NOTICE INVITING e-TENDERS
etender.punjabgovt.gov.in
Punjab Livestock Development Board
e-Tender/Notice1/ 2014-15
The Punjab Livestock
Development Board O/o Director Animal Husbandry, Punjab 17-Bays
Building, Sector-17,Chandigarh.Invites e- tender on Double bid
system for following items as per terms and conditions detailed
below:-
Sr.No |
Name
of Item |
Quantity |
|
Sr.No |
Name
of Item |
Quantity |
1 |
Integrated Computer Aided Sperm Analyser |
One |
|
5 |
Wide
Mouth Container with straw holding capacity 2 Lac |
Two |
2 |
Programmable Bio Freezer |
One |
|
6 |
Artificial Insemination Gun Universal with Container |
7000 |
3 |
Integrated System for Filling Sealing & Printing of 0.25ml
straws |
One |
|
7 |
Rubber Liners for Artificail Vagina |
1500 |
4 |
LN2
Storage and Transport Container capacity 50 Ltrs |
100 |
|
8 |
Plastic Goblets |
2.50
Lac |
1.E-Tenders are invited for the supply of the machinery/equipment
and other items listed from 1 to 8 for the department through the
e-tendering process of Govt. of Punjab For additional details such
as items specifications, important dates etc visit the website:
etender.punjabgovt.gov.in.Tender form, specifications, terms and
condition can be obtained from this website on payment of Rs.
100/-(online payment) as per e-tendering procedure.
2.The
tender will be in double bid system i.e. Technical/Pre-qualification
Bids and Financial/Commercial Bids .The Technical Bid should contain
comprehensive technical details of the equipment
(Brochure/Catalogue), profile of the manufacturer/supplier, main
current clients, experience, tentative delivery period.
Financial/Commercial Bids should contain the price (inclusive sales
tax/VAT), terms and conditions. Technical Bids would be opened first
and Commercial Bids will be opened subsequently of only those
tenders who qualify in the Technical Bids. Incomplete/conditional
Tenders not received as per e-tendering procedure will be out
rightly rejected.
3.The
e-tenders should be submitted online till 26-03-2015 upto 5:00 pm
and the same will be opened on 27-03-2015 at 11:00 am.
4.The
e-tender must be accompanied with earnest money amounting Rs.
1,00,000/- (online payment) as per e-tendering procedure.
5.Demonstration of equipment in full function mode, where ever
indicated is compulsory for the technical evaluation of the
tender.
6.
Tenderers are also required to submit a hard copy of the technical
bids of this tender on or before the closing date
26-03-2015, upto 5:00 pm at the office of Addl. Chief
Executive Officer O/o Directorate, Animal Husbandry, Punjab 17-Bays
Building, Sector-17, Chandigarh.
7.The
undersigned reserves the right to accept or reject one or all
offers/tenders and holds the discretion to increase/decrease the
quantity of any or all the items.
8.Successful tenderers will have to submit a Security deposit of 10
% of the ordered value within the stipulated period of time after
issuance of orders.
9.For
participating in the above e-tender, the tenderers/bidders shall
have to get themselves registered with
http://etender.punjabgovt.gov.in
and get user ID & password. Bidders who have not registered with
e-procurement portal need to get registered by paying the requisite
registration fee for e-tender participation and obtain Class 3
Digital Signature Certificate (DSC) which are mandatory to
participate in the e-tendering process. For any
clarification/difficulty regarding e-tendering Process please
contact on helpdesk numbers 09257209340, 08054628821, 0172-3934667.
10.
Tenderers/bidders are also required to pay tender processing charges
of Rs. 2,247/- or an estimated amount as per tender which are to be
deposited. (This tender processing fee/charges are other than the
firm registration amount for Digital Signature Certificate DSC).
11. E-
Tender details can also be obtained from the Departmental website
www.husbandrypunjab.org.
FAX No:
0172-2701832
Addl.
Chief Executive Officer,
Telephone
No. 0172-2701324
Punjab, Chandigarh.
Website
www.husbandrypunjab.org
Tendering
Procedure.
It will be
a two stage tendering. The technical tenders and
financial/commercial tenders will have to be submitted AS
PER E
-TENDERING PROCEDURE.
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/Delivery Period.
-
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.
TERMS AND CONDITIONS
1.
Tender shall be accepted only from manufacturers/authorized
dealers.
2.
Rates should be quoted in Indian Rupees only, FOR anywhere in
Punjab/Chandigarh.
3.
All applicable taxes should be included in the quote.
4.
Brochure/leaflets/catalogues for equipments should be
submitted alongwith tender.
5.
Trouble free performance of the equipment for a minimum
period of two years from date of commissioning should be guaranteed
. Any defect intimated should be attended to and rectified
immediately after receipt of such communication within guarantee
period. The guarantee shall include cost of spares and labour.
6.
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.
7.
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 alongwith tender specified.
8.
Information of actual users of the equipment in India
supported with evidences and performances should be furnished
alongwith tender.
9.
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 10% value of the total price of the items in the
form of Demand Draft/FDR payable at Chandigarh in the name of
Chief Executive Officer, Punjab Livestock Development Board within
10 days of receipt of supply order as security money.
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 e-tender notice,
dated 06.03.2015” .
The quotations
must reach the O/o Punjab Livestock Development Board O/o Director,
Animal Husbandry, Punjab, Chandigarh, before 26-03-2015 till 5.00
p.m on the date mentioned in the tender notice.
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- 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. -5-WIDE MOUTH CONTAINER WITH STRAW HOLDING CAPACITY 2
LAC (Two)
Stainless steel wide mouth container equipped with built in
Liquid Nitogen level indicator and display with low level alarm.
It
should meet following technical requirements :-
Material
; Inside and Outside Made of stainless
steel
Capacity
: Between 200- 250 lt.
Mouth dia :
Between 600 – 650 mm
Straw Capacity :
Not less then 2,00,000 Mini 0.25ml.
LN2
Loss Per day : Not more
then 3.5% of capacity of Container.
ITEM No.-6-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.
ITEM – 7- RUBBER
LINERS FOR ARTIFICIAL VAGINA
(1500 Pieces)
(IMV/ MINITUBE/ EQUIVALENT)
Liners for Artificial Vagina should be made up of elastic Pure
Natural Latex rubber. It should be capable to withstand
autoclaving for 30 mins. at 100 kpa pressures or alternatively
sterilization cycle in Danish Type AV sterilizer. Outer surface
should be smooth and free from pin holes, cracks, grooves and other
defects. The edges of the liners shall be rounded outwards at both
ends to fit on Artificial Vagina .
Inner surface: Plain
Length: 300 +/- 10mm Outer Dia : 50+/-1 mm
The liner should be packed airtight . Name of Manufacturer / date
of Mfg./ Date of packing should be marked clearly. The supplies
should be from Fresh batch and not older then 2 months from date of
Order.
The manufacturing company should have supplied the material to
Govt. / PSU owned Semen stations and should be in market for at
least 2 years. The list of users /copy of orders / performances etc.
may be submitted with tender.
Sample of offered material in original packing WITH ALL CLEAR
LABELS( minimum 5 pieces) should be submitted along with tender
otherwise offers will be rejected straightway.
Item
No.-8-Plastic
Goblets:
(2,50,000Pieces)
Goblets for Storage and transportation of Straws. Made of Non
Toxic PVC/PP material. The material should bear the temperature of
LN2 . There should not be any change in physical properties of
material for long storage in LN2. The edges should not be sharp.
The goblet should be straight cylindrical shape without any surface
defect and to be supplied in different colours. The colours will be
intimated at time to supply. Goblets should be packed in 100 Pc. and
hermetically sealed. Name of Manufacturer should be mentioned on
out cover with Batch No. / Date /year of Mfg.
Size : OD Approx 10-12 mm (Capable of holding 15 mini straws
with confortable levels
of LN)
Height : 118 – 120 mm
SAMPLES : Packet containing at least 100 Goblets should be
submitted along with tender otherwise offers will be rejected
straight way.