Email
ID: dahpunjab@gmail.com
TELEPHONE 0172-2701324
TENDER
NOTICE NO. 4/2014-15/PLDB FOR THE SUPPLY OF ITEMS FOR FROZEN SEMEN
STATIONS
Sealed tenders are invited for the
supply of following items which will be received by the Chief
Executive Officer, Punjab Livestock Development Board, Chandigarh
up to 16.10.2014 till 2.30 p.m. and the same will
be opened at 3.00 p.m. on the same day in presence of tenderers or
their representative who care to be present as per list mentioned
below:-
Sr.
No. |
Name of Item |
Quantity
|
|
Sr.
No. |
Name of Item |
Quantity
|
1. |
Integrated Computer Aided Semen
Analyser |
01 |
|
9. |
Disposable Artificial
Insemination Gloves |
30. Lac |
2. |
Bio Freezer |
01 |
|
10. |
Disposable Vaginal Catheter |
7.00 Lac |
3. |
Filling and Sealing Machine |
01 |
|
11. |
Artificial Insemination Gun |
7000 |
4. |
Distillation Apparatus-Quartz
|
02 |
|
12. |
Triss
Buffer(Sigma or Equivalent) |
25Kg |
5. |
LN
Storage and Transport Containers Capacity 50 Ltrs. |
100 |
|
13. |
Glycerol (Sigma or Equivalent) |
87 Ltrs |
6. |
Liquid Nitrogen Biological
Container of 35 Ltr capacity |
50 |
|
14. |
D-Fructose (Sigma or
equivalent) |
12 Kg |
7. |
Liquid Nitrogen Biological
Container of 3-4 Ltrs capacity |
300 |
|
15. |
Artificial Insemination Kit |
100 |
8. |
Bulk Storage Container (3 to
3.5Lac straw holding capacity) |
02 |
|
|
|
|
The
tender will be in double bid system i.e. Technical Bid and
Financial Bid. should be sealed in separate envelops super scribed
as “Technical Bids/Commercial Bids” (as the case may be) and both
envelops should be put in single envelop, duly sealed, item wise.
The Technical Bid should contain comprehensive technical details
of the items i.e. Brochure/Catalogue, profile of the
manufacturer/supplier, main current clients, experience, tentative
delivery period etc. alongwith earnest money of Rs. 1,00,000/-in
the shape of Bank Draft drawn in favour of “Punjab Livestock
Development Board” payable at Chandigarh. Technical Bids will be
opened first and Commercial Bids subsequently, of only those
tenderers who qualify in the Technical Bids. Tenders not received
as per above procedure will be out rightly rejected. Approved
tenderer will have to deposit 5% of the total value of the items
to be purchased in the shape of Demand Draft payable at Chandigarh
in the name of Punjab Livestock Development Board within 7days of
issue of supply orders as security deposit. Only original
producers/companies or their authorized dealers/distributors can
submit the tender. Tender form, specifications, terms and
condition can be obtained from this office on payment of Rs. 100/-
or can be downloaded from the website
www.husbandrypunjab.org
for which Rs. 100/-(Tender form payment) can be submitted in the
shape of bank draft in the name of Punjab Livestock Development
Board, payable at Chandigarh along with tender. The undersigned
reserves the right to accept or reject any offers and hold the
discretion to increase/decrease the quantity of any or all the
items.
Chief Executive Officer,
Punjab Livestock
Development
Board, Chandigarh,
Tendering
Procedure.
It will be a
two stage tendering .The technical tenders and financial/commercial
tenders will have to be submitted separately in two separate sealed
envelops duly superscribed as Technical Bid due on ___________and
Financial/Commercial Bid due on ____________respectively. Both the
envelopes should be put in another sealed cover duly superscribed as
Tenders for _____________ due on ____________.
The
Technical Bids should contained detail information on the following:
-
-
Nature of Ownership.
-
Composition of the
Firm.
-
Bankers Name &
Address.
-
Annual Turnover of
last three years.
-
C.S.T/S.T No./Vat
No.
-
PAN/TAN No.
-
Tax clearance.
-
Whether
Manufacturer/Sole Selling Agent/Distributor/Authorized Dealer.
-
Experience in line.
-
Capability/Capacity
to service the requirement.
-
Details of relevant
infrastructure.
-
Arrangements of
after sale service.
-
List of Clients.
-
Quality
Assurance/Monitoring system followed.
Certificates where needed should be attached duly attested.
Financial/Commercial Bids.
Financial Bid should contain the price quoted per unit .
The following information should be clearly given in the Financial
Bid:-
-
Price per Unit.
-
Place of Delivery.
-
Status of
Taxation/Duties etc.
-
Lead time.
-
Packing &
forwarding.
-
Mode of
Transportation.
-
Payment condition.
-
Warranty/Guarantee.
-
Validity of Offer.
-
Acceptance of Terms
of N.I.T.
-
Details of Earnest
money attached.
Financial Bids will be opened only of those tenderers, who qualify
and are found suitable during the processing of Technical Bids
Sr. No.
Price Rs.100/-
INSTRUCTIONS TO TENDERERS
1.
Quotations must be enclosed in a properly sealed envelope addressed
to the Chief Executive Officer, Punjab Livestock Development Board,
c./o Director, Animal Husbandry, Punjab, Chandigarh by designation
and not by name. The quotations must be superscribed “ Quotation for
the items for Semen Bank and Farms. during the year
2014-15 as called for in tender notice, dated 26.09.2014”
. The quotations must reach the Chief Executive Officer, PLDB, c/o
Director , Animal Husbandry, Punjab, before 2.30 PM on the
date mentioned in the tender notice i.e. 16.10.2014
2.
In the event of the quotations, being submitted by a firm it must be
signed separately by each member thereof, or in the event of the
absence of any partner it must be signed on his behalf by a person
holding a power of attorney authorizing him to do so or in the case
of a company the quotations should be executed in the manner laid
down in the said company’s articles of Association. The signatures
on the quotations should be deemed to be authorized signatures.
3.
All the columns of the quotations form shall be duly , properly and
exhaustively filled in. The rates and units shall not be
overwritten. Quotations shall always be both in the figures and
words. The words “ No quotations” should be written across any or
all of the items in the Schedule for which a tenderer does not wish
to tender.
4.
Any omission in filling the columns of “ Units” and “rates” shall
altogether debar a quotation form being considered.
5.
All corrections must be signed by the tenderers.
6.
Samples must be sent of all items quoted for each when application
or description are laid down. Such samples must be sent fright paid
or delivered free to the Chief Executive Officer, Punjab Livestock
Development Board, Chandigarh. Each sample should bear a sealed
label marked with the tenderer name and address and reference to the
item number in the schedule. All instructions regarding the sample
specified in the notice should be compiled with. All samples except
those against accepted quotations must be removed by the Supplier on
a date to be specified by the Chief Executive Officer, Punjab
Livestock Development Board, Chandigarh failing which the samples
will become the property of PLDB and no claim, therefore will be
considered .Loss of samples or damage or wear and tear or injury by
testing exposure experiment etc shall be no ground for
compensations in any form.
7.
A sum of (INR) Rs……………………………./ must be deposited as earnest
money in Bank pledged to the Chief Executive Officer, Punjab
Livestock Development Board, Chandigarh and the receipt must
accompany the tender form without which it will not be considered.
The said amount will be regarded as forfeitable to PLDB, if any
successful tenderer fails within the time fixed by the Chief
Executive Officer,Punjab Livestock Development Board, Chandigarh
either to sign the contract or terms contained in the invitation for
tender, its tender form and quotation form and condition of contract
referred to in the invitation of tenders, or to pay the additional
security referred to in the next clauses below:-
1.National Saving Certificate.
2.Postal
Saving Bank’s Pass Book.
3.State
Bank’s Call Deposit Receipt or Fixed Deposits
4.Deposit receipts mentioned in item no. 3 tendered by any Schedule
bank are also accepted provided these are countersigned by the State
Bank of India, whereby the State Bank of India undertakes full
responsibility to indemnify this department, in case of default. The
above deposits can also be accepted if these are countersigned by
the Reserve Bank of India against requisite security furnished by
the Scheduled Bank concerned to the reserve bank of India and the
reserve Bank of India advises this department that the Deposit
Receipt may be accepted.
8. The successful tenders may be required to deposit in addition
as security for the due performance of the contract an amount equal
to 5 percent of the approximate value of the estimated supply.
9.
The Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh will have the right of rejection all or any of the
quotations, without assigning reasons.
10. No
tender will be considered unless and until all the documents are
properly signed.
11. The
quotations will be regarded as constituting an offer or offers open
to acceptance on whole or in part or parts at the discretion of
Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh, until the ……………
12. In
the event of tender being accepted the quotations will be converted
into a contract which will be governed by the conditions in pages 1
to 4 read with these instructions.
Read and
accepted
Signatures of the Tenderers
I/We
hereby quote to supply the goods material specified in the
under-written schedule in the manner in which and within the time
specified as set forth in the conditions of contract as pages 1 to 4
at the rates given in the schedule below. The conditions on pages 1
to 4 will be binding upon me/us in the event of the acceptance of my
/our tender.
I/We
herewith enclose deposit receipt for a sum of Rs…………………as security
money and should I/We fail to execute an agreement embodying the
said conditions and deposit security as laid down in the form within
10days of the acceptance of my/or tender. I/We hereby agree that
the above sum of security money shall be forfeited to the Chief
Executive Officer, Punjab Livestock Development Board, Chandigarh.
SCHEDULE
“B”
Conditions of Contract
This contract
is to last from …………………to………………..but in the event of any breach of
the agreement at any time on the part of the Contractor, the
Contract may be terminated summarily by the Chief Executive Officer,
Punjab Livestock Development Board, Chandigarh without compensation
to the Contractor.
Any
change in the constitution of the firm shall be notified forth-with
by the contractor in writing to the authority sanctioning the
contract and such changes shall not relieve any former member of the
firm from any liability under the contract.
No
new partner/partners shall be accepted into the firm by the
contractor in respect of this contract unless he/they agree to abide
by all its items, conditions and deposit with the officer
sanctioning the contract a written agreement to receipt or
acknowledgement or that of any partner subsequently this effect. The
contractors/accepted as above shall bind all of them and will be as
sufficient discharge for any of the purposes of the contract.
2. The contractor will supply nothing but genuine
articles e.g…………….described in column 2 of schedule A from time to
time in such quantities as may be entered in the indents sent at the
rates set forth in column 3 of schedule A for use in
offices/institutions/departments under the Administrative control of
Government of the Punjab, as may be required by the indenting
officers. Mentioned in schedule C hereto annexed on behalf of the
Government requisition from officers, not mentioned in schedule C
hereto annexed should before compliance be sent in original to the
Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh for instructions and the officer concerned advised
accordingly. No guarantees can be given as to the quantity which
will be ordered during this period. But the purchaser undertakes to
order from the contractor all stores as detailed in the schedule A
which he requires to purchase except that he reserves to himself the
right of placing the contract with one or more contractors as he may
think fit and in consideration of this undertaking by Chief
Executive Officer, Punjab Livestock Development Board, Chandigarh
the contractor binds himself not to revoke this contract during the
said period. The quantities of stores given in the tender are
approximate only.
3. The articles to be supplied under this
contract will be of the quality equal and answerable in every
respect to the specifications given in the list accompanying with
the tender and approved by the Chief Executive Officer, Punjab
Livestock Development Board, Chandigarh. The contractor shall be
responsible for all complaints as regard the quality. In case of
dispute regarding quality of articles the decision of the Chief
Executive Officer, Punjab Livestock Development Board, Chandigarh
will be final and binding on the Contractor. It will be open to the
CEO,PLDB to send samples submitted by the Tenderer/contractor to any
laboratory for chemical analysis and the cost thereof will be borne
by the tenderes/contractor.
4. The Chief Executive Officer, Punjab Livestock
Development Board, Chandigarh may by notice in writing call upon the
Contractor to supply additional articles to serve as sample and
upon such notice in writing the Contractor shall at his own cost be
bound to supply samples. Such additional samples being in all
respect of the same quality as the sample supplied first.
5. The contractor will be responsible for damage or
loss in transit and replace good broken or lost within 10 days from
the date of notice thereof.
6. Unless when specially ordered otherwise in the
order accompanying the indent all goods must be despatched within 14
days of the receipt of indent by the Contractor.
7.
Conditions as to time for performance whether laid down herein or in
any indent shall be always regarded as the essence of the contract.
8. The panel
of officers appointed by the Chief Executive Officer, Punjab
Livestock Development Board, Chandigarh shall have the power to
inspect the stores before, during or after manufacture, collection,
dispatch, transit or arrival and to reject the same or any part or
portion after the written approval of Chief Executive Officer,
Punjab Livestock Development Board, Chandigarh, if he or they be not
satisfied that the same is equal or according to the sample
submitted by the Contractor. The Contractor shall not charge or be
paid for supplies rejected as above and such supplies shall be
removed by the Contractor at once and at his expense. He shall
neither claim nor be entitled to payment for any damage that
rejected supplies may suffer from any harm whatsoever incidental to
a full and proper examination and any test of such supplies. Board
shall be under no liability whatever for rejected supplies and the
same will be at the Contractor’s risk. Rejected supplies shall be
removed by the Contractor within 10 days after notice has been
issued to him of such rejection and failing such removed/ rejected
goods will be at Contractor’s risk and PLDB may charge the
Contractor rent for the space occupied by such rejected goods.
9. The
contractor shall provide without any extra charge all materials,
tools, labour and assistance of every kind which the aforesaid
officer may consider necessary for any test or examination which may
be required to be made on the contractor’s premises and shall pay
all cost thereon. In the case of stores inspected at maker’s
premises, the maker shall provide all facilities including testing
appliances, for making necessary test other than special test or
independent test. Failing the facilities at his own premises for
making these tests, the contractor shall bear the cost of carrying
out tests elsewhere. The contractor shall also provide and deliver
free of charge at such place as the aforesaid officer may direct
such materials as he may require for tests by chemical analysis or
independent testing machine. If, for the purpose of determining the
quality of stores the aforesaid officer finds it necessary to have
the stores tested at the test house or laboratory, expenses
incidental to the test shall be borne by the contractor. On the
failure of the contractor to pay the expenses within ten days of
the receipt of intimation in this behalf from the Inspecting
Officer, shall have the right to deduct the amount from the security
deposited by the contractor and if the amount so deducted is not
deposited within 10 days, the Chief Executive Officer, Punjab
livestock Development Board, Chandigarh may treat the default as a
breach of the agreement and proceed under clause (I) of the
agreement without further notice. Further the aforesaid officer
shall have the right to put all articles of materials to such tests
as he may think proper for the purpose of ascertaining whether the
same or in accordance with the specifications or sealed sample
mentioned in the tender and to cut on out off/or destroy a portion
not exceeding 2 percent from each delivery for such purpose the
quantity so cut out or off and/or destroyed as aforesaid shall be
replaced by the contractor free of charge.
10.Packing
cases containers, gunny packages, etc. which may be used for
purposes of packing and which are delivered with stores will not be
returned and paid for unless specially stipulated and then at
contractor’s expenses.
11.Unless otherwise specified in a requisition bills, for the whole
of the goods referred to in each indent in triplicate, will be
prepared and submitted by the contractor to the consignee for direct
payment under intimation to the Chief Executive Officer, Punjab
Livestock Development Board, Chandigarh. The balance full amount as
the case may be, will be paid on receipt of stores in good condition
after their verification as regards specification etc.
Should the payment of any bill be not made within three months from
the date of its submission, the party to whom the bill was forwarded
should be addressed first. Failing satisfaction, the matter should
be reported to the Chief Executive Officer, Punjab Livestock
Development Board, Chandigarh. All such complaints should give :-
i)
The number and date of the requisition.
ii)
The designation of the requisition officer.
iii)
The designation and address of the officer to whom the bill
was sent by mentioned in (iv) above.
iv)
Full reference to reminders if issued.
12. (i)
With every dispatch of goods of material under this contract
invoices, in triplicate, will be prepared by the Contractor.
Invoices, in duplicate, are to be sent by the contractor to the
Indenting Officer the duplicate to be returned by Indenting Officer
with the quantities or number received duly noted thereon and the
third copy to be sent by the Contractor to the Chief Executive
Officer, Punjab Livestock Development Board, and Chandigarh of
record in his office.
(ii) Railways Receipt will be
forwarded to the consignee immediately after dispatch of stores,
Should any demurrage charges be incurred owing to delay on the part
of the contractor in forwarding the railway receipt the amount of
such charges will be deducted from the bill.
(iii) The Contractor shall dispatch
material ‘Freight paid’ in all cases where there is for
destination. In the event of their failure to do so a penalty of 5
percent will be charged on the amount paid as freight by Indenting
Officer on their behalf.
(iv) The Contractor will send to
the Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh. Quarterly statement of the goods supplied under this
arrangement in the following form :
Name of Office
|
Indent No. |
Name of articles
|
Quantity of No. supplied and to
whom supplied and where |
Value of supplies
|
Remarks |
1 |
2 |
3 |
4 |
5 |
6 |
(v) All dispatches by the rail will be made at
railway risk at the expenses of the Indentor (except by firm who
have quoted rates F.O.R. any place in the Punjab) unless the
Indentor give instructions to dispatch at owner’s risk in which case
all responsibility for loss in transit will be with the Indentor.
This is subject to the condition that the material are
surely packed by the suppliers in sound containers and the
consignment is accepted by the carriers without any adverse remarks
as to the packing or the conditions of the containers. In case of
any adverse remarks, the responsibility with the losses in transit
will rest with the suppliers. Subject to those
conditions the contractor will be entitled to change or by paid for
supplies broken. Lost or damaged in transit. The Chief Executive
Officer, Punjab Livestock Development Board, Chandigarh will be the
authority to determine whether or not the breakage, loss or damage
was caused through the contractors negligence and the decision of
the Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh or some other officer/acting in his behalf shall be a
final and conclusive against the contract. Such rejected supplied
shall be the contractor at his on expenses.
(vi) If during the currency of the contract
the specification of article or articles to be supplied there under
be changed the contractor shall continue to comply with demands for
the supply of the said articles in accordance with the new
specification at a rate to be mutually agreed to in writing at the
time of such change and in default of such agreement the contract in
so far as it relates to the said article or articles under respect
of which no agreement has been arrived at, shall terminate but no
such change shall affect the supply of any other articles under the
contract or entitle the contractor to any compensations.
13. In the event of withdrawal or discontinuance of any
articles or articles and consequent ceasing of or reduction in
demand the contractor shall not be entitled to any compensation.
Government will, however make all reasonable endeavors to give
warning of any impending complete withdrawal or of any reduction
seriously affecting quantities likely to be required under contract.
14. TO BE SUBMITTED BY EXISTING CLAUSE 14.
The time for and date of delivery or dispatch
stipulated in a supply order shall be deemed to be the essence of
the contract and should the contractor fail to deliver on dispatch
any consignment within the period prescribed or such delivery or
dispatch, stipulated in the supply order, the delayed consignment
will be subject to 2 percent penalty per consignment per month
recoverable on the value of the stores supplied. In case of non
payment by the Contractor recovery will be made from his bill or
amount or earnest money or security deposited with the Chief
Executive Officer, Punjab Livestock Development Board, Chandigarh
provided also that:-
a) No recovery of penalty will be made if the delayed
supplies are accepted by extending the delivery period either by the
Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh.
b) On the failure of the supplier to make supply within the
extended period on receipt of such information in the office of the
Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh, risk purchase at the cost of supplier will be made by
the Chief Executive Officer, Punjab Livestock Development Board,
Chandigarh. The differences of excess cost thus incurred will be
recovered from the supplier in a suitable manner and even from his
pending bills, earnest money or security whichever is available
This procedure will be adopted after sending registered notice to
the supplier to supply store within 15 days.
15.The
contractor acknowledge that he has made himself fully acquainted
with all the conditions and circumstances under which the supplier
required under the contract will have to be made or furnish and with
all the terms, clauses, conditions, specifications and other details
of the contract and the contractor shall not plead ignorance of any
of those as excuse in case of complaint against or on rejection of
supplies tendered by him or with a view either to asking for
enhancement of any rates agreed to in the contract or to evading any
of his obligations under the contract.
16. No payment will be made in advance for any
supplies under this contract.
17. i)The contractor shall not :-
a) assign or sublet the contract without written approval of the
officer sanctioning the contract.
b)
Disclose details of the conditions governing this contract to
unauthorized persons (Indenting against this contract is permissible
only for the bonafide use of Govt. departments and quasi public and
not for private parties or for the private use of the Government
Officer.
(ii) In the event of the Contractor failing
duly and properly to fulfill or committing breach of any of the
terms and conditions of this contract or repeatedly supplying goods
liable to rejection hereunder or failing, declining neglecting or
delaying to comply with any demand i.e. requisition or otherwise not
executing the same in accordance with the terms of the contract or
if the contractor or his agents or servants being guilty of fraud in
respect of the contract or any other contract entered into by the
Contractor of any of his partners or representatives there of with
PLDB directing, giving promising or offering any bribes, gratuity,
gift, loan, perquisite reward or advantage pecuniary or otherwise
to any person in the employment of Government in any way relating
to such officer or person or persons office of employment or if the
contractor or any of his partners become insolvent or apply for
relief as insolvent debtor or commence any insolvency proceeding or
make any compositions with his/her creditors or attempts to do so
then without prejudice to PLDB rights and remodels otherwise PLDB
shall be entitled to terminate this contract forth with and to
blacklist the contractor and purchase or procure or arrange from
Governments stock or otherwise at the contractors risk and at the
absolute discretion of the Chief Executive Officer, Punjab Livestock
Development Board, Chandigarh.
The manner, place or time of such purchases, such
supplies as have not been supplied or have been rejected under this
agreement or are required subsequently by Government there under and
in cases where issues in replacement are made from Government’s
stocks or supplies the cost and of value of such stocks supplies
together with all incidental charges of expenses shall be
recoverable from the contractor on demand and the contractor shall
not be entitled to benefit from any profit which may thus accrue to
Government.
The termination of this contract in whole or part
under these conditions shall not be affected by the acceptance,
meanwhile or subsequently, supplies of accepted or made at any
station whether in ignorance of the termination or otherwise.
18. If any question, difference or objection what so
ever shall arise in any way connected with or arising out of this
instrument or the meaning or operation of any part thereof or the
rights, duties or liabilities of either party then save in so far as
the decision of any such matter is herein before provided for and
has been so decided every such matter including whether its
decision has been otherwise provided for and/or whether it has
finally decided accordingly or whether the contract should be
terminated or has been rightly termination in whole or part and as
regards the rights and obligations of the parties as the result of
such termination shall be referred for arbitration to any officer
appointed by the Punjab Government acting as such at the time of
reference and his decision shall be final and binding and where the
matter involves and a claim the amount if any awarded in such
arbitration shall be recoverable in respect of the matter so
referred.
19. If the price of a contracted articles is controlled by
the Government, the payment will in no case be made at higher rate
than the contracted rate.
In
witness thereof the parties have unto set their hands on the dates
indicated below :
1. ( In the case of a firm)
Signed
by the above named firm of ………………………………………………………..
Through…………………………………………………partner of the firm.
Date
_________
Signature
2. (In the case of company )
The seal
of the………………………………company Ltd., was affixed by virtue of the
resolution of the Board No.__________ dated________ the _____ day of
_______ 2014
Seal
Signature
1.
(In either case)
In the
presence of
(i) Signature
Address
Description
(ii) Signature
Address
Description
Signed by…………………………….
Date
Signature of…………
On behalf of the Governor of Punjab(India)
REGULAR FORM OF SECURITY DEPOSITS PLEDGED TO THE CHIEF EXECUTIVE
OFFICER, PUNJAB LIVESTOCK DEVELOPMENT BOARD C/O DIRECTOR, ANIMAL
HUSBANDRY, PUNJAB, CHANDIGARH.
1. National Saving Certificates.
2. Postal Saving Bank’s Pass Book.
3. State Bank’s Call Deposit receipt or fixed
Deposit receipt.
4.
Deposits receipts mentioned in item No.3 tendered by any
scheduled bank are also accepted provided that these are
countersigned by the National Bank of India, whereby the State Bank
of India undertakes full responsibility to this department, in case
of default. The above deposit can also be accepted if these are
countersigned by the Reserve Bank of India against requisite
security furnished by the scheduled bank concerned to the Reserve
Bank of India and the Reserve Bank of India advises this department
that the deposit receipt may be accepted.
The
contractor/seller hereby declare that the goods/stores articles sold
to the buyer under this contract shall be of the best quality and
workmanship shall be strictly in accordance with the specification
and particular contained mentioned in the clause ______ hereof and
the contractor/seller hereby guarantees that the said
goods/stocks/articles would continue to conform to the description
and quality aforesaid for a period of ______ days/months from the
date of delivery of the said goods/stores/articles to the purchaser
and that not withstanding the fact that the purchaser (Inspector)
may have inspected and/or approved the goods/stores/articles if
during the aforesaid period of _______days/months the said
goods/stores/articles be discovered not to conform to the
description and quality aforesaid or have deteriorated and the
decision of the purchase in that behalf will be final and
conclusive) the purchaser will be entitled to reject the said
good/stores/articles or such portion thereof as may be discovered
not to confirm to the said description and quality. On such
rejection the goods/articles/stores will be at the seller’s risk and
all the provisions herein contained relating to rejection of goods
etc. shall apply. The contractor/seller shall if so call upon to
do, replace the goods etc. or such position thereof as rejected by
the purchaser such damages as may rise by reason of the breach of
the condition herein contained. Nothing herein contained shall
prejudice any other right of the purchaser in that behalf under this
contract otherwise.
SPECIFICATIONS
ITEM NO-1-INTEGRATED COMPUTER AIDED SPERM ANALYSER
(One)
Computer Aided Sperm Analyzer for Bovine semen analysis with
standard Bovine software.
The
system should be able to perform analysis under phase contrast,
bright field and multi wavelength semen parameters in liquid and
frozen semen.
The
Standard Bovine software should perform the following analysis.
Counts:
Total, Motile, Progressive, % Motile, % Progressively motile,
Rapid, medium, slow & static cells
Concentrations:
Total motile, progressive( million/ml), Rapid, medium, slow and
static cells
Doses Calculation:
Total/ progressives perm per dose, Dilution factors, Number of total
/ progressive doses
Mean Values:
VAP, VCC, VSL, Elongation, ALH, BCF, LIN, STR, elongation (head
shape) and Area ( head size)
Distributions:
VAP, VCL, VSL, Elongation, ALH, BCF, LIN, STR
The
assembly should be equipped with the computer, microscope & other
hardware’s.
System should be equipped with suitable objectives for motility and
morphology analysis and also capable of digital image acquisition
of 1-20 fields.
System should be equipped with digital camera to grab images at a
speed of 60 Frames/ Sec.
The
system should have the ability/require software’s to view and store
detailed data for individual sperm tracks to be used for validation
procedures.
The
software should have option Auto-Morphology (at the same time of
Motility Analysis) and should automatically calculate doses
according to the Morphological defects.
The
system should allow storage and retrieval of exact fields analyzed.
The
system should be supplied with suitable printer, UPS and Microscope
should be separate from the PC
The
unit should also be supplied along with all accessories and spares
suitable for One year and optional rates for consumables may also be
quoted.
The
unit should be supplied complete in all respects.
The Equipment
must be quoted with all additional software’s and one year warranty
including onsite training & installation. The concern should have
experience of installing successfully at least (05) five similar
systems in CMU Graded Semen Labs in India, for which necessary
documents must be attached. The satisfactory working report from the
user also to be attached. The supplier should have their services
center in India to provide after sales services and all relevant
details should be provided in tender.The bidder should be able to
demonstrate the equipment offered in tender at their own expense as
and when required.
ITEM
NO-2- PROGRAMABLE BIO FREEZER
(One)
Programmable
Bio
freezer
of
stainless
steel
with
thermal
insulated
Freezing
Chamber
designed
for
optimal
freezing
of
at
least
5000
Mini
straws
on
Freezing
racks
placed
horizontally
with
maximum
of
175
mini
straws
per
rack
and
stackable
on
each
other
to
have
optimum
space
in
between
.
The
freezing
racks
assure
sufficient
gap
between
two
straws
and
inner
layer
of
freezing
chamber
for
optimal
freezing
that
enables
easy
handling.
The
working
temperature
should
range
from
+45 degree
C to-140
degree
C
Pressure LN2 Tanker
with
pressure
1.8
to
2
bar
of
minimum
capacity
180
liter
should
be
supplied
along
with unit.
For
ease
of
handling
and
avoiding
thermal
shock
to
frozen
straws,
the
unit
must
be
supplied
with
straw
tong,
holding
device
for
goblets
and
straw
filling
funnel.
Controller
along
with
computer
and
software
to
run
the
freezer
must
be
supplied.
Computer
should
have
LCD
/
TFT
Display
monitor,
Printer,
UPS,
inbuilt
capacity
to
get
linked
with
internal
network
of
semen
stations.
Software
should
be
able
to
monitor
real
time
freezing
conditions
during
the
freezing
process,
display
temperature
of
semen
and
freezing
chamber
in
comparison
to
theoretical
freezing
curve.
Complete
system
should
be
supplied
along
with
60
Pcs.
Freezing
Racks
x 175
straw
capacity
of
0.25
ml.
And
05 Pc.
Freezing
Ramps
x 175
straws
Capacity
of
0.25ml.
Main
chamber
should
be
supplied
with
Probes/Hose
assembly
and
Spares.
The
appropriate
voltage
stabilizer
and
UPS
must
be a
part
of
standard
equipment.
The
Equipment
must
be
offered
with
one
year
warranty
including
on
site
training
&
installation.
The
original
product
catalogue
showing
the
detailed
specifications
must
be
attached
with
tender
application.
The
concern
should
have
experience
of
installing
successfully
similar in CMU Graded Semen Labs
in
India
for
which
necessary
documents
must
be
attached.
The
manufacturing
firm
should
have
their
service
centres
in
India
to
provide
after
sales
services
and
all
relevant
details
should
be
provided
in
tender.
The
bidder should be able to demonstrate the equipment offered in tender
at their own expense as and when required.
ITEM
NO.-3-INTEGRATED SYSTEM FOR FILLING SEALING & PRINTING OF 0.25ML
STRAWS
(One)
To Fill, Seal
and Print minimum 12,500 Straws (0.25 ml) per hour with 4 Straws at
a time.
Printing with
an exclusive 50 microns nozzle fitted on Inkjet Printer for
permanent and legible printing.
128 condensed
Bar Code, 10 Digit printing in 22mm space.
Liquid Level
Sensor to check the semen level during process and automatically
stop the machine when semen is finished in the reservoir.
Auto Stop in
case of any malfunction of the machine.
Software with
Straw color Indicator.
Should Work
as a Printing System only without changing/removing/separating any
hardware.
Should Work
as a Filling and Sealing Machine only without
changing/removing/separating any hardware.
Solvent
Suction System optional should be available to keep the laboratory
air clean and healthy.
Easy
Operation and Maintenance.
The System
software can communicate and regulate Ultrasonic Generator, Vacuum
Pump, Jet Printer and Filling & Sealing Machine.
Technical
assistance through modem possible.
Compact, user
friendly and ergonomic.
Automatic
identification of bull by using bar code.
Computer
piloted (MS windows compatible DEDICATED SOFTWARE).
Compatible with Software for Management of Integrated Laboratory
Environment
Low noise.
Easy to
clean
-
All parts
that require cleaning should be easily handled without tools.
Standardization ISO 9001 : 2000
Power Supply:
230 V 50-60 Hz,
The Equipment
must be quoted with all additional software’s/accessories/spares and
one year warranty including on site training & installation. The
concern should have experience of installing successfully at least
five such system in India, for which necessary documents must be
attached. The satisfactory working report from the user also be
attached. The manufacturer should have their services centre in
India to provide after sales services and all relevant details
should be provided in tender.The bidder should also be able to
demonstrate the item offered in tender at their own expenses as and
when required by tender committee.
ITEM
NO.-4-DOUBLE DISTILLATION APPRATUS
(Two)
WATER DISTILLATION SYSTEM
- Distillation Units-Quartz Double, Demountable Boiler panel
Dist. Water Output Cap.(Approx) |
2.5 lt/hr |
Electrical requirements |
230-250 Volts Single phase
4.4kw |
Distillate Quality Specifications |
Biological Activity |
Pyrogen Free |
pH |
6.9-7 |
Conductivity S/cm |
<1x10-6 |
Total Organic Carbon ( TOC) µg/l |
<500 |
Organic Matter mg/lit |
Nil |
Total Solids mg/lit |
< 0.1 |
Distillate Temp. |
65-750C |
Total plate count |
0 |
Standard Plate Count |
0 |
Yeast and Mould |
0 |
KMnO 4 color retention |
1 hr |
UV absorbance at 254 nm |
0.007 |
-
Double Stage glass Distillation
Apparatus
-
Complete with glass fitting,
metallic stand, rings clamps and electrical fittings.
-
The unit should be as per NPL
patent design.
-
To work on 220/230 volts A.C.
Supply.
-
At least 10 meter tubing should be
supplied along with set.
The
Equipment must be quoted with standard accessories, minimum one year
Comprehensive Guarantee including on-site training & installation.
The
original product catalog with all relevant details should be
submitted with quotation application otherwise offers will be
rejected straightway.
ITEM No.-5- LN2
STORAGE & TRANSPORT CONTAINER
CAPACITY
50
LTRS.
(100 Nos)
1. Capacity
of
LN2
Container
Between
50-55
Litre
2. Neck
dia
50mm+/-2mm
3. Static
Evaporation
Loss
rate
Not
more
than
0.50
litres/day
4. Static
holding
time
Not
less
than
100-110 days.
To be supplied along with side rubber rings and bottom pad.
The
Container
should
be ISI
Marked
and
relevant
certificate
should
be
attached
with
tender.
The
original
product
catalogue
showing
the
detailed
specifications
must
be
attached
with
tender
application.
The
container
must
be
offered
with
one
year
replacement
guarantee
including
transportation
costs
involved
in
the
replacement
of
defective
container.
The
concern
should
have
experience
of
supplying
this
container
to
bulk
consumers
in India,
for
which
necessary
documents
must
be
attached.
The
manufacturing
firm
should
have
after
sales
their
service
centres
in India
to
provide
after
sales
services
and
all
relevant
details
should
be
provided
in
tender.
ITEM NO.-6- LIQUID NITROGEN BIOLOGICAL
CONTAINER
CAPACITY
35
LTRS.
(50Nos.)
1. Capacity
of
LN2
Container
Between
30-35
Litre
2. Neck
dia
50mm+/-2mm
3. Static
Evaporation
Loss
rate
Not
more
than
0.120
litres/day
4. Static
holding
time
Not
less
than
275
days.
5. Number
of
canisters
6
(Six
)
6. Straw
Holding
capacity
in
single
level
Not
less
than
1500
straws
/double level Not less then 3000 straws
of
0.25ml
capacity.
The
Container
should
be ISI
Marked
and
relevant
certificate
should
be
attached
with
tender.
The
original
product
catalogue
showing
the
detailed
specifications
must
be
attached
with
tender
application.
The
container
must
be
offered
with
one
year
replacement
guarantee
including
transportation
costs
involved
in
the
replacement
of
defective
container.
The
concern
should
have
experience
of
supplying
this
container
to
bulk
consumers
in India,
for
which
necessary
documents
must
be
attached.
The
manufacturing
firm
should
have
after
sales
their
service
centres
in India
to
provide
after
sales
services
and
all
relevant
details
should
be
provided
in
tender.
ITEM NO-7- LIQUID NITROGEN BIOLOGICAL
CONTAINER
CAPACITY
3-4
LTRS.
(300 Nos.)
1. Capacity
of
LN2
Container
Between
3
to
4
Litre
2. Neck
dia
50mm+/-2mm
3. Static
Evaporation
Loss
rate
Not
more
than
0.150
litres/day
4. Static
holding
time
Not
lessthan
30 +/- 1 days.
5. Number
of
canisters
6
(Six
)
6. Straw
Holding
capacity
in
single
level
Not
less
than
1500
straws
of
0.25ml
capacity.
The
Container
should
be ISI
Marked
and
relevant
certificate
should
be
attached
with
tender.
The
original
product
catalogue
showing
the
detailed
specifications
must
be
attached
with
tender
application.
The
container
must
be
offered
with
one
year
replacement
guarantee
including
transportation
costs
involved
in
the
replacement
of
defective
container.
The
concern
should
have
experience
of
supplying
this
container
to
bulk
consumers
in India,
for
which
necessary
documents
must
be
attached.
The
manufacturing
firm
should
have
after
sales
their
service
centres
in India
to
provide
after
sales
services
and
all
relevant
details
should
be
provided
in
tender
ITEM No.-8-NARROW MOUTH BIOLOGICAL STORAGE CONTAINER WITH STRAW
HOLDING CAPACITY 3 TO 3.5 LAC STRAWS 0.25ML.
(Two)
Non
pressurized LN2 container for bulk storage of frozen semen straws.
The equipment should be easy to handle Cannisters, low running cost
with extremely low consumption of liquid nitrogen. Faultlessly
fabricated from stainless steel giving -190 DEGREE C top box
temperature ( liquid) and low lift over height. Other
specifications are as follows:
Material |
Inside & outside made up of
stainless steel |
Storage Capacity – 0.25 ml French
mini straws |
3 Lac to 3.50 Lac |
Number of goblets per canister |
3-4 |
Canister size (O D)/MATERIAL |
70mm/SS |
LN2 capacity |
300-400 Lt. |
Diameter of neck (OPENING)
|
300 – 460mm |
Daily evaporation rate |
4-5 L/Day |
Static Holding Time |
Minimum 70 days |
Guarantee |
Minimum two year guarantee of
standard equipment and five year guarantee of the vacuum |
Assisted opening lid enabling effortless handling will be
preferred.The required number of canisters /Goblets (plastic) will
be part of the standard equipment.Original product catalog showing
the product specifications must accompany the bid document
ITEM No.-9-DISPOSABLE
ARTIFICIAL INSEMINATION GLOVES (30.00
Lacs)
Disposable Plastic AI Gloves conforming to following
requirements :-
1.
MATERIAL
The
Gloves shall be made of low density Polythene film which should
be 18+/-2 micron avg. thickness. The gloves shall not contain any
ingredients which is harmful to mucus membrane of animals. The
gloves should be transparent color.
2.
DIMENTIONS
The
gloves shall be fabricated with Minimum length of 800 +/- 40mm. It
should have five finger design and fit conveniently for efficient
working.
3.
APPEARANCES
The
Gloves shall be free from Pin Holes, undispersed raw material,
streaks and particles of foreign matter. It shall be free from tears
and blisters The edges shall be free of nicks and cuts visible to
the unaided eye. The surface of film should be smooth and all seams
should be smooth and not sharp. The glove should be able to open
smoothly.
4.
TECHNICAL REQUIREMENTS
SEAM
TEST :
After blowing in air into glove there should
Not be any leakage and no air bubble should
observed by placing the seam into water.
PACKING :
50/100 Pc. In Pouch
MARKING :
Each Pack of Gloves shall be marked legibly with
the Following
information’s :-
a). Manufacturer’s name or trade mark
b.) Number of Gloves
TERMS
AND CONDITIONS
-
The manufacturing company should
be ISO approved .
-
Product should be ISI/PQM/CE/BIS
Marked.
-
The tender should be offered by
Manufacturer or through their authorized dealer .
-
The authorized dealer should
provide Letter of authority from Principal Mfg, Co.
-
At least 100 samples should be
submitted along with tender.
ITEM No-10-DISPOSABLE
VAGINAL
CATHETER
(7.00 LAcs)
Disposable
vaginal
catheter
to
be
used
for
the
intra
uterine
medication
of
cattle
&
buffalo.
It
should
be
made
up
of
suitable
grade
PVC /plastic
material
of
non
toxic
in
nature
and
shall
not
contain
any
ingredient
harmful
to
the
sperm
or
mucous
membrane
of
the
animals.
DIMENTIONS:
-
Length:
420mm
+/ - 1mm
Outer
Dia:
4.30
+/-
0
.10
mm
One
end
should
be
pencil
shaped
with
rounded
edges,
tip
with
no
pointed
/
sharp
edges
and
other
end
should
be
plain
to
take
the
tip
of
Hypodermic
Syringe
firmly
without
any
slip.
OTHER
REQUIREMENTS
1.
The
Catheter
should
be uniformly
smooth,
straight
and
transparent.
2.
The
tip
of
the
catheter
should
be
tapered
smoothly
.The
tip
should
not
be
sharp
to
cause
any
injury
to
genital
track
of
animal.
The rear
end
should
be
uniformly
cut for
proper
fitment
with
syringe
tip.
PACKING
1.
The
Catheter
should
be
packed
individually
with name /logo of mfg. and
Sterilized
by
ETO
/or
any
other
method
and
Sterilization
certificate
/mode
of
sterilization
should
be
submitted.
2.
Catheters
should
be
packed
in a
pack
of
50 &Name
of
manufacturing
firm
should
be
mentioned
on
outer
cover
of
packet
containing
50
Pc with
batch
Number/Mode
of
sterilization
& date
of
sterilization.
3.
20
packets
of
50
catheters
each
should
be
packed
in a
single
pack,
making
a single
pack
of
1000
catheters.
.
4.
Manufacturing
company
should
be
ISO (for medical
devices)
5. BIS/CE marked products will be preferred.
Samples:
- At
least
100
Pc.
Sample
should
be
submitted
ITEM
No.-11-ARTIFICIAL INSEMINATION GUN UNIVERSAL WITH CONTAINER.
(7000 Nos)
AI Gun to be used for insemination in bovine
with Frozen Semen and suitable for French Mini/medium type straws
having conical shape adopter with O ring for securing and
releasing AI sheaths . The AI Gun should consist of Barrel and
plunger both of antimagnetic stainless steel material and should
meet following technical requirements:-
TOTAL
LENGTH OF BARREL
435 MM +/- 0.5 MM
OUTER
DIA OF BARREL
3.70 MM +/- 0.05MM
INNER
DIA OF BARREL
3.10 MM +/- 0.05 MM
(Straw
End)
(This
end should take French Mini 0.25ml/0.50ml straws with straw locking
inside tube)
TOTAL
LENGTH OF PLUNGER
450 MM +/- 1.00 MM
DIAMETER
OF PLUNGER
2.10 MM +/- 0.05 MM (at posterior end up)
1.45 MM
+/- 0.05MM (at straw end )
OTHER
REQUIREMENTS
1. The
plunger and barrel shall have the desired flexibility without
changing in shape during insemination.
2. The
assembly of AI Gun (Barrel and Plunger) should be such that the
plunger shall freely move inside barrel but and should be provided
with lock to avoid free fall of Plunger from barrel.
3. The
gun should be packed in suitable Plastic tubular container with one
end closed and other with screw cap.
4. Name
of manufacturer should be embossed permanently on barrel and
plunger.
5. Sample of AI Gun should
be submitted.
ITEM No.-12 - TRIS BUFFER AR
(SIGMA)
(25 Kg)
Trizma
series CAS NO. 77-86-1 suitable for media preparation for use in
processing of bovine semen.
Grade -
AR
Packing
– not more than 1kg in a single pack.
ITEM -13-GLYCEROL ANHYDROUS – AR
(SIGMA)
(87 Ltrs.)
CAS NO. 56-81-5 CAT NO. 49767 Bioultra
suitable
for media preparation for use in processing of bovine semen.
Grade –
AR
ITEM -14- D- FRUCTOSE – AR
(Sigma)
(12 Kg)
CAS NO. 57-48-7 CAT NO.
F-2543 -
Bioxtra
suitable
for media preparation for use in processing of bovine semen.
Grade –
AR
Packing
– not more than 250/ 500 gram.
ITEM
NO-15-Artificail Insemination KIT (FROZEN SEMEN TECHNIQUE)
(100)
The kit
should contain all following items in dust proof back pack /shoulder
carrying bag. :-
SNO.
|
Description of Items
|
Qty.
|
1 |
AI gun made of SS material with O
ring for French Mini and Medium Straws duly packed in Screw Cap
Gun Container. |
1 |
2 |
Felt Cover to Keep AI guns in
warm stage |
2 |
3 |
AI sheaths Single Packed with
identification mark on each pc. Universal pattern suitable for
Medium and Mini Straws. The sheath should fit on AI gun supplied
and there should not be any back flow of semen. 50Pc. Should be
packed in pouch |
4 Pouches x 50 Pc.
|
4 |
Clinical Thermometer Digital
display |
1 |
5 |
SS Stem Thermometer with dial
reading having pocket clip covering 0-50 degree C.
|
1 |
6 |
AI sheath Container made of
Tubular Pipe with one end fixed and other having screw cap.
|
1 |
7 |
Thawing Tray made of SS Size
12” Kidney Shape |
1 |
8 |
Instant accurate unbreakable Thaw
Monitor with temp. Range 33- 39 degree C with color
indications. Triple laminated with name of Mfg.
|
2 |
9 |
Straw Tweezer 10”
|
1 |
10 |
Plastic Apron made of double
layer high strength rexin/PVC material with folded ends. Length
45-50” breadth 29-30” color Blue. |
1 |
11. |
PE Gloves disposable Five
FingersMinimum length 34” and thickness 15 +/-5 micron avg.
Thickness packed in pouch containing 100 Pc. |
1 pouch |
12. |
Hand Gel Santizer containing
ethanol 50ml. |
2 |
13 |
Straw Cutter Made of Nylon
Plastic Material 58mm dia x 22 mm width with one spare blade
lever. Easy rotational fixing /opening
assembly |
1 |
14 |
Thermosflasks double wall
inside and outside Made of SS. Capacity approx 500ml. With depth
of 20 cms and Mout Dia 44mm . The same is packed in zipper bag
.Inside scre cap having air inlet arrangement.
|
1 |
15 |
Folding in 2 parts made of
unbreakable Plastic material LN2 measuring Scale. The width
should be 30 +/- 2 mm and thickness 5mm+/-0.5mm .It should have
marking from 0-100 cms in a 1 mm distanceon both side of scale.
The scale should be provided with loop and chain on rear end.
The scale should be suitable packed in dust proof pouch/cover.
|
1 |
16. |
Shoe cover Made of PE material to
cover the shoes |
200 Pc. |
17. |
Goblet
Lifting
Forceps
400
+/-
10
mm
with
Lock
and
finger
loops
Made
of
Stainless
steel
Material
|
1 |
A.
Sample of
AI Kit should be submitted.
TERMS AND
CONDITIONS
-
Tender shall be accepted only from
manufacturers/authorized dealer
-
Rates should be quoted in Indian
Rupees only, F.O.R. any where in Punjab / Chandigarh
-
All applicable taxes should be
quoted extra.
-
Tender should accompany leaflets
/catalogs/Brochure for the equipment which should be submitted in
original
-
Trouble free performance of the
equipment for a period of one year from date of commissioning
should be guaranteed. Any defect intimated should be attended to
and rectified within 15 days of receipt of such communication
within guarantee period. The guarantee shall include cost of
spares and labor.
-
The supplier should give an
undertaking that they will be responsible to carry out the
preventive maintenance and to repair the equipment during
guarantee and post guarantee period.
-
The product offered should be
supported with AMC for next three years on expiry of the guarantee
period. Full details of after sale service offered during the post
guarantee period should be furnished along with tender.
-
Information’s of actual users of
the equipment in India supported with evidences and performances
should be furnished along with tender.
-
If required the working of the
equipment must be demonstrated in any place to be specified by the
supplier.
10.
The supplier shall
train to the satisfaction of the purchaser one or two technicians
at site/factory for operating, servicing and undertaking minor
repairs without extra cost.
-
supplier will have to deposit 5%
value of the total price of the items in the form of Demand Draft
payable at Chandigarh in the name of Chief Executive Officer,
Punjab Livestock Dev. Board, Chandigarh within 7 days of receipt
of supply order as security money.