Академический Документы
Профессиональный Документы
Культура Документы
of India
Ministry of Commerce & Industry
Department of Commerce
Director General of Supplies & Disposals
Jeevan Tara Building
5, Sansad Marg New Delhi-110001
UVWDS/ME-3/RC-B30C0000/0713/03
26-07-2012
Rs. 250
Description of Store
UNIT: NOS.
Rate/Unit
Description
3
4
Page 1 of 14
Page 2 of 14
Schedule 1
Annexure-A
Specification :Ultra Violet Water Disinfection System,ISI marked to IS:14724:1999 Edition 1.2
(2006-10)with free installation.Detailed specifications are covered under General
Technical Requirements.
Schedule 2
Specification :Detailed Specification for Battery Back Up system & Water Level
Controller are covered under General Technical Requirements.
NOTES FOR TENDERERS:1. Complete and satisfactory test certificate from Haffkin Institute for Research &
Training, Mumbai / University of Agricultural Science,Bangalore/M/S shriram
Enviromental & Allied Services,Gurgaon/ Govt. Lab.& NABL accredited for conformance
to IS;14724/1999 shall be submitted at the time of inspection for each model of
filter and for each make / model of the U.V. lamp proposed to be used.
The certificate should clearly indicate the design details including details of UV
lamp fitted in the Water Disinfection System as given below:i) Make / Brand .
ii) Model.
iii) Nominal watttage.
iv) Lamp Voltage.
v) Lamp current mA.
vi) Diameter of Ultra violet chamber.
vii) UV intensity.
viii) Contact length & annular area.
ix) Declared upstream pressure.
x) Pressure at which tests have been conducted.
xi) Any other relevant data which may be required to compare the actual supplies
with the design of the sample subjected to type tests.
2. Make /Brand /Model No. and wattage of UV lamps and characterstics of UV Lamp
shall be clearly indicated for each model/ rating separately by the suppliers in
their quotations and QUESTIONARE attached.Battery details for Power Back Up shall
also be furnished alongwith Power Back up time.
3. Deviations, if any, from the specn. must be specifically brought out.
Questionnaire
Schedule
1.1
1.2
Battery Voltage-------------------------------------Volts
1.3
1.4
2.1
2.2
Page 4 of 14
4.
6.2.2.1Test for Turbidity-----2
5.
6.2.2.2Suspended particle-----10% subject to min.of
3.
6.
6.2.2.3Microbiology-----------1
7.
6.2.2.4Adsorption of activated carbon-1
All samples shall pass the tests.
11.In case installation of Water Disinfection System is done by the tenderer,working
of the unit shall be demonstrated to the user after the installation.
12. OPTIONAL ACESSORIES (DETAILED SPECIFICATIONS):
i). BATTERY POWER BACK UP SYSTEM: Battery Power Backup system consisting of a sealed
maintenance free(SMF),12 V Battery of suitable capacity with charger,shall be
capable of coping with the power failures for at least one hour.
Battery Back Up shall be suitable to work on 220+/-10 Volts,50 Hz, A.C. supply .It
shall have electronically controlled circuit for Battery charging/protection from
overcharging and in built system to switch on to battery mode in case of power
failure and switching on to Mains on power restoration.It shall be enclosed in a
Wall Mountimg Type Enclosure.
ii). WATER LEVEL CONTROLLER : Water Level Controller shall be suitable to control
the level of water in the tank of Water Cooler and automatically switch off/on the
equipment to maintain the minimum and maximum level of disinfected water in the
water tank of water cooler/ Tank. Water Level Contoller shall have Electronically
controlled circuit and sensing devices to sense the water level in the tank i.e.:a) Shall sense the low level of water and start/on the water disinfection system as
soon as the water reaches at low level and start filling the water in the tank.
b) Shall sense the maximum level of water and stop/off the water disinfection system
as soon as the maximum level is reached and stops the filling of water in the tank.
13. Pre-despatch inspection of stores shall be reported as per Inspection Report
proforma No.-MECH-250 .A copy of proforma is enclosed with hard copy of T/E.The
supplier while down loading the tender from Web site shall obtain a copy of proforma
from Director(WMT)DGS&D.
Page 6 of 14
This Rate Contract and Supply Orders placed against the rate Contract are governed by
the "General Terms & Con
ditions" as contained in the following forms:
(i)
Form no. DGS&D - 68 (Revised) "General Conditions of Contract"
(ii) Form no. DGS&D - 69 "Conditions of Contract governing Rate Contracts"
(iii) Form no. DGS&D - 229 "Instruction to tenderers quoting against Tender Enquiries
issued by the DGS&D"
(iv) Form no. DGS&D - 1001 "General terms & conditions governing the Rate Contract
and Instructions to Direct Demanding Officers and Consignees.
The above forms are saleable documents. These can also be down loaded from DGS&D
website www.dgsnd.gov.in
1. TENDER DOCUMENT:
The complete tender document consists of :
(a) DGS&D-242 i.e.(Scedule to tender enquiry) alongwith annexures
(b) DGS&D-68A,
and
DGS&D-69A
(c) List No. 1 and List No. 9
The tenderers are required to submit all the above documents completely filled &
digitally signed failing which their offer is liable to be ignored.
2. PURCHASER:
(a) President of India
(b) Governer(s) of State(s)
(c) Heads of Union Territories
(d) Officers of Public Sector Undertakings/Bodies & Corporations
3.GUARANTEE/WARRANTY CLAUSE:
The period of Guarantee/ Warranty shall be 12 months from the date of receipts of
stores by consignee or 15 months from the date of despatch whichever is earlier. For
details refer Clause 27 of DGS&D-230 & Clause 18 of DGS&D-1001
4.DUTIES & TAXES:
(i) EXCISE DUTY
The tenderers must clearly indicate the rate/quantum of Excise duty applicable and
payable by them irrespective of the fact whether the quoted prices are inclusive or
exclusive of Excise Duty. They should also indicate their Excise Duty Registration.
In the case of Small Scale Industrial Units, they should indicate the rates of Excise
Duty in various turnover slabs.
If a tenderer states that the Excise Duty is NIL,he must intimate the basis for the
same and also confrim that no Excise Duty will be charged by him under any
circumstances.
If a tenderer states that the Excise Duty is not applicable at present but will be
charged extra if it becomes applicable later on, their offer will be loaded by the
normal rate of Excise Duty for the equitable comparision of prices.If however, the
tenderer confirms that they shall not charge any Excise Duty even if it becomes
payable at a later date for whatever reasons, no loading of Excise Duty in such a
case will be done.
In case no information about excise duty is given,it will be taken as inclusive in
terms of provisions of Para -10.3.4 & Para- 10.7.1 of DGS&D Manual.
The tenderers should furnish the details of their turn over and the Excise Duty paid
by them in the last three financial yearsin the following formats:
Page 7 of 14
Financial Year
Total Turnover
Page 8 of 14
7. PAYMENT TERMS:
50% payment will be allowed on proof of inspection & acceptance thereof and dispatch
of stores and balance 50% on certification of receipt of stores in good condition by
the consignee. In other respects,the provisions of clause 19,Payment under the
Contract in DGS&D 68(R) will apply
For Details, refer to
Clause 12 of DGS&D-1001
Page 9 of 14
Please note that non-submission of the above said documents may render your offer
liable to be ignored.
17. Revocation/Cancellation of rate contract: As per clause 24 of DGS&D-1001.
18.PACKING & MARKING:
As contained in Clause 11 of DGS&D-1001
19. DOCUMENTS FOR FULLY IMPORTED STORES:
The Tenderers quoting for fully imported stores are required to submit the following
documents along with their tenders:(a) Copies of Bills of entries and/or other document(s) duly authenticated by custom
authorities indicating the assessed value taken by customs for the purpose of levy of
customs duty.The abetment charges, if any, shall also be indicated.
(b) Classification and rate of customs duty on the date of their tender.
(c) Assessment of element of freight by weight and volume.
(d) Import/Export Code No. issued by DGFT.
NOTES:
The DGS&D may require to go into costing aspect of the items tendered in order to
arrive at the reasonableness of the cost.For this the tenderers may be required to
submit copies of the Bills of Entry corresponding to the imported stores being
quoted. offers of such tenderers who fail to submit their document as required by
the DGS&D are liable to be rejected.
20. CONCLUSION OF PARALLEL RATE CONTRACTS:
DGS&D reserves the right to arrive at the resonable eligible L-1 price and to
conclude Rate Contracts with the firms falling within a reasonable price band. DGS&D
also reserves the right to make counter-offers to the firms within a price band not
exceeding 20% of the price received from such reasonable eligible L-1 firm(s) and
parallel Rate Contracts shall be concluded with firms who accept the counter-offered
price.
Page 10 of 14
BID EVALUATION
The bids shall be evaluated on the basis of basic rates & ED, CST/VAT component
shall not be taken into consideration.
MODE OF TENDERING
Mode of tendering will be online.
Page 11 of 14
Yes
No
2.
Yes
No
3.
Yes
No
4.
Yes
No
5.
Yes
No
6.
Yes
No
7.
Yes
No
8.
Yes
No
Yes
No
10
Yes
No
(i)
Yes
No
Yes
No
Yes
No
(iv) DGS&D-242 (Schedule to tender enquiry), tender forms DGS&D68A, DGS&D-69 A, List No.1 and List 9?
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
Yes
No
(v)
11.
your
meeting
the
Page 12 of 14
12
13
Whether installation
applicable)
14
Yes
No
Yes
No
Whether AMC and Buy- Back prices quoted in the price bid?
(if applicable)
Yes
No
15
Yes
No
16
Yes
No
and
commissioning
confirmed?
(if
Appendix-A
Annexure-B
Page 13 of 14