1 | P a g e
OFFICE OF THE JOINT DIRECTOR,
FARMER WELFARE & AGRICULTURE DEVELOPMENT, INFRONT ALGIN HOSPITAL, JABALPUR M.P. 482001
(0761)2624390, Fax No: 2620950, E-mail: [email protected] & [email protected]
------------------------------------------------------------------------------------------------------------
“TENDER DOCUMENT”
Tender documents consisting of Tender notice, Tender Form, Tender conditions,
specifications and Technical particulars etc.
Cost of Tender Document Rs. 1000/- Non Refundable
TENDER NO. : fn-
For the Supply of “Laboratory Chemicals, Filter Paper, Glassware & Plastic ware etc.”
Received Rs. ------------------------(Rupees------------------------------------- Only)
Vide MPTC No----------------------date--------------------place---------------------
Issued to M/S------------------------------------------------------------------------------
SD/- Joint Director
Farmer Welfare and Agriculture Development
Jabalpur, M.P.
2 | P a g e
OFFICE OF THE JOINT DIRECTOR,
FARMER WELFARE & AGRICULTURE DEVELOPMENT, INFRONT ALGIN HOSPITAL, JABALPUR M.P. 482001
(0761)2624390, Fax No: 2620950, E-mail: [email protected] & [email protected]
------------------------------------------------------------------------------------------------------------
TENDER FOR SUPPLY OF - LABORATORY CHEMICALS, FILTER PAPER,
GLASSWARE & PLASTICWARE ETC
Tenderer’s Declaration/Undertaking
I/We ----------------------------------------------------------------------------hereby declare that I,
have signed and submitted the tender under proper lawful power of attorney, for the supply of
laboratory Chemicals, Filter Paper, Glassware, Plastic ware etc. and tender items as per tender
conforming to the detailed specifications mentioned in Appendix –II of this tender form.
We undertake to supply such number of laboratory Chemicals, Filter Paper, Glassware, Plastic
ware as we may be called upon to supply, under the general terms and conditions of this
tender document during the allotted period from the date of execution of the agreement on the
rates specified in the agreement, at the places to be specified by the prescribed delivery
period.
Should this offer be accepted, we hereby agree to abide by and fulfill all the terms of this
tender and all of the conditions of contract annexed hereto and in default thereof to forfeit and
pay to the penalties or sum of money mentioned in the said conditions.
The sum of Rs.......................(Rupees......................................) in the form of FDR. (any of the
form as specified in the tender notice) is herewith forwarded as Earnest Money, which shall
be retained by the Joint Director, Farmer Welfare and Agriculture Development, Infront
algin hospital, Jabalpur, M.P. 482001 Earnest Money “Specified in clause 6” of the said
terms and conditions of contract should this tender be accepted.
I have read and understood all the terms and conditions of the supplies mentioned in the
tender documents and fully agreed on them.
Place: -
Date: -
Tenderer
Signature (with seal)--------------------
Address------------------------------------
------------------------------------
3 | P a g e
OFFICE OF JOINT DIRECTOR, DEPTT. OF FARMER WELFARE & AGRICULTURE DEVELOPMENT,
INFRONT ALGIN HOSPITAL, JABALPUR M.P. 482001
(0761)2624390, Fax No: 2620950, E-mail: [email protected] & [email protected]
------------------------------------------------------------------------------------------------------------
Schedule of Tender
Date of issue of N.I.T. 09.01.2017
Date & time of purchase of Tender 25.01.2017 up to 5 PM
Date & time of Submission of Tender 27.01.2017 up to 5 PM
Date & time of opening of the Tender (Technical offer) 30.01.2017 at 2 PM
Date of opening of the Tender (Financial offer) 31.01.2017 (Tentative)
Tender Application Form
Sl.
No.
Particulars Details of
Tenderer
Enclosure
Page No.
1 Name & Full Address of Tederer
2 Items for which tender applied for
Chemicals / Filter Papers / Glassware / Plastic wares etc.
3 Brand / Make
4 If the firm has contracts with other government departments and the
contract was awarded, should give the certified copy of the relevant
information.
5 Annual turnover of the tenderer during last three consecutive years
(Copies of profit & loss account and balance sheets in support)
6 Details of cost of tender documents, if paid by demand draft
(a) D.D.No. ………………Dated……………
(b) Drawn of bank
(c) Amount Rs……………
7 Details of Earnest Money Deposited
(a) F.D.R. No. ………………Dated……………
(b) Drawn of bank
(c) Amount Rs……………
8 Proof of manufacturer from concerned State/Industry Department or
any appropriate government authority.
9 Whether the firm is registered under company act, 1956 or other
similar act. If yes enclose certified copies.
10 Printed/typed price list signed & stamped must be submitted.
11 ISO/BIS/ISI Certification proof copy (ISO 9001:2008 & above)
12 Copy of VAT and CST registration
13 Copy of PAN /TIN Registration
14 Copy of Income Tax return for last 3 years
15 Authorization certificate for representative
16 Certificate of No Deviation
17 Certificate of Price Justification
18 Non Blacklisting Certificate
19 Quality Assurance Certificate for to be supplied items
20 Whether each page of NIT & its appendix have been signed and stamped
21 Trade discount along with certificate of not giving higher discount to
any other department during this year
22 Any other information vital for entering into tender contract
4 | P a g e
GENERAL TERMS AND CONDITIONS OF TENDER
1. (i) Sealed tender are invited from reputed manufacturers by Joint Director,
Farmer Welfare and Agriculture Development, infront of algin hospital
Jabalpur, M.P. 482001. The detail tender document can be purchased up to
5.00 P.M. on dated 25.01.2017 by payment of Rs. 1000/- (non-refundable) in
cash. The tender document can also be downloaded from departmental website
http://www.mpkrishi.mp.gov.in but it will be acceptable only if submitted
along with DD of Rs. 1000/-. This Office will not be responsible for postal or
any kind of delay.
(ii) It is obligatory for the tenderer to purchase the tender documents, or download
from website (submit with fee) otherwise, offer will be rejected.
2. (i) Tender received Only Through Speed Post/ Reg. Post, When Tender received
after the due date and time, as stated above will not be considered, when the
tender is delivered by special messenger, it will not be accepted. Tender send
to the office of the Joint Director, Farmer Welfare and Agriculture
Development, Infront algin hospital, Jabalpur, M.P. 482001 on 27/01/2017
up to 5.00 pm In case, holiday is declared on the said date then tender will be
received up dt 28/01/2017 to 5.00 pm on next working day.
(ii) Tender will be received and opened in the office of Joint Director, Farmer
Welfare and Agriculture Development, Infront algin hospital, Jabalpur, M.P.
482001. Tender will be opened in the presence of tenderer or their
representatives who may wish to attend on dated 30/01/2017 at 2.00 P.M.
(iii) The Joint Director, Farmer Welfare and Agriculture Development, Infront
algin hospital, Jabalpur, M.P. 482001 will not be responsible for delay on any
account in receipt of offer document, if the tenders are delayed for any other
reason, what so ever the same shall not be considered and the tender will be
returned to the tenderer unopened. Telegraphic offer/fax/E-mail messages shall
not consider.
(iv) The offer should have the validity up to 31-03-2017 or onwards by mutual
consent of tenderer.
(v) The goods are to be purchased, purchase order will be placed as per
requirements and availability of budget, so tenderer are free to participate or
not participate in tender process and shall no obligation to place order for any
items/any quantity.
3- ELIGIBILTIY TO TENDERER
Only the reputed manufacturer of the specific Chemicals, Filter Paper, Glassware &
Plastic ware etc. needs to submit their offers. Other offers will not be considered. All
the supporting document of being manufacturer must be submitted. The authorized
representative of tenderer should submit authorization certificate in original.
4- SUBMMISSION OF THE TENDER :
(i) More than one tender for the same item with different name shall not be accepted from
any manufactures.
(ii) No tender document shall be accepted without Earnest Money.
(iii) Tender document should be accompanied by Sale Tax & income tax clearance
certificate and sale tax, income tax, registration certificate. (iv) The tenderer should abide and give its complete specifications as in the prescribed
format and make of the material, duly signed and offered separately and enclose the
same with the tender form wherever applicable. Tender must be submitted properly
sealed (sealing to be impressed with tenderer’s seal) and sent to the Joint Director,
Farmer Welfare and Agriculture Development, Infront algin hospital, Jabalpur,
5 | P a g e
M.P. 482001 either by registered post well in advance of last date and time. The Office
will not be responsible for any delay in postal delivery of the tender.
(v) Offer documents should be signed on each page by the tenderer and should be
submitted in full, no page should be detached from the offer documents. The
submission on the tender by any Manufacturer implies that they have read the notice
and conditions of contract and have made themselves fully aware of the scope and
specification of the material to be supplied. As such subsequent request for any
addition or omission in the original offer after submitting the tender will not be
entertained.
(vi) Individual signing on each page of offer and on all submitted documents, should attach
valid acceptable proof of his authority to sign on behalf of the tenderer.
(vii) The tender should be accompanied by detailed printed technical literature (in
original) specification of each item and each sub- item quoted in the tender.
Specifications given in the offer must match to the printed technical literature
other wise offers shall be rejected.
(viii) If asked for, by Department, the tenderer will have to arrange a demonstration or
presentation of the desirable lab items at office of Joint Director, Farmer Welfare
and Agriculture Development, Infront algin hospital, Jabalpur, M.P.
482001 or Supply destination without any charges or obligation.
(ix) Tenderer will have to grant sample of chemicals on demand of purchaser for
conformity of specifications and quality test purpose. The quality test will be execute
by departmental laboratory by testing and their result will be final and obligatory for
tenderer, if the chemicals fail in quality test their financial offer will not be opened and
tender shall be rejected.
(x) Please quote-maximum discounted price, as no further negotiations will be made.
Complimentary items/gifts offered will not be taken into account for calculating the
cost of the item.
(xi) The offer document is required to be submitted separately in two envelopes. These two
envelopes are called envelope “A” and envelope “B”. The envelope “A” should
consist of only technical offer. The envelope “B” should consist of only financial offer
i.e. the rate of the chemicals, filter paper, glassware, plastic ware, their accessories and
taxes etc.
(xii) The document which are to be submitted in “A” and “B” are clearly mentioned
separately in titles ENVELOPE-"A" and ENVELOPE-"B". If a firm have more
than one item then the technical and financial offer for every item must be submitted
in separate i.e. the offer should not be enclosed in single envelops if offer/offers are
not enclosed separately in different envelop it will be rejected. Please mention the item
No. and name on the cover of envelope.
(xiii) On the envelope "C" containing the offer documents it should be clearly written
“Tender for the supply of -------------------- ", and this envelop should contain two
separate envelops as envelop “A” and envelop “B”.
(xiv) Any deviation, variation of noncompliance of the terms and conditions by the tenderer
shall be considered as a breach of contract and department reserves the right to
forfeit the amount of earnest money and/or security deposit in part or in full and
take legal action against tenderer.
(xv) The rates quoted should be F.O.R. delivery at this office and its all sub ordinate offices
situated at block & district level of Jabalpur Division. The rates quoted should be
inclusive of packing and forwarding charges loading/unloading/ handling charges,
freight, full risk coverage etc. and total cost all in Indian rupees only.
6 | P a g e
ENVELOPE –“A” (For Technical offer) Envelope A should consist of following -
(a) All the supporting documents for being manufacturer must be given.
(b) Prescribed Earnest Money Deposit (E.M.D) in the form of Fixed Deposit Receipt
(FDR) payable to the Joint Director, Farmer Welfare and Agriculture
Development, Jabalpur M.P.
(c) The tenderer must mention all the specifications of the item clearly. The manufacturer
must enclose brochure / printed literature / catalogue showing detailed technical
specification required. "A" folder showing items without detailed technical
specification, or tailor made literature mentioning, “As per your specifications” for
all specifications asked for, will not be considered.
(d) The tenderer must have adequate experience of execution of similar work in
government offices and other similar organizations. Necessary supporting documents
like work order, work completion certificate, payment certificate etc. for last three
years to this effect should be submitted along with the offer.
(e) "Quality certificates" for quoted Glassware, Plastic ware, Filter Paper etc. and
Quality analysis certificates for quote Chemicals should be given.
(f) Self certified photocopy of industry registration under District Industries Centre (DIC)
or local government authority.
(g) Leaflets / broachers for each offered items, specifications and photograph should be
submitted. All the leaflets in the offer should be marked with signature and seal of
the authorized person. All Documents submitted clear and readable.
(h) Documents related to sale tax & income tax clearance certificate for last three
years, TIN, PAN and registration of firm must be submitted.
(i) Price schedule should not submit in technical bid.
(j) Financial status – The average annual turnover from similar jobs, of the quoting firm
should not be less than10crores in the last three consecutive years. Copies of profit &
loss account and balance sheets duly authenticate by a charted accountant for last three
years should be enclosed.
(k) Copy of income tax return acknowledgement for last three years.
(l) The manufacturer should be minimum five years old in similar business.
(m) The tenderer should enclosed comparative statements of every item with page no. &
paragraph no. highlighted original brochure, according to given specification in tender
documents. (Appendix IV)
(n) The concerned manufacturer whose product has been declared as of spurious or
adulterated quality and any criminal cases is filled and is pending in any court shall not
be eligible to participate in the tender process. Similarly blacklisted, banned, debarred
company by any central/state govt. is not eligible to participate in the tender process.
(o) Tenderer will have to grant sample of such chemicals on demand by competent
authority/purchaser for conformity of specifications and quality test purpose. If the
chemical sample failed in quality test, they shall not be considered in tender process
and their financial offer shall not be opened and returned unopened to the concern
tenderer. Quality check test will be exercised by departmental laboratories only.
(p) There should be no cutting / overwriting in the tender document, the cutting /
overwriting if any, should be duly attested by tenderer.
(q) The Envelop "B" of only those tenderer will be opened who qualify the technical
offer as submitted in Envelop "A".
(r) Certified photocopies of the rates approved in other offices of the state Government
during current year or in last year, should be submitted.
.
7 | P a g e
ENVELOPE –“B” (For Financial offer)
Envelope "B" should consist of following -
Offered rate envelope will only be opened when the envelope "A" is found eligible.
The offered rates must be submitted in prescribed format as appendix III without any
cutting or overwriting. The rate offered for each item should be quoted separately in
Indian rupee only. Offers of foreign currency will not be considered. Prices for the
main item and its sub items/accessories should be given separately. This is necessary
to workout prices of a desired configuration.
(5) SPECIFICATIONS OF LABORTORY ITEMS
The specification of chemicals, filter paper, glassware, plastic ware are given in
enclosed appendix –II. The Firm should take note of the remarks if any, given there
in. The unit offered should confirm to the stipulated specification.
(6) EARNEST MONEY DEPOSIT :
(a) The tender should be accompanied with earnest money deposit specified in the tender
documents for each items. Amount of earnest money shall be accepted in the shape of
Fixed deposit Receipt (FDR) mention along with the name of items Issued by the
Nationalised bank, in the favor of Joint Director, Farmer Welfare and Agriculture
Development, Infront algin hospital, Jabalpur, M.P. 482001.
(b) The E.M.D., in case of successful tenderer shall be returned after submission of
performance security deposit and in case of unsuccessful tenderer shall be retained by
the purchaser, up to a maximum period of 6 months from the date of opening of the
tender or till the finalization of the tender, whichever is later. The earnest money shall
be refunded to the unsuccessful tenderer on written request. No interest will be
payable on this amount.
(c) In case the tenderer withdraws, modifies or change his offer during the contract period,
tender liable to be rejected and EMD shall be forfeited without assigning any reason
thereof.
(d) No claim shall lie against the purchaser in respect of erosion in the value or interest on
the amount of EMD.
(e) The tenderer without earnest money will be summarily rejected.
(f) The earnest money deposited for different items are as mentioned below :
Appendix- I
Item No. Name of Item EMD Amount Rs.
A.1 Chemicals 5,000.00
A.2 Glassware’s 5,000.00
A.3 Plastic wares & other Accessories 5,000.00
A.4 Filter Papers 5,000.00
A.5 standards 5000.00
A.6 Instruments 5000.00
(7) SECURITY DEPOSIT :
The successful tenderer has to deposit minimum 10% performance security deposit of
the total value of the laboratory chemicals, filter paper, glassware & plastic wares etc
to be purchased during contract period.
8 | P a g e
(8) RATES :
(i) Rates offered by the tenderer should be constant and free from all escalations.
(ii) The tenderer has to enclose self certified copy of the original printed retail price of the
manufacturer. The rates should be clearly quoted as basic price & taxes. Only
applicable taxes under rule will be paid extra directly to the concerning department on
the base price. Maximum discounted price should be mentioned in the tender by
tenderer as base price. Trade discount along with certificate of not giving higher
discount to any other department during this year should be submitted.
(iii) Envelope ‘C’ will contain both envelop A+B.
(iv) Rates should be quoted for supply on F.O.R. destination by road in the prescribed
Performa ( Appendix II). Rates should be valid up 31.03.2017 to or onwards.
(v) Department is free to understand the reasonability of the rates quoted by the supplier
during any time of the validity of the tender, which should be authenticated by the
tenderer through relevant documents.
(9) SUPPLY:-
(i) The supply of material will have to be completed within 30 days from date of issue of
purchase order.
(ii) The demurrage charges @ 0.5% per week shall be imposed if supply made after expiry
of delivery period subject to maximum 10% of the total value of order. After 04
weeks, orders shall stand cancelled and purchase order will be given to next eligible
(L-2) tenderer.
(iii) The packing, freight, forwarding, insurance charge, if any, will not be borne by the
purchaser. Similarly any loss, damage, pilferage etc. of the material on transit will be
sole responsibility of the supplier. The defective supply, breakages (s) if any is to be
replaced by the supplier within 7 days without freight/transport charges. If the firm
fails to do so, the consignee will be free to recover any or all the losses at the cost of
tenderers from any other sources.
(iv) The purchase order will be placed as per requirement irrespective of value of order.
(v) The firm may supply the required items as per unit price mentioned in the price list.
(vi) Supply should be made in full against the order and no part supply will be accepted.
(vii) The articles should be securely packed to avoid damages etc. in transit.
(viii) Supply to be made from the latest batch of production with maximum life period in
original packing.
(ix) The delivery supply will be made on F.O.R. basis to this office and its all sub ordinate
offices situated at block and district level of Jabalpur division.
(10) PRICE FALL CLAUSE :
(i) The price charged for the offered items to be supplied under this contract by tenderers
shall, in no case exceed the lowest price of which the tenderer sells to other parties
either private or Government bodies in M.P.
(ii) If any item during the said period the tenderer reduces the sale price of such offered
items or sells such items to any other person/organization/Govt.Deptt organization at a
price lower than the price quoted in the contract, the tenderer shall forthwith notify
such reduction in rates to the Department. The Price payable under the contract for the
items supplied as per notice supplied after the date of coming into force of such
reduction in sale price shall stand correspondingly reduced. The Department shall be
entitled to recover any amount paid to the tenderer in excess in the respect of sale
which takes place after the reduction of price by the tenderer.
(11) PRICE ESCALATION CLAUSE :
Price escalation may be allowed only in the following circumstances. Should there be
many variation in the rates of excise duty, or state sale tax or any other statutory
9 | P a g e
levies, revision in the price may be effected to the extent of actual variation of such
elements provided the offer produces a copy of notification under which revision has
taken place in any of these element along with the bills and other authentic valid
documents duly self certified by him.
(12) DEFECTIVE SUPLIES :
Any material if not found confirming to the specification mentioned in the supply
order, or if not found up-to the mark or, if found broken is liable to rejection and
should be replaced immediately by the tenderer within 7 days on receipt of intimation
from the consignee, at their own cost. Incase defective material is not replaced with in
the currency of contract as specified, the consignee may have such material removed at
the tenderer’s risk, and the expenses incurred being liable to be deducted from the
security deposit, or from any sum due, or which may become due to the tenderer. No
responsibility shall be attached to the consignee for the safe custody of the material
supplied in excess and not so removed.
(13) PAYMENT :
(a) All taxes which are applicable under rule will be paid to the concerning department
directly.
(b) No payment will be made in advance. Payment will be released within 45 days
through e-payment only after receiving goods in full satisfactory conditions. No
interest will however, be paid in case of delay in payments.
(c) There is e-payment system; hence bank A/c no. and IFSC may be intimated along with
the challan and bills in triplicate.
(d) No payment will be made for unsatisfactory supply.
(e) Security deposit will be released after successfully completion of tender contract.
(f) All the expenses towards clearing charges (1.5% of the item cost), Custom Duty (with
custom duty exemption certificate), Transportation with insurance (as per actual) will
be paid by the supplier only.
(g) The tenderer should make it clear in the offer as to whether payment term 14 (i) to (iv)
is acceptable to the tenders else the tender form/offer is liable for rejection.
(h) The Joint Director, Farmers Welfare and Agriculture Development, Jabalpur Division,
Jabalpur reserves the right to cancel the tender/contract at any time without assigning
any reason.
(i) The tender will be valid up to 31st March, 2017 from the date of award of tender or
onwards by mutual consent of tenderer.
(14) CONDITIONAL TENDER:
(i) The Department/office reserves the right to reject the offer with any condition not
earlier specified in the tender documents of the department.
(ii) In case any tenderer who withdraw their offer after the submission/ opening/finalizing
the rates by the committee members/ acceptance of the rate by department and
undergoing the agreement or before the expiry of the period then department is liable
to forfeit the earnest money in full of such tenderer.
(iii) In case the selected tenderer fail to supply the good at quoted rates in the time limit
given in the supply order during the period of the contract and / violates any or more
of these terms and conditions, the security deposited by the tenderer, will be forfeited
by the Department.
(iv) If any act of omission or commission in the tender and the agreement by the tenderer
brings this Department to any dispute, the Department shall be competent to blacklist
the unit with further business with the Department /any other government
organization.
(v) ACCEPTANCE OF TENDERS :
10 | P a g e
The Department reserves the right for accepting the tender for the whole supply, or a
part of it. The accepting authority has no binding himself to accept the lowest offer of
any tender and may reject any or all tenders without assigning any reasons thereof.
(15) EXECUTION OF AGREEMENT:
The tenderer, whose tender has been accepted by the Department, will have to execute
an agreement in the prescribed format on Rs. 500/- non judicial stamp paper within a
fortnight from the date of commence of acceptance of his/her tender. Failing to do so,
the Earnest Money will be forfeited by the Department and tender of such successful
tenderer will be cancelled. In this case the chance shall be given to next eligible
tenderer (L-2).
(16) SUBLETTING OF WORK :
The manufacturer firm shall not assign or sublet the work / job or any part of it to any
other person or party without obtaining permission in writing from this office.
(17) LEGAL REQUIREMNENTS :
The successful tenderer shall have to obtain all license/ permissions required for
carrying out the work from concerning authorities. It shall be the sole responsibility of
the tenderer to fulfil the obligations of current statutory requisition, safety code etc.
(18) FINAL AUTHORITY AND JURIDICTION :
The decision of the Director, Farmer Welfare and Agriculture Development,
Bhopal, on any or all matters of dispute and on any other relating to the tender will be
final and binding on all concerned. In case of any disputes the matter first be referred
to the Joint Director, Farmer Welfare and Agriculture Development, Jabalpur. In
case of dissatisfaction of the decision matter will be refered to the Director, Farmer
Welfare and Agriculture Development, Bhopal, who will decide the matter as
arbitrator, In case of again dissatisfaction the matter shall be subject to the jurisdiction
of the Jabalpur only.
(19) LITERATURE AND TECHNICAL DETAILS
Offerer shall have to supply adequate original literature, service and operational
manual, booklets of technical details, manuals etc. with each items.
-----------**------------
11 | P a g e
Important Instructions for tenderer
1. Please fill all the columns.
2. If the space is not enough, similar table can be formatted without altering columns,
specification sequences, etc.
3. Highlight the specification serial of the above table in your original literature,
specification brochures, etc.
4. In addition to the required specifications, other relevant information reflecting the
speciality of the item, if any may please be mentioned for consideration.
5. Attach EMD with each offer separately as mentioned in Appendix – I.
6. Mention the offered costs with terms and conditions, etc. by supplementing the
Appendix – II with item wise offer separately.
7. All the leaflets in the offer should be marked with signature and seal of authorized
person on all the leaflets.
8. Tenderer has to write clearly the name, address, e-mail and Tel. No. / Mob. No. of
authorized representative of the tenderer.
9. Reputed Manufacturers should only submit the tenders.
12 | P a g e
OFFICE OF JOINT DIRECTOR,
FARMER WELFARE & AGRICULTURE DEVELOPMENT, JABALPUR M.P. 482001
(0761)2624390, Fax No: 2620950, E-mail: [email protected] & [email protected]
------------------------------------------------------------------------------------------------------------
APPENDIX- II
Detailed Specification of the Laboratory Chemicals, Glassware, Plastic wares, Filter
Paper etc.
A.1. Chemicals:-
S.N. Name of Items Grade Pack
Size
Remarks, If
any
1 2 3 4 5
1 Ammonium Hydroxide- 25% (Ammonia sol ) GR 500ml
2 Ammonium Hydroxide- 25% (Ammonia sol ) GR 2.5Ltr
3 Acetic Acid glacial AR 500ml
4 Acetic Acid glacial AR 2.5Ltr
5 Acetic Acid Anhydride AR 2.5Ltr
6 Aceto nitrate AR 2.5Ltr
7 Anhydrous Methenol AR 2.5Ltr
8 Acetonitrile HPLC/AR 2.5Ltr
9 Acetone AR/ACS 2.5Ltr
10 Activated Carbon / Charcoal GR 250gm
11 Activated Carbon / Charcoal AR 250gm
12 Aluminium Hydroxide Powder Pure AR 500gm
13 Aluminium Hydroxide Powder Pure AR 250gm
14 Ammonia Solution (sp gr 0.88) -30% AR 1 ltr
15 Ammonium Chloride AR 500gm
16
Ammonium Citrate dibasic (Di-Ammonium
hydrogen citrate) AR 500gm
17 Ammonium Iron (III) Sulphate AR 500gm
18 Ammonium Iron (III) Sulphate AR 1 K.G.
19 Ammonium Molybdate AR 100gm
20 Ammonium Molybdate AR 250gm
21 Ammonium Oxalate AR 500gm
22 Ammonium Thiocynate AR 500gm
23 Ammonium Thiocynate GR 500gm
24 Ammonium Hydroxide AR 500gm
25 Ammonium Chloride AR 500gm
26 Azomethine-H (Imported only) AR 10gm
27 Ammonium Acetate AR 500gm
28 Ammonium Fluoride AR 500gm
29 Ammonium Molybdate AR 100gm
30 Ascorbic Acid AR 500ml
31 Ammonium Acetate AR 500gm
32 Acetic Acid AR 500ml
33 Antimony Potassium Tartrate AR 100gm
34 Ascorbic Acid AR 500gm
35 Barium Chloride DIHYDRATE AR 500gm
36 Barium Di-phenyl Amine Sulphate AR 25gm
37 Barium Hydroxide AR 500gm
38 Benzol Conium Chloride (Zephiran Chloride) GR 500ml
39 Benzol Conium Chloride (Zephiran Chloride) AR 1 LTR
40 Bismuth Nitrate AR 100gm
13 | P a g e
41 Boric acid - 500ml
42
Biuret SOLUTION (150-1,000 μg/ml protein
detection level) AR 110ml
43 Bromocresol Blue Indicators AR 25gm
44 Bromocresol Green Indicators AR 25gm
45 Bromophenol purple Indicator AR 5gm
46 Buffer Solution- 4 pH (Imported Only) - 500ml
47 Buffer Solution- 7 pH (Imported Only) - 500ml
48 Buffer Solution- 9 pH (Imported Only) - 500ml
49 Buffer Solution- 10 pH (Imported Only) - 500ml
50 Buffer Solution- 9.2 pH(Imported Only) - 500ml
51 Boric Acid Powder AR 500gm
52 Boron Standard -1000 ppm (Imported Only) - 500ml
53 Bromocresol Green AR 500ml
54 Barium Chloride AR 500gm
55 Calcium Sulphate AR 500gm
56 Calcium Chloride AR 500gm
57 Calcium Carbonate AR 500gm
58 Copper Standard AR 500ml
59 Cadmium sulphate AR 500 gm
60 Cadmium Standard GR 500ml
61 Calceine Indicator GR 5gm
62 Conductivity Standards - 500ml
63 Calcium Carbonate Powder AR 500gm
64 Calcium Standard AR 500ml
65 Carbon Disulphide (CS2) AR 500ml
66 Carbon Tetrachloride GR 500ml
67 Cellulose powder AR 500gm
68 Chloroform GR 500ml
69 Chloroform AR 2.5Ltr
70 Chloroform HPLC 2.5Ltr
71 Chromium Metal – 100 mesh 100MESH 500gm
72 Citric Acid anhydrous GR 500gm
73 Citric Acid AR 500 ml
74 Copper Standard (Imported Only) AR 500ml
75 Copper Sulphate Penta hydrate (CoSO4,5H2O) AR 500gm
76 Copper Sulphate AR 500gm
77 Carbon Tetrachloride GR 500ml
78 Crystal violet indicator AR 25 gm
79 Deverda’s Alloy AR 100gm
80 Diethyl Ether AR 2.5 Ltr
81 Diphenylamine Indicators AR/ACS 100gm
82 Disodium EDTA Dehydrate AR 500gm
83 Dithiozone AR 5gm
84
Diethyl Tri-amine Penta Acetic Acid (DTPA) –
(Imported only) AR 250gm
85 Ethylene Di amine Tetra Acetic acid (EDTA) AR 500gm
86 Ethanol 95% AR 500ml
87 Erichrome Black- T (EBT) Indicator AR/ACS 25gm
14 | P a g e
88 Ethyl Alcohol- 95% GR 500ml
89 Fluorescein AR 25gm
90 Flame Photometry K-Standard (Imported Only) - 500ml
91 Formaldehyde – 37% GR 500ml
92 Ferric alum - 500gm
93 Ferric Ammonium Sulphate AR 500gm
94 Ferric chloride AR 500gm
95 Ferrous Ammonium Sulphate AR 500gm
96 Ferrous Sulphate Hepta hydrate AR 500gm
97 Glass wool GR 250gm
98 Glacial Acetic Acid AR 2.5 Ltr
99 Glycerine - 500 ml
100 Glycol - 500 ml
101 Gum Acacia Powder AR 500gm
102 Hexane HPLC 2.5Ltr
103 Hydrochloric Acid (HCL) AR 2.5ltr
104 Hydrogen Peroxide (H2O2) 6% AR 500ml
105 Hydroquinone GR 500gm
106 Hydroxyl Ammonium chloride GR 100gm
107 Iso octane HPLC 2.5 Ltr
108 Iodine AR 100gm
109 Iso propanol AR 1lTR
110 Iron Standard-1000 ppm (Imported Only) - 500ml
111 Isoamyle Alcohol GR 500ml
112 Lab Wash (neutral) - 5 ltr
113 L-Ascorbic Acid AR 500gm
114 Lead Acetate AR 500gm
115 Lead Acetate Trihydrate AR 500g
116 Lead Nitrate Standard AR 500ml
117 Magnesium Oxide (Light, MgO) AR 500gm
118 Magnesium Chloride AR 500gm
119 Methyl Red AR 100gm
120 Methanol AR 2.5Ltr
121 Methanol HPLC 2.5Ltr
123 Methyl orange - 25gm
124 Mono Calcium Phosphate AR 500gm
125 Magnesium Standard-1000 ppm (Imported Only) AR 500ml
126 Magnesium Sulphate GR 500gm
127 Manganese Sulphate GR 500gm
128 Methyl Blue Indicators AR 125ml
129 Methyl Red Indicators AR 25gm
130 Molybdenum Standard AR 500ml
131 Mercuric Chloride GR 100gm
132 N- Amyl Alcohol (Iso amyl alcohol) GR 500ml
133 Nitric Acid GR 2.5ltr
134 Nitrobenzene GR 500ml
135 Orth phosphoric Acid GR 500ml
15 | P a g e
136 Oxalic Acid AR 500gm
137 P- Nitro Phenol AR 100gm
138 Paraffin liquid AR 500ml
139 Patton & Readers Indicators AR 25gm
140 Petrolium ether AR 500ml
141 Phosphoric Acid AR 500ml
142 Potassium Sulphate AR 500gm
143 Phenolphthalein Indicators AR 50gm
144 Potassium Hydroxide AR 500gm
145 Potassium Hydroxide pellets AR 500gm
146 Potassium Bromate GR 500gm
147 Potassium Chloride GR 500gm
148 Potassium cromate AR 500ml
149 Potassium Dichromate GR 500gm
150 Potassium Dehydrogenate Orthophosphate GR 500gm
151 Potassium Dehydrogenate Phosphate GR 500gm
152 Potassium Hydrogen Phthalate AR 500gm
153 Potassium Iodide AR 550gm
154 Potassium iodate AR 250gm
155 Potassium Periodate AR 100gm
156 Potassium Permanganate GR 500gm
157 Potassium Sulphate Anhydrous AR 500gm
158 Potassium Nitrate AR 500gm
159 Potassium Benzene AR 1 Ltr
160 Potassium Thiocynate Crystals AR 500gm
161 Quinoline Solution GR 250ml
162 Quinoline Solution AR 250ml
163 Salicylic Acid AR 500gm
164 Selenium Powder AR 100gm
165 Silver Nitrate AR 25gm
166 Sodium Acetate Trihydrate GR 500gm
168 Sodium Chloride GR 500gm
169 Sodium Cyanide AR 500gm
170 Sodium Citrate Dehydrate GR 500gm
171 Sodium Borate AR 500gm
172 Sodium Borate Tetra hydrate AR 500gm
173 Sodium Borate Decca hydrate AR 500gm
174 Stannous Chloride AR 100gm
175 Sodium Bi Carbonate AR 500gm
176 Sodium Diethyl Dithiocorbonate Trihydrat GR 100gm
177 Sodium Fluoride GR 500gm
178 Sodium Hydroxide Pellets GR 500gm
179 Sodium Molybdate AR 250gm
180 Sodium Oxalate AR 500gm
181 Sodium Potassium Tarterate AR 500gm
182 Sodium Standard AR 500ml
183 Sodium sulfite AR 500ml
184 Sodium sulphate AR 500gm
185 Sodium Tetra Phenyl Boron (STPB) AR 10gm
186 Sodium Thiosulphate AR 500gm
187 Sodium hydroxide AR 500gm
188 Sodium nitrate AR 500gm
16 | P a g e
189 Spectrophotometry Standard (Imported Only) - 100ml
190 Stannous Chloride / Tin (II) chloride AR 100gm
191 Starch powder AR 500 gm
192 Starch Solution AR 100ml
193 Strontium Chloride AR 250gm
194 Sulphuric Acid – 98% AR 5 ltr
195 Sulphuric Acid – 98% GR 5 ltr
196 Sulphonic acid AR 500ml
197 Thymol Blue Indicators GR 25gm
198 Sodium Sulphate Anhydrous AR 500gm
199 Sodium Sulphate Anhydrous AR 1 kg
200 Titan Yellow Indicators AR 25gm
201 Tri-ammonium Citrate GR 100gm
202 Tri-ethanol Amine (TEA) AR 500ml
203 Urea AR 500gm
204 Ureaes Soln, Neutral / Urease buffer reagent AR 10ml
205 Water HPLC 2.5 Ltr
206 Zinc Dust GR 500gm
207 Zinc chloride AR 500gm
208 Zinc Oxide AR 500gm
209 Zinc sulphate AR 500gm
210 Zinc Standard-1000 ppm (Imported Only) AR 500ml
211 Zinc Granule AR 500gm
SD/-
Joint Director
Farmer Welfare and Agriculture Development
JABALPUR
17 | P a g e
A.2. Glassware: -
S.
No. Name of Items
Class – A &
NABL
Calibrated
Capacity
Remar
ks, If
any
1 2 4 5 6
1 Burette, Boroflo Screw Thread Stopcock with PTFE
Key
Class-A / NABL
Certified 50 ml
2 Burette, Boroflo Screw Thread Stopcock with PTFE
Key
Class-A / NABL
Certified 100 ml
3 Burette, Screw Thread Stopcock with PTFE Key Class-A 100 ml
4 Burette, Screw Thread Stopcock with PTFE Key Class-A, 50 ml
5 Burette, Automatic zero, Screw Thread Stopcock, PTFE
Key with two ltr Reservoir Class-A 100 ml
6 Beaker Graduated Tall form Class-A 25 ml
7 Beaker Graduated Tall form Class-A 50 ml
8 Beaker Graduated Tall form Class-A 100 ml
9 Beaker Graduated Tall form Class-A 250 ml
10 Beaker Graduated Tall form Class-A 500 ml
11 Beaker Graduated Tall form Class-A 1000 ml
12 Beaker, Griffin, Low Form with spout Class-A 25 ml
13 Beaker, Griffin, Low Form with spout Class-A 50 ml
14 Beaker, Griffin, Low Form with spout Class-A 100 ml
15 Beaker, Griffin, Low Form with spout Class-A 250 ml
16 Beaker, Griffin, Low Form with spout Class-A 500 ml
17 Beaker, Griffin, Low Form with spout Class-A 1000 ml
18 Conical Flask Graduated, Narrow mouth Class-A 25 ml
19 Conical Flask Graduated, Narrow mouth Class-A 50 ml
20 Conical Flask Graduated, Narrow mouth Class-A 100ml
21 Conical Flask Graduated, Narrow mouth Class-A 250ml
22 Conical Flask Graduated, Narrow mouth Class-A 500 ml
23 Conical Flask Graduated, Narrow mouth with stopper Class-A 50 ml
24 Conical Flask Graduated, Narrow mouth with stopper Class-A 100 ml
25 Conical Flask Graduated, Narrow mouth with stopper Class-A 250 ml
26 Conical Flask Graduated, Narrow mouth with stopper Class-A 500 ml
27 Conical Flask Graduated, Narrow mouth with stopper Class-A 1000 ml
28 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 5 ml
29 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 10 ml
30 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 25 ml
31 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 50 ml
32 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 100 ml
33 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 250 ml
34 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 500 ml
35 Measuring Cylinders, Graduated, with Metric Scale,
with spout & hexagonal base
Class-A / NABL
Certified 1000 ml
36 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 5 ml
37 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 10 ml
18 | P a g e
38 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 25 ml
39 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 50 ml
40 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 100 ml
41 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 250 ml
42 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 500 ml
43 Measuring Cylinders, Graduated, with Metric Scale,
with I/C Stopper with hexagonal base Class-A 1000 ml
44 Volumetric Flask with I/C Solid glass Stopper Class-A / NABL
Certified 50 ml
45 Volumetric Flask with I/C Solid glass Stopper Class-A / NABL
Certified 100 ml
46 Volumetric Flask with I/C Solid glass Stopper Class-A / NABL
Certified 250 ml
47 Volumetric Flask with I/C Solid glass Stopper Class-A / NABL
Certified 500 ml
48 Volumetric Flask with I/C Solid glass Stopper Class-A / NABL
Certified 1000 ml
49 Pipettes, Measuring, Mohr Type Class-A / NABL
Certified 0.2ml
50 Pipettes, Measuring, Mohr Type Class-A / NABL
Certified 1 ml
51 Pipettes, Measuring, Mohr Type Class-A / NABL
Certified 2 ml
52 Pipettes, Measuring, Mohr Type Class-A / NABL
Certified 5 ml
53 Pipettes, Measuring, Mohr Type Class-A / NABL
Certified 10 ml
54 Pipettes, Measuring, Mohr Type Class-A / NABL
Certified 25 ml
55 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 1 ml
56 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 2 ml
57 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 5 ml
58 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 10 ml
59 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 20 ml
60 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 25 ml
61 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 50 ml
62 Pipettes, Volumetric Transfer Type Class-A / NABL
Certified 100 ml
63 Reagents Bottle, Narrow Mouth, Plain with I/C Stopper Class-A 250 ml
64 Reagents Bottle, Narrow Mouth, Graduated with I/C
Stopper Class-A 250 ml
65 Reagents Bottle, Narrow Mouth, Plain, amber with I/C
Stopper Class-A 250 ml
66 Reagents Bottle, Narrow Mouth, Plain, amber with I/C
Stopper Class-A 500 ml
67 Reagents Bottle, Wide Mouth, Graduated amber with
Screw Stopper Class-A 1000 ml
68 Reagents Bottle, Wide Mouth, Graduated with Screw
Stopper Class-A 5000 ml
69 Weighing Bottle with I/C Stopper Class-A 20 ml
19 | P a g e
70 Weighing Bottle with I/C Stopper Class-A 40 ml
71 Desiccators with Cover and Porcelain Plate Class-A 200 mm
72 Desiccators with Cover and Porcelain Plate Class-A 300 mm
73 Vacuum Desiccators, Cover with PTFE Stopcock and
Porcelain Plate Class-A 200 mm
74 Vacuum Desiccators, Cover with PTFE Stopcock and
Porcelain Plate Class-A 300 mm
75 Petri Dishes Class-A 50x17 mm
76 Petri Dishes Class-A 80x17 mm
77 Ammonia Distillation Apparatus (500ml KJELDAHL
FLASK) Class-A 500 ml
78 Mono Quartz Distillation unit With Quartz Boiler,
QURTZ CONDESER Class-A 2.5 ltr/hr
79 Distillation Apparatus Power Supply (DAPS) Unit _ 2.5 ltr/hr
80 Distillation Apparatus Power Supply (DAPS) Unit _ 4 ltr/hr
81 Erlenmeyer Conical Flask, Narrow Mouth with I/C
Stopper Class-A 250 ml
82 Erlenmeyer Conical Flask, Narrow Mouth with I/C
Stopper Class-A 500 ml
83 Flask Filtering, Bolt Neck with Tabulation Class-A 2000 ml
84 Flask Filtering, Bolt Neck with Tabulation Class-A 5000 ml
85 Iodine Determination Flask with I/C Stopper Class-A 250 ml
86 Iodine Determination Flask with I/C Stopper Class-A 500 ml
87 Kzeldahl Flask, Round Bottom Class-A 500 ml
88 Kzeldahl Flask, Round Bottom with I/C Joint (24/29) Class-A 500 ml
89 Graham Condensers, Coiled Distillate type with I/C
Joint (Inner 24/29, Outer 24/29) Class-A
Hight 300
mm
90 Splash Head, Pear Shape Vertical with I/C Joint (Inner
24/29, Outer 24/29) Class-A
Length 250
mm
91 Funnels Plain, 60° Angle, Short Stem Class-A Ø 50 mm
92 Funnels Plain, 60° Angle, Short Stem Class-A Ø 65 mm
93 Funnels Plain, 60° Angle, Short Stem Class-A Ø 75 mm
94 Funnels Plain, 60° Angle, Short Stem Class-A Ø 100 mm
95 Funnels, Powder Class-A Ø 125 mm
96 Weighing Scoop Class-A 2 ml
97 Weighing Scoop Class-A 3 ml
98 Weighing Scoop Class-A 6 ml
99 Weighing Scoop Class-A 10 ml
100 Glass Rod (Stirrer) Class-A 7x255 mm
101 Gooch Crucible, Low Form with Sintered Disc (Porosity
Grade- 4), (30 D X 50 H)mm Class-A 30 ml
102 Buchner Funnels (90 D X 50 H)mm Class-A 200 ml
103 Cilica Crucible without Lid Class-A 25 ml
104 Nesseler Cylinder flat bottom graduated Class-A 50 ml
105 Dispenser Bottle Top Class-A 60 ml
106 Solution Bottle Class-A 5 ltr
20 | P a g e
GLASSWARE MANUFACTURER SHOULD HAVE;-
1. Company should have manufacturing facility with manufacturing license.
2. Manufacturer should submit the certificate of Quality Borosilicate glass composition
with low expansions.
3. Composition of Borosilicate Glass should be Approx SiO2– 81%, B2O3-13 %, Na2O/
K20 – 4%.
4. A-Class glassware should be individually certified and certificate should be traceable
to NPL (National Physical Laboratory).
5. The glassware should have been tested for thermal shock test at 300 0C and the
Certificate should be provided along with tender.
6. Essential glassware (boron-free glassware) for Boron Testing, attach rate quote list
separately in prescribed format in this document.
SD/-
Joint Director
Farmer Welfare and Agriculture Development
Jabalpur 482001
21 | P a g e
A.3. Plastic ware & Other Accessories:-
S.N. Name of Items Capacity Packing /
Volume
Remarks, If
any
1 2 3 5 6
1 Wash Bottle 500 ml Per Unit
2 Wash Bottle 1 ltr Per Unit
3 Carboy with Stopcock (PP) 20 ltr Per Unit
4 Carboy with Stopcock (PP) 50 ltr Per Unit
5 Dropping Bottle (LDPE) 60 ml Per Unit
6 Dropping Bottle (LDPE) 120 ml Per Unit
7 Utility Tray (540x435x130 mm) (PP) (540x435x130 mm) Per Unit
8 Utility Tray (375x350x130 mm) (PP) (375x350x130 mm) Per Unit
9 Draining Tray (400x400x100 mm) (PP) (400x400x100 mm) Per Unit
10 Retort Stand, Side type (PP/PE Coated) 30x20 cm Per Unit
11 Burette Clamp, Single Type (PP) Single Type Per Unit
12 Pipette Stand, Horizontal (PP) 12 Places Per Unit
13 Pipette Stand, Vertical (PP) 28 Places Per Unit
14 Pipette Bulb (Natural Rubber) Upto 100 ml Per Unit
15 Hand Gloves, Medium (Nitrile) Medium 100pc/Pack
16 Hand Gloves, Large (Nitrile) Large 100pc/Pack
17 Y-Connector (PP)
6 mm Per Unit
8 mm Per Unit
10 mm Per Unit
18 Snapper Clamps (Acetyl) 24pc/Pack 24pc/Pack
19
Mask, N-95Particulate with Respirator, Minimum
95% filter efficiency Per Unit
20 Storage Boxes (Air Tight) (PP) 500 gm Per Unit
21 Glassware Washing Brush, Small size Per Unit
22 Glassware Washing Brush, Medium size Per Unit
22 Glassware Washing Brush, Large size Per Unit
23 High Pressure Tube I.D 4.5 mmx10mtr 10mtr/Pack
24 High Pressure Tube I.D 6.0 mmx10mtr 10mtr/Pack
25 Rubber Tubing General Purpose I.D. 10mmx10mtr 10mtr/Pack
26
Silicone Cork 9 X11.5 Per Unit
11X14 Per Unit
13X16 Per Unit
15X18 Per Unit
17X20 Per Unit
18X21 Per Unit
19X22.5 Per Unit
23X25.5 Per Unit
25X28.5 Per Unit
27X31 Per Unit
29X33 Per Unit
31X36 Per Unit
33X38.5 Per Unit
27 Rubber Cone For filtration 250 ml flask Per Unit
500 ml flask Per Unit
1000 ml flask Per Unit
2000 ml flask Per Unit
5000 ml flask Per Unit
28 Spatula, (PP) 200mm Per Unit
29 Spatula, Stainless Steel 6” Per Unit
30 Cork Borer Set 12,Pattern,heavy Per Unit
31 Flask Holding Tongs, stainless steel 12’’ Per Unit
32 Crucible Tongs, stainless steel 8” Per Unit
33 Tripod Stands Round Heads 20x12 cm Per Unit
34 Boss Head, Brass Casted, Chrome Plated 12 mm Per Unit
35 Four Finger Clamps, Brass Casted, Chrome Plated 8x175mm Per Unit
36 Universal Clamps, Brass Casted, Chrome Plated 8x175mm Per Unit
22 | P a g e
37 Enameled tray 15x18” Per Unit
38 Condenser Clamps, Brass Casted, Chrome Plated 300x10mm Per Unit
39
Silicone Tube (4 mm ID X 7 mm OD) Per Meter
(6 mm ID X 9 mm OD) Per Meter
(8 mm ID X 12 mm
OD) Per Meter
10 mm ID X 14 mm
OD) Per Meter
40 Lab floor carpet
Per Meter
41 Plastic storage bottle 20 ltr. capacity Per Unit
SD/-
Joint Director
Farmer Welfare and Agriculture Development
Jabalpur 482001
23 | P a g e
A-4 Filter Paper:-
Brand Name-
S.N. Name of Items Grade No. Pack Size
Circle/Pack
Rate Per
Pack (Rs.)
1 2 3 4 5
1 Filter Paper Ø 125 mm 1 100
2 Filter Paper Ø 125 mm 5 100
3 Filter Paper Ø 125 mm 40 100
4 Filter Paper Ø 125 mm 42 100
5 Filter Paper Ø 125 mm 50 100
6 Filter Paper 100 Sheet (460 x 570) 42 100
7 Filter Paper 100 Sheet (460 x 570) 1 100
8 Ashless Filter Paper Whatman, Ø 125 mm 1 100
9 Ashless Filter Paper Whatman, Ø 125 mm 5 100
10 Ashless Filter Paper Whatman, Ø 125 mm 40 100
11 Ashless Filter Paper Whatman, Ø 125 mm 42 100
12 Ashless Filter Paper Whatman, Ø 125 mm 50 100
13 Ashless Filter Paper Whatman, 100 Sheet 1 100
To be filled by Tenderer
Signature ------------------------------------------ Name ------------------------------------ Seal
24 | P a g e
A-5 Chemicals/ Standard-
S.No. Technical Quantity(Mg) Make
1 Acephate 200mg
2 Carbendazim 200mg
3 Chlorpyriphos 250mg
4 Cypermethrin 250mg
5 Deltamethrin 200mg
6 Malathion 200mg
7 Methyl Parathion 100mg
8 Monocrotophos 300mg
9 Phosphomidon 100mg
10 Pendimethalin 100mg
11 Quinalphos 200mg
12 Imidacloprid 300mg
13 Trizophos 300mg
14 Cu standard 1000 ppm 100 ml
15 Zn standard 1000 ppm 100 ml
16 Fe standard 1000 ppm 100 ml
17 Mn standard 1000 ppm 100 ml
To be filled by Tenderer
Signature ------------------------------------------ Name ------------------------------------ Seal
25 | P a g e
A-6----Instruments NAME OF THE ITEM:
Machinery/Equipments & Other Lab Items
1. Inductively coupled plasma spectrophotometer/ Atomic spectrophotometer
(ICP/AAS) with all essential accessories, A.C. double beam automatic analyzing of
micronutrients
A. 2. Water Bath Incubator cum Shaker (Metabolic Shaker):-
1 Outer body :- Thick PCR Steel sheet 304 grade duly pre treated.
2 Internal Dimension :- 500mm×500mm (approx.)
3 Shaking Platform Size :- 500mm×500mm (approx.)
4 Flask Holding Capacity :- 16 to 24 No. of 250 ml conical flask.
5 Shaking System :- Horizontal Orbital movement by ISI Electric motor
6 Flask Holder :- Lotus clamps
7 Shaking Speed :- Between 40 to 140 cycles per minute.
8 Speed Controller :- Control by a DC drive through digital speed controller with RPM
indicator
9 Noise Level :- Max 55dB
10 Heating system :- Indirect heating system (kanthal A-1 wire of suitable wattage)
11 Heating & Cooling :- Temperature Rang 5°C to 70°C. (±0.5)
12 Temperature Controller :-_Digital Temperature indicator cu controller
13 Compressor :- ISI marked & CFC free.
14 Electricity :- 220 volt AC (± 10%), 50 Hz.
15 Humidity sensitivity :- Electronic humidity controller
16 Humidity rang :- ambient humidity 90%
17 Front panel :- On/Off switch heating/cooling indicator, controller & voltage meter
with Alarm.
18 Product should be certified-ISI/EC/US/EU.or equivalent standards
19 Inner chamber should be made of stainless steel PCR 304 quality.
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
26 | P a g e
A.3. Hot Air Oven :-
1 Heating and cooling systems:- S.S. 304 Tubular heater mounted at bottom to give uniform heating.
2 Heating elements :- Kanthal A-1 wire heater, IS certified elements and CFC free. Heating
elements designed for low wattage density to work heat,
3 Temperature Range :- 5°C to 250°C.
4 Temperature Sensitivity: - ±1°C.
5 Temperature Control :- Temperature controller fully programmable with indicators.
6 Temperature sensor : Temperature sensor should be required.
7 Air Circulation :- Motorized blower for maintaining uniform temp. within chamber.
8 Humidity Range :- Ambient to 90%
9 Humidity sensitivity :- ± 7%
10 Standard Size :- (W×D×H) 60cm60cm 60cm ꞊ 224 lit. (approx)
11 Electricity :- 220 volt AC (± 10%), 50 Hz.
12 Alarm Function :- High limit; low limit; provisions of alarm blocking at the beginning of the power on. with PID Controller
13 Control Mode :- On-off control mode.
14 Inner Chamber :- Double walled high grad stainless steel 304sheet.
15 Outer wall :- Heavy gauge PCR steel 304 sheet coated by rust proofing stove enamel.
16 Product should be certified-ISI/EC/US/EU.or equivalent standards
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
27 | P a g e
A.4. Muffle Furnace: -
1 Maximum Temperature :- 1200°C
3 Temperature variation (time) :- ±0.5°C
4 Temperature deviation (spatial) :- ±0.5°C
5 Temperature readability :- ±0.5°C
6 Temperature Sensor :- K-type
7 Wall :- Double wall thick PCR steel 304 grade Sheet
8 Salves :- Salves should required.
9 Thermostat :- Ceramic wool insulation.
10 Heating element :- Kathnthal A-1 wire heater
11 Standard Size (inner) :- 200mm×200mm×300mm, (approx.)
12 Temperature controller : - Solid state digital controller cum indicator.
13 Alarm :- Adjustable should be required.
14 Working power & wattage : - 220 volt AC (± 10%), 50 Hz.
15 Display :- LCD/LED
16 Product should be certified-ISI/EC/US/EU.or equivalent standards
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
28 | P a g e
A. 5. Vacuum Pump: -
1 Air Desplesment
0mm hg 33ltr/min
100mm hg 30 ltr/min
200mm hg 27 ltr/min
300mm hg 25 ltr/min
400mm hg 20 ltr/min
500mm hg 14 ltr/min
600mm hg 12 ltr/min
2 Oil fgree , Piston Powered
3 Max. Vacuume : -750mm/Hg
4 Aluminium cast construction
5 Max. Power : 190 (W)
6 Noise Level : 52 dB
7 Motor Rotation :- 1400rpm. approx.
8 Motor Efficiency :- 0.25 HP motor
9 Electricity :- 220 volt AC (± 10%), 50 Hz.
10 Product should be certified-ISI/EC/US/EU. or equivalent standards
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
29 | P a g e
A.6. Advanced Analytical Balance(Electronic):-
1 Maximum capacity : - 110gm.
2 Readability : - 0.1mg.
3 Linearity deviation : - ± 0.2mg.
4 Repeatability :- 0.1mg
5 Adjustment with internal weight :- on push button
6 Size of Weighing Pan :- Ø 90 mm
7 Dimension (L×W×H) :- 308 mm×216 mm×315mm
8 Response time :- max. 3 second
9 Calibration :- Automatic internal calibration.
10 Shall be required Large TARE key for quick zeroing.
11 Dust cover : Dust cover should be required
12 AC adapter or voltage stabilizer should be required.
13 Electricity :- 220 volt AC (± 10%), 50 Hz.
Balance shall be required "single block weighing technology" for responce
time and accuracy.
Balance weingh sensor should be robust reliable, Resistant to against
chemicals.
Back light display.
Simple menu navigation.
Provision for leveling feet & level indicator.
Provisions for overload protection.
Provisions for connection of computer/printer (optional).
Stainless steel pans for easy clean up.
Easy running and diagnostic test.
Easy configuration against manipulations.
Should required callibrated weight box.
Product should be certified-ISI/EC/US/EU.
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
30 | P a g e
A. 7. pH METER :-
Parameter pH
1 Range 0.0 to 14
2 Accuracy ± 0.01 pH
3 Repeatability ± 0.01
4 Temperature Comparability :- 0. To 500C Auto/manual with temp. Sensors.
5 Stability :- 0.01 pH
6 Readout :- Alpha numeric LCD/ LED
7 Power requirement :- 220 volt AC (± 10%), 50 Hz.
8 Product should be certified-ISI/EC/US/EU. or equivalent standards
9 Accessories supply with instruments Combination electrode, electrode stand with holding clamps, buffer
tablets, thermo prob.
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
31 | P a g e
A.8. Vacuum Desiccator: -
1 Color : Clear
2 Capacity : 10 lit
3 Dimension : 308 x 400 mm
4 Non greas airtight Vacuume seal.
5 Grease less airtight vacuum seal should be required.
6 Convenient stopcock for providing and shut off vacuum.
7 A vacuum gauge (meter) should be attached with Desiccator.
8 Highly transperent shatter proof Non corrosive polycorbonate construction.
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
32 | P a g e
A. 9. Kjeldahl (Ntrogen) Digestion Unit (Without Glass part):-
1 Kjeldahl unit:- Kjeldahl unit should minimum 6 mantles, mantles flexible element,
Temperature Range :- Ambient to 250°C
Temperature Controller:- Individual Temperature controller, with indicating lamps.
2 Heater (W):- 500(W)
3 Digestion Heater Flask capcity- 500ml
4 Stand :- Rust resistant .
5 Assemply made by 304 grade MS sheet.
6 Power requirement :- 220 volt AC (± 10%), 50 Hz.
7 Product should be certified-ISI Or equivalent standards.
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
33 | P a g e
A. 10. Kjeldahl Distillation Unit (Without Glass part):-
1 Kjeldahl unit:- Kjeldahl unit should minimum 6 mantles, mantles which are made flexible element,
Temperature Range :- Ambient to 250°C
Temperature Controller:- Individual Temperature controller, with indicating lamps.
2 Distillation Unit flask capacity :- 500 ml
3 Heater (W) :- 500 W.
4 Stand :- Rust resistant .
5 Power requirement :- 220 volt AC (± 10%), 50 Hz.
6 Assemply made by 304 grade MS sheet.
7 Product should be certified-IS Or equivalent standards.
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
A. 11. Karl Fisher Apparatus
Electronics India 761 (Array of 10 LEDs) Auto Karl Fischer Titrimeter Features
Type : Auto Karl Fischer Titrimeter
Model No. : 761
Display : Array of 10 LEDs
Stirrer : Variable speed magnetic stirrer with On/Off control
Measuring Electrode : Dual Platinum
PRODUCT SPECIFICATIONS
SKU LA.MO.322670
Type Auto Karl Fischer Titrimeter
Model No. 761
Display Array of 10 LEDs
Stirrer Variable speed magnetic stirrer with On/Off control
Measuring Electrode Dual Platinum
Burette Pressure filling auto zero burette with 0.05 ml resolution
Sample Size 1-50 mg of Water
Indication RUN ADD } Display in Auto Mode END}
KF Flow Automatic Sensitive Control Valve for KF Reagent
Dispensing Resolution 0.05 ml.
Power 100- 2S0VAC SO/60Hz
Dimensions L340 X B250 X H125 mm. (Approx.)
A. 12. Bottle top Dispenser:-
1 Dispenser uses :- Able to dispense defined chemical like acids , alcohols & fertilizer
34 | P a g e
sample volume in definite time.
2 Valume Range
- Maximum : 50ml/min.
-Minimum : 5ml/min.
3 Dispensing Steps 1.00 ml
4 Imprecision ± 0.1%
5 Inaccuracy ± 0.5%
6 Should be required Autoclavable.
7 Product should be certified-ISI/ISO/EC/US/EU. or equivalent standards
To be filled by Tenderer
Name of the Model
Manufacturer of the Model
Year of release of the equipment
Signature ------------------------------------------ Name ------------------------------------ Seal
A.13. Deionizer:-
1 It consists of an in-built pre filter & very high exchanging capacity non-corrosive CATION &
ANION resin columns prefilled
35 | P a g e
2 Parameters confirming to IS-1069/64
3 Deionizer should be Work efficiently Water Electrical conductivity of less than 10 microsiemens
/cm
4 Deionizer Fitted with a sturdy PVC multi control valve & can be connected direct to water taps
5 The Tank should be required plastic chemical proof regeneration & the complete unit
6 Trolly should be required for easy mobility
7 Reqired with Digital Conductivity Meter
8 Water output min. 50ltr/hr
9 Power requirement :- 220 volt AC (± 10%), 50 Hz.
SD/-
Joint Director
Farmer Welfare and Agriculture Development
Jabalpur m.p.
36 | P a g e
APPENDIX- III
COMPERATIVE STATMENTS WITH OFFERS (S) IN ENVELOP “A”
S.
No.
Specification According to Tender
Documents
Specification Given by Bidder
According to Original
Brochure/Documents
Brochure Page
No./Para No.
1 2 3 4
To be filled by Tenderer
Signature ------------------------------------------ Name ------------------------------------ Seal
37 | P a g e
Appendix- IV
NO BLACKLISTING CERTIFICATE (To be submitted on letterhead)
REF.NIT No:
I/We hereby certify that the (Name of the manufacturer) has not been ever blacklisted/
debarred by any Central/State Government/Public Undertaking/Institute on any account.
I/We also certify that the information given in tender is true and correct in all aspects and in
any case at the later date it is found that any details provided are false and incorrect, contract
given to concern tenderer or participation may be summarily terminated at any stage, the firm
will be blacklisted and Joint director Jabalpur may imposed any action as per rules.
Date: Name :
Place: Business Address :
Signature of Bidder :
Seal of the Bidder :
38 | P a g e
Appendix- V
CERTIFICATE OF PRICE JUSTIFICATION (To be submitted on letterhead)
REF.NIT No:
I/We M/s ……………………………………… certify that the rate provided are our best
rates and we have not given these material to any Government Department/PSU/Institution for
lesser than these rates in last one year. I/We also certify that we will supply the items as per
specification given by Joint Director Jabalpur and also abide all the terms and conditions
stipulated in this open tender.
Date: Name :
Place: Business Address :
Signature of Bidder :
Seal of the Bidder :
39 | P a g e
Appendix- VI
CERTIFICATE OF NO DEVIATION
(To be submitted on letterhead)
REF.NIT No:
I/We M/s ……………………………………… certify that the notwithstanding any contrary
indication/condition elsewhere in our offer documents. I/We have neither set any term and
conditions not there is any deviation taken from the conditions of Joint Director Jabalpur’s
tender specification either technical or commercial and I/We agree all the terms and
conditions mentioned in Joint Director Jabalpur’s tender specification with associated
amendments and clarification.
Date: Name :
Place: Business Address :
Signature of Bidder :
Seal of the Bidder :
40 | P a g e
Appendix- VII
FORMAT FOR MANUFACTURER’S AUTHORISATION
(To be submitted on letterhead)
To, Dated:
The Joint Director
----------------------
Reference: NIT No. ------------,Dated:_/_/_ for Supply of chemicals, filter paper, glassware,
plastic ware etc.
Subject: Manufacturer’s Authorization Letter
Dear Sir,
Ref.Your NIT No___________________________________dated____________________
We______________________________________________who are proven and reputable
manufactures of ___________________________________(name and description of the
items offered in the quotation) having factories at __________________________________
Hereby authorize Messrs_____________________________(name and address of the
representative) to submit a quotation, process the same further and enter into a tender contract
with you against. Your requirement as contained in the above referred quotation form for the
above items manufactured by us.
We further confirm that no supplier or firm or individual other than
Messrs___________________________________________(name and address of the above
agent) is authorized to submit a tender, process the same further and enter into a tender
Contract with you against your requirement as contained in the above referred quotation form
for the above items manufactured by us.
We also hereby confirm that we would be responsible for the satisfactory execution of supply
contract placed by our authorized representative.
We also confirm that the price quoted by our representative shall not exceed than that which
we would have quoted directly.
Yours faithfully,
(Signature with date, name and designation)
For and on behalf of Messrs______________
(Name & address of the manufacturers)