ffit'$s.r.-7Y,\s--'.V-\r "rr-!)--\-r}FmI:J>
Krishi Vigyan Kendra,Kota(Agriculture University, Kota)
8 07 44-23267 26 (O) E-mai I : kvkborkherakota@gmai l.com
No AU/ KVK/ Kota/2019-201 2 \ I \ Date: 02 .03.2020
TENDER NOTICE
Sealed tender are invited from the manufactures/authorized
d.ealers/registered suppliers for procurement of farm implement costing
approximate Rs. 4.00 lakhs, More details and tender docrrments are
available from O3.O3.2O2O to 12.O3.2O2O on University website
www. aukota. org or http : / / sppp. raj asthan. gov. in.
\'4s,ny'SENIOR SECIENTIST AND HEAD
\t^J'Y( V 4"fr4- s$-
ffiY."\W.4.-7\,\@;z-"c/miw
*
Krishi Vigyan Kendra,Kota(Agriculture UniversitY, Kota)
B 07 44-23267 26 (O) E-mai I : kvkborkherakota@gmai l.com
lo. AU/ l(YW Kotal2019-2012 I B'l Date: 02.03.2020
frfril WqT
dq gm, Mffiri/3r0ef, g6i17r$-qf, qwrq-it t frerfR'( qq, ii fr-d{< ftm 3rI{B(
of qrfr tlfrft-o * rrriltra sfirEa ftaqur ffiqrcrq of ilq-sr{d www.aukota.org w qr rJd qlCo
http://sppp.rajasthan.gov.in \.q http://eproc.rajasthan.gov.in q( td qT s-fi-fr t t fr-fufl sRE
ffitr G ereqer, EE fr-arc dq, otdr q{ rrgf,/sql osrft e}fr t
ftfr--Er mrd vgo s. 5ool- q utrs qrfu zx Bqt-fiT5flr oT W to 3{arsr -&9, selec
account of programme Coordinator KVK AGRI UNI KOTA, in ICICI Bank, Branch Nayapura, Kota, SB Aic
No. 687801700400 (IFSC Code No.lCIC0006878) d cl-rl qq tq di t
Name of implements : Multicrop thresher, seed dril!sc6'{q or fu+rq:
Fqsr4T
qRqfcFn oIIFI
fifilErof ar.roFrqf 0
wl-fl {rIcI(s61 ,
zoh
tirffir s.Hsrrel *iof ftqp- u
grl-q
RTffiT wHfum-q qfr
oTftq fd{rfiqti sq-q
fifilEriI q.Hqqr o-qi
of fuqf-6 qsrrq
rflrrilq#qffft-{i6q STFI
ord 6lcr-{E
01 Strengtheningofinliastructure at
KVKs and
AgricultureUniversity,Kota forenhancing thequality seed
production(RKVY)
4.00 dI€I z% qI qdaooo / -
$qd
os.os.zozo €gffl: 10:00
q\n
12.03.2020
o) nrf,'io'30 {d
n-6
12.03.2020
o) crf,,11:30 qd
ilo-
12.03.2020
o) qtc-6{
r'oo qd
T{wrg3TrtPT
dzfu{s n
S.No. Description of Items Approx.Qty.
Estimated Costinclusive all
taxes, FOR &installation(Rs. in lakh)
EarnestMoney Rs.
(2o1,)
I Multicrop thresher heavY dutY 0t4.00 8000/-
2. Seed drill single box 01
Tractor mounted front scraPer 0lTotal 03
\\4 t,'tfqR€ ffi{5. G eteqm\Y,,C
V $s,*4,,-N.\-
1-
ffi\!'\\H;7r';\.\@-.'/'cltWr
Krish i Vigya n Kend ra, Kota(Agriculture University, Kota)
8 0744-2326726 (O) E-mail: [email protected]
No. AU/ KVW Kolat2g19-297 zl Bl Date: 02.03.2020
OPEN TENDER NOTICE
Sealed tender are invited from the m an ufact ures/aut h o r i zed dealers/registered suppliers forof farm i The techn ifications of the fient of tarm im technical specifications of the fhrm implement is as follows:
S.No. Details of farm implementst
Approx.Qty.
Estimated Costinclusive all taxes,
FOR & installation(Rs. in lakh)
1 Multicrop thresher four fan double lvheel double speed
0l 4.00
Multicrop thresher heavy duty : Dimension- length 3950-4000 mm, width 1700-1750 mm, height 2500-2550 mm,Cylinder blade 60-80, No. of Sieves-4, threshing drum,width 800-850 mm, length-1500-1600 mm, No. of Blower-3, wheel -2 (8.50X16 ring type) , Capacity 700 kg-1900kg/hrs, weight 1800-2000 kg (approx.), Tyre 8.25x16.Proper threshing and cleaning efficiency :95-100o/o, drive :
PTO, Speed : adjustable with complete and performancework safetyMajor Crop : Soybean, Blackgram, Mungbean, PaddyMustard, Gram, Wheat, etc.
2 Seed drill(Seed drill single box, seed capacity- 40 kg, no. of rows - 9
, row spacing-7,5 inch, seed metering device - rubber type,approximate weight - 250 ke.
0l
J Tractor mounted front scraper(size 7X2.5 feet, sheet 6 mm blade high tension iron,Cylinder 2 No., size 40X70 mm, structure channel 100X50mm main box angle 90X10 mm frame angle 75X8 mm,control valve (Hydraulic control) and Hydraulic pipecomplete
0l
Total 03The last date of receipt of sealed tenders in the office is
of tender shall be opened on the same day in presence of12.03.2020 at I :00 PM.
12.03.2020 aI
the tenderer
1 1:30 AM. The technical bid
by the tender committee at
y'yfSenior Scientist and Head
Mt,/V- AGd-"{s}_
Krisf'tl Vlgyan Kendra,Kota(Agriculture UniversitY, Kota)
8 07 44-23267 26 (O) E'mai I : kvkborkherakota@gmai l.com
f.to. ntY XVW Kotat2019-20/ 2 \ 02.03.2020
Sub.: Tender form for supply of-------------------Ref.:OurY t f Y dated
Dear Sir,With reference to your letter cited above, please find enclosed herewith the followings:
l. Tender form for supply of..... ...... Technical Bid'
2. Tenderform for supply of..". ....'. Financial Bid'
3. Special Terms and conditions of the tender for specific equipment to be supplied.
4. General terms and conditions of tender.
5. Custom Duty/Excise Duty exemption certificate'
The tenders have to submit in separately for technical bid and financial bid on or before
12.03.2020 at 11:30 AM. They must submit all specifications of the equipments/implement along with'
the company brochures with technical bid. While the tenderer must deposit the amount of tender fee,
earnest *on.y and RISL fee through RTGSA..IEFT in the SB/Ac account of Programme coordinator
KVK AGRt UNt KOTA, in ICICI Bank, Branch Nayapura, Kota, SB A/c No. 687801700400 (IFSC Code
No.lCIC0006878) prior to submitting tender.
Please Note:I . The tender form may be downloaded from 03.03.2020 at I I :00 AM to 12.03.2020 at l0:30 AM.
2. No tenders will be entertained without tender fee, earnest money.
3. Tender must be submitted in separately for technical bid and financial bid.
4. The category tenderforsupply of ...'. .... must be mentioned along with due date
i.e................5. The tenders may be submitted up to I 2'03'2020 at I I :30 AM
6. Technical gia shatt be opened on 12.03.2020 al l:00 PM and the financial bid will be opened
only of those tenderers whose technical bid is qualified earlier.
Encl.: as quoted above. )\s'l/Senior Scientist and Ilead
)4( V A{"-.f d..r
Krishi Vigyan Kendra,Kota(Agriculture University, Kota)
8 0744-2326726 (O) E-mail: [email protected]
No. AU/ KVI( Kota/2019-201 zt 8l
Tender for supply of Farm implement at Krishi Vigyan Kendra, Kota
Date: 02.03.2020
Note: Tender must be submitted strictly in accordance with all the terms & Conditions of the
Tender-Notice and in the tender form issued by the University, Otherwise the tender shall not be
considered ind shall be rejected outright. Counter conditions shall not be accepted. Tenderers should read
these conditions very carefully and comply strictly before submitting the tender. If a tenderer has any
doubt regarding the interpretation of any of the conditions or specifications mentioned in these
documents, he should refer the same to the Comptroller and seek clarification before submitting the
tender. The decision of the committee regarding interpretation of the conditions and specifications shall
be final and binding on the tenderers.
There are two sets of tender forms containing the following documents:-
1. Tender form for supply of..... ...... Technical Bid.
2. Tender form for supply of..... ..,... Financial Bid.3. Special Terms and conditions of the tender for specific equipment to be supplied.
4. General terms and conditions of tender.
5. Custom Duty/Excise Duty exemption certificate.
Please retain one set for your record and submit one complete set duly filled in, signed and stamped on
every page along with the earnest money remittance evidence, failing which, the tender will be rejected.
Encl.: As above. nH\X
Senior Scientidt and Head
Details about the tenderer: To be filled in by the tenderer:I . Name & Complete postal address and contact telephone number of the Tenderer:
2. Earnest Money, tender form fee and RISL fee deposited vide Unique Transaction Reference No.
(Name of Bank).(Bank Branch)
I/We declared that IAVe have read all the terms and
mentioned in all the above documents of the tender-form
Dated:
conditions & specifications of the workand l/we agree to abide by them.
Signature of the Tenderer(With Stamp)
Mef $r-4.R^4- $$-'
Krishi Vigyan Kendra,Kota(Agriculture University, Kota)
8 07 44-2326726 (O) E-mail: [email protected]
No. AU/ KVI( Kota/2019-201 z t 8 \
TENDER FORM-TECHNICAL BID
To,The Senior Scientist and HeadKrishi Vigran KendraBorkhera, Kota (Raj.)
Sub.: Tender Form for supply of..............In response to the above referred Tender Notice, lf we are
offer for supply of items .. (Name of
4. Any other information which the Tenderer considers relevant andof his technical bid should be also submitted'
I/we hereby certify that the above information is trueknowledge and nothing has been concealed.
Date:02.03.2020
submitting Technical Biditems) . The details are as
under:1. Name of the Tenderer2.
(a) Address of the Tenderer(b) Phone No....., ..... Mobile No(c) Fax. No........."...
3. rechnical uia "r,aii'il"
;;;1;;;;J;.,'rr," rotto*ing criteria:(a) Work experience: Expertise in manufacturing/supplying of such equipment at the national
and international level. Name of the institute gnd place where such system has beensupplied and commissioned. Year of delivery to these institutes. Annual turnover of theTenderer for last five years (Rs. In Lakhs). Place of manufacturing/assembly factory withcomplete details. Website of supplier and expertise in other systems, if any.
(b) Evidence of having complete suppty of such systems in Rajasthan, at the national andinternational level, if any,
(c) Work in progress: Number of offers in the hands for supplying such systems in the country.(d) Proof of satisfactory work done (no. of enclosures) from public funded institutions including
after repair facilities extended for the system, if any.(e) Proof of having done supply of similar items in quantity in stipulated time.(0 The tenderer must give all details of specification of the equipment very clearly and must be
self-exp1anatory.useful for consideration
to the best of my/our
Signature of the Tenderer(With Firm's Rubber Stamp)
M( r\a 4r4t "5s">
M'f
DECLARATION BY TENDERERS
I/We declare that I am/We are bonafide Manufactures/whole sellers/soleDistributors/Authorized dealers in the goods/stores/equipments/farm implement forwhich I/We have tendered.
If this declaration is found to be incorrect, then without prejudice to any other
that may be taken, my/our security may be forfeited in full and the tender if any to
the extent accepted may be cancelled.
Signature of the Tenderer
+- +s4-- {s$-
Krishi Vigyan Kendra,Kota(Agriculture University, Kota)
8 0744-2326726 (O) E-mail: [email protected]
No. AU/ KVK/ Kota/2019-20/ z \ t
DETAILED TECHNICAL SPECIFICATIONS
I
S. No. Details of farm implements/machinery1 Multicrop thresher four fan double wheel doqble speed
Multicropthresherheavyduty:Dimension-length3950-4m1750 mm, height 2500-2550 mm, Cylinder blade 60-80, No. of Sieves-4, threshingdrum, width 800-850 ffiffi , length-I500-1600 mm, No. of Blower-3, wheel -2(8.50X16 ring type) , capacity 700 kg-1900 kg/hrs, weight lg00-2000 kg(approx.), Tyre 8.25 x16 . Proper threshing and cleaning efficiency : 95-lo0o ,drive : PTo, Speed : ad.iustable with cogrplete and performance work safetyMajor crop: Soybean, Blackgram, Mungbean, paddy Mustard, Gram, wtreat erc.
2 Seed drill(Seed drill single box, seed capacity- 40 kg, no. of rows - 9 , row spacing - 7.5lnqlaseed metg!4gdevice - rubber type, approximate weight - 250 ke.
3 Tractor mounted front scraper(size 7x2.5 feet, sheet 6 mm blade high tension iron, Cylinder 2 No., size 40x70mm, structure channel 100X50 mm main box angle 90X10 mm frame angle 75X8mm, control valve (Hydraulic control) and Hydraulic pipe complete
SIGNATURE OF THE TENDERER(WITH HIS FIRMS RUBBER STAMP)
Vr,{ k 4cq- "s'>
ffi\l)ur-2"1,/W
Krishi Vigyan Kendra,Kota(Agriculture University, Kota)
8 07 44-23267 26 (O) E-mai I : kvkborkherakota@g mai l.com
No. AU/ KVK/ Kota/2019-2ot r t tl
Name of work: Farm implement
Date:02 .03.2020
The technical bid should include
frfuil .nrd vgco s. 5oo /- s q-t-6r qtfu z% SBIAI account of Programme Coordinator KVK AGRI
UNI KOTA, in ICICI Bank, Branch Nayapura, Kota, SB A/c No. 687801700400 (IFSC Code
No.lCIC0006878) d RTGS/iJEFT gm qqr ori or ft=q-{"r Unique Transaction Reference No. (UTR)*
l. Signed tender form (accepting terms and conditions).
2. Last Date and Time for submitting:
3. Date and Time for opening:
4. Tender Fee, E,MD
5. A uthori zati on/manufacturi ng/regi strati on certi fi cate/O EM
6. PAN details and Bank Account details
7. GST registration certificate /Registered through company act
8. Annual tumover certificate of firm.
9. Technical bid should also contain product brochure with full specification and information.
10. All the relevant documents required in tender document
I l. Details of Items
Time: I l:30 AM Date: 12.03.2020
Time I :00 PM Date: 12.03.2020
S.No. Description of Items Anprox. Otv.1. Multicrop thresher four fan double wheel double speed 0t
2. Seed drill single box 0t
3 Tractor mounted front scraper 0l
Total 03
M( 1!- 4'G4=-s$
ffi[n$"*V.7.-7\}}sr,-r'.Vqffi
Krishi Vigyan Kendra,Kota(Agriculture University, Kota)
8 0744-2326726 (O) E-mail: [email protected]
No. AU/ K,/KI Kolal201 9-201 Date.02.03.2020
FINANCIAL TENDER FORM
The Senior Scientist and HeadKrishi Vigyan KendraBorkhera, Kota
Sub: Quote your lowest rate for supplying the Farm implement
Sir,
SignatureName of J'enderer/Suppl ier:
WH(Address:
S.No. Farm implement Approx.Qty.
Tender rate (in Rs.Figure and wordsper unit) inclusiveall taxes, FOR &
Installation per unitI Multicrop thresher four fan double wheel double
speed0l
2 Seed drill single box 0l
) Tractor mounted front scraper 0l
Mobile No:
TERMS AND CONDITIONS:l. Equipment have to be supplied from ready stock within a period of 7 days from the date of dispatch
ofsupply order.2. Supply will be made at KVK, Kota, AU, Kota.3. Payment will be made after equipment's satisfactory installation and demonstration.4. The approved rate must be FOR & installation at KVK, Kota, AU, Kota.
5. Firm/ Party/ Tenderer should be registered in commercial taxes department & must have GSTNumber.
6. The tender may be down loaded from university website www.auko[a.org or http://sppp.rajasthan.gov.in
7. If the tender form is down loaded from university website or Rajasthan State Public Procurementportal, an additional demand draft of Rs. 500/- along with earnest money 2oh of estimated cost ofequipment Rs. 8000/- drawn in favour of SB/Ac account of Programme Coordinator KVK AGRIUNI KOTA, in ICICI Bank, Branch Nayapura, Kota, SB A/c No.687801700400 (IFSC Code
No.1CI€0006878) should be attached with tender form8. The successful tenderer will have to deposit @ 5% of the order value as security at the time of
sigrring agreement within a period of 7 days from the date of declaration of successful tenderer.
The security is to be deposited in the office of purchaser (lndentor). The security deposit will be
refunded after the end ofguarantee/warranty period.
9. Equipment to be supplied must have specific warranty period minimum 12 months after
installation.
10. The supplier must be authorized dealer and cerlificate of the same should be submitted along withtender form.
ll. If any tax is to be paid extra mention it clearly otherwise it will be consider considered inclusive inthe rate quoted.
12. Specifications will be rigidly used for checking the equipment.13. Quantities given are approximate and final orders may be placed as per requirement.
14. Tenders must be submitted in favour of the Senior Scientist and Head, KVK, Kota AgricultureUniversity, Kota, in properly sealed envelope (on the envelop please clearly mention the title oftender and due date).The rates should be mentioned in figures and words by ink or typed, if any discrepancy occurs in
figure and words then word should be taken in consideration.Unsigned tender will be liable to rejection.University reserves the right to accept any tender not necessarily the lowest, may also re.iect any
tender without assigning any reason and accept one or more tender for all or any one or more items
for which tender has been submitted.Last date of receipt of the tender in the office undersigned is dated 12.03.2020 at ll:.30 AM.'I'hetechnical bid of tender shall be opened on dated 12.03.2020 at l:00 PM before purchase committee.
The tenderers or their representative may choose to attend the meeting.
19. Validity of tenders will be 90 days from the opening of tenders.
20. Payment will be made within l5 days after submitting the printed bill with GST No. to KVK office.
21. In case of delay in the delivery the recovery shall be made on the basis of following percentages ofvalue of stores which the-tendered failed to supply.(a) Delay up to one fourth period of the prescribed delivery period. 2.50%(b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period. 5.00%(c) Delay exceeding half but not exceeding three fourth of the prescribed delivery period. 1 .50%(d) Delay exceeding three fourth of the prescribed delivery period. 10.00%
22. If any term in not mention in tender form it will be applicable as RTPPR 2013 (Rajasthan
transparency in public procurement rules 2013) which can be seen on finance depaftment web site
www. fi nanceraj asthan. gov. i n
23. lf any I all disputed matter will be decided at jurisdiction area Kota.
16.
17.
15.
18.
HK $-- 4o<e--.*,.>
N?/fSenior scientis{ and Head
our/my offer to Equipment for up gradation of existing seed grading plant
Multicrop thresher four fan double wheel double speed
Seed drill single box
Tractor mounted front scraper
For Krishi Vigyan Kendra, Kota is with enclosed terms & conditions laid down
university as mentioned above.
Name and full Address of Firm/Tenderer
Tel. No. an&Mobile no-
Signature of Tenderer
by the
tw( V \s*a'- rs$-
AGRICULTURE UNIVERSITY, KOTA
GENERAL TERMS AND CONDITIONS OF TENDER
NOTE:- Tenderers should carefully read these conditions and comply strictly while submittingtheir tenders' If a tenderer has any doubt regarding the interpretation of any of the conditions orspecifications mentioned in the Tender Form,alotice, he should refer these to the DirectorExtension Education and obtain clarification before submitting the tender. Decision of tJniversityregarding the interpretation of the conditions and specifications shall be final and binding on thetenderer.,
I. DEFINITIONS:(i) The term 'the contract' shall mean the invitation to tender, the instructions to the
tenderers, acceptance of tender hereinafter defined and those general conditions andspecial conditions related to the tender.
(ii) The term 'the contractor' shall mean the person, firm, company or anybody to whom theorder for the supply is placed. In the case of person, it shall be deemed to include hissuccessors, heir and legal representatives where the context so requires.
(iii) The term 'delivery' shall mean delivery by the stipulated dates and the places specified inthese conditions or special terms and conditions and/or supply order issued in this regard.
2'The e-tenders should be submitted to the Senior Scientist and Head, KVK, Kota, (AgricultureUniversity, Kota) before the due date and time. Any tender submitted aflter prescribed timeshall not be considered.
The tenders will be opened on 12.03.2020 at l:00 PM in the office of Senior Scienrisr andHead, KVK, Kota, (Agriculture University, Kota) before the committee constituted for thepurpose by the University as specified in the NlT/special terms & conditions.
3' Tenderer who is not registered under the GST prevalent in the State where his business islocated shall not be eligible to participate in the tender. The GST Registration Numbershould be quoted and a Sales Tax Clearance Certificate from the Commercial/Sales Taxofficer of the circle concerned should be submitted without which the tender is liable to berejected.
4' (i) Rates must be written both in words and figures. lf there is any variation in words &figures. the lower of the two shall be considered. There should be no erasure, alteratiorror overwriting in the tender. Where any alteration is made, it should be initialled withdate by the tenderer failing which such tender may be rejected. No paper shall bedetached from the tender documenr.
\-{t{
6.
(ii) Rates must be quoted F.O.R. Destination at the Indenter Office or at specified places
mentioned in the special terms & conditions and should include all charges and taxes. If
required should be mentioned separately.
(i) Tenders shall be valid for a period of six months from the date of opening of the tender
for the purpose of communicating the acceptance of tender offer.
(ii) After a tender has been accepted, the rates shall remain valid throughout the period for
which tenders are invited.
(iii) If at any time during the period of contract the contractor reduces the sale price of
Tgndered items/equipment to any other purchaser at a price lower than the price
approved under the contract, he shall forthwith inform such reduction or sale to the
Senior Scientist and Head, KVK, Kota, (Agriculture University, Kota) and the price
payable under the contract for the Tendered items/equipment supplied after the date of
coming into force of such reduction in sale shall stand correspondingly reduced. The
successful tenderer has to furnish certificate to the effect that the provision of this
clause has been fully complied with in respect of supplies made or billed for up to the
date of certificate. The successlul tenderers shall furnish this certificate to the Senior
Scientist and Head, KVK, Kota, (Agriculture University, Kota) at the beginning and at
the end of each six monthly period thereafter during the currency of the contract and at
the end of the contract period that they had complied with this clause of the contract. In
case of breach of this condition the tenderer may be black listed and debarred in future'
(i) Tenderers shall specifically mention their capacity while submitting the tender.
a) Whether signing as a "Sole Proprietor".
b) Whether signing as a "Partner" of the firm.
c) Whether signing as Secretary, Manager, Director etc. in the case of Companies
Authorization of this effect be submitted with the tender.
(ii) Tenderers should sign the tender form at the end of each page as a token of his
acceptance of all the terms and conditions of the tender and should also sign the page
on which rates are quoted.
(iii) If the tenderer resiles from his offers or add new terms & conditions after opening of
the tender, his earnest money is liable to be forfeited.
(iv) The submission of more than one tender for the one and same category and under
different names is prohibited. If it is discovered at any time that this conditions has
been violated, the tender submitted by such firms shall be rejected or contract(s) shall
be cancelled and the earnest money or security deposit(s) shall be forfeited.
8. The tender must be accompanied by Earnest Money as per the NIT, without which tender
will not be considered and rejected outright.
7.
F( t!--- qrf;qr- "S,)-
9. Successful tenderer has to deposit security @5% of the ordered value in addition to earnest
money submitted at the time of tender. The security amount is to be deposited in the office
of indenter in the form of Demand Draft, Bankers Cheque of a scheduled bank.
10. It is emphasized that no tender will be considered without earnest money. Request for
adjustment of previous security/earnest money or deduction of earnest money amount from
pending bills shall not be considered.
11. The earnest money will be refunded to all unsuccessful tenderer after finalization of the
tender. Earnest money of successful tenderer will be retained as security for the full period ofcontract and it will be refunded within six months after the expiry of contract period provided
there is no complaint from any of the indenting (purchasing) officers.
12. Successful tenderers will have to execute an agreement in the prescribed form with Senior
Scientist and Head, KVK, Kota, (Agriculture University, Kota) on a non-judicial stamp ofRs.500/- which will be purchased by the successful Tenderer in his name and at his cost,
within a period of seven days from the date on which the acceptance of the tender is
communicated to him.
13. The tenderer shall be responsible for goods being sufficiently and properly packed for
transport by rail or road transport so as to ensure their being free from loss and breakage tillthe delivery of goods at the stores of the indenting (Purchasing) Officer. If the contractor so
desires, he may insure valuable goods. For loss or damage, breakage, leakage or shortage
discovered by the Intender, the tenderer shall be liable to make good the same at his own
cost. The tenderer may present himself or depute any of his representatives to watch any
damage or loss discovered at the destination to verify the same if desired.
14. The successful tender shall not assign or sub-let the contract or any part thereofto any other
party.
15. (i) All goods (approved supplies) must be sent freight paid. If goods are sent freight to
pay, the freight together with an administration change of l}oh of the freight charges
will be recovered from the supplier's bills.
(ii) Each bale or package shall contain a packing note quoting the acceptance order or
supply order no. date and details of contents.
(iii) Payment for the supply shall be due and payable by the Purchasing Officer to whom
supply is made when the goods are delivered strictly in accordance with the supply
order and is found to be having required standard quality.
(iv) All the goods supplied should be of the best quality as per the specification, trade mark
laid down for them and in strict accordance with the approved standards. The decision
of the Purchasing Officer of University shall be final as to the quality of the goods and
binding upon the appro.,red supplier. In case, any of the articles supplied are not
approved these shall be liable to be rejected and any expenses incurred or loss caused
14K
the University or to the supplier as a result of rejection of supplies, shall be entirely on
approved suppliers account.
(iv) The rejected articles must be removed by the tenderer, from the destination where
they lie within a period of l5 days from the date of rejection notice. The officials will
take reasonable care of such materials but will not be responsible for any loss or
damage that may occur to these articles while it is on their premises.
16. (i) The material ordered will have to be supplied within a period as specified. The material
will have to be delivered at the Premises of Indenting Officer at the cost & risk of
approved supplier. If the ordered goods are not supplied in the stipulated period, the
intending officers may extend the time of delivery with liquidated damages as per
general terms and conditions.
The rates of liquidated damages for delayed supply are as under:-
S.No. Period of delay Rate of liquidated damageson the value of thestores/equipments failed tosupply in the prescribeddeliverv period
1 Delay upto one fourth period of the prescribed
delivery period
25%
2. Oetuy exceeding one fourth but not exceeding halfof the prescribed deliverY Period
5.0%
J. Delay exceeding half but not exceeding three
fourth of the prescribed delivery period75%
4. Oelay exceeding three fourth but not exceeding theperiod equalto the prescribed delivery period-
10%
However, if the reason forthe delay is beyond the control of the approved supplier, the
issue may be referred through Intending Officer to the University lor granting extension without
liquidated damages. The approved supplier has to ensure that the ordered goods/items have been
delivered at FOR destination i.e. at the office of intending officer or at the placed mentioned in
supply order. Approved supplier is also responsible for proper packaging and mode of requisite
transport. packaging cost, transportation cost and transit risk (up to delivery) is to be borne by
the approved supplier. For valuable goods insurance and other charges are also to be borne by
the approved supPlier.
(ii) The supply against an order marked URGENT will be made immediately and will be
completed in full by the tenderer within 7 days or time indicated whichever is less from the
date of issue of order.
(iii) In case the supply is not rnade according to the supply order in full within a period
specified from the date of order, the earnest money will be forfeited.
\\Y ,F-- 4@r- ,$*
(iv) When the tenderer is unable to complete the supply within the specified period or the
extended period (when supply period is extended) the Purchasing Officer shall be entitled
to purchase the goods from open market at the risk and cost of the approved supplier
without any notice to the tenderer. The goods in full orany part thereof which the tenderer
has failed to supply, the tenderer shall be liable to pay the loss or damage which the
Purchasing Officer may suffer by reasons of such failures on the part of tenderer. But the
tenderer shall not be entitled to any gain on such purchase made against default. The
recovery of such loss of damage shall be made from any sums payable to the tenderer
under this or any other contract within the University. If recovery is not possible from the
bill and tenderer fails to pay the loss or damage within one month of the demand, the
recove(y shall be made under the Rajasthan Public Demand Recovery Act, 1952 or any
other law for the time being in force.
While making the risk purchasing the Purchasing Officer may exercise his own
discretion. In all cases, where orders are cancelled due to non-supply of goods, it will be
treated as a breach of the contract and the Purchasing Officer shall take action accordingly.
In all such cases tenderer will be black listed & debarred from future dealing with the
University.
Note: It is clarified that Purchasing Officer may resort to risk purchase without granting
any extension as provided in Condition No. l6 (i)
(v) When the supplier is unable to complete the supply within the specified or extended period,
the University shall forfeit the Earnest Money/Security Money in full or in part as it may
deem fit.
When the Earnest Money/Security Money in full or in part is proposed to be
forfeited, a show cause notice fbr a period of 10 days will be given to the supplier for not
making the supplies in time and why not the Earnest Money/Security Money in full or part
thereof as specified in the notice be forfeited.
l7 (i) The quantities for the various items in the tender are approximate and subject to
variation. The supplies will have to be made according to requirements as and when
supply orders are placed throughout the contract period.
(ii) If supply orders are placed in excess of the quantities shown in the tender form, the
contractor will be bound to meet the required excess supply up to l0%o of the tendered
quantity besides that notified in the tenderon the same rates and conditions. I1-the tenderer
fails to do so, the security deposit shall be forfeited & ban on future business shall be
imposed. If the supplier does not communicate within 7 days of the receipt of the supply
order for the excess quantity, it will be presumed that the supplier agrees to supply the
ordered quantity on the approved rates.
(iii) If the purchases of the items approved are not made at all or purchases are made lor
lesser quantity than that indicated in the tender, the supplier r,vill not be entitled to claim
any compensation whatsoever on this account.
lY( V 4ffd+-
18. (i) Allarticles supplied shall strictly conform to the specifications laid down in the tender form.
The decision of the Purchasing Officer/Comptroller/Central Stores Purchase Committee
(Whether the articles supplied confirm to the specifications and are in accordance with the
specification tender) shall be final and binding on the supplier.
(ii) If even a small percentage of supplies or any unit drawn randomly from bulk supplies
does not conform to the standard of the tendered sample, than the entire supply is liable
to be rejected and no excuse whatsoever (viz. manufacturing difficulties, non-
availability of raw materials etc. shall be entertained) for deviation in quality will be
entertained.
(v) If the goods or articles fail in comparison with the specifications or in test they will be
rejetted and will have to be replaced by the supplier at his own cost & risk within the
prescribed limit.
(iv) If, however, due to exigencies of University works, such replacement either in whole or
in part, is not considered feasible, the Comptroller or the Purchasing Officer (after
giving an opportunity to the contractor of being heard) shall for reasons to be recorded
in writing deduct suitable amount from the bill of supply. The deduction so made will
be final and binding on the supplier. If the supplier fails to appear f,or hearing the
decision of the indenting officer without hearing the supplier shall be final & binding
on the supplier.
(r) Articles which are prima facie defective or not in accordance with the accepted
tendered specification shall not be stored in the University Stores or indenting officers,
stores and if kept they shall be at the risk and responsibility of the supplier. The
rejected articles must be removed by the supplier within a period of 7 days of the date
of receipt of information of rejection after which the Purchasing Officer or the
Comptroller shall have the right to dispose of such articles as deemed proper at the
contractor's risk and on his account. The Purchasing Officer shall also have the right to
charge rent for storage of such rejected articles from the tenderer at the rate to be fixed
by him. His decision regarding rent will be final and binding on the supplier.
("i) The contract for the supply can be repudiated at any time by the Senior Scientist and
Head, KVK, Kota, (Agriculture University, Kota), if the supplies are not made to his
satisfaction after giving an opportunity to the tenderer of being heard and the reasons ofrepudiation shall be recorded by the Senior Scientist and Head, KVK. Kota,
(Agriculture University, Kota)
19. Any increase in Excise Duty or other similar tax if imposed by the Central or state
Government after due date of Tender will be paid extra. Similarly any reduction in
them after the due date will be paid less to the approved supplier.
20. Tenderers are requested to send printed descriptive literature, catalogue, photo literature ot
the articles if any with their tenders offers for convincing about the quality and usage of the
articles but direct/indirect canvassing on the part of tenderers or their representatives after the
submission of the tender shall disqualify them.
ylVl t-- 4S- ^q
21.
22.
The University reserves the right to accept any tender not necessary the lowest, reject any
tender without assigning any reason and accept any tender lor all or any one or more items or
the articles for which tender has been invited.
It is made clear that the tender must be submitted accurately in accordance with the condition
of the tender and that necessary documents must invariably be submitted wherever
demanded. In the event of non-submission of these essential documents, the tender shall not
be considered and shall be treated as rejected without notice or any reference.
The following documents when furnished must hold good for the entire period of the
tender, failing which these will be considered as invalid documents:
(a) Documents to prove the capacity of the tenderer as: Manager/ProprietorlPartnerl
Managin g Partner/D irector/Secretary/So le D i stri butor / Manufacturer.
(b) [Iocuments to prove the tenderer as registered with the Director General of Supplies
& Disposals, New Delhi or National Small Scale Industries Corporation.
(c) Sales Tax Clearance Certificates.
All the documents are to be submitted with the tender form. If required the tenderer
may be asked to submit the original copies of the documents.
The tenderers should not quote their own conditions while submitting the tender. Any
counter conditions or counter proposals submitted by the tenderers will not be considered
at all. If a tenderer imposes conditions which are in addition to or conflicting with the
conditions mentioned herein, the tender is liable to be rejected.
Legal proceedings, if any arising out of this tender shall have to be lodged in Courts
situated in Kota and not elsewhere.
Tenderers are expected to satisfy themselves that they will be able to supply the items
tendered by them in full if their tenders are accepted. No plea that the manufacturer has
either stopped the manufacturing or manufacturer has increased the prices of the tendered
items or the item is not being imported due to certain restrictions shall not be considered.
Successful tenders will be bound to supply the ordered equipment in all circumstances and
on the approved rates onlY.
26. Tender must be submitted on the prescribed tender forms only which can be downloaded from
the university website www.aukota.org and state portal http://sppp.rajasthan.gov.in or
hup ://eproc. raj asthan. gov. in
27. Where a particular make or size is stated in the tender form, no alternative should be
suggested. The alternatives suggested will be ignored and the tenderer shall be assumed to
have quoted for the tendered items with specifications as mentioned in the tender form.
The decision of the Comptroller, Agriculture University, Kota in all matters relating to the
tender will be final and binding upon the tenderers.
The Earnest Money deposited at the time of submission of tender will be automatically
converted into Security Money and if the amount of Security Money is more than the
23.
24.
25.
28.
29.
r"tv( v' \1w G$-
30.
31.
earnest money deposited, tt',.n tf','" remaining amount of Security Money will have to be
remitted by the contractor.
The successful tenderer shall submit an agreement bond on non-judicial stamp of Rs. 500/-
within period specified in the letter and also deposit the amount of Security Money along
with the agreement bond, failing which the earnest money deposited, with the tender offer
will be forfeited.
The tenderer must have ink signed specific authorization issued by OEM (original
equipment manufacturer) for sale and support services to Agriculture University, Kota
SENIOR SCIENTIST AND HEADKVK, KOTA
I/We certify that I/We have read the General Terms and Conditions of the tender and
that I/We agree to abide by General Terms and Conditions.
SIGNATURE OF TENDERERWITH STAMP
l/We hereby certify that the above rates have been quoted after pursuing all the general
and special terms and conditions of the tender. I/We agree to confirm these conditions and signed
on all the terms & conditions in token of confirmation and acceptance. I/We also bear the
responsibility for supplying, installation, commissioning, demonstration and training to user at
my/our cost.
Signature of the Tenderer(With Firm's Rubber Stamp)
t\4 V-Ag.- q\s-