online open tender in two bid systems for e …
TRANSCRIPT
1
F. No. 10-2/2019-P&C
ONLINE OPEN TENDER IN TWO BID SYSTEMS FOR
E-PROCUREMENT OF LABORATORY EQUIPMENTS IN
THE DIRECTORATE OF PLANT PROTECTION
QUARANTINE AND STORAGE, NH-IV, FARIDABAD
e –Procurement Tender Notice
Sl. No. Name of the Equipment Quantity Earnest Money Deposit
(EMD)
1. Analytical Balance 13 Nos Rs.1.625 Lakh
2. Autoclave (Horizontal) 02 Nos Rs. 70.00 Thousand
3. Carbon Dioxide Chamber 01 Nos Rs. 5.00 Thousand
4. Centrifuge 08 Nos Rs. 80.00 Thousand
5. Corcyra Egg Laying Cages 186 Nos Rs. 27.90 Thousand
6. Digital Colony counter 07 Nos Rs. 7.00 Thousand
7. Digital Viscometer 02 Nos Rs. 10.00 Thousand
8. Double Distillation Water Unit/ Water purification
System 06 Nos Rs. 67.50 Thousand
9. ELISA Complete Set Unit(reader, SamplerWasher) 16 Nos Rs.4.00 Lakh
10. FT-IR 05 Nos Rs.3.75 Lakh
11. Gas Liquid Chromatograph (GLC) 10 Nos Rs.10.00 Lakh
12. GC-MS-MS 08 Nos Rs.40.00 Lakh
13. High Pressure Liquid Chromatography (HPLC) 08 Nos Rs.10.00 Lakh
14. Hot Air Oven 15 Nos Rs.1.50 Lakh
15. Karl Fisher Titrator 02 Nos Rs. 20.00 Thousand
16. LC-MS-MS 08 Nos Rs.60.00 Lakh
17. Magnoscope 38 Nos Rs.19.00 Thousand
18. Micro Centrifuge 06 Nos Rs.60.00 Thousand
19. Moisture Analyzer 09 Nos Rs.3.60 Lakh
20. Nematode extraction sieve set 38 Nos Rs.38.00 Thousand
21. Nuclear Magnetic Resonance(NMR) 01 Nos Rs.20.00 Lakh
22. PCR Thermal cycler 08 Nos Rs.4.80 Lakh
23. pH ion meter 12 Nos Rs. 18.00 Thousand
24. Rotary Vaccum Evaporator 02 Nos Rs. 40.00 Thousand
25. Semi-Automatic Corcyra Rearing System 112 Nos Rs. 2.24 Lakh
26. Shoe Dispenser 01 Nos Rs. 1.50 Thousand
27. Wrist action shaker 06 Nos Rs.12.00 Thousand
28. X-ray bagger scanner 06 Nos Rs. 10.50 Lakh
2
Schedule of Tender/Critical Dates
Sl. No. Description of Items Time & Date
1. Bid Document Downloading Start
Date
16:00 hours
09/03/2019
2. Pre Bid Conference (Meeting) 11:00 hours on 26/03/2019
Conference Room CIL Building, NH-IV,
Faridabad.
3. Date and Time Start for
Submission of Bid Document
Online
16:00 hours
09/03/2019
4. Last Date and Time for Submission
of Bid Document Online
16:00 hours
24/05/2019
5. Last date and Time of Receipt of
Earnest Money Deposit
(hard copies)
16:00 hours
24/05/2019
6. Date and Time of Opening of
Technical Bids/Techno-
Commercial Bids
16:00 hours
27/05/2019
7. Date and Time of Opening of
Financial /Price Bids
Date and time for opening of
Financial/Price Bids will be informed in
due course after Technical/Techno-
Commercial Bids evaluation.
Bidders /Tenderers can download the tender document from Central Public Procurement Portal
website at www.eprocure.gov.in Bidders /Tenderers are required to submit the bid online by
uploading all the relevant documents through www.eprocure.gov.in.
Tender document can also be downloaded from the Directorate’s website at www.ppqs.gov.inFor
further details regarding Amendment /Addendum /Extension please visit website:
www.eprocure.gov.in and www.ppqs.gov.in.
Directorate of Plant Protection, Quarantine & Storage
Ministry of Agriculture & Farmers Welfare,
Department of Agriculture, Cooperation & Farmers Welfare
CGO Complex, NH-IV, Faridabad-121001
Website: www.ppqs.gov.in
E -mail: [email protected]
Tele: 129-2476301
Fax :-0129 -2412125
3
INDEX
Section I - Notice Inviting Tender (NIT)
Section II – General Instructions to Tenderers (GIT)
Section III – General Conditions of Contract (GCC)
Section IV – Technical Specifications
Section V – Quality Control Requirements
Section VI – Qualification Criteria
Section VII – T&C of Tender Acceptance Form
Section VIII – Price Schedule
Section IX – Check List for the Tenderers
Section X – Consignee List
Section XI -Manufacturer’s Authorization Form
Section XII - Schedule of Requirements
4
SECTION I: NOTICE INVITING TENDERS (NIT)
Online tenders, in two-bid system, are invited by Plant Protection Adviser, Directorate of Plant
Protection, Quarantine & Storage (PPQ&S), Faridabad for procurement of equipments for the
Directorate, as per enclosed specification and related terms and conditions.
Sl. No. Name of the Equipment Quantity Earnest Money Deposit
(EMD)
1. Analytical Balance 13 Nos Rs.1.625 Lakh
2. Autoclave (Horizontal) 02 Nos Rs. 70.00 Thousand
3. Carbon Dioxide Chamber 01 Nos Rs. 5.00 Thousand
4. Centrifuge 08 Nos Rs. 80.00 Thousand
5. Corcyra Egg Laying Cages 186 Nos Rs. 27.90 Thousand
6. Digital Colony counter 07 Nos Rs. 7.00 Thousand
7. Digital Viscometer 02 Nos Rs. 10.00 Thousand
8. Double Distillation Water Unit/ Water purification
System 06 Nos Rs. 67.50 Thousand
9. ELISA Complete Set Unit(reader, SamplerWasher) 16 Nos Rs.4.00 Lakh
10. FT-IR 05 Nos Rs.3.75 Lakh
11. Gas Liquid Chromatograph (GLC) 10 Nos Rs.10.00 Lakh
12. GC-MS-MS 08 Nos Rs.40.00 Lakh
13. High Pressure Liquid Chromatography (HPLC) 08 Nos Rs.10.00 Lakh
14. Hot Air Oven 15 Nos Rs.1.50 Lakh
15. Karl Fisher Titrator 02 Nos Rs. 20.00 Thousand
16. LC-MS-MS 08 Nos Rs.60.00 Lakh
17. Magnoscope 38 Nos Rs.19.00 Thousand
18. Micro Centrifuge 06 Nos Rs.60.00 Thousand
19. Moisture Analyzer 09 Nos Rs.3.60 Lakh
20. Nematode extraction sieve set 38 Nos Rs.38.00 Thousand
21. Nuclear Magnetic Resonance(NMR) 01 Nos Rs.20.00 Lakh
22. PCR Thermal cycler 08 Nos Rs.4.80 Lakh
23. pH ion meter 12 Nos Rs. 18.00 Thousand
24. Rotary Vaccum Evaporator 02 Nos Rs. 40.00 Thousand
25. Semi-Automatic Corcyra Rearing System 112 Nos Rs. 2.24 Lakh
26. Shoe Dispenser 01 Nos Rs. 1.50 Thousand
27. Wrist action shaker 06 Nos Rs.12.00 Thousand
28. X-ray bagger scanner 06 Nos Rs. 10.50 Lakh
1. Bidders / Tenderers would be required to register on the Central Public Procurement Portal at
www.eprocure.gov.in, using a valid Digital Signature Certificate (DSC) and valid email
address to be able to participate in the bidding process.
2. Bidders /Tenderers can download the bid document from Central Public Procurement Portal
website at www.eprocure.gov.in Bidders /Tenderers are required to submit the bid online by
scanning and uploading all the relevant documents through www.eprocure.gov.in
3. Tender document can also be downloaded from the Directorate’s website at
www.ppqs.gov.inFor further details regarding Amendment/Addendum/Extension please visit
website: www.eprocure.gov.in and www.ppqs.gov.in
4. Earnest Money Deposit (EMD) in the form of Demand Draft or Fixed Deposit Receipt in
favour of “Accounts Officer”, Directorate of Plant Protection, Quarantine & Storage,
Faridabad or Bank Guarantee of any Scheduled Bank, shall be scanned and submitted online
along with the Technical Bids/Techno-commercial bid (Un priced Bid) within the period of
tender online submission date and time and the original (hard copy) should be sent to The
Joint Director(P&C), Room No.403, Dte. of Plant Protection Quarantine & Storage,
CGO Complex, Faridabad-121001, Haryana within the stipulated date and time.
5
5. Bidders/Tenderers need to scan and upload the required documents like registration of GST,
PAN Number/Card, valid document regarding the existence and registration of the firm along
with the Techno-commercial bid, as per Check List (Section IX)
6. The technical bids will be opened online by a committee of members duly constituted for the
purpose at the time and date as specified in the tender document. All statements, documents,
certificates, proof of EMD /Affidavits, etc. uploaded by the bidders will be verified and
downloaded for technical evaluation and the result of technical bid evaluation will be
displayed on www.eprocure.gov.in. which can be seen by all bidders who participated in the
tender.
7. The bidders should download the Bill of Quantity (BoQ).xls from CPP Portal and filled in the
blank spaces provided for mentioning the name of bidder and rates. Bidders need not modify
any other text or background shown in the BOQ template or replace it with any other copy of
same BOQ.xls format. The Directorate of PPQ&S/Central Public Procurement Portal
(www.eprocure.gov.in) will accept the BOQ template only and hence the rate should not be
quoted in any other place except BOQ template.
8. The Financial bid (price bid) i.e Bill of Quantity (BOQ) of only technically qualified bidders
will be opened online by a committee of members and the result will be displayed on the
www.eprocure.gov.in.
9. The firm has to give an undertaking that the firm is not supplying the same item at lower rates
quoted in this tender to any Government/Private organization or any other institution during
past one year, as per “FALL CLAUSE” adhered by DGS&D and other Government agencies.
10. The firm has to give an undertaking that there is no vigilance/CBI /FEMA case pending
against the firm/supplier.
11. At any time prior to the date of submission of bid, Plant Protection Adviser, Directorate of
Plant Protection, Quarantine & Storage may, for any reason, whether at his own initiatives or
in response to a clarification from a prospective bidder, modify the bidding documents by an
amendment. All prospective bidders/tenderer who have received the bidding document will
be notified of the amendment in writing and the amendment shall be binding on them. In order
to provide reasonable time to take the amendment into account in preparing the bid, Plant
Protection adviser, Directorate of Plant Protection, Quarantine & Storage, may at his
discretion, extends the date and time for submission of bids.
12. The tendered rates and the validity of bids shall be for a minimum period of one year from the
date of opening the financial bid. Quotation valid for a shorter period shall be rejected as non-
responsive.
13. Plant Protection Adviser, Directorate of Plant Protection, Quarantine &Storage reserves all
rights to make any changes in terms and conditions of the tender and also to reject any or all
bids without assigning any reason thereof.
14. Settlement of disputes –The dispute arising out of this Tender shall be subject to the
jurisdiction of Indian Law and Court, New Delhi. Sole arbitrator will be appointed by
Department of Agriculture, Cooperation and Farmers Welfare, Ministry of Agriculture &
Farmers Welfare, New Delhi and the decision of arbitrator will be final and binding to both
parties (Supplier and Purchaser).
15. If there will be any discrepancy between amounts in figures and in words, the amount in words
will be the amount taken into account.
For any clarification and further details, the prospective bidders may please contact on
Telephone No: 0129 -2413024/2476363 for General Terms and Conditions of the Tender
and Contract on Telephone No. 0129-2476339/2476341 for Technical Specifications of
Equipment or contact in person during office hours.
Sd/-
The Plant Protection Adviser,
Directorate of PPQ&S, Faridabad.
6
SECTION – II
GENERAL INSTRUCTIONS TO TENDERERS (GIT)
A. PREAMBLE
1. Definitions and Abbreviations
1.1 The following definitions and abbreviations, which have been used in these documents shall have the meanings
as indicated below:
1.2. Definitions:
(i) “Purchaser” means the organization purchasing goods and services as incorporated in the Tender Enquiry
document.
(ii) “Tender” means Bids /Quotation /Tender received online from a Firm /Tenderer / Bidder.
(iii) “Tenderer” means Bidder/ the Individual or Firm submitting online Bids /Quotation / Tender
(iii) “Supplier” means the individual or the firm supplying the goods and services as incorporated in the contract.
(iv) “Goods” means the articles, material, commodities, livestock, furniture, fixtures, raw material, spares,
instruments, machinery, equipment, medical equipment, industrial plant etc. which the supplier is required to
supply to the purchaser under the contract.
(v) “Services” means services allied and incidental to the supply of goods, such as transportation, installation,
commissioning, provision of technical assistance, training, after sales service, maintenance service and other
such obligations of the supplier covered under the contract.
(vi) “Earnest Money Deposit” (EMD) means Bid Security/ monetary or financial guarantee to be submitted online
and offline by a tenderer along with the techno –commercial bid.
(vii) “Contract” means the written agreement entered into between the purchaser and/or consignee and the supplier,
together with all the documents mentioned therein and including all attachments, annexure etc. therein.
(viii) “Performance Security” means monetary or financial guarantee to be furnished by the successful tenderer for
due performance of the contract placed on it. Performance Security is also known as Security Deposit.
(ix) “Consignee” means the Directorate of PPQ&S/concerned user department/ person to whom the goods are
required to be delivered as specified in the Contract. If the goods are required to be delivered to a person as an
interim consignee for the purpose of despatch to another person as provided in the Contract then that “another”
person is the consignee, also known as ultimate consignee.
(x) “Specification” means the document/standard that prescribes the requirement with which goods or service has
to conform.
(xi) “Inspection” means activities such as measuring, examining, testing, gauging one or more characteristics of the
product or service and comparing the same with the specified requirement to determine conformity.
(xii) “Day” means calendar day.
1.3 Abbreviations:
(i) “T E Document” means Tender Enquiry Document
(ii) “NIT” means Notice Inviting Tenders.
(iii) “GIT” means General Instructions to Tenderers
(iv) “GCC” means General Conditions of Contract
(v) “DGS&D” means Directorate General of Supplies and Disposals
(vi) “NSIC” means National Small Industries Corporation
(vii) “PSU” means Public Sector Undertaking
7
(viii) “CPSU” means Central Public Sector Undertaking
(ix) “LSI” means Large Scale Industry
(x) “SSI” means Small Scale Industry
(xi) “LC” means Letter of Credit
(xii) “DP” means Delivery Period
(xiii) “BG” means Bank Guarantee
(xiv) “ED” means Excise Duty
(xv) “CD” means Custom Duty
(xvi) “GST” means Goods and Services Tax
(xvii) “CENVAT” means Central Value Added Tax
(xviii) “CST” means Central Sales Tax
(xix) “RR” means Railway Receipt
(xx) “BL” means Bill of Lading
(xxi) “FOB” means Free on Board
(xxii) “FCA” means Free Carrier
(xxiii) “FOR” means Free on Rail
(xxiv) “CIF” means Cost, Insurance and Freight
(xxv) “CIP” means Carriage and Insurance Paid up to named place of destination (consignee site)
(xxvi) “DDP” means Delivery Duty Paid named place of destination (consignee site)
(xxvii) “INCOTERMS” means International Commercial Terms as on the date of Tender Opening
(xxviii) “PPA” means Plant Protection Adviser of Dte. Of PPQ&S
(xxix) “Dte. Of PPQ&S” means Directorate of Plant Protection, Quarantine & Storage
(xxx) “CMC” means Comprehensive Maintenance Contract (labour, spare and preventive maintenance)
2. Introduction
2.1 The Purchaser has issued online TE documents for purchase of goods and related services which also indicates,
interalia, the required delivery schedule, terms and place of delivery.
2.2 This section (Section II - “General Instruction Tenderers”) provides the relevant information as well as
instructions to assist the prospective tenderers in preparation and online submission of tenders. It also includes
the mode and procedure to be adopted by the purchaser for online receipt and online opening as well as online
scrutiny and online evaluation of tenders and subsequent placement of contract.
2.3 Before formulating the tender and online submitting the same to the purchaser, the tenderer should read and
examine all the terms, conditions, instructions, checklist etc. contained in the TE documents. Failure to provide
and/or comply with the required information, instructions etc. incorporated in these TE documents may result in
rejection of its tender.
3. Availability of Funds
3.1 Expenditure to be incurred for the proposed purchase will be met from the funds available with the
purchaser/consignee.
8
4. Language of Tender
4.1 The tender submitted online by the tenderer and all subsequent correspondence and documents relating to the
tender exchanged between the tenderer and the purchaser, shall be written in the English language, unless
otherwise specified in the Tender Enquiry. However, the language of any printed literature furnished by the
tenderer in connection with its tender may be written in any other language provided the same is accompanied
by an English translation and, for purposes of interpretation of the tender, the English translation shall prevail.
4.2 The tender submitted online by the tenderer and all subsequent correspondence and documents relating to the
tender exchanged between the tenderer and the purchaser, may also be written in the Hindi language, provided
that the same are accompanied by English translation, in which case, for purpose of interpretation of the tender
etc, the English translations shall prevail.
5. Eligible Tenderers
5.1 This invitation for tenders is open to all suppliers who fulfil the eligibility criteria specified in these documents.
6. Eligible Goods and Services
6.1 All goods and related services to be supplied under the contract shall have their origin in India or any other
country with which India has not banned trade relations. The term “origin” used in this clause means the place
where the goods are mined, grown, produced, or manufactured or from where the related services are arranged
and supplied.
7. Tendering Expense
7.1 The tenderer shall bear all costs and expenditure incurred and/or to be incurred by it in connection with its tender
including preparation, mailing and online submission of its tender and for subsequent processing the same. The
purchaser will, in no case be responsible or liable for any such cost, expenditure etc. regardless of the conduct
or outcome of the tendering process.
B. TENDER ENQUIRY DOCUMENTS
8. Content of Tender Enquiry Documents
The relevant details of the required goods and services, the terms, conditions and procedure for tendering, tender
evaluation, placement of contract, the applicable contract terms and, also, the standard formats to be used for
this purpose are incorporated in the above-mentioned documents. The interested tenderers are expected to
examine all such details, etc. to proceed further.
9. Amendments to TE documents
9.1 At any time prior to the deadline for online submission of tenders, the purchaser may, for any reason deemed fit
by it, modify the TE documents by issuing suitable amendment(s) to it.
9.2 Such an amendment will be notified /displayed in the website: www.eprocure.gov.in
9.3 In order to provide reasonable time to the prospective tenderers to take necessary action in preparing their tenders
as per the amendment, the purchaser may, at its discretion, extend the deadline for the submission of tenders and
other allied time frames, which are linked with that deadline.
C. PREPARATION OF TENDERS
10. Documents Comprising the Tender
10.1 The Two Bid/Tender System, i.e. “Techno – Commercial Bid/Tender” and “ Financial Bid/Price Tender”
prepared by the tenderer shall comprise the following:
A) Techno – Commercial Bid/Tender (Un priced Tender)
i) Earnest money furnished in accordance with GIT clause 18.1 alternatively, documentary evidence as per GIT
clause 18.2 for claiming exemption from payment of earnest money.
ii) T&C of Tender Acceptance Form as per Section VII (Un -priced).
9
iii) Documentary evidence, as necessary in terms of clauses 5 and 16 establishing that the tenderer is eligible to
submit the tender and, also, qualified to perform the contract if its tender is accepted.
iv) Tenderer/Agent who quotes for goods manufactured by other manufacturer shall furnish Manufacturer’s
Authorisation Form.
v) Power of Attorney in favour of signatory of TE documents and signatory of Manufacturer’s Authorisation Form.
vi) Documents and relevant details to establish in accordance with GIT clause 16 that the goods and the allied
services to be supplied by the tenderer conform to the requirement of the TE documents.
vii) Performance Statement as per Section VI along with relevant copies of orders and end users’ satisfaction
certificate.
viii) Price Schedule as per BOQ (Financial Bid) with all the details including Make, Model etc. of the goods offered
with prices blank (without indicating any prices).
ix) Certificate of Incorporation in the country of origin.
x) Checklist as per Section IX.
B) Financial Bid/Price Tender:
The information given at clause no. 10.1 A) ii) & viii) above should be reproduced with the prices indicated.
N.B.
It is the responsibility of tenderer to go through the TE document to ensure furnishing all required documents in addition
to above, if any.
10.2 The authorized signatory of the tenderer must sign the tender duly stamped at appropriate places and initial all
the remaining pages of the tender.
10.3 A tender, which does not fulfil any of the above requirements and/or gives evasive information/reply against any
such requirement, shall be liable to be ignored and rejected.
10.4 Tender document sent by Speed Post /Registered Post /Courier /Fax /Mail or any other related mode, other than
by online submission, through www.eprocure.gov.in, shall be ignored.
11. Tender currencies
11.1 The tenderer supplying indigenous goods or already imported goods shall quote only in Indian Rupees.
11.2 For imported goods if supplied directly from abroad, prices shall be quoted in any freely convertible currency
say US Dollar, Euro, GBP or Japanese Yen. As regards price(s) for allied services, if any required with the goods,
the same shall be converted to Indian Rupees only if such services are to be performed /undertaken in India.
Commission for Indian Agent, if any and if payable shall be indicated in the space provided for in the price
schedule and will be converted/payable in Indian Rupees only.
Bidders who quote tender in US DOLLAR or any other currency other than INR, should quote price in BOQ in
that particular currency only though quoted amount will displayed in the BOQ in INR. It will be converted into
INR while evaluation of tender.
11.3 Tenders, where prices are quoted in any other way shall be treated as non -responsive and rejected.
12 Tender Prices
12.1 The Tenderer shall indicate on the Price Schedule (BOQ –Financial Bid) provided all the specified components
of prices shown therein including the unit prices and total tender prices of the goods and services it proposes to
supply against the requirement. If any column does not apply to a tenderer, same should be left blank in the BOQ
given in excel sheet format instead of filling “0’ in BOQ document.
12.2 The tenderer shall quote for the complete requirement of goods and services as specified in that particular as per
schedule of requirements in Section -XII.
12.3 The quoted prices for goods offered from within India and that for goods offered from abroad are to be indicated
separately in the applicable Price Schedules (BOQ –Financial Bid)
10
12.4 While filling up the columns of the Price Schedule (BOQ –Financial Bid), the following aspects should be noted
for compliance:
12.4.1 For domestic goods or goods of foreign origin located within India, the prices in the corresponding price schedule
shall be entered separately in the following manner:
a) The price of the goods, quoted ex-factory/ ex-showroom/ ex-warehouse/ off-the-shelf, as applicable, including
all taxes and duties already paid or payable on the components and raw material used in the manufacture or
assembly of the goods quoted ex-factory etc. or on the previously imported goods of foreign origin quoted ex-
showroom etc;
b) Any sales or other taxes and any duties including excise duty, which will be payable on the goods in India if the
contract is awarded;
c) Charges towards Packing & Forwarding, Inland Transportation, Insurance, Loading/Unloading and other local
costs incidental to delivery of the goods to their final destination as specified in the Schedule of Requirements
and Price Schedule;
d) The price of Incidental Services, as mentioned in Schedule of Requirements and Price Schedule;
e) The prices of Turnkey (if any), as mentioned in Schedule of Requirements, Technical Specification and Price
Schedule; and
12.4.2 For goods offered from abroad, the prices in the corresponding price schedule shall be entered separately in the
following manner:
a) The price of goods quoted FOB port of shipment, as indicated in the Schedule of Requirements and Price
Schedule;
b) The price of goods quoted CIF port of entry in India as indicated in the Schedule of Requirements and Price
Schedule;
c) The price of goods quoted DDP at consignee site in India as indicated in the Schedule of Requirements, Price
Schedule and Consignee List;
d) Wherever applicable, the amount of custom duty with CDEC applicable on CIF value on the goods to be
imported;
e) The charges for Loading/Unloading, Inland transportation, Insurance and other local costs, Incidental cost to
delivery of the goods from the port of entry in India to Consignee Site, as specified in the Schedule of
Requirements and Price Schedule;
f) The charges for Incidental Services, as in the Schedule of Requirements and Price Schedule;
g) The prices of Turnkey (if any), as mentioned in Schedule of Requirements, Technical Specification and Price
Schedule; and
12.5 Additional information and instruction on Duties and Taxes:
12.5.1 If the Tenderer desires to ask for any additional taxes/duties to be paid extra, the same must be specifically stated.
In the absence of any such stipulation the price will be taken inclusive of such duties and taxes and no claim for
the same will be entertained later.
12.5.2 GST:
The bidder should offer the price in BoQ.xls document only at existing GST rate and demand of no other taxes
will be entertained. However, if any changes in rate of GST will be happened at the time of billing, the same will be paid.
12.5.3 Octroi Duty and Local Duties & Taxes:
Normally, goods to be supplied to government departments against government contracts are exempted from
levy of town duty, Octroi duty, terminal tax and other levies of local bodies. However, on some occasions, the
local bodies (like town body, municipal body etc.) as per their regulations allow such exemptions only on
production of certificate to this effect from the concerned government department. Keeping this in view, the
supplier shall ensure that the stores to be supplied by the supplier against the contract placed by the purchaser
11
are exempted from levy of any such duty or tax and, wherever necessary, obtain the exemption certificate from
the purchaser.
However, if a local body still insists upon payment of such local duties and taxes, the same should be paid by
the supplier to the local body to avoid delay in supplies and possible demurrage charges and obtain a receipt for
the same. The supplier should forward the receipt obtained for such payment to the purchaser to enable the
purchaser reimburse the supplier and take other necessary action in the matter.
12.5.4 Customs Duty:
In respect of imported stores offered from abroad, the tenderer shall specify the rate as well as the total amount
of customs duty payable with CDEC, if applicable, on the quoted goods in the Price Schedule. The tenderer shall
also indicate the corresponding Indian Customs Tariff Number applicable for the goods in question.
12.6 For transportation of imported goods offered from abroad, relevant instructions as incorporated under GCC
Clause 10 shall be followed.
12.7 For insurance of goods to be supplied, relevant instructions as provided under GCC Clause 11 shall be followed.
12.8 The need for indication of all such price components by the tenderers, as required in this clause (viz., GIT clause
12) is for the purpose of comparison of the tenders by the purchaser and will no way restrict the purchaser’s right
to award the contract on the selected tenderer on any of the terms offered.
13. Indian Agent
13.1 If a foreign tenderer has engaged an Agent in India in connection with its tender, the foreign tenderer, in addition
to indicating Indian agent’s commission, if any, in a manner described under GIT sub clause 11.2 above, shall
also furnish the following information:
a) The complete name and address of the Indian Agent and its Permanent Account Number (PAN) as allotted by
the Indian Income Tax authority.
b) The details of the services to be rendered by the agent for the subject requirement.
c) Details of Service outlets in India, nearest to the consignee(s), to render services during Warranty period.
14. Firm Price
14.1 Prices quoted by the tenderer shall remain firm and fixed during the currency of the contract and not subject to
variation on any account.
14.2 However, as regards taxes and duties, if any, chargeable on the goods and payable, the conditions stipulated in
GIT clause 12 will apply.
15. Alternative Tenders
15.1 Alternative Tenders are not permitted.
16. Documents Establishing Tenderer’s Eligibility and Qualifications
16.1 Pursuant to GIT clause 10, the tenderer shall furnish, as part of its tender, relevant details and documents
establishing its eligibility to quote and its qualifications to perform the contract if its tender is accepted.
16.2 The documentary evidence needed to establish the tenderer’s qualifications shall fulfil the following
requirements:
a) In case the tenderer offers to supply goods, which are manufactured by some other firm, the tenderer has been
duly authorised by the goods manufacturer to quote for and supply the goods to the purchaser. The tenderer shall
submit the manufacturer’s authorization letter to this effect as per the standard form provided under Section XI
in this document.
b) The tenderer has the required financial, technical and production capability necessary to perform the contract
and, further, it meets the qualification criteria incorporated in the Section VI in these documents.
c) In case the tenderer is not doing business in India, it is duly represented by an agent stationed in India fully
equipped and able to carry out the required contractual functions and duties of the supplier including after sale
12
service, maintenance & repair etc. of the goods in question, stocking of spare parts and fast moving components
and other obligations, if any, specified in the conditions of contract and/or technical specifications.
17. Documents establishing Good’s Conformity to TE document.
17.1 The tenderer shall provide in its tender the required as well as the relevant documents like technical data,
literature, drawings etc. to establish that the goods and services offered in the tender fully conform to the goods
and services specified by the purchaser in the TE documents. For this purpose the tenderer shall also provide a
clause-by-clause commentary on the technical specifications and other technical details incorporated by the
purchaser in the TE documents to establish technical responsiveness of the goods and services offered in its
tender.
17.2 In case there is any variation and/or deviation between the goods & services prescribed by the purchaser and that
offered by the tenderer, the tenderer shall list out the same in a chart form without ambiguity and provide the
same along with its tender.
17.3 If a tenderer furnishes wrong and/or misguiding data, statement(s) etc. about technical acceptability of the goods
and services offered by it, its tender will be liable to be ignored and rejected in addition toother remedies available
to the purchaser in this regard.
18. Earnest Money Deposit (EMD)
18.1 The tenderer shall furnish earnest money along with its tender. The earnest money is required to protect the
purchaser against the risk of the tenderer’s unwarranted conduct as amplified under sub-clause 18.7 below.
18.2 The tenderers who are currently registered and, also, will continue to remain registered during the tender validity
period with Directorate General of Supplies & Disposals or with National Small Industries Corporation, New
Delhi for the specific goods as per tender enquiry specification shall be eligible for exemption from EMD. Vague
stipulations in the Registration Certificate such as “to customers’ specification” etc. will not be acceptable for
exemption from furnishing of earnest money. In case the tenderer falls in these categories, it should furnish copy
of its valid registration details (with DGS&D or NSIC, as the case may be).
18.3 The Earnest money shall be denominated in Indian Rupees or equivalent currencies as per GIT clause 11.2. The
Earnest money shall be furnished in one of the following forms:
i) Account Payee Demand Draft;
ii) Bank Guarantee or
iii) Fixed Deposit Receipt
18.4 The Demand Draft/Fixed Deposit Receipt shall be drawn on any Nationalised bank in India or country of the
tenderer, in favour of the “Accounts Officer”, Directorate of Plant Protection, Quarantine & Storage, NH-IV,
CGO Complex, Faridabad. In case of bank guarantee, the same is to be provided from any Nationalised bank in
India or country of the tenderer.
18.5 The Earnest money shall be valid for a period of Sixty (60) days beyond the validity period of the tender. As
validity period of Tender as per Clause 19 of GIT is 1 year.
18.6 Unsuccessful tenderers’ earnest money will be returned to them without any interest, after expiry of the tender
validity period, but not later than thirty days after conclusion of the resultant contract. Successful tenderer’s
earnest money will be returned without any interest, after receipt of performance security from that tenderer.
18.7 Earnest Money is required to protect the purchaser against the risk of the Tenderer’s conduct, which would
warrant the forfeiture of the EMD. Earnest money of a tenderer will be forfeited, if the tenderer withdraws or
amends its tender or impairs or derogates from the tender in any respect within the period of validity of its tender
or if it comes to notice that the information/documents furnished in its tender is incorrect, false, misleading or
forged without prejudice to other rights of the purchaser. The successful tenderer’s earnest money will be
forfeited without prejudice to other rights of Purchaser if it fails to furnish the required performance security
within the specified period.
18.8 In the case of Bank Guarantee furnished from banks outside India (i.e. foreign Banks), it should be authenticated
and countersigned by any nationalised bank in India by way of back-to-back counter guarantee.
19. Tender Validity
13
19.1 The tendered rates and the validity of bids shall be for a minimum period of one year from the date, as the tender
are finalized /awarded. Any tender valid for a shorter period shall be treated as unresponsive and rejected.
19.2 In exceptional cases, the tenderers may be requested by the purchaser to extend the validity of their tenders up
to a specified period. Such request(s) and responses thereto shall be conveyed by surface mail or by fax/
telex/cable followed by surface mail. The tenderers, who agree to extend the tender validity, are to extend the
same without any change or modification of their original tender and they are also to extend the validity period
of the EMD accordingly. A tenderer, however, may not agree to extend its tender validity without forfeiting its
EMD.
19.3 In case the day up to which the tenders are to remain valid falls on/ subsequently declared a holiday or closed
day for the purchaser, the tender validity shall automatically be extended up to the next working day.
20. Signing and Sealing of Tender
20.1 The tenderers shall submit their tenders online as per the instructions contained in GIT Clause 10.
20.2 The original and other copies of the tender shall either be typed or written in indelible ink and the same shall be
signed by the tenderer or by a person(s) who has been duly authorized to bind the tenderer to the contract, scanned
and upload online at www.eprocure.gov.in The letter of authorization shall be by a written power of attorney,
which shall also be furnished along with the tender.
20.3 All the copies of the tender shall be duly signed at the appropriate places as indicated in the TE documents and
all other pages of the tender including printed literature, if any shall be initialled by the same person(s) signing
the tender. The tender shall not contain any erasure or overwriting, except as necessary to correct any error made
by the tenderer and, if there is any such correction; the same shall be initialled by the person(s) signing the tender.
20.4 The tenderer has to scan all the documents and upload the same, as prescribed above.
20.5 TE document seeks quotation following two Tender/Bid System, in two parts. First part will be known as
‘Techno - Commercial Tender/Technical Bid’, and the second part ‘Financial Bid/ Price Tender’ as specified
in clause 10 of GIT.
D. SUBMISSION OF TENDERS
21. Online Submission of Tenders
21.1 Tenderers shall ensure that their tenders, complete in all respects shall be scanned and submitted online at
www.eprocure.gov.in within the stipulated date and time. It is advised to all bidders to submit their bids well
before the closing date/time to avoid any difficulties in bidding process during the closing hour.
21.2 The bidders should scan and upload the respective documents in Technical Documentation as per the check list.
21.3 The rates should be quoted as per the BOQ downloaded for that particular tender.
21.4 The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced
during the submission of bids online by the bidders due to local issues.
22. Late Tender
22.1 Tender after the scheduled date and time will not be accepted by the CPP portal. Hard copy of EMD amount
should be deposited well before the schedule last date and time for acceptance of tender.
23. Alteration and Withdrawal of Tender
23.1 As per provision in the Central Public Procurement Portal, no tender should be withdrawn after the deadline
for submission of tender and before expiry of the tender validity period. If a tenderer withdraws the tender during
this period, it will result in forfeiture of the Earnest money furnished by the tenderer in its tender.
E. TENDER OPENING
24. Opening of Tenders
24.1 The purchaser will open the tenders online at the specified date and time and at the specified place as indicated
in the NIT.
In case the specified date of tender opening falls on / is subsequently declared a holiday or closed day for the
purchaser, the tenders will be opened at the appointed time and place on the next working day.
14
24.2 The Techno - Commercial Tenders/Technical Bids are to be opened in the first instance, at the prescribed time
and date as indicated in NIT. These Tenders shall be scrutinized and evaluated by the competent committee/
authority with reference to parameters prescribed in the TE document. Thereafter, in the second stage, the Price
Tenders of only the Techno - Commercially acceptable offers (as decided in the first stage) shall be opened for
further scrutiny and evaluation on a date notified after the evaluation of the Techno – Commercial tender.
24.3 The bidder should ensure that the bid documents submitted should be free from 'virus’ and if the documents
could not be opened, due to virus, during tender opening, the bid is liable to be rejected.
F. SCRUTINY AND EVALUATION OF TENDERS
25. Basic Principle
25.1 Tenders will be evaluated on the basis of the terms & conditions already incorporated in the TE document, based
on which tenders have been received and the terms, conditions etc. mentioned by the tenderers in their tenders.
No new condition will be brought in while scrutinizing and evaluating the tenders.
26. Preliminary Scrutiny of Tenders
26.1 The Purchaser will examine the Tenders to determine whether they are complete, whether any computational
errors have been made, whether required sureties have been furnished and whether the Tenders are generally in
order.
26.2 Prior to the detailed evaluation of Financial Bids/Price Tenders, pursuant to GIT Clause 33, the Purchaser will
determine the substantial responsiveness of each Tender to the TE Document. For purposes of these clauses, a
substantially responsive Tender is one, which conforms to all the terms and conditions of the TE Documents
without material deviations. Deviations from, or objections or reservations to critical provisions such as those
concerning Performance Security (GCC Clause 5),Warranty (GCC Clause 15), EMD (GIT Clause 18), Taxes&
Duties (GCC Clause 18),Force Majeure (GCC Clause 24) and Applicable law (GCC Clause 31) will be deemed
to be a material deviation. The Purchaser's determination of a Tender’s responsiveness is to be based on the
contents of the tender itself.
26.3 If a Tender is not substantially responsive, it will be rejected by the Purchaser and cannot subsequently be made
responsive by the Tenderer by correction of the nonconformity.
26.4 The tenders will be scrutinized to determine whether they are complete and meet the essential and important
requirements, conditions etc. as prescribed in the TE document. The tenders, which do not meet the basic
requirements, are liable to be treated as non – responsive and will be summarily ignored.
26.5 The following are some of the important aspects, for which a tender shall be declared non – responsive and will
be summarily ignored;
T&C of Tender Acceptance form as per Section VII (signed and stamped) is not uploaded.
Tender is to be digitally signed during the process of submitting/uploading.
Tender validity is shorter than the required period.
Required EMD (Amount, validity etc.)/ exemption documents have not been provided.
Tenderer has quoted for goods manufactured by other manufacturer(s) without the required Manufacturer’s
Authorisation Form as per Section XI.
Goods offered are not meeting the tender enquiry specification.
Poor/ unsatisfactory past performance.
Tenderers who stand deregistered/banned/blacklisted by any Government Authorities.
Tenderer is not eligible as per GIT Clauses 5.1 & 16.1.
Tenderer has not quoted for the entire quantity as specified in the Schedule of Requirements in the quoted
schedule.
27. Minor Infirmity/Irregularity/Non-Conformity
27.1 If during the preliminary examination, the purchaser find any minor informality and/or irregularity and/or non-
conformity in a tender, the purchaser may waive the same provided it does not constitute any material deviation
and financial impact and, also, does not prejudice or affect the ranking order of the tenderers. Wherever
necessary, the purchaser will convey its observation on such ‘minor’ issues to the tenderer by registered/speed
post/e-mail etc. asking the tenderer to respond by a specified date. If the tenderer does not reply by the specified
date or gives evasive reply without clarifying the point at issue in clear terms, that tender will be liable to be
ignored.
28 Discrepancies in Prices
15
28.1 The prices offered by the bidders in the given BOQ will be taken as final. Claims, if any, in respect of any
changes in the offered prices shall not be acceptable at any point of time.
28.2 If, as per the judgement of the purchaser, there is any such arithmetical discrepancy in a tender, the same will be
suitably conveyed to the tenderer by registered / speed post. If the tenderer does not agree to the observation of
the purchaser, the tender is liable to be ignored.
29. Discrepancy between original and copies of Tender
29.1 In case any discrepancy is observed between the text etc. of the original copy and that in the other copies of the
same tender set, the text etc. of the original copy shall prevail. Here also, the purchaser will convey its observation
suitably to the tenderer by register / speed post and, if the tenderer does not accept the purchaser’s observation,
that tender will be liable to be ignored.
30. Qualification Criteria
30.1 Tenders of the tenderers, who do not meet the required Qualification Criteria prescribed in Section VI, will be
treated as non - responsive and will not be considered further.
31. Conversion of tender currencies to Indian Rupees
31.1 In case the TE document permits the tenderers to quote their prices in different currencies, all such quoted prices
of the responsive tenderers will be converted to a single currency viz., Indian Rupees for the purpose of equitable
comparison and evaluation, as per the reference rates established by the Reserve Bank of India for similar
transactions, as on the date of ‘Price Tender’ opening.
32. Schedule-wise Evaluation
32.1 The tenderers should offer the price for complete schedule of requirements of any particular item.
33. Comparison of Tenders
Unless mentioned otherwise in Section – II– General Instructions to Tenderers, the comparison of the responsive
tenders shall be carried out on Delivery Duty Paid (DDP) consignee site basis.
34. Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders
The Purchaser reserves the right to give the price preference to small-scale sectors etc. and purchase preference
to central public sector undertakings as per the instruction in vogue while evaluating, comparing and ranking the
responsive tenders.
35. Tenderer’s capability to perform the contract
35.1 The purchaser, through the above process of tender scrutiny and tender evaluation will determine to its
satisfaction whether the tenderer, whose tender has been determined as the lowest evaluated responsive tender
is eligible, qualified and capable in all respects to perform the contract satisfactorily.
35.2 The above-mentioned determination will, interalia, take into account the tenderer’s financial, technical and
production capabilities for satisfying all the requirements of the purchaser as incorporated in the TE document.
Such determination will be based upon scrutiny and examination of all relevant data and details submitted by
the tenderer in its tender as well as such other allied information as deemed appropriate by the purchaser.
36. Contacting the Purchaser
36.1 From the time of submission of tender to the time of awarding the contract, if a tenderer needs to contact the
purchaser for any reason relating to this tender enquiry and / or its tender, it should do so only in writing.
36.2 In case a tenderer attempts to influence the purchaser in the purchaser’s decision on scrutiny, comparison &
evaluation of tenders and awarding the contract, the tender of the tenderer shall be liable for rejection in addition
to appropriate administrative actions being taken against that tenderer, as deemed fit by the purchaser.
G. AWARD OF CONTRACT
37. Purchaser’s Right to accept any tender and to reject any or all tenders
16
37.1 The purchaser reserves the right to accept in part or in full any tender or reject any or more tender(s) without
assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of
contract, without incurring any liability, whatsoever to the affected tenderer or tenderers.
38. Award Criteria
38.1 Subject to GIT clause 37 above, the contract will be awarded to the lowest evaluated responsive tenderer decided
by the purchaser in terms of GIT Clause 35.
39. Variation of Quantities at the Time of Award/ Currency of Contract
39.1 At the time of awarding the contract, the purchaser reserves the right to increase or decrease the quantity of
goods and services without any change in the unit price and other terms & conditions quoted by the tenderer.
39.2 If the quantity has not been increased at the time of the awarding the contract, the purchaser reserves the right to
increase the quantity of goods and services mentioned in the contract without any change in the unit price and
other terms & conditions mentioned in the contract, during the currency of the contract.
40. Notification of Award
40.1 Before expiry of the tender validity period, the purchaser will notify the successful tenderer(s) in writing, by
registered / speed post or by fax/ telex/cable (to be confirmed by registered / speed post) automatic e-mail
generated communication, that its tender for goods & services, which have been selected by the purchaser, has
been accepted, also briefly indicating therein the essential details like description, specification and quantity of
the goods & services and corresponding prices accepted. The successful tenderer must furnish to the
purchaser the required performance security within twenty-one days from the date of dispatch of this
notification. Relevant details about the performance security have been provided under GCC Clause 5 under
Section III.
40.2 The Notification of Award shall constitute the conclusion of the Contract.
41. Issue of Contract
41.1 Promptly after notification of award, the purchaser will issue Supply Order duly completed and signed to the
successful tenderer by registered / speed post.
42. Non-receipt of Performance Security and Contract by the Purchaser
42.1 Failure of the successful tenderer in providing performance security shall make the tenderer liable for forfeiture
of its EMD and, also, for further actions by the purchaser against it.
43. Return of EMD
43.1 The earnest money of the successful tenderer and the unsuccessful tenderers will be returned to them without
any interest.
44. Publication of Tender Result
44.1 The name and address of the successful tenderer(s) receiving the contract(s) will be mentioned in the
CPPP/notice board/bulletin/web site of the Directorate.
45. Calibration charges : It will be the liability of the tenderer to provide calibration certificate on yearly basis of
the equipment, if any, during the warranty period as well as during the comprehensive warranty period, free of
cost. Therefore, the price quoted by the tenderer should be included the calibration charges of the equipment.
46. Corrupt or Fraudulent Practices
It is required by all concerned namely the Consignee/Tenderers/Suppliers etc to observe the highest standard of
ethics during the procurement and execution of such contracts. In pursuance of this policy, the Purchaser defines,
for the purposes of this provision, the terms set forth below as follows:
"corrupt practice" means the offering, giving, receiving or soliciting of any thing of value to influence the action
of a public official in the procurement process or in contract execution; and"fraudulent practice" means a
misrepresentation of facts in order to influence a procurement process or the execution of a contract to the
detriment of the Purchaser, and includes collusive practice among Tenderers (prior to or after Tender submission)
17
designed to establish Tender prices at artificial non-competitive levels and to deprive the Purchaser of the
benefits of free and open competition;
Will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt
or fraudulent practices in competing for the contract in question;
Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract by the
purchaser if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing
for, or in executing the contract.
18
SECTION - III
GENERAL CONDITIONS OF CONTRACT (GCC)
1. Application
1.1 The General Conditions of Contract incorporated in this section shall be applicable for this purchase to the extent
the same are not superseded by the Technical Specification under Section IV of this document.
2. Use of contract documents and information
2.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract or any provision
thereof including any specification, drawing, sample or any information furnished by or on behalf of the
purchaser in connection therewith, to any person other than the person(s) employed by the supplier in the
performance of the contract emanating from this TE document. Further, any such disclosure to any such
employed person shall be made in confidence and only so far as necessary for the purposes of such performance
for this contract.
2.2 Further, the supplier shall not, without the purchaser’s prior written consent, make use of any document or
information mentioned in GCC sub-clause 2.1 above except for the sole purpose of performing this contract.
2.3 Except the contract issued to the supplier, each and every other document mentioned in GCC sub-clause 2.1
above shall remain the property of the purchaser and, if advised by the purchaser, all copies of all such
documents shall be returned to the purchaser on completion of the supplier’s performance and obligations under
this contract.
3. Patent Rights
3.1 The supplier shall, at all times, indemnify and keep indemnified the purchaser, free of cost, against all claims
which may arise in respect of goods & services to be provided by the supplier under the contract for infringement
of any intellectual property rights or any other right protected by patent, registration of designs or trademarks.
In the event of any such claim in respect of alleged breach of patent, registered designs, trade marks etc. being
made against the purchaser, the purchaser shall notify the supplier of the same and the supplier shall, at his own
expenses take care of the same for settlement without any liability to the purchaser.
4. Country of Origin
4.1 All goods and services to be supplied and provided for the contract shall have the origin in India or in the
countries with which the Government of India has trade relations.
4.2 The word “origin” incorporated in this clause means the place from where the goods are mined, cultivated,
grown, manufactured, produced or processed or from where the services are arranged.
The country of origin may be specified in the Price Schedule
5. Performance Security
5.1 Within forty five (45) days from date of issue of notification of award by the purchaser, the supplier, shall
furnish performance security to the purchaser at 10% of the contract value valid up to sixty days after the date
of completion of all contractual obligations by the supplier, including the warranty obligations.
5.2 The Performance security shall be denominated in Indian Rupees or in the currency of the contract as detailed
below:
a) It shall be in any one of the forms namely Account Payee Demand Draft from any Scheduled bank in India,Fixed
Deposit Receipt or Bank Guarantee issued by a Scheduled bank in India. The validity of the Performance
Security should be for a period up to 2 months beyond Warranty Period.
5.3 In the event of any failure /default of the supplier with or without any quantifiable loss to the government
including furnishing of consignee wise Bank Guarantee, the amount of the performance security is liable to be
forfeited.
5.4 Subject to GCC sub – clause 5.3 above, the purchaser will release the Performance Security without any interest
to the supplier on completion of the supplier’s all contractual obligations including the warranty obligations.
19
5.5 During maintenance & warranty period, the bidder’s technical representative shall attend to the machine
/equipment at the earliest and within 7 days of the complaint of the user department.
6. Technical Specifications and Standards
6.1 The Goods & Services to be provided by the supplier under this contract shall conform to the technical
specifications and quality control parameters mentioned in `Technical Specification’ and ‘Quality Control
Requirements’ under Sections IV and V of this document.
7. Packing and Marking
7.1 The packing for the goods to be provided by the supplier should be strong and durable enough to withstand,
without limitation, the entire journey during transit including transhipment (if any), rough handling, open storage
etc. without any damage, deterioration etc.
8. Inspection, Testing and Quality Control
8.1 Purchaser reserve the right for inspection of goods at consignee end before installation.
8.2 The Technical Specification and Quality Control Requirements incorporated in the contract shall specify what
inspections and tests are to be carried out and, also, where and how they are to be conducted. If such inspections
and tests are conducted in the premises of the supplier or its subcontractor(s), all reasonable facilities and
assistance, including access to relevant drawings, design details and production data, shall be furnished by the
supplier to the purchaser’s inspector at no charge to the purchaser.
If during such inspections and tests the contracted goods fail to conform to the required specifications and
standards, the purchaser’s inspector may reject them and the supplier shall either replace the rejected goods or
make all alterations necessary to meet the specifications and standards, as required, free of cost to the purchaser
and resubmit the same to the purchaser’s inspector for conducting the inspections and tests again.
8.4 In case the contract stipulates pre-despatch inspection of the ordered goods at supplier’s premises, the supplier
shall put up the goods for such inspection to the purchaser’s inspector well ahead of the contractual delivery
period, so that the purchaser’s inspector is able to complete the inspection within the contractual delivery period.
8.5 If the supplier tenders the goods to the purchaser’s inspector for inspection at the last moment without providing
reasonable time to the inspector for completing the inspection within the contractual delivery period, the
inspector may carry out the inspection and complete the formality beyond the contractual delivery period at the
risk and expense of the supplier. The fact that the goods have been inspected after the contractual delivery period
will not have the effect of keeping the contract alive and this will be without any prejudice to the legal rights
and remedies available to the purchaser under the terms & conditions of the contract.
8.6 The purchaser’s/consignee’s contractual right to inspect, test and, if necessary, reject the goods after the goods’
arrival at the final destination shall have no bearing of the fact that the goods have previously been inspected
and cleared by purchaser’s inspector during pre-despatch inspection mentioned above.
8.7 Goods accepted by the purchaser/consignee and/or its inspector at initial inspection and in final inspection in
terms of the contract shall in no way dilute purchaser’s/consignee’s right to reject the same later, if found
deficient in terms of the warranty clause of the contract, as incorporated under GCC Clause 15.
9. Terms of Delivery
9.1 Goods shall be delivered by the supplier in accordance with the terms of delivery specified in the contract.
10. Transportation of Goods
10.1 Instructions for transportation of imported goods offered from abroad:
The supplier will be sole responsible to supply the goods at the premises of consignee. The Purchaser will not
be responsible at all for any delay in transport for any reason.
10.2 Instructions for transportation of domestic goods including goods already imported by the supplier under its
own arrangement:
The supplier will arrange transportation of the ordered goods as per its own procedure.
20
11. Insurance:
As applicable in the case of imported goods. For indigenous item it will be responsibility of the supplier to
supply the material in good condition on FOR basis without involving the risk of the purchaser.
12. Long Term Availability of Spares:
(i) The Tenderer shall provide a part catalogue covering complete range of spares/components for instrument
with current price list for future requirement on FOB basis for imported spares and Ex-factory for
indigenous spares as the case may be. The confirmation of having enclosed price list of spares is to be made
in TECHNICAL BID. The price list of spares is to be enclosed with COMMERCIAL BID. This requirement
is in addition to essential maintenance spares asked elsewhere.
(ii) The Tenderer shall guarantee the availability of spares to the purchaser for a period of 10 years after the
expiry of warranty period. The Tenderer shall guarantee that before going out of production of spare parts
of the equipment covered under the contract ever after ten year, they shall give the purchaser at least 12
months advance notice so that the later may order their bulk requirement of spare if they desire so.
13. Incidental services
The supplier shall be required to perform the following services:
i) Installation & commissioning, Supervision and Demonstration of the goods
ii) Providing required jigs and tools for assembly, minor civil works required for the completion of the installation.
iii) The Tenderers shall provide training to the user free of cost at the time of installation/commissioning of
equipment/appropriate for a minimum period of one week at the consignees/users location or abroad as specified
by the purchaser. All expenses in this regard will be borne by the supplier.
iv) Supplying required number of operation & maintenance manual for the goods.
14. Calibration :
It will be the responsibility of the supplier to provide yearly calibration certificate of equipments during the
warranty period and thereafter during CMC period free of cost, if any.
15. Comprehensive Warranty
15.1 The supplier warrants comprehensively that the goods supplied under the contract is new, unused and
incorporate all recent improvements in design and materials unless prescribed otherwise by the purchaser in the
contract. The supplier further warrants that the goods supplied under the contract shall have no defect arising
from design, materials (except when the design adopted and / or the material used are as per the purchaser’s
specifications) or workmanship or from any act or omission of the supplier, that may develop under normal use
of the supplied goods under the conditions prevailing in India.
15.2 The comprehensive on site warranty is required. Warranty Terms period will start from the date of installation
of items. This warranty shall remain valid for the period as mentioned in Section IV of these Tender Documents.
15.3 In case of any claim arising out of this warranty, the purchaser/consignee shall promptly notify the same in
writing to the supplier.
15.4 Upon receipt of such notice, the supplier shall, within 7days, repair or replace the defective goods or parts
thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/goods after
providing their replacements and no claim, whatsoever shall lie on the purchaser for such replaced parts/goods
thereafter.
15.5 If the supplier, having been notified, fails to rectify/replace the defect(s) within 7 days, the purchaser may
proceed to take such remedial action(s) as deemed fit by the purchaser, at the risk and expense of the supplier
and without prejudice to other contractual rights and remedies, which the purchaser may have against the
supplier.
15.6 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive Maintenance Contract between
Consignee and the Supplier for the period as mentioned in Section IV, Technical Specifications after the
completion of warranty period.
21
15.7 The supplier along with its Indian Agent shall ensure continued supply of the spare parts for the machines and
equipments supplied by them to the purchaser for 10 years after the expiry of Warrantee period.
16. Assignment
16.1 The Supplier shall not assign, either in whole or in part, its contractual duties, responsibilities and obligations
to others to perform the contract.
17. Prices
17.1 Prices to be charged by the supplier for supply of goods and provision of services in terms of the contract shall
not vary from the corresponding prices quoted by the supplier in its tender and incorporated in the contract.
18. Taxes and Duties
18.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of the contracted
goods to the purchaser.
19. Terms and Mode of Payment
19.1 Payment Terms
Payment shall be made subject to recoveries, if any, by way of liquidated damages or any other charges as per
terms & conditions of contract in the following manner.
(i) For Indigenous Supplies:
Payment on bill basis after supply, satisfactory installation, commissioning and performance of the equipment.
(ii) For import:
The payment against supply of equipment shall be made through irrevocable Letter of Credit (LC). The
LC will be opened on 100% value of the Equipment/Good on FOB value and 90% value of the
equipment/item shall be released on presentation of complete and clear shipping documents. Rest of
the 10% will be released only after satisfactory installation and commissioning and performance of the
equipment. This will not include charges/commission to be paid to the Indian Agent. The payment to
the Indian agent will strictly be made in Indian Rupees after satisfactory commission of equipments.
All bank charges outside India will be borne by the Supplier. In case the delivery date of the contract
is extended to take care of delay in supply, for which the suppler is responsible, the tenure of the LC
so extended, the expenses incurred therefore such extension is to be made by supplier
(iii) 100% of amount of Taxes and Duties paid in India will be reimbursed on production of original
documents as proof of payment. The Supplier should give an undertaking that if they receive an amount
as refund of taxes and duties paid by the supplier and reimbursed by the purchaser, from any assessing
authority/department, at any point of time they will pass on the refund of taxes and duties to the
purchaser by crossed cheque/demand draft/pay order payable at Faridabad (Haryana) or New Delhi.
(iv) No interest will be payable on the delayed payment of the equipment. Payment will be made direct to
the supplier through ECS/NEFT. No request for any other mode of payment will be entertained.
20. Delay in the supplier’s performance
20.1 The supplier shall deliver of the goods and perform the services under the contract within the time schedule
specified by the purchaser in the Schedule of Requirements and as incorporated in the contract.
20.2 Subject to the provision under GCC clause 24, any unexcused delay by the supplier in maintaining its contractual
obligations towards delivery of goods and performance of services shall render the supplier liable to any or all
of the following sanctions:
(i) Imposition of liquidated damages,
(ii) Forfeiture of its performance security and
(iii) Termination of the contract for default.
20.3 If at any time during the currency of the contract, the supplier encounters conditions hindering timely delivery
of the goods and performance of services, the supplier shall promptly inform the purchaser in writing about the
same and its likely duration and make a request to the purchaser for extension of the delivery schedule
accordingly. On receiving the supplier’s communication, the purchaser shall examine the situation as soon as
22
possible and, at its discretion, may agree to extend the delivery schedule, with or without liquidated damages
for completion of supplier’s contractual obligations by issuing an amendment to the contract.
20.4 When the period of delivery is extended due to unexcused delay by the supplier, the amendment letter extending
the delivery period shall, interalia contain the following conditions:
(a) The purchaser shall recover from the supplier, under the provisions of the clause 21 of the General Conditions
of Contract, liquidated damages on the goods and services, which the Supplier has failed to deliver within the
delivery period stipulated in the contract.
(b) Taxes will be paid as per existing rate at the time of billing.
20.5 The supplier shall not dispatch the goods after expiry of the delivery period. The supplier is required to apply to
the purchaser for extension of delivery period and obtain the same before despatch. In case the supplier
dispatches the goods without obtaining an extension, it would be doing so at its own risk and no claim for
payment for such supply and / or any other expense related to such supply shall lie against the purchaser.
21. Liquidated damages
21.1 Subject to GCC clause 24, if the supplier fails to deliver any or all of the goods or fails to perform the services
within the time frame(s) incorporated in the contract, the purchaser shall, without prejudice to other rights and
remedies available to the purchaser under the contract, deduct from the contract price, as liquidated damages, a
sum equivalent to 0.5% per week of delay or part thereof on delayed supply of goods and/or services until actual
delivery or performance subject to a maximum of 10% of the contract price. Once the maximum is reached
purchaser may consider termination of the contract as per GCC 22.
During the above-mentioned delayed period of supply and / or performance, the conditions incorporated under GCC sub-
clause 22.4 above shall also apply.
22. Termination for default
22.1 The purchaser, without prejudice to any other contractual rights and remedies available to it (the purchaser),
may, by written notice of default sent to the supplier, terminate the contract in whole or in part, if the supplier
fails to deliver any or all of the goods or fails to perform any other contractual obligation(s) within the time
period specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC sub-
clauses 20.3 and 20.4.
22.2 In the event of the purchaser terminates the contract in whole or in part, pursuant to GCC sub-clause 22.1 above,
the purchaser may procure goods and/or services similar to those cancelled, with such terms and conditions and
in such manner as it deems fit and the supplier shall be liable to the purchaser for the extra expenditure, if any,
incurred by the purchaser for arranging such procurement.
22.3 Unless otherwise instructed by the purchaser, the supplier shall continue to perform the contract to the extent
not terminated.
23. Termination for insolvency
23.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the right to terminate the contract
at any time, by serving written notice to the supplier without any compensation, whatsoever, to the supplier,
subject to further condition that such termination will not prejudice or affect the rights and remedies which have
accrued and / or will accrue thereafter to the purchaser.
24. Force Majeure
24.1 Notwithstanding the provisions contained in GCC clauses 20, 21 and 22, the supplier shall not be liable for
imposition of any such sanction so long the delay and/or failure of the supplier in fulfilling its obligations under
the contract is the result of an event of Force Majeure.
24.2 For purposes of this clause, Force Majeure means an event beyond the control of the supplier and not involving
the supplier’s fault or negligence and which is not foreseeable and not brought about at the instance of, the party
claiming to be affected by such event and which has caused the non – performance or delay in performance.
Such events may include, but are not restricted to, acts of the purchaser either in its sovereign or contractual
capacity, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
23
explosions, epidemics, quarantine restrictions, strikes excluding by its employees , lockouts excluding by its
management, and freight embargoes.
24.3 If a Force Majeure situation arises, the supplier shall promptly notify the purchaser in writing of such conditions
and the cause thereof within twenty one days of occurrence of such event. Unless otherwise directed by the
purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure
event.
24.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed by any reason
of Force Majeure for a period exceeding sixty days, either party may at its option terminate the contract without
any financial repercussion on either side.
24.5 In case due to a Force Majeure event the purchaser is unable to fulfil its contractual commitment and
responsibility, the purchaser will notify the supplier accordingly and subsequent actions taken on similar lines
described in above sub-paragraphs.
25. Termination for convenience
25.1 The purchaser reserves the right to terminate the contract, in whole or in part for its (purchaser’s) convenience,
by serving written notice on the supplier at any time during the currency of the contract. The notice shall specify
that the termination is for the convenience of the purchaser. The notice shall also indicate interalia, the extent to
which the supplier’s performance under the contract is terminated, and the date with effect from which such
termination will become effective.
25.2 The goods and services which are complete and ready in terms of the contract for delivery and performance
within thirty days after the supplier’s receipt of the notice of termination shall be accepted by the purchaser
following the contract terms, conditions and prices. For the remaining goods and services, the purchaser may
decide:
a) To get any portion of the balance completed and delivered at the contract terms, conditions and prices; and / or
b) To cancel the remaining portion of the goods and services and compensate the supplier by paying an agreed
amount for the cost incurred by the supplier towards the remaining portion of the goods and services.
26. Governing language
26.1 The contract shall be written in English language following the provision as contained in GIT clause 4. All
correspondence and other documents pertaining to the contract, which the parties exchange, shall also be written
accordingly in that language.
27. Notices
27.1 Notice, if any, relating to the contract given by one party to the other, shall be sent in writing or by cable or telex
and confirmed in writing. The procedure will also provide the sender of the notice, the proof of receipt of the
notice by the receiver. The addresses of the parties for exchanging such notices will be the addresses as
incorporated in the contract.
27.2 The effective date of a notice shall be either the date when delivered to the recipient or the effective date
specifically mentioned in the notice, whichever is later.
28. Resolution of disputes
28.1 If dispute or difference of any kind shall arise between the purchaser and the supplier in connection with or
relating to the contract, the parties shall make every effort to resolve the same amicably by mutual consultations.
28.2 In the case of a dispute or difference arising between the Purchaser/ Consignee and Supplier relating to any
matter arising out of or connected with the contract, such dispute or difference shall be referred to Plant
Protection Adviser, Directorate of Plant Protection Quarantine & Storage, Faridabad and the decision of Plant
Protection Adviser, Directorate of Plant Protection Quarantine & Storage, Faridabad will be final and binding
on the parties to the contract.
24
29. Arbitration
In case of any dispute arising between the contract holders any constituent, being party to the contract, the sole authority
for settlement of such disputes will rest with the arbitrator appointed by the Department of Agriculture, Cooperation and
Farmers Welfare, Ministry of Agriculture & Farmers Welfare, New Delhi.
30 Jurisdiction:
Failing arbitration in solving the dispute, the courts at Delhi/New Delhi alone shall have the jurisdiction for all aggrieved
parties, i.e. the Directorate of Plant Protection Quarantine & Storage, Faridabad, the company or any constituent being
party to the contract directly or indirectly.
31. Applicable Law
The contract shall be governed by and interpreted in accordance with the laws of India for the time being in force.
25
SECTION IV
TECHNICAL SPECIFICATIONS
1. ANALYTICAL BALANCE
Sl.
No.
Parameters Specifications Required
1 Weighing Capacity (g) Up to 80/220 Dual range
2 Tare Range (g) Full to capacity
3 Readability(mg) 0.01/0.1mg or better
4 Repeatability (≤ ±mg) 0.02mg or better
5 Linearity (±) (mg) 0.15 or better
6 Stabilization Time ≤3 seconds or better
7 Overload protection In-built
8 Housing base
construction
Standard or better
9 Units Selectable weight units (example g, kg, mg etc.)
10 Operating Temperature 5ºC-30ºC or better
11 Data interface Suitable and compatible
12 Level indicator Yes
13 Number of levelling
screw
1 or more
14 Max. Height above
Weighing Pans
Standard
15 Max. Height above
Weighing Pans
Standard
16 Protection Protected against dust & water along with dust cover. Preferable
Hand free operation of doors to avoid contamination.
17 Automatic Shutoff Yes
18 Construction Standard /Stainless Steel
19 Response time (average) Less than 6 seconds or better
26
20 Display Excellent, high contrast, easy-to-read LC display, with especially
large digits. Built-in, motorized calibration weight. Internal and
external weight calibration facility. For the highest weighing
accuracy at the touch of a key. Key pad protection.
21 Any other requirement A. Fully automatic internal Calibration with built in weight,
Internal Temperature control
B. Analytical Weight Box (01 Nos)(Class-A) with weight
range 10 mg to 200g with calibration certificate from
NABL
C. Comprehensive Warranty for 3 years .
D. Maintenance contracts (CMC) for at least 2 years.
E. Installation Qualification, Performance Qualification and
Operational Qualification by manufacturer at the site.
Demonstration and Training to staff by application
engineer.
28
3. CARBONDIOXIDE CHAMBER
1. About 20 litter of bucket size of 9” diameter.
2. Easy to keep on bench.
3. Quick connect with valve-closes when disconnected.
4. Closes when disconnected
5. Keeps CO2 in tube and chamber.
6. Door allowing user to place animals in chamber without losing CO2.
7. Clear acrylic top.
8. Transparent/easy to see animals in chamber.
9. 7’ –tube to connect CO2 source.
10. An ISO certified product.
11. Warranty 2-3 years.
29
4. CENTRIFUGE
S.NO Parameter Specifications Required
1 Centrifuge Bench top model
2. Max speed (RPM) 3500
3. Max RCF (g) 1800
4. Max Capacity (ml) 200 (4x 50 ML glass tubes)
5. Other Features Stepless speed regulator
Digital Display of RPM/speed
• Safety Lid interlock to prevent cover opening during
centrifugation
• Dynamic brake for quick deceleration
• Imbalance detector with cutoff
6. Electrical 220-240 volts, 50 Hz,
7. Warranty 1. Three (03) years complete comprehensive warranty with
spares, hardware parts, accessories and consumables included
from the date of installation for the entire configuration should
be offered. Conditional warranty will not be accepted.
2. Quotation for Two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
30
5. CORCYRA EGG LAYING CAGES
CORCYRA EGG-LAYING CAGE WITH AUTOMATIC EGG COLLECTION DEVICE
Figure .1 Figure. 1a
Egg-laying (Oviposition) Cage :
The Egg laying ( oviposition) Cage is comprised of the components (Figs. 1 & 1a) such as (i)
Moth holding chamber (ii) A stand with a funnel (iii) Egg collector.
(i) Moth holding chamber
The moth holding chamber is a square box, 40 cm L x 40 cm B x 20 cm H, made of zinc
sheet. The top cover is completely detachable. It is fitted with wire-mesh (20 gauge), 30 cm x 20 cm,
for ventilation and also egg-laying. On the right side corner at the back of the chamber, it has a hole
of 5.0 cm diameter, which is provided with a sliding lid. On the other side of the chamber, a 10 cm
diameter. Opening is provided which can be closed with a sliding door. The entire bottom of the
chamber is fitted with wire-mesh (20 gauge). Moths can be introduced into the chamber either
through the small or large opening by sliding the lid.
(ii) The stand with a funnel
It has a square frame, 42 cm x 42 cm, provided with a funnel shaped structure at the bottom,
30 cm slope and mounted on 4 legs (50 cm height).
(iii) Egg collector
It is a plastic box attached to the neck of the funnel at the bottom for egg collection.
32
7. DIGITAL VISCOMETER
S.NO Parameter Specifications Required
1 Digital Viscometer Digital Viscometer suitable for viscosity measurement of
pesticide suspensions and emulsions
2. Rotational Speeds 0.1 to 200 rpm (in 20 or more selectable speeds)
3. Viscosity 1 - 6x106 centipoise or mPa.S
4. Accuracy ± 1 % of full scale range
5. Repeatability ± 0.2%
6. Working Temperature
Range
-5 °C- 500°C (With RTD probe)
provision for coupling with RTD for direct monitoring
temperature of the sample during carrying-out viscosity
measurements.
7. Display Digital display with continuous sensing and display the
information like viscosity (cP or MPa.s), Temperature (degree
C or degree F), % Torque, Speed, Spindle used, Shear rate,
Shear stress.
8. Data Gathering Interfaceable with Personal Computer (PC)
9. Water Jacket The instrument should be equipped with the water jacket to
allow rapid and precise temperature control of sample
10. Small Sample Adaptor The equipment is to be supplied with small sample adaptor of
volume less than 20 ml.
11 Others 1. The instrument should have preferably facility for automatic
built–in calibration facility for viscosity.
2. The precision and reproducibility of the instrument shall be
furnished by the party.
3. Party shall also supply detailed calibration certificate from
National / International accredited laboratory in respect of
accuracy and stability of the viscosity.
33
4. supply of standard viscosity fluids of viscosity ranges
suitable for calibration of the offered model of viscometer.
12 Electrical 220-240 volts, 50 Hz,
13 Warranty 1. Three (03) years complete comprehensive warranty with
spares, hardware parts, accessories and consumables included
from the date of installation for the entire configuration should
be offered. Conditional warranty will not be accepted.
2. Quotation for Two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
34
8. DOUBLE DISTILLATION WATER UNIT
Electrical requirements 230 Volts 10/50 Hz, Single phase
Distillation water capacity (ltr/hr) 4 ltr/hr
pH value 6.9 – 7.0
Conductivity (µS/cm) < 1.0
Numbers of Built in Quartz heaters (nos) 2.0
Distillation units Type Horizontal
Distillate Temperature (0C) 70.0
Biological Activity Pyrogen free
Built in Quartz heater capacity (KW) 3.5
Double stage glass (quartz) distillation units Yes
Cooling Water Consumption (ltr/hr) 140 ltr/hr
35
9. ELISA COMPLETE UNIT
ELISA READER & WASHER
Microplate able to read up to 96 wells, wavelength range 400 – 750 nm with absorbance range 0 –
3.0 abs accuracy and linearity 1% tungsten halogen lamp, fove filter capacity with interference of
405, 450, 490 & 630 on filter wheal, display 2x24 digit LCD, extensive on-board data analysis, curve
fitting options as linear, cubic, quadratic, cubic spine, point to point assay & control validation, data
transformation formulas, cut-off & call criteria, memory, parallel centronics for printer, power supply
230 VAC.
Washer
Should have processes for full 96 wells, wash cycle 1 – 10 and wash heads 8 channels with
wash protocols. Dispensing volume 1 l, shaking should be use programmable speeds, programmable
washing, dispensing, aspiration, rising, priming, built- in pumps, aerosol cover.
36
10. FT-IR
S.No. Parameter Specifications Required
1. Spectral range 6500 to 500 cm-1 or better
2. Wave number
reproducibility/
repeatability/precision
0.01 cm-1 or better
3. Unapodised resolution 0.7 cm-1 or better
4. Resolution From 1 to 64 cm-1
5. Optics Zinc Selenium(ZnSe) beam splitter
6. Internal light source Silicon Carbide (SiC) Or equivalent
7. Laser Solid state maintenance free
8. Calibration and validation Built-in (GLP Compliant)
9. Detector Deuterium Tri Glyceride Sulphide (DTGS), ZnSe Window Or
equivalent
10. Signal to Noise ratio over 5000: 1 Or better
11. Interferometer Michelson type with two corner retro-Reflectors
12. Scan Mode Double sided Interferograms
13. Sample Chamber Open and flexible type to accommodate all pesticide samples
14. Operating Environment AC input 240V, 50 Hz, Power Consumption 150 W, RH 5% to 80%,
non-condensing for the model
15. Software and operating
System
SP Pro based software program of FT-IR for acquisition. Display and
processing of spectral data and for basic quantitative analysis using
peak area and height or better
16. UPS A suitable branded online UPS of 05 KVA capacity or more with at
least 60 minutes back up for the complete system should be provided .
17. Computer and Printer Computer : The personal computer with latest processor/configuration
(Core i5 processor or better, minimum 4 GB RAM, 1 TB hard disk,
DVD writer, with minimum 19” LED monitor, Optical Mouse,
keyboard and LaserJet Printer) should be supplied along with the
instrument.
37
The latest OS(64bit) (windows 7 or better software which is
compatible with the chromatography / MS / MS software) preferably
with oracle data base should be supplied along with original license key
of windows and Microsoft office.
18. Cells NaCl- (0.1 mm) KBr/CsI or equivalent (one No.)
19. Warranty 1. Three (03) years complete comprehensive warranty with spares,
hardware parts, accessories and consumables included from the date of
installation for the entire configuration and UPS system should be
offered. Conditional warranty will not be accepted.
2. Quotation for Two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
3. The PM/ Consumable Kits should be provided with the instrument
every year during the warranty period.
20. Any other requirement o IQ/OQ/PQ to be performed as per Standard protocol, should be
done free of cost with necessary traceable standards along with
necessary performance kit standard solutions.
o Documents, kits & standards etc as required are to be supplied
along with the instrument.
o Free demonstration and training for 1 week or more in India to our
02 lab personal/technical personnel at Company Centre to be
incorporated, and responsibility of the supplier for training of the
lab personnel at supplier site/ installation site.
o Spares: state availability of spares for ten years.
o Consumable & spares: List of the consumables and spares to be
supplied with the system.
o User List: Provide users for last 5 years with contact person nam
e, address, phone, fax and email Ids.
o Manuals/Documents: 1 set of hard copy and 1 set of soft copy i
n English.
o Pre‐installation site preparation/inspection requirements
to be indicated and specified along with the bid.
o The bidder has to show the technical demonstration of the
Instrument/model quoted in the tender during/after the evaluation
of Technical bid to the technical experts as decided by the
competent authority with in India preferably in Northern part of
India
o All the claims made by the various vendors in terms of the
above mentioned specifications should be validated by means
of authenticated documentary evidence in the tender document
being submitted by them. In the absence of authenticated
documentary evidence available in the submitted tender, it
may be considered as disqualified/cancelled..
Attenuated Total reflectance (ATR) assembly compatible with the
instrument model to be quoted with the bid.
38
21. Minimum Eligibility
Criteria
Minimum 10 installations of quoted model in National R&D
Institutions for the past 5 years with supporting documents of
purchase orders/latest service reports/installation reports to be
enclosed.
Declaration from the Principals that minimum 10 years support
in terms of spares and service will be provided.
Original Software for the equipment should be provided and free
up-gradation of software during the warranty period.
List of service staffs and centers available in India.
List of the users of quoted model for last three years
Onsite training/demonstration for one week to the
staffs/scientists to be provided at no additional cost.
39
11. GLC
S.No. Specifications Required
A.System Capabilities
1. Digital control of oven temperature to assure an unsurpassed and
verified in the Fast GC analysis.
2.Electronic pneumatic control (EPC)/ programmable pneumatic
control (PPC) or equivalent system for all inlets & detectors.
3.Digital Pressure Control (DPC) that permits setting of the gas flow
rates.
4.GC should have capability to support up to 2 Inlets & 3 Detectors.
5.The GC should have advanced capability to monitor system
resources (Electronic logs, early maintenance feedback, counters etc.
6.System should have facility to incorporate gas sampling & column
switching valves whenever required.
7.All the system parameters should be displayed on LCD on the
machine and computer screen.
1. Retention Time repeatability : < 0.008%
2. Area Repeatability : < 1 % RSD
B.Colum Oven
1.Accommodates up to two 100 m × 0.530 mm id capillary columns.
2.Operating temperature range ambient temperature +4 °C to 400 °C
or more suitable for all columns and chromatographic separations.
3.Supports 09 or more oven ramps with 10 or more plateaus. Negative
ramps may be allowed. Maximum achievable temperature ramp rate:
110 °C/min.
4.Oven cools down from 400°C to 50 °C in 5.0 minutes or less.
C. Split / Split less
Capillary Injector
1.Suitable for all capillary columns (0.1mm to 0.53 mm)
2.Splitless mode for trace analysis .
3.Maximum temperature up to 400 °C or more.
4.Split less ratios up to 6000:1 or better to avoid column overloading
D. Packed column
Injector
Injector with adaptor for 2 to 6 mm id glass/SS columns for direct
injection on pack column with electronic flow/pressure control with
pressure range 0 to 100 psi
Flow range : 0.0 to 200 ML/min
Maximum temperature up to 400 °C or more.
E.Flame Ionization
Detector.
1. Minimum Detection Limit (for tridecane or equivalent) : <1.5 pg
C/sec or better.
2. The linear dynamic range: 106 to 107 .
3. Standard Electronic pneumatic control for 3 gases Air, H2 and make
up gas .
4.The detector should have a Data acquisition rate of 450 Hz or
equivalent.
40
F.Auto Sampler 1.The system should have provision for automatic injection of samples.
2.Auto sampler should consist of Injection tower & sample tray.
3.Fully programmable dispense rate, draw rate & injection rate.
4.Should have facility of multi injection mode.
5.Better than 0.5% RSD.
6.Auto sampler should have minimum 15 sample capacity. It should be
upgradable further to accommodate 100 or more samples whenever
required
G.Chromatographic
Data Software:
Single point control of all GC and its modules, customizable reports,
GLP features should also have software for data acquisition, control,
chromatographic data evaluation, porting Sequencing, Suitable
software’s provide with GC for data acquisition, evaluation and
analysis. Operating system compatible to standard computer. During
data acquisition, it is possible to visualize and reprocess previous
analyses. Prepare the methods for subsequent analyses and run other
programs.
H.Computer 1.The personal computer with latest processor/configuration (Core i5
processor or better, minimum 4 GB RAM, 1 TB hard disk, DVD writer,
with minimum 19” LED monitor, Optical Mouse, keyboard and LaserJet
Printer) or better should be supplied along with the instrument.
2.The latest OS (windows 7 or better software which is compatible with
the chromatography) preferably with oracle data base should be supplied
along with original license key of windows and Microsoft office.
I.Columns Pack Column OV-17 and OV-101 with 4 mm ID 02 Nos each
J.Other Accessories 1) Gas purification panel.
2) Gas cylinders with regulators (compatible with gas purification
panel provided).
3) The supplier should supply the following along with the system
for the operation of the GLC.
a. Gas cylinders Duly filled with gases
Nitrogen 4 nos ultrapure grade
Hydrogen 4 nos
Zero air 4 nos
b. Two stage gas regulators made of stain less steel and filtration
panel which will be installed along with the system by the
supplier for Nitrogen, Hydrogen and Zero Air.
c. Supply of 10 micro litre syringes 5 units .
K.UPS A suitable branded online UPS of 5 KVA capacity or more with at least
60 minutes back up for the complete system should be provided free of
cost
L.Warranty: Three (03) years complete comprehensive warranty with spares,
hardware parts, accessories and consumables included from the
date of installation for the entire configuration of quoted GC and
UPS system should be offered. Conditional warranty will not be
accepted.
Quotation for Two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
41
The PM/ Consumable Kits for GC system should be provided
with the instrument every year during the warranty period.
M.Installation and
Demonstration
1.IQ/OQ/PQ to be performed as per Standard protocol, should be
done free of cost with necessary traceable standards along with
necessary performance kit standard solutions.
2.Documents, kits & standards etc as required are to be supplied
along with the instrument.
3.Free demonstration and training for 1 week or more in India to
our 02 lab personal/technical personnel at Company Centre to be
incorporated, and responsibility of the supplier for training of the
lab personnel at supplier site/ installation site.
4Working Table : A suitable vibration free working table to house
GC along with computer and printer should be quoted along with
the instrument.
1. Spares: state availability of spares for ten years.
2. Consumable & spares: List of the consumables and spares (for 5
years) to be supplied with the system.
3. User List: Provide users for last 5 years with contact person nam
e, address, phone, fax and email Ids.
4. Manuals/Documents: 1 set of hard copy and 1 set of soft copy in
English.
5. Pre‐installation site preparation/inspection requirements
to be indicated and specified along with the bid.
6. Annual Maintenance Contract Charges should beclearly mentione
d/quoted after warranty period.
7. The bidder has to show the technical demonstration of the
Instrument/model quoted in the tender during/after the evaluation
of Technical bid to the technical experts as decided by the
competent authority with in India preferably in Northern part of
India
8. All the claims made by the various vendors in terms of the
above mentioned specifications should be validated by means
of authenticated documentary evidence in the tender document
being submitted by them. In the absence of authenticated
documentary evidence available in the submitted tender, it may
be considered as disqualified/cancelled
42
12. GC-MS-MS
S.No
GC-MS-MS Triple Quadruple System Specifications
1 The latest Model of Triple Quadruple GCMS should have the following features to deliver high
performance operation, maximum sensitivity, maximum uptime, and maximum productivity.
2. Gas chromatograph and the MS/MS should have been manufactured by the same company, or
GC and MS.MS from different manufacturers should have a high degree of compatibility and
operational with the same mass software, and a written assurance from the competent authority
of the manufacturing /supplying company to that effect and to provide one stop after sales
servicing, besides certifying that they will honour the bid conditions of 5 years warranty within
24 working Hours in servicing, replacing and maintenance of entire unit. The customer
satisfaction certificates should also be submitted to the effect that there is no problem in
compatibility and after sales service of the entire set of equipment, from the current users.
3. Gas Chromatography system
3.1 The front end Gas chromatograph system should be capable of delivering advance separation
capabilities and real time self monitoring intelligence to provide superior performance for all
MS applications. The Gas Chromatography system supporting the MS should have the
following features for enhanced quantification/qualification capabilities
3.2 Injector: The system should be provided with Split/splitless injector along with option of
Programmable Temperature Vapouriser (PTV) Inlet for large volume injections for wide range
of capillary column. Injector should have heating rate of 800 degree/min and above and should
be programmable with more than 3 re more steps heating and ramps
3.3 The system should have an Auto sampler /injector with vial capacity of more than 100 Vials
vials or more
3.4 Autosampler should be capable of handling large volume injection with syringe size from 0.5
microlitre to 200 microlitres. 05 Nos of Syringe of 10 and 50 microlitre each capacity should
be quoted.
3.5 Advanced electronic flow control modules with Pressure set points adjustable in increments of
0.001 psi, with typical control ± 0.001 for the range 0.000 to 99.999 psi or more
3.6 Oven temp ramp rate of oven should be at least 120oC/min
3.7 User may select pressure units as psi, kPa or bar
43
3.8 High performance GC oven temperature control from ambient temperature +4 °C to 450 °C. GC
Oven Should support min 15 oven ramps with 16 plateaus or more, Negative ramps may be
allowed
3.9 Capillary columns of dimensions 0.1mm to 0.53 mm or more id should be compatible with the
system
3.10 Atmospheric pressure and temperature compensation is standard, so results do not change, even
when the laboratory environment varies
3.11 Retention Time Repeatability should be of <0.0008 min or better and the Peak Area Repeatability
should be <1 % RSD or better
3.12 System should have capability of locking/adjusting the retention time so that same retention time
can be reproduced from system to system and the method should be electronically transferred.
4.0 Triple Quadrupole Mass Spectrometer with EI and CI:
4.1 One split flow turbo molecular vacuum pump or better for creating high vacuum.
4.2 Rotary vane fore line pump supporting the turbo molecular pump
4.3 Quadruple should be made up of inert material with hyperbolic shape to have better mass
transfer efficiency or equivalent
4.4 Source should be easily accessible for maintenance
4.5 Ionization energy range should be up to 200eV or better
4.6 Ionization current range up to 300μ A or better
4.7 Triple quadruple should have linear design for best transmission efficiency of Ions. The
Collison cell should be having linear design or equivalent
4.8 There should be provision of heating the quadruple or equivalent technology to keep it clean
from dirty matrix
4.9 Multipole or High Performance collision cell with curved technology or any other better
technology for elimination of neutrals and chemical noise to improve the ion fragmentation
prior to final filtration and detection quantification.
4.10 The system should use low cost suitable gas (e.g. Nitrogen/Argon), as collision gas, to reduce
cost of operation
44
4.11 System should have Electron multiplier detector with long life and better sensitivity
4.12 The system should have independently heated GC/MS interface
4.13 0.5 Femtogram of OFN (Octa Fluoro Napthalene) -level limits of detection(IDL-Instrument
Detection limit) and quantification should be possible.
4.14 Selective quantification of target compounds in high chemical background samples
4.15 Mass range (m/z) upto 1,000 amu or better
4.16 Resolution Unit mass adjustable by tune, 0.7 to 2.5 Daltons or better
4.17 Dynamic range (electronic) 106 or better
4.18 Scan rate (electronic) of 20,000 u/s or better
4.19 MRM speed (transitions/sec) 800 or more enabling automatically quantifying and confirming
more targets in a single method run.
4.20 Non- coated inert EI source with dual filament to run sample after sample with complete
confidence and reduces cleaning requirements, especially when analyzing dirty samples.
4.21 Ion source temperature range up to 350 °C
4.22 Should have software controlled Auto tune or manual tune to enable quick start up for
quantitative analysis.
4.23 The system should have the capability of replacement of GC column without venting MS vacuum
which results in elimination of downtime
4.24 The sensitivity of Triple quadrupole system should be as follows and demonstrated at installation
site:
1. EI MRM (Instrument Detection Limit): 0.5 fg or less octafluoronaphthalene (OFN) for
1uL injection of 10fg/uL OFN, 8 sequential injections; MS/MS transition of m/z
272→222;
2. EI MRM (S/N): >30,000:1 RMS S/N or better for 1uL injection of 100fg/uL OFN,
MS/MS transition of m/z 272→222;
45
4.25 Ion source : EI and CI modes with isolation valve must be fitted to allow change of ionization
mode
4.26 PCI scan sensitivity : 100 pg if BZP standard scanning must be S/N greater than 2500:1 or better
4.27 NCI scan sensitivity : 100 fg of OFN standard scanning must be S/N greater than 2000:1 or better
4.28 All the technical specifications should be verifiable through brochures/specifications/documents
available on the supplier’s official website.
5.0 Software Control System:
WorkStation Instrument Control software allows you to perform the following tasks:
5.1 Start and stop the instruments from the software
5.2 Download settings to the GC and the Triple Quad in real time to control the instrument
5.3 Evaluate if the MS parameters are within the limits to produce the specified mass accuracy and
resolution with a Check tune report
5.4 Optimize MS parameters automatically or manually through software tuning programs and print
an Auto tune report
5.5 Monitor the actual conditions of the instrument
5.6 View the real-time plot for chromatograms and instrument parameters (both GC and MS) and
print a real-time plot report
6.0 Quantitative analysis- Qualitative analysis Features
6.1 Imports information directly from the acquisition method
6.2 Provides a curve-fit assistant to test all fits and statistics on curve quality
6.3 Integrates with an automated, parameter-free integrator that uses a novel algorithm, optimized for
triple Quadra pole data
6.4 For fast method development, this software is used to quickly review the qualitative aspects of
the data, such as the optimum precursor to product ion transitions.
6.5 Qualitative Analysis program to present large amounts of data for review in one central location.
6.6 Extract chromatograms, View and extract peak spectra, Subtract background,
Integrate the chromatogram, Find compounds
46
6.7 Library: NIST, WILEY & PESTICIDE LIBRARY –latest version with license to be supplied
with the system. Metabolites/pesticides library of 1000 compounds or better.
7.0 Miscellaneous
7.1 Computer : The personal computer with latest processor/configuration (Core i5 processor or
better, minimum 4 GB RAM, 1 TB hard disk, DVD writer, with minimum 19” LED monitor,
Optical Mouse, keyboard and LaserJet Printer) should be supplied along with the instrument.
23.2 The latest OS (windows 7 or better software which is compatible with the chromatography /
MS / MS software) preferably with oracle data base should be supplied along with original license
key of windows and Microsoft office.
7.2 The MS/MS-chromatography software should be of latest of its version and comply with the
GMP/GLP
7..3 The software should facilitate easy custom report generation.
7.4 The system should come with latest pesticide mass library and have the facility to append new
molecules; Wiley Library OR NIST Library with License.
7.5 Should be supplied an additional set of columns as given under apart from standard supply:
DB-5 30m x 0.2mm 2 no’s or equivalent
DB-1 30m x 0.2mm 2 no’s or equivalent
DB-17 30m x 0.2mm 2 no’s or equivalent
7.4 Digital Flow meter with ISO 17025 – 2005 accredited laboratory certificate
7.5 Should be supplied GC-MS/MS calibration standards with traceability certificate.
7.6 Should be supplied with n-alkane mixture for determination of retention indices
7.7 Helium gas cylinders: 3 Helium Gas cylinders duly filled with ultrapure gas should be supplied;
Nitrogen Gas cylinder, CH4/ Isobutane/Argon Gas cylinder should also be provided.
Double stage gas regulators made of brass and filtration panel to meet the requirement
7.8 UPS : A suitable branded online UPS of 10 KVA capacity or more with at least 60 minutes back
up for the complete system .
8.0 Warranty:
8.1 1. Three (03) years complete comprehensive warranty with spares, hardware parts, accessories
and consumables included from the date of installation for the entire configuration of quoted GC-
47
MS/MS with Generator and UPS system should be offered. Conditional warranty will not be
accepted.
2. Quotation for Two (02) years Comprehensive Maintenance Contract(CMC) to be submitted
along with bid.
3.The PM/ Consumable Kits/calibration solution for GC and MS system should be provided with
the instrument every year during the warranty period.
8.2 Installation and Demonstration: 1) IQ/OQ/PQ to be performed as per Standard protocol, should be done free of cost
with necessary traceable standards along with necessary performance kit standard
solutions.
2) Documents, kits & standards etc as required are to be supplied along with the
instrument.
3) Free demonstration and training for 1 week or more in India to our 02 lab
personal/technical personnel at Company Centre to be incorporated, and
responsibility of the supplier for training of the lab personnel at supplier site/
installation site.
4) Working Table : A suitable vibration free working table to house GC-MS_MS
along with computer and printer should be quoted along with the instrument.
5) Spares: state availability of spares for ten years.
6) Consumable & spares: List of the consumables and spares (for 5 years) to be su
pplied with the system.
7) User List: Provide users for last 5 years with contact person name, address, pho
ne, fax and email Ids.
8) Manuals/Documents: 1 set of hard copy and 1 set of soft copy in English.
9) Pre‐installation site preparation/inspection requirementsto be indicated and specified
along with the bid.
10) Annual Maintenance Contract Charges should beclearly mentioned/quoted after
warranty period.
11) The bidder has to show the technical demonstration of the Instrument/model
quoted in the tender during/after the evaluation of Technical bid to the technical
experts as decided by the competent authority with in India preferably in Northern
part of India
12) All the claims made by the various vendors in terms of the above mentioned
specifications should be validated by means of authenticated documentary
evidence in the tender document being submitted by them. In the absence of
authenticated documentary evidence available in the submitted tender, it may
be considered as disqualified/cancelled.
9. Minimum Eligibility Criteria
1) Minimum 10 installations of quoted model in National R&D Institutions for the
past 5 years with supporting documents of purchase orders/latest service
reports/installation reports to be enclosed.
2) Declaration from the Principals that minimum 10 years support in terms of spares
and service will be provided.
3) Original Software for the equipment should be provided and free up-gradation of
software during the warranty period.
4) List of service staffs and centres available in India.
5) List of the users of quoted model for last three years
6) Onsite training/demonstration for one week to the staffs/scientists to be
provided at no additional cost.
48
13 HPLC
Parameter Specifications Required
1.Solvent System
(Quaternary
Gradient)
1. No. of Solvents : Up to four solvents
2. Gradient Formation: Low pressure mixing quaternary gradient
3. Degasser: Integrated Vacuum Degasser
4. Flow rate range : 0.01 to 10ml/min. or better
5. Pump Seal Wash : Integrated &Automatic
6. Wet Prime : Automatic
7. Maximum Operating Pressure: 5000psi or more.
8. Composition Accuracy : ±0.5% or better
9. Composition Precision : ≤0.15% RSD or better
10. Flow Precision : 0.075% RSD or better
11. Flow Accuracy : ±1.0% or better
12. Dwell Volume (Total System) :<700 µL
(includes mixer)
2.Auto Sampler
Injection Volume range : 0.1 to 100 µL able to increase upto 250ul
No. of Sample Vials : 100 vials of 1or 2 mL or more
Sample delivery precision : < 0.5% RSD or better
Sample Temp Control : 4ºC to 40ºC in 0.1ºC increments.
Linearity Coefficient : >0.999
Injection Accuracy : +/- 2 µL
Sample Carryover : <0.01%
3.UV Detector
Wavelength Range - 190-700nm
Measurement range should be 0.0001- 4.0AU
Bandwidth- ≤6nm or better
Wavelength Accuracy- +1nm
Linearity - ≤5% at 2.5AU, Propylparaben, 257nm
Baseline Noise, Single wavelength- ≤5.0x10-6 AU, 230nm,
10points/s 1.0s, 30-s Segments, dry Analytical Flow cell
Baseline Noise, Dual wavelength- ≤35.0x10-6 AU, 230nm,
280nm, 10 points/s 2.0s, 30-s Segments, dry Analytical Flow
cell.
Drift - ≤1x10-4 AU/h
Sampling Rate - up to 80points/s
Light Source-Suitable light source
(Halogen/deuterium/Tungsten or any advance source)
Path length: 10mm.
Flow Cell Design: Suitable flow cell
Flow Cell volume: 12 ul or better
Wetted material : SS, PEEK, Fused Silica or equivalent
49
4.PDA Detector
Wavelength Range: 190-800nm or more
Wavelength Accuracy: ±1nm or better
Combination of Flow cell Path length:
10mm & Flow cell Volume: 0.6ul or less
Wavelength Repeatability: ± 0.1 nm
Should be operable at high resolution mode (resolution : 1.2 nm
per photodiode) with a total of more than 512 Photo diodes,
digital, and optical (3D mode) .
Should be operable at noise level 1.0x10-5 AU at 254 nm or
better
Data Acquisition : Up to 80 Hz or better
Path-length :10 mm or better
Flow cell Design and cell volume : 12 μL or better and should
have minimum RI effect
Pre-aligned deuterium lamps for Full Wavelength Range
should be used as light source with minimum life of 2000 hrs
or more
Should have provision of low noise performance within
the operable wavelength range without lamp change.
GLP function: Date of lamp replacement, number of
ignitions, Ignition time, energy and automatic wavelength
check.
5.Software
1. The licensed software should be original, authenticated and
compliant for GLP/GMP/CFR.
2. Should have option for manual Integration
3. Should have option for versatility for multitasking without
multiple software packages
4. Embedded Oracle/ SQL/ACCESS database
6.Fluorescence (FLR)
Detector
1. Wavelength Range: 200 to 650nm or better
2. Multi channel/Multi-wavelength mode (excitation & emission
fluorescence detector
3. Light Source : High intensity Xenon Lamp , 150 W or better
4. Wavelength accuracy±2 nm or better
5. Wavelength repeatability/reproducibility ±0.2nm or better
6. Should have sampling rates up to 80 Hz, independent
optimization of filtering constants
7. facilitate accurate and reproducible integration
It should have low volume (<13uL), axially illuminated flow
cell design or equivalent or better.
50
7.Columns:
The following columns may be supplied along with the instrument
1. Silica column 250mm X 4-6mm id, 5µ 2nos.
2. C18 column 250mm X 4.6mm id, 5 µ 4nos.
3. C18 column 250mm X 4.6mm id, 10 µ 4 no.
4. C8 Column 250mm X 4.6mm id, 5 µ 4 no.
8.Guard Column:
Suitable guard column sets (2 nos each) with C18, C8 inserts should be
supplied along with the instrument.
9.Solvent filtration kit:
All glass solvent filtration apparatus with suitable filter membranes to
filter aqueous and organic solvents should be supplied.
10. Vacuum pump: 1. Vacuum pump must be a dry/PTFE coated diaphragm based,
operational under 220V/50Hz and constructed with chemical
resistant materials.
2. Should have an output of vacuum of 800 mm Hg , or better
3. Should have pressure gauge/ monitor.
11. Ultrasonic bath:
The Ultra sonic bath must accommodate up to 3 litre flask with a
thermostatic controlled heater facility.
12. UPS A suitable branded online UPS of 10 KVA capacity or more with at
least 60 minutes back up for the complete system should be provided
with the system .
13.Computer : 1.The personal computer with latest processor/configuration (Core i5
processor or better, minimum 4 GB RAM, 1 TB hard disk, DVD writer)
with minimum 19” LED monitor, Optical Mouse, keyboard and
LaserJet Printer should be supplied along with the instrument.
2.The latest OS windows 7 or better software which is compatible with
the chromatography system preferably with oracle data base should be
supplied along with original license key of windows and Microsoft
office
14. Warranty 1. Three (03) years complete comprehensive warranty with spares,
hardware parts, accessories and consumables included from the date of
installation for the entire configuration of quoted HPLC and UPS
system should be offered. Conditional warranty will not be accepted.
2. Quotation for Two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
3. The PM/ Consumable Kits for HPLC should be provided with the
instrument every year during the warranty period.
51
15.Installation and
Demonstration:
Installation and Demonstration:
IQ/OQ/PQ to be performed as per Standard protocol, should be
done free of cost with necessary traceable standards along with
necessary performance kit standard solutions.
Documents, kits & standards etc as required are to be supplied
along with the instrument.
Free demonstration and training for 1 week or more in India to
our 02 lab personal/technical personnel at Company Centre to
be incorporated, and responsibility of the supplier for training of
the lab personnel at supplier site/ installation site.
Working Table: A suitable vibration free working table to
house HPLC, solvent assembly along with computer and printer
should be quoted along with the instrument.
Spares: state availability of spares for ten years.
Consumable & spares: List of the consumables and spares (fo
r 5 years) to be supplied with the system.
User List: Provide users for last 5 years with contact person n
ame, address, phone, fax and email Ids.
Manuals/Documents: 1 set of hard copy and 1 set of soft cop
y in English.
Pre‐installation site preparation/inspection requirements
to be indicated and specified along with the bid.
Annual Maintenance Contract Charges should beclearly menti
oned/quoted after warranty period.
The bidder has to show the technical demonstration of the
Instrument/model quoted in the tender during/after the
evaluation of Technical bid to the technical experts as decided
by the competent authority with in India preferably in Northern
part of India
All the claims made by the various vendors in terms of the
above mentioned specifications should be validated by
means of authenticated documentary evidence in the tender
document being submitted by them. In the absence of
authenticated documentary evidence available in the
submitted tender, it may be considered as
disqualified/cancelled.
P. Minimum Eligibility
Criteria
Minimum 10 installations of quoted model in National R&D
Institutions for the past 5 years with supporting documents of
purchase orders/latest service reports/installation reports to be
enclosed.
Declaration from the Principals that minimum 10 years support in
terms of spares and service will be provided.
Original Software for the equipment should be provided and free
up-gradation of software during the warranty period.
List of service staffs and centres available in India.
List of the users of quoted model for last three years
Onsite training/demonstration for one week to the staffs/scientists
to be provided at no additional cost.
52
14. Hot Air Oven
S.NO Parameter Specifications Required
1 Hot Air Oven Natural convection
2. Operating Temperature
Range
50 ºC to 300 ºC (accuracy ± 1 ºC)
3. Number of Shelves 3 to 4 Stainless steel shelves (removable)
4. Capacity 250 Litres or more
5. Temperature Controller Temperature should be thermostat/ microprocessor
controlled by electronic digital temperature controller with
sensor (control switches).
6 Insulation Mineral Wool
7 Air Circulation Forced air circulation
8. Other Features Oven should be corrosion resistant.
Double walled corrosion inner chamber made of
stainless steel and powder coated outer surface.
Gap between two walls field with glass/mineral wool
insulation to avoid heat loss .
Fully insulated glass door with lock hinges and
ventilation and a see-through window to view
contents without opening.
Should be provided with air circulating fan. .
LED digital display enable users to monitor the
chamber temperature at any given time.
Visual alarm indicator alerts users of abnormal
conditions if the chamber temperature exceeds the
setting point by 10°C.
9. Electrical 220-240 volts, 50 Hz,
10. Warranty 1. Three (03) years complete comprehensive warranty with
spares, hardware parts, accessories and consumables included
from the date of installation for the entire configuration should
be offered. Conditional warranty will not be accepted.
2. Quotation for Two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
53
15. KARL-FISCHER TITRATOR
Sl. No. Parameters Specifications Required
1
Moisture determination facility
by Karl Fischer Titrator
1. The system should have the facility to perform
Volumetric Karl Fischer Titration for liquid and
solid samples.
2. Microprocessor based KF titration assembly
consisting of titration cell, platinum intelligent
electrodes, magnetic stirrer and control unit. All
accessories required for the applications should be
provided along with the instruments.
3. Application range of 100 ppm to 100% moisture.
4. Touch control operation with USB interface for
attachment to PC/Printer etc.
5. The system should be completely software
controlled with burette recognition facility .
6. The equipment should have facility for automatic
drift compensation
7. Burettes volume of 2, 5, 10, 20 and 50 ml or
equivalent should be available .
8. All the tubings should be made of Teflon or PTFE
9. Burette should have a minimum resolution of
1/10000 of its burette Volume
10. The instrument should have Live display feature.
11. A suitable stirrer Magnetic/Propeller with control
on stirring speed and direction should be provided.
12. Option of oven or oven sample processor
13. Facility for following should be provided
Result monitoring, customized report and
automatic data back-up should be available,
Direct Reading of Moisture in PPM,
Percentage(%) & mg/ml of water
Reagent consumption, monitor, a warning
should be displayed when the selected limit
is reached.
Automatic inquiry of sample size and/or ID
number after start of titration on request.
Variable Start Delay for poorly soluble
samples.
Automatic end point detection with Audio
& Visual Alarm
OVER TITER Audio Alarm
Automatic Calculation of Avg. Factor &10
KF Factor can be stored in memory
Auto Drain Facility for cleaning reaction
vessel
54
2 Warranty 1. Three (03) years complete comprehensive warranty with
spares, hardware parts, accessories and consumables
included from the date of installation for the entire
configuration and UPS system should be offered.
Conditional warranty will not be accepted.
2. Quotation for two (02) years Comprehensive
Maintenance Contract(CMC) to be submitted along with bid.
3. The PM/ Consumable Kits should be provided with the
instrument every year during the warranty period.
3 Any other requirement Installation Qualification, Performance Qualification and
Operational Qualification by manufacturer at the site.
Demonstration and Training to staff by application
engineer.
List of service staffs and centres available in India.
List of the users of quoted model for last three years
55
16. LC-MS-MS
PARAMETER SPECIFICATION REQUIRED
1.Triple /Tandem
Quadrupole Mass
Spectrometer System:
1.1 Latest Triple/Tandem Quadrapole LC-MS/MS Bench-Top System
for high sensitivity trace level qualitative and quantitative analysis with
complete software control for pesticides residues analysis to meet global
food safety regulations like EU/ USFDA/Japan with following
specifications.
1.2 Liquid chromatograph and the MS/MS should have been
manufactured by the same company, or LC and MS/MS from
different manufacturers should have a high degree of compatibility
and operational with the same mass software, and a written
assurance from the competent authority of the manufacturing
/supplying company to that effect and provide one stop after sales
servicing, besides certifying that they will honour the bid
conditions of 5 years warranty within 24 working Hours in
servicing, replacing and maintenance of entire unit The customer
satisfaction certificates should also be submitted to the effect that
there is no problem in compatibility and after sales service of the
entire set of equipments , from at least three current users.
1.3 The system sensitivity should meet EU- MRLs for pesticide
residues in fruit and vegetable matrix. (Proof document
/application note to be enclosed along with technical tender
document)
2. Ionization
Source
2.1 The instrument should be able to perform ESI and APCI/APPI as well
as +ve and –ve modes of ionization/applications using combined source
in a single run.
2.2A multi mode or dedicated ESI/APCI/APPI source must be provided
with the instrument and no/least physical changing of ionization sources
(ESI to APCI to APPI or vice versa) from time to time for various
applications must be needed.
3. ESI/APCI
combined source
Flow rate range:
3.1The source must be capable of handling flow rate of 5ul – 2 ml/min or
better without the need for use of flow splitter.
3.2Also a provision should be available to divert the flow to waste/MS
through software before/during/after the analysis in order to reduce source
fouling/contamination.
4. Desolvation
Temperature
The quoted ion source should have a desolvation temperature setting of
450 oC or more.
5. Mass Range
(AMU)
10-2000 amu or better
6. Scan Speed should have a scan speed of 10,000 amu /sec or above
56
7. Polarity
Switching time
30 msec or less
8. Interface: The interface should be such that it should be able to handle large batches
of complex sample matrices over a long period of time without
performance degradation. The cleaning of the sampling cone within the
source should be simple & should be done without venting the system and
facility to Vacuum Interlock should be available.
9. Vacuum System: 1) A robust high efficiency vacuum system with minimum
maintenance and utility with low noise level.
2) Vacuum system vent/pump cycles must be digitally monitored and
controlled, to provide total software control and to ensure fail-safe
operation in the event of power failure.
10. Quadrupoles: Quadrupoles having high standards of mechanical tolerances
for high sensitivity and resolution in both the quadrupoles.
The design including any other MS pre/post filters may be
specified.
11. Mass Resolution Better than or equal to 0.7 ± 0.1 amu over the entire Mass Range .
12. MRM/SRM
Sensitivity
1) The instrument should be capable of detection upto pico/femto
mole levels .
2) In ESI +ve, 1pg of Reserpine (MRM 609>195) in ESI +ve mode
must have at least S/N 1,50,000:1 or more sensitivity (to be
demonstrated).
3) In ESI – VE, 1 pg of choramphenicol (MRM
321>152)=1,40,000:1 or more.
13. MRM channels Must be able to measure 500 MRM/sec in one acquisition to enable
Transition Studies within a single run.
14. Collision Cell: MS-MS capability must be available in Q2/MS2 via collision induced
dissociation (CID) and the design should be specified and be such as to
eliminate cross talk (0.02 % or less) and allow use of very low possible
dwell/scan times in MRM mode (3 msec or less). The gas used for
fragmentation must be specified and supplied along with the system.
15. Solid Analysis
Probe:
An atmospheric pressure solids analysis probe for the direct sampling and
introduction of solids and liquids into the instrument must be quoted.
16. Dynamic Range 5 orders of dynamic range.
17. Integrated Auto-
Tuning/Calibrati
on device:
The calibration of the mass spectrometer should be fully automated
without the use of a syringe pump. A built in infusion device must be
available to perform automatic calibration, auto tuning of molecules as
well as for direct mass analysis. Automated optimization of ion optics and
mass axis calibration in positive and negative ion modes
57
18. Scan Modes 18.1The following scan modes should be available
a. MS scanning
b. Selected ion monitoring/recording (SIM/SIR)
c. Product ion scanning
d. Precursor ion scanning
e. Neutral loss/gain scanning
f. Multiple reaction monitoring
g. Advanced scan modes:
18.2The system should have background MS scan or suitable
advanced mode along with MRM for robust method development
specially to get better understanding on matrix interferences.
18.3 MSMS Data along with MRM to confirm the compound of interest.
19 Detector: A PMT/EMT/CEM detector having highest sensitivity throughout the
lifetime of the system should be quoted.
20.Data Management
System
20.1 The software must be provided for seamless control of standalone
MS and LC-MSMS and must comply with 21 CFR Part 11. The s/w should
also have feature of giving warning messages in case of
errors/malfunctioning during operations and should stop automatically to
prevent further damage to the system.
20.2 The software should have all the features required for audit trail under
GLP/GMP with a password locking facility.
21 Generator with in-
built compressor
21.1 A suitable imported noise free gas generator, compressor, filters, or
any other accessory required for functioning of system, should be supplied
to take care gas requirements for ionization source.
21.2 Also a gas cylinder for fragmentation purposes including regulators,
tubings, filters, etc should be supplied.
21.3 Capacity of 30 Ltrs/min capacity along with external compressor
with 5 years warranty period should be supplied.
22. UPS A suitable branded online UPS of 10 KVA capacity or more with at least
60 minutes back up for the complete system should be provided.
23. Computer System 23.1 The personal computer with latest processor/configuration (Core i5
processor or better, minimum 4 GB RAM, 1 TB hard disk, DVD writer,
with minimum 19” LED monitor, Optical Mouse, keyboard and LaserJet
Printer) should be supplied along with the instrument.
23.2 The latest OS (windows 7 or better software which is compatible with
the chromatography / MS / MS software) preferably with oracle data base
should be supplied along with original license key of windows and
Microsoft office.
24. Fast Liquid
Chromatography
HPLC SYSTEM with
PDA Detector:
A liquid chromatography system as an inlet to the Mass
spectrometer with following specifications:
1) Quaternary operating pump(s) with low pressure mixing with an
operating pressure of minimum 15000 psi or better.
58
2) It should deliver constant and pulse free solvent ranging from
0.010 to 2.000 mL/min, in 0.001 mL increments.
3) The instrument should have in-built Vacuum degasser facility with
minimum four lines and should be efficient to remove dissolved
air online.
4) System Delay Volume should be less than < 400ul,
independent of system backpressure & with standard mixer.
5) The chromatography system should be capable of being operated
both as a HPLC & Fast HPLC by interchanging the column
chemistries.
6) Autosampler should be available with a capacity of approx. 80
vials or more of 1.5 ml or better capacity & sufficient no. of spare
sample vials must be provided and mentioned in the tender.
7) The autosampler should have cooling facility upto 10 degrees
or better and heating upto 40 degrees or better.
8) Programmable injection volume from 0.5 ul to 20 ul or better must
be available
9) The carryover of the autosampler must be less than 0.005% or
better.
10) Column Temperature Control should be from 20 deg. C to 80 deg.
C or better
25. Columns The following columns may be supplied along with the instrument
1. Silica column 150mm X 4-6mm id, 1.7 micro = 5no.
2. C18 column 150mm X 4.6mm id, 1.7mic = 5nos.
3. C-8 Column 150mmx 4.6mm id , 1.7 micron = 5 Nos
Guard Column: Suitable guard column sets (6 no s) with C18/C-8/Silica
inserts should be supplied along with the instrument.
26.Solvent filtration
kit:
All glass solvent filtration apparatus with suitable filter membranes to
filter aqueous and organic solvents should be supplied.
Vacuum pump:
Vacuum pump must be a dry/PTFE coated diaphragm
based, operational under220V/50Hz and constructed with
chemical resistant materials.
Should have an output vacuum of 800 mm Hg , or better
Should have pressure gauge to monitor.
Ultrasonic bath: The Ultra sonic bath must accommodate up to 3 litre
flask with a thermostatic controlled heater facility.
59
27. Library NIST, WILEY & PESTICIDE LIBRARY –latest version with license to
be supplied with the system. Metabolites/pesticides library of 1000
compounds or better.
28. Warranty 28.1 Three(03) years complete comprehensive warranty with spares,
hardware parts, accessories and consumables included from the date of
installation for the entire configuration of quoted LC-MS/MS with
Generator and UPS system should be offered. Conditional warranty will
not be accepted. CMC quotation for 02 years to be submitted separately.
28.2 The PM/ Consumable Kits for LC and MS system should be
provided with the instrument every year during the warranty period.
29. Other Terms and
Conditions
29.1 Installation and Demonstration: a) IQ/OQ/PQ to be performed as per Standard protocol,
should be done free of cost with necessary traceable
standards along with necessary performance kit standard
solutions.
b) Documents, kits & standards etc as required are to be
supplied along with the instrument.
c) Free demonstration and training for 1 week or more in
India to our 02 lab personal/technical personnel at
Company Centre to be incorporated, and responsibility of
the supplier for training of the lab personnel at supplier site/
installation site.
29.2 Working Table : A suitable vibration free working table to house
LC-MS_MS along with computer and printer should be quoted along with
the instrument.
29.3 Spares: state availability of spares for ten years.
29.4
Consumable & spares: List of the consumables and spares (for 5 years)
to be supplied with the system.
29.5User List: Provide users for last 5 years with contact person name,
address, phone, fax and email Ids.
29.6
Manuals/Documents: 1 set of hard copy and 1 set of soft copy in Englis
h.
29.7 Pre‐installation site preparation/inspection requirements to be indicated and
specified along with the bid.
29.8 Annual Maintenance Contract Charges should be
clearly mentioned/quoted after warranty period.
29.9 The bidder has to show the technical demonstration of the
Instrument/model quoted in the tender during/after the evaluation of
Technical bid to the technical experts as decided by the competent
authority with in India preferably in Northern part of India
60
29.10 All the claims made by the various vendors in terms of the above
mentioned specifications should be validated by means of
authenticated documentary evidence in the tender document being
submitted by them. In the absence of authenticated documentary
evidence available in the submitted tender, it may be considered as
disqualified/cancelled.
30. Minimum
Eligibility Criteria
1) Minimum 10 installations of quoted model in National
R&D Institutions for the past 5 years with supporting
documents of purchase orders/latest service
reports/installation reports to be enclosed.
2) Declaration from the Principals that minimum 10 years
support in terms of spares and service will be provided.
3) Original Software for the equipment should be provided
and free up-gradation of software during the warranty
period.
4) List of service staffs and centres available in India.
5) List of the users of quoted model for last three years
6) Onsite training/demonstration for one week to the
staffs/scientists to be provided at no additional cost.
61
17. MAGNOSCOPE
Each one of Flexi arm, can move originally and vertical with a solid base or screw arrangement for
fixing. Optical glass lens dia. M.145mm with minimum magnification-5X and above ,magnification-
10X and above 2 Year warranty
Each one of Flexi arm, can move originally and vertical with a solid base or screw
arrangement for fixing. Optical glass lens dia. M.145mm with minimum magnification-5X
and above ,magnification-10X and above 2 Year warranty
62
18. MICRO CENTRIFUGE
Maximum speed 7,200 rpm, maximum RCF 2350g. Power 110 V, 50/60Hz, 130mA or 220v. Rotors
6X1.5/2.0ml angle rotor. Six adapters fit 0.5 ml tubes. Six adapters fit 0.2 ml tubes, Digital display,
noise display<55 db,1-25 minutes and infinite mode (duration settings), dimension (wxdxh) of 162
mm x 157 mm x 115 mm, Ambient operating temperature 8 place closed rotor for 1.5/2.0 ml micro
tubes (rotor capacity). 2 Year warranty and 5/6 years of CMC
63
19. MOISTURE ANALYZER
Model MOC-120H
Measuring Method Infrared heat drying mass measurement
Sample pan size Ø130 nm
Minimum display in weighing 0.001 g
Measurement range of
moisture content
0.01% to 100.00%
Moisture content minimum
display
0.01%
Maximum sample capacity 120 g
Measurement mode Automatic or Timed halting modes, Rapid, Slow and Step drying
modes, Predictive Measuring mode
Drying heater Mid-wave infrared quartz heater
Setting temperature range 30o C to 180o C (by 1o C increments)
Dimensions & weight W220xD415xH190 (mm), 4.5 kg
Operational temperature and
humidity range
Range 5o C to 40o C, 85% RH maximum
Power requirements 100 V to 127 V/220 V to 240 V AC, 640 W maximum
Standard accessories Sample pan 2 pcs , sample pan stop, windbreak case, sample pan,
handler 2 pcs, aluminium sheet 20 pcs, spoon, spatula
64
20. NEMATODE EXTRACTION SIEVE SET
Baermann funnel, Funnel stand, Baermann sieve, Cyst separation unit, Watch glass, Cyst calculation
dish, Carrying case etc.
65
21. NUCLEAR MAGNETIC RESONANCE (NMR)
S.NO Parameter Specifications Required
1 Magnet a) Standard bore size (54 mm)
b) Operation field of 11.746 Tesla with minimum field drift
c) Compact shielded magnet (specify the dimensions with operational
height)with radial 5 G line less than 1.0 m and axial 5 G line less than
1.5 m
d) Suitable vibrating damping accessory for acquiring artifacts free
data
(Specify the damp-frequency limit)
e) All support equipment for cryogen filling of the magnet. (Liquid
Helium transfer lines, liquid Nitrogen transfer-lines, liquid Nitrogen
transfer tubes, Orings, coupling attachments, charging rod, shorting
plug, top cover for magnet bore, other spares etc.)
f) Helium and Nitrogen level meters and indicators
g) Liquid Helium hold time greater than 300 days (specify the refill
volume and total volume)
h) Liquid Nitrogen minimum hold-time of 14 days (Specify the refill
volume and total volume)
i) High performance cryo- and room temperature shim system for
optimal line shape
2. RF
System/Console
Minimum two RF channel architecture with provision for Broad
band frequency generation in all channels; Pulse generating
System with very high precision;
The console should be upgradable to an additional RF channel.
66
Timing resolution: 20 ns or better;
Digital frequency synthesis; Composite pulse decoupling
generator;
Waveform generator for pulse shaping;
phase resolution <0.01 degree;
frequency resolution < 0.005 Hz
High performance linear broadband amplifiers with minimum
power levels of 100 W and 300 W for 1H and X, respectively for
double resonance liquid state NMR experiments and decoupling.
High-power linear broad-band amplifiers for Solid State
measurements and Suitable Preamplifiers and band-pass filters
and should be ready for solid state experiments.
Variable temperature set up from -100° C to +150° C with a
resolution of 0.1°
Field gradient unit of sufficient strength and control for execution
of Gradient spectroscopy, Gradient shimming generation of PFG of
desired shape, high quality PFG based solvent suppression, DOSY
experiments etc.
High-quality water suppression;
3. Probes 5 mm variable temperature probe for observation of 19F, 1H and X
nuclei (31P to15N) with auto tuning and matching and having pulse
field gradient capability with minimum operational temperature
range of -100 to +100 °C with all accessories for low and high
temperature operations.
All the relevant probe specifications such as Π/2 pulse lengths,
sensitivity etc for standard nuclei (1H, 13C, 19F, 31P, 15N etc.) are
to be provided.
4. Computer and
Software
The personal computer with latest processor/configuration (Core i5
processor or better/latest processor, minimum 4 GB RAM, 1 TB
hard disk, DVD writer, with minimum 19” LED monitor, Optical
Mouse, keyboard and LaserJet Printer) should be supplied along
with the instrument.
67
The latest OS (windows 7 or better software which is compatible
with the NMR acquisition and data processing) preferably with
oracle data base should be supplied along with original license key
of windows and Microsoft office.
Latest available Windows based software for Free updates for the
entire warranty period
Additional 5 processing licenses.
5. Essential
Accessories
Oil free air compressor of sufficient capacity with low noise level
and appropriate filters for supply of dry air with appropriate dew
point for smooth operation of the pneumatic unit, auto-sampler
and variable temperature unit of the spectrometer. Noise level
should be less than 70db at a distance of ~2meters from the
installation site of the compressor and the vibration level(specify)
should also be as low as possible so that the compressor unit can
be installed close to the workplace.
A suitable branded online UPS of 10 KVA capacity or more with
at least 60 minutes back up for the complete system should be
provided .
5 mm standard NMR tubes suitable for the spectrometer- 200 in
number
5 mm Spinners for low and high temperature applications- 10 each
Spinners for room temperature operations: 50
5. Optional Items 5 mm variable temperature 1H optimized (inverse detection) probe
with multinuclear decoupling capabilities covering the range (31P
to 15N) with auto tuning and matching and having PFG gradient
capabilities with minimum operational temperature range of -100 to
+100 °C. All the relevant probe specifications such as Π /2 pulse
lengths, sensitivity etc for standard nuclei(1H,13C, 19F, 31P, 15N
etc) are to be provided.
All accessories for low temperature operation including liquid
Nitrogen dewar of minimum 25 liters capacity
Cooling unit (minimum operational range -25° to 25° C),
compactable with consol and the probe, based on compressed air
68
for prolonged measurements below ambient temperature with all
the necessary accessories.
3 mm spinners: 3 Nos.
3 mm NMR tubes suitable for the spectrometer: 10 Nos.
6. Warranty Standard comprehensive warranty for 03 years should be provided.
After completion of standard warranty of 03 years, an additional 2-
year comprehensive maintenance contract should be quoted
separately.
6. Other
requirements and
Conditions
a)Standard samples for testing and calibration should be provided
b) Provide separate quote for each items given in the tender.
c) On site training for operation and maintenance should be given during
the installation.
d) Periodical visit of application specialist for on-site training and
implementation of latest NMR experiments, at least once in a year for
5years after the initial warranty period.
e) Liquid Helium and Helium gas required for installation and topping off
the magnet should be provided by the vendor at vendor’s expense.
f) The vendor should agree to take up a 5-year contract for periodical filling
of liquid Helium as and when required.
g) In case of magnet-quench during the installation, the expenses incurred
for replacing magnet or its parts and recharging, including the cryogens,
should be born by the vendor.
h) All the technical details of all the basic items, essential accessories and
optional items should be provided.
i) Hard copy/soft copy of the service and operational manuals for all the
modules of the spectrometer, peripherals, optional items and accessories
must be supplied with the spectrometer.
j)The vendor should have installed high performance modern 500 MHz or
higher field NMR spectrometer and the compatible accessories for
advanced multi-dimensional NMR experiments, in India and a
documentary evidence to meet this requirement and evidence of their
69
satisfactory working and after-sale support should be produced along with
the tender documents.
k) The minimum power required for the operation of spectrometer with all
the accessories must be specified in the quote.
l) Specify the pre-installation requirement including the minimum ceiling
height, room size etc.
m) The bidder has to show the technical demonstration of the
Instrument/model quoted in the tender during/after the evaluation of
Technical bid to the technical experts as decided by the competent
authority with in India preferably in Northern part of India
n) All the claims made by the various vendors in terms of the above
mentioned specifications should be validated by means of
authenticated documentary evidence in the tender document being
submitted by them. In the absence of authenticated documentary
evidence available in the submitted tender, it may be considered as
disqualified/cancelled.
7. Minimum
Eligibility
Criteria
1. Minimum 10 installations of quoted model in National R&D
Institutions for the past 5 years with supporting documents of
purchase orders/latest service reports/installation reports to be
enclosed.
2. Declaration from the Principals that minimum 10 years support in
terms of spares and service will be provided.
3. Original Software for the equipment should be provided and free
up-gradation of software during the warranty period.
4. List of service staffs and centres available in India.
5. List of the users of quoted model for last three years
6. Onsite training/demonstration for one week to the staffs/scientists
to be provided at no additional cost.
70
22. PCR THERMAL CYCLER
Block Capacity- 48 wells X0.2 ml + 48 wellsX0.5 ml heating and cooling Technology-Newest
Generation Peltier-based Technology. Sample Capacity -0.2 ml PCR tubes, 0.5m; PCR tubes
Display-5.7’’ graphical colour displays of protocols (320X240 pixel, 256 colour USB flash drive-
Unlimited storage of Protocols with USB flash drive Communication- USB2.0 and RS232 2 Year
warranty and 5/6 years of CMC.
71
23. PH ION METER
S.NO Parameter Specifications Required
1 pH METER a) Micro processor Based pH Meter
b) Resolution 0.001 pH and instruction manual
c) Range: 0 to 14 pH.
d) Temperature compensation:- Auto/Manual
e) Temperature Range:- 0 to 99° C
f) Accessory: -
1) pH Electrode (Combined) – 04 NOs
2) Temperature Prob. -02 NOs
3) Stand & Clamp
2 Warranty Three (03) years complete comprehensive warranty with
spares, hardware parts, accessories and consumables included
from the date of installation for the entire configuration and
UPS system should be offered. Conditional warranty will not
be accepted.
2. Quotation for two (02) years Comprehensive Maintenance
Contract(CMC) to be submitted along with bid.
72
24. ROTARY VACCUM EVAPORATOR
S.NO PARAMETER SPECIFICATIONS REQUIRED
A. ROTARY VACUUM
EVAPORATOR WITH
MOTORISED AUTO JACK-
UP
Should have LCD/LED digital graphic display which
should feature all parameters (rotation speed, vapour
temperature, bath temperature, vacuum pressure both
set and actual, with integrated vacuum controller.
Driving Unit Encased induction motor with electronic speed control
Condenser Vertical Double spiral glass coil
Drive Unit Motorized drive unit
Jack up Function Electronic quick action jack and automatic lifting of
the flasks during a power failure
Rotation Speed up to 250 rpm or better with microprocessor control
with digital display of speed
Sample/Evaporating Flask
Receiving flask
1L, Pear Style
1L, round style with ball joint
Evaporating flask from 50-1000 ml can be used on the
same joint adapter without additional connections.
1 litre Evaporating Flask and Receiving Flasks should
be provided in standard scope of supply.
Vacuum seal PTFE seal (seal should also be covered in standard
warranty period)
Liquid Contact parts
Glass & PTFE
B Digital Water Bath Temp. control range: up to 210° C or higher.
Accuracy : ± 1°C
73
Bath features : Inner Teflon coating and outer
heat resistant cover
Bath capacity : should be between 4 to 5 L
Temp controller: Microprocessor based
Control with digital display of bath
temperature.
Safety features: Overheating protector, auto cut
off at 5˚C secondary over temperature cut off
220˚C
C. VACUUM PUMP Two stage oil free diaphragm pump made from
chemically resistant material.
Suction capacity : 1.8 m3/h or better.
Vacuum pump should have ultimate vacuum of
7mbar or better.
D. CHILLER Temperature range : -10˚C to ambient
Precise temperature control of ± 0.5˚C
Flow: more than 6l/min
Fluid level indicator.
Low flow shut off and high/low temperature
alarms.
Digital display
E. WARRANTY 1. Three (03) years complete comprehensive warranty
with spares, hardware parts, accessories and
consumables included from the date of installation for
the entire configuration should be offered. Conditional
warranty will not be accepted.
2. Quotation for Two (02) years Comprehensive
Maintenance Contract(CMC) to be submitted along
with bid.
3. The PM/ Consumable Kits should be provided with
the instrument every year during the warranty period.
74
25. SEMI AUTOMATIC CORCYRA REARING SYSTEM
Figure-1.
Corcyra larval rearing unit with automatic moth collection device has the components such
as i) Larval rearing trays (15Nos.) ii) Connecting rods, iii) Trolley with a large funnel, Metal
frame, Moth collector (or) Polythene bag.
Larval rearing tray is square shape with the size of 45 cm L x 45 cm B x 6.5 cm H , made
of GI (galvanized iron) sheet and painted. 15 such trays are assembled one above the other with the
help of ‘Connecting rods’ on the trolley as described above. When so arranged, there will be a gap
of about 4.0 cm between the trays and also between the first tray and the mouth of the funnel. The
number of trays in a trolley may be increased or decreased depending upon the convenience for
handling. The top-most tray is fitted with the ‘Metal frame’ and then the entire unit is covered with
a polythene bag open at open ends.
Two specially designed ‘connecting rods’ are welded to each of the two opposite sides, 5.0
cm away from each end. Thus, each tray carries 4 Nos. of connecting rods. Each connecting rod is a
solid metal piece, 1.0 cm dia. and 4.5 cm in length. The bottom end has a groove, 1.0 cm long and
the other end is in the form of a narrow neck with 1.0 cm long. The neck of one connecting rod can
be inserted into the groove of the other piece. While 04 Nos. of connecting rods are welded to each
75
tray, 04 Nos. of loose rods are used to connect one another, so that the required number of trays can
be assembled one over the other. The position of the connecting rods in all the trays should be
uniform, so that any tray can be arranged on any other tray. When not in use, these can be stacked
and stored.
The trolley has a strong square frame with the size of 60 cm x 60 cm x 60 cm, provided with
4 sturdy legs and a large funnel. The slope of the funnel is about 45 cm and the neck of the funnel is
square 5cm x 5 cm x 10 cm. On each of the two opposite sides of the funnel to the inner wall, two
‘Connecting rods’ are welded. The ‘connecting rods’ are fitted at such a distance that they will be in
alignment with those fitted in the trays when arranged. Several trays can be arranged one above the
other. Thus, the trolley acts as a stand for such trays. The four legs are fitted with good quality wheels,
so that the entire unit can be moved from one place to another. Square metal frame with the size of
55 cm L x 55 cm B, provided with 04 angular slots, which can be inserted into the neck of the
connecting rod in the tray. This is meant to be fitted to the top-most tray arranged on the trolley.
Moth collector is a metal box with a square neck and a broad base is used for collecting the
moths. This can be attached to the neck of the funnel in the trolley. Instead, a polythene bag can also
be attached to the funnel with an elastic band.
Polythene cover is made of 04 Nos. of polythene sheets, each 6 ft x 2.25 ft or of any required
size, are stitched together, so as to get a large square bag. A strip of mosquito-net cloth may be used
to join one piece with the other. This provides aeration. If a readymade polythene bag of the required
size is available, it can also be used. Pin-pricks may be made in the bag on all sides for aeration. The
polythene bag is meant for enclosing all the trays that are arranged on the trolley. The top-end of the
polythene bag is closed with an elastic band and the other end is tucked into the frame of the trolley.
There will be enough gap between the trays and polythene bag on all sides as shown in the figure.
The strips of mosquito net or pin-holes provided in the polythene bag provide for aeration.
Attach the ‘Moth collector/ Poly bag’ to the neck of the funnel. After assembling the unit as
described above, keep it in rearing room for moth emergence. Several such units may be arranged
one by the side of the other depending upon the production plans. A photograph of a fully assembled
unit is given in Fig. 1
76
26. SHOE DISPENSER
A Mechanical device which is should enable cover the shoe the shoes with non-woven or
polyethylene material automatically.
2. The device should be made up of stainless steel/hard material free from rusting.
3. The person should be able to use the device in standing position, i.e. without touching with hand,
maintain hygienic condition.
4. Should be able to hold minimum 200 shoe covers at one loading.
5. Should be able to operate without electricity.
6. The shoe cover should lightly fit in shoes.
The device should be of design and operation so that it is safe to the foot of user.
8. The machine should be vibration and noise free while in operation.
9. Along with 200 free supply of shoe covers additionally, 400 numbers of shoe covers also be
supplied.
77
27. WRIST ACTION SHAKER
Single Speed, 60Hz, 0 to 15° Shaking Angle, 10 lb. Max. Load, holds 8 Clamps, 16 Vessels Held,
385 Oscillations/min., 0 to 60 Minutes or Continuous Timer, CE Certified, 17.5 L x 17.5 W x12
in.W. 2 year warranti
Single Speed, 60Hz, 0 to 15° Shaking Angle, 10 lb. Max. Load, holds 8 Clamps, 16 Vessels Held,
385 Oscillations/min., 0 to 60 Minutes or Continuous Timer, CE Certified, 17.5 L x 17.5 W x 12 in.
W.
78
28. X-RAY BAGGER SCANNER
Tunnel Size- >1000 (W) ×1000 (H) mm
Conveyor Speed-0.22m/s
Conveyor Max Load-250 kg
Single inspection dosage -< 1.6μGy
Leakage radiation-<0.2µGy/h
Spatial Resolution-1.0mm Horizontal and Vertical
Wire Resolution-40AWG
Steel Penetration-38mm
Film Safety-For ISO 1600
Storage Temperature -20oC to 60oC
Operating Temperature-0oC to 45oC
Relative Humidity-20 to 95% non-condensing
System Power-220 VAC (±10%) 50±3HZ
Power Consumption-1.0 KW (Max)
Noise <65DB
X-ray Generator
Orientation- Upward
Upward-0.4~1.2mA(adjustable
Anode Voltage- 100~180KV(adjustable
Duty Cycle- Rated for 100%
Beam Direction- Upward
Detector - L-shaped Array
Beam Angle- 80°
Generator cooling- Sealed oil bath with forced air/100%
X- ray sensor- L-shaped array detector, 24bit, single energy
Image Display
Display- 2* 19’’High-resolution inch color LCD display
Color quality- 24-Bit real colors based on materials
Display Resolution-1280*1024;24 bit/pixel Color
Contrast Sensitivity- 24 Visible Levels,4096 Gray Level
Image storage-100,000 pictures in real time (can be customized)
Zoom-64 Times Enlarge, Whole screen continuous observation
Multi-Energy (M) color material identification Organic objects in orange color, inorganic
objects in blue color, mixture in green color
Edge enhancement- Object contour edge is more distinct
Super image enhancement- Super image enhancement
79
Increase the contrast of bright area in image to make the area that is easy to penetrate appear more
clearly
Low penetration Display-Increase the contrast of dark area in image to make the area that is
difficult to penetrate appear more clearly
Magnifier-Partial magnifying function
operating temperature/humidity: 0℃ ~ 45℃/20% ~ 95% (Non-condensing)
Storage temperature/humidity: -20℃ ~ 60℃/20% ~ 95% (Non-condensing)
2 Year warranty and 5/6 years of CMC
80
GENERAL TECHNICAL SPECIFICATIONS
GENERAL POINTS:
1. Warranty:
Warranty period of the equipments will be as mentioned in the specifications of equipments.
All software updates should be provided free of cost during Warranty period.
During maintenance & warranty period the bidder’s technical representative, shall attend to the machine
/equipment within 7 days of the complaint.
After Sales Service:
Complaints should be attended properly, maximum within 7 days. The service should be provided directly by
Tenderer/Indian Agent. Undertaking by the Principals that the spares for the equipment shall be available for at
least 10 years after expiry of warranty period.
Training: The Tenderers shall provide training to the user as per the Terms and Conditions of the contract as has
been specified for Technical and Financial bids free of cost at the time of installation/commissioning of
equipment/appropriate for a minimum period of one week at the consignees/users location or abroad. As
specified by the purchaser. All expenses in this regard will be borne by the supplier.
81
Section – V
Quality Control Requirements
(Proforma for equipment and quality control employed by the manufacturer(s)
Tender Reference No.
Date of opening
Time
Name and address of the Tenderer:
Note: All the following details shall relate to the manufacturer(s) for the goods quoted for.
01 Name of the manufacturer
a. full postal address
b. full address of the premises
c. telephone number
d. fax number
e. Mail ID
02. Plant and machinery details
03. Manufacturing process details
04. Monthly (single shift) production capacity of goods quoted for
a. normal
b. maximum
05. Total annual turn-over (value in Rupees)
06. Quality control arrangement details
a. for incoming materials and bought-out components
b. for process control
c. for final product evaluation
07. Test certificate held
a . Type test
b. FDA, CE, UL or BIS approved products or otherwise indicated in the detailed technical specification
c . Any other
08. Details of staff
a. technical
b. skilled
c. unskilled
Signature and seal of the Tenderer
82
Section – VI
Qualification Criteria
01. The Tenderer must be a Manufacturer or its authorized Agent.
02. (a) The Manufacturer should have supplied and installed in last three years from the date of Tender
Opening, atleast 100% of the quoted quantity of the similar equipment meeting major specification
parameters which is functoning satisfactorily. The foreign Manufacturer satisfying the above criteria should
also have supplied and installed in last three years from the date of Tender Opening, at least 100% of quoted
quantity of similar model which is functoning satisfactorily any where outside the country of manufacture.
02. (b) The Tenderers quoting as authorized representative of the manufacturer shall have three years of
experience in the related field and should obtain documents from principals/manufacturer fulfilling the
requirments in respect of condition mentioned in 2 (a) , taking full responsibility of technical support, service
and organizational support.
03. The above criteria in point 2(a) & (b) will not be applicable for local manufacturers/service providers.
Note:
In support of 2 (a) & 2 (b), the Tenderer shall furnish Performance statement in the enclosed Proforma ‘A’.
The manufacturer as well as the Tenderer/ Indian Agent shall furnish Satisfactory Consignee Certificate in respect
of above, duly translated in English and duly authenticated alongwith the tender.
The Tenderer shall furnish a brief write-up, packed with adequate data explaining and establishing his available
capacity/capability (both technical and financial) to perform the Contract (if awarded) within the stipulated time
period, after meeting all its current/present commitments.
Notwithstanding anything stated above, the Purchaser reserves the right to assess the Tenderer’s capability and
capacity to perform the contract satisfactorily before deciding on award of Contract, should circumstances warrant
such an assessment in the overall interest of the Purchaser.
The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a pre-determined place
acceptable to the purchaser for technical acceptability as per the tender specifications, before the opening of the Price
Tender.
83
PROFORMA – A
PROFORMA FOR PERFORMANCE STATEMENT
(For the period of last three years)
Tender Reference No: _________________________________
Date of opening : _________________________________
Time : _________________________________
Name and address of the Tenderer : _________________________________
Name and address of the manufacturer : _________________________________
Order placed
by (full
address of
Purchaser)
Order
number
and date
Description and
quantity of
ordered goods
and services
Value
of
order
(Rs.)
Date of completion
of Contract
Remarks
indicating
reasons for
delay if any
Have the goods
been functioning
Satisfactorily
(attach
documentary
proof)*
As per
contract
Actual
1 2 3 4 5 6 7 8
Signature and seal of the Tenderer
* The documentary proof will be a certificate from the consignee/end user with cross-reference of order no. and date
in the certificate along with authenticating the correctness of the information furnished. If at any time, information
furnished is proved to be false or incorrect, the earnest money furnished will be forfeited
84
Section – VII
T&C OF TENDER ACCEPTANCE FORM
Date__________
To
Plant Protection Adviser,
Directorate of Plant Protection, Quarantine & Storage,
Department of Agriculture, Cooperation & Farmers Welfare,
Ministry of Agriculture & Farmers Welfare,
Old CGO Complex, NH-IV,
Faridabad-121001,
Haryana.
_________________________
_________________________
_________________________
(Complete address of the purchaser)
Ref. Your TE document No. _________dated ___________
We, the undersigned have examined the above mentioned TE document, including amendment/corrigendum No.
__________, dated ________ (if any), the receipt of which is hereby confirmed. We now offer to supply and
deliver___________ (Description of goods and services) in conformity with your above referred document for the
sum indicated in the price bid, attached herewith and made part of this tender. If our tender is accepted, we
undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery
schedule specified in the Schedule of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance security of required
amount in an acceptable form in terms of GCC clause 5, for due performance of the contract.
We agree to keep our tender valid for acceptance as required in the GIT clause 19 agreed to by us. We also
accordingly confirm to abide by this tender up to the aforesaid period and this tender may be accepted any time
before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender
read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between
us.
We further understand that you are not bound to accept the lowest or any tender you may receive against your
above-referred tender enquiry.
We confirm that we do not stand deregistered/banned/blacklisted by any Govt. Authorities and there is no vigilance/CBI /FEMA case pending against the firm/supplier.
We confirm that we fully agree to the terms and conditions specified in above mentioned TE document, including
amendment/ corrigendum, if any.
_______________________
(Signature with date)
________________________
(Name and designation)
Duly authorised to sign tender for and on behalf of
_____________________________________
_____________________________________
SECTION – VIII (A) PRICE SCHEDULE PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED
WITHIN INDIA
1. The bidders should download the BOQ.xls from CPP Portal and filled in the blank spaces provided for
mentioning the name of bidder and rates. Bidders need not modify any other text or background shown in
the BOQ template or replace it with any other copy of same BOQ in .xls format. The Central Public
Procurement Portal (www.eprocure.gov.in) will accept the BOQ template only and hence the rate should
not be quoted in any other place except BOQ template.
2. The Financial bid (price bid) i.e Bill of Quantity (BOQ) of only technically qualified bidders will be
opened online by a committee of members and the result will be displayed on the www.eprocure.gov.in .
3. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
4. Cost of all accessories/consumables not included in warranty should be offered by the bidder in
Technical bid.
5. Accessories, spares and consumable, if any, should be available for the next ten years.
6. Cost of equipment /instruments with warranty as well as AMC/CMC, if any,will be taken for the
purpose of price evaluation.
Signature of Tenderer________________________
Name________________________
Business Address________________________
Seal of the
Tenderer________________________
Place: ___________________________
Date: ___________________________
SECTION – VIII (B) PRICE SCHEDULE
PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD
1. The bidders should download the BOQ.xls from CPP Portal and filled in the blank spaces provided for
mentioning the name of bidder and rates. Bidders need not modify any other text or background shown in
the BOQ template or replace it with any other copy of same BOQ in .xls format. The Central Public
Procurement Portal (www.eprocure.gov.in) will accept the BOQ template only and hence the rate should
not be quoted in any other place except BOQ template.
2. The Financial bid (price bid) i.e Bill of Quantity (BOQ) of only technically qualified bidders will be
opened online by a committee of members and the result will be displayed on the www.eprocure.gov.in
which can be seen by all bidders who participated in the tender.
3. Cost of equipment /instruments with warranty as well as Comprehensive Annual Maintenance Contract,
if any, will be taken for the purpose of price evaluation.
Indian Agent:
Indian Agency Commission - ___% of FOB
Custom Duty with CDEC & NMIC if applicable: ____% of CIF value [Column 5 (c)]
Signature of Tenderer_______________________
Place: ______________________________ Name_______________________
Date: ______________________________ Business address _____________
Seal of the Tenderer________________________
Please note, if a bidder quoted in foreign currency, though in the amount in words will show ‘Rupees” but the
amount will be taken as a foreign currency as per the bidder choice while choosing the currency to quote.
i.e. if the bidder quote in Dollar, though in the amount in word will appear “Rupees” but during evaluation the
conversion rate of Dollar to Rupees applicable will be taken.
If any column is not applicable, keep the sheet as it is or quote ‘0’. The BOQ is in excel sheet, as such only number
will be taken calculable.
SECTION – IX
CHECKLIST FOR TENDERERS
Name of Tenderer: ______________________________________________________
Name of Manufacturer :__________________________________________________
Sl No. Activity Yes/ No/ NA Page No. in
the TE
document
Remarks
1. Have you enclosed EMD of required amount for the
quoted schedules?
2. In case Bank Guarantee/FDR is furnished, have you kept
its validity of 365 days from Techno Commercial Tender
Opening date as per clause 19 of GIT?
3. Have you enclosed GST registration, PAN Number/Card,
valid document regarding the existence and registration of
the firm?
4. Have you enclosed duly filled T&C of Tender Acceptance
Form as per format in Section VII?
5. Have you enclosed Power of Attorney in favour of the
signatory?
6. Are you a SSI unit, if yes have you enclosed certificate of
registration issued by Directorate of Industries/NSIC
7. Have you enclosed clause-by-clause technical compliance
statement for the quoted goods vis-à-vis the Technical
specifications?
8. In case of Technical deviations in the compliance
statement, have you identified and marked the deviations?
9. Have you submitted satisfactory performance certificate as
per the Proforma for performance statement in Section-VI
of TE document in respect of all orders?
10. Have you submitted copy of the order(s) and end user
certificate?
11. Have you submitted manufacturer’s authorization as per
Section XI?
12. Have you submitted prices of goods, turnkey (if any), etc.
in the Price Schedule as per Section VIII?
13. Have you kept validity of 01 year from the Techno
Commercial Tender Opening date as per the TE
document?
14. Have you fully accepted payment terms as per TE
document?
15. Have you fully accepted delivery period as per TE
document?
16. Have you submitted the certificate of incorporation?
17. Have you accepted the warranty as per TE document?
18. Have you accepted terms and conditions of TE document?
19. Have you furnished documents establishing your
eligibility & qualification criteria as per TE documents?
Sl No. Activity Yes/ No/ NA Page No. in
the TE
document
Remarks
20. Have you submitted an undertaking that the firm is not
supplying the same item at lower rates quoted in this
tender to any Government/Private organization or any
other institution during past one year as per “FALL
CLAUSE” adhered by DGS&D and other Government
agencies.?
21. Have you submitted an undertaking that there is no
vigilance/CBI /FEMA case pending against the
firm/supplier (Principal)?
N.B.
1. All pages of the Tender should be page numbered and indexed.
2. The Tenderer may go through the checklist and ensure that all the documents/confirmations listed above
are enclosed in the tender and no column is left blank. If any column is not applicable, it may be filled
up as NA.
3. It is the responsibility of tenderer to go through the TE document to ensure furnishing all required
documents in addition to above, if any.
_________________________
(Signature with date)
_________________________
_________________________
(Full name, designation & address of the person duly authorised sign on behalf of the Tenderer)
For and on behalf of
_________________________
_________________________
(Name, address and stamp of the tendering firm)
Section – X
Consignee List of Analytical Balance
CIL, Faridabad 05 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide
Testing Laboratory,
Kanpur
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, T-2, Ratan Lal
Nagar, Kanpur - 208022
0512-2280063
E-mail – [email protected]
Regional Pesticide
Testing Laboratory,
Chandigarh
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, Bays No. 43-
44-45, Sector – 31 A,
Chandigarh (U.T.) -
160030
0172-2638998 E-mail
Regional Central
Integrated Pest
Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram,
Ringroad,
Near Engg. College
Crossing,
Lucknow, Uttar Pradesh-
226016
Phone: 0522-2732063
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex,
Opposite Commerce
College,
R.G. Baruah Road,
Chandmari,
Guwahati (Assam) -
781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Faridabad, Haryana
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Machinery Store Building,
NH-IV,
Faridabad (Haryana) -
121001
Tel :0129-2418049
(O),
mail: [email protected]
Regional Central
Integrated Pest
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Phone: 080-28455084
email: [email protected]
Management Centre,
Banglore, Karnatka
Jaivik Bhavan,
Kannamangala Post,
Via Kadugodi, Bangalore
Karnataka-560067
Regional Central
Integrated Pest
Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB
Block, Sector-3
Salt Lake City
Kolkata West Bengal-
700097
Tel : 033-23212183
E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
BuildingEast Wing, Civil
Lines
Nagpur-440001
(Maharashtra)
Tel :0712-2562215(O),
E-
mail: [email protected]
Total 13
Consignee list of Autoclave:
CIL, Faridabad 02 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee list of Carbon Dioxide Chamber:
CIL, Faridabad 01 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee list of Centrifuge:
CIL, Faridabad 02 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Central
Integrated Pest
Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram, Ringroad,
Near Engg. College Crossing,
Lucknow, Uttar Pradesh-
226016
Phone: 0522-2732063
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex, Opposite
Commerce College,
R.G. Baruah Road, Chandmari,
Guwahati (Assam) - 781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Faridabad, Haryana
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Machinery Store Building, NH-
IV,
Faridabad (Haryana) - 121001
Tel :0129-2418049
(O),
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Banglore, Karnatka
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Jaivik Bhavan, Kannamangala
Post,
Via Kadugodi, Bangalore
Karnataka-560067
Phone: 080-28455084
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB Block,
Sector-3
Salt Lake City
Kolkata West Bengal- 700097
Tel : 033-23212183
E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
BuildingEast Wing, Civil Lines
Nagpur-440001 (Maharashtra)
Tel :0712-2562215(O),
E-
mail: [email protected]
Total: 8
(Name of Item) Corcyra egg laying cages
Consignee List
Name of Laboratory/
Regional/ Sub-
Office
Quantity Contact Address Tel. No.
RCIPMC, Faridabad 05 Officer In-charge Central Integrated Pest Management
Centre Machinery Store Building,
NH-IV, Faridabad-121001,
Haryana.
0129-2418049,
0129-2421599
CIPMC, Jammu 02 Officer In-charge Central Integrated Pest Management
Centre 12/48, Nanak Nagar,
Jammu-180004, Jammu &
Kashmir
0191-2453951
CIPMC, Jalandhar 10 Officer In-charge Central Integrated Pest Management
Centre Bhavani Estate, Tanda Road,
Opp. KMV, Jalandhar, Punjab–
144004
0181-2292855
CIPMC,
Sriganganagar
05 Officer In-charge Central Integrated Pest Management
Centre Karni Marg,
Sriganganagar – 335001,
Rajasthan.
0154-2441099
CIPMC, Jaipur 05 Officer In-charge Central Integrated Management
Centre
#82/05, HPS, Sai Bhawan, Arawali
Marg, New Sanganer Road,
Mansarover, Jaipur- 302020,
Rajasthan.
0154-2441099
RCIPMC, Lucknow 10 Officer In-charge Central Integrated Pest Management
Centre Sec-E, Jankipuram,
Ringroad Near Engg. College
Crossing, Lucknow-226016, Uttar
Pradesh
0522-2732063
CIPMC, Gorakhpur 02 Officer In-charge Central Integrated Pest Management
Centre Khajani Road, Gurouli
Bujurg, P.O. Chhapia, Gorakhpur-
273016, Uttar Pradesh.
0551-2322316
CIPMC, Agra 02 Officer In-charge Central Integrated Pest Management
Centre House No.760, Sector-14,
Sikandara Avas Vikas Colony, Post
Sikandara, Agra
-282007, Uttar Pradesh.
0562-2600148
(O)
CIPMC, Dehradun 05 Officer In-charge Central Integrated Pest Management
0135-2668472
Centre C/o Shri K.S. Phonia, D
9 & 10, Nehru Colony, Dehradun,
Uttra Khand.
RCIPMC, Guwahati 06 Officer In-charge Central Integrated Pest Management
Centre Opp. Commerce College,
R.G. Baraun Road, Guwahati-
781003, Assam.
0361-2454676
CIPMC, Dimapur 20 Officer In-charge Central Integrated Pest Management
Centre 131, Duncan Road,
Dimapur-797112 Nagaland
03862-234261
CIPMC, Itanagar 10 Officer In-charge Central Integrated Pest Management
Centre State Biocontrol
Laboratory, Naharlagun, Itanagar-
Arunachal Pradesh.
033-24692131
CIPMC, Shillong 10 Officer In-charge Central Integrated Pest Management
Centre Maranatha, Near GSI
Workshop Pohkseh, P.O.
Rynjah, Shillong - 793006,
Meghalaya
0364-2230248
CIPMC, Imphal 02 Officer In-charge Central Integrated Pest Management
Centre Mahabali Road Opp. Boat,
Imphal, Manipur
0385-244623
CIPMC, Aizwal 05 Officer In-charge Central Integrated Pest Management
Centre R.L. Zuava’s Building
Mission, Veng. Republic Road,
Aizawal-796001, Mizoram.
0389-2322121
CIPMC, Agartala 01 Officer In-charge Central Integrated Pest Management
Centre C/o State BC Lab, ,
Datta Tilla, MatriPally, Badarghat,
PO Arundhuti Nagar, Via Siddhi
Ashram, Agartala -799003, Tripura
9004174064
RCIPMC, Kolkata 02 Officer In-charge Central Integrated Pest Management
Centre RPQS- Building FB Block
Sec-3, Salt lake City Kolkatta-700
097, West Bengal.
033-23582131,
033-232121183
CIPMC, Patna 03 Officer In-charge Central Integrated Pest Management
Centre Ramshila Apartment,
Aadrsh Colony, Rajbhallbh
Dwar, Bailey Road, Saguna More,
Patna -801503, Bihar.
0612-2596033
CIPMC,
Bhubaneswar
10 Officer In-charge Central Integrated Pest Management
0674-2560643
Centre 195/663, Paika Nagar, P.O.
Baramunda Colony, Bhubaneswar-
751003, Odisha.
CIPMC, Raipur 02 Officer In-charge Central Integrated Pest Management
Centre C-60, Shailendra
Nagar, Raipur-
492001, Chhattisgarh.
0771-2423073
CIPMC, Vadodra 04 Officer In-charge Central Integrated Pest Management
Centre Sarjan Flats, 3rd Floor,
Chankyapuri, New Sama Road,
Vadodra-390007, Gujarat.
0265-2713566
CIPMC, Nashik 15 Officer In-charge Central Integrated Pest Management
Centre Prosper Park Building,
Iind Floor, East Wingh (Above SBI)
Near Fire Brigade Station, Singada
Talav, Nashik Pune Road,
Nashik- 422 001, Maharastra.
0253 2592418
RCIPMC, Bengaluru 25 Officer In-charge Central Integrated Pest Management
Centre Jaivik Bhavan,
Kannamangala Post, Via Kadugodi,
Bangalore – 560067, Karnataka.
080-28455084
CIPMC, Hyderabad 10 Officer In-charge Central Integrated Pest Management
Centre Jeedimetla Village, Jaivik
Bhavan, Quhubullapur Mandal,
Hyderabad-500055, Telangana.
040-27230550
CIPMC, Trichy 05 Officer In-charge Central Integrated Pest Management
Centre No. 16, 3rdStreet,
Khaja Nagar, Trichy-620020, Tamil
Nadu
0431-2420190
CIPMC, Ernakulum 10 Officer In-charge Central Integrated Pest Management
Centre Block-A, 1st Floor,
Kendriya Bhawan,
Ernakulam-682037, Kerala.
0484-2427114
Total 186
Consignee list of Digital Colony Counter:
CIL, Faridabad 01 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Central
Integrated Pest
Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram, Ringroad,
Near Engg. College Crossing,
Lucknow, Uttar Pradesh-
226016
Phone: 0522-2732063
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex, Opposite
Commerce College,
R.G. Baruah Road,
Chandmari,
Guwahati (Assam) - 781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Faridabad, Haryana
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Machinery Store Building,
NH-IV,
Faridabad (Haryana) -
121001
Tel :0129-2418049
(O),
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Banglore, Karnatka
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Jaivik Bhavan,
Kannamangala Post,
Via Kadugodi, Bangalore
Karnataka-560067
Phone: 080-28455084
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB Block,
Sector-3
Salt Lake City
Kolkata West Bengal- 700097
Tel : 033-23212183
E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
BuildingEast Wing, Civil
Lines
Nagpur-440001
(Maharashtra)
Tel :0712-2562215(O),
E-
mail: [email protected]
Total: 7
Consignee list of Digital Viscometer :
CIL, Faridabad 02 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee list of Double Distillation Water Unit/Water Purification System :
Regional Central
Integrated Pest
Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram, Ringroad,
Near Engg. College Crossing,
Lucknow, Uttar Pradesh-
226016
Phone: 0522-2732063
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex, Opposite
Commerce College,
R.G. Baruah Road,
Chandmari,
Guwahati (Assam) - 781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Faridabad, Haryana
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Machinery Store Building,
NH-IV,
Faridabad (Haryana) -
121001
Tel :0129-2418049
(O),
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Banglore, Karnatka
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Jaivik Bhavan, Kannamangala
Post,
Via Kadugodi, Bangalore
Karnataka-560067
Phone: 080-28455084
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB Block,
Sector-3
Salt Lake City
Kolkata West Bengal- 700097
Tel : 033-23212183
E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
BuildingEast Wing, Civil
Lines
Nagpur-440001 (Maharashtra)
Tel :0712-2562215(O),
E-
mail: [email protected]
6
Name : ELISA
Consignee List for: ELISA
Name of Laboratory/ Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, New Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station, Haji
Bunder Road, Sewri (East), Mumbai –
400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road, Near Trident Hotel,
Meenambakkam, Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapanam 01 Plant Quarantine Station,
Opposite Salagramapuram post office
Visakhapatnam-530 024, A.P.
0891-2502357
CIL, Faridabad 02 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide Testing
Laboratory, Kanpur
01 Officer - In- Charge, Regional
Pesticide Testing Laboratory, T-
2, Ratan Lal Nagar, Kanpur -
208022
0512-2280063
E-mail –
Regional Pesticide Testing
Laboratory, Chandigarh
01 Officer - In- Charge, Regional
Pesticide Testing Laboratory,
Bays No. 43-44-45, Sector – 31
A, Chandigarh (U.T.) - 160030
0172-2638998 E-
mail –
Regional Central Integrated
Pest Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram, Ringroad,
Near Engg. College Crossing,
Lucknow, Uttar Pradesh-226016
Phone: 0522-
2732063
email: ipmup12@n
ic.in
Regional Central Integrated
Pest Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex, Opposite
Commerce College,
R.G. Baruah Road, Chandmari,
Guwahati (Assam) - 781003
Tel : 0361-2454676
(O)E-
mail: ipmas03@nic
.in
Regional Central Integrated
Pest Management Centre,
Faridabad, Haryana
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Machinery Store Building, NH-
Tel :0129-2418049
(O),
mail: ipmhr07@nic
.in
IV,
Faridabad (Haryana) - 121001
Regional Central Integrated
Pest Management Centre,
Banglore, Karnatka
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Jaivik Bhavan, Kannamangala
Post,
Via Kadugodi, Bangalore
Karnataka-560067
Phone: 080-
28455084
email: ipmkk08@n
ic.in
Regional Central Integrated
Pest Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB Block,
Sector-3
Salt Lake City
Kolkata West Bengal- 700097
Tel : 033-23212183
E-
mail: ipmwb08@ni
c.in
Regional Central Integrated
Pest Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
BuildingEast Wing, Civil Lines
Nagpur-440001 (Maharashtra)
Tel :0712-
2562215(O),
E-
mail: ipmmh15@ni
c.in
Total 16
Consignee list of FTIR
CIL, Faridabad 03 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide
Testing Laboratory,
Kanpur
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, T-2, Ratan Lal
Nagar, Kanpur - 208022
0512-2280063
E-mail – [email protected]
Regional Pesticide
Testing Laboratory,
Chandigarh
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, Bays No. 43-
44-45, Sector – 31 A,
Chandigarh (U.T.) -
160030
0172-2638998 E-mail
Consignee list of GLC :
CIL, Faridabad 08 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide
Testing Laboratory,
Kanpur
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, T-2, Ratan Lal
Nagar, Kanpur - 208022
0512-2280063
E-mail – [email protected]
Regional Pesticide
Testing Laboratory,
Chandigarh
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, Bays No. 43-
44-45, Sector – 31 A,
Chandigarh (U.T.) -
160030
0172-2638998 E-mail
Consignee List for: GC-MS-MS :
Name of Laboratory/
Regional/ Sub-Office
Quantity Contact Address Tel No.
RPQS, Amritsar 01 Regional Plant Quarantine Station,
Ajnala Road, Near Air Force
Station, Rajasansi Airport,
Amritsar (Punjab)
01858-233258
RPQS, Kolkata 01 Regional Plant Quarantine Station,
FB-Block, Sector-III (Opp. Shrabani
Abasan), Salt Lake City,
Kolkata - 700097
033-23597679,
033-23213168,
033-23213384
PQS, Bengaluru 01 Regional Plant Quarantine Station,
Hebbal-Boopasandra Road, HA
Farm Post, Bangalore-
560024 (Karnataka)
080-23515003
CIL, Faridabad 03 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide Testing
Laboratory, Kanpur
01 Officer - In- Charge, Regional
Pesticide Testing Laboratory,
T-2, Ratan Lal Nagar, Kanpur
- 208022
0512-2280063
E-mail –
Regional Pesticide Testing
Laboratory, Chandigarh
01 Officer - In- Charge, Regional
Pesticide Testing Laboratory,
Bays No. 43-44-45, Sector –
31 A, Chandigarh (U.T.) -
160030
0172-2638998
E-mail –
Total 08
Consignee list of HPLC :
CIL, Faridabad 06 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide
Testing Laboratory,
Kanpur
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, T-2, Ratan Lal
Nagar, Kanpur - 208022
0512-2280063
E-mail – [email protected]
Regional Pesticide
Testing Laboratory,
Chandigarh
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, Bays No. 43-
44-45, Sector – 31 A,
Chandigarh (U.T.) -
160030
0172-2638998 E-mail
Consignee List for: Hot air oven
Name of Laboratory/
Regional/ Sub-Office
Quantity Contact Address Tel No.
RPQS, N. Delhi 01 Regional Plant Quarantine
Station, Rangpuri, New Delhi -
110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine
Station, Haji Bunder Road,
Sewri (East), Mumbai – 400
015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine
Station, G.S.T. road, Near
Trident Hotel, Meenambakkam,
Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-
1, Mundra (Kutch)- 370 421
(Gujarat)
02838-223119
PQS, Vishakhapanam 01 Plant Quarantine Station,
Opposite Salagramapuram post
office Visakhapatnam-530 024,
A.P.
0891-2502357
CIL, Faridabad 03 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Central
Integrated Pest
Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram,
Ringroad,
Near Engg. College
Crossing,
Lucknow, Uttar Pradesh-
226016
Phone: 0522-2732063
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex,
Opposite Commerce
College,
R.G. Baruah Road,
Chandmari,
Guwahati (Assam) -
781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Regional Central
Integrated Pest
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Tel :0129-2418049
(O),
mail: [email protected]
Management Centre,
Faridabad, Haryana
Machinery Store Building,
NH-IV,
Faridabad (Haryana) -
121001
Regional Central
Integrated Pest
Management Centre,
Banglore, Karnatka
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Jaivik Bhavan,
Kannamangala Post,
Via Kadugodi, Bangalore
Karnataka-560067
Phone: 080-28455084
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB
Block, Sector-3
Salt Lake City
Kolkata West Bengal-
700097
Tel : 033-23212183
E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
Building East Wing, Civil
Lines
Nagpur-440001
(Maharashtra)
Tel :0712-2562215(O),
E-
mail: [email protected]
Total 15
Consignee list of Karl Fisher Titrator :
CIL, Faridabad 02 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee List for: LC-MS-MS
Name of Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, Amritsar 01 Regional Plant Quarantine Station,
Ajnala Road, Near Air Force
Station, Rajasansi Airport,
Amritsar (Punjab)
01858-233258
RPQS, Kolkata 01 Regional Plant Quarantine Station,
FB-Block, Sector-III
(Opp.Shrabani Abasan), Salt Lake
City,
Kolkata - 700097
033-23597679,
033-23213168,
033-23213384
PQS, Bengaluru 01 Regional Plant Quarantine Station,
Hebbal-Boopasandra Road, HA
Farm Post, Bangalore-
560024 (Karnataka)
080-23515003
CIL, Faridabad 03 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide Testing
Laboratory, Kanpur
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, T-2, Ratan Lal
Nagar, Kanpur - 208022
0512-2280063
E-mail –
Regional Pesticide Testing
Laboratory, Chandigarh
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, Bays No. 43-44-
45, Sector – 31 A,
Chandigarh (U.T.) - 160030
0172-2638998
E-mail –
Total 8
Consignee List for: Magnoscope
Name of
Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, N. Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road,
Near Trident Hotel, Meenambakkam,
Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapatnam 01 Plant Quarantine Station,
Opposite Salagramapuram post office
Visakhapatnam-530 024, A.P.
0891-2502357
PQS, Trivandrum 01 Plant Quarantine Station,
Mohini Mansion, TC- 42/927 (10),
Vallakkadavu Post, Thiruvananthapuram
– 695 008
0471-2504653
PQS, Lucknow 01 Plant Quarantine Station,
At: CIPMC, Lucknow, UP
0522-2731650
PQS, Sanand 01 Plant Quarantine Station,
HPCSL, The Thar Dry Port (ICD
Sanand), Sanand-Kadi Road, Vill-
Nidhrad, Near Muni Ashram, Sanand,
Ahmedabad-383 110 (Gujarat)
9830673562
PQS, Krishnapatnam 01 Camp: Plant Quarantine Station
3rd Floor, KAPS Building,
Krishnapatnam Port Muthukur
Post, Nellore Dt. 524344 (A.P.)
0861-2353525
PQS, Haldia 01 Plant Quarantine Station,
Quarter No. AF/28, Flat No. F,
Chiranjibpur, Haldia, Distt.: Purba
Medinipore, PIN: 721 604 (W B)
033-2321316
PQS, Pipavav 01 Plant Quarantine Station, Pipava,
Old Marine Police Station, Near
Customs House, GPPL, Pipava Port,
Rajula, District-Amreli- 365 560
(Gujarat)
08469760202,
09460952221
PQS, Cochin Airport 01 Plant Quarantine Station,
Cochin International Airport (CIAL),
Cochin - 683 111, Kerala
0484- 2610338
PQS, Panitanki 01 Plant Quarantine Station,
NH-31-C, Panitanki, P.O. Dulal
Jote, Dist: Darjeeling - 734 429
0353-2555240
PQS, Mangalore 01 Plant Quarantine Station, 0824-2406088
Plot No.323 / F-1, K I A D B. Industrial
Area, (Mangaru Last Bus Stop), Jokatta
Road, Baikampady, Mangalore-575010
(Karnataka)
PQS, Kakinada 01 Plant Quarantine Station,
Engineering Building Complex, Burma
Shell Gate Quarters (Gr. Floor),
Kakinada-533 007, East, Godavari Dist.
(A.P.)
0884-2345865
PQS, Agartala 01 Plant Quarantine Station,
Integrated Check Post, Land Port
Authority of India, Cargo Complex,
Akhaura Road, Agartala Tripura-799001
7738564505
PQS, Guwahati 01 Plant Quarantine Station,
Ashirwad, Airport Road, Lankeshwar,
Jalukbari, P.O. Guwahati
University, Guwahati - 781 014
9849796210
PQS, Raxual 01 Plant Quarantine Station,
Old Telegraph Office Building,
Ashram road, Raxaul-845305
Bihar
0612-286563
PQS, Sanauli 01 Plant Quarantine Station,
C/o Land Custom Station, Sanauli,
Distt: Maharajganj, U.P.
05522-238434
PQS, Banbasa 01 Plant Quarantine Station,
Banbasa, Distt. Champawat,
Uttaranchal
05943-263088
PQS, Rupaidiha 01 Plant Quarantine Station,
C/o Land Custom Station,
Rupaidiha, Dist: Bahraich, U.P.
05253-240418 ,
05253-240242
PQS, Jogbani 01 Plant Quarantine Station,
C/o Shri Ashok Kumar Shah,
Check Post, Dist. Araria,
Jogbani-854328
06455-242138
PQS, Thiruvananthapuram 01 Plant Quarantine Station,
Mohini Mansion, TC- 42/927 (10),
Vallakkadavu Post,
Thiruvananthapuram – 695 008
0471-2504653
Attari-Wagha Border Unit,
RPQS, Amritsar
01 Regional Plant Quarantine Station,
Ajnala Road, Near Air Force
Station, Rajasansi Airport,
Amritsar (Punjab)
01858-233258
Air Cargo Unit, RPQS,
New Delhi
01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
PQS, Calicut Airport 01 Plant Quarantine station, Calicut, At: Air
Cargo Complex, P.O. Calicut Airport,
Karipur -673647 Malappuram Dt- Kerala
0483-2710285
PQS, Paradip 01 Plant Quarantine Station,
Plot No. 30, Sriram Nagar,Near Hero
Show Room, PO-Paradip Gada Distt.-
Jagatsinghpur, PIN- 754 141 (Odisha)
9615705459
PQS, Coimbatore 01 Plant Quarantine Station, 0422-2594244
Air Cargo Complex (ACC) Adjacent to
Badra International, Coimbatore
International Airport,Coimbatore-641
014
PQS, Kalimpong 01 Plant Quarantine Station,
Dhamala Building, Rinking Pong
Road, Kalimpong – 734301
Darjeeling (Dt.),
03552-255894
PQS, Triuchirapalli 01 Plant Quarantine Station,
International Airport, Tiruchirapalli –
620007
0431-2341380
PQS, Jamnagar 01 Plant Quarantine Station,
1st Floor, Swastik Complex, Aram,
Colony, Khodiyar Colony, Jamnagar -
361006 (Gujarat)
9477056498
PQS, Moreh 01 Plant Quarantine Station, Moreh
C/o Central IPM Centre, Mahabali Road,
Palace Compound, Imphal-795 001
(Manipur)
8118943544
Air Cargo Unit, RPQS,
Mumbai
01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
Air Cargo Unit, RPQS,
Kolkata
01 Regional Plant Quarantine Station,
FB-Block, Sector-III (Opp. Shrabani
Abasan), Salt Lake City,
Kolkata - 700097
033-23597679 ,
033-23213168,
033-23213384
PQS, Bongaon 01 Plant Quarantine Station,
Land Custom Station, Petrapole,
Bongaon – 743235, North 24 Pargans
District, (WB)
03215-245030
PQS, Goa 01 Plant Quarantine Station, Goa
Camp CIPMC Goa, IInd Floor, Port
User’s Complex, Mormugao Harbour,
Goa., PIN: 403803
0832-2521685
PQS, Port Blair 01 Plant Quarantine Station,
Room No. C-209, C-Wing, Ist Floor,
GPOA, Kendriya Sadan, Lambaline,
Port Blair-744 103 (A & N)
7738564505
Total 38
Consignee List for: Micro centrifuge
Name of Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, New Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road,
Near Trident Hotel,
Meenambakkam, Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapanam 01 Plant Quarantine Station,
Opposite Salagramapuram post
office Visakhapatnam-530 024,
A.P.
0891-2502357
Total 06
Consignee list of Moisture Analyzer :
CIL, Faridabad 01 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Regional Pesticide
Testing Laboratory,
Kanpur
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, T-2, Ratan Lal
Nagar, Kanpur - 208022
0512-2280063
E-mail – [email protected]
Regional Pesticide
Testing Laboratory,
Chandigarh
01 Officer - In- Charge,
Regional Pesticide Testing
Laboratory, Bays No. 43-
44-45, Sector – 31 A,
Chandigarh (U.T.) -
160030
0172-2638998 E-mail
Regional Central
Integrated Pest
Management Centre,
Lucknow, UP
01 Officer In-Charge,
Central Insecticide Pest
Management Centre,
Sec-E, Jankipuram,
Ringroad,
Near Engg. College
Crossing,
Lucknow, Uttar Pradesh-
226016
Phone: 0522-2732063
email: [email protected]
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex,
Opposite Commerce
College,
R.G. Baruah Road,
Chandmari,
Guwahati (Assam) -
781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Faridabad, Haryana
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Machinery Store Building,
NH-IV,
Faridabad (Haryana) -
121001
Tel :0129-2418049
(O),
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Banglore, Karnatka
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Jaivik Bhavan,
Kannamangala Post,
Phone: 080-28455084
email: [email protected]
Via Kadugodi, Bangalore
Karnataka-560067
Regional Central
Integrated Pest
Management Centre,
Kolkata, West Bengal
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
RPQS- Building, FB
Block, Sector-3
Salt Lake City
Kolkata West Bengal-
700097
Tel : 033-23212183
E-
mail: [email protected]
Regional Central
Integrated Pest
Management Centre,
Nagpur, Maharashtra
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
II Floor, New Secretariat
BuildingEast Wing, Civil
Lines
Nagpur-440001
(Maharashtra)
Tel :0712-2562215(O),
E-
mail: [email protected]
Total 9
Consignee List for: Nematode extraction sieve set
Name of Laboratory/
Regional/ Sub-Office
Quantity Contact Address Tel No.
RPQS, N. Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road,
Near Trident Hotel, Meenambakkam,
Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapatnam 01 Plant Quarantine Station,
Opposite Salagramapuram post office
Visakhapatnam-530 024, A.P.
0891-2502357
PQS, Trivandrum 01 Plant Quarantine Station,
Mohini Mansion, TC- 42/927 (10),
Vallakkadavu Post, Thiruvananthapuram
– 695 008
0471-2504653
PQS, Lucknow 01 Plant Quarantine Station,
At: CIPMC, Lucknow, UP
0522-2731650
PQS, Sanand 01 Plant Quarantine Station,
HPCSL, The Thar Dry Port (ICD
Sanand), Sanand-Kadi Road, Vill-
Nidhrad, Near Muni Ashram, Sanand,
Ahmedabad-383 110 (Gujarat)
9830673562
PQS, Krishnapatnam 01 Camp: Plant Quarantine Station
3rd Floor, KAPS Building,
Krishnapatnam Port Muthukur
Post, Nellore Dt. 524344 (A.P.)
0861-2353525
PQS, Haldia 01 Plant Quarantine Station,
Quarter No. AF/28, Flat No. F,
Chiranjibpur, Haldia, Distt.: Purba
Medinipore, PIN: 721 604 (W B)
033-2321316
PQS, Pipavav 01 Plant Quarantine Station, Pipava,
Old Marine Police Station, Near
Customs House, GPPL, Pipava Port,
Rajula, District-Amreli- 365 560
(Gujarat)
08469760202,
09460952221
PQS, Cochin Airport 01 Plant Quarantine Station,
Cochin International Airport (CIAL),
Cochin - 683 111, Kerala
0484- 2610338
PQS, Panitanki 01 Plant Quarantine Station,
NH-31-C, Panitanki, P.O. Dulal
Jote, Dist: Darjeeling - 734 429
0353-2555240
PQS, Mangalore 01 Plant Quarantine Station, 0824-2406088
Plot No.323 / F-1, K I A D B. Industrial
Area, (Mangaru Last Bus Stop), Jokatta
Road, Baikampady, Mangalore-575010
(Karnataka)
PQS, Kakinada 01 Plant Quarantine Station,
Engineering Building Complex, Burma
Shell Gate Quarters (Gr. Floor),
Kakinada-533 007, East, Godavari Dist.
(A.P.)
0884-2345865
PQS, Agartala 01 Plant Quarantine Station,
Integrated Check Post, Land Port
Authority of India, Cargo Complex,
Akhaura Road, Agartala Tripura-799001
7738564505
PQS, Guwahati 01 Plant Quarantine Station,
Ashirwad, Airport Road, Lankeshwar,
Jalukbari, P.O. Guwahati
University, Guwahati - 781 014
9849796210
PQS, Raxual 01 Plant Quarantine Station,
Old Telegraph Office Building,
Ashram road, Raxaul-845305
Bihar
0612-286563
PQS, Sanauli 01 Plant Quarantine Station,
C/o Land Custom Station, Sanauli,
Distt: Maharajganj, U.P.
05522-238434
PQS, Banbasa 01 Plant Quarantine Station,
Banbasa, Distt. Champawat,
Uttaranchal
05943-263088
PQS, Rupaidiha 01 Plant Quarantine Station,
C/o Land Custom Station,
Rupaidiha, Dist: Bahraich, U.P.
05253-240418 ,
05253-240242
PQS, Jogbani 01 Plant Quarantine Station,
C/o Shri Ashok Kumar Shah,
Check Post, Dist. Araria,
Jogbani-854328
06455-242138
PQS, Thiruvananthapuram 01 Plant Quarantine Station,
Mohini Mansion, TC- 42/927 (10),
Vallakkadavu Post,
Thiruvananthapuram – 695 008
0471-2504653
Attari-Wagha Border Unit,
RPQS, Amritsar
01 Regional Plant Quarantine Station,
Ajnala Road, Near Air Force
Station, Rajasansi Airport,
Amritsar (Punjab)
01858-233258
Air Cargo Unit, RPQS,
New Delhi
01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
PQS, Calicut Airport 01 Plant Quarantine station, Calicut, At: Air
Cargo Complex, P.O. Calicut Airport,
Karipur -673647 Malappuram Dt- Kerala
0483-2710285
PQS, Paradip 01 Plant Quarantine Station,
Plot No. 30, Sriram Nagar,Near Hero
Show Room, PO-Paradip Gada Distt.-
Jagatsinghpur, PIN- 754 141 (Odisha)
9615705459
PQS, Coimbatore 01 Plant Quarantine Station, 0422-2594244
Air Cargo Complex (ACC) Adjacent to
Badra International, Coimbatore
International Airport,Coimbatore-641
014
PQS, Kalimpong 01 Plant Quarantine Station,
Dhamala Building, Rinking Pong
Road, Kalimpong – 734301
Darjeeling (Dt.),
03552-255894
PQS, Triuchirapalli 01 Plant Quarantine Station,
International Airport, Tiruchirapalli –
620007
0431-2341380
PQS, Jamnagar 01 Plant Quarantine Station,
1st Floor, Swastik Complex, Aram,
Colony, Khodiyar Colony, Jamnagar -
361006 (Gujarat)
9477056498
PQS, Moreh 01 Plant Quarantine Station, Moreh
C/o Central IPM Centre, Mahabali Road,
Palace Compound, Imphal-795 001
(Manipur)
8118943544
Air Cargo Unit, RPQS,
Mumbai
01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
Air Cargo Unit, RPQS,
Kolkata
01 Regional Plant Quarantine Station,
FB-Block, Sector-III (Opp. Shrabani
Abasan), Salt Lake City,
Kolkata - 700097
033-23597679 ,
033-23213168,
033-23213384
PQS, Bongaon 01 Plant Quarantine Station,
Land Custom Station, Petrapole,
Bongaon – 743235, North 24 Pargans
District, (WB)
03215-245030
PQS, Goa 01 Plant Quarantine Station, Goa
Camp CIPMC Goa, IInd Floor, Port
User’s Complex, Mormugao Harbour,
Goa., PIN: 403803
0832-2521685
PQS, Port Blair 01 Plant Quarantine Station,
Room No. C-209, C-Wing, Ist Floor,
GPOA, Kendriya Sadan, Lambaline,
Port Blair-744 103 (A & N)
7738564505
Total 38
Consignee list of Nuclear Magnetic Resonance (NMR) :
CIL, Faridabad 01 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee List for: PCR Thermal cycler:
Name of Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, N. Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road,
Near Trident Hotel,
Meenambakkam, Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapanam 01 Plant Quarantine Station,
Opposite Salagramapuram post
office Visakhapatnam-530 024, A.P.
0891-2502357
Regional Pesticide Testing
Laboratory, Kanpur
01 Officer - In- Charge, Regional
Pesticide Testing Laboratory,
T-2, Ratan Lal Nagar, Kanpur
- 208022
0512-2280063
E-mail –
Regional Pesticide Testing
Laboratory, Chandigarh
01 Officer - In- Charge, Regional
Pesticide Testing Laboratory,
Bays No. 43-44-45, Sector –
31 A, Chandigarh (U.T.) -
160030
0172-2638998
E-mail –
Total 08
Consignee List for: pH ion meter:
Name of Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, New Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road, Near Trident Hotel,
Meenambakkam, Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapanam 01 Plant Quarantine Station,
Opposite Salagramapuram post
office Visakhapatnam-530 024,
A.P.
0891-2502357
CIL, Faridabad 06 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Total 12
Consignee list of Rotary Vaccum Evaporator :
CIL, Faridabad 02 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee List for Semi Automatic Corcyra Rearing System
Name of Laboratory/
Regional/ Sub-Office
Quantity Contact Address Tel. No.
RCIPMC, Faridabad 04 Officer In-charge Central Integrated Pest
Management Centre
Machinery Store Building,
NH-IV, Faridabad-121001,
Haryana.
0129-2418049, 0129-
2421599
CIPMC, Jammu 06 Officer In-charge Central Integrated Pest
Management Centre 12/48,
Nanak Nagar, Jammu-
180004, Jammu &
Kashmir
0191-2453951
CIPMC, Solan 02 Officer In-charge Central Integrated Pest
Management Centre Near
Railway Crossing,
Chambaghat, Solan-173212,
Himachal Pradesh.
01792-230213
CIPMC, Jalandhar 04 Officer In-charge Central Integrated Pest
Management Centre Bhavani
Estate, Tanda Road, Opp.
KMV, Jalandhar, Punjab–
144004
0181-2292855
CIPMC,
Sriganganagar
03 Officer In-charge Central Integrated Pest
Management Centre Karni
Marg, Sriganganagar –
335001, Rajasthan.
0154-2441099
CIPMC, Jaipur 05 Officer In-charge Central Integrated
Management Centre
#82/05, HPS, Sai Bhawan,
Arawali Marg, New
Sanganer Road, Mansarover,
Jaipur- 302020, Rajasthan.
0154-2441099
RCIPMC, Lucknow 05 Officer In-charge Central Integrated Pest
Management Centre
Sec-E, Jankipuram, Ringroad
Near Engg. College Crossing,
Lucknow-226016, Uttar
Pradesh
0522-2732063
CIPMC, Gorakhpur 05 Officer In-charge Central Integrated Pest
Management Centre Khajani
Road, Gurouli Bujurg, P.O.
0551-2322316
Chhapia, Gorakhpur-
273016, Uttar Pradesh.
CIPMC, Agra 04 Officer In-charge Central Integrated Pest
Management Centre
House No.760, Sector-14,
Sikandara Avas Vikas
Colony, Post Sikandara, Agra
-282007, Uttar Pradesh.
0562-2600148 (O)
CIPMC, Dehradun 01 Officer In-charge Central Integrated Pest
Management Centre C/o
Shri K.S. Phonia,
D 9 & 10, Nehru Colony,
Dehradun, Uttra Khand.
0135-2668472
CIPMC, Dimapur 02 Officer In-charge Central Integrated Pest
Management Centre
131, Duncan Road, Dimapur-
797112 Nagaland
03862-234261
CIPMC, Itanagar 01 Officer In-charge Central Integrated Pest
Management Centre State
Biocontrol Laboratory,
Naharlagun, Itanagar-
Arunachal Pradesh.
033-24692131
CIPMC, Shillong 01 Officer In-charge Central Integrated Pest
Management Centre
Maranatha, Near GSI
Workshop Pohkseh, P.O.
Rynjah, Shillong - 793006,
Meghalaya
0364-2230248
CIPMC, Imphal 02 Officer In-charge Central Integrated Pest
Management Centre
Mahabali Road Opp. Boat,
Imphal, Manipur
0385-244623
CIPMC, Aizwal 02 Officer In-charge Central Integrated Pest
Management Centre R.L.
Zuava’s Building Mission,
Veng. Republic Road,
Aizawal-796001, Mizoram.
0389-2322121
CIPMC, Agartala 01 Officer In-charge Central Integrated Pest
Management Centre
C/o State BC Lab, , Datta
Tilla, MatriPally, Badarghat,
PO Arundhuti Nagar,
9004174064
Via Siddhi Ashram, Agartala
-799003, Tripura
CIPMC, Gangtok 01 Officer In-charge Central Integrated Pest
Management Centre
Tadong Housing Colony, in
front of Regional Research
Centre (Ayurveda), Tadong,
Gangtok-733016, Sikkim.
03592-231909
RCIPMC, Kolkata 02 Officer In-charge Central Integrated Pest
Management Centre
RPQS- Building FB Block
Sec-3, Salt lake City
Kolkatta-700 097, West
Bengal.
033-23582131, 033-
232121183
CIPMC, Patna 02 Officer In-charge Central Integrated Pest
Management Centre
Ramshila Apartment, Aadrsh
Colony, Rajbhallbh
Dwar, Bailey Road, Saguna
More, Patna -801503, Bihar.
0612-2596033
CIPMC,
Bhubaneswar
02 Officer In-charge Central Integrated Pest
Management Centre
195/663, Paika Nagar, P.O.
Baramunda Colony,
Bhubaneswar-751003,
Odisha.
0674-2560643
CIPMC, Port Blair 01 Officer In-charge Central Integrated Pest
Management Centre
Block A, 2nd Floor, Kendriya
Sadan, Lamba Line, Port
Blair – 744103, Andaman &
Nicobar.
03192-233290
RCIPMC, Nagpur 05 Officer In-charge Central Integrated Pest
Management Centre II
Floor, New Secretariat
Building, East Wing, Civil
Lines, Nagpur-440001,
Maharashtra.
0712-2562215
CIPMC, Raipur 04 Officer In-charge Central Integrated Pest
Management Centre C-
60, Shailendra Nagar,
Raipur-492001,
Chhattisgarh.
0771-2423073
CIPMC, Indore 10 Officer In-charge Central Integrated Pest
Management Centre
16, Professor Colony,
Bharwar Kua, Main Road,
Indore-452001, Madhya
Pradesh.
0731-2461629
CIPMC, Vadodra 04 Officer In-charge Central Integrated Pest
Management Centre
Sarjan Flats, 3rd Floor,
Chankyapuri, New Sama
Road, Vadodra-390007,
Gujarat.
0265-2713566
CIPMC, Nashik 20 Officer In-charge Central Integrated Pest
Management Centre
Prosper Park Building, Iind
Floor, East Wingh (Above
SBI) Near Fire Brigade
Station, Singada Talav,
Nashik Pune Road, Nashik-
422 001, Maharastra.
0253 2592418
CIPMC, Goa 01 Officer In-charge Central Integrated Pest
Management Centre
Port User’s Complex, II Floor,
Mormugao Harbour,
Madgaon-403803, Goa.
0832-2521685
CIPMC, Hyderabad 01 Officer In-charge Central Integrated Pest
Management Centre
Jeedimetla Village, Jaivik
Bhavan, Quhubullapur
Mandal, Hyderabad-500055,
Telangana.
040-27230550
CIPMC, Trichy 05 Officer In-charge Central Integrated Pest
Management Centre
No. 16, 3rdStreet, Khaja
Nagar, Trichy-620020, Tamil
Nadu
0431-2420190
CIPMC, Ernakulum 05 Plant Protection Officer
(Entomology) Central Integrated Pest
Management Centre
Block-A, 1st Floor, Kendriya
Bhawan, Ernakulam-
682037, Kerala.
0484-2427114
Regional Central
Integrated Pest
Management Centre,
Guwahati
01 Officer In-Charge,
Central Integrated Pest
Management Centre,
Gautam Complex, Opposite
Commerce College,
R.G. Baruah Road,
Chandmari,
Guwahati (Assam) - 781003
Tel : 0361-2454676
(O)E-
mail: [email protected]
Total 112
Consignee list of Shoe Dispenser :
CIL, Faridabad 01 Central Insecticides Laboratory,
CIL Section,
NH-IV, Faridabad-121001
0129-2476401
Consignee List for: Wrist action shaker:
Name of Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, N. Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road, Near Trident Hotel,
Meenambakkam, Chennai - 600027
044-22323888,
22347522
RPQS, Kandla 01 Regional Plant Quarantine Station,
NU-10, B-80, Shakti Nagar,
Gandhidham, Kandla - 370 201
02836-228286
PQS, Mundra 01 Plant Quarantine Station,
Plot No.-17, Vardhaman Nagar-1,
Mundra (Kutch)- 370 421 (Gujarat)
02838-223119
PQS, Vishakhapanam 01 Plant Quarantine Station,
Opposite Salagramapuram post
office Visakhapatnam-530 024,
A.P.
0891-2502357
Total 06
Consignee List for: X-ray bagger scanner (Organic type) unit at major International Airport:
Name of Laboratory/Regional/
Sub-Office
Quantity Contact Address Tel No.
RPQS, New Delhi 01 Regional Plant Quarantine Station,
Rangpuri, New Delhi - 110 037
011-26133799
RPQS, Mumbai 01 Regional Plant Quarantine Station,
Haji Bunder Road, Sewri (East),
Mumbai – 400 015
022-23757459
RPQS, Chennai 01 Regional Plant Quarantine Station,
G.S.T. road, Near Trident Hotel,
Meenambakkam, Chennai - 600027
044-22323888,
22347522
RPQS, Kolkata 01 Regional Plant Quarantine Station,
FB-Block, Sector-III (Opp.
Shrabani Abasan), Salt Lake City,
Kolkata - 700097
033-23597679,
033-23213168,
033-23213384
RPQS, Bengaluru 01 Regional Plant Quarantine Station,
Hebbal-Boopasandra Road, HA
Farm Post, Bangalore-
560024 (Karnataka)
080-23515003
PQS, Hyderabad 01 Plant Quarantine Station,
Unit No.19-20, II Floor, Cargo
Satellite Building, RGIA,
Shamshabad Airport,
Hyderabad- 501218 (A P)
040-24008276
Total 06
SECTION-XI
MANUFACTURER’S AUTHORISATION FORM
To
_______________________________________________
_______________________________________________
(Name and address of the purchaser)
Dear Sirs,
Ref. Your TE document No ____________, dated _____________
We, ___________________________________ who are proven and reputable manufacturers
of___________________________(name and description of the goods offered in the tender) having factories
at_______________________________, hereby authorize Messrs______________________________(name
and address of the
agent) to submit a tender, process the same further and enter into a contract with you against your
requirement as contained in the above referred TE documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs. __________________________
(name and address of the above agent) is authorised to submit a tender, process the same further and
enter into a contract with you against your requirement as contained in the above referred TE documents
for the above goods manufactured by us.
We also hereby extend our full warranty as applicable as per clause 15 of the General Conditions of
Contract, read with modification, if any, for the goods and services offered for supply by the above firm against
this TE document.
Our other responsibility include:-
i) We undertake that we will provide service/spares/accessories etc. though our agent for the next 10
years.
ii) We undertake that in case of any change of Dealer/Agent, we will inform the Purchaser about the
award of dealership to new agent with address and telephone No.
Yours faithfully,
___________________________
___________________________
[Signature with date, name and designation]
for and on behalf of Messrs___________________________
[Name & address of the manufacturers]
Note: 1. This letter of authorization should be on the letter head of the manufacturing firm and should be
signed by a person competent and having the power of attorney to legally bind the manufacturer.
2. Original letter may be sent.
SECTION – XII
SCHEDULE OF REQUIREMENTS
(To be filled by the bidder and enclosed with the Technical bid)
Sl. No.
Brief description
of goods and
services
Quantity
Final
destination
place
Delivery
schedule
Time frame
required for
conducting,
installation,
commissioning of
the equipment,
acceptance test,
etc. after the
arrival of the
consignment
Part II: Required Delivery Schedule:
a) For Indigenous goods or for imported goods if supplied from India:
60 days from date of Notification of Award to delivery at consignee site. The date of delivery will be the date of
delivery at consignee site (Tenderers may quote earliest delivery period).
b) For Imported goods directly from foreign:
(i) FOB Contracts
60 days from the date of opening of L/C. The date of delivery will be the date of Bill of Lading or Airway Bill
(Tenderers may quote the earliest delivery period).
(ii) DDP Contracts
60 days from the date of opening of L/C. The date of delivery will be the date of receipt by the consignee as in
Consignee Receipt Certificate (Tenderers may quote the earliest delivery period).
Part III: Scope of Incidental Services:
Installation & Commissioning, Supervision, Demonstration, Trial run and Training etc. as specified in GCC
Clause 13
Part IV:
Turnkey (if any) as per details in Technical Specification.
Part V:
Required Terms of Delivery and Destination.
a) For Indigenous goods or for Imported goods if supplied from India:
Delivery Duty Paid (DDP) Consignee Site.
b) For Imported goods directly from abroad:
The foreign tenderers are required to quote their rates on DDP Consignee Site Basis giving break up of the price
as per the Proforma prescribed in the Price Schedule. Purchaser reserves the rights to place the order either on
FOB basis or on DDP Consignee Site basis.
Destination/Consignee details are given in Section X. All consignees have to ensure timely issue of NMIC,
CDEC, Octroi Exemption Certificates, Road permits & Entry Tax Exemption Certificates, wherever
applicable to the supplier.