloy handles and three hinges with attractive brushed –
chrome finish.
c) Airtight heavy-duty sealing gasket below door with a double sweep, Posi-
seal closure: Cushions closing of door, making it noiseless and firmly
shut.
d) All doors should be of complete fit type without any space up / down /
side ways so that air should not leak out.
(Door Makes: Metaflex / Dan Door / Hicon / Blue star / carrier / Equivalent)
4) Wall Panel –
a) 80 mm thick. Structure should be stable and strong. Joints should be leak proof. Internal and external flashing to be provided where ever required.
b) There must be corner panels of 12'' x 12'' to avoid thermal loss and
avoid bacterial growth.
c) Internal and external flashing to be provided.
d) Density of the PUF panel should 40 kg / meter ± 2.
FLOOR – 60 mm PUF Slabs with Tarphilt and Bitumen 85/25 with Kota-
stone
3
(Wall Panel & Floor Puf Slab Makes: - Blue star / Lloyd / Hicon / carrier /
Jindal / Equivalent). Density of the PUF panel should 40 kg / meter ± 2.
5) Ceiling Panel - 80 mm thick PUF panels.
(Ceiling Panel Makes: Blue star / Lloyd / Hicon / carrier / Jindal / Equivalent)
6) 4 Nos. of Vapour-proof LED Lights, should be designed to work at 0º C
7) Safety release knob to be provided in door from inside.
8) Refrigeration unit:
Evaporative / Indoor Unit:
Capacity 7 kW each room required min. 20,000 btu/hr @ -4 deg. C
Evaporation Temp. Total air flow should be approximate 3100 cfm and air
throw of approximate 12 ft.
(Evaporative / Indoor Unit Makes: Lu-ve / Patton / Kuba/ Blue star / carrier /
Equivalent).
Condensing Unit: Energy Saving Air-cooled condensing unit with inbuilt
Mini-channel condenser. The condensing unit should have EC fans with
complete nozzle & confirms to eco-design directive. The unit should contain
Oil monitoring & Fully loaded with sensors like high pressure, low pressure
switch, suction pressure transducer, condensing pressure transducer,
discharge gas temp, suction gas temp, ambient temp. etc. The controller
should be inbuilt on the condensing unit.
Capacity of the condensing unit will be 7 kw, -4 deg C (evaporative temp),
43deg C (ambient temp).
Compressor should be Semi Hermetic Reciprocating compressor, heavy
duty air cooled with low noise level less than 49 dB (A) and minimal
vibration. Axial flow type condenser fan motor. Evaporating -50 C & atleast
480 C condensing.
(Condensing Unit Makes:- BITZER / Danfoss / Techno Block /Carrier / Blue
Star / Equivalent)
(Copper Pipe Makes: - Totaline / Mandev / Equivalent)
(Copper Pipe Insulation Makes :- Superlon / K-Flex / Equivalent)
9) One PVC strip curtain in each room.
10) Refrigerant R-404 (Makes: Dew Pont / Stallion / Equivalent)
11) Temperature sensor for suction gas temperature, Protection housing, Liquid
receiver with shut off valve, Connection for pressure relief valve at receiver,
Sight glass and filter drier in liquid line, HP/LP Switch, Discharge line etc
12) Display should have Microprocessor based Digital temp. Controller, Relative
Humidity sensor cum Indicator for easy readability.
13) Battery operated audio alarms in case Emergency if room temperature goes
4
out of range.
14) Rooms should be shiftable as and when required.
15) Humidity- Ultrasonic type and having capacity of 5 KG/ Hour - 1 No.
Humidifier with Humidistat to maintain humidity 90-95% and also provision
of water supply (RO) and attached to the over head tank.
(Humidifier Makes: - Peggo / REF Store Korean / Equivalent).
16)
Suitable Sub Electrical Panel & control cabling for Evaporative / Indoor Unit
& Condensing units.
(Sub Electrical Panel Makes:- Unix / Devi Power / Equivalent)
(Electrical Accessories Makes:- Schneider / ABB / L&T / Equivalent).
(Electrical Cabling Makes:- Ecko / Polycab / RR / Equivalent)
2. Pre cooling Room (2.5 MT)
1) Size
One Pre cooling Room of Size in ft: (L) 15’ X (B) 10’ X (H) 11’ (size based on
trolley based loading)
2) Pre cooling Room temperature required : 00 C to 50 C.
3) Door
a) 80 mm thick PUF insulated flush type Door, Clean door opening of 42” x
78” With viewport with heater.
b) Heavy-duty cast alloy handles and three hinges with attractive brushed –
chrome finish.
c) Airtight heavy-duty sealing gasket below door with a double sweep, Posi-
seal closure: Cushions closing of door, making it noiseless and firmly
shut.
d) All doors should be of complete fit type without any space up / down /
sideways so that air should not leak out.
(Door Makes: Metaflex / Dan Door / Hicon / Blue star / carrier / Equivalent)
4) Wall Panel –
a) 80 mm thick. Structure should be stable and strong. Joints should be leak proof. Internal and external flashing to be provided where ever required. Density of the PUF panel should 40 kg / meter ± 2.
b) There must be corner panels of 12'' x 12'' to avoid thermal loss and
avoid bacterial growth.
c) Internal and external flashing to be provided.
d) Density of the PUF panel should 40 kg / meter ± 2.
FLOOR - 60 mm PUF Slabs with Tarphilt and Bitumen 85/25 with Kota-
stone
5
(Wall Panel & Floor Puf Slab Makes:- Blue star / Lloyd / Hicon / carrier /
Jindal / Equivalent)
5) Ceiling Panel - 80 mm thick PUF.
(Ceiling Panel Makes: Blue star / Lloyd / Hicon / carrier / Jindal / Equivalent)
6) 4 Nos. of Vapour-proof LED Lights, should be designed to work at 0 0C
(Light Makes: - Phillips / Wipro / Equivalent).
7) Safety release knob to be provided in door from inside.
8) Refrigeration unit:
Evaporative / Indoor Unit:
Capacity 11 kw x 2 Nos. Required min. 80,000 btu/hr @ -4 0C. Evaporation
Temp. Total air flow should be min. 22,000 cfm and air throw of min. 20ft ;
Cieling/Floor mounted unit with two fans only.
(Evaporative / Indoor Unit Makes: Lu-ve / Patton / Kuba/ Blue star / carrier /
Equivalent)
Condensing Unit: Energy saving air-cooled condensing unit with inbuilt
Mini-channel condenser. The condensing unit should have EC fans with
complete nozzle & confirms to eco-design directive. The unit should contain
Oil monitoring & Fully loaded with sensors like high pressure, low pressure
switch, suction pressure transducer, condensing pressure transducer,
discharge gas temp, suction gas temp, ambient temp etc. The controller
should be inbuilt on the condensing unit.
Capacity of the condensing unit will be 22 kw, -4 deg C (evaporative temp),
43deg C (ambient temp).
Compressor should be Hermetic Sealed Scroll. Heavy duty air cooled with
low noise level less than 49 dB (A) and minimal vibration. Axial flow type
condenser fan motor. Evaporating -50 C & atleast 480 C condensing.
(Condensing Unit Makes:- Bitzer/ Danfoss / Techno Block / Blue Star /
Carrier / Equivalent)
(Copper Pipe Makes: - Totaline / Mandev / Equivalent)
(Copper Pipe Insulation Makes :- Superlon / K-Flex / Equivalent)
9) One PVC strip curtain
10) Refrigerant R-404 (Makes: Dew Pont / Stallion / Equivalent)
11) Temperature sensor for suction gas temperature ,Protection housing, Liquid
receiver with shut off valve, Connection for pressure relief valve at receiver,
Sight glass and filter drier in liquid line, HP/LP Switch, Discharge line etc
12) Rooms should be shiftable as and when required.
13) Humidity- Ultrasonic type and having capacity of 5 KG/ Hour - 1 No.
Humidifier with Humidistat to maintain humidity 90-95% and also provision
6
of water supply (RO) in the form of over head tank of 250 litres capacity
(preferably outside the shed) is required.
(Humidifier Makes: - Peggo / REF Store Korean / Equivalent).
14) Display should have Microprocessor based Digital temp. Controller, Relative
Humidity sensor cum Indicator for easy readability.
15) Battery operated quality audio alarms in case Emergency if room
temperature goes out of range.
16)
Suitable Sub Electrical Panel & control cabling for Evaporative / Indoor Unit
& Condensing units.
(Sub Electrical Panel Makes:- Unix / Devi Power / Equivalent)
(Electrical Accessories Makes:- Schneider / ABB / L&T / Equivalent).
(Electrical Cabling Makes:- Ecko / Polycab / RR / Equivalent)
IMPORTANT THINGS TO BE TAKEN CARE
1) Pre cooler & Cold room shall be inter connected with one flush type
door of approximate size of 42"(W) x 78" (H) and thickness 80 mm.
2) Electrical supply (single phase / three phase) from main electrical panel upto
the cold rooms will be provided by bidder which will be max. 100 feet.
All automatic control wiring and synchronization of refrigeration, heating and
RH will be provided by bidder.
3) All Installation, Commissioning & testing & related civil work will be done by
the bidder.
4) MS structure for placement and covering of outdoor units will be provided by
bidder only.
5) Letter from OEM (Original Equipment Manufacturer) for all machines,
panels and doors etc. shall be provided by the successful bidder before
commissioning.
7
DEPARTMENT OF HORTICULTURE, PUNJAB
Kheti Bhawan, 3rd Floor, Near Dara Studio, Phase-6 (Sector 56), SAS Nagar (Mohali)
Ph: 0172-2970621,22,23 Email: [email protected]
Tender No. DOH/2019-20/03
Installation of One Cold Room (5MT) & One Pre-cooling Room (2.5 MT) at
Centre of Excellence for Floriculture, Doraha, Ludhiana.
TERMS AND CONDITIONS OF TENDER INCLUDING INSTRUCTIONS TO THE BIDDERS
The tender shall be submitted in accordance with these instructions and any tender
not confirming to the instructions as under is liable to be rejected. These
instructions shall form the part of the tender.
1. General
i) The bidders are required to submit the bid online on Punjab Govt.
Procurement Portal https://eproc.punjab.gov.in using valid Class 3/2 Digital
Signature Certificates.
ii) More information useful for submitting the online bids is available on the
above mentioned website.
iii) Bidders are required to enroll on the e-Procurement portal
(https://eproc.punjab.gov.in). Enrolment on this portal is free of charge.
iv) All the bidders shall have to pay the required tender fee and processing fee
as applicable before the submission of tender.
v) The tenderers are advised in their own interest, to carefully read the
instructions and understand their purport and unless the tender specifically
states to the contrary in respect of any particular clause, it shall be presumed
that all tender conditions have been accepted as laid down in this
document.
vi) This tender is not transferrable.
8
vii) While submitting the tender, if any of the prescribed conditions are not
fulfilled or are incomplete in any form, the tender is liable to be rejected. If
any tenderer stipulates any condition of his own, such conditional tender shall
be rejected.
viii) Notwithstanding anything contained in the tender Director Horticulture-cum-
Mission Director SHM Punjab reserves all the rights to accept or reject any Bid
and to annul the bidding process and reject all bids at any time without any
liability or any obligation for such acceptance, rejection or annulment and
without assigning any reason therefore.
ix) The Technical Committee constituted for this tender work by the Director
Horticulture, Punjab shall have the right to verify the particulars furnished by
the bidder independently.
2. Preparation and submission of bid
I. Technical bid
i) The intending tenderer, in case of Prime Equipment Manufacturer shall
provide a self-declaration on their letter-head in the technical bid, confirming
that they are regularly manufacturing, supplying, installing and
commissioning the similar type of units for the last 3 years. (Annexure A
1).
ii) The intending tenderer, in case of Authorized Dealer shall possess valid
authorization from Original Equipment Manufacturers and provide a self-
declaration on their letter-head in the technical bid, confirming that they are
regularly installing and commissioning the similar type of units for the last 3
years (Annexure A 2). The tenderer shall enclose the copy of the
authorization letter in the technical bid.
iii) Firm/bidder should have minimum of 3 years experience and have
successfully carried out similar work as follows:
a. Undertaken three similar works, costing for each work should not be
less than the amount equal to 40% of the estimated cost.
or
9
b. Undertaken two similar works, costing for each work should not be
less than the amount equal to 50% of the estimated cost.
or
c. Undertaken one similar work, costing for each work should not be
less than the amount equal to 80% of the estimated cost.
iv) Compliance Statement
The bidder/firm shall have to submit compliance for both specifications and
terms & conditions of the tender as per given format (Annexure B), failing
which the bid will be treated as incomplete and is liable to be rejected.
v) Tenderers shall upload the required technical literature and detailed
documentary proofs which specifically bring out the compliance against the
specifications.
vi) Firm/bidder shall provide a list of users/clients along with the complete name,
address and contact numbers of user's organization/persons (Annexure C).
Bidder shall also attach the copies of work orders along with the performance
certificates from all/some of them.
vii) Bidder must enclose last 3 years (Assessment year 2016-17, 2017-18 and
2018-19) income tax return and must have GSTIN number. A proof to this
effect should be attached with the technical bid.
viii) Bidder's annual financial turnover during the last consecutive three years (FY
2016-17, 2017-18 and 2018-19) should be at least 30% of the estimated
cost. Proof required to attach with technical bid.
ix) Bidder shall enclose the last 3 years (FY 2016-17, 2017-18 and 2018-19)
audited balance sheets attested by CA with technical bid.
x) Bidder should not be black listed anywhere in any case. Undertaking is
required with the technical bid (Annexure D).
xi) If bidder is an authorized dealer, then he shall ensure that the manufacturer
firm to whom he is authorized dealer is not black listed anywhere in any
case. Bidder shall have to attach undertaking along with technical bid
(Annexure E).
10
xii) Manufacturer and/or bidder (if bidder is authorized dealer) should be ISO
certified Company. Proof required with technical bid.
xiii) The bidder must give the undertaking about the trueness of all the
documents (Annexure F).
xiv) The rate contracted firms with Controller of Stores, Punjab and DGS & D can
also apply.
xv) Earnest Money Deposit
a) EMD for this tender is Rs. 32,000 which shall have to be deposited online.
Bidder should ensure that the online transaction carries the name of
firm/bidder and address of bank to access the details. Bidders shall have to
enclose the EMD receipt in technical bid.
b) The firms registered with DGS& D and/or NSIC are exempted from
payment of EMD provided such registration includes the item they are
offering which are manufactured by them and not for selling products
manufactured by other companies. Such firm availing the EMD exemption
should attach a coloured scanned copy of the DGS& D and/or NSIC
registration in technical bid.
xvi) All the tender documents must be clear and readable and must be uploaded
in a Single/double PDF file format with numbering on each page.
II. Financial bid
a) Bidders are required to furnish the financial details strictly as per the bid
proforma.
b) Bidder shall give a final and net price free from all escalations. Request for
change in price shall under no circumstances be considered after opening
of the tender.
c) All direct and indirect taxes arising in connection with the execution of
work shall be exclusively borne by the successful tenderer.
d) Road permit or any other certificate required for the supply of material to
the destination will not be issued by the Department.
e) Demonstration and training charges, if any shall be borne by the bidder.
11
f) All the civil & brick work as per specifications of work shall be done by the
successful bidder.
g) All the firms are advised to visit the project site on any working day before
submitting the tender.
h) Water and electricity will be provided by Project Officer, COE for
Floriculture as per bills on payment basis. The price quoted will be deemed
to be inclusive of all such expenses.
i) The quoted rates shall be valid for 180 days.
3. Opening of the bids
i) Tender shall be opened on bid due date in the presence of committee
constituted by the Director Horticulture-cum-Mission Director, SHM, Punjab.
ii) In case the date of opening of the tender happens to be a holiday, it will be
opened on the next working day at the same time and place.
iii) No request for the extension in the date of submission and opening of tender
shall be entertained.
iv) Director Horticulture-cum-Mission Director, SHM, Punjab may, in its sole
discretion, extend the bid due date by issuing a corrigendum.
Corrigendum/Addendum/ Correction, if any will be given on the website only.
v) The tenderers or their authorized representatives may attend at the time of
opening of the tender, if they so desire.
vi) Representative of firms without authority letter will not be allowed to
participate in tendering process / meetings.
vii) Technical Bids shall be opened first. The date of opening of Financial Bids
shall be informed to the bidders found suitable in technical evaluation.
4. Evaluation of the bids
A two stage bid system shall be adopted for evaluation:-
Stage I – Technical bid evaluation
i) Evaluation of technical bids to assess their suitability against the laid down
parameters.
12
ii) Tenderers must ensure that they upload the required technical literature and
detailed documentary proofs which specifically bring out the compliance of the
equipment/material being offered against the specifications. If necessary the
tenderers may be called to give a presentation for evaluation by a technical
committee constituted for the purpose.
iii) In case it is not possible to verify compliance of equipment/material as per
technical bid due to lack of adequate documents, bid shall be rejected without
making correspondence with the bidder.
Stage-II - Financial Evaluation
i) The price bids of only those bidders/firms shall be opened, evaluated and
considered further who shall meet all the criteria laid down at stage I.
ii) After opening the financial bid, tenderers would be selected for the work order
based on the lowest financial bids.
iii) The purchaser reserves the right at the time of award to increase or decrease
the quantity/size of units and services originally specified in the tender
document without any change in unit price or other terms and conditions.
5. Letter of acceptance
After selection, a letter of acceptance (LOA) shall be issued to the selected
tenderers and tenderers shall return the signed and stamped copy of the LOA
within 15 days of issuing of LOA.
6. Performance Bank Guarantee
The successful tenderers shall be required to furnish Bank Guarantee (from
Nationalized Bank only) @10% of work order amount in the prescribed
format (Annexure G) along with the LOA within 15 days from issuing of LOA.
The bank guarantee should have minimum 24 months validity. Work
commencement order shall be issued after receipt of bank guarantee subject
to the timely submission.
13
7. EMD refund
i) EMD of the unsuccessful tenderers shall be returned without interest on
acceptance of the work order by the successful bidder or in the event of the
bidding process being cancelled.
ii) EMD of the successful tenderer shall be returned without interest only after the
completion of work.
8. Forfeiture of EMD
EMD deposited is liable to be forfeited:
i) If the successful tenderer withdraws his tender at any stage or makes any
modification in the terms and conditions of the tender which are not
acceptable to the department.
ii) If the successful tenderer fails to furnish the performance guarantee as
required within the stipulated period.
9. The items to be supplied should be of ISI/ISO/BIS standard. A
certificate/undertaking is required along with technical bid.
10. The successful bidder shall supply the complete design of onsite installation/
constructions to the project officer for approval before to start the work.
11. Department has right to got tested any items used in the work at any time
and firm shall have to bear this testing cost.
12. Successful bidder shall have to provide the letter from OEM (Original
Equipment Manufacturer) for all machines, panels, doors etc. while
submitting invoice.
13. Time of completion and penalty clause
i) Subject to operation of force majeure, time of completion is the essence of
this work. The work shall be completed within 90 days from the issuance of
work commencement letter unless extended with/without penalty.
ii) Delayed work shall attract penalty @ 1% per month of the total awarded
work amount upto first two months and beyond this period it shall be
maximum of 10% of the awarded work amount.
14
14. Inspection
The inspection of work/material, as per the specifications will be done by the
authorized committee in the presence of firm’s representative. The report of
inspection committee shall be binding.
15. Payment terms
i) The invoice shall be prepared in favour of Director Horticulture-cum-Mission
Director SHM Punjab, SAS Nagar and shall be signed by authorized person.
ii) No advance payment shall be made at any circumstances.
iii) 90% payment shall be released after the completion of work and receiving
successful inspection report of inspection committee. The remaining 10% shall
be released after two month from the date of previous installment subject to
the satisfactory report of work. The payment to the firm shall be made after
deduction of TDS under Income Tax and TDS under GST as per financial
guidelines of Punjab Govt.
16. Guarantee/ Warranty
i) The successful tenderer shall warrant that material to be supplied shall be free
from all defects and faults in material, workmanship and manufacture and
shall be of the highest grade and consistent with the established and generally
accepted standards for materials and in full conformity with the tender
specifications and drawings or samples, if any, and shall operate properly and
satisfactorily. The successful tenderer shall replace or repair the goods or such
portion in case of defects or poor workmanship or any malfunction of the unit
or any portion thereof.
ii) The Successful bidder shall have to supply guarantee/warranty of two
years for each component for both the units.
iii) The guarantee/warranty period shall start from the date of final inspection
(complete in all respects) done by authorized inspection committee.
iv) Successful firm shall have to provide the guarantee/warranty certificate before
the release of balance 10% payment.
15
17. For any enquiry, the firms can contact this office on any working day before
the last date of submission of tender.
18. Representative of the firms is free to visit the project site to assess the work
on any working day.
19. Progress of work shall be monitored from time to time. It is the obligation of
the firm to complete the work in stipulated/extended time by observing the
terms and conditions of the agreement. If Director Horticulture-cum-Mission
Director SHM Punjab notices that the work is not progressing as per given
specifications and there are violations of the terms and conditions of the
agreement he has every right to give stop memo and terminate the contract
without prior notice and reserves the right to black list the firm along with the
forfeiture of EMD and bank guarantee of the firm.
20. Final decision in all issues arising in connection with the tender process and
execution of work shall be taken by the Director Horticulture-cum-Mission
Director SHM, Punjab, SAS Nagar and the said decision shall be binding upon
all.
21. Dispute settlement
If any dispute or difference of any kind shall arise between the Department
and the firm in connection with this tender/contract, the parties shall make
every effort to resolve the same amicably by mutual consultations. Otherwise,
the disputes shall be referred to the sole arbitration of the Director,
Department of Horticulture, Punjab and his award shall be final and binding
on the parties to the dispute. All disputes relating to the tender shall
exclusively be subject to jurisdiction of court in SAS Nagar (Punjab).
16
Annexure A 1
Note: The undertaking should be on the letter head of the bidder's firm
Undertaking
It is hereby confirmed that we ……………….………………… (name and address of
bidder's firm) are regularly manufacturing, supplying, installing & commissioning the
similar type of units for the last 3 years.
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
17
Annexure A 2
Note: The undertaking should be on the letter head of the bidder's firm
Undertaking
It is hereby confirmed that we ……………….………………… (name and address of
bidder's firm) are regularly installing & commissioning the similar type of units for
the last 3 years.
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
18
Annexure B
Note: The undertaking should be on the letter head of the bidder's firm
COMPLIANCE STATEMENT FOR SPECIFICATIONS AND TERMS &
CONDITIONS OF THE TENDER
It is certified that I/we have read and understood all the specifications and terms &
conditions and instructions contained in this tender. I/we hereby giving compliance
to all the terms & conditions, instructions and specifications mentioned in the tender
document.
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
19
Annexure C
Work Performed of Similar Nature and List of User/clients
Sr.
No.
Name and Address of
Purchaser
Order No. and
date
Capacity
/Size
Amount of work award (Rs. in lakhs)
Stipulated time of
completion
Actual time taken for
completion
Reasons of delay,
if any
Has the work been done satisfactorily? (Attach a certificate from
purchaser)
Contact person along with telephone no. and email address
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
20
Page 20 of 25
Annexure D
Note: The undertaking should be on the letter head of the bidder's firm
Undertaking
It is hereby declared that M/s …………………………………………… (name and
address of bidder's firm) has never been black listed and banned by any Govt.
Department/ Organization/Institute/PSU in any case anywhere in India.
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
21
Page 21 of 25
Annexure E
Note: The undertaking should be on the letter head of the bidder's firm
Undertaking
It is hereby declared that M/s …………………………………………..……… (name and
address of bidder's firm) is authorized dealer of …………………………………
………………….…............(name and address of Original Equipment Manufacturer)
and M/s ……………………………………………………………………(name and address of
Original Equipment Manufacturer) has never been black listed and banned by
any Govt. Department/ Organization/Institute/PSU in any case anywhere in
world.
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
22
Page 22 of 25
Annexure F
Note: The undertaking should be on the letter head of the bidder's firm
Undertaking
It is hereby declared that all the documents submitted by ……………………………
(name and address of bidder's firm) for participating in this tender are true in all
respects and nothing is concealed. If any information at any time found wrong,
I/we shall be liable for legal action against me/us for concealing true
information.
Signatures of the authorized signatory_________________
Name of the signatory ______________________________
Designation ______________________________________
Name & Seal of the bidding firm
Dated___________
23
Page 23 of 25
Annexure G
BANK GUARANTEE
(TO BE ISSUED FROM NATIONALIZED BANK ONLY AND FORWARDED
TO THE DEPARTMENT DIRECTLY BY THE BANK)
To
Director Horticulture-cum- Mission Director SHM Punjab Kheti Bhawan, 3rd Floor,
Near Dara Studio Chowk, Phase-6, S.A.S. Nagar (Mohali)
Whereas, Director Horticulture-cum-Mission Director SHM Punjab ,
having its office at Kheti Bhawan 3rd floor, Near Dara Studio Chowk, Phase 6,
SAS Nagar (Hereinafter referred to as the buyer) have asked for the Bank
Guarantee of Rs ……………….. /- (Rupees ………..................
...................…………. only) against Memo No. ……….. dated……………. on
M/s……………………………………..…………(Name of Firm) ...............................
...............................................................................................(Name of work)
vide E-tender No. DOH/2019-20/02. Notwithstanding anything to the contrary
your decision as to whether the contractor has made any such default or defaults
as the amount or amounts to which you are entitled by reason thereof will be
binding on us and we shall not be entitled to ask you to establish your claims
under this guarantee but will pay the same immediately on demand without any
objection.
This Guarantee shall continue and hold good until it is released by you on the
application by the contractor after completion of the contract in accordance with
the terms of the work order.
We ............................................. (Name of Bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period
24
Page 24 of 25
that would be taken for the performance under the said order and that it shall
continue to be enforceable till all the dues of the buyer under or by virtue of the
said order have been fully paid and its claims satisfied or discharged or till,
Director Horticulture-cum-Mission Director SHM Punjab, Kheti Bhawan
3rd floor, Near Dara Studio Chowk, Phase 6, SAS Nagar certified that the
terms and conditions of the said letter have been fully and properly carried out
by the said contractor (s) and accordingly discharges this guarantee.
You will have fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the
said contract or to extend time of performance by the said contractor from time
to time or to postpone for any time or from time to time any of the powers
exercisable by the Buyer against the said firm/contractor and to enforce any of
the terms and condition of the said work order and we shall not be relieved from
our liability by reason of any such variation or extension being granted to the
said firm/contractor.
This guarantee shall not in any way be affected by you taking or varying or
giving up any securities from the firm/contractor or any other persons, firm or
company on its behalf or by the winding up, dissolution, insolvency or death as
the case may be of the contractor.
Subject to the maximum limit of our liability as aforesaid this guarantee will
cover all your claim(s) against the firm/contractor from time to time arising out
of or in relation to the said order and in respect of which your demand or notice
in writing is received by us before. This guarantee and the powers and
provisions herein contained are in addition to and not by way of limitation of or
substitution of any other guarantee here before given to you by us (whether
jointly) with others alone and now existing unconcealed and that is this
guarantee is not intended to and shall not revoke or limit such guarantee or
guarantees.
25
Page 25 of 25
This guarantee shall not be affected by any change in the constitution or winding
up of the firm/contractor or the Bank or any abstraction, merger or
amalgamation of the firm/contractor or the Bank with any other person.
It is declared that ............................................. (Name of Bank) has power to
issue this guarantee and discharge the obligations contemplated herein, the
undersigned is duly authorized and has full power to execute this guarantee for
and on behalf of the Bank.
We ..............................................(Name of Bank) lastly undertake not to
revoke this guarantee during its currency without your previous consent in
writing.
Notwithstanding anything contained herein:
1. This Bank Guarantee shall be valid for 1 year from the date of its issue.
2. Without any recourse, we are liable to pay the guaranteed amount or any
part thereof this bank guarantee if and only if you serve upon us a written
claim or demand on or before the expiry date.
3. Our liability under this bank guarantee shall not exceed Rs ……………/-
(Rupees ……….....................................…………. only)
4. Notwithstanding anything contrary contained in any law for the time being
in force or banking practice, this guarantee shall not be assignable or
transferable by the beneficiary. Notice or invocation by any person such
as assignee, transferee or agent of beneficiary shall not be entertained by
the bank. Any invocation of guarantee can be made only by the
beneficiary directly.