21.08.2015 Views

KNP College of Veterinary Sciences Shirwal Dist Satara (MS)

KNP College of Veterinary Sciences, Shirwal, Dist. Satara (MS)

KNP College of Veterinary Sciences, Shirwal, Dist. Satara (MS)

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Tender Form No____________Issued on ___________________Price Rs………………...As per Schedule ‘A’Name <strong>of</strong> the Party to whom tender form is issued:___________________________________Assistant RegistrarReceipt No. & Date<strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science,Shirval” <strong>Dist</strong>.<strong>Satara</strong>.(Note: If the Tender form is downloaded from the website, the above information is not necessary.However, the form fee as per Schedule ‘A’ may be submitted in the form <strong>of</strong> Demand Draft drawnonState Bank <strong>of</strong> Indiaseparatelyin favour <strong>of</strong> “P.A.O., <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science,Shirval” Payable at <strong>Shirwal</strong>.TENDER FORM1) Date <strong>of</strong> sale <strong>of</strong> tender forms: 28/02/2013 to 20/03/2013 (up to 17.00 hrs)2) Date <strong>of</strong> Tender form available on website:28/02/2013 to 20/03/20133) Date <strong>of</strong> pre-bid meeting: 5/03/2013 (10.00 hrs)4) Last date for submission <strong>of</strong> sealed tenders up to: 20/03/2013 (up to 17.00 hrs)5) Date <strong>of</strong> opening <strong>of</strong> tenders – 21.03.20136) Cost <strong>of</strong> tender form: As per schedule ‘A’7) Earnest Money Deposit (E.M.D.):1 % <strong>of</strong> the cost <strong>of</strong> item.Place: K. N. P. <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval, Tal- Khandala, <strong>Dist</strong>. <strong>Satara</strong>,Maharashtra,Pin: 412 801.2


ToThe Associate Dean,K. N. P. <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science,Shirval, Tal- Khandala,<strong>Dist</strong>. <strong>Satara</strong>, Maharashtra, Pin: 412 801Subject: Tender for purchase and installation <strong>of</strong> Instruments / Equipments / Machinery/ itemsfor laboratory , TVCC and training centre……Reference-Your Notification No…………………….published on Maharashtra Animal &Fisheries <strong>Sciences</strong> University website www.mafsu.in.Sir,In accordance with the advertisement appeared in ______________________________On 28 th Feb., 2013 and as per terms and conditions <strong>of</strong> the tender, I am submitting herewithmytender quoting therein minimum rates for the Equipments / Instruments /Machinery/items for laboratory, TVCC and training centre.Yours sincerely,WITNESSSignature <strong>of</strong> the Tenderer withDate1 st 2 ndSignature __________________________ Signature _____________________________Name __________________________ Name _____________________________Address __________________________ Address _________________________________________________________________________________________________________________________________________3


MAHARASHTRA ANIMAL AND FISHERY SCIENCES UNIVERSITYK. N. P. <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval, Tal- Khandala, <strong>Dist</strong>. <strong>Satara</strong>,Maharashtra, Pin: 412 801TER<strong>MS</strong> AND CONDITIONS1. Sealed Tender will be accepted in prescribed form only.2. The Tender is non – transferable.3. No tender shall be considered, if the contents are erased, illegible or overwritten. Any correctionsshould be scored and rewritten under the initials for the tenderer. As far as possible, tender should bewithout any corrections.4) Pre-bid meeting for clarification will be conducted on 05.03.2013 at 10.00 hrs in conference hall <strong>of</strong><strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval. Tenderers are informed to attend the meeting for gettingclarification <strong>of</strong> the issues pertaining to the tender procedure.5. The tenders will be opened on 21.03.2013 at 10:00 hrs in the Conference Hall <strong>of</strong>K. N. P. <strong>College</strong> <strong>of</strong><strong>Veterinary</strong> Science, Shirval, Tal- Khandala, <strong>Dist</strong>. <strong>Satara</strong>, Maharashtra, Pin: 412 801as per the schedulementioned above in the presence <strong>of</strong> Bidder’s representative, who choose to attend at the time, dateand place specified in the schedule <strong>of</strong> requirements. Change in the place <strong>of</strong> opening <strong>of</strong> tender, if any,will be communicated in advance. If required, at the time <strong>of</strong> opening the tender the Associate Dean orTender Opening Committee can ask for specific documents which will have to be called for / provided atthat time.6. The tender notice, tender form and details <strong>of</strong> terms & conditions, specifications <strong>of</strong> each item can bedownloaded from the University website (www.mafsu.in).The bidder who downloads the tender formfrom the website, should note that the downloaded tender form along with the terms & conditions willnot be accepted without the cost <strong>of</strong> the tender form as per Schedule ‘A’ for each item in the form <strong>of</strong>Demand Draft drawn on State Bank <strong>of</strong> Indiain the name <strong>of</strong> P.A.O., <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong>Science, <strong>Shirwal</strong>” payable at <strong>Shirwal</strong>.7.A Separate Tender Form is required for each item.8. The <strong>College</strong> has adopted two bid system. Therefore “TECHNICAL BID” & “FINANCIAL BID“ should besubmitted separately in two different sealed envelopes, superscripted thereonEnvelope A- TECHNICALBID and Envelop B-FINANCIAL BID respectively, which should be packed in a larger sealed packet /envelope. The larger outer cover/ packet should indicate Tender Number, Name <strong>of</strong> the equipment andopening date on the top <strong>of</strong> the right hand corner. The technical bids will be opened on 21.03.2013 at10:00 hrs. A competent committee will evaluate the same. If the technical specifications are as per thetendered specifications, only then it will be accepted. Otherwise, in case where the technical bid failsthe requirements, the Financial Bid will not be opened and the bid will be rejected. At the Second stage,financial bids <strong>of</strong> only technically acceptable <strong>of</strong>fers shall be opened for further evaluation and rankingbefore awarding the contract.4


9. Each tender should be accompanied by Earnest Money Deposit @ 1 % <strong>of</strong> the cost <strong>of</strong> item quoted bythe tendererin terms <strong>of</strong> Demand Draft <strong>of</strong> State bank <strong>of</strong> India. This Earnest Money Deposit will beaccepted in the form <strong>of</strong> Demand Draft onState Bank <strong>of</strong> Indiain the name <strong>of</strong> the “P.A.O., <strong>KNP</strong> <strong>College</strong> <strong>of</strong><strong>Veterinary</strong> Science, <strong>Shirwal</strong>” Payable at <strong>Shirwal</strong>,”. Demand draft against Earnest Money Deposit shouldbe submitted in separate sealed envelope. No tender will be considered without Earnest MoneyDeposit. Conditional tender will not be accepted.10. The EMD submitted by the tenderer shall remain in safe custody <strong>of</strong> the Associate Dean,<strong>KNP</strong> <strong>College</strong><strong>of</strong> <strong>Veterinary</strong> Science, <strong>Shirwal</strong>, until the acceptance <strong>of</strong> the tender is made known to the tenderer and incase his tender is accepted, until the tenderer signs the contract and gives the necessary securitydeposit as per condition below.11. The intending supplier shall have to mention the name <strong>of</strong> manufacture /make, model <strong>of</strong> the articleand has to enclose the pamphlets / pictures /information brochures <strong>of</strong> the appliances for which therates are quoted. In the absence <strong>of</strong> the above, the items <strong>of</strong>fered may not be considered.12. The successful tenderers upon being intimated in writing, within the period <strong>of</strong> ten working days fromthe receipt <strong>of</strong> the letter, has to furnish performance security deposit @ 7.5% <strong>of</strong> total cost <strong>of</strong> theequipment in the form <strong>of</strong> Demand Draft drawn on State Bank <strong>of</strong> India or in the form <strong>of</strong> Bank Guarantee<strong>of</strong> any nationalized bank in the name <strong>of</strong> “P.A.O. <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, <strong>Shirwal</strong>” payable at<strong>Shirwal</strong>, in the <strong>of</strong>fice<strong>of</strong> the Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, <strong>Shirwal</strong> on prescribedform <strong>of</strong> agreement bond, within 10 days from the receipt <strong>of</strong> the letter <strong>of</strong> intimation <strong>of</strong> acceptance <strong>of</strong>tender, failing which his earnest money deposit is liable to be forfeited and he shall cease to be asuccessful tenderer. Thereafter the Associate Dean shall be free to enter into contract with any othertenderer.13. All the Equipments / Instruments / Machinery/ items <strong>of</strong> laboratory, TVCC and training centre mustbe <strong>of</strong> the best quality, sound and / or as per the detail specifications and subject to the approval <strong>of</strong> theAssociate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval”.14. The Tenders as furnished should remain open and should be valid till one year from the date <strong>of</strong>opening <strong>of</strong> tender.15.Contract agreement form must be gone through before tender contract agreement and terms andconditions <strong>of</strong> tender are available for inspection at the <strong>of</strong>fice <strong>of</strong> the Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong><strong>Veterinary</strong> Science, <strong>Shirwal</strong>”The copies <strong>of</strong> the same can be obtained from the, Office <strong>of</strong> the Associate Dean on any working daybetween 10.00 to 3.00 p.m. and is also available on the website, (www.mafsu.in).16.Any infringement <strong>of</strong> the terms and conditions <strong>of</strong> the Contract will make the tenderer liable forcancellation and further, any Earnest Money or Security Deposit paid will be forfeited by the AssociateDean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval.17.The amount <strong>of</strong> earnest money deposited by the tenderer will be refunded in due course <strong>of</strong> time.18.Tenderer will not be allowed to withdraw his tender after opening the same without forfeiting hisearnest money deposited.5


19.The college authority reserves full rights to open/consider the second envelop (B) i.e. financial bidonly if the college authority is satisfied with information contained in envelope (A) i.e. technical bid. Thedecision <strong>of</strong> the college authority regarding this will be final and shall be binding on tenderer.20. The security deposit <strong>of</strong> the tenderer shall be returned to him / her only on the completion <strong>of</strong> thecontract and on their furnishing the usual demand certificate, subject to the clearance <strong>of</strong> all outstandingdues, issues or points <strong>of</strong> dispute to the satisfaction <strong>of</strong> the Associate Dean.21. The goods should be dispatched at suppliers risk; however, the supplier will be responsible until theentire items are supplied in good condition at the destination.22. It is within the discretion <strong>of</strong> the concerned college/ University authorities to increase or decrease thequantity to be purchased and/ or to relax the conditions/specifications in exceptional circumstances.23. Installation/fitting and demonstration <strong>of</strong> Equipments / Instruments / Machinery/Items Laboratory,TVCC and training centre with satisfactory performance should be given before the payment is made tothe supplier. Payment will be made after satisfactory report is received from the concerned Indenter /Scientist / Officer In charge.24.Undersigned reserves right to accept or reject supplies in full or in part which do not strictly stick upto the specifications or to accept the materials supplied with slight variations in specifications or with acondition that the rates accepted shall be reduced at such rates as the competent authority <strong>of</strong> the<strong>College</strong> may deem fit, looking to variations and such rates shall be binding on the tenderer.25.<strong>College</strong> authority reserves the right to accept or reject - higher version <strong>of</strong> equipment/instrument etc.or any other items under the same terms and conditions quoted by tenderer.26. The credit bill / invoice should be presented in triplicate in the name <strong>of</strong> ‘Associate Dean, <strong>KNP</strong><strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, <strong>Shirwal</strong>, <strong>Dist</strong>.<strong>Satara</strong> after receiving the supply order. The <strong>College</strong>authority will not be liable for any delay in payment <strong>of</strong> bill(s). Payment for goods supplied will beeffected through cheque only.27.Before signing the agreement bond the tenderer will have to produce Income Tax Clearancecertificate.28.Even though the tender is technically accepted but after receiving <strong>of</strong> the said equipment, thetechnical specifications given in the tender document does not match with supplied equipment, theAssociate Dean reserves the right to reject the purchase order and the purchase order will be given tothe next tenderer after negotiations. The said firm will not be entrusted with any University for futurepurchase <strong>of</strong> the equipment.29. The Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval”reserves the right to accept orreject any or all the tenders without assigning any reason there<strong>of</strong>.30.Delivery period quoted should be firm & supply to be made accordingly.31. All the disputes whatsoever in connection with the tender notice etc. shall be subject to thejurisdiction <strong>of</strong> <strong>Satara</strong>Court.6


32. The Documents / Papers to be submitted with Technical Bid( envelope A) and FinancialBids(Envelope B) in addition to the document mentioned are Part I (Schedule <strong>of</strong> requirement), Part – II(Questionnaire), Part – III (Manufacturers authorization Form), Part-IV (Bid Form & price schedule),Declaration-I & declaration – II.33. The firm quoting for the above mentioned equipments / instruments / machinery/items forlaboratory set upshould have past experience <strong>of</strong> having supplied and installed similar equipments to anyreputed Govt. Institution.34.The firm will give successful demonstration <strong>of</strong> the equipments at <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science,Shirval”35.The firm will arrange to impart training / familiarization in operating the equipment &instruments.36.The terms and conditions herein contained shall form part <strong>of</strong> and shall take effects as if they wereincluded in the contract agreement to be entered into by a successful tenderer.37. The manufacturers/authorized dealers/ authorized suppliers should be able to support with, standby units in case <strong>of</strong> unit breakdown during the warranty period <strong>of</strong> three years.38.The parts <strong>of</strong> unit/equipment /Instrument/Machinery/items for laboratory set up covered underwarranty must be clearly specified.39.The manufacturers/authorized dealers/ authorized suppliers should be able to provide free servicebackup during warranty period.DateSignature <strong>of</strong> the Tenderer withWITNESS1 st 2 ndSignature __________________________ Signature _____________________________Name __________________________ Name _____________________________Address __________________________ Address _________________________________________________________________________________________________________________________________________7


Technical Bid (Envelope –A):1. Technical Bid consisting <strong>of</strong> all technical details along with commercial terms & conditions.2. Product Literature / leaflets consists <strong>of</strong> detailed description <strong>of</strong> goods essential technical andperformance characteristics.3. Bid Security in the form <strong>of</strong> A/c payee Demand Draft <strong>of</strong> a state bank <strong>of</strong> India payable atshirwal or in the form <strong>of</strong> bank guarantee <strong>of</strong> any nationalized bank.4. Manufactures Authorization Certificate in case the bidder is quoting as an agent on behalf<strong>of</strong> a manufacturer.5. The Authorized Agent / Dealer should have facility <strong>of</strong> the after sales service, repairing<strong>of</strong> the equipment, machinery at the site / shop.6. Duly completed Questionnaires.7. Certified copy <strong>of</strong> PAN / ITCC issued by Department <strong>of</strong> Income Tax.8. Documents showing capability to carry out supplier’s maintenance, repair & spare partsstocking obligations.9. Certified copy <strong>of</strong> Sales Tax / CST clearance certificate.10. Users list, Performance certificate and Photocopies <strong>of</strong> the P.O. received from governmentinstitutes for similar units during last five years.11. A clause-by-clause commentary on the purchaser Technical specification.12. Certificate regarding enlistment <strong>of</strong> Indian Agents with the Central PurchaseOrganization (e.g. DGS & D) if the Indian agent desires to quote directly on behalf <strong>of</strong> theirforeign principles.Financial Bid (Envelope –B):1. Price schedule duly completed enclosed with bidding documents. Financial bid indicatingitem-wise price for the items mentioned in the Technical Bid.2. Pr<strong>of</strong>orma Invoice from foreign principal in case <strong>of</strong> imported item.3. A list giving full particulars including available sources and current prices <strong>of</strong> all spare parts,special tools etc. valid for a period <strong>of</strong> two years following commencement <strong>of</strong> use <strong>of</strong>equipments.4. Warranty <strong>of</strong> the equipment should be at least 36 months.5. Prices should be valid at least for one year from the date <strong>of</strong> opening <strong>of</strong> bid.6. Cost <strong>of</strong> annual maintenance charge <strong>of</strong> next 3 years after expiry <strong>of</strong> warranty period.8


PART – I: Schedule <strong>of</strong> RequirementsTechnical Specifications for the Equipments/ Instruments/ Machinery/ Items forlaboratory set upSr.NoName <strong>of</strong> the Item1. 1 Clinical instrumentsand accessoriesTechnical Specifications1. 52” Extra Long Tong: Made <strong>of</strong> high grade material,ends <strong>of</strong> cast aluminium. Length 52”. Hand contouredpistol grip2. Bovine Colostrometer: Internal colour coded scale withplastic measuring cylinder <strong>of</strong> 250 ml3. Electronic pH tester : Electronic pocket size pH tester ,readings on LCD display.range <strong>of</strong> 0-14 pH with 0.01reading, Single action on-<strong>of</strong>f switch, plastic, screw typepH electrode4. Hand Held Refractometer: Handheldanalogrefractometer, should not require caliberationtool, daylight cover, cushioned rubber eyepiece,rubber grip guards, durable all metal design , shouldrequire >0.1ml sample quantity5. Oral Calf Drencher: Large 1 gallon container withvented screw-on cap and plastic esophageal probe witha rounded end cap.Unit measurements on one side inml,oz and pints.6. Mastitis Detector: Made <strong>of</strong> polypropylene, sealed andwater pro<strong>of</strong> Measurement cup(one with electrodes,electronic unit with LCD display, handle with a standard9 V battery and a switch. Lo Bat display7. Sheep & Goat Nylon Syringe: Unbreakable, centred tip,etched black markings on barrel 100 Cc capacitymarked in 20 Cc increments8. Stainless steel Stomach tube pump: which can deliveratleast 300 ml rumen liquor per stroke. Specificallydesigned for veterinary use with Long SS, flexiblestomach tube: with bulb head. Nose clamp withdurable 6ft rubber hose to connect pump withstomach tube. Elongated 60 probe9. Automatic Drencher: Plastic container, aluminium alloygloss handle and lever, adjustable dripless SS nozzle,unbreakable, graduated and transparent polycarbbarrel, springless valve inside plunger. Drenching kit <strong>of</strong>50cc adjustable 5-50 ml and 3 Litre plastic container9


10. Drench Gun 300 CC: Contoured grip, made <strong>of</strong> durablehigh impact material, Teflon O ring, nylon nozzle,adjusting metering limiter.11. Cow/Horse BallingGun : Stainless Steel Head <strong>of</strong> 1” X 3¼”. Takes 1/2na d 1 OZ capsules. Inside diameter ¾”.Overall length 17”12. Dehorner- Calf/Goat: Length 12” 120 VAC, 125 Watt.9/16” ID 7/8” OD and Overall depth 3/8”13. Mane & fetlock Clipper: One hand clipper ,powerfulgrasshopper spring, width <strong>of</strong> bottom plate 13/4”, topplate: 1 ½”, chrome plated. Length: 5 3/4”14. Two Speed Clipper with one spare blade and voltageconvertor: Permanent magnet rotary motor , sealedball bearing, ergonomically designed, fitted with size 10detachable blade <strong>of</strong> high carbon steel. 3400/4400strokes per minute, locking blade hinge sealed.15. Cattle Ho<strong>of</strong> Trimming Kit: Specifically designed kit forho<strong>of</strong> cutting in cattle consisting <strong>of</strong> : 10 “ shoe rasp( onenos.) ; 14” Ho<strong>of</strong> nipper with double cutting jaws(onenos.); 3” right handed ho<strong>of</strong> knife(one nos.); Hand Ho<strong>of</strong>Chisel(one nos.), 3 5/8” double edged searcherknife(one nos.) and 14” wire ho<strong>of</strong> bush(one nos.).Stored in a handy carrying case with latches.16. Pr<strong>of</strong>essional Multi tip trocar Kit: Made <strong>of</strong> StainlessSteel ln Four size diameters : 7 mm, 5 mm, 3.5 mm and1.5mm.17. Ho<strong>of</strong> Pick Brush: Combination <strong>of</strong> ho<strong>of</strong> pick and brush.Made <strong>of</strong> plastic handle, superstiff nylon bristle and atempered steel pick .18. Infrared temperature Gauze: Palm sized.Temp range -27 to 428F. Auto <strong>of</strong>f timer, Large LCD display, handywrist strap and Lithium battery19. Minitempnon contact thermometer: Laser sighting andinfrared technology/Large backlit LCD display.Selecteither F or Centigrade.Dimension: 6” X4” X 11/22”.Temp.range 0 – 525 F.D:S ratio 8:1.20. Portable Non Contact Thermometer: handheld noncontact thermometer, uses infrared technology Temprange -25 to 999 F selection – C or F Dimensions : 52/5” X 1 3/5” X 7 3/10”D:S ratio <strong>of</strong> 12: 121. Primatech Bottle Mount Vaccinator: 2 ml adjustabledose, BMV barrel, 2 ml adjustable vaccinator barrel,three draw<strong>of</strong>fs; 20 mm, 30 mm, 33 mm, small fast fit(100 ml) bottle collar and tubing. Made <strong>of</strong>polypropylene. Dimensions : 6”H X 6 ½” L X 2: D22. Tri Lens Magnifiers: Lenses <strong>of</strong> $X, possible10


magnification combinations 8X & 12 X. Lens diameter22 mm.23. “2 in 1” Tag marking pen: having Clear markings, goodvisibility,tamperpro<strong>of</strong>,easy replacement24. Lamb feeding tube: having pliable feeding tube forfeeding the newborn lambs including .syringe <strong>of</strong>different size25. Haemocytometer set: for RBC, WBC and plateletcounting, double nuebauer chamber with rulings every0.1mm below the cover glass, 1 set <strong>of</strong> RBC and WBCdiluting pipette should be provided along with mouthpiece and at least two cover glass.26. Figure tip pulse oxymeter: should display blood oxygensaturation level and heart rate, it should be compactand portable, should have auto power <strong>of</strong>f function andshould be supplies with rechargabe AAA battery.27. Semiautomatic blood pressure kit: should have largeeasy to read display, should be able to store at leat 5oreadings with date and time, veterinary specific cuffsshould be provided for small animals. Should includerechargeable battery.28. Bench top pH meter: should have large digital display,should display temperature in 0 C and 0 F, should haveautomatic buffer recognition, should accompany withAc adopter, computer cable and s<strong>of</strong>tware. Whould becompatible with win 7.29. Hand held clinical refractometer: SAhouldprovde quickand accurate measurements, should have cushionedrubber eye piece, should have zero ring so that nocaliberation tool will be required, it should havedurable all metal design with rubber grips on body,urine specific gravity range should be 1.00 to 1.05.30. Magnetic stirrer with heater: Should be totallyenclosed cast aluminium heating surface resistant tochemical spills, sterring speed and tempraure should beregulated with separate dials, should have detachable 1feet support bar with a clamp, should have stirringcapacity upto 500ml, temprateureupto 250 0 C, RPM120-160031. Digital microscope: Should have4x, 10x, 40x objectives,should have inbuild camera with resolution not lessthan 1.3 MP, Should have facility to capture image tocomputer through USB cable, should be takemeasurements (shape, text, lentth) with digital tools,should allow digital zoom32. Compact digital multimeter: Dc Range 200-300 v, AC11


Range 0 to 300V, DC ampere range- 200µA to 200mA,REesistance range – 0 to 200Ω, Voltage readings-200mv,2000mv, 20V, 200V and 300V. should includetest leads.33. Canine mouth gag set:Stainless Steel mouth gags with spring action and nyloninserts for less trauma Size: 08cm, 11cm, 14cm, and17cm34. mouth gag sets for cattle:a. Drink water mouth gag: Specially designed touse in cattle for safely secure mouth opening .Designed to fit snugly over the molars.b. Gunther mouth gag (3 pieces)c. Varnell Mouth gag (3 sets)35. Large Animal Clipper:blade width 3inch wide, speed per min- 3000, cord leathmore than 3.5 meter, should include at lease one blade <strong>of</strong>each size. Should be easy to clean and service,36. Electronic Digital MicrometerRange <strong>of</strong> 0-1’, large digital display, resolution <strong>of</strong> 0.001 mm,accuracy <strong>of</strong> 0.002 mm, can be made to 0 at any point,location memory, instant inch/mm conversion,works onbutton cell battery-0137. Heavy Duty Two Speed Clipper:detachable blade, Strokes per minute 2100 and 3000,universal rotary motor, 45 watt, cord length more than 2.5meter, warranty 3 years, at least three blades <strong>of</strong> each size(10,15, 30, 40, 4F and 7F) should be proviced with machine38. Digital Wireless Weather Station:Should be totally wireless and easy to install, Sensor outsideupto 100ft, should display-month, date,time, wind chill,outdoor temperature and humidity, wind speed, , dew point,heat index, barometric pressure, moon phase, indoor tempand humidity & history ghaph, Indoor temperature rangeshould be 0 0 C to 50 0 C and outdoor temperature rangeshould be -10 0 C to 60 0 C, should run on rechrgable AAbatteries (included )39. Cordless clipper for small animals:detachable blade, Strokes per minute 3300, magnetic rotarymotor, 45 watt, charging time less than or equal to 1 hr,working time more than or equal to 1 hr. warranty 3 years,at least two blades <strong>of</strong> each size (10,15, 30, 40, 4F and 7F)should be proviced with machine, all necessary accessoriesshould be included12


2. 2 Intensive care unit forsmall animals(470x485x385)3. 3 Intensive care unit forsmall animals(550x690x490)1. Accurate and adjustable digital temperature control2. Temperature can be displayed in 0 F and 0 C3. Should have digital humidity display4. Should have temperature alarm5. Should have facility for nebulizer fitting6. It should be oxygen compatible7. Interior should be Smooth and easy-to-clean8. No vulnerable edges for animals to chew9. Positive pressure with gentle fan ventilation10. Twin stage filter, for removal <strong>of</strong> harmful bacteria and fungi11. Water reservoir for increasing humidity with external top up12. Permanent calibrated digital temperature controlwithadditional features and flexibility13. Tough, clear hinged door with secure catch14. Weight not more than 7kg15. Power consumption not more than 150 watts16. Should have switchable internal light17. Power supply suitable for use in india1. Accurate and adjustable digital temperature control2. Temperature can be displayed in 0 F and 0 C3. Should have digital humidity display4. Should have temperature alarm5. Should have facility for nebulizer fitting6. It should be oxygen compatible7. Interior should be Smooth and easy-to-clean8. No vulnerable edges for animals to chew9. Positive pressure with gentle fan ventilation10. Twin stage filter, for removal <strong>of</strong> harmful bacteria and fungi11. Water reservoir for increasing humidity with external top up12. Permanent calibrated digital temperature control withadditional features and flexibility13. Tough, clear hinged door with secure catch14. Weight not more than 9kg15. Power consumption not more than 150 watts16. Power supply suitable for use in india17. Should have switchable internal light18.4. 4 Heamodialysismachine for<strong>Veterinary</strong>1. It should be suitable for <strong>Veterinary</strong> dialysis2. It should have processor-controlled syringe pump with boluscapability <strong>of</strong> 20, 30, 50 ml3. Easy for servicing and maintenance preferably a modularsystem4. Should have multicolour graphical disply viewable fromdistance5. Should have System volumetric fluid balancing system andUF monitor6. Blood Pump, Heparin Pump, Dialysate Pumps should be13


programmable7. Should have battery Back-up for at least 10 minutes8. It should accept pediatric Blood lines for small pups9. Should have Intelligent monitoring <strong>of</strong> set alarm limits10.11. Dimensions 1370x480x480mm(HxWxD)12. Water supply: inlet pressure- 1.5-6.0bar, tepmrature – 5 0 C-30 0 C, max drai height -1m13. Concentrate supply pressure: 1m suction height14. Power supply:a. 230V± 10% 50-60 Hzb. Current comsumption: max. 9A15. Arterial pressure monitoringa. Display range: -300mmHg to +280mmHgb. Accuracy: ± 10mmHgc. Resolution: 20mmHg16. Venous pressure monitoringa. Display range-60mmHg to +520mmHgb. Accuracy: ± 10mmHgc. Resolution: 20mmHg17. Transmembrain pressure monitoringa. Display range-60mmHg to +520mmHgb. Resolution: 20mmHg18. Arterial blood pumpa. Blood flow range 15 to 600ml/min in 8mm bloodlinesystemsb. Accuracy: ± 10%19. Air bubble detector: by ultrasound transmission20. Heparine pumpa. Delivery range 0 to 10ml/hrb. Bolus function: max. 5ml per bolusc. Syringe size 20ml21. Dialysis fluid flow range 0-300-500-800 ml/min22. Dialysis fluid temperature 35 0 C to 39 0 C selectable23. Dialysis fluid conductivity: 12.8 to 15.7 mS/cm (25 0 C) with±0.1mS/cm accuracy24. Acid concentrate dialysis fluida. Default mixing ratio: 1+34b. Range: 125 to 150 mmol/L25. Bicarbonate concentrate dialysis fluida. Default mixing ratio: 1+27.6b. Range: -8 to +8 mmol/L bicarbonate26. Ultrafiltrationa. UF rate: 0 to 4.00/hb. Accuracy: +/- 1%c. Allowed dialyser UF factor: unlimitedd. Parameter display: goal, UF time, UF rate, UFvolume27. Blood leak detector sensitivity


a. Rinse temperature 37 o c, flow 600ml/minb. Hot rinse temperature 84 o c, flow 450ml/minc. Hot disinfection: temperature 84 o c, flow 450ml/min29. Network: Rj45 ethernet30. Blood pressure monitor display rangea. Systole 30-280mmHgb. Diastole 10-240 mmHgc. MAP 20-255 mmHgd. Accuracy 1mmHg5. 5 Hot air oven . Should have double walled units. Inner chamber made <strong>of</strong> Stainless steel and outer made <strong>of</strong>Mild Steel with Power coating. Gap between the walls should be fitted with glass woolinsulation to avoid heat losses. Heating elements should be made <strong>of</strong> high grade chromeplated microme wire. Should have thermostat for automatic temp. control. Temperature range 50 o C TO 250 o C and Accuracy ± 2o C Should have air Ventilations on top <strong>of</strong> both sides toremove hot gases / fumes. Digital Temp. Controller. Audio Visual Alarm with Digital Control6. 6 BinocularmicroscopeOptical system : Infinity Corrected SystemIllumination System Built-in transmitted illuminationsystem.6 V 20 W halogen bulb 100-240 V 50/60 Hz voltageFocusing Stage height movement (coarse movement stroke20 mm)Fine focus graduation: 2.5 μmRevolving Nosepiece Fixed quadruple nosepiece Stage.Wire movement mechanical fixed stage: 120x132 mm.Traveling range: 76 mm (X) x 30 mm (Y)Single specimen holder Observation Tube 30° inclinedbinocular tube Interpupillary distance adjustment range 48–75 mm.Condenser Abbe type with aperture iris diaphragm N.A.:1.25Objective Plan Achromatic objectives (anti-fungus) 4xN.A , 10x N.A , 40x N.A and 100x N.AEyepiece (10x) Field Number : 22 mm or more (antifungus)15


7. 7 Autoclave vertical(electrical doublewall)8. 8 SEMI-AUTO BIO-CHEMISTRY ANALYZER Working Chamber Capacity - 180 lit Single lever lock for lid with single hand opening. Exclusive built in features like automatic water fill, Conformance to National & International Standards. Service & Calibration reminders. Internal Chamber, lid and flange fabricated from SS304and external parts <strong>of</strong> SS 304. Single lever pronged closure system with SiliconeGasket Easy lift and closing <strong>of</strong> the lid. Castors for ease <strong>of</strong> movement. Validation port. Control System: Touch screen PLC Temperature controlling on all 4 temperature channels. Every single Autoclave chamber should behydrostatically tested to 1.5 times its operating pressure. Spring loaded safety valve for over pressure. Independent over temperature safety cut out. Pressure interlock on door. Door interlock for cycle start. Audio & Visual alarms for sensor open. MCB for electrical safety. Over pressure alarm.1. It should be microprocessor controlled, programmable,semi-auto analyser to perform routine biochemistry tests(including endpoint, fixed time, bi-chromatic & kineticassays), enzyme immunoassays (with multistandard curvecalibration & memorisation) etc.2. It should <strong>of</strong>fer a minimum <strong>of</strong> 200 user definable chemistryparameters.3. It should have a peltier controlled reading block andflowcell volume less than 20 µl with temperatureprogrammable for 25, 30 & 37 0 C.4. It should require minimum reagent per test typically notmore than 300 µl/ test. Or minimum reagent consumptionshould be there.5. it should have direct access keys or should have touchscreen facility to select parameter directly andalphanumeric Patient ID.6. Flowcell with peristaltic pump should be part <strong>of</strong> the mainunit.7. It should have minimum 6 to 8 narrow band staticinterference filter (not filter wheel) with wavelengthselectable from 340 - 670 nm.16


8. The s<strong>of</strong>t ware should be user friendly with LCD display andbuilt-in full thermal printer with optional inkjet printerfacility and direct key board connectivity.9. kinetic tests changing OD on display is required..10. It should have facility to store reagent blank O.D. and twolevel QC memory should be available with photometricrange from 0 to 2.5 OD.11. The s<strong>of</strong>tware should be user friendly and guide theprogrammer step by step.12. The manufacturer / supplier should have a full-fledgedservice force and installation base <strong>of</strong> more than 100 nos inMaharashtra for the quoted equipment.13. The manufacturer/supplier should be able to provide theirown reagents required for functioning <strong>of</strong> the instrument.14. The instrument should have optional battery back upfacility.15. Reagent blank and two level QC memory should beavailable with photometric range from 0 to 2.5 OD.16. It should follow international standard/safety requirement,CE/USFDA approval.17. Two years comprehensive warranty should be provided forthe quoted model and company should providetechnical support, required spare parts andconsumables for five years after end <strong>of</strong> warrantyperiod. AMC/CMC should be quoted separately.18. Demonstration compulsory and training to laboratory staff.19. Operating and detailed service manual should be provided.20. Power supply :230V +/15%,50hz+/3%21. Tropicalisation : operating temperature upto 40’C,storageupto 60’ C,relative humidity upto 90% non condensing.9. 9 Blood bank centrifuge 1. Should be microprocessor controlled and user friendly2. Should have max. RPM 45003. Should have max. RCF 6000g4. Should have Speed holding accuracy 10 RPM5. Should have at least 54 menu driven program memory6. Should have built in pre cooling program7. Should have self-diagnosis <strong>of</strong> error8. Should have option to set and indicate RCF9. Simultaneous display <strong>of</strong> set and run parameters10. Should have log <strong>of</strong> atleast 50 run records on LCDdisplay11. Should have real time clock12. Should have tamper pr<strong>of</strong>f password protection13. Should have safety key lock14. Should have RS 232 port15. Should have dedicated PC s<strong>of</strong>tware for data17


management and analysis16. Should have practically maintenance free brushlessinduction drive17. Should have safety lid-interlock to prevent coveropening during centrifugation18. Should have roter over speed protection19. Should have unbalance cut-<strong>of</strong>f with indication20. Should have Timer from 1 minute to 99 minutes21. 4 Place Wind Shield Swing Out Rotor.22. A set <strong>of</strong> 4 oval metal carriers with plastic blood bagcontainers each with capacity to hold two blood bags <strong>of</strong>350 ml or 450 ml.23. Should meet the National / International standards laiddown such as ISO/CE/BIS/FDA etc.10. 10 Plasma freezer Should have following specifications1. Integrated temperature monitoring system withmicroprocessor controls2. 4" LCD screen3. Large size temperature Display for ease <strong>of</strong> readingfrom distance.4. High and Low alarm points with date & time arerecorded5. Histogram format <strong>of</strong> 24 hours temperature recording attouch <strong>of</strong> a button.6. Power resumption & failure recorded with date & time.7. Auto Alarm Defrost Timer incase door stands open forover a minute8. Internal dimensions 660 x 765 x 650 mm (W x D x H)9. Internal Volume: 210 Ltrs.10. Capacity <strong>of</strong> Plasma Bags: 22411. Drawer Capacity: 112 bags12. Temperature: Up to -40°C13. Internal Body Material: S.S. 304 (AISI Grade, NonCorrosive, Non Magnetic)14. External Body Material:Powder Coated CRCA Steel15. Insulation:70 mm minimum, CFC free poly urethanefoam16. Illumination: 8 Watt Fluorescent Lamp17. Recorder: Seven Days Circular Chart Recorder18. Noise Leve: Less Than 65 db(A)19. Battery Backup: Ni-Cd, 12AH rechargeable20. Power Failure Alarm: Audio Visual Alarm21. Electrical: 220-240 Volts, 50 Hz. SINGLE PHASE22. Should be supplied with 3KVA line voltage corrector18


11. 11 Blood BankRefrigerator1. Microprocessor controlled temperature controller2. User settable parameters like set point, low-high alarmpoint, buzzer <strong>of</strong>f time etc.3. Dual temperature sensors4. Back up thermostat to avoid negative temperature5. Audio-visual alarm for High/Low temperature & lowbattery6. Auto alarm incase door stands open for over a minute7. 8 hours battery back up with deep drain protection8. Intelligent Controller helps maintaining temperature incase <strong>of</strong> sensor failure9. Automatic calibration10. Self diagnosis for error11. 4" LCD Screen, Large size Display for ease <strong>of</strong> reading12. Histogram format <strong>of</strong> 24 hours temperature recording13. Display <strong>of</strong> temperature in Centigrade / Fahrenheit14. Power resumption & failure recorded with date & time15. High and low alarm points with date & time16. Capacity <strong>of</strong> Blood Bags: 12017. At least 2 number <strong>of</strong> Drawers18. Internal Body Material: S.S. 304 (AISI Grade, NonCorrosive, Non Magnetic)19. External Body Material:Powder Coated CRCA Steel20. Insulation:70 mm minimum, CFC free poly urethanefoam21. Illumination: 8 Watt Fluorescent Lamp22. Recorder: Seven Days Circular Chart Recorder23. Noise Leve: Less Than 65 db24. Battery back up: Ni-Cd, 12AH Rechargeable, Fullycharged battery should runs for more than eight hours25. Suitable line voltage corrector should be provided withequipment26. Electrical: 220-240 Volts, 50 Hz. SINGLE PHASE12. 12 Cryo thawing Bath forblood bankCryo thawing bath shall have following specifications1. Quik and optimum to thaw frozen plasma at +4 0 C2. Inner chambers should be made up <strong>of</strong> non magnaticAISI 304SS3. Have capacity <strong>of</strong> holding minimum 20 bags4. Display <strong>of</strong> set value and process value5. Noice level less than 65db6. Effective circulation for uniformity <strong>of</strong> temperature7.8. Line voltage corrector should be supplied withequipment19


9. Power requirement 220-240V, 50Hz, Single phase13. 13 Blood CollectionMonitor14. 14 Large Animal tablecum Trolley15. 15 Biosafety cabinetsClass II A21. Minimum 12 to 14 mixing cycles.2. Auto control microprocessor system3. Tray hould be wide enough to hold blood bags <strong>of</strong>different makes and volumes4. Blood Volume can be pre-selected for collection5. Blood can be measured in weight and volume units6. LCD display <strong>of</strong> time and volume <strong>of</strong> collection7. Audio visual alarms to provide alerts for- Volume completion- Low/High Flow rate- Pre-set Time completion8. Blood Collection can be paused / stopped in the middlefor donor safety9. Automatic Zero - Volume calibration <strong>of</strong> blood bags10. Automatic release <strong>of</strong> blood bag when lifted11. Volume upto 600 ml12. Weight not more than 7 kg13. 200-240V, 50Hz, single phase14. Manual blood bag tube sealer with accessories shouldbe supplied with the equipment1. Table trolley should be made up <strong>of</strong> M.S. Steel materialwith powder coated2. Length <strong>of</strong> Table trolley should be 7.5 feet long3. Breadth <strong>of</strong> table should be 5 feet4. Height <strong>of</strong> table trolley should be Minimum 15 Inch5. Top fitted with minimum 6 inch Mattress foam andcovered with Tarpaulin6. Tarpaulin Should easy to removable for cleaning andwashing7. Table trolley should fitted four wheels with tyreswheels8. Should have facility <strong>of</strong> T handle for manually transport9. Table should have facility for the attachment to the anyvehicle1. Main body- Inner wall strictly should be <strong>of</strong> stainless steel andouter body in <strong>MS</strong>/ electrogalvanized steel with epoxy polyestercoating.Type A2 cabinet in which 70% Air should be re-circulated and30% <strong>of</strong> the air should be exhausted.2. The motor must automatically adjust the airflow speedwithout the use <strong>of</strong> a damper3. The exhaust blower on the cabinet must continue operating20


when the supply blower stops working. If the exhaust blowerfails, the supply filter should also be turned <strong>of</strong>f.4. In order to ensure consistent and reliable down flow velocityacross the supply HEPA/ULPA filter over the life <strong>of</strong> thecabinet, the cabinet must use a pressure sensor (rather thananemometer) to detect pressure drop across the supply filter,rather than in just one point across the down flow. Thepressure sensor must be encased in order to protect thesensor from temperature, humidity and other environmentalphenomena that can impact the sensor‟s performance.5. The microprocessor must display the inflow and down flowair velocities in real-time on an LED display to ensure theuser knows whether or not the cabinet is working under safeoperating conditions.6. The front window must be a 10” sash opening and be made<strong>of</strong> laminated safety glass to ensure containment <strong>of</strong>potentially hazardous samples in the case <strong>of</strong> accidental glassbreakage.7. The front <strong>of</strong> the cabinet must be angled 10º to help minimizeglare on the window to the user, and to ensure that the user‟sposture is comfortable during a working session. Inadequateuser ergonomics in a safety cabinet may lead to excessivefatigue, unsafe working habits and harmful consequences touser safety or product contamination.8. The cabinet noise level must be less than 63 dB(A) for a 4foot cabinet and less than 65 dB(A) for a 6 foot cabinet asmeasured in a sound pro<strong>of</strong> room 12 inches in front <strong>of</strong> thecabinet and 15 inches above the work surface. Lower noiselevels promote more comfortable and safer workinghabits <strong>of</strong> the user.9. The Biosafety Cabinet should have microprocessor controllerand same must be located on a slanted front panel so it iseasy to see and reach from a seated working position in front<strong>of</strong> the cabinet.10. The interior <strong>of</strong> the front window must be accessible forcleaning without requiring the user remove or support thewindow.11. The interior walls <strong>of</strong> the cabinet must be coated in whitecolor to ensure that samples are easier to visualize andenhance user comfort.12. Should be energy efficient. A biological safety cabinet withlights on and fan at operating speed should consume lessthan 200 watts for a nominal four feet or 400 watts for anominal six feet width and have a reduced energy mode fornon-operational maintenance on containment in the workarea.13. The cabinet must automatically reduce fan/blower motorspeed to 30% when the front window sash is in closed21


position to ensure reduced energy consumption when thecabinet is not is use.14. In order to provide maximum effectiveness, efficiency andsafety to laboratory Personnel, UV light must beprogrammable to allow for specific exposure times from 0 to24 hours and the automatic shut <strong>of</strong>f feature for UV light.16. The Cabinet should be provided with taps for Vacuum, Water andNon Combustible Gas17. The Bio safety Cabinet should be NSF or EN certified.18. The Bio safety cabinet should incorporate HEPA filter <strong>of</strong>the class H 14 EN 1822 or better and having efficiency <strong>of</strong>99.995% at 0.3 µm particle size.or ULPA with same or moreefficacy19. Approximate DimensionExterior 1500 H x 1300 W x 800 D; Interior 800 H x 1200W x 500 D or better20. Ventilation System Exhaust and Inflow air volume approx300-350 CFM21. Heat Emissions at 25ºC should be approx 0.2 KW orlesser.22. The Bidders should provide details <strong>of</strong> Standard Warranty<strong>of</strong> 3 years.23. The cabinet Should be provided with Microprocessorcontroller and large LED display for inflow and Downflow air velocity and hours <strong>of</strong> operation, Audible andvisual Alarms for HEPA filter failure, blower failure,airflow speed failure, Incorrect window position.24. The cabinet should have adjustable Height Stand, UVLight and one set <strong>of</strong> preferably detachable arms rest andone electrical outlet.25. Waste bag holder assembly, absorbent mat and lab chairwithout arms.16. 16 Water PurificationSystem (Type I andType II water )Type II System should be capable <strong>of</strong> producing 10-15Megaohm resistivity with pretreatment cartridge, ReverseOsmosis, Electro Deionization with feed water acceptance <strong>of</strong>upto 2000micro Siemens conductivity , Fouling Index ( SDI)


RFID tag for easy traceability.‣ Pump with unique temperature feedback mechanismSTAGE 3‣ High flux Thin film composite polyamide RO membranewith 94- 99% rejection‣ Recovery loop with capillary tube and diaphragmvalve‣ Conductivity cells before and after RO would providethe efficiency <strong>of</strong> the membrane in rejecting thecontaminants as well as the permeate water qualitySTAGE 4‣ Electro deionization module with auto regeneration bya weak electric current, eliminating the need forchemical regeneration or replacement <strong>of</strong> DI resincartridges.‣ EDI (Electro Deionization) module that should notrequire s<strong>of</strong>tening pre-treatment.‣ Carbon beads at cathode <strong>of</strong> the EDI module to preventscaling <strong>of</strong> the module‣ Permeate divert valve which will divert low qualitywater to the drain.‣ Coaxial resistivity cell with a flow through design anda cell constant <strong>of</strong> 0.01cm-1‣ Display both compensated and non-compensatedtemperature accurate within ±0.1°C.RESORVIOR‣ A blow molded, cylindrical PE reservoir (30 L Capacity)with a conical bottom and opaque walls.‣ Sensor rod float switch, programmed to have highand low level cut<strong>of</strong>f based on water level in the tank‣ The tank should fill from the bottom‣ Should possess a tank vent filter made <strong>of</strong> soda lime,activated carbon and 0.22 micron hydrophobicmembrane to trap contaminants present inatmospheric air.Type I water purification system‣ Type I water should be produced from two stage mixedbed ion exchange and activated carbon cartridge,185/254 nm dual wavelength UV lamp. and an optionfor final filter.STAGE 5‣ Type II water should pass through feed water specificcartridge for removal <strong>of</strong> trace contaminants.‣ cartridge must attach to the water system withouttreaded fittings, screws, clamps, or locking tabs.‣ 17watt, low pressure mercury vapor lamp made <strong>of</strong>23


1. 17 Canine heart and lungsound trainerultrapure quartz with dual wavelength ( 185 and254nm ) .The lamp has an electro polished 316L SShousing and will have 2 years <strong>of</strong> life.‣ To prevent deterioration <strong>of</strong> water quality duringperiods <strong>of</strong> non-use, the ultrapure water system will beable to re-circulate water to maintain high waterquality.‣ Dispensing height should be suitable to any glassware.‣ Volumetric dispensing from 0.5 L till 10L.‣ Multi colour monitor displaying: resistivity, level <strong>of</strong>water in reservoir, volume dispensed and other alarms.STAGE 6Final Filter - UF cartridge at the collection end with LRV isbetween 5.6 and 7.65 over challenge range <strong>of</strong> 220 and 22000Eu /mL .Pure (Type II) water:Resistivity……………………………10- 15 Mega Ohms @ 25 deg CTOC (ppb) …………………………………………< 30Flow Rate (L/hr)…………………………………….3Water Recovery…………………………………….upto 18%Silica Rejection…………………………………….99.9%Ultrapure (Type I) water:Ultrapure Water (Type 1) Flow Rate (L/min)……upto 1(Programmable flow rate)Ultrapure Water Resistivity (MΩ·cm at 25°C)………18.2Microorganisms (cfu/mL)……………………………...


Plug in modulesHeart and breath sound simulator9V batterySound selection deveice and cleaning cloathAmount <strong>of</strong> Bid Security <strong>of</strong> Rs………………., in the form <strong>of</strong> Demand Draft<strong>of</strong> State Bank <strong>of</strong>India in favour <strong>of</strong> “P.A.O., <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, <strong>Shirwal</strong>” Payable at<strong>Shirwal</strong>” or in the form <strong>of</strong> Bank Guarantee <strong>of</strong> any nationalized bank in the enclosed form besubmitted with the tender document.1. Inspection and Tests:-(i) Certificate showing country <strong>of</strong> origin______________(ii) Test certificate / inspection certificate with date, name <strong>of</strong> Issuing Agency content<strong>of</strong> specifications (To be filled by bidder)2. Packing: The consignment may please be shift in cardboard packing only. If the consignmentis dispatched in wooden packing, the tender is required to send the phytosanitary certificate fromthe country <strong>of</strong> origin for this purpose.3.<strong>Dist</strong>ribution <strong>of</strong> dispatch documents: All shipping documents and consignments shall be sentthrough our nominated consolidators.4.Incidental services: Banking charges outside India shall be borne by supplier.5. Insurance: Insurance shall be arranged by the tenderer/contractor. Rates should be quoted FORdestination <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science,<strong>Shirwal</strong>” <strong>Dist</strong>.<strong>Satara</strong> 412801.6. Warranty: Minimum 36 months from the date <strong>of</strong> installation <strong>of</strong> the equipment/ instruments /machinery / furniture etc.7. Installation: As per purchase order clause, failing which Liquidated Damage clause shallapply.8. Prices: Be quoted on FOR <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval” <strong>Dist</strong>.<strong>Satara</strong>412801 Maharashtra. Prices shall be quoted in Indian Rupees.9. A) Taxes and duties:- A Foreign Supplier shall be entirely responsible for payment <strong>of</strong> alltaxes, Stamp duties license fees & other levies imported outside India and within India in case<strong>of</strong> local supplier. The supplier may charge full Sale Tax/VAT etc as no form „C‟ or „D‟ will beissued by the Institute for availing concessional rate <strong>of</strong> S.T. etc. Custom/Excise Duty ExemptionCertificate bearing no. TV/U/RG-CDE (963)/ 2009 dated 26.10.2009 will be issued by theinstitute.25


B) Rates quoted should include all duties such as Customs & Excise, C.S.T., S.T., G.T.should be shown separately as “C.S.T., S.T., G.T., EXTRA” wherever applicable.Tenderers should quote their sales tax registration number.10. Payment: Payment for goods supplied from abroad or locally will be effected throughcheque only and all the charges outside India will be supplier‟s account as per the norms <strong>of</strong>payment. The bill will be paid after the installation is completed, along with delivery documents,installation report, performance, bank guarantee, warranty certificate valid from the date <strong>of</strong>completion <strong>of</strong> installation and satisfactory completion certificate is obtained from AssociateDean.11. Resolution <strong>of</strong> disputes: By mutual consultation failing which it will be resolvedunder Arbitration & conciliation Act,1996.26


PART II: QuestionnaireBidders should furnish specific answers to all the questions given below. In case a questiondoes not apply to a bidder, the same may please note that if the answers so furnished are notclear and / or are evasive, the bid is liable to be ignored.1. Bid No_________________ Date for bid opening on________2. Offer is open for acceptance3. Brand <strong>of</strong> goods <strong>of</strong>fered:4. Name & address <strong>of</strong> manufacturer5. Station <strong>of</strong> Manufacturer6. What is your permanent Income Tax A/C No.7. Confirm whether you have attached your latest /current ITCC or certified photocopy there<strong>of</strong>.8. Status:(a)Are you currently registered with theDirectorate General <strong>of</strong> supplies & Disposals(DGS&D) for the items(s) quoted? If so,indicate the date up to which you areregistered and whether there is anymonetary limit on your registration._____________________________________________________________________________27


(b)Are you a small scale unit currentlyregistered with the National Small IndustriesCorporation (NSIC) UNDER Single PointRegistration Scheme for the item(s)quoted? If so, indicate the date up to whichyou are registered and whether there isany monetary limit on your registration.____________________________________________________________________________________________________(c)If you are not registered either with NSIC orDGS & D, please state whether you arecurrently registered with Directorate <strong>of</strong>Industries <strong>of</strong> the State Governmentconcerned. If so, indicate the date up towhich you are registered and whether thereis any monetary limit on your registration.________________________________________________________________________________________(d) Are you registered under the IndianCompanies Act 1956 or any other Act?_________________________________________________Please attach certified copy (copies) <strong>of</strong> the relevant registration certificate(s) inconfirmation to your above answer(s).9. Please indicate:Name & full address <strong>of</strong> your Banker (s):10. Whether you are(i)(ii)Manufacture <strong>of</strong> the goods quoted; orManufacture's authorized agent for thosegoods28


11. State whether business dealings with you havebeen currently banned by any Ministry / Dept. OfCentral Govt. or any State Govt.Signature <strong>of</strong> WitnessSignature <strong>of</strong> BidderName & address <strong>of</strong> Witness Full name, designation &Address <strong>of</strong> the person signingabove For and on behalf <strong>of</strong>Messrs.(Name and address <strong>of</strong> thebidding firm)29


PART III-: Manufacturer’s Authorization FormToThe Associate Dean,<strong>KNP</strong><strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval,Tal: Khanadala, <strong>Dist</strong>. <strong>Satara</strong>, Maharashtra Pin-412 801Dear Sir,Ref: Your Bidding Documents No………………………………..We ……………………………………………………………who are established andreputable manufactures <strong>of</strong> ……………………(name and description <strong>of</strong> the goods <strong>of</strong>fered in thebid) having factories at …………………………………. hereby authorize Messrs…………………………………………….(Name and address <strong>of</strong> the agent) to submit a bid,negotiate (as and if necessary)and conclude the contract with you against your abovementioned Bidding Documents for the above goods manufactured by us.No company or firm or individual other than M/S………………………(name and address<strong>of</strong> the above agent) is authorized to bid, negotiate and conclude the contract against thisspecific Bidding Documents for the above mentioned goods manufactured by us.We hereby extend our full guarantee and warranty <strong>of</strong> the General Conditions <strong>of</strong>Contract, read with modification, if any, in the Special Conditions <strong>of</strong> Contract for the goods andservices <strong>of</strong>fered for supply against this Bidding Document by the above firm.Yours faithfully,(Signature, name and designation)For and on behalf <strong>of</strong>Messrs………………………………(Name & address <strong>of</strong> the manufactures)30


Note: This letter <strong>of</strong> authorization should be on the letter head <strong>of</strong> the manufacturing firmand should be signed by a person competent and having the power <strong>of</strong> attorney to legallybind the manufacturer.PART IV-: Bid Form and Prices SchedulesDate: ………………..ToThe Associate Dean,<strong>KNP</strong><strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval,<strong>Dist</strong>. <strong>Satara</strong>, Maharashtra Pin-412 801Ref: Your bidding documents No. ….. ……………… Dated: …………………..Having examined the above mentioned bidding documents, including agenda Nos. (ifany), the receipt <strong>of</strong> which is hereby duly acknowledge, we the undersigned, <strong>of</strong>fer to supply anddeliver……………. (description <strong>of</strong> goods and services) in conformity with the said biddingdocuments for the sum as shown in the price schedules, attached herewith and made part <strong>of</strong>this bid. We undertake, if our bid is accepted, to deliver the goods and complete the services inaccordance with the delivery schedule specified in the Schedule <strong>of</strong> Requirements after fulfillingall the applicable requirements incorporated in the above referred bidding documents.If our bid is accepted, we will provide you with performance security as per theinstructions specified in GCC clause 7 and in a form acceptable to you in terms <strong>of</strong> GCC clause7.5 for a sum equivalent to 7.5% (Seven point five percent) <strong>of</strong> the contract price for the dueperformance <strong>of</strong> the contract.We agree to abide by this bid for the bid validity period specified in the ITB clause 11(read with modification, if any, in the Bid Data Sheet) or for the subsequently extended period, ifany agreed to by us and it shall remain binding up on us and may be accepted at any timebefore the expiration <strong>of</strong> that period.Until a formal contract is prepared and executed, this old bid together with your writtenacceptance there<strong>of</strong> and your notification <strong>of</strong> award, shall constitute a binding contract betweenus. We understand that you are not bound to accept the lowest or any bid you may receive.Dated this……………………….day <strong>of</strong> …………….20……. …………..31


Signature(in the capacity <strong>of</strong>)Duly authorized to sign bid for and on behalf <strong>of</strong>32


Maharashtra Animal & Fishery<strong>Sciences</strong>University<strong>KNP</strong><strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, ShirvalPrice schedule for domestic goods or goods <strong>of</strong> foreign origin located within India1 2 3 4 5 6 7 8ItemNo.Item DetailCountry<strong>of</strong> originQuantity& unitEx factory,Ex- ware house,Ex-showroom <strong>of</strong>f–the shelfPrice for each unitExciseduty ifanyPackaging &forwardingInlandtransportation,insurance &other local costincidental todeliveryOver all unitprice(a+b+c+d)Total priceSales&othertaxespayable(a) (b) (c) (d)Note:(a) In case <strong>of</strong> discrepancy between unit price and total price, the unit price shall prevail.Total Bid price in Rs.________________________In words____________________________________________________________________Name <strong>of</strong> Bidder:Business address <strong>of</strong> BidderSignature <strong>of</strong> BidderPlace___________ Date_______33


PART V-:DECLARATION-I(The following declarations shall be made herein by the tenderer)I) Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval, may rescind all contractsby two weeksnotice to me / us writing:a) If I / We assign or subject my/our contract without their approval or if I / We attempt todo so.b) If I / We decline, neglect or delay to comply with any demand or requisition or in anyother fails to perform or observe any condition <strong>of</strong> the contract or am/ are in the opinion <strong>of</strong>the Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval, which shall be final notlikely to carry out contract satisfactorily.c) If I / We or any <strong>of</strong> my / our partner become insolvent or apply for relief as an insolvent,debtor(s) or make any composition with my / our creditors or attempt to do so.d) If I / We or any <strong>of</strong> my / our agents or servants shalli) be guilty <strong>of</strong> fraud in respect <strong>of</strong> the contract, or any other contract entered into by me/ us with the Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval orii) directly or indirectly given promise or <strong>of</strong>fer any kind <strong>of</strong> bribe gratuity gift, loanrequisite, reward <strong>of</strong> advantage pecuniary or otherwise to any <strong>of</strong>ficer or person in theemployment <strong>of</strong> the Govt. in any way relating to such <strong>of</strong>ficer’s or persons in <strong>of</strong>fice oremployment or attempt to do so.e) If any such <strong>of</strong>ficer or persons nominated in Clause become in any way directly orindirectly interested in the contract.f) In case <strong>of</strong> such rescission / my / our security deposit, with Associate Dean, <strong>KNP</strong><strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval shall stand forfeited.(This letter <strong>of</strong> declaration should be on the letter head <strong>of</strong> the tenderer and should besigned by a person competent and having the power <strong>of</strong> attorney to legally bind thetenderer)Signature <strong>of</strong> tendererWith Seal and date34


DECLARATION- II(The following declarations shall be made herein by the tenderer)1) I / We hereby declare that the terms and conditions <strong>of</strong> this tender and that contractagreement form have been seen and read by me / us (or read translated and explained to me/ us) and I/We accept the said terms and conditions <strong>of</strong> both the forms viz. general conditions<strong>of</strong> tender and specific conditions <strong>of</strong> tender without reservation.2) I / We hereby bind myself / ourselves to the Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong>Science, Shirval for any on behalf <strong>of</strong> the Maharashtra Animal and Fisheries ScienceUniversity to provide during the period under contract, the security services at their ownrates tendered herewith by me/us.3). The Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval reserves the rights toadd, alter and delete any <strong>of</strong> the condition mentioned in this document.4). The Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval reserves the rights toreject the lowest or any or all tenders without assigning any reason whatsoever.5). The Associate Dean, <strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval will not be responsiblefor delay or non receipt <strong>of</strong> tender during transit by post.(Signature)Name <strong>of</strong> the signatory in Block LettersAddress :Email Address :Telephone No. :Sales Tax Registration No.NOTE:35


1) The signatory <strong>of</strong> the declaration above and <strong>of</strong> the tender must be duly authorizedExecutive <strong>of</strong> the firm or company on whose behalf he may acting and must indicate his<strong>of</strong>ficial designation.2) The terms and conditions <strong>of</strong> tender as laid down above are without prejudice to andexclusive <strong>of</strong> such additional once or such features as may be indicated in the tender formitself.3) The terms and conditions with the signed declaration by the tenderer must bereturned intact with the tender, duly filled in by him, in a sealed cover to the Associate Dean,<strong>KNP</strong> <strong>College</strong> <strong>of</strong> <strong>Veterinary</strong> Science, Shirval, Tal: Khandala, <strong>Dist</strong>- <strong>Satara</strong>, Maharshtra. Pin 412801PART 6: Bank guarantee form for bid securityWhereas………………………………………………………………….. (name <strong>of</strong> bidder)(hereinafter called " the bidder") has submitted his bid dated………………..(date) for the supply<strong>of</strong>………………………(brief description <strong>of</strong> the relevant goods and services) (hereinafter called"the bid").KNOW ALL PEOPLE by these presents that WE …………………… (name <strong>of</strong> the bank) havingregistered <strong>of</strong>fice at ………………………………………………….. (full address) (hereinafter called"the bank") are bound unto………………………………. (name <strong>of</strong> the purchaser (hereinaftercalled " the purchaser") in the sum <strong>of</strong> …………………………….. (amount in figures and inwords) for which payment well and truly to be, made to the said purchaser, the bank binds itself,its successors and assigns by these presents.Sealed with the Common Seal <strong>of</strong> the said bank this…………………………………….. .. Day<strong>of</strong>………………………………………………..200….. ……………………………………...THE CONDITIONS <strong>of</strong> these obligations are:1. If the bidder(i) Withdraws its bid during the period <strong>of</strong> bid validity specified by the bidder on the bidform; or(ii) Does not accept the correction <strong>of</strong> errors in accordance with the instruction to BiddersOR2. If the bidder, having been notified <strong>of</strong> the acceptance <strong>of</strong> its bid by the purchaser during theperiod <strong>of</strong> bid validity:(i) fails or refuses to execute the contract form, if required: or36


(ii) fails or refuses to furnish the performance security, in accordance with theinstructions to Bidders:We undertake to pay to the purchaser up to the above amount upon receipt <strong>of</strong> its firstwritten demand, without the purchaser having to substantiate its demand, provided that in itsdemand the purchaser will note that the amount claimed by it is due to it, owing to theoccurrence <strong>of</strong> one or both <strong>of</strong> the above mentioned two conditions, specifying the occurredcondition or conditions.This guarantee will remain in force up to and including 60 (sixty) days after the period <strong>of</strong>bid validity and any demand in respect there<strong>of</strong> should reach the bank not later than the abovedate.Date……………………..Signature <strong>of</strong> the BankPlace…………………….SEAL <strong>of</strong> the BankSchedule “A”Rates <strong>of</strong> Blank tender form (Non refundable)Sr.No Estimated cost <strong>of</strong> item Rates <strong>of</strong> Blank tender1 UptoRs. 5,00,000/- 500/-2 5,00,001 to 10 Lakh 1000/-3 10,00,001 and above 2000/-For specifications and list <strong>of</strong> equipments, Instruments and Machinery, please refer our website-( www.mafsu.in).37

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!