Re-Tender Notice No. 84: Bihar Agricultural University SABOUR-813210, (BHAGALPUR), BIHAR
Re-Tender Notice No. 84: Bihar Agricultural University SABOUR-813210, (BHAGALPUR), BIHAR
Re-Tender Notice No. 84: Bihar Agricultural University SABOUR-813210, (BHAGALPUR), BIHAR
Sealed tenders are invited through registered post/speed post/courier services only
from Reputed/Registered, Supplier/Dealers/Firms/Company/Enterprises for the “Automated
Rainout Shelter for screening of drought stress tolerance under C.R.A. Programme”.
Sealed envelope containing full information along with supporting documents must reach in
the office of the undersigned on or before 05/03/2021 (Friday) upto 4.00 P.M. and the same
will be opened on 06/03/2021 (Saturday) at 3.00 P.M. Details are available on
www.bausabour.ac.in.
TENDER DOCUMENT
FOR
“Automated Rainout Shelter for screening of drought stress tolerance
under C.R.A. Programme”.
9. The Technical Bids will be opened on 06/03/2021 at 03.00 P.M. in the presence of
representative of the firm duly authorized .The date & time for opening of Financial
Bids will be informed later on to the technically qualified bidders. In case the date
mentioned above is declared Government Holiday, the date shall automatically be
shifted to next working day.
10. While quoting rates, the firm shall give an undertaking to the effect that “the
terms/conditions mentioned in the Enquiry Letter/Tender Notice against which the
rates are being quoted are acceptable to the firm”. In case the firms do not give this
undertaking, their rates will not be considered.
11. The quantity shown against the item is approximate and may vary as per demand of
the University at the time of placing order.
12. All disputes shall be subject to Bhagalpur Jurisdiction only.
13. All tenders in which any of the prescribed conditions is not fulfilled or any
condition is put forth by the tenderer shall be summarily rejected.
14. BAU, Sabour reserves the right to cancel the tender at any point of time without
assigning any reason.
15. Price bids of only those bidders will be opened whose technical bids are found
suitable by the committee constituted for the purpose. Date and time of opening of
price bids will be decided after technical bids have been evaluated by the
committee. Information in this regard will be intimated to the technically qualified
bidders. In exceptional situation, an authorized committee may negotiate price with
the qualified bidder quoting the lowest price before awarding the contract.
16. Tender Cost & Earnest Money Deposit (EMD)/Security Deposit:
Bidder needs to submit the non-refundable Tender Fee of Rs. 2000/- ( Rupees
Two thousand)) only in the form of a DD (Demand Draft) and EMD Rs. 1,00,000/-
(Rupees One Lakh) only issued in favour of Comptroller, Bihar Agricultural
University, Sabour, Payable at Sabour, from any Nationalized Bank, must be
enclosed in the envelope containing the technical bid. None submission of EMD
will lead to rejection of the tender. All the bidders are required to enclose self-
addressed Rs. 35.00 stamped envelope.
17. The bidders shall keep their bid valid for minimum 180 days from the date of
opening of the financial bid.
18. Manual and documentation: All the manuals necessary for operating and servicing
the equipment (including details of electronic circuits) will have to be provided
along with the instrument.
19. Bidders should go through the tender terms, conditions and specifications carefully
and fill in the attached compliance statement accurately and unambiguously. They
should ensure that all the required documents are furnished along with the bid.
20. Selected bidder will have to deposit 10% as the security deposit in the form of PBG
(Performance Bank Guarantee) valid till the guarantee period/ defect liability period.
21. Guaranty/warranty period for 3 years.
22. Supply should be made within 90 days from the receipt of the work order/supply
order.
23. Foreign equipments shall be purchase through “Letter of Credit”.
24. Rate of all foreign equipments must be with comprehensive maintenance contract of
three years.
25. The Power Point Presentation may be taken and as when required.
26. Validity: Rate should be valid for 2 years.
Sd. /-
Officer-In-Charge,
Central Store (HQ)
Bihar Agricultural University,
Sabour, Bhagalpur- 813 210
Detailed Specifications of Automated Rainout Shelter for screening
of drought stress tolerance
Product: AUTOMATED RAINOUT SHELTER : 1 No.
Sir,
I have gone through the terms and conditions laid down in the tender documents and accept the
same.
I am hereby submitting the technical bid and enclosing the documents as per details given below:
CHECK LIST
S.No. Name of documents
1. Cost of Tender documents (It downloaded the tender …………….. (Document) from
University website within NIT schedule)
(DD No/Pay Order_____________________date__________Issuing Bank___________________
____________ for Rs. 2,000/- (Enclosed along with the technical bid).
3. List of procurement agencies of repute to whom the tendered____________ products have been
supplied during last twelve month with proof i.e. work order/supply order.
8. Self attested Audited balance sheet of the firm of the last three years
9. Self attested Income tax return copy of the last three years
13. Warranty 3 years from the date of installation. (Documents must enclosed).
Certified that each and every page of the tender documents are serially numbered and signed by me.
Yours faithfully,
Designation
.....................................................................
.....................................................................
.....................................................................
Please Note: -
1. Price bids should be typed in the prescribed format only. Photo copy/Xerox Copy/
Duplicate Copy would not be accepted in any condition.
3. Rates of CMC/ AMC should be quoted by the vendor in a separate format (if
applicable) after three years. (completion of warranty period)
DECLARATION
I ____________________________________________________Prop/Partner/Director of
Designation
Date
Seal of the Tenderer
Place
5. Delivery schedule with definite date of delivery at destination (BAU, Sabour) taking into
cognizance of transit facility must be indicated. This contractual delivery date/ period
should be inclusive of all the lead time.
6. The tenderer submitting his tender would be deemed to be considered and accepted all
the terms and conditions. No enquiries, verbal or written shall be entertained in respect of
acceptance or rejection of the tender.
7. The quantity shown in the schedule may increased or decreased depending upon the
actual requirement.
8. This University reserves the right to cancel/ reject in or any part of the tender, which
generally do not fulfill the condition stipulated in the tender without assigning any
reason.
9. Any action on the part of tenderer to influence anybody of the University will make
his/their tender liable for rejection.
10. The tenderers shall submit the offer in original copy of the tender documents duly signed
on each page. Item wise rate indicating units can be offered on letter head of the firm, in
case, space printed on financial form is not sufficient.
11. In case of placement of purchase order, the vendor (the tenderer whose tender is
accepted) may comment on the purchase order within 10 days from the date of dispatch
of purchase order otherwise it will be deemed that offer is acceptable to the vendor.
Notwithstanding any other provision, the terms and conditions and any other provision
included, in the purchase order will be treated as binding with “Errors & Omissions
Expected”. However, if the vendor notices of the order, he must bring the same in to the
notice of tender/quotation and seek clarifications within the above stipulated time.
Vendor will have to bear the responsibility for failure to take this action.
12. In University may in writing make any revision or change in the purchase order,
including additions or deletions from the quantities originally ordered or in the
specifications or drawing. If any such revisions/changes affect the price or delivery, the
same shall be subject to the adjustment of price/delivery, wherever required on a
reasonable basis by mutual agreement in writing which should be communicated.
13. The University reserves the right to cancel the purchase order or any part thereof shall be
entitled to revise the contract wholly or in a part by written notice the vendor if:-
(a) The vendor fails to comply with the terms and conditions of the purchase order
including specifications and other technical requirement.
(b) The vendor becomes bankrupt or goes into liquidation.
(c) The vendor fails to deliver the goods in time and or does not replace the rejected
goods promptly.
(d) A receiver is appointed for any of the property owned by the vendor.
14. Upon the receipt of the said cancellation notice, the University shall discontinue all
works of the purchase order and matters connected with it.
15. Supply order will be issued as per the requirement of the University. The supplier will
have to supply ordered materials within the delivery time mentioned in the supply order.
16. Unless otherwise specified in the order, the order price shall remain firm and will not be
subject to escalation of any description during the dependency of the order,
notwithstanding the change in the cost of material and components he/they may take
clearance while the order is under execution even if the execution of the order for any
reason whatsoever.
17. The offer of the tenderers shall remain valid for a period of 180 days from the date of
opening of bid.
18. The University may its option, reject such defective materials at the vendor’s expense in
which event the vendor shall, without any cost to the University and as promptly as
possible, remove such materials and furnish and install proper and acceptable material.
19. In the event of delay delivery and/or unsatisfactory manufacturing progress and supply,
the University has the right to cancel the purchase order as whole or in part without
liability for cancellation charges.
20. Timely delivery as mentioned in purchase order shall be in the essence of the order and
no variation shall be permitted except with prior authorization in writing from the
University.
21. In the event of delay in making delivery on the part of the vendor, it will be at University
discretion to receive delivery with a reduction in price of the article/or equipment.
22. Forced measure shall mean and be limited to the following: -
(a) Any war/hostilities
(b) Any riot or civil communication
(c) Any earthquake, flood, tempest, lighting or other natural physical disaster.
(d) Any strike or lock up (Only those exceeding ten continuous days duration) affecting
the performance of the vendor’s obligation.
The seller shall advise the University by Registered Letter duly certified by local
chamber of commerce of statuary authorities the beginning and end of the above caused
of delay within 7 days of occurrence and cessation of such forced measure concern. In
the event of delay lasting over one month, if arising our caused of force measure, the
University reserves the right to cancel the order.
23. No payment shall be made for rejected materials not the tenderer would be entitled to
claim for such items.
24. Rejected materials would be removed by the tenderer from the site within two weeks or
the date of rejection at their own cost. In case they are not removed they will be
auctioned at the risk and responsibility of the suppliers without any further notice.
25. In case of not honoring the supply order, the University will have the right to impose
penalty as deemed fit and to resort to make purchase at the suppliers cost and risk and his
security deposit may be forfeited in favour of the University cost and risk.
26. Rate should be qualified as basic rate plus tax applied.
27. In the case of non-supply order stores within stipulated time, it will be at the discretion of
the University to accept delivery with late delivery clause @ 1% per week maximum to
the extent of 10 % of the ordered value for delayed supply.
28. Tenderer hereby agree to all terms and conditions stipulated in tender and undertakes to
sign the rate contract or supply order within the given days from the date of order failing
which security shall be liable to be forfeited.
29. Disputes, if any, arising between the University and the bidder out of or in connection
with the terms and conditions contained herein shall be referred for arbitration to the
Bhagalpur jurisdiction. Disputes shall be decided keeping in view of the terms and
conditions of the tender and Bihar financial rules applicable to the University.
30. Warranty 3 years from the date of installation will be provided. 5 years AMC/CMC after
completion of warranty period (Rate of AMC/CMC should be mentioned in separate
sheet).
31. PBG-The vendor shall furnish unconditional Performance Bank Guarantee issued by the
nationalized bank/TDR/FDR in favour of Comptroller, BAU, Sabour @10% of the order
value valid for 3 years and 2 months from the date of installation & commissioning.