Short RE-TENDER for Post Harvest Management - 2014-15

GOVERNMENT OF JHARKHAND
DEPT. OF AGRICULTURE & SUGARCANE DEVELOPMENT
DIRECTORATE OF SOIL CONSERVATION, JHARKHAND RANCHI
KRISHI BHAWAN CAMPUS, KANKE ROAD, RANCHI-834008
Short Re-tender are invited for Purchase of Post Harvest Management
Related “Agriculture Machines/Implements” for Training & Demonstration
Programmes For Central sponsored scheme of Post Harvest Management
Scheme Under the Directorate of Soil Conservation, Department of
Agriculture & Sugarcane Development Govt. of Jharkhand.
Sale of Tender document
:
20.02.2015 to 26.02.2015
Last date for submission of Tender document:
27.02.2015 up to 4:30 PM
Opening of Tender (Technical)
02.03.2015 at 03:00 PM
:
2
GOVERNMENT OF JHARKHAND
DEPT. OF AGRICULTURE & SUGARCANE DEVELOPMENT
DIRECTORATE OF SOIL CONSERVATION, JHARKHAND RANCHI
KRISHI BHAWAN CAMPUS, KANKE ROAD, RANCHI-834008
DISCLAIMER
1:- Though adequate care has been taken while issuing this Short Re-Tender
Document, the Bidder should satisfy himself that the document is complete in all
respects. Intimation of any discrepancy shall be given to this office (as mentioned
below) immediately. If no intimation is received by this office within 3 days from
the date of issue of the Tender Documents, then this office shall consider that the
Document received by the Bidder is complete in all respects and that the Bidder
is satisfied that the Tender Document is complete in all respect.
2:- Director, Soil Conservation, Jharkhand, Ranchi reserves the right to change
any or all of the provision of this Tender Documents before date of submission.
Such changes would be intimated to all parties procuring this Tender Document
before date of submission.
3:Director, Soil Conservation reserves the right to reject any or the entire
Short Re-Tender without assigning any reason whatsoever. No correspondence
will be entertained on this account.
Signature of Purchaser
3
GOVERNMENT OF JHARKHAND
DEPT. OF AGRICULTURE & SUGARCANE DEVELOPMENT
DIRECTORATE OF SOIL CONSERVATION, JHARKHAND RANCHI
KRISHI BHAWAN CAMPUS, KANKE ROAD, RANCHI-834008
Short Re-tender are invited for Purchase of Post Harvest Management Related
“Agriculture Machines/Implements” for Training & Demonstration Programmes
for Central Sponsored Scheme of Post Harvest Management under the
Directorate of Soil Conservation, Department of Agriculture & Sugarcane
Development Govt. of Jharkhand.
1.
GENERAL INFORMATION
During the year 2014-15 under Central Sector, Post Harvest Management
Related Scheme, “Agriculture Machines/Implements” have to be purchase &
demonstrated in the all 24 related districts of Jharkhand.
The Government has decided to purchase the Post Harvest Management
Related “Agriculture Machines/Implements” in Jharkhand for Training &
Demonstration Purpose.
Accordingly, Short Re-tender are invited only from reputed Manufacturers
and Authorized dealers for supply of the Post Harvest Management Related
“Agriculture Machines/Implements” having at least 5 (Five) years of experience
in manufacturing/ marketing/ supply of Agriculture implements. “Agriculture
Machines/Implements” to be supplied will be as per Annexure –I /approved
programme or availability of fund. Brief description is in
Annexure – II.
2. Tender Procedure
1.
The Bidders should submit the proposals in two parts:
(a) Technical Bid
(b) Financial Bid
2.
Technical part should contain all such details as mentioned in the Bid
Document.
3.
Financial part should contain the financial bid inclusive of all admissible
taxes, duties and levies, freight charge, installation charges, registration and
insurance charges (if any) etc. The details of the financial bid should also be
included for better appreciation of the bid.
4.
These two parts should be submitted in separate sealed and super scribed
envelops.
5.
Both the envelops should then be sealed in a third envelop
marked as Short Re-Tender For Purchase of “Post Harvest Management related
Agriculture Machines/ Implements”. The firm should also super scribe on the top
4
of the envelope the name of the implements/ machines to be supplied, date of
opening of tender and details of earnest money deposited & PR No. otherwise
such tender will not be consider.
6.
A complete set of Bid Document may be purchased by interested eligible
Bidders on the submission of a written application to the Director, Soil
Conservation, Jharkhand, Ranchi upon payment of a non-refundable fee of Rs.
500/- (Rupees five Hundred only) in the form of Demand Draft in favour of
“The Director, Soil Conservation, Jharkhand, Ranchi” payable at Ranchi.
(It exempted/relaxed submit the related document).
7.
The Bid Document may be purchased personally during office hours on all
working days from 20.02.2015 to 26.02.2015. It may also be downloaded from
www.jharkhandsoil.gov.in in that case, the fee in the form of demand draft
should be enclosed with the bid document at the time of submission.
8.
The last date for submission of bid is up to 27.02.2015 at 4:30 hrs.
9.
All Short Re-tender should be addressed to the Director, Soil
Conservation, Jharkhand, Ranchi and sent to the following address:
Director Soil Conservation,
Jharkhand, Ranchi
Krishi Bhawan Campus, Kanke Road,
Ranchi-834008, Jharkhand
10. The technical bid shall be opened on 02.03.2015 at 03:00 hrs. before the
purchase committee notified for the Directorate of Soil Conservation, Jharkhand.
The bidder or his only one authorized representative may remain present during
the opening of such bid.
11. Tender can be submitted either by hand or by speed post only. If the
tender is sent by post, the department will not be responsible for delay in postal
transit.
12. On the date of opening, only Part-I (Technical Bid) will be opened. Part-II
(Financial Bid) shall be opened subsequently only of those tender, whose
Technical Bid qualifies as per the laid norms of this tender.
13. Tender received after due date and time will be rejected.
Director,
Soil Conservation,
Jharkhand, Ranchi
5
GOVERNMENT OF JHARKHAND
DEPT. OF AGRICULTURE & SUGARCANE DEVELOPMENT
DIRECTORATE OF SOIL CONSERVATION, JHARKHAND RANCHI
KRISHI BHAWAN CAMPUS, KANKE ROAD, RANCHI-834008
GENERAL TERMS AND CONDITIONS
1.0 GENERAL INFORMATION
1.1. All Short Re-tender should be addressed to Director, Soil Conservation,
Jharkhand, Ranchi and sent to the following address: Director,
Soil Conservation,
Krishi Bhawan Campus,
Kanke Road, Ranchi-834008, Jharkhand.
Short Re-Tender are invited only from reputed manufacturers/ authorized dealers
having at least 5 (Five) years experience as per the tender document.
The specifications of the implement/machinery mentioned in the tender document
are illustrative and not specific.
2.0 SCOPE OF WORK
The scope of work shall be complete supply and installation of the Post
Harvest Management Related “Agriculture Machines/Implements” as mentioned in
this document. The Machines/Implements will be purchased by the officers in the
respective districts at the rate & quality decided by the government of Jharkhand
through this tendering process.
3.0 DEPOSIT OF EARNEST MONEY (EM)
3.1 Tender must be accompanied with an Earnest Money Rs. 0.50 lakh (Fifty
thousand Rupees only), failing which the tender will be rejected and
Technical Bid will not be opened.
3.2 The Earnest Money should be deposited and attach with technical bid by
way of account payee bank draft in favour of Director Soil Conservation,
Jharkhand, Ranchi payable at Ranchi.
3.3 Cheque/Bank Guarantee/fixed deposit receipt/ money orders/Cash etc. are
not acceptable towards deposit of earnest money.
3.4 In no case Earnest Money will be accepted after opening of tender.
3.5 Details of Earnest Money i.e. draft number and date should be indicated on
the cover of the big envelope otherwise the tender will not be received or
opened and returned to the party.
6
4.0
4.1
GUIDELINES FOR SUBMISSION
Interested agencies with requisite experience, may submit required
documents in two packets (Technical & Financial Bids) as detailed below:4.2 Technical Bid -Packet – 1 (check slip)
i)
Profile & Track Record of the company Form T1,
ii)
Affidavit from Notary/ Ist class magistrate Form T2,
iii) Certificate as to corporate principal Form T3
iv) Abstract of centre(s) list & Document in support for Availability of Sale &
Service center(s) in all district of Jharkhand.
v)
Agreeability for one year onsite warranty, Training & Demonstration to
Farmers in field.
vi) Agreeability for additional 2 years warranty/ Annual maintenance contract.
(Clearly mentioning the charges/yr. in percent (%) with respect to quoted
price).
vii) Document in support for Number of years in Agriculture Implement
Manufacturing/ supply.
viii) Document in support of Number of single orders worth Rs. 10 lakh and
above.
ix) Bank Solvency Certificate addressed to Director Soil Conservation,
Jharkhand, Ranchi, issued after the date of publication of this tender.
x)
Balance Sheet for last 3 financial years (2011-12, 2012-13 & 2013-14.
Annual Turnover, which will be average of last three years on the basis of
balance sheet.
xi) Photo copy of PAN No. issued by Income – Tax Department.
xii) Photo copy of Service Tax/sale tax/VAT Registration etc. (If not applicable
submit the relevant document).
xiii) Non refundable tender Document Fee of Rs. 500/- in the form of Demand
Draft from any Bank drawn in favour of the Director, Soil Conservation,
Jharkhand, Ranchi payable at Ranchi. (If exempted/relaxed submit the
relevant document in support of claim).
xiv) Refundable Earnest Money Deposit (EMD) of Rs.0.50 lakh (Fifty thousand
Rupees only) in the Form of Demand Draft from any Bank, drawn in favour
of the Director, Soil Conservation, Jharkhand, Ranchi payable at Ranchi. (If
exempted/relaxed submit the relevant document in support of claim) There
will be not return interest in EMD.
4.3 On the basis of all above document submitted (Para. 4.2) the technical bids
submitted will be evaluated on the basis of the following criteria:
7
Sl.
Criteria
1
Availability of Sale & Service
centers in Jharkhand
Agreeability for one year onsite
warranty, Training &
Demonstration.
2
3
4
5
6
7
4.4
Marking scale
1 Marks for each center.
Maximum
Marks
20 Marks
5 Marks for onsite one 10 Marks
year warranty
2.5 Marks for each
demonstration
and
training.
Agreeability for additional 5 Marks for each year.
10 Marks
warranty/ Annual maintenance
contract. (Clearly mentioning
the charges in percent with
respect to quoted price).
Number
of
years
in 2
marks
for
each 10 marks
Manufacturing/Marketing
in additional year after 5
machines & equipment’s. years.
(Registration certificate & any
supply certificate from date of
registration of the firm).
Number of single orders worth 5 marks for each such 20 marks
Rs. 10 lakh and above
order.
Bank Solvency Certificate
2 marks for each Rs. 10 10 marks
lakh
Annual Turnover, which will 4 Marks for each slab
20 marks.
Up
to
Rs.
25
lakh-5
be average of last three years
Marks
on the basis of balance sheet.
Rs.25-50 lakh-10 Marks
Rs.50-75 lakh-15 Marks
Rs.75-100 lakh-20 Marks
Relevant documents in support of the above criteria should be submitted
along with proof, so as to enable appropriate marking.
The document should be spirally bonded together as single booklet inserting
page no. on each paper and must submitted sequencely according 4.2&4.3,
No loose paper will be accepted as part of document and other wise such a
bid will be rejected.
8
Other relevant technical document/Test Report in favour/claim/Support of
implement/machines should be submitted as additional Technical Booklet in the
same envelop,(all pages spirally bonded together) & inserting page no on each
paper, with content, the person or persons signing should be signatory with stamp
in all pages of the bid otherwise such bid will be reject.
5.0
5.1
5.2
5.3
PACKET – 2 (FINANCIAL BID)
The cost of each item/equipment should be distinctly quoted in figures as
well as in words in the prescribed form attached. The rate/price quoted
should be inclusive of Excise Duty, if any, and all taxes (CST, VAT),
Freight, Insurance, Installation etc. Destination of Supply of Item will be
District Headquarter of the State.
The detailed financial cost as form-F1 should be put in an envelope sealed
and super scribed as “Financial Bid for Post Harvest Management
Related Agriculture Machines/Implements” and the envelope should
carry the due date for submission along with the name, address, telephone
number, e-mail address of the manufacturer/authorized dealers.
The covers containing both the technical and financial bids (sealed) should
be put in a big cover, sealed and super scribed as Short Re-Tender for
Purchase of Post Harvest Management Related Agriculture
Machineries/ Implements”. The big cover should be addressed Director,
Soil Conservation, Jharkhand, Krishi Bhawan Campus, Kanke Road,
Ranchi-834008 and should be submitted on or before 27.02.2015 at 04:30
5.4
6.0
hrs.
The firm should also super scribe on the top of the envelope the name of the
firm, tender notice number, name of the implements to be supplied, date of
opening and details of earnest money deposited
SELECTION PROCESS
A nominated Committee will evaluate the technical bids received.
Technical assessment will be based on technical evaluation criteria as
mentioned in paragraph 4.2 & 4.3.
On the basis of technical assessment, top competitive manufacturer/
authorized dealers scoring more than 60% in technical assessment will be
selected and the financial packet of these agencies only will be opened.
9
The financial proposal for supply of agriculture implement/ machinery
for testing and demonstration of firm mechanization in Jharkhand shall be
considered separately on the basis of the financial bid submitted.
The job of supplying Agriculture Implements/Machinery for
promoting Agriculture Mechanization in Jharkhand will be awarded to the
manufacturer/authorized dealer who quotes the minimum price for the
equipment as specified in the tender document.
7.0
SELECTION OF MANUFACTURER/AUTHORISED DEALER
The manufacturer/authorised dealer quoting the lowest rate for any
agriculture implement/machinery would be selected, who have to ensure
installation/ supply of implements/machinery through their authorised
dealers in various districts of the state. Preference will be given DGS & D
supply rate contract.
8.0
BLACKLISTING DEBARMENT
The Bidder shall furnish an affidavit from a Notary in the Performa
given in form T2 that neither the agency nor any of its directors has ever
been blacklisted by any Govt. agency/Department/Ministry nor convicted for
any criminal offence by any court of law.
9.0
CONTENTS OF ENVELOPES
The Bid shall be typed or written in indelible ink and shall be signed
by the Bidder or a person or persons duly authorized to bind the Bidder to
the Contract. A Written power-of-attorney accompanying the bid should
support the latter of authorization.
The person or persons signing should be signatory with stamp in all
pages of the bid otherwise such bid will be reject.
10.0 PREPARATION OF BIDS
10.1 Language of Bid
The bid prepared by the Bidder, as well as all correspondence and
documents relating to the bid exchanged by the Bidder and the Departmental
Tender Committee shall be in English only.
10.2 Bid Currency
Prices shall be quoted in Indian Rupees only.
10
11.0 DOCUMENTS COMPRISING THE BIDS
11.1 Bid Form
The Bidder shall complete the Bid Form T1.
11.2 Bid Prices
The Performa of the Financial Bid Price Form F1.
11.3 The Bidder shall furnish an affidavit that neither the agency nor any of
its Directors has ever been blacklisted by any Govt. agency/ Department/
Ministry nor convicted for any criminal offence by any court of law.
Performa given in Form T2.
11.4 Certificate as to corporate principal Form T3.
12.0 TIME SCHEDULE
The work is valid for the financial year 2014-15 only.
13.0 TERMS OF PAYMENT
Payment will be made after certification of successful procurement/
supply of the equipment after physical verification & specification.
14.0 VALIDITY PERIOD
Tenderers should specify the validity period of their offer which
should be for a period of financial year of 2014-15 from the date of opening
of financial bid of tender.
15.0 OTHER IMPORTANT INFORMATION
15.1 The firm must be capable of providing operational support to the users and
must provide free of cost training to at least twenty farmers from the State to
operate all these Agriculture Implement/ Machinery.
15.2 All other necessary accessories should be provided for ensuring smooth
operation, the cost of which should be included in overall cost of the
Implement / machinery.
15.3 The Competent Authority is not bound to accept the lowest or any tender or
to assign any reason for non-acceptance. The Competent Authority reserves
its right to accept the tender either in full or in part. Conditional Bids will be
rejected outright.
11
15.4 The Competent Authority reserves the right to summarily reject an offer
received from any agency on national security considerations, without any
intimation to the bidder.
15.5 The Competent Authority reserves the right to place an order for the full or
part quantities under any items of work indicated above.
16.0 PENALTY CLAUSE
Any discrepancies from 15.2 invite a penalty of Rs. 500/- per day after
the date of receiving the implements/machinery.
17.0 QUANTITY
The requirement mentioned in the tender document is tentative and
subject to increase or decrease at the time of finalization of tender/work/supply.
18.0 TEST CERTIFICATE
Test certificates, where applicable should be furnished in duplicate.
19.0 GUARANTEE
19.1
The tender shall give the following guarantee, in respect of the
agriculture implement/ machinery supplied/work executed by them.
19.1.1
For a period of twelve (12) calendar months of reliable regular
working of the implement/ system supplied. The tenderer shall be
liable to replace any parts that may fail or show signs of defects in
case of his own supplies/services under the condition provided for by
the contract and under proper use arising from faulty designs,
materials or workmanship or from any act of omission of the tenderer.
19.1.2 All such replacements of defective parts mentioned above shall be
made free of cost at site by the tenderer and taking the return of the
defective parts of the tenderer’s works shall be tenderer’s
responsibility and shall be made at his own expense.
19.2.
Tender which is not submitted in prescribed Performa shall be
rejected. Any additional particulars can be furnished in the
accompanied letter of statement.
12
19.3.
Tender which does not contain full details regarding technical
particulars, test certificates, delivery period, etc. will not be
considered.
19.4.
The undersigned reserves the rights to reject whole or part of any or
all of the Short Re-tender without assigning any reason.
20.0 CANCELLATION OF ORDER
The authority issuing the order reserves the right to cancel whole or
part of the supply orders of those suppliers, who are found to be defaulter for
delayed supply of the job or the supply of non-standard quality of materials.
21.0 TERMINATION BY DEFAULT
The Authority reserves the right to terminate the contract of any
agency/agencies in case of changes in the Government procedures or
unsatisfactory services.
22.0 FORCE MAJEURE
Neither party will be liable in respect of failure to fulfill its
obligations, if the said failure is entirely due to Acts of Good,
Governmental restrictions or instructions, natural calamities or catastrophe,
epidemics or disturbances in the country.
The party affected by an event of Force Majeure will immediately
notify the other party of such an event and will also notify the unaffected
party on cessation of disability resulting from such Force Majeure act.
23.0 DISPUTE RESOLUTION
In case of dispute between the Organization and the Directorate of
Soil Conservation, Jharkhand the matter shall be referred to The Secretary,
Department of Agriculture & Sugarcane Development, Jharkhand, Ranchi,
whose decision shall be final and binding upon both the parties.
Director,
Soil Conservation,
Jharkhand, Ranchi
13
TECHNICAL BID
Profile & Track Record of the company.
FORM – T 1
1. Name of Firm :
2. Nature of the Firm
(Proprietorship/Partnership/Pvt. Ltd.
Company/Any other firm/Govt. org.) :
3. Address with
Telephone no./ Fax no. :
Mobile No. & E-mail id :
4. Details of registration / Certification with
FMTTI, CIAE, SAU etc :
5. Status of financial position
(Solvency Certificates from concerned
Banks Should be enclosed) :
6. Income Tax/Sales Tax/ VAT payee
, Clearance Certificate of I.T. & S.T.
Regn. furnished. :
7. Income Tax Permanent A/c. No. :
8. Sales Tax/VAT No./Tin No. :
I do hereby enclose the Bank Draft/Pay Order as Earnest Money for Rs...........
(Rupees........................................) only vide Bank Draft/ Pay Order No............................dated
................ payable on Ranchi Bank endorsed in favour of Director, Soil Conservation,
Jharkhand, Ranchi.
I also hereby enclose the “Technical Bid” spirally bonded together & other relevant details and
documents to support my work details given above.
Documents related to the rates in the form of “Financial Bid” in separate sealed covers
mentioning all taxes etc. /validity period (one year.)
I do hereby declare that the above particulars furnished by me are true to my knowledge and
belief. I do hereby undertake to abide by all terms and conditions of Tender. I enclose the
following documents and certificates:
i. Copy of PAN Card & Latest I.T. Return.
ii. Copy of sale tax /VAT Registration etc. Certificate.
iii. Bank solvency certificate addressed to Director Soil Conservation, Jharkhand, Ranchi, issued
after the date of publication of this tender.
iv. Affidavit on non judicial stamp paper/e-stamp paper (Rs. 50.00) from Notary/
Ist class magistrate of after date of publication of this tender.
v. All relevant document in support for technical evaluation marking.
vi. Others (Please specify)
Terms and conditions duly accepted and signed are also enclosed.
Dated:_____
(Signature of the Tenderer with
Designation and Official Seal)
14
FORM – T- 2
AFFIDAVIT
( To be executed only on Non judicial stamp paper/e-stamp paper of Rs.50.00 or above)
I, --------------------------- S/o -----------------------------------------Director/ Proprietor of M/s................................................. having its Registered
Office at ............................... do hereby solemnly affirm and declare as follows:
1. That I have been authorized to execute this affidavit on behalf of this
Company/Firm/organization by the Board of Directors vide its Resolution passed
on ................
2. That the Director, Soil Conservation, Jharkhand, Ranchi vide Advertisement
No……………. published in ........................... had invited offers for supply of
equipments for promoting Agriculture Mechanization in Jharkhand.
3. That in response to the said Advertisement as stated in paragraph (2) above, our
Company/Firm/organization is submitting its Technical & Financial proposals to
the Director, Soil Conservation, Jharkhand, Ranchi on............
4.
That
Technical
proposal
of
our
Company/Firm/organization
M/s............................................... Containing necessary information and particulars
furnished as per given Performa, detailing therein:
a) Company/Firm/organization general experience and achievements in the field of
supplying agriculture implements for promoting farm mechanization in Jharkhand.
b) The Qualification and Competency of the Company/Firm/organization for the
Assignment.
5. That the statements made in paragraphs 1 to 4 of the foregoing Affidavit as
above are true to my knowledge and belief and if anything is found contrary, I
stand liable to be prosecuted under appropriate Act/Laws in force.
6. That neither the agency nor any of its directors has ever been blacklisted by any
Govt. agency/Department/Ministry nor convicted for any criminal offence by any
court of law.
7. That in the financial proposal of our Company/Firm/organization the quoted rate
of item/items is/are less than the MRP in the market.
Solemnly affirmed by the said ……............ at ..................... on this the
..........day of ..........2015.
Deponent: Identified by me:
15
FORM T- 3
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, ………………………… certify that I am the Secretary/In-charge of the
Company/Organization/Corporation organized under the laws of…………………..
and that………………….. who signed the above tender as authorized to bind the
Company/Organization/ Corporation by authority of its Governing Body.
Secretary
Date & Seal
16
ANNEXURE-I
Sl
No.
Details of Item
1.
Mine Rice Mill
(Mobile)
2.
Tractor PTO
operated Multi
Crop thresher
3.
Power Maize
Sheeler/Thresher
4.
Power Chaff
Cutter
Make &Model
No.
Power
required
(HP)
Performances
(Kg/hr.)
Cost
(Rs.)
Remarks
17
ANNEXURE-II
BRIEF TECHNICAL SPECIFICATION OF MACHINE
1- MINI RICE MILL (MOBILE)
- With Prime
- With Tractor PTO drive (without Tractor)
Technical Requirements
(1) Mini Rice Mill should have minimum of four functions – Dehusking,
Polishing, Grading if available, separation of bran and Husk essential.
(2) Easy to Transport from field to field by means of Rubber/Solid Transport
Wheels.
(3) Power Requirements
- Up to 5 HP
-
Up to 7.5 HP
Max 10 HP
Common to all agencies are to be considered favorable
-
DGS&D
Central Institute of Post Harvest Technology ICAR- Ludhiana (Punjab)
-
(Designed, developed and tested)
Food technology Research Institute Govt. of India, Mysore (Karnataka),
-
Designed Development and tested.
Central Institute of Pulses, Varanasi, Kanpur (ICAR)- (Designed, development
-
and tested)
Any State Agriculture University (SAUs/Govt. Deptt.)
2- Tractor PTO operated Multi crop Thresher
-
Upto 35 HP
Upto 45 Hp
-
Above 45 HP
Technical Requirements
(1) Threshing should have facilities of separating, cleaning and grading of
different crops.
(2) Easy to Transport from field to field by means of Rubber/Solid Transport
Wheels.
(3) Feeding chute (Feeding trought) should be of ISI tested by any approved
wheels.
(4) Machine should registered under DMRA in the state.
(5) Thresher should have minimum of three threshing crops facilities.
(6) Thresher should have safety and marking requirement as per Indian standard.
18
Other Requirements.
1. Complete printing literature about the m/cs.
2. Test Report certificate released by above mentioned
3. Installation & FOR at site.
4. Free demo of Machine.
5. Training to farmers group.
3-
Power Maize Sheller/Thresher
-
2 HP Electric Motor Ranges.
-
Up to 5 HP Electric Motor Range
-
Tractor PTO Operated (30-35 HP range without Tractor)
Technical Requirements
(1) Maize Sheller/Thresher should have facilities to separate Maize form complete
Crop i.e. (with cover) if available.
(2) Machine should registered under DMRA in the state.
(3) Thresher should have safety and marking requirement as per Indian standard.
4- Power Chaff Cutter
-
Domestic Model (Fly Wheel type) with suitable Electric Motor or diesel with
complete safety requirements.
-
Industrial Model (Belt Converge type suitable by tractor PTO operated without
tractor.
Technical Requirements
(1) The M/c should cover under DMRA in the state.
(2) Machine should registered under DMRA in the state.
(3) Thresher should have safety and marking requirement as per Indian standard.