GOVERNMENT OF RAJASTHAN DIRECTORATE OF ANIMAL...

22
1 GOVERNMENT OF RAJASTHAN DIRECTORATE OF ANIMAL HUSBANDRY TERMS & CONDITIONS OF THE RATE CONTRACT OF EQUIPMENTS, INSTRUMENTS, LAB WARES & CHEMICALS ( FOR B.P. LAB ONLY ) 2015-2017 PASHUDHAN BHAWAN, GANDHINAGAR MOD, TONK ROAD, RAJASTHAN, JAIPUR-302015 PHONE NO: 0141-2743331 FAX: 0141-2743267 E-mail ID :- [email protected] [email protected] Note: - Please read the Terms & Conditions carefully. Incomplete Tenders are liable to be rejected.

Transcript of GOVERNMENT OF RAJASTHAN DIRECTORATE OF ANIMAL...

1

GOVERNMENT OF RAJASTHAN

DIRECTORATE OF ANIMAL HUSBANDRY

TERMS & CONDITIONS

OF

THE RATE CONTRACT

OF

EQUIPMENTS, INSTRUMENTS, LAB WARES & CHEMICALS (

FOR B.P. LAB ONLY )

2015-2017

PASHUDHAN BHAWAN,

GANDHINAGAR MOD, TONK ROAD,

RAJASTHAN, JAIPUR-302015

PHONE NO: 0141-2743331

FAX: 0141-2743267

E-mail ID :- [email protected]

[email protected]

Note: - Please read the Terms & Conditions carefully.

Incomplete Tenders are liable to be rejected.

2

Annexure-B

Tender form is non - transferable

TERMS & CONDITIONS OF TENDERS AND RATE CONTRACT

N.B. TENDERER SHOULD READ THESE CONDITIONS

CAREFULLY AND COMPLY STRICTILY WHILE SENDING

THEIR TENDERS IF A TENDERER HAS ANY DOUBT

REGARDING THE CONDITION OF SPECIFICATION,

MENTIONED IN THE TENDER NOTICE/ CATALOGUE, HE

SHOULD, BEFORE SUBMITTING THE TENDER, REFER

THESE TO THE DIRECTOR, ANIMAL HUSBANDRY

DEPARTMENT, RAJASTHAN, JAIPUR AND OBTAIN

CLARIFICATION. THE DECISION OF THE DIRECTOR,

ANIMAL HUSBANDRY DEPARTMENT, RAJASTHAN, JAIPUR

SHALL BE FINAL AND BINDING ON THE TENDERER.

1. Sealed tender in double envelope will be received till 2.00 PM on ..................……. by the Director,

Animal Husbandry Department, Rajasthan, Jaipur for the purchase of Equipments, instruments, Lab

ware &Chemicals ( for B.P. Lab only ) for the year 2015-2017. (AS PER NIT

No….......................….. Dated …................……...)

2. Only manufacturing units and direct importers holding valid manufacturing / import license are

eligible to participate in the Tenders, Supplies shall also be affected directly by the manufacturer and

importer not through Distributors/ Agents/ Suppliers.

3. Sealed Tenders super scribed "Tenders for the year 2015-2017 containing COVER A & COVER B as

prescribed here after should be submitted to the Director, Animal Husbandry Department, Pashudhan

Bhawan, Tonk Road, Jaipur, Rajasthan.

4. The Tenderer should send along with the Tenders the following certificate for the items tendered in

separate cover here after called "COVER A"

(I) Bid Security deposit.

(II) Duly attested photocopy of manufacturing license for the products Chemicals for Bio-

production duly issued/approved by the licensing authority for products quoted in the tender.

The license & product list should be renewed and up to date.

Signature of Tenderer

3

(III) (A) Duly attested photocopy of import license for Equipments, instruments, Lab ware

&Chemicals in Form No. 10 If applicable.

(B) In case of imported Chemicals license for sale issued by concerning licensing authority

duly attested.

(C) GMP certificate New Revised Sch.M by licensing authority for IP/BP/USP

items

(IV) Duly attested latest BIS/ISI certificate for specific items mentioned in catalogue should be

submitted if BIS/ISI marked items offered

(V) Competency Certificate issued under Price preference rules as well as E.M.II of SSI units issued

by the D.I.C., Rajasthan in respect of stores for which they are registered duly attested.

(VI) The Tenders for Chemicals for Bio productions must be supported with a certificate for clean

record (Non Conviction Certificate) from the Drugs Controller of the concerned state. In case

product is declared Sub Standard during last five years, details of such products along with

details of prosecution/ penalties must be given, otherwise an undertaking by the tenderer on non

judicial stamp of Rs. 100 duly attested by notary public be given to the effect that the chemical

for bio-production supplied during last five years by them were not declared of spurious quality.

(VII) Latest ST/VAT clearance certificate & ST /VAT Registration copy.

(VIII) The Declaration form in Annexure "A" Signed by the tenderer and notarised

(IX) Statement of annual manufacturing capacity of each item quoted in the Tender duly notarized

on non judicial stamp of Rs. 10 minimum.

(X) Original Tender Catalogue Ann. B duly signed on each page with seal. It shoud be sent along

with Tender (Terms & Condition of Contract) in Cover ‘A’

Note: - (A) All documents duly attested by notary must be submitted, Unattested copies of such

document will not be considered Valid.

(B) Declaration form Annx "A" & affidavit regarding statement of annual

Manufacturing capacity will be accepted only duly signed & notarized.

These documents should be under the name and address of premises where items quoted are

actually manufactured, the point of supply within the state of Rajasthan, if any should be specified. The

above certificates should be submitted in cover A and super scribed as "CERTIFICATES FOR THE

SUPPLY OF EQUIEMENT, INSTRUMENT, LABWARES & CHEMICALS”. (For B.P.Lab. Only)

Signature of Tenderer

THE TENDER WILL BE LIABLE FOR OUTRIGHT REJECTION IF:-

(a) ANY RATES ARE DISCLOSED IN COVER ‘A’

(b) ANY DISCOUNTS/ SPECIAL OFFERS ARE MADE IN COVER ‘A’

4

Note:- Please quoted or nonquoted shoold be mentioned in catalogue.

5. The tender form duly filled as per Ann "C" (Financial bid) giving the rates for various items in

individual envelopes (One envelopes for each item) should be sent in separate sealed cover here after

called. "COVER B" Each envelopes should be super scribed with the Name and Catalogue Number

of the Item Quoted.

COVER B should also be addressed to the Director, Animal Husbandry Department, Rajasthan,

Jaipur and should be supercribed "FINANCIAL BID FOR THE SUPPLY OF EQUIPMENT,

INSTRUMENT, LABWARES & CHEMICALS." (For B.P.Lab Only) A senior officer of the

company with authority to transact business should authenticate each page.

6. Both covers (envelop A & B) in one sealed envelop should reach the Director, Animal Husbandry

Department, Rajasthan, Jaipur. Tenders will be opened in the presence of tenderers who choose to be

present. Cover B will be opened only for those concerned which satisfy the standard criteria laid

down by the department on the details furnished by the tenderer in COVER A an in complete

compliance of Tender terms & conditions.

7. In the event of quotation being submitted by a firm it must be signed separately by each or any

member thereof in the event of a partnership firm it must by signed on his behalf by a person holding

a power of attorney authorizing him to do so and in the case of company the quotation should be

executed in the manner laid in the Articles of Association. Any change in the Constitution of the

Firm/Company shall be notified forthwith by the contractor to the Director, Animal Husbandry

Department, Rajasthan, Jaipur and such change shall not relieve Any former member of the Firm/

Company forms the liability under the contract. No new partner/ partners shall be accepted in the

Firm/ Company by the contractor in respect of the contract unless he/ they agree to abide by all its

terms and conditions and deposit with the Director, Animal Husbandry Department, Rajasthan, Jaipur

a written agreement to this effect. The contractors receipt or acknowledgement of any partner

subsequently accepted as above will bind all of them and will be sufficient discharge for any of the

purposes of the contract.

Signature of Tenderer

8. BID SECURITY

Tender for each section must be supported with Bid Security of 2% of the total estimated value in

favour of Director, Animal Husbandry Department, Rajasthan, Jaipur In case of SSI units of

Rajasthan the amount of Bid Security would by 0.5% of the estimated value. The Bid Security

Deposit must be submitted in any of the following forms:-

(i) Cash, demand draft, bankers cheque or through treasury challan under head.

5

8443- civil Deposits,

103 - Security Deposits,

(Kha) Deposits not bearing interest.

The Bid Security will be refunded to the unsuccessful tenderer in due course whereas in the case

of successful tenderer it will be treated as part of Performance security.

NOTE: - The Central and Rajasthan State Government Undertaking need not to furnish any amount

of Bid Security.

9. (i) ISI/BIS marked items would be preferred.

(ii) It may also be noted that the department does not undertake to assist in the procurement of raw

material whether imported or controlled as well as restricted and as such the tenderer must offer

their rate to supply the specific items from own quota of stock by visualizing. The prospect of

availability or raw material needed. Any of the above points if taken, as argument for non supply/

late supply will not be entertained.

(iii) Indigenous Products offered for supply by the manufacturer will get preferential treatment in the

matter of approval.

10. GUARANTEE/ WARRANTY CLAUSE:-

The tenderer would give guarantee that the goods/ stores/ articles would continue to conform to the

description and quality as specified till the expiry of the said goods/ stores / articles to be purchased

and that not with standing the fact that the purchaser may have inspected and / or approved the said

goods/ stores / articles. If during the period the said goods/ stores / articles be discovered not to

conform to the description and quality as for said/ or have determined and the decision of the

purchase officer in that behalf will be final and conclusive the purchaser will be entitled to reject the

said goods/ stores / articles or such portion there of as may be discovered not to conform to the said

description and quality. On such rejection the said goods/ stores / articles will be at the sellers risk

and all the provisions relating to rejection of goods, etc., shall apply. The tenderer shall, if so called

upon to do so replace the goods, etc.

Signature of Tenderer

Or such portion there of as is rejected by the Purchase Officer, otherwise, the tenderer shall pay such

damage as may arise by reason of such breach of the condition here in contained. Nothing here in

contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or

otherwise.

11. (i) The names & makes of articles which are offered should be mentioned against each item of the

catalogue. Where indication of English/ USA Indian will not serve the purpose.

6

(ii) the approved supplier shall furnish a copy of laboratory test report, of the batch number of which

Drug & Medicines is supplied along with the bill.

(iii) In the case of supply of imported item the suppliers shall furnish a certificate along with the bill

to effect that the firm has completed all the formalities in connection with the import.

12. Chemicals bearing expiry date must be offered of the potency covering at least 75% before the expiry

date.

13. MARKING

On each container of Equipments, instruments, Lab ware & Chemicals "Rajasthan Sarkar" should

be affixed with indelible ink on the original label.

14. In case, any item supplied by the approved firm does not conform to the required standard the

payment there of, if received by the supplier shall have to be refunded to the indenting officer/

Director, Animal Husbandry Department, Rajasthan, Jaipur. Apart from this such - supplier shall be

liable to be dealt with under provisions of Drugs & Cosmetics Act. The supplier will not have any

rightful claim to the payment of cost for substandard supplies which are consumed either in part or

whole pending receipt of laboratory test. It may be noted that supply of goods less in weight and

volume than those mentioned on the label of the container is an offence and the same will be dealt

with in the manner mentioned.

15. DELIVERY OF GOODS

Delivery should be given FOR destination.(B.P. Lab. Jaipur) The department will pay no cartage or

transportation charge.

16. RATES

Rates and necessary particulars should be filled in legibly and clearly in the quotations which

should be signed at the bottom of each page. Only net rates should be quoted. No Separate free

goods or cash discounts should be offered. Rate must be valid for the entire period of the tender

and must be offered conforming to the following:-

Signature of Tenderer

(i) Rates must be offered net only against the specified packing of the items. The net rate must be

inclusive of all charges by way of packing, froewarding, incidental or transit charge including

transit insurance and any other levies or duties etc. Charge on the product. If rates are quoted giving

any free goods quantity or cash discounts the same shall not be considered.

(ii) Only VAT and surcharge if applicable will be paid over net rate.

(iii) Excise duty or surcharge prevailing on the date of submission of the rate must be included in the net

rate and should also be shown separately in col. 7 of the Financial Bid (Ann. C)

7

In the event of any subsequent variation (increase or decrease) in these charges by the government

(state or central) the same will be modified accordingly.

(iv) Other statutory increase or decrease shall be agreed upon mutually between government and

contractor a revised rate shall be applicable to order received by the contractor on or subsequent to

the date of such increase decrease in government duty.

(v) The rates should be confined as far as possible to the packing units mentioned in the catalogue and

different rate for different packing should be avoided. Further only total price should be offered

against specified item. In no case the rate should be split up showing the cost of any on the

component parts of the specified item. If split price are found, the item may be treated as rejected.

(vi) The rates must be written both in words and figures. There should be no erasures and / or

overwriting, Corrections if any should be made clearly and initialed with dates, No paper should be

detached from the tender form.

(vii) The tenderer should sign the terms and conditions on every page of the tender form in token of his

acceptance of all the terms & conditions of the tender and return the same along with tender, He

should also sign at the bottom of each page of the original tender catalogue, Non receipt of terms

and conditions duly signed with the tender shall render the tender to be rejected.

(viii) The words, "No Quotation" should be written across those items in the catalogue for which the

tenderer does not wish to tender. Any change or insertion of any other condition or stipulation or

blanks in the above terms of supplies are not allowed and if so found, shall render the tender to the

rejected without notice.

Signature of Tenderer

17. TAX

Only one kind of the sales tax will be payable whether VAT applicable in Rajasthan or Central Sales

Tax depending on the relative station of supply as the case may be, Since, the department is eligible

to issue Form D only Central Sales Tax will be payable at the concessional rates prevailing during the

period of the tender.

18. PERFORMANCE SECURITY DEPOSIT

All firms whose offers are accepted will have to deposit a Security Deposit infavour of Director

animal husbandry Rajasthan Jaipur equal to five percent of the total value of approximate quantity as

per tender catalogue. The Bid Security of successful tenderer will be adjusted toward Performance

security deposit and balance will be given in one of the following forms only.

8

(i) Cash through E.GRAS deposited under head.

"8443" - Civil Deposit –

103 - Security Deposit".

(Kha) Deposits not bearing interest.

(ii) Bank Draft or Banker Cheque of a scheduled bank.

(iii) Bank guarantee of a scheduled Bank.

(iii) Post Office Saving Bank Pass Books

(iv) National Saving Certificates and any other script/ instrument under National Saving Schemes

for promotion of small savings issued by a Post Office in Rajasthan, if the same can be

pledged under the relevant rules. They shall be accepted at their surrender value at the time of

tender and formally transferred in the name of purchase Officer at the time of submission of

Agreement.

Successful tenderers will have to execute an agreement on a Non Judicial Stamp Paper of

Requesting Stamp duty in the prescribed form with the Director, Animal Husbandry Department,

Rajasthan, Jaipur and deposit Performance security for the performance of the contract within 15

days from the date on which the acceptance of the tender. Under Registered cover, is communicated

to him. The Performance security will be refunded after six months from the date of expiry of the

contract or on the expiry of the guarantee, if any whichever is later. No interest will be paid by the

department on the Performance security deposit.

Signature of Tenderer

Incase of breach of any terms and conditions of the contract or on unsatisfactory performance,

the amount of Performance security deposit shall be liable to forfeiture in full or part by DAHD and

decision of DAHD shall be final. If a tenderer fails to deposit the Performance security or to execute

the agreement within the period specified, it will be treated as a breach of the terms and conditions of

tender and will result in forfeiture of Bid Security besides any other action for this default. The

expenses of completing and stamping the agreement shall be paid by the tendeder who shall furnish to

the Director, AHD, one executed, stamped counter part of agreement free of charge.

NOTE: Central and Rajasthan State Government Undertakings need not to furnish amount of

Performance Security Deposit. Firms with E.M.II Issued by D.I.C., Rajasthan, Jaipur shall

furnish the amount of security deposit @1% of the estimated cost of the tender.

9

It is to be noted that earlier years Bid Security/ Performance Security deposit, even if lying in this

department, shall not be considered towards this contract and therefore Bid Security/

Performance Security deposit should be furnished.

19. SUPPLY ORDERS

(a) All the supply orders will be placed on the approved supplier only (and not to Agents/Suppliers

Distributor etc.) by authorized Indenting Officers of the A H.Department through registered post

only and the date of registration at the post office will be treated as the date of order for

calculating the period of execution. The supplying firms will execute all orders within the period as

mentioned below.

(b) The suppliers should execute order with in 34 days from the date of Registered post. Material

delivered at the destination/store should be accompanied with test report for the same batch.

The purchasing officer will be free to exercise the option of sending any supplies of Chemicals for

testing to any laboratory at the cost of the supplier.

(c) The above period or execution will be counted from the date of registration up to the date of

railway receipts under which the consignment is booked. In case the consignment is dispatched by

goods transport, it shall be done only through a transport company & the supply period will be

reckoned after 34 days allowing a further period of 15 days maximum counted from the date of GR

of the transport company. Liquidated damages will be recovered for the days in excess of period

prescribed for supply as above.

20 The contractor shall not assign or sub-let his contract or any substatantial part thereof to any other

agency.

Signature of Tenderer

21. LIQUIDATED DAMAGES.

(i) The time specified for delivery in the tender form shall be deemed to be the essence of the

contract and the successful tenderer shall arrange supplied within the period on receipt of the

firm order from the Purchase Officer.

(ii) Shold the Tenderer fail to deliver the goods within the period specified the Purchasing

Officer may at his discretion allow extension of time subject to recovery from the

tenderer agreed Liquidated damagesand not be way of penalty a sum equal to the

following percentage of the value of store which the tenderer has failed to supply for the

period of delay as stated blow :-

(1) a. Delay up to one-fourth period of the prescribed Delivery period - 2.5%

b. Delay exceeding one fourth but not exceeding half of the prescribed delivery period

- 5%

10

c. Delay exceeding half but not exceeding three-fourth of the prescribed delivery period -

7.5%

d. Delay exceeding three-fourth but is not exceeding the period equal to the prescribed

delivery period - 10%

(2) Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less than

half a day.

(3) The maximum amount of liquidated damages shall be 10%

(4) If the tenderer is unable to complete the supply within the specified or extended period, the

purchasing officer shall be entitled to purchase from elsewhere without notice to the tenderer on his (i.e.

Tenderers) account and risk the goods or any part thereof which the tenderer has failed to supply or if not

available the best and nearest substitute thereof or to cancel the contract. The tenderer shall be liable to

pay any loss or damage which the purchasing officer may sustain by reasons of such failure on the part of

the tenderer. The tenderer shall not be entitled to any gain on such purchases made against default. The

recovery of such loss or damage shall be made from any sums accruing to the tenderer under this or any

other contract with the government. If recovery is not possible from the bill and the tenderer fails to pay

the loss or damage, within one month of the demand, the recovery of such amount or sum due from the

tenderer shall be made under the Rajasthan Public Demand Recovery Act. 1952 or any other law for the

time being in force.

Signature of Tenderer

11

(5) In case more than one supplier has been approved for any item under the approved list circulated to

the purchasing officers the risk purchases may be made at a higher rate from any other firm whose rate is

duly approved. It is necessary for the approved supplier to acknowledge receipt of orders with in fifteen

days from the date of dispatch of order failing which the purchasing officers will be at liberty to initiate

action to purchase the items on risk purchase system at the expiry of the prescribed supply period.

Note:- It is clarified that Purchasing Officers may, if necessary, report to risk purchase without

granting any extension as provided in point (4) above

22. (i) The supplier will be bound to disclose the life of the equipment supplied incase of heavy

equipments

(ii) The supplier will be bound to provide spare parts of the supplied equipments/instruments for its

life period incase of requirement

(iii) The supplier wil be bound to execute AMC ( Annual Maintenance Contract ) agreement with the

department if so desired till life of the equipments/instruments. For this purpose MOU (

Memorandum of Understanding ) should be submitted with tender,

Note : The supplier wil give undertaking in annexure – D on Non Judicial Stamp Paper Rs. 10/- in

case of Heavy and Medium Equipments/Instruments.

23. All the stores supplied shall be of the best quality and conforming to the specification, trade mark

laid down for them and in strict accordance with and equal to the approved, standard, samples. In

case of any material of which there are no standards or approved samples, the samples shall be of

the best quality to be substantiated by documents. The decision of AHD as to the quality of stores

be final and binding upon the tenderer. In case any of the article supplied are not approved, they

shall be liable to be rejected and any expenses of loss caused to the supplier as a result of rejection

of suppliers shall be entirely at his account.

24. The tenderer must remove rejected articles from the destination where they lie within 30 days from

the date of information of rejection. The officials will take reasonable care of such materials but

will not be responsible for any loss or damage that may occur to while it is on their premises.

25. The tenderer shall be responsible for the proper packing and delivery of the material to the

consignee. In the event of any loss, damage, or breakage, leakage or shortage, the tanderer shall

make good the loss and shortage found at the checking of the materials by the consignee. No extra

cost on such account shall be admissible.

Signature of Tenderer

12

26 Tenderers are requested to send with tenders, printed descriptive literature in case of Heavy &

Medium equipments and instruments. However in case of small equipment/instruments/lab wares

proper samples should be submitted along with tenders

27. Remittance charges on payment made to the firms will be borne by the firms.

28. All correspondence in this connection should be addressed to the Director, Animal Husbandry

Department, Rajasthan, Jaipur, Technical questions should be referred to the Director, Animal

Husbandry Department, Rajasthan, Jaipur direct by correspondence or by personal contact.

29. Direct or indirect canvassing on the part of Tenderers or their representative shall disqualify their

tenders.

30. (a) The quantity indicated in the catalogues are more estimates and are intended to give an idea to

the prospective Tenderers to enable them to decide whether they will undertake to supply the article

to this Department on most competitive rates. The figures indicated in the catalogue do not constitute

any commitment on the part of department to purchase any of the articles in the quantities shown

therein against each or in any quantity whatsoever.

(b) While making Purchases the provision of TPPR to prefer participating SSI unit of Rajasthan for

the product under the (Purchase preference to industries of Rajasthan) Rules 1995 as Amended up to

date at the time of NIT may be adhered to. It is further made clear that the Department does not bind

itself to purchase all or any quantity mentioned in the catalogue and no objection against the quantity

of the indent of approved item being more or less than the approximate quantity will be entertained

and shall not be acceptable as a ground for non supply on the quantity indented.

31. The Store Purchase Committee will have the right of rejection of all or any of the quotations without

giving any reason for the same. The right to conclude parallel rate contracts with another firm for the

stores detailed in this catalogue is also reserved by the Director, Animal Husbandry Department,

Rajasthan, Jaipur.

32. The Director, Animal Husbandry Department, Rajasthan, Jaipur can extend the original rate contract,

subject to original Terms and Conditions for a period deemed fit by him, but not exceeding six

months, for which the Tenderer will have to abide. However the extension beyond six months can be

granted on mutual agreement.

Signature of Tenderer

33. The contract for the supply can be repudiated at any time by the Director, Animal Husbandry

Department, Rajasthan, Jaipur if the supplies are not made to his satisfaction after giving an

13

opportunity to the Tenderer of being herd and after reasons for repudiation being recorded by

him in writing.

34. Extra stipulation or any other condition contrary to the above Tender conditions are not

acceptable and may render the tender liable to rejection.

35. The tender must be submitted with a declaration as noted below agreeing to abide by all

conditions of the tender and accept them into to.

FALL CLAUSE

36. The prices charges for the Store supplies under the contract by successful Tenderer shall in no

event exceed the lowest price at which the successful Tenderer sells the stores of identical

description to any other persons during the period of the contract. If any time, during the period

of the contract, the tenderer reduces the sales price chargeable under the contract, he shall forth

with notify such reduction or sale to the Director, Animal Husbandry Department, Rajasthan,

Jaipur and the price payable under the contract of the stores supplied after the date of coming

into force of such reduction or sale shall stand correspondingly reduced.

37. (i) Articles rejected by the purchasing officer will have to be replaced by the tenderer at his own

cost within the time limit fixed by the purchasing officer

(ii) If however, due to exigencies of government work such replacement either in whole or in

part is not considered feasible, the Director, Animal Husbandry Department, Rajasthan, Jaipur

after giving opportunity to the tenderer of being heard, shall for reasons to be record, deduct a

suitable amount from the rates. His decision in this matter will be final. Expenses on Laboratory

tests of items supplied shall have to be borne by the suppliers.

38. Legal proceeding if any arising out of the Tender shall have to be lodged in courts situated in

Jaipur City only.

39. The Departmental Standing purchase Committee can relax any of the terms and conditions of the

tender. In case of urgency the Terms & Conditions will be relaxed by the Director, Animal

Husbandry Department, Rajasthan, Jaipur. Subject to subsequent confirmation by the Store

Purchase Committee.

Signature of Tenderer

14

40. Price preference/preference will be given to the goods produced or manufactured by Industries of

Rajasthan over goods produced or manufactured by industries outside Rajasthan as per purchase

of stores (Preference to Industries of Rajasthan) Rules, 1995.

41 Tender forms shall be filled in ink or typed . No tender filled in pencil shall be considered. The

tenderer shall sign the tender form at each page and at the end in token of acceptance of all the

terms and conditions of the tender

42 Rate shall be written both in words and figures. There should not be errors and/or over writings.

Corrections if any should be made clearly and initialed with dates. The rates should mention

Rajasthan State Sales tax or central Sals Tax separately.

43 (a) In case of machinery and equipment also, guarantee wil be given as mentioned in clause 10

above and the tenderer shall during the guarantee period replace the parts if any and remove any

manufacturing defect if found during the above period so as to make machinery and equipments

operative. The tenderer shall also replace machinery and equipments in case it is found defective

which cannot be put to operation due to manufacturing defect, etc.

(b) In case of machinery and equipment specified by the Purchase Officer the tenderer shall be

responsible for carrying out annual maintenance and repairs on the terms & conditions as may be

agreed. The tenederer shall also be responsible to ensure adequate regular supply of spare parts

needed by a specific type of machinery and equipments whether under their annual maintenance

and repairs rate contract or otherwise. In case of change of model he will give sufficient notice

to the Purchase Officer who may like to purchase spare parts from them to maintain the

machinery and equipments in perfect condition.

44. The tenderer shall be responsible for the proper packing so as to avoid damage under normal

conditions of transport by sea, rail and road or air and delivery of the material in good condition

to the consignee at destination. In the event of any loss, damage, breakage or leakage or any

shortage the tenderer shall be liable to make good such loss and shortage found at the

checking/inspection of the materials by the consignee. No extra cost on such account shall be

admissible.

45 Insurance ( i) The goods will be delivered at the destination godown in perfect condition.

Signature of Tenderer

15

The supplier, if he so desires, may be insured the valuable goods against loss by theft, destruction

or damage, by fire, flood, under exposure to whether or otherwise viz ( war rebellion, riot etc )

The insurance charges will be borne by the supplier and state will not be required to pay such

charges, if incurred.

46 Payments

(i) Advance payment will not be made

(ii) Unless otherwise agreed between the aprties payment for the delivery of the stores will be

made on submission of bill in proper form by the tenderer to the Purchase Officer in

accordance with GF & AR all remittance charges will be borne by the tenderer

(iii) In case of disputed items, 10 to 25% of the amount shall be with held and will be paid on

settlement of the dispute

(iv) Payment in case of those goods which need testing shall made only when such tests have

been carried out, test results received conforming to the prescribed specification.

47. Recoveries – Recoveries of liquidated damages, short supply, breakage, rejected articles shall

ordinary be made from bills. Amount may also be withheld to the extent of short supply,

breakage, rejected articles and in case of failure in satisfactory replacement by the supplier along

with amount of liquidated damages shall be reconfirmed from his dues and security deposit

available with the department. Incase recovery is not possible recourse will be taken under

Rajasthan PDR Act or any other law in force.

48 Tenderers must make their own arrangements to obtain import license, if necessary.

49 If a tenderer imposes conditions which are in addition to or in conflict with the conditions

mentioned herein, his tender is liable to summary rejection. In any case none of such conditions

will be deemed to have been accepted unless specifically mentioned in the letter of acceptance of

tender issued by the purchase officer.

50 The Purchase Officer reserves the right to accept any tender not necessarily the lowest, reject any

tender without assigning any reasons and accept tender for all or anyone or more of the articles

for which tenderer has been given or distribute items of stores to more than one firm/supplier.

Signature of Tenderer

51 The tender shall furnish the following documents at the time of execution of agreement

(i) Attested copy of Partnership Deed in case of Partnership Firms

16

(ii) Registration number and year of registration in case partnership firm is registered with

registrar of firms.

(iii) Address of residence and office telephone numbers in case of Sole Proprietorship

(iv) Registration issued by Registrar of Companies in case of company.

52 If any dispute arise out of the contract with regard to the interpretation, meaning and breach of

the terms of the contract, the matter shall be referred to by the Partieis to the Head of the

Department who will appoint his senior most deputy as the Sole Arbitrator of the dispute who

will not be related to this contract and whose decision shall be final.

53 The latest TPPR Rules and specific purchase rules shall be applicable to all the supplies made in

pursuance of this tender/agreement of supply.

54 Specific narration of quality, specifications & classification etc should be written in covering

letter of Annexure ‘B’ except RATES

55 Validity – Tenders shall be valid for a period of 120 days from the date of opening of tenders.

56 The contractor shall not assign or sublet his contract, or any substantial part thereof to any other

agents.

DIRECTOR

ANIMAL HUSBANDRY DEPARTMENT,

RAJASTHAN, JAIPUR

I / We have read the above terms and conditions and I / we agree to abide by the same

SIGNATURE OF TENDERER

17

ANNEXURE-‘ A’

Declaration Form

I/We ……………………….......... having our …………………………………. Office at ……………..…………….

Do declare that I/We have read all the conditions of the tender sent to me / us by the Director, Animal Husbandry Department, Rajasthan,

Jaipur for the tender floated by him for the supply of Equipment, Instrument, Lab wares & Chemicals for the tender period of and agree to

abide by all the conditions set forth there in.

I/We declare that we are participating in this in the capacity of a ……………I/We enclose valid Drug/ Manufacturing License/ Import

license along with authorization by foreign Principal bearing No. …….. Valid up to …………… in support therefore. (PAGE…….)

I/We further declare that the rates offered by us shall remain valid for the entire period to the tender. I/We have enclosed the following

documents as per details given against each:-

ITEM PARTICULARS

1. Bid Security Deposit Page……… Yes……… No………

2. Attested Photocopy of Manufacturing License & Product

permission of quoted items.

Page……… Yes……… No………

3. Attested Photocopy of Import License Page……… Yes……… No………

4. (i) Non Conviction Certificate Page……… Yes……… No………

(ii) Spurious Affidavit Page……… Yes……… No………

(iii) List of Substandard Declaration . Page……… Yes……… No………

(iv) GMP certificate New Revised Sch.M by licensing authority for IP/BP/USP items

Page……… Yes……… No………

5. Duly Signed Tender Catalogue in Original Annexure-B Page……… Yes……… No………

6. Registration Certificate for SSI Units of Rajasthan from Industries Dept. Page……… Yes……… No………

7. Declaration form in Ann "A" Duly Signed & notarized (As on this page) Page……… Yes……… No………

8. Statement of annual Manufacturing Capacity Page……… Yes……… No………

9. Latest S.T/VAT.C.C & Registration copy Page……… Yes……… No………

10. Name & Specimen Signature of Officer of the Company who is Authorised to make

Correspondence with the Department

1............................................

2............................................

3............................................

Signature

Name of firm

Date:- Address

Note: Please Number each page & mention the same in blanks as above before Submitting the tender.

18

ANNEXURE-‘ C’

(USE SEPARTAE SHEET FOR EACH ITEM)

FINANCIAL BID FOR QUOTED ITEM

CAT NO NAME OF ITEM WITH

FULL SPECIFICATION BRAND

APPROX

QTY.

PACKING

UNIT

RATE

PER

UNIT

EXCISE

COMPONENT

INCLUDED IN

RATE (COL.6)

1 2 3 4 5 6 7

Signature

Date:- Name in Capitals

Company / Firm Seal

Note:-

1. Catalogue No. should be as per numbering in the Catalogue & section thereof.

2. The Rate Quote should be inclusive of excise Duty but exclusive of Sales Tax.

3. Exclusive Component should be separately shown in Column No 7 for future reference.

4. Rate should be quoted on separate sheets for each item.

5. Rate should be quoted only for packing units mentioned in the Tender Catalogue.

6. No Quantity or Cash discounts should be offered.

7. Rate should be written both in words and figures.

19

ANNEXURE – ‘D’

UNDERTAKING

I/We……………………………………………..……………………………………………………having our office

at…………………………………………………………………………. hereby give an undertaking that I/we will.

(i) Disclose the prescribed/standard life of the equipment/instruments supplied

(ii) Provide spare parts of the supplied equipment/instrument/machine til their working life incase of requirement.

(iii) Execute AMC agreement with the Department till life of the equipment/instrument/machine.

Date:-

Signature of Tenderer

(With seal )

20

Requirement of chemical for Bacterial vaccine production Year (2015-17)

S.N

. Chemicals Specification

Requir

ed

Grade

Required

packing

wise

Quantity for

2015-17

Approximate rate

vat extra as

applicable (in lacs)

1

Aluminium potassium

sulphate Min.assay 99% powder AR

1000x500

gm 1.10

2

Di-potassium hydrogen

phosphate (K2HPO4)

Min.assay 99% ,pH (5%aq. Sol)

8.5-9.5 AR 400x500 gm 0. 80

3 Formaldehyde

Min.assay 37-41% w/v

contents of methanol 8-

14%w/v

AR 1200x500 ml 0.84

4

Peptone bacteriological

( Granular)

Nitrogen content on dry basis

14 -16 %,PH (2%sol.)6-6.5 -

2400x500

gm 10.00

5

Potassium Di hydrogen

phosphate (KH2PO4)

Min.assay 99.5%pH(5%

aq.sol)4-4.5 AR 200x500 gm 0. 26

6 Trypsin 1:2000

Min.assay 0.2 Anson unit/gm,

fine powder -

120x1000

gm 3.6

7

Sodium thio glycolate

powder for bacteriology

Min.assay 98%& above, fine

powder - 24x500 gm 0.36

8

Glucose (Dextrose

Anhydrous) Min. purity. 99% AR 700x500gm 0. 60

9 Sodium chloride (Nacl) Min. assay 99% pH(5%dq.

Sola5.0-8.0) AR

1000x500

gm 0.45

10

Sodium hydroxide pellets

(NaOH) Min. assay 98% AR 600x500 gm 0.48

11 Sulphuric acid Commercial for washing use

10x20 Lt. 0.10

21

12 Sodium hypo chlorite sol. -available chlorine 4%

w/v - 40x5 Lt, 0.16

13 Neutral detergent for

laboratory Neutral - 50x5 Lt. 1.25

14 Potassium per manganate crystals AR 100x500 gm 0.10

15 Disinfectant fluid black

Grade 3rd confirming to sch”o

of drug Act and as per BIS

Standards

- 50x20 Lt. 0.23

16 Surface & environmental

disinfectant

Eco- friendly Solution 100 gm

containing,40 gm Ethanol, 10

gm proponol, 0.018 gm

glutaraldehyde 8%

Benzalkonium chloride ,0.01

gm -5 Brono, 5- nitro -1,3

dioxycyclohexane

-

100x500 ml

bottle with

hand

sprayer

0.37

17 Hand & skin disinfectant

Eco- friendly Solution 100 gm

containing: 70 gm 2 propanol

0.5 gm chlorohexidine dight

conate, 1.5 gm -H2O2

Solution( 30%)

-

20x500 ml

with

dispenser

__________

__

18x5 Lt.

0.05

____________

0.35

22

Requirement of chemical / Glassware’s for the production of sheep pox tissue culture vaccine 2014-16

S.N.

Name of chemical Specification/ Description Quantity required 2014-16

Approximate cost

in Lac

1 Fetal Bovine Serum Sterile, filtered cell cultured tested to be stored at (-)10 Degree C to (-) 20 Degree C, Heat inactivated

20x500ml 2.00

2. Sulfuric acid AR Grade 10x5 Ltr 0.20

3. Glass cryo vials - Flat bottom supplied with high Quality rubber bung (autoclavable) & aluminum tear off seals

- Vial capacity 2 ml - Height of vial 4.15 cms - External diameter of mouth of vial 1.34 cms - Internal diameter of mouth of vial 0.75 cms - External diameter of bottom of vial 1.75 cms

Vial should bear the temperature range from +180 C° to – 80 C°

20000

1.60

4. Disposable Cell Culture Flask

- Culture Area 175 cm2 - Neck style Angled - Closure vent/ close, cap- HDPE, suggested

working volume 55 ml

100 1.00