Total No. of pages in tender document: 8 8 (Eighty eight ) pages

P.V. NARSIMHA RAO VETERINARY UNIVERSITY

Open Competitive Bid (OCB) For Procurement of Equipment For College of Veterinary Science Korutla, Jag i tial District - 505326

Tender Notice No.: 01 /CVSC/Korutla/2019

NOTE: SUBMISSION OF HARD COPIES, PROCESSING & EVALUATION OF BIDS WILL BE DONE AT ADMINISTRATIVE OFFICE, PVNR TVU, RAJENDRANGAR, - 500 030

Associate Dean College of Veterinary Science Korutla, Jag i tial - 505326 Phone No. 9100956364 , 9490405100 e - Mail: cvsckorutla @gmail.com

1

Description Page No.

Tender call notice 3 Pre - Qualification 6 Statement of important limits and values of bid 7 Technical specification 9 General instructions to bidders 46 Standard procedure for opening and evaluation of bids 52 General conditions of proposed contract 57 Special conditions 70 Place of supply of equipment 70 Bid letter form 71 Contract form 73 Bid Forms 74 - 88

2

Section A

Tender call on eProcurement Platform for supply of Equipment

For PVNR Telangana Veterinary University (PVNR TVU),

College of Veterinary Science, Korutla, Jag i tial District

Procurement Web Site: www.eprocurement.telangana.gov.in

Time schedule of various tender related events:

Bid calling date 23.08.2019 Downloading of document 23.08.2019 (10.00 AM) to 0 6 .09.2019 (4.00 PM) Pre - bid conference date/time/Venue 28.08.2019 , 11.00 AM at Administrative office, PVNR TVU, Rajendranagar; Hyderabad - 500 030. Last date/time for clarification 28.08.2019, 04.00 PM Bid closing date/time 0 6 .09.2019 , 04.00 PM Last date and time for submission of 0 6 .09.2019, 04.00 PM Hard copies in Administrative office PVNR TVU, Rajendranagar, Hyderabad - 500 030 Technical Bid opening date/time 0 7 .09.2019, 11.00 AM at Administrative office, PVNR TVU, Rajendranagar; Hyderabad - 500 030. Financial Bid opening date/time 1 2 .09.2019, 11.00 AM at Administrative office, PVNR TVU, Rajendranagar; Hyderabad - 500 030. Bid Document Fee Rs.2,000/ - Contact person Principal Investigator , ET & IVF project (RGM) and Head, Department of Veterinary Gynaecology and obstetrics, C.V.Sc., Korutla, Jagitial District – 505326 Phone No: 984923561,7981291670 9100956364 ,

Reference No. 01/CVSC/Koru tla/2019

1. Bidders would be required to register on the eProcurement Platform at www.eprocurement.telangana.gov.in and submit bids online. Offline bids shall not be accepted. 2. The Bidders need to scan and upload all the required documents as per the check list given in Form – T3. Upload the documents in Zip Format with suitable description.

3

3. Bidder must submit hard copies of documents listed in Form T - 4 in PVNR TVU office by due date and time. 4. Bids submitted online and supported by required hard copies as per T - 4 submitted in PVNR TVU office by due date and time will only be considered. 5. Bidders must pay Bid document Fee (Non - refundable) as indicated in Bid document in the form of Demand Draft drawn i n favour of Associate Dean, College of Veterinary Science, Korutla, District, 505326. In absence of such fee, bid will be treated as non - responsive and accordingly rejected. 6. Bidder shall also pay a non - refundable transaction fee to M/s TSTS (Forme rly APTS), the service provider for eProcurement Platform, as per Government orders from time to time. 7. Bids must be filed in the given Formats only. 8. Bidders must sign all the documents, statements and certificates uploaded, owning responsibility for their correctness and authenticity. 9. Purchaser shall not hold any risk and responsibility for loss of data/files/documents/visibility/readability during uploading of the scanned documents or any other problem encountered by bidder while submitting bid online. 10. Pur chaser shall not be responsible for any postal delay in submitting hard copies.

If your firm is interested in participation, please visit web site at http:// www.eprocurement.telangana.gov.in .

4

A. The solution, service or material required:

A.1. Supply, installation and commissioning of Equipments detailed in Annexure 1:

A.2. Scope of incidental services: Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods.

A.3. Warranty Period:

Warranty period services for numbers of years as indicated in Bid document.

A.4. Maintenance:

Bidder should indicate Comprehensive Annual Maintenance Cost (CAMC) for the indicated years in the Bid document for the period beyond warranty period.

A.5. Delivery and Installation Period:

Bidder shall deliver the goods/services, install and commission the same within the Period indicated in the Bid document from the date of co ntract signing or issue of purchase order.

A.6. Supply of equipment

All the equipment mentioned ( Sl.No 1 - 19) in Annexure I is to be supplied and installed at College of Veterinary Science, Korutla, Jag i tial district – 505326.

All the equipment mentioned( Sl.No 19 - 24) in Annexure I is to be supplied and installed at Live stock Farm complex , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 .

All t he equipment mentioned( Sl.No 25 - 28) in Annexure I is to be supplied and installed at Department of Microbiology , College of veterinary science, PVNRTVU, Mamnoor, (district), Telangana – State 506 166

All the equipment mentioned( Sl.No 29 - 30 ) in Annexure I is to be supplied and insta lled at Department of Microbiology , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 .

5

Section B

B.1 Pre - Qualification criteria:

1. The bidder should be a manufacturer or distributor and should be in business of manufacture or supply, as the case may be, for a minimum period of Three years in as on bid calling date.

2. Minimum One service centre at Hyderabad/Jag i tial with at least five service engineers.

3. Following are not eligible to participate in tender:

a. The bidders who have withdrawn their bids in any of the previous tenders of SV VU/PVNR TVU during last 3 years (from bid calling date).

b. Bidders who are on black list of any Government in India or its agencies as on bid calling date.

c. Bidders who ar e on black list of any Government in India or its agencies for any period during the period from bid calling date to signing of contract.

d. Bidders who are declared Non Dependable by any Government in India or its agencies during last 3 years (from bid calling date) and declaration is in force as on bid calling date or is in force at present (During the period from bid calling date to signing of contract).

4. The bidder should have minimum annual turnover (Nos.) for the items/product mentioned (irrespectiv e of brand/model) and for the brand and model offered, during each of T hree financial years of 2016 - 17 , 2017 - 18 and 2018 - 19 as follows :

Item Total Sales of similar goods Total sales of goods of b rand and name irrespective of brand and model offered in Bid (Nos.) specifications ( Nos.)

5. The bidder should furnish the information on major past supplies under the relevant product/services in Form P3 and satisfactory performance certificate for the F inancial year of 2016 - 17 , 2017 - 18 and 2018 - 19.

6

Section C

C1. Statement of important limits/values related to bid

Item Description * EMD Rs. ______Lakhs Bid Validity Period 90 days from the bid opening date EMD validity Period 45 days beyond bid validity period Comprehensive Maintenance As per Annexure 1 Period Variation in quantities +/ - 25% Period for furnishing Within 15 days from the date of receipt of notification of performance security award Performance security value 10% of contract value for warranty period Performance security (for 60 days beyond warranty period warranty period) validity period Period for signing contract Within 15 days from date of receipt of notification of award Warranty period 36 months from the date of successful installation of goods at users’ site. Minimum Up time for 95% calculated over 3 months period equipment Comprehensive AMC 5% of contract value and valid for 60 days beyond Performance Security Value Comprehensive AMC period. and validity period Payment terms 100 % Payment will be done after delivery, installation and demonstration and acceptance of the equipment only LD for late deliveries 0.5% of value of late delivered goods per week or part there of Maximum LD for late 5% of value of late delivered goods. Once 5% is deliveries reached, contract is deemed cancelled for undelivered goods. No payment shall be made for goods delivered under deemed cancelled contract Penalty for non - delivery of Value of goods not delivered. goods Penalty for failure to maintain For every reduction in up time by 1.00 % from 95%, during wa rranty or Penalty will be 1.5 % of purchase value of that

7

Comprehensive Annual particular item Maintenance Contract Delivery, Within 30 days from the date of contract signing or issue installation/commissioning of purchase order. period

*Note: MSMEs registered in Telangana State are exempted from payment of EMD.

8

Section D D - Technical specification of equipment :

Annexure 2

S.No ITEM ITEM SPECIFICATIONS QUANT COD ITY E IVEP - Bench top  This equipment should have following specifications One 1 1 incubator  Air jacketed heating system for highly precise and Mixed gas constant temperatures.  Very homogeneous temperature distribution by natural air convection: Minimum turbulence and no cross contamin ation  Triple insulation consisting of glass wool, aluminium layer and air gap for high efficiency  Stainless steel chamber having smooth surfaces for easy cleaning and decontamination  Frameless inner glass door for observation of the samples without any tem perature drop  Reliable and accurate N - Prime™ programmable PID microprocessor control system.  User friendly control panel including large bright LED displays for temperature and time, CO2 and O2  Easy programming with one button, just turn and push  Password protected menu to secure the operation  Programmable alarm limits  Programmable delayed start function  Highly visible dual displays for temperature and time  Adjustable independent safety thermostat which takes over control in case of any failure.  Timer - 1 mi nute – 99,9 hours + Hold Position  Delayed Start Timer - 1 minute – 99,9 hours  Number of Shelves (Standard/ Max.)2/6.  Internal Material Stainless Steel External Material Electrostatic Powder Coated Steel Sheet  Power Consumption300 - 350 W Power range: 90~240 Vac , It should work under premixed gas injection, allowing

9

perfect control inside the chambers. The lid and the base temperature heating controls are independent resulting in faster and higher precision internal environment recovery. The gas injection has individual moisture system and timer control. The interval and the gas changes should be configurable, reducing considerably gas consumption and increasing media Ph recovery. Each chamber should have it's own control system for the internal hydrostatic pr essure, an important factor for increasing embryo production and quality, specially for freezing and vitrification. Touch screen panel for setting all adjustments quickly. Should have Audible alarm to alert in the event of abnormal variation of temperature or pressure. Heating chambers should have enough room for many petri dishes and micro vials brands. It is fully automatic. Optional SMS monitoring system. Gross weight: 35 - 40 kg | Net weight: 21 - 23 kg , Dimensions (LxWxH): 540x400x180 mm , Hydrostatic pr essure: 0 - 50 mmHg, Temperature: 34° – 39° C Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Warranty per iod – 3years from date of installation Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 EMD amount to be de posited for this equipment – R s3 0,000 - 00 Warranty period – 3years from date of installation Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - CO2 gas This equipment should have following specifications One 2 2 analyser Ranges: 0 - 5%, 0 - 20% Resolution: 1% of full scale Flow Rate : 100ml/min. Response Time: T90 <30 secs Temperature Range: - 5 to 50 degrees Celsius Humidity Range: 0 to 95% (non - condensing) Displ ay: In - built LCD (reading updated every second) Data transfer: RS232 / USB

10

Memory: 4 GB. In - built, non - volatile, sufficient for several months Logging Interval: Programmable. 1 min to 1 hour Battery: Rechargeable (lasts for 8 hours after charging) Calibrat ion: We have a gas dilution facility to perform multi - point calibration Weight: Approximately 0.5 kg (with batteries) Accessories: Charger, battery, data transfer cable & software, manual Low Power NDIR Sensor In - built data logger Battery operated instrume nt EMD amount to be deposited for this equipment - Rs10,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Warranty period – 3years from date of installation Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Three gas  This equipment should have following One 3 ( CO 2, N2& specifications 3 O2 ) Incubat or  Internal Chamber Volume should be 160 litres. Seamless stainless steel chamber with rounded corners.  Temperature range from Ambient Temperature +7°C to 50°C.  Temperature variation / fluctuation: ± 0,3°C at 37°C / ± 0,1°C.  Programmable temperature alarm ran ge: ± 0,5°C to 5°C. Internal material should be epoxy - polyester coated steel.  System should have foil - encapsulated glass wool as insulation material.

 Air jacketed heating system.  Maximum information with highly visible 4,3’’ colourful LCD display.

11

 System should have Simultaneous display of set and actual values

 RaPIDcell™ fast temperature recovery without overshoot.  CO2 Range should be 0 to 20 % CO2., O2 Sensor TC or IR Readability < 21% (Range1 - 21%) & Stability 0.1%External Gas Guard 95001012 CO2 & N2 g as regulator,  CO2 Variation / Fluctuation should not be more than ± 0,3 % / ± 0,1%.  Programmable CO2 alarm range should be present ± 0,5 % to 5 %.  Infra - Red CO2 level control permitting frequent Access.  N - Smart™ control system to optimize parameters.  90°C wet disinfection system.  It should have m assive data storage with Tracking software which stores the records up to ten years with one hour intervals as digitally and graphically.  2 pcs. USB port for data storage and PC.  Ethernet port for remote access through internet.  System should have password protected and timed disinfected security.

 Auto Zero for permanent accurate control.  0,22μm sterile filtration of CO2, sampled gases and Auto - Zero reference air.  Typical 95 % RH to protect cultures against dehyd ration.  Audible and visual alarms for any failure.  Built - in 2nd stage gas regulator.  System should have no. of shelves 3/8 (Standard/max)  System should have internal dimensions between 490 - 510 x 455 - 465 x690 - 710, external dimensions should

12

be 835x725x900 ( w x d x h) mm.

Along with it CO2,N2 and Mixed gas cylinder 3 each should be supplied and gas supply pipe lines should be arrange from the adjacent room or from the ground floor of the lab and gas regulators are to be fixed in the lab near Incubator. Ga s in line Filters should be fixed to CO2,N2 and Premixed gas(<21%O2) Gasmonitor – for monitoring the supply of CO2,N2 and Premixed gas(<21%O2) and and switches over automatically to second cylinder if supply is exhausted . monitor gas pressure , it should give optical and acoustic alarm if pressure is too low or too high

EMD amount to be de posited for this equipment – Rs4 0,000 - 00 Certifications: System s should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Warranty period – 3years from date of installation Place of Delivery - Departm ent of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU,Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Squeezable Made from M.S. Channel, Angle, Flat, G.I. Pipe & Teak 4 service Wood. Main box is constructed from M.S. Two 4 chute For Channel with wooden planks in flooring. The exit slope Oocyte & constructed from teak wood fixed on M.S. EMBREY angle. The entry slope is constructed from M.S. angle and flat O to prevent the slipping of animal. The COLLECT remov able grill should provided for easy cleaning. ION Sides of crush are made from M.S. sheet and G.I. pipe with inside smooth surface and small door. Animal can be fixed inside using the rachets by bringing the sides of crush closer. The front door is provided with device to fix the neck of animal. A vice is provided at front to raise the platform. Additional chain is provided at back to guard the operator. Entire unit is coated with rust proof primmer and final coat with aluminum paint. Please seethe attached pictures. Length 8 feet x Width 4 feet x Height 6feet

13

EMD amount to be deposited for this equipment – Rs15,000 - 00

Warranty period – 3years from date of installation Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU,Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Laminar air The system should have m icroprocessor based Touch Panel Two 5 flow for blower, fluorescent light and UV Light. (UV Light with 5 timer) and motorized front door of toughen glass. The system should have pre filter 99.00 % down to 5 micron. The system should have HEPA filter ISO 14644 class 5 (Class 100) 99.97% - 99.99% down to 0.3 micron. Mesh guard for protection of HEPA filter . The system should have air flow t op to downwards. The system should have noise level 60 decibel ± 5%. The system should have velocity 0.35 - 0.50 m/sec. The system should have work table m ade up of stainless steel 304 grade (Perforated) cock for gas on work table. The system should have front door m ade of toughen glass. The system should have UV lamp 15/30W, make Philips Holland. The system should have Illumination LED lights for easy operation. The system should have pressure d igital manometer 0 - 50mm. r ange with filter failure alarm. The system should have power supply 230V ± 10V/50Hz single phase A.C The system should have cabinet Made of mild steel duly powder coated. The system should have electrical 15/5 AMP socket with switch. The system should have heavy duty blower d ynamically balanced with 0.25 HP electric motor mounted on anti vibration pad 1440 rpm motor. The system should have safety features v oltage fluctuation protection. Micro switches for UV and LED lights. The system should have stand c ast or wheels foe easy movability. Front wheels lockable with brakes. T he working area should be 12 0cm x 60cm x 60cm. It should have hot plate 60cmx60cm size and provide Temp of 35 - 45 ˚C with digital adjustment of temperature with 0.5˚C accuracy to provide worm temperature to media, microscope,

14

petriplates etc. Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 2 0,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO cer tificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Desk top  Should be of slim tower desktop One . 6 6 computer  Processor – 8 th generation Intel core i5 - processor(6M and Laser Cache, upto 3.4 GHz) jet Printer  Windows 10 origninal 64 bit operating system Minimum 8 GB, DDR3 1600 MHz SD RAM  With integrated graphics  Minimum 1 TB hard drive capacity  Optical drive: 16X CD/DVD drive  Intel chipset  Integrated Giga bit 10/100/1000 Ethernet  Wireless card 802.11abgn  Monitor – 22 or More inch LED flat wide screen (16:9 aspect ratio)  With wired keyboard and mouse  Should be supplied with suitable and branded UPS  With dust cover  Printer - Laser jet printer, scanner - 1200 dpi resolution, Flatbed scan type , copier with each cartridge should give at least 5 000 pages prints  Print speed 14 ppm  Internal Memory 32 MB  Refill Type Toner cartridge  Power consumption - 7W Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs3 ,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies.

15

Place of Delivery - Department of veterinary Gynaecology and obstetrics , College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Dry bath Temperature Range: Ambient +5 to 100°C One 7 Temperature Accuracy:+/ - 0.3°C 7 Temperature Increments:0.1°C Temperature Uniformity:+/ - 0.2°C Dimensions: (w x d x h)4 x 6 x 4.5 in./ 10.5 x 15 x 11.5cm Block Dimensions:1.85 x 2.8 x 1.25 in. / 4.7 x 7.1 x 3.2 cmWeight:2 lbs / 1kg Electrical: Universal Voltage, 100 to 240V, 50 - 60Hz, 50W Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs5 ,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies.

Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Electronic Electronic analytical balance with built in, motorized One 8 Weighing calibration weight, backlit 14 segment display, two 8 balance tare keys, stability indicator, 4 user selectable filter levels, plus optimized display update rate. Readability 0. 0 1 mg Weighing Capacity 220 g or more Repeatability < } 0. 0 1 mg Linea rity < } 0. 1 mg Response time (avg.) 2.5 s Weighing pan diameter 90 mm Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 5 ,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies.

Place of Delivery - Department of veterinary Gynaecology

16

and obstetrics , College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - EMBRYO Freeze control embryo freezing system using liquid nitrogen One 9 9 FREEZER as the cooling medium. It should be fully user programmable with automated full system diagnostics. It should be easy to use and can work on both AC &DC power supply. Equipment should have an external case made up of solid material of industrial strength for the safety of equipment.

Should be with controlled temperature range = +20°C to - 40°C Should have accuracy (Thermometry) = ± 0.1°C Minimum Ramp rate should be 0.1C/ min Should have16 Preinstalled programmed. Protocols should be edited, deleted, loaded, printed, viewed and saved. Should be programmable f rom computer by the user Should have user definable bells & alerts Should be with Internal battery back - up power (UPS) Equipment should be able to freeze while in car with or without 12V adapter Warranty period – 3years from date of installation EMD amou nt to be de posited for this equipment – Rs5 0,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Plac e of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Gasified Portable Incubator for transporting oocytes during One 10 10 Portable maturation or developing embryos, with automatic Incubator premixed gas injection and internal battery with 30 hours autonomy. Portable Incubator keeps oocytes and embryos in controlled enviroment for developing in long distance transport. It has a premixed gas exclusive reservoir, which avoids the use of high - pressure cylinder while transporting. It should have a battery system with autonomy of 30 hours.It should work on a positive hydrostatic pressure. Programmable temperature control trough color touch sc reen display with interactive and easy to use menu. It should have a failsafe system feature with audible and visual

17

alarms. Gross weight: 9 kg | Net weight: 6 kg, Power range: 90~240 Vac and 12V cc Maximum power: 64,5 W , Pressure: 7,3 Psi , Dimensions (LxWxH): 320x175x250 mm Temperature: 34° – 39° C Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs3 0,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipmen t manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Hot plate Heat resistant plate, three step energy regulator, mounted Two 11 11 on m.s. sheet body, rectangular size 27x 21 x1.8 cm,(LxWx Thickness) weight 2 - 3kg Temperature control adjustable between 27 ˚C and 45˚C, Accuracy ± 0.2 ˚C , Temperature distribution ±0.3 ˚C, heating up time < 10 min Power supply: 100 - 240V AC, 50/60Hz, 60 W, Safety class II Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs3 ,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - TRINOCU Trinocular Inverted, phase contrast Research Microscope with One 1 2 12 LAR High Power LED illumination System with built in provision INVERTE for providing uniform illumination throughout the field of D ,PHASE view, built in Intermediate Magnification of 1.5X and the CONTRAS System should be Modular for future expansion should be T able to upgrade with Double Deck System in addition to the MICROSC Intermediate magnification of 1.5X. OPE WITH Tiltable Diascopic Illumination Pillar EPI Infinity optical corrected system with light path selector for FLUORES 100% Eye, 100 % Left , 100% Right, and 20Eye/ 80 Left Port.

18

CENCE, Sidentopf Binocular Eye Piece tube 22mm FOV CAMERA, Eyepieces 10XPair with F.O.V.22 mm and Diopter AND adjustment facility on both the eyepieces. SOFTWA Long working distance Universal condenserN.A. 0.52 RE or higher WD 30mm with more th an 6 positions and the necessary modules for Phase contrast Sextuple Nosepiece to accommodate 6 objectives at a time.

Mechanical Stage size 290 X 300mm, stroke 114mm X Y 75mm stroke range Long Handle . It should have stage wormer or stage biotherm to ma intain the stage temperature 38 ˚ C with digital temperature setting unit

Universal holder to accept all types of specimen holder (Slide Glass, Hemocytometer, Petri Dish Micro plate and Terasaki). Focus: Manual Drive with Coarse / fine Focusing Knob and 1 Micron step size Epi Fluorescence Attachment with 6 Position Fluorescence Turret with 130Watts Mercury Precentered Fiber Illumination with Noise Terminator Mechanism built in and Filters for 1. (Ex400 - 440/ DM455 /BA470nm), 2. (Ex450 - 490/DM510/BA520nm) 3. Propidium Iodide - 4. Hoechst - Ex 365, DM400, BA 420 5. Ex 510 - 560, DM575, BA 590

Objectives : Plan Achromat 4X A, N.A. 0.10, W.D. 30.0mm Achromat Enhanced Phase Objectives 10X, N.A 0.25, WD 6mm, Long working Distance 20X NA 0.4, WD 3 mm, Long Working Distan ce Objective 40X NA 0.55, WD 2.7 - 1.7 with Correction Collar,

Plan Fluoride Long Working Distance Objective 60X NA 0.70 WD 2.61 - 1.79 with cover glass correction

Digital Camera CMOS 5.5mp (Minimum) USB Interface and C Mount 0.55X Quantum Efficiency 60% or More with Software for Capturing and storing images Basic Image Enhancement like Brightness Contrast and Gamma corrections with all the necessary adaptors

Optionally quote for Image Analysis software:

19

Image Analysis software with automated analysis: Bas ic Research software, 4D experiment ability, X, Y, Lambda (Wavelength), Time, Multipoint Acquisition, Time Lapse Imaging, Live Image Capture, Z - series Image capturing, Multichannel image capturing, AVI Live stream Capture Objective, Calibration, LUT, Capt uring Data Savings (Meta - Data), Histogram, Automatic Measurement, Intensity Line Profile, surface plot, and Report Generator The Microscope, Camera and the Software should be from one single manufacturer for better, Compatibility, synchronization and suppo rt. Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 1,5 0,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Oocyte and The Oocyte and Embryo Transporter - has One 1 3 13 Embryo innovative system combining features of embryo and Transporter oocyte transporters in the same equipment. It should offers high quality and safety for embryo and oocyte transport from the IVF laboratory to the field and vise versa. It should have digital thermostat that allows precision temperature setting ( ranging from 5 - 40 ˚C) with sencivty of 0.5 ˚C and high - precision sensors. Its built - in battery Should have autonomy for 30 hours with level indicator on the display. It should provides temperature changes alarm and indication of minimum and maximum temperature during tr ansport. Capacity for 98 straws and 20 X 15 microvials Adaptors for different brands may be requested as accessories. Gross weight: 6 kg | Net weight: 5,2 kg ,Power range: 90~240 Vac and 12 Vcc Maximum power: 64.5 W , Dimensions (LxWxH): 200x152x185 Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs

20

3 0,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certificatio ns etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - OSMOME Machine must be using freezing point technology for One 1 4 14 TER accurate osmolality results. Machine using small sample size 20 (microliter) Range around 0 - 2000 mOsm/kgH2o Resolution 1mOsm/kgH2O Test time only 90 seconds Auto calibration no fine tuning or user adjustm ents required during calibration

The instrument’s microprocessor automatically makes calibration adjustable at the push of a button Solid - state cooling eliminating regular maintenance. Memory backup integrated Lithium cell; ten years typical. To last 30 m easurements. Linearity:<+1% from a straight line between 0 and 850 mOsm/kg H2O<+1.5% above 850mOsm/kg H2O Repeatability:+2 mOsm/kg H2O (I.S.D) between 0 and 400 mOsm/kg H2o +0.5 (I S D) between 400 and 2000 mOsm/kgH2O Drift: Less than 1mOsm/kg H2O per mont h A full range of data handling option to be available Unit to be easily connected to printer computer and scanner To be supplied with external printer. Micropipette reference solution , calibration standards, sample tubes and Renol control solution for Ur ine samples. Machine must be CE certified product At least 1 - 2 installation in India a veterinary institute for refe rence and along with local (in I ndia) service support must be provided. Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 5 ,000 - 00

21

Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326

22

IVEP - Triple glass One 15 15 distillation 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

Distillation units Type Horizontal

Distillate Temperature (0C) 66

Biological Activity Pyrogen free

Built in Quartz heater capacity (KW) 3.5

Triple stage glass (quartz) distillation Yes units

23

Cooling Water consumption (ltr/hr) 140 ltr/hr

Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 5 ,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU,Korutla, Jagitial - District, Telangana – State - 505326

IVEP - ULTRA 1. Programmable Temp. Range up to – 86  C in increment of One 16 16 LOW 1  C, should work even at ambient temperature up to 32  C( TEMPERA Preferable). TURE 2. Display should be bright, digital LED characters ½”, 1.3cm FREEZER high mounted at the eye level. 3.Pull Down Time: ≤5.3 Hrs.( Preferable) (VERTICA 4.Power consumption: 525 watts/ 10.08Kwh per day L TYPE) (Preferable) 200 Liters 5.S.M.A.R.T Plus Diagnostic software: System Monitoring & Capacity Reporting Technology Software built – In for fault diagnosis or set point variance 6.Polished 304L SS Interiors 7.18 gauge steel, 1.2mmthick. Powder coated scratch and rust resistant. 8.Two Pass - through Access Ports 9.The system should be capable of holding 24,000 samples of 2ml vials 10.5.1” Polyurethane foam Insulation 11. Heated air Vent with plunger to break icing and prevents vacuum formation. 12. Battery Backup for the display act ivates alarms and displays temperature during power outages. 13. Four digit password protection for temp. & alarm set - points. Lockable security plates. 24

14.Five Compartments with four adjustable height SS shelves( Preferable) 15. Door latch with Positive, s ingle - handed cam action latch with lock. 16.The Freezer should be Audible and Visual Alarms facility for the indication of high and low temperature conditions, power failure, low battery and also Automatic Restart with non – volatile memory ,returns set p oints to user programmed levels after power interrupt. 17. The capacity of 200 litter 18. The system should optional facility for C0 2 and LN2 backup systems 19. It should be CFC Free and HCFC free refrigerants with biodegradable oil compressor 20. The fre ezer should be CE and UL certified. 21. Suitable stabilizer and racks to be supplied along with the sy stem Warranty period – 3years from date of installation EMD amount to be deposited for this equipment – Rs 30,000 - 00 Certifications: Systems should posse s CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinar y science, PVNRTVU,Korutla, Jagitial - District, Telangana – State - 505326 IVEP - Ultra low Maximum Speed of 30,130xg /17500 rpm, with a brushless One 17 17 temperatur motor e micro Temperature range should be from - 11°C to 40°C, should be centrifuge able to maintain 4°C at maximum speed It should be possible to use aerosol tight rotor, aerosol tightness of rotor should be certified by a third party agency Instrument should be able to accommodate 12 number of 1.5/2ml tubes Instrument should have an in - built condensate drain to prevent water accumulation It should be possible to perform a fast pre - cooling of the instrument using a dedicated Fast Temp function It should be possible to program fast cooling with preset date and time It should be possible to stor e 50 programs with 5 quick access program keys Speed setting should be possible in both rpm and rcf

25

Should possess a separate short spin key for brief spin It should be possible to program compressor shut off after 8 hrs of non usage of the centrifuge Shou ld have the flexibility to accommodate rotors for different formats of tubes starting from 0.2ml PCR tubes up to spin column tubes Instrument should have a dedicated rotor for 5 ml tubes to accommodate 5ml conical tubes.5ml conical tubes should also be sup plied Instrument should have dedicated rotors for 15/50ml Conical tubes and Micro titer plates Instrument should have automatic rotor recognition facility to automatically recognize and setmaximum speeds upon rotor change Rotor lids should have a QuickLock - system for secure lid closing and opening It should be possible to perform gentle acceleration and deceleration using dedicated key . Noise levels should be ˂54 db(A) . It should be possible to operate the centrifuge at set rpm, for short spin protocols Ins trument should be CE Certified and also have a IVD Conformity . Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 1 0,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 IVEP - ULTRA A ).Sector scan A state of the art rugged, One 18 18 SOUND Ultrasound with different ultra portable easy to handle and SCANNER Mhz capacity ultrasound carry portable colour Doppler AND OPU probes, Intra vaginal probe system for veterinary for TVOR with its application particularly for the UNIT accessories, photography ultrasound guide transvaginal and recording system oocyte aspiration in bovine is B). Trans vaginal oocyte required with the following retrieval attachment with technical specifications: its accessories. GENERAL DESCTIPTION: C).Oo cyte pickup pump A)System Dimensions : The

26

with oocytes pickup unit should be ultra portable and assem ble for biopsy lightweight colour Doppler attachment fo r oocyte scanner, with inter chargeable aspiration. long lasting battery. Specify weight an d dimension. System weight should not exceed 3.25 - 3.50 Kg including battery and excluding cart and accessories. B).Battery Back UP: The system should have in build inter changeable batter operation with minimum backup of 5 hrs to ensure maximum scans in re mote location that are short of power outlet. Works on extractable interchangeable battery, shall have external power supply Voltage:100 - 240V,47 - 69HZ, OUT Put:120 W Max.19V. C). Display: TFT - LCD high definition monitor of about min8.0 inches or more with a wide viewing angle, adjustable tilt, 256 level of grey, Warranty period – 3years progressive hardware with from date of installation updates (FPGA. The machine Place of Delivery - should have digital beam forer, Department of veterinary Real veterinarian software Dual Gynaecology and beam computing, 32 true obstetrics, College of emission channels, 64 reception veterinary science, channels Multi - zone focusi ng PVNRTVU,Korutla, Continuous dynamic focusing in Jagitial - District, receive, Minimum booting time Telangana – State - 505326 of 20 seconds. Shall have Digital Brightness Adjustment, VGA format, MI: Mechanical Index and TI i.e Thermal Index. D).Operator Keyboard : The machine should have Alphanumeric Keyboard 10 cont extual keys for easy access to operation menus, intuitively mode grouped Ergo - Zone keys and audio adjustable.

27

E). System Sanitization : Systems should be able to sanitize including the key board which should be liquid proof as the system will be used in di fferent outdoor Dust environment. There will be high possibility of the system coming in contact with lamination. Splashes of dung dust and other types of contamination. F).System Architecture: System should be designed on Nor - windows architecture To avo id hanging up, showing down data corru ption and enable fast boot up multilingual etc. G).System Durability: The system will be used for large domestic animals and also sometimes for wild animals in zoo , forest etc, Its has to be noted that these environm ents after have lot of dust humidity extreme weather conditions tightly spaced areas for sonographer to perform scans, risk of system contaminated with dung unreliable power conditions or no power.

Therefore its is mandatory for system to have following f eatures: i). The system and probe should be robust and shock proof. ii)All tranducer should be having pin less connectors to avoid bending or iii).It will be supplier’s responsibility to recommend suitable voltage protection measures like UPS/Stabilizer if required . It should be quoted as standard part of supply. No

28

payments towards claims of failure in system be done free of cost during warran ty/CMC period. H). Customized Trolley : Should be part of standard supply. 2.Applications: a). Ultrasound guided trans - vaginal oocyte aspiration in bovine b ).Abdominal Ultrasound scanning in small animal like dogs and cats 3. Scanning formats: Curved Array (OPUconvex Probe) and Linear Array trans abdominal probes. 4. Standard transducers: (to be quoted along with the system as per the following tabulation): A). Linear Array Probe with 10.0MHz - 5.0MHz frequency for Trans - abdoinal imaging in small anima ls like dogs and cats . Compatible with the Ultrsonography unit being provided. B). OPU Convex probe 5 - 2 MH for ultrasound guided transvaginal oocyte aspiration in bovine with OPU attachments having following specifications. i). Frequency wideband 6,5 MHz (B image 5,0 - 6,5 - 7,5 MHz) ii).Nb of elements 128, Pitch 0.209mm. iii) ROC (radius of curvature ) 10mm, Ouv, Trans 8mm iv)Focus lenses 35 mm, filed of view (FOV) - 150 v). Length of cable 200cm

29

vi) Weight les than 1kg viii) Biopsy guide graduated line (mm) o rientation of image (Up/down - left - right) ix) compatible with the u=Ultrasonography unit being provided. 5)Imaging Modes: Should have B mode, B/B mode, colour flow Mapping velocity and Pulsed wave Doppler. 6). B Mode Imaging : Should have features like B frequency:3 frequency steps for each probe, image 504x384 in B and dual image for the linear probes: Cross Beam in B and Dual mode on linear probes, TGC:3 level TGC curve adapted to depth and highlight =Easy TGC shortcut :focus zone position:5 selectable f ocus points for each focus (probe dependent): Zoom: Adjustable ROI (Region of interest) - fully screen Zoom:3 steps selectable - 1.5;2;3; Biopsy guide; orientation of image: Up/down left/right, selectable automatic focus and frequency according to depth. 7). OPU Probe holding assembly unit with all necessary attachments including short needle tubing long needle tubing specific short needle - 1 0 00 nos transportations case, cannullas: 17 - 18 gauge etc. 1000 No.s oocyet collection cannulas, 1000 No.s oocyte collec tion tubes 8). Image Management : compatible image Analysis software to archieve and analyze the stored image on personal computer via USB/Ethernet port or an external memory device

30

such as Flashcard/USB pen drive etc should be provided. This will enable easy reporting and efficient data management system. Compatible thermal printer for printing USG images should be provided with the unit. 9).Image storage : Onboard of Photographs’, Image storage, recording of image in BMP/JPG and Loops in AVI format should be possible. 10). Trans - Vaginal Oocyte Aspiration Pump with temperature controlled tube holder and all other necessary attachments compatible with the OPU Unit being provided for ultrasound guided trans vaginal oocyte aspiration in bovine. 11). Other sta ndard accessories : Transportation case, charge for standard battery supplied, instruction manual etc.

12.Warranty: a). the system should be covered with onsite warranty for minimum three years commencing from the date of delivery and installation b).The Linear trans abdominal probe and OPU Probe being a intra - operative probe can be offered with minimum 3 years warranty or more shall be preferred. EMD amount to be de posited for this equipment – Rs1,00 ,000 - 00 13).Comprehensive Maintenance Contract : CMC rates for additional three years 31

after expiry of three years of warranty should be quoted separately. The total of basic system cost and CMC rates may be considered to derive the lowest bid. 14). Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. 15).Manufacturer Credentials: a) The supplier should have at least 02installation in India. The list of users to e furnished along with contact number. b).The supplier should possess all the essential spare parts in order to repair or rectify the system on receipt of breakdown complaint within 24/48 hours. In case the system cannot be repaired within 24 - 48Hours the supplier should be able to commit to offer a stand by loaner system within 24 - 48 Hours as long as the system purchased by the department is not repaired.

IVEP - Micropipett Specification for adjustable micropipette Five no.s 19 19 es Micropipette should be adjustable with ultra - light weight and fully autoclavable. Piston System: Ultra - light system made of forton. It should be highly resistant to heat, acids and alkalies, mildew, bleache s, aging, sunlight and abrasion · .It sho uld have Button to control very low operating force, 32

Color indicates pipette volume, Positioned for perfect Ergonomics · .Volume Display: Four digit display and 2 Button operations · .Volume adjustment: Only few turn to reach from maximum to minimum volu me · Spring loaded tip cone enable to improved ergonomics to reduce stress without sacrificing tightness. · .Ejector: Very low ejection force and positioned for perfect ergonomics. · Quick connection clip: Remove lower part easily. · Viable calibra tion seal to indicate factory calibration not changed · Vendor should have NABL calibration facility, The proof for the same has to be enclosed along with the Tender, · Each micropipette should be supplied with factory calibration certificate. · Each Mi cropipette upto1 ml volume should have autoclavable tip box with 96 tips · 1000nos suitable tips should be provided with pipettes. · Tips should be optimised wetting properties, high transparency, and highest accuracy Technical Data: 1) 2 – 20 μL adjustab le micropipette with suitable 1000nos tips Volume range: 2 – 20 μL Volume 2 μL: Systematic error:±0.1 μL, Random error:±0.03 μL Volume 10 μL: Systematic error:±0.12 μL, Random error:±0.06 μL Volume 20 μL: Systematic error: ±0.2 μL, Random 33

error:±0.06 μL 2) 20 – 200 μL adjustable micropipette with suitable 1000nos tip . Volume range: 20 – 200 μL Volume 20 μL: Systematic error:±0.5 μL, Random error:±0.14 μL Volume 100 μL: Systematic error:±1.0 μL, Random error:±0.3 μL Volume 200 μL: Systematic error: ±1.2 μL, Random error:±0.4 μL 3) 0.1 – 1 mL adjustable micropipette with suitable 1000nos tips . Volume range: 100 – 1000 μL Volume 100 μL: Systematic error:±3 μL, Random error:±0.6 μL Volume 500 μL: Systematic error:±5 μL, Random error:±1 μL Volume 1000 μL: Sys tematic error: ±6 μL, Random error:±2 μL 4) 0.5 – 5 mL adjustable micropipette with suitable 1000nos tips . Volume range: 500 – 5000 μL Volume 500 μL: Systematic error:±12 μL, Random error:±3 μL Volume 2500 μL: Systematic error:±30 μL, Random error:±6μL Volume 5000 μL: Systematic error: ±30 μL, Random error:±8 μL Warranty period – 3years from date of installation EMD amount to be de posited for this equipment – Rs 5,00 0 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Place of Delivery - Department of veterinary Gynaecology and obstetrics, College of veterinary science, PVNRTVU, Korutla, Jagitial - District, Telangana – State - 505326 LFCR BIOGAS Gasholder: Supply of new gasholder made with 3mm thick 01unit 20 .1 PLANT (10 gauge) MS sheet for the cover angle iron, flange plates 25CUM etc., Digester: Construction of biogas digester (KVIC model) with central guide frame, partition wall, inlet outlet tanks and etc., Pipeline Excavation and laying of pipeline, installation & commissioning of the project including gas generation 34

system, gas distribution system, supplying gas from plant site to end user points for electrical and thermal applications EMD amount to be deposited for this equipment – Rs 25,000 - 00 Warranty period – 3years from date of installation Place of Delivery - Live stock Farm complex , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 5 00030 LFCR BIOGAS 6KW (7.5 KVA) Duel fuel biogas genest with all accessories 01unit .2 GENSET i.e. battery, panel board, changeover switch, cable including 21 all EMD amount to be deposited for this equipment – Rs 13,500 - 00 Warranty period – 3years from date of installation Place of Delivery - Live stock Farm complex , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 LFCR URINE Supply, Installation & Testing of Cow Urine Distillation Unit, 01unit 2 2 .3 DISTILLA Cap. 200 L, Boiling Flask, Heating Mantle, charging funnel, TION condenser, Receiver, Sizes of boiling flask: 1 Ltr. To 300 Ltr. UNIT Electrically Heated Mantle and water cooled condenser, Borosilicate glass ensures clear – Transparent – Smooth – Pore Free – Chemical and heat resistant Quality of contact parts – which ensure s contamination – free pure, distilled go mutra ark (“Amrut” in real sense) and accessories EMD amount to be deposited for this equipment – Rs 13,850 - 00 Warranty period – 3years from date of installation Place of Delivery - Live stock Farm complex , Colle ge of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 LFCR MILK 200 LPH milk pasteurizer, Refrigeration systems for the 01 unit .4 PROCESSI above, Chilled water pump 1 HP x 1 2 3 NG Chilled water pipe & fittings, Hot water generator PLANT Hot water pump 1 HP X 1 No, Hot water pipe line & fittings, 200 LPH including erection & commission charges EMD amount to be deposited for this equipment – Rs 22, 500 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to 35

attach respective certificates copies. Warranty period – 3years from date of installation Place of Delivery - Live stock Farm complex , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 LFCR MILK Milk pouch packing machine 200 to 500 ml 01 unit 2 4 .5 POUCH Dump tank 100 ltrs x 1 no. SS milk pump 1 HP 2 nos.SS pipe PACKING & fittings Erection & commission charges MACHINE EMD amount to be deposited for this equipment – Rs 22, 200 TO 500 - 00 500 ML Warranty period – 3years from date of installation Place of Delivery - Live stock Farm complex , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 DSTM Gel  Gel documentation system should be suitable for all One unit 25 .1 documentat proteins, DNA and RNA. ion system  Should be suitable to visualize petri dishes and with image microplates by autoradiography. analysis software Camera and  Should be 16 - bit scientific grade CCD camera ideal computer for quantification

 Should have a resolution of about ≥ 5 megapixels true resolution  Should have high speed USB technology for faster image capture  Shoul d have Passive cooling camera to reduce noise background  Should have linear dynamic range of about ≥ 3.0 OD  Should have auto lighting, auto focus and auto exposure options  Lens should have about 6 times motorized zoom

Illumination  Should have filtered LE D white light  System should have Epi blue 480 nm and Epi white illumination

Dark Room  Dark room should be stainless steel, chemical resistant epoxy painted

36

 System should have slide - out, built in UV Transilluminator (large choice) with positioning clip and protection screen  Should have full door aperture and darkroom access  Should have 6 position filter wheel  Should be fully computer controlled darkroom with interchangeable UV and blue light table options  System should have UV security auto switch - off a nd over - heat automatic UV switch timer

Analysis software:  Imaging analysis software should come with more than one license version  Software should have “one touch” fully automated image acquisition programme  Software should have auto exposure, also manual mode and serial mode  Software should have facility for 3D live image view mode during acquisition with 3D - visualization and live 3D acquisition mode  Should be able to recall all protocols any time  Should have facility for analysis of relative or absolute b and quantities calculable from reference bands or lane  Should work on 230 ± 10 V and 50 Hz power

Applications  System should be ideal for image acquisition, visualization, quantification, documentation and publication.  Should be able to use with DNA/ RNA st ained gels like Ethidium bromide, DNA/RNA assay, colony counting etc.  Should be ideal for use with blots and gels (Coomassie R , FITC R , Cy2 R , GFP R , eGFP R and SYBR Green R )

Certification - System should be ISO/CE certified Should include brochure/ catalogue of the product Warranty - 3 years warranty from the date of installation & 3

37

years AMC to be quoted after warranty

Computer - Should be supplied with computer with minimum of core i5, 8 GB RAM, 1 TB HDD, Windows 10, original MS Office, Integrated graphics, CD/DVD drive, 15.6 inch screen size and antivirus. Warranty : 1 year EMD amount to be de posited for this equipment – Rs3 0,000 - 00 Place of Delivery - Department of Microbiology , College of veterinary science, PVNRTVU, Mamnoor, Warangal (district), Telangan a – State - 506 166 DSTM Orbital  Should be made of SS 304 inside and outside body One unit 26 .2 shaking should be epoxy powder coated Incubator  Should have touch screen panel  Should have overheat and over low protector, built in circulating fan for temperature stability  Should have safety switch to stop shaking in operation view  Should be made of brushless AC motor  Should shake smoothly and quietly with no noise  Door: Flip up type door  Temperature range : Ambient + 5 deg . C ̴ 70 deg.C  Shaking speed: should be from 20 - minimum 200 rpm  Temperature accuracy should be +/ - 0.1 deg.C  Should be made of PID temperature control mechanism  Should have LED display of temperature  Should have timer range of 999 h/ 999 min/ 999 sec  Should have volume of about 60 L o r more  Should have inside dimensions of about 400 x 350 x 350 mm (W x D x H)  Should be supplied with Universal platform for holding different volumes of flasks or beakers  The universal platform should hold minimum 4 Nos. of 1 L flasks / 2 Nos. 500 ml flask s, 2 nos. 250 ml flasks, 1 Nos. 1 L flask (Adapters should be provided in case of universal platform for holding above volumes of flasks) 38

 Should work on 230 ± 10 V and 50 Hz power  Should be ISO/CE certified  Should include brochure/ catalogue of the product  3 years warranty  Should be provided with facility for maintaining ambient temperature (2 ton Air Conditioner – may be quoted separately)

EMD amount to be de posited for this equipment – Rs 1 0,000 - 00 Place of Delivery - Department of Microbiology , College of veterinary science, PVNRTVU, Mamnoor, Warangal (district) , Telangana – State - 506 166 DSTM Mini  Should be of table top, compact mini centrifuge or One unit 27 .3 centrifuge mini spin  Should have relative centrifugal force (RCF): 5,000xg  Maximum rotational speed: 10,000 rpm  Rotor should accommodate minimum 6 x 1.5 / 2.0 ml Eppendorf tubes  Should work on 230 ± 10 V and 50 Hz power  Should be ISO /CE certified  Should include brochure/ catalogue of the product  3 years warranty

EMD amount to be de posited for this equipment – Rs 5 ,000 - 00 Place of Delivery - Department of Microbiology , College of veterinary science, PVNRTVU, Mamnoor, Warangal (district) , Telangana – State - 506 166 DSTM Vertical  Gel casting unit should include glass plates ( about One unit 28 .4 Electropho 100 x 100 mm), combs, spacers, casting frame resis  Construction should be of injection molded type apparatus durable, leak proof for complete safety and long life

 Should be able to run minimum 2 gels at one time  Buffer volume should be 250 ̴1200 ml  Comb size should include 1.0 mm, 1.5 mm, 2 mm  Number of wells should be of 10/12/15  Clamp based gel casting unit will be preferred

39

 Should include base gel running unit, safety lid, connecting leads etc.,  All accessories needed to make the unit fully functional must be included  Should be ISO/CE certified  Should include brochure/catalogue of the product  Warranty of 3 years

Power supply  Power supply should have constant current and constant voltage modes  Output voltage should be a djustable from 0/5/10V to 500V/600V with an increment of 1 V or less  Output current upto 300 mA with an increment of 1 mA  Output power upto 300W  Should have 4 pairs of terminals or sockets  All safety provisions like over load, no load, sudden change in lo ad, power failure indicators should be present  Should work on 230 ± 10 V and 50 Hz power  Should be ISO/CE certified  3 years warranty

EMD amount to be de posited for this equipment – Rs 1 0,000 - 00

Place of Delivery - Department of Microbiology , College of veterinary science, PVNRTVU, Mamnoor, Warangal (district) , Telangana – State506 166

AIMP. Name of Cabinet Construction: steel One unit 1 the item: Main Body: Electrogalvanized steel with antimicrobial 29 Biological powder coated finish Safety Work Zone: Stainless Steel Cabinet Interior work area formed from a stainless steel with level - II large radius corners to simplify cleaning. (Type A2) 1. Stainless Steel, one piece fabricated drain trough with open angles to channel spill s to a common drain. 2. Supply ULPA filter with efficiency greater than 99.999 % for superior operator and product Protection 40

3. Microprocessor control with temperature compensated airflow sensor for supervising all cabinet functions. 4. Antimicrobial coating on al l painted surfaces to protect against surface contamination 5. Frameless, shatterproof sash 6. Electrical 220 - 240V, AC, 50Hz, 1ø 7. Complete Training on the operation of the equipment and detailed safety procedures to be adapted should be provided to the end user after installation. 8. Warranty 1 - 3 Years 9. Comply with international standards of safety and construction 10. Average air flow velocity: inflow: 0.53m/s (104..3fpm), down flow: 0.35m/s(68.9fpm) 11. Fluorescent light intensity: 800 - 1200 Lux(74 - 112 foot candles) 12. D imensions 4 ft or 6 ft in length (Quote separately) 13. EMD amount to be deposited for this equipment – Rs2 5 ,000 - 00 Certifications: Systems should posses CE, IEC standards and ISO certificates, original equipment manufacturer certificate, quality certifications etc, Vendor to attach respective certificates copies. Warranty period – 3years from date of installation Place of Delivery - Dept of Microbiology , College of veterinary science, PVNRTVU, Rajendranagar , Hyderabad, Telangana – State - 500030 AIMP. Name of Gradient thermal cycler with attached advanced computer One unit 30 2 the item: and color printer. Gradient Should have block for 96 x 0.2mL tubes with single or Thermal dual block or it could be 48 x 0.2 mL with single or dual Cycler block or could be 32 x 0.2mL tubes with 3 independent (PCR blocks. They should be quoted separately. machine) Each thermal block should have independent temperature control sensors thermal gradient temperatures across columns and peltier heating units to ensure accurate and uniform temperature across the block surface. Should have a maximum ramp rate of 5 deg C or more

41

and average ramp rate of 3.0 deg C/sec or more. Should have adjustable heated lid. Should have a temperature accuracy of +/ - 0.2 deg C or less. Should have a temperature uniformity of +/ - 0.4 deg C or less well to well within 10 seconds of arrival at 90 deg C. The actual and target temperature can be viewed and displayed graphically in real time. Should have a temperature gradient of 30 - 100 deg C. Should have digital display and have USB ports facility for transfer of files through a USB flash drive. Integrated Tm calculator software. Option of using the instrument through a PC should be there. Automatic restart after power failure Licensed for Research. Power supply: 220 - 230 Volt, 45 - 65 Hz. 5 KV servo stabilizer for the instrument. Warranty: 5 years f rom the date of installation as per required specifications. Provision for ambient work environment for the machine. (2 Ton air conditioner may be quoted separately) Should be delivered and installed at the department along with original company literature from principle company, manufacturer must be supplied clearly verifying all specifications and proprietry certificates. EMD amount to be deposited for this equipment – Rs20,000 - 00 Warranty period – 3years from date of installation Place of Delivery - Dept of Microbiology , College of veterinary science, PVNRTVU, Rajendranagar ,

42

Hyderabad, Telangana – State - 500030

Section E

E. Bidding procedure :

E.1. Bids shall be submitted in three parts , Pre Qualification Bid, Technical Bid and Financial Bid, online in the formats provided on eProcurement Platform and hard copy of required documents shall be submitted offline to the PVNR TVU office by the due date a nd Time.

E.2. Pre - qualification bid documents: It shall include the following information about the firm and/or its proposal. 1. General information on the bidder’s company in Form P - 1 2. Turn over details in relevant field in Form P - 2A 3. Turn over details of the product ( Brand and Model) offered in Form P - 2B 4. List of major supplies made in support of turnover in Form P - 3 5. Details of service centres in TS in Form P - 4 6. Past supply performance certificate in Form 5 7. Financial Capacity of Bidder in Form 6 8. Declarat ion in Form 7 9. Manufacturer’s authorisation to participate in bidding process apart from such other documents like authorisation certificate for dealing in the products for which bid is submitted – Annexure 3.( However this will not apply to Manufact urers) 10. Where Forms are not prescribed, bidder can design his own formats to hold the information

E.3. Technical Bid: 1. Details of Technical specifications and Deviation(s) to technical specification, if any in Form T - 1 2. Check list in Form T - 2 3. List of documents to be scanned at attached to Online Bid - Form T - 3 4. List of Documents to be submitted in Hard Copy in Administrative office, PVNR TVU, Rajendranagar, Hyderabad - 30 – Form T4. 5. Other information, if any required in the bid document in Form T - 5 (Bidd er’s own format) E.4. Financial bid : The financial bid should provide cost calculations corresponding to unit price of each item on eProcurement Platform

E.5. Pre - bid Meeting: All the prospective bidders can participate in the Pre Bid meeting to seek clar ifications on the bid, if any. Pre Bid meeting will be held at the Administrative office, PVNR TVU, Rajendranagar, Hyderabad - 30

43

Section F

F. Bid evaluation procedure :

F.1. Opening of bids : Immediately after the closing time, the PVNR TVU person shall open the pre - qualification bid , and list them for further evaluation. The Technical bids of only those bidders who qualify in the pre - qualification bid will be opened. After evaluation of technical bids, the financial bids of only those bidders who q ualify in technical evaluation will be opened. Any participating vendor may depute a representative to witness these processes. However in case of Online Bids, as Bids will be opened Online, Bidders can view the Bids Online.

F.2. Pre - qualification bid eva luation: The Pre - qualification bid documentation shall be evaluated in two sub - steps. Firstly, the documentation furnished by the vendor shall be examined prima facie to see if the technical skill base and financial capacity and other vendor attributes cl aimed therein are consistent with the needs of this project. In the second step, PVNR TVU may ask vendor(s) for additional information, visit to vendors site and/or arrange discussions with their professional, technical faculties to verify claims made in Pre - qualification bid documentation.

F.3. Technical bid evaluation: Technical bid documentation shall be evaluated again in two sub - steps. Firstly, the documentation furnished by the vendor shall be examined prima facie to see if the product /services of fered, technical skill base and financial capacity and other vendor attributes claimed therein are consistent with the needs of the department. In the second step, PVNR TVU may ask vendor(s) for additional information, demonstration of products offered, vi sit to vendors site and/or arrange discussions with their professional, technical faculties to verify claims made in technical bid documentation.

F.4. Financial bid evaluation: Final choice of firm to execute the project shall be made on the basis of co nformity to pre - qualification, technical specifications, appropriateness of the product offered, capability o f bidder to execute and service the project and appropriateness of financial offer from the point of view of cost - effectiveness over the entire ma intenance period for the product/services.

44

Section G

General instructions to bidders. G.1. Definitions: 1. Tender call or invitation for bids, means the detailed notification seeking a set of solution(s), service(s), materials or any combination of them. 2. Specification means the functional and technical specifications or statement of work, as the case may be. 3. Firm means a company, authority, co - operative or any other organisation incorporated under appropriate statute as is applicable in the country of inco rporation. 4. Bidder means any firm offering the solution(s), service(s) and/or materials required in the tender call. The word vendor when used in the pre award period shall be synonymous with bidder and when used after award of the contract shall mean the s uccessful bidder with whom PVNR TVU signs the contract for rendering of goods and services. 5. Pre - qualification and Technical bid means that part of the offer, that provides information to facilitate assessment by PVNR TVU, professional, technical and finan cial standing of the bidder and conformity to requirements. 6. Financial Bid means that part of the offer, that provides price schedule and total costs including taxes etc. 7. Three part Bid means the pre - qualification bid, technical and financial bids and thei r evaluation is sequential. 8. Two part Bid means the Technical bid and Financial bids their evaluation is sequential. 9. Composite bid means a bid in which the technical and financial parts are combined into one but their evaluation is sequential. 10. Goods and ser vices mean the solution(s), service(s), materials or a combination of them in the context of the tender call and specifications. 11. The word goods when used singly, shall mean the hardware, firmware component of the goods and services. 12. Maintenance period mean s period mentioned in bid document for maintaining the systems beyond warranty period. 13. AMC or Comprehensive Annual Maintenance Contract (CAMC) means comprehensive maintenance of goods which will include maintenance services for goods including replacement of parts.

G.2 General eligibility 1. Subject to Pre - Qualification conditions, this invitation for bids is open to all firms both from within and outside India, who are eligible to do business in India under relevant Indian laws as are in force as on bid closing date. 2. Bidders marked/blacklisted/considered by SVVU/PVNR TVU to be ineligible to participate for non - satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall not be eligible. 3. Breach of any condition of bid during bidding process may make a firm ineligible to participate in bidding process.

45

G.3 Bid forms and Language of Bid 1. Wherever a specific form is prescribed in the bid document, the bidder shall use the form to provide relevant information. If the form does not provide sufficient space for any required information, space at the end of the form or additional sheets shall be used to convey the said information. 2. For all other cases the bidder shall design a form on its own to hold the required information. 3. Bids shall be prepared in English language only. All correspondence with purchase shall also be English language only. However any printed material could be in any other language so long as accompanied by an English translation. For the purpose of interpre tation, English translation shall prevail.

G.4 Cost of bidding 1. The bidder shall bear all costs associated with the preparation and submission of its bid, and PVNR TVU will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process. 2. Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bid ding documents in every respect will be at the bidder’s risk and may result in the rejection of its bid.

G.5 Clarification of bidding documents 1. A prospective vendor requiring any clarification of the bidding documents may notify PVNR TVU contact person. Written copies of the PVNR TVU response (including an explanation of the query but without identifying the source of inquiry) will be published o nline. 2. The concerned person will respond to any request for clarification of bidding documents which it receives no later than bid clarification date mentioned in the notice prior to deadline for submission of bids prescribed in the tender notice. No clari fication from any bidder shall be entertained after the close of date and time for seeking clarification mentioned in tender call notice. It is further clarified that PVNR TVU shall not entertain any correspondence regarding delay or non receipt of clarif ication from PVNR TVU.

G.6 Amendment of bidding documents 1. At any time prior to the deadline for submission of bids, PVNR TVU, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. 2. Amendments if any shall also be binding on all prospective bidders. Even those who have already received/down loaded the bidding documents. 3. All the amendments will be notified online only.

46

4. In order to allow prospective bidd ers reasonable time to take the amendment into account in preparing their bids, the PVNR TVU, at its discretion, may extend the deadline for the submission of bids.

G.7 Period of validity of bids 1. Bids shall remain valid for 90 days or duration specified in the bid document. A bid valid for a shorter period shall be rejected as non - responsive. 2. In exceptional circumstances, the PVNR TVU may solicit the bidders' consent to an extension of the period of validity. The request and the res ponses thereto shall be made in writing. The bid security shall also be suitably extended. However a bidder granting the request will not be permitted to modify its bid.

G.8 Submission of bids 1. The bidders shall seal the pre - qualification bid, technical bid and financial bid or composite bids as the case may be in separate envelopes, duly marking the envelopes as "Pre - qualification", “Technical bid", "Financial bid", or “Composite bid” as the ca se may be. However it will not apply for Online Bids. 2. The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall: a. be addressed to the PVNR TVU at the address given in the tender call;

b. bear the project name/title ind icated in the tender call, and bear a statement for - 1. Pre - qualification bid “Do not open before bid opening day and time”, 2. Technical OR Composite bid “Do not open until evaluation of Pre - qualification bid”, 3. Financial bid “ Don't open until eva luation of technical bid”

3. The outer envelopes shall clearly indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared "late". 4. If the outer envelope is not sealed and marked as required above, PVNR TVU will assume no responsibility for the bid's misplacement or premature opening. 5. For Online bids, this process shall stand modified appropriately.

G.9 Deadline for submission of bids and hard copies 1. Bids must be received by the PVNR TVU contact person no la ter than the bid submission date and time specified in the tender call notice. 2. In case of Online bids, Hard copies of required documents must be received by the PVNR TVU contact person no later than the hard copies submission date and time specified in the tender call notice. 3. The PVNR TVU may, at its discretion, extend this deadline for the submission of bids/hard copies by amending the tender call, in which case all rights and obligations of the PVNR TVU and bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 47

G.10 Late bids and hard copies Any bid and or hard copies not received by the PVNR TVU by the deadline for submission of bids/hard copies will be rejected and returned unopened to the bidder.

G.11 Modification and withdrawal of bids 1. The bidder may modify or withdraw its bid after the bid's submission, provided that written notice of the modification including substitution or withdrawal of the bids, is received by the PVNR TVU prior to the deadline p rescribed for submission of bids. 2. The bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in a manner similar to the original bid. 3. For Online bids, this process shall stand modified appropriately. 4. No bid can be modif ied subsequent to the deadline for submission of bids. 5. No bid can be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the forfeit ure of its bid security (EMD).

G.12 General business information: The bidder shall furnish general business information to facilitate assessment of its professional, technical and commercial capacity and reputation.

G.13 Bid security i.e. earnest money deposit (EMD) 1. The bidder shall furnish, as part of its bid, a bid security for the amount specified in the tender call notice. 2. The bid security is required by PVNR TVU to: a. assure bidder's continued interest till award of contract and b. conduct in accordance with bid conditions during the bid evaluation process. 3. The bid security shall be a bank guarantee or Demand Draft (DD), issued by a reputable bank scheduled in India and having at least one branch office in Hyderabad . 4. Unsuccessful bidder's bid security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of bid validity prescribed by PVNR TVU. 5. The successful bidder's bid security will be discharged upon the bidder sig ning the contract, and furnishing the performance security, 6. The bid security may be forfeited: a. if a bidder withdraws its bid during the period of bid validity or b. in the case of a successful bidder, if the bidder fails: 1. to sign the contract in time; or 2. fai ls to furnish performance security in time.

G.14. Preparation of Pre - qualification bid It shall contain of the following parts:

48

1. General business information 2. Turnover details 3. Major clients’ details 4. Service centre details 5. Past performance details 6. Declaration Form 7. Financial Capacity of bidder 8. Bid security (EMD) 9. Any other information required as per bid document.

G.15 Preparation of technical bid It shall consist of the following parts. 1. Technical documentation - confirmation to technical specifications etc. 2. Pl an for in lab proof of concept, if required in tender call. 3. Plan for field demonstration if required in tender call 4. Detailed technical documentation, reference to various industry standards to which the goods and services included in vendor’s offer conform , and other literature concerning the proposed solution. In particular, the vendors should identify areas in which their solution conforms to open standards and areas that are proprietary in nature. Justification about proprietary components in terms of fu nctionality and performance should be given. 5. In the case of a bidder offering to supply goods under the contract which the bidder did not manufacture or otherwise produce, the bidder has been duly authorised by the good's manufacturer or producer to supply the goods in India. It will not apply when bid is open only to manufacturers. 6. A statement of the serviceable life of goods and services offered by the firm. Available sources of maintenance and technical support during the serviceable life. Available sources of spare parts, special tools, etc. necessary for the proper and continuing functioning of the goods and services, for the serviceable life.

G.16 Preparation of financial bid Overview of financial bid The financial bid should provide cost calculat ions corresponding to each component of the requirements.

1. Bid prices: a. The bidder shall indicate the unit prices and the total bid price of the goods/services it proposes to supply under the contract as per Format. Bid prices shall be rounded off to nearest rupee. b. The bidder shall indicate Basic Prices and taxes, duties etc. ( if required) in the form prescribed on eProcurement Platform c. Bidder’s separation of pri ce components will be solely for the purpose of facilitating the comparison of bids by PVNR TVU and will not in any way limit the purchaser’s right to contract on any of the terms offered.

49

d. Prices quoted by the bidder shall be fixed during the bidder’s perf ormance of the contract and not subject to variation on any account unless otherwise specified in the tender call. A bid submitted with an adjustable price quotation will be treated as non responsive and will be rejected. e. However variation in VAT/CST/Serv ice Tax/Excise Duty from the date of filing bid up to the period of contract, will be adjusted accordingly. Hence Bidder must specify the value of VAT/CST/Service Tax/Excise Duty, as the case may be, which has been included in the bid price.

2. Bid currency : Prices shall be quoted in Indian rupees.

50

Section H Standard procedure for opening and evaluation of bids

H.1. Out line of bid Opening procedure 1. The bid opening and evaluation process will be sequential in nature. It means that bidder must qualify in a particular stage to make him eligible for evaluation in next stage. Immediately after the closing time, the PVNR TVU shall open the Pre - qualification bids and list them for further evaluation. The Technical and financial bids shall remain sealed. There after, Technical bids of qualified bidders will be opened, keeping financial bid sealed. Finally financial bids of those bidders will be opened who are qualified in technical evaluation. 2. In case of composite bid - technical and financial bids are combined together and opened simultaneously. However in this case also, first technical evaluation will be done followed by financial evaluation of only those bids which have qualified in technical evaluation. 3. Any participating vendor may depute a representative t o witness these processes. 4. The standard procedure, described here will stand appropriately modified, in view of special procedures of bid evaluation as mentioned in tender call or elsewhere in this bid document or as decided by PVNR TVU during the course of evaluation to meet any specific situation or need arising from time to time. 5. This process shall stand modified appropriately for Online bids.

H.2. General guidelines for bid opening and evaluation Bids will be in three parts (pre - qualification, technical and financial) or two parts (Technical and financial) or composite bid (technical and financial bid together) as indicated in the tender call. For three part bids there will be three bid opening events, in two part bid there will be two bid opening events and in case of composite bids there will be only one bid opening event. Following guidelines will generally be followed by PVNR TVU officers at each such event. However PVNR TVU may deviate from these in specific circumstances if it feels that such deviation are unavoidable, or will improve speed of processing.

1. Opening of bids a. Bids will be opened in the presence of bidder’s representatives, who choose to attend. The bidder representatives who are present shall sign a register evidencing their attendance. b. The bidders names, bid modifications or withdrawals, discounts, and the presence or absence of requisite bid security and such other details as the PVNR TVU officer at his/her discretion, may c onsider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened. c. Bids that are not opened and read out at bid opening shall not be considered further for evaluation, irr espective of the circumstances. Withdrawn bids will be returned unopened to the bidders.

51

d. For Online bids, this process shall stand modified appropriately.

2. Preliminary examination of Bids 1. Preliminary scrutiny will be made to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 2. Arithmetical errors will be rectified on the following b asis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price and quantity shall prevail and the total price shall be corrected accordingly. If the vendor does not ac cept the correction of the errors, its bid will be rejected and its bid security may be forfeited. If there is a discrepancy between words and figures, the text in words will prevail. 3. PVNR TVU may waive any minor informality, nonconformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. 4. Prior to the detailed evaluation, PVNR TVU will determine the substantial responsiveness of each bid to the biddi ng documents. For purposes of these clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. 5. If a bid is not substantially responsive, it will be rejected by the PVN R TVU and may not subsequently be made responsive by the bidder by correction of the nonconformity.

3. Clarification of bids During evaluation of the bids, PVNR TVU may, at its discretion, ask the bidder, in writing, for clarification of its bid. However no change in price or substance of the bids shall be sought, offered or permitted.

4 . Evaluation of Pre - qualification bids Pre - qualification bid documentation shall be evaluated in two sub - steps. a. Firstly, the documentation furnished by the vendor w ill be examined prima facie to see if the technical skill base and financial capacity and other vendor attributes claimed therein are consistent with the needs of the purchaser. b. In the second step, PVNR TVU may ask vendor(s) for additional information, visit to vendors site and/or arrange discussions with their professional, technical faculties to verify claims made in technical bid documentation.

5. Evaluation of technical bids .

Technical bid documentation shall be evaluated in two sub - steps.

52

a. Firstly, t he documentation furnished by the vendor will be examined prima facie to see if the offer made, technical skill base and financial capacity and other vendor attributes claimed therein are consistent with the needs of the purchaser.

b. In the second step, PVNR TVU may ask vendor(s) for additional information, visit to vendors site, ask for demonstration of products offered and/or arrange discussions with their professional, technical faculties to verify claims made in technical bid documentation. 6. In lab pro of of concept In case In Lab proof of concept is required by User, the same may be organised either in PVNR TVU or in the vendor's lab by mutual discussion. In case it is organised in PVNR TVU office/lab, PVNR TVU would make available generic hardware for this purpose. Application specific hardware and software will have to be brought in by the vendor.

7. Field demonstration The bidder, on demand, shall demonstrate functional requirements of the goods/services as described in the specifications. The demons tration site will be decided by PVNR TVU.

8. Evaluation of financial bids Financial bids of those vendors who satisfy all phases of the pre - qualification, technical bid and corresponding to chosen technical choices will only be opened. All other financial bids will be ignored. PVNR TVU may at its discretion discuss with vendor(s ) available at this stage to clarify contents of financial offer. However Bidders may note that there will not be any post tender financial negotiations. However price bids of the bidders may be compared with price finalized by other Government agencies and in case bid price is higher, bidder may be asked to match lower price.

9. Evaluati on and comparison of financial bids 1. Evaluation of financial bids will exclude and not take into account any offer not asked for or not relevant to the present requirements of the user. 2. Evaluation of financial bid will take into account, in addition to the total purchase price (Inclusive of basic price and taxes etc) , one or more of the following factors a. The Net Present Value of projected maintenance costs for the entire maintenance period. The NPV will be calculated at 12% discount rate. b. Nil 3. Past track re cord of bidder in supply/ services and 4. Any other specific criteria indicated in the bid document and/or in the specifications.

H.3. Performance and productivity of the equipment Bidders shall state the guaranteed performance or efficiency in response to the specifications.

H.4. Contacting PVNR TVU

53

1. Bidder shall not approach PVNR TVU officer(s) outside of office hours and / or outside PVNR TVU office premises, from the time of th e tender call notice to the time the contract is awarded. 2. Any effort by a bidder to influence PVNR TVU officer(s) in the decisions on bid evaluation, bid comparison or contract award may result in rejection of the bidder's offer and bidder may also be mark ed as ineligible for future bids. If the bidder wishes to bring additional information to the notice of the PVNR TVU, it should do so in writing only. H.5. PVNR TVU’ right to vary quantities at the time of award PVNR TVU reserves the right at the time of a ward to increase or decrease the quantity, as indicated in tender call, from the quantity of goods and services originally specified in the specification without any change in unit price or other terms and conditions.

H.6. PVNR TVU’ right to accept any b id and to reject any one or all bids. PVNR TVU reserves the right to accept or reject any bid or annul the entire bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder( s) or any obligation to inform the affected bidder(s) of the grounds for such decision.

H.7. Notification of award Prior to expiration of the period of bid validity, PVNR TVU will notify the successful bidder in writing, that its bid has been accepte d. Upon the successful bidder's furnishing of performance security, PVNR TVU will promptly notify each unsuccessful bidder and will discharge its bid security.

H.8. Signing of contract At the same time as the PVNR TVU notifies the successful bidder t hat its bid has been accepted, the PVNR TVU will send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the parties. On receipt of the Contract Form, the successful bidder shall sign and date the contract and return it to the PVNR TVU.

H.9. Performance security On receipt of notification of award from the PVNR TVU, the successful bidder shall furnish the performance security deposit a sum of rupees @ 10% of the contract value in accordance with the conditions of contract, in the performance security form provid ed in the bidding documents or in another form acceptable to the PVNR TVU. Failure of the successful bidder to sign the contract, proposed in this document and as may be modified, elaborated or amended through the award letter, shall constitute suffic ient grounds for the annulment of the award and forfeiture of the bid security, in which event the PVNR TVU at its discretion, may make the award to another bidder or call for new bids.

H.10. Corrupt, fraudulent and unethical practices 54

PVNR TVU will r eject a proposal for award and also may debar the bidder for future tenders in PVNR TVU, if it determines that the bidder has engaged in corrupt, fraudulent or unethical practices in competing for, or in executing a contract. Here:

a. “Corrupt practice” mea ns the offering, giving, receiving or soliciting directly or indirectly, of anything of value to influence the action of a public official in the process of contract evaluation, finalization and or execution and b. “fraudulent practice” means an act or omissi on or misrepresentation of facts in order to influence a procurement process or the execution of a contract to detriment of the purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non - competitive levels and to deprive the Purchaser of the benefits of free and open competition, c. “Unethical practice” means any activity on the part of bidder by which bidder tries to circumvent tender process in any manner. Unsolicited offerin g of discounts, reduction in financial bid amount, upward revision of quality of goods etc after opening of first bid will be treated as unethical practice.

55

I. General conditions of proposed contract (GCC) I.1. Definitions: In this contract, the following terms shall be interpreted as indicated. Terms defined in general instructions to bidders section shall have the same meaning. a. “Bidder or Supplier or Vendor" means the individual or firm supplying the goods and or services under this contract. b. “C ontract " means the agreement entered into between the PVNR TVU and the vendor, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein; c. “Contract price" m eans the price payable to the vendor under the contract for the full and proper performance of its contractual obligations; d. “Day” means calendar day. e. ”Down time” means the time period when specified services with specified technical and service standards a re not available to user(s).More details below. f. “Goods” means all the equipment and/or other materials which the supplier is required to supply to the purchaser under the contract g. “GCC” means the general conditions of contract contained in this section. h. " Incidental services or Services" means those services ancillary to the supply of the goods and services, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, traini ng, training manuals and other such obligations of the vendor covered under the contract; i. “Purchaser/ User” means PVNR TVU or ultimate recipient of goods and services j. “Project site”, where applicable, means the place(s) where goods/services are to be made available to user. k. “SCC” means the special conditions of contract if any. l. “Undependable Supplier” means any Supplier who do not accept the purchase order or who delays the supply of required quantities beyond the permitted delays under the contract m. ”Up time” means the time period when specified services with specified technical and service standards are available to user(s). More details below.

Down Time: Down Time is defined as the time during which the systems and/or services running on it are not a vailable or are deemed to be not available to the users in part or full due to any non – functioning, repairs / problems/failure of support equipment etc. The downtime will be counted from the time problem is reported to the bidder electronically or telep honically or online or by any other means till problem is solved / rectified to the satisfaction of user. Penalty shall be applicable once the admissible down time is crossed as per bid conditions.

Example of down time: (a) If complaint is made at 6.00 PM and equipment is restored at 11.00 AM of next day, down time will be 17 hours. (6.00 PM to 12.00 Mid Night. Mid Night to 11.00 AM) (b) If CVT attached to equipment is down and equipment could not be used due to that, both equipm ent as well as CVT shall be deemed down.

56

Calculation of Up time for each equipment:

(No. Hours in 3 months – Down time in hours in 3 months)X100/ (No. of hours in 3 months period)

I.2 Application These general conditions shall apply to the extent that they are not superseded by provisions of other parts of the contract. I.3 Standards The goods supplied under this contract shall conform to the standards mentioned in the specifications, and, when no applicable standard is mentioned, the authoritative stan dards appropriate to the goods’ country of origin shall apply. Such standard shall be the latest issued by the concerned institution. I.4 Use of documents and information 1. The bidder shall not, without prior written consent from PVNR TVU, disclose/share/use the bid document, contract, or any provision thereof, or any information furnished by or on behalf of the PVNR TVU in connection therewith, to any person other than a per son employed by the bidder in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 2. The Bidder shall not, without prior writte n consent of PVNR TVU, make use of any document or information made available for the project, except for purposes of performing the Contract. 3. All project related document ( including this bid document) issued by PVNR TVU, other than the contract itself, shall remain the property of the PVNR TVU and shall be returned (in all copies) to the PVNR TVU on completion of the bidder’s performance under the contract if so required by the PVNR TVU.

I.6. Performance security 1. On receipt of notification of award, the Vendor shall furnish performance security @ 10% of the contract value to PVNR TVU in accordance with bid document requirement. 2. Performance security shall be liable for forfeiture by PVNR TVU for the supplier's failure to complete its obligations under the contract or purchase order. 3. The performance security shall be denominated in Indian rupees or in a freely convertible currency acceptable to PVNR TVU and shall be in one of the following forms: a. A bank guarantee or Demand Draft (DD), issued by a reputed b ank located in India with at least one branch office in Hyderabad, in the form provided in the bidding document or another form acceptable to the PVNR TVU; or b. A cashier's cheque or banker's certified cheque or crossed demand draft or pay order drawn in fav our of the PVNR TVU.

57

4. The performance security will be discharged by the PVNR TVU and returned to the Vendor not later than thirty (30) days following the date of completion of all formalities under the contract and if activities, post warranty, by the Vendor is envisaged, following receipt of a performance guarantee for annual maintenance as per bid document. 5. In the event of any contrac t amendment, the vendor shall, within 15 days of receipt of such amendment, furnish the amendment to the performance se curity, rendering the same valid for the balance duration of the Contract.

I.7. Manuals and drawings 1. Before the goods and services are taken over by the user, the Vendor shall supply operation and maintenance manuals, (together with drawings of the goods and services where applicable). 2. The Vendor shall provide complete technical documentation of hardware, firmware, all subsystems, operating systems, compiler, system software and the other software. 3. The manuals and drawings where ever applicable shall be in English or Telugu. 4. At least one set of the manuals should be supplied for each installation sites. 5. Unless and otherwise agreed, the goods and services shall not be considered to be completed for the purpose of taking over until such manuals and drawings h ave been supplied to the user.

I.8. Inspection and acceptance tests 1. Inspection and tests prior to shipment of Goods and at final acceptance are as follows: a. Inspection of the goods shall be carried out to check whether the goods are in conformity with the specifications mentioned in the bid document. Following broad test procedure will generally be followed for inspection and testing. The vendor will dispatch the goods to the ultimate consignee after internal inspection testing a long with the supplier’s inspection report, manufacturer’s warranty certificate. The PVNR TVU will test the equipment after completion of the installation and commissioning at the site of the installation. (If site preparation is not included in the tender call or specification, the vendor should furnish all details of the site requirement to the PVNR TVU sufficiently in advance so as to get the works completed before receipt of the equipment.) b. The Inspections and tests, at the discretion of PVNR TVU, may b e conducted on the premises of the Vendor or its subcontractor(s), at point of delivery, and / or at the good's final destination. If conducted on the premises of the Vendor or its subcontractor(s), all reasonable facilities and assistance, including acces s to drawings and production data, shall be furnished to the inspectors at no charge to the PVNR TVU. c. Should any inspected or tested goods fail to conform to the specifications the PVNR TVU may reject the goods, and the vendor shall either replace the reje cted goods or make alterations necessary to meet specification requirements free of cost to the PVNR TVU/user. d. PVNR TVU’ right to inspect, test and, where necessary reject the goods after the goods' arrival at user’s site shall in no way be limited or w aived by reason of 58

the goods having previously been inspected, tested and passed by the PVNR TVU or its representative prior to the goods shipment. e. Nothing in this clause shall in any way release the vendor from any warranty or other obligations under thi s contract. f. The acceptance test will be conducted by the PVNR TVU, their consultant or any other person nominated by the PVNR TVU, at its option. There shall not be any additional charges for carrying out acceptance tests. Any reduction in functional requ irements and performance specifications shall be ground for failure. Any malfunction, partial or complete failure of any part of goods, hardware, firmware or excessive heating of hardware enclosures or bugs in the software shall be grounds for failure of a cceptance test. All the software should be complete and no missing modules / sections will be allowed. The vendor shall maintain necessary log in respect of the results of the tests to establish to the entire satisfaction of the PVNR TVU, the successful co mpletion of the test specified. An average uptake efficiency of 99% for the duration of test period (7 days) shall be considered as satisfactory. g. In the event of the goods failing to pass the acceptance test, a period not exceeding 15 days will be given to rectify the defects and clear the acceptance test, failing which the PVNR TVU reserves the rights to get the equipment replaced by the vendor at no extra cost to the PVNR TVU/user within 15 days failing which, penalty shall apply for delay in replacement at the rare applicable for delayed delivery.

I.9. Acceptance certificates On successful completion of acceptability test, receipt of deliverables etc, and after PVNR TVU is satisfied with the working of the system, the acceptance certificate signed by the vendor and the representative of the PVNR TVU/User will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the systems.

I.10. Packing 1. The vendor shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperature, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods' final destination and the absence of heavy handling facilities at all points in transit. 2. The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the PVNR TVU.

I.11. Delivery and documents

59

1. Delivery of the goods/services shall be made by the vendor in accordance with the terms specified in the Schedule of requirements. The details of shipping and / or other documents to be furnished and submitte d by the vendor are specified below. a. For Goods supplied from abroad: 1. Within 24 hours of shipment, the Vendor shall notify the PVNR TVU and the Insurance Company by fax the full details of the shipment including contract number, description of goods, quan tity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The Vendor shall mail the following documents to the PVNR TVU, with a copy to the Insurance Company. 2. Four copies of supplier's invoice showing goods description, quantity, unit price and total amount; 3. 4 copies of packing list identifying contents of each package; 4. Insurance certificate, Manufacturer's/Supplier's warranty certificate. 5. Inspection certificate, issued by the nominated inspection agency and the Supplier's factory inspection report; and 6. Certificate of origin. The above documents shall be received by the PVNR TVU at least one week before arrival of Goods at the port or place of arrival and, if not received, the Vendor will be responsible for any consequent expenses.

b. For Goods from within India : Upon delivery of the goods to the user, the vendor shall notify the P VNR TVU and mail the following documents to the PVNR TVU: 1. Four copies of the Vendor invoice showing goods description, quantity, unit price total amount; 2. Delivery note, or acknowledgement of receipt of goods from the user; 3. Manufacturer's or Supplier's warranty certificate; 4. Inspection Certificate issued by the nominated inspection agency, and the Supplier's factory inspection report; 5. Certificate of Origin; 6. Insurance policy; 7. Excise gate pass, Octroi receipts wherever applicable duly sealed indic ating payments made; and

The above documents shall be received by the PVNR TVU before arrival of the Goods (except deliver note and where it is handed over to the user with all documents) and if not received, the vendor will be responsible for any consequent expenses.

I.12.Insurance It is suggested that the goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage during transportation, storage, and delivery up to

60

user site. The insurance shoul d be for replacement value from “Warehouse to warehouse (final destination)” on “All Risks” valid for a period not less than 3 months after installation and commissioning.

I.13. Transportation Transport of the goods to the project site(s) shall be arrang ed by the vendor at his cost.

I.14. Goods Installation The vendor is responsible for all unpacking, assemblies, wiring, installations, cabling between goods units and connecting to power supplies. The vendor will test all hardware operations and accomplis h all adjustments necessary for successful and continuous operation of the goods at all installation sites.

I.15. Incidental services The Vendor may be required to provide any or all the following services, including additional services : 1. Supervision or maintenance and/or repair of the supplied goods and services, for a period of time agreed by the parties, provided that this service shall not relieve the Vendor of any warranty obligations under this Contract, and 2. Training of PVNR TVU and/or its user o rganisation personnel, at the PVNR TVU/User site, in using goods. Prices charged by the Vendor for the preceding incidental services, if any, should be indicated separately (if required), and same will be mutually negotiated separately.

I.16. Spare par ts 1. The Vendor may be required to provide any or all of the indicated spare parts, materials, notifications and information pertaining to spare parts manufactured or distributed by the Vendor. 2. Such spare parts as the PVNR TVU may elect to purchase from the Vendor, provided that this election shall not relieve the Vendor of any warranty obligations under the contract and 3. In the event of termination of production of the spare parts, an advance notification to the PVNR TVU of the pending termination, in suf ficient time to permit the PVNR TVU to procure needed requirements and 4. The Vendor shall ensure availability of spares in stock at his nearest service centre for immediate delivery such spare parts as: (a) are necessary for a minimum of 7 years of opera tion after installation at the Purchaser's sites (b) are necessary to comply with bid requirements.

61

I.17. Warranty 1. The Vendor warrants that the goods and services supplied under the contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The Vendor further warrants that all goods and services supplied under this contract shall have no defect arising from design, materials or wor kmanship or from any act or omission of the Vendor, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination. 2. The warranty period shall be as stated in bid document. The Vendor shall, in addit ion, comply with the performance guarantees specified under the contract. If, for reasons attributable to the Vendor, these guarantees are not attained in whole or in part, the Vendor shall, make such changes, modifications, and/or additions to the goods o r any part thereof as may be necessary in order to attain the contractual guarantees specified in the contract at its own cost and expenses and to carry out further performance tests. 3. The equipment supplied should achieve required up time. 4. PVNR TVU/user sh all promptly notify the Vendor in writing of any claims arising under this warranty. 5. Upon receipt of such notice/complaint, the Vendor shall, within the period specified in GCC if any and with all reasonable speed, repair or replace the defective goods and services or parts thereof, without costs to the user so as to achieve required up time. 6. If the Vendor, having been notified, fails to remedy the defect(s) within a reasonable period, the PVNR TVU/user may proceed to take such remedial action as may be ne cessary, at the vendor's risk and expense and without prejudice to any other rights which the PVNR TVU /user may have against the Vendor under the contract.

I.18. Warranty and Maintenance service 1. Free maintenance services including spares shall be provid ed by the vendor during the period of warranty. User, at its discretion may ask the vendor to provide comprehensive maintenance services (Which will include spare parts) after warranty period, i.e. comprehensive annual maintenance and repairs of the syste m at the rates indicated by bidder in its proposal and on being asked so, the vendor shall provide the same. The cost of annual maintenance and repairs cost (after warranty period), which will include cost of spares replaced, shall be paid in equal half ye arly instalments at the end of each half year. 2. The maximum response time for maintenance complaint from any of the destination (i.e. time required for supplier’s maintenance engineers to report to the installations after a request call is made or letter is written ) shall not exceed 48 hours. 3. The vendor will accomplish preventive maintenance as per manufacturer guidelines and breakdown maintenance activities to ensure that all goods perform their functions without defect or interruption for at least requir ed up time. 4. In case up time is less than the stipulated up time, the penalty as indicated in the bid document shall be imposed on the vendor. 5. The amount of penalty if any, will be recovered at source from the Performance security during the warranty period or from Performance security submitted for maintenance period or from maintenance charges payable or both, during maintenance period.

62

6. Bidder shall submit Performance Security for AMC at the rate as mentioned in Bid document at least 30 days in advance of commencement of maintenance period, covering entire maintenance period and 60 days beyond it, for performing its obligation during the maintenance period. This security will be liable for forfeiture in case of failure of bidder in performing its obligation during maintenance period.

I.19. Payment 1. The vendor's request(s) for payment shall be made to the PVNR TVU in writing, accompanied b y an invoice describing, as appropriate, the goods/service delivered/ performed. 2. Payment schedule will be as indicated in Bid document. 3. Payments shall be made promptly by the PVNR TVU, but in no case later than (30) days after submission of a valid inv oice or claim by the vendor. 4. The currency of payment will be Indian rupees. 5. The annual maintenance and repair cost as per separate agreement if any, shall be paid in equal half yearly instalments at the end of each half year as per the rates quoted and a greed.

I.20. Prices Prices charged by the Vendor for goods delivered and services performed under the contract shall not vary from the prices quoted by the Vendor in its bid, with the exception of any price adjustments authorised in special conditions o f contract or in the request for bid validity extension, as the case may be.

I.21. Change orders PVNR TVU may, at any time, by written order given to the Vendor, make changes within the general scope of the Contract in any one or more of the following: 1. drawing, designs, or specifications, where Goods to be supplied under the Contract are to be specifically manufactured for the PVNR TVU; 2. the method of shipment or packing; 3. the place of delivery and/or the services to be provided by the Vendor. If any such change causes an increase or decrease in the cost of, or the time required for, the vendor's performance of any provisions under the contract, an equitable adjustment by mutual agreement shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any claims by the Vendor for adjustment under this clause must be asserted within thirty (30) days from the date of the Vendor's receipt of the change order.

I.22. Contract amendment No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

63

I.23. Assignment The Vendor shall not assign, in whole or in part, its obligations to perform under this Contract, except with the prior writte n consent from PVNR TVU.

I.24. Subcontracts The Vendor shall not sub - contract in whole or in part, its obligations to perform under this Contract, except with the prior written consent from PVNR TVU. Such sub - contracting shall not relieve the Vendor from any liability or obligation under the contract. Subcontract shall be only for bought - out items and sub - assemblies only.

I.25. Delays in the supplier's performance 1. Delivery of the Goods and performance of the services shall be made by the Vendor in accordance with the time schedule specified by the PVNR TVU in the specifications. 2. If at any time during performance of the Contract, the Vendor or its subcontractor(s) should encounter conditions impending timely delivery of the goods and performance of s ervices, the Vendor shall promptly notify the PVNR TVU in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the vendor's notice, PVNR TVU shall evaluate the situation and may at its discretion e xtend the Vendor's time for performance, with or without liquidated damages. 3. A delay by the Vendor in the performance of its delivery obligations shall render the vendor liable to the imposition of appropriate liquidated damages, unless an extension of tim e is agreed upon by PVNR TVU without liquidated damages. I.26. Liquidated damages/Penalty If the Vendor fails to deliver any or all of the goods or fails to perform the services within the time period(s) specified in the Contract, the PVNR TVU shall, witho ut prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages/Penalty, a sum equivalent to, as per the terms indicated in the bid document, until actual delivery or performance, subject to maximum limit. Once the maximum is reached, contract shall be deemed cancelled unless it is revived, on written request from bidder, by PVNR TVU with or without penalty and conditions.

I.27. Termination for default 1. The PVNR TVU, without prejudice to any other remedy for breac h of Contract, by written notice of default sent to the Vendor, may terminate the Contract in whole or in part: a. If the Vendor fails to deliver any or all of the Goods/services within the time period(s) specified in the contract, or within any extension o f time thereof granted by the PVNR TVU or b. if the Vendor fails to perform any other obligation(s) under the Contract or c. if the Vendor, in the judgement of the PVNR TVU has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. 2. In the event the PVNR TVU terminated the contract in whole or in part, PVNR TVU may procure, upon such terms and i n such manner as it deems appropriate, goods or services similar to those undelivered, and the Vendor shall be liable to the PVNR TVU for any excess costs for such similar goods or services. Such excess cost shall be 64

recoverable from payment an y payable to supplier under this contract or any other contract or from Security deposit or from both. However, the Vendor shall continue performance of the contract to the extent not terminated. 3. If contract is terminated, in part or whole, for default of supplier, the security deposit shall be liable for forfeiture and vendor will also be liable for blacklisting. I.28. Force majeure 1. The Vendor shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. 2. For purposes of this clause, "Force Majeure" means an event beyond the control of the Vendor and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the PVNR TVU in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions an d freight embargoes. 3. If a Force Majeure situation arises, the Vendor shall promptly notify the PVNR TVU in writing of such condition and the cause thereof. Unless otherwise directed by the PVNR TVU in writing, the Vendor shall continue to perform its oblig ations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

I.29. Termination for insolvency PVNR TVU, may at any time terminate the contract by giv ing 30 days written notice to the Vendor if the Vendor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Vendor, provided that such termination will not prejudice or affect any right of action or reme dy which has accrued or will accrue thereafter to the PVNR TVU.

I.30. Termination for convenience 1. PVNR TVU, may at any time by giving 30 days written notice to the Vendor, terminate the Contract, in whole or in part, for its convenience. The notice of termination shall specify that termination is for the PVNR TVU/Purchaser's convenience, the extent to which performance of the Vendor under the Contract is terminated, and the date upon which such termination becomes effective. 2. The goods that are c omplete and ready for shipment within thirty (30) days after the vendor's receipt of notice of termination shall be accepted by the PVNR TVU at the contract terms and prices. For the remaining Goods, the PVNR TVU may elect to have any portion completed an d delivered at the contract terms and prices at its discretion.

I.31. Resolution of disputes 1. The PVNR TVU and the Vendor shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them unde r or in connection with the contract.

65

2. If, after thirty (30) days from the commencement of such informal negotiations, the PVNR TVU and the Vendor have been unable to resolve amicably a contract dispute, either party may require that the dispute be refe rred for resolution to the formal mechanisms specified here in. These mechanisms may include, but are not restricted to, conciliation mediated by a third party. 3. The dispute resolution mechanism shall be as follows: a. In case of a dispute or difference arisi ng between the PVNR TVU and the Vendor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, of India,1996. b. Each party shall have the ri ght to appoint one arbitrator and the third arbitrator shall be appointed by Indian Council of Arbitration. c. The arbitration proceedings shall be conducted at Hyderabad in English language. d. The award given by arbitrators shall be final and binding on the parties.

I.32. Governing language The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in same languages. I.33. Applicable law The contract shall be interpreted in accordance with appropriate Indian laws.The competent court of jurisdiction shall be High Court of AP and TS. I.34. Notices 1. Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by email or facsimile and confirmed in writing to the other party’s address. 2. A notice shall be effective when delivered or tendered to other party whichever is earlier. I.35. Taxes and duties The vendor shall be entirely responsible for all taxes, duties, license fee, Octroi, road permits etc. incurred until delivery of the contracted Goods/services at the site of the user or as per the terms of tender document if specifically mentioned. Income Tax deduction at source will be done at the time of payment being made to Bidder. I.36. Licensing considerations The software supplied by the vendor will be used throughout Telangana State or its user’s sites even outside Telangana State.

I.37. Protection a gainst damages due to site conditions : 1. The system shall not be prone to damage during power failures and trip outs. The normal voltage and frequency range conditions available at site are as under: a. Voltage range 180 - 260 Volts b. Frequency 48.5 – 50.10 Hz. 2. The ambient temperature may vary from 10 0 C to 48 0 C. The relative humidity may range in between 10% to 95%.

66

3. The goods supplied under the contract should provide protection against damage under above conditions.

I.38. Fail - safe procedure The vendor should indicate in detail the fail - safe procedure(s) for the following : 1. Power failure 2. Voltage variation 3. Frequency variation 4. Temperature and humidity variations.

I.39. Training: For each goods/hardware and software component installed, the Vendor may be required to train the designated PVNR TVU and user personnel to enable them to effectively operate the total system. The training, if required, shall be given, as specified in the SCC at the locations specified. The training schedule will be agreed to by both parties during the performance of the Contract.

I.40. Site Preparation and Installation : The Purchaser is solely responsible for the construction of the installation sites except where it is specifically required under bid document. The bidder will inform the User well in advance the requirements of site along with drawings for installation of goods. He shall also perform a site inspection to verify the appropriateness of th e sites before the installation of every goods.

I.41. Patent Rights:

The supplier shall indemnify the purchaser against all third party claims of infringement of patent rights, trade mark, industrial design rights arising from the use of the goods or par t thereof by user.

67

J. Special conditions 1. In case of conflict, the provisions of this section shall OVER RIDE provisions indicated elsewhere in the bid document.

2. NPV for maintenance charges will be calculated at 12% discount rate.

K. Place of Supply of Equipments

1. All the equipment mentioned in Annexure I is to be supplied, installed and demonstrated at the places mentioned in the specifications of each equipment .

------

6 8

Bid letter

From: Date: (Registered name and address of the bidder.)

To: Associate Dean ( Korutla ), C/o. Administrative Office, PVNR Telangana Veterinary University, Rajendranagar, Hyderabad – 500 030 Sir, Having examined the bidding documents and amendments there on, we the undersigned, offer to provide goods/services/execute the works including supply, delivery and installation of goods in con formity with the terms and conditions of the bidding document and amendments there on, for the following project in response to your tender call No…………….., dated ......

Project title: We undertake to provide goods/services/execute the a bove project or its part assigned to us in conformity with the said bidding documents for an estimated sum of Rs ...... (Rupees ...... ). (Total bid amount in words and figures) which may vary in accordance with the schedule of prices attached herewit h and coverage options made by PVNR TVU or its user organisation.

If our bid is accepted, we undertake to; 1. provide goods/services/execute the work according to the time schedule specified in the bid document, 2. obtain the performance guarantee of a bank in a ccordance with bid requirements for the due performance of the contract during warranty/maintenance period, and 3. agree to abide by the bid conditions, including pre - bid meeting minutes if any, which remain binding upon us during the entire bid validity per iod and bid may be accepted any time before the expiration of that period. 4. We undertake that in competing for the (and if the award is made to us, in execution) the contract, we will strictly observe the laws against fraud and corruption in India like but not limited to “The Prevention of Corruption Act 1988” 5. We understand that until formal contract is signed and executed, this bid and your notification of award shall constitute a binding contract between us. 6. We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason for the rejection of any bid and that you will not defray any expenses incurred by us in bidding. Place: Bidder’s signature Date: and seal.

69

Contract form THIS AGREEMENT made the ...... day of ...... (year).. Between the PVN R Telangana Veterinary University (hereinafter "the PVNR TVU") of one part and ...... (Name of Vendor) of ...... (City and Country of Vendor) (hereinafter "the Vendor") of the other part:

WHEREAS the PVNR TVU is desirous that certain goods, solution, service and materials, as described in the bid document and briefly outlined below, should be provided by the Vendor.

Date of tender call:

Title of the project :

Brief outline of the work:

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

In this agreement words and expression shall have the same meanings as are respectively assigned to them in the bid document referred to.

The following documents shall be deemed to form and be read and construed as part of this Contract, viz..

1. bid document(s) 2. pre - bid conference minutes if any, 3. clarification on bid document issued if any, 4. PVNR TVU notification of award. In case of conflict among documents mentioned above, the documents mentioned above in reverse order will prevail over other documents.

In consideration of the payments to be made by the PVNR TVU to the Vendor as hereinafter mentioned, the Vendor hereby covenants with the PVNR TVU to provide the goods and services (solut ion, service and materials) and to remedy defects therein in conformity, in all respects, with the provisions of the contract.

The PVNR TVU hereby covenants to pay the Vendor in consideration of the provision of the goods and services and the remedying of defects therein, the contract price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

70

Brief particulars of the goods and services which shall be supplied / provided by the Vendor are as under:

Solution, service or material Quantity Unit price Total Amount Remarks

IN WITNESS whereof the parties hereto have caused this Agreement executed the day and year above written. Signed, and delivered by Signed, and delivered by

For the Vendor. For PVNR TVU Vendor’s common seal: PVNR TVU common seal: Place Place: Date: Date:

In the presence of:

Witness 1:

Witness2:

71

Annexure 1

Sl.No Item Description Place of Installation Quantity Comprehensive . Maintenance Period after warranty period in years 1 2 3 4 5

72

Annexure 2 Technical Specifications of goods Please refer Page No.9 - 42 for each equipment

73

Annexure 3 Bid security (EMD) form To, Registrar, PVNR Telangana State Veterinary University, Hyderabad (To be issued by a bank scheduled in India and having at least one branch in Hyderabad)

Whereas ...... (here in after called "the Bidder") has submitted its bid dated ...... (Date) for the execution of ...... (here in after called "the Bid")

KNOW ALL MEN by these presents that WE ...... of ...... having our registered office at ...... (hereinafter called the "Bank") are bound unto the PVNR Telangana State Veterinary University (hereinafter called " PVNR TVU") in the sum of ...... for which payment well and truly to be made to the said PVNR TVU, the Bank binds itself, its successors and assigne es by these presents.

The conditions of this obligations are: 1. If the bidder withdraws its bid during the period of bid validity or 2. If the bidder, having been notified of the acceptance of its bid by the PVNR TVU during the period of bid validity: a. fails or refuses to execute the contract form if required; or b. fails or refuses to furnish the performance security, in accordance with the bid requirement; We undertake to pay the PVNR TVU up to the above amount upon receipt of its first written demand, without th e PVNR TVU having to substantiate its demand, provided that in its demand the PVNR TVU will note that the amount claimed by it is due to it, owing to the occurrence of one or all of the conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date i.e. up to ………(Date)

Place: Signature of the Bank Date: and seal.

74

A nnexure 4 Performance security form (To be issued by a bank scheduled in India and having at least one branch in Hyderabad )

To, Registrar, PVNR PVNR TVU, Hyderabad

WHEREAS ...... (Name of Vendor) hereinafter called "the Vendor" has undertaken, in pursuance of Notification of Award dated, ...... (Date), to supply ...... called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Vendor shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract.

WHEREAS we have agreed to give the Vendor a Guarantee:

THEREFORE WE hereby affirm t hat we are Guarantors and responsible to you, on behalf of the Vendor, up to a total of Rs...... (Rupees...... ) and we undertake to pay you, upon your first written demand declaring the Vendor to be in default under the Contract and witho ut cavil or argument, any sum or sums within the limit of Rs...... (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ...... day of ...... (Date) Place: Signature of guarantors Date: and seal.

75

Annexure 5 Manufacturer authorisation The authorisation may be in the nature of a letter, memorandum or certificate regularly granted by the manufacturer to its channel partners, authorised solution providers, system integrators, distributors, etc. or a specific letter issued for purposes of this bid. However it will not apply when bid is open only to manufacturers.

Such communication should include statements / undertaki ngs from the said manufacturer to the following effect.

1. Guarantee and warranty coverage in respect of the goods and services manufactured by the said manufacturer shall be honoured by that manufacturer, their channel partners, distributors, authorised serv ice centres as the case may be. 2. The manufacturer updates the bidder and their technical personnel with relevant technical literature, training and skill transfer workshops etc. on a regular basis. 3. The manufacturer provides back to back technical support to the said bidder on a continuing basis. 4. The said bidder is authorised to submit bid and provide warranty and maintenance service during the contract period.

Note: The letter of authority should be signed by a person competent and having the power of attorney to bind the manufacturer.

76

Annexure 6 Installation/Acceptance Certificate (On letter head of Bidder)

1 Location name: Invoice No/Date: 5 Department Name: Dc No/Date: 2 6 Supplier Name: Installation Date 3 7 Po. No/Date: 4

Sl. Name of Qty Make Model Equipment Warranty date No. Equipment Sl. No. From To

Remarks:

Name of Head of Signature of 1 Office 6 Service Engineer:

Designation Service Engineer 2 7 Name: Mobile Number Designation: 3 8 Signature Mobile No.: 4 9 Service centre 5 10 address :

77

Annexure 7 Performance Certificate after installation

Date:______

From To The Registrar, PVNR TVU Hyderabad Add ress ______

Sub: Satisfactory Performance Certificate after 3 months from Installation Date Ref: P.O. No.______, dt: ___.____.20 ***** The following details are furnished towards the Equipment/Furniture items received from M/s. ______: Item Description and 1 Quantity 2 Make and Model 3 Supplied by 4 Invoice Number/Date: 5 DC Number/Date: 6 Installation Date:

7. Remarks on the Functioning :

Signature of Head ofofDDdeDept: Name:

Designation:

Mobile No: Note: The User authorities shall submit this report along with a covering letter after 90 days of installation of the equipment, and stating functioning of the equipment for release of FSD amount.

78

Form P - 1 Bidder Information 1 Name of the organisation

2 Date of establishment

3 Registered Office Address

4 Phone No.

5 Fax No.

6 Email

7 Total Support engineers at Hyderabad / Jagitial/ Warangal

8 Whether Manufacturer? Yes/No, If yes, Provide relevant documents

9 Whether Authorised Dealer/ Yes/No, If yes, Provide relevant Service provider documents

10 Details of EMD furnished

11 Details of certificates enclosed.

Place: Bidder’s signature Date: and seal.

79

Form P - 2A

Turn over details of Item /product (Irrespective of brand/make/model)

Financial Amount Sl. No. Item Name Nos. sold Year (Rs in Lakhs)

Form P - 2B Turn over details of Item /product(Brand and Model offered in Bid)

Financial Amount Sl. No. Item Name Nos. sold Year (Rs in Lakhs)

Place: Bidder’s signature Date: and seal.

80

Form P - 3

Past Performance Details

Customer Order Descripti Total Actual date of Sl.No Due date Full No. and on of Value of completion . of supply address date goods goods of supply

Form P - 4 Details of service centres at Hyderabad / Jagitial/ Warangal

No. of support Sl.No Full Address of Contact person name Engineers at service . service centre with phone No. centre

81

Form P5 Past Performance Certificate (Certificate from the Statutory Auditor)

This is to certify that...... (name of the Bidder) is a “Primary Manufacturer/Authorized Distributor’ of medical equipment offered under the Bid. The Bidder had supplied the quantities shown in the past performance statement and also completed the respective supplies as indicated in bid.

Further it is certified that the previously supplied equipment are reported to be in working condition for more than two years as on bid calling date without any adverse remarks from the respective users.

The bidder has previous experience in maintenance and repairs of equipment for ______years and has qualified service staff working with him”.

Name of Authorized Signatory: Designation: Name of firm: (Signature of the Authorized Signatory)

82

Form P6 Financial Capacity of Bidder (Certificate from Statutor y Auditor) A. Details of Annual Turnover for last three Financial years

Year 1 Year 2 Year 3 Average

Turnover (Rs. In Cr.)

B. Details of Net Worth of Bidder as on last 31 st March :

Paid up Capital (Rs. In Cr.)

Free Reserves (Rs. In Cr.)

Total Net Worth (Rs. In Cr.)

Place: Bidder’s signature Date: and seal.

Signature of Statutory Auditor with seal

83

Form P7

Declaration Form

I / We ………………………………………………………………………….. having Our ………………………………….. office at ……………………………. read and understood the terms and conditions contained in the bidding documents under this notification for bid and offer our bids unconditional, to the extent not stated at any other part of our bid.

We will not quote or supply the goods similar to the ones offered under this bid notification to any agency or organization in the country, at the rate lower than the rate quoted in this present tender.

If we found quoting lower rate t han the rate quoted to the P VNR TVU, to any other agency in the country during the validity of the present contract, we will remit the differential cost to the PVNR TVU, unconditionally.

Place: Bidder’s signature Date: and seal.

84

Form T - 1 Sl. No. Item Specification Specification of Specification Required proposed item Higher/Lower

Form T - 2 Check List Compliance/agreed/enclosed/ deviation statement. The following are the particulars of compliance/deviations from the requirements of the tender specifications.

Sl. No. Bid document reference Remarks

1 Delivery period

2 Form P - 1

3 Form P - 2A

4 Form P - 2B

5 Form P - 3

6 Form P - 4

7 Form P - 5

8 Form P - 6

9 Form P - 7

10 Form T - 1

85

11 Form T - 2

12 Form T - 3

13 Form T - 4

14 Form F - 1 Online

15 Form F - 2 NA

16 Pre - qualification criterion

17 Technical specifications

18 Financial bid format

19 General instruction to bidders

20 Standard procedure for bid evaluation

21 General condition of proposed contract(GCC)

22 Special Conditions The specifications and conditions furnished in the bidding document shall prevail over those of any other document forming a part of our bid, except only to the extent of deviations furnished in this statement.

Place: Bidder’s signature

Date : and seal.

NOTE: For every item appropriate remarks should be indicated like ‘no deviation’, ’agreed’, ’enclosed’ etc. as the case may be..

86

Form – T3 Check List of Documents to be scanned and Uploaded as part of the Bid

Sl. Description Scanned document uploaded No. (Yes/No) 1 Process Fee Instrument 2 EMD Instrument 3 P1, P2A, P2B, P3, P4, P5, P6, P7 4 T1, T2, T3, T4 5 Manufacturer’s Authorization 6 List of Goods with specification (Without Prices)

Place: Bidder’s signature Date: and seal.

Form – T4 List of Documents to be submitted in hard copy in PVNR TVU office

Sl. Description No. 1 Process Fee Instrument 2 EMD Instrument 3 Form T1, T2 4 All other documents uploaded in the e - Procurement portal

Place: Bidder’s signature Date: and seal.

87

Financial Bid Form F 1 Cost of Equipment and Comprehensive Maintenance Charges in Rs.

Sl. Equipment Total Numbers Total Comprehensiv *Net Present Value of No. details Unit Cost for e maintenance Total Purchase cost and Cost all charges Total Comprehensive Numbers Maintenance charges 1 2 3 4 Total

*Note: 1. Net Present Value at 12% Discount 2. For the purpose of financial bid evaluation, NPV of Purchase cost and maintenance charges shall be taken into consideration. However payment will be made as per bid conditions.

88

END OF DOCUMENT

89