NOTICE INVITING e-TENDERS

etender.punjabgovt.gov.in

Directorate, Animal Husbandry, Punjab 17-Bays Building,Sector-17,Chandigarh.

e-Tender/Notice 1/ 2015-16

               The Department of 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

1

Manure (cow dung ) scraper 

Three complete independent systems  for scraping dung/ manure from three sheds of cattle breeding farm.

2

Manure Slurry Collection and  Disposal System

One Complete System for slurry disposal  from an integrated  housing of  400 animals  in cattle breeding farm .

3

TMR (Total Mixed Ration) Wagon

One

4

Feed  Plant

One

5

Field  Mower- Flail Type

One

6

Tractor  75 HP

One

7

Hydraulic  Trolley 12’ X 6’ x 2’

One

8

 Multicrop  Ridge  Planter

One

 

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. 20/-(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 18-05-2015 upto 5:00 pm and the same will be opened on   19-05-2015  at 11:00 am.

4. The e-tender must be accompanied with earnest money amounting Rs. 500/- (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   18-05-2015,  upto 5:00 pm at the office of  . 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                                                                                                              Director Animal Husbandry,

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 Director, Animal Husbandry, Punjab, Chandigarh within 10 days of receipt of supply order as security money.

Detailed specifications for e-tender notice-1/2015-16 

Item No.1  - Manure (cow dung ) scraper  

       Three complete independent systems  for scraping dung/ manure from three    sheds of cattle breeding farm.

Description of item:

Supplying, Installation, testing & commissioning of automatic manure scraper for three sheds.

Infrastructure details:

No. of sheds - 3

Length of shed -  200 feet

No. of alleys in each shed – 2 manure alleys separated by 16 feet

Approximate no. of animals in a single shed – 120

Type of floor – Concrete

Width of Manure alley, where scrapper cleaning is required – 10 feet

No. of Dung channels running from sheds to manure collection pit – 2

Detail of Equipment required:

Automatic Manure Scraper System  ( Cow dung scrapper/  alley scrapper)

Type of scraper -  Chain type Scraper

Technical details:

One set of automatic scraper conforming to International standards and equivalent Indian Standards shall consists of two number V-blade scraper, drive unit, corner wheel, electric motor of suitable capacity with control panel, galvanised steel cable/ fitment for 200 feet shed with all the accessories including lubrication system required for the smooth functioning of the equipment should be considered as part of  Automatic Manure Scraper System.

      Drive Unit  

      The drive station should be a framework with a suitable capacity of chain drive   unit with electric motor connected to a chain attachment and all other fixtures, safety clutch/ Torque sensors, timer relay with auto On-off application etc as per site requirement.

      Chain

The chain should be GI/SS /hardened steel and wear resistant chain of appropriate strength and size to be installed in the alley to move the scraper forward and backward with provision of auto application for required frequency per day.

§  The cow safety equipment, hardware/ software should be part of the standard equipment offered.

§  All the shields and protective covers/ brushes/ lubricants  or any other components required for the protection of the Automatic manure scrapper should be made part of standard equipment.

§  The manure scraper consisting of movable outer blades and swinging centre flaps with Scrapper blades height of 6’’

§  Electrical control box with animal safety controls

§  Earthing complete in all respects

§  Operates two alleys with single motor or pump

§  Chain control wheel along with chain lubrication and chain cleaner

§  Corner wheels should be heavy duty designed with welded box with dura- bushings run on 45 mm shaft.

§  Individual start & stop with timer

§  Suitable sensor & safeties for animal and scraper

§  Capable of working in full efficiency under Indian ambient conditions

Note -  All the accessories required for the successful installation and commissioning of the pump should be made part of the standard equipment.

After sales service 

The supplying firm should have well established service, repair & maintenance network in India and Punjab with dedicated service engineers and this service back up should be in place since last five years. The points of presence with contact details and total no.of complaints/ visits undertaken during 2014-15 are required to be submitted along with the technical bids.

The Standard equipment along with accessories should be guaranteed for period of two years. A comprehensive After sales services should be provided by the supplier, during and after the guarantee/ warrantee period of the equipment. Details along with the Annual maintenance charges for subsequent three  (3) years after warranty shall be forwarded.

       Conditions of eligibility :

a)      The intending firm should have successfully completed works in India during last three years ending 31.03.15 The intending firm should have successfully  installed at least 2 nos systems anywhere in India. Latest satisfactory performance certificate should be furnished with tender documents.

b)     The firm should have/had average annual financial turnover minimum of Rs. 2 Crore during the last three  financial years ending March 31, 2015. Income Tax return for last 2 years  should be furnished with eligibility documents.

    Authorized dealers participating in the  tender are required to provide letter of authorization from the  parent company  fulfilling the eligibility criteria detailed at  (a) and  (b) above.

 

Demonstration:   Each bidding firm should be able to demonstrate similar type equipment in full function mode at any facility at its own expenses as a part of  technical bid for this item.

 

Item No. 2 - Manure Slurry Collection and  Disposal System

                          

One Complete System for slurry disposal  from an integrated  housing of  400 animals  in cattle breeding farm .

Description:

A complete system for the disposal of cow dung/ manure starting from dung channels outside the sheds, flushing of dung channels and feeding of this manure to biogas plant and separation of liquid and solids from slurry.

Infrastructure details:

No. of sheds - 3

Length of shed -  200 feet

Approximate no. of animals in a single shed – 120

Type of floor – Concrete

No. of Dung channels running from sheds to manure collection pit – 2

Aprox. Length of Dung channel – 400 feet

Width of Dung channel – 2 feet with 0.5 % slope

Proposed flow scheme – Dung channels will carry dung from sheds to a common pit, from the pit dung/ slurry will be fed to Biogas plant and the slurry from Biogas plant will be fed to Manure separator.

 Supplying, Installation,  testing & commissioning of electrical operated Manure slurry pump/agitation pump, Supplying, Installation, testing & commissioning of electrical opearted Manure Flush pump suitable to transfer slurry from main channel end  to slurry main sump and manure separator

 a)      Manure Slurry Pump / Agitation pump                                                                 (One)             

Technical detail :

Supplying, Installation, testing & commissioning of electrical operated Manure slurry pump/agitation pump & Electric motor suitable for 10 feet deep pit to transfer slurry from main sump to  Bio gas plant / slurry drier chamber as well as loading of manure .

The pump shall be low centrifugal pump intended for use in open or closed manure pit & storage tanks. The pump must be assembled with proper wall attachment i/c stainless steel protection cage & its pipe shall be connected with quick coupling. The pump. should be controlled with suitable electrical panel comprised of measuring meter, sectector switch, relay, protection, starters, indicating lamps, connection etc. as per site requirements.

Pump shall be provided with all the required accessories including relays, protection equipments, control panel, wall attachments, earthing complete in all respects, Indicating Lights, single phase preventer, Star delta- Starter, including all electrical connections, cable etc. The scope of this item also includes the following:

§  Supporting frame for installation on reception pit of Slurry Pump

§  Rain protected box for installation of Pump starter

 

Note -  All the accessories required for the successful installation and commissioning of the pump should be made part of the standard equipment.

b)     Manure Flush Pump                                                                                              (Two)                                             

Technical detail:

 Supplying, Installation, testing & commissioning of electrical operated Two numbers of Manure Flush pump and electrical motor suitable to transfer/flush liquid slurry from 2 no main channel (of approx. 400 ft length and 2 ft width) to slurry main sump.

The pump shall be low centrifugal pump intended for use in open or closed manure pit & storage tanks. The pump must be assembled with proper wall attachment i/c stainless steel protection cage & its pipe shall be connected with quick coupling. The pump. should be controlled with suitable electrical panel comprised of measuring meter, sector switch, relay, protection, starters, indicating lamps, connection etc. as per site requirements.

Pump shall be provided with all the required accessories including relays, protection equipments, control panel, wall attachments, earthing complete in all respects, Indicating Lights, single phase preventer, Starter, including all electrical connections, cable etc. The scope of this item also includes the following:

§  Supporting frame for installation on reception pit of Slurry Pump

§  Rain protected box for installation of Pump starter

 

Note -  All the accessories required for the successful installation and commissioning of the  two pumps should be made part of the standard equipment.

 

c)      Manure Separator                                                                                                   (One)

Technical detail:

Application: To separate Total Suspended Solids (TSS) from the cattle manure slurry that comes from digester

Capacity:  minimum 6m3/hr

Body Material: Main body in Stainless Steel 304

Feeding Hopper: Compensating Hopper for a steady Feeding Included in the supply with Drive Unit & electric motor

All components and finishing/painting are as per WAM standard

Capable of Separating  liquids and solids up to a solid content of 18-35% from Biogas plant slurry / slurry from main sump.  Pump should be supplied with  suitable 

§  Electrical Motor   

§  Control unit with timer for the automatic deactivation 

§  Flow meter with overload trip switch 

§  Pump controlled from the supply reservoir 

Equipment shall be provided with all the required accessories including relays, protection equipments, control panel, wall attachments, earthing complete in all respects, Indicating Lights, single phase preventer, Starter, including all electrical connections, cable etc. The scope of this item also includes the following:

  • Structural drawings of civil works related to Foundations & Foundation Bolts, other structural work, maintenance platform, ladder, hand rails, support structure, etc.
  • All Power, Control cable, cable laying with cable trays, it’s supports, earthing complete, illumination control Panel, MCC, Starter, Instrumentation etc.
  • Any measuring instrument/ equipment.
  • Providing Compressed air supply (if any).
  • Erection & Commissioning of the Equipments  and Commissioning Spares            
  • Feeding Pump /Equipments.
  • Feeding, overflow & discharge piping

 

Note -  All the accessories required for the successful installation and commissioning of the equipment should be made part of the standard equipment.

After sales service 

The supplying firm should have well established service, repair & maintenance network in India and Punjab with dedicated service engineers and this service back up should be in place since last five years. The points of presence with contact details and total no.of complaints/ visits undertaken during 2014-15 are required to be submitted along with the technical bids.

The Standard equipment along with accessories should be guaranteed for period of two years. A comprehensive After sales services should be provided by the supplier, during and after the guarantee/ warrantee period of the equipment. Details along with the Annual maintenance charges for subsequent three  (3) years after warranty shall be forwarded.

       Conditions of eligibility :

c)      The intending firm should have successfully completed works in India during last three years ending 31.03.15 The intending firm should have successfully  installed at least 2 nos systems anywhere in India. Latest satisfactory performance certificate should be furnished with tender documents.

d)     The firm should have/had average annual financial turnover minimum of Rs. 2 Crore during the last three  financial years ending March 31, 2015. Income Tax return for last 2 years  should be furnished with eligibility documents.

    Authorized dealers participating in the  tender are required to provide letter of authorization from the  parent company  fulfilling the eligibility criteria detailed at  (a) and  (b) above.

Demonstration:   Each bidding firm should be able to demonstrate similar type equipment in full function mode at any facility at its own expenses as a part of  technical bid for this item.

 

Item No. 3  - TMR (Total Mixed Ration) Wagon                                                           (One)

 

One complete wagon capable of  mixing ration consisting of various feed stuffs  available in Punjab .  Wagon should have capability of  ration dispensing  to the feed manger in cattle sheds .  It should have mechanism for PTO drivability and  wheel structure for  towing  with tractor .

Capacity  :                  25-30 qtl. of actual feed  stuff  mixing.

Height      :                   Extreme height of equipment (with wheels ) should not be more than                                             9 feet.

Width       :                 Maximum width of the equipment  should not be more than 8 feet.

PTO         :                  Capable of  operating at  Power Take off (PTO) -540 rpm of 50  HP tractor.

Material   :                  Should be made of  high strength  material , suitably  corrosion protected                           with high  standards of workmanship. There should be dispensing window                                     on one side of the equipment. Gears and shafts / other drives of the                                            equipment should be smooth in functioning and suitably lubricated .

                                    Wheel size and  material of tyres  should be as per the requirement of the                                      equipment .

Safety    :                     The equipment and functioning / operation should be safe for the operator,                                    animals and  with minimal wastage of feed stuffs.

Feed programs :        There should be inbuilt feed programs incorporating different feed stuffs                                       and there  formulations . These programs can be saved in the memory of the                                   equipment .

Weighing :                  There should be inbuilt system for the accurate measurement of  ingredients                                   and their recording in the feed programs .

Mixing quality :         Uniform, homogenous mixture should be the output of the  equipment .

Note -  All the accessories required for the successful installation and commissioning of the equipment should be made part of the standard equipment.

After sales service 

The supplying firm should have well established service, repair & maintenance network in India and Punjab with dedicated service engineers and this service back up should be in place since last two years. The points of presence with contact details and total no.of complaints/ visits undertaken during 2014-15 are required to be submitted along with the technical bids.

The Standard equipment along with accessories should be guaranteed for period of two years. A comprehensive After sales services should be provided by the supplier, during and after the guarantee/ warrantee period of the equipment. Details along with the Annual maintenance charges for subsequent three  (3) years after warranty shall be forwarded.

    

  Conditions of eligibility :

The intending firm should have successfully  installed at least 2 nos similar systems anywhere in India. Latest satisfactory  performance certificate should be furnished with tender documents

    Authorized dealers participating in the  tender are required to provide letter of authorization from the  parent company  fulfilling the eligibility criteria detailed above.

 

Demonstration:   Each bidding firm should be able to demonstrate similar type equipment in full function mode at any facility at its own expenses as a part of  technical bid for this item.

 

Item No. 4 -   Feed Plant                                                                               (One)

Function –       Capable of  pre weighing of ingredients, processing and Direct auto bagging of  Mash type livestock feed

Capacity  -       4 MT per Hour with full screen grinder and double ribbon screw mixer 

                         (1000 Kg per batch)

Electric load – Not more than 80 HP

Job Work -      Complete Erection, installation and successful commissioning of the plant in all aspects. All the accessories required for the smooth functioning of the plant should be made part of standard equipment.

Plant design – Detailed sketch of the plant mentioning all the major equipments should

                         Be supplied along with the application.

Guarantee -      Minimum two year from date of commissioning

Technical  Specifications:

Modern feed plant with technologically advanced & energy efficient machinery is required. It should have computerized pre weighing of ingredients (batching )and direct  auto bagging facility. Tender application should clearly indicate specifications of each component against all the following sections:

Details are mandatory to be provided in columns (A), (B) & (C)

 

Sr. No.

Item Description

(A)

Aprox Power consump.

(B)

Make and specification of Drive units, electric motor, Gear box

(C)

Specification of MS sheet, size of hopper/ bucket etc and specification of elevator belt and its length

Intake section

1

Pre - weighing

Mandatory facility for electronic pre-weighing of ingredients and includes weighing hopper with grill (Cap 1000Kg per batch), pneumatic slide gate load cell based weighing with display (provision for display screen in Plant Manager’s room) and intake conveyor (Length – 15 feet)for transferring ingredients to next elevator.

 

 

 

2

Intake hopper – capacity – 150 to 200 kg

Thickness – 3mm

 

 

 

3

Bucket Elevator-1 ( aprox. Height – 38 ft)

Bucket size – LXB = 8” X 5”

Belt size – 8”

M-24 Grade 4-ply rubberized (MRF make)

Foot & Head should be supported with 40x40x6mm angle and fabricated out of 4mm sheet.

Elevator boxes supported with 40x40x6mm angle and fabricated out of 2mm sheet

Base frame of Gear Motor fabricated with 6mm plate

Platform of 4mm sheet at top should be provided

 

 

 

4

Cascading Magnet

Two powerful magnetic plates (Rare earth type) aprox. 6000Gauss. They should be self cleaning type with collection tray

 

 

 

 

 

 

 

 

Grinding section

1

Intermediate bin over Grinder (1000kg/batch) fabricated out of 3mm sheet and supported by structure of angles & channels so that load of bin is not directly sustained by grinder

 

 

 

2

Slide gate with flexible connection should be provided to isolate the vibration of grinder from rest of the plant

 

 

 

3

Rotary Vane feeder for Hammer mill with geared motor, gearbox, chain drive, magnetic plate, VFD and control panel

 

 

 

4

Full screen hammer mill with motor and coupling

30 HP & 2800 RPM

Support rings for screen should be fabricated out of 25mm thick plate and Main body fabricated with 8mm thick plate

Gap adjustment between screen & hammer should be provided for output of varying fineness

Rotor should be dynamically balanced

Design should be such that for repairing rotor can be easily dismantled from grinder without altering the position of grinder

 

 

 

Mixing Section

1

Extra hopper for adding non grind able ingredients directly into mixer through second elevator

 

 

 

2

Bucket Elevator-1 ( aprox. Height – 38 ft)

Bucket size – LXB = 8” X 5”

Belt size – 8”

M-24 Grade 4-ply rubberized (MRF make)

Foot & Head should be supported with 40x40x6mm angle and fabricated out of 4mm sheet.

Elevator boxes supported with 40x40x6mm angle and fabricated out of 2mm sheet

Base frame of Gear Motor fabricated with 6mm plate

Platform of 4mm sheet at top should be provided

 

 

 

3

Batch Bin over Mixer

Cap- 1000 Kg / batch, Sheet thickness-3mm. It should be dust proof, with sliding gate and supported on angle frame

 

 

 

4

Medicine hopper made up of SS304

 

 

 

5

Double ribbon screw mixer

Cap. 1 ton with 20 HP, 1440 rpm motor and gear box

Mannuly operated rack & pinion type side discharge gate.

Mixer drum fabricated with 5mm sheet

Ribbon size – Inner -9”wide & 6mm thick

                     Outer – 2”wide & 10mm thick

Solid shaft dia – 100mm

Mixing efficiency – able to mix batch within 6-8 minutes with coefficient of  variation less than 7%

 

 

 

6

Molasses batching section

A robust system of  batch tank, service tank, pipelines, heating coil, control valves & accessories and distribution system for 5% -10 % molasses addition to processed feed. Detailed specifications and drawing

 

 

 

Auto bagging section

1

Paddle conveyor for feeding mash feed to third Elevator

 

 

 

2

Bucket Elevator-3  (Height-32 ft)

Bucket size – LXB = 8” X 5”

Belt size – 8”

M-24 Grade 4-ply rubberized (MRF make)

Foot & Head should be supported with 40x40x6mm angle and fabricated out of 4mm sheet.

Elevator boxes supported with 40x40x6mm angle and fabricated out of 2mm sheet

Base frame of Gear Motor fabricated with 6mm plate

Platform of 4mm sheet at top should be provided

 

 

 

3

Mash feed storage bin

Capacity – 2 ton

 

 

 

4

Auto bagging machine with pneumatic hammer

Capacity – 75 Kg

Manual bag stitching machine

Slant conveyor of length – 5 meter

 

 

 

 

Additional structures

Access platform for mixer & railing

Support structures for molasses tank, storage bin, auto bagging machine pit covers for elevator etc.

Structures for the safety of equipment and personnel

All connections and foundation bolts

 

 

 

Others

1

Compressor with motor required for operating pneumatic cylinders with FRL unit

 

 

 

2

Bucket elevator and paddle conveyor should be provided with geared motor and duplex chain coupling

 

 

 

3

Feed mixer should be supplied with V Belts & heavy duty helical type gear box

 

 

 

4

All motors should be of  ABB & Siemens make and will be the part of standard equipment

 

 

 

 

 

 

Motor control center

1

MCC is required for all motors and will be consists of :

-An incoming main switch

-Indication lamp to indicate interchange of phases in main supply

- Main line ampere meter & volt meter with selector switch & indicator

- Motor switch

- D.O.L starter for motors upto 10 HP

- Star –Delta starter for motors above 10 HP

- Change over to change direction of rotation of grinder

-Internal wiring of cubical type MCC

-Electric distribution & control panel should be complete with all switches, fuses, starters, relays, busbars etc remote panel, electric cables & earthing wire for plant motors

 

 

 

2

All control panel contactors should be of L & T

 

 

 

Other conditions:

1. All the components, equipments, support structures motors, gear box, electrical components, chain drives etc which are necessary for the smooth functioning, efficient production and safety of equipment, personnel and premises should be made part of standard equipment.

2. Complete installation, fabrication , erection and commissioning will be the responsibility of the firm and all costs should be included in the quotation.

3. No payment will be made to any third party for any kind of material procured.

4. No extra cost / charges will be paid towards labour/ cranes etc required for unloading/ erection of machinery.

5. Demonstration :  The firm should be able to demonstrate at least one complete functional plant manufactured, erected and commissioned by the participating firm along with the stock of spares and capability for carrying out repair & maintenance works.

6. Technique of fabrication, quality of material used and workmanship will be given advantage

 

Item No. 5-  Field  Mower  - Flail type                                                      (One)

 

Functional Requirements

For harvesting chopping & direct loading of fodder crops like oat, sorghum, berseem, alfalfa, cow pea, rice straw stubble etc

Design Requirements

Tractor driven machine – trailed / semi mounted on 50 to 75 hptractor.

Cutting  width to be 1500 mm minimum

Harvesting, chopping  and loading  fodder crops like oat, sorghum, maize and residues (rice straw stubble) etc into trailers in single action.

Flail type cutting mechanism – with dynamically balanced rotor & blades.

Swinging knives to be duly hardened for dry and green crops.

Single chop  or  double chop arrangement.

Suitable for 540 RPM  PTO shaft having 6 splines.

Matching to category II three point linkage& draw bar.

Strong and study chassis, body, gearbox, drives and tyresetc as per need. 

Hydraulic depth control  &  hydraulic chute control to be provided.

With wide angle PTO shaft having  slip clutch or shear bolt protection to be supplied.

With top quality corrosion resistant painting.

Complete in all respects; ready to use version with PTO drive shaft.

Spares for 1000 acres harvesting to be supplied.

 

Item No. 6 -Tractor 75 HP                                                                       (One)

 

Functional Requirements

For operating various farm machines like fodder harvesters, mixers, ploughs, harrows, trailers etc

Design Requirements

Tractor to be pneumatic tyre driven.

Rear wheel drive arrangement.

With water cooled diesel engine having strong and sturdy clutch,Creaper graded  gear box, diffential, axles etc as per latest standards.

Adjustable  track width.

With differential lock arrangement.

Suitable PTO for 540 RPM,  6 Spline machines.

(As an alternative 1000 RPM PTO may be offered)

Category II three point linkage.

Dual clutch  arrangement for PTO driven machines.

Independent   PTO shaft arrangement.

Independent  hydraulics drive.

One single acting hydraulic valve and one double acting valve to be provided.

Draft control, position control and mixed control arrangement.

With Swinging  draw bar.

Adjustable height  trailer hitch.

With front and rear wheel weights.

Mechanical or hydraulic  brakes.

Self startarrangement  with DC Battery & high torque DC motor.

12 to 24 volts electrical, with front & rear lights  

Complete in all respects; ready to use version as per latest RTO rules and regulations.

Specific fuel consumption to be indicated in the offer.

Anti corrosive paint for enhanced life.

Power steering to be quoted separately as an option.

Spare parts requirement for first 2000 hours of normal operation to be indicated in the offer.

Following HP tractors having above specifications are to be quoted:

a)      75HP

 

Item No. 7 - Hydraulic Trolley 12’x6’x2                                                   (One)

Functional Requirement:

Suitable for supply of Green/ Dry fodder from field to farm to the animals

Design Requirement:
Chassis  channel ............ .250 x75mm
Floor sheet.    ................... .6   mm
Side sheet.   ....................  . 3   mm
Angle.           ....................... 50 x 6 mm
Battle channel..................   100 x 50 mm
Hydro jack.......................   3 stage
Axle.      ........................    .100 x 100 mm
Rim.      ......................       .2 (single tyre)
Tyre.............................      .1000 x 20 (Brand New)
Bid. .........................           2 ft ready


 

Item No. 8 -Multicrop Ridge planter                                                         (One)

No. Of Rows                                 5 Rows.

Row to row Spacing                       24” Standard (Max) & Adjustable

Fertilizers Metering                         Agitator & Sliding  Orifice type

Seed Droping                                  Rotating Disc with cells on its Periphery

 

ANNEXURE II

Price Rs.20/-

                                                INSTRUCTIONS TO TENDERERS

 

1.    Quotations must be enclosed in a properly sealed envelope addressed to the Director, Animal Husbandry Punjab, Chandigarh, by designation and not by name. The quotations must be super scribed “ Quotation for the supply of e-tender Notice No.1/2015-16  for  the Supply of   Items  for installation and commissioning at under construction Modern cattle breeding farm, Rauni, Patiala and other items during the year ­­2015-16 as called for in tender notice, dated 24-04-2015. The quotations must reach the O/o Director, Animal Husbandry, Punjab, Chandigarh, before 18-05-2015 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 specification or description are laid down. Such samples must be sent fright paid or delivered free to the Director, Animal Husbandry Punjab, Chandigarh. Each sample should bear a sealed label marked with the tenderer’s 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 Director, Animal Husbandry Punjab, Chandigarh, failing which the samples will become the property of Government 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 500/- must be deposited as earnest money in Bank pledged to the Director, Animal Husbandry Punjab, 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 Government, if any successful tenderer fails within the time fixed by the Director, Animal Husbandry Punjab, Chandigarh, either to sign the contract on 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.

(5) Government Treasury (Challan)

8.   The successful tenders may be required to deposit in addition as security for the due performance of the contract an amount equal to 10 percent of the approximate value of the  estimated supply

9.  The Director, Animal Husbandry Punjab, 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 in whole or in part or parts at the discretion of Director, Animal Husbandry Punjab, 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 paras 3 to 7 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 paras 3 to 7 at the rates given in the schedule below.  The conditions on paras 3 to 7 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/our tender.  I/We hereby agree that the above sum of security money shall be forfeited to the Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, 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 this effect. The contractor’s receipt or acknowledgement or that of any partner subsequently 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 Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, Chandigarh, will be final and binding on the Contractor. It will be open to the DAH, Punjab,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 Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, 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                             Director, Animal Husbandry Punjab, 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. Government 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 Director,             Animal Husbandry Punjab, Chandigarh 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 Director, Animal Husbandry Punjab,             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 Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, Chandigarh, as                                             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 Director, Animal Husbandry Punjab, 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 securely 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 not be entitled to charge or by paid for supplies broken. Lost or damaged in transit. The Director, Animal Husbandry Punjab, 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 Director, Animal Husbandry Punjab, 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 own 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 Director, Animal Husbandry Punjab, Chandigarh, provided also that:-

a)          No recovery of penalty will be made if the delayed supplies are accepted by extending the delivery period either Indenting Officer or the Director, Animal Husbandry Punjab, Chandigarh.

b) The Indenting Officer will allow extension up to two weeks on the request of the supplier by recording in writing that the exceptional circumstances were beyond the control of the supplier and there were no loss to Government, but where the delay on the part of the supplier is more than two weeks the matter for extension of delivery period will be referred by the Indenting Officer to the Director, Animal Husbandry, Punjab with a certificate that there are genuine reasons for delay on the part of the supplier and that no loss will result to the Government in case extension in delivery period is allowed. The case will be decided ion merit. The extension will be allowed by the Director, Animal Husbandry, Punjab  on the certificate of Indenting Officer in each individual purchase case exceeding two weeks but upto eight weeks within the financial powers delegated to him for the purchase of store. In all other cases exceeding his financial powers and period of exceeding eight weeks the extension will be allowed by the Director Animal Husbandry Punjab upto 24 weeks and up to any financial limit irrespective of purchase power delegate to him, No further extension will be allowed.

c)         On the failure of the supplier to make supply within the extended period on receipt of such information in the office of the Director, Animal Husbandry Punjab, Chandigarh, , risk purchase at the cost of supplier will be made by the Director, Animal Husbandry Punjab, 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 this 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 Government 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 Government rights and remodels otherwise Government 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 Director, Animal Husbandry Punjab, Chandigarh as regards 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 controlled 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 _______ 2010

 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 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. 

5.  Government Treasury (Challan)

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) and 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 portion thereof is 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.

 

 

 

              Home About us Services Contact Us  |