department of agriculture, govt. of bihar...items through their local authorized dealer for...
TRANSCRIPT
(Please sign on each page) 0
Department of Agriculture,
Govt. of Bihar
NOTICE INVITING TENDER FOR REGISTRATION OF MANUFACTURER FOR SUPPLY OF
CHEMICALS, GLASSWARE, PLASTICWARE AND MISCELLANEOUS LAB ITEMS UNDER
RATE CONTRACT FOR THE YEAR 2014-15
Sealed tenders are invited from manufacturer for registration with Department of Agriculture,
Govt. of Bihar for supply of Chemicals, Glassware, Plasticware and Miscellaneous Lab items under Rate
Contract for the year 2014-15. Details of Tender, General Terms and Conditions, the technical
specifications and other necessary information have been given in the Tender document. The proforma for
submission of tender has been given in Part-A, Annexures-I and II (Technical Bid) and Part-B Annexure-
IV (Financial Bid) of this Notice Inviting Tender. The schedule of tender is given as under:
Schedule of Tender:
The tender document along with terms and conditions can be downloaded from website
www. krishi.bih.nic.in / www.prdbihar.org
The tender, complete in all respects must in all cases be received in this office before the date and
time indicated in the Schedule of tender as above. The tenders received after the scheduled date and time
will be rejected outright. All outstation tenders should be sent by Registered/Speed Post. The Department
of Agriculture, Bihar, will not be responsible for any delay in receipt of tender for any reason,
whatsoever.
Joint Director of Agriculture,
Adaptive Research, Bihar, Patna.
Director Agriculture, Bihar,
Patna.
Tender No. Rate Contract/2014-15/01
Last date and time of receipt of Tender Up to 3.00 PM on 02 /01/2015
Date and time of opening of tender On 02 /01/2015 at 4.00 PM
Venue Director Agriculture,
3rd
Floor, Vikash Bhawan, Patna, Bihar
(Please sign on each page) 1
TABLE OF CONTENTS
Sl. No. Description Page No
1 Preamble of Tender 2
2 Check List 2
3 Salient Features of the Tender 2-3
4 General Instructions 3-4
5 Eligibility Criteria 5
6 Scope of work, Terms of Supply and Price Bid Validity 5
7 Tender Cost and EMD 5
8 Submission of Tender 6-8
9 Opening of Tenders 8
10 Acceptance of Tender 8
11 Rejection of Tender 8
12 Terms of Payment 8
13 Penalty 9
14 Other Terms & Conditions 9
15 Details of Bidder‟s Profile/Part „A‟ (Annexure – I) 10
16 List of Labs (Annexure – II ) 11-12
17 Schedule of Requirement (Annexure – III) 13-23
18 Details of Price Bid/Part „B‟ (Annexure – IV) 24
19 Format for Authorisation letter (Annexure – V) 25
20 Format of Undertaking (Annexure – VI) 26
(Please sign on each page) 2
1. PREAMBLE OF TENDER:
Soil testing laboratories under Department of Agriculture, Govt. of Bihar has mandated to evaluate soil
health status of different agro-climatic Zone and provide soil health card to farmers.
To ensure quality supply & marketing of fertilizer and pesticides Quality Control Lab in State of Bihar is
functioning to analyze as per FCO & Insecticide Act.
Director Agriculture, Bihar invites „Sealed Bids‟ under „two cover system‟ from the reputed manufacturers
/ distributors / authorized dealer / agents for supply of Chemicals, Glassware, Plastic ware and Miscellaneous Lab
Items through their local authorized dealer for registration with dept of agriculture govt of Bihar as per Bihar
Financial rule, 2005 Clause-130. Details of item enclosed at Annexure-III (Chemical - 3.1 S/3.1 Q, Glassware‟s &
others– 3.2S / 3.2Q / 3.3S)
2. CHECK LIST
BIDDER TO FILL IN THE CHECK LIST GIVEN BELOW
(State YES/NO for each item)
Sl. No. Details YES / NO
1
Whether the Technical Bid (envelope A) and Price Bid (envelop B) are submitted in
separate covers and both the covers enclosed in a common envelop.
2 Whether Technical Bid (Envelope A) contains:
a) Pre-Qualification details as laid down in the Tender under Eligibility Criteria.
b) Technical Bid in the original Tender document and other supportive documents
including leaflets / pamphlets
c) Filled up and signed Bidders profile statement viz., Annexure - I
d) Schedule of requirement Annexure – III
e) Letter of Authorization for signing the Tender document viz.,
Annexure – V & Under taking as per Annexure – VI
f) Audited Annual reports
3 Whether Envelope-B contains:
Filled up and signed Price Bid documents, viz., Annexure – IV
NOTE: Please ensure all the relevant boxes are marked YES / NO against each column.
IMPORTANT NOTE: Tenderers must ensure that all the required documents indicated in the Tender
documents are submitted without fail. Tenders received without supporting documents for the various
requirements mentioned in the tender document are liable to be rejected at the initial stage itself.
3. SALIENT FEATURES OF THE TENDER
Tender For Supply of Chemicals, Glassware, Plasticware and Miscellaneous Lab Items
1 Tender inviting Authority
Designation and Address
Director Agriculture, Bihar
Vikash Bhawan , New Secretariat, Patna, Tel.no.- o612-2215895
2 a. Name of the Work Supply of Chemicals, Glassware, Plasticware and Miscellaneous Lab Items
b. Tender reference No. /Rate Contract/2014-15/
c. Place of contract Rasayan Bhawan Mithapur Patna – 800001. Bihar
d. Contract
Period/validity period
of Bids
Bid prices shall remain valid upto 31st March, 2015 from the last date for bid
submission. However, the purchaser reserves the right to seek consent for an
extension of the period of validity. A bid valid for a shorter period shall be
rejected by the Purchaser as non-responsive.
(Please sign on each page) 3
3 Availability of
Tender documents and due
date for obtaining tender
On all working days from the date of publication of Tender to dated
..................... upto 3.00 p.m. Tender documents can be downloaded from
www. krishi.bih.nic.in / www.prdbihar.org at free of cost. 4 Due Date, Time and Place
of Submission of Tender
Up to 15.00 hrs on - - 2014 at the address mentioned in (1)
5 Date, Time and Place of
Opening of Bidder‟s
Profile-A
On - -2014 at 16.00 hrs at the address mentioned in (1)
6 Other important criteria specified by the Tender Inviting Authority:
1. Eligibility Criteria:
a. The firm should have at least 3 years experience in dealing / supplying of such Lab items as on 31-3-
2014.
b. The Annual Gross turnover for the firm should be Rs.100.00 lakhs at least for one year during last
three years.
c. The firm should be registered under Income Tax Act.
d. The firm should be registered under Sale Tax Department.
e. Manufacturing company should be 9001 : 2008 Certified.
4. GENERAL INSTRUCTIONS:
a) The Bidders are requested to examine the instructions, terms & conditions and specifications given in the
Tender. Failure to furnish requisite information in all respects may result in rejection of the bid. Tenders
received after due date and time shall be rejected.
b) Any offer made in responses to this tender when accepted by Director Agriculture, Bihar will constitute a
contract between the parties.
c) The Contract shall be interpreted under Indian laws and all disputes will be resolved within Patna
Jurisdictions. In case of any dispute, the decision of Director Agriculture Bihar shall be final and binding.
d) The supplier will be fully responsible for any loss in transit and will also be responsible for safe delivery of
the goods/stores in good conditions at laboratory situated at different district of Bihar state.
e) Quotation should be valid up to 31st March 2015 from the last date for bid submission. The sealed
quotation duly super scribing on the envelop “registration with Department of Agriculture, Govt. of
Bihar for supply of Chemicals, Glassware, Plasticware and Miscellaneous Lab Items for tender no.-
........... and due date-................... ” should reach on or before the specified date and time to the Joint
director of agriculture adaptive research, Patna. The department of agriculture in Bihar takes no
responsibility for delay, loss or non-receipt of quotations/documents sent by post and reserves the right to
accept or reject any part/full of the quotation without assigning any reasons whatsoever.
f) Tenders received after due date and time shall be rejected.
g) The rates quoted should be discount on net Dealer price/Catalogue Price inclusive of all charges such as
Octroi, packing, forwarding, insurance and loading, unloading, freight and clearance etc. and bidder should
undertake to supply goods at at soil testing laboratory situated at different district of Bihar state at his cost.
h) The VAT/Sales/General taxes where legally leviable and intended to be claimed should be distinctly shown
along with the price quoted. Where this is not done it will be treated that the price is inclusive of VAT &
other taxes. VAT/CST registration No. and date of its validity should be indicated. This Institute will not
provide “C” & “D” forms, hence quote for the taxes actually leviable. The firm must quote their TIN No. ,
PAN No., (IT returns) VAT registration no. etc. in the quotation (attested copies to be enclosed).
i) The rates should be mentioned clearly discount on net Dealer price/Catalogue Price in both figures and
words for each item in the quotation. If there is any variation in figures and words, rates quoted in words
will be taken in to consideration. The overwriting, cutting, erasing, if any should clearly be indicated duly
attested.
j) CLARIFICATIONS IN THE TENDER
(Please sign on each page) 4
a. A prospective Bidder requiring any clarification regarding the Tender may address the Tender Inviting
Authority by letter or by e-mail : [email protected] or upto 48 hrs prior to the last date. Joint Director
of Agriculture (Adaptive Research ) will respond in writing to any request for clarification in the Tender.
b. The responses to the clarifications will also be notified on department's website www. krishi.bih.nic.in
4.1 AMENDMENTS TO THE TENDER
a) Department of agriculture govt. Of Bihar may amend the Tender Conditions up to 2 days prior to the time
fixed for receipt of the Tender.
b) Amendment to the tender, in response to clarifications sought by prospective Bidders, is solely at the
discretion of Department of Agriculture. Such amendments will be notified on Department of Agriculture‟s
website.
c) Department of Agriculture, at its discretion, may or may not extend the due date and time for the
submission of bids on account of amendments. Extension of time will be notified on Department of
agriculture‟s website.
d) All the Bidders are advised to periodically browse Department of agriculture website www. krishi.bih.nic.in
for any amendments or corrigenda issued in connection with this Tender. Department of agriculture will not
be responsible for any misinterpretation of the provisions of this tender document on account of the
Bidders‟ failure to update the bid documents based on changes announced through the website.
4.2 THE TENDER SHOULD BE ADDRESSED TO :-
Joint Director of Agriculture
(Adaptive Research) Mithapur, Patna - 800001
4.3 Any offer made in response to this tender when accepted by Department of agriculture will constitute a
contract between the parties.
4.4 The supplier shall not be entitled to any increase in the rates.
4.5 The agency shall not transfer or assign sub-contract to any other party.
4.6 The Price should be quoted only in Indian Rupees.
4.7 Department of agriculture NOT BOUND BY ANY PERSONAL REPRESENTATION
The supplier shall not be entitled to any increase in the rates or any other right or claim whatsoever
by any representation, explanation or statement or alleged representation, promise or guarantee
give or alleged to have been given to him by any person of the Department of Agriculture.
4.8 Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures.
Where there is difference between the amount quoted in words and figures, amount quoted in words shall
prevail.
4.9 Indemnity: The Contractor shall warrant and be deemed to have warranted that all goods supplied against
this contract are free and clean of infringement of any Patent, copy right or trade mark and shall at all times
indemnify the Purchaser against all claims which may be made in respect of the goods for infringement of
any right protected by patent.
4.10 The employees of the Department of agriculture and their near relatives are not entitled to participate in this
tender. If it is noticed at a later date that this condition is violated, the agreement in consequence of this
tender is liable to be cancelled forthwith apart from legal action.
4.11 Corrupt or Fraudulent Practices: Bidders should observe the highest standard of ethics during the
procurement and execution of such contracts.
“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the
action of public official in the procurement process or in contract execution, and
“Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the
execution of a contract to the detriment of the Purchaser and includes collusive practice among Bidders (prior to or
after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the
Purchaser of the benefits of free and open competition.
Department of agriculture will reject a proposal for award if it is found that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in question.
(Please sign on each page) 5
5 ELIGIBILITY CRITERIA :
The Bidders should meet the following Eligibility Criteria for quoting the tender and the proof for the
Eligibility should be provided in the Technical Bid.
6 SCOPE OF THE WORK, TERMS OF SUPPLY AND PRICE BID VALIDITY:
a) To supply quality products which substantially match the specifications laid down by department of
agriculture govt. Of Bihar. The specifications of items shall be mentioned in the comparative statement
vide Annexure – III.
b) The items to be supplied should be of standard quality.
c) Director agriculture, govt. Of Bihar reserves the right to reject any or all the quotations received without
assigning any reason whatsoever.
6.1 TERMS OF SUPPLY: The firm should supply the items within 7 days from the date of purchase order.
6.2 PRICE BID VALIDITY: Bids shall remain valid up to 31st March 2015 from the last date for bid
submission. However, the purchaser reserves the right to seek consent for an extension of the period of
validity.
a) Rates and Prices Bidders should quote the discount on net Dealer price/Catalogue Price in the format
given Price Bid Annexure-IV.
b) Prices quoted should be for FREE DELIVERY at laboratories situated in different districts of Bihar.
c) The percentage of sales tax/VAT, surcharge, if applicable and other levies legally leviable and intended to
be claimed should be clearly indicated in the tender. Where this is not done, no claim on these accounts
would be admissible later.
d) Sales tax /VAT should be indicated clearly.
7. TENDER COST AND EMD
7.1 COST OF TENDER DOCUMENT:
The Tender document can be downloaded from website at free of cost.
7.2 EMD AMOUNT AND MODE OF SUBMISSION:
No EMD is required. Performance and conduct of every registered bidder is to be watched by the
department. The registered bidder are liable to removed from list of approved bidder if they fail to abide by
Sl.
No Minimum Eligibility Criteria
Proof to be submitted for fulfilling the
Eligibility
Page
No.(s)
1 The Bidder shall be a manufacturer of the lab items
or an Authorized Dealer/Agent
Registration Certificate of the Company or
Dealer/Agent Certificate
2 The firm should have at least 3 years experience in
dealing/supplying such lab items as on 31-3-2014.
Documents (work orders) to prove that the
company / firm has supplied such lab items in
their business for 3 years.
3
The gross annual turnover should be of Rs. 100.00
lakhs at least for one year during last three years.
Turnover is not applicable to registered suppliers with
DGS&D / CRIDA-ICAR Units.
Copy of Annual Accounts duly signed / certified
by the Chartered accountant.
4 The firm should be income tax assessee at least for a
period of three years.
Self attested copies of the acknowledgments of
Income tax returns and PAN Card of the firm
should be enclosed.
5 The firm should be registered under VAT. Self attested copy of the certificate.
6
Manufacturer of chemicals and glassware will be
laible to registered who have passed experienced the
supply to SAU/ICAR/State Govt/Central Govt.
Organization.
Self attested copy of work/supply order.
(Please sign on each page) 6
the terms and conditions of the registration or they fail to supply the goods on time or supply substandard
goods to make any false declarations or for any ground which in the opinion of the govt. is not in public
interest.
7.3 COST OF BIDDING
The Tenderer shall bear all costs associated with the preparation and submission of tender and the buyer
will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tendering process.
7.4 RATES AND PRICES
a) Bidders should quote the rates on discount on net Dealer price/Catalogue Price in the format given in the
Financial Bid - Annexure – IV. Incomplete bids will summarily be rejected. All corrections and alterations
in the entries of tender papers shall have to be signed in full by the Bidder with date. No erasing or over
writings are permissible.
b) Prices quoted should be „FOR‟ at laboratories situated in different district of Bihar.
The percentage of sales tax/VAT, surcharge, if applicable and other levies legally liveable and intended to
be claimed should be clearly indicated in the tender. Where this is not done, it will be presumed that the price is
inclusive of such taxes and no claim on these accounts would be admissible later.
8. SUBMISSION OF TENDER:
Submission of Tender: Two-cover system will be followed:
8.1 GENERAL INSTRUCTIONS:
a) The Tender proposes two stage tender systems viz. (1) Technical Bid and (2) Price Bid. The first stage
enables the buyer to know whether the Tenderer is technically competent and capable of executing the
order. Only those who qualify in the first stage would be eligible to take part in the second stage viz. Price
Bid. The Price Bids of Tenderers who fail in the first stage will not be opened.
b) The bids should be submitted in two envelopes viz.
Envelope-A: Bidder Profile / PART – A (Annexure I & II)
Envelope-B: Price Bid/Price Bids ( discount on net Dealer price/Catalogue Price) PART – B (Annexure
IV)
c) Both the covers must be sealed separately and super scribed with Tender number, due date and Name of the
Envelope on the respective covers. These two covers should be enclosed in a separate cover and addressed
to the Inviting Authority i.e Director, agriculture, Bihar.
8.2 DETAILS TO BE FURNISHED IN THE ENVELOPE-A TECHNICAL BID :
a) Profile of the Company – stating whether the firm is partnership/registered under the Companies Act along
with its necessary enclosures.
b) Fulfilling eligibility criteria and Technical specification as per schedule of requirement - Annexure-III.
c) Authorization letter and undertaking (as per Annexure-V and Annexure-VI) from the Competent Authority
of the Company to sign this Tender document. Documents received without such authorization will not be
considered for further processing. This is not applicable if the proprietor signs himself as competent
authority.
d) The Bidders should furnish the location with addresses and license details of the firm.
e) The Bidders shall furnish as part of the bid, documents establishing the Bidders eligibility to bid and its
qualifications to perform the Contract if their tender is accepted.
The documentary evidence of the Bidder's qualifications shall be established to the satisfaction of
department. However, the decision of Director Agriculture, Bihar will be final in this regard.
8.3 SIGNING OF BIDS
Individual signing the tender or other documents connected with contract must specify whether he / she
signs as:
i) A “Sole proprietor” of the concern or constituted attorney of such sole proprietor;
ii) A partner of the firm, if it is a partnership firm in which case he must have authority to execute on
behalf of the firm.
iii) Director or a Principal Officer duly authorized by the Board of Directors of the Company, if it is a
Company.
(Please sign on each page) 7
a. The bids shall be typed or written in indelible ink and shall be signed by the Bidder or a
person or persons duly authorised to bind the Bidder to the Contract. Bidders are requested to
sign each and every page of the tender document including Annexure(s) attached thereto.
b. Any alterations, erasures shall be treated valid only if they are authenticated by full signature
by the person or persons authorised to sign the bid. Tender documents should be free from
over writing.
8.4 DETAILS TO BE FURNISHED IN THE ENVELOPE-B i.e., PRICE BID
Prices must be quoted only in the Price Bid Form (Please see the “PART-B- PRICE BID – ANNEXURE - IV”)
8.5 MODE OF SUBMISSION:
a) Both the Envelopes viz. Envelope-A and Envelope-B must be put in a single cover, sealed and must be
super scribed “registration with Department of Agriculture, Govt. of Bihar for supply of
Chemicals, Glassware, Plasticware and Miscellaneous Lab Items’. It shall be addressed to Joint
director of agriculture adaptive research Mithapur, Patna, Bihar
b) The Tender may be dropped in the Tender box kept at Joint director of agriculture adaptive research
office.
c) Alternatively, the Tenders must reach Joint director of agriculture adaptive research on or before the
due date and time by registered post/courier. Joint director of agriculture adaptive research will not be
liable or responsible for Postal/Courier delay, if any.
d) The Tenders received after Due Date and Time or Unsealed or incomplete shape or Tenders submitted
by Facsimiles or by Electronic mail will be summarily rejected.
e) A Tender once submitted shall not be permitted to be altered or amended.
8.6 FORCE MAJEURE CONDITIONS
If at times during the continuance of the Agreement/Contract, it becomes impossible by reason of war or
war-like operations, epidemics, pestilence, earthquake, fire, storm or floods, natural calamity, strike etc. the firm
shall during the continuance of such contingencies not be bound to execute the contract as per the
agreement/contract. Director agriculture Bihar shall have the power during such stoppage to get the supplies
obtained elsewhere without charging the supplier. The supply shall be resumed immediately after the
contingency/ies has/have ceased or otherwise determined and the Successful Bidder‟s obligations shall continue to
be in force for correspondingly extended period after the resumption of execution. The Successful Tenderer shall
however inform the Director agriculture Bihar by registered post/fax immediately the beginning and end of the
above causes of delay within 10 (ten) days of occurrence and cessation of such Force Majeure conditions.
In the event of delay lasting over one month, if arising out of cause of Force Majeure, the Director
agriculture Bihar reserves the right to cancel the contract without any compensation.
Only events of Force Majeure which affects the order progressing at the time of its occurrence shall be
taken into cognizance. The Director agriculture Bihar shall not be liable to pay extra costs due to delayed supplies
made under Force Majeure.
8.7 FALL CLAUSE –
If the rate contract holder reduces its price or sale or even offer to sell the rate contracted goods
following conditions of sale similar to those of the rate contract, at a price lower than the rate contract price,
to any person, or organization during the currency of rate contract. The rate contract price will be
automatically reduced with effect from that date for all the subsequent supplies under the rate contract and
the rate contract amended accordingly.
8.8 DISPUTES AND ARBITRATION
a) All matters relating to any dispute which may arise during the execution of the contract shall be referred to
Arbitration or an Arbitrator to be mutually agreed upon between the parties. In the case of failure, the
dispute shall be referred to the Award of two Arbitrators, one to be appointed by Contractor and the other
by Director agriculture Bihar. The two Arbitrators shall appoint an Umpire in advance of their
consideration of any point of dispute. The decision of the Arbitrator in the case of former and that of the
Umpire in the case of latter shall be final and conclusive and binding on both the parties. The provisions of
(Please sign on each page) 8
the Indian Arbitration Act, 1996 and the Rules made there-under and any statutory modification thereof
shall be deemed to form a part of contract.
b) The venue of such Arbitration shall be at Patna only. Arbitration suits or any other claims filed in any
Court of Law outside Patna City will not be binding on Director Agriculture Bihar.
8.9 JURISDICTION
Subject to the above Clause, it is hereby made clear that courts at Patna City will have jurisdiction to decide
or adjudicate upon any dispute which may arise out of or be in connection with this contract agreement.
The contract shall be governed by the Laws of Union of India in force.
8.10 SERVICE OF NOTICE:
Any notice hereunder may be served on the Successful Bidder by Registered Post at his last known address.
Proof of issue of any such notice should be conclusive of the Successful Bidder having been duly informed.
9. OPENING OF TENDERS:
9.1 TENDER OPENING:
a) Tenders will be opened at the prescribed date and time in the presence of Bidders or their representatives
who choose to be present. The representatives of Bidders must bring the authorization letter from the
bidding companies for attending the Tender opening. Not more than two representatives for each Bidder
would be allowed to take part during the bid opening process.
b) Envelope-A containing Technical Bid would be opened first. Eligibility Criteria such as pre-qualification
conditions will be checked and the supporting documents would be cross checked wherever required.
c) Only the Technical Bid will be opened on the due date.
d) The date, time and venue of opening the Price Bid will be intimated separately. The price bids will be
opened at the appointed time in the presence of bidders who choose to be present.
e) Tenders non compliant with any of the tender terms will not be considered for the next stage i.e. for
opening of the Price Bid.
10 ACCEPTANCE OF TENDER
a) The final acceptance of the Tender is entirely vested with Director Agriculture Bihar which reserves the
right to accept or reject any or all of the Tenders in full or in part.
b) After acceptance of the Tender by Director agriculture Bihar, the Bidder shall have no right to withdraw his
Tender and Prices payable to the Supplier as stated in the Contract shall be firm and not subject to any
adjustment during performance of the Contract valid up to 31st March 2015.
c) The Tender accepting authority may also reject all the Tenders for reasons such as changes in the scope of
work, lack of anticipated financial resources, court orders, accidents or calamities and other unforeseen
circumstances.
d) After acceptance of the Tender, Director agriculture Bihar would issue Letter of Acceptance (LOA)/award
the purchase order only to the Successful Bidder. Director agriculture Bihar also reserve the right to issue
Purchase Orders to more than one Bidder under rate contract. The letter of acceptance will include the
details along with terms and conditions of the tender.
The Successful Tenderer shall not assign or make over the contract, the benefit or burden thereof to any other
person or persons or Body Corporate for the execution of the contract or any part thereof.
11 REJECTION OF TENDER:
Department of agriculture also reserves the right to reject/cancel the tender without assigning any reason
thereof.
12 TERMS OF PAYMENT:
12.1 All the payment shall be made by Cheque/DD/RTGS/e-Payment after supply and final acceptance by
the officer.
12.2 The Supplier/firm should submit the invoice in triplicate. The invoice should contain the Sales
tax/VAT registration number and there should not be any overwriting/ cuttings/corrections. An advance
stamped receipt should be enclosed along with invoice.
12.3 The Department of Agriculture, Bihar shall be at liberty to withhold any of the payments in full or in
part subject recovery of penalties mentioned in the Tender.
(Please sign on each page) 9
13 PENALTY:
Department of Agriculture, Govt. of Bihar reserves the right to levy penalty in the event of the Tenderer
failing to:
a) Observe or perform any of the conditions of the tender as set out herein;
b) Provided further that if in either event any excess cost be incurred by reason of the difference between the
prices paid and the accepted rates, department of agriculture, Bihar may charge the amount of such excess
cost to the tenderer and the same may at any time thereafter be deducted from any amount that may become
due to the supplier this or any other contract or from the Security Deposit or may be demanded of him to be
paid within 7 days to the credit of the department of agriculture, Bihar.
14 OTHER TERMS & CONDITIONS:
a) Subletting of Supply Order :
The firm shall not assign or sublet the supply order or any part of it to any other person or party.
b) Precautionary Measures :
i. While observing the economy in costs in his own interest the supplier must be careful that
quality of the goods is maintained as well as time schedule prescribed etc., should not be
disturbed.
ii. The supplier must take every care to see that the entire supply or any portion thereof does
not fall into unauthorized hands. Care should be taken to execute the supply order under
proper security conditions and no spare item of goods should be retained/sold or
otherwise made over by the supplier or any of his staff member to any person other than
the person(s) authorized by the department of agriculture, Bihar.
15 DISPOSAL OF TENDER
Overall, the tender will be disposed off in accordance with the relevant provisions of Bihar Finance Rules,
2005 (As amended).
* * * * * *
(Please sign on each page) 10
Annexure – I
BIDDER’S PROFILE - PART-A:-
SUPPLY OF Chemicals, Glassware, Plasticware and Miscellaneous Lab Items:
1 THE FIRM
a) Name
b) Regd. Address
c) Address for correspondence
d) Contact Person‟s
i) Name & Designation
ii) Address
iii) Tel. No. Landline & mobile
iv) Email ID
2 Type of Firm Solo Proprietor / Private Ltd. / Partnership /
Co-operative / Public Co.
(Pl. tick and enclose copy of Memorandum/Articles
of Association/ Certificates of Incorporation)
3 Please mention PAN/GIR NO. & date & year of
Registration. (please enclose photocopy)
4 Sales Tax/VAT registration No. (please enclose
photocopy)
5 The annual gross turnover during last three years.
(Please enclose copies of ITR/Audited balance
sheet and P&L account etc.)
6 Technical specifications supported by printed
literature of the manufacturer, giving all the
details of conformity and non conformity if any.
Additional features if any with support. *
7 The firm should be income tax assessee at least
for a period of three years.
8 Experience as on 31.03.2014
* Detailed information in the form of printed brochures, catalogue, forms and formats and certificates
be annexed.
Signature of authorised signatory
Name : ______________________
Designation ___________________
Seal :
(Please sign on each page) 11
Annexure – II
List of Labs in Bihar –
Sl.
No. Name of Lab District DDO
1 Quality Control Lab Patna
Deputy Director, Quality
Control
2 Regional Quality Control Lab Muzaffarpur
Deputy Director, Quality
Control, Muzaffarpur
3 Regional Quality Control Lab Bhagalpur
Deputy Director, Quality
Control, Bhagalpur
4 Central Soil Testing Laboratory, Rasayan Bhawan, Mithapur Farm Area, Patna-
800 001. CSTL, Patna
Joint Director of Agriculture,
Adaptive Research
5 J.D.A. (Adaptive Research), Mithapur Farm, Patna Pin - 800001 Patna
Deputy Director, Central Soil
Testing Laboratory
6 District Soil Testing Lab., Japani Farm, Ara (Bhojpur), Pin - 802301 Bhojpur Asst. Soil Chemist, Nalanda
7 District Soil Testing Lab., In front of Sadar Hospital, Bihar Sharif, Nalanda, Pin -
803101 Nalanda
Asst. Soil Chemist, Bhojpur
8 District Soil Testing Lab., Block Office Campus, Chandauti, Gaya, Pin – 823001 Gaya Asst. Soil Chemist, Rohtas
9 District Soil Testing Lab., Agriculture Farm, Shobhiapar, Nawada, Pin - 805110 Nawada Asst. Soil Chemist, Buxer
10 District Soil Testing Lab., Horticulture Nursery, Sadar Block, Aurangabad, Pin -
824101 Aurangabad
Asst. Soil Chemist, Kaimur
11 District Soil Testing Lab., Combined Agriculture Building, Saharsa, Pin - 852201 Saharsa Asst. Soil Chemist, Gaya
12 District Soil Testing Lab., Koshi Colony, Purnia
Pin - 854301 Purnia
Asst. Soil Chemist,
Aurangabad
13 District Soil Testing Lab., S.M. Farm, Rampatti, Madhubani, Pin - 847211 Madhubani Asst. Soil Chemist, Jahanabad
14 District Soil Testing Lab., Horticulture Nursery, Bahadurpur, Darbhanga, Pin –
846001 Darbhanga
Asst. Soil Chemist, Arwal
15 District Soil Testing Lab., Bazar Samiti, Samastipur, Pin – 848101 Samastipur Asst. Soil Chemist, Nawada
16 District Soil Testing Lab., Combined Building, Muzaffarpur Pin – 842001 Muzaffarpur Asst. Soil Chemist, Saran
17 District Soil Testing Lab., Agriculture Farm, Pipra Kothi, Motihari, Pin – 845401 E. Champaran Asst. Soil Chemist, Siwan
18 District Soil Testing Lab., Barbat Agriculture Farm,
Bettia, Pin – 845438 W.Champaran
Asst. Soil Chemist, Gopalganj
19 District Soil Testing Lab., DAO Campus, Hajipur,
Pin – 844101 Vaishali
Asst. Soil Chemist,
Muzaffarpur
20 District Soil Testing Lab., Sub Divisional Farm, Sitamarhi, Pin – 843301 Sitamarhi Asst. Soil Chemist, Sitararhi
21 District Soil Testing Lab., Combined Building, Bajar Samiti, P.O. - Sarha, Chhapra,
Pin - 841301 Saran
Asst. Soil Chemist, Vaishali
22 District Soil Testing Lab., Horticulture Nursery, Gopalganj, Pin - 841428 Goplaganj
Asst. Soil Chemist, E-
Champaran
23 District Soil Testing Lab., DAO Campus, Bidurati Hata, Siwan, Pin – 841226 Siwan
Asst. Soil Chemist, W-
Champaran
24 District Soil Testing Lab., Agriculture Farm, Shankarpur, Munger, Pin – 811201 Munger Asst. Soil Chemist, Shivhar
25 District Soil Testing Lab., Sub-Divisional Farm, Khagaria, Pin - 851204 Khagaria Asst. Soil Chemist, Darbhanga
26 District Soil Testing Lab., S.M. Farm, T.V. Tower Road, Katihar, Pin – 802101 Katihar
Asst. Soil Chemist,
Madhubani
27 District Soil Testing Lab., S.M. Farm, Araria, Pin - 854311 Araria Asst. Soil Chemist, Samastipur
28 District Soil Testing Lab., DAO Campus, Bhabhua,
Pin – 821101 Kaimur
Asst. Soil Chemist, Begusarai
29 District Soil Testing Lab., S.M. Farm, Bishanpur, Begusarai, Pin – 851211 Begusarai Asst. Soil Chemist, Saharsha
30 District Soil Testing Lab., Horticulture Nursery, Sasaram, Pin – 821115 Rohtas Asst. Soil Chemist, Supaul
31 District Soil Testing Lab., Bazar Samiti, Buxar, Pin - 802101 Buxar Asst. Soil Chemist,
(Please sign on each page) 12
Madhepura
32 District Soil Testing Lab., S.A. Farm, Kako Road, Jahanabad, Pin – 804408 Jahanabad Asst. Soil Chemist, Khagaraiya
33 District Soil Testing Lab., Horticultre Nursery, Lakhisarai Block, Lakhisarai, Pin -
811311 Lakhisarai
Asst. Soil Chemist, Pruniya
34 District Soil Testing Lab., Horticultre Nursery, Sheikhpura Block, Sheikhpura, Pin
- 811105 Sheikhpura
Asst. Soil Chemist, Arariya
35 District Soil Testing Lab., Horticulture Nursery, Arwal Block Arwal, Pin – 824115 Arwal Asst. Soil Chemist, Kishanganj
36 District Soil Testing Lab., Coconut Board, Singheswar, Madhepura, Pin - 852113 Madhepura Asst. Soil Chemist, Katihar
37 District Soil Testing Lab., S.M. Farm Gaurav Garh, Supaul, Pin – 852131 Supaul Asst. Soil Chemist, Bhagalpur
38 District Soil Testing Lab., S.A. Farm, Kishanganj, Pin – 855107 Kishanganj Asst. Soil Chemist, Banka
39 District Soil Testing Lab., S.M. Farm, Sheohar, Pin - 843329 Sheohar Asst. Soil Chemist, Mungar
40 District Soil Testing Lab., Horticulture Nursery, Jamui, Pin – 811307 Jamui Asst. Soil Chemist, Lakhisarai
41 District Soil Testing Lab., S.A. Farm, Banka, Pin - 813104 Banka Asst. Soil Chemist, Jamui
42 District Soil Testing Lab., Combined Agriculture Building, Tilka Manjhi,
Bhagalpur, Pin - 812001 Bhagalpur
Asst. Soil Chemist, Shekpura
(Please sign on each page) 13
Annexure – III
SCHEDULE FOR REQUIREMENT OF Chemicals, Glassware, Plasticware and Miscellaneous Lab Items:
Annexure – 3.1 S SCHEDULE FOR REQUIREMENT OF Chemicals, Glassware, Plasticware and Miscellaneous Lab Items
Sl. No Item Description Specification / Grade / Capacity Units
Chemicals in Soil Testing Laboratory
Sl No Name of Chemical Grade Unit
1 Buffer Capsules 4.00 pH 4.0 10 Capsules
2 Buffer Capsules 7.00 pH 7.0 10 Capsules
3 Buffer Capsules 9.20 pH 9.2 10 Capsules
4 Buffer Soln. 4.00 pH 4.0 500 ml
5 Buffer Soln. 7.00 pH 7.0 500 ml
6 Buffer Soln. 9.00 pH 9.2 500 ml
7 Buffer Powder 4.00 10 sachets / pack
8 Buffer Powder 7.00 10 sachets / pack
9 Buffer Powder 9.20 10 sachets / pack
10 Potassium Chloride AR 500 gms
11 Stannus Chloride AR 500 gms
12 Barium Chloride AR 500 gms
13 Calcium Chloride Dihydrated AR 500 gms
14 Sodium Fluoride AR 500 gms
15 Ammonium Fluoride AR 500 gms
16 Potassium Dichromate AR 500 gms
17 Calcium Carbonate AR 500 gms
18 Sodium bi-carbonate AR 500 gms
19 Ferrous Ammonium Sulphate AR 500 gms
20 Potassium Sulphate AR 500 gms
21 Zinc Sulphate, Hepta Hydrated AR 500 gms
22 Copper Sulphate, Penta Hydrated AR 500 gms
23 P-Nitrophenol Indicator AR 100 gms
24 Di-phenyl-Amine Indicator AR 500 gms
25 Gum Acacia AR 500 gms
26 Potassium Permanganate AR 500 gms
27 Sodium Hydroxide (Flakes) / (Pellets) AR 500 gms
28 Methyl Red Indicator 0.01% (4.3-6.3 pH) - 125 ml
29 Bromo Cresol Green 0.04% (3.6-5.2 pH) - 125 ml
30 Ammonium Soln. AR 2.5 ltr
31 Potassium Hydrogen Phthalate AR 500 gms
32 Potassium-dihydrogen Orthophosphate AR 500 gms
33 Ammonium Acetate AR 500 gms
34 Ammonium Molybdate Tetra hydrate LR 100 gms
35 Antimony Potassium Tartrate - 250 gms
36 Iron Metal
37 Copper Metal
38 Zinc Metal
39 Manganese Metal
40 Charcoal Activated LR 500 gms
41 Liquid Paraffin Extra Pure
42 Ethyl Alcohol AR 500 ml
43 TEA (Tri Ethaloamine) AR 500 ml
44 Sulphuric Acid AR 2.5 Ltrs.
45 Hydrocloric Acid AR 2.5 ltr
46 Ascorbic Acid Purified 100 gms
47 Boric Acid Pure 500 gms
48 Nitric Acid
49 Ortho-phosphoric Acid 85% AR
50 Glacial Acetic Acid 2.5 lts
51 DTPA (Di-ethylene Tri-amine Penta Acetic Acid) 250 gms
52 Oxalic Acid Di-hydrate AR 2.5 lts
53 Acetylene Gas Lab Use
54 Filter Paper Sheet Whatman No. 42-100 sheets
(Please sign on each page) 14
Annexure – 3.1 Q
SCHEDULE FOR REQUIREMENT OF Chemicals, Glassware, Plasticware and Miscellaneous Lab Items:
Table – 1: Chemical
Sl. No Item Description Specification / Grade /
Capacity Units
chemicals in SPTL
1 Boiling Chips (Glass Bids) 2 Pkt
2 Boric Acide Powder AR/GR grade 500 gm
3 Bromocresol Green Indicator AR/GR grade 125 ml
4 Bromocresol Blue Indicator AR/GR grade 125 ml
5 Calcium Sulphate AR/GR grade 500 gm
6 Calcium Chloride AR/GR grade 500 gm
7 Copper Sulphate AR/GR grade 500 gm
8 Crystal Violet Indicator AR/GR grade 125 ml
9 Di-Sodium Hydrogen Phosphate AR/GR grade 500 g
10 Ferric Chloride AR/GR grade 500 gm
11 Ferric Nitrate AR/GR grade 500 gm
12 Ferric Sulphate AR/GR grade 500 gm
13 Iodine AR/GR grade 500 gm
14 Lead Acetate AR/GR grade 500 gm
15 Litmus Paper AR/GR grade 42 no. pkt.
16 Magnesium Chloride AR/GR grade 500 gm
17 Methyl Orange Indicator AR/GR grade 125 ml
18 Methyl Red Indicator AR/GR grade 125 ml
19 Oxalic Acid AR/GR grade 500 gm
20 Phenophathalein Indicator AR/GR grade 125 ml
21 Potassium Bromide AR/GR grade 500 gm
22 Potassium Chromate AR/GR grade 500 gm
23 Potassium Hydrogen Phthalate AR/GR grade 500 gm
24 Potassium Hydroxide Pellets AR/GR grade 500 gm
25 Potassium Iodate AR/GR grade 500 g
26 Potassium Iodide AR/GR grade 100 g
27 Potassium Nitrate AR/GR grade 500 g
28 Potassium Permagnet AR/GR grade 500 g
29 Potassium Thiocynate AR/GR grade 500 g
30 Silver Nitrate AR/GR grade 100 gm
31 Sodium Thiosulphate AR/GR grade 500 g
32 sodium biocabonate AR/GR grade 500 gm
33 Sodium Bromide AR/GR grade 500 g
34 Sodium Carnonate AR/GR grade 500 g
35 Sodium Chloride AR/GR grade 500 g
36 Sodium Hydrogen Sulfite AR/GR grade 500 g
37 Sodium Nitrate (Nanoɜ) AR/GR grade 500 g
38 Sodium Sulfite AR/GR grade 500 g
39 Sodium Sulphate AR/GR grade 500 g
40 Strach Iodide Paper AR/GR grade Pkt
41 Strach Powder AR/GR grade 500 g
42 Sulphuric Acid AR/GR grade 2.50 liter
43 Zinc Acetate AR/GR grade 500 g
44 Zinc Dust AR/GR grade 500 g
45 Zinc Oxide AR/GR grade 500 g
SOLVENT in SPTL
46 1, 4 - Di-oxane HPLC grade 2.5 liter
47 Acetone HPLC grade 2.5 liter
48 Acetic Acid AR/GR grade 1.00 liter
49 Acetonitrile HPLC grade 2.5 liter
50 Carbon Tetrachloride HPLC grade 1.00 liter
51 Chloroform HPLC grade 1.00 liter
52 Dichloromethane HPLC grade 2.5 liter
53 Di-isoproply ether HPLC grade 2.5 liter
54 Ethyl Acetate HPLC grade 1.00 liter
55 Hexane HPLC grade 1.00 liter
56 Iso-ocatane HPLC grade 2.5 liter
57 Isopropenol HPLC grade 1.00 liter
58 Methanol HPLC grade 2.5 liter
59 Tetrahydrofuran HPLC grade 1.00 liter
60 Toluene AR/GR grade 2.5 liter
61 Dodecyl Mercaptan AR/GR grade 1.00 liter
62 Ether (Diethyl Ether) AR/GR grade 500 ml
(Please sign on each page) 15
63 Formaldehyde AR/GR grade 500 ml
64 Glycol AR/GR grade 500 ml
65 Hydrogen Peroxie 30% AR/GR grade 500 ml
66 Nitrobenzene AR/GR grade 500 ml
67 Perchloric Acid AR/GR grade 2.5 liter
list of standered
68 1,1,3,3 tatrachloropropen internal standered 100ml/gm
69 1,3 Diphenoxy benzene internal standered 100ml/gm
70 2,4 Dichloro phenyl internal standered 100ml/gm
71 2,4,5-T butyl glycolic ester internal standered 100ml/gm
72 2,6- Dinitro toluene internal standered 100ml/gm
73 4, Nitrophenyl ether(nitrofen) internal standered 100ml/gm
74 4-4, dichloro-diphenyl sulfone internal standered 100ml/gm
75 Acenaphthene internal standered 100ml/gm
76 Acetanilide internal standered 100ml/gm
77 Acetophenone internal standered 100ml/gm
78 Benzo(B) fluorathene internal standered 100ml/gm
79 Benzoic acid -2-nephthyl ester (2-nepthyl benzoate) internal standered 100ml/gm
80 benzyl butyl phthalat internal standered 100ml/gm
81 Benzyle benzoate internal standered 100ml/gm
82 Bis(Z-ethyl,hexyl) adipate(DOA) internal standered 100ml/gm
83 di cyclohexyl phthalate internal standered 100ml/gm
84 di ethyl phthalate internal standered 100ml/gm
85 Di hexyl phthalate internal standered 100ml/gm
86 Di iso butyl phthalate internal standered 100ml/gm
87 Dibutyl sebacat internal standered 100ml/gm
88 Di-butyle phthalate internal standered 100ml/gm
89 Dichlorethane internal standered 100ml/gm
90 Di-naphthyl ether internal standered 100ml/gm
91 Di-n-hexyl Phthalate internal standered 100ml/gm
92 Di-octyl-phthalate internal standered 100ml/gm
93 Di-phenyl oxide internal standered 100ml/gm
94 Di-phenyl phthalate internal standered 100ml/gm
95 Docosane internal standered 100ml/gm
96 Eicosane internal standered 100ml/gm
97 Eosin internal standered 100ml/gm
98 Heneicosane internal standered 100ml/gm
99 Inosine internal standered 100ml/gm
100 Isopropyl-4,4-Dibromobenzylate internal standered 100ml/gm
101 Linuron internal standered 100ml/gm
102 m- phenoxy enzaldehyde internal standered 100ml/gm
103 Melezitose internal standered 100ml/gm
104 Methyl benzoate internal standered 100ml/gm
105 Methyl-4-hydroxy benzoate internal standered 100ml/gm
106 n- dotriacontane internal standered 100ml/gm
107 n- octadecane internal standered 100ml/gm
108 Naphthalene internal standered 100ml/gm
109 nitrobenzin internal standered 100ml/gm
110 o-terphenyl(1,4n p-diphenyl benzene) internal standered 100ml/gm
111 phenyl sulphone internal standered 100ml/gm
112 p-nitro phenyl p-nitrobenzoate internal standered 100ml/gm
113 propyl,4-hydroxy benzoate internal standered 100ml/gm
114 p-terphenyl (p-diphenyl benzene) internal standered 100ml/gm
115 sodium di phnyl internal standered 100ml/gm
116 stearic acid,methyl ester internal standered 100ml/gm
117 tetra hydrodecanophenone internal standered 100ml/gm
118 Tetra Phenyl Ethne internal standered 100ml/gm
119 thymol internal standered 100ml/gm
120 triphenyl methane internal standered 100ml/gm
121 triphenyl phosphate internal standered 100ml/gm
Certified refarance Material
122 2,4-D acid certified ref.material gm/ml
123 2,4-D amine salt certified ref.material gm/ml
124 2,4-D Ethyl ester certified ref.material gm/ml
125 Acephate certified ref.material gm/ml
126 Acetamiprid certified ref.material gm/ml
127 Alachlor certified ref.material gm/ml
128 allathrin certified ref.material gm/ml
129 Alphamethrin certified ref.material gm/ml
130 anilophos certified ref.material gm/ml
(Please sign on each page) 16
131 Atrizin certified ref.material gm/ml
132 benfuracarb certified ref.material gm/ml
133 bispyribac sodium certified ref.material gm/ml
134 butachlor certified ref.material gm/ml
135 Captan certified ref.material gm/ml
136 carbaryl certified ref.material gm/ml
137 carbendazim certified ref.material gm/ml
138 carbosulfan certified ref.material gm/ml
139 Cartap hydrochloride certified ref.material gm/ml
140 chlorothalonil certified ref.material gm/ml
141 chlorpyriphos certified ref.material gm/ml
142 cyfluthrin certified ref.material gm/ml
143 Cypermetnrin certified ref.material gm/ml
144 Deltamethrin certified ref.material gm/ml
145 Difenoconazole certified ref.material gm/ml
146 Emamectin benzoate certified ref.material gm/ml
147 Ethion certified ref.material gm/ml
148 Etofenprox certified ref.material gm/ml
149 fenproximate certified ref.material gm/ml
150 Fenvalarate certified ref.material gm/ml
151 fipronil certified ref.material gm/ml
152 Gibbrellic acid certified ref.material gm/ml
153 glyphosate certified ref.material gm/ml
154 hexaconazole certified ref.material gm/ml
155 Imidacloprid certified ref.material gm/ml
156 Indoxacarb certified ref.material gm/ml
157 indoxacarb isoner certified ref.material gm/ml
158 Isoproturon certified ref.material gm/ml
159 lambda cyhalothrin certified ref.material gm/ml
160 Lindane certified ref.material gm/ml
161 Malathion certified ref.material gm/ml
162 metalaxyl certified ref.material gm/ml
163 methomyl certified ref.material gm/ml
164 Methyl parathian certified ref.material gm/ml
165 metribizin certified ref.material gm/ml
166 metsulfuron methyl certified ref.material gm/ml
167 MMA certified ref.material gm/ml
168 orthosulfamuron certified ref.material gm/ml
169 oxadiargyl certified ref.material gm/ml
170 oxyflourfen certified ref.material gm/ml
171 paraquate dichloride certified ref.material gm/ml
172 pendimethalin certified ref.material gm/ml
173 phenthoate certified ref.material gm/ml
174 phorate certified ref.material gm/ml
175 Phosphomedan certified ref.material gm/ml
176 prallethrin certified ref.material gm/ml
177 pretilaclor certified ref.material gm/ml
178 profenophos certified ref.material gm/ml
179 propergite certified ref.material gm/ml
180 propiconzole certified ref.material gm/ml
181 Quinolphos certified ref.material gm/ml
182 Spinosad certified ref.material gm/ml
183 sulfosufuron certified ref.material gm/ml
184 tebuconazole certified ref.material gm/ml
185 tetraconazole certified ref.material gm/ml
186 thiamethoxam certified ref.material gm/ml
187 Thiophenate methyl certified ref.material gm/ml
188 Triacontanol certified ref.material gm/ml
189 tricyclazole certified ref.material gm/ml
190 Trizophos certified ref.material gm/ml
191 validamycin certified ref.material gm/ml
chemical in ferti lab vermi & bio
sl no name of chemical Specification / Grade /
Capacity Units
1 Ammonium Molybdate AR/GR 100 gm
2 Ammonium Sulphate AR/GR 500gm
3 Agar Bacteriological AR/GR 500gm
4 Azosprillium Medium AR/GR 500gm
5 Azotobacter Medium AR/GR 500gm
6 Boric Acid AR/GR 500gm
(Please sign on each page) 17
7 Bromothymol Blue Powder AR/GR 25gm
8 Bromothymol Blue Aqu Solu. AR/GR 125ml
9 1-Butanol AR/GR 2.5 lit
10 Calcium Sulphate AR/GR 500gm
11 Citric Acid AR/GR 500gm
12 Dextrose AR/GR 500gm
13 Congo Red AR/GR 25gm
14 copper sulphate AR/GR 500gm
15 Calcium Carbonate AR/GR 500gm
16 Calcium Chloride AR/GR 500gm
17 Ethanol AR/GR 500gm
18 Ferrous Sulphate AR/GR 500gm
19 Ferric Sulphate AR/GR 500gm
20 Methylene Blue Aqu. Solun. AR/GR 125 ml
21 Mannitol AR/GR 1000gm
22 D-Malic Acid AR/GR 500gm
23 Magnesium Sulphate AR/GR 500gm
24 Mangenese Sulphate AR/GR 500gm
25 pikovskayas agar media AR/GR 500gm
26 Potassium Chloride AR/GR 500gm
27 Potassium Hydroxide Pellets AR/GR 500gm
28 Di-Potassium Hydrogen Orthophosphat AR/GR 500gm
29 Rhizobium Medium AR/GR 500gm
30 Sucrose AR/GR 1000gm
31 Sodium Carbonate AR/GR 500gm
32 Tri Calcium Phosphate AR/GR 500gm
33 Sodium Molybdate AR/GR 500gm
34 Sodium Chloride AR/GR 500gm
35 vitamin solution AR/GR 500gm
36 Yeast Extract AR/GR 500gm
37 Zinc Sulphate AR/GR 500gm
38 Acetone AG/GR AR/GR 2.5 lit
39 Aluminium Hydroxide GEL AR/GR 500 gm
40 Ammonia solution (28-30%) AR/GR 500 ml
41 Ammonium Chloride AR/GR 500 gm
42 Ammonium Oxalate AR/GR 500 gm
43 Ammonium nitrate AR/GR 500 gm
44 Barium Chloride (Dihydrate) AR/GR 500 gm
45 Bismuth Nitrate AR/GR 100 gm
46 Biurate AR/GR 100 gm
47 Boric Acid AR/GR 500 gm
48 Bromocresol Green AR/GR 125 ml
49 Bromothymol Blue AR/GR 125 ml
50 Buffer solution 4.01 AR/GR 250 ml
51 Buffer solution 7.00 AR/GR 250 ml
52 Buffer solution 9.20 AR/GR 250 ml
53 Calcium Carbonate AR/GR 500 gm
54 Calcium Chloride Fused Pure 500 gm
55 Carbon Disulphide AR/GR 500 gm
56 Chromium Metal 100 mesh AR/GR 100 gm
57 Citric Acid anhydrous AR/GR 500 gm
58 Clayton yellow(0.04%) AR/GR 125 ml
59 Copper Sulphate Pentahydrate AR/GR 500 gm
60 Copper turnig AR/GR 500 gm
61 Copper 1000 ppm std AR/GR 500 ml
62 Devarda alloy AR/GR 100 gm
63 Di-Mannitol AR/GR 500 gm
64 EDTA AR/GR 100 gm
65 Erichrom black T AR/GR 25 gm
66 Ferrous sulphate AR/GR 500 gm
67 Formaldehyde AR/GR 500 ml
68 Glacial acitic acid AR/GR 250 ml
69 Hydrochloric Acid AR/GR 2.5 Ltr
70 Hydroxylamine Hydrochloride AR/GR 100 gm
71 Iron 1000 ppm std. AR/GR 500 ml
72 Iron Powder Reduced AR/GR 500 gm
73 iron wire AR/GR 500 gm
74 Magnesium 1000 ppm std. AR/GR 500 ml
75 Magnesium Powder AR/GR 500 gm
76 Magnesium oxide AR/GR 500 gm
(Please sign on each page) 18
77 Magnesium Sulphate AR/GR 500 gm
78 Manganese Metal AR/GR 500 gm
79 Manganese 1000 ppm std. AR/GR 500 ml
80 Methyl Red Indicator AR/GR 125 ml
81 Molybdenum Trioxide AR/GR 100 gm
82 Nitric Acid AR/GR 2.5 Ltr
83 Phenophthalein Indicator 1% AR/GR 125 ml
84 phosphorus Pentoxide AR/GR 500 gm
85 Potasium Sulphate AR/GR 1 kg
86 Potassium Dihydrogen Orthophosphate AR/GR 500 gm
87 Potassium Hydrogen Carbonate. AR/GR 500 gm
88 Potassium Hydrogen Phthalate AR/GR 500 gm
89 Quinolin AR/GR 250 ml
90 Reader & patton's AR/GR 500 gm
91 Silver Nitrate solution 0.02M AR/GR 500 ml
92 Salicylic Acid AR/GR 500 gm
93 Sodium Chloride AR/GR 500 gm
94 Sodium floride AR/GR 500 gm
95 Sodium Hydroxide Flex AR/GR 5 Kg
96 Sodium Hydroxide Pallets AR/GR 500 gm
97 Sodium Molybdate AR/GR 1 Kg
98 Sodium Potassium Tartrate AR/GR 500 gm
99 Sodium Thyosulphate penta hydrate AR/GR 500 gm
100 STPB AR/GR 10 gm
101 Strontium chloride AR/GR 100 gm
102 Sulphur Powder AR/GR 250 gm
103 Sulphuric Acid AR/GR 5 Lit
104 Triethanolamine AR/GR 500 ml
105 Zephiran Chloride AR/GR 250 ml
106 Zinc 1000ppm std. AR/GR 500 ml
107 zinc metal AR/GR 125 gm
108 zinc powder AR/GR 500 gm
(Please sign on each page) 19
Annexure – 3.2 S
LIST OF Specification-GLASSWARE & PLASTICWARE for SOIL TESTING LABORATORIES Sl No Glassware & Plasticware Grade/ Class Capacity
1 Conical Flask (Quartzware) Quartzware 250 ml
2 Volumatric Flask (Quartzware) Quartzware 100 ml
3 Volumatric Flask (Quartzware) Quartzware 1000 ml
4 Bottle (Poly-ethylene)
B 20 Lt.
5 B 10 Lt.
6
Bottle (Glass) for reagents with glass stoppers
B Glass Stoppered
125 ml
7 B 250 ml
8 B 500 ml
9 B 1000 ml
10 B 2000 ml
11
Bottle (Glass) Amber
B 250 ml
12 B 500 ml
13 B 2000 ml
14 Bottle (Poly-ethylene) - wash Bottle
B 250 ml
15 B 500 ml
16 Digital Burettes A
17 Burettes fitted with screw thread stop cocks & Graduation Interval of 0.05 A 10 ml
18 Burettes fitted with screw thread stop cocks & Graduation Interval of 0.05 A 25 ml
19 Burettes fitted with screw thread stop cocks & Graduation Interval of 0.1 A 10 ml
20 Burettes fitted with screw thread stop cocks & Graduation Interval of 0.1 A 25 ml
21 Burette (Mounted on reservoir ) Graduation Interval of 0.1 A 25 ml
22 Burette (Mounted on reservoir ) Graduation Interval of 0.1 A 50 ml
23 Measuring Cylinder (Glass) Graduated with an Interval of 0.5 ml A 10 ml
24 Measuring Cylinder (Glass) Graduated with an Interval of 1 ml A 25 ml
25 Measuring Cylinder (Glass) Graduated with an Interval of 1 ml A 50 ml
26 Measuring Cylinder (Glass) Graduated with an Interval of 1 ml A 100 ml
27 Measuring Cylinder (Glass) Graduated with an Interval of 5 ml A 500 ml
28
Conical Flask
A B 100 ml
29 A B 250 ml
30 A B 500 ml
31 A B 1000 ml
32
Volumetric Flask
A B 25 ml
33 A B 50 ml
34 A B 100 ml
35 A B 250 ml
36 A B 500 ml
37 A B 1000 ml
38
Beaker (Glass)
B 50 ml
39 B 100 ml
40 B 250 ml
41 B 500 ml
42 B 1000 ml
43 Graduated Pipettes A 1 ml
44 A 2 ml
45 A 5 ml
46 A 10 ml
47
Test Tube 15 x 150 mm
B 5 ml
48 B 10 ml
49 B 20 ml
50
Glass Funnel
B 50 mm
51 B 65 mm
52 B 75 mm
53 B 100 mm
54
Spatula & Spoons (Stainless Steel)
1 gm
55 2 gm
56 2.5 gm
57 5 gm
(Please sign on each page) 20
58 10 gm
59 20 gm
60 Glass Rod
61 Tilt Measure
A B 10 ml
62 A B 20 ml
63 Shaking Bottle (Plastic)
B 50 ml
64 B 100 ml
65 Bottle Top Dispenser B 20 ml
66
Bottle Top Dispenser Graduated
B 25 ml
67 B 50 ml
68 B 100 ml
69 Bottle Aspirator A B 1000ml
70 Dropping Bottle B 125 ml
71 Porcelain Dishes 10 cm Dia
72 Carboy with stopcock MG LDPE 10 lts
(Please sign on each page) 21
Annexure – 3.2 Q SCHEDULE FOR REQUIREMENT OF Chemicals, Glassware, Plasticware and Miscellaneous Lab Items:
glassware in SPTL
1
Beakers
grade B 1 Lit
2 grade B 500 ml
3 grade B 250 ml
4 grade B 100 ml
5 grade B 50 ml
6
Volumetric Flask 'A' Class
grade A 100 ml
7 grade A 50 ml
8 grade A 25 ml
9
Pipette 'A' Class
grade A 50 ml
10 grade A 25 ml
11 grade A 20 ml
12 grade A 5 ml
13 grade A 2 ml
14 grade A 1 ml
15
Measuring Cylinder 'A' Class
grade A 1000 ml
16 grade A 500 ml
17 grade A 250 ml
18 grade A 100 ml
19 grade A 50 ml
20 grade A 10 ml
21 grade A 5 ml
22 Stoppered Conical Flask
500 ml
23 250 ml
24 Stoppered Iodine Flask 250 ml
25 Filtering Flask 1000 ml
26 Bottle Top Dispensor for Acid 10 ml
27 GG Flat Bottom Flask with I/C Joint
500 ml
28 250 ml
29 Condenser (Long Size) -
30
Funnels
75 mm dia
31 25 mm dia
32 10 mm dia
33 Bottle Wash (Plastic) 500 ml
34
Regent Bottle
500 ml
35 2000 ml
36 1000 ml
37 Seperating Funnel -
38 Burrete Stand with Clamp -
39 Seperating Funnel Stand with four holes -
40 Carbafuran Assembly' as per BIS -
41 Carbamate Assembly as per BIS -
42 Phosphide Assembly as per BIS -
43 Thermometer Degree Celcius (upto 120 degree Celcius) -
44 Room Thermometer (degree celcius) -
45 Dropper
5 ml
46 2 ml
47 Tissue Paper -
48 Filter Paper whatman no 42 -
GLASSWARE in FERTILIZER LABS 1 Kjeldahal Digestion Flask grade A 800 ml
2 Stand with Metal Clamp -
3 Tilt Measure
10 ml
4 20 ml
5
Measuring Cylinder
grade B 5 ml
6 grade B 50 ml
7 grade A 100 ml
8 grade B 500 ml
9
Volumetric Flask with Stopper
grade A 100 ml
10 grade A 250 ml
11 grade A 500 ml
12 grade A 1000 ml
13 Conical Flask with Screw 250 ml
14 Conical flask 250 ml
15 Kjeldahl Distillation apprataus complete set with stand and clamps 500 ml round bottle
500ml
16 Funnel
125 mm
17 75 mm
(Please sign on each page) 22
18 Beaker Long Neck 250 ml
19 Beaker
500 ml
20 1000 ml
21 Buchner Funnel 110 ml
22 Filtring Flask with Tubulation 1000 ml
23 Gooch Crucible 4G G 4 30 ml
24 Dessicator 250 mm
25 Vaccum Dessicator 250 mm
26 Pipette Stand -
27 Pipetting bulb of Tarson (Code-034000) -
28
Pipette (Grade-A)
grade A 25 ml
29 grade A 20 ml
30 grade A 10 ml
31 grade A 1 ml
32
Pipette (Grade-B)
grade B 25 ml
33 grade B 20 ml
34 grade B 50 ml
35 Pipette Graduated grade A 25 ml
36 Reagent Bottle
4 Lit
37 2 Lit
38 Dropping Bottle 120 ml
39
Bottle Top Dispensor
40 ml
40 10 ml
41 30 ml
42 Burrate Stand -
43 Burette grade A 50 ml
44 Burette Clamp -
45 Distill water Container
10 Lit
46 20 Lit
47 Wash Bottle 500 ml
48 Filter Paper No. 42 Whatman 100
49 Filter Paper No. 01 Whatman 100
Glassware in Bio & Vermi-fertiliser lab
sl no item grade
1 Accupipette Fixed 0.1 ml
2 Accupipette Fixed 1.0 ml
3 Accupipette Stand
4 Accupipette Variable 1-10 ml
6 Beaker 50ml
11 Conical flask 1000ml
14 Petridish Disposable 100x17
17 Glass rod
18 Hand protecting grip
20 L-shaped spreder
24 Measuring cylinder 10ml
25 Micro tips Sterile
26 Non absoret cotton
27 Petri seal
28 petridish 100x17
30 spatulla balance
32 Spoon
33 Test tube stand 20 holes
34 Test tube stand 25 holes
35 Test tube with rim 18x150mm
36 Test tube with scriw cap 10 ml
37 Tissue paper
38 Tray ( plastic)
39 Silica crucible 30 ml
40 Pipette A Class grade A 2 ml
41 Pipette A Class grade A 5 ml
(Please sign on each page) 23
ANNEXURE- 3.3 S LIST OF Specification-LABORATORY ARTICLE for SOIL TESTING LABORATORIES
Sl No Name of Lab Article Specification
1 Electronic Pipette Filling Device Violet
2 Electronic Pipette Filling Device Red
3 Electronic Weighing Spoons
4
Bottle Top Dispensers
0.25 – 2.5 ml
5 1.0 – 10 ml
6 5.0 – 60 ml
7 10.0 – 100 ml
8 Bottle Top Dispenser Spares
9 Variable Miecro Pipettes 0.5 – 10 ml
10 Utility/Plastic Tray 540x435x130 mm
11 Funnel Stand Wooden
12 Pipette Bulb Up to 100 ml Pack of 4
13 Test Tube Stand 40 Shape
14 Burette Stand (Steel Make)
15 Pipette Stand (Plastic Make)
16 Filter Stand 12 hole (Wood)
17 Filter Stand 12 hole (Steel)
18 Steel Screw Augurs in 3 pcs Folding Stainless Steel
19 Soil Scoops of 5 gms
20 Soil Scoops of 10 gms
21 Soil Scoops of 20 gms
22 Belan with Chauki Wooden
23 Apron Cotton Free Size
24 Gloves 9.5" Medium Nitrile Pack of 100 pc
25 Respiratory Mask Pack of 20
26 Laboratory Glassware Cleaning Agent 5000 ml
27 Laboratory Plasticware Cleaning Agent 5000 ml
28 Brush for Cleaning Lab wares
29 Tissue Paper Roll
(Please sign on each page) 24
Annexure – IV PRICE BID – PART-B
NAME OF THE ITEM : Chemicals, Glassware, Plasticware and Miscellaneous Lab Items
(As per specifications mentioned at Annexure-3)
Sl. No
Item Description
Specification / Grade / Capacity
Make Catalogue No.
Unit Unit Rate
Amount Sales
Tax/VAT
discount on
net Dealer
price % size
1 2 3 4 5 6 7 8 9 10
Note – 1. Items should be delivered and installed at lab situated in different district of
bihar. 2. Sales Tax / VAT should be indicated clearly. 3. Prices should be quoted only in Indian rupees. 4. Make, Grade (Wherever applicable) an Catalogue No. is compulsory.
We are herewith undertaking that the details provided above are true and to abide by the terms
and conditions contained in the bid document.
Signature of authorized official
(With seal and stamp)
Name : - ……………………………………
Designation : - ……………………………….
(Please sign on each page) 25
ANNEXURE – V
FORMAT FOR AUTHORISATION LETTER
To,
Director Agriculture,
Bihar.
Sir,
We hereby authorize __________________________________ to submit a Bid and subsequently
participate and sign the contract submitted against the Ref.: __________________________________.
We hereby accept his decision taken, if any, in this regard.
Place :- ......................................
Date :- ....................................... (Signature for and on behalf of the Company)
(Please sign on each page) 26
ANNEXURE – VI
FORMAT FOR UNDER TAKING
UNDERTAKING
a) I/We undertake that I/We have carefully studied all the terms and conditions and understood
the parameters of the proposed supplies of the Department of Agriculture, Bihar and shall
abide by them.
b) I/We also undertake that I/We have understood “Parameters and Technical Specifications for
making the supplies” mentioned in Annexure-3 of the Tender dated _______________ and
shall make the supplies strictly as per these “Parameters and Technical Specifications for the
supplies”.
c) I/We further undertake that the information given in this tender is true and correct in all
respect and we hold the responsibility for the same.
Date: (Signature of Bidder with stamp of the firm)