te173 - Darahwb.org

advertisement
Government of West Bengal
New Secretariat Buildings, 3rd floor, 1, K.S. Roy Road,
KOLKATA-700 001
Phone No: (033)2248-6271
Extension: 3337
FAX: (033) 2248-5545
(033) 2243-9284
E-MAIL:dahvswb@rediffmail.com
Website(Tender document download):http://wbtenders.gov.in
Website (Notice only):www.darahwb.org&http://wbard.gov.in
SET OF TENDERDOCUMENTS (ON LINE) 2013 -2015
Each set contains:
1.
2.
3.
4.
5.
NOTICE INVITING e-TENDER
TERMS & CONDITIONS FOR SUBMISSION OF TENDER.
BILLOF QUANTITIES(BOQ)
FORMAT FOR CHECK LIST
APPLICATION FORMAT (Annexure-I)
CATALOGUE OF: Volume-IISurgical Equipments, Refrigerator & Microscope
LASTDATEFORSUBMISSIONOFTENDER(ONLINE):24thJuly,2013upto3pm.
Sd/(Dr. S. Bose)
Director of Animal Husbandry and
Veterinary Services, West Bengal
Firms located outside the State of West Bengal must have to execute supply through
their local branches of this State or Authorized Distributors/Agent/dealers of this
State; otherwise their tenders will not be accepted.
Government of West Bengal
DIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH
New Secretariat Buildings, 3rd floor, 1, K.S.Roy Road, Kolkata-700 001
MemoNo. 157/2P-106/12(Part-II)
Date. 25.6.2013
NOTICE INVITING e-TENDER NO.WBARD/DARAH/SURGERY/NIT-02/2P-106/12/2013-2014FOR
PROCUREMENT OF SURGICAL EQUIPMENTS,REFRIGERATOR & MICROSCOPEFOR THE YEAR 2013-2015.
(Submission of Bid through NIC e- tender portal --- http://wbtenders.gov.in)(on line)
The Director of Animal Husbandry & Veterinary Services, West Bengal,New Secretariat
Buildings, 3rd floor, 1, K.S. Roy Road, Kolkata-1 is going for e-tender on behalf of the Directorate of
AnimalResources&Animal Health, Govt. of West Bengal for preparing the rate schedule ofSURGICAL
EQUIPMENTS, MICROSCOPE & REFRIGERATORfortheyear2013-15.e-Tendersareinvited(online)from
Manufacturers/authorizeddealers/distributors/bonafidesuppliers/tradersonlyfor
supply
of
Surgical
Equipments & Microscope to the following decentralized units under this Directorate :
1.
2.
3.
4.
5.
6.
7.
OfficeoftheDy. Director, AnimalResourcesDevelopment&ParishadOfficersatSouth24Parganas(Alipore),
North24Parganas(Barasat), Howrah, PurbaMedinipur(Tamluk), DakshinDinajpur&Jalpaiguri.
Central Medical Stores, Sub-depots at Nadia, Bankura, Uttar Dinajpur, Murshidabad, Cooch Behar,
Siliguri, Bardhaman, Hooghly (Chinsurah), Birbhum, Purulia, Paschim Medinipur & Malda.
TheJointDirector,A.R.D.,Zone-I/II/III/IV Division, P.O. Burdwan/Kalyani/Siliguri/Baharampur, Dist.
Burdwan /Nadia/ Darjeeling /Murshidabad.
Joint Director, Animal Resources Development, State Livestock Farm, Kalyani, Nadia/ Composite
State Animal Husbandry Farm, Salboni, Paschim Medinipur.
Additional Director, Animal Resources Development, Institute of Animal Health & Veterinary
Biologicals, 37, Belgachia Road, Kolkata-37 / Haringhata Farm, P.O. Mohanpur, Dist. Nadia.
Deputy Director, Animal Resources Development (Poultry Marketing), State Poultry Farm,
Tollygunge, 42, Graham Road, Kolkata-40
Office of the Chief ExecutiveOfficer,PaschimBangaGo-SampadBikashSanstha,Salt LakeCity,Kolkata91.
For the year 2013-15 as per specifications/ unit packing arementioned in the separate set of Catalogue
(A) SURGICAL EQUIPMENTS, MICROSCOPE & REFRIGERATORare classified into following groups
1.
2.
3.
Ligature & Suture Appliances
Laboratory & Post-mortem Equipments
General Surgical & Special Surgical (Orthopedic surgery, GI
tract Surgery, Dental Surgery & Eye surgery) Appliances
4.
5.
6.
7.
8.
9.
Medical Outfits & Injection Appliances
Surgical Dressing, etc.
Miscellaneous Stores
Hospital Furniture
Special Hospital Instrument
Artificial Insemination Accessories
Gr. A/LSA/1 to 18
Gr. B/LPM/1 to 47
Gr. C/GSI/1 to 49
Gr. C/SSI-A/ 1to 21
Gr. C/SSI-B/ 1 to 3
Gr. C/SSI-C/ 1 to 6
Gr. C/SSI-D/ 1 to 31
Gr. C/SSI-E/ 1 to 5
Gr. D/MOIA/ 1 to 22
Gr. E/SD/ 1 to 10
Gr. F/MS/ 1 to 18
Gr. G/HF/ 1 to 10
Gr. H/HI / 1 to 20
Gr. I/AIA/ 1 to 11
Continued on Page-TN/ 2
Page-TN/2
Uniform Rate must be quoted applicable to the entire above mentioned units. No separate rate
is to be quoted for each of the above units which will not be considered for acceptance.
(1) Necessary Earnest Money is to be submitted for participation in the tender.
(2) After publication of e-tender in news papers, detailed catalogue together with terms & conditions and
Application form, BOQ (Bill of Quantities) are obtainable from website http://wbtenders.gov.infree of
cost. Submission of tender by the renderer can be made(on line) with the help of DSC (Digital Signature
Certificate).Documents regarding e-tender may be viewed in the Departmental website
http://www.darahwb.org
(3)
Tenders should be normally be floated in two parts one Technical Bid (BID-A)for Technical
proposals and other Financial Bid(BID-B).for quoting rate in B.O.Q. (Bill of Quantities).
(3) Request for catalogue by post will not be entertained.
(5)Tender of the above Groups of Surgical Equipments, Microscope & Refrigerator must be supported
by :
(a)Earnest Money Deposit either in the form of Demand Draft/ Bankers’ Cheque/ Pay Order / Deposit-at-Call
amounting to R.20,000/- (Rupees Twenty Thousand) only on any Nationalized Bank in favour of
“Director of Animal Husbandry & Veterinary Services, West Bengal. A/c. : ___________________
(Name of the Firm/s) in original is to be submitted (off line) on scheduled date, time and place as per
Clause 19given below and alsooriginalcopy is tobedocumentedthroughe-filingvideClause-6(on line).
OR
Valid Exemption Certificate issued from the competent authority for claiming exemption of depositing
Earnest Money such as valid S.S.I. Certificate issued by Government of West Bengal, DGS&D Rate/
NSICCertificate, etc. to be documented through e-filing in Technical proposal (BID–A)containing
Statutory vide clause 6.
OR
Original copy of T.R. Challan No.7 for R.20,000/-(Rupees Twenty Thousand) only shows that the said
amount has been deposited in favour of the “Director of Animal Husbandry & Veterinary Services, West
Bengal” under the Head “8443-00-103-001-07” to be documented through e-filing inTechnical proposal
(Bid A) containing Statutory Documentsvide clause 6.
Theoriginaldemanddraft/bankers’
cheque/payorder/deposit-at-call/T.R.
ChallanNo.7asearnestmoney
(EMD)ordocument insupportofattestedcopyofEMDexemption(scancopyofthatoriginaldocumentshouldbe
uploaded for EMD exemption) should be submitted physically to the office of the undersigned atNew
Secretariat Buildings, 3rd floor, Kolkata at purchase cell, Room#10 through a forwarding letter in a sealed
cover superscribing EMD of e-tender for supplyofsurgicalEquipments, Microscope & Refrigeratorfor the
year 2013-2015, mentioning Tender No.., Due on ………in a sealed boxon or before25.07.2013 at 1pm.
(b)DrugLicense orcurrentcertificateincaseofdruglicense is under renewal (i.e. upto 31.3.2015).
(whether applicable)
(c)
Validcurrent“NonConvictionCertificate”(whether applicable) (i.e. upto31.03.13).
(d) Documentary Evidence of manufacturing license for surgical Instruments/equipments issued by
Competent Authority, (for Surgical items) (i.e. upto 31.3.2015).
(e) VAT Registration Certificateup to 31.3.2013.
(f) Professional tax Clearance Certificate along with challan valid up to 31.03.2013.
Continued on Page-TN/ 3
Page-TN/3
(g)Trade Licenseup to 31.03.2013..
(h)Authorized Dealership Certificate.(for surgical items only)
(i)
PAN card.
(j)Printed Brochure/Literature of the quoted item(s) (Surgery).
(k)Copyofterms&conditionsforsubmissionoftenderdulydigitallysigned.
Documents at (a) to (k) are to be documented (on line) in original as mentioned in clause
No.6 of Terms & Condition.Attested photo-copy will not be considered in on-line submission
as valid documents.
Bidder(s) will have to sign the terms & conditions of N.I.T. before execution of agreement, if selected.
VAT Registration Certificate if not furnished with the tender, must be furnished at the
timeofreceivingpayment(Vide G.O.#3246-FT dated 29.9.1997)only once against delivery.
NO TENDER WILL BE ACCEPTED IF THE SAME IS NOTSUPPORTEDWITHALLTHEABOVE
DOCUMENTS MENTIONED AT SL. NO. (a) TO (k) IN BID–A IN STATUTORY COVER & NON
STATUTORY COVER (ON LINE) IN CLAUSE NO 6 AS GIVEN BELOW.
Uniform BasicRates should be quoted NET in decimal coinage in figure inclusive of delivery, packing,
insurance, loading & unloading charges etc for supply of articles to all of the pre-mentioned units at
BOQ (Bill of Quantities) in financial Bid (BID-B) for the year 2013-2015.THE OFFERED RATES
SHOULD BE VALID FOR AT LEAST 2 (TWO) YEARS.
Rates any item, if not offered for whole of the decentralized units will not be considered for acceptance.
Rates of VAT are to be indicated extra, if charged in the separate column of B.O.Q. (Bill of
Quantities) in financial cover (BID-B) for the year 2013-2015. The rates quoted shall hold good for 24
months from the date of approval up to 31.3.2015.
Supplyistobecompletedwithin30daysfromthedateofissue of order except for those orders placed
duringthemonthofMarch, 2015 or supply is in respect of which are to be completed within10.3.2015& so on.
Rates of any period as will be specified by the undersigned or Tender Committee at the time of
finalization of tender and to be extended, if situation arises.
Technical proposal (BID-A) should contain statutory & non-statutory document .
Financial proposal (BID-B) should contain the following documents in one cover (folder) i.e. Bill of
Quantities (BOQ). The bidder is to quote the rates of items on line through computer in the space marked for
quoting rate in the BOQ.
Theintendingbiddersarerequestedsubmittheirtenderalong
with
prescribed
application
form
intenderportal/onlinehttp://wbtenders.gov.in. The software shall make automatic encryption of the
Technical as well as Financial Bid and no one shall be allowed to open two Bids prior to the date and
time earmarked for opening by the Tendering Authority.
After evaluation of Technical Bid, those who qualify their Financial Bid shall be opened. The
technical proposal (BID-A) will be opened on line Date25.07.2013starting from 1.00pm
&onwards.Technically qualified bidder will be uploaded in the web portal. There is no need to be
present of Bidders or authorized representatives in the office of the undersigned at the time of opening
of the Technical Proposal (BID-A).
For further information, the bidders are requested to please contact the undersigned.
Continued on Page-TN/ 4
Page-TN/ 4
No Tender will be accepted across the table and no such receipt will be issued thereon.
Intheeventofanydiscrepancybetween downloaded tender document & master copy of the same
availableintheofficethenthelatterwillbeaccepted&bindingon the bidder. Noclaimwill be entertained.
N.I.T. (download properly and upload the same digitally Signed). The rate should be quoted in the
B.O.Q. Quoted rate will be encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in any
other place, the tender is liable to be summarily rejected.
All the tender documents including N.I.T., terms & conditions for submission of tender & B.O.Q. will
be the part & parcel of the bid documents.
Theundersignedreservestherighttoreject/oralltender/satanystage without assigning any reason thereof & will
not bound to accept lowest tender. No Tender will be accepted across the table/tender box/by post or
otherwise.
Sd/(Dr. S. Bose)
Director of Animal Husbandry &
Veterinary Services, West Bengal
Government of West Bengal
DIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH
New Secretariat Buildings, 3rd floor, 1, K.S.Roy Road, Kolkata-700 001
Terms & Conditions for on-line submission of e-tender for supply of Surgical Equipments,
Refrigerator& against e-Tender Notification No. WBARD/DARAH/SURGERY/NIT-02/2P-106-12/20132014 for the period 2013-15.
1. INSTRUCTION TO BIDDER
In the event of e-filing, intending bidder may download the tender documents free of cost from the
Website: http://wbtenders.gov.indirectly with the help of Digital Signature Certificate
General guidance for e-Tendering:Instructions / Guidelines for electronic submission of the tenders
have been annexed for assisting the bidders to participate in e-Tendering.
(i) Registration of bidders:Any bidderswilling to take part in the process of e-Tendering will have to be
registered with the Govt. e-ProcurementSystem, throughtheWebsitehttp://wbtenders.gov.inafter obtaining
DSC (Digital Signature Certificate)
.
ii)Digital Signature certificate (DSC):Each bidder is required to obtain a Class-II or Class-III Digital
signature Certificate (DSC) for submission of tenders from the approved service provider of the Govt. of
India on payment of requisite amount.
iii)Tender Fees:
Tender documents may be downloaded free of cost.
2. ELIGIBILITY FOR QUOTING:
On line tender invited from Manufacturersorauthorizeddealer/distributors/bonafidesuppliers/traders for
Surgical Equipments, Refrigerator&Microscope etc. as per annexed list of the items in the Catalogue of
Volume-II are only eligible for quoting in this tender.
Bidders may quote any number of itemsas mentioned in the catalogue of volume-II. Only one rate should
be quoted for only one item/specification to be purchased.
IF MORE THAN ONE RATE FOR A SINGLE ITEM IS QUOTED THE RATES FOR THAT
ITEM IRREPECTIVE OF MENTIONING OR NON- MENTIONING OF UNIT PACKING WILL
BE TREATED AS CANCELLED.
Rate/s is/are to be quoted in BOQ (Bill of Quantities) in FINANCIAL COVERfor the year 2013-2015.
3. SUBMISSION OF BID:
Tender should normally be floated in two parts one technical Bid & financial Bid . Both technical bid &
financial bid are to be submitted concurrently duly digitally signed in the website
http://wbtenders.gov.in.All papers must be submitted in English Language.
Technical bid proposals are to be documented in TECHNICAL COVER. Rate/s is/are to be
quotedinBOQ(Bill
of
Quantities)inFINANCIALCOVERforSURGICALEQUIPMENTS,
MICROSCOPE & REFRIGERATORfor the year 2013-2015.
4.EARNEST MONEY
a) Each tender, unless the Bidder is exempted under the existing orders of the West Bengal or Central Govt.
will have to be submitted with either Demand Draft/Bankers’ Cheque/Pay Order/Deposit-at-Call from any
Nationalized Bank worth R.20,000/- (Rupees Twenty Thousand) only irrespective of the Items quoted in
favor of “Director of Animal Husbandry & Veterinary Services, West Bengal, A/C._______________
(Name of the Tendering Firm)” payable at Service branch Kolkata to theOffice of the undersigned at
Purchase Cell, Room # 10 as per scheduled date& time vide clause no. 19 in Original (off line)&
alsooriginalcopy is to be documented ( on line) vide clause 6.
Continued Page. No.-TC/2
Page No.-TC/2
OR
ORIGINAL copy of T.R. Challan No.7 for R.20,000/-(Rupees Twenty Thousand) only shows that the said
amount has been deposited in favour of the “Director of Animal Husbandry & Veterinary Services, West
Bengal” under the Head “8443-00-103-001-07” will have to be documented( on line) vide clause 6.
OR
Valid Exemption Certificate issued from the competent authority for claiming exemption of depositing
Earnest Money such as valid S.S.I. Certificate issued by Government of West Bengal, DGS&D Rate/
NSIC Certificate, etc will have to be submitted vide clause no. 21 in original(off line)& also to be
documented (on line) vide clause 6..
b)The onus of proving that a Bidder is exempted from the depositing Earnest Money will be on the Bidder &
must be proved by submission of valid documents to that effect, e.g., Small Scale Industries should furnish
S.S.I. Registration Certificate. Co-operative Societies of this State should furnish Registration Certificate
from the State Registrar of Co-operative Societies, DGS&D Certificate, etc. and that is to be submitted (on
line) vide clause6.
c)The original Demand Draft /Banker’s Cheque/Pay Order/Deposit-at-call Receipt/Treasury Challan # 7
as Earnest Money Deposit (EMD) or documents in support of EMD exemption (scan copy of that
document should be uploaded for EMD exemption) should be submitted physically to the Office of
The Director of Animal Husbandry & Veterinary Services, West BengalNew Secretariat Buildings,
3rd floor, KOLKATA at purchase cell, Room #10 through a forwarding letter in a sealed cover
superscribing EMD of e-tender for supplyofsurgicalEquipments, Microscope & Refrigeratorfor the year
2013-2015, Tender No..., Due on…..in a sealed boxon or before 25.07.2013 at 1pm.
d)The original Bank draft/Bankers’ Cheque/Pay Order/Deposit-at-Call Receipt or T.R. Challan No.7 in
original as earnest money deposit must be documented (on line) vide clause 6for SURGICAL
EQUIPMENTS, MICROSCOPE & REFRIGERATOR etc.
e)In no circumstances, will Cash, G.P. Notes,Savings Bank PassBook, Fixed/Term /Special Term Deposit
Receipt/ Token of Reserve Bank of India or A/c. Payee Cheque, etc save & except those mentioned
above bereceived with Tender as Earnest Money.
f) The Earnest Money Deposit shall not carry interest. This Directorate is not liable for deposition of excessof
Earnest Money.
g) Earnest Money deposited before the date of issue of this Tender Notification will not be accepted. Earnest
Money Deposit of previous tender will not be adjusted/considered for this tender.
h)The
onus
of
proving
thatabidderisexemptedfromthedepositingearnestmoneywillbeonthebidder&mustbeprovedbysubmissionofva
liddocumentstothateffecte.g.,
SmallScaleIndustriesshouldfurnishS.S.I.RegistrationCertificatealongwithAnnualProductionReturnoftheprec
edingyear.Co-operativeSocieties of this State should furnish Registration Certificate from the State
Registrar of Co-operative Societies.
i)Registration of S.S.I. Units after submission of Tender shall not entitle the Bidder to exemption
fromdepositing Earnest Money.
j) Earnest money will be released after finalization of tender & in the following cases:(a) Tender documents which are not valid.
(b) In other cases, it will be released in due course
5.TIME SCHEDULE FOR THE E-TENDER:
The time schedule for obtaining the BID documents, Pre BID meeting, registration with tendering authorities,
submission of bids & other documents etc .will be as per the list provided in clause no.19 as given below.
Contd… Page TC/3
Page No. TC/3
6.SUBMISSION OF THE TENDER:The tender is to be submitted in a two Bid System:-one
Technical Bid& other Financial Bid .The documents will get encrypted (transformed into non readable
formats).
A. TECHNICAL PROPOSAL:“BID–A”:The Technical proposal should contain scanned copies of
the following documents in two covers.
(I)STATUTORY COVERcontaining the following documents: “BID–A”: (SINGLE FILE MULTIPLE
PAGES SCANNED):
1
Scanned Original Copy of Demand Draft/ Bankers’ Cheque /Pay Order/Deposit-at-Call Receipt
payableat Service branch Kolkataat Service Branch, Kolkata or T.R. Challan # 7 ofR.20,000/(Rupees Twenty Thousand) only in favour of the Director of Animal Husbandry & Veterinary
Services, West Bengal, A/c. _________________ (Name of the Firm)submitted to DAH & VS,
WB as Earnest Money for the tender OR Valid Exemption Certificate issued by the Competent
Authority claiming EMD exemption.
2
Check List in the prescribed format.
3
Application in the prescribed format given in Annexure I.
4
Authorization letter of signatory from Company.
5
Copy of NIT & terms &conditions duly digitally signed..
(II)NON-STATUTORY COVER/ MY SPACE containing the following documents:
Sl. No
Category
Sub Category Description
1
CERTIFICATESi) PAN Card of the authorized signatory.
 All certificates are to be
ii) Prof. Tax clearance certificate with challan valid up
furnished in English Vernacular
to 31.3.2013.
 Affidavits are not valid.
iii) VAT Registration certificateup to 31.3.2013.
 Scanned original copy
iv) Agreement between the manufacturer and the
Distributorand Authorized dealer/distributor
certificate ( if there be any)
2
i) Trade License(i.e. upto 31.3.2013).
COMPANY DETAILS
scanned original copy
3
CREDENTIAL
i) Documentary evidence of Manufacturing License for
(Scanned original copy
surgical Instruments/ Equipments issued by
competent authority(for surgical items)(i.e. upto
31.3.2015).
ii)DrugLicense orcurrentcertificateincaseofdrug
License is under renewal (i.e. upto 31.3.2015).
(whether applicable)
iii)Valid Current No conviction certificate (whether
Applicable). (upto 31.3.2015).
4
DECLARATION 1,2,3
Brochure(1), Literature(2), Leaflet (3)[Technical
(Scanned original copy)
specification] of the quoted item(s) (Surgical Items)
N.B.:ALLSTATUTORY&NON-STATUTORYDOCUMENTS(S)AREREQUIREDTOBE FURNISHED IN
ORIGINAL AS & WHEN ASKED FOR. Neither Photocopy nor cyclostyled literature will be accepted, in
case of Brochure.
B.FINANCIAL COVER: BID- B:
 BOQ:
 The folder as “Financial Bid” shall contain
a. Uniform BASE RATE per accounting unit as per packing mentioned in the Catalogue
including Excise Duty (if any) incidental charges, i.e. Delivery Charges (F.O.R. destination),
Cost of transportation, packing, insurance, loading & unloading charges and exclusive of
VAT, to be quoted in the bill of quantities (BOQ) for supply at the Decentralized units as
mentioned in the Tender Notice.
Continued on Page TC/ 4
Page No. TC/4
b. Amount of excise Duty to be included in the base rate in BOQ columns
c. RatesofVATintermsof
percentage(ifleviableextra)tobequotedinseparatecolumnofBillofQuantities(BOQ).
d. No separate rate for separate units (as mentioned at Sl. No.a.) is to be quoted.
e. Separate Unit packing, if offered against the specific unit packing of catalogue will not be
considered & will be rejected.


TheoriginalDemandDraft/Banker’sCheque/Pay Order/Deposit-at-call Receipt/Treasury
Challan#7 against Earnest Money Deposit(EMD)or documents in support of EMD exemption
(scan copy of that document should be uploaded for EMD exemption) along with hard copies
of Bid -A as per schedule mentioned in clause 6 should be submitted physically to the Office of
The Director of Animal Husbandry & Veterinary Services, West BengalNew Secretariat
Buildings, 3rd floor, KOLKATA at purchase cell, Room #10 as per scheduled date & time
more clearly described in the time programme as per clause 19before opening of Technical
Bid(BID-A)through a forwarding letter in a sealed cover superscribing EMD of e-tender for
supplyofsurgicalitemsfor the year 2013-2015, mentioning Tender No…., Due on….in a sealed
boxon or before25.07.2013 at 1pm.
No original EMD as well as any other technical documents will be accepted after closing
date of BID submission.
 SUBMISSIONOFHARD COPY OF FINANCIAL COVER (BID-B) IS TOTALLY
PROHIBITED AND ONLY BE SUBMITTED THROUGH ON LINE THROUGH NIC E- TENDER
PORTAL.
7.
EVALUATION OF TENDERS
During the tender Evaluation Process, theTechnicalproposal(BID-A) will be opened first. Those bidders who
have qualifiedtheTechnicalproposalas described in BID-AcontainingStatutory& Non-Statutory documents
in Part-I & Part-II will be identified and only theirFinancial Cover (BID-B) shall be opened. The Financial
Cover (BID-B) will not be opened and will be summarily rejectedif that Bidder will fail to meet the technical
requirements participating in the tender. The bidderofferingtheitemfoundsuitable & as being as per the tender
specification will only beselected.
Technical Evaluation of the Tender will be held on two steps, i.e., opening & evaluation of
Technicalproposalof tender.
Opening of the Technical Proposal:
Technical proposal will be opened by the authorized officers of the undersigned, electronically from the
website using their Digital Signature Certificate (DSC).
Cover (folder) for Statutory Documents and non-statutory documents (Clause 6) will be openedfor evaluation
of Technicalproposal of tender. If there is any deficiency in the Statutory Documents the tender will
summarily be rejected.
Decrypted (transformed into readable formats) documents of the Statutory & Non-Statutory Cover will be
downloaded and handed over to the Tender Evaluation Committee.
Summarily list of technically qualified bidders will be uploaded online.
Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of eligible bidders and
the serial number of items for which their proposal will be considered will be uploaded in the web portals.
TheFinancial Cover (BID-B)of those bidders passing the technical requirements will only be opened. The
sample of the item quoted in the tender by the bidder, those who will be qualified in technical bid, will
be examined by our technical experts before opening of the Financial Cover.Original Brochure/literature
along withsampleof the qualified bidder must be produced before Selection Committee failing which the
respective tender will be rejected forthwith. The date, time & venue of the Selection will be notified on-line
in due course.
Contd… Page TC/5
Page TC/5
THEDECISIONOFUNDERSINED/TENDERCOMMITTEEWILLBEFINAL,BINDING& ABSOLUTE
IN THIS RESPECT.
8.TENDER PRE- REQUISITES
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
OriginalTrade License, PAN card,VAT Registration Certificate, Prof. Tax Paid Challan/Clearance
certificate, Exemption Certificate, Manufacturing License, Drug license & No Conviction Certificate(all
valid up to 31.03.2013) Brochure of quoted items are required to be furnished along with the tender(on
line ).
In no case, Affidavit of Trade License / VAT Registration certificate will be accepted.
Original Trade License, Pan card, VAT Registration Certificate, Prof. Tax Paid Challan Clearance
certificate, Exemption Certificate, Manufacturing License, Drug license & No Conviction Certificate,
Brochure of quoted items or any other documents are required to be documented on line and are
required to be furnished when called for.
Authorized dealer/distributor should furnish documentary evidence to that effect along with offer will
have to be documented as mentioned inStatutory cover (BID-A).
Tenderterms &conditionsdulydigitallysignedin each &and every pageis tobe documentedStatutory
cover (BID-A).
Legal documents (made on non-judicial Stamp paper worth R.10/-) regarding appointment of
agent/stockiest/distributor, if manufacturer or bidder wants to supply through Agent/Stockiest/
Distributor are to be documented on line as mentioned in Statutory cover (BID-A). Original to be
submitted, if selected.
Documentary evidence of Manufacturing License for surgical Instruments/ Equipments issued by
competent authority.
Bidders, if they do not furnish VAT Registration certificate must have to furnish the same at the time
receiving payment against bill otherwise payment, will not be made.
Duly certified copy of English version of pre- requisites are to be furnished.
Up-to-date Valid Drug License issued under the Drugs & Chemicals Act, 1940 as mentioned in BID-A
(non-statutory cover)
“Non-Conviction Certificate” from the Drugs Control Authority (up-dated) if the quoted items comes
under the Drugs Control Act, 1940 (i.e. valid up to 31.03.2013) as mentioned in Non-Statutory cover
(BID-A) is to be documented [Whether applicable].
In case the Bidder if exempted from VAT or if he enjoys the benefit of deferment, he must submit
documentary evidence to that effect in Non-Statutory cover (BID-A) in place of VAT Registration
certificate.
Itiscompulsory for the bidder for Surgical Equipments,Microscope & Refrigeratorto enclose their
brochure/printed/leafletbooklet(NEITHERPHOTOCOPYNORCYLOSTYLED)namelypharmaceuticals
index containing product list details of each items for which rates are quoted to be documented as
mentioned in Non-Statutory cover (BID-A).
n)
o)
p)
q)
r)
(o) PrescribedApplicationForm(Annexure-I)dulyfilledin and signed & affix with the seal of the firm
by indicating full communicating address with PIN Code No. Telephone No/ FAX/ e-mail address/
Website Number, mentioning Tender Notification No. & Date and Authorization letter of signatory
from Company are to be documented on line.
s)
t)
u)
v)
9.RATE
a. Rate/s is/are to be quoted in BOQ (Bill of Quantities) in FINANCIAL COVER- Bid-Bin figures
for the year 2013-2015. Bidders may quote any number of items as mentioned in the catalogue.
Only one rate should be quoted for only one item / specification to be purchased.
b. Rates should be quoted in NET in decimal coinage stating the particular item as par catalogue of the
tender proposed to the supplied inclusive of all incidental charges including FREE DOOR DELIVERY
to the different decentralized units as mentioned in Tender Notice. Sterile items are to be transported in
such packaging so that there is no damage to the primary packaging during the transportation process
& sterility should be maintained properly. The quoted rate should be inclusive of all charges such as
delivery (F.O.R. destination), loading, un-loading, cost of transportation, Insurance, etc. Taxes &
duties should be quoted separately wherever applicable.
Contd… Page TC/6
Page No. TC/6
c. Rates are to be quoted for items as per the list of the Catalogue(Volume-II) as provided in the table-1.
d. Rates shall be valid throughout the period to be covered by the contract to be executed with successful
bidders along with any extensions as may be made by the competent authority from time to time.
e. Rates quoted which are not as per specification mentioned in the Tender (BOQ) /Catalogue will not be
accepted.
f. Under no circumstances enhance of rate whatsoever will be accepted after closing of online bid
submission, whatever the reasons given thereafter except for any tax imposed by the Government.
Attested photocopy of Govt. Order in respect is to be submitted while claiming such increase. If there
is no Excise Duty whatsoever, after submission of tender, it will not be allowed.
g. Abnormally LOW RATE of any item(s) quoted by the Tendering Firm in the offer with some malafide
intension will not be accepted, if detected.
h. The authority does not guarantee purchase of all the items quoted in the catalogue, since it
depends upon the actual requirement evaluated by the field units. Hence, rate should be quoted
accordingly.
i. Rates should be quoted on the particular for Surgical Items, Microscope & Refrigeratoretc. as
proposed to be supplied according to the Catalogue inclusive of Excise Duties by indicating all
incidental charges like Insurance, Packing, Forwarding, etc. and Free Delivery to all the Units at Sl.
No.1 to 7 of the Tender Notice at Uniform Rate applicable to all the Units (no separate rate is to be
quoted). VAT charged is to be shown extra in terms of percentage. The Rate should be quoted in
Rupees & Paisa (INR).
j. Excise Duty when leviable should be indicated in terms of amount per unit only and Govt. of India’s
Notification No. with date and percentage of Excise Duty imposed should be mentioned for
information & scrutiny in remarks column. Any increase in Excise Duty after submission of tender
will not be accepted/ allowed unless such Excise Duty is mentioned separately. Items meant for
Government Use are exempted from Octroi.
k. Bidder, if desire may cite the Brand Name in addition but not as replacement of generic name.
l. Rates should be quoted in terms of the Packing Unit specified in the catalogue. Rates quoted which
are not as per specification will not be accepted. Rates in no case shall exceed the controlled price of
any item in force at the time of submission of tender, if there by any.
m. Quantity ordered is not likely to be enough to be considered “AS TRUCK LOAD” and the bidder must
effect supply of /delivery of any small quantity of order placed in favour of them.
10.VALIDITY:
(i) Rate quoted shall hold goodfortwoyearsi.e., upto31.3.2015fromthedateofapprovalof rateby the Tendering
Authority and/or any extended period, if situation arises and within the validity period, Biddersmust be
supplied at the approved rate and refusal to supply will be dealt with as per Tender Rule.
(ii) Thevalidityperiodofratemayfurtherbeextended/ curtailedatthediscretionoftheundersigned/ TenderCommittee
at the time of finalization of tender or after expiry of the period of validity.
(iii)Any addendum/ corrigendum / Extension of validity period will be notified at our departmental Web-site
www.darahwb.org. as it is not impossible to inform any individual.
11. SAMPLE/ LITERATURE
(i) Literature of the offered item must be produced along with offer and sample when asked for.
(ii) In case, Sample/Literature is approved, one set of such Sample/Literature shall have to be kept in with
this Directorate during the tenure of tender. Supply should be made according to the approved
Sample/Literature. Only valid Bidder’s sample will be examined.
(iii) The sample will be examined by our technical experts provided that tender/s of sample producing firms
valid in respect of submission of tender pre-requisites mentioned above.
iv) Unapproved sample(s) will have to be taken back by the Bidder within one month from the date of
submission of sample. The Authority/ Government will not take any responsibility/ liability for any
loss/damage for the unapproved samples beyond that period.
v) Inspection of materials may be undertaken at the supplier’s premises whenever necessary by the
Tendering Authority/ any officer authorized by the undersigned.
Contd… Page TC/7
Page No. TC/7
vi) In the event of non-submission of sample/literature, it will be treated as unwillingness/inability to supply
& such tender will not be considered.
vii) It is compulsory for the bidder for Medicines to enclose their printed Leaflet/Booklet (neither photocopy
nor cyclostyled) namely Pharmaceutical Index or Therapeutic Index containing product list details of each
item for which rates are quoted.
viii) Onehardcopy of Literature/brochure is to be suppliedtothe decentralized units prior to supply of approved
items.
12. AGREEMENT
The successful bidder will have to enter into a contractual agreement with the Govt. in the standard format
embodying the tender terms & conditions in Non-Judicial Stamp Paper worth Rs.10/- (Rupees Ten) only.
Prescribed Agreement must be signed also by the Authorized Signatory of the tendering firm concerned.
13. APPOINTMENT OF AUTHORISED DISTRIBUTOR:
(a) THETERMSDISTRIBUTORIMPLIESAUTHORIZEDDISTRIBUTOR/DEALERS/AGENT/
INWHATEVERFASHIONADDRESSEDWHOSHALLFACILITATETHEPROCESSOFTAKINGORDE
R,
ENSUINGTIMELYSUPPLY&COLLECTINGPAYMENT
ON
BEHALF
OF
THE
MANUFACTURER.
(b) Firms located outside the State of West Bengal must have to execute supply through their local branches of
thisStateorAuthorizedDistributors/Agent/dealersofthisState;otherwisetheirtenders will not be accepted.
(c) If manufacturer or bidder wants to supply through/distributor/dealer/agent/stockiest, Legal documents
(madeon
Non-Judicial
Stamp
Paper
worth
distributor/dealer/agent/stockiest is to be documented.
R.10/-)
regarding
appointment
of
14. SECURITY MONEY DEPOSIT
(i) The successful bidder will have to deposit Security Money @ 5% ad-valorem subject to maximum of
R.1,00,000/- (Rupees One Lakh) only in Term /Fixed Deposit Receipt on any Nationalized Bank in favor
of the Director of Animal Husbandry & Veterinary Services, West Bengal/Indenting Officer/A/c. :
___________________ (Name of the Bidder/Firm) within 7 (seven) working days from the date of issue
of order failing which the order will be cancelled along with forfeiture of Earnest Money Deposit kept at
Headquarters and no further correspondence entertained.
Security Money should be deposited for each item & for each unit separately. Partial Deposit/ adjustment
with previous deposit(s) will not be accepted.
(ii) Thesecuritymoneymaycarryinterest.ThisDirectorateisnotliablefor deposition of excess security money.
(iii) Security money will be refunded after satisfactory completion of supply. No proportionate refund of
security money will be allowed if the supplied quantity either falls below the ordered quantity.
15.SUPPLY/DELIVERY
(a) Delivery will be made strictly as per given schedule printed in the order. The schedule may be revised
(increased/decreased/temporarily postponed) by the receiving authority, depending upon required.
(b) The quantity normally depends upon the actual requirement of the indenting officer. The successful firm
is required for supply any quantity at the accepted rate within the contracted period.
(c) The ordered item must be packed suitably to avoid transit loss & weathering to maintain quality. The
supply must comport to the given specification in tender.
(d) Supply must be commenced within specified time frame from the date of placement of formal order or
the date as indicated in the order.
(e) Supply will normally be accepted on all working days between 11 am & 3 pm. Successful bidder must
provide the requisite number of labor to store/install the materials in the respective store/places as will be
indicated from time to time without any additional charges. No supply will be accepted on Sundays &
Govt. Holidays unless otherwise desired by the receiving authority.
Contd… Page TC/8
Page No. TC/8
(f) IT IS OBLIGATORY FOR THE BIDDER TO NOTE THAT FAILURE TO MAINTAIN DELIVERY
SCHEDULE FOR SUPPLY OF ORDERED ITEM WILL LEAD TO SEVERED DISLOCATION IN
CARRYINGOUTPUBLICSERVICEFORWHICHSUCCESSFULBIDDERWILLBEHELDRESPONSIBLE&
ACTIONWILLBETAKENSTRICTLYASPERTENDERRULESLAIDDOWNHEREIN WITHOUT ANY
PREJUDICEANYSHORTOFPLEAWILLBECONSIDERED,SAVE&EXCEPTANYINCIDENTOCCURRE
D ‘BY ACT OF GOD’ MAY BE CONSIDERED SYMPATHETICALLY.
(g) Replacement of supply against any rejected consignment must be made positively within given time frame
from the date of intimation, failing which action will be taken as per tender rule.
(h) All supplies of Drugs must bear the Inscription “Directorate of AR & AH, WB/ 2013-15”/ NOT FOR
SALE” distinctly stamped or embossed on the original label on individual packets as well as units of
ampoules/vials /as the case may be, if within 31st March, 2014 and after that it will be 2013-14 and so on.
(i) All supplies of Drugs should invariably display the following particulars on its label and/or cartoon in a
distinct manner:
a. Pharmacopoeia Name (excepting Herbal Drugs).
b. Trade Name of the Product.
c. Manufacturing Date.
d. Batch Number.
e. Date of Expiry.
f. Name & Address of Manufacturer along with Manufacturing License Number.
g. Exactcompositionofallproprietarydrugs.IncaseofDrugsformulationtheactiveingredients&their
quantities thereon must be mentioned. Specification of standard of all drugs should be mentioned
against each item I.P., B.P., U.S.P., B. Vet-C, B.P.C., N.F., N.R.I., U.S.N.F. as the case may be.
h. All supplies of drugs except herbal drugs should accompany a TEST CERTIFICATE. The full name,
qualification & the attested signature (to be attested by the Proprietor/ any official of Tendering
Firms) of the certifying Chemist be submitted in a separate sheet of paper. If order is executed
against Warranty, the Test Certificate for the same must be submitted within 15 days from the date
of delivery, failing which payment will be held up. Warranty Certificate is not required for supply
of P. Alum, Oil Linseed & Commercial Bleaching Powder.
i. For articles having Expiry Date, must have a shelf-life at least 15 months excepting for Vitamin
Preparations: 12 months shelf-life at the time of supply.
j. Ordersforthesupplyof estimated quantities of Drugs/Laboratory Chemicals, Surgical Equipments,
etc. may be placed by the undersigned and the decentralized units under the Directorate of Animal
Resources & Animal Health, West Bengal as mentioned at Sl. No.1 to 7 of the Tender Notice.
Such order will be placed with the successful bidders after the execution of the Agreement.
16. PENAL MEASURE
i)
The earnest money deposit furnished by a firm will be liable to be forfeited in full (including excess
amount of earnest money, if deposited), if the firm withdraws tender as a whole or for any particular
item at any stage during the tenure of tender or fails/refuses to enter into written agreement once the
rate for any/all item/s is/are accepted within the time specified when requested to do so by this
Directorate and/or refuses to deposit security money. Such firms offer will not be taken into
consideration in future & shall liable to be black listed for 3 (three) years.
ii) The security money deposit furnished by a bidder is liable to forfeit in full (including excess amount of
securitymoney, if deposited)along with cancellation of order without prejudice in the event of
failure/refusal to maintain the delivery schedule and/or non-observance of terms & conditions of
tender and/or contracted specification and/or quality/ quantity and the authority will be at liberty to
terminate the contract as a whole or part.
iii) The price, at which the bidder sells the products of identical description to any other Govt. Directorate,
Organization etc., shall not exceed the quoted rate. If such incident of quoting higher rate comes to the
notice, the authority reserves the right to initiate legal/penal action against such firms.
Contd… Page TC/9
Page No. TC/9
iv) In case, the delivery programme is not followed & the competent authority is compelled to procure the
ordered articles from the open market at a higher rate than the accepted price in tender, in that case the
excess cost incurred on the account will have to be borne by the firm which will deducted from their
outstanding bill apart from forfeiture of Security Money in full. Besides, failure to maintain the
delivery schedule/ stoppage of supply may lead to termination of contract along with forfeiture of
Security Money Deposit in full and such firms shall liable to be Black Listed for 3 (three) years.
v) The Tendering Authority reserves the right to test drugs & chemicals in any reputed laboratory having
facilities for such under public sector and the test report will be binding for taking positive action/
cancellation of order against the bidder and/or its suppliers. The tendering authority reserves the right
not to disclose the intensity of the test house.
17.PAYMENT
(a) Tax Invoice against all supplies is/are to be sent in TRIPLICATE and should invariably be submitted
along with supplies.
(b) Payment shall be made after executing the order satisfactory in all respect. However, no interest shall be
paid to the firm, if the payment is delayed due to whatsoever reasons. In no circumstances, delivery
schedule should be affected & or linked with the payment of outstanding bills. The payment of bills shall
be with held, in case of violation of any tender terms & conditions
(c) No arbitration for the work will admissible, any mobilization/secured advance will be allowed.
18. MISCELLANEOUS
(i) Tender pre-requisites such as Earnest Money Deposit, Trade License, etc., will not be accepted
afterscheduled date&time more clearly described in the time programme.
(ii) Conditional tenders &tenders not accompanied with the documents as mentioned in clause shall be
summarilyrejectedwithoutanyreferencemadetothebidder&nocorrespondencewillbeentertained.
(iii) In case of products with Brand Name, the Tendering Firm is required to mention the Brand Name against
each item in Annexure-I. In case, I.S.I. Marked products, the Tendering Firm shall have to produce
License of manufacturing from B.I.S.
(iv) If the submission and opening of tender is not possible on the scheduled date & time due to any
unavoidable circumstances, the same will be done on immediate next working day at the same time
prescribed in the tender. The bidder shall not be informed separately in this regard.
(v) The offer may go to the next bidder, if the successful bidder fails to perform the contract.
(vi) No negotiation/enquiry/subsequent representation regarding rate/quantity/quality or otherwise will be
entertained after closing of Bid submission (on line) Tender.
(vii) No Import License, any sort of permit, etc. in respect of any item will be provided from this Directorate
and the Tendering Firm should have relied on their own resources.
(viii) Latest guidelines pertaining to purchase of stores issued by the Govt. of West Bengal will be followed
provided that there is no specific instruction of the Tender Committee in this regard.
(ix) The undersigned reserved the right to reject any or all of the tenders at any stage without assigning
any reason thereof and will not be bound to accept the Lowest Tender Rate.
(x) Any dispute /difference arising out of this Tender will be referred to the sole arbitrator to be appointed by
the undersigned and the same will be held at Kolkata. Arbitrator will have the power to pass interim order
and will be guided by the Arbitration & Conciliation Act, 1996.
(xi) When a bidder submitted their tender in response to this N.I.T., they will be deemed to have understood
fully the contents, the requirement, term & conditions of this tender. No extra payment will be made on the
pretext that the bidder did not have a clear idea of any particular point. Any offer made in response to this
tender when accepted by the Tendering Authority will constitute a contract between the parties.
(xii) Non-compliance to any terms &conditions laid herein shall constitute a breach of contract and penalty for
non-compliance shall be enforced very rigidly.
(xiii) Appointment to more than two agents/stockiest/distributors/dealers for whole of this State will not be
accepted.
Bidders
may
also
supply
directly
by
canceling
appointment
of
agents/stockiest/distributors/dealers, if they so desire for which no prior permission of this Directorate is
necessary.
(xiv) Tenders of items in the group Tender of Surgical Equipments, etc. submitted by the Dealer/Traders/SubDealers,etc.beside Manufacturer may also be considered.
Contd… Page TC/10
Page No. TC/10
(xv) Any bidder with repacking license will not be considered as manufacturer.
(xvi) FirmquotingratesonbehalfofitsPrincipalshouldindicatethatitisaDIVISIONoftheprincipalfirm.
(xvii) All notice intended to be served on the bidder will be deemed to have been duly served, if sent under
certificate of posting or Registered post to the address mentioned in the tender or by any other process
permissible under civil law.
(xviii) ALLINSTRUCTIONSGIVENEITHERINTHECATALOGUEOFITEMS,TENDERNOTICE, BOQ, (Bill
of Quantities),TENDER &/ ORDER FORM ARE BINDING ON THE BIDDER & ARE PART OF TERMS &
CONDITIONS.
(xix) Firms located outside the State of West Bengal must have to execute supply through their local branches
of this state or through Authorized Agent/Distributor/Dealers otherwise; their Tenders will not be
accepted. Pertaining to the branch office of the State (West Bengal). They must submit duly attested photo
copy of Trade License and Drug License.
(xx) In the event of delay/non-availability/garbled printout/inconvenience in getting access to the Website for
downloading tender documents, the authority will not be held responsible, if there is any discrepancy
arises in between printing of downloaded tender documents, the master copy available at the office will be
acceptable and intending bidders shall have to abide by.
(xxi) Any addendum/ corrigendum / Extension of validity period will be notified at our departmental Web-site
www.darahwb.org as it is not impossible to inform any individual.
19. DATES & INFORMATION:
Sl.
1.
2.
3.
4.
5.
6.
Particulars
Date of Publishing of N.I.T. & other Documents (online)
Starting Date of Downloading Documents (Online)
Pre-bid meeting to be held at Office of the Institute of Animal Health &
Veterinary Biological, Seminar Hall, 37, Belgachia Road, Kolkata - 37.
Bid submission date (On line)
Date of hosting of documents at departmental Website(www.darahwb.org)
Date, time & venue of submission of original copies of Earnest Money
Deposit or EMD exemption certificate (off line) for Surgical items.
Closing date of downloading documents and Bid Submission closing (On
line)
8. Bid opening date for Technical Proposals (Online)
9. Date of uploading list for Technically Qualified Bidder(online)
10. Date for opening of Financial Proposal (Online)
11. Date of uploading of list of Bidders along with the approved rate
7.
Date, Time & Venue
25.06.2013
25.06.2013 on 2 pm
02.07.2013(Tuesday) at 12
noon
02.07. 2013 at 1 pm onwards.
25.06.2013
25.07.13 (Wednesday) Up to
1pm at Room No. 10,
Purchase Cell, 3rd Floor. N.S.
Bldg.kolkatta-1, W.B.
24.07.2013 at 3 pm
25.07.2013 at 2pm onwards
To be Communicated later
To be communicated later on
To be notified later on.
20. DAH&VS, WB RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF
ANY EXIGENCIES AFTERPUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE &
NOTICE BOARD.
21. Opening the financial bid as per schedule will be NOTIFIED LATER ON. No objection in this respect
will be entertained raised by any Bidder who will present during opening of bid, or from any bidder who
willabsent at the time of opening of financial bid. No informal bidder will be entertained in the bid
further.
22.
During the scrutiny, if it comes to the notice to tender inviting authority that the credential or any other
paper found incorrect / manufactured/ fabricated , that bidder would not allowed to participate in the
tender and that application will be out rightly rejected without any prejudice .
23. A HELP DESK is set up in the office of the Director of Animal Husbandry & Veterinary Services, West
Bengal, New Secretariat Building , 1, K.S. Roy Road, Kolkata-1 to help & guide the prospective
bidders about their registration, holding Digital Signature card & allied matter. Prospective bidders may
contact personally or over phone # (033)2248 6271 or Extn.3337 their queries in the following web.
Address: www.darahwb.org.
Contd… Page TC/11
Page No. TC/11
24. In the event of being selected, the Original Agreement between Manufacturer & Distributor/Dealer is to
be submitted in the office before execution of agreement between the Vender and Director of Animal
Husbandry & Veterinary Services, West Bengal.
25.
Award of Contract: The Bidder whose Bid has been accepted will be notified by the Tender Inviting &
Accepting Authority through acceptance letter / Letter of Acceptance.
26.
The Tender Selection Committee reserves the right to cancel the N.I.T. due to unavoidable
circumstances and no claim in this respect will be entertained.
Sd/(Dr. S. Bose)
Director of Animal Husbandry &
Veterinary Services, West Bengal
FORMAT FOR CHECK LIST
Information about Bidders
(To be furnished with the Tender)
Serial
Number
1.
Description
Particulars
Name of the Firm
2.
Registered Address with PIN code,
Phone No., FAX, e-mail, etc.
3.
Name of the person authorized to enter
into & execute Contract Agreement.
Please
√ Page
Mark
No.
Yes
No
Item
4.
Application submitted in Annexure-I
5.
Authorization Letter of Signatory from Company
6.
Scan document of agreement between the manufacturer and the
Distributorand Authorized dealer/distributor certificate in (if
applicable)
Scanned document of Demand Draft/ Bankers’ Cheque/ Pay
Order/Deposit-at-Call of any Nationalized Bank or T.R. Challan No.7
of Rs.20,000/- in favour of Director of Animal Husbandry &
Veterinary Services, Kolkata, West Bengal, as Earnest Money.
OR
Scanned document of EMD Exemption Certificate.
7.
8.
Scanned document of PAN Card of the Authorized Signatory.
9.
Scanned document of VAT Registration Certificate.
10.
Scanned document of Prof.Tax Clearance Certificate /Paid Challan.
11.
Scanned document of Trade License.
12.
Scanned document of Valid Drug License.
13.
Scanned document of “No Conviction Certificate”
14.
Scanned document of Manufacturing Licensealong with enlistment
of drug for each item quoted.
15.
Scanned document of Terms&Conditions of the tender duly digitally
signed of each
16.
Scanned document of Printed Literature/ Brochure/ Booklet
/Therapeutic Index, whether enclosed
Signature of the Bidder with Date & Office Seal
Page No S & E
18
Annexure-I
Application Format
(To be furnished in the Company’s Official Letter Head Pad with full Address with contact no.
Telephone No., FAX No., e-mail No., Website etc.)
To
The Director of Animal Husbandry & Veterinary Services,
Government of West Bengal,
New Secretariat Buildings, 3rd floor,
1, Kiron Shankar Roy Road,
Kolkata-700 001.
Sub:
NIT for Supply ofSurgical Equipments, Microscope &Refrigeratoretc. for the Directorate of
Animal Resources & Animal Health, West Bengal for the year 2013-15.
Ref:Directorate of Animal Resources & Animal Health NIT No. ……… dated ……..
Sir,
Having examined the pre-qualification and other documents published in the NIT, I/We hereby
submit all the necessary information and relevant documents for evaluations:
1. That the application is made by me/us on behalf of ……………………………………… duly
authorized to submit the offer. The authorization letter from the Company is attached with the name
of the person authorized to enter into execute the agreement.
2. We accept the terms & conditions as lay down & NIT mentioned above and declare that we shall
abide by it for throughout tender period.
3. We are offering rate for the following item/items as per catalogue of Volume-II.
Sl.
No
Serial
Numberin
BOQ
Group
Number of
article as
per
catalogue
Serial
Number of
article as
per
catalogue
Name of the
Unit Packing/ Specification as per
Article as per
Generic
Catalogue
Catalogue /
Name of the
(No Separate Unit Packing is to
Nomenclature
item
be offered)
with Description
Brand name
of the item
[USE SEPARATE SHEET FOR IN THE EVENT OF INADEQUATE SPACE/ROWS]
Sl.
No.
1.
2.
3.
4.
5.
Description
Name of the Manufacturer of the articles offered
item wise
Manufacturing License No. with date for the
product
Name & full address of the bidder of the article
offered.
Drug License No. with date
Remarks :
Particulars
:
:
:
:
Remarks
Page No S & E
19
Continued on Page 2
Page-2
4. We declare that we have not been convicted under any provision of Drugs & Cosmetics Act,
1940 and any other Law in force from any competent authority or by any Court of Law.
5. We are the existing vendor in Directorate of Animal Resources & Animal Health, West Bengal /
We are not the existing vendor in the Directorate of Animal Resources & Animal Health, West
Bengal (strike out whichever is not applicable).
6. We understand that :
Tender Selection Committee/ Tendering Authority reserves the right to reject any
application without assigning any reason.
………………………………….
…………………………………………….
Signature & Seal of the Bidder
with Date.
………………………………………………………………………………………………………………
For Office Use Only
1. Group No.
2. Serial No.
3. Nomenclature:
4. Approved/ Not Approved with Position:
Page No S & E
20
Government of West Bengal
New Secretariat Buildings, 3rd floor, 1, K.S. Roy Road,
KOLKATA-700 001.
VOLUME: II.
CATALOGUE OF:
Surgical Equipments, Refrigerator & Microscope, etc.
for Decentralized Units of:
DIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH,
WEST BENGAL.
EDITION : 2013-2015.
Page No S & E
21
G r o u p – A.
LIGATURE & SUTURE APPLIANCES
N.B.: i)
ii)
Catalogue
No.
LSA
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15
16
17
18
ii)
Quotation other than Specification will not be accepted.
Valid Drug License (Valid up to 31/03/2015) is required for quoting Rate/s of
items of this Group, where applicable.
ARTICLES
Accounting
Remarks.
Unit
Catgut, Sterilized Chromic Non-boilable in Foil No. 2-0. Box of 12 Foils.
Catgut, Sterilized Chromic Non-boilable in Foil No. 1-0. Box of 12 Foils.
Catgut, Sterilized Chromic Non-boilable in Foil No. 1.
Box of 12 Foils.
Catgut, Sterilized Chromic Non-boilable in Foil No. 2.
Box of 12 Foils.
Nylon in Hank of 100 Strands.
Fine. Hank.
Nylon in Hank of 100 Strands
Coarse. Hank.
Nylon in Hank of 100 Strands.
Medium Hank.
Needle Suture Traumatic.
Packet of 6.
Half Curve No.1-12 S.S.
Needle Suture A traumatic.
Packet of 6.
Half Curve No.1-12 S.S.
Needle Suture Traumatic.
Packet of 6.
th
3/4 Curve. No.1-12 S.S.
Needle Suture atraumatic.
Packet of 6.
3/4th Curve. No.1-12 S.S.
Needle Suture Traumatic.
Packet of 6.
Straight Cutting Edges No. 1-12. S.S.
S.S. Wire for Suturing.
Assorted Size.
Black Brailed Silk No. 1 & 2. Ethicon.
Spool.
Vicryl Thread No-(1-0)
Spool
Vicryl Thread No-(2-0)
Spool
Vicryl Thread No-(1)
Spool
Catgut, Sterilized Chromic Non-boilable in Foil No. 3-0
Box of 12 Foils.
G r o u p – B.
LABORATORY & POST MORTEM EQUIPMENTS.
N.B. : i)
Quotation other than Specification will not be accepted.
Make of Glass Articles should be only BOROSIL.
Catalogue
ARTICLES
Accounting Unit
No.
LPM
1. Anti clot vial containing Sodium Citrate
Pc.
3.2%. Size: 13 x 75 mm. Capacity to hold:
2.75 ml. of blood.
Remarks.
22
Catalogue
No.
LPM
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24
25.
ARTICLES
Accounting Unit
Poly-propline Bottle with rubber stopper with
aluminium cap. 15 lbs. pressure per inches, weight
20 gm. per bottle. Capacity: 110 ml. (100 ml. mark
should be printed on the body of the bottle).
Autoclavable.
Neutral Glass Vial with Neoprene Rubber Stopper
with aluminium cap. Vial capacity: 3 Ml. Height: 40
mm. Circumference: 15 mm. Neoprene Rubber
Stopper with single slit with 2 (two) elevated ring
outer-inner portion of the aluminium cap.
Freeze Drying Glass Ampoules. Length: 10 cm.
Diameter (inner): 0.5 Cm, Outer: 0.6 cm, both Amber
color & colorless.
Pipetting Glass Rod. 3 ml. Pipette.
Pipletting Glass Rod. 5 ml. Pipette.
Cryo Vial Sterile. 1.8 ml.
Cryo Vial Sterile. 4.5 ml.
Lens cleaning Tissue Paper for Cleaning of
Microscope Lens.
Glass Marker Pen for writing over Glass & Plastic
Surfaces.
Microscope Cover Glass Square 20 x 20 mm.
Microscopic Glass Slide. 1-1.35 mm. thickness. Size:
1 x 3 inches Cut Edges Plain.
Pasteur Pipette. Sterile, Transparent, Graduated,
capacity : 3 ml.
PH indicated Paper. Range : 2-9, increment 0.5
Sample container Sterile.100 ml.
Slide Box Capacity to accommodate 50 slides.
Slide for Macmaster technique.
Slide Mailer. Capacity to accommodate 5 slides.
Spirit Lamp. S.S.
Filter Paper. Whatman No.1. 24 cm.
Petri Dish Glass 15 cm. diameters.
Petri Dish Glass 10 cm. diameters.
Thermo Flask. Wide Mouth 2 litre cap. With strap for
easy carrying.
Portable Vaccine Carrier. 5 liter external surface—
HDPE Interior lining HIPS, insulated with CFC Free.
Polyeurathen, removable lid type, size trap for easy
carrying with sufficient number of ice bag to produce
at least 24 hours cold life. Upper Lid Hinge type.
Portable Vaccine Carrier. 1.5 – 2 liter external
surface—HDPE Interior lining HIPS, insulated with
CFC Free. Polyurethane, removable lid type, size
trap for easy carrying with sufficient number of ice
bag to produce at least 24 hours cold life.
Pc.
Remarks.
Pc.
Pc.
Per Kg.
Per Kg.
Pc.
Pc.
1 pack.
Pc.
Box.
Box containing 50
pcs.
Pc.
Pack of 100 strips.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
BlueCross
23
Catalogue
No.
LPM 26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38
ARTICLES
Autoclave-Vertical. S.S. both inner & outer chamber. 14″
x 22″ with basket. 3000 Watt, 220-240 Volt. A.C. Capable
of Working at 15/20 pound pressure provided with power
safety valve, pressure gauge, steam release cock, paddle
lifting device & other mandatory accessories to operate.
With Stabilizer.
Sterilizer. Portable. Complete with Tray, Folding Stand
(45 x 20 x 10) cm. 20 gauge aluminium vertical with 60-90
pounds pressure. Both Electric & spirit lamp operated
Post Mortem Set (Poultry) containing
i)
Scissor Straight IRISH … 1 pc.
ii)
Scissor Curve IRISH … 1 pc.
iii)
Rat Tooth Forceps. 8 cm. 2 pcs.
iv)
Mosquito Artery Forceps. 2 pcs.
v)
BP Handle 3 & 4. …
l pc. Each.
vi)
Scissor S.S. 5″ Straight
1 pc.
vii)
Scissor S.S. 5″ Curve.
1 pc.
viii)
Scalpel 8 cm.
1 pc.
ix)
Glass Slides.
10 Pcs
x)
Magnifying Glass
1 Pc
xi)
3 Bottles for Alcohol & other reagent.
Post Mortem Set for Large Animals contains:
Amputation Saw (12″), Pipe Saw, Blow pipe, PM Scissors,
Bowel Scissors, Bone Holding Forceps (12″), Bone
Cutting Scissors, Probe 2 pcs., Measuring Tape,
Amputation Knife (10″ Blade) Ansuryan Needle, Nylon in
hank, Amputation Knife (8″ Blade), Amputation Knife (8″
blade), Amputation Knife (4″ Blade), Desecting Forceps
(8″) Round Mallet, Retractor (2 pcs.), Spine Wrench,
Straight Chisel (3/4″), Chisel Astome (1¼″), Bone Gauge,
Alice Tissue Forceps, one pair PM Gloves, Setol Needle,
Bottle for Alcohol & Reagents (3 pcs.). “All materials
incorporated in a suitable canvas bag”.
Stethoscope with good aquastick facility with round dial
and flexible rubber tube of MDF make.
Ultra Violet Light. 3 feet. 35 Watt. Philips. Complete set
of dual tubes for germicidal effect.
Boyel’s Apparatus-Close Circuit, with steady supply of two
oxygen cylinder, 3 bottle of Halothane & one NO2
Cylinder.
Dressing Drum 12″ x 12″.
Dressing Drum 12″ x 6″
Dressing Drum 12″ x 4″
Shadow less Spot Lamp overhead.
Weighing Machine. Bathroom type. Capacity up to 120
kg. round base. Clear display.
Stethoscope with good aquastick facility with round dial
and flexible double rubber tube of MDF make.
Accounting
Unit
Pc.
Set.
To
accommodat
ed in a Box.
Set.
Pc.
Pc.
Set.
Pc.
Pc.
Pc.
1 set.
1 pc.
1 Pc.
Remarks.
24
Catalogue
No.
39
40
41
42
43
44
45
46
47
ARTICLES
Anti clot vial containing Sodium Citrate 3.2%. Size: 13 x
75 mm. Capacity to hold: 2 ml. of blood.
Shadow less Spot Lamp with Stand (movable) with
halogen bulb – 24Volt,50 watt, dome diameter 20”
Kidney Tray (SS) – 10”
Instrument tray with Lid(SS)- 12”x 10”
Dressing Trolley with stainless steel top 30”x 18”x 32”
fitted with SS bucket , SS bowl &SS railing on 4 sides
Medicine trolley with four drawer- (76Lx46Wx81H) cm.
Elbow length Surgeons latex sterile gloves
Biomedical waste bin
Electrically operated rectangular sterilizer
Accounting
Unit
1 Pc.
Remarks.
1 set.
1 pc
1 pc.
Pc.
Pc.
Pc.
Pc.
Pc.
G r o u p – C.
GENERAL SURGICAL & SPECIAL SURGICAL
(ORTHOPEDIC SURGERY, G.I. TRACK SURGERY, DENTAL SURGERY & EYE SURGERY)
APPLIANCES.
N.B. : i)
Quotation other than Specification will not be accepted.
Catalogue No.
GSI
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
ARTICLES
General Surgical Pack:
Buckhan’s Towel Clip S.S. 15 cm.
Towel Clip. S.S. 8 cm.
Mosquito Curve Artery Forceps S.S.
Mosquito Straight Artery Forceps. S.S.
Artery Forceps. Straight. 15 cm. S.S.
Artery Forceps. Curve. 15 cm. S.S.
Allis Tissue Forceps 15 cm. S.S.
Straight Scissor 15 cm. S.S.
Mayo Scissor Straight 15 cm. S.S.
Mayo Scissor Curve. 15 cm. S.S.
Straight Scissor 15 cm. S.S.
Curve Scissor 15 cm. S.S.
Probe, straight 15 cm. (Assorted).
Curette Spoon type, double spoon 8″ S.S.
Needle Holder. Platinum Loop. 15 cm.
Needle Holder Platinum Loop. 18 cm.
Rat Tooth Thumb Forceps (2:1) 15 cm.
Rat Tooth Thumb Forceps (3:1) 15 cm.
Alligator Forceps. S.S.
Mouth Gag with lock system. S.S. for Large
Animals.
Mouth Gag with lock system. S.S. for small
animals.
B.P. Handle. No. 3.
B.P. Handle (No.4).
Blade for BP Handle 3 (size: 20, 21, 22, 23).
Accounting
Unit
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Packet of 6 for
each size.
Remarks.
25
Catalogue No.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
S.S.I.
46
47
48
49
A.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
ARTICLES
Blade for BP Handle 4 (size: 10, 11, 12, 13)
packet.
Curved Blade for B.P. Handle No. 4.
Trocer Cannula. 8″ long, Cranial Head must be
sharp and Hexagunal cutting edge. S.S.
Disecting Thumb Forceps. 15 cm. S.S.
Burdizzo Emasculator. 9″ S.S. imported.
Burdizzo Emasculator 19″ S.S. Imported.
Endotrachal Tube. Assorted Size.6.5 to 8.5 cm.
with (L) mount adopter.
Amputation Saw. S.S. Metal Handle with 30 cm.
blade.
Wire Saw with handle. “T” shaped. (9 yards).
Tenaculum 15 cm. S.S.
Dressing Forceps. 15 cm. S.S.
Catheter Metal for Cow. 20 cm. Single Channel.
Catheter for Cow. Double Channel. 20 cm.
Catheter Metal for Bitch 10 cm.
Speculum Vaginal for Bitch.
Speculum Vaginal for Cow.
Delivery Hook in two parts for Bovine.
Delivery Hook with Rope “Eye Hook” type.
Teat Slitter 3 ring, single blade.
Milk siphon with stillet.
Probang Tube for Large Animal. Flexible in
nature, easily washable, both ends with equal
diameter, stomach end must be blunt with
protective metal mesh.
Teat Bougie
Teat Tumor extracter
Teat spiral
Ear Speculum for dog
For Orthopedic Surgery.
Chuck & Key. Standard.
Bone Grill.
Zimmer’s Scale.
Depth Gauze.
Assorted Size Bid.
Assorted Size Screw.
Plate Bender.
Assorted Sized Bone Plate.
Muscle Retractor.
Bone holding Forceps.
Perri-Osteal Scalpel.
Bone Cutter.
Intermedullary Pin (Steinman) Assorted size both
end threaded and trocar.
Rib Shearer.
Hammer.
Chisel.
Accounting
Unit
Packet of 6 for
each size.
Packet of 6.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Set of 3.
Pc.
Pc
Pc
Pc
Pc
Pc.
Pc.
Pc.
Pc.
Pc.
Pc,
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Set.
Pc.
Pc.
Pc.
Remarks.
26
Catalogue No.
SSI
SSI
SSI
SSI
17.
18.
19.
20.
21.
B.
1.
2.
3.
C.
1.
2.
3.
4.
5.
6.
D.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
ARTICLES
Pin cutter.
Stainless Steel Wire Assorted Diameter.
Stainless Steel Wire Twister.
Rasp.
Oesteotome.
G. I. TRACT SURGERY.
Rumen Surgery Set.
Abdominal Scissor. 18 cm.
Intestinal Clump.
DENTAL SURGERY SET.
Tooth Extractor. Molar.
Tooth Extractor Pre Molar.
Tooth Extractor Canine.
Tooth Extractor Incisor.
Dental Chisel.
Ultrasonic Scaling Machine with 3 tips.
EYE SURGERY:
Castro vizo speculum.
Casro vizo speculum.
Travismus Scissors.
Lachrymal Cannula, Curved.
Blunt Iris Hook.
McBuire Corneal Scissors.
Travismus Hook.
Eye Dressing Forceps.
Eye Tissue Forceps (1:2 teeth).
Fixation Forceps with Clutch
Castrovizo Needle Holder.
Calibri type Forceps.
Leur loop.
Lens Spoon
Mcgannon Lens Forceps.
Silicon Irritating Bulb.
Air Injection Canula (27 G).
Fibro dialysis Canula.
Tinotomy Scissors.
Castrovizo discussion Knife.
Ziegler Knife Needle, 3 x 5 mm.
Fibro dialysis spatula. 10 x 25 m.
Blade breaker
Desmarres Challagion Forceps.
Snellen Entropion Forceps.
Beaver mini blade and handle.
Lid Retractor
Equip Ophthalmoscope.
Slit Lamp and Corneal Microscope.
Schiotz Tonometer.
Microscope, Ocular.
Accounting
Unit
Pc.
Roll.
Set.
Pc.
Pc.
One set.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
pc.
Pc.
Pc.
Pc.
Pc.
Pc.
pc
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Pc.
Remarks.
27
Catalogue No.
SSI
E.
1.
2
3
4
5
N.B.: i)
Catalogue
No.
MOIA 1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11
12.
13.
14.
15
16
17
18
19
20
21
22
23
24
25
26
ARTICLES
CRYO SURGERY SET.
Cryo Surgery Set with Cylinder including 5
different probes.
Surgical scissor 10 cm SS
Needle holder 10 cm ss
Whelping forceps ss- 8”
Otoscope
Accounting
Unit
Remarks.
Set.
Pc.
Pc.
Pc.
Pc.
G r o u p – D.
MEDICAL OUTFITS AND INJECTION APPLIANCES
Quotation other than Specification will not be accepted.
ARTICLES
Accounting
Remarks.
Unit
Hypodermic Syringe All Glass Neutral2ml
Pc.
Hypodermic Syringe All Glass Neutral5 ml
Pc.
Disposable Poly Syringe. 1 ml.
Pc.
Disposable Poly Syringe. 2 ml.
Pc.
Disposable Poly Syringe. 5 ml.
Pc.
Disposable Poly Syringe. 10 ml.
Pc.
Disposable Poly Syringe. 20 ml.
Pc.
G.T.V. Needle. S.S. (Leur Mount).
Box of 12 pcs.
Hypodermic Needle. S.S. Fine for Small Animal
Packet of 12
(No. 22, 23, 24).
pcs.
Hypodermic Needle. S.S. (No. 16 to 19).
Packet of 12 pcs.
Automatic Tuberculin Syringe.
Pc.
Auto Vaccinator for Poultry Capacity to deliver fixed
Pc.
doses of vaccine per ejection for at least 50 times on
one time filling, increment 0.25 ml
Vacutanor with needle Anticoagulant.
Pc.
Vacutanor without needle Anticoagulant.
Pc.
Infusion set with temporary intravenous infusion
Pc.
channel
Top infusion set(scalpvein)/Butterfly needle-18 gauge
Pc.
Top infusion set(scalpvein)/Butterfly needle-20 gauge
Pc.
Top infusion set(scalpvein)/Butterfly needle-22 gauge
Pc.
Top infusion set(scalpvein)/Butterfly needle-24 gauge
Pc.
Good quality S.S. nail cutter with plastic or rubber
Pc.
handle cover for small animals
Boilable re-useable Poly syringe-2ml
Pc.
Boilable re-useable Poly syringe-5ml.
Pc.
Boilable re-useable Poly syringe-.,10ml,
Pc.
Boilable re-useable Poly syringe-,20ml.,
Pc.
Boilable re-useable Poly syringe-, ,30ml.
Pc.
Semi Automatic repeater syringe, FMD gunPc.
(dose adjustable 1 to 5 ml.) – capacity 50 ml. or
30 ml.
28
N.B.: i)
ii)
Catalogue
No.
SD
1.
2.
3.
4.
G r o u p – E.
SURGICAL DRESSING, ETC.
Quotation other than Specification will not be accepted.
Sl. No. 2 must conform to IB/BP/BPC Specification. Bidders quoting Rates for the
items must produce duly attested photo-copy of Valid Drug License from the
Competent Authority or Validity Certificate, if the same is under renewal.
ARTICLES
Accounting Unit
Remarks.
Cotton Absorbent
Packet of 400 gms.
Cotton Non Absorbent
Packet of 400 gms
Bandage Roll 5 cmX5 mt
Pack of 12 Rolls
Bandage Cloth in Than 0.91 mt X 16.5 mt
480 gm in each
should be starch & chemical free. Count of year
Than
should not be less than 52 TPI
5.
Gauge bleached Than. 0.64 mt X 16.5 mt
280 gm per Than
should be starch & chemical free. Count of year
not less than 27 TPI
6.
Duster, 60cm X 60cm
Pc
7.
Towel-Turkish 1.2mt long per
Pc
8.
Towel (ordinary) 1.1mt long
Pc
9
Adhesive Tape 2’
spool
10
Sterile absorbent gauge packed in sterile poly
Pc
pack- single piece
N.B. Serial No. 2 & 3 must conform to BP/BPC specification. Bidders quoting rates for the
above item must produce duly attested photo copy of valid drug license from the competent
authority and validity certificates.
N.B.: i)
Catalogue
No.
MS
1.
2.
G r o u p – F.
MISCELLENEOUS STORES
Quotation other than Specification will not be accepted.
ARTICLES
Accounting Unit
Per pc.
Per pc.
3.
Bucket E.I. with Lid. 10 liter.
Casting Rope. Cotton with leather bound end.
11.5 meter x 1.25 cm.
Clinical Thermometer. Round bulb.
4.
Pestle & Mortar. Porcelain 250 ml.
Per pc.
5.
Per pc.
6.
Coat Pattern white apron with metal/plastic
button. Half sleeves.
Gum Boot of different sizes.
Per pair.
7.
Ankle Boot of different sizes.
Per pair.
8.
Per pc.
8.
Rain Coat with cap made of best quality rubber.
Standard size.
Spatula Blade 3″/4″ with wooden handle.
9.
Pill-tile porcelain. 8″ x 8″
Per pc.
10.
Pestle & Mortar Glass. 250 ml.
Per pc.
11.
Surgeon’s Head Cap, Cotton, Green Colour
Per pc.
12.
Face Musk, Cotton, Green Colour.
Per pc.
Per pc.
Per pc.
Remarks.
29
13.
Shroud, Green, 4′ x 2½′.
Per pc.
14.
15.
Half sleeve surgeons Latex gloves(No.6&7)
Aluminium Box (30x22x9) cm.
Pair
Per pc.
16.
17
Aluminium Foil. (9 m. x 30 cm. x11 micron
thickness).
Rectangular dressing tray, E.I. With lid
18
Kidney shaped tray, E.I
Per Roll.
Pc
Pc
G r o u p – G.
HOSPITAL FURNITURE
N.B.: i)
Quotation other than Specification will not be accepted.
Catalogue
ARTICLES
Accounting
No.
Unit
HF
1. Instrument Cabinet built 38 x 38 x 3 cm.
Per pc.
Angle Steel welded joints, white enamel, 4 mm. thick
glass sheet, glass door & size 6 mm. thick polished
edges. 5 glass shelves with 1.25 mm. Sheet or C.R.
sheet back. Dust proof by providing good quality of
felt in all inner side of the glass door.
Size : 150 cm. x 60 cm. x 40 cm.
2. Refrigerator with suitable stabilizer.
Per pc.
190 liter capacity, 5 star rating, glass shelves
3. Refrigerator with suitable stabilizer.
Per pc.
290-315 liter capacity, double door,3 star, glass
shelves
4. Bottle Cooler, 400-450 liter capacity, A.C. operated
Per pc.
with PUF insulation with Stabilizer. Temperature
Range: 2-12°C.
5. Saline Stand. Adjustable height.
Per pc.
6.
7
8
9.
10
Small Animal Operation Table.
Automatic. Stainless Top of 4’ long & 32″ width,
Hydraulic Facility. Height: 75 cm. min. & 90 cm.
maximum, Foot puddle, side end control, detachable
4″ cushion cover with high quality of Rexene. Easily
movable, floor locking system & tilting lateral. Drainage
hole in the extreme corner of the top of the table.
Large Animal Operation Table:
Hydraulic Operation Table with capacity of lifting
1000 kg., Table Top size :
2175 x 1000 cm. Head rest: 700 x 56 mm. Side tilled
and height adjustment facility.
Instrument Trolley. Table Top: 4′ x 2½′ Glass Top
with two shelves.
Examination Table for small animal. S.S.
Stretcher Trolley with detachable aluminum top
6’Lx32”Hx2’W
Per pc.
Per pc.
Per pc.
Per pc.
1 Pc
Remarks.
30
N.B.: i)
Catalogue
No.
HI
1.
2.
3.
G r o u p – H.
SPECIAL HOSPITAL INSTRUMENT
Quotation other than Specification will not be accepted.
ARTICLES
Microscope Monocular: Straight with
3 eyepieces 5x, 10x, 15 x. Three objectives 10x, 40x &
100x. (Oil immersion) Condenser with Irish diaphragm
and mirror, graduated mechanical stage, rack, pinion
focusing arrangement in wooden box with keys.
Microscope Binocular (Research type): Straight with 3
eyepieces paired 5x, 10x, 15x. Four objectives 4x, 10x,
40x & 100x. (Oil immersion) Condenser with Irish
diaphragm & mirror, graduated mechanical stage, rack,
pinion focusing arrangement in wooden box with keys.
Shortwave diathermy. 450 Watt, Operating Frequency:
27.12 M Hz. Operating Voltage: 200-240 Volt/50 Hz.,
Castro Wheel for easy move ability & with all
accessories. Output Power: 500 Watt (can be
adjustable from 100-500 Watt.)
Accounting
Unit
Per pc.
Per pc.
Per pc.
4.
Laparoscope.
i) Single Chip, Digital Camera with Zoom facility,
ii) Autoclavable Laparoscope of 10 mm, 5 mm & 5 mm. full
screen laparoscope, adaptor for connection with all
convectional chord and must be scratch resister.
iii) Electrical Light Source: 60 Volt, manual shutter, fiber
optic, bundle with connector dimension (21 cm. 8 cm. &
13cm.
High Flow Insufflators – Central Display, Monitor Tubing Set,
Filter, 20L Insufflations.
Per pc.
5.
Ultra Sonography Machine: Provided with Patient
Inspection Table covered with Foam pack. Probe – 3.5
MHz/ & 7.5-8 MHz. (Rectal), Thermal Printer, Machine
Trolley Stand, Thermal Paper, Jelly, etc.
Pulse Oxymeter: Plethysngraph on 1st channel and ECG
for 2nd channel and separate visual alarm indicator for
ECG and SPO-2 Electrical & Battery Facility.
ECG Machine.
Foetal Doppler: Auto manual counting, display and
battery level indication, Frequency – 2 MHz with probe.
Bed side Cardiac Monitor: Portable all recording facility
and chargeable battery attachment.
Per pc.
X-Ray Machine: 100 mA with suitable table and potter buchy
facility and overhead railed to be supplied with following
accessories.
i) Lead Glass : 4 pairs;
ii) Lead Marker: 2 sets.
iv) Lead Apron (Half Sleeves): 4 pair.
v) Lead Screen with viewing window: 2 pcs.
vi) 9 lit. S.S. stand: 4 pcs.
vii) High Speed Kodak Film(small & medium size)
viii) Intensify Screen.
ix) Fixer 15 packs.
x)
Developer: 25 packs.
xi) Viewing Box: 4 pcs. Along with installation.
One set.
6.
7.
8.
9.
10.
Per pc
Per pc.
Per pc.
Per pc.
Remarks.
31
11.
X-Ray Machine: 300 mA
300 mA., 125 KVP, Exposer time: 96 tape electronic
timer, digital display for KV, mA, mAS and ceiling fitted
by overhead rail. With installation.
Semi Auto Analyzer, Digital display with printing facility.
12.
13 ULTRA SONIC FOETAL DOPPLER
i) Transmission Gel
ii) Working Frequency: 2 MHz ± 10%
iii) FHR Measuring Range: 60 to 219 BPM
iv) Audio Output Power: 0.5 Watt
v) Auto Shut off facility
14 Electronic hair clipper for small animal-220 Volt
15 Formalin chamber made of Fibre glass/high molecular weight
16
polymer-36” longx18” widex12”height with horizontal tier
Foreign body metal ditector with 4 batteries 1.5V each,direct
optical indication via scale & acustic indication via
headphones,complete with carrying to hang around
Per pc.
Per pc.
Per pc
Pc
Pc
Pc
Pc
18
Dehorner- Electrical – 200Watt, 230 Volt, Pistol Handle
with 20 mm brass tip
Dehorner- Manual
19
Mastitis Diagnosis Kit
Pc
17
N.B.: i)
Catalogue
No.
AIA
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Pc
G r o u p – I.
Artificial Insemination Accessories.
Quotation other than Specification will not be accepted.
ARTICLES
Heat Detector: for examination of ferning pattern of surgical
mucous. Provided with eyepiece, magnifying lens, battery
box, slot for test slight, push button switch, reference calendar,
covered glass slide, pencil cells 1.5 Volt. Etc.
Straw Thawing Machine: Provided with highly accurate thaw
monitor temperature indicator fitted retrieval basket & power
cord. The unit should be operable at 12V & should be provided
with AC adopter unit to operate at 220-250 Volt preferably
provided with long life rechargeable battery with 12 Volt output.
Accounting
Unit
Per pc.
Remarks.
Per pc.
Bio Degradable Full Sleeves Gloves for rectal
Per pc.
examination of cattle & buffalo.
Straw Cutter. S.S.
Per pc.
A.I. Sheath, French, Medium. 0.2 ml. capacity, Tip of
Per pc.
one end is beveled.
Valcellum Forceps. S.S. 50 cm Flat Mouth, Angular Cut.
Per pc.
Valcellum Forceps S.S. 30 cm. Flat Mouth, Angular Cut.
Per pc.
Frozen Semen Straw Goblet. Polythene.
Per pc.
Assorted Colour. 35 mm. x 118 mm.
A.I. Sheath Container. Polythene.
Per pc.
50 Sheath capacities both end with threaded cap.
A.I. Sheath Container, Polythene, 10 Sheath capacity,
Per pc.
both end with threaded cap.
A.I. Gun. 0.25 ml.
Per pc.
Sd/(Dr. S. Bose)
Director of Animal Husbandry and
Veterinary Services, West Bengal
Download