government of jharkhandsocialwelfarejhar.gov.in/sites/default/files/rfp-stove_0.pdf ·...

14
GOVERNMENT OF JHARKHAND WOMEN, CHILD DEVELOPMENT AND SOCIAL SECURITY DEPARTMENT DIRECTORATE OF SOCIAL WELFARE BIDDING DOCUMENT FOR THE PROCUREMENT OF Supply of Domestic Gas Stove (of two burners) at 224 ICDS Projects BID VALUE = 769.00 LAKHS (approx) DIRECTORATE OF SOCIAL WELFARE 2 nd FLOOR, ENGINEERS’ HOSTEL, H.E.C., SEC-III, DHURWA, RANCHI - 834004 JHARKHAND

Upload: others

Post on 24-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

GOVERNMENT OF JHARKHAND

WOMEN, CHILD DEVELOPMENT AND

SOCIAL SECURITY DEPARTMENT

DIRECTORATE OF SOCIAL WELFARE

BIDDING DOCUMENT

FOR THE PROCUREMENT OF

Supply of Domestic Gas Stove

(of two burners) at 224 ICDS Projects

BID VALUE = 769.00 LAKHS (approx)

DIRECTORATE OF SOCIAL WELFARE

2nd FLOOR, ENGINEERS’ HOSTEL,

H.E.C., SEC-III, DHURWA,

RANCHI - 834004 JHARKHAND

2

Government of Jharkhand Department of Women, Child Development and Social Security

(Directorate of Social Welfare) Engineers’ Hostel, 2nd Floor, Sector-III, H.E.C, Dhurwa, Ranchi – 834 004

(Ph. - 0651- 2400749)

e-Tender Reference no.: PRO- PRO- 03/2019-20

NAME OF THE WORK : Supply of Domestic Gas Stove (of two

burners) at 224 ICDS Projects

NAME OF PURCHASER : DIRECTOR SOCIAL WELFARE JHARKHAND, RANCHI DATE OF PUBLICATION OF TENDER ON WEBSITE : 11.09.2019 PRE BID MEETING : 18.09.2019 at 11.30 AM DATE FOR SUBMISSION OF EMD & TENDER FEE DATE OF SUBMISSION OF SAMPLE : 03.10.2019 (till 05.00 PM) LAST DATE AND TIME FOR SUBMISSION OF BID ONLINE : 01.10.2019 (till 05.00 PM) TIME AND DATE OF OPENING OF BIDS : 04.10.2019 at 11.30 AM PLACE OF OPENING OF BIDS : DIRECTORATE OF SOCIAL WELFARE 2ND FLOOR, ENGINEERS’ HOSTEL H.E.C., SEC-III, DHURWA, RANCHI ADDRESS FOR COMMUNICATION : DIRECTORATE OF SOCIAL WELFARE 2ND FLOOR, ENGINEERS’ HOSTEL, HEC, SEC-III, DHURWA, RANCHI-834004 Phone No. 0651-2400749 Email: [email protected]

3

SECTION-I

INSTRUCTIONS TO BIDDERS The Directorate of Social Welfare (Department of Women Child Development and Social

Security, Govt of Jharkhand) being the appointed agency for procuring Two-Burner Gas Stove for

Anganwadi Centers under state scheme, invites online tender from Gas-Stove Manufacturers only,

through e-Procurement for Supply of Domestic Gas Stove on rate contract basis.

Scope of the work:

The requirement of Two-Burner Gas Stove under the scheme is approximately 38,432 (Thirty

Thousand Four Hundred Thirty Two), which has to be supplied to the Project level/ Block level office

of the department situated in all the districts of the state. The quantities indicated in respect of each

district may vary depending upon the Government Order.

1. Tender Fee: Rs. 10,000/- (Fifteen Thousand) in shape of a Demand Draft in favour of

Director Social Welfare, Jharkhand, Ranchi, issued by any Nationalized/Scheduled Bank.

2. Earnest Money Deposit: Rs. 15,40,000/- (Fifteen Lakh Forty Thousand only) should be in shape of Bank Guarantee/ F.D.R.

3. Technical bid – Documents as per Clause No. 7 & 8 in support of technical eligibility should be uploaded online on the e-procurement website www.jharkhandtenders.gov.in by the bidder.

4. Financial bid (BoQ)

At first, technical bid of only those bidders who have submitted Tender Fee and EMD (DD/BG in original) will be evaluated. The financial bid of those bidders will only be opened whose technical bid will be found satisfactory and according to instructions,

5. Clarification of Bidding Documents

A prospective bidder requiring any clarification of the bidding document may notify the Purchaser in writing or by e-mail (scan copy of signed letter) at the Purchaser’s mailing address/e-mail id, indicated in the bidding document. The clarification/ corrigendum regarding the same will be uploaded on the aforesaid website.

6. Amendment of Bidding Documents

i. At any time prior to the deadline for submission of bids, the purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment/ corrigendum and the same will be notified through the e-procurement website.

ii. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids.

7. Eligibility/ Pre-Qualification Criteria:

Eligibility criteria for bidders to participate in the e-Procurement are as follows:-

i. Individuals or partnership firm or Registered Company who are in business of manufacturing

of Gas Stove.

ii. Bidder must have a BIS license regarding manufacturing of Gas Stove of two Burners valid at

the time of bidding.

iii. The manufacturing Firm/Partnership Firm or Registered Company in this business should

have a minimum average annual sales turnover of Rs. 3,80,00,000/- (Three Crore Eighty

Lakh only) in the previous three financial years (i.e. 2016-17, 2017-18 and 2018-19).

iv. Bidder shall not be under a declaration of ineligibility Or Black listing for any reason

whatsoever as issued by Government of India or any state government or any public sector

undertaking of the Government of India or any state government. Bidder shall submit an

affidavit regarding the same.

4

v. Bidder should have a valid GST Registration.

vi. Bidders must submit EMD in form of Bank Guarantee/ F.D.R. for Rs 15.40 lakh (Fifteen Lakh

Forty Thousand only) and Tender fee to Rs. 10,000/- (Demand Draft) in favour of Director

Social Welfare, Jharkhand, Ranchi, issued by any Nationalized/Scheduled Bank without

which the tender shall be considered as non responsive.

vii. Jharkhand Procurement Policy, 2014 shall be applicable. Bidder who covered under

Jharkhand Procurement Policy 2014 will be exempted from EMD. Necessary valid certificate

should be enclosed with the documents. All the Manufacturers who are having their

manufacturing capacity in the state of Jharkhand and having registration under MSME will get

the benefits of this policy such as- a) Earnest Money Deposit (EMD) shall be exempted. b) In

tender, participating Micro and Small Enterprises including Khadi and village Industrial units,

Handloom, Handicraft units quoting price within price band of L1+15 percent, shall also be

allowed to supply a portion of requirement by bringing down their price to L1 price in a

situation where L1 price quoted is by someone other than a Micro and Small Enterprise and

such Micro and Small Enterprise shall be allowed to supply up to 20 percent of total tendered

value depending on the capacity of the enterprise. c) In case of more than one such Micro

and Small Enterprise, the supply shall be shared proportionately (to tendered quantity)

depending on the capacity of the enterprises and the price quoted. d) Local MSEs including

Khadi and village industrial units, Handloom, Handicraft having BIS certification shall get an

additional weightage of price band of 2% (in addition to L1 +15%) in case such quality norm

has not been specified in the tender issued for procurement. e) Enterprises of the state, other

than MSEs, will also be entitled for the price preference of L1+5 within the price band. All

other remaining conditions including quantum of supply order will be applicable as mentioned

in b & c above and eligibility criteria as mentioned in 3 (i to vii) of Jharkhand Procurement

Policy 2014.

8. Documents to be furnished (online) by the bidder along with the bid:

i. Copy of the Demand Draft / Bank Guarantee for Tender Fee and EMD.

ii. Copy of a valid certificate of registration/incorporation as a Firm/Company issued by competent authority to the bidder.

iii. Copy of Certificate of GST Registration.

iv. Copy of the license issued by the Bureau of Indian Standards as manufacturers of Gas Stove.

v. Copies of latest three years (2015-16, 2016-17 and 2017-18) Audited Balance Sheet and P/L account, audited by a C.A Firm/Company.

vi. Copies of Income Tax Returns for last three financial years ending 31st March, 2018 (i.e. FY

2015-16, 2016-17 & 2017-18) with a copy of PAN card duly attested.

vii. In case of partnership firm or corporate firm they should furnish a copy of the partnership as the case may be. In case of corporate person to register and participate in the e-procurement process should be furnished. Copy of the same has to be submitted.

viii. The address proof of the authorized signatory Viz latest Telephone bill/copy of valid passport/latest electricity bill/valid voter ID proof/ Aadhar should be submitted along with the application. The address proof in respect of the firm shall be either certificate of registration or certificate of incorporation issued by the concerned authority. Bidder should provide his/her Phone/Mobile No.

ix. Bank Account details of the company along with address of the bank, IFS Code should be submitted on letter head of the firm duly signed by the authorized signatory.

x. Bidder shall also upload a copy of Notarized affidavit on Non Judicial Stamp of Rs. 100/- as per clause 7(iv).

5

SCHEDULE TO THE INVITATION OF TENDER

(Tender for Supply of Domestic Gas Stove (refer 'A' for technical specifications))

9. Tender Fee and Earnest Money Deposit (EMD)

(a) Tender Fee for the participation in the bid is Rs. 10,000/- in the shape of Bank Draft of Nationalized / Scheduled Bank issued in favour of Director, Social Welfare, Jharkhand, Ranchi, DD Payable at Ranchi.

(b) EMD of Rs. 2% of bid value (i.e. Rs. 15.40 lakh) in shape of a Bank Guarantee/F.D.R. pledged to Director, Social Welfare, Jharkhand, Ranchi will have to be submitted by a bidder.

(c) A bidder should submit Tender Fee and EMD (DD/BG) in original at office of Director, Social Welfare, Jharkhand, Ranchi only after the last date of submission of bid and within 48 hours from the above last date. However, the date regarding submission of Tender fee and EMD will be intimated vide NIT.

(d) The amount of earnest money will be forfeited if the bidder withdraws his bid after the opening of bids or if the bidder fails to furnish performance security after awarding of contract.

(e) EMD shall remain valid for a period of 90 days beyond the original validity period of bid or beyond any period of extension requested subsequently.

10. Quotation Price

(a) Bidders will have to bid for entire number of Gas Stoves.

(b) All applicable Taxes and Transportation cost shall be included in the quoted rate.

(c) The rates quoted for each Gas Stove shall be fixed for the duration of the contract and shall not be subject to adjustment.

(d) The bidder must keep the fact in their mind that the quantity mentioned in the schedule of requirement is a tentative approximation of requirement for the above mention period.

(e) Rates are F.O.R. destinations at CDPOs office/ godowns situated in the districts in the first phase (Name of the districts will be intimated later on accordingly).

11. Validity of bid

(a) The successful bidder will have to sign a rate contract agreement with the undersigned which will be effective for a period of one year from the date of signing of agreement. The supply order may be placed with them at different time intervals for the said period.

(b) Bids shall remain valid for 90 days after prescribed date of opening of technical bids. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.

(c) In exceptional circumstances, the Purchaser may solicit the bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing (or by fax/email). The bid security provided under Clause 9 shall also be suitably extended. A bidder may refuse the request without forfeiting its bid security. A bidder granting the request will not be required nor permitted to modify its bid.

(d) A conditional bid shall not be accepted. 12. Condition for supply

(a) The successful bidder (Gas Stove Manufacturer) shall have to supply the Gas Stove to ordered destination, i.e. Project level/Block level office of the department within stipulated time.

(b) Delivery : On each order of supply from the office of Director, Social Welfare the material

will reach the final destination (i.e. CDPO office/godown) and handed over within 90 days. (c) In case of delay in delivery of the items as per the delivery schedule, unless an extension

of time is agreed upon by the Director, a penalty @ 0.5% of the cost of the quantity involved for delayed delivery per week will be made and the amount of deduction will be recovered from the bills of the successful bidder.

6

13. Quality Control

(a) The Gas stove must adhere to 'IS 4246:2002' specification of BIS and must adhere to 'IS 9573:2012' specification of BIS as amended time to time and as per the description mentioned in Section-II- Annexure-A.

(b) The supplier is expected to ensure that the Two-Burner Gas Stove delivered to the designated office of the Department is strictly within the time as stipulated in the supply order and adhere to the quality parameters as stipulated.

(c) The quality parameters other than those parameters mentioned in Annexure-A above

shall be in accordance with the specification indicated in the LERC (LPG Equipment Research Centre) and connected rules and free from faults. The items should be of Indian Origin.

(d) The successful qualified manufacturer will be solely responsible for consequences for any

violation of the LERC (LPG Equipment Research Centre) rules. The successful bidder has to give one sample of each item to the District Social Welfare Office (DSWO).

(e) Apart from the above, in the event of any harm caused due to supply of bad quality, the

concerned manufacturer shall be held solely responsible of any consequential losses/ damages on account of such supplies under the scheme.

14. Inspections and Test

(a) The supplier shall permit the purchaser or its representative(s) to inspect its manufacturing unit/ principal place of business and the supplier's accounts and records relating to the performance of the contract.

(b) The Purchaser or its representative(s) shall have the right to inspect and/or to test the

Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. Assistant Director, Procurement or a team designated by the Director, Social Welfare, Jharkhand, Ranchi may inspect the goods at the point of final dispatch or/and final delivery and issue a certificate that the goods are in conformity with the specification. Inspection shall be carried out as per Technical Specification. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representative retained for this purpose.

(c) The inspections and tests may be conducted on the manufacturing unit/ principal place of

the Supplier at point of delivery and/or at the Goods final destination. All reasonable facilities and assistance, including access to drawings and production data – shall be furnished to the inspectors at no charge to the Purchaser.

(d) (i) Should any inspected or tested Goods fail to conform to the specifications, the

Purchaser may reject the goods and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.

(ii) The Purchaser’s right to inspect, test and, where necessary, reject the Goods after

the Goods’ arrival at final destinations (CDPOs' office or godown) shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.

(iii) Nothing in this Clause shall in any way release the Supplier from any warranty or

other obligations under this Contract. 15. Packing

(a) The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where

7

appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.

(b) The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the Contract including additional requirements, if any, specified in any subsequent instructions ordered by the Purchaser. Details of Packing Instructions are mentioned in Annexure-B

16. Insurance

The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery. For delivery of goods at final destinations, the insurance shall be obtained by the Supplier in an amount equal to 110% of the value of the goods from “warehouse to warehouse” (final destinations) on “All Risks” basis including War Risks and Strikes. Costs of insurance will be included in the bid price mentioned in the financial bid.

17. Warranty

(a) The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent of current models and incorporate all recent, improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that the goods supplied under this Contract shall have no defect arising from design, materials of workmanship (except in so far as the design or material is required by the Purchaser's Specifications) or from any act or commission of the Supplier, that develop, under normal use of the supplied goods in conditions obtaining in the country of final destination.

(b) This warranty shall remain valid for 03 (Three) years for Gas Stove after the Goods or any portion thereof as the case may be, have been delivered (and commissioned) at the final destination indicated in the Contract.

(c) The Purchaser shall promptly notify the Supplier in writing or by Email of any claims arising under this warranty.

(d) Upon receipt or such notice, the Supplier shall with all reasonable speed, repair or replace the defective Goods within a week of getting information without cost to the Purchaser other than where applicable, the cost of inland delivery of the repaired or replaced Goods or parts from ex-works or ex-factory or ex-showroom to the final destination.

(e) The successful bidder shall have to establish atleast one service centre in each Administrative Division of the state.

(f) If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

18. Termination for Default (i) The Purchaser may, without prejudice to any other remedy for breach of contract, by written

notice of default sent to the Supplier, terminate the Contract in whole or part:

(a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser; or

(b) if the Supplier fails to perform any other obligations(s) under the Contract. (c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract.

For the purpose of this Clause: “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

8

“fraudulent practice” means a misrepresentation of facts in order to influence the procurement process or execution of the contract to the detriment of the Purchaser, and includes collusive practice among bidders (prior to or after Bid submission) designed to establish Bid prices at artificial non-competitive levels and to deprive the purchaser of the benefits of free and open competition.

(ii) In the event the Purchaser terminates the Contract in whole or in part, pursuant to Clause 16

(i), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.

19. Termination for Insolvency The Purchaser may at any time terminate the Contract by giving written notice to the Supplier,

if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

20. Force Majeure The successful bidder will not be liable for any excess costs or penalty for failure to perform, if

the failure to perform the Agreement arises out of causes beyond the control and without the fault or negligence of the successful bidder. Such causes may include fire, flood, earthquake or any other natural disaster, blockage of roads, labour dispute / strike, lockout, embargo, riots, failure of law & order and unusually severe weather conditions. Department of Social Welfare Women and Child Development Govt. of Jharkhand, Ranchi will decide such cases on merit and his decision will be final

21. Performance Security

(a) Within 10 days of the receipt of letter of award from the Purchaser, the successful bidder shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the bidding documents (Section-IV).

(b) Performance Security shall be an amount of 5% of the contract value and valid upto 60

days beyond the date of completion of performance obligations including warranty obligations. In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months and the Performance Bank Guarantee for proportionate value shall be extended 60 days over and above the extended warranty period.

(c) The Performance Security shall be denominated in Indian Rupees and shall be in the form of a Bank guarantee/FDR issued by a nationalized/ scheduled bank located in India acceptable to the Purchaser, in the form provided in the bidding documents or another form acceptable to the Purchaser.

(d) Failure of the successful bidder to comply with the requirement shall constitute sufficient

grounds for the annulment of the award and forfeiture of the bid security, in which event the Purchaser call for new bids.

(e) The proceeds of the performance security shall be payable to the Purchaser as

compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

(f) The performance security will be discharged by the Purchaser and returned to the

Supplier not later than 60 days following the date of completion of the Supplier’s performance obligations, including any warranty obligations, unless specified otherwise.

(g) In the event of any contract amendment, the Supplier shall, within 21 days of receipt of

such amendment, furnish the amendment to the Performance Security, rendering the

9

same valid for the duration of the Contract, as amended for further period of 60 days thereafter.

22. Evaluation of quotation The Procurement Committee would by and large follow the schedule as given in the e-

Procurement Notice. The purchaser reserves the right to modify the schedule. However any changes to the schedule would be prior notified through the e-procurement portal. Procurement committee will evaluate and compare the quotations determined to be substantially responsive and confirmed to the terms and conditions and specifications.

The duties, taxes and other levies payable including all the taxes and transportation shall be

included in the item rate. The bidder must include all such taxes in the item rate in his quotation.

23. Award of contract The purchaser will award the contract to the bidder whose quotation has been determined to

be substantially responsive and who has offered the lowest evaluated quotation price on rate contract for the respective schedule.

(a) The L1 bidder shall have to provide two samples of the item to the purchaser. After inspection of the item through competent Lab/Agency and getting a satisfactory report, work order may be issued.

(b) The bidder whose bid is accepted will be informed of the award of contract by the purchaser. The terms of the accepted offer shall be incorporated in the purchase order.

(c) Since the agreement will be a rate contract agreement the purchaser will have liberty to increase, decrease or even part supply order distributed over the rate contract period.

(d) Payment shall be made after delivery of the goods in satisfactory condition and confirmation report by the concerned District Social Welfare Officers or incharge District Social Welfare Officers regarding receipt of the goods.

(e) Notwithstanding the above, the purchaser reserves the right to accept or reject any quotation and to cancel the bidding process and reject all quotations at any time prior to the award of the contract.

24. Mode of Payment

(a) The successful bidder (supplier) will submit bills for the supplied items to the office of Director, Social Welfare. The bill should be supported by receipts/challan signed by the CDPO of the concerned project office.

(b) After the scrutiny of the bills and obtaining verification report from concerned DSWOs the Director, Social Welfare will make payments to the successful.

(c) All payments will be made through RTGS/ electronic fund transfer.

(d) All applicable deductions will be made at the time of payment. 25. Resolution of Disputes

(a) The purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

(b) If, after thirty (30) days, the parties have failed to resolve their dispute or difference by

such mutual consultation then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by

10

arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.

(c) Notwithstanding any reference to arbitration herein, the parties shall continue to perform

their respective obligations under the Contract unless they otherwise agree. 26. Applicable Law and Jurisdiction

(a) The Contract shall be interpreted in accordance with the laws of the Union of India.

(b) In case of a legal dispute the jurisdiction for its settlement will be that of a Court of Law having Jurisdiction at Ranchi.

11

SECTION-II

ANNEXURE- A

Technical Specifications for Two-Burner LPG Stove Minimum Requirement

Sl. No. Component Specification

1. Stove's Body Size Not less than 650 mm x 350 mm x 100 mm

2. Stove Body Rust proof Stainless Steel body with full polish and gauge

thickness to be 0.6 mm minimum.

3. Spill Tray Stainless steel spill tray, weight of each tray should be 60

gms minimum.

4. Pan Support

Material: 0.6 mm Powder coated, Stainless Steel or

Enamel coated MS. The weight should not be less than

260 gms for each pan support. 125 mm diameter vessel

remains stable over burner.

5. Gas Pipe 16 Gauge and Rust proof MS Tube.

6. Gas Cock Should be of Brass/Steel and weight not less than 80 gms

each.

7. Injector Jet

Material should be of Brass. Rating should be as per Para

17.1 of BIS specification IS 4246:2002 with latest

amendment.

8. Mixing Tube

Rust proof dye casted Aluminum Alloy mixing tube.

Weight for the set of two tubes should not be less than

260 gms.

9. Burner Top

High efficient Brass Burner top with three pin base and

big burner not less than 160 gm weight and small burner

not less than 120 gm weight. Burner is stable and no

undue movement in a horizontal direction.

10. Leg Bush Rubber leg not less than 40 mm high.

11. Gas Tape/ Knobs

Gas knob should be of BAKELITE. 'ON', 'OFF' is clearly

and durably indicated. All taps close in same direction.

Direction of rotation of tap knob from Off-On-Simmer is

anti clockwise. Tap position is visible from a distance of 3

meter.

12. Marking on LPG Stove

BIS standard mark printed on the metallic plate and fixed

at the front of LPG Stove Body. Brand name and model

name of the stove to be embossed on the stove body.

13. Thermal Efficiency 68% and above

14. The Gas stove must adhere to 'IS 4246:2002' specification of BIS as amended

time to time.

12

SECTION-II

ANNEXURE- B

Requirement of Packing and Marking to be Ensured

1. Packing: (as per IS 4246:2002 specification of BIS – Clause No. 30)

Each Stove packing should have following printed on it:

i. BIS Standard Mark

ii. A message "Anganwadi Services, Jharkhand" to be printed

iii. The size, thickness of the sheet body, model of the stove, type of Pan supports i.e. SS or

Enamel coated to be mentioned on the packing

iv. Each LPG Stove should carry copy of internal Q.C. certificate

v. Warranty mentioned: 3 years. Thermal efficiency – 68% plus

vi. On top of the packing 'NOT FOR OPEN MARKET SALE', photo of the Model.

2. Instruction Card: IS 4246:2002 – Clause No. 28

Instruction Cards shall be accompanied with each Gas Stove and should have following information:

i. Brief instructions for installation and regulation, which include piping and fitting, if any.

ii. Rating of the burners in Kcal/h with LPG

iii. Instructions for the correct operation of the Gas Stove

iv. Words 'For use with LPG at 2.942 kN/m2 (30gf/cm

2 approximately)

v. Any special instructions for the safe use of the Stove –

".............................................."

3. Marking: IS 4246:2002 – Clause No. 29 & STI – Clause No. 4.1

Name Plate of the Stoves should have following Markings:

i. Position of Name Plate on the Stove Body. Front/Back/Side

ii. Material of Name Plate is Metallic made of AI. Sheet

iii. Name Plate permanently riveted to Stove Body

iv. BIS Standard Mark, IS: 4246 & BIS License No.

v. Sr. Number of Gas Stove on Name Plate (to be punched)

vi. Vendor's Name and/ or initials or registered trademark

4. Markings on Body & Components:

Body & attached components of the Stoves should have the following Markings as per the BIS

Approved Drawings:

i. BIS Standard Mark printed on metallic plate and fixed at the front of the Stove Body. (STI-

Clause 4)

ii. Model name of the Stove should be embossed on the Stove Body

iii. Vendor's Brand Name Embossed on the Stove Body (STI-Annex A Clause 3)

iv. Vendor's identification Mark available on Components viz., Burners, Gas Tubes, Injector

Jets, Gas Cocks & Mixing Tubes (STI-Annex A Clause 6.2)

v. Manufacturer's identification Mark available on Components viz., Burners, Gas Tubes,

Injector Jets, Gas Cocks & Mixing Tubes (STI-Annex A Clause 6.2)

Note:

1. The serial number of any model should be maintained continuously from .................................

for the year.

2. Invoice should contain brand, model, detail, sl. Nos. of stoves being dispatched.

3. The above is minimum requirement.

4. The statutory and BIS requirements are to be met.

13

SECTION III: BID SECURITY FORM Whereas ………………………. (hereinafter called “the Bidder”) has submitted its Bid dated …………… (date of submission of Bid) for the supply of ……………………………. (name and/or description of the goods) (hereinafter called “the Bid”). KNOW ALL PEOPLE by these presents that WE ……………………. (name of bank) of ……………….. (name of country), having our registered office at ……………….. (address of bank) (hereinafter called “the Bank”) are bound unto ……………………….(name of Purchaser) (hereinafter called “the purchaser”) in the sum of ……………………………….. for which payment well and truly to be made to the said Purchaser, the bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this …………day of ……………20 ………. THE CONDITIONS of this obligation are: 1. If the Bidder (a) withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid

Form; or (b) does not accept the correction of errors in accordance with the ITB; or 2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the

period of Bid validity: (a) Fails or refuses to execute the Contract Form if required; or (b) Fails to or refuses to furnish the performance security, in accordance with the

Instruction to Bidders; We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including forty five (45) days after the period of the Bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

………………..………

(Signature of the Bank) __________________________________________ 1. Name of Bidder

14

SECTION IV: PERFORMANCE SECURITY FORM To: ______________________________ (Name of Purchaser) WHEREAS …………………………………………………………. (Name of Supplier) hereinafter called “the Supplier” has undertaken, in pursuance of Contract No………………….. dated ……………20 ….. to supply …………………………………………………………… (Description of Goods and Services) hereinafter called “the Contract”. AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier’s performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ……………………………………………………… (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ………………………………….. (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the …………….. day of …………….20 …..

Signature and Seal of Guarantors

…………………………….

………………...…….…….

………………..…….…….

Date ………………20….

Address ………………….

………………...………….

………………..………….