Top Banner
1 JAWAHARLAL NEHRU KRISHI VISHWA VIDYALAYA JABALPUR - 482 004 (M.P.) E-Tender Document (Revised after Pre-Bid Meeting) Item No. 2 Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019 For supply of Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS) COLLEGE OF AGRICULTURE JAWAHARLAL NEHRU KRISHI VISHWA VIDYALAYA JABALPUR - 482 004 (M.P.)
33

New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

Oct 11, 2020

Download

Documents

dariahiddleston
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: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

1

JJAAWWAAHHAARRLLAALL NNEEHHRRUU KKRRIISSHHII VVIISSHHWWAA VVIIDDYYAALLAAYYAA

JJAABBAALLPPUURR - 448822 000044 ((MM..PP..))

EE--TTeennddeerr DDooccuummeenntt

((RReevviisseedd aafftteerr PPrree--BBiidd MMeeeettiinngg))

Item No. 2

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

For supply of

Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS)

COLLEGE OF AGRICULTURE JAWAHARLAL NEHRU KRISHI VISHWA VIDYALAYA

JABALPUR - 482 004 (M.P.)

Page 2: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

2

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

E-TENDER NOTICE

For Supply of

Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS)

Jawaharlal Nehru Krishi Vishwa Vidyalaya, Jabalpur invited e-Tender for Supply of

ICP MS/MS as per following schedule.

1. Purchase of on-line tender from 12.07.2019 at 11.00 am to 05.08.2019 upto 6:55 pm.

2. Pre Bid meeting on 19.07.2019 at 11:00 am.

3. Inclusion of changes in technical specifications after pre-bid (if any) on 23.07.2019 at

11:00 pm.

4. Bid Submission on-line: upto 07.08.2019, 6:55 pm.

5. Submission of Technical / Physical bid to the Office: 16.08.2019 upto 4:00 pm.

6. Opening of Technical / Physical Bid: 19.08.2019 at 3:00 pm.

7. Opening of Financial bid will be announced after approval of technical bid.

For details, please visit https://mptenders.gov.in or www.jnkvv.org

Sl.

No.

Name of

Equipment

Specifications /

Scope of Work

F.O.R Tender Fees

(on-line

submission)

EMD

(on-line

submission)

1. Inductively Coupled Plasma

Mass Spectrometry

(ICP MS/MS)

Analysis of

elements / heavy

metals

JNKVV,

Jabalpur

Rs. 1,000/- Rs. 3,00,000/-

Please read and follow the instructions carefully to avoid the rejection of the tender. You are

also requested to send your representatives, duly authorized in writing, to participate in Pre-Bid

meeting and during Technical Evaluation.

Dean

College of Agriculture

JNKVV, Jabalpur

Page 3: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

3

IMPORTANT:

For any technical related queries please call at 24 x 7 Help Desk Number

0120-4001 002 0120-4200 462 0120-4001 005 0120-6277 787

International Bidders are requested to prefix 91 as country code

On-line tenders can be uploaded on

https://mptenders.gov.in/nicgep/app

Mail id: [email protected]

Support timings: Monday to Saturday from 10:00 AM to 5:00 PM

MPSEDC Helpline Numbers: 08517936082, 07566660425, 08989685065

Any updation/ Modification/further call, if required and any other changes in respect of

above tender will only be available on https://mptenders.gov.in/nicgep/app and

www.jnkvv.org

Please visit www.jnkvv.org for regular updates and corrigendum as they will not published in

news paper

E-Mail Support: For any Issues or Clarifications relating to the published tenders, bidders are

requested to contact the respective Tender Inviting Authority.

Technical - [email protected]

Policy Related - [email protected]

Please visit https://mptenders.gov.in/nicgep/app and www.jnkvv.org for regular updates and

corrigendum as they will not published in news paper. Bidders are advised to visit the above

websites at least 3 days prior to closing date of submission of tender for any corrigendum /

addendum / amendment.

Registration Process:

For participating in the above e-tender, the bidders shall have to get themselves registered

with https://mptenders.gov.in/nicgep/app and get user ID & password. Class 3 Digital Signature

certificate (DSC) is mandatory to participate in the e-tendering process. For any

clarification/difficulty regarding e-tendering Process flow, please contact NIC Helpline Numbers:

0120-4001002, 0120-4200462, 0120-4001005, 0120-6277787.

a. Interested bidders can purchase the tender documents online from

website: https://mptenders.gov.in/nicgep/app. Bidders have to pay the Processing fee as

mentioned on website by online mode only.

b. Earnest Money shall be paid by online mode.

c. All the payments (Tender Document, Processing Fee and EMD) should be made online

failing which the tender will be rejected.

d. Bidders/tenderers can access tender documents on the website mentioned above, fill them

and submit the completed tender document into Electronic Tender on the website itself.

Bidders shall have upload scanned copies of all the paper, i.e. Earnest Money Deposit,

Processing Fee and certificates as required in terms and conditions.

e. Corrigendum/Addendum/Corrections, if any will only be posted in the

website https://mptenders.gov.in/nicgep/app and www.jnkvv.org. No press notice will

be issued. Separately.

Page 4: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

4

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

E-Tender for Supply of

Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS)

Details of Manufacturer/ Bidder:

1. Name & full address of the

Manufacturer / Tenderer

:

2. a) Telephone/ Mobile No.

b) Fax No.

c) E-mail

:

:

:

3. Location of the manufacturing

factory

:

4. Name & full address of the Bidder

a) Telephone/ Mobile No.

b) Fax No.

c) E-mail

:

:

:

:

5. PAN No. :

6. GSTIN No. :

7. Bank Account Details

Bank Name

Bank Branch

Account Number

IFSC

:

:

:

:

Seal and Sign of Tenderer

Page 5: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

5

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

E-Tender for Supply of

Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS)

IMPORTANT DATES

Sl.

No.

Meeting Hall of

Dean, College of

Agriculture,

JNKVV, Jabalpur

Bidder's Stage Start Expiry Envelopes

Date Time Date Time

1. --

--

Purchase of Tender

– Online 12.07.2019 11:00 am 05.08.2019 6:55 pm --

2. -- Pre Bid Meeting 19.07.2019 11:00 am -- -- --

3.

--

Uploading of

Revised tender

Document after Pre

Bid Meeting

(if required)

23.07.2019 11:00 am -- -- --

4. --

Bid Submission

– Online -- -- 07.08.2019 6:55 pm --

5. Mandatory

Submission

(Envelop A)

to Office of the

Dean, College of

Agriculture

JNKVV,

Jabalpur

-- -- -- 16.08.2019 4:00 pm --

6. Technical Bid

Open

(Envelope-A)

-- -- -- 19.08.2019 3:00 pm A

7. Financial Bid

Open

(Envelope-B)

Announced later -- -- -- -- B

Page 6: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

6

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

Procedure for On-line Submission of Tender Document

DEPOSITING THE BIDS:

The bids will be submitted through on-line mode of https://mptenders.gov.in/nicgep/app.

However, certain documents would be required to be submitted physically to our office. Details

are as follows:-

(A) On-line Submission on website https://mptenders.gov.in/nicgep/app:

STEP – I

Uploading of scanned copy in PDF format (each document should be sealed and signed on

each page):

1. Covering letter of the participating firm.

2. Certificate for acceptance of terms and conditions of tender on firm’s letter head in

prescribed proforma.

3. Check list properly filled-in in prescribed proforma (Annexure-I).

4. Original Equipment Manufacturer (OEM) certificate or Authorized Dealership Certificate

as applicable directly from manufacturer in prescribed proforma. Third party

authorization will not be accepted.

5. Detailed technical write-up in original highlighting the Model Name / Number, features

of the equipment offered and/or Technical literature/manuals.

6. Company profile.

7. Compliance/Non-compliance Certificate in prescribed proforma.

8. Client list/ List of users - List of Institutes / Organizations where same supply/work has

been executed. Copy of the work order & completion certificate duly signed by the

competent authority of the institute to be enclosed with contact numbers of users.

9. Income tax return of last 3 years.

10. Sales turnover of last 3 years with supporting CA certified documents.

11. Duly signed photocopy of PAN card

12. Duly signed photocopy of GSTIN document

13. Firms/Business Registration documents/Copy of valid Registration Certificate under

State/Central/ Commercial Sales Act.

14. Receipt of EMD generated on-line or exemption proof, if exemption requested.

15. Receipt of Tender Document Cost generated on-line.

16. Manufacturing firm’s valid ISO/CE Certificate with period validity.

17. Undertaking letter from tenderer for never being blacklisted by any Organizations in

prescribed proforma.

18. Three-years warranty of the equipment from manufacturer on manufacturer’s letter head in

prescribed proforma.

19. Any other item(s) as specified in terms & conditions.

Page 7: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

7

STEP – II

Financial Bid to be submitted on-line at https://mptenders.gov.in/nicgep/app

Commercial/ Price bid packet (on-line)

(B) Submission of Mandatory Documents at Office address:

STEP–III: Mandatory Document to be submitted by registered post / courier / personally at

Office address at JNKVV, Jabalpur.

The documents listed above in STEP-I (all original documents - sealed and signed on

each page) to be submitted (hard copy) in the Technical Bid Envelope – “A” (separate for

each item) at the address given below before last date as mentioned in bid as given below.

1. Covering letter of the participating firm.

2. Certificate for acceptance of terms and conditions of tender on firm’s letter head in

prescribed proforma.

3. Check list properly filled-in in prescribed proforma (Annexure-I).

4. Original Equipment Manufacturer (OEM) certificate or Authorized Dealership Certificate

as applicable directly from manufacturer in prescribed proforma. Third party

authorization will not be accepted.

5. Detailed technical write-up in original highlighting the Model Name / Number, features

of the equipment offered and/or Technical literature/manuals.

6. Company profile.

7. Compliance/Non-compliance Certificate in prescribed proforma.

8. Client list/ List of users - List of Institutes / Organizations where same supply/work has

been executed. Copy of the work order & completion certificate duly signed by the

competent authority of the institute to be enclosed with contact numbers of users.

9. Income tax return of last 3 years.

10. Sales turnover of last 3 years with supporting CA certified documents.

11. Duly signed photocopy of PAN card

12. Duly signed photocopy of GSTIN document

13. Firms/Business Registration documents/Copy of valid Registration Certificate under

State/Central/ Commercial Sales Act.

14. Receipt of EMD generated on-line or exemption proof, if exemption requested.

15. Receipt of Tender Document Cost generated on-line.

16. Manufacturing firm’s valid ISO/CE Certificate with period validity.

17. Undertaking letter from tenderer for never being blacklisted by any Organizations in

prescribed proforma.

18. Three-years warranty of the equipment from manufacturer on manufacturer’s letter head in

prescribed proforma.

19. Any other item(s) as specified in terms & conditions.

Page 8: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

8

Technical Bid envelope-A of all items separately will be opened before a committee constituted

for the purpose. After verification, scrutiny and due recommendation of the committee, the

financial bid of the eligible tenderer who have offered their rates in the price bid shall be opened

on-line.

Physical submission of documents to following address:

The Dean,

College of Agriculture

(Attention: Head, Soil Science & Agricultural Chemistry)

Jawaharlal Nehru Krishi Vishwa Vidyalaya

Krishi Nagar, Adhartal, Jabalpur-482 004 (M.P.), India

Phone/Fax: 0761-2681119

E-mail: [email protected]

NOTE :

(i) Tenderers are requested not to submit financial bid in any envelop. The price bid will be opened

only after due satisfaction of technical bid on-line.

(ii) Tax extra if any must be shown separately in the specified column of financial bid.

Page 9: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

9

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

E-Tender for Supply of

Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS)

Terms and Conditions:

1. Participation Requirement:

a. Only the Manufacturers and their Authorized Dealers need to submit their tenders.

The authorized dealers should furnish a certificate from the manufacturer for their valid

period dealership. Third party authorization will not be accepted. Submit the OEM

Certificate or Manufacturer's Authorization Form (MAF – if not OEM) in

prescribed proforma.

b. No person or firm shall submit more than one Tender for the same item. No offer should

have more than one model quoted. The bids can be submitted only as single party and

consortium of bidders shall not be entertained.

2. Tender Purchase & Submission:

a. Tender can be purchased and submitted on-line from e-procurement portal

https://mptenders.gov.in/nicgep/app.

b. Mandatory Submission (Envelope A) containing all original documents as

required for technical bid as mentioned in the tender document, must be submitted

in sealed cover to the Dean, College of Agriculture (Attention : Head, Soil

Science and Agricultural Chemistry), JNKVV, Adhartal, Jabalpur-482 004 so

as to reach on or before scheduled date and time.

c. Belated tender due to postal delay or any other reasons will be rejected.

d. Technical Bids [Mandatory Submission (Envelope A)] will be opened on

scheduled date and time in the office of undersigned in presence of authorized

representative of tenderer.

e. The tender for each item should be sent separately. The duly sealed envelope should

super scribed TENDER FOR THE ITEM No...................(NAME OF

THE EQUIPMENT) DUE on…………………….FOR PRAL, Department of

Soil Science & Agricultural Chemistry.

f. Bidders are advised to visit NIC website https://mptenders.gov.in/nicgep/app at

least 3 days prior to closing date of submission of tender for any corrigendum /

addendum/ amendment.

g. Amendment to the Bid Document: At any time, prior to the last time and date for

receipt of bids, JNKVV, may, for any reason, whether at its own initiative, modify the

Bid Document by an amendment. The amendment will be notified in the e-Procurement

Page 10: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

10

website, which will be binding on all bidders. In order to provide Bidders reasonable

time in which to take the amendment into account in preparing their bids, JNKVV may,

at its discretion, extend the last date for the receipt of Bids.

3. Tender Document Cost / Tender Fee:

Tender Fees to be submitted on-line on portal. No one shall be exempted from the remittance

of Tender Document Cost / Tender Fee. Receipt generated on-line should be submitted with

mandatory document.

4. Earnest Money Deposit (EMD):

a. EMD of required amount as specified in the tender document for each item to be

submitted on-line on portal. Receipt generated on-line should be submitted with

mandatory document.

b. Exemption terms: EMD can be exempted only for those bidders who are registered with

the SSIC, National Small Industries Corporation (NSIC), MSEs or firms registered under

DGS & D for the items quoted. The firm should submit in support the valid Permanent

Enlistment Certificate of SSIC, NSIC or valid DGS & D Rate Contract copy for the

quoted item only.

5. Security Deposit:

a. For bidders who have submitted EMD on-line

On approval of the tender, in addition to EMD, 3% of the quoted cost summing upto

total 5% of quoted of the equipment as Security Deposit should be deposited in the

form of Demand Draft only from any nationalized bank/scheduled bank payable to

“Dean, College of Agriculture, JNKVV, Jabalpur”. Security deposit will be

returned after successful completion of the warranty.

b. For bidders who have submitted EMD documents for exemption

5% of quoted price of the equipment as Security Deposit in the form of Demand

Draft only from any nationalized bank / scheduled bank payable to “Dean, College of

Agriculture, JNKVV, Jabalpur”. Security deposit will be returned after successful

completion of the warranty.

6. Warranty:

a. The manufacturer should furnish a legally enforceable valid authorization in

manufacturer’s letter head in prescribed proforma.

b. The tenderer must provide Three-years warranty of the equipment from

manufacturer along with guarantee / warranty on manufacturer’s letter head with serial

numbers of goods/products supplied for back to back warranty support as per terms

and conditions for satisfactory functioning of the equipment/ system in prescribed

proforma. The warranty should cover all accessories and local supplied items also. The

warranty of all quoted items shall start from the date of commissioning and

acceptance.

c. The break down period should not exceed more than 10 days in any case.

Page 11: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

11

d. Supplier should provide the list of items which are covered under consumables. The

items not listed in the consumables would be considered as spare parts for the purpose

of warranty obligation including replacement/ repairs.

e. All the consumable and non consumable should be made available upto seven years

after warranty period.

f. Latest and upgraded version of licensed software developed during warranty period

should be provided. Details of licenses offered for software if any should be provided.

All ongoing software upgrades for all major and minor releases should be provided

during the warranty period.

g. Bidder should ensure that there is a back-to-back agreement with OEM to meet hardware

and software warranty terms.

7. Client List / List of Users:

List of institutes / organizations, where the same quoted item has supplied should be given.

Copy of the work order & completion certificate duly signed by the competent authority of

the institute should be enclosed. The detailed list mentioning the user name, department

name, date/year of supply, installation, satisfactory working certificate from user and contact

number including e-mail should be supplied with tender.

8. Payment Terms:

a. For imported equipment and accessories :

The payment will be made in foreign currency for the imported equipment and accessories

through Letter of Credit (LC). Letter of Credit will be established for 100 per cent.

Payment will be released in two parts:

i. 80% payment after presentation of original documents after dispatch of the item(s)

ordered.

ii. 20% payment after satisfactory supply, installation, demonstration and training of

the item(s) ordered.

b. For Indian equipment and accessories:

The payment will be made in Indian Rupees (INR) through inland LC for Indian

equipment / accessories after satisfactory supply, installation, demonstration and training

of the item.

c. GST as applicable against the DSIR certificate. For those items, where DSIR certificate is

not issued, the GST will be applicable as per HS code.

d. HS code should be mentioned in the tender.

e. No advance payment will be made.

f. Taxes, Duties, Levies and other charges:

i. GST invoice should be produced. GST will be paid as per DSIR certificate provided

by JNKVV for supply. Being the educational institute and since the purchase will be

used for education / research purpose, the GST rates will be applicable as per DSIR

norms.

ii. All applicable taxes, duties and levies shall be shown separately.

Page 12: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

12

iii. Charges towards freight, forwarding, transit insurance, installation & support shall be

included in the quoted price

iv. Loading and unloading of materials is the responsibility of the bidder and any charges

in this regard to be borne by the bidder.

v. TDS as applicable will be deducted as per norms of IT Dept./Govt. and for which

necessary certificate will be issued by JNKVV.

vi. The rates quoted by the bidder shall be firm. Any revision/change in the rate of

Taxes, Duties, levies etc. or introduction of new taxes/duties/levies by government

shall be considered on submission of valid documents.

9. Period of Validity:

The bid shall remain valid for a minimum period of 180 days from the date of opening of

the technical bid.

10. Submission of Technical Literature:

a. The technical brochure of the offer should be original and other relevant documents must

be submitted with signature and seal of manufacturer / authorized dealer.

b. In the brochure, the technical specifications should be marked and highlighted along

with the serial number of the required specifications.

c. Tenderer should put seal and sign on each page of submitted documents.

11. Financial Bid

a. The rates quoted should be for single complete unit with F.O.R. JNKVV, Jabalpur.

The rates quoted should be inclusive of packing and forwarding charges/

loading/ unloading/ handling charges/ freight/ full risk coverage insurance, etc.

b. Custom duty and other levies, if any, should be shown separately and the total price of

each item should be worked out incorporating the same. Custom Duty Clearance

Certificate will be provided by JNKVV.

c. Prices for the main item and accessories should be given separately. This is necessary

to workout prices of a desired configuration.

d. All losses during transit will have to be borne by the tenderer.

12. Training:

a. Minimum three on-site and two off-site application training (at Advanced Training Centre

with three persons) after successful installation as and when required during first year

have to be imparted by company (mandatory).

b. From second year onward, two on-site and one off-site training per year till the end of

warranty period are to be imparted (mandatory).

c. Cost of training programmes, if any for on-site or off-site should be included in quoted

price. Later on, no separate charges will be paid for the same by the department.

d. Installation and trial run should be carried out at the supplier’s risk.

Page 13: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

13

13. Submission of Important Documents:

a. Acceptance of Terms & Conditions:

On approval of the tender, the supplier should make a notarized agreement on non-

judicial stamp paper of Rs. 1000/- stating that the aforesaid "Terms and Conditions"

are agreeable to the tenderer. This should be signed and stamped in the presence of

two witnesses and purchaser.

b. Never Blacklisted Notarized Document

The supplier shall also undertake that the firm never being blacklisted/ banned

/declared having delivered dissatisfactory performance by any government /

semi‐government authority in India for supply of materials / carrying out operations and

maintenance work / application development. An undertaking by an authorized signatory

of the company needs to be submitted in this regard as a preliminary undertaking. This

Affidavit should be submitted duly notarized on Rs. 200/- non judicial stamp.

c. Submit the Last 3 (three) years income tax return.

d. Submit the Audited balance sheet along with Profit & Loss Account for last three

financial years. Submit CA Certified Statement for the last three financial years on

the Net worth.

e. Duly signed photocopy of PAN card

f. Duly signed photocopy of GSTIN

g. Firms / Business Registration documents/Copy of valid Registration Certificate

under State / Central/ Commercial Sales Act.

14. Jurisdiction

The disputes, legal matters, court matters, if any shall be subject to Jabalpur (MP), India

jurisdiction only.

15. Certification:

The manufacturing firm shall have presently valid necessary ISO /CE, WHO, GMP, CF

Certificate.

16. General Terms & Conditions:

a. It is mandatory to provide all the relevant information in Annexure I.

b. Broad-based specifications of equipment/ items/ systems/ works etc. are given in

Annexure II. The tenderer should also take note of the remarks, if any, given there in.

c. Compliance and/or Non-compliance Certificate should be submitted as per attached

format.

d. Dean, College of Agriculture, JNKVV, Jabalpur reserves the right to extend the

opening date of tender.

e. Disputes arise, if any, will be resolved through process of arbitration. The Vice

Chancellor, JNKVV, Jabalpur or his authorized representative shall be the sole

arbitrator whose decision in the matter shall be final and binding to all parties.

Page 14: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

14

f. J. N. Krishi Vishwa Vidyalaya reserves the right to accept or reject any or all offers in

full or in part without assigning any reason (s) thereof depending upon the availability of

fund.

g. Any revision in price/terms and conditions of the tender submitted after opening of the

tenders shall not be accepted.

h. Firm must provide a compliance statement vis-à-vis specifications in a “tabular

form” clearly stating the compliance. This statement must be signed, by the

Tenderer with the company seal for its authenticity and acceptance that any

incorrect or ambiguous information found will result in disqualification of the offer.

i. Any deviation, variation or non-compliance of the terms and conditions by the

tenderer shall be considered as a breach of contract and JNKVV reserves the right to

forfeit the amount of earnest money and/or security deposit in part or in full and take

action as per legal arrangement.

j. Force Majeure:

JNKVV may consider relaxing the penalty and delivery requirements, as specified in this

document, if and to the extent that, the delay in performance or other failure to perform

its obligations under the contract is the result of an Force Majeure. Force Majeure is

defined as an event of effect that cannot reasonably be anticipated such as acts of God

(like earthquakes, floods, storms etc.), acts of states / state agencies, the direct and

indirect consequences of wars (declared or undeclared), hostilities, national emergencies,

civil commotion and strikes at successful Bidder’s premises or any other act beyond

control of the bidder.

k. Arbitration:

All disputes/claims of any kind arising out of supply, implementation, commissioning,

acceptance, warranty maintenance etc under this Contract, shall be referred by either

party (JNKVV or the bidder) after issuance of 30 days’ notice in writing to the other

party clearly mentioning the nature of dispute to the Sole Arbitrator appointed by

JNKVV. The arbitration proceedings shall be conducted in English and as per the

provisions of Indian Arbitration and Conciliation Act. The decision of the Arbitrator

shall be final and binding on both the parties.

Dean

College of Agriculture

JNKVV, Jabalpur

Page 15: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

15

Annexure I

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

SUPPLEMENT / CHECK-LIST TO BE PROVIDED WITH TECHNICAL BID

ITEM No. NAME ___________________________________________

Sl. No. Information required Yes/No Page No.

in the Tender

Provide

Details

1.

Make of main item

2.

Model of main item

3.

Name of manufacturer of Main Item

4.

Country of origin of main item

5.

Delivery Period (days)

6.

Payment terms

7.

Order to be placed on

8.

Guarantee / Warranty

9.

Installation Charges (if any)

10.

Validity (at least 180 days)

11.

Delivery charges (if any)

12.

Insurance charges (if any)

13.

Training charges (if any)

14.

FOR: JNKVV, Jabalpur

15.

Certification of satisfactory working of the

equipment

16.

Company Certification (ISO / CE, etc.)

17.

Whether manufacturer / authorized dealer?

(Attach certificate)

18.

Technical literature in original attached

Page 16: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

16

Sl. No. Information required Yes/No Page No.

in the Tender

Provide

Details

19.

Earnest money details

20.

Situations of Authorized service centres /

service personals etc.

21.

Relevant documents such as ITCC, ST

registration shop Act. establishment

certificate, factory registration etc. (Enlist)

22.

GSTIN and PAN allotted (Attach copy)

23.

Sign and seal on each page

24.

List of Users - institutes/organizations,

where same items installed / supplied

25.

Warranty : 3 years on-site

(on manufacturer letter Head)

26.

Any other relevant information

DECLARATION

The terms and conditions as mentioned in the tender are acceptable to us.

Seal and Signature of Tenderer

Page 17: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

17

Annexure II

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

Item and Specifications

Item No. 02: Inductively Coupled Plasma Mass Spectrometry (ICP MS/MS)

(Bidder must quote latest and upgraded model of ICP MS/MS, attach compliance sheets. Please

provide all the relevant document of the technical specifications and technical compliance

statement).

All items required for the full-fledged function of an advanced, high sensitive ICP MS/MS

system including all software, accessories, spares and supporting instruments as outlined below

are to be quoted.

1 (a) whether the quoted/ similar model has been successfully installed excluding manufacturers /

suppliers own laboratory completed in all respect and in running condition in India.

YES / NO

(b) Please specify the number.

2 (a) Whether the manufacturer have application laboratory in India with installation of the quoted

model, in order to provide required application support. YES / NO.

(b) If yes, specify the address.

Quoted Model (Latest Upgraded Version):

Against each point in the technical specification, compliance must be marked as YES/NO.

Required Technical Specifications Complying?

(Yes/No) Remarks

A. Inductively Coupled Plasma (ICP)

1. Sample Introduction System

i. Peristaltic pump: multi channel (≥10 rollers) and three channels

mini-pump with inert rollers.

ii. Nebulizer: Concentric high purity glass / quartz / PFA nebulizer

having high resistance to acids for analyzing all type of samples.

iii. Spray chamber: Peltier cooled high purity quartz, low-volume

and baffled cyclonic or double pass or suitable spray chambers.

Software control temperature range: ≤ -5 ˚C to + 20 ˚C.

iv. High matrix capability: Suitable for direct injection of samples.

Page 18: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

18

2. ICP Torch

i. Quartz torch with 2.5 mm ID injector or suitable ID injector with

computerized torch position adjustment.

ii. Argon gas flow control: Three channels (coolant, auxiliary,

nebulizer).

iii. Mass Flow Controllers for cell: Four (one for collision and three for

reaction) or for all gases use in system.

iv. Two additional mass flow controller (one for high TDS and one for

organic).

3. RF Power Source for ICP Torch

i. RF generator (source): Digital, solid state RF generator,

approximate 27 MHz.

ii. RF power range: 400 W to 1600 W.

4. Interface

i. Sampler cones of Ni with 1.1 mm or suitable diameter orifice.

ii. Skimmer cone of Ni with 0.5 mm or suitable diameter orifice.

5. Ion Optics

i. Ion optics: 90˚ ion lens at a single, fixed voltage/ off Axis or

suitable ion optics as per system hardware.

ii. Background noise: < 0.5 cps

B. Collision and Reaction Cell

i. Four gas specific mass flow controllers for collision and reaction

gas i.e He, H2, NH3, O2 etc. in a safe premix or pure form and

compliant manner.

ii. KED / collision mode as a standard feature (One for collision

and three for reaction).

C. Mass Analyzer

[High sensitivity Triple Quadrupole (TQ) ICP-MS/MS as

per IUPAC]

i. Quadrupole mass analyzer: Q1 and Q3 must have Unit mass (1

amu) resolution capability. Q2 should be Collision-Reaction

based.

ii. Mass range: 7 to ≥ 238 amu

iii. Scan speed: ≥ 3000 amu/sec.

1. Guaranteed Performance Criteria

i. Sensitivity (Mcps/ ppm):

Li/Be: ≥ 55

In/Y: ≥ 200

U/Ti: ≥ 300

ii. Detection limits (ppt):

Li/ Be: ≤ 0.50

In/ Y: ≤ 0.25

U/ Bi: ≤ 0.25

Page 19: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

19

iii. Detection Limit (ppt):

32S (as SO+) : ≤ 200

31P (as PO+) :

78Se :

≤ 50

≤ 1

iv. Signal stability: ≤ 3% RSD (10-20 minutes) and ≤ 3% RSD

(≤ 2 hours).

v. Oxide ratio: CeO/Ce (%): ≤ 3.

vi. Double charged ratio (%): ≤ 4.

vii. Isotope ratio precision (% RSD): Ag107/Ag109 ≤ 0.2

2. Vacuum Pump

i. Configuration: > 3 stage differential pumped vacuum system.

ii. A split flow turbo molecular pump.

3. Detector

i. Dual mode discrete dynode electron multiplier tube.

ii. Guaranteed Linear Dynamic Range: ≥ 10 orders of magnitude.

iii. Minimum dwell time: 100 µs in pulse and analog.

D. Data Station with Software System

(PC with latest configuration and licensed operating system)

i. Factory configured PC or branded PC with latest

configuration and licensed operating system (at least i7

Processor, Intel original M/B, 2 TB, HDD, 25" LED monitor,

DVD R/WR, 32 GB DDR3 RAM, graphic card etc.).

ii. Color Laser Printer (duplex and color laser beam printing,

print speed of black normal upto 16 ppm and color up to 4

ppm, print quality of black and color up to 600 × 600 dpi,

connectivity facilities of ePrint, wireless and mobile

capability).

iii. 48" UHD screen, portable docking station with two-way cable

for dual display of chromatograms (flat design, resolution:

3840×2160, video picture engine UHD upscaling, PQI: 1300,

smart service, mobile to TV convergence, 4 HDMI and 3

USB connectivity).

E. Essential Accessories (Compatible to main equipment)

i. Online UPS, 15.0 KVA capacity.

ii. Auto sampler: Auto sampler of minimum sample vial holding

capacity of 250 positions.

iii. Water/ Coolant recirculation chiller.

iv. Multi-element EPA NIST traceable standard for 23 elements

(1000 ppm of 100/200 ml) should be provided.

v. Multi-element EPA NIST traceable standard for Hg and As

(100 ml each) should be provided.

Page 20: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

20

vi. Sample introduction kits for HF along with nebulizer, spray

chamber, injector, torch, tubing and platinum cone should be

quoted.

vii. Sample introduction kits for high TDS (≥ 25 %) along with

nebulizer, spray chamber, injector, torch, tubing and platinum

cone should be quoted.

viii. Sample introduction kits for organic along with nebulizer, spray

chamber, injector, torch, tubing and platinum cone should be

quoted.

ix. Fume exhaust for ICP-MS system:

x. The gas supply system to ICP-MS/MS system should includes:

Gas cylinder for Plasma formation: Argon (04 Nos.)

Gas cylinder for Collision cell gases: Helium (02 Nos.)

Gas cylinder for Reaction cell gases: Oxygen, Hydrogen

and Ammonia (01 No. each)

2 stage gas pressure regulators for each cylinder

Gas purification panel for Argon, Helium, Oxygen,

Hydrogen and Ammonia (01 No.)

Gas supply manifold for switching gas cylinder and S S

Tubing (01 No.).

Minimum two stage Argon gas manifold.

F. Additional Consumables

(Compatible with equipment (main and sub) and consumable

items must be quoted with OEM Part Nos. and as per required

quantities).

i. Nickle Sampler and Nickle Skimmer cones (02 Nos. each)

ii. Platinum Sampler and Platinum Skimmer cones (01 No. each)

iii. Ion lens (02 sets)

iv. Pump oil 1L (10 Sets)

v. Injector (02 Nos.)

vi. Oil element / Mist filter (04 Sets)

vii. PFA nebulizer, spray chamber, connecting pipe, demountable

inert torch base, suitable injector for HF matrices & tubing set

(pk/12) (01set each)

viii. Quartz nebulizer (02 Nos.)

ix. Quartz torch (03 Nos.)

x. Peristaltic pump tubing for drain (pk/10-12 packets) : 10 Nos.

xi. Peristaltic pump tubing for sample uptake(pk/10 packets) :

10 Nos.

xii. Spray chamber - quartz (03 Nos.)

xiii Screw, Spacer and O-ring for cell (05 Sets)

Page 21: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

21

xiv. Auto sampler standard probe and complete tubing set (01 No.),

2000 vessels for auto sampler.

xv. RF coil/ suitable plasma coil (02 Sets)

xvi. Cone cleaning detergent (1 gl), Alumina powder (200 g)

& polishing paper (200 Nos.)

xvii. Tubing for drainage (05 sets)

Features:

A. Inductively Coupled Plasma (ICP)

Sample Introduction System

Peristaltic pump should have compact, low pulsation, low

noise, which can support variable flow rates for improved

reliability.

Spray chamber efficiently filter out larger aerosol droplets

for improved plasma stability.

D. Data Station with Software System

Single software platform must be provided for a seamless

control of all the modules of ICP and MS.

System should be upgradable to HPLC or ion

chromatograph with single software.

E. Essential Accessories (Compatible to main unit)

Online UPS with branded batteries, castor mounted rack

for batteries with at least 3 hours back up on full load.

Three year warranty in UPS alongwith battery, gas panel

and fume hood.

Common Features:

High matrix capability for direct Injection of samples

having ≥ 25 % TDS using appropriate accessories. Vendor

should offer fully automated software controlled dilution

accessories. Published notes must be enclosed as

supporting.

Unique, front opening or suitable interface provides rapid

& simultaneous access to cones and extraction lens, to

Page 22: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

22

facilitate routine maintenance and minimize downtime.

Terms and Conditions:

FOR JNKVV, Jabalpur

Mode of Payment: Through LC, 80% payment after presentation of

original documents after dispatch of the item(s) ordered and 20%

payment after satisfactory supply, installation, demonstration and

training of the item(s) ordered.

Validity period (minimum period of 180 days from the date of

opening of the technical bid).

Delivery period (delivery from the date of placement of order/ date of

acceptance)

Warranty (3 years warranty)

Tender Fee (Rs.)

Papers / Documents:

Covering letter of the participating firm.

Certificate for acceptance of terms and conditions of tender on

firm’s letter head in prescribed proforma.

Check list properly filled-in in prescribed proforma (Annexure-I).

Original Equipment Manufacturer (OEM) certificate or Authorized

Dealership Certificate as applicable directly from manufacturer in

prescribed proforma. Third party authorization will not be

accepted.

Detailed technical write-up in original highlighting the Model

Name / Number, features of the equipment offered and/or

Technical literature / manuals.

Company profile.

Compliance / Non-compliance Certificate in prescribed proforma.

Client list/ List of users - List of Institutes / Organizations where

same supply/work has been executed. Copy of the work order &

completion certificate duly signed by the competent authority of

the institute to be enclosed with contact numbers of users.

Income tax return of last 3 years.

Sales turnover of last 3 years with supporting CA certified

documents.

Duly signed photocopy of PAN card

Duly signed photocopy of GSTIN document

Firms / Business Registration documents / Copy of valid

Registration Certificate under State / Central / Commercial Sales

Page 23: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

23

Act.

Receipt of EMD generated on-line or exemption proof, if exemption

requested.

Receipt of Tender Document Cost generated on-line.

Manufacturing firm’s valid ISO / CE Certificate with period validity.

Undertaking letter from tenderer for never being blacklisted by any

Organizations in prescribed proforma.

Three-years warranty of the equipment from manufacturer on

manufacturer’s letter head in prescribed proforma.

Any other item(s) as specified in terms & conditions.

Declaration by the Bidder

It is hereby declared that the details given above are correct as pertaining to the quoted

model, and all data and reports required for substantiation of technical claims have been submitted.

Signature of Tenderer

Seal of the Company

Page 24: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

24

Price bid (To be submitted on-line only)

Sl. No. Item Quantity

Basic

Cost

Taxes Any other

Charges

Total

Cost

1 2 3 4 (1+2+3)

1. A. Inductively Coupled Plasma (ICP)

(Complete unit)

01 unit

2. B. Collision and Reaction Cell 01 unit

3. C. Mass Analyzer (Complete unit) 01 unit

4. D. Data Station with Software System

(Complete package)

01 unit

i. Factory configured PC or branded PC 01 unit

ii. Color Laser Printer 01 unit

iii. 48" UHD screen 01 unit

5. E. Essential Accessories

i. Online UPS, 15.0 KVA capacity 01 unit

ii. Auto sampler of minimum 250 vial

positions.

01 unit

iii. Water/ Coolant recirculation chiller. 01 unit

iv. Multi-element EPA NIST traceable

standard for 23 elements (1000 ppm

concentrations)

100 / 200 ml

v. Multi-element EPA NIST traceable

standard for Hg and

Arsenic (As)

100 ml

100 ml

vi. Sample introduction kits for HF 01 unit

vii. Sample introduction kits for high TDS 01 unit

viii. Sample introduction kits for organic 01 unit

ix. Fume exhaust for ICP-MS system 01 unit

x. The gas supply system to ICP MS/MS

system should includes:

Gas cylinder for Plasma formation:

Argon

04 Nos.

Gas cylinder for Collision cell

gases: Helium

02 Nos.

Gas cylinder for Reaction cell

gases:

Oxygen

Hydrogen and

Ammonia

01 No

01 No

01 No

Page 25: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

25

2 stage gas pressure regulators for

each cylinder

05 Nos.

Gas purification panel for Argon,

Helium, Oxygen, Hydrogen and

Ammonia

01 No.

Gas supply manifold for switching

gas cylinder and S S Tubing

01 No.

Minimum two stage Argon gas

manifold.

01 No.

6. F. Additional Consumables

i. Nickle Sampler cone

Nickle Skimmer cone

02 Nos.

02 Nos.

ii. Platinum Sampler cone

Platinum Skimmer cone

01 No.

01 No.

iii. Ion lens 02 sets

iv. Pump oil 1L 10 Sets

v. Injector 02 Nos.

vi. Oil element / Mist filter 04 Sets

vii. PFA nebulizer

Spray chamber

Connecting pipe

Demountable inert torch base

Suitable injector for HF matrices

Tubing set (pk/12)

01set

01set

01set

01set

01set

01set

viii. Quartz nebulizer 02 Nos.

ix. Quartz torch 03 Nos.

x. Peristaltic pump tubing for drain

(pk/10-12 packets) 10 Nos.

xi. Peristaltic pump tubing for sample

uptake(pk/10 packets)

10 Nos.

xii. Spray chamber - quartz 03 Nos.

xiii Screw, Spacer and O-ring for cell 05 Sets

xiv. Auto sampler standard probe

Complete tubing set

Vessels for autosampler

01 No.

01 No.

2000

xv. RF coil / suitable plasma coil 02 Sets

xvi. Cone cleaning detergent

Alumina powder

Polishing paper

1 gl

200 g

200 Nos.

xvii. Tubing for drainage 05 sets

GRAND TOTAL

Page 26: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

26

Compliance statement

Compliance statement as per the template shall be provided along with the tender.

S. No. Technical

Specification

Sr. No. in

tender

Complied

Yes/No

Sr. No. in

tender

Remarks

In case of

deviation, Sr. No

of the item in

non-compliance

statement

Documentary

evidence

* Same serial number of technical specifications should be highlighted in technical brochure.

SIGNATURE OF TENDERER

SEAL OF THE COMPANY

Non-Compliance Statement Any proposed deliverable/ functional aspects/ technical aspects/ terms/ conditions or any other

item NOT IN compliance.

S. No. Section/ Page

No. in Tender

Sr. No. as in

tender

Requirement

as specified in

tender

Deviation Remarks /

Reasons

/ Alternatives

* Same serial number of technical specifications should be highlighted in technical brochure.

SIGNATURE OF TENDERER

SEAL OF THE COMPANY

Page 27: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

27

Annexure III

College of Agriculture

Jawaharlal Nehru Krishi Vishwa Vidyalaya Krishinagar, Adhartal, Jabalpur - 482 004 (M.P.)

Tender No.: IPRO/DAC/PRAL/RKVY/2019-20/31 Dated: 12.07.2019

Financial Bid Format (to be submitted on-line):

(To be submitted on-line only)

Sl. No. Item Quantity Basic Cost Taxes

Any other

Charges

Total Cost

1 2 3 4 (1+2+3)

1. Imported main

equipment (ICP

MS/MS) with

accessories should

be quoted in foreign

currency

2. Indian accessories

(local items) should

be quoted in rupees

Grand Total

Declaration by the Bidder

It is hereby declared that the details given above are correct as pertaining to the quoted

model, and all data and reports required for substantiation of technical claims have been submitted.

SIGNATURE OF TENDERER

SEAL OF THE COMPANY

Page 28: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

28

OEM Certificate

(To be submitted by manufacturers )

No……………… Dated………………..

To,

The Dean,

College of Agriculture

JNKVV, Jabalpur

Sub: OEM Certificate in compliance to tender for “Supply of…………………………………...

………………………………………………………………………………………………..."

Dear Sir,

Tender No.:…………..

Equipment Name:…………….

1. We ………………………… (name of the OEM) declare that we are the original manufacturers

of the above equipment having registered office at ………….. (full address with telephone

number/fax number & email ID and website), and having factories at ______________

2. We hereby declare that we are willing to provide guarantee/warranty of ................ year and

after sales service during the period of warranty AMC as per the above tender.

3. We also hereby declare that we have the capacity to manufacture and supply, install and

commission the quantity of the equipments tendered within the stipulated time.

(Name) for and on behalf of

Authorized Signatory

(Signature of the Bidder, with Official Seal)

Date:

Place:

Note: This letter of authority should be on the letterhead of the manufacturing concern and

should be signed by a person competent and having the power of attorney to bind the

manufacturer.

Page 29: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

29

MANUFACTURER’S AUTHORISATION FORM (To be submitted by authorized dealers/representatives/importers)

No……………… Dated………………..

To,

The Dean,

College of Agriculture

JNKVV, Jabalpur

Sub: Manufacturer’s Authorization in compliance to tender for “Supply of

………………………………………………………………………………………………..."

Dear Sir,

Tender No:

Equipment Name:

1. We …………………………………… (name of the OEM) are the original manufacturers of

the above equipment having registered office at ………….. (full address with telephone

number/fax number & email ID and website), having factories at ______________ and

______________ , do hereby authorize M/s._________________ (Name and address of

tenderer) to submit tenders, and subsequently negotiate and sign the contract with you against

the above tender no..

2. No company or firm or individual other than M/s.___________________ are authorized to

bid, negotiate and conclude the contract in regard to this business against this specific tender.

3. We also hereby undertake to provide full guarantee/warrantee/AMC as agreed by the tenderer

in the event the tenderer is changed as the dealers or the tenderer fails to provide satisfactory

after sales and service during such period of Comprehensive warranty/AMC and to supply all

the spares/reagents during the said period.

4. We also hereby declare that we have the capacity to manufacture and supply, install and

commission the quantity of the equipments tendered within the stipulated time.

Authorized Signatory

(Signature of the Bidder, with Official Seal)

(Name)

for and on behalf of M/s____________________________ (Name of manufacturers)

Date:

Place:

Note: This letter of authority should be on the letterhead of the manufacturing concern and

should be signed by a person competent and having the power of attorney to bind the

manufacturer.

Page 30: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

30

Tender Acceptance Letter

(To be given on Company Letter Head)

No……………… Dated………………..

To,

The Dean,

College of Agriculture

JNKVV, Jabalpur

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No:

Name of Tender/Work:

Dear Sir,

1. I/We have downloaded / obtained the tender document(s) for the above mentioned `Tender’

from the web site(s) namely: https://mptenders.gov.in/nicgep/app as per your NIT /

advertisement, given in the above mentioned website.

2. I/We hereby certify that I / We have read the entire terms and conditions of the tender

documents (including all documents like annexure(s), schedules(s), etc.), which form part of

the contract agreement and I / We shall abide hereby by the terms / conditions/ clauses

contained therein.

3. The corrigendum(s) issued from time to time by your department / organization too has also

been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender

document(s) / corrigendum(s) in its totality / entirety.

5. I/We do hereby declare that I / We have read and understood the entire technical specification

laid down in the tender document and has prepared the technical bid in compliance with the

technical requirements specified in the document.

6. I / We certify that all information furnished by the our Firm is true & correct and in the event

that the information is found to be incorrect/untrue or found violated, then your department/

organization shall without giving any notice or reason therefore or summarily reject the bid or

terminate the contract, without prejudice to any other rights or remedy including the forfeiture

of the full earnest money deposit absolutely.

Yours Faithfully,

Authorized Signatory

(Signature of the Bidder, with Official Seal)

Page 31: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

31

OEM Support & Commitment through Bidder

[On the Letter head of the OEM]

No……………… Dated………………..

To,

The Dean,

College of Agriculture

JNKVV, Jabalpur

Sub: OEM Support & Commitment in compliance to tender for Supply of

……………………………………………………………………………………………….

Ref: Tender No.:

This is to certify that the bidder M/s ___________________ (name of bidder) is representing us,

M/s _______________ (name of OEM) for ___________ solution (name of product category) for

the above referred tender no., for Supply, Installation, Implementation and Commissioning of

………………………………………….. with 3 years onsite warranty.

We confirm that we have understood the delivery & installation timelines defined in the tender. We

confirm that we have worked out all necessary logistics and pricing agreement with<Bidder Name>

and there won’t be any delay in delivery, installation and support due to any delay from our side.

Our full support is extended in all respects for supply, warranty and maintenance of our products.

We also assure to provide the required spares and service support for the supplied equipment for a

period of minimum seven years after warranty of the equipment.

M/s ___________________ (name of OEM) hereby certify that the products offered for this tender

are not declared end of sale and if any of the product is declared end of sale during the installation

and commissioning phase, it will be replaced with suitable equivalent or higher rollover product.

We also undertake that in case of default in execution of this tender by ___________________

(name of bidder), M/s _______________ (name of OEM) will provide necessary support to

JNKVV in identifying another authorized OEM partner with similar certifications/capabilities and

extend support to the new partner in accordance with OEM’s agreement with the new partner. In

case Bidder is unable to fulfill the obligations given under this tender, M/s _______________

(name of OEM) will be responsible to replace the Bidder with an alternate Indian Authorized agent

to facilitate JNKVV to get the requisite work done. M/s _______________ (name of OEM) shall

also ensure that the alternate Indian Authorized Agent in this case shall abide by all the terms and

conditions mentioned in the purchase order released to M/s _______________ (name of bidder).

We declare that the following details provided below are correct and submitted to ensure that the

tender requirements are fully met by the bidder without any non-compliance through the offered

solution.

Yours Faithfully,

Authorized Signatory

(Signature of the Bidder, with Official Seal)

(Name) for and on behalf of

M/s.____________ (Name of manufacturers)

Date: Place:

Page 32: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

32

UNDERTAKING REGARDING NOT BLACKLISTING/ NON – DEBARMENT

No……………… Dated………………..

To,

The Dean,

College of Agriculture

JNKVV, Jabalpur

Sub: Non-Blacklisting declaration in connection with Tender No.:.......................dated:

..........................regarding supply of .......................................................................................

....................................................................................................................................................

Ref: Tender No.:

Sir,

This is to notify you that our Firm / Company / Organization<provide Name of the

Firm/Company/Organization> intends to submit a proposal in response to Tender

No.:................................dated.........................for supply, installation..........................................

In accordance with the above we declare that:

1. We / Our Firm are not involved in any major litigation that may have an impact of

affecting or compromising the delivery of services as required under this assignment.

2. We / Our Firm are not Blacklisted / De-registered / Debarred by any Central / State

Government/ agency of Central / State Government of India or any other country in the

world / Public Sector Undertaking / Private Sector or any other agency or any

Regulatory Authorities in India or any other country in the world for any kind of

criminal, corrupt or fraudulent activities for which we have Executed/ Undertaken the

supply / works / services.

It is understood that if this Declaration is found to be false, JNKVV shall have the right to

reject the proposal, and can take/initiate legal action against our firm.

Yours Faithfully,

Authorized Signatory

(Signature of the Bidder, with Official Seal)

Page 33: New E--TTeennddeerr nDDooccuummeentt (RR eevviisseedd …jnkvv.org/TenderDoc/270720191240022. ICP MS MS-upload... · 2019. 7. 27. · 5. Detailed technical write-up in original highlighting

33

FORM OF CONTRACT I/We ................................................................ hereby declare that I/We under the contract to supply the

laboratory Equipments shall abide by all the terms mentioned in the Tender Form and conditions of

contract laid hereunder :- Conditions of Contract 1. This contract is for the period from ............... to .................. or maximum 6 months from the date of

commencement of agreement for supply of articles mentioned. Dean, College of Agriculture, Jabalpur will have

power to extend the period of agreement. 2. This agreement is made this ..................... day of ............between the Dean, College of Agriculture, Jabalpur

(hereinafter called the Competent Authority which expression shall where the context so admits include his

successor in the office) of the one part and M/s ............................................................ (hereinafter called the

"Firm'' which expression shall where the context so admits includes his heirs and successors) of the other part. 3. Whereas the Competent Authority has accepted the offer of the Firm made in their tender Offer

No........................ for supplying the equipments(s) as per specification(s) and at the price mentioned in the

schedule attached thereto and forming part of this contract, and has decided to entrust to the firm the work of

supplying the aforesaid equipments(s) not later than .......................................... as per supply order from the

competent authority as per specifications and price subject to the terms and conditions hereinafter appearing;

And whereas, the firm has agreed to supply the said equipments(s) to the competent authority subject to the said

terms and conditions. Not therefore this Agreement witnesses and is hereby agreed to as follows :- 3. (a) Security Deposit.-(a) The successful tenderer (hereinafter called the firm, which expression shall include, where

the context so admits, his heirs, executors and successors) shall, within two week of the receipt by him of the

intimation in writing that his tender has been accepted in part or whole, deposit with the Dean, College of

Agriculture, Jabalpur (hereinafter called the competent authority, which expression shall, where the context so

admits, include his successors in office), as security for the due performance of the contract, a sum, amounting

EMD payable under this contract for the articles agreed to be purchased less the amount of Rs.. . . . . . . . . . . . . . . . . . . . .. already deposited with the tender as Tender Deposit provided such guarantee normally covers a period of 36 months from the date of commencement of contract i. e. the date which the

Firm signs the Agreement. It is further provided that for any breach, non-fulfilment or non-performance of the

Agreement during the period of contract, the Competent Authority shall have power to take action to enforce

performance of the Agreement. (b) In the event of deficiency in the value of the security deposit as a result of forfeiture, or for any other reasons,

the firm shall within seven days of receipt by him of a notice in that behalf, make up the deficiency. 4. Supply- The Firm shall complete the supply of the equipments(s) within stipulated time after receipt of

supply order from the Dean, College of Agriculture, Jabalpur as per specification(s). 5. I/We hereby declare that I/We have not been black listed or debarred as supplier by any Government

Agency, Semi- Government Organisation or Public Sector Undertaking. 6. The firm shall bear the stamp duty to which the agreement be liable. 7. In witnesses whereof the parties where to have signed this Agreement on the day and year respectively

mentioned against the signatures. Dated the .................... . Witnesses :-

1. Signature of Firm with Seal Stamp worth Rs. 1000.00 Signature of the competent authority