+ All Categories
Home > Documents > OFFICE OF THE JOINT DIRECTOR, - Madhya...

OFFICE OF THE JOINT DIRECTOR, - Madhya...

Date post: 04-Jul-2018
Category:
Upload: lynhi
View: 214 times
Download: 0 times
Share this document with a friend
41
Transcript

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)


Recommended