b.p.s mahila vishwavidyalaya, khanpur kalan (sonepat) · pdf fileb.p.s mahila vishwavidyalaya,...
TRANSCRIPT
B.P.S Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat) (A State University recognized under section 2(f) and 12(B) of the U.G.C. act 1956) TENDER NOTICE
B.P.S Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat) requires to purchase Heavy and Small capital Equipments, Furniture & Fixtures etc. for establishment of following laboratories of B.Sc (Hospitality and Hotel Administration) Programme-
1) Food Production labs(Basic, Quantity, Advance Training kitchen, Bakery and
confectionary Equipments), Main store (Storage equipments weighing scale, Deep freezer and walk inn cooler) & Dining Hall Equipments
2) Food and Beverage service labs(Restaurant &Bar -Cutlery, Crockery& Glass wares),
3) House keeping labs (Cleaning equipment, Linen , Laundry Equipments & Miscellaneous Items),
4) Front Office lab , & General Furniture & Fixtures 5) Audio Visual& General Office equipment
Reputed suppliers dealing in above items and having experience of supplying similar equipments to IHMs and 5 Star Hotels are invited to submit technical and financial bids in separate sealed cover. Those who have submitted tender in response to previous advertisement may have to re-tender under current terms & conditions. Last date of submission of bids is 12 April, 2010(4 P.M). For further details, visit to the university website www.bpswomenuniversity.ac.in . The Interested suppliers may visit the site for further clarification. REGISTRAR
ANNEXURE-I
BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat) FOOD PRODUCTION LABS-(BASIC TRAINING KITCHEN, QUANTITY TRAINING KITCHEN, ADVANCE TRAINING KITCHEN, BAKERY-CONFECTIONERY, STORES & DINING HALL EQUIPMENTS)
Sr. No. Item Description Size Qty. Unit Price Total Price 1. Work table With
lockable sliding door
24”*24”*24” 30
2. Cooking range 4 burners
24”*24”*34” 15
3. Sink with DB 42”*24”*34”+6”
15
4. Meat Knife Standard 15 5. Fillet knife -do- 15 6. Paring knife -do- 15 7. Scooper -do- 15 8. Peeler -do- 15 9. Grater -do- 15 10. Small whisk -do- 15 11. Beater -do- 15 12. Round spoon (L) -do- 40 13. Flat spoon -do- 40 14. Slicer -do- 40 15. Perforated round
spoon (frying spoon)
-do- 40
16. Strainer S.S. -do- 40 17. Rolling pin
(wooden) -do- 40
18. Chopping board (wooden)
-do- 40
19. Tongs -do- 40 20. Palate knife (small) -do- 15 21. Steak hammer -do- 15 22. Wooden Spoon -do- 15 23. Measuring jug (1/2
Ltr.) Enamel -do- 20
24. Egg. Slicer -do- 15
25. Piping bag/ nozzle -do- 15 26. Lime Squeezer -do- 15 27. Potato masher SS -do- 15 28. Brass degchi with
lid- 12” dia 15
29. Brass degchi with lid-
10” dia 15
30. Brass degchi with lid -
08” dia 15
31. S.S. degchi with copper bottom-
12” 15
32. S.S. degchi with copper bottom-
10” 15
33. S.S. degchi with copper bottom-
8” 15
34. Brass thali- 16” 30 35. Sauce pans- 08” dia brass 30 36. Frying pans- 10” dia MS 30 37. Saute pans- 08” dia MS 30 38. Braising pan with
lid Copper Medium size 15
39. Thava with handle -do- 15 40. Colander SS 08” base 15 41. Pie dish 9”Aluminum 30 42. Large
demonstration table (10x3ft.)SS 05
43. Salamander standard 03 44. Microwave oven 32 litre(reputed
brand) 03
45. Hand Blender Standard reputed company
05
46. Weighing machine. (Braun) 2kg 03 47. Stock pot (20 Ltrs.) SS
with handle 06
48. Soup ladle SS 24”*24”*34” 18 49. Oven tray SS with
collar Small, medium & large-8 each
48
50. Baking trays GI Small, medium & large-8 each
48
51. Conical strainer SS-medium size/standard
04
52. Deep fat fryer (2 comp.) (15 Ltrs.) Electric/Gas
03
operated 53. Bratt pan
. 80 Ltrs 03
54. Steamer (Combi) Standard-reputed brand
03
55. Bulk cooker 80 Ltrs. (Tilting type) Electric/Gas operated
03
56. Wet grinder . 10 ltrs 03 57. Potato peeler
(heavy duty) 10 kg 03
58. Food Processor (with 6 attachments)reputed brand
01
59. Griddle plate with Chapatti puffer
42”*24”*34” 04
60. Microwave oven 32 litres reputed brand with latest features
03
61. Walk in cooler cum freezer.
1400 Ltrs 01
62. Insecticutter Reputed brand 09 63. High pressure jet
spray -do- 01
64. Weighing machine 10 kg.
-do-10 kg (Avery)
03
65. Busing trolley SS,standard 01 66. Slotted angle racks
as required 7’*4’ 09
67. Pot wash sink 48”*24”*34”+6”
03
68. Perforated spoon (wire mesh type)
medium 12
69. Barbeque Sigri standard 03 70. Morter and Pestle standard 06 71. Dosa Plate 36”*34”*24”
with 25-mm cast iron plate
01
72. Idly Steamer 54 batch electric/steam operated
01
73. Gas Tandoor medium 02 74. Moulds Small(Assorted
) 12
75. Non Stick Pan Medium size 18 76. Wooden Spatula Standard(unpol
ished) 15
77. Brass degchi 15” dia 08 78. Brass degchi 20” dia 08 79. Aluminum degchi (thick bottom)
18” dia) 08
80. Aluminum degchi (thick bottom 20” dia)
06
81. Aluminum degchi (thick bottom 24” dia)
06
82. Aluminum degchi (thick bottom 28” dia)
03
83. Kadai 18” dia MS 04 84. Kadai 24” dia MS 03 85. Kadai 26” dia MS 04 86. Khurpi 24” length
including handle MS
04
87. Khurpi 42” length MS 04 88. Ladles (small) Brass 04 89. Ladles (medium)
Brass 06
90. Ladles (large) Brass 06 91. Perforated spoons 5” dia MS 06 92. Perforated spoons 7” dia MS 06 93. Perforated spoons 9” dia MS 06 94. Colander (large) SS 03 95. Colander (small) SS 03 96. SS Trays 20”x12”x 4” 18 97. Stock pot (large)
Hindalium 20” dia
03
98. Knives all purpose(different types in equal no.)
72
99. Cleavers SS-standard 06 100. Masala Containers SS- Different
size to fulfill complete requirement of kitchen
36
101. Tandoor skewers MS 48 102. Baloon whisk SS 02
103. Roasting Tray MS (large) 03 104. Parats Brass 24” dia 02 105. Parats dia Brass 20” 02 106. Plastic storage trays (L) 20 107. Tray Aluminium-
(18”x12”x2”) 24
108. Scissor S.S.-medium 03 109. Brush for basting (small) 06 110. Moulds (different
types) Barquette, Tartlette, Flat, Jelly)
06
111. Muffin, Sacarin, Baba Moulds
Standard 02
112. Pie dish Aluminum Standard 02 113. Small Karai aluminium 10 114. COMMON EQUIPMENTS 115. 4Door refrigerator 54”*30”*84” 05 116. Pasta machine standard 01 117. Dough mixer 25 litres 01 118. Eight slices toaster Electrically
used-30”*14”*14”
01
119. Food warmer With round containers-48”*18”*34”
120. Milk and water boiler
Electrically operated-25 litres
121. Cold bain marie Under counter refrigeration with overhead shelf-72”*26”*34”+18”+12”
122. Bain marie With tray slider 72”*26”+12”*34”
01
123. Mixer cum Grinder Reputed Brand-with latest features/Industial model
05
124. Inframatic Griller Reputed Brand-with latest features
01
125. Casserole Standard 6 126. Exhaust Hood GI without fan,
Ducting and hanging 30’’*30”*20”
15
PANTRY 127. Ice cube machine 50 kg-reputed
brand 01
128. Refrigerated (S/W counter)
48”*27”*34”+6”
01
129. Coffee machine Expresso 01 130. Tea maker Medium size 01 131. Plate warmer and
dispenser 100-plates 01
132. Juicer Machine Standard 01 133. Cutlery Rack+Soil
table 1+1 42”*24”+34”+6”
02
WASH UP 134. Soil plate landing
table With garbage chute-60”*24”*34”+6”
135. Single sink unit With drain board-48”*24”*34”+6”
01
136. Storage racks SS slotted angle-standard
02
BAKERY 137. Work table (Wooden, box
type with marble top) 3x3ft.
20
138. SS bowl (small) 8” dia 30 139. SS bowl (large) 12” dia 30 140. SS Parats 18” dia 30 141. Mug SS 40 142. Rolling pin wooden 40 143. Egg beater standard 20 144. Wooden spoon standard 20 145. Scraper Aluminium 20 146. Table spoon SS 40 147. Fork SS 40 148. Measuring Jug Enamel 40 149. Tea Spoon SS 40
150. Measuring spoon set
SS 40
151. Sink with drain board
SS, 42”*24”*34”+6”
04
152. Degchi with flat bottom 12” dia, SS
20
153. Wire Whisk Standard 20 154. Comb for
decoration Standard 20
155. Strainer SS 20 156. Sieve (full set) SS 20 157. Piping bag with
nozzle Standard 2set
COMMON EQUIPMENT/ LAB: 158. Double deck oven 54”*36”*66” 02 159. Proving cabinet 24”*24”*60” 02 160. Dough mixer 30 litres 02 161. Refrigerated marble
top pastry table 48”*27”*34” 02
162. HD Convection oven 3 decks
Standard 1
163. Refrigerator . 300 Ltrs-reputed brand with latest features
01
164. Cooking range 4 burners LP 02 COMMON EQUIPMENT- LIGHT:
165. Baking tray large 22” x 14 MS
20
166. Baking trays small 11”x 6” MS
20
167. Bread tins (400 gms) 20 168. Cake tins round
various size: 7” dia 11” dia
20
169. Underlining tray Standard 10 170. Cake tin Rectangular:
5” x 5”} 7” x 7”} 9” x 9”} 14 ½” x 14 ½”
10
171. Barquette mould 3” length 10 172. Small whisk SS 01 173. Tartlet mould Aluminium 20
174. Savarin mould -do- 20 175. Muffin trays -do- 20 176. Brioche mould -do- 10 177. Fancy mould
assorted -do- 10
178. Doughnut cutter SS 06 179. Vol-au-vent cutter Standard 06 180. Quiche mould -do- 20 181. Chocolate mould
assorted -do- 10
182. Egg. Slicer -do- 10 183. Lemon squeezer -do- 10 184. Can opener Heavy duty 06 185. Small brass kadai 6” dia 06 186. Precision scale Electronic-5 kg 01 187. Round ladle SS. 03 188. Grater small 03 189. Saute pan (small) Brass 06 190. Saute pan (medium)
Brass 06
191. Measuring jug SS 06 192. Knives all purposes Different types-
SS 24
193. Croquenmouche cone
Standard 03
194. Halwai kadai Large cast iron 02 195. Jellebi thawa Iron-standard 02 196. Large frying spoon Standard 12 197. Long handled
wooden spoon -do- 12
CONFECTIONARY: 198. Chopping board P.V.C-standard 04 199. Cake stand Standard 10 200. Parisienne scoop -do- 06 201. Lemon Groover -do- 2 202. Palate knife Standard 6 203. Jelly mould
aluminium Aluminium 20
204. Easter egg moulds Standard 6 205. Lemon squeezer -do- 6 206. Tin opener Heavy duty 2 207. Round laddle large SS 10 208. Grater Medium size 6 209. Wooden spatula -do- 6
COMMON EQUIPMENT:
GENERAL STORES EQUIPMENT Sr. No.
Item Description
Size Qty. Unit Price Total Price
1. Wooden pallete
Standard 06
2. Receiving platform
Standard 01
3. Aluminum platform
Standard 01
EQUIPMENT: 4. Platforms
scale 300 Kg. 01
5. Weighing scale
10 Kg., Avery 01
6. Electronic scale
2Kg, Braun 01
7. Storage bins SS 24 8. Onion potato
storage bin Standard 02
9. Plastic containers
Standard 36
10 Exhaust fan Heavy Duty 02 11 Trolley light
weight SS, Castor Wheel 01
12 Ladder Aluminum with 4 step
01
13 Wooden block
01
210. Ice cream/ sorbet machine
Standard-reputed brand
01
211. Refrigerated counter
48”*24”*34” 01
212. Fat thermometer Standard 01 213. Sugar meter -do- 01 214. Saccaro meter -do- 01 215. Electric cream
whipper -do- 02
216. Sugar pulveriser Standard 02 217. Cooling rack 36”*18”*72” 01
14 Walk in deep freezer
5000 Ltrs. 01
15 Walk in cooler
7000 Ltrs. 01
16 Trays for storage in freezer
Aluminum/Standard 12
17 Storage crates
Plastic/ Standard 24
STUDENTS DINING HALL Sr. No.
Item Description
Size Qty. Unit Price Total Price
18. Six sitter dining table Heavy duty or steel
72”*24”*30” 8
19. Four sitter dining table Heavy duty or steel
36”*24”*30” 4
20. Bain Marie with tray slide
84”*27”*34” 1
21. Cutlery pick up counter
30”*27”*34”
1
22. Two sink unit with drain board
72”*24”*34”+6” 1
TOTAL VALUE IN RS. (FIGURES):- TOTAL VALUE IN RS. (WORDS):- TAXES APPLICABLE:-
(STAMP OF THE FIRM) (SIGNATURE OF AUTHORISED PERSON)
ANNEXURE-2
BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
F & B SERVICE LAB (BASIC TRAINING RESTAURANT, ADVANCED TRANNING RESTAURANT, BAR- CROCKERY, CUTLERY AND GLASSWARE)
Sr. No.
Item Description
Size Qty. Unit Price Total Price
CUTLERY (STAINLESS STEEL): 1. Small knife SS-standard 96 2. Large knife SS-standard 96 3. Large fork SS-standard 96 4. Large
spoons SS-standard 96
5. Desert spoons
SS-standard 144
6. Desert fork SS-standard 144 7. Fish knife SS-standard 96 8. Fish fork SS-standard 96 9. Soup
spoons SS-standard 144
10. Butter knife SS-standard 96 11. Tea Spoons SS-standard 144 12. Coffee
spoons SS-standard 72
13. Ice cream spoons
SS-standard 96
14. Fruit knife SS-standard 96 15. Fruit fork SS-standard 96 16. Pastry fork SS-standard 72 17. Steak
knives SS-standard 48
18. Jam spoon SS-standard 48 19. Service
spoon SS-standard 48
20. Service fork SS-standard 48 CROCKERY:
21. Large plates (full plates) 10” 96 22. Half plates
(full plates) 10”
(full plates) 10” 96
23. B & B plates
Standard 96
24. Soup cups with saucers
Standard 96
25. Show plate (can be 11” submitted with EPNS
96
26. Cereal bowl 5” dia } 96 27. Breakfast
cups/saucers 8 floz 96
28. Tea cups/ saucers
6 floz 96
29. Demitasse/saucers
8 floz 96
30. Consomme sups/ saucers
8 floz 96
31. Egg cups Standard 48 32. Ash trays Standard 48 33. Budvases Standard 120 34. Cruet sets Standard 144 HOLLOW WARE & FLATWARE (Stainless Steel): 35. Wager jugs Standard 36 36. Tea pot (2 portions) 18 37. Tea pot ( 4 portions) 18 38. Milk pot Standard 36 39. Hot
waterflask Standard 36
40. Coffee pots ( 2 portions) 06 41. Coffee pots ( 2 portions) 06 42. Creamer Standard 12 43. Sugar bowls Standard 36 44. Butter
dishes Standard 36
45. Ice creams cups
Standard 144
46. Finger bowls
Standard 96
47. Menu stands
Standard 48
48. Sauce boats (small)-Standard 24
with ladles 49. Sauce boats
with ladles (large)- Standard
24
50. Tea strainer/ slop basin
Standard 12
51. Straw holder
Standard 48
52. Toothpick holder
Standard 48
53. Candle holder
Standard 48
54. Entrée dishes single compt.
( 2 portion) 30
55. Entrée dishes single compt.
( 2 portions) 30
56. Entrée dishes single compt.
( 2 portions) 30
57. Entrée dishes double compt.
( 4 portions) 30
58. Platter 2 portions (oval)}
30
59. Platter 4 portions (oval) 30 60. Platter small (round) 24 61. Platter medium (round) 24 62. Restaurant
trays (small) 24
63. Restaurant trays
(medium) 24
64. Sugar tongs Standard 36 65. Ice bucket Standard 16 66. Ice tongs Standard 16 67. Toast racks Standard 12 68. Chill cups
with stands Standard 24
69. Restaurant salvers
Standard 30
70. Mustard spoons
Standard 30
71. Food covers Standard 48 GLASSWARE: 72. Water
tumbler (high ball) 288
73. Water goblets
Standard 120
74. Juice glasses/ [pony tumblers
Standard 120
75. Tom Collins Standard 72 76. Jam &
mustard pots / chutney bowls
Standard 72
77. Glass bowls Standard 72 78. Beer goblets Standard 72 79. Draught
beer glass Standard 48
80. White wine glass
Standard 48
81. Red wine glass
Standard 48
82. Parisian goblets
Standard 24
83. Claret glass Standard 24 84. Sherry elgin Standard 24 85. Sherry
copita Standard 24
86. Port wine glass
Standard 24
87. Hock glasses
Standard 24
88. Moselle glass
Standard 24
89. Champagne tulip
Standard 24
90. Champagne flute
Standard 24
91. Champagne saucer
Standard 48
92. Cocktail glass
Standard 48
93. Brandy balloon
Standard 48
94. Liqueur glass
(straight) Standard
48
95. Liqueur glass
Standard 24
96. Old fashioned
Standard 24
97. On the rocks glass
Standard 24
98. Roly poly Standard 24 99. Parfait glass Standard 24 100. Decanter Standard 06 101. Coffee
caraffee Standard 12
102. Martini glass
Standard 24
103. Sour glass (single portion) 12 SPECIAL EQUIPMENTS: 104. Soup
tureens (single portion) 04
105. Horsd’ oeuvre tray
Standard 04
106. Wine bucket stand
Standard 12
107. Pastry tongs Standard 12 108. Nut cracker Standard 04 109. Gateaux
slicer Standard 12
110. Pepper mill Standard 12 111. Nutmeg
grater Standard 04
112. Cigar cutter Standard 04 113. Cocktail
shaker Standard 08
114. Hawthrone straner
Standard 04
115. Bar spoon Standard 04 116. Ice Picks Standard 04 117. Peg
Measure Standard 04
118. Optic measure
Standard 04
119. Check-flow pourer
Standard 04
120. Push up measure
Standard 04
pourer 121. Ice cram
scoop Standard 12
122. Bottle stand Standard 02 123. Wine rack Standard 01 124. Hydrometer Standard 01 125. Avocado
dish Standard 06
126. Asparagus plate
Standard 06
127. Asparagus tongs
(oval eared)} 02
128. Egg dish (round ear) 06 129. Fish dish (oval eared)} 06 130. Oyster
dish/plate} Standard 06
131. Oyster fork Standard 06 132. Snail dish Standard 06 133. Snail fork Standard 06 134. Snail tong Standard 06 135. Parfait
spoon Standard 12
136. Salad dish Standard 12 137. Cheese
knife Standard 12
138. Grape fruit knife
Standard 12
139. Grape fruit spoon
Standard 02
140. Lobster cracker
Standard 02
141. Lobster pick Standard 02 142. Corn on the
cob holder Standard 06
143. Grape scissors
Standard 02
144. Caviar knife Standard 02 145. Fondue
fork/dish Standard 06
146. Carving set Standard 02 147. Cheese
board Standard 04
148. Skewers (stainless steel with wooden handle)
12
149. Oil & Vinegar cruet
Standard 06
150. Sugar dredger EPNS
Standard 02
151. Fruit basket Standard 12 152. Gateaux
stand Standard 04
153. Chopping board
PVC 06
154. Table numbers
SS 30
155. Waiters friend
SS 24
156. Angels’ wings
SS 06
157. Crown cap opener
SS 24
158. Cane openers
SS 06
159. Wine cradle Standard 12 160. Ice shaver Standard 01 161. Broken cork
extractor Standard Standard
02
162. Corking machine
Standard 01
163. Citrus squeezer
SS 06
164. Funnel SS 02 165. Bar mixing
glass SS 02
166. Swizzle stick
Standard 24
167. Muddler Standard 02 168. Cocktail
sticks Standard 24
169. Tent card holder
Standard SS 10
170. Table number
Standard brass 10
171. Supreme bowls with inserts
Standard 12
172. Napkin rings
Standard 12
173. Soup dispenser
Different sizes 3
174. Flambé trolley
Standard 1
175. Juice extractor
Standard reputed brand
1
176. Water cooler
40 ltrs. With R.O system
2
177. Plate warmer & dispenser
(50 plate) 2
178. Gueridon trolley
Standard 1
179. Mirrors buffet displays
Standard 6
180. Cocktail blender
Standard 01
181. High speed mixer blender
Standard 01
182. Wine caraffe
standard 12
183. Soda carafe standard 12 184. Water
carafe standard 12
185. Pool gloves standard 12 NOTE: - EMBOSSING OF UNIVERSITY LOGO HAS T0 BE DONE WHEREVER POSSIBLE.
TOTAL VALUE IN RS. (FIGURES):- TOTAL VALUE IN RS. (WORDS):- TAXES APPLICABLE:-
(STAMP OF THE FIRM) (SIGNATURE OF AUTHORISED PERSON)
ANNEXURE-3
BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
HOUSE KEEPING LAB EQUIPMENTS (CLEANING EQUIPMENTS, LAUNDARY MACHINES, LINEN, AND MISLENNIOUS ITEMS) Sr. No.
Item Description
Size Qty. Unit Price Total Price
ELECTRICAL CLEANING EQUIPMENT: 1. Vacuum
Cleaner) (dry pickup industrial model}
02
2 Vacuum Cleaner (wet & dry pickup industrial Model)
01
3 Scrubbing-cum-Polishing machine)
(with suction facility 51 cm cleaning path, 38 Lt. solution tank and 45 Lt. recovery tank}
01
4 Carpet shampooing machine
(with suction facility 13 Lt. capacity 13” cleaning path with 1200 RPM brush rotation)
01
NON-ELECTRICAL CLEANING EQUIPMENT: 5 Brooms:
a) Soft} b) Hard} c) Yard}
broom}
Standard{reputed brand}
24 24 12
6 Brushes: (all are to be made of nylon bristles)
a) Carpet brush}
b) Hand scrubber
Handle should be of SS and detachable; ;brushes/ clothes replaceable { where able applicable}
24 24
} c) T-
scrubber d) WC
brush} As per requirement
e) Upholstery brush}
f) Ceiling broom}
g) Washbasin brush}
Industrial model used in hotel.
24 24 24 24 24
7 Mops:
a) with detachable/fixed heads
Handle should be of SS and detachable; ;brushes/ clothes replaceable {where able applicable}
b) Industrial model used in hotel
24
8 Squeegees Handle should be of SS and detachable; ;brushes/ clothes replaceable { where able applicable} Industrial model used in hotel
24
9 Box sweeper Industrial model used in hotel
1
11 Chamber maid’s box
Industrial model used in hotel
1
12 Maid’s trolley-- -dimensions in 1
mm 1540*575*1385 -Light weight frame (net wt. not to exceed 62 kg.) -Average load capacity 100 kg. -Adjustable shelves- -Space between shelves-305mm -With compartmentalized top section using lamented ply -Linen hamper-canvas (100 L cap.) and Garage hamper-plastic (80 L cap.)-Castor size-250 mm/2 fixed and 2 swivel with breaks -Bumpers-wheel type (horizontal
13 Mop wringer trolley
Industrial model used in hotel
2
14 Cleaning trolley-As per requirement sack holder with cover basked to hold cleaning material hooks for dust pan, hand brush etc.
- 2 buckets (25 Lt. Cap. Each)
Mop wringer attached Above one bucket.
2
15 Floor signs
-24” Ht. ‘Caution-Wet Floor’ -‘Caution-Work Area’
04 each
-Yellow colored board with black lettering
LAUNDRY EQUIPMENT: 16 Washer
Extractor
20 Kg. per charge capacity, fully automatic, infinite wash and high spin extract, front loading, open pocket, All stainless steel, computer operated
02
17 Drying Tumbler Capacity fully automatic, infinite wash and high spin extract, front loading, open pocket, All stainless steel, computer operated 20 kg.
01
18 Calendaring machine
(With one roller width 100 cm.}
01
19 Dry Cleaning Machine
20 kg dry weight per charge capacity{high spin} Can use both M.T.O. and perc solvent High speed extract, totally computer controlled Option for storing two different type of chemical at the same time with their individual filter tank
01
20 Steam press (with cuff & collar press hand
01
operated) 21 Iron (light weight –
one & heavy duty – one)
02
22 Ironing board (foldable) 01 23 Spotting
Machine Industrial model/ reputed brand
24 Sinks (stainless steel with drain board}42” *24”*36”+6”
02
25 Weighing scale (With a holding basket to weigh up to 25 kg.}
01
26 Linen basket trolley
(stainless steel with draining facility 820 mm Ht. x 65 mm W x 740 mm L04 swivel castors)
03
27 Shelf (for storing chemicals with lockable doors, Particle board laminate finish dimensions 1200 mm H x 900 mm L x 600 mm D-3 Shelves adjustable)
01
28 Exhaust Fan (one above dryer and one above steam press)- industrial model
02
29 Shelves/ Cabinet (for storing linen & uniforms, wood laminated with sliding lockable ventilated doors) –02) Dimensions – 2100 mm H x 600 D x 2100 mm W adjustable shelves-04
01
b) Dimensions – 2100 mm x 600mm x 2100 mm Shelves – 2 with rods for hanging uniform-01
30 Ladder (aluminum A type 1200 mm height)
01
31 Inspection table (2100mm x 1200mm wood laminate with storage facility underneath with 2 shelves either side of 600 mm depth)
01
LINEN 35 Bed sheet (double)110”*11
0,210 TC 06
36 Bed sheet (single)110”*72”,210 TC
06
37 Duvet with cover
(Single) 103”*62”, 250gsm.
01
38 Mattress Protector
(single)6’*3’ 01
39 Mattress Protector
(Double) 6’*6’, 200gsm.
01
40 Pillow (Hard)30”*20” , 1000 gms.
04
41 Pillow (soft)30”*20”, 1000gms, siliconised hollow fibre with bounce back effect,300 TC
04
42 Pillow cover 31”*21”, 12 43 Beds cover (single) 01 44 Bed cover (double) 01 45 Bath towel 60”*30”,
600gms. 06
46 Hand towel 26”*16”, 150gms.
06
47 Bath mat 30”*20”,300gms 06
48 Baize cloth Square (4seater)-10tables,Square (2seater)-12tables,Rectangular 4seaters -4tables
104
49
Table cloth Square (4seater)-10tables,Square (2seater)-12tables,Rectangular 4seaters -4tables
104
50
Curtains Rate/meter and stitching charges
As per window size
51 Napkins 46-50 cm 320
52 Slip cloth Square (4seater)-10tables,Square (2seater)-12tables,Rectangular 4seaters -4tables
104
53 Buffet runner {2 mts. X 4 mts.}
100mts.
54 Buffet frills/skirting}
Standard size(4diffrent colours)
24
MISCELLANEOUS ITEMS
55 Sewing machine with food paddle
Reputed brand with latest features
1
56 Brass planters Standard 24
57 Brass standing lamp
Standard 1
58 Flower bowls Standard - different sizes
24
59 Stem Holder Standard - different sizes
36
60 Flower cutter Standard 2
61 Water sprinkler Standard 6
62 Mechanical bush cutter
Standard 1
TOTAL VALUE IN RS. (FIGURES):-
TOTAL VALUE IN RS. (WORDS):- TAXES APPLICABLE:-
(STAMP OF THE FIRM) (SIGNATURE OF AUTHORISED PERSON)
ANNEXURE-4
BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
FRONT OFFICE LAB, GENERAL FURNITURES & FIXTURES Sr. No.
Item Description Size Qty. Unit Price
Total Price
*FURNITURE: 1. Front Office Counter
. 6’ L x 1 ½ B x 3 ½’ H with drawer – 3 Nos. Cabinets Top & Sides – 03 laminated Reception, Cash & Information sigh boards Registration card Holder - recessed with 28 slots with facility for recessed monitors & sliding key board recessed message & key rack at the centre teak wood
01
2 Lobby Desk ‘L x 2’B x 2’ H with drawer Cabinet- Right side, top & sides laminated – teak wood b) Chair (upholstered- teak wood)
01
3 Bell Desk H semi circular, with drawers Cabinets – Teak wood Hotel type
01 03 01
EQUIPMENT: 4 Fidelio Software system Standard 01 5 Room Rack (standard specification)
Hotel type 01
6 Date & Time stamping (standard specification) 01
machine (standard specification)
Hotel type
7 Electric Calling Bell (Standard specification)
(standard specification) Hotel type
01
8 Telephone: Instruments
With display ,reputed brand with latest features
04
9 Postal Scale (digital-1kg. capacity) 01 10 Folio Bucket (2’L x 2’ B x 1’ H with
slots of ½ “ teak wood) 02
11 Bulletin Board ( 3 ‘ L x 2.5’ B with baize cover)
01
12 Public Address System (standard specification) 01 13 Credit Card Imprinter (Standard specification) 01 14 Luggage Net – small (Nylon) 01 15 Guest Folio Tray Hotel type – plastic 01 16 Exchange Rates Board ( 2’ L x 2’ B Prestosign
type) 01
17 Safe Deposit Box (standard specification) 01 18 Paging Board (1’L x ½’ B with handle &
bells attached, White Board, teak wood)
01
19 Postage Folder) (with pockets- leather} 01 RESERVATION OFFICE: 20 Table
3’ L x 2’ B x 2” H with drawer Cabinet Right side- Top & Sides laminated, with facility for recessed monitors and sliding key board, teak wood.
01 01 01
21 Chair Swivel type 01 22 Head set with mouth piece Standard/ reputed brand 01 23 Wall mounted rack (3’ L x 2’ B x 1’ D- Teak
wood) 01
24 Space Availability Board ( 3’ L x 2.5’ with pegs for indicating availability- Particle board}
01
*FURNITURE FOR STAFF ROOM OFFICE CABINS 47 Managers modular table (with
01 revolving chairs and 02 cushion chairs each in front)
Reputed brand like Godrej/ Featherlite/Delite/ equilavelent make
04
48 Curtains (window) a)Rate per meter of cloth b)Stitching charges
As per req.
H.O.D. ROOM 49 Office table (executive type) Reputed brand like Godrej/
Featherlite/Delite/ equilavelent make
01
50 Revolving chair -DO- 01 51 Cushion chair -DO- 04 52 Sofa set (two seater)
(Single seater) -DO- 01
02
53 Coffee table -DO- 02 54 Lounge Chair Four Seater; Reputed
brand like Godrej/ Featherlite/Delite/ equilavelent make
02
*FURNITURE FOR LABS/OFFICR/CLASSROOM/GUEST ROOM 55 Office table with drawers Reputed brand like Godrej/
Featherlite/Delite/ equilavelent make
09
56 Revolving chairs -DO- 09 57 Cushion chairs/ Instructor’s
chair -DO- 24
58 Almirahs -DO- 10 59 File cabinet -DO- 04 60 Single bed 6’*3, Standard 01 61 Double bed 6’*5, Standard 01 62 Double Mattress 6’*5, Standard 63 Single Mattress 6’*3, Standard 01 64 Bedside Table Standard 02 65 Writing Table with Chair Standard Size 01+01 66 Lockers 04 Doors/SS; Reputed
brand like Godrej/ Featherlite/Delite/ equilavelent make
30
67 Study –Chairs For students in Classroom; Reputed brand like Godrej/ Featherlite/Delite/ equilavelent make
120
68 White boards 6’*4’ 06 *FURNITURE- RESTAURANTS(ATR&BTR)
69 Table wooden (a) Square – 4 seater ( 10 tables) (b) Square – 2 seater ( 12 tables) (c) Rectangular 4 seater(04 Tables)
26
70 Dining chair wooden upholstered (as per décor)
90
71 Side boards 4’ x1.5 x 4’ 4 to (depending on Décor & Lay out)
09
72 White boards on stand Standard size 02 73 Hostess desk Standard size 02 74 Podium/lectern Standard size 04 75 Folding buffet tables 6 x 2 ½ 04 76 Banquet chairs (stackable) Standard 50 HOUSE KEEPING LAB 77 Working tables
with under shelves 24”*24”*24”- SS 04
78 Lab Stool SS and industrial type
25
79 Steel cupboard {Linen Room: Uniform cupboards }
7’*4’ 02
*FURNITURE: BAR
80 Bar counter (size, shape etc.
as per requirement)
1
81 Back bar with display
size, shape etc. (as per requirement)
1
82 Bar stools Standard 8 *FURNITURE-
STORES
83 Filing cabinet 4 drawer
Reputed brand like Godrej/ Featherlite/Delite/ equilavelent make
01
84 Store keeper table Standard 01 85 Issue counter with
under shelves -Do- 01
86 File rack -Do- 01
87 Slotted angle racks
SS-7’*4’ 06
*Note: Furniture Supplier must visit University Premises/site to get exact dimensions so that they can deliver customized furniture as per location.
TOTAL VALUE IN RS. (FIGURES):- TOTAL VALUE IN RS. (WORDS):- TAXES APPLICABLE:-
(STAMP OF THE FIRM) (SIGNATURE OF AUTHORISED PERSON)
ANNEXURE-V BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
AUDIO-VIDUAL AND GENERAL OFFICE EQUIPMENT:
AUDIO-VIDUAL AND GENERAL OFFICE EQUIPMENT: SR.NO ITEMS/DESCRIPTION SIZE QUANTITITY RATE AMOUNT
1 Overhead Projector Standard/ reputed brand 04 2 Trolley for OHP Standard/ reputed brand 04 3 Transparency frames Standard/ reputed brand 01 4 LCD Projector Standard/ reputed brand
like Sony 02
5 Projection Screen-wall/ceiling
Standard/ reputed brand 02
6 LCD TV 42” standard brand like Sony
02
7 DVD Player 4 in one, standard brand like Sony
01
8 Photocopier 32/40 ppm black and white, 10 ppm colour, 600*600 dpi {copy}, 1200*1200dpi {print}, 10/100 base T Ethernet, speed and image quality, auditron , scanning with Text Searchable PDF
02
9 Flip Board- Portable-for slip charts 03 10 Work Centre-
Print/Copy/Scan/Fax Up to 20ppm(A4) 600*600dpi Fax at lightning 3seconds per page Compatible with window 98,Me,2000,XP, Mac OS& Linux USB1.1(Compatible with USB2.0)IEEE1284 Parallel Simple plug& play set up
01
11 Laptop Brands like Dell/ Sony with Latest features.
02
12 Printer (Laser) Black& white 25 ppm(letter) 24ppm(A4), up to 1200 dpi* 600dpi image quality,150MHz/Host based Parallel;USB1.1(compatible with2.0)
06
13 Fax machine Standard/Reputed Brand with latest features.
01
14 Digital Still Camera Reputed brand like Sony with latest features.
01
15 Air conditioners 1.5 TON SPLIT 08
TOTAL VALUE IN RS. (FIGURE):-
TOTAL VALUE IN RS. (WORD):- TAXES APPLICABLE:-
(STAMP OF THE FIRM) (SIGNATURE OF AUTHORISED PERSON)
MODEL)/reputed Company like LG/HITACHI with latest features.
16 Handi-Cam Reputed brand like Sony with latest features.
01
17 Standing Mike
Standard/ reputed brand 2
18 Cordless Mike Standard/ reputed brand 2 19 Collar Mike Standard/ reputed brand 2 20 Amplifier Standard/ reputed brand 1. 21 Speaker Standard/ reputed brand 4
BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
(A State University recognized under Section 2(f) and 12(B) of the U.G.C. Act 1956) Web site: www.bpswomenuniversity .ac.in Email: [email protected]
Telephone No. 01263-283001,002
Tender Fee Rs.1000/-for each lab Tender No: BPSMV-B.Sc (H&HA) /2009-10
Last date of receiving tender: 12 April, 2010 (4 p.m); Date of Opening of Tender:13
April,2010 (2 pm)
Tender fee amounting to Rs. 1000/-has been deposited vide Receipt No/Draft
No___________ dated __________
Tender Form Tender for:
From (Name, Postal Address & Telephone no. of the firm):
To
Registrar, BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
We agree to abide by the terms & conditions mentioned in annexure ‘I’. All the pages
have been signed by us in token to our acceptance of the terms mentioned therein
Rates for the supply of the items and the quantity to be supplied mentioned against
each being submitted vide Annexure ‘II” Goods will be delivered in a period of
……….. Days from the date of the receipt of the purchase order. The rates quoted
are valid up to…………. days from the date of opening the tender.
Period of Guarantee/ Warranty Shall be…………….
Earnest Money: 1% of Bid Amount i.e. amounting Rs. ----------- ( )
Is enclosed vide DD/ Pay Order No___________
dated___________
Copies of certified certificate from Chartered Accountant showing turnover for the
financial year 2008-09/ Proof of completion of two works of similar nature during the
financial 2007-2008 & 2008-2009 / PAN No ………………./ VAT registration No .-----
------------- are enclosed.
I/ We have understood the items of the tender annexed at annexure II and have
thoroughly examined the specifications / drawing and / or pattern quoted or referred
to herein and/are fully aware of the nature of the stores required and my / our offer is
to supply the stores strictly in accordance with the requirements subject to the terms
and conditions contained in the Purchase Order, if communicated on the acceptance
of this tender either in whole or in part.
Dated Signature of office seal (Bidder)
Annexure-‘I’
BPS Mahila Vishwavidyalaya, Khanpur Kalan (Sonepat)
(A State University recognized under Section 2(f ) and 12(B) of the U.G.C. Act 1956) SUPPLY AND INSTALLATION OF B.Sc (HOSPITALITY AND HOTEL ADMINISTRATION LABORATORY EQUIPMENTS)
Sealed tenders are invited from respectable hotel equipment vendors for supply and installation of Heavy and Small Capital equipments, Furniture’s & Fixtures etc. various labs of BSc (Hospitality and Hotel Administration) program of the university. 1.Procedure The bidder has to submit his bid in two separate sealed envelopes super scribing "Commercial Bid" and "Technical Bid" respectively. The commercial bid should contain the Financial Proposal for the University H&HA Lab equipments and Technical Bid should include Technical Proposal for the University H&HA Lab equipments. 2. About the University Bhagat Phool Singh Mahila Vishwavidyalaya, the first University for women in north India, was established under an act of the state legislature of Government of Haryana (No.UG.31/2006) on November 10, 2006 with the objective to make a profound difference in the lives of women by empowering them to attain their full potential though pursuit of knowledge, acquisition of skills, development of character and self-esteem and recognition of rights and responsibilities. It is recognized by University Grants Commission, India under section 12B of UGC Act, The university has a sprawling campus spread in an area of over 500 acres of land. The university has more than 200 faculty members. The university has adequate teaching blocks, 14 hostels for about 3000 students with all modern facilities and about 150 staff quarters Staff Quarters for the teaching and administrative staff of the University along with a central library and language labs. A herbal garden, with medicinal plants in 12 acres of land, is being developed in the University campus with the help of Department of Forests, Government of Haryana and it will also be used as an amusement park for
children with all modern facilities for children’s play, like swings and other amusement equipments. Within a short span of two and half years, the University has been able to make its presence felt the world over. It is running more than 30 programmes in 06 Faculties and 04 Institutes, imparting education in various disciplines to more than 6000 students with an annual intake of more than 1200 students. The University in its functioning gets support and guidance from its Statutory Bodies such as the Court, the executive council, the Planning Board, the Academic Council and the Finance Committee. To facilitate the assigned role by these statutory bodies, the members of these bodies are the persons of eminence from varied fields and disciplines. A large number of programmes are on anvil which includes a Medical College and Hospital, a Nursing College and a Dental College. The construction of the Hospital has already begun. In addition, The University is also moving towards e-governance and proposes to have Wi-Fi in the entire campus. A lavish campus equipped with the latest infrastructure, right ambience and committed and qualified faculty makes it an ideal place for acquisition of knowledge and learning. 3. EMD The EMD for the project is not less than1% of total amount of the bid in the form of demand draft in favour of Registrar, BPS Mahila Vishwavidyalaya payable at Khanpur Kalan and same will be refunded to the unsuccessful bidders. 4. General Conditions 4.1 The bidder should be an original hotel equipments supplier of
national/international repute dealing with NCHMCT’S Institute (IHMs). The bidder must have requisite infrastructure and resources to successfully execute the supply &install equipments in labs and provide services.
4.2 The bidder should be a reputed Organization engaged in manufacturing &
supplying equipments to Hotel Management institutes. 4.3 Preference would be given to Bidder which is an ISO certified
company or it must be registered with appropriate authorities. 4.4 Preference will be given to those who have domain expertise of similar
nature for quick and prompt understanding of NCHMCT Institutes (IHMs). 4.5 Preference will be given to those who have branch office and Support
center in Delhi-NCR for getting faster post - implementation technical support.
4.6 The University reserves the right to carry out the capability
assessment of the bidder and the University’s decision shall be final & binding to all in this regard.
4.7 Preference may be given to those bidders who are capable to supply
complete requirement of B.Sc (H&HA) Labs of the University. Though a party can bid for one lab (annexure) or more separately.
4.8 Incomplete tender such as unsigned tender, absence of supporting
documents, late submitted quotation, conditional quotation will not be
accepted.
4.9 Firms are required to supply the items with in 06 weeks from the placement
of the order.
4.10 The tender document must reach to the Registrar, BPS Mahila
Vishwavidyalaya, Khanpur Kalan (Sonepat) by hand or by registered post /
speed post latest by 12 April, 2010(4 P.M) & Date of Opening of Tender: 13
April, 2010 (2 P.M)
4.11 The dispute, if any, will be subject to jurisdiction at Sonepat or arbitration,
the decision of the Vice-Chancellor will be final.
5. Eligibility Conditions
The bidding is open to all qualified Bidders who fully meet the following qualifying requirements:- 5.1 The bidder must have a proven track record of supplying lab equipments
in at least five or more of the NCHMCT Institutes or equivalent institutes. 5.2 Bidder should be in operations for a minimum of last 5 years. 5.2.1 Bidder should have a minimum turnover of Rs. 20 lacs (Rupees Twenty
Lacs.) during last 3 financial years (in combination). The supplier should attach the certified copy of supply order lab equipments in Govt. /Govt. Autonomous organization.
5.3 Bidders should have sufficient technical professionals on rolls. to cater
Unhindered university requirements. 5.4 The supplier should attach the certified copy of the registration of the
firm. 6. Scope of work Supplier is expected to coordinate with university department once receiving the order and Scope of the work includes: 11.1. Analyzing & assisting in the design of the University labs. 11.2 Providing specifications required (plumbing, electrical etc.) for the equipments to be fitted in labs. 11.3 Monitoring desired modification in labs. 11.4. Installing the equipment 11.5 Implementation and 11.6 Providing Documentation and Training of staff. Instruction to Bidders �Tender should be sent in sealed and super scribed envelops with mention of
Tender No. date and date of opening.
�Late and Delayed Tender will not consider at all.
�Duties Taxes where legally leviable and intended to be claimed should be distinctly
shown separately in the Tender.
�Your quotation should be valid for 80 days from the date of opening of tender.
�Preference will be given to those tenders offering supplies from ready stocks and
on the basis of F.O.R. Destination/ Free door delivery at Site.
�All available Technical Literature (s), Catalogue(s) and other data in support of the
Specification and details of the items (s) should be furnished along with the offer.
�Samples, if any, called for, should be submitted free of all charges by the bidder
and the Purchaser shall not be responsible for any loss or damage thereof due to
any reason whatsoever. In the event of non-acceptance of tender, the bidder shall
have to remove the samples at his own expense.
�Specifications: Stores offered should strictly conform to our specifications. Deviation, if any should
be clearly indicated by the bidder in their quotation. The bidder should also indicate
the make/type No. of the stores offered and provide catalogue(s), technical
literature(s) and sample(s), wherever necessary along with quotations. Test
certificates wherever necessary should be forwarded along with the supplies.
Whenever options are called for in our specifications, the bidder should address all
such options. Wherever specifically mentioned by us the bidder could suggest
changes to specifications with appropriate response for the same.
o The purchaser shall be under no obligation to accept the lowest or any tender and
reserves the right of acceptance of the whole or any part of the tender or portion of
the quantity offered and the bidders shall supply the same at the rates quoted
o Corrections, if any, must be attested. All amounts shall be indicated both in words
as well as in figures. Where there is difference between amounts quoted in words
and figures, amount quoted in words shall prevail.
o The bidder should supply along with the tender, the name of his bankers as well as
the latest Income Tax clearance Certificate duly countersigned by the Income Tax
Officers of the circle concerned under the seal of his office
o The Purchaser reserves the right to place order on the successful bidder for
additional quantity up to 25% of the quantity offered by them at the rates quoted.
o The authority of the person signing the tender, if called should be produced
o Complete system configuration and sub- system design details should have
approval of the purchaser before actual fabrication or procurement process.
o A complete set of instruction and operation manual should be supplied at the time
of installation.
o Final performance should be guaranteed at the site.
Terms and Conditions of Contract 1. Definitions :
a) The terms ‘Purchaser’ shall mean the Registrar, BPS Mahila Vishwavidyalaya,
Khanpur Kalan.(Sonepat)
b) The term ‘Contractor’ shall mean, the person, firm or company with whom or
with which the order for the supply of stores is placed and shall be deemed to
include the Contractor’s successors, representative, heirs, executors and
administrators unless excluded by the contact.
c) The ‘Stores” shall mean that contractor agrees to supply under the contract as
specified in the Purchase Order including erection of plants and machinery and
subsequent testing, should such a condition be included in the Purchase Order.
d) The term “Purchase Order” shall mean the communication signed on behalf of
the purchaser by an officer duly authorized intimating the acceptance on behalf
the purchaser on the terms and conditions mentioned or referred to in the said
communications accepting the tender or offer of the contractor for supply of
stores of stores or plant, machinery or equipment or part or thereof.
2. Prices: Tenders, offering firm prices will be preferred, where a price variation clause is
insisted upon by a bidder, quotations with a reasonable ceiling should be submitted.
Such offers should invariably be supported by the base price taken into account at
the time of tendering and also the formula for any such variations.
3. Security Deposit. On acceptance of Tender, the contractor shall, at the option of the Purchaser and
within the period specified by him deposit with him in cash or any other form as the
purchaser may determine, Security Deposit not exceeding ten percent of the value of
the contract as the Purchaser shall specify. If the contractor is called upon by the
purchaser to deposit ‘Security’ and the contractor fails to provide the security within
the period specified, such failure shall constitute a breach of the contract and
purchaser shall be entitled to make other arrangements for the re-purchase of the
stores contracted for at the risk of contractor and/ or to recover from the contractor
damages arising from such cancellation.
4. Guarantee and Replacement: a) The contractor shall guarantee that the stores supplied shall comply fully with
the specifications laid down, for material workmanship and performance.
b) For a period of (12) twelve months after the acceptance of the stores, if any
defects are discovered therein or any defects therein found to have developed
under proper use arising from faulty stores, design or workmanship, contractor
shall remedy such defects at his own cost provided he is called upon to do so
within a period of 14 months from the date of acceptance thereof by the
purchaser who shall state in writing in what respect the store or any part thereof
are faculty.
c) If in the opinion of the purchaser, it becomes necessary to replace or renew any
defective stores such replacement or renewal shall be made by the Contractor
free of all costs to the purchaser provided the notice informing the contractor of
the defect is given by the purchaser in this regard within the said 14 months
from the date of acceptance thereof.
d) Should the contractor fail to rectify the defects the purchaser shall have the right
to reject or repair or replace at the cost of the contractor the whole or any
portion of the defective stores.
e) The decision of the purchaser, not withstanding any prior approval of
acceptance or inspection thereof on behalf of the purchaser, as to whether or not
the stores supplied by the contractor are defective or any defects has developed
within the said period of 12 months or as to whether the nature of the defectives
required renewal or replacement shall be final, conclusive and binding on the
contractor.
f) To fulfill guarantee conditions outlined in Clause 4(a) to (d) above, the
contractor shall, at the option of the purchaser, furnish a Bank Guarantee (as
prescribed by the purchaser) from a Bank approved by the purchaser for an
amount equivalent to 10% of the value of the contract along with first shipment
documents. On the Performance and completion of the contract in all respects,
the Bank Guarantee will be returned to the contractor without any interest.
g) All the replacement stores shall also be guaranteed for a period of 12 months
from the date of arrival of stores at Purchaser’s site.
h) Even while the 12 months guarantee applied to all stores in case where a greater
period is called forth by our specifications then such a specification shall apply ;
in such cases the period of 14 months referred to in Para 4 (b) and (c) shall be
‘asked for’ guarantee period plus two months.
5. Packing, forwarding and Insurance: The contractor will be held responsible for the stores being sufficiently and properly
packed for transport by rail, road, sea or air, to withstand transit hazards and ensure
safe arrival at the destination. The packing and marking of packing shall be done by
and at the expenses of the contractor. The Purchaser will not pay separately for
transit insurance, all risks in transit being exclusively of the contractor and the
purchaser shall pay only for such stores as are actually received in good condition,
in accordance with contract.
6. Testing Certificate: Wherever required Test Certificate should be sent along with relevant dispatch
documents.
7. Acceptance of stores: a) The stores shall be tendered by the contractor for inspection at such places as
may be specified by the purchaser at the Contractor’s own risk, expenses and
cost.
b) It is expressly agreed that the acceptance of stores, contracted for is subject to
final approval by the purchaser, whose decision shall be final.
c) If, in the opinion of the Purchaser all or any of the stores that do not meet the
performance or quality requirements specified in the Purchase Order, they may
be either rejected or accepted at the price to be fixed by the purchaser and his
decision as to rejection and the prices to be fixed shall be final and binding on
the contractor.
d) If the whole or any part of the store supplied are rejected in accordance with
Clause No.7 (c) above , the purchaser shall be at the liberty , with or without
notice to the Contractor , to purchase in the open market at the expenses of the
Contractor , stores meeting the necessary performance and quality contracted for
in place of these rejected, provided that either the purchase, or the agreement to
purchase , from another supplier is made within six months from the date of
rejection of stores as aforesaid.
8. Rejection of stores: Rejected Stores will remain at the destination at the Contractor’s risk and
responsibility, if instructions for their disposal are not received from the Contractor
within a period of 14 days from the date of receipt of the advice or rejection, the
purchaser or his representative has at his discretion the right to scrap or seal or
consign the rejected stores to the contractor’s address at the Contractor’s entire risk
and expense, freight being payable by the Contractor at actual.
9. Delivery Period: a) The Delivery period of the stores stipulated in the purchase Order shall be
deemed to be the essence of the Contract i.e. 15 days, and delivery must be
completed on or before the specified dates/period.
b) Should the contractor fails to deliver the stores or any consignment thereof
within the period prescribed for such delivery, the purchaser shall entitled at his
option either. I. to recover from the contractor as agreed liquidated damages and not
by way of penalty, a sum of 2% of the price of any stores which the contractor has
failed to deliver as aforesaid for each month or part of a month, during which the
delivery of such stores may in arrears, or II. to purchase elsewhere without notice to
the contractor on the account and at the risk or the contractor, the stores not
delivered or others of similar description (where other exactly complying with the
particulars are not, in the opinion of the purchaser readily procurable, such opinion
being final) without canceling the Contract in respect of the consignment (s) not yet
due for delivery or, III. to cancel the contract or a portion thereof , and if so desired to
purchase or authorize the purchase of stores not so delivered or others of similar
description ( where other exactly complying with the particulars are not, in the
opinion of the purchaser readily procurable, such opinion final) at the risk and cost of
the Contractor.
In the event of action being taken under sub-clause (ii) and (iii) of clause 9 above,
the Contractor shall be liable for any loss which the Purchaser may sustain on that
account, provided that the re-purchase, or, if there is an agreement to re-provide
shall made within (6) six months from the date of such failure. But the Contractor
shall not be entitled to any gain on such re-purchase made against default. It shall
not be necessary for the purchaser to serve a notice of such re-purchase on the
defaulting Contractor. This right shall without prejudice to the right of the purchase
to recover damages for breach of contract by the Contractor.
10. Extension of Delivery Time: As soon as it is apparent that Contractor delivery period/ dates cannot be adhered
to, an application shall be sent by the Contractor to the Purchaser. If failure, on the
part of the Contractor to deliver the stores in proper time shall have arisen from any
cause which the Purchaser may admit as reasonable ground for an extension of the
time and his decision shall be final he may allow such additional time as he
considers it to be justified by the circumstances of the case without prejudice to the
Purchaser’s rights to recover liquidated damages under clause 9(i ), (ii) and (iii).
11. Payment: Contractor’s Bill will be passed only after the store have been received, inspected
and accepted by the Purchaser for payment.
12. Recovery of Sums Due: Whenever there is a breach of contract whether liquidated or not, money arising out
of or under this contract against the contract, the Purchaser shall be entitled to
recover such sum by appropriating in part or whole, the security deposited by the
Contractor, if a Security is taken against the contract. In the event of the Security
being insufficient or if no security has been taken from the Contractor, then the
balance or the total sum recoverable as the case may be shall be deducted from
any sum then due or which at any time thereafter may become due to the
contractor under this or any other contract with Purchaser. Should this sum be not
sufficient to cover the full amount recoverable, the Contractor shall pay to the
Purchaser on demand the remaining balance due. Similarly, if the purchaser has or
makes any claims, whether liquidated or not, against the Contractor under any
other contract with purchaser, the payment of all money payable under the
contract to the Contractor including the Security Deposit shall be withheld till
such claims of the Purchaser are finally adjudicated upon and paid by the
Contractor.
13. Indemnity: The Contractor shall warrant and be deemed to have warranted that all stores
supplied against this contract are free and clean of infringement of any patent,
copy right or trade mark, and shall at all time indemnify the purchaser against all
claims which may be made in respect of the stores for infringement of any right
protected by patent, registration of design or trade mark and shall take all risk of
accidents of damage which may cause a failure of the supply from whatever cause
arising and the entire responsibility for sufficiency of all the means used by him
for the fulfillment of contract.
14. Arbitration:
In the event of any question, dispute or difference arising under these conditions
contained in the purchase order in connection with this contract, (Expect as to any
matters the decision of which is specially provided for by these conditions), the
same shall be referred to the sole arbitration of the Head of the Institution or of
some other person appointed by him. It will be no objection that the arbitrator is a
Government Servant, that he has to deal with matter to which the contract relates
or that in the course of his duties as Government Servant he has expressed views
on all or any of the matters in dispute binding on the parties of this Contract.
(a) It is Terms of the Contract: If the Arbitrator be the Head of the Institution :
I. in the event of his being transferred or vacating his office by resignation or
otherwise, It shall be lawful for his successor –in-office either to proceed with
the reference himself, or to appoint another person as arbitrator, or
II. in the event of his being unwilling or unable to act for any reason it shall be
lawful for the Head of the Institution, to appoint another person as arbitrator or,
(b) If the Arbitrator be a Person appointed by the Head of the Institution: In the event of his death, neglecting or refusing to act, or resigning or being unable
to act for any reason, it shall be lawful for the Head for the Head of the Institution
either to proceed with reference himself or to appoint another person as arbitrator in
place of the outgoing arbitrator. Subject as aforesaid, the Arbitration Act, 1940 and
the rules there under and any statutory modifications thereof for the time being in
force shall be deemed to apply to the arbitration proceedings under this clause. The
Arbitrator shall have the power to extend with the consent of the purchaser and the
contractor the time for making a publishing the award. The venue of Arbitration shall
be Sonepat District (Haryana). In his absolute discretion may determine. Work under
the contract shall if reasonably possible, continue during Arbitration proceedings.
15. Counter Terms & Conditions of Supplies; Where Counter Terms & Conditions / printed or cyclostyled conditions have been
offered by the supplier, the same shall not be deemed to have been accepted by the
purchaser, unless specific written acceptance thereof is obtained.
___________________