Top Banner
Page 1 of 25 CATTLE MARKET MANAGEMENT COMPANY Rawalpindi Division BIDDING DOCUMENTS FOR PROCUREMENT OF ITEMS OF MODEL CATTLE MARKET GONDAL, ATTOCK. _________________________________________________________ CATTLE MARKET MANAGEMENT COMPANY Rawalpindi Division 142-A, Lane No. 10, Harley Street, Rawalpindi. Tel: +92-51-9270389 ; Fax: +92-51-5176237 ; Email: [email protected]
25

BIDDING DOCUMENTS

Mar 22, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BIDDING DOCUMENTS

Page 1 of 25

CATTLE MARKET MANAGEMENT COMPANY

Rawalpindi Division

BIDDING DOCUMENTS

FOR

PROCUREMENT OF ITEMS

OF

MODEL CATTLE MARKET GONDAL, ATTOCK.

_________________________________________________________

CATTLE MARKET MANAGEMENT COMPANY Rawalpindi Division

142-A, Lane No. 10, Harley Street, Rawalpindi. Tel: +92-51-9270389 ; Fax: +92-51-5176237 ; Email: [email protected]

Page 2: BIDDING DOCUMENTS

Page 2 of 25

CATTEL MARKET MANAGEMENT COMPANY,

RAWALPINDI DIVISION

PERCENTAGE / ITEM RATE TENDER AND CONTRACT

1. Nature of Work:

2. Estimated Cost Rs. (in figures)

Rupees ________________________________________________ (in

words)

3. Time for Completion:

4. Amount of Earnest money Rs. _____________________________ (in figures)

Rupees ________________________________________________ (in

words)

5. Issued to:

(Name of contractor)

6. On payment of Rs. (in figures)

Rupees (in words)

Note: The Officer / Official opening the tender shall reject the tender which does not

bear the stamp and signature (on all pages) of the firm / bidder and which is

not submitted by the same contractor to whom the tender form was issued.

(This Page is to be filled in by bidder).

Page 3: BIDDING DOCUMENTS

Page 3 of 25

CATTLE MARKET MANAGEMENT COMPANY

Rawalpindi Division

TENDER NOTICE

Cattle Market Management Company Rawalpindi Division “A Company

Limited by Guarantee” has been established, under section-42 of the Companies

Ordinance 1984 with the object to Establish Organize, Manage, Operate and

Regulate Cattle Market located in Rawalpindi Division.

Sealed proposals in accordance with Rule 38(c) of PPRA-Rules 2014 “Two

Stage Two Envelope Bidding Procedure” are invited from registered companies /

firms / individuals for the procurement of following items for Model Cattle Market at

Gondal, District Attock.

S. No. Description Estimated Amount (Rs.)

1. Plant & Machinery 7115000/-

2. IT Equipment 3120000/-

3. Furniture 1400000/-

4. Electric Items & Fixtures 1277500/-

5. Veterinary Equipment 1000000/-

Terms and Conditions for submission of proposals:

1. Bidding Documents which can be purchased immediately after this notice on cash payment of Rs. 3000/- (non-refundable fee) from CMMCRD Office.

2. The proposals will be submitted till 11:00 AM 14th April, 2018 and the technical proposal shall be opened at 11:30 AM on same day at same place before the purchase committee in the presence of Tenderers or their authorized representatives who wish to witness the tender opening.

3. The bid security equal to 02% (two percent) of the total estimated price must be attached Technical Proposal in form of Pay order / CDR / Demand Draft in favor of “Cattle Market Management Company, Rawalpindi Division”.

4. The financial proposal shall be inclusive of all applicable taxes which will be submitted according to rules 38(c) of PPRA-Rules 2014.

5. All procurement process shall be carried out as per PPRA Rules.

CATTLE MARKET MANAGEMENT COMPANY

Rawalpindi Division

142-A, Lane No. 10, Harley Street, Rawalpindi.

Ph: 051-9270389 ; Fax: 051-5176237 ; Email: [email protected]

Page 4: BIDDING DOCUMENTS

Page 4 of 25

1. BID SCOPE

CATTLE MARKET MANAGEMENT COMPANY RAWALPINDI DIVISION

(CMMCRD), (herein referred to as “the Procuring Agency”) invites/ requests

Proposals (hereinafter referred to as “the Bid”) for “Procurement of Items” attached

at “Annex A” (hereinafter referred to as “the Goods”).

The bidder is required to visit Model Cattle Market for the purpose to assess

the expenditures if any for installation, functioning and making it into a successful and

effective required operational condition before submission of Bid. The Goods will be

provided in the above said cattle markets as per complete details given in Annex

“A”..

Page 5: BIDDING DOCUMENTS

Page 5 of 25

2. The procurement should be made on Punjab Procurement Regulatory Authority (PPRA) Rules 2014 38 (C):

i.e. Two stage two envelope bidding method shall be used for procurement where

alternative technical proposals are possible, such as certain types of machinery or

equipment or manufacturing plant and the procedure shall be:

First stage (i) the bid shall comprise a single package comprising two separate

envelopes containing the financial proposal and the technical proposal;

(ii) the envelopes shall be marked as “Financial Proposal” and “Technical Proposal”;

(iii) in the first instance, the envelope marked “Technical Proposal” shall be opened

and the envelope marked as “Financial Proposal” shall be retained unopened in the

custody of the procuring agency;

(iv) the technical proposals shall be discussed with the bidders with reference to the

procuring agency’s technical requirements;

(v) those bidders willing to meet the requirements of the procuring agency shall be

allowed to revise their technical proposals following these discussions; and

(vi) bidders not willing to conform to the technical proposal as per revised

requirements of the procuring agency shall be allowed to withdraw their respective

bids without forfeiture of their bid security;

Second stage (i) after agreement between the procuring agency and the bidders on

the technical requirements, bidders who are willing to conform to the revised technical

specifications and whose bids have not already been rejected shall submit a revised

technical proposal and supplementary financial proposal, according to the technical

requirement;

(ii) the revised technical proposal along with the original financial proposal and

supplementary financial proposal shall be opened at a date, time and venue

announced in advance by the procuring agency: Provided that in setting the date for

the submission of the revised technical proposals and supplementary price proposals

Page 6: BIDDING DOCUMENTS

Page 6 of 25

a procuring agency shall allow sufficient time to the bidders to incorporate the agreed

changes in the technical proposal and to prepare the required supplementary financial

proposal; and

(iii) the procuring agency shall evaluate the whole proposal in accordance with the

evaluation criteria and the lowest evaluated bid shall be accepted.

Page 7: BIDDING DOCUMENTS

Page 7 of 25

3. EVALUATION CRITERIA

ELIGIBILITY OF BIDER

3.1 Eligible Bidder is a Bidder who:

A. Has a registered office in Pakistan;

B. Has valid Registration Certificate for Income Tax The bids will be evaluated on Least Cost method. After the submission of Bids

the purchase / evaluation committee will evaluate the bids on technical basis. The

bidder with “lowest evaluated bid” will become successful bidder.

3.2 PARAMETERS OF TECHNICAL EVALUATION CRITERIA

The firm / company shall fulfill all the below requirements with documents.

Missing of any documents will lead to disqualification in the technical evaluation.

Parameter For Bids Description

Status (Yes/No) Filled by

CMMCRD Officer / Official

Certificate of Registration Concerned authorities for individuals

Company Experience in terms of execution of work

(Declaration on letter head confirming the total experience in the similar business and also submit proof of doing the similar business)

Registration in Income Tax

Certificate of Registration in Income Tax (NTN)

Paper of not being blacklisted

Company/firm is not blacklisted by any Government Department

Bank Statement Bank statement of last 1 year

Note: Bidder is required to provide documentary proof for justification.

Page 8: BIDDING DOCUMENTS

Page 8 of 25

4. FINANCIAL PROPOSAL BID FORM

Sr.

No.

Item Description Specification /

Details (As

given in Annex-

A)

Qty.

(Nos.)

Unit Price

(Rs.)

Amount

(Rs.)

1

2

3

4

5

6

7

8

9

10

or attach this column on very next page for addition of items.

Amount inclusive of All costs:

(Rupees…………………………………………………………………….only)

GST/ PST

(Rupees……………………………………………………………………. only

Total amount inclusive of All taxes (i.e. Withholding Income Tax,

GST, etc.):

(Rupees…………………………………………………………………….

only)

Name & Address of Bidder: __________________________________

Telephone: _________________________________________________

Fax: ______________________________________________________

Email: _____________________________________________________

Sales Tax No ________________________________________________

National Tax No ______________________________________________

Signature of Authorized Bidder: ____________________

Page 9: BIDDING DOCUMENTS

Page 9 of 25

5. TERMS AND CONDITIONS

5.1 The bidder is expected and shall deemed to have examine the bid document

thoroughly, specifications, terms, requirements etc. including all terms and

conditions.

5.2 The bidder shall bear all costs / expenses associated with the preparation and

submission of the Bid(s) and the Procuring Agency shall in no case be

responsible / liable for those costs / expenses.

5.3 The prospective bidders may solicit clarification of the Goods specification as

mentioned in Bid Document in writing.

5.4 Bid Price

The prices shall be inclusive of all taxes applicable in Pakistan i.e. GST/PST,

Income Tax, transportation, insurance and installation are considered final.

Please note all the Goods shall be provided at the premises of the Procuring

Agency i.e. Model Cattle Market Gondal, District Attock and bid price

include all costs as mentioned above in this section. If not specifically

mentioned in proposal, it will be presumed that the prices include all

taxes. Any subsequent change in tax regime would be adjusted

accordingly at the time of payment.

All required Installations and set up cost should be included in Financial

Bid. 5.5 Validity of Bid

The bid validity period shall be 90 days from the last date for submission of the Bid.

5.6 Bid Security

The Bid Security equal to 02% Lot wise of the Total Estimated Price including

taxes, must be attached with the Financial Proposal in the form of Pay Order /

CDR / Demand Draft in favor of “CATTLE MARKET MANAGEMENT

COMPANY RAWALPINDI DIVISION ”. Bid security has minimum validity

period of (90) days from the last date for submission of the Bid.

The successful bidder’s bid security shall be discharged upon signing of

contract and furnishing the 05 % performance security / guarantee of the total

contract price valid for the contract period. But it must be furnished before

receiving of first payment by the contractor s per schedule of payment. The bid Security may be forfeited:

a. if a Bidder withdraws its bid during the period of bid validity Or

b. In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a performance security / guarantee.

Note: The Procuring Agency will hold the Bid Security of 2 lowest bidders till the

decided time by CMMCRD. And if the first lowest evaluated bidder withdraws

his bid due to any reason, the Procuring Agency shall forfeit bid security of

such first bidder and offer the contract at its sole discretion to the second

Page 10: BIDDING DOCUMENTS

Page 10 of 25

lowest evaluated bidder, if it seems feasible. 5.7 Withdrawal of Bids

The Bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the period between deadline for submission of bids and the expiration of the period of bid validity specified in Bidding Documents. Withdrawal of a bid after submission & before the period of bid validity may result in forfeiture of the Bid Security submitted by the Bidder.

5.8 Bidding Procedure

The Procuring Agency will follow the PPRA Rule-38 (2-C) “two stage envelope procedure” for the entire process of the procurement.

In bidding process, separate evaluation of technical bid and financial bid will be

carried out. First the technical bid will be opened and the financial bid of only

those bidders will be opened who will qualify in technical bid evaluation. The

technical evaluation will be carried out based on the information provided by

bidder as requested in technical proposal heading. The bidders are advised to

go through the technical proposal and financial proposal and provide the

complete information as per proposals. 5.9 Clarification of Bids.

During evaluation of the bids, the Procuring Agency may, at its discretion, ask

the Bidder for a clarification of its bid. The request for clarification and the

response shall be in writing, and no change in the prices or substance of the bid

shall be sought, offered, or permitted. 5.10 Delivery Period, Transportation and Installation

(plant & machinery, equipment, goods, software, etc) 5.10.1 The Goods & Services shall be provide as per the time schedule mentions in

Annexure A after issuance of Purchase Order/signing of contract, whichever is earlier. Any delay or extension in the provision of the goods & services can be discussed at the time of signing the contract by providing sufficient grounds for the extension. Provision of extension will be on the discretion of Procuring Agency.

5.10.2 The Contractor shall provide Goods & Services at the premises of the Procuring Agency i.e. Model Cattle Market Gondal, District Attock and total contract value also includes all transportation, set up cost, installation cost and other costs.

5.11 Liquidated damages for failure/ delay in supply / provision / installation of

Goods & Services 5.11.1 Delay in provision of Goods & Services from the delivery/completion period will

attract penalty of Liquidation of the contract or delay in supply/ provision of

Goods & Services charges/penalty @ 0.067 % per day for 03 days as per the

discretion of CMMCRD. This period if allowed will be fall in category of grace

period.

5.11.2 If the contractor did not complete the delivery/provide the Goods & Services

after 03 days of aforesaid period or unsatisfactory Goods & Services are

provided or violate any provision of Contract, the Procuring Agency reserves

the right to cancel the whole supply/work with forfeiting the Bid

Page 11: BIDDING DOCUMENTS

Page 11 of 25

Security/Performance Guarantee and also claim further damages as

compensation for the whole delay which has been caused by the incomplete

delivery or due to total refusal of order. 5.12 Invoicing and Payment 5.12.1 The technical and inspection team of CMMCRD may inspect and check the

goods / services / equipment / machinery to be supplied at the warehouse of the selected Contractor before and after the delivery.

5.12.2 The contractor will submit/consolidated the invoice for all Goods & Services after the completion of the service period.

5.12.3 The payment will deliver within 21 (Working) days of after receipt of invoice from the contractor.

5.12.4 All the payment will be made subject to deduction of all applicable taxes by Federal and Provincial Governments.

5.13 Opening of the Bid 5.13.1 Bids shall be opened at CMMCRD office at given time and date, in the

presence of the Bidder(s) for which they shall ensure their presence without

further invitation.

5.13.2 The Bidder's name, modifications, withdrawal, security, attendance of the Bidder and such other details as the Procuring Agency may, at its exclusive

discretion, consider appropriate, shall be announced and recorded.

5.13.3 No Bidder or its representative will be allowed to keep any digital device

(camera, audio recorder, etc.) during Bid opening meeting at given time and

location. Non-compliance will cause the rejection of respective bidder.

Page 12: BIDDING DOCUMENTS

Page 12 of 25

6 Rejection of Bids 6.1 The Procuring Agency may reject all bids at any time prior to the acceptance of

a bid. The Procuring Agency shall upon request communicate to any Bidder

who submitted a bid, the grounds for its rejection of any or all bids, but is not

required to justify those grounds. 6.1.1 The Procuring Agency incurs no liability, towards Bidders who have submitted

bids.

6.1.2 Notice of the rejection of bids shall be given promptly to the concerned Bidders

that submitted bids. 6.2 Award Criteria 6.2.1 At first stage, eligible Bidder(s) fulfilling mandatory requirements and technical

evaluation criteria will stand qualified technically. 6.2.2 At second stage, financially qualified successful Bidder will be selected on

lowest evaluated bid.

6.3 Acceptance Letter (Letter of Intent)

The Procuring Agency shall, send the Acceptance Letter (Letter of Intent) to the successful Bidder against complete items, prior to the expiry of the validity period of the Bid, which shall constitute a contract, until execution of the formal Contract. The supply/start time of the Bidder / Contractor shall start from the date of issuance of the Letter of Acceptance.

6.4 Late receiving bids after due time will not be accepted and returned to the bidders unopened.

6.5 ARBITRATION

In case of any difference or dispute arising between the parties relating the contract period, shall be referred to resolution to the Commissioner / Chairman CMMC, Rawalpindi Division or his duly authorized nominee whose decision shall be final and binding on both the parties and cannot be challenged in any court of law or forum.

DECLARATION FOR BIDDERS

I / we have read attentively & consciously the above terms & conditions / rules

& regulations and bind myself / ourselves to abide by the terms & conditions /

rules & regulations.

___________________________ Signature of the bidder (with seal / stamp of firm / company / organization)

Page 13: BIDDING DOCUMENTS

Page 13 of 25

S. No. Description Estimated Amount (Rs.)

1. Plant & Machinery 7115000/-

S. No.

Name of Goods Specifications Quantity Estimated

amount

1. Tractor Trolley (2 Wheeler)

1. Standard Hydraulic Jack Trolley 2. Simple Trolley

01 375,000/-

2. Water Bowser + Jet Shower + Jet Washer

5000 Liters Rust free Stainless Steel Coated 01 1,900,000/-

3. Atlas Honda 125 125 cc Petrol 01 105,000/-

4. Front and End Blade

Standard Size 01 625,000/-

5. Generator 60 KVA or above with Canopy of Multinational Company or equivalent. 24 Hour rating power.

1. with Petrol 2. with Diesel

01 2,000,000/-

6. Grass Cutting Machine

Manual Wide Array 02 100,000/-

7. Peter for waste water

4 cylinder diesel engine 01 150,000/-

8. Water Filtration Plant of Multinational Company or equivalent

2000 Gallon or above 01 1,000,000/-

9. Electrical Weighing Machine

Channel iron Base, 3 x 6 feet platform 01 50,000/-

10. Mechanical Sweeper

Sweeping Performance 2200-2300 mm

Sweeping speed 8 to 15 km/hr

Maximum speed 20/40 km / hr

Main brush (Diameter) 530 to 560 mm

Main brush (Length) 1050 to 1150 mm

Side Brush (Diameter) 700 to 800 mm

Water Tank 370 Liter

Water Pump Pressure 35 PSI

Dust Hopper Capacity 1000 Liter

Hydraulic Tank 40 to 50 Liter

Tyre 5.00 x 12

Oil Cooler Hydraulic Oil Water Cooler

Discharge Height 1700 to 1750 mm

Type Tractor Towed

01 300,000/-

11. Bill Board 60 x 20 03

Annexure “A”

Page 14: BIDDING DOCUMENTS

Page 14 of 25

S. No. Description Estimated Amount (Rs.)

2. IT Equipment 3120000/-

Sr. #

Items Specification Quantity

1. PC Intel Core TM

i5 8400 Processor 6th Generation

9MB Cache

6 cores

6 Threads

500 GB HardDisk

4GB DDR-4 RAM

10

2. Key Board USB Keyboard

3. Mouse Optical Mouse

4. LCD Monitor Type 48.14 cm (9 inches) Wide-Aspect Active Matrix TFT (thin film transistor)

Viewable Image Area (diagonal)

48.14 cm (19 inches) wide (WXGA+); diagonally measured

Screen Opening (W x H) 40.82 x 25.52 cm (16.1 x 10.0 inches)

Panel Type TN

5. Laptop Intel Core TM

Ci7 Processor 7th Generation

1TB HardDisk

8GB DDR-4 RAM

FHD Screen i1080

HD webcam

Touch Screen

Backlight Keyboard

01

6. Printer

FUNCTIONS: Print:

FIRST PAGE OUT (READY) : BLACK : As fast as 5.7 sec

RESOLUTION (BLACK): 600 x 600 dpi, Up to 4800 x 600 enhanced dpi

RESOLUTION TECHNOLOGY : FastRes 1200, ProRes 1200, 600 dpi

MONTHLY DUTY CYCLE: Up to 100,000 pages [13]

PRINT TECHNOLOGY: Laser

10

7. Photocopier Functions: Copy, Print (UFR II), Scan, Send, Store

40 ppm in black and white

Scan to Email, FTP and SMB

OCR Scan standard

Up to 2.5 GB RAM/ 1 TB HDD

Up to 5,000-sheet paper capacity

1200 x 1200 dpi print resolution

Maximum paper size: 12” x 18”

Scans up to 51 ipm at 300 dpi

8.4" SVGA Full-Color TFT Screen

Secure hard disc erase

e-maintenance

01

8. FAX Machine Fax Machines white paper

2 line LCD screen displays the name and number

Save 25 fax pages sent

Save 28 page fax received

Store 110 phonebook names and numbers (including 10 quick call button)

Advanced Copy functions: zoom, zoom, page layout functions

Resolution: 4 levels (standard, sharp, very sharp image)

Fax function 10 of refuse

Automatic load text (10 pages)

50 page paper tray

Displaying 30 of calls and memory

01

Page 15: BIDDING DOCUMENTS

Page 15 of 25

Sr. #

Items Specification Quantity

Linear speed transfer data at 8 sec / page

9. Color Scanner

Scanner Type :Flatbed

Scanning Element : Contact Image Sensor (CIS)

Light Source: Three-color (RGB) LEDs

Scanner Buttons : Auto Scan, Copy, PDF (x2), E-mail

Max. Resolutions : Optical:4800 dpi x 4800 dpi1Interpolated:19,200 x 19,200 dpi

Max. Document Size : 8.5 x 11.7

Interface: Hi-Speed USB

dimensions (W x D x H) : 9.9 (W) x 14.4 (D) x 1.6 (H)

Weight 3.4 lbs.

Consumption: 2.5W (1.4W Standby)

Operating Temperature: 41° - 95°F

01

10. LED Diagonal Class : 42 inches

Diagonal Size: 41.9 inches

Resolution: 1920 x 1080

Display Type: LED

Display Format: Full HD 1080p

HDMI Port(s): 2

Other Input(s): 1 USB 2.0, 1 RF In (Antenna/Cable), 1 Component Video In, 1 Composite In (AV) – shared w/Component, 1 Digital Audio Out (Optical), 1 RS232 (Phone Jack)

Smart TV: Operating System -

Refresh Rate: 60Hz

Speaker System: 2ch Speaker System

Other Features: Triple XD Engine, Real Cinema 24p, Dolby® Digital Decoder, Clear Voice II

04

11. CCTV Cameras Fiber optic

1/1.8” Progressive Scan CMOS

6MP @24fps frame rate

Slow shutter

DWDR

3D DNR

-H: Heater

-S: Audio/Alarm IO

Support 64G on-board storage

DC12V/PoE

Total = 80

Straight Angle

= 50

180o= 15

360o=15

12. Accessories Cable (per ft), Connectors, Adopters, Installations, Fixation,

Transportation

As per

Requirement

13. DVR H.264 video compression

1920×1080P resolution real-time recording

4/8 HD-SDI interfaces input

HDMI and VGA output at 1920×1080P resolution

4/8-ch synchronous playback

HDD quota and group management

Dual Gigabit network interfaces

03

32 Ports = 02

16 Ports = 01

14. Walki Talki Walkie Talkie Type Digital, Handheld

Frequency range (Mhz) 400-520MHz, 136-174MHz

Maximum Range 1.5KM-3KM

Channel Capacity 128

Operation Voltage(V) DC 7.2

Ingress Protection Marking (IP code) /

Frenquency Stability (PPM) ±2.5

Antenna Impendance 50

Working Temperature(°C) -20°C-+50°C

Model UV-5RA

Capacity (mAh) 1800.0

Net Weight(kg) 0.46

05

Page 16: BIDDING DOCUMENTS

Page 16 of 25

Sr. #

Items Specification Quantity

Output Power (W) 5 Function

LCD Display, CTCSS/CDCSS,Dual Standby, Dual Display, Dual Band,Voice Prompt, FM Radio

Accessory Type:

Earphone, Charger & Adapter, Clip & Cord, Antenna, Battery

15.

Telephone Exchange

8 CO lines and 24 Extensions

Builtin CLI on Extensions

CLi on Trunk lines (Optional)

Builtin One Line OGM

6 lines OGM (Optional)

Builtin UPS

Battery Backup (Optional)

Configurable with GSM Gateways (Optional)

Hybrid system

Direct Inward System Access (DISA) with message

Uniform Call Distribution (UCD) with message

Day/Night/Lunch mode

Caller ID Display on SLT

Build-in Voice Message (optional)

3-level Automatic Reception with Voice Guidance

Flexible SMS Routing*

01

16.

Telephone Set

LCD Type Graphic

LCD Size (Pixels WxH) 242×109

LCD Lines/Characters 6/24

LCD Contrast 4 levels

LCD Backlight Yes

Handset / Headset volume 6 levels

Hearing Aid compatibility (HAC) Yes

Speaker phone volume 8 levels

Ringer Volume 4 levels + Off

Headset port 2.5mm audio jack

Auto Redial Yes

Off Hook Monitor Yes

Handset / Headset Mic Mute Yes

Call Log (Outgoing/Incoming) Yes

05

17.

Consol Set

Place of Origin: Guangdong, China (Mainland)

Brand Name: HB/OEM

Model Number: WS824-2C Gsm Telephone Set

Type: Caller ID Phone

Voice Mail: Yes

Color: White

Certification: CE/ISO/CCC

Function: Call IP, Call transfer, Telephone conference , Page and so on

Function Keys: 21 keys

Factory: Yes

Key phone: Yes

01

18.

Biometric Machine

Fingerprint Capacity 3000

ID Card Capacity 10,000 (Optional)

Record Capacity 100,000

Display 3-inch Screen

Communication RS232/485, TCP/IP,USB-host

Standard Functions Workcode, SMS, DST, Scheduled-bell, Self-Service Query, Automatic Status Switch, Webserver, External Printer, 5 digit user ID, Multiple Verify Mode

Software ZKTime. Net 3.0

01

Page 17: BIDDING DOCUMENTS

Page 17 of 25

Sr. #

Items Specification Quantity

Power Supply DC 5V 0.8A

Verification Speed ≤ 1 Sec.

Operating Temp. 0 °C- 45 °C

Operating Humidity 20%-80%

Dimension 190 × 135.8 × 51.5mm (Length × Width × Thickness)

Net Weight 0.9 kg

19.

DSLR Camera

18-20 MP

15-135 mm STM Lens

Tripod

Bag

32 GB branded card

Battery Grip

01

Page 18: BIDDING DOCUMENTS

Page 18 of 25

S. No. Description Estimated Amount (Rs.)

3. Furniture 1400000/-

S. No Name of Goods Qty. Specification Estimated Amount

1. Executive Table with Rack 01

Table : 2000 x 1000 x 760 mm (H) Rack: 1065 x 460 x 760 mm (H)

75000/-

2. Executive Chair 01 - 10000/-

3. Computer Tables 10 1200 x 600 x 760 mm (H) 50000/-

4. Computer Chairs 10 20000/-

5. Office Chairs 40 Wood and Cane 80000/-

6. Meeting Chairs 20 Seat and Back cushioned 60000/-

7. Conference Table (in equal pieces)

03 1800 x 600 x 760 mm 60000/-

8. Coffee Table (Glass Top) 01

C.T: 1200 x 600 x 450 mm (H) S.T: 1200 x 600 x 450 mm (H)

20000/-

9. Sofa Set 01 3 seater fully cushioned 60000/-

10. Almirah 06 Steel File Cabinet 4- Drawers 120000/-

11. Almirah 06

Steel Almirah Double door Size: 36” x 18” x 72

120000/-

12. Reception Table 05 1800 x 600 x 1200 200,000/-

13. 3 seater steel bench 10 Standard Size 30,000/-

14. Rostrum 03 Standard Size 45,000/-

Page 19: BIDDING DOCUMENTS

Page 19 of 25

S. No. Description Estimated Amount (Rs.)

4. Electric Items & Fixtures 1277500/-

Sr. #

Name of Goods

Specification Quantity Amount

1. Refrigerator Cooling system: Direct Cooling

Refrigerant: R134a

Net Refrigerator Capacity(L): 252L

Net Freezer Capacity(L): 132L

Unit Dimension (HxWxD)MM: 1670x657x560

Door Hinge: Right

Main Color Of Product: Grey

Type Of Handle: Hidden

02 100,000/-

2. Microwave Oven

Controller - Membrane

Door Open - Pull-Out

Auto Cook - Yes

Auto Defrost - Yes

Grill - Yes

Capacity - 28L

EASY CLEAN

I-WAVE

Turntable Diameter (mm) - 305

01 25,000/-

3. Vacuum Cleaner

Bagless: YES

Power input : 800 W

Noise level : 76 dB

Filtration level: 5

Bag/container capacity: 1.5 l

Colour: SILVER / RED

Weight: 5.8 kg

01 10,000/-

4.

Ceiling Fan

230 v

48 inch

70 watts

360 RPM

50 Hertz

8 280,000/-

5.

Pedestal Fan

24 inch

230 volts

125 Watts

1475 RPM

50 Hertz

10 45,000/-

6.

Cooler Fan

Large Size

100ft Copper wire

Cooler Stand

Heavy Duty

10 150,000/-

7. Emergency Torch

Heavy Duty

With Handle 10 30,000/-

8. Chandelier Medium Size 01 50,000/-

9. Air Conditioner

Ton : 2

Fixed or inverter : Fixed Frequency

Cooling Capacity(BTU) : 24000

Power Input(W)-Cooling : 2470

Running Current(A)-Cooling : 11.2

Power Supply(Ph/V/Hz) : 1,220,50,

EER : 3.30

Refrigerant : R410a

01

60,000/-

Page 20: BIDDING DOCUMENTS

Page 20 of 25

S. No. Description Estimated Amount (Rs.)

5. Veterinary Equipment 1000000/-

S. No

Name of Item Description Quantity Estimated cost

1. Cattle Crush Standard heavy steel pipe

Double super parallel side squeeze

Split gates both sides

Head Holder

Chin Bar with Scoop

Dimension Height Width Length

200-220 cm 115-125 cm 255-265 cm

01 Rs: 105000.000 Total Steel Made

2. Cattle Crush With Electric Weighing Scale

Standard heavy steel pipe

Double super parallel side squeeze

Split gates both sides

Head Holder

Good Quality Chargeable Digital Electric Weighing Scale

Dimension Height Width Length 200-220 cm 115-125 cm 255-265 cm

02 Rs: 130000.00 Total Steel Made

3. Manual Syringes Transparent Plastic body

Balplex / Namplex

Unbreakable

Luer Lock

Sterilizable 120c*

Dosing Capacity: 10 ml, 20 ml, 30 ml, 50 ml

10 ml: 06

30 ml: 06

50 ml: 06

10 ml Rs: 225.00

30 ml Rs: 350.00

50 ml Rs: 550.00

4. Needles (Stainless Steel)

Stainless Steel

Sterilizable 120c*

Size/ Gauge:

1.

16 G X 1-1/2”

2.

16 G X 3/4"

3.

16 G X 1/2"

17 G X 1-1/2” 17 G X 3/4" 17 G X 1/2

18 G X 1-1/2” 18 G X 3/4 18 G X 1/2"

1. 12

2. 12

3.12

1. Rs: 85.00

2. Rs: 80.00

3. Rs: 84.00

5. I.V Set Needles Rubber made with Stainless Steel needle 03 Rs: 650.00

6. Stomach Tube Plastic

Unbreakable Plastic Tube 1) Size: 13 x 1800 mm 2) Size: 19 x 3000 mm

1. 02

2. 02

1. Rs: 1000.00

2. Rs: 1500.00

7. Oral Drencher Manual Plastic Drencher

Unbreakable Plastic

Sterilizable 120*c

Dosing Capacity: 1) 250 ml 2) 400 ml

250 ml:02

400 ml:02

1. 250 ml Rs: 850.00

2. 400 ml

Rs: 1000.00

8. Bolus Gun

Stainless Steel

Type:

1. Small Curve

2. Large Curve

Small Curve: 02

Large Curve:

02

1. Small Curve Rs: 550.00

2. Large Curve

Rs: 850.00

9. Castration Plier Stainless Steel

Size: 1) 9" 2) 12" 3) 16"

9" : 01

12":01

16": 01

1. 9" Rs: 819.00 2. 12"

Rs: 1150.00 3. 16"

Rs: 1690.00

Page 21: BIDDING DOCUMENTS

Page 21 of 25

10. Tail Cutter Stainless Steel 02 Rs. 850.00

11. Trocar & Cannula Stainless Steel

Size:

1) Small 8"

2) Large 10"

8” : 02

10”: 02

1. 8” Rs: 250.00

2.10” Rs: 325.00

12. Electric Dehorner Stainless Steel with Plastic body

200 Watts, 220 Volts

Dehorner

A> Spare Head Large

B> Spare Head Small

A> 01

B> 01

A> Rs: 3500.00

B>

Rs: 2969.00

13. Firing Iron Set of 3 Stainless Steel with Plastic body Handle 01 Rs: 750.00

14. Foot Rot Shear Stainless Steel with Plastic body Handle 01 Rs: 550.00

15. Catheteer Stainless Steel

For Cow, Mare, Sheep/Goat

For Bull, Horse, Ram/ Buck

For Cow, Mare,

Sheep/ Goat: 02

For Bull,

Horse, Ram/ Buck: 02

For Cow, Mare, Sheep/ Goat Rs: 350.00

For Bull, Horse, Ram/ Buck Rs: 325.00

16. Teat Slitter Stainless Steel 02 Rs: 225.00

17. Teat Lancet Stainless Steel 02 Rs: 160.00

18. Teat Structure Remover

Stainless Steel 02 Rs: 150.00

19. Milk Catheter

Stainless Steel 02 Rs: 350.00

20. Teat Dilator Stainless Steel 02 Rs: 190.00

21. Teat Plug Unbreakable Plastic Body

Small & Large

Small: 12

Large: 12

Small Rs: 8.00

Large Rs: 10.00

22. Teat Dipper Unbreakable Plastic Body 06 Rs. 190.00

23. CMT-Kit Complete Set

Unbreakable Plastic Body 03 Rs: 490.00

24. Ear Tag Plier Stainless Steel

Types:

1) Pin Type

2) Punch Type

3) Universal Type

Pin: 02

Punch:02

Universal:02

1. Pin Rs: 850.00

2. Punch Rs: 1000.00

3. Universal Rs: 1850.00

25. Bull Holder Stainless Steel 02 Rs: 325.00

26. Bull Nose Ring Brass

Size: 1) 2 1/2 " 2) 3 "

1> 2 1/2 ": 03

2> 3 ": 03

3> 2 1/2 " Rs. 250.00

4> 3 " Rs. 300.00

27. Ring Plier Stainless Steel 02 Rs: 1590.00

28. Analog Weight Scale

Unbreakable Plastic

Weighing Capacity 100 Kg

01 Rs: 2500.00 -3000.00

Page 22: BIDDING DOCUMENTS

Page 22 of 25

29. Digital Scale Unbreakable Plastic

Weighing Capacity 1 mili gram to 5 Kg

01 Rs: 1390.00

30. Digital Thermometer

Unbreakable Plastic 06 Rs: 190.00

31. Flat Thermometer Unbreakable glass

Mercury base

06 Rs: 90.00

32. Stethoscope A Grade material 02 Rs: 850.00 Large

33. Indoor Digital Thermometer

Unbreakable Plastic

For Room Temperature

02 Rs: 490.00

34. Indoor Thermometer

Unbreakable Plastic

Base on Mercury

For Room Temperature

02 Rs: 140.00

35. Clipper

Stainless Steel with Plastic body Handle

For Cow, Sheep & Goat and Horse

02 Rs: 550.00

36. Sheep Shear Stainless Steel with Plastic body Handle 02 Rs: 1250.00

37. Mouth Gage Vernals Model Stainless Steel with Plastic body Handle

Butler Model Stainless Steel with Plastic body Handle

Vernals: 01

Butler:01

1. Vernals Rs: 950.00

2. Butler Rs: 1450.00

38. Obstetric Set

Product Features

2, Obstetric Chains 1 Meter.

2, Wooden Handles

2, Eye Hook on Chain

1, Calving Rope 1 Loop

1, Calving Rope 2 Loops

2, Eye Hooks Blunt

1, Calving Belt With Hook

1, Obstetric Krey Hook

1, Towel and Soap

1, Gel 500 ml

1, Gloves Pack of 100 Pieces.

Complete Kit in Stainless Steel Box with removable Tray

01 Complete Set:

Rs: 4000.00

39. Postmortem Set

Product Features

1, Stainless Chopper

1, Autopsy Knife Curved

1, Skinning Knife Curved

1, Boning Knife Pointed

1, Sharpening Steel 25 cm Stainless Steel With Plastic Handle

1, Bone Saw

1, Brain Knife Stainless

1, Bone Scissors Stainless

2, Surgical Knife With Blade

1, Nursing Scissors 14 cm

1, Straight Scissors

1, Rochester Pean Straight

1, Tape Measure 2 Meters

Complete Kit in Stainless Steel Box With Removable Tray

01 Complete Set:

Rs: 5200.00

Page 23: BIDDING DOCUMENTS

Page 23 of 25

40. Surgical Set

Product Features

1, Plaster of Paris Scissors 18 cm

2, Cooper Scissors Straight 14 cm

2, Dressing Scissors Straight 16 cm

1, Dressing Scissors Straight 18 cm

1, Rochester Pean Curved 14 cm

1, Rochester Pean Straight 20 cm

1, Rochester Pean Curved 20 cm

2, Anatomic Forceps 13 cm

2, Dressing Forceps 14 cm

1, Needle Holder Mayo 16 cm

1, Trocar and Canulla 20 cm

2, Scalpet Knife

1, Suture Needle Pack of 10

1, Silk Real

1, Disposable Gloves Pack of 100

1, Towel & 1, Soap

Complete Kit in Stainless Steel Box With Removable Tray

01 Complete Set:

Rs: 3500.00

41. Field Veterinary Kit Product Features

1, Castration Plier Small

1, Castration Plier Large

1, Mouth Gage Vernals

1, Mouth Gage Butler

1, Trocar and Canulla Small

1, Trocar and Canulla Large

1, Artery Forceps 14 cm

1, Dressing Forceps 14 cm + 20 cm

1, Scissors Straight 14 cm + Curved 14 cm

1, Digital Thermometer

1, Teat Dilator

1, Hoof Cutter 40 cm

1, Suture Needle Pack of 10

1, Twitch

1, Balplex Syringe 10 ml

2, Needles 1 1/2 " , 3/4 " ( 12 PCS )

1,Automatic Drencher 30 ml

1, Surgical Knife Handle No. 3

1, Surgical Knife Handle No. 4

1, Blade Pack of 10 No. 10

1, Blade Pack of 10 No. 20

Complete Kit in Leather Box / Bag With Removable Tray

01 Complete Set:

Rs: 12340.00

42. A.I. Kit in Box Product Features

1, A.I Gun Universal

100, A.I Sheaths

100, A.I Gloves 90 cm

1, Thawing Kit 220 V.

1, Straw Cut Scissors

1, Straw Tweezer

1, Straw Cutter

1, Lubricant Gelly

Complete Kit in Stainless Steel Box

01 Complete Set:

Rs. 5800.00

43. Apron Leather made Full length apron

03 Rs: 2000.00

44. Obstetric Gown Good quality cloth made with fine stitch 03 Rs: 1100.00

45. Doctor Coat Good quality cloth made with fine stitch 03 Rs: 1100.00

46. Gum Boot Good quality rubber made 03 Rs: 890.00

Page 24: BIDDING DOCUMENTS

Page 24 of 25

47. Stainless Steel Exam Table with Legs

Stainless Steel

Size: 1> W24" x L36" x H36 1/2"

Size:2> W24" x L60" x H36 1/2"

1> 02

2> 02

2> Rs: 14900.00

2>

Rs: 20000.00

48. Stainless Steel Trays

Stainless Steel

Rectangular Shape [Small (8x10), Large(12x10)]

Kidney Shape (Small, Large)

Rectangular Shape

1.Small: 06 2.Large: 06

Kidney Shape

1.Small: 06 2.Large: 06

Rectangular Shape 1.Small

Rs: 250.00 2.Large

Rs: 390.00

Kidney Shape 1.Small

Rs: 250.00 2.Large

Rs: 390.00

49. Microscope Compound Microscope (OMAX 40X-2000X Lab) LED Binocular Microscope with Double Layer Mechanical Stage W Blank Slides Covers and Lens Cleaning Paper.

Total magnification: 40X-80X-100X-200X-400X-800X-1000X-2000X; Eyepieces: wide field WF10X and WF20X; Objectives: achromatic DIN 4X, 10X, 40X(S), 100X(S, Oil); Viewing head: 45 degrees inclined 360 degrees swiveling binocular; Sliding adjustable inter pupillary distance: 2-3/16inch ~ 2-15/16inch(55~75mm); Ocular diopter adjustable on both eye tubes

Nosepiece: revolving quadruple; Stage: double layer X-Y mechanical stage with scales, size: 4-1/2inchx 4-15/16inch (115mm x 125mm), translation range: 2-13/16inch x 1-3/16inch (70mm x 30mm); Stage upward moving lock protects objectives and slides

Condenser: NA1.25 Abbe condenser with iris diaphragm; Illumination: transmitted (lower) LED light, intensity adjustable; Focus: Coaxial coarse and fine knobs on both sides

Full solid metal frame construction with stain resistant enamel finish; Power supply: AC/DC adapter, 7.5V/7.5W (UL approved) - Input: 100-240V; 100-piece blank glass slides with 100-piece cover slips and 50-sheet lens cleaning paper included.

Portable with Multimedia

01 Rs. 45000.00 China manufactured

Page 25: BIDDING DOCUMENTS

Page 25 of 25

50. Laboratory glassware items:

a) Beakers b) Flasks c) Bottles d) Jars e) Test Tubes (Made By Fine Glass /

Unbreakable Plastic) f) Test Tube Rack (Made By Fine Wood/

Stainless Steel) g) Glass Petri Dishes h) Microscope Slides i) Graduated Cylinders j) Volumetric Flasks k) Glass Pipettes l) Glass Dashes m) Blood Anticoagulant Tube (Made By Fine

Glass / Unbreakable Plastic)

Each item 01 All item:

Rs. 25000.00

51. Laboratory Blood Stain Kits

A. Gram Stain Kit (Ready To Use)

B. Giemsa Test Kit

C. Acid-Fast Stains Kit

A: 01

B: 01

C: 01

A. Rs: 3700.00

B.

Rs: 1290.00

C. Rs: 12500.00

52. Ultrasound Machine for Veterinary

01 USA Manufactured Rs: 600000.00

53. pH Meter pH Range: -2.000 to 16.000 pH (Standard Mode), -2.00 to 16.00 pH (Basic Mode)

pH Resolution: 0.001 pH, 0.01 pH

pH Accuracy (@25ºC/77ºF): ±0.01 pH, ±0.002 pH

pH Calibration: 5 points (Standard mode) 1.68, 4.01 (3.00†), 6.86, 7.01, 9.18, 10.01, 12.45, and two custom buffers; 3 points (Basic mode) 4.01; 6.86; 7.01; 9.18; 10.01

pH Temperature Compensation: ATC: -5.0 to 100.0ºC; 23.0 to 212.0°F*

pH Electrode Diagnostics: Glass and reference junction diagnostics ( HI 11311 & HI 12301 only), out of calibration range , probe condition, response time.

01 Rs: 15000-20000