TENDER DOCUMENT FOR SUPPLY & MAINTENANCE OF E-CART (BATTERY OPERATED VEHICLE)

Similar documents
Supply of Batteries

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website: TENDER DOCUMENTS FOR

Regional Office: Vijayapura Plot No6, Trimurthy Nagar Managuli Bypass Road, Vijayapura Diesel Generator Required on Rental Basis

Supply & Installation of Latest Version NX CAD Academic Software (NX9)

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station.

File No. EL/EE/NAD/Tech/1-13/2018/822 Dated: 29/08/2018 OFFICE OF THE EXECUTIVE ENGINEER NORTH ANDAMAN DIVISION ELECTRICITY DEPARTMENT DIGLIPUR

TECHNICAL BID T 3627

SAVE ENERGY FOR BENEFIT OF SELF AND NATION

CENTRAL UNIVERSITY OF JHARKHAND, RANCHI

AIRPORTS AUTHORITY OF INDIA OFFICE OF THE AIRPORT DIRECTOR ल. ग. ब. हव ई L G B I AIRPORT, GUWAHATI TECHNICAL DIRECTORATE क ट शन

(LAST DATE OF SUBMISSION: ) QUOTATION FOR ANNUAL MAINTENANCE CONTRACT OF SERVERS, COMPUTERS, PRINTERS, NETWORKING AND LAN

TENDER DOCUMENT BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR, HARIDWAR

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt


DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48

University of Peradeniya INVITATION FOR BIDS

Tender Document for. NAME OF THE SUPPLIER / MANUFACTURER: NREDCAP Registration No: /

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

DEALER REGISTRATION PACKAGE

ARAI/TA (4G)/AIRVISOR/AVG500/ Dated 17 th Apr 2017

SPICES BOARD (Ministry of Commerce & Industry, Govt. of India) Palarivattom.P.O. N H By Pass Kochi

ARAI/TA(4G_RV)/HORIBA/MEXA 584L/ Dated 25 Mar 2014

ARAI/TA(4G_RV)/SMS/D680/ Dated 21 st Mar 2015 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

NIT No. DEERS/SSDI-JK/05 of 2018 Dated 29/08/2018 E-Tender id No: 2018_FD_ 60565

BIDDERS SHOULD SUBMIT THE DOWNLOADED DOCUMENTS, DULY FILLED, STAMPED AND SIGNED, AS PER THE INSTRUCTIONS GIVEN HEREUNDER.

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.

RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES BASAR Nirmal District, Telangana Ref: RGUKT-B/Proc/Elec,Maint/Q08/2018, dated

ARAI/TA(4G)/SMS/D680/ Dated 28 Jan 2010

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

Department : COIMBATORE LPG Plant Department officer : PL.KANNAN. System ID : 11 Tender Reference No. :

/ Telefax : No: 1(2)2015-E/ Battery& Charger TVH/ Dated:

KARNATAKA FISHERIES DEVELOPMENT CORPORATION

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1

High Commission of India Colombo CORRIGENDUM

TECHNICAL BID T 3610

01. Name of work : Hiring of A/C luxury cars and passenger Vans (As and when required) 02. Tender No. : BHE/M&S/TPT/ AC LUXURY CARS/11-12

Tamil Nadu Handicrafts Development Corporation Ltd, Chennai. (Government of Tamil Nadu Undertaking)

Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on:

TECHNICAL BID T

Dealer Registration. Please provide the following:

Department of Community Medicine

ARAI/TA(4G)/GEN-MAINT/EXOSCAN-V/ Dated 26 th Mar 2009 CERTIFICATE FOR COMPLIANCE TO THE CENTRAL MOTOR VEHICLES RULES

REGIONAL MANAGER (VADODARA REGION)

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09

REQUEST FOR PROPOSAL

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

RMS CONDITIONAL REGISTRATION SCHEME HISTORIC (CRS-H) RULES FOR MEMBERS. Mustang Owners Club Australia (N S W) Inc.

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

MAINE LEMON LAW SUMMARY

Section VI: List of Requirements (REVISED)

Section II -Technical Specification

Rig Master Power by Mobile Thermo Systems Inc.

BANGALORE ELECTRICITY SUPPLY COMPANY LIMITED

BOXING FEDERATION OF INDIA

INDUSTRIAL HAUL AGREEMENT

Individual Fuel Card Application Form

Hkkjrh; izca/k lalfkku dksf"kddksm

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet.

TECHNICAL BID T

CHAPTER 2 HOW TO APPLY FOR ELECTRICITY

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

(ISO 9001 CERTIFIED)

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

AMULFED DAIRY A UNIT OF GUJARAT CO-OPERATIVE MILK MARKETING FEDERATION LIMITED PURCHASE ENQUIRY

CATALOGUE UNDER INSTRUCTION FROM SPECIAL INSPECTOR GENERAL OF POLICE, POLICE MOTOR TRANSPORT, M.S AUNDH PUNE

College Of Agricultural Engineering And Technology Marathwada Agricultural University Parbhani (Maharashtra)

DISTRICT RURAL DEVELOPMENT AGENCY, SIVAGANGA SIVAGANGA DISTRICT. TENDER NOTICE NO.1287/2009/JDO Dated

TECHNICAL SPECIFICATIONS

Dakshin Gujarat Vij Company Limited

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

INVITATION FOR TENDER FOR SUPPLY OF SOLAR PV SYSTEMS

Formerly known as The Calcutta Tramways Co.(1978) Ltd. (Government of West Bengal Undertaking )

Guidelines for Registration of Private / Transport Vehicles

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam

INVITATION TO BID Fort Morgan Golf Course Golf Carts

Guidelines for Renewal of Different Types of Driver s License

Section V DC Nickel Cadmium Alkaline BATTERY

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/50

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

UNIVERSITY OF CALCUTTA Centre for Research in Nanoscience and Nanotechnology JD-2, Sector-III, Salt Lake City Kolkata

Please enter the requested stand number/s into the square in front of the row! On behalf of the Exhibitor:

ii) PC based works station with monitor and printer having below mentioned specifications:

INVITATION TO BID FUEL PRODUCTS

2018 Golf Cart Lease Sunset Valley Golf Club

Transcription:

1 THE ODISHA STATE COOPERATIVE MILK PRODUCERS FEDERATION LIMITED D 2, SAHID NAGAR, BHUBANESWAR 751007 PHONE: 0674-2546121/ 2540417 TENDER DOCUMENT FOR SUPPLY & MAINTENANCE OF E-CART (BATTERY OPERATED VEHICLE) COST OF TENDER DOCUMENTS: RS.2000.00+12% GST Submission of filled in Tender Documents 10.30 Hrs. to 14.00 Hrs on dtd. 11.05. 18 Opening at 15.00 Hrs. dtd. 31.05.18 At OMFED Corporate Office, D 2, SAHID NAGAR, BHUBANESWAR 751007 PHONE: 2546121, 2540417 Name of the Tenderer: Address: Telephone /Mob.No.:

2 www.omfed.com THE ODISHA STATE CO-OPERATIVE MILK PRODUCERS FEDERATION LTD. OMFED, D-02, Sahidnagar, Bhubaneswar 751007 Tel. No. 0674-2546030, 2546121, 2540576 E-mail Id: omfed@yahoo.com TENDER NOTICE OMFED invites sealed techno-commercial offers in separate envelope from experienced manufacturers / authorized distributors of Battery Operated E-cart for Supply, installation, testing, commissioning and trial run of the same at Bhubaneswar Dairy, Chandrasekharpur, Bhubaneswar. The detailed Tender documents, can be down loaded from the website www.omfed.com from 11.05.2018 to 30.05.2018 against payment of Rs.2000.00 + 12%GST in shape of Demand Draft drawn i/f/o OMFED from any Nationalized bank payable at Bhubaneswar. Bids with EMD amounting to Rs.20,000/- in shape of Demand Draft drawn i/f/o OMFED shall be received up to 14:00 hours on 31.05.2018 & shall be opened on the same day at 15:00 Hrs. at OMFED Corporate Office, D/2, Saheed Nagar, Bhubaneswar 751007 in presence of interested bidders. Bids without requisite EMD & of tender paper shall not be considered. The corrigendum / amendment to this notice if required shall be published only in the OMFED web site and will not be published again in newspaper. OMFED reserves the right to accept or reject any or all the tenders or part thereof without assigning any reason. DY.GENERAL MANAGER (Marketing)

3 DESCRIPTION OF TENDER CALL NOTICE Sealed tenders are invited for supply & maintenance of 40 nos of battery operated E-cart from experienced manufacturers / authorized distributors. E-CART SPECIFICATIONS 1. The base model of the Electronic Battery Operated Vehicle must have been certified by authorized Motor Vehicle Certification agency, viz. ICAT, ARAI, etc. E-Cart design and make should be in commercial line and should be capable of customization as per the requirement of OMFED and the supplier should be agreeable for doing the same. 2. Type 3 Wheeler Electronic Battery Operated Cart 3. Seating Capacity 1 Person Driver cum Salesman 4. Tyres 90x90x12/3.00x12 5. E-Cart Dimension minimum length 2.8 mtr, width 1.0 mtr 6. Brake Hand front drum type and rear Foot Brake (hydraulic Drum Type) 7. Suspension Hydraulic Shock Absorber front / Leaf Spring Type shock absorbers rear 8. Drive Type Rear Wheel Drive 9. Gear Forward & Reverse 10. Material of the Vehicle CR Steel 11. Gross Load Carrying Capacity 750 kg, Net Load Carrying Capacity 300 to 400 kgs. 12. Mileage 70-90 km on a single charge of E-Cart Battery Bank, with the load 13. Max Speed 25kmph 14. Steering Handle Bar 15. Music System 12 V / 200 W, with FM and USB, minimum 2 years warranty 16. Accelerator Throttle Two-Wheeler Type 17. Battery Type Exide /Amaron / special designed batteries for E-Carts 18. Battery 48 V to 60V and 100AH to120 AH (Should be capable of running at least 70-90 kms on a single charge, with the load of 300-400 kgs, sustain lightings of the E-Cart for at least 5 hours) 19. Charging Type -6-8 hours 20. Charger 15amps to 20amps / 48 volt 21. Controller Type For vehicle minimum 50 amps, 24 Tube Controller type 22. Motor 1000 W to 1200 W 23. Speedometer Yes 24. Windshield Compulsory 25. Roof Full Roof (Metal or FRP) 26. E-Cart should have deep freezer as well as bottle chiller capabilities, which should be able to sustain at least 10-12 hours of chilling. Deep Freezer should be able to sustain -18 C to -25 C, and Bottle Chiller should be able to sustain 0 C to +5 C. The deep freezer and bottle chiller mounted on the E-Cart should be capable of enduring the movements and still sustain the desired temperature range

4 27. Net Capacity of deep freezer should be between 150-200 litres and that of bottle chiller to be between 150-200 litres. The freezer & Chiller should be of reputed brand having light weight. Minimum One year warranty to be provided on the deep freezer as well as the Bottle Chiller. In case OEM provide more than one year, the same needs to be extend to OMFED. 28. Deep Freezer and Bottle Chiller should have top vending transparent sliding cover. 29. The lighting package of E-Cart should include head light, tail light, parking light, and LED Decorative Lights for lighting inside the E-Cart which can stay on from evening 5 pm to 10 pm. Warranty on the lights should be minimum one year. 30. E-Cart Carrier/Trailer Dimension Minimum dimensions length 1.5 m x width 1.0 x height 1.0 m. Carrier should be able to carry the Deep Freezer and Bottle Chiller with a minimum gap of 6 inches, in between the Deep Freezer and Bottle Chiller Units. 31. The carrier designing should be planned in such a manner to carry chiller and Freezer to be kept in L shape leaving space for movement of sales boy. 32. Branding of E-Cart to be done by the supplier, as per OMFED design specifications (to be given by OMFED). E-Cart should be capable of customization as per the requirement of OMFED and the supplier should be agreeable for doing the same. 33. The supplier should follow the AUTOCAD line and 3D drawings with design which is enclosed with the tender documents ELIGIBILITY FOR BIDDING The bidders under above specifications fulfil the following criteria. a) E-Cart design should confirm to transportation of good materials and rules framed under Motor Vehicle Rule Act. b) The base model of the Electronic Battery Operated Vehicle must have been certified by authorized Motor Vehicle Certification agency, viz. ICAT, ARAI, etc. E-Cart design and make should be in commercial line and should be capable of customization as per the requirement of OMFED and the supplier should be agreeable for doing the same. c) It is mandatory on the part of the bidder to obtain registration of the vehicle from the RTO, Bhubaneswar. d) The bidder should have experience to provide necessary field erection and management service required to successfully supply, test and commission the systems as required under the specification. e) The bidder must have fulfilled all statutory requirements including GST certificate. f) The bidder should have production line up battery operated E-Cart.

5 INSTRUCTION TO BIDDERS 1 The Bidders must have capacity to supply the E-Cart within 45 days of acceptance of purchase order. 2. The number of Battery operated E-Cart to be purchased is subject to change without any notice. 3. The Battery operated E-Carts are urgently required. Time of Ex-stock delivery of E-Cart mentioned against purchase order may be treated as final. 4. The tenders of such firms shall only be considered who have purchased/ downloaded the tender forms from the OMFED Web Site www.omfed.com by depositing the prescribed fee of the tender document (Non refundable). If due to any reason the due date is declared as a holiday the tender will be opened on next working day at the same time. 5. The last date of receipt of the tender is up to 14:00 hours, 31.05.2018. Sealed tenders will only be accepted during office hours on working days through deposit in the tender box kept for the purpose with MM Division in the Corporate Office of the OMFED, D-02, Sahid Nagar, Bhubaneswar-751007. Tenders received after due date & time will not be considered. 6. Earnest money Draft drawn in favor of the OMFED, payable at Bhubaneswar as specified above should be accompanied with tender document. Tender without deposit of E.M.D will not be accepted. 7. Intending bidders are required to carefully go through the tender specification before submitting their offer. 8. Deviation in terms and conditions, any change in specification will not be accepted. 9. Incomplete & conditional tenders are not acceptable. 10. Notice inviting tender, original tender documents, prescribed TECHNICAL BID (Annexure A), PRICE BID (Annexure B), terms & conditions, copy of Valid GST certificate, Certificate from Authorized Moto Vehicle Certification Agency, Computerized design of OMFED E-Cart with Branding and other statutory documents, will form the part of tender. 11. Original tender documents, TECHNICAL BID (Annexure A) and PRICE BID (Annexure B), copy of Valid GST certificate, copy of Certificate from Authorized Moto Vehicle Certification Agency, Computerized design of OMFED E-Cart with Branding and other statutory documents, should be signed, sealed one every page, and submitted by the Bidder; otherwise tender is liable for rejection Or All pages of the tenders must be signed & sealed by the authorized person on behalf of the bidder. 12. The bidders are required to furnish their offers in the PRICE BID (Annexure B) in both words & figures. Correction if any shall be made by crossing out with signature of supplier. 13. The Offer Price shall be valid 180 days from the date of opening of the bid. 14. Canvassing in any manner is strictly prohibited. The same will lead to rejection of the tender. 15. In case of any correction or overwriting made by the bidder in the rates offered, it should be signed & sealed by the bidders; otherwise tenders are liable for rejection. 16. Certificate of quality assurance, guaranty, and conditions of AMC must be provided.

6 17. Computerized design of OMFED E-Cart with Branding to be submitted in the tender document 18. Tenders will be accepted & will be opened as per information mentioned in the noticeinviting tender. 19. On the date & time of opening of tender only authorized person or any other person possessing authorization letter is allowed to participate in tender. 20. The technical bid shall be opened on 31.05.2018 in the MM Division in OMFED Corporate Office, D-02, Sahid Nagar. Bhubaneswar-751007 in presence of such Bidders / representatives, who may be present at the time of opening. 21. The tender should be submitted in two separate sealed envelopes as mentioned below & addressed to the Managing Director, OMFED, D-02, Sahid Nagar, Bhubaneswar-751007, inside a sealed envelope super scribed with Tender for Battery Operated E- Cart. First sealed envelope should contain TECHNICAL BID as per Annexure-A, Earnest Money, Technical Specification, valid GST certificate, Commercial terms & conditions, other tender documents duly signed & sealed, certificate and proof as per qualification criteria as well as brochure, literature etc. It should be super scribed with PART-I TECHNICAL BID ". All the papers of tender documents except the PRICE BID duly signed should be submitted in the first envelope. Required earnest money deposit in the form of Demand draft in favor of OMFED payable at Bhubaneswar should be attached. 22. Second sealed envelope should contain PRICE BID as per Annexure B. It should be super scribed with "PART- II PRICE BID". Any condition in regard to financial aspects, payments, etc, beyond the prescribed financial terms of OMFED will make the tender invalid. Therefore it is in the interest of the bidder not to write anything extra in the PRICE BID in Annexure-B, except price. 23. The procedure of opening of the tender shall be as under, a) First envelope "PART-I TECHNICAL BID shall be opened at the time & date mentioned in the tender notice by the committee members of OMFED in the presence of bidders, who choose to be present. If necessary, the firms may be called for Technical Presentation of their product as per the time intimated by OMFED. b) Second envelope PART-II PRICE BID shall be opened after evaluation of technical suitability of the offer. The date for opening of second envelope (PRICE BID) shall be communicated later on. Second envelope (PART-II PRICE BID ) of only those Bidders shall be opened whose TECHNICAL BID shall be found Techno-commercially suitable. 24. All the bidders shall essentially indicate the break-up of prices as shown in PRICE BID (Annexure B). 25. The composite price towards supply of E-CART and AMC for 3 years shall be considered while arriving at the lowest tender rate 26. In case of supply of any defective E-Cart or sub-standard E-Cart, the supplies will be rejected

7 & it will be the responsibility of the supplier for taking back & replacing the rejected E-Cart at their own. The supplier shall replace the defective/substandard E-Cart within 15 days from the date of rejection failing which security deposit of the Concerned firm shall be forfeited and the rejected E-Cart will be disposed off through public auction. The sale proceeds thereof will be deposited in OMFED Accounts Section. 27. Any clarification on the technical specification and commercial terms and conditions may be clarified in writing from OMFED, Marketing Division, D-02, Sahid Nagar, Bhubaneswar 751007, PBX: 0674-2540273/2540417/254030/2546121. 28. Deviation of any commercial terms and condition and technical specification shall not be entertained. 29. The supplied E-Cart should be strictly as per specifications as mentioned in the tender, otherwise the E-Cart would be liable for rejection. 30. Managing Director, OMFED reserves the right to reject or accept any or all tenders without assigning any reason thereof. I/we have carefully read & understood the above terms & conditions of the tender & agree to abide by them. Signature of Bidder with Seal Bidder Name :

8 UNDERTAKING M/s Prop So / Daughter. Resident of. Being Proprietor/ Partner/ authorized representative of M/S. of whose GST No. is Income Tax PAN No. is.. I do here by given consent to OMFED to deduct from our Bill whatever applicable dues of the GST & IT Department on their demand. Place: Date: SIGNATURE OF THE BIDDER & SEAL BIDDER S NAME

9 COMMERCIAL TERMS & CONDITIONS: 1 Rate : The offer should indicate the unit of the system, Commissioning charges, AMC Charges and taxes & duties separately. The unit must be inclusive of packing, forwarding, loading & unloading charges, of insurance and transportation FOR destination where the E-Cart will be operational as per the work order. The Offer Price shall be valid 180 days from the date of opening of the bid. 2. Tax & Duties etc.: All Taxes and duties as prescribed under Government rules would be applicable. 3. Earnest Money Deposit: Earnest money is Rs 20,000.00 payable in shape of Demand Draft from any nationalized bank drawn in favor of OMFED, Bhubaneswar is required to be submitted along with the tender document without it the tender will not be accepted. a. E.M.D. would be refunded to the unsuccessful Bidders after finalization of the tender without any interest. b. E. M. D. would be returned to the successful bidder after issue of letter accepting bid. c. E. M. D. would be forfeited in case of non- compliance of the purchase order by the successful bidder. 4. Schedule of supply : Supply and operation of E-cart shall be completed within a period 45 days from the date of acceptance of Order. 5. Warranty: The E-Cart must be delivered within the stipulated time mentioned in the purchase order. The installation & operation of E-Cart in our site must be completed within the time frame prescribed by OMFED. Two years warranty on the metal body and mechanical parts to be provided by the supplier. It is mandatory on the part of the manufacture to provide at least one free service per quarter during the warranty period. On completion of two year warranty period, service under AMC to be provided by the supplier. The supplier shall furnish a guarantee/ warranty certificate to the above effect along with the information in the format for warranty card along with operation of E-Cart. Minimum One Year Warranty on Batteries. In case the Battery OEM provides more than one year, the same need to be extended to OMFED. Minimum One Year Warranty on the Deep Freezer and Bottle Chiller. In case the OEM provides more than one year, the same to be extended to OMFED. Minimum 2 years warranty on Music System. Minimum one year warranty on the lights included under the lighting package

10 6. E-Cart Registration: The supplier of the E-Cart shall ensure the RTO registration of the E-Cart. Cost of registration of E-Cart at RTO, Bhubaneswar will be borne by the supplier 7. (a) Payment: 90 % of the order value for E-Cart and 100% taxes on E cart supplied shall be released on submission of bills, challans, GST certificate etc on supply of the Vehicle at locations specified in the purchase order and verification thereof. Balance 10 % of the order value for E-Cart shall be released after expiry of 2 years warranty period and 3 years AMC, subject to satisfactory performance and annual maintenance. (b) Penalty Clause : Penalty @0.5% per week of the order value shall be imposed for delayed supply beyond the supply schedule at clause no.4. 8. Training Program: Training program of users, technical personnel & operator of OMFED or its franchise should be conducted by the bidder as per the discretion of OMFED. 9. After Sales Service: The bidder should have fully equipped after-sales service centre in the state of Odisha. Two years warranty on the metal body and mechanical parts to be provided by the supplier. It is mandatory on the part of the manufacture to provide at least one free service per quarter during the warranty period. On completion of two year warranty period, service under AMC to be provided by the supplier. 10. Dispute: For adjudication of any dispute between OMFED and the bidders arising in this case, reference can be made to any Law courts under the jurisdiction of Orissa High court only. Managing Director, OMFED reserves the right to accept or reject any or all tenders without assigning any reason thereof. I/We have carefully read and understood the above terms and conditions of the tender and agree to abide by them. SIGNATURE OF BIDDER WITH SEAL BIDDER S NAME :

11 ANNEXURE-A : TECHNICAL BID Technical Qualification Criteria of E Cart BIDDER S NAME : S No. Description Specification Complied 1 E-Cart Type 3 Wheeler Electronic Battery Operated Cart 2 Seating Capacity 1 Person Driver cum Salesman 3 Vehicle Dimension minimum length 2.8 mtr, width 1.0 mtr 4 Overall width (metres) minimum 1.0 mtr 5 Overall height (metres) minimum 1.7 mtr 6 Overall length (metres) minimum length 2.8 mtr 7 Carrier/Trailer Dimension length 1.5 m x width 1.0 x height 1.0 m 8 Accelerator Type Throttle Two-Wheeler Type 9 Speedometer (Yes / No) Yes 10 Windshield (Yes / No) Yes 11 Roof Full Roof (Metal or FRP) Gross load carrying 12 capacity, minimum 750 kgs 13 Net load carrying capacity minimum 300-400 kgs 14 Material of the Vehicle CR Steel 15 Tyres Dimensions 90x90x12/3.00x12 16 Motor Wattage 1000 W to 1200 W 17 Controller Type Minimum 50 amps, 24 Tube Controller Type Running Capacity on single 18 full recharge 70-90 kms, with load Exide / Amaron special designed batteries for E- 19 Battery Type Cart

12 Battery Size (Volt and 20 Capacity in AH) 48 V to 60 V and 100AH to 120 AH Minimum 1 year. In case the Battery OEM provides more than one year, the same need to be extended 21 Battery Warranty Period to OMFED 22 Charging Type 6-8 hours Charger Type in Volt and 23 Ampere 15 amps to 20 amps / 48 volt Front Brake Type and Rear Hand front drum type, and rear foot brake, 24 Brake Type Hydraulic Drum Type Hydraulic Shock Absorber front / Leaf Spring Type 25 Suspension Type shock absorbers rear 26 Drive Type Rear Wheel Drive 27 Gear Forward & Reverse 28 Max Speed (Kmph) 25 kmph 70-90 km on a single charge of E-Cart Battery Bank, 29 Mileage with the load Lighting package should include head light, tail light, parking light, and LED Decorative Lights for lighting inside the E-Cart which can stay on from evening 5 pm to 10 pm. Warranty on the lights 30 Lighting Package Should be 1 year at least. 31 Steering Type Handle Bar 12 V / 200 W, with with FM and USB, with 32 Music System minimum 2 years warranty Top Vending Transparent sliding door, Net 150-200 Litres, capable of Deep freezer type and enduring movements with E-Cart and still sustain 33 capacity the desired temperature Deep freezer capability 34 (temp & duration) less than - 18 C to - 25 C for 10-12 hours

13 Top Vending Transparent sliding door, Net 150-200 Litres, capable of Bottle chiller type and enduring movements with E-Cart and still sustain 35 capacity the desired temperature Bottle chiller capability 36 (temp & duration) Less than 0 C to plus 5 C for 10-12 hours Minimum One year. In case OEM provide more Warranty on the Deep than one year, the same needs to be extend to 37 Freezer and Bottle Chiller OMFED E-Cart Customization 38 Capability by Supplier Yes E-Cart Registration by 39 Supplier Yes Signature of the Bidder with Seal Bidder s Name :

14 1) 2) 3) Annexure B: Price Bid for E-Cart Description Cost of Battery Operated Mobile Vending E-Cart The E-Cart shall include Packaging, Forwarding, Loading and unloading, Transportation to the destination, where E-Cart will be operational Battery Set of 48v to 60V, 100AH TO 125AH, with one year warranty Music System of 12V, 200W, with FM and USB, Two Year Warranty 4) E-Cart Charger Type, 15 amp to 20 amp/48v 5) 6) Deep Freezer of 150-200 litres capacity, 10-12 hour of chilling at -18 to 25 degrees, one year warranty Chest Cooler of 150-200 litres capacity, 10-12 hour of chilling at 0 to 5 degree degrees, one year warranty 7) Registration 8) Insurance 9) Modification and customization as per OMFED requirement 10) Branding as per OMFED requirement Taxes as Applicable TOTAL Make and Model ( to be specified compulsorily) Please specify model and make Please specify model and make Please specify model and make Please specify model and make Rate per Unit Please specify Please specify Please note : All the equipment and accessories as mentioned in the E-Cart Specification and provided in the tender document is mandatory Signature of the Bidder with Seal Bidder Name

15 ANNUAL MAINTENANCE CONTRACT FORMAT Annual Maintenance Contract (AMC) for maintenance of E cart supplied and installed by M/S... for...years (warranty... years plus...years AMC ). This Annual Maintenance Contract (AMC) is executed between the OMFED, D-02,Sahid Nagar, Bhubaneswar-75 7, herei after alled as st. Party a d M/S. herei after alled as d party, for ai te a e of.. os of E art for a period of... years with effect from.., supplied & operated ide pur hase order No. Dated i.. At a d. Distri t. The d party ill ai tai these. os. of E-cart as per the terms and conditions mentioned here under.. It has ee e isaged i the pur hase order No../ OMFED dated.. lause No of agree e t that these sets of E art. i ludi g attery shall e arra ted agai st any manufacturing defect and bad workmanship at least for a period of two years from the date of operation of vehicle. As these systems have been operating and handed over to the 1st party. During.. all these E arts, as su h are o ered u der arra ty period up to. 2. Hence the 2nd party is fully responsible for their trouble free maintenance.. 3. The 2nd party is liable to rectify / remove any defect noticed within the aforesaid period free of. The 2nd party is fully responsible for any defect noticed within the above warranty period and is liable for rectification/ replacement of the defective components/ systems free of. a. The 2nd party will impart training to the users on day to day repair and maintenance of the systems to the users b. An amount of 10% of the ordered value shall be kept as fees towards Performance guarantee for a period of 2 years of warranty & 3 years of maintenance. After expiry of the successful and satisfa tory ai te a e period of 5 years hi h re ai s alid up to., the % held up amount shall be returned to the 2nd party thereafter only. 4. The AMC includes repair/ replacement of all spares and consumable, including battery during the maintenance period.

16 5. The 2nd party shall undertake the periodical maintenance work of these E carts in prescribed formats attached herewith (Format I ) on the 10th of every succeeding quarter. 6. The 2nd party should be in readiness to attend to the defects of any E cart), as and when required by the beneficiary/ 1st party and ensure rectification of defects and restore functionality within fifteen days of lodging the complaints. The 2nd party shall furnish the status report after the maintenance work are over, which shall invariably bear the signature of the user as per the format. 7. The 2nd party shall maintain the following facilities at the service center for ensuring highest level of services to the end user. (a) Adequate trained manpower specifically trained by the 2nd party for carrying out the service activities. (b) Adequate spares for ensuring least down time of a individual E cart. 8. Separate bills/ invoices in triplicate enclosing the prescribed formats duly filled in are to be submitted by the 2nd party to 1st party for effecting payment after end of the each year from the date of maintenance of the systems. 9. Certificates in support of successful maintenance of the system(s) shall be obtained from the users which should be countersigned by the OMFED in token of verification of maintenance done. 10. it will be the liberty of the 1st party to cross checks the E cart maintained by the 2nd party. Random verification of the maintenance may be carried out by the 1st party wherever necessary. 11. The 2nd party may continue to maintain the gadgets after expiry of the maintenance period of 5 years, provided the beneficiaries if 1st party desires. 12. For adjudication of any dispute between the two parties arising on execution of this AMC, the matter shall first be brought to the notice of M.D, OMFED. 13. In case, there will be no amicable settlement of the issues, the matter can be referred to the court of law having jurisdiction at Bhubaneswar only. The Annual Maintenance contract is signed jointly between the two parties today i.e. on dated day of...a d shall o e i to for e fro the date of its sig atures. For and on behalf of OMFED Bhu a es ar. For and on behalf of M/S.. ( 1st Party) (2nd party) with Seal

Back side self door Self door with Toughen glass Self door 3D Drawrngs /

Roof Top (Acrylic Finish with LED lights) Roof Top 3D Drawings (Acrylic Finish with LED lights)