GOVT OF ASSAM DIRECTORATE OF AGRICULTURE, ASSAM KHANAPARA :: GUWAHATI-22

Similar documents
Water Conveyance Pipe

File No.ITDPDR-HOR0HORT(CFE)/24/2017-SA(CF)-ITDAPDR TRIBAL WELFARE DEPARTMENT :: I.T.D.A. PADERU VISAKHAPATNAM DISTRICT :: ANDHRA PRADESH

Request for Proposal (RFP) for empanelment of Vendors for rendering pest control treatment as per the Bank s specification

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

THE HANDICRAFTS AND HANDLOOMS EXPORTS CORPORATION OF INDIA LIMITED., CHENNAI

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

Notice Inviting Tender.

Special Instructions:- To,

Government Hospital,Daman Administration of Daman and Diu, 0/0 Medical Superintendent,

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

GOVT. INDUSTRIAL TRAINING INSTITUTE, SECTOR-28-C, CHANDIGARH TENDER DOCUMENT

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Notice Inviting Tender for Printing of Accounts Manual of APDCL

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

NATIONAL INSTITUTE OF FASHION TECHNOLOGY, BENGALURU.

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

ICSI HOUSE, C-36, Sector-62, Noida

Procurement of Licences of Business Objects BI Platform

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

TENDER SCHEDULE FOR DISPOSAL OF SUB-STANDARD SEEDS DURING COVER-A

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the,

Name of the Items budget in Lac. 1 Furniture (CP) ,000/- 2 Sports Items ,000/- 3 Tuck Shop cum Canteen --- 5,000/-

Administration of Dadra and Nagar Haveli, Dr. B. B. A. Government Polytechnic, Karad D.P Tender Notice

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

INDIAN INSTITUTE OF SCIENCE BENGALURU

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

&K STATE AGRO INDUSTRIES DEVELOPMENTCORPORATION LTD. 7, ROMESH MARKET, SHASTRI NAGAR, JAMMU

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

ODISHA STATE MEDICAL CORPORATION LIMITED (OSMCL) No. OSMC/ /SER-HR/02 (RE-BIDDING) Date:

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Split Air Conditioner and Stabilizer At

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

ICSI HOUSE, C-36, Sector-62, Noida

Notice Inviting Tender No. : PU/Tender/ News Paper Advt. Agn./ /1 Dated:

ICSI HOUSE, C-36, Sector-62, Noida

Office of the Dean Student Welfare G. B. Pant University of Agri. & Tech. Pantnagar Distt. Udham Singh Nagar, PIN (Uttarakhand)

TENDER. Supply of Wrestling Mats & Cover. Standard Terms & Condition Of Tender Documents For

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

Department of Metallurgical and Materials Engineering

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

UNIVERSITY OF ALLAHABAD

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

TENDER NO. WBTBCL /

Phone No

Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) TENDER DOCUMENT FOR

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

BURN STANDARD CO. LTD.

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO.

LETTER OF TENDER FOR SUPPLY OF ZINC SULPHATE 21% (ISI) AGRICULTURAL GRADE

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Tender enquiry for supply of seeds of Taiwan Red- Lady-786 Gyno-dioecious variety of papaya.

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

Tender. For. Chemiluminiscence Analyser (Reagent Rental Basis) All India Institute of Medical Sciences, Jodhpur

र य फ शन ट न ल ज स थ न, क लक त क

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

THE MYSORE PAPER MILLS LTD (A Government of Karnataka Undertaking)

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P.

Software Technology Parks of India Noida

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. (A Govt. of India Enterprise)

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha

E-Tender Form Season

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

faona Phone: , , (fax) Website:

ALLAHABAD UP GRAMIN BANK Head Office, DM Colony, Civil Lines, Banda Dated:

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

South Bengal State Transport Corporation (A Government of West Bengal Undertaking ) Dr.B.C.Roy Avenue, Durgapur , Dist.:-Burdwan.

NOTICE Dated:-05/09/2016 Open Tender for the Purchase of Printer Cartridge, Ribbon, toner,printer Head etc.

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following:

ICSI HOUSE, C-36, Sector-62, Noida

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

NIT No: Civil/IMSc/11/2015

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

Transcription:

GOVT OF ASSAM DIRECTORATE OF AGRICULTURE, ASSAM KHANAPARA :: GUWAHATI-22 DETAILED FLOATING OF ENQUIRY (FOE) SUPPLYING, INSTALLATION AND COMMISSIONING OF MODERN MINI RICE MILL OF CAPACITY 0.5 MT/Hr. Signature of bidder/authorised signatory Page 1

INDEX SN PARTICULARS PAGE NO. SECTION-1. FOE NOTICE 3 SECTION-2. FOE CATALOGUE 4 SECTION-3. FOE INFORMARTION 5 SECTION-4. DETAIL TERMS & CONDITIONS 6-9 SECTION-5. TECHNICAL SPECIFICATIONS 10 SECTION-6. FOE FORMAT 11 19 ANNEXURE-1. FORMAT FOR QUOTING PRICE 20 ANNEXURE-2. SCHEDULE OF PROJECT ACTIVITIES 21 22 ANNEXURE-3. ANNEXURE-4 FORMAT FOR SUBMITTING LIST OF CONSIGNEE/ORGANIZATION WITH ADDRESS FOR SIMILAR WORK DONE FORMAT FOR DECLARATION OF THE BIDDER 23 24 Signature of bidder/authorised signatory Page 2

SECTION-1: FOE NOTICE DIRECTORATE OF AGRICULTURE, ASSAM KHANAPARA :: GUWAHATI-22 FLOATING OF ENQUIRY No. Agri/Engg/RKVY/3328/pt/MMRM&CS/2012-13/201 Date: 26-02-2014 In order to facilitate procurement, installation and commissioning of Modern Mini Rice Mill (MMRM) of Capacity 0.5 MT/Hr., on turnkey basis, by selected beneficiaries (entrepreneurs), with subsidy from RKVY, 2012-13, the Department of Agriculture, Assam, hereby floats this enquiry, seeking offers from reputed Manufacturers or their Authorised Agents (to be called here-in-after as Bidder ) of Rice Mill machineries, for submission of their offers as per detailed terms and conditions etc. mentioned in the detailed FOE. The offers against this FOE should be submitted in a sealed cover, super scribing - FOE for supplying, installation and commissioning of MMRM of Capacity 0.5 M.T./Hr and to be submitted on 18-03-2014 up to 1:00PM and will be opened on the same day at 1:30PM, in the presence of Bidder or their authorized representatives present at the time of opening. Detail FOE Document with T&C shall be available in the website: www.rkvyassam.in. The interested bidders are requested to download the Detail FOE Document with T&C from website and submit duly filled up & signed copy along with their offer. Bid Cost of Rs.1000/- (non-refundable) in the form of Demand Draft drawn in favour of The Director of Agriculture, Assam, Khanapara, Guwahati-22 to be attached along with the offer. Sd/- Director of Agriculture, Assam, Khanapara, Guwahati-22 Signature of bidder/authorised signatory Page 3

SECTION-2: FOE CATALOGUE 2.1 FOE Notice No. Agri/Engg/RKVY/3328/pt/MMRM&CS/2012-13/201 Date: 26-02-2014 2.2 Website for downloading FOE documents 2.3 Date and time of submission of offers against this FOE 2.4 Place of submission of offers against this FOE 2.5 Date and time of opening of offers against this FOE 2.6 Venue of opening of offers against this FOE 2.7 Address of correspondence www.rkvyassam.in On 18-03-2014 up to 1:00PM Directorate of Agriculture, Assam, Khanapara, Guwahati- 781 022, Assam. On 18-03-2014 up to 1:30PM Directorate of Agriculture, Assam, Khanapara, Guwahati- 781 022, Assam. The Director of Agriculture, Assam, Khanapara, Guwahati-22. Phone : 91-361-2344206, 2344235 Fax- 91-361-2344235 The Chief Engineer, Agriculture, Assam, Khanapara, Guwahati-22. Phone: 91-361-2134284, Fax- 91-361- 2332122, Email: chiefengineeragriculture@yahoo.in 2.8 Cost of FOE document Rs.1000/- (non refundable) in the form of Demand Draft drawn in favour of The Director of Agriculture, Assam, Khanapara, Guwahati-22 payable at Guwahati. Signature of bidder/authorised signatory Page 4

SECTION-3: FOE INFORMATION 3.1 The Department of Agriculture, Assam, floats this enquiry seeking offers only from reputed Manufacturers or Authorised Agents of Manufacturers (to be called hereinafter as Bidder ) of Rice Mill machineries, for preparation of a short list of manufacturers/ brands/ models with prices, for quality assurance, competitive pricing against laid down technical specifications at Section-5. 3.2 Selection of manufacturer/ brand/ model for supplying, installation & commissioning of MMRM shall be governed by the selected beneficiaries (entrepreneurs ) choice from the list of short listed manufacturers/ brands/ models with prices, published by the Director of Agriculture, Assam, following completion of evaluation of offers received in response to this FOE. 3.3 The offers against this FOE shall be submitted on 18-03-2014 up to 1:00PM at Directorate of Agriculture, Assam, Khanapara, Guwahati-22. 3.4 The offers against this FOE shall be opened on the 18-03-2014 up to 1:30PM, in the presence of Bidder or their authorized representatives present at the time of opening. 3.5 Before participating, if any clarification required, interested bidders may correspondence with the Chief Engineer, Agriculture, Assam. 3.6 Supplying, installation & commissioning of MMRM shall be at sites of selected beneficiaries (entrepreneurs) belongs to various places under following districts of Assam. 1)Dhubri 2)Bongaigaon 3)Goalpara 4)Barpeta 5)Nalbari 6)Baksa 7)Kamrup (M) 8)Kamrup (Rural) 9)Darrang 10)Udalguri 11)Sonitpur 12)Lakhimpur 13)Dhemaji 14)Tinsukia 15)Dibrugarh 16)Sivasagar 17)Jorhat 18) Golaghat 19)Nagaon 20)Morigaon 3.7 Supervision of all works related to establishment of MMRM will be under responsibility of EE/AEE(Agri) of Agriculture Department of concerned district. 3.8 Estimated total project cost for establishment of MMRM is Rs.16.00 Lakhs. Price sharing norms will be 50:50 i.e. Govt. subsidy 50% (limited to Rs.8.00 Lakh) that likely to cover cost of supplying, installation and commissioning of machineries. Excess of said amount, if any, will be borne by respective beneficiaries. 3.9 From beneficiaries share (50% of total project cost i.e. Rs.8.00 Lakh) all civil works including milling shed, foundation & platform for installation of machineries, external & internal electrification up to panel board will be carried out by the beneficiaries. Excess of said amount, if any, will be borne by respective beneficiaries. 3.10 All the successful bidders will be invited with a short notice and they must attend at the Directorate of Agriculture, Assam, Guwahati-22, to give power-point presentation of their offered machineries to the selected beneficiaries and departmental officers on a prefixed date for promoting their product. 3.11 The Department of Agriculture, Assam, is not bound to recommend the lowest rate or any other rate so offered. Also The Director of Agriculture, Assam, reserves the right to accept or reject in public interest any or all of the offers received from the bidder and to cancel the FOE process and reject any or all offers, at any time even during the operation of this FOE, without any liability or any obligation to inform the affected Bidder or Bidders of the grounds for the decision of the Director. Signature of bidder/authorised signatory Page 5

SECTION-4: DETAIL TERMS & CONDITIONS 4.1 The offers against this FOE shall be submitted in a sealed cover, super scribing that FOE for supplying, installation and commissioning of MMRM of Capacity 0.5 MT/Hr. 4.2 Bidder shall be a manufacturer of Rice Mill machineries or his authorized agent. 4.3 Late submission of offer than prescribed date & time is liable for rejection. 4.4 The Detail FOE Document with T&C, available in the website- www.agriassam.in, shall be downloaded, duly filled up, signed with seal in all pages by bidder or his authorized signatory and submitted along with the offer. 4.5 Bidder or his authorized signatory shall sign on each and every page of documents furnished in the offer. 4.6 Bidder shall furnish a copy of authorization in respect of authorized signatory representing the bidder. 4.7 The entire offer against the FOE should be bonded together as single booklet inserting page no. on each paper with an abstract at first page indicating various enclosure documents & corresponding page no. No loose paper will be accepted as part of document and such a bid may be rejected. 4.8 The offers shall be typed or written in ink. Offers written by pencil shall not be accepted. 4.9 Bid Cost of Rs.1000/- (non-refundable) in the form of Demand Draft drawn in favour of The Director of Agriculture, Assam payable at Guwahati to be attached along with the offer. 4.10 The offers without Bid cost as mentioned in clause 4.9 will be rejected 4.11 Finalization period of the FOE is 90 days from the date of FOE notice. 4.12 Conditional offers will not be accepted. 4.13 Offers against this FOE shall be submitted in English and all information containing shall be in English. 4.14 The bidder or his authorized signatory should initial all scoring eraser, overwriting etc. on the FOE form, failing which offer is liable to be rejected. 4.15 All instances of quoted amount in the offer shall be written in figures and words. 4.16 The validity period of the offered price shall be 1 (one) year from the date of FOE notice. 4.17 Authorized agents are required to furnish authorization from the manufacturers to participate in the instant FOE and an undertaking from manufacturers to supply the machineries as per requirement and provide after sale services, warranty, AMC as per terms & conditions of FOE. 4.18 Manufacturers are required to furnish their manufacturing licence of offered machineries and in addition to this in case of agents participating; they are required to furnish their firm registration certificate. 4.19 Bidders (both manufacturers & agents) shall furnish copy of their audited (audited by CA) balance sheets for last two years (2012-13 & 2011-12). 4.20 Annual turnover of bidders (both manufacturers & agents) shall be 1 crore or more for the year 2011-12 & 2012-13. 4.21 Bidders (both manufacturers & agents) shall furnish copy of VAT registration certificate and up to date VAT clearance certificate. 4.22 Bidders (both manufacturers & agents) shall furnish proof of IT clearance for the last two financial year (2011-12 & 2012-13) 4.23 Bidders (both manufacturers & agents) shall furnish copy of PAN card Signature of bidder/authorised signatory Page 6

4.24 Bidder shall invariably fill the FOE format (section-7) in all respect 4.25 Bidders shall furnish leaflets with technical details of offered machineries. 4.26 Bidders shall furnish overall dimensions, detail drawing, specification and layout of foundations & platforms for machineries and minimum total space required for installation and smooth operation of all the machineries of MMRM. 4.27 Bidders shall furnish details e.g. Make, Model, rated power, phase etc. of all electric motors fitted in the machineries. 4.28 Quality of materials used for construction of various body parts of offered machineries are to be mentioned by the manufacturers/ bidders. 4.29 Bidders shall furnish detail operation manuals mentioning adjustment etc. against their offered machineries. 4.30 Bidders shall offer price as per format in Annexure-1, inclusive of supplying, installation & commissioning of all machineries & accessories (including loading & unloading, electrification up to and including panel board, starter etc.) at sites on turnkey basis. 4.31 Shortlisted bidder shall be intimated for supplying, installation and commissioning of machineries as per choice of beneficiaries. 4.32 The shortlisted bidders shall have to furnish performance security equivalent to 10% of the value of each order within seven working days from the date of intimation, by way of Deposit-at-call Receipt or Bank Guarantee valid for warranty period, drawn in favour of Director of Agriculture, Assam, at Guwahati. 4.33 Supplying, installation & successful commissioning of machineries shall be made as per the prescribed schedule period shown at Annxure-2, not exceeding 60 days (baring Force Majeure conditions) from the date of intimation to the shortlisted bidders, failing to which bidder will be liable to pay a fine @ 0.25% of the approved price per day, which will be recovered from the performance security subject to maximum 10%. Beyond this limit, the Director of Agriculture will be at liberty to de-list the manufacturer from the short list. 4.34 The performance security of the bidder shall be released after satisfactory performance of the machineries on completion of warranty period. In case of any breach of the terms and conditions of this contract and the supply, installation & commissioning are not duly completed with the specified time limit, than the security deposit shall be forfeited towards liquidated damages and compensations for the said breach. 4.35 Bidder shall provide contact details for after sale service to the beneficiary. 4.36 Warranty for the machineries should be provided for a period of at least two years from the date of successful commissioning of machineries. If, for reasons not attributable to beneficiaries these warranty terms are not attained in whole or in part, the bidder shall take appropriate steps to remedy the defects, and failing which replace the offered machineries/ equipments or accessories or any part thereof as may be necessary in order to attain the desired performance of the machineries, at bidders own cost, within a maximum period of 30 days from the date of receipt of such notice from the concerned beneficiaries or the concerned officer of the Agriculture Department. If the bidder/ manufacturer, having been notified, fail to remedy the defects within the specified period, the Director of Agriculture may proceed to take such remedial action as may be necessary. 4.37 Bidder shall furnish undertaking for AMC for subsequent 2 (two) years. Spare parts shall be made available to the users by the bidder. Cost of spare parts will be borne by the users, during the AMC period. 4.38 The Department may order for testing / verification of the machineries before installation. The testing will be done at the cost of the bidders. The Department may reject the offered Signature of bidder/authorised signatory Page 7

machinery/ machineries, if not found satisfactory in any manner. 4.39 The shortlisted bidder shall be responsible for providing training regarding operation & maintenance of the machineries to the users. 4.40 The quoted price shall be applicable in all the Districts of the state of Assam. No different price will be allowed for different district. 4.41 Cost of supplying, installation and commissioning of machineries will be released after making necessary deduction for VAT etc. by the Agriculture Department to the supplier from the Govt. share portion (limited to Rs.8.00 Lakh) on successful commissioning of MMRM and submission of bill with necessary endorsement duly signed by the concerned EE/AEE (Agri) along with satisfactory certificate and receipt challan from concerned beneficiaries. Excess of said amount, if any as per shortlisted price, will be borne by respective beneficiaries and shall made the payment of the same to the supplier in the form of bank draft routed through concerned EE/AEE(Agri). 4.42 Baring Force Majure conditions, every effort will be made to make payment promptly by the Director of Agriculture, Assam to the supplier, but in no case later than 45 days from the date of certification regarding successful commissioning. No advance payments or negotiation through bank will be accepted. 4.43 Supplier shall be entirely responsible for all taxes including sale tax, VAT, duties, license fees, transportation cost, toll fee etc. incurred until delivery of the goods. 4.44 Payment of taxes & duties will be as per applicable laws, rules and regulations of the Government. 4.45 Bidder shall furnish BIS certificate against all offered machineries & prime movers. For the machineries & prime movers, which not come under the purview of BIS authority, bidder shall furnish relevant test certificate/ test report from the authorized Govt. Department/ Agency/ Institute. 4.46 The Manufacturer must be in the business of design and production of offered machineries for last 2 (two) years and required to furnish year wise total production of offered machineries during last 2 years. 4.47 Detail location of factory/ factories of offered machineries must be furnished by the bidders/manufacturers. Third party authorized by the Director of Agriculture, may visit the factory of the manufacturer prior to enlisting manufacturer in the approved short list or any time even after enlisting in the short list. Any deviation found during the factory visit may lead to de-list the said manufacturer from the approved list. 4.48 Bidder must have done similar works in previous years and required to furnish copies of such supply orders with list of organizations as per format in Annexure-3, where such works have been done. (List of consignee with address) 4.49 A declaration as per format at Annexure-4 in a non-judicial stamp paper of Rs.50/- shall be furnished by the bidder 4.50 The documents submitted by the bidder will be subjected to verification and if found not genuine, the offer will be summarily rejected. 4.51 Bidder shall be responsible for Insurance and other statutory obligations for the employees engaged by him. No compensation shall be paid by the Department of Agriculture against any untoward incidents that may occur while supplying, installation and commissioning of machineries of MMRM. 4.52 The Director of Agriculture, Assam, have the right for rejecting all or any of the offers against this FOE, without assigning any reason thereof. 4.53 The decision of the Director of Agriculture, Assam, shall be final and binding on all matters Signature of bidder/authorised signatory Page 8

relating to the meaning and interpretation of terms and conditions. 4.54 The department reserves the right to include / exclude any of the participants in the short list without assigning any reason thereof. 4.55 In case of any dispute or difference arises; the parties should attempt to settle the dispute through mutual and amicable discussions. If the dispute is not settled through such discussions, the matter shall be referred / settled as per provisions of Arbitration & Conciliation Act.1996. It is further to be agreed by the parties that all differences and disputes if not resolved as above, shall be got resolved through the Court of Law of Guwahati jurisdiction only. Signature of bidder/authorised signatory Page 9

SECTION-5: TECHNICAL SPECIFICATION SN Particulars Brief Technical Specification 1. Type Supplying, Installation and Commissioning of Modern Mini Rice Mill for Dehushking of paddy, Separation of husk, Rice polishing, Removal of Bran etc., to be done in single operation along with in-line Paddy Pre-cleaner, on turnkey basis. 2. Capacity (kg/hr) 500 kg/hr and operation capacity at one time will be 1000 to 1200 MT. 3. Power requirement 15 20 kw (All motors suitable for 400/440 (kw) volts 3 phase, 50Hz A.C. supply) 4. Paddy Pre-Cleaner 750-1000 kg/hr capacity for removing all impurities including dust, weeds, empty grain, stone, ironic particles etc. 5. Attachments and Elevators, Conveyors, Pipes, Safety guards, Panel accessories board, Starter, Tools etc. complete as per requirement 6. Additional Machinery Semi-automatic bag filling machine up to 50kg capacity sacks. 7. Job 1. Final painting of machinery and equipments wherever necessary. 2. First filling of lubricant, wherever necessary. 3. Erection, supervision and commissioning of machineries in all respect including all consumable. 4. Packing of the machineries and equipment wherever necessary. 5. Transportation of machinery with unloading of machineries at sites. Technical specifications, Brands, Models, Accessories, Attachments etc. of all units must be clearly mentioned in the Format for Quoting Price (Annexure-1) Signature of bidder/authorised signatory Page 10

SECTION-6: FOE FORMAT SN Particulars Replies from bidder Particulars of supporting Documents with page. No. 6.1 Name of bidder 6.2 Address 6.3 Email address 6.4 Contact No./ Fax No. 6.5 The offers against this FOE shall be submitted in a sealed cover, super scribing that FOE for supplying, installation and commissioning of MMRM of Capacity 0.5 MT/Hr. 6.6 Bidder shall be a manufacturer of Rice Mill machineries or his authorized agent. 6.7 The Detail FOE Document with T&C, available in the websitewww.rkvyassam.in, shall be downloaded, duly filled up, signed with seal in all pages by bidder or his authorized signatory and submitted along with the offer. 6.8 Bidder or his authorized signatory shall sign on each and every page of documents furnished in the offer. 6.9 Bidder shall furnish a copy of authorization in respect of authorized signatory representing the bidder. Signature of bidder/authorised signatory Page 11

6.10 The entire offer against the FOE should be bonded together as single booklet inserting page no. on each paper with an abstract at first page indicating various enclosure documents & corresponding page no. No loose paper will be accepted as part of document and such a bid may be rejected. 6.11 The offers shall be typed or written in ink. Offers written by pencil shall not be accepted. 6.12 Bid Cost of Rs.1000/- (nonrefundable) in the form of Demand Draft drawn in favour of The Director of Agriculture, Assam payable at Guwahati to be attached along with the offer. 6.13 Offers against this FOE shall be submitted in English and all information containing shall be in English. 6.14 The bidder or his authorized signatory should initial all scoring eraser, overwriting etc. on the FOE form, failing which offer is liable to be rejected. 6.15 All instances of quoted amount in the offer shall be written in figures and words. 6.16 The validity period of the offered price shall be 1 (one) year from the date of FOE notice. 6.17 Authorized agents are required to furnish authorization from the manufacturers to participate in the instant FOE and an undertaking from manufacturers to supply the machineries as per requirement and provide after sale services, warranty, AMC as per terms & conditions of FOE. Signature of bidder/authorised signatory Page 12

6.18 Manufacturers are required to furnish their manufacturing licence of offered machineries and in addition to this, in case of agents participating, they are required to furnish their firm registration certificate. 6.19 Bidders (both manufacturers & agents) shall furnish copy of their audited (audited by CA) balance sheets for last two years (2012-13 & 2011-12). 6.20 Annual turnover of bidders (both manufacturers & agents) shall be 1 crore or more for the year 2011-12 & 2012-13. 6.21 Bidders (both manufacturers & agents) shall furnish copy of VAT registration certificate and up to date VAT clearance certificate. 6.22 Bidders (both manufacturers & agents) shall furnish proof of IT clearance for the last two financial year (2011-12 & 2012-13) 6.23 Bidders (both manufacturers & agents) shall furnish copy of PAN card 6.24 Bidders shall furnish leaflets with technical details of offered machineries. 6.25 Bidders shall furnish overall dimensions, detail drawing, specification and layout of foundations & platforms for machineries and minimum total space required for installation and smooth operation of all the machineries of MMRM. 6.26 Bidders shall furnish details e.g. Make, Model, rated power, phase etc. of all electric motors fitted in the machineries. 6.27 Quality of materials used for construction of various body parts of offered machineries are to be mentioned by the manufacturers/ bidders. Signature of bidder/authorised signatory Page 13

6.28 Bidders shall furnish detail operation manuals mentioning adjustment etc. against their offered machineries. 6.29 Bidders shall offer price as per format in Annexure-1, inclusive of supplying, installation & commissioning of all machineries & accessories (including loading & unloading, electrification up to and including panel board, starter etc.) at sites on turnkey basis. 6.30 The shortlisted bidders shall have to furnish performance security equivalent to 10% of the value of each order within seven working days from the date of intimation, by way of Depositat-call Receipt or Bank Guarantee valid for warranty period, drawn in favour of Director of Agriculture, Assam at Guwahati. 6.31 Supplying, installation & successful commissioning of machineries shall be made as per the prescribed schedule period shown at Annxure-2, not exceeding 60 days (baring Force Majeure conditions) from the date of intimation to the shortlisted bidders, failing to which bidder will be liable to pay a fine @ 0.25% of the approved price per day, which will be recovered from the performance security subject to maximum 10%. Beyond this limit, the Director of Agriculture will be at liberty to de-list the manufacturer from the short list. Signature of bidder/authorised signatory Page 14

6.32 The performance security of the bidder shall be released after satisfactory performance of the machineries on completion of warranty period. In case of any breach of the terms and conditions of this contract and the supply, installation & commissioning are not duly completed with the specified time limit, than the security deposit shall be forfeited towards liquidated damages and compensations for the said breach. 6.33 Warranty for the machineries should be provided for a period of at least two years from the date of successful commissioning of machineries. If, for reasons not attributable to beneficiaries these warranty terms are not attained in whole or in part, the bidder shall take appropriate steps to remedy the defects, and failing which replace the offered machineries/ equipments or accessories or any part thereof as may be necessary in order to attain the desired performance of the machineries, at bidders own cost, within a maximum period of 30 days from the date of receipt of such notice from the concerned beneficiaries or the concerned officer of the Agriculture Department. If the bidder/ manufacturer, having been notified, fail to remedy the defects within the specified period, the Director of Agriculture may proceed to take such remedial action as may be necessary. Signature of bidder/authorised signatory Page 15

6.34 Bidder shall furnish undertaking for AMC for subsequent 2 (two) years. Spare parts shall be made available to the users by the bidder. Cost of spare parts will be borne by the users, during the AMC period. 6.35 The Department may order for testing / verification of the machineries before installation. The testing will be done at the cost of the bidders. The Department may reject the offered machinery/ machineries, if not found satisfactory in any manner. 6.36 The shortlisted bidder shall be responsible for providing training regarding operation & maintenance of the machineries to the users. 6.37 The quoted price shall be applicable in all the Districts of the state of Assam. No different price will be allowed for different district. 6.38 Cost of supplying, installation and commissioning of machineries will be released after making necessary deduction for VAT etc. by the Agriculture Department to the supplier from the Govt. share portion (limited to Rs.8.00 Lakh) on successful commissioning of MMRM and submission of bill with necessary endorsement duly signed by the concerned EE/AEE (Agri) along with satisfactory certificate and receipt challan from concerned beneficiaries. Excess of said amount, if any as per shortlisted price, will be borne by respective beneficiaries and shall made the payment of the same to the supplier in the form of bank draft routed through concerned EE/AEE(Agri). Signature of bidder/authorised signatory Page 16

6.39 Baring Force Majure conditions, every effort will be made to make payment promptly by the Director of Agriculture, Assam to the supplier, but in no case later than 45 days from the date of certification regarding successful commissioning. No advance payments or negotiation through bank will be accepted. 6.40 Supplier shall be entirely responsible for all taxes including sale tax, VAT, duties, license fees, transportation cost, toll fee etc. incurred until delivery of the goods. 6.41 Payment of taxes & duties will be as per applicable laws, rules and regulations of the Government. 6.42 Bidder shall furnish BIS certificate against all offered machineries & prime movers. For the machineries & prime movers, which not come under the purview of BIS authority, bidder shall furnish relevant test certificate/ test report from the authorized Govt. Department/ Agency/ Institute. 6.43 The Manufacturer must be in the business of design and production of offered machineries for last 2 (two) years and required to furnish year wise total production of offered machineries during last 2 years. Signature of bidder/authorised signatory Page 17

6.44 Detail location of factory/ factories of offered machineries must be furnished by the bidders/manufacturers. Third party authorized by the Director of Agriculture, may visit the factory of the manufacturer prior to enlisting manufacturer in the approved short list or any time even after enlisting in the short list. Any deviation found during the factory visit may lead to delist the said manufacturer from the approved list. 6.45 Bidder must have done similar works in previous years and required to furnish copies of such supply orders with a list of organizations as per format in Annexure-3, where such works have been done. (List of consignee with address) 6.46 A declaration as per format at Annexure-4, in a non-judicial stamp paper of Rs.50/- shall be furnished by the bidder 6.47 The documents submitted by the bidder will be subjected to verification and if found not genuine, the offer will be summarily rejected. 6.48 Bidder shall be responsible for Insurance and other statutory obligations for the employees engaged by him. No compensation shall be paid by the Department of Agriculture against any untoward incidents that may occur while supplying, installation and commissioning of machineries of MMRM. 6.49 The Director of Agriculture, Assam, have the right for rejecting all or any of the offers against this FOE, without assigning any reason thereof. Signature of bidder/authorised signatory Page 18

6.50 The decision of the Director of Agriculture, Assam, shall be final and binding on all matters relating to the meaning and interpretation of terms and conditions. 6.51 The department reserves the right to include / exclude any of the participants in the short list without assigning any reason thereof. 6.52 In case of any dispute or difference arises; the parties should attempt to settle the dispute through mutual and amicable discussions. If the dispute is not settled through such discussions, the matter shall be referred / settled as per provisions of Arbitration & Conciliation Act.1996. It is further to be agreed by the parties that all differences and disputes if not resolved as above, shall be got resolved through the Court of Law of Guwahati jurisdiction only. Signature of bidder/authorised signatory Page 19

ANNEXURE-1 FORMAT FOR QUOTING PRICE SN Brief description & detail technical specification of machineries (Please list out the details of standard accessories and attachment to be supplied along with the machineries) Brand & Model of machineries Rate per unit of machinery including standard accessories & attachments complete, and inclusive of supplying, loading, unloading, installation & commissioning at specified sites and inclusive of other required incidental services (Rs.) Taxes etc. (Rs.) (Rs. in figure & words) Total Rate per Unit of machinery inclusive of Taxes etc. (Rs.) (d+f) In figures In words In figures In figures In words (a) (b) (c) (d) (e) (f) (g) (h) Total In words, Total Rupees Cost of AMC after completion of warranty period of 2 years: Rs. /Annum In words, Rupees Place: Date: Signature of Bidder (Authorized signatory): Name of Bidder: Capacity in which signed: Signature of bidder/authorised signatory Page 20

Annexure-2 SCHEDULE OF PROJECT ACTIVITIES SN Particulars of work Time period Action to be taken by 1. FOE notice Date : 26-02-2014 Directorate of Agriculture 2. Submission of Offers against this Date: 18-03-2014 up to Bidders FOE 3. Evaluation & publishing of Shortlist of manufacturers/ brands/ models with prices of MMRM 4. Power point presentation of offered machineries of MMRM by shortlisted bidders 5. Submitting Choices of manufacturers/ brands/ models from shortlisted list of manufacturers/ brands/ models with prices of MMRM by entrepreneurs 5. Intimation to concerned shortlisted bidders as per choices of entrepreneur to proceed for supplying, installation and commissioning of MMRM at site of selected entrepreneur 6. Submission of performance security @10% of ordered value 7. Execution of civil works for installation of machineries of MMRM by selected entrepreneur with technical guidance of EE/AEE (Agri) 8. Supplying of machineries of MMRM to the selected sites on receipt of intimation by concerned shortlisted bidders 9. Installation of machineries of MMRM at selected sites by concerned shortlisted bidders 10. Completion of electrical power connection and energization of MMRM by entrepreneur 11. Commissioning of machineries of MMRM at selected sites by concerned shortlisted bidders 12. Training to entrepreneur on operation & maintenance of MMRM 1:00PM Within 90 days of FOE notice Within 10 days of publishing of shortlist Within 20 days of publishing of shortlist Within 7 days from receiving choices from entrepreneur Within 7 days from the date of intimation to the shortlisted bidders Within 20 days from receiving choices from entrepreneur Within 20 days from the date of intimation to the shortlisted bidders Within 50 days from the date of intimation to the shortlisted bidders Within 50 days from submission of choices by entrepreneur Within 60 days from the date of intimation to the shortlisted bidders Within 15 days from the date of commissioning of MMRM Directorate of Agriculture Shortlisted bidders Selected entrepreneurs (beneficiaries) Chief Engineer, Agriculture Concerned Shortlisted bidders Selected entrepreneurs (beneficiaries) Concerned Shortlisted bidders Concerned Shortlisted bidders Selected entrepreneurs (beneficiaries) Concerned Shortlisted bidders Concerned Shortlisted bidders Signature of bidder/authorised signatory Page 21

13. Submission of bills along with receipt challan, satisfactory certificate, completion certificate etc. with due endorsement from the concerned to the Directorate of Agriculture 14. Payment of Final bill with necessary deduction from the Directorate of Agriculture 15. Warranty period of machineries of MMRM 16. Release of performance security to the Concerned shortlisted bidders Within 20 days from the date of commissioning of MMRM Within 45 days of receiving bills along with receipt challan, satisfactory certificate, completion certificate etc. with due endorsement from the concerned 2 years from the date of commissioning of machineries of MMRM at selected sites. Within 15 days from the date of completion of warranty period and on receipt of NOC from the concerned entrepreneur 17. Undertaking for AMC At least 2 years from the date of completion of Warranty period 18. Visit of factory by third party authorized by the Director of Agriculture, if felt necessary by Directorate of Agriculture Any time during the execution of contract Concerned Shortlisted bidders, entrepreneur, EE/AEE (Agri) Directorate of Agriculture Concerned Shortlisted bidders Directorate of Agriculture Concerned Shortlisted bidders Directorate of Agriculture Signature of bidder/authorised signatory Page 22

Annexure-3 FORMAT FOR SUBMITTING LIST OF CONSIGNEE/ORGANIZATION WITH ADDRESS FOR SIMILAR WORK DONE SN Name & Address of Consignee/ Organization Particulars of consignment/ work done Date/ year of consignment/ work done Physical quantity of consignment/ work done Value of consignment/ work done (Rs. In lakh)) Place: Date: Signature of Bidder (Authorized signatory): Name of Bidder: Capacity in which signed: Signature of bidder/authorised signatory Page 23

Annexure-4 FORMAT FOR DECLARATION OF THE BIDDER (In non-judicial stamp paper of Rs.50/-) 1) That I/We, Sri/M/S hereby submit my/our offer in response to FOE No. Agri/Engg/RKVY/3328/pt/MMRM&CS/2012-13/20 Dated: 26-02-2014to the Directorate.of Agriculture for Supplying, Installation and Commissioning of Modern Mini Rice Mill. 2) I/We am/are to state that the information provided in the FOE format is true and correct 3) I/We may be punished as per law for any wrong information, misleading facts provided in the FOE format besides rejection of my/our offer. 4) In case of any dispute, the jurisdiction will be Gauhati only. 5) I/We have carefully read all the general and specific terms and conditions of the FOE and I/We solemnly declare that the same are acceptable to me/us and binding on me/us. Place: Date: Signature of Bidder (Authorized signatory): Name of Bidder: Capacity in which signed: Full address of the Bidder: With seal & stamp (Attach Identity card Xerox) Contact No. : Signature of bidder/authorised signatory Page 24