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
-
(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.