darahwb.orgdarahwb.org/tender_doc/te173.docx · web viewin case, the delivery programme is not...

48
Government of West Bengal New Secretariat Buildings, 3rd floor, 1, K.S. Roy Road, KOLKATA-700 001 Phone No: (033)2248-6271 Extension: 3337 FAX: (033) 2248-5545 ( 033) 2243-9284 E-MAIL:[email protected] Website(Tender document download):http://wbtenders.gov.in Website (Notice only):www.darahwb.org &http://wbard.gov.in SET OF TENDERDOCUMENTS (ON LINE) 2013 -2015 Each set contains: 1. NOTICE INVITING e-TENDER 2. TERMS & CONDITIONS FOR SUBMISSION OF TENDER. 3. BILLOF QUANTITIES(BOQ) 4. FORMAT FOR CHECK LIST 5. APPLICATION FORMAT (Annexure-I) CATALOGUE OF: Volume-IISurgical Equipments, Refrigerator & Microscope LASTDATEFORSUBMISSIONOF TENDER (ONLINE) : 24 th July,2013upto 3pm . Sd/- (Dr. S. Bose) Director of Animal Husbandry and Veterinary Services, West Bengal

Upload: buidung

Post on 04-Apr-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Government of West Bengal

New Secretariat Buildings, 3rd floor, 1, K.S. Roy Road,KOLKATA-700 001

Phone No: (033)2248-6271Extension: 3337

FAX: (033) 2248-5545 (033) 2243-9284

E-MAIL:[email protected](Tender document download):http://wbtenders.gov.in

Website (Notice only):www.darahwb.org&http://wbard.gov.inSET OF TENDERDOCUMENTS (ON LINE) 2013 -2015

Each set contains:

1. NOTICE INVITING e-TENDER2. TERMS & CONDITIONS FOR SUBMISSION OF TENDER.3. BILLOF QUANTITIES(BOQ)4. FORMAT FOR CHECK LIST5. APPLICATION FORMAT (Annexure-I)

CATALOGUE OF: Volume-IISurgical Equipments, Refrigerator & Microscope

LASTDATEFORSUBMISSIONOF TENDER (ONLINE) : 24 th July,2013upto3pm .

Sd/-(Dr. S. Bose)

Director of Animal Husbandry and Veterinary Services, West Bengal

Firms located outside the State of West Bengal must have to execute supply through their local branches of this State or Authorized Distributors/Agent/dealers of this State; otherwise their tenders will not be accepted.

Government of West BengalDIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH

New Secretariat Buildings, 3rd floor, 1, K.S.Roy Road, Kolkata-700 001

MemoNo. 157/2P-106/12(Part-II) Date. 25.6.2013NOTICE INVITING e-TENDER NO. WB ARD/DARAH/SURGERY/NIT-02/2P-106/12/2013-2014 FOR

PROCUREMENT OF SURGICAL EQUIPMENTS, REFRIGERATOR & MICROSCOPE FOR THE YEAR 2013-2015 . (Submission of Bid through NIC e- tender portal --- http://wbtenders.gov.in ) (on line)

The Director of Animal Husbandry & Veterinary Services, West Bengal,New Secretariat Buildings, 3rd floor, 1, K.S. Roy Road, Kolkata-1 is going for e-tender on behalf of the Directorate of AnimalResources&Animal Health, Govt. of West Bengal for preparing the rate schedule ofSURGICAL EQUIPMENTS, MICROSCOPE & REFRIGERATORfortheyear2013-15.e-Tendersareinvited(online)from Manufacturers/authorizeddealers/distributors/bonafidesuppliers/tradersonlyfor supply of Surgical Equipments & Microscope to the following decentralized units under this Directorate :

1. OfficeoftheDy. Director, AnimalResourcesDevelopment&ParishadOfficersatSouth24Parganas(Alipore), North24Parganas(Barasat), Howrah, PurbaMedinipur(Tamluk), DakshinDinajpur&Jalpaiguri.

2. Central Medical Stores, Sub-depots at Nadia, Bankura, Uttar Dinajpur, Murshidabad, Cooch Behar, Siliguri, Bardhaman, Hooghly (Chinsurah), Birbhum, Purulia, Paschim Medinipur & Malda.

3. TheJointDirector,A.R.D.,Zone-I/II/III/IV Division, P.O. Burdwan/Kalyani/Siliguri/Baharampur, Dist. Burdwan /Nadia/ Darjeeling /Murshidabad.

4. Joint Director, Animal Resources Development, State Livestock Farm, Kalyani, Nadia/ Composite State Animal Husbandry Farm, Salboni, Paschim Medinipur.

5. Additional Director, Animal Resources Development, Institute of Animal Health & Veterinary Biologicals, 37, Belgachia Road, Kolkata-37 / Haringhata Farm, P.O. Mohanpur, Dist. Nadia.

6. Deputy Director, Animal Resources Development (Poultry Marketing), State Poultry Farm, Tollygunge, 42, Graham Road, Kolkata-40

7. Office of the Chief ExecutiveOfficer,PaschimBangaGo-SampadBikashSanstha,Salt LakeCity,Kolkata-91.

For the year 2013-15 as per specifications/ unit packing arementioned in the separate set of Catalogue (A) SURGICAL EQUIPMENTS, MICROSCOPE & REFRIGERATORare classified into following groups1. Ligature & Suture Appliances Gr. A/LSA/1 to 182. Laboratory & Post-mortem Equipments Gr. B/LPM/1 to 473. General Surgical & Special Surgical (Orthopedic surgery, GI

tract Surgery, Dental Surgery & Eye surgery) AppliancesGr. C/GSI/1 to 49Gr. C/SSI-A/ 1to 21Gr. C/SSI-B/ 1 to 3Gr. C/SSI-C/ 1 to 6Gr. C/SSI-D/ 1 to 31Gr. C/SSI-E/ 1 to 5

4. Medical Outfits & Injection Appliances Gr. D/MOIA/ 1 to 225. Surgical Dressing, etc. Gr. E/SD/ 1 to 106. Miscellaneous Stores Gr. F/MS/ 1 to 187. Hospital Furniture Gr. G/HF/ 1 to 108. Special Hospital Instrument Gr. H/HI / 1 to 209. Artificial Insemination Accessories Gr. I/AIA/ 1 to 11

Continued on Page-TN/ 2

Page-TN/2

Uniform Rate must be quoted applicable to the entire above mentioned units. No separate rate

is to be quoted for each of the above units which will not be considered for acceptance.

(1)Necessary Earnest Money is to be submitted for participation in the tender.

(2)After publication of e-tender in news papers, detailed catalogue together with terms & conditions and Application form, BOQ (Bill of Quantities) are obtainable from website http://wbtenders.gov.infree of cost. Submission of tender by the renderer can be made(on line) with the help of DSC (Digital Signature Certificate).Documents regarding e-tender may be viewed in the Departmental website http :// www.darahwb.org

(3) Tenders should be normally be floated in two parts one Technical Bid (BID-A)for Technical proposals and other Financial Bid(BID-B).for quoting rate in B.O.Q. (Bill of Quantities).

(3)Request for catalogue by post will not be entertained.

(5)Tender of the above Groups of Surgical Equipments, Microscope & Refrigerator must be supported by :

(a)Earnest Money Deposit either in the form of Demand Draft/ Bankers’ Cheque/ Pay Order / Deposit-at-Call amounting to R.20,000/- (Rupees Twenty Thousand) only on any Nationalized Bank in favour of “Director of Animal Husbandry & Veterinary Services, West Bengal. A/c. : ___________________ (Name of the Firm/s) in original is to be submitted (off line) on scheduled date, time and place as per Clause 19given below and alsooriginalcopy is tobedocumentedthroughe-filingvideClause-6(on line).

ORValid Exemption Certificate issued from the competent authority for claiming exemption of depositing Earnest Money such as valid S.S.I. Certificate issued by Government of West Bengal, DGS&D Rate/ NSICCertificate, etc. to be documented through e-filing in Technical proposal (BID–A)containing Statutory vide clause 6.

OROriginal copy of T.R. Challan No.7 for R.20,000/-(Rupees Twenty Thousand) only shows that the said amount has been deposited in favour of the “Director of Animal Husbandry & Veterinary Services, West Bengal” under the Head “8443-00-103-001-07” to be documented through e-filing inTechnical proposal (Bid A) containing Statutory Documentsvide clause 6.

Theoriginaldemanddraft/bankers’ cheque/payorder/deposit-at-call/T.R. ChallanNo.7asearnestmoney (EMD)ordocument insupportofattestedcopyofEMDexemption(scancopyofthatoriginaldocumentshouldbe uploaded for EMD exemption) should be submitted physically to the office of the undersigned atNew Secretariat Buildings, 3rd floor, Kolkata at purchase cell, Room#10 through a forwarding letter in a sealed cover superscribing EMD of e-tender for supplyofsurgicalEquipments, Microscope & Refrigeratorfor the year 2013-2015, mentioning Tender No.., Due on ………in a sealed boxon or before25.07.2013 at 1pm.

(b)DrugLicense orcurrentcertificateincaseofdruglicense is under renewal (i.e. upto 31.3.2015).(whether applicable)

(c)Validcurrent“NonConvictionCertificate”(whether applicable) (i.e. upto31.03.13).(d)Documentary Evidence of manufacturing license for surgical Instruments/equipments issued by Competent Authority, (for Surgical items) (i.e. upto 31.3.2015).(e)VAT Registration Certificateup to 31.3.2013. (f) Professional tax Clearance Certificate along with challan valid up to 31.03.2013.

Continued on Page-TN/ 3

Page-TN/3(g)Trade Licenseup to 31.03.2013..

(h)Authorized Dealership Certificate.(for surgical items only)(i) PAN card.(j)Printed Brochure/Literature of the quoted item(s) (Surgery).(k)Copyofterms&conditionsforsubmissionoftenderdulydigitallysigned.

Documents at (a) to (k) are to be documented (on line) in original as mentioned in clause No.6 of Terms & Condition.Attested photo-copy will not be considered in on-line submission as valid documents.

Bidder(s) will have to sign the terms & conditions of N.I.T. before execution of agreement, if selected.

VAT Registration Certificate if not furnished with the tender, must be furnished at the timeofreceivingpayment(Vide G.O.#3246-FT dated 29.9.1997)only once against delivery.

NO TENDER WILL BE ACCEPTED IF THE SAME IS NOTSUPPORTEDWITHALLTHEABOVE DOCUMENTS MENTIONED AT SL. NO. (a) TO (k) IN BID–A IN STATUTORY COVER & NON STATUTORY COVER (ON LINE) IN CLAUSE NO 6 AS GIVEN BELOW.

Uniform BasicRates should be quoted NET in decimal coinage in figure inclusive of delivery, packing, insurance, loading & unloading charges etc for supply of articles to all of the pre-mentioned units at BOQ (Bill of Quantities) in financial Bid (BID-B) for the year 2013-2015.THE OFFERED RATES SHOULD BE VALID FOR AT LEAST 2 (TWO) YEARS.

Rates any item, if not offered for whole of the decentralized units will not be considered for acceptance.

Rates of VAT are to be indicated extra, if charged in the separate column of B.O.Q. (Bill of Quantities) in financial cover (BID-B) for the year 2013-2015. The rates quoted shall hold good for 24 months from the date of approval up to 31.3.2015.

Supplyistobecompletedwithin30daysfromthedateofissue of order except for those orders placed duringthemonthofMarch, 2015 or supply is in respect of which are to be completed within10.3.2015& so on.

Rates of any period as will be specified by the undersigned or Tender Committee at the time of finalization of tender and to be extended, if situation arises.

Technical proposal (BID-A) should contain statutory & non-statutory document .Financial proposal (BID-B) should contain the following documents in one cover (folder) i.e. Bill of

Quantities (BOQ). The bidder is to quote the rates of items on line through computer in the space marked for quoting rate in the BOQ.

Theintendingbiddersarerequestedsubmittheirtenderalong with prescribed application form intenderportal/onlinehttp://wbtenders.gov.in. The software shall make automatic encryption of the Technical as well as Financial Bid and no one shall be allowed to open two Bids prior to the date and time earmarked for opening by the Tendering Authority.

After evaluation of Technical Bid, those who qualify their Financial Bid shall be opened. The technical proposal (BID-A) will be opened on line Date25.07.2013starting from 1.00pm &onwards.Technically qualified bidder will be uploaded in the web portal. There is no need to be present of Bidders or authorized representatives in the office of the undersigned at the time of opening of the Technical Proposal (BID-A).

For further information, the bidders are requested to please contact the undersigned. Continued on Page-TN/ 4

Page-TN/ 4

No Tender will be accepted across the table and no such receipt will be issued thereon.

Intheeventofanydiscrepancybetween downloaded tender document & master copy of the same availableintheofficethenthelatterwillbeaccepted&bindingon the bidder. Noclaimwill be entertained.

N.I.T. (download properly and upload the same digitally Signed). The rate should be quoted in the B.O.Q. Quoted rate will be encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in any other place, the tender is liable to be summarily rejected.

All the tender documents including N.I.T., terms & conditions for submission of tender & B.O.Q. will be the part & parcel of the bid documents.

Theundersignedreservestherighttoreject/oralltender/satanystage without assigning any reason thereof & will not bound to accept lowest tender. No Tender will be accepted across the table/tender box/by post or otherwise.

Sd/- (Dr. S. Bose)

Director of Animal Husbandry & Veterinary Services, West Bengal

Government of West BengalDIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH

New Secretariat Buildings, 3rd floor, 1, K.S.Roy Road, Kolkata-700 001Terms & Conditions for on-line submission of e-tender for supply of Surgical Equipments,

Refrigerator& against e-Tender Notification No. WBARD/DARAH/SURGERY/NIT-02/2P-106-12/2013-2014 for the period 2013-15.

1. INSTRUCTION TO BIDDER In the event of e-filing, intending bidder may download the tender documents free of cost from the Website: http://wbtenders.gov.indirectly with the help of Digital Signature Certificate General guidance for e-Tendering:Instructions / Guidelines for electronic submission of the tenders have been annexed for assisting the bidders to participate in e-Tendering.(i) Registration of bidders:Any bidderswilling to take part in the process of e-Tendering will have to be registered with the Govt. e-ProcurementSystem, throughtheWebsitehttp://wbtenders.gov.inafter obtaining DSC (Digital Signature Certificate). ii)Digital Signature certificate (DSC):Each bidder is required to obtain a Class-II or Class-III Digital signature Certificate (DSC) for submission of tenders from the approved service provider of the Govt. of India on payment of requisite amount. iii)Tender Fees:Tender documents may be downloaded free of cost.

2. ELIGIBILITY FOR QUOTING: On line tender invited from Manufacturersorauthorizeddealer / distributors / bonafidesuppliers / traders for Surgical Equipments, Refrigerator&Microscope etc. as per annexed list of the items in the Catalogue of Volume-II are only eligible for quoting in this tender.Bidders may quote any number of itemsas mentioned in the catalogue of volume-II. Only one rate should be quoted for only one item/specification to be purchased.IF MORE THAN ONE RATE FOR A SINGLE ITEM IS QUOTED THE RATES FOR THAT ITEM IRREPECTIVE OF MENTIONING OR NON- MENTIONING OF UNIT PACKING WILL BE TREATED AS CANCELLED.

Rate/s is/are to be quoted in BOQ (Bill of Quantities) in FINANCIAL COVERfor the year 2013-2015.

3. SUBMISSION OF BID:Tender should normally be floated in two parts one technical Bid & financial Bid . Both technical bid & financial bid are to be submitted concurrently duly digitally signed in the website http://wbtenders.gov.in.All papers must be submitted in English Language. Technical bid proposals are to be documented in TECHNICAL COVER. Rate/s is/are to be quotedinBOQ(Bill of Quantities)inFINANCIALCOVERforSURGICALEQUIPMENTS, MICROSCOPE & REFRIGERATORfor the year 2013-2015.

4.EARNEST MONEYa) Each tender, unless the Bidder is exempted under the existing orders of the West Bengal or Central Govt.

will have to be submitted with either Demand Draft/Bankers’ Cheque/Pay Order/Deposit-at-Call from any Nationalized Bank worth R.20,000/- (Rupees Twenty Thousand) only irrespective of the Items quoted in favor of “Director of Animal Husbandry & Veterinary Services, West Bengal, A/C._______________ (Name of the Tendering Firm)” payable at Service branch Kolkata to theOffice of the undersigned at Purchase Cell, Room # 10 as per scheduled date& time vide clause no. 19 in Original (off line)& alsooriginalcopy is to be documented ( on line) vide clause 6.

Continued Page. No.-TC/2

Page No.-TC/2OR

ORIGINAL copy of T.R. Challan No.7 for R.20,000/-(Rupees Twenty Thousand) only shows that the said amount has been deposited in favour of the “Director of Animal Husbandry & Veterinary Services, West Bengal” under the Head “8443-00-103-001-07” will have to be documented( on line) vide clause 6.

ORValid Exemption Certificate issued from the competent authority for claiming exemption of depositing

Earnest Money such as valid S.S.I. Certificate issued by Government of West Bengal, DGS&D Rate/ NSIC Certificate, etc will have to be submitted vide clause no. 21 in original(off line)& also to be documented (on line) vide clause 6..

b)The onus of proving that a Bidder is exempted from the depositing Earnest Money will be on the Bidder & must be proved by submission of valid documents to that effect, e.g., Small Scale Industries should furnish S.S.I. Registration Certificate. Co-operative Societies of this State should furnish Registration Certificate from the State Registrar of Co-operative Societies, DGS&D Certificate, etc. and that is to be submitted (on line) vide clause6.

c)The original Demand Draft /Banker’s Cheque/Pay Order/Deposit-at-call Receipt/Treasury Challan # 7 as Earnest Money Deposit (EMD) or documents in support of EMD exemption (scan copy of that document should be uploaded for EMD exemption) should be submitted physically to the Office of The Director of Animal Husbandry & Veterinary Services, West BengalNew Secretariat Buildings, 3rd floor, KOLKATA at purchase cell, Room #10 through a forwarding letter in a sealed cover superscribing EMD of e-tender for supplyofsurgicalEquipments, Microscope & Refrigeratorfor the year 2013-2015, Tender No..., Due on…..in a sealed boxon or before 25.07.2013 at 1pm.

d)The original Bank draft/Bankers’ Cheque/Pay Order/Deposit-at-Call Receipt or T.R. Challan No.7 in original as earnest money deposit must be documented (on line) vide clause 6for SURGICAL EQUIPMENTS, MICROSCOPE & REFRIGERATOR etc.

e)In no circumstances, will Cash, G.P. Notes,Savings Bank PassBook, Fixed/Term /Special Term Deposit Receipt/ Token of Reserve Bank of India or A/c. Payee Cheque, etc save & except those mentioned above bereceived with Tender as Earnest Money.

f) The Earnest Money Deposit shall not carry interest. This Directorate is not liable for deposition of excessof Earnest Money.

g) Earnest Money deposited before the date of issue of this Tender Notification will not be accepted. Earnest Money Deposit of previous tender will not be adjusted/considered for this tender.

h)The onus of proving thatabidderisexemptedfromthedepositingearnestmoneywillbeonthebidder&mustbeprovedbysubmissionofvaliddocumentstothateffecte.g., SmallScaleIndustriesshouldfurnishS.S.I.RegistrationCertificatealongwithAnnualProductionReturnoftheprecedingyear.Co-operativeSocieties of this State should furnish Registration Certificate from the State Registrar of Co-operative Societies.

i)Registration of S.S.I. Units after submission of Tender shall not entitle the Bidder to exemption fromdepositing Earnest Money.

j) Earnest money will be released after finalization of tender & in the following cases:- (a) Tender documents which are not valid. (b) In other cases, it will be released in due course

5.TIME SCHEDULE FOR THE E-TENDER: The time schedule for obtaining the BID documents, Pre BID meeting, registration with tendering authorities, submission of bids & other documents etc .will be as per the list provided in clause no.19 as given below.

Contd… Page TC/3Page No. TC/3

6.SUBMISSION OF THE TENDER:The tender is to be submitted in a two Bid System:-oneTechnical Bid& other Financial Bid .The documents will get encrypted (transformed into non readable formats).

A. TECHNICAL PROPOSAL :“BID–A”:The Technical proposal should contain scanned copies of the following documents in two covers.

(I)STATUTORY COVERcontaining the following documents: “BID–A”: (SINGLE FILE MULTIPLE PAGES SCANNED):

(II)NON-STATUTORY COVER/ MY SPACE containing the following documents:

N.B.:ALLSTATUTORY&NON-STATUTORYDOCUMENTS(S)AREREQUIREDTOBE FURNISHED IN ORIGINAL AS & WHEN ASKED FOR. Neither Photocopy nor cyclostyled literature will be accepted, in case of Brochure.B.FINANCIAL COVER: BID- B:

BOQ : The folder as “Financial Bid” shall contain

a.Uniform BASE RATE per accounting unit as per packing mentioned in the Catalogue including Excise Duty (if any) incidental charges, i.e. Delivery Charges (F.O.R. destination), Cost of transportation, packing, insurance, loading & unloading charges and exclusive of VAT, to be quoted in the bill of quantities (BOQ) for supply at the Decentralized units as mentioned in the Tender Notice.

Continued on Page TC/ 4Page No. TC/4

1 Scanned Original Copy of Demand Draft/ Bankers’ Cheque /Pay Order/Deposit-at-Call Receipt payableat Service branch Kolkataat Service Branch, Kolkata or T.R. Challan # 7 ofR.20,000/- (Rupees Twenty Thousand) only in favour of the Director of Animal Husbandry & Veterinary Services, West Bengal, A/c. _________________ (Name of the Firm)submitted to DAH & VS, WB as Earnest Money for the tender OR Valid Exemption Certificate issued by the Competent Authority claiming EMD exemption.

2 Check List in the prescribed format.3 Application in the prescribed format given in Annexure I.4 Authorization letter of signatory from Company.5 Copy of NIT & terms &conditions duly digitally signed..

Sl. No Category Sub Category Description1 CERTIFICATES-

All certificates are to be furnished in English Vernacular

Affidavits are not valid. Scanned original copy

i) PAN Card of the authorized signatory.ii) Prof. Tax clearance certificate with challan valid up

to 31.3.2013.iii) VAT Registration certificateup to 31.3.2013.iv) Agreement between the manufacturer and the

Distributorand Authorized dealer/distributor certificate ( if there be any)

2 COMPANY DETAILS scanned original copy

i) Trade License(i.e. upto 31.3.2013).

3 CREDENTIAL (Scanned original copy

i) Documentary evidence of Manufacturing License for surgical Instruments/ Equipments issued by competent authority(for surgical items)(i.e. upto 31.3.2015).ii)DrugLicense orcurrentcertificateincaseofdrugLicense is under renewal (i.e. upto 31.3.2015).(whether applicable)iii)Valid Current No conviction certificate (whether Applicable). (upto 31.3.2015).

4 DECLARATION 1,2,3 (Scanned original copy)

Brochure(1), Literature(2), Leaflet (3)[Technical specification] of the quoted item(s) (Surgical Items)

b.Amount of excise Duty to be included in the base rate in BOQ columns

c.RatesofVATintermsof percentage(ifleviableextra)tobequotedinseparatecolumnofBillofQuantities(BOQ).

d.No separate rate for separate units (as mentioned at Sl. No.a.) is to be quoted.

e.Separate Unit packing, if offered against the specific unit packing of catalogue will not be considered & will be rejected.

TheoriginalDemandDraft/Banker’sCheque/Pay Order/Deposit-at-call Receipt/Treasury Challan#7 against Earnest Money Deposit(EMD)or documents in support of EMD exemption (scan copy of that document should be uploaded for EMD exemption) along with hard copies of Bid -A as per schedule mentioned in clause 6 should be submitted physically to the Office of The Director of Animal Husbandry & Veterinary Services, West BengalNew Secretariat Buildings, 3rd floor, KOLKATA at purchase cell, Room #10 as per scheduled date & time more clearly described in the time programme as per clause 19before opening of Technical Bid(BID-A)through a forwarding letter in a sealed cover superscribing EMD of e-tender for supplyofsurgicalitemsfor the year 2013-2015, mentioning Tender No…., Due on….in a sealed boxon or before25.07.2013 at 1pm.

No original EMD as well as any other technical documents will be accepted after closing date of BID submission.

SUBMISSIONOFHARD COPY OF FINANCIAL COVER (BID-B) IS TOTALLY PROHIBITED AND ONLY BE SUBMITTED THROUGH ON LINE THROUGH NIC E- TENDER PORTAL.

7. EVALUATION OF TENDERS During the tender Evaluation Process, theTechnicalproposal(BID-A) will be opened first. Those bidders who have qualifiedtheTechnicalproposalas described in BID-AcontainingStatutory& Non-Statutory documents in Part-I & Part-II will be identified and only theirFinancial Cover (BID-B) shall be opened. The Financial Cover (BID-B) will not be opened and will be summarily rejectedif that Bidder will fail to meet the technical requirements participating in the tender. The bidderofferingtheitemfoundsuitable & as being as per the tender specification will only beselected.Technical Evaluation of the Tender will be held on two steps, i.e., opening & evaluation of Technicalproposalof tender.Opening of the Technical Proposal:Technical proposal will be opened by the authorized officers of the undersigned, electronically from the website using their Digital Signature Certificate (DSC).Cover (folder) for Statutory Documents and non-statutory documents (Clause 6) will be openedfor evaluation of Technicalproposal of tender. If there is any deficiency in the Statutory Documents the tender will summarily be rejected.Decrypted (transformed into readable formats) documents of the Statutory & Non-Statutory Cover will be downloaded and handed over to the Tender Evaluation Committee.Summarily list of technically qualified bidders will be uploaded online.Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of eligible bidders and the serial number of items for which their proposal will be considered will be uploaded in the web portals.TheFinancial Cover (BID-B)of those bidders passing the technical requirements will only be opened. The sample of the item quoted in the tender by the bidder, those who will be qualified in technical bid, will be examined by our technical experts before opening of the Financial Cover.Original Brochure/literature along withsampleof the qualified bidder must be produced before Selection Committee failing which the respective tender will be rejected forthwith. The date, time & venue of the Selection will be notified on-line in due course.

Contd… Page TC/5

Page TC/5

THEDECISIONOFUNDERSINED/TENDERCOMMITTEEWILLBEFINAL , BINDING& ABSOLUTE IN THIS RESPECT . 8.TENDER PRE- REQUISITESa) OriginalTrade License, PAN card,VAT Registration Certificate, Prof. Tax Paid Challan/Clearance

certificate, Exemption Certificate, Manufacturing License, Drug license & No Conviction Certificate(all valid up to 31.03.2013) Brochure of quoted items are required to be furnished along with the tender(on line ).

b) In no case, Affidavit of Trade License / VAT Registration certificate will be accepted.c) Original Trade License, Pan card, VAT Registration Certificate, Prof. Tax Paid Challan Clearance

certificate, Exemption Certificate, Manufacturing License, Drug license & No Conviction Certificate, Brochure of quoted items or any other documents are required to be documented on line and are required to be furnished when called for.

d) Authorized dealer/distributor should furnish documentary evidence to that effect along with offer will have to be documented as mentioned inStatutory cover (BID-A).

e) Tenderterms &conditionsdulydigitallysignedin each &and every pageis tobe documentedStatutory cover (BID-A).

f) Legal documents (made on non-judicial Stamp paper worth R.10/-) regarding appointment of agent/stockiest/distributor, if manufacturer or bidder wants to supply through Agent/Stockiest/ Distributor are to be documented on line as mentioned in Statutory cover (BID-A). Original to be submitted, if selected.

g) Documentary evidence of Manufacturing License for surgical Instruments/ Equipments issued by competent authority.

h) Bidders, if they do not furnish VAT Registration certificate must have to furnish the same at the time receiving payment against bill otherwise payment, will not be made.

i) Duly certified copy of English version of pre- requisites are to be furnished.j) Up-to-date Valid Drug License issued under the Drugs & Chemicals Act, 1940 as mentioned in BID-A

(non-statutory cover) k) “Non-Conviction Certificate” from the Drugs Control Authority (up-dated) if the quoted items comes

under the Drugs Control Act, 1940 (i.e. valid up to 31.03.2013) as mentioned in Non-Statutory cover (BID-A) is to be documented [Whether applicable].

l) In case the Bidder if exempted from VAT or if he enjoys the benefit of deferment, he must submit documentary evidence to that effect in Non-Statutory cover (BID-A) in place of VAT Registration certificate.

m) Itiscompulsory for the bidder for Surgical Equipments,Microscope & Refrigeratorto enclose their brochure/printed/leafletbooklet(NEITHERPHOTOCOPYNORCYLOSTYLED)namelypharmaceuticals index containing product list details of each items for which rates are quoted to be documented as mentioned in Non-Statutory cover (BID-A).

n)o)p)q)

r) (o) PrescribedApplicationForm(Annexure-I)dulyfilledin and signed & affix with the seal of the firm s)

t) by indicating full communicating address with PIN Code No. Telephone No/ FAX/ e-mail address/ u) Website Number, mentioning Tender Notification No. & Date and Authorization letter of signatory

v) from Company are to be documented on line.

9.RATEa. Rate/s is/are to be quoted in BOQ (Bill of Quantities) in FINANCIAL COVER- Bid-Bin figures

for the year 2013-2015. Bidders may quote any number of items as mentioned in the catalogue. Only one rate should be quoted for only one item / specification to be purchased.

b. Rates should be quoted in NET in decimal coinage stating the particular item as par catalogue of the tender proposed to the supplied inclusive of all incidental charges including FREE DOOR DELIVERY to the different decentralized units as mentioned in Tender Notice. Sterile items are to be transported in such packaging so that there is no damage to the primary packaging during the transportation process & sterility should be maintained properly. The quoted rate should be inclusive of all charges such as

delivery (F.O.R. destination), loading, un-loading, cost of transportation, Insurance, etc. Taxes & duties should be quoted separately wherever applicable.

Contd… Page TC/6

Page No. TC/6c. Rates are to be quoted for items as per the list of the Catalogue(Volume-II) as provided in the table-1.d. Rates shall be valid throughout the period to be covered by the contract to be executed with successful

bidders along with any extensions as may be made by the competent authority from time to time. e. Rates quoted which are not as per specification mentioned in the Tender (BOQ) /Catalogue will not be

accepted.f. Under no circumstances enhance of rate whatsoever will be accepted after closing of online bid

submission, whatever the reasons given thereafter except for any tax imposed by the Government. Attested photocopy of Govt. Order in respect is to be submitted while claiming such increase. If there is no Excise Duty whatsoever, after submission of tender, it will not be allowed.

g. Abnormally LOW RATE of any item(s) quoted by the Tendering Firm in the offer with some malafide intension will not be accepted, if detected.

h. The authority does not guarantee purchase of all the items quoted in the catalogue, since it depends upon the actual requirement evaluated by the field units. Hence, rate should be quoted accordingly.

i. Rates should be quoted on the particular for Surgical Items, Microscope & Refrigeratoretc. as proposed to be supplied according to the Catalogue inclusive of Excise Duties by indicating all incidental charges like Insurance, Packing, Forwarding, etc. and Free Delivery to all the Units at Sl. No.1 to 7 of the Tender Notice at Uniform Rate applicable to all the Units (no separate rate is to be quoted). VAT charged is to be shown extra in terms of percentage. The Rate should be quoted in Rupees & Paisa (INR).

j. Excise Duty when leviable should be indicated in terms of amount per unit only and Govt. of India’s Notification No. with date and percentage of Excise Duty imposed should be mentioned for information & scrutiny in remarks column. Any increase in Excise Duty after submission of tender will not be accepted/ allowed unless such Excise Duty is mentioned separately. Items meant for Government Use are exempted from Octroi.

k. Bidder, if desire may cite the Brand Name in addition but not as replacement of generic name.l. Rates should be quoted in terms of the Packing Unit specified in the catalogue. Rates quoted which

are not as per specification will not be accepted. Rates in no case shall exceed the controlled price of any item in force at the time of submission of tender, if there by any.

m. Quantity ordered is not likely to be enough to be considered “AS TRUCK LOAD” and the bidder must effect supply of /delivery of any small quantity of order placed in favour of them.

10.VALIDITY: (i) Rate quoted shall hold goodfortwoyearsi.e., upto31.3.2015fromthedateofapprovalof rateby the Tendering

Authority and/or any extended period, if situation arises and within the validity period, Biddersmust be supplied at the approved rate and refusal to supply will be dealt with as per Tender Rule.

(ii) Thevalidityperiodofratemayfurtherbeextended/ curtailedatthediscretionoftheundersigned/ TenderCommittee at the time of finalization of tender or after expiry of the period of validity.

(iii)Any addendum/ corrigendum / Extension of validity period will be notified at our departmental Web-site www.darahwb.org . as it is not impossible to inform any individual.

11. SAMPLE/ LITERATURE(i) Literature of the offered item must be produced along with offer and sample when asked for.(ii) In case, Sample/Literature is approved, one set of such Sample/Literature shall have to be kept in with

this Directorate during the tenure of tender. Supply should be made according to the approved Sample/Literature. Only valid Bidder’s sample will be examined.

(iii) The sample will be examined by our technical experts provided that tender/s of sample producing firms valid in respect of submission of tender pre-requisites mentioned above.

iv) Unapproved sample(s) will have to be taken back by the Bidder within one month from the date of submission of sample. The Authority/ Government will not take any responsibility/ liability for any loss/damage for the unapproved samples beyond that period.

v) Inspection of materials may be undertaken at the supplier’s premises whenever necessary by the Tendering Authority/ any officer authorized by the undersigned.

Contd… Page TC/7

Page No. TC/7

vi) In the event of non-submission of sample/literature, it will be treated as unwillingness/inability to supply & such tender will not be considered.

vii) It is compulsory for the bidder for Medicines to enclose their printed Leaflet/Booklet (neither photocopy nor cyclostyled) namely Pharmaceutical Index or Therapeutic Index containing product list details of each item for which rates are quoted.

viii) Onehardcopy of Literature/brochure is to be suppliedtothe decentralized units prior to supply of approved items.

12. AGREEMENT

The successful bidder will have to enter into a contractual agreement with the Govt. in the standard format embodying the tender terms & conditions in Non-Judicial Stamp Paper worth Rs.10/- (Rupees Ten) only. Prescribed Agreement must be signed also by the Authorized Signatory of the tendering firm concerned.

13. APPOINTMENT OF AUTHORISED DISTRIBUTOR:(a) THETERMSDISTRIBUTORIMPLIESAUTHORIZEDDISTRIBUTOR/DEALERS/AGENT/

INWHATEVERFASHIONADDRESSEDWHOSHALLFACILITATETHEPROCESSOFTAKINGORDER, ENSUINGTIMELYSUPPLY&COLLECTINGPAYMENT ON BEHALF OF THE MANUFACTURER.

(b) Firms located outside the State of West Bengal must have to execute supply through their local branches of thisStateorAuthorizedDistributors/Agent/dealersofthisState;otherwisetheirtenders will not be accepted.

(c) If manufacturer or bidder wants to supply through/distributor/dealer/agent/stockiest, Legal documents (madeon Non-Judicial Stamp Paper worth R.10/-) regarding appointment of distributor/dealer/agent/stockiest is to be documented.

14. SECURITY MONEY DEPOSIT(i) The successful bidder will have to deposit Security Money @ 5% ad-valorem subject to maximum of

R.1,00,000/- (Rupees One Lakh) only in Term /Fixed Deposit Receipt on any Nationalized Bank in favor of the Director of Animal Husbandry & Veterinary Services, West Bengal/Indenting Officer/A/c. : ___________________ (Name of the Bidder/Firm) within 7 (seven) working days from the date of issue of order failing which the order will be cancelled along with forfeiture of Earnest Money Deposit kept at Headquarters and no further correspondence entertained. Security Money should be deposited for each item & for each unit separately . Partial Deposit/ adjustment with previous deposit(s) will not be accepted.

(ii) Thesecuritymoneymaycarryinterest.ThisDirectorateisnotliablefor deposition of excess security money .(iii) Security money will be refunded after satisfactory completion of supply. No proportionate refund of

security money will be allowed if the supplied quantity either falls below the ordered quantity.

15.SUPPLY/DELIVERY(a)Delivery will be made strictly as per given schedule printed in the order. The schedule may be revised

(increased/decreased/temporarily postponed) by the receiving authority, depending upon required.(b) The quantity normally depends upon the actual requirement of the indenting officer. The successful firm

is required for supply any quantity at the accepted rate within the contracted period.(c) The ordered item must be packed suitably to avoid transit loss & weathering to maintain quality. The

supply must comport to the given specification in tender.(d) Supply must be commenced within specified time frame from the date of placement of formal order or

the date as indicated in the order.(e)Supply will normally be accepted on all working days between 11 am & 3 pm. Successful bidder must

provide the requisite number of labor to store/install the materials in the respective store/places as will be

indicated from time to time without any additional charges. No supply will be accepted on Sundays & Govt. Holidays unless otherwise desired by the receiving authority.

Contd… Page TC/8

Page No. TC/8

(f) IT IS OBLIGATORY FOR THE BIDDER TO NOTE THAT FAILURE TO MAINTAIN DELIVERY SCHEDULE FOR SUPPLY OF ORDERED ITEM WILL LEAD TO SEVERED DISLOCATION IN CARRYINGOUTPUBLICSERVICEFORWHICHSUCCESSFULBIDDERWILLBEHELDRESPONSIBLE&ACTIONWILLBETAKENSTRICTLYASPERTENDERRULESLAIDDOWNHEREIN WITHOUT ANY PREJUDICEANYSHORTOFPLEAWILLBECONSIDERED,SAVE&EXCEPTANYINCIDENTOCCURRED ‘BY ACT OF GOD’ MAY BE CONSIDERED SYMPATHETICALLY.

(g) Replacement of supply against any rejected consignment must be made positively within given time frame from the date of intimation, failing which action will be taken as per tender rule.

(h) All supplies of Drugs must bear the Inscription “Directorate of AR & AH, WB/ 2013-15”/ NOT FOR SALE” distinctly stamped or embossed on the original label on individual packets as well as units of ampoules/vials /as the case may be, if within 31st March, 2014 and after that it will be 2013-14 and so on.

(i) All supplies of Drugs should invariably display the following particulars on its label and/or cartoon in a distinct manner:

a. Pharmacopoeia Name (excepting Herbal Drugs).b. Trade Name of the Product.c. Manufacturing Date.d. Batch Number.e. Date of Expiry.f. Name & Address of Manufacturer along with Manufacturing License Number.g. Exactcompositionofallproprietarydrugs.IncaseofDrugsformulationtheactiveingredients&their

quantities thereon must be mentioned. Specification of standard of all drugs should be mentioned against each item I.P., B.P., U.S.P., B. Vet-C, B.P.C., N.F., N.R.I., U.S.N.F. as the case may be.

h. All supplies of drugs except herbal drugs should accompany a TEST CERTIFICATE. The full name, qualification & the attested signature (to be attested by the Proprietor/ any official of Tendering Firms) of the certifying Chemist be submitted in a separate sheet of paper. If order is executed against Warranty, the Test Certificate for the same must be submitted within 15 days from the date of delivery, failing which payment will be held up. Warranty Certificate is not required for supply of P. Alum, Oil Linseed & Commercial Bleaching Powder.

i. For articles having Expiry Date, must have a shelf-life at least 15 months excepting for Vitamin Preparations: 12 months shelf-life at the time of supply.

j. Ordersforthesupplyof estimated quantities of Drugs/Laboratory Chemicals, Surgical Equipments, etc. may be placed by the undersigned and the decentralized units under the Directorate of Animal Resources & Animal Health, West Bengal as mentioned at Sl. No.1 to 7 of the Tender Notice. Such order will be placed with the successful bidders after the execution of the Agreement.

16. PENAL MEASUREi) The earnest money deposit furnished by a firm will be liable to be forfeited in full (including excess

amount of earnest money, if deposited), if the firm withdraws tender as a whole or for any particular item at any stage during the tenure of tender or fails/refuses to enter into written agreement once the rate for any/all item/s is/are accepted within the time specified when requested to do so by this Directorate and/or refuses to deposit security money. Such firms offer will not be taken into consideration in future & shall liable to be black listed for 3 (three) years.

ii) The security money deposit furnished by a bidder is liable to forfeit in full (including excess amount of securitymoney, if deposited)along with cancellation of order without prejudice in the event of failure/refusal to maintain the delivery schedule and/or non-observance of terms & conditions of

tender and/or contracted specification and/or quality/ quantity and the authority will be at liberty to terminate the contract as a whole or part.

iii) The price, at which the bidder sells the products of identical description to any other Govt. Directorate, Organization etc., shall not exceed the quoted rate. If such incident of quoting higher rate comes to the notice, the authority reserves the right to initiate legal/penal action against such firms.

Contd… Page TC/9Page No. TC/9

iv) In case, the delivery programme is not followed & the competent authority is compelled to procure the ordered articles from the open market at a higher rate than the accepted price in tender, in that case the excess cost incurred on the account will have to be borne by the firm which will deducted from their outstanding bill apart from forfeiture of Security Money in full. Besides, failure to maintain the delivery schedule/ stoppage of supply may lead to termination of contract along with forfeiture of Security Money Deposit in full and such firms shall liable to be Black Listed for 3 (three) years.

v) The Tendering Authority reserves the right to test drugs & chemicals in any reputed laboratory having facilities for such under public sector and the test report will be binding for taking positive action/ cancellation of order against the bidder and/or its suppliers. The tendering authority reserves the right not to disclose the intensity of the test house.

17.PAYMENT(a) Tax Invoice against all supplies is/are to be sent in TRIPLICATE and should invariably be submitted

along with supplies.(b) Payment shall be made after executing the order satisfactory in all respect. However, no interest shall be

paid to the firm, if the payment is delayed due to whatsoever reasons. In no circumstances, delivery schedule should be affected & or linked with the payment of outstanding bills. The payment of bills shall be with held, in case of violation of any tender terms & conditions

(c) No arbitration for the work will admissible, any mobilization/secured advance will be allowed.

18. MISCELLANEOUS(i) Tender pre-requisites such as Earnest Money Deposit, Trade License, etc., will not be accepted

afterscheduled date&time more clearly described in the time programme.(ii) Conditional tenders &tenders not accompanied with the documents as mentioned in clause shall be

summarilyrejectedwithoutanyreferencemadetothebidder&nocorrespondencewillbeentertained .(iii) In case of products with Brand Name, the Tendering Firm is required to mention the Brand Name against

each item in Annexure-I. In case, I.S.I. Marked products, the Tendering Firm shall have to produce License of manufacturing from B.I.S.

(iv) If the submission and opening of tender is not possible on the scheduled date & time due to any unavoidable circumstances, the same will be done on immediate next working day at the same time prescribed in the tender. The bidder shall not be informed separately in this regard.

(v) The offer may go to the next bidder, if the successful bidder fails to perform the contract.(vi) No negotiation/enquiry/subsequent representation regarding rate/quantity/quality or otherwise will be

entertained after closing of Bid submission (on line) Tender.(vii) No Import License, any sort of permit, etc. in respect of any item will be provided from this Directorate

and the Tendering Firm should have relied on their own resources.(viii)Latest guidelines pertaining to purchase of stores issued by the Govt. of West Bengal will be followed

provided that there is no specific instruction of the Tender Committee in this regard.(ix) The undersigned reserved the right to reject any or all of the tenders at any stage without assigning

any reason thereof and will not be bound to accept the Lowest Tender Rate.(x) Any dispute /difference arising out of this Tender will be referred to the sole arbitrator to be appointed by

the undersigned and the same will be held at Kolkata. Arbitrator will have the power to pass interim order and will be guided by the Arbitration & Conciliation Act, 1996.

(xi) When a bidder submitted their tender in response to this N.I.T., they will be deemed to have understood fully the contents, the requirement, term & conditions of this tender. No extra payment will be made on the pretext that the bidder did not have a clear idea of any particular point. Any offer made in response to this tender when accepted by the Tendering Authority will constitute a contract between the parties.

(xii) Non-compliance to any terms &conditions laid herein shall constitute a breach of contract and penalty for non-compliance shall be enforced very rigidly.

(xiii)Appointment to more than two agents/stockiest/distributors/dealers for whole of this State will not be accepted. Bidders may also supply directly by canceling appointment of agents/stockiest/distributors/dealers, if they so desire for which no prior permission of this Directorate is necessary.

(xiv)Tenders of items in the group Tender of Surgical Equipments, etc. submitted by the Dealer/Traders/Sub-Dealers,etc.beside Manufacturer may also be considered.

Contd… Page TC/10Page No. TC/10

(xv) Any bidder with repacking license will not be considered as manufacturer.(xvi)FirmquotingratesonbehalfofitsPrincipalshouldindicatethatitisa DIVISION oftheprincipalfirm . (xvii) All notice intended to be served on the bidder will be deemed to have been duly served, if sent under

certificate of posting or Registered post to the address mentioned in the tender or by any other process permissible under civil law.

(xviii) ALLINSTRUCTIONSGIVENEITHERINTHECATALOGUEOFITEMS,TENDERNOTICE, BOQ, (Bill of Quantities),TENDER &/ ORDER FORM ARE BINDING ON THE BIDDER & ARE PART OF TERMS & CONDITIONS.

(xix)Firms located outside the State of West Bengal must have to execute supply through their local branches of this state or through Authorized Agent/Distributor/Dealers otherwise; their Tenders will not be accepted. Pertaining to the branch office of the State (West Bengal). They must submit duly attested photo copy of Trade License and Drug License.

(xx) In the event of delay/non-availability/garbled printout/inconvenience in getting access to the Website for downloading tender documents, the authority will not be held responsible, if there is any discrepancy arises in between printing of downloaded tender documents, the master copy available at the office will be acceptable and intending bidders shall have to abide by.

(xxi)Any addendum/ corrigendum / Extension of validity period will be notified at our departmental Web-site www.darahwb.org as it is not impossible to inform any individual.

19. DATES & INFORMATION : Sl. Particulars Date, Time & Venue 1. Date of Publishing of N.I.T. & other Documents (online) 25.06.2013 2. Starting Date of Downloading Documents (Online) 25.06.2013 on 2 pm

3. Pre-bid meeting to be held at Office of the Institute of Animal Health & Veterinary Biological, Seminar Hall, 37, Belgachia Road, Kolkata - 37.

02.07.2013(Tuesday) at 12 noon

4. Bid submission date (On line) 02.07. 2013 at 1 pm onwards. 5. Date of hosting of documents at departmental Website(www.darahwb.org) 25.06.2013 6. Date, time & venue of submission of original copies of Earnest Money

Deposit or EMD exemption certificate (off line) for Surgical items.25.07.13 (Wednesday) Up to 1pm at Room No. 10, Purchase Cell, 3rd Floor. N.S. Bldg.kolkatta-1, W.B.

7. Closing date of downloading documents and Bid Submission closing (On line) 24.07.2013 at 3 pm

8. Bid opening date for Technical Proposals (Online) 25.07.2013 at 2pm onwards 9. Date of uploading list for Technically Qualified Bidder(online) To be Communicated later10. Date for opening of Financial Proposal (Online) To be communicated later on11. Date of uploading of list of Bidders along with the approved rate To be notified later on.

20. DAH&VS, WB RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTERPUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE & NOTICE BOARD.

21. Opening the financial bid as per schedule will be NOTIFIED LATER ON. No objection in this respect will be entertained raised by any Bidder who will present during opening of bid, or from any bidder who willabsent at the time of opening of financial bid. No informal bidder will be entertained in the bid further.

22. During the scrutiny, if it comes to the notice to tender inviting authority that the credential or any other paper found incorrect / manufactured/ fabricated , that bidder would not allowed to participate in the tender and that application will be out rightly rejected without any prejudice .

23. A HELP DESK is set up in the office of the Director of Animal Husbandry & Veterinary Services, West Bengal, New Secretariat Building , 1, K.S. Roy Road, Kolkata-1 to help & guide the prospective bidders about their registration, holding Digital Signature card & allied matter. Prospective bidders may contact personally or over phone # (033)2248 6271 or Extn.3337 their queries in the following web. Address: www.darahwb.org.

Contd… Page TC/11

Page No. TC/11

24. In the event of being selected, the Original Agreement between Manufacturer & Distributor/Dealer is to be submitted in the office before execution of agreement between the Vender and Director of Animal Husbandry & Veterinary Services, West Bengal.

25. Award of Contract: The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter / Letter of Acceptance.

26. The Tender Selection Committee reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.

Sd/-(Dr. S. Bose)

Director of Animal Husbandry &Veterinary Services, West Bengal

FORMAT FOR CHECK LISTInformation about Bidders

(To be furnished with the Tender)Serial

Number Description Particulars

1. Name of the Firm

2. Registered Address with PIN code, Phone No., FAX, e-mail, etc.

3. Name of the person authorized to enter into & execute Contract Agreement.

Item Please √ Mark

Page No.

Yes No4. Application submitted in Annexure-I

5. Authorization Letter of Signatory from Company

6. Scan document of agreement between the manufacturer and the Distributorand Authorized dealer/distributor certificate in (if applicable)

7. Scanned document of Demand Draft/ Bankers’ Cheque/ Pay Order/Deposit-at-Call of any Nationalized Bank or T.R. Challan No.7

of Rs.20,000/- in favour of Director of Animal Husbandry & Veterinary Services, Kolkata, West Bengal, as Earnest Money.

ORScanned document of EMD Exemption Certificate.

8. Scanned document of PAN Card of the Authorized Signatory.

9. Scanned document of VAT Registration Certificate.

10. Scanned document of Prof.Tax Clearance Certificate /Paid Challan.

11. Scanned document of Trade License.

12. Scanned document of Valid Drug License.

13. Scanned document of “No Conviction Certificate”

14. Scanned document of Manufacturing Licensealong with enlistment of drug for each item quoted.

15. Scanned document of Terms&Conditions of the tender duly digitally signed of each

16. Scanned document of Printed Literature/ Brochure/ Booklet /Therapeutic Index, whether enclosed

Signature of the Bidder with Date & Office Seal

Page No S & E

Annexure-IApplication Format

(To be furnished in the Company’s Official Letter Head Pad with full Address with contact no. Telephone No., FAX No., e-mail No., Website etc.)

ToThe Director of Animal Husbandry & Veterinary Services, Government of West Bengal,New Secretariat Buildings, 3rd floor,1, Kiron Shankar Roy Road,Kolkata-700 001.

Sub: NIT for Supply ofSurgical Equipments, Microscope &Refrigeratoretc. for the Directorate of Animal Resources & Animal Health, West Bengal for the year 2013-15.

Ref:Directorate of Animal Resources & Animal Health NIT No. ……… dated ……..Sir,

Having examined the pre-qualification and other documents published in the NIT, I/We hereby submit all the necessary information and relevant documents for evaluations:

1. That the application is made by me/us on behalf of ……………………………………… duly authorized to submit the offer. The authorization letter from the Company is attached with the name of the person authorized to enter into execute the agreement.

2. We accept the terms & conditions as lay down & NIT mentioned above and declare that we shall abide by it for throughout tender period.

3. We are offering rate for the following item/items as per catalogue of Volume-II.

Sl. No

Serial NumberinBOQ

Group Number of article as

per catalogue

Serial Number of article as

per catalogue

Name of the Article as per Catalogue /

Nomenclature with Description

Unit Packing/ Specification as per Catalogue

(No Separate Unit Packing is to be offered)

Generic Name of the

item

Brand name of the item

Remarks

[USE SEPARATE SHEET FOR IN THE EVENT OF INADEQUATE SPACE/ROWS]

Sl. No.

Description Particulars

1. Name of the Manufacturer of the articles offered item wise

:

2. Manufacturing License No. with date for the product

:

3. Name & full address of the bidder of the article offered.

4. Drug License No. with date :5. Remarks : :

Continued on Page 2

18

Page No S & E

Page-2

4. We declare that we have not been convicted under any provision of Drugs & Cosmetics Act, 1940 and any other Law in force from any competent authority or by any Court of Law.

5. We are the existing vendor in Directorate of Animal Resources & Animal Health, West Bengal / We are not the existing vendor in the Directorate of Animal Resources & Animal Health, West Bengal (strike out whichever is not applicable).

6. We understand that :Tender Selection Committee/ Tendering Authority reserves the right to reject any application without assigning any reason.

…………………………………. …………………………………………….

Signature & Seal of the Bidder with Date.

………………………………………………………………………………………………………………For Office Use Only1. Group No.2. Serial No.3. Nomenclature:4. Approved/ Not Approved with Position:

19

Page No S & E

Government of West Bengal

New Secretariat Buildings, 3rd floor, 1, K.S. Roy Road,

KOLKATA-700 001.

VOLUME: II.CATALOGUE OF:

Surgical Equipments, Refrigerator & Microscope, etc.

for Decentralized Units of:

DIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH,

WEST BENGAL.

EDITION : 2013-2015.

20

Page No S & E

G r o u p – A.

LIGATURE & SUTURE APPLIANCES

N.B.: i) Quotation other than Specification will not be accepted.ii) Valid Drug License (Valid up to 31/03/2015) is required for quoting Rate/s of

items of this Group, where applicable.Catalogue

No.A R T I C L E S Accounting

UnitRemarks.

LSA 1. Catgut, Sterilized Chromic Non-boilable in Foil No. 2-0. Box of 12 Foils.2. Catgut, Sterilized Chromic Non-boilable in Foil No. 1-0. Box of 12 Foils.3. Catgut, Sterilized Chromic Non-boilable in Foil No. 1. Box of 12 Foils.4. Catgut, Sterilized Chromic Non-boilable in Foil No. 2. Box of 12 Foils.5. Nylon in Hank of 100 Strands. Fine. Hank.6. Nylon in Hank of 100 Strands Coarse. Hank.7. Nylon in Hank of 100 Strands. Medium Hank.8. Needle Suture Traumatic.

Half Curve No.1-12 S.S.Packet of 6.

9. Needle Suture A traumatic.Half Curve No.1-12 S.S.

Packet of 6.

10. Needle Suture Traumatic.3/4th Curve. No.1-12 S.S.

Packet of 6.

11. Needle Suture atraumatic.3/4th Curve. No.1-12 S.S.

Packet of 6.

12. Needle Suture Traumatic.Straight Cutting Edges No. 1-12. S.S.

Packet of 6.

13. S.S. Wire for Suturing. Assorted Size.14. Black Brailed Silk No. 1 & 2. Ethicon. Spool.

15 Vicryl Thread No-(1-0) Spool16 Vicryl Thread No-(2-0) Spool17 Vicryl Thread No-(1) Spool18 Catgut, Sterilized Chromic Non-boilable in Foil No. 3-0 Box of 12 Foils.

G r o u p – B.LABORATORY & POST MORTEM EQUIPMENTS.

N.B. : i) Quotation other than Specification will not be accepted.ii) Make of Glass Articles should be only BOROSIL.

Catalogue No.

A R T I C L E S Accounting Unit Remarks.

LPM 1. Anti clot vial containing Sodium Citrate 3.2%. Size: 13 x 75 mm. Capacity to hold: 2.75 ml. of blood.

Pc.

21

22

Catalogue No.

A R T I C L E S Accounting Unit Remarks.

LPM 2. Poly-propline Bottle with rubber stopper with aluminium cap. 15 lbs. pressure per inches, weight 20 gm. per bottle. Capacity: 110 ml. (100 ml. mark should be printed on the body of the bottle). Autoclavable.

Pc.

3. Neutral Glass Vial with Neoprene Rubber Stopper with aluminium cap. Vial capacity: 3 Ml. Height: 40 mm. Circumference: 15 mm. Neoprene Rubber Stopper with single slit with 2 (two) elevated ring outer-inner portion of the aluminium cap.

Pc.

4. Freeze Drying Glass Ampoules. Length: 10 cm. Diameter (inner): 0.5 Cm, Outer: 0.6 cm, both Amber color & colorless.

Pc.

5. Pipetting Glass Rod. 3 ml. Pipette. Per Kg.6. Pipletting Glass Rod. 5 ml. Pipette. Per Kg.7. Cryo Vial Sterile. 1.8 ml. Pc.8. Cryo Vial Sterile. 4.5 ml. Pc.9. Lens cleaning Tissue Paper for Cleaning of

Microscope Lens. 1 pack.

10. Glass Marker Pen for writing over Glass & Plastic Surfaces.

Pc.

11. Microscope Cover Glass Square 20 x 20 mm. Box.12. Microscopic Glass Slide. 1-1.35 mm. thickness. Size:

1 x 3 inches Cut Edges Plain.Box containing 50

pcs.BlueCross

13. Pasteur Pipette. Sterile, Transparent, Graduated, capacity : 3 ml.

Pc.

14. PH indicated Paper. Range : 2-9, increment 0.5 Pack of 100 strips.15. Sample container Sterile.100 ml. Pc.16. Slide Box Capacity to accommodate 50 slides. Pc.17. Slide for Macmaster technique. Pc.18. Slide Mailer. Capacity to accommodate 5 slides. Pc.19. Spirit Lamp. S.S. Pc.20. Filter Paper. Whatman No.1. 24 cm. Pc.21. Petri Dish Glass 15 cm. diameters. Pc.22. Petri Dish Glass 10 cm. diameters. Pc.23. Thermo Flask. Wide Mouth 2 litre cap. With strap for

easy carrying.Pc.

24 Portable Vaccine Carrier. 5 liter external surface—HDPE Interior lining HIPS, insulated with CFC Free. Polyeurathen, removable lid type, size trap for easy carrying with sufficient number of ice bag to produce at least 24 hours cold life. Upper Lid Hinge type.

Pc.

25. Portable Vaccine Carrier. 1.5 – 2 liter external surface—HDPE Interior lining HIPS, insulated with CFC Free. Polyurethane, removable lid type, size trap for easy carrying with sufficient number of ice bag to produce at least 24 hours cold life.

Pc.

23

Catalogue No.

A R T I C L E S Accounting Unit

Remarks.

LPM 26. Autoclave-Vertical. S.S. both inner & outer chamber. 14″ x 22″ with basket. 3000 Watt, 220-240 Volt. A.C. Capable of Working at 15/20 pound pressure provided with power safety valve, pressure gauge, steam release cock, paddle lifting device & other mandatory accessories to operate. With Stabilizer.

Pc.

27. Sterilizer. Portable. Complete with Tray, Folding Stand (45 x 20 x 10) cm. 20 gauge aluminium vertical with 60-90 pounds pressure. Both Electric & spirit lamp operated

Set.

28. Post Mortem Set (Poultry) containing i) Scissor Straight IRISH … 1 pc.ii) Scissor Curve IRISH … 1 pc.iii) Rat Tooth Forceps. 8 cm. 2 pcs.iv) Mosquito Artery Forceps. 2 pcs.v) BP Handle 3 & 4. … l pc. Each.vi) Scissor S.S. 5″ Straight 1 pc.vii) Scissor S.S. 5″ Curve. 1 pc.viii) Scalpel 8 cm. 1 pc.ix) Glass Slides. 10 Pcsx) Magnifying Glass 1 Pcxi) 3 Bottles for Alcohol & other reagent.

To accommodated in a Box.

29. Post Mortem Set for Large Animals contains:Amputation Saw (12″), Pipe Saw, Blow pipe, PM Scissors, Bowel Scissors, Bone Holding Forceps (12″), Bone Cutting Scissors, Probe 2 pcs., Measuring Tape, Amputation Knife (10″ Blade) Ansuryan Needle, Nylon in hank, Amputation Knife (8″ Blade), Amputation Knife (8″ blade), Amputation Knife (4″ Blade), Desecting Forceps (8″) Round Mallet, Retractor (2 pcs.), Spine Wrench, Straight Chisel (3/4″), Chisel Astome (1¼″), Bone Gauge, Alice Tissue Forceps, one pair PM Gloves, Setol Needle, Bottle for Alcohol & Reagents (3 pcs.). “All materials incorporated in a suitable canvas bag”.

Set.

30. Stethoscope with good aquastick facility with round dial and flexible rubber tube of MDF make.

Pc.

31. Ultra Violet Light. 3 feet. 35 Watt. Philips. Complete set of dual tubes for germicidal effect.

Pc.

32. Boyel’s Apparatus-Close Circuit, with steady supply of two oxygen cylinder, 3 bottle of Halothane & one NO2 Cylinder.

Set.

33. Dressing Drum 12″ x 12″. Pc.34. Dressing Drum 12″ x 6″ Pc.35. Dressing Drum 12″ x 4″ Pc.36. Shadow less Spot Lamp overhead. 1 set.37. Weighing Machine. Bathroom type. Capacity up to 120

kg. round base. Clear display.1 pc.

38 Stethoscope with good aquastick facility with round dial and flexible double rubber tube of MDF make.

1 Pc.

24

Catalogue No.

A R T I C L E S Accounting Unit

Remarks.

39 Anti clot vial containing Sodium Citrate 3.2%. Size: 13 x 75 mm. Capacity to hold: 2 ml. of blood.

1 Pc.

40 Shadow less Spot Lamp with Stand (movable) with halogen bulb – 24Volt,50 watt, dome diameter 20”

1 set.

41 Kidney Tray (SS) – 10” 1 pc42 Instrument tray with Lid(SS)- 12”x 10” 1 pc.

43 Dressing Trolley with stainless steel top 30”x 18”x 32” fitted with SS bucket , SS bowl &SS railing on 4 sides

Pc.

44 Medicine trolley with four drawer- (76Lx46Wx81H) cm. Pc.45 Elbow length Surgeons latex sterile gloves Pc.46 Biomedical waste bin Pc.47 Electrically operated rectangular sterilizer Pc.

G r o u p – C.GENERAL SURGICAL & SPECIAL SURGICAL

(ORTHOPEDIC SURGERY, G.I. TRACK SURGERY, DENTAL SURGERY & EYE SURGERY) APPLIANCES.

N.B. : i) Quotation other than Specification will not be accepted.

Catalogue No. A R T I C L E S Accounting Unit

Remarks.

General Surgical Pack:GSI 1. Buckhan’s Towel Clip S.S. 15 cm. Pc.

2. Towel Clip. S.S. 8 cm. Pc.3. Mosquito Curve Artery Forceps S.S. Pc.4. Mosquito Straight Artery Forceps. S.S. Pc.5. Artery Forceps. Straight. 15 cm. S.S. Pc.6. Artery Forceps. Curve. 15 cm. S.S. Pc.7. Allis Tissue Forceps 15 cm. S.S. Pc.8. Straight Scissor 15 cm. S.S. Pc.9. Mayo Scissor Straight 15 cm. S.S. Pc.

10. Mayo Scissor Curve. 15 cm. S.S. Pc.11. Straight Scissor 15 cm. S.S. Pc.12. Curve Scissor 15 cm. S.S. Pc.13. Probe, straight 15 cm. (Assorted). Pc.14. Curette Spoon type, double spoon 8″ S.S. Pc.15. Needle Holder. Platinum Loop. 15 cm. Pc.16. Needle Holder Platinum Loop. 18 cm. Pc.17. Rat Tooth Thumb Forceps (2:1) 15 cm. Pc.18. Rat Tooth Thumb Forceps (3:1) 15 cm. Pc.19. Alligator Forceps. S.S. Pc.20. Mouth Gag with lock system. S.S. for Large

Animals.Pc.

21. Mouth Gag with lock system. S.S. for small animals.

Pc.

22. B.P. Handle. No. 3. Pc.23. B.P. Handle (No.4). Pc.24. Blade for BP Handle 3 (size: 20, 21, 22, 23). Packet of 6 for

each size.

25

Catalogue No. A R T I C L E S Accounting Unit

Remarks.

25. Blade for BP Handle 4 (size: 10, 11, 12, 13) packet.

Packet of 6 for each size.

26. Curved Blade for B.P. Handle No. 4. Packet of 6.27. Trocer Cannula. 8″ long, Cranial Head must be

sharp and Hexagunal cutting edge. S.S.Pc.

28. Disecting Thumb Forceps. 15 cm. S.S. Pc.29. Burdizzo Emasculator. 9″ S.S. imported. Pc.30. Burdizzo Emasculator 19″ S.S. Imported. Pc.31. Endotrachal Tube. Assorted Size.6.5 to 8.5 cm.

with (L) mount adopter.Pc.

32. Amputation Saw. S.S. Metal Handle with 30 cm. blade.

Pc.

33. Wire Saw with handle. “T” shaped. (9 yards). Pc.34. Tenaculum 15 cm. S.S. Pc.35. Dressing Forceps. 15 cm. S.S. Pc.36. Catheter Metal for Cow. 20 cm. Single Channel. Pc.37. Catheter for Cow. Double Channel. 20 cm. Pc.38. Catheter Metal for Bitch 10 cm. Pc.39. Speculum Vaginal for Bitch. Pc.40. Speculum Vaginal for Cow. Pc.41. Delivery Hook in two parts for Bovine. Pc.42. Delivery Hook with Rope “Eye Hook” type. Pc.43. Teat Slitter 3 ring, single blade. Pc.44. Milk siphon with stillet. Set of 3.45. Probang Tube for Large Animal. Flexible in

nature, easily washable, both ends with equal diameter, stomach end must be blunt with protective metal mesh.

Pc.

46 Teat Bougie Pc47 Teat Tumor extracter Pc48 Teat spiral Pc49 Ear Speculum for dog Pc

S.S.I. A. For Orthopedic Surgery.1. Chuck & Key. Standard. Pc.2. Bone Grill. Pc.3. Zimmer’s Scale. Pc.4. Depth Gauze. Pc.5. Assorted Size Bid. Pc.6. Assorted Size Screw. Pc,7. Plate Bender. Pc.8. Assorted Sized Bone Plate. Pc.9. Muscle Retractor. Pc.10. Bone holding Forceps. Pc.11. Perri-Osteal Scalpel. Pc.12. Bone Cutter. Pc.13. Intermedullary Pin (Steinman) Assorted size both

end threaded and trocar.Set.

14. Rib Shearer. Pc.15. Hammer. Pc.16. Chisel. Pc.

26

Catalogue No. A R T I C L E S Accounting Unit

Remarks.

SSI 17. Pin cutter. Pc.18. Stainless Steel Wire Assorted Diameter. Roll.19. Stainless Steel Wire Twister. Set.20. Rasp. Pc.21. Oesteotome. Pc.

SSI B. G. I. TRACT SURGERY.1. Rumen Surgery Set. One set.2. Abdominal Scissor. 18 cm. Pc.3. Intestinal Clump. Pc.

SSI C. DENTAL SURGERY SET.1. Tooth Extractor. Molar. Pc.2. Tooth Extractor Pre Molar. Pc.3. Tooth Extractor Canine. Pc.4. Tooth Extractor Incisor. Pc.5. Dental Chisel. Pc.6. Ultrasonic Scaling Machine with 3 tips. Pc.

SSI D. EYE SURGERY:1. Castro vizo speculum. Pc.2. Casro vizo speculum. Pc.3. Travismus Scissors. Pc.4. Lachrymal Cannula, Curved. Pc.5. Blunt Iris Hook. Pc.6. McBuire Corneal Scissors. Pc.7. Travismus Hook. Pc.8. Eye Dressing Forceps. Pc.9. Eye Tissue Forceps (1:2 teeth). Pc.10. Fixation Forceps with Clutch Pc.11. Castrovizo Needle Holder. Pc.12. Calibri type Forceps. Pc.13. Leur loop. Pc.14. Lens Spoon Pc.15. Mcgannon Lens Forceps. Pc.16. Silicon Irritating Bulb. Pc.17. Air Injection Canula (27 G). pc.18. Fibro dialysis Canula. Pc.19. Tinotomy Scissors. Pc.20. Castrovizo discussion Knife. Pc.21. Ziegler Knife Needle, 3 x 5 mm. Pc.22. Fibro dialysis spatula. 10 x 25 m. Pc.23. Blade breaker pc24. Desmarres Challagion Forceps. Pc.25. Snellen Entropion Forceps. Pc.26. Beaver mini blade and handle. Pc.27. Lid Retractor Pc.28. Equip Ophthalmoscope. Pc.29. Slit Lamp and Corneal Microscope. Pc.30. Schiotz Tonometer. Pc.31. Microscope, Ocular. Pc.

27

Catalogue No. A R T I C L E S Accounting Unit Remarks.

SSI E. CRYO SURGERY SET.1. Cryo Surgery Set with Cylinder including 5

different probes.Set.

2 Surgical scissor 10 cm SS Pc.3 Needle holder 10 cm ss Pc.4 Whelping forceps ss- 8” Pc.5 Otoscope Pc.

G r o u p – D.MEDICAL OUTFITS AND INJECTION APPLIANCES

N.B.: i) Quotation other than Specification will not be accepted.Catalogue

No.A R T I C L E S Accounting

UnitRemarks.

MOIA 1. Hypodermic Syringe All Glass Neutral2ml Pc.2. Hypodermic Syringe All Glass Neutral5 ml Pc.3. Disposable Poly Syringe. 1 ml. Pc.4. Disposable Poly Syringe. 2 ml. Pc.5. Disposable Poly Syringe. 5 ml. Pc.6. Disposable Poly Syringe. 10 ml. Pc.7. Disposable Poly Syringe. 20 ml. Pc.8. G.T.V. Needle. S.S. (Leur Mount). Box of 12 pcs.9. Hypodermic Needle. S.S. Fine for Small Animal

(No. 22, 23, 24).Packet of 12

pcs.10. Hypodermic Needle. S.S. (No. 16 to 19). Packet of 12 pcs.11 Automatic Tuberculin Syringe. Pc.12. Auto Vaccinator for Poultry Capacity to deliver fixed

doses of vaccine per ejection for at least 50 times on one time filling, increment 0.25 ml

Pc.

13. Vacutanor with needle Anticoagulant. Pc.14. Vacutanor without needle Anticoagulant. Pc.15 Infusion set with temporary intravenous infusion

channel Pc.

16 Top infusion set(scalp vein)/Butterfly needle-18 gauge Pc.17 Top infusion set(scalp vein)/Butterfly needle-20 gauge Pc.18 Top infusion set(scalp vein)/Butterfly needle-22 gauge Pc.19 Top infusion set(scalp vein)/Butterfly needle-24 gauge Pc.20 Good quality S.S. nail cutter with plastic or rubber

handle cover for small animalsPc.

21 Boilable re-useable Poly syringe-2ml Pc.22 Boilable re-useable Poly syringe-5ml. Pc.23 Boilable re-useable Poly syringe-.,10ml, Pc.24 Boilable re-useable Poly syringe-,20ml., Pc.25 Boilable re-useable Poly syringe-, ,30ml. Pc.26 Semi Automatic repeater syringe, FMD gun-

(dose adjustable 1 to 5 ml.) – capacity 50 ml. or 30 ml.

Pc.

28

G r o u p – E.SURGICAL DRESSING, ETC.

N.B.: i) Quotation other than Specification will not be accepted.ii) Sl. No. 2 must conform to IB/BP/BPC Specification. Bidders quoting Rates for the

items must produce duly attested photo-copy of Valid Drug License from the Competent Authority or Validity Certificate, if the same is under renewal.

Catalogue No. A R T I C L E S Accounting Unit Remarks.

SD 1. Cotton Absorbent Packet of 400 gms. 2. Cotton Non Absorbent Packet of 400 gms

3. Bandage Roll 5 cmX5 mt Pack of 12 Rolls4. Bandage Cloth in Than 0.91 mt X 16.5 mt

should be starch & chemical free. Count of year should not be less than 52 TPI

480 gm in each Than

5. Gauge bleached Than. 0.64 mt X 16.5 mt should be starch & chemical free. Count of year not less than 27 TPI

280 gm per Than

6. Duster, 60cm X 60cm Pc7. Towel-Turkish 1.2mt long per Pc8. Towel (ordinary) 1.1mt long Pc9 Adhesive Tape 2’ spool10 Sterile absorbent gauge packed in sterile poly

pack- single piecePc

N.B. Serial No. 2 & 3 must conform to BP/BPC specification. Bidders quoting rates for the above item must produce duly attested photo copy of valid drug license from the competent

authority and validity certificates.

G r o u p – F.MISCELLENEOUS STORES

N.B.: i) Quotation other than Specification will not be accepted.Catalogue

No.A R T I C L E S Accounting Unit Remarks.

MS 1. Bucket E.I. with Lid. 10 liter. Per pc. 2. Casting Rope. Cotton with leather bound end.

11.5 meter x 1.25 cm.Per pc.

3. Clinical Thermometer. Round bulb. Per pc.4. Pestle & Mortar. Porcelain 250 ml. Per pc.

5. Coat Pattern white apron with metal/plastic button. Half sleeves.

Per pc.

6. Gum Boot of different sizes. Per pair.7. Ankle Boot of different sizes. Per pair.8. Rain Coat with cap made of best quality rubber.

Standard size.Per pc.

8. Spatula Blade 3″/4″ with wooden handle. Per pc.9. Pill-tile porcelain. 8″ x 8″ Per pc.10. Pestle & Mortar Glass. 250 ml. Per pc.11. Surgeon’s Head Cap, Cotton, Green Colour Per pc.12. Face Musk, Cotton, Green Colour. Per pc.13. Shroud, Green, 4′ x 2½′. Per pc.

29

14. Half sleeve surgeons Latex gloves(No.6&7) Pair15. Aluminium Box (30x22x9) cm. Per pc.16. Aluminium Foil. (9 m. x 30 cm. x11 micron

thickness).Per Roll.

17 Rectangular dressing tray, E.I. With lid Pc18 Kidney shaped tray, E.I Pc

G r o u p – G.HOSPITAL FURNITURE

N.B.: i) Quotation other than Specification will not be accepted.Catalogue

No.A R T I C L E S Accounting

UnitRemarks.

HF 1. Instrument Cabinet built 38 x 38 x 3 cm.Angle Steel welded joints, white enamel, 4 mm. thick glass sheet, glass door & size 6 mm. thick polished edges. 5 glass shelves with 1.25 mm. Sheet or C.R. sheet back. Dust proof by providing good quality of felt in all inner side of the glass door. Size : 150 cm. x 60 cm. x 40 cm.

Per pc.

2. Refrigerator with suitable stabilizer.190 liter capacity, 5 star rating, glass shelves

Per pc.

3. Refrigerator with suitable stabilizer.290-315 liter capacity, double door,3 star, glass shelves

Per pc.

4. Bottle Cooler, 400-450 liter capacity, A.C. operated with PUF insulation with Stabilizer. Temperature Range: 2-12°C.

Per pc.

5. Saline Stand. Adjustable height. Per pc.6. Small Animal Operation Table.

Automatic. Stainless Top of 4’ long & 32″ width, Hydraulic Facility. Height: 75 cm. min. & 90 cm. maximum, Foot puddle, side end control, detachable 4″ cushion cover with high quality of Rexene. Easily movable, floor locking system & tilting lateral. Drainage hole in the extreme corner of the top of the table.

Per pc.

7 Large Animal Operation Table:Hydraulic Operation Table with capacity of lifting 1000 kg., Table Top size : 2175 x 1000 cm. Head rest: 700 x 56 mm. Side tilled and height adjustment facility.

Per pc.

8 Instrument Trolley. Table Top: 4′ x 2½′ Glass Top with two shelves.

Per pc.

9. Examination Table for small animal. S.S. Per pc.10 Stretcher Trolley with detachable aluminum top

6’Lx32”Hx2’W1 Pc

30

G r o u p – H.SPECIAL HOSPITAL INSTRUMENT

N.B.: i) Quotation other than Specification will not be accepted.Catalogue

No. A R T I C L E S Accounting Unit Remarks.

HI 1. Microscope Monocular: Straight with 3 eyepieces 5x, 10x, 15 x. Three objectives 10x, 40x & 100x. (Oil immersion) Condenser with Irish diaphragm and mirror, graduated mechanical stage, rack, pinion focusing arrangement in wooden box with keys.

Per pc.

2. Microscope Binocular (Research type): Straight with 3 eyepieces paired 5x, 10x, 15x. Four objectives 4x, 10x, 40x & 100x. (Oil immersion) Condenser with Irish diaphragm & mirror, graduated mechanical stage, rack, pinion focusing arrangement in wooden box with keys.

Per pc.

3. Shortwave diathermy. 450 Watt, Operating Frequency: 27.12 M Hz. Operating Voltage: 200-240 Volt/50 Hz., Castro Wheel for easy move ability & with all accessories. Output Power: 500 Watt (can be adjustable from 100-500 Watt.)

Per pc.

4. Laparoscope. i) Single Chip, Digital Camera with Zoom facility,ii) Autoclavable Laparoscope of 10 mm, 5 mm & 5 mm. full

screen laparoscope, adaptor for connection with all convectional chord and must be scratch resister.

iii) Electrical Light Source: 60 Volt, manual shutter, fiber optic, bundle with connector dimension (21 cm. 8 cm. & 13cm.

High Flow Insufflators – Central Display, Monitor Tubing Set, Filter, 20L Insufflations.

Per pc.

5. Ultra Sonography Machine: Provided with Patient Inspection Table covered with Foam pack. Probe – 3.5 MHz/ & 7.5-8 MHz. (Rectal), Thermal Printer, Machine Trolley Stand, Thermal Paper, Jelly, etc.

Per pc.

6. Pulse Oxymeter: Plethysngraph on 1st channel and ECG for 2nd channel and separate visual alarm indicator for ECG and SPO-2 Electrical & Battery Facility.

Per pc

7. ECG Machine. Per pc.8. Foetal Doppler: Auto manual counting, display and

battery level indication, Frequency – 2 MHz with probe. Per pc.

9. Bed side Cardiac Monitor: Portable all recording facility and chargeable battery attachment.

Per pc.

10. X-Ray Machine: 100 mA with suitable table and potter buchy facility and overhead railed to be supplied with following accessories.i) Lead Glass : 4 pairs;ii) Lead Marker: 2 sets.iv) Lead Apron (Half Sleeves): 4 pair.v) Lead Screen with viewing window: 2 pcs.vi) 9 lit. S.S. stand: 4 pcs.vii)High Speed Kodak Film(small & medium size)viii) Intensify Screen.ix) Fixer 15 packs.x) Developer: 25 packs.xi) Viewing Box: 4 pcs. Along with installation.

One set.

31

11. X-Ray Machine: 300 mA 300 mA., 125 KVP, Exposer time: 96 tape electronic timer, digital display for KV, mA, mAS and ceiling fitted by overhead rail. With installation.

Per pc.

12. Semi Auto Analyzer, Digital display with printing facility. Per pc.13 ULTRA SONIC FOETAL DOPPLER

i) Transmission Gelii) Working Frequency: 2 MHz ± 10%iii) FHR Measuring Range: 60 to 219 BPMiv) Audio Output Power: 0.5 Wattv) Auto Shut off facility

Per pc

14 Electronic hair clipper for small animal-220 Volt Pc15 Formalin chamber made of Fibre glass/high molecular weight

polymer-36” longx18” widex12”height with horizontal tier Pc

16 Foreign body metal ditector with 4 batteries 1.5V each,direct optical indication via scale & acustic indication via headphones,complete with carrying to hang around

Pc

17 Dehorner- Electrical – 200Watt, 230 Volt, Pistol Handle with 20 mm brass tip

Pc

18 Dehorner- Manual Pc19 Mastitis Diagnosis Kit Pc

G r o u p – I.Artificial Insemination Accessories.

N.B.: i) Quotation other than Specification will not be accepted.Catalogue

No. A R T I C L E S Accounting Unit Remarks.

AIA 1. Heat Detector: for examination of ferning pattern of surgical mucous. Provided with eyepiece, magnifying lens, battery box, slot for test slight, push button switch, reference calendar, covered glass slide, pencil cells 1.5 Volt. Etc.

Per pc.

2. Straw Thawing Machine: Provided with highly accurate thaw monitor temperature indicator fitted retrieval basket & power cord. The unit should be operable at 12V & should be provided with AC adopter unit to operate at 220-250 Volt preferably provided with long life rechargeable battery with 12 Volt output.

Per pc.

3. Bio Degradable Full Sleeves Gloves for rectal examination of cattle & buffalo.

Per pc.

4. Straw Cutter. S.S. Per pc.5. A.I. Sheath, French, Medium. 0.2 ml. capacity, Tip of

one end is beveled.Per pc.

6. Valcellum Forceps. S.S. 50 cm Flat Mouth, Angular Cut. Per pc.7. Valcellum Forceps S.S. 30 cm. Flat Mouth, Angular Cut. Per pc.8. Frozen Semen Straw Goblet. Polythene.

Assorted Colour. 35 mm. x 118 mm.Per pc.

9. A.I. Sheath Container. Polythene.50 Sheath capacities both end with threaded cap.

Per pc.

10. A.I. Sheath Container, Polythene, 10 Sheath capacity, both end with threaded cap.

Per pc.

11. A.I. Gun. 0.25 ml. Per pc. Sd/-

(Dr. S. Bose)Director of Animal Husbandry andVeterinary Services, West Bengal