OFFICE OF THE CHIEF EXECUTIVE OFFICER SHRI MATA … · 2020-03-25 · Reasi District of Jammu and...

25
. 1 | Page OFFICE OF THE CHIEF EXECUTIVE OFFICER SHRI MATA VAISHNO DEVI SHRINE BOARD, Central Office, Jammu Road, Katra (J&K) 182301 Fax: +91- 1991-232120 Tel.: +91-1991-232818 E-mail: [email protected], [email protected] Notice Inviting e- Tender e-NIT No. CO/SW/31/01 of 2019, Dated: 10.04.2019 E-Tender on the prescribed format duly affixed with Revenue Stamp worth Rupees Six only are invited on behalf of the Chairman, Shri Mata Vaishno Devi Shrine Board from the manufacturers of Bio-Sanitation / Bio-Remediation products for Rate Contract for the supply of following items for a period of one year:- S. No. Name of item Amount of CDR (in Rs.) Tender Fee (in Rs.) Receiving / Opening Authority 1 . Eco-friendly Microbial / Bioremediation of Septic Tank sludge / Solid Waste Treatment from the Toilet Blocks. 5.0 Lac 1,000/- Tender Opening Committee 2. Eco-friendly microbial / herbal products for odour control, composting & all purpose cleaning of the toilet blocks (floor / walls / tiles / WC / glass / ceramic etc). 5.0 Lac The e-NIT consisting of qualifying information, Eligibility Criteria, Specifications, Bill of Quantities, (B.O.Q), set of Terms & Conditions of Contract and other details can be seen / downloaded from the departmental Website:- http://jktenders.gov.in & on SMVDSB website www.maavaishnodevi.org as per following: Publishing Date 10.04.2019 at 02.00 PM Download Start Date 10.04.2019 at 02.00 PM Document Download / Sale End Date 24.04.2019 at 02.00 PM Bid Submission Start Date 10.04.2019 at 10.00 AM Pre Bid Conference 16.04.2019 at 11.00 AM Bid submission End Date (Online) 24.04.2019 up to 02:00 PM Date of Opening of Technical Bid (Online) 25.04.2019 at 11:30 AM (In the Office of Addl. Chief Executive Officer, SMVDSB, Katra) Date of Opening of Financial Bid (Online) 25.04.2019 at 01:00 PM (In the Office of Addl. Chief Executive Officer, SMVDSB, Katra) The tender should be accompanied with an earnest money in the form of CDR / FDR of the amount mentioned above from any Nationalized / scheduled Bank duly pledged to the Chief Accounts Officer, Shri Mata Vaishno Devi Shrine Board, Katra and Tender Fee of Rs.1,000/- in the official account of Shri Mata Vaishno Devi Shrine Board Branch J&K Bank Katra, Account No. 0235040500001804, IFSC JAKA0KATTRA. The bidder shall mention UTR No. in the prescribed Technical Bid Form at Annexure-‘Á’. Complete bidding process will be done online on e-Tender portal www.jktenders.gov.in & www.maavaishnodevi.org. The tenders should be submitted strictly in accordance with the provisions of the detailed e-NIT. No Proposal will be accepted in physical form. The successful bidder shall submit the original instruments in respect of cost of documents, EMD and other relevant documents within 3 days after intimation from this office. Sd/- Addl. Chief Executive Officer SMVD Shrine Board, Katra

Transcript of OFFICE OF THE CHIEF EXECUTIVE OFFICER SHRI MATA … · 2020-03-25 · Reasi District of Jammu and...

.

1 | P a g e

OFFICE OF THE CHIEF EXECUTIVE OFFICER SHRI MATA VAISHNO DEVI SHRINE BOARD,

Central Office, Jammu Road, Katra (J&K) – 182301 Fax: +91- 1991-232120 Tel.: +91-1991-232818

E-mail: [email protected], [email protected]

Notice Inviting e-Tender e-NIT No. CO/SW/31/01 of 2019, Dated: 10.04.2019

E-Tender on the prescribed format duly affixed with Revenue Stamp worth Rupees Six only are invited on behalf of the Chairman, Shri Mata Vaishno Devi Shrine Board from the manufacturers of Bio-Sanitation / Bio-Remediation products for Rate Contract for the supply of following items for a period of one year:-

S. No.

Name of item Amount of CDR

(in Rs.)

Tender Fee

(in Rs.)

Receiving / Opening Authority

1. Eco-friendly Microbial / Bioremediation of Septic Tank sludge / Solid Waste Treatment from the Toilet Blocks.

5.0 Lac

1,000/-

Tender Opening

Committee 2. Eco-friendly microbial / herbal products for

odour control, composting & all purpose cleaning of the toilet blocks (floor / walls / tiles / WC / glass / ceramic etc).

5.0 Lac

The e-NIT consisting of qualifying information, Eligibility Criteria, Specifications, Bill of Quantities, (B.O.Q), set of Terms & Conditions of Contract and other details can be seen / downloaded from the departmental Website:- http://jktenders.gov.in & on SMVDSB website www.maavaishnodevi.org as per following:

Publishing Date 10.04.2019 at 02.00 PM

Download Start Date 10.04.2019 at 02.00 PM

Document Download / Sale End Date 24.04.2019 at 02.00 PM

Bid Submission Start Date 10.04.2019 at 10.00 AM

Pre Bid Conference 16.04.2019 at 11.00 AM

Bid submission End Date (Online) 24.04.2019 up to 02:00 PM

Date of Opening of Technical Bid (Online) 25.04.2019 at 11:30 AM (In the Office of Addl. Chief Executive Officer, SMVDSB, Katra)

Date of Opening of Financial Bid (Online) 25.04.2019 at 01:00 PM (In the Office of Addl. Chief Executive Officer, SMVDSB, Katra)

The tender should be accompanied with an earnest money in the form of CDR / FDR of the amount mentioned above from any Nationalized / scheduled Bank duly pledged to the Chief Accounts Officer, Shri Mata Vaishno Devi Shrine Board, Katra and Tender Fee of Rs.1,000/-in the official account of Shri Mata Vaishno Devi Shrine Board Branch J&K Bank Katra, Account No. 0235040500001804, IFSC – JAKA0KATTRA. The bidder shall mention UTR No. in the prescribed Technical Bid Form at Annexure-‘Á’. Complete bidding process will be done online on e-Tender portal www.jktenders.gov.in & www.maavaishnodevi.org. The tenders should be submitted strictly in accordance with the provisions of the detailed e-NIT. No Proposal will be accepted in physical form. The successful bidder shall submit the original instruments in respect of cost of documents, EMD and other relevant documents within 3 days after intimation from this office.

Sd/- Addl. Chief Executive Officer

SMVD Shrine Board, Katra

.

2 | P a g e

Instruction to Bidders regarding e-Tendering process: 1. The interested bidder can download the e-NIT / bidding document from the

website www.jktenders.gov.in & www.maavaishnodevi.org. 2. To participate in bidding process, bidders have to get (DSC) “Digital Signature

Certificate” as per information Technology Act-2000, to participate in online bidding. This certificate will be required for digitally signing the bid. Bidders can get above mentioned digital certificate from any approved vendors.

3. The Bidders, who already possess valid (DSC) Digital Signature Certificates, need not to procure new Digital Signature Certificate.

4. The bidders have to submit their bids online in electronic format with Digital Signature. The bids cannot be uploaded without Digital Signature. No Proposal will be accepted in physical form.

5. Bids will be opened online as per time schedule mentioned in the e-NIT. 6. Before submission of online bids, bidders must ensure that scanned copies of all

the necessary documents have been attached with bid. 7. The department will not be responsible for delay in online submission of bids

whatsoever reasons may be. 8. All the required information for bid must be filled and submitted online. 9. Bidders should get ready with the scanned copies of cost of documents & EMD as

specified in the tender documents. 10. The details of cost of documents, EMD specified in the tender documents should

be the same, as submitted online (scanned copies) otherwise bid will not be accepted.

11. Bidders are advised to use “My Documents” area in their user on http://jktenders.gov.in, e-tendering portal to store important documents like Balance sheet, GST Registration Certificate, Tax Clearance Certificate, IT certificate, Manufactures authorization and other related documents etc., and attach these certificates as Non-Statutory documents while submitting their bids.

12. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents or its name. In no case they should attempt to create similar BOQ manually. The BOQ downloaded should be used for filling the item rate as prescribed and it should be saved with the same as it contains.

13. Bidders are advised to scan their documents at 100 DPI (Dots per Inch) resolutions with Black and White, PDF \ Scan properly.

14. The guidelines for submission of bid online can be downloaded from the website http://www.jktenders.gov.in. & www.maavaishnodevi.org.

15. The Tenderer(s) should carefully study the document and prepare his tender with consideration of all provisions of the document. He should fully acquaint himself with site conditions and all other factors which may influence preparation of his tender.

Sd/- Addl. Chief Executive Officer

SMVD Shrine Board, Katra No.: CO/SW/31/62-65 Dated: 10.04.2019 Copy to the: - 1. Chief Executive Officer, SMVDSB, Katra. 2. Chief Accounts Officer, SMVDSB, Katra. 3. Assistant Conservator of Forests, SMVDSB, Katra for information. 4. Jr. Manager (Sanitation), SMVDSB, Katra for publishing the e-NIT in the leading

newspapers within State and National for wide publicity and follow-up.

.

3 | P a g e

OFFICE OF THE CHIEF EXECUTIVE OFFICER SHRI MATA VAISHNO DEVI SHRINE BOARD, Central Office, Jammu Road, Katra (J&K) – 182301

Fax: +91- 1991- 232120 Tel.: +91-1991-232818 E-mail: [email protected], [email protected]

e-NIT No. CO/SW/31/01 of 2019, Dated: 10.04.2019

SUBJECT: Notice inviting E-Tender on the prescribed format duly affixed with

Revenue Stamp worth Rupees Six only are invited on behalf of the Chairman, Shri Mata Vaishno Devi Shrine Board for Purchase for “Rate Contract for supply of Bio-Sanitation / Bio-Remediation material (from the manufacturers only) for a period of one year, for Eco-friendly Microbial / Bio-Remediation of Septic Tank sludge / Solid Waste Treatment generated from the Toilet Blocks & Eco-friendly Microbial / Herbal products for odour control, composting & all purpose cleaning of the Toilet Blocks (Floor / Walls / Tiles / Wc / Glass / Ceramic etc)”.

1. REQUIREMENT:

For and on behalf of Governor of Jammu & Kashmir state, through CEO, SMVDSB, e-Tenders under Two Bids System are invited from Original Manufacturers for “Rate Contract for supply of Bio-Sanitation / Bio-Remediation material (from the manufacturers only) for a period of one year, for Eco-friendly Microbial / Bio-Remediation of Septic Tank sludge / Solid Waste Treatment generated from the Toilet Blocks & Eco-friendly Microbial / Herbal products for odour control, composting & all purpose cleaning of the Toilet Blocks (Floor / Walls / Tiles / Wc / Glass / Ceramic etc). The detailed Tender Document containing details of the items with full description and Terms and Conditions is available at www.jktenders.gov.in & www.maavaishnodevi.org.

2. TENDER SCHEDULE:

Publishing Date 10.04.2019 at 02.00 PM

Download Start Date 10.04.2019 at 02.00 PM

Document download / Sale end date 24.04.2019 at 02.00 PM

Bid Submission start Date 10.04.2019 at 10.00 AM

Pre bid Conference 16.04.2019 at 11.00 AM

Bid submission End Date (Online) 24.04.2019 up to 02:00 PM

Date of Opening of Technical Bid (Online)

25.04.2019 at 11:30 AM (In the Office of Addl. Chief Executive Officer, SMVDSB, Katra)

Date of Opening of Financial (Online) 25.04.2019 at 01:00 PM (In the Office of Addl. Chief Executive Officer, SMVDSB, Katra)

3. INTRODUCTION:

a) Katra or Katra-Vaishno Devi, as it is popularly known, is a small Town in Reasi District of Jammu and Kashmir situated in the foothills of the Trikuta Mountains, where the Holy Shrine of Shri Mata Vaishno Devi Ji is located. It is located 42 km from the city of Jammu. Katra is located at 32.98°N 74.95°E and situated at an altitude of 2600 ft. (above sea level).

.

4 | P a g e

b) Katra serves as the Base Camp for pilgrims who visit Vaishno Devi. The

number of pilgrims that visit the shrine every year has increased from 1.4 million in 1986 to more than 10 million in 2011. To reach Vaishno Devi Mandir (Temple) the pilgrims have to trek for 14 km. There is another track (1.5 km) from Vaishno Devi Temple for Baba Bhairon Nath. There is total 29 Kms of operational track length in the Shrine area but horses ply in only 15 km track length though Pithus and Palkis are operational in all areas.

c) Shri Mata Vaishno Devi Shrine Board has come into existence through the Jammu and Kashmir Shri Mata Vaishno Devi Shrine Act, 1988. The objective of the constitution of the Shrine Board as per the Shrine Board Act is to provide “better management, administration and governance of the Shri Mata Vaishno Devi Shrine and its endowments, including land and buildings attached, or appurtenances, to the Shrine”. The Shrine Board is a responsible authority and has always shown its commitment towards preservation and conservation of environment besides ensuring highest standards of hygiene and sanitation for more than 8 million pilgrims visiting the Holy Shrine annually.

d) Shrine Board has constructed more than 50 toilet blocks (having more than 450 seats) for facilitation of visiting pilgrims along the track, besides, various accommodation units of the Shrine Board having attached as well as common toilets.

4. OBJECTIVE OF THE TENDER: For the eco-friendly cleaning of existing toilets in shrine area and creating a good ambiance for the visiting devotees, bio based herbal cleaning products with fragrance (citrus, lavender, rose, jasmine, sandal etc.) will be used to prevent the chemical exposure, reduction of toxic waste in the water and air, promoting better environment for vegetation.

5. Detail / specification / application / properties of the bio-sanitation products: Interested manufacturing firms already working in the field, fulfilling the following criteria may apply with requisite documentary proof.

Technical Specification of BIO-SANITATION products and its implementation for solid waste composting and natural, eco-friendly deodorizer and sanitizer floor cleaner:

5.1 Organic powder for solid waste composting:

(A) Solid waste composting microbial cultures (Specification for Product):

Parameter Specifications

Nature of product Solid amorphous powder

Form Powder

Colour Off white to tan colour

pH Limit 6 to 7.5 (1% soln.)

Avg. Particle size Less than 50 microns

Bulk Density Between 1 to 1.5 gm/cc

.

5 | P a g e

Parameter Specifications

Volatile Organic Content (Mass %) Less than 5%

Total microbial count NLT 107 CFU/gm

Salmonella Absent

Shigella Absent

Total Colifrom Max 10

Shelf Life 2 years from the date of Manufacturing

Vita elements Ca, Zn, Fe, Mg, Cu, So4, nitrates, nitrites etc.

Nitrogen, Phosphorous, Potassium (N-P-K)

Between 1.5% to 2%

(B) The Solid waste composting microbial cultures (Deodorant cum

insect repellent Powder and composting in Manure) shall have the following Properties:

(i) Microbial Compost culture shall contain natural bacteria

originally derived from soil which utilize only non-living organic matter as a food source.

(ii) Removal / neutralization of Foul smell (iii) Helps in improvement of manure handling (iv) Helps in Pathogen reduction (v) Excellent soil conditioner (vi) Non hazardous (vii) No Chemical Base (viii) The product must substantially reduce foul odour, repel

insects and compost organic matter also. (ix) The product should be in powder form without offensive

smell. (x) The use of the product (as spray over the garbage) should

not create toxicity hazard to those handling the materials.

(C) Area of Application:

(i) Garbage Collection Points (ii) Mule Dung collection Points (iii) Municipal Solid Waste dumping sites (iv) Dead Animals dumping sites (v) Vegetable, fruit and kitchen waste dumping places (vi) Pony Stands (vii) Sewerage Treatment Plant area (viii) Septic tank area (ix) Track from Katra to Bhawan. (x) Drains

(D) Capacity of application of Compost:

(i) Compost culture should have potential to compost @ 1gm/1 kg of biodegradable waste.

.

6 | P a g e

(ii) The culture shall be able to complete the composting process in 30 to 40 days and manure generated should be rich in quality & nutrients.

(iii) Compost shall safely accelerate the natural process by converting organic matter of all types into harmless by-products.

5.2 Eco-friendly bio liquid for all purpose cleaning:

(A) Eco friendly deodorizer, sanitizer, floor cleaner, all purpose cleaner

(Specification for Product):

S. No. Parameter Specifications

1. Form Liquid

2. Colour Light green/ dark green

3. Odour Pineous / Camphorous

4. pH Limit 9 to 10

5. Specific gravity 1.02-1.03

6. Salmonella Absent

7. Shigella Absent

8. Total Coliform Max 10

9. Shelf Life 2 years from the date of Manufacturing

(B) Eco friendly deodorizer, sanitizer floor cleaner, all purpose cleaner

(Deodorant cum insect repellent Liquid) shall have following properties:

(i) Removal / neutralization of foul smell (ii) One solution for all (one application and multiple solution) and

should be perfect to clean Floor, wall, WC, mirror, washbasin, tiles, marble etc.

(iii) Shall digest the dirt and prevent the growth of harmful pathogens

(iv) Safe, environment friendly & shall spreads pleasant aroma (v) Provides effective cleaning, strong against germs & easy to

use (vi) Non hazardous – Bio degradable (vii) No Petroleum Base Solvent (viii) Oil and Plant extract (Herbal) base product (ix) The product must substantially reduce foul odor and repel

flies, mosquitoes, etc. (x) The product should be in liquid concentrated form with good

dilution rate and without offensive smell, and must form proper Emulsion when diluted in water.

(xi) The product should have shelf life of minimum 24 months (xii) The uses of the products as spray over the garbage should

not create toxicity hazard to those handling the materials. (xiii) The product should be plant extract and purely oil base, eco-

friendly, biodegradable. (xiv) The product should not contain phenolic compounds.

.

7 | P a g e

(C) Area of Application:

(i) Inside/outside the cave area at Adhkuwari and Bhawan (ii) Atka area (iii) Temple complexes at Adhkuwari & Bhairon Ji (iv) Track area (v) Blanket Stores (vi) Kitchen Stores (vii) Cooking area (viii) Restaurants (ix) Stagnant Water sites (x) Toilet Blocks (xi) Public urinals (xii) Stinking areas (xiii) Open Nallahs (xiv) Garbage collection vehicles and garbage bins (xv) Drains

5.3 (A) Technical Specification of Bioremediation Product for septic

sludge / solid waste treatment:

Parameters Specifications

Nature of product Solid amorphous powder

Form Powder

Colour Off white to tan colour

Odour Non-putrescent

Consistency Free flowing

pH 5.5 – 7.5

Avg. Particle size Less than 50 microns

Bulk Density Between 1 to 1.5 gm/cc

Volatile Organic Content (Mass %) Less than 5%

Total microbial count NLT 107 CFU/gm

Salmonella Absent

Shigella Absent

Total Colifrom Max 10

Shelf Life 2 years from the date of Manufacturing

Vita elements Ca, Zn, Fe, Mg, Cu, So4, nitrates, nitrites etc.

Nitrogen, Phosphorous, Potassium (N-P-K)

Between 1.5% to 2%

Moisture content < 5%

.

8 | P a g e

(B) The septic microbial product shall have following properties:

(i) Microbial technology should be an all-natural, biotech based system effective in reviving and maintaining water and sludge quality. It shall be designed to bring polluted water back into ecological equilibrium. The result should be odour control and reduced organic sediment

(ii) Product should be safe to use as biochemical accelerator. (iii) Enhances the activity of microbes present in product, as well

as the natural organisms present in the water and sludge. (iv) It should help to achieve faster degradation of pollutants. (v) Products should not be genetically engineered altered in any

way. All bacteria used in are natural isolates, selected for desirable properties. Bacteria present in technology should be non-pathogenic (are not a cause of disease) to humans, animals and plants, and considered GRAS (Generally Recognized As Safe)

(C) Area of Application:

(i) Septic tanks. (ii) Septage Control Nallahs and Drainages (iii) Septage Control in STP Plants (iv) Septage Control in Septic Tanks and Shock Pit

(D) Septage Control in Septic Tank and Shock Pit:

(i) Restores biological health of the septic systems naturally. (ii) Eliminates foul odours emanating from the septic system. (iii) Microbes for Septic should biodegrade organic blockages in

drain field lines, gravel leach pits and porous stone pit walls. (iv) Keeps septic lines and drain fields cleaner with reduced

carryover of undigested organic pollutants. (v) Reduce septic tank pump-outs. (vi) Operational savings, avoidance drainage clogging and saving

cost on major repairs.

(E) Operation & Maintenance:

(i) The successful bidders shall deploy a full time technical resource person for carrying out the operation & maintenance of the septic tanks wherein; process of bio-remediation shall be taken up.

(ii) The technical resource person shall be responsible for maintaining proper dosage in the septic tanks as per the schedule, arranging sterilized containers for the collection of samples, providing of training to the identified manpower of the Shrine Board etc.

(iii) For the operation & maintenance purpose, the successful bidder shall deploy the technical resource person at his own cost.

5.4 The successful bidder shall submit two samples of the offered products to

Shrine Board and the same shall be tested from a NABL accredited

.

9 | P a g e

laboratory on the parameters / specifications detailed in the Clause No. 05 of the e-NIT. The charges incurred on the lab test shall be borne by the H1 bidder.

5.5 If the results in the test reports of the bio-products will not comply with the

specifications mentioned at Clause No. 05 of the e-NIT, the Shrine Board will not be liable to purchase the said product from H1 and will be at liberty to proceed ahead for the same with H2 accordingly, if desired or retender.

6. ELIGIBILITY CRITERIA:

a) The company of the bidder shall be registered under the Indian Companies

Act, 1956. The Bidder shall submit background information of the firm viz. Office setup, contact details and working phone / cell number, authority letter for signing the tender documents.

b) The bidder should be a manufacturer of the products having its own

registered manufacturing and R&D facility in India equipped with required modern equipments, machinery & scientists / researchers on its pay roll. Photocopy as proof of the same and resumes of the scientists / researchers engaged for R&D shall be enclosed with the technical bid.

c) The bidder should have a minimum experience of 05 years in the field of

Research & Development, Manufacturing and Supplying of bio-sanitation / bio-remediation products.

d) The Bidders must have supplied the Bio sanitation / Bio-remediation

products to minimum two organizations in last one year having a financial implication of at least Rs. 20.00 Lac (Rupees Twenty Lakh Only) per supply order. The list of Clients along with completion certificate, Name and Contact details of the persons should be submitted along with technical bid.

e) The bidder and their products should be registered on GeM portal in its

latest version. A copy of registration certificate shall be enclosed with the technical bid.

f) The bidder shall upload & successful bidder submits its bid in the

prescribed format only. g) The bidder shall deposit Tender Fee of Rs.1,000/- in the official account of

Shri Mata Vaishno Devi Shrine Board Branch J&K Bank Katra, Account No. 0235040500001804, IFSC – JAKA0KATTRA (in IFSC Code JAK0KATTRA – 0 stands Zero). The bidder shall mention UTR No. in the prescribed Technical Bid Form at Annexure-‘Á’.

h) EMD amounting to Rs. 5,00,000/- (Rs. Five Lakh Only) for septic

treatment product and Rs. 5,00,000/- (Rs. Five Lakh Only) for bio-sanitation cleaning products (powder & liquid) in the shape of CDR/FDR/TDR. No Proposal will be accepted in physical form. The successful bidder shall submit the original instruments in respect of cost of documents, EMD and other relevant documents within 3days after intimation from this office. If the scanned copies of EMD & Tender Fee is not containing in Technical Bid, the tender will be out-

.

10 | P a g e

rightly rejected. i) The Bidder should be registered with the concerned/required Govt.

Departments; proof of the registration shall be furnished as a part of technical document.

j) The Company/ registered Agencies/ Firms should have relevant ISO

Certifications for Research & development and Manufacturing of bio-sanitation / bio-remediation products.

k) The bidder should be an Income Tax payee. Bidder must have an annual

turnover of at least Rs. 5.00 crore cumulative during the last three financial years i.e. 2016-17, 2017-2018 and 2018-19, Attested copies of audited balance sheets and profit and loss of account for the last three years i.e. 2016-17, 2017-2018 and 2018-19 shall be attached along-with proof of PAN & GST.

l) The tenderer must have sound financial background. It should have

positive net worth of at least Rs. 50.00 lakhs each year continuously for last three years (last 3 years consolidated net worth must be more than Rs. 1.50 Crores).

m) The Company must have at least 10 technical persons on its roll for last 06

months (Attach their CVs and Salary slips & Bank Statement in support of their salary release).

n) The tenderer shall have to submit a copy of Non Toxicity certificate for

each product from a laboratory registered under MoEF, GoI only, in absence of which the offer shall not be accepted.

o) In case of successful bidder the EMD amount of Rs.5.00 Lakh shall be retained as Security Deposit for 14 months from the date of signing of LoA.

7. The Tenderer shall submit the following information/documents duly

supported with documentary evidence wherever required, and this shall form part of the technical bid legible scan copies : a) Proof of Registration of Firm/ Company Memorandum of Association

(MoA). b) Copy of Pan Card. c) Copy of Sales Tax / GST Registration certificate. d) Copy of Last three financial years ITR. e) Bank Insolvency Certificate. f) Copy of ISO certificates. g) List of similar supply order. h) Copy of two supply orders having a financial implication of at least

Rs. 20.00 Lac (Rs. Twenty Lakh Only) per supply order. The list of Clients along with completion certificate, Name and Contact details of the persons should be submitted.

i) Tender Fee of Rs.1,000/-in the official account of Shri Mata Vaishno Devi Shrine Board Branch J&K Bank Katra, Account No. 0235040500001804, IFSC – JAKA0KATTRA (in IFSC Code JAK0KATTRA – 0 stands Zero).

.

11 | P a g e

The bidder shall mention UTR No. in the prescribed Technical Bid Form at Annexure-‘Á’

j) Earnest Money Deposit of requisite money (refundable) in shape of CDR/FDR valid for twelve months drawn in favour of Chief Accounts Officer, SMVDSB, Katra.

k) Background information of the firm viz. Office setup, contact details and working phone/cell number, authority letter for signing the tender documents.

l) Company’s name, core business along-with a list of qualified and professional manpower already available with the Tenderer in all categories - managerial, supervisory and workers on the ground to handle manufacturing jobs, their professional qualifications and experience in the field. (Name of each professional and his qualification to be clearly mentioned in the list to be enclosed).

m) List of equipment, electronic / electrical gadgets and other equipments available with the Tenderer for manufacturing and Research & Development along-with ownership proof / conditions of the equipment and date of purchase. Besides, the list of machines/ equipments and other gadgets shall be provided at the site by the firm be also indicated.

n) The financial bid of the bidder will not be admitted if any document is lacking as per the requisite

o) The price bid uploaded on the website in time will be opened after evaluation of the technical bids by the committee.

8. SCOPE FOR WORK:

a) Supply of the material strictly as per the specifications mentioned under the

Serial No. 5 of the e-Tender Document. b) Conduct of regular trainings for the SMVDSB employees with the co-

ordination of training cell Central office about the usage of bio-products / applications and its continuous monitoring mechanism and properly documented.

c) Supplier shall provide the necessary literature in Hindi/English (name of the firm or any information related to the firm shall not be included in the literature) free of cost to Shrine Board for pasting them on the walls where the bio-products would be used. The design of the literature shall be finalized in-consultation with the concerned Incharge Sanitation Wing SMVDSB, Katra.

9. TRAINING & MONITORING MECHANISM:

a) The supplier shall depute its trained personnel at Bhawan, Sanjichhat,

Bharion Ji, Adhkuwari, Banganga, Katra and Jammu on need basis to provide operational support/services at each sector of SMVDSB on twenty-four hour basis for a period of 03 days in every month. The period of 03 days be specified at least by way of advance circulation of itinerary. During the training the deputed trainer shall record his presence in the register maintained by the sanitation staff of that area with date & time. Moreover, the successful bidder shall arrange a technical person who shall be responsible for Operation & Maintenance of septic tanks like arranging requisite material at the identified toilet blocks, managing dozing schedules, collection of samples, generating MIS and providing proper training with regard to the bio-remediation to the concerned sanitation staff of Shrine Board.

.

12 | P a g e

b) The firm will be responsible to provide necessary trainings to the Sanitation staff of SMVDSB with regard to using of organic powder & liquid for decomposing, removal of foul odour etc. at all designated sectors so as to attain timely, efficient, economic and safe operation of the material.

c) The firm shall also prepare a status report after the accomplishment of training and submit it to concerned unit Incharge.

d) The firm shall establish a monitoring mechanism in place for achieving effective results which shall include all purpose cleaning of Toilet Blocks, residential accommodations, track etc.

e) Shrine Board will provide the necessary support like provision of accommodation, food, battery car etc. on payment basis, as & when required by the trainer visiting Shrine Board for providing training to sanitation staff.

10. PROCEDURE FOR SUBMISSION OF TENDER:

Bidders are invited to submit Bids for “e-Notice Inviting Tender (e-NIT) for supply of bio-sanitation / bio-remediation products (a) Eco-Friendly microbial / bioremediation products for septic sludge / solid waste treatment (b) Eco-Friendly microbial and herbal products for odour control & composting in powder form and liquid for all purpose cleaning floor/walls/tiles/WC/glass/ceramic etc) for Shri Mata Vaishno Devi Shrine Board” in two parts viz. Technical Bid (Annexure-‘A’) and Financial Bid (refers to BoQ Online only) as per enclosed proforma along with supporting documents, application fee, EMD etc. The Tenderers are required to submit their tenders under 2 bids system with Cover-I (Technical Bid) and Cover-II (Price Bid). A. Cover-I (Technical Bid)

(This cover shall contain):-

(i) Tender Fee of Rs.1,000/-in the official account of Shri Mata Vaishno Devi Shrine Board Branch J&K Bank Katra, Account No. 0235040500001804, IFSC – JAKA0KATTRA (in IFSC Code JAK0KATTRA – 0 stands Zero). The bidder shall mention UTR No. in the prescribed Technical Bid Form at Annexure-‘Á’

(ii) Scanned copy of EMD in shape of CDR / FDR pledged to Chief Accounts Officer, SMVDSB Rs. 5.00 Lakh for septic treatment product and Rs. 5.00 Lakh for bio-sanitation cleaning products (powder & liquid).

(iii) List of reputed Govt. / Semi Govt. Institutions with successful completion and Performance certificate of the clients/customers.

(iv) Present address of the Tenderer duly verified by the 1st class Magistrate / Notary or a Gazetted Officer.

(v) Background of the Tenderer namely full name, postal address, contact number, authority letter for signing the tender documents, location of manufacturing unit, manufacturing capacity etc

(vi) Self-attested copy of GST Registration Certificate & PAN. (vii) Copies of Income Tax Returns for the last three years. (viii) BIS Certificates in favour of the Manufacturer / Tenderer certifying

that the relevant material conforms to the relevant IS Standards. (ix) Detailed specifications of the material to be supplied.

.

13 | P a g e

(x) Product catalogues/brochures of the offered items alongwith safety / quality certification & other requisite documents.

(xi) Authorized Distributor / Dealer Certificate. (xii) Any other documents mentioned at Serial No. 5, 6 & 7 of the

Tender Document. (xiii) Tender Document containing Instructions, Terms and Conditions

duly signed on each leaf by the Tenderer, along with documentary proof wherever required.

B. Cover II (Price Bids):

(i) Price bid shall contain price quoted for the supply of tendered items as per BOQ & has to be submitted online in the form of BOQ only.

(ii) This shall be opened for only those Tenderers whose Technical Bid is qualified.

(iii) The price bid should be absolute and unconditional. (iv) Conditional bids shall be rejected. (v) The price bid shall be opened in favour of bidders who qualify in the

technical bid. Rate is required to be quoted strictly as per prescribed BOQ/item of works.

(vi) Price bids not conforming to above standards or suffering from any flaw shall be rejected

No Proposal will be accepted in physical form. The successful bidder shall submit the original instruments in respect of cost of documents, EMD and other relevant documents within 3days after intimation from this office

11. SELECTION CRITERIA (FINAL SCORE FOR SELECTION OF THE BIDDER): a) All bidders shall submit online all documentary proof in support of meeting

eligibility criteria. In the first stage of evaluation, a Proposal shall be rejected if it is found deficient as per the requirements of Tender Fee/ Bid Processing Fee/ eligibility for responsiveness of the proposal. Only responsive bids shall be further taken up for evaluation. Evaluation of the technical Bid will start first and at this stage.

b) In deciding the final selection of qualified bidder, the technical quality of the

proposal will be given a weightage of 80% on the basis of criteria for evaluation. The proposal with the lowest cost will be given a financial score of 100 and the other proposal(s) will be given financial scores that are inversely proportional to their prices. The financial proposal shall be allocated a weightage of 20%. For working out the combined score, SMVDSB will use the following formula:

c) Total Points: (0.8 x T(s)) + (0.2 x 100 x LEC/EC), where T(s) stands for

technical score, EC stands for Evaluation Cost of the Financial Proposal, LEC stands for Lowest Evaluated Cost of the Financial Cost. The proposals will be ranked in terms of total points scored. The proposal with the highest total points (H-1) will be considered for award of contract and will be called for negotiations, if required.

d) Example: If, in response to this e-NIT, three bids, A, B & C are received

and the Evaluation Committee awarded them 75, 80 and 90 marks respectively, all the three proposals would be technically suitable. Further,

.

14 | P a g e

if the quoted price of bids A, B & C are Rs.120, 100 and 110 respectively, then the following points for financial bids will be given: A: 100/120 * 100 = 83 points B: 100/100 * 100 = 100 points C: 100/110 * 100 = 91 points

In the combined evaluation, the process would be as follows: Bid A: 75 x 0.8 + 83 x 0.2 = 76.6 Bid B: 80 x 0.8 + 100 x 0.2 = 84.0 Bid C: 90 x 0.8 + 91 x 0.2 = 90.2

Bid C would be considered the H1 and would be recommended for this tender and signing of MoU accordingly.

Technical & Pre-Qualification Points:

S. No. Attributes Marks

1. Turnover: Cumulative turnover of last three years: a. 2018 - 2019 b. 2017 – 2018 c. 2016 – 2017

10 crore & above 10

8 crore – 10 crore 08

5 crore – 8 crore 05

2.

Experience: Work Experience with government or semi government organization in the field of supply of bio-sanitation & bioremediation products (Attached relevant work orders)

10 Years & above 15

5 Years & above 10

3 Years & above 05

3. Technical Strength: Bidders Manufacturing Unit Should be in India having a valid Pollution Control Board Certificate.

YES / NO 10

Bidder having a SSI/ MSME registration certification

YES / NO 5

Bidder having non-GMO letter from MoEF, GOI.

YES / NO 15

Bidder should be a Certified Biotech unit as certified by the Central or State government

YES / NO 10

Bidder should have an in-house DSIR recognized R&D facility

YES / NO 10

Technology accreditation by the Ministry of Drinking Water and Sanitation, GOI for microbial products for septic tank treatment.

YES / NO 5

Bidder should have a GMP certified facility

YES / NO 5

Bidder should have recognized quality certificates such as ISO 9001 and 14001 certification

YES / NO 5

Bidder should have reasonable office establishment in India with adequate qualified personnel to

YES / NO 5

.

15 | P a g e

S. No. Attributes Marks

perform technical, administrative and commercial function.

All products submitted under this tender should be certified “Non Toxic”. The same should be approved by a NABL recognized laboratory

YES / NO 5

e) For qualifying in the technical bid, bidder has to score minimum 70 points

out of 100 as mentioned at S. No. 1 to 3 in the above point matrix table failing which the financial bid shall not be opened and submitted bid shall be rejected.

f) However, it shall be at the sole discretion of Chief Executive Officer / Addl. Chief Executive Officer, SMVDSB to lower the cut-off limit suitably in-order to have healthy & sufficient competition in financial bid.

12. AGREEMENT: The successful Bidders shall be required to execute an

Agreement on a valid stamp paper for strict compliance of the terms and conditions of the contract, vis-à-vis the e-NIT and work order within a period of 15 days after the placement of order. The supplier shall bear the legal expenses, which shall be incurred on the execution of the agreement.

13. BID VALIDITY: Bids must remain valid for 120 days after the tender document submission date.

14. VALIDITY OF RATES: The quoted Item Rate shall be on landed cost basis at Non-Engineering Stores and should be inclusive of all statutory levies, taxes, logistics cost, GST and other related costs / charges as applicable on the date of submission of the bid. It may also be noted that no variation in rates shall be permitted during the currency of the contract, presently fixed for 01 (One) year from the award of contract.

15. PENALTY: In case of failure of the successful bidder to supply the material within the stipulated period as mentioned in the supply orders issued by this office from time to time, the following penalty shall be imposed upon delay:-

S. No.

Period Penalty

1. Upto first 15 days 1%

2. 16 day upto 22 day 1½%

3. From 23 days upto 30 days

2%

4. Beyond 30 days The supply order shall be treated as cancelled and in that case, the EMD of the supplier shall stand forfeited in favour of SMVDSB, Katra, debarring the firm for a period of five years for participating in SMVDSB future NIT’s and the

work shall be carried out from some other alternative source.

.

16 | P a g e

16. ESCALATION: No escalation in the price quoted (market or statutory) shall be

allowed during the period of this contract.

17. CHANGES: No variation or modification, or waiver of any of terms and provisions of these specifications shall be deemed valid unless mutually agreed upon in writing by both the parties.

18. RATE APPROVAL: The rate of the successful bidder shall remain in force for a period of one year from date of issuance of Letter of Award (LoA).

The rates quoted must be F.O.R. Non-Engineering Store, Banganga, Katra inclusive of GST, Levies / Discounts & other Taxes. No escalation in the basic rate of item shall be allowed by the Institute during currency of Contract.

If the rate of GST is increased / decreased or a new tax is introduced or an existing tax is abolished or any change in interpretation or application of any tax occurs in the course of performance/evaluation of contract, which was or will be assessed on the bidder in connection with the performance of the contract, an equitable adjustment of the contract price shall be made to fully take into account any such change by addition to the contract price or deduction there from as the case may be. However no escalation in the basic cost of the item shall be allowed during the currency of the contract.

If at any time it is established that successful Tenderer has sold the items to any other Government /Semi-Government/ Private Hospitals/department/ Institutions at a lesser price, he shall be liable for reimbursement of the excess rates charged besides imposition of penalty. Also in case the printed rates are lower than quoted rates, then printed rates shall be payable.

19. PAYMENT TERMS: On receipt, the material shall be inspected/checked by the

concerned Sanitation Official (deputed by the CEO/Addl CEO, Central Office, SMVDSB) and if found of inferior quality/defective, will be rejected and the Board shall be at liberty to have the same procured from open market at the risk & cost of the supplier whereby the original supplier shall be liable to pay the extra cost, if any, involved in the process. The Competent Authority, however, may accept the replaced material within the delivery period if it conforms to the approved specifications.

The successful bidder shall raise an Invoice for supply rendered to Shrine Board and the payment on this account shall be made by the Shrine Board after the receipt and proper inspection of complete material within a period of 15-20 days.

20. PRE-BID CONFERENCE: A pre-bid conference will be held on 16.04.2019 at 11:00 AM at the office of Chief Executive Officer, SMVDSB, Katra, District Reasi, J&K. The basic purpose of pre-bid meeting is to clarify any concern of the Bidders / Tenderers with respect to specifications of product, any clause, terms & conditions, scope of work mentioned in the tender (NIT) document. It is advised that after Pre-bid meeting, the Tenderers shall visit the site / washrooms / toilet blocks on the track enroute Bhawan to acquaint themselves with the prevailing condition and other sanitation facilities available where bio-products / bio-remediation shall be used. Shrine Board reserves the right to modify the terms & conditions of NIT after the pre-bid conference in view of any practical modalities which may emerge during the pre-bid meeting.

.

17 | P a g e

Note: The minutes of pre-bid meeting (if any) will be uploaded only on the Shrine Board’s official website www.maavaishnodevi.org for the information of the bidders.

21. SECURITY CONDITIONS: The bidder shall take adequate and timely measures to ensure that information provided through it as part of this contract/agreement shall be kept confidential, secure and protected.

22. SHRI MATA VAISHNO DEVI SHRINE BOARD’S RIGHTS IN RESPECT OF E-TENDER: a) SMVDSB reserves the right to accept or reject any bid without assigning

any reason. b) SMVDSB reserves the right to modify terms and conditions of the contract

which shall be granted to the successful bidder after the bidding process, if in the opinion of the SMVDSB, it is necessary or expedient to do so in yatries / Board’s interest. The decision of the SMVDSB shall be final and binding.

c) SMVDSB reserves the right to suspend and/or cancel the contract with the

selected party in part or in whole at any time if in the opinion of the SMVDSB, it is necessary or expedient in the public interest. The decision of the SMVDSB shall be final and binding. Also SMVDSB shall not be responsible for any damage or loss caused or arising out of aforesaid action.

d) The Shrine Board reserves the right to split the demand for the period

under reference among one or more qualified bidders at the approved rate after culmination of successful e-NIT.

e) The Shrine Board reserve the right to negotiate the quoted rates, terms

and conditions with the lowest Tenderer or any of the other Tenderers on quality basis to ascertain the suitability of the acceptable offer.

23. AWARD OF CONTRACT: a) Letter of Award (LoA) shall be issued to the selected Bidder.

b) The selected bidder will sign the contract after fulfilling all the formalities/pre-conditions mentioned in the Letter of Award, within 15 days of issuance of the Letter of Award.

c) The selected bidder shall commence the assignment on receipt of LoA and as per schedule given to him.

24. TERMINATION OF THE CONTRACT: The contract shall be liable to be

terminated any time subject to a three months notice in advance from either side. There shall be no refund of the EMD if the contract is terminated from the vendor side.

25. ARBITRATION: a) Any dispute or difference, whatsoever, arising between the parties relating

to the work shall be submitted for arbitration to an arbitrator to be nominated by Chief Executive Officer, Shri Mata Vaishno Devi Shrine

.

18 | P a g e

Board, Katra. The venue of the Arbitration shall be at Jammu/Katra. The provision of J&K Arbitration and Conciliation Act 1997 shall apply. The decision of the arbitrator shall be final and binding on the both parties. Courts at Jammu/Katra/ Reasi only entertain any legal proceeding arising out of the award.

b) The arbitrator may from time to time with the consent of both the parties enlarge the time frame for making and publishing the award. Subject to aforesaid Arbitration and Conciliation Act, 1996 and the rules made there under, any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

c) The venue of the arbitration proceeding shall be the office of CEO / Addl. CEO SMVDSB, Katra / Jammu or such other place as the arbitrator may decide.

d) Upon any and every reference as aforesaid, the assessment of costs and incidental expenses in the proceedings for the award shall be at the discretion of the Arbitrator.

* The H-1 shall be decided on the basis of rate per litre after dilution

and the rates will be decided on litre basis after requisite / defined dilution.

Note:- The quoted Item Rates shall be on landed cost basis at Non-Engineering Stores and should be inclusive of all statutory levies, taxes including GST, logistics cost including training & providing of resource person and other related costs / charges as applicable on the date of submission of the bid. It may also be noted that no variation in rate shall be permitted during the currency of the contract, presently fixed for 1 year from the award of contract.

MISCELLANEOUS:

In case of holiday the bids will be opened on the next working day. Further the price bids of only those Tenderers shall be opened who qualify for the same after scrutiny of the documents in technical bid which shall be notified separately.

The e-NIT is also available on SMVDSB website www.maavaishnodevi.org for reference only.

The SMVDSB will not be responsible for any delay in online submission of the bid due to any reason (Technical or otherwise).

Bidders must ensure to upload scanned copies of all necessary documents i.e., PAN, GSTIN, Tender Fee UTR No. in prescribed format, EMD (CDR/FDR), Registration, Authorized Distributor / Dealer Certificate, Income Tax Returns etc.

1. RIGHT RESERVED BY SMVDSB: The CEO / Addl. CEO reserves the right to accept/reject or cancel any tender or all tenders in full or part thereof without assigning any reason. In case of any dispute arising out of the Rate Approval Order / Purchase order, the Addl. Chief Executive Officer, SMVDSB, Katra shall be the Arbitrator and his decision shall be final and binding upon both, the supplier as well as the Shrine Board.

.

19 | P a g e

2. PAYMENT: No advance payments shall be made. The payment shall be made after receipt of each consignment of material at Non-Engineering Stores, Banganga Katra within a period of 15-20 days from the date of issuance of G.R.

3. DELIVERY PERIOD: The successful Tenderer shall have to deliver the ordered material immediately from ready stock from the date of placement of supply order for it shall be expected from the successful Tenderers (s) that they keep sufficient stock of the approved item(s) for immediate supply of the ordered item(s).

4. EXTENSION IN TIME: No extension of time specified for the completion works shall be granted or claimed by the company as a matter of right. However, if the supply is suspended for some time on account of bad weather, floods, earthquake or fire or non availability of materials or tools etc or due to any cause beyond the control of the supplier and the Department, no compensation shall be paid to the contractor on account of the aforesaid reasons but reasonable extension in time shall be considered at the request of the contractor and at the discretion of the Department.

5. QUANTITY: SMVDSB shall enter into rate contract and orders shall be placed in favour of the approved source(s) during the currency of the contract from time to time on need basis. The placement of the orders shall also be subject to the availability of the funds. Further SMVDSB may place concurrent rate contract(s) to multiple bidders for any item(s) wherever situation arises for which SMVDSB can make counter offers to second /third lowest etc. thereafter at the rates accepted by lowest bidder.

No of approved sources Ratio between L1,L2,L3, L4

2 60:40

3 40:30:30

4 40:20:20:20

Further in such case, if at any time the rates are slashed down by any source, the corresponding rates of other source shall be atomically slashed down accordingly. However the ratio shall remain unchanged in favour of the original lowest bidder.

6. The Shrine Board reserves the right to split the demand among one or more

qualified bidder at the approved rate after culmination of successful e-NIT. The Shrine Board reserves the right to reject or accept any tender in part or full without assigning any reason whatsoever at any stage. Shrine Board also reserves the right to re-invite the tender at its sole discretion.

The Shrine Board reserve the right to negotiate the quoted rates, terms and conditions with the lowest Tenderer or any of the other Tenderers on quality basis to ascertain the suitability of the acceptable offer.

7. VALIDITY OF RATES:

The rates quoted by the Tenderers shall be valid for a period of 12 months (Twelve months) from the issuance of rate contract or till new rate contracts are finalized by SMVDSB whichever is later.

.

20 | P a g e

8. FALL CLAUSE: The prices charged for the item(s) under the contract by successful Tenderer shall in no event exceed the lowest price at which the successful Tenderer sells the item(s) of identical description to any other organization during the period of contract. If any time, during the contract, the Tenderer reduces the sales price chargeable under the contract, he shall forthwith notify such reduction and the price payable under the contract of the item(s) supplied after the date of coming into force of such reduction or sale shall stand correspondingly reduced.

9. SHELF LIFE: The items to be supplied on non-consignment basis must be of the

latest manufacturing batch with sufficient shelf life from the date of their receipt at SMVDSB Stores (minimum 2 years). However items not consumed within its shelf life shall have to be replaced with a longer shelf life by the Tenderer at no extra cost. Further items to be supplied / replenished on consignment basis shall remain the property of the respective Tenderer(s) till they are used/Implanted / Deployed to the patients.

10. INSPECTION:

10.1 The material shall be in good condition at the time of Inspection. The material supplied shall be checked / inspected by the quality cell / inspecting team of Shrine Board and if found of inferior quality/defective, the same shall be rejected. The rejected material shall have to be lifted by the supplier at his own risk and cost within a week’s time failing which storage charges per day as may be deem fit to the authority shall be levied.

10.2 Before placing a Supply Order in favour of the successful bidder, a team nominated by CEO / Addl. CEO shall visit the manufacturing unit of the bidder to check his infrastructure / manufacturing process and the credentials submitted by the H1 bidder in line with the documents submitted in the e-NIT will be verified by physically visiting the manufacturing unit by the team. If visiting team, found deficiencies / absence of requisite infrastructure, shall report to CEO / Addl. CEO for further action and the Shrine Board shall proceed further with the decision of CEO / Addl. CEO or with H2 without any further correspondence with H1 bidder.

11. LIFTING BACK OF REJECTED SUPPLIES: In case the supplies are rejected,

same shall be lifted back by the supplier within 15 days from the date of intimation from this office, failing which the penalty @ 2% of the total value of rejected supplies per day shall be imposed against the supplier for a period of one week which shall be doubled in subsequent weeks and the material shall lie in the stores at his risk & responsibility. Beyond one month the material shall be auctioned and storage charges shall be recovered from the supplier @2% per day. The amount acquired on account of auctioning shall be deposited to SMVDSB Account.

12. FORCE MAJEURE: Any failure or omission to carry out the provisions of the

order shall not give rise to any claim by one party against the other, if such failure or omission arises from an "Act of God" which shall include all acts of Natural Calamities such as fire, flood, earthquakes, hurricanes or any pestilences or from civil strikes, compliances with any statute or regulations of the Government lock outs and strikes, riots, embargoes or from any other reasons beyond the control of

.

21 | P a g e

the parties including the war (Whether declared or not) Civil War or State of Insurrection.

13. JURISDICTION: All the disputes are subject to Jurisdiction in the Court of Law at

Reasi / Katra. 14. ARBITRATION: If at any time any question, dispute or difference whatsoever

shall arise between the parties upon or its relation to or in connection with the contract, either of the parties may give to the other party in writing of the existence of such a question, dispute or difference and the same shall be referred to award to two arbitrators one to be nominated by Institute and other to be nominated by the firm. In case of such arbitrators not agreeing to, then to the award of an Umpire to be appointed by the arbitrators in writing before proceeding with the reference and the decision of the arbitrators or in the event of their not agreeing of the Umpire appointed by them shall be final and binding on the parties.

The provisions of The Jammu and Kashmir Conciliation and Arbitration Act, 1997 and of the rules there under or any statutory modifications thereof, shall be deemed to apply to arbitration. Such a notice of the existence of any question or dispute or difference in connection with the contract shall be served by either party within 60 days of the beginning of such dispute failing which all rights and claims under this contract shall be deemed to have forfeited and absolutely barred.

15. PATENT RIGHTS: The successful Tenderer(s) shall have to defend at their cost

any claim lodged in a suit/ proceedings against the purchaser, that the materials or part thereof constituted an infringement of any patent of the country of origin or India. If noticed promptly in writing and give authentic information and assistance or the defense and the successful Tenderer(s) shall pay all the damages and costs awarded against the purchaser in such suit or proceedings for the patent in fragment. In case the material in such suit of proceedings for, is held to constitute infringement and the use of the material or part thereof is prohibited, the successful Tenderer(s) shall at his own expenses either procure for the purchaser the right to continue using the material or modify it so that it becomes non-infringing to remove the material and refund the purchaser price plus transportation costs thereof. Further the successful / participating Tenderer(s) shall ensure that all formalities required under law for manufacturing / importing / selling such items are compiled with completely & SMVDSB shall not be responsible for any legal dispute if any arises during the contract for want of same.

Queries may be addressed to:

Assistant Conservator of Forests Fax: +91- 1991-232120 Tel. : +91-1991-232818 Website: www.maavaishnodevi.org, Email: [email protected], [email protected]

Sd/- Addl. Chief Executive Officer

SMVD Shrine Board, Katra

.

22 | P a g e

Office of the Chief Executive Officer, Shri Mata Vaishno Devi Shrine Board, Katra

Annexure "A" TECHNICAL BID

Name of the Tenderer: __________________________________________________ Detail of Tender Fee: a) UTR No. ___________________ date ____________ Amount _________________ Detail of EMD: a) For bio-remediation products: CDR/FDR/TDR No.___________, Amount:_________

Date:___________, Bank_____________________, Branch___________________

b) For bio-sanitation products: CDR/FDR/TDR No.___________, Amount:__________ Date:___________, Bank_____________________, Branch___________________

To, The Addl. Chief Executive Officer,

Shri Mata Vaishno Devi Shrine Board, Katra. Sir,

I hereby submit tender for the supply of (a) _____________________________

(b) _________________________ & (c) __________________along with two samples

of each item for approval as per detail given below:-

Name of Bidder :

Address of Bidder :

Phone :

Fax :

Email :

Contact Person Name :

Mobile No

Email :

Company PAN Card :

Sale Tax Registration No:

CST/GST Registration No:

.

23 | P a g e

Other Credentials

S. No.

Particulars Status Copy of

Certificate Enclosed

1 The products provided should meet the technical specifications as per Serial No. 5

2 Certified copy of Certificate of Registration along with Articles of Association and Memorandum of Understanding.

3 Biotech unit certificate by the Central or State government.

4 SSI/MSME registration certificate.

5 Deptt. of Scientific & Industrial (DSIR) approved R&D certificate.

6 Detail of R&D and manufacturing facility along-with detail of Scientist & researcher deployed for research purpose.

7 Goods Manufacturing Practices (GMP) certificate.

8 Certificate of Analysis (CoA).

9. ISO 9001 (Quality Management System (QMS)) and ISO14001 (Environmental Management System (EMS)).

10. Certificate of registration on GeM portal in its latest version.

11. Certificate of a NABL accredited laboratory certifying the product as non-toxic.

12. Signed Tender document

13. Valid Pollution Control Board certificate for manufacturing unit.

14. Central or State Govt. registration certificate for manufacturing bio-sanitation / bio-remediation products.

15. Product dilution / using ratio: (a) Organic powder for solid waste composting

(b) Eco-friendly bio liquid for all purpose cleaning

Annual Turn Over details:

S. No.

Financial Year Turn Over (In Rs.) Turn Over (In Words)

1 2018 - 2019

2 2017 - 2018

3 2016 - 2017

.

24 | P a g e

Annual Networth details:

S. No.

Financial Year Networth (In Rs.) Networth (In Words)

1 2018 - 2019

2 2017 - 2018

3 2016 - 2017

Work Experience (supply orders) in the field of supply of Bio-sanitation products:

S. No.

Work Experience of organization in the field of supply of Bio sanitation products

Name of the Firm

Copy of Supply Order Attached

(Yes/No) 1

2

3

4

5

6

7

8

9

10

11

12

13

S. No.

Work Experience of organization in the field of supply of Bio-remediation products

Name of the Firm

Copy of Supply Order Attached

(Yes/No) 1

2

.

25 | P a g e

3

4

5

6

7

8

9

10

11

A copy of test / analysis certificate of the below mentioned products shall be enclosed with the technical bid:-

S. No. Description of Material

1 Eco Friendly microbial product for septic tank treatment

2 Eco Friendly microbial product for odour control and composting

3 Eco Friendly product for all purpose cleaning

I further affirm that I have read and fully understood the tender notice and

agree to abide by all the terms and conditions laid therein, which are being signed in token of my acceptance. In case, I fail to abide­ by the conditions or to carry on the contract to the entire satisfaction of the Shrine Board I shall be liable to the penalties mentioned in the terms and conditions and Shrine Board can forfeit my EMD. I further hereby declare that my firm is not blacklisted.

Date:________________

Place:_______________

Signature of the authorized signatory of the bidder company

For and on behalf of (Name of the Company)