Short Tender No. 1 - Department Of Agriculture : Himachal Pradesh

Short Tender No. 1:
DEPARTMENT OF AGRICULTURE
SHORT TENDER NOTICE
Sealed tenders super scribed as ‘Tender for purchase of Soil, Seed,
Pesticides,
Fertilizer
Testing,
Bio-fertilizer
and
Bio-control
Laboratories
equipments/instruments and other items are invited from branded/reputed (ISI)
Manufacturers/Authorized Dealers by the Director of Agriculture, Himachal Pradesh,
Krishi Bhawan, Shimla-5. The tender document along with detailed technical
specifications terms and conditions may be obtained from the office of the Director of
Agriculture, Himachal Pradesh on any working day from 10.00 AM to 5.00 PM by
paying the tender fee of Rs.500/- in the shape of bank draft (up to 22.01.2015 at 5.00 M)
or can also be viewed and downloaded from our website www.hpagriculture.com.the
(accompanied with tender document fee of Rs.500/-as bank draft). The tender must be
accompanied with security money of Rs 50,000/-(Fifty Thousand) in the shape of bank
draft or FDR pledged in favour of
the Director of Agriculture, Himachal Pradesh,
Shimla-5. The tender should reach in the office of the Director of Agriculture, H.P.
Shimla-5, on or before 23rdJanuary, 2015 up to 1.00 P.M. and the same shall be
opened on the same day at 3.00 P.M. in the presence of tenderers or their
authorized representative who so ever may like to be present in the tender
proceedings.
HIM SUCHNA AND JANSAMPARK
DEPARTMENT OF AGRICULTURE, HIMACHAL PRADESH
KRISHI BHAWAN, SHIMLA-5.
(Tender Document for Supply of Laboratories Items- Equipments/Instruments and other items
in response to tender published in ‘THE TRIBUNE and DAINIK BHASKAR’ dated 03.01.2015)
Serial Number
:
Issued to
:
M/S …………………………………
Tender Notice No
:
Date & Time of receipt:
23rd Jan, 2015 at 1.00PM
Date &Time of opening:
23rd Jan, 2015 at 3.00PM
Tender Fee: Rs 500/-in the shape of bank draft in favour of Director of Agriculture, HP, Shimla-5.
S.N. Particulars.
1
Name of the ISI Manufacturers/
Authorized dealer
2
Complete Address with
Telephone/Fax Number:
3
Registration No. & validity.
4
Income Tax /PAN No.
5
Location and Address of delivery
point/Depot in HP.
ISI/ISO Certificate’s, of Company/ items
offered (attached)
Rate offered (FOR Lab. In HP inclusive of
all taxes) may be quoted strictly on the
Proforma given at Annexure ‘A, B &C’.
EMD deposited vide BD/FDR No……..
…..dt…… Rs………
Technical Specification Brochure’s
/literature of items attached(item wise)
Name and address of the Company/
Authorized Representative.
6
7
8
9
10
I/We hereby declare that information given above and in Annexure “A, B & C” of the Tender
Document by me/us on the day of ……….…are true to the best of my/our knowledge. I further
undertake that I will abide the Terms & Conditions at Annexure “D” of the tender document.
Dated:
Signature of Applicant/ Authorized Signatory
of the company /Authorized dealer with seal.
ANNEXURE 'A'
LAB EQUIPMENTS (SOIL/ SEED/ FERTILIZER /PESTICIDES /BIO FERTILIZER) ETC.
Sl.
No.
1
2
3
3
Item & Specification ( brand wise)
Water Purification System for HPLC:-System having bright colored TFT
Graphic Display to show all parameters like Resistivity / conductivity, Temp.,
% Rejection of RO, Alarms, Modes, pass word protection, Report
Configuration and Diagnostic Features etc. in one screen at a time and produce
Type I(HPLC Grade water) and also Type-III Grade water in a single compact
Unit. 3 stag Pre-filtration module with 5 micron filter, Activated Carbon and
Block Carbon Cartridges. Having Reverse Osmosis module with a sanitization
port for regular cleaning to give Type III water of specificationsR.O.productoutput-5liters/hr;
Conductivity<20µS/cm.
System
having
synchronized with 20 liters storage tank of HDPE/PP with float, level switches
and air vent hydrophobic filter of 0.22 micron (PTFE). Tank should have Tap
to dispense the water. System should have Online supercharged/ nuclear Grade
mixed bed resins, UV light of 254 nm; Online conductivity meter with coaxial
cell Constant of 0.01.; fitted with low Noise level booster pump. Type-I Water:
Further polishing with online dual UV and UF cartridge of 5000 NMWL cut
off and dispensing with end point filter of 0.22 micron pharmaceutical grade to
give finally Ultra Pure water of Type-I- having Resistivity (at 25°C): 18.2
Mohm.cm; Flow rate >0.5 L/Min,; TOC <5ppb; Pyrogen Level <0.001;
Bacteria<1cfu/10ml ie < 0.1cfu/ml ; Particulates >0.22 µm < 1 per ml; Cell
Constant (K) 0.01K, Resolution 0.01 micro Siemens; Power Supply: 230V ±
10%, 50 Hz, AC. Produced water should be used for all Analytical
Instruments,
HPLC,
AAS,
Electrophoresis,
PCR,
Molecular
Biology.(Complete with all accessories).
Portable Thermo hygrometer:- Measurement Range Humidity 2 to 98.0%
RH; Temperature -15.0to+60.0ºC (5.0 to +150.0ºF); Accuracy (Temp–
25ºC)Humidity:+/-2.5% RH, Temperature: +/-0.2ºC,+/-0.4ºF;ResolutionHumidity0.1%RH,Temperature:0.1ºC,0.1ºF;Sensors-Combined humidity
/ temperature probe, Humidity: High precision Macromolecule Humidity
Sensor; Signal Output- Humidity: DC 0~1V, 10mV/%RH, impedance 600W,
Temperature-DC 0~1V, 10mV/ºC, 10mV/ºF, impedance 600W; Display-Twin
digital LCD display for temperature and humidity reading in the meantime
without switching; Over Range Alarm Automatic, when humidity value out of
the measurement range; Measuring Rate 2.5 per second; Data Memory –Last
value memory by “Hold” switch; Power Supply- One 9V 006P or IEC 6F22
battery; Battery Life Approx. 120 hours (continuous operation).
Precision Balance (Analytical/ Electronic Weighing Balance): Top loading
with digital display with approved calibration certificate with capacity and
sensitivity/readability of : (i) Capacity 2-3 kg, Sensitivity 1 gm.
(ii) Capacity 500 gm., Sensitivity 0.1 gm.
(iii)Capacity 310 gm., Sensitivity 0.01 gm.
(iv)Capacity 120 gm., Sensitivity 0.001 gm
(v)Capacity 200gm, Sensitivity 0.0001 gm(0.01mg)
Refrigerator Double door: 300 liter capacity for storing certified Reference
Standard &working standard Branded of different capacity with inbuilt
stabilizer, Frost free Branded of different capacity with inbuilt stabilizer.
Approx.
Qty.
1
2
2
1
Rate FOR
Lab. in HP
inclusive of
all taxes .
5
Air Conditioner (Split type): with remote control with LCD display,
temperature 15-20°C; 1.5- 2.0 tonne capacity, 5 star split, quick cooling
capacity &kW±2%, Input230V/50Hz/single phase, Max ambit temp
4800C,moistur removal rate2±10%L/hr; air flow5.6cmm; Noise level:
Indoor<45db outdoor<55db; function: auto/cool/fen/dry/power saving mode;
voltage stabilizer matching with power rating, rotary type compressor
complete in all respect .
Mancozeb Assembly: Borosil make (3Nos 250ml gas washing bottle with
stopper, condenser, 2nos necked flask round bottom250ml capacity) complete
in all respect
Aluminium Phosphide Assembly: Borosil make (3Nos 250ml gas washing
bottle with stopper, condenser, 2nos necked flask round bottom250ml
capacity) complete in all respect
1
8
Emergency Body Shower and Eyewash:- 328mm dia stainless steel head SUS 304
floor mounted safety drench shower head combined with eye wash of 328mmdia SS
head SUS 304 bowl with reinforce rib having foot pedal operate a stay open stainless
steel SUS316 ball valve. Standard visibility with green &white reflecting strip with
safety color coding, complete set with installation.
1
9
Digital Top Burette Titration System:(Brand Make):Compact Titration
System, Accurate 2nd decimal digital display at equivalence point, Easy grip
hand wheel action and smooth precision gears for fast or drop wise titration
make handling extremely simple reliable. Piston type, bottle top, adjustable to
different size of bottles, conformity certified easy calibration alongwith safety
prime venting valve, discharge system with resolution of 0.01 ml capacity,
digital electronic volume display, capacity 50 ml, complete ready for use,
Conformity Certified with ISO 9001/2000.
Digital Bottle Top Dispenser: Fully auto cleavable, calibration and accuracy
as per ISO certificate, for dispensing concentrated acids; digital variable
volume; autolavable; complete with adaptors and reservoir of 2.5- 5 litre
capacity, having volume capacity
i)
1-10ml,
ii)
5-25ml.
iii)
10-100ml
Single/Double Distillation Set:- Borosil Glass with built in safety, specific
conductivity: 1.0 to 2µS/cm, power 220/240V flask set; complete with stand
auto cut sensor borosil, silica heater, efficient condenser, output having
capacity; (i) 2.5 Litre/hr .
(ii) 5.0 Litre/hr
Micro pipette: Digital display, with fixed volume10 µl capacity, calibration
and accuracy as per ISO certificate
Water Purification System for distillation : Microcontroller based system;
LCD Display for Resistivity/Conductivity & % Rejection, produces Type III
water depending upon the feed water quality; membrane based filtration
system, feeding directly from tap water into Type-III Grade, complete with
Pre-filtration for load feeding unit; auto flushing facility. RO membrane
Module:–System consists of spirally wounded TFC Polyamide long life RO
module (RO-010) with pressure polyethylene tubing and Polypropylene (PP)
connectors. R.O. Module fitted with a sanitization port for its regular cleaning
and maintenance to avoid bio-film growth on the membranes and disinfecting
the system automatically. Activated Carbon Cartridge – for removing
3
6
7
10
11
12
13
1
1
3
2
2
2
14
15
16
17
18
19
20
21
suspended matter, color, odor and Smell from the water. By means of using
Activated carbon cartridge. By absorbing contaminated particles of oil &
Grease from the raw water. The system should consume very less power and
product water should be of specifications as under:-Product Water Resistivity:
0.02-1Mohms.cm at 250 C; Conductivity: - 50- 1micro S/cm at 250C, Product
Flow Rate:- 5-6 liters/Hr TOC<50ppb(feed water) Conductivity digital display
online(16X2LCDCharacter) Cell Constant (K)-0.1/1.0 Temp: 0-1000C
prefilteration single stage.
Hot Plate Electrical : Body made of stainless steel, digital temp controlled
for continuous heating Max.300 °C to work on 220/230 V, Soak proof, Size of
SS top 25x30x15cm / rating ; 1- 3KV, Complete in all respect.
Muffle Furnace: (Heavy Duty) S.S construction for durability having epoxy
powder coating, digital indicator and controller, special pressed insulation to
resist high temperature, size 12”x 8”x 8”; workable temperature 1000°C,
double walled , complete to use
Water Distillation set:-All quartz, double distillation quartz boiler with inbuilt
heater, quartz condenser, vertical panel demountable boiler, complete with
stand auto cut sensor cut of, with water softener having output capacity of
i)
2.5Litre/hour
ii)
5.0 Litre/hour.
Vacuum Pump Oil Free:-Good quality vacuum pump for degassing of
chemicals used in lab. with enclosure; maximum flow 15-25 LPM , Vacuum
650mm hg, Maximum pressure 25PSIg, built in micro suction filter & no
lubrication required complete in all respect, motor1/16HP
Visible Spectrophotometer: with software; single beam; auto setting wave
length range 325-1000nm;bandwidth5nm; accuracy<2nm; repeatability1.0nm;
Photometric Accuracy±0.5%T, repeatability 0.3%T, range-0.3-1.999A:0220%T; silicon photodiode detector; stray light <_0.5%T at360nm; four
position10mm cell holder; Tungsten &Deuterium light lamp; RS232 port for
printer, complete in all respect with software.
Flame photometer : Digital /microprocessor based; complete with at least 3
filter of Potassium, calcium, Sodium & Lithium with compressor ,measuring
range0-1999; accuracy<±2%, sensitivity: Na & K 0.5 & Ca5ppm, Li 2ppm;
linearity< ±1at midpoint with 3ppn K set at100, 3 digit LCD display, Cell
having photoconductivity230v,50hzAc,aspiration rate 3-6/minute, complete
with output device
Hot Air Oven:- Double walled, stainless steel on three sides. Gap between
inside & outside should 75mm and filled with pure glass wool; temperature
250°C; thermostatic control with
sensitivity ± 1°C digital temperature
control; stainless
steel
with 3/4 inner chamber or more. Adjustable
perforated shelves, Automatic timer and Air circulating fan operatable on
220/230V, Single phase supply size of oven24”x24”x 24” (600x600 x600 mm)
mm Horizontal shape; digital display. Complete with all accessories.
pH meter:- Digital display, water tight, impact resistant, and corrosion
resistant parallel temp. Indication, Main (230±10 V/50 Hz) storage pocket of
pH electrode. Automatic calibration with NBS or technical buffer; Modes: pHmV-0°C, pH range 0-14 resp.±1 mV±1digit; electrical accuracy ±0-02K±1
digit; automatic temperature compensation 0- 100° C, single electrode,
memory up to 50 data set, with microprocessor based compatible with
computer complete in all respect with measuring electrode combined glass
3
1
3
3
3
3
1
2
calomel calibration and maintenance kit, manual and all required accessories.
3
Rotary Flask Shaker Heavy duty : with brush less induction motor
frequency drive to control speed & timer on 220/230 V, single phase power,
Uniform circular motion in horizontal plane, SS platform size of 65x65 cm
with 36 flask, holding clamp, complete to use.
23
24
Portable Soil Testing Kit: ICAR/IARI approved for determination of Organic
Carbon, Nitrate Nitrogen, Ammonia Nitrogen, Phosphorus, Potassium, pH,
Boron etc. (with chemical refilling facility and cost).
24
1
Water softener: for use with distillation sets to prevents deposits of Ca and
Mg salt output is based on 100 ppm input hardness of CaCO3.
25
1
Orbital Shaking Incubator: with microprocessor based bench top incubator
shaker; inner chamber of SS and outer powder coat steel with inner view
window, with i/c clamps to adjust flasks of different size of flasks, tray
size42x42cm,shaking frequency 20-300rpm; accuracy ±2%digital rpm display,
microprocessor PID based temperature controller,RS232 port with data
cable,100PT Temp sensor with pad; range 5-65°C with ± 0.5°C variation; ± 5
rpm deviation, auto safety feature; uniform temp cabinet; heavy duty
permanent magnet DC geared motor; digital timer, Fluorescent &UV lamps;
auto shut off; dimension Lx B x H:520x630x1050mm; standard tray size
accommodate 36 flasks of 100ml capacity. complete to use in all respect
26
1
Water Circulation System: For use with distillation sets, 2.5-10 litre
capacity, equipped with cooling coils and fan, condenser power consumption
356w.
27
2
Kjeldhal Digestion Unit: Electrically/gas heated with specially designed fume
duct to avoid leakage of fumes, B-24 Cone adapter for opening, suitable to fit
energy individual regulator for 6 tests including 6 flask of 800 ml with socket
and all accessories, heater and stand. Borosil
28
2
Kjeldhal Distillation Unit: Electrically/gas heated complete with single steel
tabular stand, brass condenser, rack with a set of six heaters, regulator and
borosil glass 800 ml kjeldhal flasks, complete set with all accessories, heater
and stand, Borosil.
29
2
Magnetic Stirrer with Hot Plate: stainless steel body, regulations; cap 2 liter,
stirring speed & heating energy, Max. Speed 1200 rpm
30
10
Soil Auger:- Stainless steel Screw type/V shaped for soil sampling/analysis
31
2
set
Digestion Tubes for Nitrogen Auto Analyzer-KELPLUS-ELITE EX (VA)
Item No 1to 8 are required for SPTL, Shimla with NABL approved calibration certificate.
22
Dated:
Signature of Applicant/ Authorized Signatory
of the company /Authorized dealer with seal.
ANNEXURE ‘B’
LABORATORY GLASS WARES (ISI BRANDED/BOROSIL OR BETTER SHALL BE
PREFERRED) AND FILTER PAPERS (TO BE PROCURED FOR SOIL/SEED/ FERTILIZER
/ PESTICIDES TESTING LABS. IN Himachal Pradesh
Approx Quoted Rate /
S. Item
Capacity
Specification
Qty.
piece FOR
N.
offered
1
2
3
Beaker : griffin, low
form, with spout
graduated
Measuring cylinder:
Graduated, single
metric scale, with
pour out, with
hexagonal base
50 ml
100 ml
250 ml
500 ml
1000 ml
10 ml
25 ml
50 ml
100 ml
250 ml
500 ml
1000ml
Bottle reagent : plain
narrow mouth with
I/C flat head stopper
250 ml
500 ml
1000 ml
2000 ml
5000 ml
4
5
Flask: boiling
Florence flat bottom
Flask conical:
(Erlenmeyer)
Graduated narrow
mouth
25 ml
100 ml
250 ml
500 ml
1000 ml
100 ml
150 ml
500 ml
1000 ml
2000 ml
(Approx. OdxHt(mm)
42x55
50x73
68x95
83x115
105x145
Appx.
Height
(mm)
Graduation
Interval(ml)
Tolerance
limit +(ml)
140
0.2
0.2
160
0.5
0.5
180
1.0
1.0
250
1.0
1.0
330
2.0
2.0
390
5.0
5.0
460
10.0
10.0
Approx.
ODx ht(mm) Size of I/C stopper
bottle
64x147
19/26
80x172
24/29
104x200
29/32
129x265
34/35
190x320
39/40
Odxht (mm) Neck OD (mm)
40x90
20
66x110
26
85x144
34
105x170
33
133x200
42
OD x ht.
Neck OD (mm)
(mm)
64x105
25
72x124
28
104x176
34
131x220
42
165x286
48
Lab inclusive
of all taxes.
6
Volumetric Flask:
with inter-changeable
glass stopper
5 ml
10 ml
25 ml
50 ml
100 ml
250 ml
500 ml
1000 ml
2000 ml
7
Funnels: plain 60
angle long stem
withd Dia (mm)
8
Pipette: measuring
(i)Mohr type: (White
1 ml
marking)
2 ml
5 ml
10 ml
(ii)Transfer type:
25 ml
with one mark/
volumetric
50 ml
100 ml
9
Pipette Automatic:
(Tilt measure)
complete with conical
flask and
interchangeable joint
10 Test Tube: Round or
flat bottom with rim
(with graduated)
11 Burettes: with
straight Bore glass
key stop cock.
Tol. Limit (+ml)
0.05
0.05
0.08
0.12
0.20
0.30
0.50
0.80
1.20
Stopper size
10/15
10/15
10/15
10/15
14/15
14/15
14/20
14/20
24/25
Graduation
interval (ml)
0.01
0.02
0.05
0.1
0.20
Tol.limit (+ml)
50
75
100
200
1 ml
2ml
5ml
10 ml
20 ml
25 ml
25 ml
50 ml
75 ml
12 Kjeldhal Digestion
flask
13 Kjeldhal distillation
flask
25 ml
50 ml
100 ml
500 ml
800 ml
500 ml
800 ml
14 DESSICATOR:
with cover borosil
glass with lid.
150 mm
200 mm
250 mm
0.006
0.01
0.03
0.05
0.10
0.10
0.16
Reservoir capacity
100 ml
100 ml
250 ml
250 ml
500 ml
500 ml
OD x Lx wt(mm)
18x150x1.2
25x160x1.2
25x200x1.2
Graduation Tolerance
Interval
Limit (ml)
0.10
0.10
0.10
0.10
0.20
0.20
Height
Ht(mm)
530
780
830
15 Watch glasses: with
dia
16 Specimen jar
Bakelite screw cap
75 mm
100 mm
125 mm
500 ml
17
Gooch crucible :
with sintered disc & 9
porosity-0 to G-4
18 Porclain evaporating
basin china dishes
cap. x dia
ml
mm
19 Filtering apparatus
(Wills): complete
with flanged jar, lid
funnel and 250 ml
beaker.
20 Bottle Aspirator:
with i/c stopper,
screw type key stop
cock with i/c joint.
21 Trays drying heavy
walls
22 Receiver head
23 Splash head
24 Stirrer (Glass)
25 Pastel and Mortar
26 Micro Litre Pipette
27
28
29
30
31
30ml
50 ml
150x80
mm
1000 ml
2000 ml
5000 ml
10000 ml
20000 ml
320x180x5
1mm
B19/B
bend
B-29/B-19
Med. size
0.01-0.2
0.2-1.0
1.0-5.0
2.0-10.0
Micro tips for Micro -doLitre Pipette
100x17
Petri dishes
15ml
Mc Carteny Bottle
Borosil
50ml
Dilution Bottles
100ml
250ml
500ml
1000ml
Bottle top dispenser 0.5-2.5ml
2-10 ml
5-25 ml
32 Pipette Controller
33 Measuring Scoop
34 Test Tube Stand:
Aluminum to hold10
stout pegs & 10holes
35 Burette Stand :
Stout clamp with
cork lined grip to
hold 20” high
36 Pipette stand: to
hold 12 pipette
(horizontal) PVC
made
37 Wash Bottle LDPE:
Plastic squeeze type,
screw cap fitted in the
stopper and delivery
tube.
38 Droppers with
capillary jet and
rubber teat.
39 Dropping bottles:
fitted with round i/c
stopper and rubber
teat.
40 Tongs for holding
flasks/ beakers
12”long made of
stainless steel jars
lined with cork
41 Laboratory Rubber
tube/Tygon tubing
42 Apron
43 Nitrile Gloves
44 Qualitative filter
paper:WhatmanNo.
1 i) Circle round of
dia
ii)Sheets of size
Whatman’s No.40
Whatman’s No.41
0.5.2.5ml
5,10
Hole dia
18 mm
25 mm
SingleDouble-
500 ml
5cm with 5 cm jet.
8 cm with 10 cm jet.
60 ml
125 ml
250 ml
Mini. Dia
250 mm
I-D 6 mm
OD 3 mm
9 cm
11cm
12 .5cm
15 cm.
57x46cm
9cm ,
11 cm
9cm,
11cm,
12.5cm
Whatman’s No.42
Whatman’s No. 50
9cm,
11cm,
12,5cm
12.5 cm
No. of holes
12
12
48 Germination paper
special quality for
seed testing purpose.
Sheet size 48x30cm
49 Blotter paper
Thickness
less than
2mm
capillary
size 30 mm
(Mini),
non- toxic
to seed
15cm dia
white color
size 30mm
(Mini) nontoxic to
seed
1 Lac
3 qtl
One
pack
50 Biodegradable
polythene bags: nonwoven for
Soil
Sampling
51x37cm
51 Wax paper
Dated:
Signature of Applicant/ Authorized Signatory
of the company /Authorized dealer with seal
ANNEXURE “C”
List of Chemical Reagents of Merck/ SD Fine/ Sigma/Ranbaxy/Alfa Acer Brand (AR/GR grade)
required for Laboratories:S.
Name of Chemical Reagents
Qty. Required
Packing
Rate quoted
No. (GR/AR/HPLC Grade)
(Approx) Kg/litre
Size
inclusive of all
taxes/VAT etc.
1 Acetic Acid
60 ltr
2 Acetone
50 ltr
3 Agar Agar
2 Kg
4 Aluminum Hydroxide Gel
2.5 kg
5 Ammonium Acetate
80 kg
6 Ammonium Chloride
5 kg
7 Ammonium Molybdate
8kg
8 Ammonium Nitrate
1Kg
9 Ammonium Oxalate
5kg
10 Ascorbic Acid
1 kg
11 Barium Chloride
10 kg
12 Benzal konium chloride
2 ltr
13 Boric Acid
20 kg
14 BromoThymol Blue indicator
200gm
15 Bromoxcresolgreen indicator
100gm
16 Bromocresol purple indicator
100gm
17 Bromocrisol Green solution
2 litre
18 Bromothymol blue indicator
100gm
19 Buffer pH-4, 7, 9.2 capsule
200 capsule(each)
20 Buffer pH-4, 7, 9.2 solution
5 litre each
21 Calcium Chloride
10Kg
22 Charcoal activated powder
150 Kg
23 Chloroform
2.5ltre
24 Citric Acid
1kg
25 Clayton/Titan yellow
100gm
26 Copper metal turning powder
2.5 kg
27 Copper Sulphate
5 kg
28 Devarda Alloy
1Kg
29 Dextrose
2kg
30 Diethanol amine
1 litr
31 Diphenylamine
2 kg
32 Di-Sodium Tetrade hyderate
2kg
33 DTPA Standards
500gm
34 Erichrome black indicator
100gm
35 EDTA
5kg
36 Ethanol
10 litre
37 Extra Lab Wash
50 ltr
38 Ferrous Ammonium Sulphate
120 kg
39 Formal dehyde solution
10 ltr
40 Ferrous sulphate
10kg
41 Glycerol
40 litre
42 HCL Acid
150 ltr
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
HCL N/10 Ampules
Hydrogen peroxide
Hydroxyl aminehy drochloride
Indol Acetic Acid
Indol Butyric Acid
Iron metal powder
Magnesium metal powder
Magnesium Oxide
Magnesium Oxide
Magnesium Sulphate
Magnesium Chloride
Mannitol
Methyl Paraben
Methyl Red indicator
Methyl Red indicator
Molybdenum trioxides
Molybdic Acid
NaOH N/10ampules
Nitric Acid
Ortho phosphoric acid
Penta Chloro Nitrobenzene (PCNB)
Peptone
Phenolphthalein Indicator
Potassium Chromate
Potassium Dichromate
Potassium dihydrogen Phosphate
Potassium Nitrate
Potassium Permanganate
Potassium Sulphate
Quinoline Pure
Salicylic Acid Pure
Silica Zel AR
Sodium Bicarbonate
Sodium Carbonate
Sodium Chloride
Sodium Fluoride
Sodium Hydroxide
Sodium hydroxide pellets
Sodium Hypo Chloride
Sodium Hypophosphate
Sodium Molybdate
Sodium Potassium Tartrate
Sodium thio-sulphate
Sodium Tetra Phenyl Boron
Stannous Chloride
STPB
Strontium Chloride
Sulphuric Acid
30 pkt
2 litre
500gm
50 gm
50gms
2.5kg
2kg
2kg
2kg
2 kg
2kg
2kg
1 kg
500gm
10 litre
10gm
1 kg
30 pkt
2.5 litre
10 litre
1kg
1 kg
2kg
2kg
10kg
2 kg
1 kg
5 kg
5 kg
1 kg
2kg
1kg
15 kg
5 kg
3kg
10 kg
50kg
8kg
5 litre
5 kg
2kg
1kg
1 kg
50gm
5 kg
50gm
2kg
200 liter
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
Tetrazolium Salt AR(ITC)
50gm
Tri-ethanol amine (T.E.A.)
10 litre
Zinc Dust
2kg
Zinc Metal Powder
3kg
Zinc, Copper,Iron, Manganese standards
1 kg each
Zinc, Copper, Iron, Manganese standard Solution 500 ml
Acetonitrile HPLC
5L
Bromothynol blue GR ( pH indicator
500ml
Benzene GR
2.5 L
Carbon Tetra chloride GR
2.5L
Carbon tetra chloride HPLC
5L
Chloroform HPLC
5L
Carbon Disulphide GR
2L
Calcium Carbonate GR
500gm
Cyclo Hexane HPLC
5L
Di Chloro Methane GR
2.5L
Di-Chloro Methane HPLC
5L
Hexane HPLC
5L
Isooctane HPLC
5L
Lead acetate GR
2Kg
Perchloric Acid GR
2.5L
Potassium Iodide GR
500gms.
Urea Crystal GR
1 Kg
Water for HPLC
5L
Propanol HPLC
2.5L
1, 4 Dioxane HPLC
2.0L
Iso octane HPLC
2.0L
Vaccum Grease GR
1Kg
Toluene HPLC
5L
Acetic Anhydride GR
2L
Potassium Chloride
2kg
Sodium Bicarbonate
1 kg
Bleaching Powder
5 kg
Methenol (Special dried) AR/GR
1 litre
Di-phenyl Oxide
1 litre
Acenaphthene
1 litre
Dioctylpthlate
2 litre
Potassium thiocynate
1 kg
Sorbic Acid
1Kg/litre
Dated:
Signature of Applicant/ Authorized Signatory
of the company /Authorized dealer with seal
Annexure “D”
TERMS AND CONDITIONS
1. The Sealed envelope containing tenders should be subscribed as ‘Tender for supply of
laboratory equipments and other items 23.01.2015’ along with earnest money amounting to
Rs 50,000/- in the shape of bank draft/FDR pledged in favour of Director of Agriculture,
Himachal Pradesh should reach on or before 1.00PM on 23rd Jan, 2015.
2. The tender should comprise of two separate envelops i.e. Technical bid and Financial
bid. The envelop of financial bid will be opened for the technically qualified/accepted bids only.
The financial bids found non-responsive shall not be opened.
3. The total quantity offered for sale be quoted with make/brand of equipment/items of the
company.
1. The rates be quoted F.O.R destination in H.P State Fertilizer Lab./Soil Testing Labs./Seed
Testing Lab./Pesticides Lab/Bio-fertilizer Lab/Bio-control Lab in Himachal Pradesh.
2. The rates should be quoted inclusive of all taxes, excise duty, surcharge, VAT, Entry tax and
installation charges etc. However, form "D" will be supplied, if it is required.
3. The tender without security/earnest money will be summarily rejected.
4. The tender should enclose brand/propriety certificates and authorized dealer should enclose
authorization letter from company / manufacturers they represent.
5. The tender should be accompanied with a original brochures and specifications of
items/equipments with offered for supply.
6. The warranty period and after sale service provisions should be clearly mentioned in bold
letters.
7. The earnest money will be released to the party whose tender are not accepted.
8. The earnest money will be released to the party whose tender is accepted but the successful
tenderer shall have to deposit performance security of the contract equal to @ 5% (Rs10000/minimum)of approximate value of estimated supply. The deposited performance security shall
be released to the tenderers after complete satisfactory transactions are over.
9. In case the party/parties whose tenders are accepted, fails to supply the committed quantity of
material, the performance security will be forfeited and offer for supply of material will stand
automatically cancelled.
10. The material will be inspected by the officers of the Department before dispatch.
11. No cutting/over writing would be allowed in the tender document. However, unavoidable
correction must be signed by the tenderers.
12. VAT/ sales tax clearance certificates from the Competent Authorities for the preceding year
should be accompanied with the tender, failing which tender is liable to be rejected.
13. The sale outlets/depots/dumps of the firm should be located within the territory of Himachal
Pradesh and supply/purchase will be made from these outlets.
14. The approved rate shall remain operative for a period of one year from the date of finalization
of the rates.
15. The payment will be released after the successful installation and commissioning of the
equipments and supply of material in the concerned Laboratories.
16. The Conditional tenders shall not be acceptable.
17. The quantity of items may increase/decrease subject to the requirement & availability of funds.
18. If the date of submission/opening of tenders happens to be holiday, the same shall be
received /opened on the next working day.
19. All the disputes shall be settled within the jurisdiction of the High Court of HP.
20. The Director of Agriculture, H.P. Shimla-5, reserves the right to reject any or all the tender
without assigning any reason.
21. Other conditions, if any, shall be announced at the time of tender opening
Director of Agriculture,
Himachal Pradesh
Short Tender No.2
Department of Agriculture, Himachal Pradesh
Short Tender Notice For Hybrid Seeds
Sealed tenders superscribed as “Tender for Supply of Hybrid Seeds” are invited from the
reputed seed producing companies for different crops such as Rice, Maize, Bajra, Sorghum and vegetables
dually tested and recommended by CSK HPKV Palampur / UHF Nauni, District Solan, H.P by the Director
of Agriculture, Himachal Pradesh, Shimla-5. Tender document can be obtained from the office of the
Director of Agriculture from 12th January, 2015 onwards by paying tender form fee amounting to Rs. 500/in the shape of Bank Draft in favour of Director of Agriculture, Himachal Pradesh. Tender can also be
downloaded from the departmental website www.hpagriculture.com but should enclose a tender fee
through bank draft of Rs. 500/- in favour of Director of Agriculture, Himachal Pradesh. The tender should
reach in his office on or before 22nd January, 2015 upto 12.30 p.m and the same shall be opened on the
same day at 3.00 p.m in the presence of tenderers or their representatives who may like to be present in the
Directorate of Agriculture, Himachal Pradesh,Shimla-5 for this purpose. The list of hybrids to be procured
by the Department as per the recommendations of our State universities
alongwith other technical
details/terms and conditions of tender may be downloaded from the departmental website which may be
strictly adhered to. The major terms and conditions for the supply of hybrid seeds are as under:1) Tender should be accompanied with security money of Rs. 1,00,000/- for maize, rice sorghum and
Bajra hybrid seeds combined and Rs. 60,000/- for vegetable hybrid seeds in the shape of bank draft
or FDR or National Saving Certificates duly pledged in favour of Director of Agriculture, H.P
Shimla-5.The tender without security money will be summarily rejected.
2) The Security money of the firms whose tenders are not accepted will be refunded and securities of
the parties whose tenders are accepted will be released after getting the performance security.
3) The firms will have to deposit the performance security in the shape of bank draft or FDR as per the
estimated value of rate contract at the time of giving acceptance of approved rates by the High
Level Purchase Committee. After obtaining the performance security, the security money will be
refunded. The performance security money of the parties who fail to supply the indented quantity of
seeds will be forfeited.
4) Conditional tenders shall not be accepted. Cutting/over writing should be duly authenticated.
5) Income tax/sales tax certificate from the competent authorities for the preceding year should be
attached with the tender.
6) The company shall be responsible for any type of loss occurred due to supply of defective seeds.
7) If the date of submission/opening of tenders happens to be holiday, the same shall be
received/opened on the next working day.
8) Dispute if any, shall be settled within the jurisdiction of High Court of Himachal Pradesh.
9) The Director of Agriculture, H.P reserves the right to reject any or all the tenders without assigning
any reason.
10) In case some more information is required, please contact on phone No.01772831263,2830174,2830618 and 2830162
11) Other terms and conditions, if any, shall be announced at the time of opening of tenders.
HIM SUCHNA AVAM JAN SAMPARK
__________
Tender Notice for Hybrid Seeds
Tender notice for supply of Hybrid seeds from private companies tested and recommended by
University for the year 2015-16 (Tender to be opened on 22.01.2015)
Technical Details/Terms and Conditions:Hybrids to be procured during 2015-16 as per the recommendations received from Universities
subject to the conditions that they are not more than 10 years old.
S.No.
1(a)
Name of the
Hybrid Seed
Maize
Name of the Hybrid
i) Hybrids approved upto 2013-14
KH-121, KH-717, KH-789, KH-2136, KH-9451, KH-5991, Polo,
Vyaas(110-08-01), 115-08-01, K-25, B-54, B-52, B-52-A, AB-640,
PG-2403, PG-2414, PG-2424,
BISCO-844,
PG-2465, PG- 2474, PG-2475,
BISCO-855, SAMBA-3033, HP-333, S-621, DMH-
6042 , PMZ-4(DK-701), PSC-3322, DKC-9106,
KF-105,
(ii) Hybrids recommended for Kharif, 2014
KH-2192, PL-1515, PG-2444, PG-2487, RASSI-4558, DKC-8144,
DKC-9140, DKC-9144, DKC-9145, DKC-9152, KMH-3110, P3007,
P-3377,
BIO-9220,
NMH-007(BOND),
NMH-589,
MM-7707.
1(b)
Maize(Fodder)
KH-988
2
Bajra
KH-89(K-25), Milk-Feed
3
Sorghum
KH-105, BISCO-4001, Green Gold, PG-3055, Green Express, and Jwala
4
Rice
Hybrids recommended for Kharif, 2014
BS-10008, JKRH-2082, NPH-369((Raja), BS-049, JKRH-2067,
Arize 6129, Arize Swift
5
Tomato
Tokita-42, Tarulata, Manisha, Meenakshi, 7730, 7711, Amar, Yash,
C-1452, Maghna, Prince, AT 99-JAYA, Naveen-2000, HHT 0090047 ,
STH-808, Lal Sona and US-2893
6
Cabbage
Manas, Tokita kid, Tokita Jay, Tokita Ball, Bio Jubilee, Varun, Bahar,
Alisha and Pushkar
7(a)
Capsicum
Tara (CP-041), Aishwarya, Indresh, Sonata, Bharat and US-818
7(b)
Coloured
Supergold, Mamtha and Laxmi and Pamba
Capsicum
8
Cauliflower
Super Star (Hybrid No.71), Chandni and Swani
9
Cucumber
Sonali, Noori Improved, Kian (For Ployhouse), SCUH-501, Sedona, US6125 and Sagar
10
Brinjal
Sandhya(Round), Chayya (Long) and Utkarsha(Long)
11
Lady’s Finger
Nazuk, Bio-Kranti, Inderanil, Tulsi, T-55, Liza-151, Adhunik-12, SOH714 , US-7109, Satluj and Hybrid No. 10
12
Chilli
Jalwa and SCH-902
13
Radish
Super White
Other Terms and Conditions:
1. Out of Maize Hybrids approved upto 2013-14 (a) above, DNA/DNA extract has not been
supplied by some of the Companies to Agriculture University, Palampur. Such companies
may ensure submission of DNA/DNA extract to SAU, Palampur before opening of tender
i.e 22.01.2015 failing which these hybrids may not be approved for procurement during
Kharif, 2015. All companies have been informed about this condition in the last years
meeting of negotiation committee.
2. New Hybrids of Maize recently recommended by the University as per Sr. No. 1(a)(ii)
above, the concerned companies may supply DNA/ extract during current Kharif season i.e
Kharif, 2015 failing which these will not be considered for procurement during Kharif,
2016 season.
3. In case of maize hybrids, companies should specifically mention one rate for single cross
and one rate for other hybrids i.e Double cross, 3-way cross and modified single cross etc.
4. Seed should be from the fresh stocks with minimum validity period of six months from the
date of supply.
5. Each tender must be supported with morphological characteristics/details and other specific
information of varieties distinct characters of the particular variety etc.
6. The Variety-wise available quantity and rates be quoted in the tender indicating size of
packing.
7. The samples of the seed supplied will be got drawn and tested for purity and germination
tests. For liability / indemnity in the court, if any, suppliers/companies will be responsible
for which company will give undertaking.
8. Tender should be accompanied with documents indicating R & D infrastructure of the firm.
If the company fails to submit the R & D facility available with them alongwith the tender,
the tender shall not be considered.
9. The tenderers may also include those varieties which have been tested and recommended by
CSK HPKV Palampur/ UHF Nauni, Himachal Pradesh during the last ten years and not
included in the above list along with the recommendations of the university.
10. The tenderers should also supply PAN No., VAT/TIN No., CST TIN No., dealers
registration certificate, sales tax return certificate, sales tax clearance certificate.
11. Tender should be accompanied with the affidavit for the date of release of variety by the
company and date of testing by CSK HPKV Palampur/ UHF Nauni, Himachal Pradesh.
The varieties older than 10 years of age will not be considered for purchase as per the
policy.
12. Documents of the tender should be attached in sequence as per the tender document.
Director of Agriculture
Himachal Pradesh
S.No._________
Department of Agriculture, Himachal Pradesh
Krishi Bhawan, Shimla-5
(Tender document for the supply of hybrid seeds in response to tender due on 22.01.2015 and
published in Punjab Kesari on 03.01.2015)
S.No.
Particulars
1
Name of the Seed Company
2
Complete Address
3
Telephone/Fax Number
4 (a) Name of the contact person (duly
authorized for business)
(b) Complete address with telephone No.
5
6
7
8
10
PAN No. of Coy
VAT/TIN No. of Coy
CST TIN No. of Coy
Registration No./Dealer License No.
with validity
Rate offered (FOR district head
quarter in HP inclusive of all taxes)
quoted strictly on the proforma given
at Annexure “A”
Tender Fee Deposited
11
EMD deposited
12
Latest Sales tax return certificate
attached
Latest Sales tax clearance certificate
attached
Technical specification Brochure’s/
literature of items attached
Morphological characters and other
specifications of hybrid attached
Copy of test report of the university
attached
Affidavit for date of release of
varieties and date of testing by the
university attached
9
13
14
15
16
17
Yes / No
BD/FDR No. _______________________
Dated:__________ for Rs. ___________
BD/FDR No. _______________________
Dated:__________ for Rs. ___________
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
I/We hereby declare that information given above and in Annexure “A” of the tender
document by me/us on the day of _______________ are true to the best of my/our knowledge. I
further undertake that I/we will abide the terms and conditions given in the tender notice.
Dated:
Signature of Applicant/Authorized Signatory
of the company/Authorized dealer with seal
ANNEXURE-“A”
S.No.
1
(a)
Name of the
Crop
Maize
Single
Cross
Hybrid
(b)
All
Other
Hybrids
2
Rice
3
Bajra
4
Sorghum
5
Maize
Fodder
Hybrid
6
Tomato
7
Cabbage
8
Capsicum
9
Cauliflower
10
Chillies
11
Cucumber
12
Brinjal
13
Radish
14
Lady finger
Name of
Hybrid
Packing
Size
Quantity
available
Rate/kg FOR District
Head Quarter (in Rs.)
Short Tender No. 3:
Department of Agriculture
Krishi Bhawan, Boileuganj, Shimla, Himachal Pradesh
Short Term Tender Notice
Directorate of Agriculture, Himachal Pradesh, Shimla
Offers are invited by the Department of Agriculture, Himanchal Pradesh under the project
“Launch of Pilot Project on Improvement of Services” from the experienced suppliers who
fulfill the qualification criteria to carry out the work given below on the technical and
commercial terms and conditions/ specifications.
1
Tender Reference No.
Agr. H (F) 2/12-Project Cell
2
Description of Work:
Supply of Android Based Mobile Devices/
Handsets
3
Cost of Tender Document:
Rs 5000/-
4
Earnest Money Deposit (EMD)
Rs 50000/-
Amount:
5
Start Date of Tender Downloading
14th Jan 2015
from http://www.hpagriculture.com
or Hard copies from Agriculture
Information Office, Directorate of
Agriculture, Krishi Bhawan, Shimla
– 5 (H.P.)
6
Pre Bid Meeting:
21st Jan 2015
7
Last Date of Bid Submission:
4th Feb 2015 (3:00PM)
8
Bid Opening Date:
4th Feb 2015 (3:30PM)
Him Suchana and Jan Sampark
REQUEST FOR PROPOSAL
For
PROCUREMENT OF 250 ANDROID BASED MOBILE DEVICES
FOR PILOT PROJECT ON IMPROVEMENT OF SERVICES
Directorate of Agriculture
Government of Himachal Pradesh
Krishi Bhawan, Boileuganj, Shimla-171005
Tel: +91-177-283-0683
Email:[email protected]
www.hpagriculture.com
Tender Reference No:
Agr. H (F) 2/12-Project Cell
Table of Contents
SECTION- 1: INVITATION FOR BIDS
ABSTRACT OF IMPORTANT GENERAL CONDITIONS
SECTION - 2: INSTRUCTIONSTOBIDDERS
1.
2.
3.
4.
5.
6.
INTRODUCTION
1.1
Eligibility Criteria
1.2
Cost of Bidding
TENDER DOCUMENTS
2.1
Contents of Tender Document:
2.2
Clarification regarding Tender Document:
2.3
Amendment of Bids:
PREPARATION OF BIDS
3.1
Language of Bid & Correspondence:
3.2
Documents comprising of Bid:
3.3
Bid Currencies:
3.4
Bid Security:
3.5
Period of validity of Bids:
3.6
Format and Signing of Bid:
SUBMISSION OF BIDS
4.1
Sealing and Marking of Bids:
4.2
Deadline for Submission of Bids:
4.3
Late Bids:
4.4
Modification and withdrawal of Bids:
BID OPENING AND EVALUATION
5.1
Opening of bids by Purchaser:
5.2
Scrutiny of Technical Bid:
5.3
Opening of Bid Security:
5.4
Opening of Commercial Bids of substantially Responsive Bidders:
5.5
Evaluation and Comparison of Commercial Bids:
5.6
RANKING OF BIDDERS:
5.7
NEGOTIATIONS:
AWARD OF CONTRACT
6.1
Post Qualification:
6.2
Purchaser's right to vary Quantities:
6.3
Purchaser's Right to accept any Bid and to reject any or all Bids:
6.4
Notification of Award:
6.5
Signing of Contract:
SECTION-3: GENERAL CONDITIONS OF THE TENDER & CONTRACT
1.
Definitions:
1.1
In this part, the following interpretation of terms shall be taken:
2.
Application:
3.
Standards:
4.
Patent Rights of the Goods:
5.
Performance Security:
6.
Inspections and Tests:
7.
Packing Delivery & Documentation:
8.
Insurance:
9.
Transportation:
10.
Literature and Instruction:
11.
Payment:
12.
Prices:
13.
Modification in the Order:
14.
Subcontract:
15.
Delay in the Supplier's Performance:
16.
Termination for Default:
17.
Force Majeure:
18.
Taxes and Duties:
19.
Resolution of Disputes
SECTION – 4: TECHNICAL SPECIFICATIONS AND MAINTENANCE CONDITIONS
1.
2.
SCOPE OF THE TENDER:
1.1
Manufacture/Import
1.2
Testing
1.3
Supply
1.4
After sales service
AFTER SALES SERVICES:
2.1
Comprehensive Warranty:-
2.2
Service Centre:
2.3
Inventory of Spares:
2.4
Penalty for failure to maintain during warrantee period:
3.
TECHNICAL SPECIFICATIONS & QUANTITIES:
4.
FACT SHEETS:
5.
Acceptance Testing After Notification of Award:
Section 5: Performa, Forms and Schedules
PERFORMA – A
PERFORMA – B
A.
Financial Parameters
B.
Growth Profile
C.
Installation Base and Regional Spread
D.
Customer Support and Service
PERFORMA - C
PERFORMA - D
PERFORMA- E
SCHEDULE - I
SCHEDULE – II
Annexure-I: FACT SHEET FOR MOBILE DEVICE
SECTION- 1: INVITATION FOR BIDS
TENDER NO: Agr. H (F) 2/12-Project Cell
Sealed Bids are invited by the undersigned for meeting the immediate requirement of 250
numbers (- 25% & +100) of Mobile Devices having broad specifications hereunder, to be
provided to the Extension Officers of the Department of Agriculture for strengthening
agriculture extension support to the farmers for identifying the disease and stress symptoms of
crops and providing remedies through use of Mobile based Application under the project
“Launch of Pilot Project on Improvement of Services”. For detailed specifications please refer
Annexure-I
ABSTRACT OF IMPORTANT GENERAL CONDITIONS
1. Unless otherwise specified for a part of the order, the entire supply and installation should
be completed within 3 weeks from the date of placing the supply order.
2. Any prospective bidder can procure the Tender Document from the “AIO Office Directorate
of Agriculture, Krishi Bhawan, Boileuganj, Shimla - 171005 (HP)”. Tender can also be
downloaded from website www.hpagriculture.com. The tender document will be available on
all working days by demand draft of Rs 5000/- in favor of Director of Agriculture, Himachal
Pradesh, Shimla. If the tender Document is downloaded from the website, the tender fee
will have to be deposited along with the bid as a separate bank draft. Directorate of
Agriculture shall not be responsible for any kind of postal delay in receiving the tender
document.
3
SCHEDULE OF THE TENDER PROCESS:
S. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Information
RFP No. and Date
Last date for submission of written
queries for clarifications
Date of pre-bid conference
Release of response to clarifications
Bid validity period
Details
Agr. H (F) 2/12-Project Cell, Dated: 14th Jan 2015
19th Jan 2015 (Hard copy or Email)
21st Jan 2015
24th Jan 2015
180 days from the last date (deadline) for
submission of proposals.
Last date (deadline) for submission 4th Feb 2015 by 3:00 PM
of bids
Opening of Technical Bids
4th Feb 2015
Place, Time and Date of opening of Directorate of Agriculture, Krishi Bhawan, Shimla Financial proposals received in 5, 3:30 PM
response to the RFP notice
Contact person for queries
Sameer Sharma, AIO(Agriculture Information
Officer), Directorate of Agriculture, Shimla
Addressee and address at which Sameer Sharma, AIO(Agriculture Information
proposal in response to RFP notice Officer), Directorate of Agriculture, Krishi Bhawan,
is to be submitted:
Shimla - 5
3.1 Any corrigendum, modifications, changes related to this tender before the day of bid
submission shall be notified on website www.hpagriculture.com only.
3.2 Notwithstanding anything else contained to the contrary in this Tender Document, the Director
of Agriculture-cum-Project Director, Directorate of Agriculture, Himachal Pradesh,Shimla-5
reserves the right to cancel/withdraw/ modify fully or partially the 'Invitation for Bids' or to
reject one or more of the bids without assigning any reason and shall bear no liability
whatsoever consequent upon such a decision.
SECTION - 2
INSTRUCTIONS
TO
SECTION - 2: INSTRUCTIONSTOBIDDERS
BIDDERS
1. INTRODUCTION
1.1 Eligibility Criteria
S. No.
1.
2.
3.
4.
5.
6.
Documents/Information to be Provided in
the Submitted Proposal
The responding firm / agency
a. DD for Rs 5000/- (Rupees Five Thousand
a. Should have made a payment of Rs
Only)
5000for the RFP document
b. Should have submitted a EMD of Rs. b. DD for Rs 50,000/- (Rupees Twenty Five
50,000/(Rupees
Twenty
Five
Thousand
Only)
from
Thousand only)
Nationalized/Schedule Bank in the favour
of “Director, Directorate of Agriculture”
payable at Shimla, Himachal Pradesh
Legal Entity
a. Company should be registered under a. Certificate of Incorporation, Memorandum
Companies Act, 1956 or should be able
& Article of Association
to do business in India under relevant
Indian laws as in force at the time of b. Registration Certificate & Service Tax
bid submission.
Number
b. Registered with the Service Tax c. Annual Reports for last Three Year
Authorities
c. Should have been operating in India for
the last Three Years (FY 14-13, FY 1312, FY 12-11)
A Bidder should be manufacturer or A self-certified letter by the designated
authorized Principal National Distributor/ official of the responding firm in the form of
importer/large scale system integrator duly Annexure-to be provided
authorized by the OEM of the required
android based mobile devices. It will,
however, be preferred that the Original
Equipment Manufacturer (O.E.M.)
quotes directly
a. The responding firm shall not be under A self-certified letter by the designated
a declaration of ineligibility for corrupt official of the responding firm in the form of
or fraudulent practices.
Performa-E
b. And should not be blacklisted by any
State Govt./Central Govt./ PSU in
similar services for any reason at the
time of Bidding.
The Net Worth of the responding firm must Certificate
from
practicing
Chartered
be positive as per the last three financial Accountants for Net worth
year’s audited Balance Sheet.
If the Bidder is not the O.E.M. and/or the As per Performa 'A' under signed by authorized
signatory of the O.E.M
Authorized Service Provider (ASP) is
Qualification Criteria
different from the O.E.M., he will be
required to enclose an undertaking from the
O.E.M. as per its internal regulations
should sign this undertaking.
7.
The annual turnover (in terms of sales of Extracts from the audited Balance sheet
Mobiles devices) of the OEM whose
Mobile Devices are sought to be supplied
should be minimum Rs 300 Crore <Rupees
Three Hundred Crore Only> on an average
per annum for the last 3 years from Indian
Operations
Authorized Signatory of the responding
Bidder
Declaration that all conditions contained in
8.
9.
the Tender Document is acceptable to the
and Profit & Loss;
OR
Certificate from the statutory auditor.
Power of Attorney in the name of the signatory
of the Proposal
Declaration in Performa 'D’ by an authorized
signatory
Bidder.
1.1.1
The Bidder can choose to have a separate Authorized Service Provider (ASP). There is no
turnover criterion for the ASP but it should provide the first level of OEM’s support which
is fully backed up by the O.E.M. by means of a written understanding regarding
maintenance. However, the Purchaser shall have the final discretion in this regard and can
even ask for a trilateral agreement with the Bidder and the OEM in such cases to ensure
timely delivery and maintenance.
1.1.2
It is reiterated that Purchaser's decision regarding Bidder's eligibility will be final and
binding on all the Bidders.
1.2 Cost of Bidding
1.2.1
The Bidder shall bear all costs associated with the preparation and submission of its bid
and Directorate of Agriculture (hereinafter referred to as the 'Purchaser' in short)
will in no case be responsible or liable for these costs, whether or not the Bid is finally
accepted.
2. TENDER DOCUMENTS
2.1 Contents of Tender Document:
2.1.1
This Tender Document comprises of the following Parts/ Sections.
Section 1: Invitation for Bids
Section 2: Instructions to Bidders
Section 3: General Conditions of Tender & Contract
Section 4: Technical Specifications and Maintenance Conditions
Section 5: Performa, Forms and Schedules.
2.1.2
The Bidder is expected to examine the Tender Document carefully. Failure to furnish all
information required as per the Tender Document may result in the rejection of the Bid.
2.1.3
The tender document should not be more than 30 pages.
2.2 Clarification regarding Tender Document:
A prospective Bidder requiring any clarification about the Tender Document may request the
Purchaser in writing by Fax/ E-Mail/ Speed post at the Purchaser's address indicated in the
Invitation for Bids. An envelope containing request for clarification or any other correspondence
regarding this Tender sent by post must be super scribed clearly by the words "Immediate:
Tender for Android based Mobile Devices-2015". The Purchaser will respond in writing, only to
such requests for clarification, which it receives by 19th Jan 2015. Written copies of the Purchaser's
response to the query (without identifying its source) will be sent on the prospective bidder’s
email-id, who have purchased the Tender Document on the date when clarification is issued. Such
clarifications will be binding on all the Bidders. However, the Purchaser will not be responsible for
non-receipt of a clarification, due to transmission loss/ delay or any other reason.
2.3 Amendment of Bids:
2.3.1
Bids once submitted cannot be amended. However, in some circumstances (such as major
anomaly in the technical specifications having a major impact on pricing), the Purchaser
may decide to take fresh bids from all the Bidders before actually opening of the
Commercial Bids.
2.3.2
In order to afford prospective Bidders reasonable time to make amendment in their bids, the
Purchaser may, at his discretion, extend the deadline for the submission of bids. However,
no such request in this regard shall be binding on the Purchaser.
3. PREPARATION OF BIDS
3.1 Language of Bid & Correspondence:
The Bid will be prepared by the Bidder in English language only. All the documents relating to the
Bid (including brochures) supplied by the Bidder should also be in English and the correspondence
between the Bidder & Purchaser will be in English Language only. The correspondence by Fax / Email must be subsequently confirmed by a duly signed copy (unless already signed digitally).
3.2 Documents comprising of Bid:
The Bidder will prepare the bid in three parts.
3.2.1
ELIGIBILITY CLAIM:
In support of his eligibility, a Bidder must submit the documents as per Section 1.1:
3.2.2
TECHNICAL BID:
This part of the Bid must comprise of the following documents:
S. No.
1.
Documents/Information to be Provided in
the Submitted Proposal
The Bidder/OEM should have minimum 5 Number and value of Mobile Devices supplied
Qualification Criteria
Lakh cumulative sales volume for the during the last three years as per the Performa
items/products mentioned (brand/model) given in Performa 'C’
and for the brand & model offered, during
last three FY (2014-13, 2013-12, 2012-11)
2.
Certificates
regarding
satisfactory As described in Performa 'C'.
installation and after sales support from
some prominent customers.
3.
Documentary proof for establishing the Work order/invoice/completion certificate
capability of the Bidder (or OEM) to
execute this order by showing satisfactory/
timely supply and after sale support
installation for these supplied equipments,
where similar numbers of Tablet and
Mobile Devices are involved in a single
order.
4.
Fact Sheets for the products quoted by the Fact sheet
Bidder.
5.
Product catalogues revised up to date. If Product catalogue
some product up gradation has taken place
since the printing of the brochures, latest
authenticated releases/ bulletins must be
enclosed
6.
Benchmarking Report of the product (if Benchmarking Report
any)
done by a
technically reputed
organization regarding overall performance
of the product.
7.
8.
Competitive advantages in terms of Comparative sheet
features
A statement regarding support base in the Self-declaration
region.
3.2.3
COMMERCIAL BID:
(i)
The Commercial Bid shall consist of:
(ii)
Price Bid in Schedule I.
(iii) One year extended warranty for Mobile Devices. The rates quoted by the bidders will
be used for comparing bids
Note:
In case there is any discount for purchases for IT initiatives and Agriculture
purposes that may be clearly indicated in your offer.
Detailed guidelines for filling in the Commercial Bid have been given in
Schedule -I read in conjunction with relevant paras of this Document.
3.3 Bid Currencies:
3.3.1
Prices shall be quoted in Indian Rupees.
3.3.2
The contract price shall be paid in Indian Rupees.
3.4 Bid Security:
3.4.1
Pursuant to clause Sec – 2, Para 3.2.2 the Bidder shall furnish Bid security, as part of its bid
as mentioned hereunder. Any bid, submitted without bid security or with the lesser bid
amount, as indicated below may be rejected being non-responsive.
Sr. No.
1.
3.4.2
Equipment types
Android Based Mobile Devices
Bid security amount in
rupees.
Rs 50,000/-
The Bid Security is required to protect the Purchaser against the risk of Bidder's conduct
which may require forfeiture of security pursuant to Sec – 2, Para 3.4.8.
3.4.3
The Bid Security shall be in the shape of bank draft in favor of “Director of Agriculture,
Himachal Pradesh, Shimla” Payable at Shimla.
3.4.4
Any Bid not secured in accordance with Sec - 2, Para 3.4 and 3.4.3 will be rejected by the
Purchaser.
3.4.5
Unsuccessful Bidders’ Bid Security will be refunded as promptly as possible.
3.4.6
The successful Bidder's bid-security will be discharged upon the Bidders executing the
contract and furnishing the performance security in accordance with Sec – 3, Para 5.2.
3.4.7
No interest will be payable by the Purchaser on the above mentioned Bid Security.
3.4.8
The Bid Security may be forfeited:
(i)
If a Bidder withdraws its bid during the period of bid validity specified by the Bidder
and required by the Purchaser.
(ii)
During the tendering process, if a Bidder indulges in any such activity as would
jeopardize the tender process. The decision of the Purchaser regarding forfeiture of
the Bid Security shall be final & shall not be called upon question under any
circumstances.
(iii) In the case of a successful Bidder, if the Bidder fails,
a)
To sign the contract, and
b)
To furnish Performance Security.
c)
Violates any of such important conditions of this tender document or indulges in
any such activity as would jeopardize the interest of the Purchaser. The decision
of the Purchaser regarding forfeiture of the Bid Security shall be final & shall
not be called upon question under any circumstances.
3.5 Period of validity of Bids:
3.5.1
For the purpose of placing the order, the Bids shall remain valid for at least 120 days after
the date of bid opening. A bid valid for a shorter period may be rejected by the Purchaser as
being non-responsive. During the period of validity of Bids, the rates quoted shall not
change. However, in case of general fall in prices of a product in the IT/Electronics
Industry before dispatch of goods, such a reduction shall be passed on to the Purchaser after
mutual negotiations.
3.5.2
In exceptional circumstances, the Purchaser may ask for extension of the period of validity
and such a request shall be binding on the Bidder. The Purchaser's request and the response
to such a request by various Bidders shall be in writing. A Bidder agreeing to such an
extension will not be permitted to increase its rates.
3.6 Format and Signing of Bid:
3.6.1
The Bidder shall prepare 3 copies of the Bid, clearly marking "Original Bid" on one copy
and "Copy of Bid" on the remaining 2 copies. In the event of any discrepancy among
various copies, the Original Bid shall prevail. Bids shall be packed and sealed as per
procedure given in Sec – 2, Para 4.1 below.
3.6.2
The original and all copies of the Bid shall be neatly typed and shall be signed, by an
authorized signatory (ies) on behalf of the Bidder. The authorization shall be provided by
written Power of Attorney accompanying the Bid. All pages of the Bid, except for unamended printed literature, shall be initialed by the person or persons signing the Bid.
3.6.3
The Bid shall contain no interlineations, erasures or overwriting, in order to correct error
made by the Bidder. All corrections shall be done & initialed by the authorized signatory
after striking out the original words / figures completely.
4. SUBMISSION OF BIDS
4.1 Sealing and Marking of Bids:
4.1.1
The Bidder shall seal & mark various parts of the Bid as follows:
(i)
Eligibility Claim as per Sec – 2, Para 3.2.1 in three copies (one original + 2 copies) in
three different envelops. All three envelops shall be sealed in a covering envelop
super scribed with words "Eligibility Claim for Android based Mobile Devices-2015"
"DO NOT OPEN BEFORE 4th Feb 2015, 3:30PM".
(ii)
Technical Bid as per Sec – 2, Para 3.2.2in three copies (one original + 2 copies) in
three different envelops. All three envelops shall be sealed in a covering envelop
super scribed with words "Technical Bid for Android based Mobile Devices-2015"
"DO NOT OPEN BEFORE 4th Feb 2015, 3:30PM".
(iii) Bid Security as per Sec – 2, Para 3.4 in one envelope. The DD along with the
forwarding letter of the Bid Security should be kept in this envelope. This envelope
should be super-scribed with words “Bid Security for Android based Mobile Devices2015" "DO NOT OPEN BEFORE 4th Feb 2015, 3:30PM ".
(iv) Commercial Bid as per Sec – 2, Para 3.2.3 in one separate envelope containing the
Commercial Bids. This envelop shall be sealed and super scribed with words"
"Commercial Bid for Android based Mobile Devices-2015" "DO NOT OPEN
BEFORE 4th Feb 2015, 3:30PM".
4.1.2
Every envelop and forwarding letter of various parts of the Bid shall be addressed as
follows:
Director of Agriculture
Directorate of Agriculture
Krishi Bhawan, Boileuganj,
Shimla-171005 (H.P.)
4.1.3
If the envelopes are not sealed and marked as required above the Purchaser will assume no
responsibility for the Bid's misplacement or premature opening.
4.1.4
Bids sent through Telex /Telegrams/ Fax/ Email shall not be acceptable.
4.1.5
The envelope shall be sealed by signing across all joints & pasting good quality adhesive
tape on top of such joints & signatures.
4.1.6
A Bidder who packs his Bid in a manner other than what has been described in Sec – 2,
Para 4.1above may face rejection of the Bid.
4.2 Deadline for Submission of Bids:
4.2.1
Bids will be received by the Purchaser at the specified address not later than 4th Feb 2015,
3:00PM.
4.2.2
The Purchaser may, at its discretion, extend this deadline as per Sec – 2, Para 2.3.2. The
Purchaser may also extend this deadline for any other administrative reason.
4.2.3
Bids should not be submitted before 24th Jan 2015, so that clarifications, if any, given by
the Purchaser can be taken in account in the offer submitted by the Bidder.
4.3 Late Bids:
Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser, as per Sec – 2, clause 4.2.1 or 4.2.2 will be rejected.
4.4 Modification and withdrawal of Bids:
4.4.1
Modifications of Bids may be allowed by the Purchaser under circumstances mentioned in
Sec – 2, Para 2.3.1. This option will be available to every Bidder who has submitted this
Bid.
4.4.2
Bids cannot be withdrawn in the interval after its submission of bids and before the expiry
of Bid's validity specified by the Purchaser. Withdrawal of Bid during this interval may
result in the forfeiture of Bidder's Bid security pursuant to Sec – 2, clause 3.4.8.
5. BID OPENING AND EVALUATION
5.1 Opening of bids by Purchaser:
5.1.1
The Bids shall be opened at 4th Feb 2015, 3:30PM or on any other later day and time fixed
as per Sec – 2, Para 2.3.2 or other enabling provisions in this behalf, in the Directorate Of
Agriculture, Krishi Bhawan, Boileuganj, Shimla-171005 in the presence of representatives
of the Bidders who may choose to attend the proceedings. The representatives of Bidders
will sign a register in evidence of their presence.
5.1.2
In order to assist in the examination, evaluation and comparison of Bids, the Purchaser may
at its discretion ask the Bidder for a clarification regarding its Bid. The clarification shall be
given in writing, but no change in the price or substance of the Bid shall be sought, offered
or permitted.
5.1.3
In the first instance, envelopes super scribed with the words 'Eligibility Claim' only will be
opened, and eligibility of each Bidder will be ascertained. Technical Bids of only those
Bidders shall be opened who are found to be eligible as per the criteria laid down in Sec –
2, Para 1.1.2/3.2.1. In doubtful cases (where further documents or clarification are required
to establish eligibility), the Purchaser in its discretion, may decide to open Technical Bid.
However, such Bids can be rejected subsequently, if it is found that the Bidder has claimed
eligibility on false grounds.
5.1.4
The envelopes containing Technical Bids of only the Eligible Bidders will be opened and
the contents (particularly Fact Sheets) will be announced in the presence of all Bidders or
their representatives. A Bidder may also be allowed to inspect the Fact Sheets and
catalogues given by other Bidders. An open discussion regarding technical parameters
quoted by various Bidders may also take place, if required.
5.2 Scrutiny of Technical Bid:
The "Fact Sheets" submitted by the Bidders shall be compared against the Product Catalogue and
authenticated circulars regarding latest changes in the specifications. It will thus be ascertained
whether the product offered by the Bidder matches with the minimum requirement of the Purchaser
as given in the Technical Specifications in this Tender Document. The Bidder required to produce
quoted Mobile Devices model(s) for physical inspection, so that components could be seen to
ascertain the veracity of the Bidder's claim about specifications. These will be returned to the
bidder after technical evaluation. The Purchaser can also run standard bench-marking tests (if
required), at this stage only. The commercial Bids of only those bidders will be opened who fulfils
the minimum technical requirements of the purchaser and are found substantially responsive as per
Sec – 2, Para 3.2.2 read in conjunction with other relevant clauses/Forms. However, the Purchaser
reserves the right of giving minor relaxation, if a particular Bidder is not able to exactly match the
specifications given in the document, provided that such a minor deficiency does not substantially
reduce the performance level and is suitably compensated by some extra feature in the product.
Therefore, all Bidders must indicate in the Fact Sheets, extra features offered by them. The
decision of the Purchaser about giving minor relaxation shall be final and shall not be called upon
to question under any circumstances.
5.3 Opening of Bid Security:
After various aspects [other than Sec – 2, 3.2.2 (ix) i.e. bid security] are checked and the Bidder is
found eligible on the basis of techno-financial parameters, the envelope containing Bid Security
shall be opened. The Eligible Bidders who have given Bid Security also will be deemed to be
substantially Responsive for the purpose of opening Commercial Bid.
5.4 Opening of Commercial Bids of substantially Responsive Bidders:
5.4.1
The Bid Security/ Commercial Bids of only those Bidders will be opened who are found
substantially responsive. A Substantially Responsive Bidder is one which conforms to all
the stipulations of Sec – 2, Para 3.2.1 & 3.2.2 read with sec – 2, Para 5.3 above. The
Purchaser's determination of a Bid's responsiveness is to be based on the contents of the Bid
itself and not on any extrinsic evidence. However, while determining the responsiveness of
various Bidders the Purchaser may waive off any minor infirmity, which does not constitute
a material deviation. The decision of the Purchaser in this regard shall be final.
5.4.2
A Bid determined as not substantially responsive will be rejected by the Purchaser. Such a
Bid will not be normally allowed to be made responsive subsequently by way of correction/
modification.
5.5 Evaluation and Comparison of Commercial Bids:
5.5.1
The comparison of Commercial Bids shall be done as follows:
5.5.2
Bid Comparison:
The Bidders are required to complete their Commercial Bid in Schedule-I.
(i) Initial evaluation/comparison of items given in the tender document will be done on the
basis of Gross Bid Value which will be taken into account F.O.R destination price
(including extended warranty for one more year). The F.O.R. price (including one year
extended warranty period) must include all levies and duties customs duty, service tax,
excise duty, sales tax/VAT (Purchaser will provide the FORM-C, if required).
(ii) However, it is preferred that OEM or their Authorized partner shall have dump/depot in
the state of Himachal Pradesh. If there is a reduction in any of the statutory duties and
levies before the dispatch of goods, the benefit of the same will be passed on to the
Purchaser.
5.5.3
Gross Bid Value:
The Gross Bid Value for Mobile device shall be calculated as under;
Gross Bid Value (Mobile) = Total Price for Mobile + Additional price for two year
extended warranty.
Note 1:
The Bidder shall not quote prices subject to certain conditions. Bids containing any
conditional prices may be rejected or the Purchaser may take a final decision in its
discretion about such conditionality’s.
Note 2:
The Bidders can quote alternative products for a particular configuration. For the
purpose of comparing bids, configuration (with the lowest price), which fulfils the
technical requirements as per the Tender Document, will be considered.
Therefore, all bidders must be extra careful while projecting a product as an
option. If any of the options quoted by the bidder do not meet the specifications,
the commercial bid in respect of such an option shall be rejected.
Note 3:
Arithmetical errors will be rectified on the following basis. If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total shall be corrected. If the
Bidder does not accept the corrections of errors, its bid will be rejected. If there is
discrepancy between word and figures, the amount in words will prevail.
5.6 RANKING OF BIDDERS:
5.6.1
The Bidders will be ranked in the inverse order of their Gross Bid Value.
5.6.2
Reduction in Statutory Duties and Levies:
If any reduction in customs/ excise duty or any other statutory levies takes place after
opening the commercial bids, but before dispatch of goods; the Successful Bidder shall pass
on the proportional benefit to the Purchaser. However, if any such reduction takes place
after the opening of bids but before the finalization of Tender, revised sealed bids shall be
taken.
5.7 NEGOTIATIONS:
5.7.1
The Purchaser may finalize the Tender & award the Contract without any negotiations, if it
is satisfied with reasonableness & workability of the lowest offers. Therefore, the Bidders
are advised to quote lowest possible rates in the first instance only.
5.7.2
If the Purchaser does not find the lowest offer acceptable, it may go in for negotiations,
which can be done with the lowest bidder only.
5.7.3
During the negotiations a revised offer will be taken from the representative of the Bidder
by way of sealed bids. This revised offer will replace/supersede the earlier Technical &
Commercial Bid, provided that the original offer (i.e. Technical/ Commercial) will not be
allowed to be changed to the detriment of the Purchaser, as far as rates of item & terms/
conditions are concerned. Therefore, the Bidders are advised to send sufficiently senior
representatives (who can take spot decisions) for negotiations.
5.7.4
During the negotiations on prices & other related terms/conditions, prevalent worldwide
street-prices of such product, prices finalized in bids of similar size etc. will be kept in
mind. The scope of negotiations may also include precise modus-operandi of after-sales
service, mode of delivery, system integration etc.
5.7.5
During the negotiations, the Purchaser may even go in for marginally higher or lower
configurations as per its absolute discretion and also change the numbers.
5.7.6
After this final ranking is done based on negotiated prices, award of contract will be made
to the lowest Bidder, subject to post qualification in Sec – 2, Para 6.1 below.
6. AWARD OF CONTRACT
6.1 Post Qualification:
The lowest Bidder can be denied the right of continuing with the contract, if the equipment being
supplied by him, fails the standard performance criteria. In such an event, the next lowest bidder
(L-2) shall be considered.
6.2 Purchaser's right to vary Quantities:
The Purchaser reserves the right to increase or decrease quantities. Such a variation will normally
be like -25% & + 100%. The quantities can be altered without any change in the unit price or other
terms and conditions. The Purchaser may even vary the breakup of overall quantities of an item in
view of techno-commercial reasons. The variation in the quantity of award shall be notified at the
time of placing the order.
6.3 Purchaser's Right to accept any Bid and to reject any or all Bids:
Notwithstanding anything else contained to contrary in this Tender Document, The Purchaser
reserves the right to accept or reject any Bid or to annul the bidding process fully or partially or
modifying the same and to reject all Bids at any time prior to the award of Contract, without
incurring any liabilities in this regard.
6.4 Notification of Award:
6.4.1
Prior to the expiry of the period of Bid validity, the Purchaser will notify the successful
Bidder in writing by speed post or Fax or email that his Bid has been accepted.
6.4.2
The liability of the supplier(s) to deliver the Goods and perform the services will commence
from the date of notification of Award. The Delivery Period shall be counted from the date
of 'Notification of Award of Contract'. The "date of delivery" shall be the date on which the
equipment /material is received at the destinations.
6.4.3
Upon the successful Bidders' furnishing of performance security, the purchaser will
promptly notify each unsuccessful Bidder and will refund his Bid Security.
6.5 Signing of Contract:
6.5.1
After the Purchaser notifies the successful Bidder(s) that his 'Bid' has been accepted, the
Purchaser will sign an agreement (described as Contract herein after) within 10 days with
the successful Bidder on mutually agreed terms for efficacious implementation of the order.
6.5.2
The Purchaser's liability of taking the goods from the selected supplier(s) shall commence
only from date of signing the date of the Contract
SECTION - 3
GENERAL
CONDITIONS
OF
THE TENDER &
CONTRACT
SECTION-3: GENERAL CONDITIONS OF THE TENDER & CONTRACT
1. Definitions:
1.1 In this part, the following interpretation of terms shall be taken:
1.1.1
"The Contract" means an agreement regarding supply of the goods & provision of services
entered into between the Directorate of Agriculture, Himachal Pradesh and the Supplier, as
recorded in the Contract Form signed by the parties, including all appendices thereto and all
documents incorporated by reference therein.
1.1.2
"The Contract Price" means the price payable to the Supplier under the Contract for the full
and proper performance of its contractual obligations.
1.1.3
"The Goods" means all the equipment and/or other material, which the Supplier is required
to supply to the Purchaser under the Contract.
1.1.4
"Services" mean services ancillary to the supply of the Goods, such as transportation and
insurance, and any other incidental services, such as training, maintenance and other such
obligations of the Supplier covered under the Contract.
1.1.5
"The Purchaser" means the Director of Agriculture, Directorate of Agriculture, Himachal
Pradesh, Shimla or any other line department notified by it.
1.1.6
"The Supplier", means short listed Bidder supplying the goods and services under this
Contract.
Note:
The aforesaid definitions will be valid with respect to one or more Suppliers short-listed
to execute the Project. Services to be executed by each Supplier have been explained in
detail in this Tender Document.
2. Application:
These General Conditions shall apply to the extent that these are not superseded specific by
provisions in other parts of this tender document. A detailed Contract agreement shall be signed
after the order is placed. Detailed provisions of such a contract-agreement shall have an over-riding
effect vis-a-vis this Tender Document.
3. Standards:
The goods supplied under this Contract shall conform to the standards mentioned in the Technical
Specifications and the latest improvements incorporated after the finalization of contract, but
before the dispatch.
4. Patent Rights of the Goods:
The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent,
trademark or industrial design rights arising from use of the goods or any part thereof in India.
5. Performance Security:
5.1 Performance Security for delivery and maintenance during warranty period.
5.2 Within 7 days of 'Notification of Award of the Contract', the Supplier shall furnish Performance
Security to the Purchaser @10% of the order value valid for 120 days to safeguard the
purchaser against timely delivery of ordered equipments. This will be replaced by performance
security @5 % of the order value valid for 26 months by the supplier before expiry of the first
Performance Security to ensure proper after-sales service during the warranty period.
5.3 The proceeds of the Performance Security shall be payable to the Purchaser as compensation
for any loss resulting from the Supplier's failure to complete his obligations under the Contract.
The Purchaser may claim such compensation in addition to initiating any other legal
proceedings.
5.4 The Performance Security shall be given in one of the following forms:
(i)
An irrevocable and unconditional Bank Guarantee in favor of the Purchaser issued by a
Nationalized/schedule bank in a format given by the Purchaser. This Bank Guarantee should
be of a sufficient duration to cover the risk of the Purchaser.
(ii)
The Performance Security, regarding delivery & installation will be discharged by the
Purchaser and returned to the Supplier not later than 30 days following the date of completion
of the Supplier's performance related obligations, under the Contract (excluding after sales
maintenance for which separate performance guarantee has been taken).
6. Inspections and Tests:
6.1 The Purchaser or its representative shall have the right (if it so desires) to test the goods to
ascertain their conformity to the specifications. The Purchaser shall notify to the Supplier in
writing of the identity of the representative deputed for this purpose & nature of tests that may
be conducted (if found necessary) for bench-marking.
6.2 The inspections and tests may be conducted at the point of delivery and / or at the supplier
premises. All reasonable facilities and assistance including access to drawings and production
data shall be furnished to the inspecting officers at no charge to the Purchaser. The Supplier
shall inform the Purchaser in advance the time of starting of manufacture and the progress of
manufacture of the equipments offered by him so that arrangements can be made for inspection
at the premises, if so desired by the purchaser.
6.3 Should any inspected or tested Goods fail to conform to the Specifications, the Purchaser may
reject them and the Supplier shall either replace the rejected goods or make all alterations
necessary to meet specification requirements to the Purchaser.
6.4 If the Purchaser decides to conduct the inspection at supplier's premises as per clause Sec – 2,
Para 2.3.1 to Sec – 3, Para 6.3, no material being furnished against this specification shall be
dispatched until inspected and approved by the Purchaser/ or his representative. Such
inspection and approval will not relieve the Contractor of full responsibility for furnishing
equipment conforming to the specifications nor will it prejudice any claim, right or privilege
which the Purchaser may have on account of any loss sustained by it due to defective or
unsatisfactory equipment supplied by the contractor. Should the inspection be waived off by the
Purchaser, such waiver shall not relieve the contractor in any way from his contractual
obligations.
7. Packing Delivery & Documentation:
7.1 The supplier shall provide such packing as is required to prevent damage or deterioration of the
goods during transit to their final destination as indicated in the Contract. The packing shall be
sufficient to withstand, without limitations, rough handling during transit and exposure to
extreme temperatures and precipitation during transit and open storage. The Supplier shall be
responsible for any defect in packing.
7.2 The packing, marking and documentation within and outside the packages shall comply strictly
with such special requirements as will be specifically provided for in the contract.
7.3 Delivery of the goods and associated documentation will be done in such manner as may be
prescribed by the Purchaser in the Contract.
7.4 The supplier will affix a sticker on the Mobile Devices and Box containing them inscribing
“Government of Himachal Pradesh Logo” or other message deemed fit by the Government.
8. Insurance:
8.1 The Goods supplied under the Contract shall be fully insured against loss or damage incidental
to manufacture or acquisition, transportation, storage and delivery.
8.2 The supplier will indemnify the Purchaser from all responsibility of compensation etc. caused
by third party injury including death while he is discharging his duties under the contract.
9. Transportation:
9.1 The entire cost of carriage/transportation from the port of discharge to the destination shall be
borne by the Supplier.
9.2 Where the Supplier is required to deliver to some other address within Himachal Pradesh, the
supplier shall be required to meet all transport and storage expenses until delivery is completed.
10. Literature and Instruction:
Each Mobile Devices packing box must contain copy of illustrated literature and instruction books
regarding the handling, maintenance and use of the Goods at each station shall be supplied by the
supplier as part of the Contract price before dispatch of the first assignment.
11. Payment:
11.1 Payment shall be made in two installments.
11.2 First Installment: First Installment shall be paid after delivery & successful installation of
the Goods. 1st installment shall be regulated in such a manner that the total payment after
delivery is 85% of the order value. A claim for first instalment shall be staked by the Supplier
when he has supplied & installed 100% equipments. The payment will be made after receipt
of duly acknowledged delivery challan(s) & invoice(s), as required by the Purchaser.
11.3 Second Instalment: Remaining 15% amount shall be released to the supplier within six
weeks of complete delivery of the ordered number of Mobile Devices and execution of
Performance Bank Guarantee @5% of the order value for proper maintenance during
warranty period.
Note:
First instalment shall be released only on production of bill supported by delivery
challan by the Supplier. Any bill supported by requisite documents will be processed
within 15 days and objections, if any, will be conveyed in one go within this period.
If the claim is found in order, the payment will be made within 4 weeks from the date
of submission of such bills along with required documents.
12. Prices:
Subject to the provision to Sec – 2, Rule 3.5.1, the prices charged by the Supplier for Goods
delivered and services performed under the Contract shall not vary from the prices quoted by the
Supplier in his Bid. But in case of global or national fall in prices of a product in IT/Electronics
industry due to a change in Government Policy or otherwise, such a reduction shall be passed on to
the Purchaser after mutual negotiations.
The billing/ invoicing by the supplier should be done from a registered office situated anywhere in
Himachal Pradesh.
13. Modification in the Order:
13.1 The Purchaser may at any time, by written order given to the Supplier make changes within
the general scope of the Contract in anyone or more of the following:
(i)
the specifications of the Goods
(ii)
the method of shipment or packing
(iii) the service to be provided by the Supplier
(iv) quantity of goods
(v)
Any other change that the purchaser may deem fit
13.2 If any such change causes an increase or decrease in the cost of, or the time required for, the
Supplier's performance of any part of the work under the Contract, an equitable adjustment
shall be made in the Contract price or delivery Schedule, or both, and the Contract shall
accordingly be amended. Any claims by the Supplier for adjustment under this clause must be
put forth within 30 days from the date of the Supplier's receipt of the Purchaser's change
order.
14. Subcontract:
14.1 The Supplier shall not assign in whole or in part, its obligations to perform under the
Contract, except with the Purchaser's prior written consent.
14.2 The Supplier shall notify the Purchaser, in advance in writing, of all sub-Contracts awarded
under the Contract if not already specified in his bid. Such notification, in his original bid of
later (even if with prior approval of Purchaser) shall not relieve the Supplier of any liability
or obligations under the Contract.
14.3 Subcontracts must comply with the provisions of the Sec – 3, clause 3.
15. Delay in the Supplier's Performance:
15.1 Delivery of the goods and the performance of services shall be made by the Supplier in
accordance with the time schedule specified by the Purchaser in the Contract.
15.2 Any unjustifiable delay by the Supplier in the performance of his delivery obligation may
render the Supplier liable to any or all the following (i) forfeiture of its performance security,
(ii) imposition of liquidated damages @Rs 50/- per day per Mobile Devices of the unfulfilled
order, (iii) termination of the contract and risk purchase at Supplier’s risk, (iv) initiation of
any other legal proceedings.
15.3 The Supplier will strictly adhere to the time-schedule for the performance of Contract.
However, the Purchaser can relax this time limit in force majeure conditions.
16. Termination for Default:
16.1 The Purchaser may without prejudice to any other remedy for breach of contract, (including
forfeiture of Performance Security) by written notice of default sent to the supplier, terminate
the Contract in whole or in part after sending a notice to the Supplier in this regard.
(i)
If the Supplier fails to deliver any or all of the goods within the time period(s) specified
in the Contract, or any extension thereof granted by the Purchaser pursuant to Sec – 3,
clause 15.3, or
(ii)
If the Supplier fails to perform any other obligation under the Contract.
16.2 In the event the Purchaser terminates the Contract in whole or in part, he may procure, upon
such terms in such manner, as it deems appropriate, goods similar to those undelivered, and
the Supplier shall be liable to pay excess cost of such similar goods to the Purchaser. This
liability will be in addition to forfeiture of performance guarantee and any other legal
proceedings, which the Purchaser may initiate as per Sec – 3, Para 15.2.
17. Force Majeure:
17.1 Notwithstanding the provisions of the Sec – 2, clauses 15 and 16, the Supplier shall not be
liable for forfeiture of its performance security or termination for default, or payment of any
damages, if and to the extent that his delay in performance under the Contract is the result of
an event of Force Majeure.
17.2 For purpose of this clause, Force Majeure means an event beyond the control of the Supplier
and not involving the Supplier's fault or negligence and not foreseeable. Such events may
include, but are not restricted to, acts of the Purchaser either in its sovereign or contractual
capacity, war, revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
17.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing
or such conditions and the cause thereof. Unless otherwise directed by the Purchaser in
writing, the Supplier shall continue to perform its obligations under the Contract, as far as
reasonably practical, and shall seek all reasonable alternative means for performance, not
prevented by the Force Majeure event.
18. Taxes and Duties:
Supplier shall be entirely responsible for payment of all taxes, duties and levies, imposed up
to/until the delivery point specified in the Contract. If there is a reduction in any of the statutory
duties and levies before the dispatch of goods, the benefit of the same will be passed on to the
Purchaser.
19. Resolution of Disputes
All the disputes would be settled under jurisdiction of the H/o High Court, Himachal Pradesh,
Shimla.
Note: Other Terms & Conditions (if any) shall be announced on or before the Opening of
Commercial Bids.
SECTION - 4
MAINTENANCE
CONDITIONS
SECTION – 4: TECHNICAL SPECIFICATIONS AND MAINTENANCE
CONDITIONS
1. SCOPE OF THE TENDER:
The successful Bidder(s) will provide the following services: Manufacture /Import, Testing,
Supply, After Sales Service during warranty and Annual Maintenance period.
1.1 Manufacture/Import
The Bidder can manufacture the Goods in India or import the same (in full or in parts) from any
part of the world.
1.2 Testing
Testing/ benchmarking as per requirement of the Purchaser and in such manner and for such size of
sample as may be prescribed subsequently may be done as a part of the Contract.
1.3 Supply
The Goods need to be supplied F.O.R. as per the list of destinations to be supplied at the time of
signing the Contract.
1.4 After sales service
The Supplier should have a service center at least in four locations (Shimla, Mandi, Hamirpur and
Dharamshala) in Himachal Pradesh for the maintenance of Mobile Devices supplied under this
tender. Similarly, the supplier of Mobile Devices shall keep at least 1% equipments as spare, to
provide immediate replacement, with the service center during the warranty period, It will be
desirable that minor functional problems of these equipments are taken care of by the service
center only. In case of major & specific problems, respective vendors will have to rectify the defect
within the time-limits prescribed in Sec – 4, Para 2.2 below, others must have to replace with the
new one. Apart from the service centers for providing services during warranty period, the supplier
will extend these services on other parts of the state through their own or of OEM authorized
service provider located in nearby location.
2. AFTER SALES SERVICES:
2.1 Comprehensive Warranty:The Supplier shall provide one year comprehensive OEM warranty (including labor and spares).
The warranty shall cover the system software, Labor and all the hardware parts including Updation
/ up gradation (free of cost) of the Operating System. An undertaking to this effect shall be given
by the Bidder in the Fact Sheets. After expiration of Warranty period of one year, the supplier shall
provide the support for maintenance of the equipments up to 3 years thereafter (if desired by the
purchaser).
2.2 Service Centre:
The Service Centers in the State shall be manned by qualified Engineers as per Sec – 4, Clause 1.5
above and one call coordinator. It will be equipped, with sufficient inventory of spares as per ABC
Analysis. The supplier will provide prompt after sales support and shall attend any complaint not
later than 24 hours. The minor and major defects shall be rectified not later than 36 hours and 60
hours respectively. If defect is not rectified within the time stipulated as above, penalty as
prescribed by the Purchaser will be imposed. However, the penalty in such instances shall not
exceed 10% of the equipments cost against a non-attendance/non rectification of defects against a
service call. The exact quantum of penalty per day/ week shall be decided at the time of signing the
contract. During the warranty period, this penal clause will be enforced by ensuring that the
supplier gives a Performance Security by way of Bank Guarantee to the Purchaser.
2.3 Inventory of Spares:
An ABC analysis of inventory of spares shall be done by the Purchaser in consultation with the
supplier to ensure that all critical spares/ components apart from the 1% inventory of new
equipments for replacement purposes (if equipments are beyond repair within 60 hours) are
available with the Service Centers in sufficient quantity.
2.4 Penalty for failure to maintain during warrantee period:
If the problem is not rectified within the stipulated time as defined in section 2.2 above following
penalty shall apply;
Item
Penalty beyond permissible down time
All the Items
Rs. 200 per day per unit at that site subject to a maximum of total
equipment cost at that site
Note: The penalty amount will be deducted from the amounts payable to the bidder by Directorate
of Agriculture, Govt. of Himachal Pradesh. Once this amount is exhausted, penalty amount will be
recovered from the Performance Security. Once the Performance Security also exhausted, the
bidder will be required to recoup the Performance Security. If the bidder fails to recoup the
Performance Security, the bidder will be debarred from participating in tenders till the time he
recoups the Performance Security.
3. TECHNICAL SPECIFICATIONS & QUANTITIES:
The Technical Specifications and the required quantities have been given in Annexure-I.
These specifications should be carefully studied by the Bidder, so that the product could be
technically evaluated as per the Purchaser's requirement.
4. FACT SHEETS:
4.1 Fact Sheets as per SCHEDULE-IV are to be filled in by the bidders as part of the Bid. These
Fact Sheets should be complete in all respects and should be free from errors and omissions.
All required parameters must be replied to in affirmative/ negative. In case of any difference
between fact sheets and the specifications given in Annexure -1, the later shall prevail.
4.2
The Bidder shall also supply along with the Bid all brochures and authenticated bulletins
carrying latest changes covering the technical aspects of each item appearing in schedule of
requirement intended to be supplied by the Bidder. For the purpose of establishing latest
changes, print-outs down loaded from INTERNET (& duly authenticated) may be acceptable.
5. Acceptance Testing After Notification of Award:
The Purchaser may conduct benchmarking & acceptance test, which could involve operation of
complete mobile set for at least two consecutive days. The Supplier(s) will provide full assistance
in this regard. Partial delivery/ installation/ testing of hardware/ system software will not be
permissible for acceptance/ payment. The criteria for benchmarking/ acceptance will be conveyed
separately.
SECTION - 5
Performa, Forms and
Schedules
Section 5: Performa, Forms and Schedules
PERFORMA – A
(Declaration by the O.E.M.) [Para 2.8(1)(ii)]
To,
Date:
The Director of Agriculture-cum Project Director
Directorate of Agriculture,
Krishi Bhawan, Boileuganj, Shimla-171005
Subject: Authorization to a distributor for tender No: Agr. H (F) 2/12-Project Cell
Dear Sir,
Please refer to your Notice Inviting Tenders for procurement of Mobile Devices published in
Various National and Regional Newspapers
M/s ________________________________________ (Bidder), who is our reliable
distributor/channel partner for the last ____________years, is hereby authorized to quote on our behalf
for this prestigious tender. M/s _____________________________________ (Bidder) is likely to
continue as our business partner during years to come. We undertake the following regarding the
supply of these equipments/ peripherals etc.
1. The Mobile Devices supplied in this tender shall be manufactured by us as per the specifications
required by the Purchaser. M/s _______________________________ (Bidder) shall not be
allowed to do any hardware integration on our equipment.
2. It will be ensured that in the event of being awarded the contract the Mobile Devices will be
delivered
by
M/s____________________
(Bidder)
&
maintained
by
M/s
____________________________ (ASP) properly as per the conditions of the contract. For this
purpose, we shall provide M/S ___________________________ necessary technical support
including technical updates, & spares to the ASP. If M/s _________________________ fails to
maintain the equipments for any reason what-so-ever, we shall make alternative arrangements for
proper maintenance of these Mobile Devices during the warranty period. During the period of 2
years’ warranty, we shall provide full support back up to the Bidder/ASP. On the whole, it shall be
ensured that the clauses regarding service and maintenance of Mobile Devices do not get diluted in
implementation due to non-availability of spares and lack of technical inputs from our side even
during AMC period.
3. If due to any reason whatsoever, the tie up between our Company & M/s
_____________________ (Bidder) or M/s________________ (ASP) breaks down subsequently,
we shall make necessary alternatives arrangements for honoring the terms of the contract.
Name
: ___________________________
Designation : ___________________________
Company
: ___________________________
PERFORMA – B
[Para 2.8 (II) (i)]
A. Financial Parameters
1. Net worth as on 31-03-13 and 31-03-14
2. (PBT) Profit before taxes for the last three years.
3. (PAT) Profit after taxes for the last three years.
4. Income Tax Return for the last three years.
5. Equity Base
6. Premier contributors to Equity including Promoter's Contribution.
7. Turn-over during the last 3 financial years.
B. Growth Profile
1. Percentage increase in t/o from 2010-11 to 2011-2012
2. Percentage increase in t/o from 2011-2012 to 2012-13
3. Percentage increase in t/o from 2012-13 to 2013-14
C. Installation Base and Regional Spread
D. Customer Support and Service
1. Number of engineers and their qualification
S.
No.
Qualification
1.
B.Tech and above
2.
Diploma Holders
3.
Others
Numbers
Experience
Special Attributes
2. Inventory of critical components maintained at _________________________
•
$ Indicate number of Engineers in Himachal Pradesh / Chandigarh
PERFORMA - C
[Para 2.8(II)(ii)]
DETAILS OF EQUIPMENTS BASE
S.
No.
1.
2.
3.
4.
5.
Organization
Number of Mobile Devices Supplied
Value
** Give latest position regarding arrangement for after sales support.
** $ Give telephone/ fax No. and address of the contact persons
Date of
Order
Current
Status
PERFORMA - D
DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS CONTAINED
IN THE TENDER DOCUMENT
To,
The Director of Agriculture-cum-Project Director,
Directorate of Agriculture,
Krishi Bhawan, Boileuganj, Shimla-171005 (H.P.)
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document [No
Agr. H (F) 2/12-Project Cell] regarding procurement of Mobile Devices by the Directorate of
Agriculture, Himachal Pradesh. I declare that all the provisions of this Tender Document
contained in Section-1 to Section-5 are acceptable to my Company. I further certify that I am
an authorized signatory of my company and am, therefore, competent to make this declaration.
Name: _______________________
Designation: ___________________
Company: _____________________
Address: ______________________
PERFORMA- E
DECLARATION REGARDING PAST PERFOMANCE
To,
The Director of Agriculture-cum-Project Director,
Directorate of Agriculture,
Krishi Bhawan, Boileuganj, Shimla-171005
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document
[No……………………………………….]
regarding procurement of
Mobile Devices by
Directorate of Agriculture, Himachal Pradesh. I hereby declare that my company has not been
debarred/black listed by any Government / Semi Government organizations for quality/ service
products nor is there any pending dispute regarding short shipment/ installation/service. I
further certify that I am an authorized signatory of my company and am, therefore, competent
to make this declaration.
Name: ________________________
Designation: ___________________
Company: _____________________
Address: ______________________
SCHEDULE - I
PRICE SCHEDULE
[Sec – 2, Para 3.2.3, (i)]
ITE
M
NO.
MODE
L OF
THE
ITEM
BRIEF
DESCRIPTIO
N OF THE
ITEM
UNIT
PRIC
E
QTY
.
SALE
S
TAX/
VAT
**
Servic
e Tax
(If
any)
TOTAL PRICE
(INCLUDING
ALL
TAXES,LEVIES
, DUTIES ETC.
and one year
Comprehensive
warranty with
Performa C/
Performa D/
Declaration)*
AMC
Cost
(2nd&
3rd
Year
)
Extra amount (in %age) payable in case Performa C/ Performa D/ Declaration not given by
purchaser.
(In case of any discount applicable to Agriculture may be clearly indicated.)
Date:
Signature:
Place:
Name:
Designation:
Seal:
SCHEDULE – II
PRICE SCHEDULE
[Sec – 2, Para 3.2.3,(ii) and Sec – 2, Para 5.5.3] (to be completed by bidder)
Model
of the
item
Brief
description
of the item
For value
as per
scheduleI
Amount for extended one
year warranty of Mobile
Devices.
Service
Tax (if
any)
GROSS
Bid Value
Extra amount (in %age) payable in case Performa C/ Performa D/ Declaration not given:
In case of any discount applicable to Educational Institute/students may be clearly
indicated.
Date:
Signature:
Place:
Name:
Designation:
Seal:
Annexure-I: FACT SHEET FOR MOBILE DEVICE
Mobile device - 250 no. (-25% & +100%)
Sr. No.
1.
General
Operating System
2.
3.
Processor
Display
4.
5.
6.
7.
8.
Camera
Other Camera Features
RAM
Internal Storage
Connectivity
Features
Android 4.4 or Above and should be
upgradable, with Google Apps
1.2 GHz or above
800x480 Pixels, Diagonal 4.3” or
above
5 Megapixel or above
Auto Focus, HD Video Recording
1 GB RAM or above
4 GB or above
Bluetooth, Navigation Technology,
Wifi, USB Connectivity, Tethering
GSM 900/1800/1900
GPRS/ EDGE / 3G
HSDPA 900 / 2100, or UMTS 2100
9.
Battery
1700 mAH or higher
Standby: Up to 150h (2G)
Talk Time: Up to 15h (2G) / Up to 8h
10.
11.
Warranty
Accessories
12.
13.
14.
15.
16.
Sensor
SIM Type
Flash
Expandable Memory
External Memory Card
1 year manufacturer warranty
Charger, battery, data-cable, Headset,
Warranty card, Screen guard, Phone
cover (flip) etc.
Proximity Sensor, G-Sensor
GSM
LED
Up to 32 GB or above
8 GB
(3G)
Make/Model Offered