Tender Document

for Procurement of 5 Ton Electronic Weighing Machines (EWM) in block level Godowns for Nagar District in Kanpur Region.

Regional Food Controller (RFC), Kanpur Region, Kanpur, Food and Civil Supplies Department 13/389, Parmat, Civil Lines, Kanpur

Page 1 of 23

Table of Contents 1. Instruction to Bidders : ...... 4 2.Delivery and Implementation Schedule: ...... 4 3.Warranty and Annual Maintenance Contract: ...... 5 4. SLA for performance during warranty & maintenance period: ...... 6 5. Technical Evaluation ...... 7 5.1 Technical Bid: ...... 7 5.2 Financial Bid: ...... 9 6. Statement of important limits/values related to bid ...... 10 7 .Technical Specifications of Electronic Weighing Scales ...... 11 8.Award Criterion:...... 12 9.General Instruction to Bidder: ...... 12 Annexure 1 - Covering Letter in Company letter Head: ...... 15 Annexure II – EMD & Tender FEE ...... 17 Annexure III - Manufacturer Authorization ...... 18 Annexure IV – Annual Turnover Statement in Letter head ...... 19 Annexure V - Self-declaration for not being blacklisted by any Government Entity 20 Annexure VI - Technical Compliance ...... 21 Annexure VII – CHECKLIST (completed should be attached along with technical bid) ...... 23 Annexure VIII – List of Godowns ...... 23

Page 2 of 23

E Tender Notice - Kanpur, UPFCS

Regional Food Controller (RFC), Kanpur Region Kanpur, Uttar Pradesh Food and Civil Supplies Department 13/389, Parmat, Civil Lines, Kanpur Phone No: 0512- Email id : [email protected] Dated: 25/01/2019 Tender No: 2899/7-Sweekrati

RFC, Kanpur Region, Kanpur, Uttar Pradesh Food and Civil Supplies Department invites online e tender for “Supply, installation and maintenance of Electronic Weighing Scales at Block Godowns of Kanpur Nagar for the Kanpur, Food and Civil Supplies department, Uttar Pradesh (UPFCSD) Complete e-Tender document can be viewed and downloaded through https://etender.up.nic.in The bidders must participate in online bidding only with Digital Signature Certificate (DSC) of Class-II or Class-III. Phone: For any query please mail to e-Mail: [email protected] with mail subject of the region name you want to apply tender for.

Time schedule of various tender related events: Bid calling date 26/01/2019 Bid closing date/time 15/02/2019 AT 2:00 PM

Bid opening date/time 15/02/2019 AT 3:00 PM

Tender Fee Rs. 1000+180=1180 (Fees+GST)

EMD Fee Rs. 25000.00

SRAO, KANPURBank Details [kkrk uke%& e.tender fees/ [kkrk la[;k. 2139104000006897/ IFSC Code- IBKL0002139/ Bank:- IDBI Bank, Branch Kakadev, Kanpur Contact details e-Mail: [email protected]

Page 3 of 23

1. Instruction to Bidders :

Tender documents are available only in electronic format which Bidders can download from website https://etender.up.nic.in. For any technical assistance, helpdesk numbers ______may be contacted till the time duration mentioned in tender document.

1. Bidders who wish to participate in online tenders will have to register themselves on https://etender.up.nic.in for which valid Digital Signature and encryption Certificate (Class II or Class III) are required, using which they can sign their electronic bids. 2. Submission of tender in a region will require the bidders to supply 5 MT electronic weighing scales to all the godowns mentioned in annexure in the region. 3. No physical submission of technical and price/commercial bid will be entertained as it should be furnished on-line only. 4. Any attempt to submit technical and price bid through mode other than on-line will result in cancellation of bid and forfeiture of EMD of the concerned bidder. 5. Tender document fees and earnest money deposit in respect to tender should be submitted On-line before specified dates, time and place as mentioned in tender document. 6. Scanned copy of Technical documents is required to be uploaded/submitted along with bid. 7. Interested Bidders can view these tender documents on line. Bidders can download tender documents as mentioned above and Bidders who wish to submit their offer shall pay tender fee online. 8. For any technical assistance and technical related queries: I) Bidder may call at Help Desk No ______

2.Delivery and Implementation Schedule:

RFC, Kanpur Region, Kanpur, Uttar Pradesh Food and Civil Supplies Department (UPFCSD), invites bids from the interested parties for a period of total 5 years for the supply, installation, and Maintenance of 5 MT Electronic weighing scales at designated godowns of Kanpur Region.

Description Qty

Supply, installation & maintenance of Electronic Weighing Scales at the 13 No of designated godowns in Kanpur Nagar 13 district(s) of Kanpur region. TOTAL 13

Page 4 of 23

The bidder should furnish detailed operations and maintenance manual for each appropriate unit of the supplied goods at each godown. The technical specifications of the Electronic weighing scale are mentioned in Section 7.

Delivery and Installation period: Bidder shall supply the Electronic Weighing scales, install and commission as per the Implementation schedule given below from the date of signing of the contract.

Sl No Implementation Schedule Time Line (to be completed in weeks) 1. Award of work order T 2. Signing of Project /Contract MoU/Agreement with RFC, T+2 weeks Kanpur Region, Kanpur, Food and Civil Supplies department, UP 3. Furnishing of Performance guarantee T+2 weeks 4. Site Preparation to be completed- Visit to Godowns T+3 weeks 5. Placement of Electronic weighing machines in the working T+ 5 weeks condition in 50 % of allocated godowns in the region bidded 6. Placement of Electronic weighing machines in the working T+ 8 weeks condition in remaining 50 % of allocated godowns in the region bidded

Timelines for the project (T) shall commence from the date of award of Work Order.

3.Warranty and Annual Maintenance Contract: Successful bidder must provide comprehensive guarantee / warranty & maintenance including stamping and calibration as per Government of Guidelines for weighing machines for the first 3 years without any additional cost.

After 3 years of free maintenance, next 2 years Annual Maintenance Contract (AMC) will be provided by department on following basis- For First AMC Year (4th year of 5% of bid price of quoted Electronic Weighing Scale(s) contract) For Second AMC Year (5th year of 5% of bid price of quoted Electronic Weighing Scale(s) contract)

Comprehensive warranty and AMC would include, without any extra cost: a. Quarterly servicing visit b. Calibration / stamping c. On-call maintenance and repair services

Page 5 of 23

Additionally, Comprehensive warranty shall also include any replacement of components and spare parts without any extra cost. In case of AMC, any spare parts replacement shall be on the chargeable basis.

It should also be noted that Comprehensive warranty and AMC shall not include any damages due to: a. Deliberate damage of the weighing machine b. Very high voltage fluctuations c. Natural calamities In above cases, Regional Food Controller of the concerned district shall be the deciding authority. It shall be the responsibility of vendor to prove such cases for compensation claim. As the electronic Weighing Scales is used in food grain godowns, required precautions must be taken by the manufacturers so that load cells or any other components should not be damaged by rodent attacks.

In case of noncompliance of Comprehensive Warranty and AMC obligations, the tenderer will be liable to pay a penalty as per the SLAs.

During the first 3 years, the department may order for shifting/re installation of the electronic weighing scale to another godown. In such cases the reinstallation and stamping charges for the first shifting will be paid by the bidder and the transportation cost will be paid by the department. Further which if shifting is required, the entire cost will be borne by the department. The cost will be discussed and agreed upon between the department officials and bidder at the time of signing of contract.

4. SLA for performance during warranty & maintenance period:

Service Level Agreement (SLA) will form part of the contract between the RFC, Kanpur Region, Kanpur, UPFCS and the bidder(s). SLA defines the terms of the responsibility in ensuring the timely delivery and the compliance to the Performance Indicators as detailed in this RFP document. The bidder(s) must comply with the Service Levels requirements to ensure adherence to timelines, quality and availability of services to be rendered by the bidder(s) to the Department.

Identified Service Levels Parameters: List of parameters  Delivery as per Implementation Schedule  Client Site Support

Key considerations for the bidders

Page 6 of 23

 In the event of non-compliance of the service levels, Vendor shall be subject to penalty as mentioned in this tender document or as may be mentioned in the award of contract.  In case of consistent breach/non-compliance of service levels, RFC, Kanpur Region, Kanpur, UPFCSD will have the right to terminate the Contract with Vendor(s) as per the clauses contained in this RFP document or as mentioned in the contract document, if required.  Vendor shall bear the responsibility of choosing the method of handling and resolving the incident reported.  Vendor shall be responsible for purchase of any insurance/warranty etc. for the supplied hardware, devices, peripherals etc. In case of any breakage or faults or inoperability of any of the supplied components during the warranty period, vendor has to replace it with either same or higher specifications without any additional cost to RFC, Kanpur Region, Kanpur, UPFCSD. After the warranty period the device will be covered under AMC as mentioned in section 3. The penalty will be deducted from the due payments/Security deposit and the payment/ deposit will be released to bidder only after reducing the penalty incurred during that year / project duration. Sl No Parameters for SLA Service Level

1 Regional level - Non- Delivery / non-working Every week after T+8, Bidder will condition of E weighing scales in T+8 week. be charged 1% of the bid price quoted for a E weighing scale * total number of pending E Weighing scales 2 Lack of support from bidder on complaints If bidder does not attend and resolve the complaint in 48 hours, bidder will be charged Rs 250/day till the close of complaint by the Godown in charge.  Vendor shall maintain the log of all complaints raised and resolution with dates. 5. Technical Evaluation Bidders who submit the online tender will be evaluated based on the Technical bid documents submitted. The Technical Bids, whose proposed electronic weighing machines comply with the technical specification given in the Section -7 and all technical bid documents as in Section 5.1 shall be considered for further evaluation of financial bid opening. The bidder should submit Annexure VII also with page number filled.

5.1 Technical Bid: 1. The bidder should submit the Covering Letter as in Annexure 1 in company letter head. 2. The bidder has submitted the EMD amount and Tender fee as prescribed in the tender document.  Annexure II should be attached 3. The bidder should be a manufacturer/ authorized representative of a manufacturer/whole sale dealer.

Page 7 of 23

 For Manufacturer- Valid Manufacturing License / Dealer License from the concerned controller, Legal Metrology Department, UP Govt should be provided  If bidder is a Supplier or distributer, then Manufacturer’s Authorization Form (MAF), valid dealer License and repair License from the concerned controller, Legal Metrology Department, UP Govt should be provided

Manufacturer’s Authorization Form (MAF) specific to this tender should be submitted as per the Annexure-III for offered item.

4. The bidder should have a cumulative financial turnover of INR 15 lakh or above in the last 3 financial years (2015-16, 2016-17 and 2017-18).  Audited balance sheets and Certificate certified by the chartered accountant should be submitted as in Annexure IV. 5. Bidder should have experience of installation of at least five in numbers, with specification of minimum 5 MT and 4 load cell electronic weighing machines in UP (Government or Private sector), currently in working condition. Department may visit and verify the electronic weighing machines in working condition. In case of non-fulfillment of criteria, bidder shall be disqualified at any stage.  Work order and Client Certificates are to be attached.

6. The bidder shall submit the below certificates along with technical bid.  Copy of the valid ISO Certificate for Quality.  Valid Manufacturing permission license issued by Controller- Weights and Measurements department.  Valid Model approval certificate by department of Legal metrology, Government of India.

7. The bidder should submit declaration in company letter head as in Annexure V stating that they are not debarred/blacklisted by any State Government, Central Government, Central & State Govt. Undertakings/enterprises/Organizations and by any other Quasi Government bodies/ Organizations, or any major Enterprise /Organization in India for non-satisfactory performance, corrupt & Fraudulent or any other unethical business practices.  If the bidder is debarred/ blacklisted as mentioned above, such bidder becomes ineligible to participate in the bidding process. In case of any concealing of information relating to blacklisting or pending of cases as mentioned above, RFC, , UPFCSD reserves the right to cancel the work order/contract allotted, apart from forfeiting EMD/PBG. RFC, , UPFCSD reserves the right further to take penal action on the bidder. Annexure V will be submitted in company letter head. 8. Proposed electronic weighing machines should comply with the technical specification given in the Section - 7 shall be considered for further evaluation. In this regard the Bidder should provide a compliance statement to the technical specifications in the Section 7 in the form of ‘Complied’ or ‘Not Complied’ should be enclosed in the technical bid (Annexure VI). The compliance statement should contain the signature of the authorized person and the seal of the company.

Page 8 of 23

5.2 Financial Bid:

Quoting of Rates: The bidder should quote their rate in Indian Rupees per E-Weighing Scale which will be considered as a cost of supply and installation with maintenance for 3 years of the E Weighing Scale. This will include all related work including accessories for the device & services which are required for the operation of the E weighing scale as mentioned in E tender document.

Sl Region No of Quantity Unit GST Total Unit Total Price No Name Godowns in Price(INR) Amount Price(INR) for the Region with GST quantity bidded with GST (INR) A B C D=B+C E=A*D 1

Total Price in words: ______only

Note:  In case of discrepancy between price in words and figures, the price in figures will be accepted.  GST will be as per Government of India guidelines.

Page 9 of 23

6. Statement of important limits/values related to bid

Sl.No. Item Description 1. EMD Rs. 25,000/- (EMD will be exempted as per prevailing Central / UP government guidelines. ) 2. Bid Validity Period 180 days from the date of opening of bids 3. Maintenance Period As mentioned in Section-3 including warranty period for all items 4. Variation in quantities +/- 10% 5. Period for furnishing Within 7 days from date of receipt of Notification of Award performance security 6. Performance security 10% of Contract Value in favor of “______” from any value Nationalized / Scheduled Banks. 7. Performance security Performance Security Deposit will be valid for total 5 years of the validity period project. The same will be released after completion of AMC after 5th year. 8. Period for signing contract Within 7 days from date of receipt of Notification of Award 9. Warranty period As mentioned in Section-3 10. Payment terms Payment terms

On delivery & successful installation at 80 % of Total Price for the project site including certification by quantity bidded the concerned officials in depot After 1st year of completion and 10% of Total Price for the submission of stamping certificate of quantity bidded weighing scales for 2nd year After 2nd year of completion and 10 % of Total Price for the submission of stamping certificate of quantity bidded weighing scales for 3rd year Note: All the Delivery Challans/Installation Reports/Site Certificate/report to be Counter signed by the respective Competent Authority as designated by the user department. The certificate/report should have Name, Designation, Signature, Date and Seal of the Officer. 11. LD for late LD for late deliveries/Installations: As mentioned in Section 4 -

deliveries/installations SLA terms and conditions. 12. Conditional bids Not acceptable and liable for rejection 13. Eligibility Criteria As per Section 5- Technical Bid documents 14. Tender Fee All the participating bidders who submit the bids must pay an amount of Rs. 1000 plus GST as tender fees. The tender fee will not be refundable. The tender fees can be paid via net banking to A/c Name – e.tender fees A/c No. - 2139104000006897 IFS Code - IBKL0002139 Bank Name- IBKL0002139 IDBI Bank, Branch Kakadev, Kanpur

Page 10 of 23

7 .Technical Specifications of Electronic Weighing Scales The specifications are as per the requirement needed and indicative. The bidders offering higher to the requirements are acceptable. Electronic Weighing Machines: Parameter Specifications Make & Model << Specify name including Model Approval No. >> Capacity 5 MT Accuracy -Least 500gm (as per legal requirements) Count Load Cell Single ended Load Cells – 4 Nos, IP 65 or more certified Class III. Platform 2500mmX2500mm size Platform Material MS Checkered with minimum 5mm thick plate Structure Weight Minimum 500 Kg Frame Material C Channel structured Display LED Ultra Display Load Cells 4N0s Indicator interface RS232 port or higher, (Not wireless) Battery Backup Min 6- 8 hours backup  TARE selection should be available on the display box.  The device and all components should be Surge Protected.  The offered Device should have tamper proof features.  Sealing provision as per the model approval of GoI or State Government Features  The scale design should be with bright LED or VFD  The Scale should be rugged to use in noisy and dust environment.  Auto Calibration should be linked with Dip Switch on the PCB  Stand should be minimum 150 mm height. Should be strong enough to bear load of above scale. Over load Protection Load cell and for structure-150% or better  The supplier shall have model approval certificate from the Government of India for the weighing machine supplied.  For Manufacturer- Valid Manufacturing License / Dealer License from the concerned controller, Legal Metrology Department (Weights and Licenses Measures), UP Govt should be provided  If bidder is a Supplier or distributer, then Manufacturer’s Authorization Form (MAF), valid dealer License and repair License from the concerned controller, Legal Metrology Department (Weights and Measures), UP Govt should be provided It is the supplier responsibility to get the machines verified and stamped by the Verification & Legal Metrology Dept., before handing over/installation/repairs at Project site Stamping (onsite). Certifications Other than Legal Valid ISO Certification Metrology Accessories With all necessary accessories, connecting cables etc

Page 11 of 23

Warranty As mentioned in Section 3 in E tender

8.Award Criterion: The Technically qualified bidders will be called for the financial bid opening. The Financial bid will have the unit price per device. The Contract will be awarded to the bidder who has quoted the lowest price- L1.

9.General Instruction to Bidder: 9.1 Termination for default 1. The RFC, Kanpur Region, Kanpur UPFCSD, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Vendor, may terminate the Contract in whole or in part: a. if the Vendor fails to deliver any or all of the Goods/services within the time period(s) specified in the contract, or within any extension thereof granted by the RFC, Kanpur Region, Kanpur, UPFCSD or b. if the Vendor fails to perform any other obligation(s) under the Contract or c. if the Vendor, in the judgment of the RFC, < Kanpur >, UPFCSD has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. 2. In the event the RFC, Kanpur Region, Kanpur, UPFCSD terminated the contract in whole or in part, RFC, Kanpur Region, Kanpur, UPFCSD may procure, upon such terms and in such manner as it deems appropriate, goods or services similar to those undelivered, and the Vendor shall be liable to the RFC, Kanpur Region, Kanpur, UPFCSD for any excess costs for such similar goods or services. However, the Vendor shall continue performance of the contract to the extent not terminated.

9.2 Force majeure

1. The Vendor shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. 2. For purposes of this clause, “Force Majeure” means an event beyond the control of the Vendor and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the RFC, Kanpur Region, Kanpur, UPFCSD in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 3. If a Force Majeure situation arises, the Vendor shall promptly notify the RFC, , UPFCSD in writing of such condition and the cause thereof. Unless otherwise directed by the RFC, Kanpur Region, Kanpur, UPFCSD in writing, the Vendor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

9.3 Termination for insolvency RFC, Kanpur Region, Kanpur, UPFCSD, may at any time terminate the contract by giving 30 days written notice to the Vendor if the Vendor becomes bankrupt or otherwise insolvent. In this

Page 12 of 23 event, termination will be without compensation to the Vendor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the UPFCSD.

9.4 Resolution of disputes 1. The RFC, Kanpur Region, Kanpur, UPFCSD and the Vendor 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. 2. If, after thirty (30) days from the commencement of such informal negotiations, RFC, Kanpur Region, Kanpur, UPFCSD and the Vendor have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified here in. These mechanisms may include, but are not restricted to, conciliation mediated by a third party. 3. The dispute resolution mechanism shall be as follows: 4. In case of a dispute or difference arising between the RFC, Kanpur Region, Kanpur, UPFCSD and the Vendor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, of India, 1996. 5. in case of any dispute arises between the parties with regard to any of the terms of the contract, then an Arbitrator may be appointed as per the Arbitration and Conciliation Act, 1996, and that both parties may appoint a Consent Arbitrator and in case if the same is not done, then the Arbitrator may be appointed by Secretary, Law Department, Government of Uttar Pradesh (“Law Secretary”). 6. Jurisdiction: The place of Arbitration shall be at Lucknow only. 7. All legal disputes are subject to the jurisdiction of Courts at Lucknow only.

9.5 Site Preparation and Installation: The RFC, Kanpur Region, Kanpur, UPFCSD will be responsible for the construction of the installation sites except where it is specifically required under bid document. RFC, Kanpur Region, Kanpur, UPFCSD shall prepare a 4-corner platform (1 feet by 1 feet each corner) for installation of weighing machines. The bidder will designate to perform a site inspection to verify the appropriateness of the sites before the installation of every hardware related item.

9.6 Insurance : 1. It is suggested that the goods supplied under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery up to user site. 2. The insurance should be for replacement value from “Warehouse to warehouse (final destination)” on “All Risks” valid upto 3 months till completion of delivery, installation and commissioning.

9.7 Spare Parts : 1. The Vendor may be required to provide any or all of the materials, notifications and information pertaining to spare parts manufactured or distributed by the Vendor.

Page 13 of 23

2. In the event of termination of production of the spare parts, an advance notification to the RFC, Kanpur Region, Kanpur, UPFCSD of the pending termination, in sufficient time to permit the RFC, Kanpur Region, Kanpur, UPFCSD to procure needed requirements and 3. The Vendor shall ensure availability of spares in stock at his nearest service centre for immediate delivery such spare parts as: (a) are necessary for a minimum of 5 years of operation at department’s sites (b) are necessary to comply with specifications.

Page 14 of 23

Annexure 1 - Covering Letter in Company letter Head: From: (Registered name and address of the bidder.)

To The Regional Food Controller, Department of Food and Civil Supplies, UP Kanpur Region, 13/389, Parmat, Civil Lines Kanpur.

Sub: Submission of e tender proposal Ref: Procurement of Electronic Weighing Machines for , , Department of Food & Civil Supplies, Uttar Pradesh (UPF&CSD)

(Tender No: 2899/7-Sweekrati Dated: 25/01/2019)

Dear Sir,

Having examined the e tender document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply, as required and outlined in the tender document.

We attach hereto our responses to requirements of the e-tender.

We confirm that the information contained in these responses or any part thereof, including the exhibits and other documents and instruments delivered or to be delivered to the Department is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements therein do not in whole or in part mislead the department in its short-listing process.

We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the selection process, we are liable to be dismissed from the selection process or termination of the contract during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the e-tender document and also agree to abide by this tender response for a period of 180 days from the due date of submission of proposal. We hereby declare that in case we are chosen, we shall submit the Security deposit in the form prescribed in the eTender. We agree that you are not bound to accept any tender response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the tender response. Following are the of our organization:

Page 15 of 23

Sl No. Description Details (To be filled by the bidder) 1. Name of the Company 2. Official Address 3. Phone No. and Fax No. 4. Corporate Headquarters Address 5. Alternate Phone No. 6. Web Site Address ( if available) 7. Details of Company’s Registration (Please enclose copy of the company registration document) 8. Name of Registration Authority 9. Registration Number and Year of Registration 10. GST Registration No. 11. Permanent Account Number (PAN)

Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact Name Title Company Address Phone Mobile Fax email

It is hereby confirmed that I/We are entitled to act on behalf of our company and empowered to sign this document as well as such other documents, which may be required in this connection.

Yours Faithfully [Authorized Signatory] [Designation] [Place] [Date and Time] [Seal & Sign] [Business Address]

Page 16 of 23

Annexure II – EMD & Tender FEE

Sl Item Amount in INR Name of Bank & Draft /receipt/UTR No Branch No 1 Tender Fee

2 Ernest Money Deposit

Page 17 of 23

Annexure III - Manufacturer Authorization

(Letter on the OEM Letterhead) To The Regional Food Controller, Department of Food and Civil Supplies, UP Kanpur Region, 13/389, Parmat, Civil Lines, Kanpur.

Sub: Authorization of <> to provide services based on our product(s) Ref: Procurement of Electronic Weighing Machines for , , Department of Food & Civil Supplies, Uttar Pradesh (UPFCSD)

(Tender No: Dated: / / )

Dear Sir, This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the products listed below. I/We confirm that  have due authorization from us to provide product(s) listed below and related services of warranty, licensing and maintenance on the products, to the Department, as per your tender document for selection of vendor for Supply, Installation and Maintenance of Electronic Weighing machines.  We endorse the terms and condition specified in the e tender, contracting and licensing terms provided by to the Department.  We endorse the warranty support for the products as per tender conditions commencing from the date of acceptance sign-off. The warranty shall cover all the components and sub- components of the supplied Electronic Weighing machines including battery, display box, cables and any accessories.  We also certify that the below mentioned product being supplied by the meets the minimum specifications given in the RFP.

Sl No. Product Name Remarks

1.

Yours Faithfully, [Authorized Signatory] [Designation] [Place] [Date and Time] [Seal & Sign] [Business Address]

Page 18 of 23

Annexure IV – Annual Turnover Statement in Letter head

Cumulative Financial Year Financial Financial Year Annual

2015-16 Year 2016-17 2017-18 Turnover (INR)

Turnover (INR)

Place & Date Bidder’s signature and Seal

Chartered Accountant Seal

Page 19 of 23

Annexure V - Self-declaration for not being blacklisted by any Government Entity

(Letter on the bidder’s Letterhead)

To The Regional Food Controller, Department of Food and Civil Supplies, UP Kanpur Region, 13/389, Parmat, Civil Lines Kanpur.

Sub: Declaration for not being blacklisted by any Government Entity

Ref: Procurement of Electronic Weighing Machines for , , Department of Food & Civil Supplies, Uttar Pradesh (UPF&CSD) (Tender No: the 2899 Dated: 25/01 /2019 )

Dear Sir,

In response to the above mentioned RFP, I/We, the , as the of M/s , hereby declare that our Company / Firm__is having unblemished past record and is not declared blacklisted or ineligible to participate for bidding by any State/Central Govt., Semi- government or PSU for corrupt / fraudulent or any other unethical business practices.

Yours faithfully,

(Signature of the Bidder) Printed Name Designation Seal Date: Business Address:

Page 20 of 23

Annexure VI - Technical Compliance

Item wise technical compliance statement as per technical specifications mentioned in Section-D of this document (taking in to consideration all the amendments issued to this document, if any) is to be submitted in the following format:

Complied Parameter Specifications Yes/No Make & Model << Specify name including Model Approval No. >> Capacity 5 MT Accuracy -Least 500gm (as per legal requirements) Count Load Cell Single ended Load Cells – 4 Nos, IP 65 or more certified Class III. Platform 2500mmX2500mm size Platform MS Checkered with minimum 5mm thick plate Material Structure Minimum 500 Kg Weight Frame Material C Channel structured Display LED Ultra Display Load Cells 4N0s Indicator RS232 port or higher, (Not wireless) interface Battery Backup Min 6- 8 hours backup  TARE selection should be available on the display box.  The device and all components should be Surge Protected.  The offered Device should have tamper proof features.  Sealing provision as per the model approval of GoI or State Government Features  The scale design should be with bright LED or VFD  The Scale should be rugged to use in noisy and dust environment.  Auto Calibration should be linked with Dip Switch on the PCB  Stand should be minimum 150 mm height. Should be strong enough to bear load of above scale. Over load ProtectionLoad cell and for structure-150% or better  The supplier shall have model approval certificate from the Government of India for the weighing machine supplied.  For Manufacturer- Valid Manufacturing License / Dealer License from the concerned controller, Legal Metrology Licenses Department (Weights and Measures), UP Govt should be provided  If bidder is a Supplier or distributer, then Manufacturer’s Authorization Form (MAF), Valid dealer License, and repair License from the concerned controller, Legal Metrology

Page 21 of 23

Department (Weights and Measures), UP Govt should be provided It is the supplier responsibility to get the machines verified and Verification & stamped by the Legal Metrology Dept., before handing Stamping over/installation/repairs at Project site (onsite). Certifications Other than Valid ISO Certification Legal Metrology Accessories With all necessary accessories, connecting cables etc Warranty As mentioned in Section 3 in E tender

Item Code: Item Name:

Place & Date: Bidder’s signature and seal

Page 22 of 23

Annexure VII – CHECKLIST (completed should be attached along with technical bid)

Bid document reference Submitted Page No in technical Yes/No Bid Annexure 1 – Covering Letter

Annexure II- EMD and Tender fee

Annexure III- MAF

Annexure IV -Cumulative Turnover statement signed by CA

Annexure V- Not Blacklisted

Annexure VI – Technical Specification Compliance sheet

Annexure VIII – List of Godowns :- 1. MURRY CO. 1ST, KANPUR 2. MURRY CO. 2ND KANPUR 3. GUTAIYA, KANPUR 4. , KANPUR 5. BILLHAUR, KANPUR 6. CHAUBEPUR, KANPUR 7. , KANPUR 8. BHITARGAON, KANPUR 9. PATARA, KANPUR 10. SUBHULI, KANPUR 11. SANIGAWAN, KANPUR 12. BIDHNU, KANPUR 13. KAKWAN, KANPUR

Page 23 of 23