e-tender 05-notification

advertisement
`1
KARNATAKA VETERINARY, ANIMAL AND FISHERIES SCIENCES UNIVERSITY, BIDAR
TENDER FOR THE SUPPLY OF EQUIPMENTS
NON TRANSFERABLE
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services/PUB/2013-14/172/dt:14.02.2014
OFFICE OF THE CHAIRMAN
TENDER PROCESSING CELL, INSTITUTE OF ANIMAL HEALTH & VETERINARY BIOLOGICALS
CAMPUS, HEBBAL, BANGALORE-560 024
Telephone:080- 23417554
Fax: 080-23417554
The Karnataka Veterinary, Animal & Fisheries Sciences University, Bidar has invited Tender of 30 days duration as per the Standard
tender document from the reputed firms for the procurement of the equipments. The details of the K/G-1 & K/G-2, Tender Notification,
schedule, specifications are available in the website www.eproc.karnataka.gov.in. or www.kvafsu.co.in . The tender form fees,
is as per the e-procurement portal NORMS. The EMD & Tender processing fee shall be paid using e-procurement payment modes.
NOTIFICATION DATE: - 25-02-201409
.2013
LAST DATE FOR UPLOADING OF e-TENDER DOCUMENT: 25.03.2014
TIME: 05.00 P M
1|Page
THIS TENDER DOCUMENT CONTAINS THE FOLLOWING
INDEX
Sl.No
Contents
1.
Section – I Invitation To Tenderers
2.
Section – II Terms And Conditions
A. Technical Bid
B. Commercial Bid
SECTION -III
3
a. General Conditions
b. Quotations
4
Clarifications to Tenderers
5
Amendment of tender document
6
Security Deposit and contracts
7
Fall Clauses
8
Specifications
9
Expiry Date
10
Quality, Testing & Inspection
Page No.
4
8
12
13
13
13
15
17
17
18
11
Contract Documents and Information
18
12
Validity of Tender
19
13
Tender Evaluation
19
14
Orders and Delivery Schedules
19
15
Penalty Clause
19
16
Payment Clause
20
2|Page
17
Replacement of Items
20
18
Black- Listing of Defaulting contractors
20
19
Termination of Contract
21
20
Disputes and Jurisdiction
21
21
Savings Clause
21
22
Section-IV Special Note
21
23
Section -V
22
24
Annexure - A i) VAT Registration Certificate / Sales Tax Certificate
ii) VAT clearance certificate up to September 2013
Annexure - B Annual Turnover Statement
Annexure - C Market Standing Certificate
41
Annexure - D Tender offer form
Annexure - E Detailed Specification of Items quoted by Tenderers
Annexure - F Form of Authorization for the person to represent the tenderer
Annexure – G Manufacturing License / Certificate of authorization from the
manufacturer
Annexure – H List of items quoted by the tenderer
Price schedule
46
48
49
51
25
26
27
28
29
30
31
32
List of Equipments with the detailed specifications
44
45
52
53
3|Page
TERMS AND CONDITIONS OF THE TENDER FOR SUPPLY OF EQUIPMENTS
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
SECTION – I
INVITATION TO TENDERERS
1. The Chairman, Tender Processing Cell, KVAFSU hereby invites Tenders under e-tendering system from PRIMARY
MANUFACTURERS / AUTHORISED DEALERS / IMPORT LICENSE HOLDERS (in case of imported equipments) for supply of
EQUIPMENTS as detailed in Section V , of this Tender with a validity period of 1 year from the date of award.
Note:- a. “A Primary Manufacturer” is defined as a person / firm having own unit that performs all the manufacturing and processing
operations needed to manufacture and Quality Testing with a valid license issued by competent authority.
b. The term “PURCHASER” means for the purpose of placing the Order, accepting or rejecting the goods, making payments
and sending samples for analysis means, The respective Institutional Heads of KVAFSU as defined in Rule 2 of “The
Karnataka Transparency in Public Procurement Act 1999” hereinafter called “Act”.
c. The term ‘Authorized Signatory’, means a Proprietor / Proprietreix, or a Managing partner or an whole-time
employee, in executive cadre, in a Proprietorship Concern / Partnership Firm or a person who is working as Managing
Director / Director Finance / Director Marketing / General Manager / Assistant General Manager / Manager / Company
Secretary in the Tenderer Company, who has authority to take decision on the spot with regard to all the aspects of the
tender.
d. The term “TENDERER” means the Primary manufacturer / Import license holder/ authorized dealer
participating in this tender. Refer SECTION V ,
e. The term “CONTRACTOR” refers to the successful Tenderer who has entered into an agreement with The
respective Institutional Heads of KVAFSU for the purpose of supplying EQUIPMENTS as mentioned in this tender.
The Chairman, Tender Processing Cell, KVAFSU shall be the Tendering Authority for the purpose of this tender.
f. SSI units of Karnataka State shall be given price preference in accordance with the regulation of Govt. of
4|Page
Karnataka, Industrial Policy 2009-14 provided that they fulfill all the other prescribed criteria and
become responsive or any other policies that may be indicated by the Government of Karnataka
subsequent to the issue of this notification.
g. Final Acceptance of this Tender is by the Tender Accepting Authority. (TAA) i.e. the Chairman of the
Tender Accepting Committee, KVAFSU, Bidar.
i
Tenderer are free to quote for any or all of the items listed in Section V, . The evaluation of tender will be done as per
Item basis, denoted by the item Code.
ii.
However, tendering authority reserves the right to evaluate the tender as per item basis or the entire documents as a
whole for the purpose of evaluation, in case such an action is in the best interest of the institution of KVAFSU.
iii. Tenders of only those Tenderer who fulfill the Terms and Conditions of this tender will be considered for evaluation.
The tenders will undergo evaluation at every stage of processing and any tender found at any stage, not in conformity
with the stipulated tender conditions including specification / found to be defective and incomplete documents /
samples of the items found not in conformity with the specification or found defective either physically or analytically
will be rejected.
iv. Interested eligible tenderer may obtain further information from the Office of the Chairman, Tender Processing
Cell, Institute of Animal Health & Veterinary Biologicals, Hebbal Campus, Bangalore -560 024.
Ph: 080- 23417554, Fax: 080-23417554.
5|Page
2.
a. Schedule of Events:
Last Date for Queries on or before
Replies to Queries
Last Date for Uploading of Tender documents on
e-procurement platform on or before
Opening of Tenders Technical bid ( Next working day, in
case it is declared as a holiday)
Scrutiny of uploaded tender documents with originals to
be produced by the tenderer for verification at Tender
Processing Cell, IAH&VB campus, Hebbal, Bangalore-24
Opening of price bid ( Next working day, in case it is
declared as a holiday)
04.03.2014
07.03.2014
25.03.2014
5.00 PM
28.03.2014
11.00 AM
02.04.2014 &
03.04.2014
21.04.2014
11.00 AM
b. Venue: Office of the Chairman, Tender Processing Cell, Institute of Animal Health & Veterinary Biologicals,
Hebbal Campus, Bangalore -560 024. Ph: 080-23417554, Fax: 080-23417554.
c. Opening of Financial Bid / Commercial Bid:- Commercial bids of only those responsive Tenderers of Technical
bid will be opened on a date notified date (next working day in case the Govt. Declares holiday) or on any further date to be
notified / informed to the responsive bidders.
d. Validity of Tender – will be for 12 months (1 Year) from the date of award of the tender, which may be
extended by another 6 months if the purchaser desires so.
3. Required Tender documents shall be uploaded through e-tendering system using their user ID and to be addressed to Office of the
Chairman, Tender Processing Cell, Institute of Animal Health & Veterinary Biologicals Campus, Hebbal, Bangalore -560
024. Ph: 080-23417554, Fax: 080-23417554 in the manner described under instructions in Section – I
6|Page
CONTACT INFORMATION:
For further clarifications on registration, online support for uploading of Tenders, or any payment related issues please call
Centralized e-Procurement Helpdesk on 080 – 25501216/25501227 or mail to Helpdesk:
hphelpdesk.blr@intarvo.com or hphelpdesk.blr@gmail.com
Timings: 9:00 am to 9:00 Pm from Monday to Saturday including government holidays (Take support on Kannada and
English)
Training details
A free Training schedule is organized by Center for e-Governance at Bangalore on all GOK Working Wednesday’s & Saturday’s.
Training Date
Training venue
Batches
Training duration
On all Govt of Karnataka working
Wednesday’s & Saturday’s
Training room no.1, Gate no.2, M S
Building, Bangalore – 01
1
10:30 am to 1:30 pm
2
2:30 pm to 5:30 pm
A free Training schedule is organized by Center for e-Governance at Dharwad on all GOK Working Monday’s.
Training Date
Training venue
On all Govt of Karnataka working Monday’s
Regional centre, Centre for e-governance, Opposite AIR Dharwad,
PWD division compound, Dharwad – 580008.
Note: Enquiries regarding new payment options can be made on any working day at e-Procurement cell. (Room no.141,
Gate No.2, M S Building, Bangalore – 01).
7|Page
SECTION-II : TERMS AND CONDITIONS
I. ELIGIBLE TENDERERS:
1.1 The Tender shall be uploaded only if the Tenderer is agreeable to all the Terms and Conditions of this Tender, which
includes the Description and Specifications of the Items mentioned therein.
a. The Tenderer shall upload the tenders through e-tendering system using User’s ID and Digital Signature Certificate
for Technical Bid and Commercial / Financial Bids.
b. Equipments required are listed with specific Code numbers and other details in Section V .
1.2 Irrespective of the terms and conditions the Tenderer may have specified, only the terms and conditions specified in this
tender shall be binding on the Tenderer and the tendering authority.
II. THE TENDERER SHALL UPLOAD THE TENDER IN THE MANNER DESCRIBED HERE UNDER: A. TECHNICAL BID SHALL CONTAIN DOCUMENTS LISTED AS UNDER
A-1 Earnest Money Deposit / Bid security
The Bidder / Tenderer can pay the Earnest Money Deposit (EMD) of Rs .5000/- (Rs. Five thousand only) for
each item in the e-Procurement portal using any of the following payment modes:
Online payments:
i. Credit Card – Visa or Master card ( any bank)
ii. Debit Card – Visa, Master or Maestro card ( any bank)
iii. Net banking – Selected Banks only
Offline Payments:
iv. NEFT / RTGS – Any nationalized bank
v. Remittance at the bank counter using challan ( ICICI bank only)
8|Page
The Tenderer’s bid will be evaluated only on confirmation of receipt of the payment (EMD) in the Government of Karnataka ‘s central
pooling a/c held at ICICI Bank.
EMD amount will have to be submitted by the Tenderer taking into account the following conditions:
a. EMD will be accepted only in the form of electronic cash in any of the designated ICICI Bank, branches located
across the Country (and not through Bank Guarantee) and will be maintained in the Govt.’s central pooling
account at ICICI Bank until the warranty period is completed.
b. The entire EMD amount for a particular tender item has to be paid in a single transaction.
c. The EMD money received for all the tenders floated through the e-Procurement platform will be collected and
maintained in a central pooling account.
A-2. Refund of EMD.
The EMD amount will be kept in the central pooling account until the tender is awarded to the successful bidder. Based
on the instructions of Tender Accepting Authority (TAA) the EMD amount of all the unsuccessful Tenderers will be
refunded.
A-3. i) Latest Sales Tax / VAT Clearance Certificate as per Annexure-A or in the valid format of the Commercial Tax
Department for 3 (three) years 31-03-2011, 31-03-2012 & 31-03-2013 and Tax cleared up to 30.09.2013 issued by the concerned
authorities shall be uploaded. Otherwise it will be treated as “Non-Responsive”.
ii) VAT registration certificate / sales tax registration certificate should be up loaded. Other wise it will be treated as
“Non-Responsive”
A-4. Annual Turn over statement for 3 (three) years i.e 2010-11 , 2011-12 & 2012-13 certified by Commercial Tax officer /
Charted Accountant as per Annexure-B shall be uploaded. Otherwise it will be treated as “Non-Responsive”.
A-5. Market Standing Certificate issued by a Chartered Accountant for 3 (three) years 2010-11 , 2011-12 and 2012-13
shall be uploaded as per Annexure – C Otherwise it will be treated as “Non-Responsive”.
A-6.
Tender Offer Form with an undertaking to abide by the terms and conditions of the tender in the format as per
Annexure –D shall be uploaded. Otherwise it will be treated as “Non-Responsive”.
9|Page
A-7.
DETAILED SPECIFICATIONS OF EACH ITEM of the offered duly signed individually / tendered equipment including
model No. Make and catalogue no should Be given and to be uploaded separately as per SECTION V in Annexure-E.
PROVIDING ONLY BROUCHER FOR SPECIFICATION IS NOT ACCEPTABLE. otherwise it will be treated as
“Non-Responsive”.
A-8.
The form of Authorization ( for the person representing the tenderer at the time of verification of original documents),
referred in Annexure –F in original, shall be uploaded.
A-9.
Copies of Balance Sheet and Profit and Loss Account for 3 (three ) years i.e., 2010-11 , 2011-12 and 2012-13
duly certified by the Charted Accountant, shall be uploaded. Otherwise it will be treated as “Non-Responsive”.
A-10. i. Notarized copy of the Manufacturing license issued by competent authority, duly renewed up to date along with list of
products permitted. (Items quoted) should be uploaded. Otherwise it will be treated as “Non-Responsive” (Annexure –G)
ii. In case of Manufacturing License applied for renewal, it is insisted to upload the validity certificate from the licensing authority in
respect of their license that it continues to be valid during the period of tender process i.e after submission for the renewal, till
the time the license is actually been renewed, shall be uploaded. Otherwise it will be treated as “Non-Responsive”.
iii. Certificate of authorization from the primary manufacturer should be up loaded. Sub- authorization / sub-dealership is
not accepted – ( Annexure –G)
A-11. The Certificate of incorporation signed by the Registrar of Companies (ROC) notarized shall be uploaded.
A-12. Attested Copy by a notary of the valid updated import license - for imported items shall be uploaded. Otherwise it
will be treated as “Non-Responsive”.
A-13. Notarized Affidavit declaration by the Tenderer to the effect that the product /products/company has not been
Black Listed in any State of India otherwise it will be treated as “Non-Responsive”.
A-14. Attested copy of valid SSI certificate issued by Director of Industries Commerce, Government of Karnataka shall be
uploaded, by SSI units of Karnataka otherwise they will not be treated as SSI units of Karnataka.
A-15. i. The Documents uploaded should be clearly visible failing which such documents shall not be considered.
ii. The documents uploaded in general documents should be named individually.
A-16. The originals of all the documents uploaded under Technical Bid shall be produced for verification
10 | P a g e
On 02.04.2014 to 03.04.2014 failing which the Tenderer will be treated as “Non- Responsive”.
A-17. Separate tenders should be up loaded for each item
A-18. Warranty: All equipments should have a minimum of 12 months warranty from the date of installation, which can be
extended wherever it is specified in the specifications
A-19: List of items quoted by the tenderer has to be given in Annexure “H”
B.
FINANCIAL / COMMERCIAL BID SHALL CONTAIN THE DOCUMENTS LISTED HEREUNDER:
B- 1 PRICE SCHEDULE
Price of the items should be given in price schedule only and should never be given in the technical bid
i. Price schedule format shall be furnished in the e-Procurement platform.
The rate quoted per unit for landed / basic price shall be inclusive of Excise duty, packing forwarding
charges, freight, Insurance, customs duty and local sales tax / VAT etc,.
ii. The rate quoted in the e-procurement platform format should be for the unit. The Tenderers are strictly prohibited to
change / alter specification or unit size given in the e-procurement platform format otherwise the rates offered will
not be considered.
iii. The Tenderers are required to furnish the break up details of landed price as per the e-procurement platform
format. The landed price which shall include all the above components shall be the criteria for evaluation of
price bid / financial bid under e-Portal of this tender.
iv. Every bidder / tenderer should quote only in one currency for each item that he has participated. Multiple
currencies is not allowed.
v. Tenderer while up loading tenders for the imported items shall quote in foreign currency and specify INR
equivalent value ( foreign exchange value) as on the date of submission ( only for comparison purpose). For
all other items the rates must be quoted in INR.
vi. Prices have to be quoted FOR destination, i.e. Veterinary College, Bangalore/ Hassan/ Bidar/ Shivamogga/ Fisheries
College, Mangalore / Dairy Science college, Bangalore as mentioned in the notification –Section- V.
vii. All Institutions of KVAFSU are exempted for Central Excise duty and Customs duty and the same will be issued to the
tenderer at the time of clearing from customs duty and excise duty , wherever required.
11 | P a g e
viii.
B-2.
In case of equipments, supportive documents in the form of catalogues & brouchers should be enclosed and original
printed boucher/ catalogue should be submitted on the date of verification of documents
Both the Technical Bid & Commercial Bid for supply of EQUIPMENTS shall be uploaded under appropriate headings.
In the event of any discrepancy with respect to the rates quoted ( in words and figures) the Purchaser reserves the right to accept
the lowest rate offered .
SECTION-- III:
a. GENERAL CONDITIONS
i.
The language of the Tender shall be in English. In case, the original documents are issued in vernacular, the
translation certified by the authority signing the original / by a notary should be uploaded along with the original.
ii. The Tender Inviting authority may, at their discretion, extend the deadline for submission of Tenders, in which
case, all rights and obligations of the Tendering authority and the tenders subjected to the previous deadline, will
thereafter be subject to such extended deadline.
iii. The Tender Accepting authority reserves the right to accept or cancel or Re-tender the tender for supply of all
articles, one or more at any point of time without assigning any reasons.
iv. Technical Bids will be opened on date: 28.03.2014 at 11-00 a.m by the Tender Opening Committee,
constituted by the KVAFSU in the Office of the Chairman, Tender Processing Cell, Institute of Animal
Health & Veterinary Biologicals Campus, Hebbal, Bangalore -560 024 in the presence of Tenderer or their
authorized representative who may choose to be present.
Commercial Bids of only those companies which satisfy the standard criteria laid down on the basis of the
details furnished by the Tenderer in Technical Bids [under terms and conditions for Technical bid (Section -II)
will be opened on 28.03.2014 or any further date to be notified /informed to the responsive bidders.
v.
Entry to participate in the Tender Opening Committee Meeting shall be restricted to only one person per tenderer
who shall be the “Authorized signatory” [Refer Section I 1(e)].
vi. The Tenderers or their Authorized Representative who are present shall produce the authorization letter and sign
in the concerned Register evidencing their presence during the opening of tenders.
vii. The Tenderer shall bear all costs associated with the preparation and submission of his tender and the Tender
12 | P a g e
Inviting authority / Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or
out-come of the Tendering process.
III. b.
QUOTATIONS:
Tenders have been invited for the supply of Equipments. The Tenderers shall quote the rates for
each
specifications of each item shall be as per details given in section V .
item. The
i.
The quotation shall be the rate inclusive of all taxes, FOB charges, excise duty, VAT etc., and should be FOR
destination.
ii. The quotation shall be in figures as well in words in a legible manner in English language only
iii. All corrections shall be duly attested with full signature and seal
iv. Each page of the quotation shall be signed with seal of the firm / company
v. The rates quoted when accepted will be binding on the Tenderer
IV.
CLARIFICATION OF TENDER DOCUMENTS
A prospective Tenderer requiring any clarification /any queries regarding tender documents may notify the purchaser
through e-procurement platform only with in the specified date mentioned in schedule of events. The Purchaser will
respond through e-Procurement platform to any request for clarification of the tender documents.
V.
AMENDMENT OF TENDER DOCUMENT.
i At any time prior to the deadline for submission of tenders, the purchaser may for any reason whether at its own
initiative or in response to clarification requested by a prospective tenderer, modify the tender documents by
amendment.
ii All prospective tenderer who have contested will be notified of the amendment through e-Procurement.
iii In order to allow prospective tenderer reasonable time in which to take the amendment into account in
preparing their tenders, the purchaser at its discretion may extend the deadline for the submission of tenders
VI. SECURITY DEPOSIT AND CONTRACT.
a. The Tenderer whose offer is accepted, on being informed, should execute a Contract Agreement on Karnataka
Government Stamp Paper in duplicate of the value of Rs. 100-00 (Rupees One Hundred Only – cost to be borne by the Tenderer)
as provided by Article 5 of the schedule of Karnataka Stamp Act. A copy of the contract agreement will be given to the Tenderer.
The Specimen form of agreement will be available in the Office of the Chairman, Tender Processing Cell, Institute of Animal
13 | P a g e
Health & Veterinary Biologicals, Hebbal Campus, Bangalore -560 024. In case L- I default in executing a Contract agreement
within the next 30 days of acceptance of his tender his status as L-I will stand cancelled and L-II tenderer will be invited to enter
into Contract agreement consequently the EMD of the L-I stand forfeited to the Karnataka Veterinary, Animal and Fisheries
Sciences University, Bidar.
b. The Successful Tenderer whose offer is accepted as lowest shall be required to pay a Security Deposit as detailed below:
10 % of the total cost of the equipments up to 50.00 lakhs
The Security Deposit should be furnished in respect of each Tendered item on or before the due date fixed, in the form of
Demand Draft only, drawn in favour of the The Assistant Comptroller of the respective Institution / drawing officers of the
institution as the case may be.
i. The agreement along with the specified “Security Deposit” should be submitted within Thirty (30) DAYS from the
date of receipt of the intimation of the Acceptance of Offer.
ii. Agreement not accompanied by the Security Deposit or any partial agreement deleting certain clauses /items, will
not be accepted, and will be deemed as non-submission of agreement and violation of the Tender Condition and
the Earnest Money Deposit of such Tenderer will be forfeited to the University without notice. Further, such
Tenderer ceases to have any rights whatever in this regard with respect to his tender or the Contract issued
thereon.
c.
The Earnest Money Deposit
i. EMD of such successful Tenderer, who fails to execute the Agreement / who fails to furnish the Security Deposit
within the stipulated period / who furnishes partial agreement deleting / altering the specified clauses will be forfeited
to the University and his tender will be rejected and the company will be Black Listed and he will be liable for all
damages caused including the liabilities to pay any difference between the prices accepted by him and those ultimately paid for
the procurement of the Equipments to the concerned Such damages shall be assessed by concerned authorities whose
decision is final in the matter.
ii. The original agreement shall be with the Institutional Heads who place orders for the supply. The Tenderer shall
collect the signed copy of the agreement on his own. The purchaser will not be responsible for the loss of the copy
not collected by them.
d. Violation of any of the Clause of the Agreement shall be deemed as violation of Terms and Conditions of this Tender.
e. The Tenderer permitted to claim the Security Deposit on completion of the Warranty Period. The refund of the Security
Deposit shall be subject to satisfactory performance of the contract as per the terms and conditions of the contract. The
Security Deposit not claimed within three (3) years from the date of expiry of the contract shall be forfeited without
14 | P a g e
notice.
VII.
FALL CLAUSES
1. The price quoted shall not in any case exceed the maximum wholesale ceiling price (bulk), if any, fixed by the Govt. of India /
NPPA / State Government or the Whole Sale price fixed by the tenderer for General Market. The Tenderer shall mention such
fixed rates in the quotation sheet against each item quoted.
2. The rate quoted for the Equipments supplied under this Tender, in no event shall be more than the lowest price quoted at which
the Tenderer sells his products of identical description to any other persons, State, Union territory, Corporation, Board, University,
Trust, Local authority, Company or any others including his own dealer/ distributor/, stockist/, agent
A. Contacting the Purchaser
i. No Tenderer shall contact The Chairman, Tender Processing Cell, KVAFSU, IAH&VB campus, Hebbal,
Bangalore -560 024 on any matter relating to its tender, from the time of the tender opening to the time the
Contract is awarded. If the tenderer wishes to bring additional information to the notice of the purchaser should
do so in writing.
ii. Any effort by a Tenderer to influence the Purchaser in its decisions on tender evaluation, tender comparison or
contract award may result in rejection of the Tenderer’s tender.
B.
Post qualification
i. In the absence of pre-qualification, the Purchaser will determine to satisfaction whether the Tenderer that is
selected as having submitted the lowest evaluated responsive tender meets the criteria and is qualified to
perform the contract satisfactorily.
ii. The determination will take into account the Tenderer’s financial, technical and production capabilities. It will be
based upon an examination of the documentary evidence of the Tenderer’s qualifications submitted by the
Tenderer, as well as such other information as the Purchaser deems necessary and appropriate.
iii. An affirmative determination will be a prerequisite for award of the Contract to the Tenderer. A negative
determination will result in rejection of the Tenderer’s tender, in which event the Purchaser will proceed to the next lowest
evaluated tender to make a similar determination of that Tenderer’s capabilities to perform the contract satisfactorily.
C. Award Criteria
i. The Contract will be awarded to the successful Tenderer whose products quoted in tender has been determined
to be substantially responsive item wise and has been determined as the lowest evaluated tender, provided
15 | P a g e
further that the Tenderer is determined to be qualified to perform the contract satisfactorily.
ii. Acceptance / Placing of orders is subjected to the availability/ release of grants.
iii. In case of the imported items, all constituent institutions of KVAFSU will make payment only through SIGHT
DRAFT. If LC is to be considered, the entire LC charges should be borne by the tenderer. The successful Tenderers are
required to supply the item on CIF value at the designated destination only and the firm should arrange to take delivery of
the equipment on behalf of the institutions on arrival at the air port / sea port and should provide the required documents to
the respective institutions from where orders of supply are issued and obtain necessary certificates (DSIR) for customs
clearance.
D. Purchaser’s right to vary quantities at the Time of Award
The Purchaser reserves the right to increase or decrease by 25% of the quantity of goods and services originally specified in
the Schedule of Requirements without any change in unit price or other terms and conditions subject to availability of
budgetary grants and also depending upon exigencies and emergency conditions demanding the requirement of a particular
item.
E. Right to accept any Tender and to reject any or all Tenders
The right to accept or reject any tender, and to annul the tendering process and reject all tenders at any time prior
to contract award, without there by incurring any liability to the affected Tenderer or Tenderers is reserved.
F.
Notification of Award
i. Prior to the expiration of the period of tender validity, the Purchaser will notify the successful tenderer through
e-Procurement plat form its tender has been accepted.
ii. The notification of award will constitute the formation of the contract.
G.
H.
I.
Signing of Contract
i. The purchaser will send the Tenderer the Contract Form provided in the tender documents, incorporating all agreement
between the parties.
ii. Within 15 days of receipt of the Contract Form, the successful tenderer shall sign with date of Contract and return it to the
Purchaser
Security Deposit
i. The successful Tenderer shall furnish the security deposit in accordance with the Conditions of Contract with in 30 days to
the Institutional Heads of KVAFSU, who place orders for the supply of the goods.
ii. Failure of the successful Tenderer to comply with the requirement shall constitute sufficient grounds for the annulment of
the award and forfeiture of the earnest money deposit, in which event the Purchaser may make the award to the next
lowest evaluated Tenderer or call for new tenders.
Corrupt or Fraudulent Practices
16 | P a g e
The KVASFU requires that Tenderers / Suppliers / Contractors observe the highest standard of ethics during the procurement
and execution of Government financed contracts. In pursuance of this policy, the KVAFSU:
a. Defines, for the purposes of this provision, the terms set forth as follows:
i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a
public official in the procurement process or in contract execution’; and
ii. “fraudulent practice’ means a misrepresentation of facts in order to influence a procurement process or the execution
of a contract to the determent of the KVAFSU and includes collusive practice among tenderers (prior to or after
tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the
KVAFSU of the benefits of free and open competition;
b. will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in
corrupt or fraudulent practices in competing for the contract in question;
c. will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Government
financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in
competing for, or in executing, a Government financed contract.
VIII.
SPECIFICATIONS.
i. The Equipments supplied shall conform to the Quality Standards including the standards specified
ii. The Tenderer shall indicate the storage conditions of his product in the quotation sheet against each item.
iii. The supplier shall provide such packing for the goods including the outer bulk packs, as required for preventing
their damage or deterioration during transit to their final destination as well as storage.
vi. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to
weather conditions, prevailing in the Karnataka State during transit and storage.
vii. The goods shall be packed using virgin packing materials in such a manner as to ensure delivery in good condition.
viii. Supplies with smudged, corrected, over-written or masked labels due to whatever reason will be rejected.
ix. All equipments should be accompanied by printed brochures and user’s manual
IX.
EXPIRY DATE:
i. The stocks of all products having date of expiry should be replaced with fresh stocks from the latest batch if
informed 6 months before the date of expiry to a maximum extent of 25% of the total stocks procured .
iv. Replacement should be made within 30 days from the date of intimation, failing which the equivalent amount will
be recovered from their pending bills / Security Deposit.
17 | P a g e
X.
QUALITY, TESTING AND INSPECTION
i. “Purchaser” or the officers of the KVAFSU reserves the right to test each item of the consignment received either at the time
of receiving the goods or at any time during the warranty period, test and analyse at any approved laboratory
ii. If the items supplied are declared as “ NOT OF STANDARD QUALITY ” by the University appointed
committee the entire consignment shall be deemed to have been rejected.
iii. In case of a consignment being declared as” not of standard quality” ” by the University committee, Contractor shall replace
with a fresh stock of “Standard Quality” products at no extra cost equivalent to the entire quantity of the consignment supplied
earlier, irrespective of the quantity available in stock, within 30 days from the date of receipt of such communication.
iv. The stock declared as “Not of Standard Quality” shall be destroyed by the “Purchaser” or the officers of the
KVAFSU after receipt of the fresh stock ; shall not be returned to the Contractor under any circumstances.
v. An amount equivalent to 0.5% of the value of the said consignment supplied shall be recovered from the
Contractor towards the expenses for such destruction and disposal.
vi. In event of the tenderer failing to make good, the rejected stocks, the security deposit furnished by the Tenderer
shall be forfeited and in respect of the remaining damages, action under the existing laws will be initiated to
recover such loss.
vii. In case fresh supplies are not affected within 30 days, the “Purchaser” shall be free to purchase the identical item from any
other alternative source and recover the difference of cost from the Tenderer.
XI.
Contract Documents and Information; Inspection and Audit by the KVAFSU
i. The Supplier shall not, without the Purchaser’s prior written consent, disclose the contract, or any provision thereof, or any
specification, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other
than a person employed by the supplier in performance of the Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only so far as may be necessary for purposes of such performance.
ii. The supplier shall not without the Purchaser’s prior written consent make use of any document or information
enumerated in except for purpose of performing the Contract.
iii. Any document, other than the Contract itself, enumerated in shall remain the property of the Purchaser and shall
be returned to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the
Purchaser.
Iv. The supplier shall permit the KVAFSU to inspect the Supplier’s accounts and records relating to the performance
of the Supplier and to have them audited by auditors appointed by the KVAFSU ( if so required )
18 | P a g e
XII.
VALIDITY OF TENDER
The rates quoted shall be valid for the period not less than 12 months (1 year) from the date of award of tender
which may further be extended by another 6 months if purchaser so desires.
XIII.
TENDER EVALUATION
i. Tenderer evaluation will be done by the Tender Scrutiny Committee.
ii. The “Purchaser” after due evaluation will have option to prepare item-wise selection in the order of priority as under
a.
b.
c.
First Preference awardee
Second Preference awardee
Third Preference awardee
L1
L2
L3
The “Purchaser” will call upon the successful Tenderer, the acceptance of item / items and rate offered in the Tender, indicating
the category L 1, L 2 & L 3 under which their offer is accepted for the purpose of the accepting Tender, requesting them to
furnish a Security Deposit and to execute the agreement with in specified period. The “Purchaser” shall exercise his options to
purchase in the same order L1, L 2 & L 3, indicated for each item.
XIV.
XV.
iii. If the L1 contractor fails to execute the order, then the L 2 / L 3 will be opted in the order of priority and the
difference of cost, if any will be recovered from the defaulting contractors.
iv. The Tender Accepting Authority (TAA) before passing the order of accepting a tender may negotiate with
lowest tender L 1. as per KTPP Act Circular No. 1359/SOFC/2001(p-2) dated 3/12/2002 vide 3.1 negotiations.
v. For imported items conversion rate on the date of opening of the tender will be considered uniformly for
all the items for the purpose of comparison only and the conversion rate on the date of payment will
considered while placing orders.
ORDERS AND DELIVERY
The Contractor shall supply the ordered Equipments to the required destination on the F. O. R basis within a period of 60 days
from the date of order, otherwise the orders stands automatically cancelled. However the purchaser may for valid reasons, may
extend the delivery by a maximum of another 30 days
PENALTY CLAUSE:
(Delays in the suppliers Performance / Non Supply)
In case the supply is not completed fully, the “Purchaser” reserves the right to cancel the order for non supplied
19 | P a g e
quantity and liable for forfeiture of Security Deposit to the KVAFSU and subsequent cancellation of the Contract.
i. The difference of cost due to purchase from the next alternate source like L 2, L 3 or open market in the same order of
preference shall be recoverable from the Contractor
ii. However, the contractor for the items to be imported are permitted to supply the equipment with in 90 days without
penalty and a penalty at 3%the belated supply shall be recovered and the total time taken for supplies with penalty shall not
exceed 120 days from the date of receipt of the supply order. If the supply exceeds 120 days the contractor should inform the
purchaser about the delay in writing and get his consent . If not the contractor is liable for cancellation, blacklisting and forfeiture
of EMD / Security Deposit without notice.
iii. In case the supply is not completed, the Purchaser reserves the right to cancel the order and proceed with the
purchase of the same item from L- II or L- III or from the open market in the order of preference as specified .
XVI. PAYMENT CLAUSE:
i. No advance payment will be made towards the supply. Payment will be made only after the supplies are
effected and installed (in case of equipment) as per the supply order.
ii. Payment shall be made in Indian Rupees / the currency in which the tenderer has quoted.
iii. Advance payment will be considered for those works whose accepted value exceeds Rs. 100 lakhs / custom made
equipments
XVII.
REPLACEMENT OF ITEMS
Items supplied in damaged or soiled condition or found “not in conformity” with the accepted specification, will not be
accepted and shall be replaced at no extra cost to the place within 30 days from the date of receipt of intimation, failing which the
“Purchaser” shall be free to proceed with the purchase from alternate sources.
i. In case of dispute, regarding the non-conformity with the specifications, the decision of The TAA, KVAFSU
is final.
XVIII .
BLACK-LISTING OF DEFAULTING TENDERERS
a. The Purchaser reserves the right to BLACK-LIST any Tenderer either in whole or in part limiting to specified product /
products, for breach of any of the Terms & conditions of the tender.
b. Such blacklisted tenderer and his establishment will not be eligible to participate in any of the KVAFSU Tenders for
subsequent 5 years.
c. KVAFSU reserves the right to reject the tender of blacklisted companies and those companies whose past performance
with KVAFSU / any similar agencies / Veterinary Institutions was poor due to delayed and erratic supplies, frequent quality
failures etc.,
20 | P a g e
XIX.
TERMINATION OF CONTRACT UNDER SPECIAL CIRCUMSTANCES
The “Purchaser”, by written notice sent to the supplier, may terminate the contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for the purchasers convenience, the extent to which performance
of the supplier under the contract is terminated, and the date upon which such termination becomes effective.
XX. DISPUTES AND JURISDICTION
In the event of any dispute arising out of the Terms and conditions of the Tender, such disputes would be subject to the
jurisdiction of courts in Bangalore.
XXI. SAVING CLAUSE PROTECTION OF ACTION TAKEN IN GOOD FAITH :- No suit, prosecution or any legal proceedings
shall lie against the “Purchaser” or KVAFSU or any officer of the KVAFSU for anything which is done in good faith or intended
to be done in pursuance of this Tender.
SECTION IV
SPECIAL NOTE (SPECIAL CONDITIONS OF THE CONTRACT)
The following special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the
provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General
Conditions is indicated in parentheses
1.
Definitions (GCC Clause I)
a.
The Purchaser
-The Heads of Institutions of KVAFSU, Bidar
b.
The Supplier is
-________________________________________________________
THE PURCHASER SHALL RESERVE THE RIGHT TO PURCHASE THE EQUIPMENTS OVER AND ABOVE THE
QUANTITY
MENTIONED IN THIS TENDER, DURING THE TENDER PERIOD.
1.
IN ALL THE ABOVE CONDITIONS, THE DECISION OF THE TENDER ACCEPTING AUTHORITY, KVAFSU, BIDAR SHALL
BE FINAL AND BINDING.
2.
The appellate authority is the Vice-Chancellor of KVAFSU, Bidar
21 | P a g e
SECTION-V
SCHEDULE OF REQUIREMENTS
EQUIPMENTS
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
Sl.
No.
Tender
item No.
Item Name & specifications
Qty
VETERINARY COLLEGE, BANGALORE
1
K/G-2-501
INCINERATOR
HSD / ELECTRICALLY OPERATED
1 No
 Tender may be quoted for HSD and electrically operated Incinerator separately.
 The Incineration capacity should be 100kg /hour.
 The refractory of incinerator should be high alumina castable refractory with temperature
resistance of 1440 0 C and cold crushing strength of 325kg / cm2.
 The primary and secondary chambers should be horizontal and vertical with the material of
MS confirming IS: 2062.
 The burners should be 2 Nos with fully automatic, pressure jet, oil fired and it should contain
the following:
1. Fuel pump
2. Motor
3. Fan
22 | P a g e
4. Transformer
5. Sequence controller
6. Photocell
7. Electrode assembly
 The incinerator should be provided with CHIMNEY having suitable height confirming to the
pollution control norms.
 In HSD incinerator fuel tank should be provided with necessary piping system.
 In case of electrically operated incinerator essential accessories should be provided.
The quoted price should be for total installation of the equipment at Veterinary College,
Hebbal , Bangalore
Warranty : 2 years
2
K/G-1-502
CARBON DI-OXIDE Incubator












1 No
Air jacketed system with sterilization, Microprocessor control with central message center
Capacity: 184 liters
Inchamber HEPA filteration system to prevent contamination and class 100 environment inside the
chamber
Temp range amb + 5 deg C to + 50 deg C with a uniformity of +/- 0.3 deg C
Display Digital LED
Over temp sensor: Precision thermistor control of 0.1 Deg C
CO2 Range: 0 – 20% control of +/- 0.1% CO2 recovery < 3 minutes
Sensor: TC
Humidity range: Ambient to 95%
Interior material: Type 304 SS with molded corners, Exterior: 18 gauge cold rolled steel, powder coated
Controls for Set temp, over temp, CO2, Audible / Visual Alarm, alarm silence, calibration of temp , CO2 ,
Configure audible on/off, access code, HEPA filter change reminder, remote alarm contacts, tracking low
temp and high, low CO2 alarms and following options :Automatic tank selector, RS -485 interface and
display temp / RH
Removable gasket, outer door: four sided, molded magnetic vinyl
23 | P a g e





Inner door : removable, cleanable feather edged silicone
Uniform direct heat, sterilization heat up to 140 deg C to decontaminate the chamber
Sterilization period : 12 hours
Removable stainless steel shelves, standard 4 shelves
Microbiological filters on gas inlet and sample port, HEPA Filter, Class 100 air quality to be achieved within 5
minutes of closing door. HEPA filter to filter the entire chamber volume every minute to provide and aseptic
culturing
 Electrical: 230 V 50Hz.
 Suitable Stabilizer should be provided during installation
Warranty : 2 years
3
K/G-1-503
1 No
GEL IMAGE ANALYSIS SYSTEM:


Fully computer controlled Gel Documentation & Image analysis system.
High resolution scientific grade camera with REAL 5 mega pixels ( 2592 x 1944) (Not
software manipulation)

Enclosed camera / lens with high resolution interface with integrated touch TABLET iPad computer
with Wi-Fi.

There should be provision to connect the Desk Top directly to capture the images.

Provision for Blue light Module for safe dyes and White Light Table for protein applications.

Viewing Window with 560nm Amber Filter for gel observation.

Dark room should have the LED panel to operate the dark room.

Different filets to visualize different Florescent stains DNA, coomassie blue, pink and silver stains etc..

Dye Compatibility - SYBR® Safe, SYBR family, Ethidium Bromide, Coomassie Blue, Silver Stain, and
more

Dark room Compact Foot print with ABS Front panel preferable.
through
24 | P a g e

Excitation - Trans-UV with adjustable intensity 365 nm wavelength with Imaging Area should be
– 21 X 26 cm

Image capture and manipulation software, providing access to a wide range of application and
hardware control functions.


Automated Image capturing software
1 touch fully automated Analysis software Molecular weight, Density, Dendrogram, Cluster analysis Up
gradation with no extra charge.
4
K/G-2-504

Suitable Branded computer with UPS

Warranty should be 2 years from the date of the installation.
FULLY AUTOMATED CLINICAL CHEMISTRY ANALYZER
1 No
1. The instrument should be fully automated random access clinical chemistry analyzer.
2. Instrument can able to analyze Enzyme, Substrate, Specific Protein, , DOA, TDM & Immuno
Suppressive Drugs.
3. Type of sample can be analyze Serum, Plasma, CSF, Urine & Whole Blood
4. System should support whole blood sample type analysis on instrument.
5. System through put should be minimum 200 test per hour without ISE and 380 test / hour with
ISE(Optional).
6. The system should have disposable cuvette to ensure quality of reporting for test and efficiency.
7. Instrument should have onboard storage of minimum 600 cuvettes with walk away capability of 2
Hr.
25 | P a g e
8. Instrument should have auto loading & Auto discarding of cuvette during analysis.
9. The system should support minimum 11 wavelengths covering 340nm to 800nm.photometer to
ensure accuracy of wavelength selection as well as long operating life.
10. System should support following analytical methods: End Point, Initial Rate, Kinetic
11. System should support programming of R1,R2,R3 & R4 for any parameter.
12. System should support following calibration methods: Linear, Non Linear with Antigen Excess
check.
13. The system should have preferential treatment for STAT with min. 5 separate position.
14. The instrument must have minimum 35 shared cooled positions to place Reagent bottles (10ml,
20ml & 60ml)
15. The instrument must have minimum 84 positions for Routine sample.
16. The instrument should support loading & unloading of Reagent & Sample without interrupting
ongoing analysis (No pause mode required)
17. Instrument should support loading of sample in sample segment instead of Sample tray.
18. System programmable sample volume should be 1ul to 120μl.
19. System programmable reagent volume should be 2ul to 250ul.
20. The minimum reaction (reading) volume should be 100μl (Including R1+R2+R3+R4+ Sample) to
ensure low cost per test.
21. The system should support automatic Pre-Dilution and Post-Dilution with 1+120 times. Also
possible to enter manual dilution ratio for calculation.
26 | P a g e
22. The system should support automatic series dilution for calibrator.
23. Different controls should be defined with the availability of L-J plot with West guard rule.
24. The system should have photometric absorbance range from 0 to 2.5 A with resolution of 0.001 to
support high absorbance range required in certain immuno Turbidimetry tests.
25. System should use Halogen Lamp as a light source for photometer.
26. System probe mechanism should have automatic liquid level detection and crash Detection.
27. Reaction Cuvette temperature control should be preferably by direct heating incubator to maintain
uniform 37o C for reaction.
28. The system should have on board Barcode Reader for Positive Sample ID.
29. The system should have external Barcode for Reagent.
30. Instrument should have DI water, liquid & Solid Waste container inside part of Instrument. No
external connection of Waste & Water inlet.
31. The system should have minimum requirement of water 1L/Hr.
32. Instrument should have USFDA along with CE.
33. The company service centre should be within Karnataka.
34. Warranty: 2 years.
5
K/G-2-505
Veterinary Ultrasound Colour Dopler for Veterinary Use Machine
1 No
DESCRIPTION
 Compound Pulse Wave generator
 Multi Processor High speed Digital Beam former
 12 bit Digital Front end
 Wide Band Super High Density Probes
27 | P a g e








Directional e flow
Quint / Quad frequency
Pixel focusing
Multi beam processing for high Frame rate.
Trapezoidal imaging
Color Frame rate up function
IP Select-8 steps programmable
Data acquisition and Storage
 Raw data storage of Image, Line data
 Image data
 management tool
 Patient data storage
 FD / MOD / CDRW
 DICOM connectivity
 Measurement and Application Package. Veterinary
 Abdomen, Obstetrics, Gynecology, etc.
 User assignable study function.
 45 User programmable presets
 Assignable HOT key functions
 15” high-resolution flat-panel LCD (XGA non-interlaced) Tilt swivel &
height adjustable monitor
 10.4” LCD Touch panel
SOFTWARE FEATURES
 Adoptive Image Processing
 Spatial Compound imaging
 Broad Band Harmonics
 Image optimizer
 Trapezoidal Scan
 Free Angular Mode (new) ONLY ALOKA
 DICOM
 E-Flow Extended flow (new )
 Automated Nuchal Transluceny (NT)Measurement Automated IMT Measurement
28 | P a g e
PROBES
 (3 to 6 MHz) 20mm Radius Multi frequency Harmonic Convex Probe.
2 KV on line UPS
Warranty : 2 years
Veterinary College, Hassan
6
K/G-1-506
ULTRASOUND SCANNER FOR LARGE ANIMALS – EASI-SCAN: -
1 No
Portable, Frequency 4.5 MHz- 8.5 MHz
FRAME RATE: 40 frames/second (late mode 28.5 frames/second), Preset modes: Detail, foetal sexing, ovarian /early
pregnancy, late pregnancy
DIGITAL CHANNELS: 16, Dust proof, Image storage via USB cable,
Storage capacity/size: 100 images, Clips storage with recording device, Viewing device: BUG, Easi-Scan remote display, wrist
monitor, Arm-free scanning with probe introducer,
PROBES: 128 elements broad band, 60 mm foot print, rectal use and external use
Power: Battery powered only, Charging options -Battery charger, in-vehicle charging, Battery life-7 with standby mode
APPLICATIONS- Fertility, Pregnancy, Sex determination, Non reproductive applications in bovine, sheep, goat, pig etc. Small
animal- reproduction
Warranty: 2 years
Veterinary College, Shivamogga
7
K/G-1-507
AUTOMATED BLOOD GAS ANALYSER : -
1 No
Specifications of Electrodes:
1. Features to measuring pH, po2, pCo2, So2, Haemoglobin, & Haematocrit
(Upgradable to Electrolytes, Sodium, Potassium and Chloride, Lactate, Calcium, magnesium, Glucose)
2. Test Samples: Blood, Plasma, Serum
3. Long life electrodes with minimum 1 year warranty.
Specification for Analyzer controller with soft ware:
4. Analyzer controller with soft ware for analysis of more than 15 parameters
5. Should have large monitor with touch screen and inbuilt thermal printer.
6. Working temperature range: 10-30°C, display language: English
7. Quote the reagents and cost per test with the analyzer to run the machine satisfactorily for two years with the sample load of
3 per day.
29 | P a g e
8. System should have on board QC to analyze the performance of the Machine.
9. System should be supplied with UPS with at least 30 minutes back up.
10. All the parameters should be analyzed within a minute with single aspiration of the sample.
Warranty: 2 years
AMC: AMC for next three years to be quoted separately
8
K/G-1-508
FLOW METER (BLOOD FLOW METER): -
1 No
Mode: Continuous laser Doppler flowmetry
Primary Measurement: Micro vascular blood perfusion (Relative RBC Flux)
LDF Units: Relative units (0–7500 Blood Perfusion Units, corresponding to 0–7.5 V output)
BSC Units: Relative units (0–100% corresponding to 0–7.5 V output)
Laser Type: Semiconductor laser diode (temperature stabilized)
Laser Wavelength: 830 nm +10 nm
Laser Power: < 0.5 mW from probe
Laser Class: Class 1 (as per 21 CFR 1040-10 and 1040-11)
Doppler Signal Bandwidth: 16 kHz
Linearity Range: up to 0.35% moving scatterers by volume.
Flow Response Time: < 0.2 s
Reading Stability: 5% (measured with standard motility solution)
Zeroing: Automatic, controlled
Flux Calibration: Factory or user calibrated using a motility standard (concentration of latex
spheres undergoing Brownian Motion)
Power Supply
Voltage Range: 100–240 V AC (50–60 Hz), 0.8–0.4 A
Output Power: +5 V, ı}12 V DC
Fusing: Internal, 2 A 240 V resettable
Physical Configuration
Power Requirements: 240 V or 120 V (internally set) @ l5 W
Operating Temperature: 0–50 °C
Operating Humidity: 0–100% (non-condensing)
Warranty : 2 years
9
K/G-1-509
INTEGRATED TISSUE BATH SYSTEM (ITBS) WITH FORCE TRANSDUCERS AND DATA
ACQUISITION FOR ELECTROCARDIOGRAPHY, TISSUE BATH& RECTAL TEMPERATURE: -
1 No
A). Portable 2-channel data acquisition system: with sophisticated algorithms providing beat-by-beat analysis of the
primary physiological signals and necessary software for instant reading of the cardiogram from rat/mice/G.pig/rabbit etc.
Two-universal inputs; Voltage range: ±200 µV to ±2 V; Sample rate: 48 kHz/channel; Bandwidth: 0-10 kHz; Power: USB (1.1 or
2.0); Flexible and powerful Software and able to record cardiogram from Rat/Mice/Rabbits/G.pigs .
Essential to be supplied :
1) Unipolar needle uncoated (12mm); Needle dimensions: 320 µm (dia) x 12 mm (length); Lead wire dimensions: 1.2 mm (dia) x
30 | P a g e
61 cm (length) and (2) Unipolar needle teflon coated (37mm); Needle dimensions: 300 µm (dia) x 3.7 cm (length); Lead wire
dimensions: 1.2 mm (dia) x 61 cm (length).
(2). Rectal temperature rats and mice - Waterproof Probe: Response time: 1.1 sec, Max operating temp: 60°C, Accuracy &
Interchangeability: ±0.2°C, Compatibility: YSI(r) series 400 and Dimensions: 9.8 mm x 3.3 mm.
B). Integrated tissue bath station: with heating circulator suitable for smooth/ cardiac/ skeletal muscle isolated tissue
preparations with jacketed robust bath (30ml capacity) and reservoir (800ml capacity) in a range of volumes; Heating circulator
(1600ml volume); Programmable temperature range 20 0C to 44 0C with circulator pump (15W) and flow of 500 ml/minute with
movable micrometer - transducer assembly and user friendly display and microprocessor based controls. ITBS should be
supplied with two sets of triangle/ tissue clip each and 3-rotarory value and power supply (220V/50Hz).
Field stimulation electrodes (platinum rings size 5mm, rings spacing 2cm and connector) to work with ITBS and stimulator.
feature specification of the tissue bath station.
 Jacketed bath and reservoir
 Integrated, programmable dry heat system
 Silicone tubing
 Movable micrometer-transducer assembly
 User-friendly display and controls
 One-switch control of fill and drain cycle
 Microprocessor control
 Acrylic, robust bath
 Small, lightweight setup
Specifications:











Heating should be done with air.
1 x Bath
1 x Reservoir (800 ml)
1 x Integrated Heater (1600 ml volume, programmable temp. 20ºC-44ºC)
1 x Circulator Pump (15 W; 500 ml/min)
1 x Micrometer-Transducer Assembly
2 x Triangle Tissue Clip (Stainless Steel0
2 x Tissue Clip (Stainless Steel)
1 x Tissue Holder (Stainless Steel)
1 x 3-way Rotary Valve
1 x Power Supply
C). Force Transducer with dimension of 90×25× 190 mm for tissue bath and isolated organ bath experiment with
sensitivity range of 50, 100, 200, 500, 1000 gm respectively with noise (1Hz LP) level of 1, 2, 4, 10, 20 mg. and temperature
range of (-) 10 0C to (+) 70 0C with computer interface. The Force Transducer mounted on rod should be attachable in three
different locations and should have drop shock protection to ensure against rough laboratory handling. Specification of force
transducer.
31 | P a g e
Rated Output:
Nonlinearity:
Hysteresis:
Non repeability:
30 minute creep:
Temperature Range:
Maximum Excitation:
Length:
1mV/V
<+/-0.025% FSR
<+/-0.05%FSR (for 50 gram range)
<+/-0.05%FSR (for 50 gram range)
<+/-0.05%FSR (for 50 gram range)
-10˚C to 70˚C
10VDC
19mm wide, 25mm thick,
190mm long with mounting rod
Cable Length:
2 meters
Thermal Zero Shift:
<±0.03% FSR/°C
Thermal Range Shift:
<0.03% Reading/°C
The system should be supplied with
D). Necessary software for analyzing dose-response (DR) effects of drugs and capable of generating log doseresponse (LDR) curve and other pharmacodynamic (PD) measurements.
E) Compatible Personal computer (PC) with user friendly laser jet printer should supplied.
Warranty : 2 years
Veterinary College, Bidar
10
K/G-1-510
DEEP FREEZER (ULTRA LOW TEMPERATURE VERTICAL FREEZER)
 Capacity -276 ltr upright model
 Mounted on wheels with key lock and microprocessor alarm.
 Refrigeration system: High Stage 1.5HP low. Stage 1.5 HP, CFC-free foam insulation minimum 120130mm, 100% HFC and CFC free refrigerants
 4 shelves 3 adjustable multi-point gasket seals eye-level controls, the shelves should withhold
minimum of 50kg /shelf weight.
 Heavy duty swivel casters claw-like inner door latches and two air insulated inner doors with four
compartment.
 Heavy-gauge steel cabinet and built in voltage booster running on single phase 220V 60Hz; 230V
50Hz; with surge suppressor.
 Microprocessor control system, digital temperature display system & set point security system. Air –
cooled cascade refrigeration system and two air cooled compressor.
 Temperature range -100 to -400c automated temperature recorder.
 Air cooled condenser and efficient down feed evaporator
 Additional requirement: Battery backup and cryo-gloves to be supplied
1 No
32 | P a g e


Cost inclusive of electrical accessories, installation and demonstration
FOR : Veterinary College, Bidar
Note: Costs inclusive of custom clearance if applicable, electrical accessories and complete installation with demo & training at
BIDAR Veterinary College.
11
K/G-1-511
FLUORESCENCE MICROSCOPE
1 No
-Uplanfl 4x Objective,
-Uplanfl 10x Objective
-Uplanfl 20x Objective,
-Uplanfl 40x Objective
-Uplanfl 100x Oil Immersion Objective
-3 Position Trinocular Head (100% Eyes/ 100%Camera/ Split Between Eyes & Camera)
-10x Widefield Eyepieces, -Bx-Ura2 Fluorescence Illuminator With Rotatable Front 6 Cube Turret, -100
Watt Mercury Lamphouse
-100 Watt Mercury Power Supply, -100 Watt Quartz Halogen Lamphouse. For Transmitted Light, -6 Place
Nosepiece, -Abbe Type Condenser, -Right Handed Mechanical X Y Stage W/Slider Holder, -1x C-Mount Power Cord, Dust Cover & Instruction Manual.
Note: Costs inclusive of custom clearance if applicable, electrical accessories and complete installation with demo training at
BIDAR destination.
12
K/G-1-512
INVERTED MICROSCOPE :
1 No
Observation Tube :Binocular head Siedentopf type, 45º inclined
Trinocular head Siedentopf type, 45º inclined (light split 100:0/20:80)
Eyepieces WF PL 10X/22mm high eye point eyepiece, with diopter adjustment and rubber eyecup
Nosepiece Side facing quintuple nosepiece
Objectives CCIS Plan Achromat objective PL4X
CCIS Plan Achromat phase objective PL Ph10X, LWD PL Ph20X
Stage Plain stage, glass and metal inserts
Condenser ELWD N.A. 0.30 condenser, Phase slider, centrable PH1, brightfield, PH3
Focus By nosepiece movement, Coaxial focusing knobs, Coarse focus with torque adjustment, Fine focus
with 2μm minimum increment. Illumination Koehler illumination quartz halogen 6V/30W
33 | P a g e
Note: Costs should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR destination.
Warranty : 2 years
13
K/G-1-513



DARK FIELD MICROSCOPE
1 No.
UIS2 optical system, Built-in motorized nosepiece focus Stroke: 20 mm, minimum increment: 0.01 μm,
maximum nosepiece movement speed: 3 mm /s Built-in Koehler illumination for transmitted light, Light
intensity LED indicator, Built-in motorized field stop ,High color reproductively LED light source
12V 100W halogen bulb (pre-centered) ,Motorized septuple revolving nosepiece
Interchangeable reversed coded septuple nosepiece, Widefield tilting trinocular Widefield trinocular
Widefield erect image trinocular.
Widefield tilting binocular Widefield tilting, Telescopic, Lifting binocular tube. Widefield ergo binocular
Widefield binocular
Ultrasonic stage (Stage stroke: X:76 mm x Y: 52 mm, maximum stage movement speed: 30 mm/s
Motorized universal condenser (N.A. 0.9, motorized 8-position turret, Aperture stop, polarizing filter in/out
mechanism and top lens swing out mechanism), for 1.25x-100x [swing-out 1.25x-4x, with oil top lens:
(N.A. 1.4)] Swing out Achromatic (N.A. 0.9), for 1.25x-100x (swing-out: 1.25x-4x)
Achromatic Aplanatic (N.A. 1.4), for 10x-100x
Universal (N.A. 0.9), for 1.25x-100x [swing-out: 1.25x-4x, with oil top lens:(N.A. 1.4)]
Ultra low (N.A. 0.16), for 1.25x-4x
Darkfield dry (N.A. 0.8-0.92), for 10x-100x
Darkfield oil (N.A. 1.20-1.40), for 10x-100xr
Note: Cost should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR destination.
Warranty : 2 years
14
K/G-1-514
1 No.
CARBON-DI-OXIDE (CO2) INCUBATOR for IVM-IVF and cell culture
Air jacketed system with sterilization, in chamber HEPA filtration system, microprocessor control with
central message center, capacity 184 liters temp range amb + 5 deg c to + 50 deg C with a uniformity of
+/- 0.3 deg C.
Display Digital LED, over temp sensor, precision, thermisot control of 0.1Deg C. CO 2 Range. 0-20%
control of +/- 0.1% CO2 recovery < 3 minutes, sensor. T/C, Humidity range. Ambient to 95% interior
material: Type 304 SS, Exterior. 18 gauge cold rolled steel, powder, coated, controls for set temp, over
temp, CO2, Audible / Visual Alarm, alarm silence, calibration of temp, CO2, Configure audible on/off,
access code, HEPA filter change reminder, remote alarm contacts, tracking low temp and high low CO 2
34 | P a g e
alarms and following optional accessories
Automatic tank selector, RS-485 interface and display temp/RH.
Removable gasket, outer door, four sided, moulded magnetic vinyl Inner door: removable, cleanable
feather, edged silicone uniform direct heat, sterilization heat up to 140 deg C,
Sterilization period: 12hours
Removable stainless steel shelves,
Microbiogical filters on gas inlet and sample port, in chamber HEPA Filter, Class 100 air quality to be
achieved within 5 minutes of closing door, IN chamber HEPA filter to filter the entire chamber volume
every minute to provide and aseptic culturing
Electrical. 230V 50Hz
The equipment should be supplied With CO2 cylinder, two stage CO2 regulator & Suitable stabilizer
Note: Costs should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR destination
15
K/G-1-515
STEREO ZOOM TRINOCULAR MICROSCOPE: WITH SCIENTIFIC GRADE COLOUR CCD CAMERA
WITH SOFTWARE
1 No
Use for identification and grading of oocytes and embryos, Magnification 0.67x to 4.5x or more, zoom
ratio 6.7:1, Eye pieces 10x to 30x magnification, Fiber optic illumination system, scientific grade colour
CCD camera with software, live display, high resolution images, 2 million pixel CCD, 15fps speed.
Note: Cost should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR destination.
16
K/G-1-516
COMPUTER ASSISTED SEMEN ANALYSIS SYSTEM:
1 No
Integrated Computer Aided Semen Analyzer System semen motility studies consisting of 1 set
1400000.00, High Speed Camera: High Resolution, Digital CD Camera with 60 fps. Suitable for Semen
analysis applications. Software: Biovis Motility Plus
Biovis Chrom software for chromosome analysis and Karotyping. Trinocular Research Microscope with
Plan Phase contrast acromatic objectives 10x,20x, 40x, Bright Field Plan acromatic objectives 4X,10x,
40x,100X, suitable for Semen Sample Analysis Hi resolution Colour Camera for Morphological
applications
35 | P a g e
Note: Cost should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR destination.
17
K/G-1-517
VETERINARY ULTRASONOGRAPHY DIGITAL SCANNER:
1No.
For examination of reproductive organs in canines, Ovine, Caprine, cows and buffaloes. Electronic
convex / Linear/ micro convex, Display modes B, B/B, 4B, M, B/M, Real time dynamic imaging, RDF, RDA,
DFS, DRA, Scanning depth 240 mm, Probe frequency 2.5 MHz to 10 MHz, 10 inch SVGA high resolution
monitor, CINE loop 128 frames, Image storage on built in memory and USB disc, 4 step zoom, soft ware
package for canine: GS, CRL,HD,BD, Bovine BPD, CRL, trunk diameter, Ovine BPD, CRL, Trunk
diameter, B mode, M mode, Patient information management, Main Unit + 3.5 MHz convex probe, 5 MHz
Linear rectal probe, video printer, DICOM, 5MHz micro convex probe, probe connector, 2 USB VGA port
Note: Cost should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR destination.
18
K/G-1-518
1 No
LEAD SHEET FOR X-RAY HALL 300 SQ. FT. FOR RADIATION PROTECTION:
Lead sheet 2mm, along with plywood 10mm for wall fixing in the x-ray room for radiation protection
including fixing charges at Veterinary College, Bidar
19
K/G-1-519
VETERINARY SPECIFIC MULTIPARA MONITER: FOR SURGICAL PATIENT
1 No
Veterinary specific multipara moniter should have following parameters
1. SPO2
2. Pulse rate
3. ECG
4. Temperature
5. NIBP (Non invasive blood pressure). Equipments should include the following accessories.
Accessories:
1. SP02 probe should be Veterinary specific and can be attached to animal tongue /ear.
2. ECG probe should be with special clips to suit variety of animals
3. NIBP cuffs should be of different sizes for different species of animals
4. Temperature probe should be veterinary specific and can be measured by placing the probe in rectum.
Note: Cost should be inclusive of electrical accessories and complete installation with demo training at BIDAR destination.
36 | P a g e
20
K/G-1-520
VITAL SIGN MONITOR:
1 No
Vital Multi-parameter monitor for Veterinary patients should have:
1. Five lead ECG, Digital SPO2, Heart rate, Respiration rate and Non invasive Blood pressure Monitor
2. TFT/LED Monitor must have large 4-trace display of 12” and above active matrix TFT/LED display of
800 x 600 pixel or higher resolution
3. ON screen trending for all parameters, auto-correlation technology and battery backup for at least one
hour duration during power failure
4. At least 99 patient memory as past record
5. Accessories should include five ECG leads, temperature probe, temperature cable, reusable
oesophageal / rectal probe, IBP transducer kit with startup kit
6. Should be supplied with veterinary data logger with secure digital flash card reader and compatible
with MS Excel 2007 and PDF format.
7. Warranty: 1 year
21
K/G-1-521
1 No
INHALANT ANAESTHETIC MACHINE
With stainless steel coating along with intermittent positive pressure ventilator (conventional mounting of
circle absorber type) with isoflurane vaporizer, with oxygen and nitrous oxide cylinders, one Magill’s or
bain circuit:
Note: Price should be inclusive of custom clearance if applicable, electrical accessories and complete installation with demo
training at BIDAR.
22
K/G-1-522
1 No
FIVE HEADED TEACHING MICROSCOPE:
With 1.25 Abbe Condenser, Right Hand Mechanical Stage, 6 Position Nose-piece (4X, 10X, 40X, 60X),
Trinocular Head (Eyepieces should be Included) with U-CMAD-2 Camera Mount, 4 Tilting Head with
Eyepieces, 12V 100W Lamp house, U-MDOB Pointer system with 2 bridge attachments fitted with 5MP
microscopic digital camera.
23
K/G-1-523
SURGICAL DIATHERMY
With monopolar & bi polar cautery machine for animals
1 No
37 | P a g e
24
K/G-1-524
WATER DISTILLATION SYSTEM:
Distillation units quartz double demountable boiler panel series, vertical type with 2.5 lit / hr capacity
1 No
Note: Price should be inclusive of, electrical accessories and complete installation with demo training at BIDAR.
25
K/G-1-525
AUTOMATIC WEATHER STATION
1 No
Data logger with Program execution rate of up to 1Hz, 12-bit analog to digital conversions, temperature
compensated real-time clock, gas Discharge Tube protected inputs, data values stored in tables with a
time stamp and record number, final storage of 128,000 data points in the table based memory structure,
battery backed SRAM and clock that ensure data, programmes, and accurate time are maintained while a
data logger is disconnected from the main power source, support for pakbus protocol, 5 Analog inputs and
2 Pulse inputs & 2 Digital I/O Ports with Auto ranging facility, analog voltage accuracy +/- temperature
Range -40 to 50 C, current drain /power -0.2mA, Supported software for PC to read the data with sensors
for Air Temperature Sensor and Relative Humidity Sensor with Radiation shield (Sensirion SHT75 or
PT100 or Thermistor, Range 400 to 700 c or better, RH Range 0 to 100%) Wind Direction Sensor: Range
0 to 360 degree, Accuracy + 5 degree. Wind Speed Sensor: Range 0-50m/s, Accuracy + 0.5 m/s. Air
Pressure Sensor: Pressure Range. 600 to 1100 mb, Operating Temperature -40 to 600C Accuracy at 200
C + 0.5 mb. Rainfall Sensor Sensor type, tipping bucket /magnetic reed switch material. Anodized
aluminum, Temperature 00 to +500C. Resolution. 1 tip Solar Radiation Sensor: Absolute accuracy +/5% for daily total radiation Temperature response <1% at 5 0 to 400 C. Enclosure: 12” x 14” Enclosure
suitable for Data logger with a power supply and one or more peripherals, non corrosive, white with UV
stabilized, power supply voltage Regulator for charging the battery from Solar Panel and giving voltage to
Data logger. Solar panel of 10 watts,
Rate should include customs duty & clearance charges if applicable transportation to the destination.
Electrical & other hardware accessories and complete installation
Warranty : 1 year
26
K/G-1-526
THREE SEATER DESK CUM BENCH WITH BACKREST FOR SENIOR STUDENTS.
1 No
Overall size: H-785 × W-1370 × D-835(mm), Seat Height: 460 mm
Material specification
 Desk of 18mm pre-laminated Particle board (PLB) with 2mm PVC beading all edges.
 Main frame of 30 x 30 x1.6 (16 swg) thick. Square ERW tube
 Seat, Back & shelf of 20swg CRC Sheet
38 | P a g e
27
 Good quality PVC shoes.
 All steel parts in powder coated finished with standard quality powder after 10 tanks antirust treatment.
Note:
1. The supplier should be a ISO: 14001-2004 & OHSAS 18001-2007 certified company.
2. Supplier should enclose a copy of Brand registration certificate.( Trade Marks registration
certificate)
3. Warranty: 1 year
1 No
K/G-1-527 AUTOMATED ISE BASED ELECTROLYTE ANALYZER
Automated Ion Selective Electrode based Electrolyte Analyzer for measurement of Na+, K+, Cl-, pH and iCa in all type of
biological samples with sensitivity for K+ of 0.5-0.6 mmol/L .
Should have adjustable sampling arm, data storage for 5000 samples
Sample size ≤ 150 μL
Analysis time ≤ 1min, to allow user initiated calibration cycle, use refillable electrodes and individual reagent bottles, portable
with CE certification.
Warranty : 1 year
28
K/G-1-528
HIGH SPEED TABLE TOP REFRIGERATED CENTRIFUGE
1 No
Acceleration Profiles – 9, Deceleration Profiles – 9, Display - LCD Display, Control Communication – Digital, Parameters
Setting Switches - BI - Directional Encoder, Brushless Motor with Frequency Drive, Inverter fault detection with auto shut down,
CFC Free Refrigeration System, Last Set Parameters Recall, Choice of RPM / RCF Setting, Temperature Display - º C / º F,
Digital countdown timer 0-99 min & Continuous Run, Automatic Door Opening, Automatic Rotor Identification, Emergency Lid
Lock Release, Imbalance Detection with Centrifugation Cut Off, Gas Hinge to Prevent Door Falling, Max Speed – 20000, Max
RCF – 37570, Max Tube Size – 100ml, Recommended Voltage Stabilizer - input 170 volts to 260 volts, output 220 volts to 240
volts
Refrigerated / Cooling Centrifuge Rotors
Angle Heads with Polypropylene Tubes
1. Capacity 4 x100 ML, 2. Capacity 8 x50 ML, 3. Capacity 12 x15 ML, 4. Capacity 24 x1.5 ML
Type of Container: Plastic.
Warranty : 1 year
Director of Student welfare, Bidar
29
K/G-1-529
HIGH JUMP LANDING MATS: -
1 No
Made of PV FOAM with non. Tearing vinyl cover.
39 | P a g e
5.5 m X 4.00 m X 66 cm
Diary Science College, Bangalore
30
K/G-1-530
SPECIFICATIONS FOR AMMONIA COMPRESSOR FOR CHILLED WATER FOR PROCESSING OF
MILK:
1 No
 Should have Reciprocating type compressors of V-belt driven and should be suitable to operate with ammonia as
refrigerant.
 Should be V-belt driven ammonia compressors suitable for coupling and belt drive
 Should be of state of art light weight design for precision balancing of moving mechanical parts to reduce vibration and
noise
 Pressure oil lubrication by means of reversible gear pumps
Make :
Reputed or Approved
Model :
4’ x 4’
Motor:
Matching cap of suitable Horse power of reputed make: 7.5 HP, 1440 RPM
Machine Capacity:
8-10 Tons of Refrigeration per hour
College of Fisheries, Mangalore
31
K/G-1-531
THERMAL VALIDATION AND MONITORING SYSTEM
1 No
4 Channels Master Module, Measuring Range : -100 º C to +400 º C x 0.01 º C
System Accuracy : +/- 0.1 º C , ; Capacity , 4 channels, ;Power Supply :110-240 V- 50 / 60 Hz or 12V DC with basic Software
packageThermal Validation and Monitoring System
Connection kit - Packing Gland including solid rubber packing (no holes), 3/4 " , Packing Outer, 3/4", Rubber Packing with 6
holes, 3/4"
Thermocouple Probes and Accessories for monitoring the core temperature of products packed in sealed Pouches. TS-ID
Probes (needle 1.2 dia x 80mm rounded point, Teflon insulated Silicone cables, 7 meter long, plug type, Operating Range : - 20
to + 135 º C, ; Accuracy : +/-0.05 º C after calibration response Time : 0.8 sec / Electrode Material : Stainless Steel, Electrode
diameter : 1.2mm).
For providing strength to the sample pouches while applying perforation - TESA Tape – high Temperature Insulation Tape.
Cutting Tool for pouches – 1 No
Packing Glands for Cans (measuring length = 5 cms from the sides.- Packing Glands 52mm SS tube – 4 no, Space bars in high
performance PEEK – 4 no.
Tools for Cans - Cutting Tool for metal container-1no, Pre-Perforator- 1no.
Spare Parts - Rubber Washers for SSA Probes, 10 pieces – 1no, Rubber Washer, Outer (O-ring) for GKJ Packing Glands, 10
pieces -1no.
40 | P a g e
Data Monitoring System with Process validation Software (Including Computer, UPS, 1 KvA 3hr back up, Printer &Software) for
process documentation -1no. Warranty: 1 year
ANNEXURE – A (UP LOAD HERE)
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
FORM OR CERTIFICATE OF SALES TAX VERIFICATION TO BE PRODUCED BY AN APPLICANT FROM THE
CONTRACT OR OTHER PATRONAGE AT THE DISPOSAL OF THE KARNATAKA VETERINARY, ANIMAL & FISHERIES
SCIENCES UNIVERSITY, BIDAR
i) Up load the scanned copy of VAT Registration Certificate
ii)
UPLOAD VAT CLEARANCE CERTIFICATE ( UP DATED)
41 | P a g e
(To be filled by the Tenderer)
01.
Name or style in which the applicant is assessed or assessable to Sales Tax Addresses or Assessment.
02.
a. Name and address of all companies, firms or associations or persons in which the applicant is interested in
his individual or fiduciary capacity
b. Places of business of the applicant (All places of business should be mentioned)
03.
The Districts, taluks and divisions in which the applicant is assessed to Sales Tax (All the places of business should be
furnished)
04.
a. Total contract amount or value of patronage received in the last 3 (Three) years
A.
2010-2011
B.
2011-2012
C.
2012-2013
D.
Latest issued by concerned CTO’s in their formats
b. Particulars of Sales – Tax for the 3(Three) years
Year
Total T.O. be
assessed
Rs.
Total Tax
assessed
Rs.
Total Tax
paid
Rs.
Balance due
Rs.
Reasons for
balance
Rs.
2010-2011
2011-2012
2012-2013
c.
If there has been no assessment in any year, whether returns were submitted any, if there were, the division in
which the returns were sent.
d.
Whether any penal action or proceeding for the recovery of Sales tax is pending
42 | P a g e
e.
The name and address of Branches if any:
I declare that the above information is correct and complete to the best of my knowledge and belief.
Signature of applicant:
Address :
Date :
(To be filled up by the Assessing authority)
I my opinion, the applicant mentioned above has been/ has not been/ doing everything possible to pay the tax demands promptly
and regularly and to facilitate the completion of pending proceedings.
Seal:
Place:
Date :
Deputy / Asst. Commercial Tax officer
Note: A separate certificate should be obtained in respect of each of the place of business of the applicant from the
Deputy Commercial Tax Officer or Assistant Commercial Tax Officer having jurisdiction over that place.
Signature & Seal
of the Commercial Tax Authority.
43 | P a g e
ANNEXURE- B (UP LOAD HERE)
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
Annual Turn Over Statement
The Annual Turnover of M/s. ____________________________________________________________________ for the last 3
years are given below and certified that the statement is true and correct.
Sl. No.
Year
Turnover in lakhs (Rs.)
1
2010-2011
2
2011-2012
3
2012-2013
Total
(Rupees ___________________________________________________________________________)
Signature of Commercial Tax Officer/ Chartered Accountant
Seal:
Place :
(Name in Capital)
44 | P a g e
Date:
ANNEXURE –C
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
MARKET STANDING CERTIFICATE (UP LOAD HERE)
Performa for Market standing During the Years 2010-2011 , 2011-2012 and 2012-13
Name & Address of the Manufacturer / Authorized Dealer:
Sl.
No.
Year
Name of the Product sold
Item Code No.
Name & Address of the “Purchaser”
Govt. sector
1
2
1
2
3
2010-2011
2011-2012
2012-2013
3
4
5
Pvt. / Non-Govt.
Sectors
6
Place:
Date:
Signature of the manufacturer
Signature of the Chartered Accountant and Official Seal
45 | P a g e
ANNEXURE – D (UP LOAD HERE)
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
Affix the
Photograph of the
person signing the
document with
sealed & attestation
To:
The Chairman
Tender Processing Cell,
IAH&VB campus, Hebbal,
Bangalore-560 024
Sir,
Having examined the tender documents in connection with supply of equipments & Specialized Works etc., to your University
under 2013-14, called by you, I/We, the undersigned offer to supply and deliver the equipments & Specialized Works etc., in
conformity with the terms and conditions of the tender at the rates quoted in the Annexure if the contract is awarded in my/our
favour.
I/We understand that the quotation offered shall be valid for a period of 1 year from the date of acceptance of offer which may
further be extended by another six months if required by you.
I/We undertake if our quotation is accepted I/We will enter into Contract to deliver the goods accordingly.
I/We agree to abide by this tender for the period as above & during the extended period, in case of extension.
46 | P a g e
I/We undertake to deposit Security Deposit amount in accordance with the terms and conditions of the tender if our
offer is accepted.
I/We until a formal contract is prepared and executed, the tender together with your written acceptance thereof and your
notification of award, shall constitute a binding contract between us
I/We understand that, in competing for (and, if award is made to us, in executing) the above contract, we will strictly observe the
laws against fraud and corruption
in force in India namely, “Prevention of corruption Act 1988”.
I/We understand that you are not bound to accept the lowest or any quotations you may receive.
Place:
Phone No. (Off) ___________
Date:
Fax No. ______________
(Res) ____________
Signature
Name & address of the person signing the tender form
NOTE:
Signature ________________________
Name in capital
1)
The quotations shall be indicated in the format attached.
2)
Quotations not in the format will be rejected.
3) Duly authorized to sign tender for and on behalf of ___________________________________________
In what capacity Seal of the Firm
47 | P a g e
ANNEXURE - E( UP LOAD HERE )
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
PROFORMA FOR DETAILED SPECIFICATIONS OF EACH ITEM QUOTED BY THE TENDERER
Item code No.
Name of the item quoted & its detailed specifications of the
item quoted
Catalogue
No
Make
Place of
origin
Total No. of Items Quoted:
48 | P a g e
Total No. of attachment used:
Signature with Seal
Place:
Date
ANNEXURE – F (UP LOAD HERE)
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
FORM OF AUTHORIZATION
(To be uploaded in the Company Letterhead)
No……………
Date:
To
The Chairman,
Tender Processing Sell, KVAFSU
Bangalore
Sir,
Sub: Issue of Authorization Letter.
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
I, ……………………… (Proprietor / Proprietrix) of the above concern, wish to obtain digital signature from the designated service provider
to sing the tender, attend the opening of the tender, represent the concern in all or any of the meetings convened by the Chairman, TPC,
KVAFSU in respect of the tender referred above.
I)
I, ………………………, Managing Partner, of the above Firm, who have been duly authorized by the other partners, wish to
obtain digital signature from the designated service provider to sign the tender, attend the opening of the tender, represent the
49 | P a g e
Firm in all or any of the meetings convened by the Chairman, Tender Processing Cell, KVASFU, and to take decision on
revision of prices quoted in respect of the tender referred above.
II)
We hereby authorize Mr…………………. who is working as …………… in our Firm to obtain digital signature from the
designated service provider to sign the tender, attend the opening of the tender, represent the Firm in all or any of the
meetings convened by the Chairman, Tender Processing Cell, KVASFU, and to take decision on revision of prices quoted in
respect of the tender referred above.\ My/Authorized Signatory’s photograph is affixed below and attested.
Yours faithfully,
Signature and Name of the Primary Manufacturer)
Specimen Signature of the Authorized Person
1.
2.
3.
Photograph to be
affixed.
Attested
(Signature and Name of the Primary Manufacturer)
NOTE: (In case a Proprietor / Proprietrix wish to participate in tender process use Sl. No. (I), in case Proprietor / Proprietrix wish to
authorize a person to participate in tender process use Sl, No. (II), in case, a Partner of Partnership Firm wish to participate in tender
50 | P a g e
process use Sl. No. (III), in case the Partnership Firm wish to authorize a person to participate in tender process, use Sl. No. (IV) and in
case of Company use Sl. No. (V) mentioned below. Strike of whichever is not applicable.)
Annexure – G ( UP LOAD HERE)
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
Manufacturing License / Certificate of authorization from the manufacturer
51 | P a g e
ANNEXURE – H ( UP LOAD HERE)
Ref. No: -TPC/KVAFSU/e-Proc-05/ Goods & Services /PUB/2013-14/172 dt:14.02.2014
PROFORMA FOR
SL.NO.
CODE NO.
ITEMS QUOTED BY THE TENDERER
NAME OF THE ITEM QUOTED
Total No. of Items Quoted:
Signature with Seal
Place:
Date
52 | P a g e
PRICE SCHEDULE (UP LOAD HERE)
Item
code
Item description
Quantity
Price for each unit
Ex- factory/ exware house/ exshowroom
1
2
3
4
Total price
Excise
duty if
any
5
Inland transportation,
insurance and other
local costs incidental to
delivery
6
Sales tax /VAT
/CST and others
payable if contract
is awarded
7
Unit price
4+5+6+7)
8
9
Signature of the tenderer
53 | P a g e
Download