महाराष्ट्र गौरव प~रस्कार ......स गर श क य न . 6,00,000/- तक न~द न द ण य च प रस त व स च लक,
.- ् ICAR-INDIAN INSTITUTE OF SOYBEAN RESEARCH … · 2018-02-02 · प.– भ रतय स...
Transcript of .- ् ICAR-INDIAN INSTITUTE OF SOYBEAN RESEARCH … · 2018-02-02 · प.– भ रतय स...
1
F. No. IV(6)/17-18/St. ददन ांक 01 फरवरी, 2018
पुनः नननवद सूचन
ननदेशक, भ . कृ. अन.ु प.– भ रतीय सोय बीन अनुसांध न सांस्थ न, खांडव रोड, इांदौर (म.प्र.) द्व र ननम्ननिनखत
ननम ाण क या/मद की ननम ाण/आपूर्तत के निए सांस्थ न में अनधकृत प्रनतनित ननम ात ओं/ डीिरों से मुहरबांद नननवद के तहत दो
बोिी प्रण िी (i) तकनीकी एवां (ii) नवनियें बोनिय ां आमांनित की ज ती ह ै|
क्र. नववरण
1. क या / मद क न म एवां
सांख्य (I) कोन पेनीटरोनमटर (II) गुल्फ़ प्रमीमीटर (III) योडर ट ईप गीिे एप रटस
उपकरण (दो नांबरों के सेट के स थ) (IV) डबि ररग इन्फ्रोमीटरमीटर
2. नननवद दस्त वेजों की
प्रस्तुनत 16 फरवरी, 2018 को अपर हन 01:00 बजे तक क य ािय, प्रश सननक अनधक री,
भ .कृ.अन.ुप.– भ रतीय सोय बीन अनुसांध न सांस्थ न, खांडव रोड, इांदौर (म.प्र.)
452001.
3. इ.एम.डी. रु० 5000.00 (रु. प ांच हज र म ि) “ICAR UNIT- DSR, INDORE” के पक्ष
में दकसी र ष्ट्रीयकृत बैंक से नडम ांड ड्र फ्ट के रूप में इांदौर में देय केवि तकनीकी
नननवद के स थ सांिग्न दकय ज न ह ै|
4. तकनीकी नननवद ए ँ
खुिने की नतनथ 16 फरवरी, 2018को अपर हन 02:30 बजे तक क य ािय– प्रश सननक अनधक री,
भ .कृ.अन.ुप.– भ रतीय सोय बीन अनुसांध न सांस्थ न, खांडव रोड, इांदौर (म.प्र.)
452001.
5. नविीय नननवद एँ खुिने
की नतनथ 20 फरवरी, 2018 को अपर हन 02:30 बजे तक क य ािय– प्रश सननक अनधक री,
भ .कृ.अन.ुप.– भ रतीय सोय बीन अनुसांध न सांस्थ न, खांडव रोड, इांदौर (म.प्र.)
452001.
6. नननवद प्रपिों की प्र नि
स्थि, र नश एवां नतनथ 16 फरवरी, 201 8 को पूव ाह्न 11:00 बजे तक क य ाियीन समय में क य ािय–
प्रश सननक अनधक री, भ .कृ.अन.ुप.– भ रतीय सोय बीन अनुसांध न सांस्थ न,
खांडव रोड, इांदौर (म.प्र.) 452001 से अथव सांस्थ न की वेबस इट से ड ऊनिोड
कर अप्रनतदेय र नश रु. 500/- ( रु. प ांच सौ म ि) “ICAR UNIT- DSR,
INDORE” के पक्ष में दकसी र ष्ट्रीयकृत बैंक से नडम ांड ड्र फ्ट के रूप में सांिग्न कर
प्र ि दकय ज सकत ह ै| .
नवस्तृत ननयम एवां शतों को भ .कृ.अन.ुप.– भ रतीय सोय बीन अनुसांध न सांस्थ न, खांडव रोड, इांदौर (म.प्र.) की वेबस ईट
लिक iisrindore.icar.gov.in एवां www.eprocure.gov.in से भी ड उनिोड दकय ज सकत ह ै|
प्रश सननक अनधक री
Phone: (O) 0731 2478414 Fax : 91 0731 2470520
Website: iisrindore.icar.gov.in E-mail : [email protected]
भा. कृ. अनु. ऩ.्- भारतीय सोयाबीन अनुसंधान संस्थान
ICAR-INDIAN INSTITUTE OF SOYBEAN RESEARCH
खंडवा रोड, इंदौर 452001(म.प्र.)
KHANDWA ROAD, INDORE 452001 (M.P)
(An ISO 9001:2008 Certified Institution)
2
F. No. IV(6)/17-18/St. . Date 01 February, 2018
RETENDER NOTICE
Sealed tender under two-bid system (Technical/ Commercial) is invited by the Director, ICAR-IISR,
Indore (MP) from the reputed Manufacturers/ Dealers in the line for supply, installation and
commissioning of following construction work /item. The detail of the tender is as under:
Sl. No. Descriptions
1. Name of Item/
Equipment and Qty.
(I) Cone Penetrometer (II) Guelph Permeameter (III) Yoder Type
Wet Slieve Shaker Apparatus (with sets of slieves two number)
(IV) Double ring infiltrometer
2. Sale of tender form 01 February, 2018 to 16 February, 2018 (11:00 AM)
3. Cost of Tender Form
(Non-refundable)
Rs. 500.00 (Rupees Five Hundreds only).
4. Last date of submission
of tender documents
16 February, 2018 (01:00 PM).
5. Opening of technical bid
of tender:
16 February, 2018 (02:30 PM).
6. Opening of financial bid
of tender
20 February, 2018 (03:00 PM).
7. Earnest Money Deposit
(EMD)
Demand Draft of an amount of Rs 5000/- (Rupees Five
Thousands only) from any Nationlised Bank in favor of “ICAR
UNIT-DSR, INDORE” and payable at Indore (M.P.) (To be
enclosed with Technical bid).
8. Address for submission
of tender
The Administrative Offcer, ICAR-Indian Institute of Soybean
Research, Khandwa Road, Indore-452001 (M.P)
The tender form can be obtained from the office of ICAR-IISR, Indore (M.P) after submittion
the non-refundable demand draft (D.D) of Rs 500.00 (Rs. Five Hundred only) in favour of “ICAR
UNIT-DSR, INDORE” payable at INDORE upto 16 February, 2018 (11:00 AM) . Tender form can also
be downloaded from the Institute website iisrindore.icar.gov.in & www.eprocure.gov.in and shall be
submitted along with the demand draft (D.D) of Rs 500.00 (Rs. Five Hundred only) in favour of ICAR
UNIT-DSR, INDORE payable at INDORE. The cost of tender form & Earnest Money amount both
are to be compulsorily enclosed with Technical bid. No interest will be paid on earnest money
amount.
Administrative Officer
Phone: (O) 0731 2478414 Fax : 91 0731 2470520
Website: iisrindore.icar.gov.in E-mail : [email protected]
भा. कृ. अनु. ऩ.्- भारतीय सोयाबीन अनुसंधान संस्थान
ICAR-INDIAN INSTITUTE OF SOYBEAN RESEARCH
खंडवा रोड, इंदौर 452001(म.प्र.)
KHANDWA ROAD, INDORE 452001 (M.P)
(An ISO 9001:2008 Certified Institution)
3
ICAR-INDIAN INSTITUTE OF SOYBEAN RESEARCH, KHANDWA ROAD, INDORE (M.P.)
SCHEDULE OF TENDER
The Director, ICAR-IISR, INDORE invites sealed tenders under Two-bid System (Technical
and Commercial Bid) on the prescribed forms Chapter-III and IV for the purchase/ construction of
the following stores items as detailed in this schedule to tender. However, it may be noted that it will
be the discretion of the Director, ICAR-IISR, INDORE whether to purchase/ construction the below
mentioned items or not.
1. THIS TENDER ENQUIRY HAS THE FOLLOWING CHAPTERS AND ANNEXURES:
Schedule to Tender
a) Chapter I : Instructions to Bidders
b) Chapter II : Conditions of Tender /Contract
c) Chapter III : Proforma for Technical Bid
d) Chapter IV : Proforma for financial bid
e) Annexure -I : Statement of last 3 years client list
f) Annexure-II :Checklist for tenderes
g) Annexure-III: EMD refund request form
2. You are requested to study the tender documents completely and ensure all documents and
Annexures are correctly filled in, signed and stamped where applicable and then submit offer.
3. Tenderers are advised to carefully go through all the conditions and documents attached with this
tender enquiry, before filling in the tender. All tender documents attached with the tender are
sacrosanct for considering any offer as a complete offer. All tender documents must be duly
completed, signed by authorized signatory on each page and returned with the offer. 4. This tender is not transferable.
Signature of Tenderer with office seal Administrative Officer
4
Chapter-I
Instructions to Bidders
1. Place of Submission of Tender Documents: TENDER BOX placed in the office of the Administrative
Officer, ICAR-IISR, INDORE- 452 001 (M.P.).
a) The envelope containing tender documents must be clearly super scribed with the Tender No. Name of
Store and Date of Opening.
b) The Institute will not be responsible for tenders submitted at any other place.
c) Tender not received within the due date will not be considered under any circumstances or for any
reason.
d) Tenderers are requested to study the tender documents completely and ensure all documents, forms
and annexure to the tender are completely and correctly filled in, signed and stamped where
applicable, all necessary literature, brochures and pamphlets have been attached and then to submit
their offer. Incomplete tender documents shall be rejected straightway without any reference to the
tenderers. Leaving any column not filled in or with cuttings will lead to rejection of the tender.
2. OFFER VALIDITY: Six months (180 Days) from the date of opening of tender. In the absence of any
indication in the tender documents submitted, of the date up to which the offer has been kept valid, it
will be taken that the offer will remain open for acceptance for the period specified in the Schedule to
Tender.
3. Extension of validity & Earnest money: If the validity of the tender is extended, the validity of the
Earnest Money will also have to be suitably extended by the tenderer failing which their tender shall not
be considered by the purchaser after the expiry of the said period.
4. Eligibility for Responding: a) Only those firms/agency who have dealing with such types of items are eligible for responding.
b) The Indian agent will provide details of the after sales service and post contractual support i.e. repair,
maintenance, supply of spare parts etc. that he will carry out.
c) Offers from firms whose business activities are limited to procuring items from manufacturers, both
Indian and foreign and supplying the same to the purchaser and having no after sales service backup
will not be entertained.
d) The tenderer must have latest income tax clearing certificate /PAN no/TIN.
e) The tenderer must have latest GST certificate.
f) The firm must have trade registration certificate.
5. Opening of Tender: Tendering firms can authorize a representative to be present at the opening of the
tender. The representative must bring with him a letter of authority from the firm to be present at the
opening of tender. The purchaser has the right to have a demonstration of the equipment/item in his
premises. The supplier has to abide by this condition. The demonstration has to be arranged by the
supplier at his own cost. In the case of consumable materials, the firm has to provide sample(s) and in
the case of fabrication prototype has to be provided by the firm.
6. Time limit of Project/Work for Indian manufacturer - Within 60 days from the Date of issue of
award letter or as specified in the supply order.
7. Inspection during and after Receipt of Goods/Works: The inspection will be done by the duly
Constituted Committee in the presence of firm’s representative by this Institute . The successful tenderer
will have to provide at his own cost and arrangement technically qualified personnel at the consignee‟s
location for joint inspection. These personnel must be able to unpack, assemble and demonstrate the use
of the equipment fully and identified each Part/Machines supplied. Any consumables that are essential
will be provided by the supplier free of cost.
8. In case of receipt of materials in damaged condition the suppliers will have to arrange the replacement of
goods free of cost. All expenses in this regard will be borne by the supplier.
9. Compliance Statement: The firms must submit compliance statement-cum-technical bid in the
format given in Chapter-III failing which their offer will be treated as incomplete and is liable to be
rejected.
5
10. Earnest /Security Deposit: Earnest money is to be deposited as indicated along with Technical bid in the
form of Crossed Demand Draft in the name of the “ICAR UNIT-DSR, INDORE” from any
Nationalized Bank payable at Indore (M.P.) No other form of deposit will be accepted. There will be no
exemption for paying earnest money. However, Firms registered with the Central Purchase
Organization/NSIC only are exempt from submitting bids without EMD and tender fee (proof of
registration must be attached therefore without which it will not be considered). In case, therefore, if any
tenderer fails to deposit the Earned Money the tender will be rejected straightway.
11. Guarantee/Warranty: Comprehensive three year onsite warranty is required for satisfactory operation
on construction of Water Logging. Warranty terms period will start from the date of installation of items.
In case at installation stores/part of stores are found defective /damaged during or after delivery to
consignee, the suppliers will replace or repair the store under warranty at consignee‟s location in India
free of cost or if any case it is required to sent back to the foreign manufacturer.
12. Response Time: The Tenderer should provide on-site service in case of any defect/ break down during
the warranty period of three(3) years and same will be rectified within 72 hours.
13. Performance Security: The successful bidder will have to submit a Performance security of
equivalent to 5-10% of the Contract /Order value before the issue of award letter valid till 60 days plus
the period of expiry of the Warranty/Guarantee period in shape of crossed Demand Draft/Pay
order/Fixed Deposit Receipt/Bank Guarantee from Nationalized bank in favour of “ICAR UNIT-DSR,
INDORE”. The performance security will remain valid till expiry of warranty period. This will be
released within 60 days after completion of warranty period.
14. Liquidated Damages: In case the firm does not complete the supply within the laid down agreed
Security delivery period as per contract, liquidated damages will be charged @ 0.5% per week or part
thereof subject to a maximum of 10% of the contract value. However, the Institute reserves the right
to either further extend or cancel the contract after expiry of delivery date and recover the liquidated
damages from the dues of the firm or by legal means. All damages which may occur as a result of
defective packing shall be borne by the seller.
15. Dispute settlement: The dispute arising out of this contract shall be subject to the jurisdiction of Indian
laws & court at Indore (MP). Sole arbitrator is appointed by the Secretary, ICAR, New Delhi or Director,
ICAR-IISR, Indore . His decision will be final and binding to both parties (Supplier and Purchaser)
16. Purchaser: The Director, ICAR-Indian Institute of Soybean Research, Khandwa Road , Indore-452 001
(M.P.).
17. Submission of the proposal (A) TWO BID SYSTEM: The tenderer must submit the tenders in two bid
system i) The tenderer should submit the tenders in two bid system i.e. the Tenderer should give
the price bid as per Chapter -III in a separate sealed cover and the technical details/ bid as per Chapter -
III in a separate sealed cover along with detailed specifications of the store offered supported by leaflets,
Brochure, if any. Both the above mentioned cover should be sealed separately and thereafter be kept in
one big cover and again sealed. This big cover should also be superscribed with the Tender No., Stores
and date of Tender opening. Composite bid i.e. rates indicated in the technical bid openly in tender is
liable to be ignored. Only the first cover i.e. Technical Bid shall be opened on the date of tender opening.
Price bids of only those offers, which will be technically acceptable, will be opened for which the firms
will be informed accordingly.
18. TECHNICAL BID The FIRST COVER should contain the following:
i) Tender documents duly completed and signed but without indicating the rate quoted.
ii) The technical details of the models offered along with the supporting original technical
literature, leaflets, brochures etc. as per Chapter-III.
iii) Earnest Money Deposit: Rs 5000.00 (Rupees Five Thousand only)
iv) Cost of tender form: Rs.500/-(Rupees Five hundred only)
v) Details of same kind of works done as per Annexure-III along with copies of supply orders.
vi) Latest agreement /authorization from the foreign firms in case Indian agent is submitting tender
on its behalf. If any item is a „Proprietary‟ item, the same is mentioned separately in the bid
document.
6
vii) Trade registration certificate from the concerned department.
viii) Latest income tax clearance certificate /copy of PAN card/TIN.
ix) Technical bulletin with specifications clearly stated with model.
The SECOND COVER should contain the following:
i) Details of rates, taxes, duties, discounts, if any, quoted by the bidder should be submitted as per
Chapter-IV.
ii) Any documents in support of price bid.
iii) For Indian manufacturer rate should be at F.O.R. destination and f or foreign supplier rates
should be at Ex-works basis.
NOTE: a) The word “TECHNICAL BID” should be written clearly and prominently on the first cover
along with tender number, name of stores and date of opening. Similarly, the word “PRICE BID”
should be written clearly and prominently on the second envelop along with Tender Number, Name of
Store.
b) Full name and status of the person signing the tender documents must be clearly mentioned in the
Tenderers.
(c) Quotation/Tender unsealed or having overwriting and cutting without proper attestation and
signature will not be considered.
19. Evaluation of the Proposal : A two stage procedure will normally be adopted:
Stage-I: a) Evaluation of Technical Bids to assess their suitability against the laid down parameters.
b) Tenderers must ensure that they enclose all original technical literature and detailed documentary
proofs which specifically bring out the compliance of the equipment being offered against the
specifications. If necessary the tenderer may be directed to give a presentation for evaluation by a
technical committee constituted for the purpose.
c) In case it is not possible to verify compliance of equipment as per technical bid due to lack of
adequate documents, in original no reference will be made to tenderer and the bid will not be
considered further and treated as cancelled.
Stage-II: Financial Evaluation- It is in the tenderers interest to include all relevant and detailed
technical data as supporting documents along with their bid.
20. Mode of Payment: Payment on bill basis after supply, satisfactory installation, commissioning and
performance of items as per research requirement at ICAR-IISR, Indore and certification by our
concerned Scientist.
Signature of Tenderer with office seal
7
CHAPTER-II
CONDITIONS OF TENDER/CONTRACT
1. All annexures, attached with the Tender should be duly filled in and supported with requisite documents
for considering any offer as a complete offer.
2. The Director, ICAR-IISR, Indore (MP) reserves the right to cancel/reject any or all the tenders without
assigning any reason.
3. In case of open tender form downloaded from website, tenderer must enclose Demand Draft of tender
cost Rs.500/-(Rs. Five Hundred only) in favour of “ICAR UNIT-DSR , INDORE”. The tender received
without required Bank Draft shall be rejected.
4. EARNEST MONEY DEPOSIT (EMD): Earnest money against each store item must be deposited in
the form of crossed Demand Draft in favour of “ICAR UNIT-DSR , INDORE” from any Nationalized
Bank payable at Indore (MP). No other form of deposit will be accepted. Technical bid without supported
with earnest money, therefore will be rejected. There will be no exemption for paying earnest money.
However, Firms registered with the Central Purchase Organization/NSIC only are exempt from
submitting bids without EMD (proof of registration must be attached therefore without which it will not
be considered).
i) No interest shall be payable by the purchaser on the EMD deposited by the tenderer.
ii) The EMD deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates
from the tender in any respect within the period of validity of his tender.
iii) If the successful tenderer fails to furnish the performance security as required in the contract within the
stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser.
iv) EMD of the unsuccessful tenders shall be returned after finalization of tender.
5. GUARANTEE/WARRANTY:Except otherwise provided in the invitation to tender the contractor
hereby declares that the goods/stores/equipment sold/supplies to the purchaser/consignee under this
contract shall be of best quality and workmanship and new in all respects and shall be strictly in
accordance with the specification and particulars mentioned/contained in the contract. The contractor
hereby guarantees that the said works/goods/stores would continue to confirm to the description and
quality aforesaid for a period of three(3) years from the date of receipt of completion of construction in
good condition at site by the consignees in case of supply contract and three(3) years from the date of
installation and satisfactory taking over of the goods/stores/articles/equipment at site by consignee where
installation and commission is involved and notwithstanding the fact that the purchase /inspection
authority has inspected and/or approved the said goods/stores/articles equipment or such if during the
three(3) years the said goods/stores/ articles/equipment be discovered not to confirm to the description
and quality aforesaid or not giving satisfactory performance or have deteriorated and the decision of the
purchase /consignee in that behalf shall be final and biding on the contractor/seller and the purchaser shall
be entitled to call upon the contractor/seller to rectify the goods/stores/articles/equipment or such
specified period as may be allowed by the purchaser in his discretion on application made thereof by the
contractor/seller, and in such an event, the above period shall apply to the goods/stores/articles/equipment
rectified from the date of rectification mentioned in the warranty thereof, otherwise the contractor/seller
shall pay the purchaser such compensation as may arise by reason of the breach of warranty therein
contained. Notwithstanding anywhere else mentioned to the contrary in this document, The bids would be
evaluated on price of the equipment and accessories, if any, & also taking the CCMC/AMC charges for
arriving at the selected firm.
6. Price: The price quoted shall be on firm and fixed basis and should be reasonable living no scope for any
further negotiation on price.
(A)For goods manufactured in India: on FOR basis (including all kind of charges and taxes) i) Installation
commissioning charges, if any.
7. Penalty for use of undue influence: The seller should undertake that he has not given offered or promised to give directly or
indirectly any gift, consideration, reward, commission, fees brokerage of inducement to any person in
service of the Purchaser or otherwise in procuring, the contract or forbearing top do or for having done or
8
for borne to do any act in relation or execution of the contract or any other contracts with the Institute for
showing or for bearing to show favour or disfavor to any person inrelation to the contract or any other
contract in the ICAR-IISR, Indore . Any breach of the aforesaid undertaking by the seller or any one
employed by him or acting his behalf whether with or without the knowledge the seller or the commission
of any offers by the seller or any one employed or acting on his behalf, as defined in Chapter-IX of the
IPC, 1860 or the Prevention of Corruption Act, 1947 or any other Act enacted for the Prevention of
Corruption shell entitle the purchase to cancel the contract and all or any other contract with the Institute
seller and recover from the seller the amount of any loss arising from such cancellation. A decision of the
purchaser or his nominee to the effect that a breach of the undertaking had been committed shall be final
and binding on the seller. Giving or offering of any gift, bribe or inducement or any attempt at any such
act on behalf of the seller towards any officer /employee of the purchaser or to any other person in a
position to influence any officer /employees of the purchaser for showing any favour in relation to this or
any other contract sell render.
8. LAWS GOVERNING THE CONTRACTS: The contracts shall be governed by the laws of India for
the time being in force. The contract shall be interpreted in accordance with these laws.
9. Force Majeure Clause: The Supplier shall not be liable for forfeiture of its performance security,
liquidated damages or termination for default, if and to the extent that, it‟s delay in performance or other
failure to perform its obligations under the Contract is the result of an event of Force Majeure. For
purposes of this Clause, “Force Majeure” means an event beyond the control of the Supplier and not
involving the Supplier‟s fault or negligence and not foreseeable. Such event may include, but are not
limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires,
floods. Epidemics, quarantine restrictions, strikes, lockout or any act of war. Notice of the happening of
any such event is given by either party to the other within 15 days from the date of occurring thereof.
However either party at its discretion can terminate the contract in such cases.
10. Termination of contracts: a)Time shall be the essence of the contract. The purchaser shall have the right
to terminate the contract without any notice in part or in full in any of the following cases.
b)The delivery of the material is delayed for causes not attributed to Force Majeure after the scheduled
date of delivery.The seller is declared bankrupt or becomes insolvent.
c)The delivery material is delayed due to causes of Force Majeure by more than reasonable time. In case
Performance Security is not furnished within the time period specified by the purchaser.
11. Supply in the case of successful Tenderer should strictly confirm to the specifications of the equipment
being purchased. Any change in Address /Telephone/Fax/e-mail of the tenderer should immediately be
informed. The state of non-communication by the firm will make the offer liable for rejection. The
successful bidder will have to provide the original performa invoice from the foreign principal (duly
signed in ink), in case of imported item/equipment, within 15 days of the date of receipt of purchase
order, otherwise the purchase order will automatically stand cancelled without any further
communication.
12. Govt. Regulation: It shall also be confirmed that there are no Govt. restrictions or limitation in the
country of the supplier or countries from which sub-components are being procured and/or for the export
of any part of the system being supplied. Supplies/Contracts shall provide a certificate this effect.
13. Late/ Delayed tenders: shall not be considered at all. These will be returned to the firm as it is at Post
tender revision/correction shall also not be considered.
14. Acceptance or rejection of offer: The Director, ICAR-IISR, Indore-452 001(MP) reserves the right to
accept or reject any tender in part or full without assigning any reason thereof. The successful bidder
should submit order acceptance letter within 15 days from the date of issue.
15. Page Numbering & Signatures: Each page of the tender must be numbered and signed by the authorized
signatory giving his/her name and designation below the signature.
Signature of Tenderer with office seal Admnistrative Officer
9
Chapter-III
TECHNICAL BIDS
[Use Firm‟s Letterhead]
S. No. Instruments
name Specifications
Yes / No Remarks
1. Cone
Penetrometer
Stainless steel penetration test cone: 35 mm
Smooth polished surface and an angle of
30°
Penetration test cup: Different dimensions
The apparatus is suitable for operation: 220
V
Single Phase, 50 Hz, AC Supply
2. Guelph
Permeameter
Field Tripod
Well Auger
Well Tripod
Preparation Tool
Hand Pump
Collapsible Water Container
Instructions
Carrying Case
o Permeameter: High Impact Polycarbonate
o Auger: 2inch (50.8 mm) diameter;
machined steel
o Test Depth: 15 to 80 cm
o Hydraulic Conductivity Range: standard
ranges
3.
Yoder Type
Wet Sieve
Shaker
Apparatus
(with sets of
sieves two
number)
Yoder type motor driven sieve shaker is for
carrying our wet sieve analysis oi material.
(It comprise of sets of nested sieves
suspended from a bar which is oscillated
by shaft crank driven by an electric motor
moving at approximately I oscillation per 2
sec or 30 oscillation per min. The nested
sets of sieves move up and down through a
vertical distance of about 3 cm submerged
in drum)
consists of a water reservoir and a holder
for sieve which can take up to 7 sieves of 6
or 8" dia (Sets of sieves each having 20 cm
diameter and 5 cm height with sieve
opening of 5.0,2.0, 1.0,0.5,0.25 and
0.0lmm diameter stacked in descendine
order)
The shaker is driven by l/4 FIP motor
through a belt drive. (Fitted with heavy
duty motor.)
10
With G.I. Tank.
Suitable to operate on 230 volts, 30 - 50
cycles per min, single phase A.C.
Automatic digital on /OFF timer
4. Double ring
infiltrometer
Diameter of inner ring: 30 cm
Volume of inner: 3000 ml
Diameter of outer ring: 60 cm
Volume of outer ring: 1000 ml
Height of cylindrical buckets: 50 cm
Material of cylindrical buckets: High quality
Note:
a. All the bidders are requested to provide true statement in the columns. Concealing of facts will
liable to be rejected the tender completely. No communication will be made in this regard.
b. Category of classification of goods in its packing as per IATA definition inclusive of nature of
sensitivty and volume of cargo (in case of imported items).
c. If yes, please attach technical literature of the equipment duly printed & clearly specify page No.
of Bulletin which specifically confirm this item (s).
d. I also agree that the Director, ICAR-IISR, Indore has absolute right to reject any or all tenders
without assigning any reason and there is no obligation to award the contract to the bidders.
e) I agree for the expert team/ committee/ representative of the ICAR-IISR, Indore to visit my
registered office/ place of present contract etc. without prior notice.
f) I have read the terms of contract enclosed herewith and I agree to the terms and will execute the
agreement before award of the contract.
Date:
Place:
Signature and seal of authorized signatory/ Tenderer
11
Chapter-IV
FINANCIAL/ PRICE BID [Use Firm‟s Letterhead]
Name of the work/ Item: (I) Cone Penetrometer (II) Guelph Permeameter (III) Yoder Type Wet
Slieve Shaker Apparatus (with sets of slieves two number) (IV) Double ring infiltrometer as per
specifications mentioned in Chapter-III of technical bid.
S. No. Instruments
name Specifications
Rate/Unit Qty. Total
Price
1. Cone
Penetrometer
Stainless steel penetration test cone: 35 mm
Smooth polished surface and an angle of
30°
Penetration test cup: Different dimensions
The apparatus is suitable for operation: 220
V
Single Phase, 50 Hz, AC Supply
1
2. Guelph
Permeameter
Field Tripod
Well Auger
Well Tripod
Preparation Tool
Hand Pump
Collapsible Water Container
Instructions
Carrying Case
o Permeameter: High Impact
Polycarbonate
o Auger: 2inch (50.8 mm) diameter;
machined steel
o Test Depth: 15 to 80 cm
o Hydraulic Conductivity Range: standard
ranges
1
3.
Yoder Type
Wet Sieve
Shaker
Apparatus
(with sets of
sieves two
number)
Yoder type motor driven sieve shaker is
for carrying our wet sieve analysis oi
material. (It comprise of sets of nested
sieves suspended from a bar which is
oscillated by shaft crank driven by an
electric motor moving at approximately I
oscillation per 2 sec or 30 oscillation per
min. The nested sets of sieves move up
and down through a vertical distance of
about 3 cm submerged in drum)
consists of a water reservoir and a holder
for sieve which can take up to 7 sieves of
6 or 8" dia (Sets of sieves each having 20
1
12
cm diameter and 5 cm height with sieve
opening of 5.0,2.0, 1.0,0.5,0.25 and
0.0lmm diameter stacked in descendine
order)
The shaker is driven by l/4 FIP motor
through a belt drive. (Fitted with heavy
duty motor.)
With G.I. Tank.
Suitable to operate on 230 volts, 30 - 50
cycles per min, single phase A.C.
Automatic digital on /OFF timer
4. Double ring
infiltrometer
Diameter of inner ring: 30 cm
Volume of inner: 3000 ml
Diameter of outer ring: 60 cm
Volume of outer ring: 1000 ml
Height of cylindrical buckets: 50 cm
Material of cylindrical buckets: High quality
1
Tax@......% (if any)
Total (in words):
*FOR price for Indian Manufacturer and Ex-works price for Foreign Manufacturer.
Note:
a) I/We agree to forfeit the earnest money if I/We fail to comply with any of the terms and conditions in
whole or in part laid down in the Tender form.
b) I/We have carefully read the terms and conditions of the Tender and agreed to abide by these in letter
and spirit.
c) It is certified that I have read and understood and will comply all instructions contained in tender enquiry
and its schedule. All pages of schedule to tender from page No…… to……... have been filled properly
and signed.
d) The commercial/financial bid given in separate sealed cover is part of this tender and no any other
documents enclosed with commercial/financial bid.
Signature of Tenderer with office seal
Mob:
13
Annexure-I
Statement of last 3 years client list
[Use Firm‟s Letterhead]
Sl. No. Name of the Organization &
contact person with boM no.
fo emaN
metI
dna O.P
etad
Amt. (Rs.) Remarks
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Signature of the Agency or his authorized signatory
14
Annexure-II
CHECK LIST FOR TECHNICAL BID
Sl. No. Particulars Yes /No skrameR
1. EMD:DD No._________ dtd.________ Amount, Rs.
5000/-
2. Cost of tender form : (Rs.500/- derdnuh eviF seepuR(
3. Trade registration certificate from concerned
departmentetats ro .
4. 180 days validity of quotation
5. Postal address with Name, E-mail, Contact No. of
local .sserdda
6. oN NAPcertificate
7. TSGcertificate
8. Statement of tsil tnilc sraey eerht tsal
9. diB laicnaniF dna lacinhceT
10. Technical literaturesmeti fo eruhcuorb /
11. EMD refund request form
12. Acceptance of Penalty clause
13. Agreeing for payment terms
14. Price inclusive of all taxes
15. Agreeing for all terms & condition of tender
documents
16. Duly Signed tender documents
Note: Please enclose relevant documents duly flagged and fill up Yes / No in column
above.
If the tenderer wants to mention any specific condition, it must be mentioned on the
covering/ forwarding letter only which will be placed on the first page of the technical bid.
Such condition mentioned in any other document shall not be given any consideration.
Authorized Signature of firm with Seal
Address:
Mob.
15
Annexure-III
EMD refund request form
[Use Firm‟s Letterhead]
The Director,
ICAR-Indian Institute of Soybean Research,
Khandwa Road, Indore-452001 (M.P.), INDIA
Sub: Request for refund of EMD for tender: F .No: IV(6)/17-18/St., dated 01 February, 2018.
Sir,
I/We request you that EMD deposited by me/us against the tender F .No: IV(6)/17-
18/St., dated 01 February, 2018 vide DD No _________ dtd. _________ for Rs.5000.00 as
EMD for Cone Penetrometer (II) Guelph Permeameter (III) Yoder Type Wet Slieve Shaker
Apparatus (with sets of slieves two number) (IV) Double ring infiltrometer at ICAR-IISR,
Indore may kindly be refund as following details:
A/c. holder Name:
Bank Name:
Branch Name:
IFSC Code:
.oN RAHDAA
Yours faithfully,
(Signature & Seal)
For M/s……………………………………
Pre-Receipt
Received a sum of Rs 5000.00 from the Director, ICAR-Indian Institute of Soybean
Research, Indore towards refund of EMD deposited against Tender F .No: F .No: IV(6)/17-
18/St., dated 01 February, 2018 for (I) Cone Penetrometer (II) Guelph Permeameter (III) Yoder
Type Wet Slieve Shaker Apparatus (with sets of slieves two number) (IV) Double ring
infiltrometer at ICAR-IISR, Indore.
(Signature & Seal)
For
……………………………
* Please note without affixing Rs.1/- revenue stamp EMD will not be refunded.