Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC...

27
Agriculture Development and Farmers’ Welfare Department Z¿Lmkv ]ckyw \º¿ ]n.‰n.(2)155/‰n. 1/2016. 2016 Pq¨ 22. ]mtdm-´p-tImWw, tÉv s]Ãn-sskUv sSÃnwKv et_m-d-´-dn-bnse D]-tbm-K-Øn-te-°mbn sIan-°-ep-Iƒ \¬Im≥ k∂-≤-Xbpw tbm-Ky-Xbpw D≈ AwKo-IrX ÿm]-\-ß-fn¬\n∂pw ap{Z-h® sS≠-dp-Iƒ £Wn®p sIm-≈p∂p. AS-¶¬ XpI ` 2,50,000 (]-´nI sS≠¿ t^md-tØm- -sSm∏w e`n- °p- - Xm- Wv.) Hdn-Pn-\¬ sS≠¿ t^m-d-Øn\v ` 500 + 5% hm‰pw Uyqπn-t°-‰n\v ` 300 + 5% hm‰pamWv hne. sS≠¿ t^m- d- Øns‚ hne ]W- am- tbm aWn- tbm¿U- dm- tbm am{Xta kzoI-cn-°p-I-bp-≈q. sS≠¿ t^m-d߃ 27-˛7-˛2016, 1 aWn- h-scbp≈ {]h¿Ø\ ka-bØv Cu Hm- ^o- kn¬\n∂pw hn¬∏\ \S- Øp- - Xm- Wv. At∂Znhkw D®bv°v 2 aWn-hsc ap{Z-h® Ih- dp- I- fn¬ ka¿∏n- °p∂ sS≠- dp- Iƒ kzoI- cn- °p- - Xm- Wv. Ih- dn\p ]pdØv sIan- °- ep- Iƒ \¬Ip- - Xn- \p≈ sS≠¿’’ F∂v hy‡-ambn Fgp-Xn-bn-cn-°Ww. \n›nX ka-b-Øn\p ap≥]v e`n-°p∂ sS≠-dp-Iƒ At∂Znhkw 2.30 aWn°v At∏mƒ lmP-cp≈ sS≠-dp-Im-cpsS km∂n-≤y-Øn¬ Xmsg H∏n-´n´p≈ Hm^o-k-tdm At±lw Npa-X-e-s∏-Sp-Øp∂ Btfm Xpd-°p-∂-Xm-bn-cn-°pw. sS≠- dn- t\m- sSm∏w sS≠- ¿ XpI- bpsS 1% (1,500 cq]- bn¬ Ipd-bm-sX) hcp∂ XpIbv°v Xpey-amb Unam‚ v{Um^v‰v, GWÃv aWn -sU-t∏m-kn-‰mbn sU]yq´n Ub-d-IvS¿˛ Iw˛ko\n-b¿ sIanÃv, tÉv s]Ãn-sskUv sSÃnwKv et_m-d-´-dn, ]mtdm-´p-tImWw F∂-bm-fpsS t]cn¬ tÉv _m¶v Hm^v {Smh≥Iq-dns‚ sh≈-b-ºew imJ-bn¬ amdm-hp∂ hn[-Øn¬ ka¿∏n-®n-cn-°Ww. tÃm¿ ]¿t®kv hyh- ÿ- Iƒ°pw Im¿jnI hnI- k\ I¿jI t£ahIp∏v Ub-d-IvS-dpsS AwKo-Im-c-Øn\pw hnt[-b-ambn kzoI-cn-°-s∏-Sp∂ sS≠dns‚ DS-abv°v \nb-am-\p-krXw kssπ Hm¿U¿ \¬Ip-∂-Xm-bn-cn°pw. sS≠-dp-Iƒ kzoI-cn® hnhcw Adn-bn®p Ign-™m¬ sS≠- dp- Im- c≥ XpI- bpsS 5% hcp∂ XpI Xmsg H∏n´n- ´p≈ Bfp-sS t]cn¬ Un. Un Bbn kpc£m \nt£-]-sa∂ \ne-bn¬ \¬tI-≠Xpw ` 200˛s‚ ap{Z-]-{X-Øn¬ \nb-am-\p-kr-X-ambn Icm¿ shbvt°-≠-Xpam-Wv. kssπ Hm¿U¿ e`n-®p- I-gn-™m-¬ sS≠¿Im-c≥ kssπ Hm¿U¿ XobXn apX¬ 15 Znh-k-Øn-\Iw Xmsg H∏ph®n- ´p≈ BfpsS Hm- ^o- kn- tem Abmƒ \n¿t±- in- °p∂ ÿe-tØm km[-\-߃ FØn®p \¬tI-≠-Xm-Wv. PART III Stores Purchase 471 © tIcf k¿°m¿ Government of Kerala 2016 Regn. No. KERBIL/2012/45073 dated 5-9-2012 with RNI Reg. No. KL/TV(N)/634/2015-17 Xncph\¥]pcw, sNmΔ Thiruvananthapuram, Tuesday hmeyw 5 Vol. V 2016 Pqsse 19 19th July 2016 1191 I¿°-SIw 4 4th Karkadakam 1191 1938 BjmVw 28 28th Ashadha 1938 29 \º¿ No. } } tIcf Kkdd v KERALA GAZETTE B[nImcnIambn {]kn≤s∏SpØp∂Xv PUBLISHED BY AUTHORITY

Transcript of Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC...

Page 1: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

Agriculture Development and Farmers’Welfare Department

Z¿Lmkv ]ckyw

\º¿ ]n.‰n.(2)155/‰n. 1/2016. 2016 Pq¨ 22.

]mtdm -´p -tImWw, tÉv s]Ãn-sskUv sSÃnwKv

et_m-d-´-dn-bnse D]-tbm-K-Øn-te-°mbn sIan-°-ep-Iƒ

\¬Im≥ k∂-≤-Xbpw tbm-Ky-Xbpw D≈ AwKo-IrX

ÿm]-\-ß-fn¬\n∂pw ap{Z-h® sS≠-dp -Iƒ £Wn®p

sIm-≈p∂p.

AS-¶¬ XpI—` 2 ,50 ,000 (] -´ nI sS≠¿

t^md-tØm--sSm∏w e`n-°p-∂-Xm-Wv.)

Hdn -Pn -\¬ sS≠¿ t^m-d-Øn\v ` 500 +5% hm‰pw

Uyqπn -t°-‰n\ v ` 300 +5% hm‰pamWv hne. sS≠¿

t^m-d-Øns‚ hne ]W-am-tbm aWn-tbm¿U-dm-tbm am{Xta

kzoI-cn -°p -I -bp -≈q. sS≠¿ t^m-d߃ 27 -˛7 -˛2016 ,

1 aWn - h -scbp≈ {]h¿Ø\ ka-bØv Cu

Hm- o-kn¬\n∂pw hn¬∏\ \S-Øp-∂-Xm-Wv.

At∂Znhkw D®bv°v 2 aWn -hsc ap{Z -h®

Ih-dp-I-fn¬ ka¿∏n-°p∂ sS≠-dp-Iƒ kzoI-cn-°p-∂-Xm-Wv.

Ih-dn\p ]pdØv “sIan-°-ep-Iƒ \¬Ip-∂-Xn-\p≈ sS≠¿’’F∂v hy‡-ambn Fgp-Xn-bn-cn-°Ww. \n›nX ka-b-Øn\p

ap≥]v e`n-°p∂ sS≠-dp-Iƒ At∂Znhkw 2.30 aWn°v

At∏mƒ lmP-cp≈ sS≠-dp-Im-cpsS km∂n-≤y-Øn¬ Xmsg

H∏n-´n´p≈ Hm^o-k-tdm At±lw Npa-X-e-s∏-Sp -Øp∂

Btfm Xpd-°p-∂-Xm-bn-cn-°pw.

sS≠-dn-t\m-sSm∏w sS≠-¿ XpI-bpsS 1% (1,500 cq]-bn¬

Ipd-bm-sX) hcp∂ XpIbv°v Xpey-amb Unam‚ v{Um^v‰v,

GWÃv aWn -sU-t∏m-kn-‰mbn sU]yq´n Ub-d-IvS¿˛

Iw˛ko\n-b¿ sIanÃv, tÉv s]Ãn-sskUv sSÃnwKv

et_m-d-´-dn, ]mtdm-´p-tImWw F∂-bm-fpsS t]cn¬ tÉv

_m¶v Hm^v {Smh≥Iq-dns‚ sh≈-b-ºew imJ-bn¬

amdm-hp∂ hn[-Øn¬ ka¿∏n-®n-cn-°Ww.

tÃm¿ ]¿t®kv hyh-ÿ-Iƒ°pw Im¿jnI hnI-k\

I¿jI t£ahIp∏v Ub-d-IvS-dpsS AwKo-Im-c-Øn\pw

hnt[-b-ambn kzoI-cn -°-s∏-Sp∂ sS≠dns‚ DS-abv°v

\nb-am-\p-krXw kssπ Hm¿U¿ \¬Ip-∂-Xm-bn-cn°pw.

sS≠-dp-Iƒ kzoI-cn® hnhcw Adn-bn®p Ign-™m¬

sS≠-dp-Im-c≥ XpI-bpsS 5% hcp∂ XpI Xmsg H∏n´n- p≈

Bfp-sS t]cn¬ Un. Un Bbn kpc£m \nt£-]-sa∂

\ne-bn¬ \¬tI-≠Xpw ` 200˛s‚ ap{Z -] - {X -Øn¬

\nb-am-\p-kr-X-ambn Icm¿ shbvt°-≠-Xpam-Wv.

kssπ Hm¿U¿ e`n-®p- I-gn -™m-¬ sS≠¿Im-c≥

kssπ Hm¿U¿ XobXn apX¬ 15 Znh-k-Øn-\Iw Xmsg

H∏ph®n- p≈ BfpsS Hm- o-kn-tem Abmƒ \n¿t±-in-°p∂

ÿe-tØm km[-\-߃ FØn®p \¬tI-≠-Xm-Wv.

PART III

Stores Purchase

471

©tIcf k¿°m¿

Government of Kerala2016

Regn. No. KERBIL/2012/45073dated 5-9-2012 with RNIReg. No. KL/TV(N)/634/2015-17

Xncph\¥]pcw,

sNmΔ

Thiruvananthapuram,Tuesday

hmeyw 5

Vol. V

2016 Pqsse 1919th July 2016

1191 I¿°-SIw 44th Karkadakam 11911938 BjmVw 2828th Ashadha 1938

29\º¿

No.} }

tIcf KkddvKERALA GAZETTE

B[nImcnIambn {]kn≤s∏SpØp∂Xv

PUBLISHED BY AUTHORITY

Page 2: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 620

472

No. PT(2)155/T1/2016. 22nd June 2016.

Sealed superscribed tenders are invited for the“Supply of Chemicals” for the use in State PesticideTesting Laboratory, Parottukonam, Nalanchira underthe scheme on Modernization of DepartmentLaboratories 2016-17.

Estimated cost—` 2,50,000(List of chemicals attached)

Cost of tender form:Original— 500+5%VATDuplicate—` 300+5%VAT

Date and time upto which tender form are sold—27-7-2016, 1 p. m.

Last date and time of receipt of tender—27-7-2016,2 p. m.

Date and time of opening of tender—27-7-2016,2.30 p. m.

E.M.D—1% of the total cost subject to a minimum of` 1,500 (ie. even if the 1% of the amount of tender fallsbelow 1,500)

Demand draft drawn in favour of Deputy Director ofAgriculture Cum-Senior Chemist payable at SBTVellayambalam,Thiruvananthapuram.

Amount of Security—5% of the total value of thecontract rounded to nearest rupee.

Time and place of supply—within 15 days of receiptof supply order at S. P. T. Lab, Parottukonam.

Designation and address of the Officer from whomthe tender forms are to be obtained and to whom thetenders are to be sent—Deputy Director of AgricultureCum Senior Chemist, State Pesticide TestingLaboratory, Parottukonam, Nalanchira P. O.,Thiruvananthapuram–695 015.

Tender form, special condition and further detail ifany required can be had from the office of theundersigned during office hours on all working days. Theprice of tender forms will be received only by cashremittance or money orders. Cheques, Drafts and PostageStamps etc. will not be accepted.

The submission of tender should be strictly inaccordance with special condition and as per rules andregulation prescribed by the Government.

Details with respect to the tender notice with specialconditions and the materials intended to be purchased canbe obtained from the office of the undersigned at workinghours or from the website www.keralaagriculture.com orwww.karshikakeralam.com of the department of Agriculture.

LIST OF ITEMS

Sl. No. Name of Chemical Unit QuantityRequired

1 Acetone A. R 2.5 Lit 50 Lit2 Acetonitrile for HPLC 2.5 Lit 75 Lit3 Dioctyl Phthalate 500 ml 2.5 Lit4 HPLC Water 1 Lit 40 Lit5 Acenaphthene l0g 10g.6 n-Hexane for HPLC 2.5 Lit 15Lit7 Sodium Nitrite AR 500g 500g8 Oxalic Acid AR 500g 500g9 Pottassium Iodide AR 250g 250g

10 Pottassium Iodate AR 100g 100g11 Lead Acetate AR 500g 500g12 Orthophosphoric Acid 500m1 500m113 Propanol for HPLC 2.5Lit 25 Lit14 Carbon Tetra Chloride 1 Lit 12 Lit15 Methelene Chloride 500m1 500m116 Pottassium Thio Cyanate 500g 500g17 Pottassium Bromide 500g 500g18 Benzanilide 100mg 100g19 Diallyl Phthalate AR 500m1 500m1

Special Conditions

1. The materials supplied should be in strictconformity with the specifications given in the listof articles appended with tender notice.

2. Quantity shown in the tender notice is approximate.The successful tenderer is bound to supply theactual numbers shown in the supply. order (whichmay be more or less than the published quantity)during the contract period at the accepted ratesand conditions.

3. The rates quoted should be incluive of all taxes (ifapplicable), Loading, unloading charges etc. fordelivery at State Pesticide Testing Laboratory, andcost of installation of the equipment (withoutincurring any extra cost for this department).

4. Tender should be submitted in the prescribed formalong with an agreement in Kerala Stamp Paperworth ` 200 (Two hundred only).

5. Special condition and supply order will form part ofthe agreement and special condition should bereturned with tender form duly signed in properplaces by the tenderer.

6. Before supplying commences, the successfultenderer should execute an agreement in Keralastamp paper worth ` 200 (Two hundred only) inprescribed form. He will also have to deposit asecurity of 1% of tendered amount which is

Page 3: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 621

inclusive of Earnest Money Deposit furnished. Thesecurity should be in the form of Demand Draftdrawn in favour of Deputy Director of Agriculturecum Senior Chemist, State Pesticide Testing Lab,Parottukonam, Trivandrum payable at State Bank ofTravancore, Vellayambalam, Trivandrum.

7. The rates quoted should be firm upto 31-3-2017and contract is valid upto 31-3-2017.

8. The supply should be completed within 15 days ofreceipt of supply order and claim settled at thelatest by 31-3-2017.

` 9. Undersigned is at liberty to test and satisfy thequality and quantity of supplied articles and thecontractor is liable to replace any item damagedduring such testing at his cost.

10. The contractor or his agent should be present at the time of opening of tenders.

11. The contractor or his agent should be present atthe time of supply and should entrust the articlesto the officers concerned at this laboratory. Thetransportation, loading, and unloading etc. shouldbe met by the contractor.

12. On completion of supply, the invoice in triplicateshould be drawn in favour of Deputy Director ofAgriculture cum Senior Chemist, State PesticideTesting Laboratory, Thiruvananthapuram foreffecting payment.

13. Separate bills should be sent for each order.

14. The payment in respect of equipments will bereleased only after satisfactory installation anddemonstration of instruments by firm.

15. In case of any dispute, the decisions of DeputyDirector of Agriculture Cum Senior Chemist will befinal.

16. In case the date prescribed for opening of tenderfalls as a holiday it will be postponed to the verynext working day without any further publicity bynotices.

17. Violation of any rules /special conditions/directionsof supply order by contractor will lead to rejectionof tender.

18. Deputy Director of Agriculture cum Senior Chemistreserves the right to reject any tenders / cancelthe purchase of any item at his discretion withoutassigning any reason.

19. This order is placed on behalf of the Govt. ofKerala and the C.S.T. declaration in ‘D’ Form willbe issued by supplied Officer, wherever necessary.

(Sd.)State Pesticide Testing Laboratory, Deputy Director ofParottukonam, Nalanchira P.O., AgricultureThiruvananthapuram. cum Senior Chemist.

Z¿Lmkv ]ckyw

\º¿ B¿. C.(2)85/2015. 2016 Pq¨ 30.

tIcf Kh¿Æ¿°p -th≠n Xncp -h -\ -¥-]pcw sh≈mb-Wn B¿. -‰ n . -‰ n . sk‚-dnse sSIv\n -°¬

Akn-Â v, Xmsg ]d-bp∂ km[-\- kma-{Kn-Iƒ hnX-cWw sNøp-∂-Xn\v Xm¬]-cy-ap≈ AwKo-IrX Uoe¿am¿/GP≥kn-I-fn¬

\n∂pw a¬k-c-kz- m-h-ap≈ Z¿Lm-kp-Iƒ ap{Z-h® Ih-dp-I-fn¬ £Wn-®p-sIm-≈p∂p. Z¿Lm-kp-Iƒ Z¿Lmkv \º-tcm-Sp-IqSn

\n›nX Xob-Xn-°p-apºv sSIv\n-°¬ Akn-Â v, B¿. Sn. Sn. kn., sh≈m-b-Wn, Xncp-h-\-¥-]pcw˛695 522 F∂ hnem-k-Øn¬

FØn-®n-cn-t°-≠-Xm-Wv. Z¿Lm-kp-Iƒ ]q¿Æ-amtbm `mKn-I-amtbm X≈n-°f-bm-\p≈ ]q¿Æ A[n-Imcw sSIv\n-°¬

Akn-Ân¬ \n£n-]vX-am-bn-cn-°pw. Z¿Lm-kn-s\m∏w ` 200˛s‚ ap{Z-∏-{X-Øn¬ {]mY-anI Icm¿ ]{Xhpw hmKvZm\

XpI-bpsS 1%-˛¬ Ipd-bmØ XpI \nc-X-{Z-hy-ambn sSIv\n-°¬ Akn-Âns‚ t]cn¬ Unam‚ v {Um v‰pw D≠mbn-cn-t°-≠-Xm-Wv.-

Z¿Lmkv Xpd-°p∂ XobXn apX¬ Bdv amkw hsc hne \nc°v {]m_-eyØn¬ D≠m-bn-cn-°-Ww. A√mØ Z¿Lm-kp-Iƒ

bmsXmcp Imc-W-h-imepw ]cn-K-Wn-°p-∂-X-√. Xma-kn®p e`n-°p-∂Xpw aXn-bmb \nc-X-{Zhyw C√m-Ø-Xp-amb Z¿Lm-kp-Iƒ

\ncp-]m-[nIw \nc-kn-°p-∂Xm-Wv. Z¿Lm-kp-Iƒ°v AwKo-Imcw e`n-®m¬ Ggp Znh-k-Øn-\p-≈n¬ km[\ kma{KnIƒ

hnX-cWw sNtø-≠-Xp-am-Wv. Z¿Lmkv t^mdw ssIam-dm≥ ]mSn-√-mØXpw Hcn-°¬ AS® XpI Xncn®p In´p-∂-Xp-a-√.

Xma-kn®v In´p∂ Z¿Lm-kp-Iƒ bmsXmcp Imc-W-h-imepw kzoI-cn-°p-∂-X-√. IqSp-X¬ hnh-c-߃ {]hrØn Znh-k-ß-fn¬

Cu B^o-kn¬\n∂pw e`n-°p-∂-Xm-Wv.

AS-¶¬ XpI —` 4,00,000.

Z¿Lmkv t^mdØns‚ hne—` 800 + hm‰v.

Z¿Lmkv t^mdw hn¬°p∂ Ahkm\ XobXnbpw kabhpw—20˛8˛2016, 2 aWn.

Z¿Lmkv t^mdw kzoI-cn-°p∂ Ahkm\ XobXnbpw kabhpw—20- 8˛2016, 3 aWn.

Z¿Lmkv Xpd-°p∂ XobXnbpw kabhpw—20˛8˛2016, 3.30 aWn.

473

Page 4: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 622

LIST OF MACHINERIES AND SPECIFICATIONS

Sl. Name of Specifications QuantityNo. Machine

(1) (2) (3) (4)

1 Chain Saw Power 2.2 HP 1 No.Bar Length 18"RPM 12500Fuel PetrolStroke Two stroke

2 Earth Auger Power 1.8 HP 1 No.Engine 2 strokeBit Dia 8"/200mmPit Depth 2.5 FeetStroke Two strokeFuel PetrolSpeciality Quick stop drill bit, start lock and

reverse rotation lock

3 Brush Cutter Engine 2 stroke air cooled 1 No.Power 2.2 HPClutch CentrifugalAccessories Nylon Head, 3 teeth metal bladeStroke Two stroke

Fuel PetrolEngine type 2 stroke 1 No.Engine Power 1.40 KW/2.0 PSCooling System Air coolingCarburetor Float typeSpindle size M10* 1.25 LHDimensions 1,710*670*430mm(L*W*H)Weight 7.2 to 7.5kg.Accessories Nylon Head, 2 or 3 teeth metal

blade, protector, harness,tool set etc.

4 Telescopic Pruner Overall Length 6.5 mManual (Jack Fruit Weight 2.50 to 2.80 kg. l No. Harvester)

5 Arecanut Climber Operation Manual 1 No.Weight 6 to 7 kg.Materials G I Pipe, Coil spring and Plastic

rope 25m

474

Page 5: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 623

(1) (2) (3) (4)

6 Welding set Capacity-300 Amps Accessories-8 meter welding cable, 5 1 No.welding transformer meter earth cable, welding Holder,Full Copper winding Welding shield, earth clamp, apron,Air cooling Wire 20 m. etc.Regulator typeUse single phaseand two phaseconnection

7 Coconut Three rod 4 Nos.Climber

8 Battery charger 24V, Transformer type 1 No.charging 15 to20 Amps

9 Rotary tiller Engine 4 stroke 1 No.with Gear H P 4.5 H P/163cc

Gear Box 2 forward speed & 1 revers speedWeight 68 to 72 kg.Blade 3 + 3 blade-80cm with protectionAccessories disc

Wheel, tool kit etc.

10 Mini Tiller Displacement 42.7cc 1 No.(Garden Tiller) Engine 2 stroke

Power Max. 1.31 KWRPM 7500 per minuteFuel PetrolWeight 15.00 to 15.3 kgTilling width 150-254mmTilling depth Minimum 50 mm.

Special Terms & Conditions

1. The rate quoted should be inclusive of all taxes, transporation, loading & unloading at the sites.

2. The successful tenderer should supply the items at R. T. T. Centre, Vellayani within one week from thereceipt of supply order.

3. All Government Rules applicable for tenders is also applicable to this tender.

4. The Successful tenderer should arrange a field trial at RTT Centre, Vellayani at their own expenses.

sSIv\n-°¬ Akn-Âns‚ Imcy-me-bw, (H-∏v)

B¿. Sn. Sn. sk‚¿, sh≈m-b-Wn. sSIv\n-°¬ Akn-Â v.

Gaz. No. 29/2016/DTP (Stores). 475

Page 6: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 624

e-TENDER NOTICE

No. SBCL 147/T/D/2016-17. 31st May 2016.

The Deputy Director of Agriculture, State BiocontrolLaboratory, Mannuthy, Thrissur on behalf of theGovernor of Kerala invites competitive e-tender in twocover system from competent dealers/ supplier/ distributerfor the supply of Chemicals & glasswares, for theproduction of biocontrol agents in State BiocontrolLaboratory, Mannuthy. Documents can be obtained fromhttps://etenders. kerala.gov. in. Since this is an e tender,only those bidders who have enrolled in the aboveportal with their own Digital Signature Certificate (DSC)can participate in the tender. Tender has two parts.

1 Technical bid

2. Financial bid (BOQ)

Tender No. with PAC—SBCL 147/T/D/2016-17 4,74,250

Document sale start date—25-6-2016

Bid submission start date—15-7-2016

Document sale end date—15-7-2016

Last date & time of receipt of e-tender—15-7-2016, 6 p. m.

Date and time of opening of e-tender

1. Technical bid—20-7-2016, 3 p. m.

2. Financial bid—22-7-2016, 3 p. m.

Cost of e-tender (online submission)—` 1,000 + VAT4 % ` 40. Total `—1,040.

Date upto which the rates are to remain firm foracceptance—31-3-2017.

EMD—1% of PAC in online payment.

Security Deposit—-5% of Total Contract Amount.

Period of supply—Within 15 days of receipt ofsupply order.

The bidder desiring to take part in the bid shall logon to https://etenders. kerala.gov. in and select tenderand initiate payment. Bidders will be directed to thepayment gateway page of State Bank of Travancorehttps://etenders. kerala.gov. in. There are two options:

1. State Bank of Travancore (SBT) Net bankingpayment.

2. Payment through NEFT from other banks to thepayment gateway of SBT.

For obtaining Digital Signature Certificate (DSC) andfor necessary portal enrolment bidders can visit thewebsite https://etenders. kerala.gov.in.

1. Technical bid

The sample of chemicals & glass wares should besubmitted directly to this office before the last date ofreceipt of e tender.

2. Financial bid

The financial bid of the bidders who qualify in thetechnical bid alone will be considered

Tenders will be opened in the online presence ofsuch bidders or their authorized representatives who havelogged in at the prescribed time of opening of technicaland financial bids.

If the date fixed for opening happens to be aholiday/ or due to net failure the tenders will be openedon the next working day at the same time.

Scanned copy of the agreement in the prescribedformat in Kerala Stamp paper worth ` 150 should besubmitted online and original to the undersigned beforethe opening of e tender.

Cost should be quoted in Indian currency only andshould be inclusive of tax and duties, transportation,loading & unloading expenses or any other expensesapplicable.

e-tenders submitted by the competent dealer/supplier/distributer should contain:

Cover 1 Technical bid

1.1 Bid covering letter in Annexure I

1.2 Signed copy of e tender document

1.3 Compliance statement in Annexure II

1.4 Scand copy of Annexure III in the prescribed format in Govt. of Kerala Stamp Paper worth

150.

1.5 Bidder self introduction in Annexure IV

1.6 Documents to prove EMD exemption if eligible

Cover 2 Financial bid

Submit the BOQ in excel format through the websitehttps://etenders. kerala.gov. in. Financial bid sent throughany other method will not be accepted. The BOQtemplate must not be modified or replaced by the bidderand the same should be uploaded after filling the relaventcolumns, else the bid is liable to be rejected for thistender. The bidders are allowed to enter the bidder nameand values only.

476

Page 7: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 625

LIST OF ITEMS

Sl. No. Items Quantity

1 Peptone (Bacteriological LR-5 kgpacking, preference for coarsepowder-enclose sample along withtender form) 400 Kg.

2 Glycerol (98% purified)(25 Lts packing) 200 Lt.

3 PD Broth (5 kg packing) 50 Kg.

4 Dextrose GR (5 kg packing) 50 Kg.

5 Magnesium Sulphate LR(5 kg packing) 30 Kg.

6 Dipotassium hydrogenorthophosphate LR(5 kg packing) 30 Kg.

7 Azhadiractin 10000 ppm(1 Lt packing) 30 Lt.

8 Absorbent cotton(350-400 g/roll) 100 roll

9 Hand sterilant gel 2 Lt.

10 Wettable sulphur 80WP(500 g packing) 15 Kg.

11 Bakers yeast (1 kg packing) 15 Kg.

12 Conical flask(borosilicate) 500m1 100 Nos.

Special conditions

1. Destination of supply—Store room of State Biocontrol Laboratory,Mannuthy, Thrissur.

2. Quantity shown in the tender notice isapproximate. The successful bidder is bound to supplythe actual quantity shown in the supply order (which maybe more or less than the published quantity) . Based onthe actual requirement of this lab, supply orders will beissued and accordingly the materials have to be suppliedwithin the specified time limit.

3. If tender is confirmed, tenderer will have toexecute a contract bond on Kerala State Stamp Paperworth ` 500 and deposit a security amount of 5 % of thecontract amount, before the supply of articles as specifiedin the supply order.

4. Violation of any rules/special condition/directionin supply order by the supplier will lead to rejection ofhis bid.

5. Additional details can be had from the office ofthe undersigned during the office hours on all workingdays. All terms and conditions governing the purchase ofstores by the Govt. of Kerala will be applicable to thistender also.

6. On completion of supply as per the supply orderinvoice in triplicate drawn in favour of Deputy Director ofAgriculture , State Biocontrol Laboratory, Mannuthy,Thrissur-680 651 for effecting payment. Separate bill/invoice should be send for each supply order.

7. In case of any disputes the decision of theDirector of Agriculture, Directorate of AgriculturalDevelopment & Farmers’ Welfare, Thiruvananthapuram willbe final.

State Biocontrol Laboratory,Mannuthy P. O.,Thrissur-680 651. (Sd)Ph. 0487 2374605 Deputy Director ofEmail: [email protected] Agriculture.

eLp-sS≠¿ ]ckyw

(1)

\º¿ Fkv.-_n.-kn.-F¬. 147/T/J/2016-˛17.

2016 Pq¨ 27.

tIcf Kh¿Æ¿°p-th≠n Irjn sU]yq´n Ub-d-IvS¿,

kwÿm\ _tbm-I¨t{Smƒ em_v, aÆp-Øn-bn-te°v

Bh-iy-amb Xmsg ]dbp∂ km[-\-߃/tkh-\-߃

hnX-cWw sNøp-∂-Xn-\m-h-iy-amb ko¬sh® sS≠-dp-Iƒ

(C\w tcJ-s∏-Sp -Ønb {]tXyIw Ih-dp -Iƒ°p-≈n¬)

£Wn®psIm≈p∂p.

C\w 1—b{¥-ß-fpsS hm¿jnI A‰-Ip-‰-∏-Wn-Iƒ

(kvs]b¿ ]m¿Svkpw Iqenbpw Dƒs∏-sS)

1. Ipd-™Xv aq∂v {]nh‚ohv sabv‚-\≥kv (aq∂pamk

Øn-sem-cn-°¬)

2. Hcp Iwπo‰v k¿Δokv — Hcp h¿j-Øn-\p-≈n¬

(tIm¨{SmIv‰v XobXn apX¬ 12 amk-Øn-\p-≈n¬)

3. Fa¿P≥kn L´-ß-fn¬ 24 aWn-°q-dn -\p -≈n -¬, -

k¿Δo-knwKvv \S-ØWw — Nm¿÷v \¬Ip∂-X-√.

4. \mev Xpey Xh-W-I-fmbn Icm¿ XpI \¬Ipw.

Hmtcm sabn‚-\≥kn\pw tijw.

477

Page 8: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 626

{Ia C\w Afhv d nam¿I vkv

\º¿ (FÆw)

1 100 en‰¿ I∏m-kn‰n s^¿a‚dp-Iƒ 7 sam-Wm¿Iv

(_tbm-dn -bm-IvS-dp -Iƒ) \º¿ sabv°v

1, 2, 4, 8, 9, 10, 11

2 75 KW Uok¬ P\-td‰¿ sk‰v 1 In¿tem-kvI¿

3 hn≥tUm F. kn. (1.5 TR I∏m-kn‰n) 18 18 ªq Ãm¿

4 kvπn‰v F. kn. (1.0 TR) 7 2 FÆw

hoUntbmtIm¨

& 5 FÆw

LG5 eman -\m¿ Fb¿ ^vtfmbpsS 3 2 Scientific &

F. Fw. kn . (em_v sse≥, 1 No. RotektXmjn -_, tdms´ -°v) kvs]b¿

Dƒs∏sS

6 Pwt_m Hmt´m t¢hns‚ 1

F. Fw. kn.

FÃn-ta‰v XpI — ` 3,68,000.\nc-X-{Zhyw — Izm´v sNøp∂ XpI-bpsS 1%.

t^mdw hne ` 700 + hm‰v 4 %.

IqSp-X¬ tIm∏n— ` 350 + hm‰v 4 %.

C\w 2—HT Ce-Iv{Sn-°¬ C≥Ã-te-js‚ ssZ\w-Zn\

{]h¿Ø-\hpw A‰-Ip-‰-∏Wn-Ifpw (te-_¿ Nm¿÷pw

ssa\¿ kvs]b¿ ]m¿Svkp-Ifpw AS-°w)

Xmsg ] -d -bp∂ {][m -\ -s∏´ D]-I -c -W-ß-fpsS

ssZ\w-Zn\ {]h¿Ø-\-ßfpw \n›nX Ime-b-f -hnse

hrØn-bm-°-ep-Ifpw:

1. 250 KVA C≥tUm¿ {Sm≥kvt^m¿a¿

2. 1 \º¿ 82.5 KVA DG sk‰v & 100 KVA P\td-‰¿

3. sse‰ v ]m\¬˛w F√m Ce-I v {S n -°¬

C≥Ãte-j≥kpw (tImºu≠v sse‰pw πKv t]mbn‚pw

Dƒs∏-sS) apX-em-bh

4. ]ºv sk‰v, d{^n-P-td-‰¿, Fb¿ I≠oj-\¿, lypan-Un‰n

I¨t{SmƒUv Hmh≥ apX-em-b-h.

A‰-Ip-‰-∏-Wn-I-fpsS Afhv

1. F√m Ce-Iv {Sn -°¬ D]-I -c -W-ßfpw Ft∏mgpw

hrØn-bnepw Xr]vXn-I-c-amb {]h¿Ø\ ÿnXn-bnepw

Bbn-cn-°-Ww.

2. ssZ\w-Zn\ {]hr-Øn-Iƒ IrXy-ambpw Xr]vXn-I-c-ambpw

\n¿Δ-ln-°-Ww.

3. sshZypXn kssπ apS°w IqSmsX e`n-t°-≠Xpw

Fs¥-¶nepw {]iv\-ß-fp-≠m-bm¬ DS≥Xs∂ ]cn-lmc

\S-]Sn FSp-t°-≠-Xp-am-Wv.

4. tbmKy-X-bp≈ kq∏¿ssh-k-dpsS ta¬t\m-´-Øn¬

MSB & DSB F√m amkhpw ]cn-tim-[n-t°-≠-Xm-Wv.

5. k_vtÃ-j-\nse Akm-[m-cW i_vZ-߃, NqSm-I¬

apX-em-bh ]cn-tim-[n-t°-≠-Xm-Wv.

6. sNdnb tXmXn-ep≈ Iq´n-t®¿°-ep-Ifpw am‰-ßfpw

A‰-Ip-‰-∏Wn-I-fpsS ]cn-[n-bn¬ Dƒs∏-Sp-∂-Xm-Wv.

Ãm^ns‚ Bh-iy-IX

1. Hm^okv tPmen-k-a-bØv Ipd-™Xv Hcm-sf-¶nepw

ÿeØv D≠m-bn -c n -°-Ww. (ITI & hb¿am≥

tImw]o-‰≥kn k¿´n- n-°-‰v tI-cf tÉv Ce-Iv{Sn-kn‰n

ssek≥kn t_m¿Uv \¬Ip-∂-Xv—HT Ce-Iv{Sn-°¬

taJ-e-bn¬ Xr]vXn-I-c-amb {]hrØn ]cn-N-bhpw

tbmKy-Xbpw D≈ Bƒ Bbn-cn-°-Ww. Bb-Xns‚

tcJ-Iƒ D≈-S°w sNtø-≠-Xm-Wv.) Hcp h¿j-Øn¬,

Ah-[n-Zn\ {]hrØn Znhkw Dƒs∏sS 350 Znhkw

IW-°m-°p-∂p.

2. Fs¥-¶nepw t{_°vUu¨ D≠m-bm¬ Bh-iy-amb

tPmen -°msc kzbw G¿s∏-SpØn {]iv\w

]cn-l-cnt°≠Xm-Wv.

tbmKy-Xm -am-\-Zfiw

1. sS≠¿ \¬Ip-∂-bmƒ°v B ¢mkv ssek≥kv D≠m-bn-

cn-°-Ww. (tI-cf tÉv Ce-Iv{Sn-kn‰n ssek≥kn

t_m¿Uv/tI-cf tÉv Ce-Iv{Sn-°¬ C≥kvs]-IvStd‰v

\¬Ip-∂-Xv.)

2. Ipd-™Xv CtX Af-hn-ep≈ 3 {]hr-Øn-Iƒ (A-S-¶¬

XpI-bmb 1.44 e£-Øns‚ 80%˛¬ Ipd-bmØ

XpI-bv°p-≈-h) GsX¶nepw Gs‰-SpØv hnP-b-I-c-ambn

]q¿Øo-I-cn-®n- p-≠m-h-Ww.

3. Ch sXfn -bn -°p -∂-Xn -\mbn h¿°v Hm¿U-dp -Iƒ,

Iwπo-j≥ k¿´n-^n-°‰v F∂n-h-bpsS tIm∏n-Iƒ

\¬tI-≠-Xm-Wv.

4. sS≠¿ \¬Ip-∂-bmƒ°v HT C≥kv‰te-j≥ ssZ\w-Zn\

{]h¿Øn-Ifpw sabn‚-\≥kpw Gs‰-SpØv \S-Øm-

\m-h-iy-amb tPmen-°mcpw D]-I-c-W-ßfpw D≠m-bn-cn-

t°-≠-Xm-Wv.

CXp-ambn _‘-s∏´ F√m tcJ-Ifpw hne Izm´p

sNøp∂ sS≠¿ t^md -Øn -t\m -sSm∏w D≈-S°w

sNtø-≠-Xm-Wv.

FÃn-ta‰v XpI—` 1,74,000.

\nc-X-{Z-hyw—1%.

Z¿Lmkv t^md-Øns‚ hne—` 400 + hm‰v 4%.

IqSp-X¬ tIm∏n—` 200 + hm‰v 4%.

\n_-‘-\-Iƒ

1. Z¿Lm-kp-Iƒ ap{Z-h® Ih-dp-Iƒ°p-≈n¬, Ih-dn\p

]pdØv C\w, \º¿, t]cp -hn -hcw F∂nh

tcJ-s∏-SpØn Irjn sU]yq´n Ub-d-IvS¿, kwÿm\

_tbm-I¨t{Smƒ em_,v aÆpØn F∂ hnem-k-Øn¬

22-˛7-˛2016 D®bv°v 2 aWn°p apºmbn In´-Ø°

hn[-Øn¬ Ab-bvt°-≠-Xm-Wv.

478

Page 9: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 627

2. Z¿Lm-kp-Iƒ 25-˛7˛2016 D®bv°vtijw 3 aWn°v

AhnsS k∂n-ln -X -cm -hp∂ Z¿Lmkv ka¿∏n -® -

h-cp-tStbm Ah-cpsS AwKo-IrX {]Xn-\n-[n-I-fp-sStbm

km∂n-≤y-Øn¬ Xpd∂v ]cn-tim-[n-°p-∂-Xm-Wv. sS≠¿

kzoI-cn-°p∂ Znhkw GsX-¶nepw Imc-W-h-im¬

Ah[n Znh-k-am-hp-I-bm-sW-¶n¬ sXm -SpØ {]hrØn

Znhkw D®-Xn-cn™v 2 aWn-hsc sS≠¿ kzoI-cn-°p-

∂Xpw At∂Znhkw 3 aWn°v sS≠¿ Xpd-°p-∂-Xp-

am-bn-cn-°pw.

3. \n›nX ka-b-]-cn-[n-°p-tijw e`n-°p∂ Z¿Lm-kp-Iƒ

bmsXmcp Imc-W-h-imepw ]cn-K-Wn-°p-∂X-√.

4. Z¿Lm-kp -Iƒ 22˛7 - ˛2016 D®bv°v 1 aWn -hsc

\¬Ip-∂-Xm-Wv. Z¿Lmkv hne ]W-am-bnt´m aWn-

tbm¿U¿ Bbnt´m am{Xta kzoI-cn -°p-I-bp-≈q.

Z¿Lmkv hne Xncn®p e`n -°p -∂-X-√. Z¿Lmkv

{]am-W-߃ ssIam‰w sNøm≥ ]mSn-√.

5. Z¿Lm-kv \º¿, Xob-Xn , C\w \º¿ F∂nh

Z¿Lm-kn-\p≈ At]-£-bn¬ ImWn-t°-≠-Xm-Wv.

Z¿Lm-kn-t\m-sSm∏w Irjn sU]yq´n Ub-d-IvS¿,

kwÿm\ _tbm-I¨t{Smƒ em_v, aÆpØn F∂

t]cn¬ Xr»q-cn¬ amdm-hp∂ Hcp iX-am\w \nc-X-{Zhyw

Unam‚ v {Um^v‰pw ` 150 hne-bp≈ tIcf k¿°m¿

ap{Z -] - {X -Øn¬ {]mY-anI Icm¿ ]{Xhpw

D≠m-bn-cnt°-≠-Xm-Wv.

6. Htcm C\w km[-\-߃°pw F√m \nIp-Xn -Ifpw

AS-°-ap≈ hne Htcm bqWn-‰n -\mbn {]tXyIw

tcJ-s∏-Sp -tØ-≠-Xm -Wv . Cu XpIbv°p ]pdta

a‰ v bmsXmcp \nIp -Xn -Itfm Nm¿÷p-Itfm

A\p-h-Zn-°p∂-X-√.

7. D]-tbm-K-km-[-\-ß-fpsS Af-hp-Iƒ ]ckyw sNbvXn-

-cn-°p-∂Xv Hcp h¿j-tØ°v Bh-iy-amb GI-tZi

AfhmWv. em_nse Bh-iy-a -\p -k-cn®v kssπ-

Hm¿U¿ \¬Ip∂ apdbv°v ]d-bp∂ Imem-h-[n -

°p-≈n¬ kssπ \¬tI-≠-Xm-Wv.

8. Htcm C\-Øn-s‚bpw hmd‚n Imem-h[n Z¿Lm-kn¬

IrXy-ambn tcJ-s∏-Sp-tØ-≠-Xm-Wv.

9. Z¿Lm-kv kzoI-cn-°p-∂-]£w kssπ Hm¿U¿ \¬Ip-∂-

ap-d-bv°v, ]d-bp∂ Imem-h-[n-°p-≈n¬ Icm¿ XpI-bpsS

5 iX-am\w skIyq -c n‰n sUt∏m -kn‰pw ` 500 -

hne-bp≈ tIcf k¿°m¿ ap{Z-]-{X-Øn¬ Icm¿

]{Xhpw \¬tI-≠-Xm-Wv.

ta¬∏-d™ \n_-‘-\-Iƒ°p hncp -≤-am -bh

tcJ-s∏-Sp-Øn-bm¬ AØcw Z¿Lmkv X≈n-°f-b-s∏-Smw.

IqSp -X¬ hnh-c-߃ Cu Hm^o-kn¬\n∂v F√m

{]hrØn Znh-k-ß-fnepw {]hrØn ka-bØv Adn-bm-hp-

∂-Xm-Wv. k¿°m¿ Z¿Lm-kn\v _m[-I-amb F√m

\nb-a -ßfpw N´ -ßfpw Cu Z¿Lm-kn\pw

_m[-Iam-bn-cn-°pw.

No. SBCL 147/T/J/2016-17. 27th June 2016.

The Deputy Director of Agriculture, State BiocontrolLaboratory, Mannuthy, Thrissur on behalf of the Governorof Kerala invites competitive sealed tenders separately foreach item for the AMC of Machineries & Day to DayOperations and Maintenance of High Tension ElectricalInstallations for the production of Bio control agents inState Bio Control Laboratory, Mannuthy.

Item No. I—AMC for Machineries (Comprehensive-Inclusive of Labour & Spares)

(i) Minimum of 3 preventive maintenance services,once in three months

(ii) One complete servicing during the contractperiod of 12 months from the date of executionof agreement.

(iii) Attend breakdown calls within 24 hrs. Nocharges for breakdown calls (spares or labour).

NB:—Payment in 4 equal installments, aftersuccessful completion of each service.

Sl. Items Quantity RemarksNo. Nos.

1 100 Lt.capacity Fermentors 7 Monarch(Bioreactors) (Sl. Nos. make1,2,4,8,9,10,11) with spareparts

2 75 KW Diesel Generator set 1 Kirloskermake

3 Window AC (1.5 TR 18 18 Nos. BlueCapacity) star make

4 Split AC (1.0 TR 7 2 Nos.capacity) Videocon

make & 5 Nos. LG make

5 AMC for Laminar Air flow 3 2 Nos.(with spare parts) Scientific

make & 1 No.Rotek make

6 AMC for Autoclave 1 Jumpo(with spare parts) autoclave

of Alapattmake

Estimated Cost—` 3,68,000.

EMD—1% of quoted value.

Cost of tender form— 700 +4 % VAT.

Additional copy—` 350 + 4 % VAT.

Page 10: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 628

Item No. II Day To Day Operations and Maintenance of High Tension Electrical Installations

(Comprehensive-inclusive of labour & minor spares)

Operation & periodical cleaning of the followingmain installations:

(a) 1 No. 250 KVA Indoor Transformer

(b) 1 No. 82.5 KVA DG set & 100 KVA DG set

(c) Light panel and all electrical installations incl.compound lights, plug points etc.

(d) Pump sets, Refrigerators, Air Conditioners &Humidity Controlled Ovens etc.

(e) Fermentors, Autoclaves, Liquid filling Machine,Mixing Machines etc.

Scope of Maintenance:—

1. Ensuring that electrical installations are always keptin clean, healthy working condition.

2. Attending day to day routine complaints in promptand satisfactory manner.

3. Ensuring that no breakdown in power supplyhappens and to take necessary steps in case offailure.

4. Inspecting MSB & SDB in every month underqualified supervisors.

5. Checking any abnormal noise, heating etc. in theSubstation.

6. Maintenance includes minor additions andalterations.

Staff requirement:

1. There should be minimum one staff (holding ITIand Wireman competency certificate issued byKerala State Electricity Licensing Board withsufficient experience in HT Installations- proof tobe enclosed along with tender form) availableduring office hours, on all working daysincluding holidays, if needed (approx. 350 days ina year).

2. Additional staff needed for attending Breakdownshall be arranged by the contractor.

Eligibility Criteria:

1. Tenderers should have valid B class licence fromKerala State Electrical Inspectorate/Kerala StateElectricity Licensing Authority.

2. He should have successfully completed minimum 3works of similar magnitude with value of work notless than 80% of PAC (` 1.44 lakhs).

3. Copies of work orders and completion certificateshould be furnished to support this.

4. Tenderer should have adequate equipments andstaff to undertake day to day operations andmaintenance of HT installations and connectedmachinery.

All the connected documents have to be enclosedalong with the tender containing the Price Bid.

Estimated Cost—` 1,74,000.

EMD—1% of quoted value.

Cost of tender form— 400 + VAT 4%.

Additional copy—` 200 + VAT 4%.

Terms & Conditions

The tenders should be superscribed “AMC formachineries (Comprehensive-inclusive of labour &spares), Day to Day operations and Maintenanceof High Tension Electrical Installations(Comprehensive-inclusive of labour & minorspares) vide item No....... for State BiocontrolLaboratory, Mannuthy” and addressed to theDeputy Director of Agriculture, State BiocontrolLaboratory, Mannuthy, Thrissur-680 651 so as toreach at this office on or before 22-7-2016, 2 p. m.

1. Tender will be opened on 25-7-2016 at 3 p. m. inthe presence of tenderers or their authorizedrepresentatives who may be present at that time. Ifthe tender date is declared to be a holiday thetenders will be received on the next working dayup to 2 p. m. and will be opened at 3 p. m. on thesame day.

2. Late tenders will not be accepted.

3. Intending tenderers may, on application to theundersigned, obtain tender forms up to 1 p. m. on22-7-2016 cash payment remittance. Cost of tenderforms is not refundable. Tender forms are nottransferable.

4. The tender number and item No. should be quotedon the request for the tender form. Each tendershould be accompanied by a Demand Draft drawnin favour of Deputy Director of Agriculture, StateBiocontrol Laboratory, Mannuthy, payable atThrissur towards the EMD mentioned againsteach item and a preliminary bond executed onKerala State Stamp Paper worth ` 150.

5. The tender rate should be quoted for a singleunit and should be inclusive of all taxes, deliveryand installation charges etc.

6. The tender rate quoted should be applicable upto one year after bond execution.

7. Warranty period should be clearly specified in thetender.

480

Page 11: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 629

8. If tender is confirmed, tenderer will have toexecute a contract bond on Kerala State StampPaper worth ` 500 and deposit a security amountof 5% of the contract amount, before the supplyof articles as specified in the supply order. If anydeviation from the above terms and conditions isnoticed in your offer, the tender is liable to berejected. Additional details can be had from theoffice of the undersigned during the office hourson all working days. All rules and regulationsapplicable to Government tender will be applicableto this tender also.

(2)

\º¿ Fkv.-_n.-kn.-F¬. 147/T/E/2016-˛17. 2016 Pq¨ 27.

tIcf Kh¿Æ¿°p-th≠n Irjn sU]yq´n Ub-d-IvS¿,

kwÿm\ _tbm-I¨t{Smƒ em_v, aÆp-Øn-bn-te°v

Bh-iy-amb Xmsg ]dbp∂ t]mfn -Øo≥ Ih-dp -Iƒ

hnX-cWw sNøp-∂-Xn-\m-h-iy-amb ko¬sh® sS≠-dp-Iƒ

(C\w tcJ-s∏-Sp -Ønb {]tXyIw Ih-dp -Iƒ°p-≈n¬)

£Wn®psIm≈p∂p.

C\w \º¿ 1 t]mfn-Øo≥ Ih-dp-Iƒ.

{Ia C\w GI-tZi

\º¿ Afhv

1 {]n‚psNbvX hn¿Pn≥ t]mfn-Øo≥ Ih-dp-Iƒ 200

]m¬sh≈ ]pdw Ih-dp-Iƒ [30 x 20 sk. ao. I n .

300 tKPv (G-I-tZiw 110- 120 FÆw/In. {Kmw.) {Kmw .

(kyq-tUm-tam-Wmkv vfqd-k≥kv ]m°v sNøm≥)]2 {]n‚psNbvX hn¿Pn≥ t]mfn-Øo≥ Ih-dp-Iƒ 200

Cfw \oe ]pdw Ih-dp-Iƒ [30 x 20 sk. ao. I n .

300 tKPv (G-I-tZiw 110- 120 FÆw/In. {Kmw.) {Kmw .

(ssI‰n≥ kyqtUm-tam-Wmkv vfqd-k≥kv

]m°v sNøm≥)]3 {]n‚psNbvX hn¿Pn≥ t]mfn-Øo≥ Ih-dp-Iƒ 200

a™ ]pdw Ih-dp-Iƒ [30 x 20 sk. ao. 300 tKPv I n .

(G-I-tZiw 110- 120 FÆw/In. {Kmw.) {Kmw .

(ss{St°m-U¿a hndntU ]m°v sNøm≥)]4 30x20 sk. ao. hen-∏-ap≈ 50 ssat{Im-Wn¬ 400

Ipd-bmØ sπbn≥ Dƒ Ih-dp-Iƒ (G-I-tZiw In. {Kmw

175- 185 FÆw/In. {Kmw)

\nc-X-{Z-hyw—Izm v sNøp∂ XpI-bpsS 1%.

Z¿Lmkv t^mdØns‚ hne—` 400 + hm‰v 4%.

IqSp-X¬ tIm∏n—` 200 + hm‰v 4%.

\n_-‘-\-Iƒ

Z¿Lm-kp-Iƒ ap{Z-h® Ih-dp-Iƒ°p-≈n¬ Ih-dn\p

]pdØv C\w, \º¿, t]cp -hn -hcw F∂nh

tcJ-s∏-SpØn Irjn sU]yq´n Ub-d-IvS¿, kwÿm\

_tbm-I¨t{Smƒ em_,v aÆpØn F∂ hnem-k-Øn¬

22-˛7 -˛2016 D®bv°v 2 aWn°papºmbn In´-Ø°

hn[-Øn¬ Ab-bvt°-≠-Xm-Wv.

1. Z¿Lm-kp-Iƒ 22-˛7˛2016 D®bv°ptijw 3 aWn°v

AhnsS k∂n-ln -X -cm -hp∂ Z¿Lmkv ka¿∏n -® -

h-cp-tStbm Ah-cpsS AwKo-IrX {]Xn-\n-[n-I-fp-sStbm

km∂n-≤y-Øn¬ Xpd∂v ]cn-tim-[n-°p-∂-Xm-Wv. sS≠¿

kzoI-cn-°p∂ Znhkw GsX-¶nepw Imc-W-h-im¬

Ah[n Znh-k-am-hp-I-bm-sW-¶n¬ sXm -SpØ {]hrØn

Znhkw D®-Xn -c n™v 2 aWn -hsc sS≠¿

kzoI-cn°p-∂Xpw At∂Znhkw 3 aWn°v sS≠¿

Xpd-°p-∂-Xp-am-bn-cn-°pw.

2. \n›nX ka-b-]-cn-[n-°p-tijw e`n-°p∂ Z¿Lm-kp-Iƒ

bmsXmcp Imc-W-h-imepw ]cn-K-Wn-°p-∂X-√.

3. Z¿Lm-kp -Iƒ 22˛7 - ˛2016 D®bv°v 1 aWn -hsc

\¬Ip -∂-Xm -Wv . Z¿Lmkv hne ]W-am -bnt´m

aWn-tbm¿U¿ Bbnt´m am{Xta kzoI-cn-°p-I-bp-≈q.

Z¿Lmkv hne Xncn®p e`n -°p -∂-X-√. Z¿Lmkv

{]am-W-߃ ssIam‰w sNøm≥ ]mSn-√.

4. Z¿Lm-kv \º¿, Xob-Xn, C\w, \º¿ F∂nh

Z¿Lm-kn-\p≈ At]-£-bn¬ ImWn-t°-≠-Xm-Wv.

Z¿Lm-kn-t\m-sSm∏w Irjn sU]yq´n Ub-d-IvS¿,

kwÿm\ _tbm-I¨t{Smƒ em_v, aÆpØn F∂

t]cn¬ Xr»q -c n¬ amdm -hp∂ Hcp iX-am\w

\nc-X-{ZhyØns‚ Unam‚ v {Um v‰pw ` 150 hne-bp≈

tIcf k¿°m¿ ap{Z -]-{X-Øn¬ {]mY-anI Icm¿

]{Xhpw D≠m-bn-cnt°-≠-Xm-Wv.

5. Hmtcm C\w km[-\-߃°pw F√m \nIp-Xn-Ifpw

AS-°-ap≈ hne Hmtcm bqWn-‰n -\mbn {]tXyIw

tcJ-s∏ -Sp -tØ-≠-Xm -Wv . Cu XpIbv°p]pdta

a‰ v bmsXmcp \nIp -Xn -Itfm Nm¿÷p-Itfm

A\p-h-Zn-°p∂-X-√.

6. D]-tbm-K-km-[-\-ß-fpsS Af-hp-Iƒ ]ckyw sNbvXn-

-cn -°p-∂Xv 31 -˛3 -˛2017 hsc Bh-iy-amb GI-tZi

AfhmWv. em_nse Bh-iy-a -\p -k-cn®v kssπ-

Hm¿U¿ \¬Ip∂ apdbv°v ]d-bp∂ Imem-h-[n -

°p-≈n¬ kssπ \¬tI-≠-Xm-Wv.

7. {]n‚ v sNømØ kmºnƒ t]mfn-Øo≥ Ih¿ sS≠-dn-

t\m-sSm∏w D≈-S°w sNtø-≠-Xm-Wv.

8. Z¿Lm-kv kzoI-cn-°p-∂-]£w kssπ Hm¿U¿ \¬Ip-∂-

ap-d-bv°v ]d-bp∂ Imem-h-[n-°p-≈n¬ Icm¿ XpI-bpsS

5 iX-am\w skIyq -c n‰n sUt∏m -kn‰pw ` 500 -

hne-bp≈ tIcf k¿°m¿ ap{Z-]-{X-Øn¬ Icm¿

]{Xhpw \¬tI-≠-Xm-Wv.

ta¬]-d™ \n_-‘-\-Iƒ°v hncp-≤-am-bh tcJ-s∏-Sp-

-Ønbm¬ AØcw Z¿Lmkv X≈n-°f-b-s∏-Smw. IqSp-X¬

hnh -c -߃ Cu Hm^o -kn¬\n∂v F√m {]hrØn

Znh-k-ß-fnepw {]hrØn ka-bØv Adn-bm-hp-∂-Xm-Wv.

k¿°m¿ Z¿Lm-kn\p _m[-I-amb F√m \nb-a-ßfpw

N -ßfpw Cu Z¿Lm-kn\pw _m[-I-am-bn-cn-°pw.

481

Page 12: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 630

No. SBCL 147/T/E/2016-17. 27th June 2016.

The Deputy Director of Agriculture, State BiocontrolLaboratory, Mannuthy, Thrissur for and on behalf of theGovernor of Kerala invites competitive sealed tendersseparately for each item for supply the Printed PolytheneCovers for the production of biocontrol agents in StateBiocontrol Laboratory, Mannuthy, Thrissur.

Item No. I Polythene covers

Sl. Item ApproximateNo. quantity

1 Printed polythene covers from virgin 200 Kg.polythene, milky white colour, outercovers of size 30x 20 cm of 300 gauge(approx.110-120 Nos per Kg.) for packingPseudomonas fluorescens.

2 Printed polythene covers from virgin 200 Kg.polythene, light blue colour, outer coversof size 30x20 cm of 300 gauge (approx.110-120 Nos. per Kg.) for packing ChitinPseudomonas fluorescens

3 Printed polythene covers from virgin 200 Kg.polythene, Yellow colour, outer coversof size 30 x 20 cm of 300 gauge (approx.110-120 Nos. per Kg.) for packingTrichoderma viride

4 Plain inner cover of same size 30x20cm 400 Kg.not less than 50 microns for packing(approx. 175-185 Nos. per Kg.)

EMD—1% of quoted value.

Cost of tender form—` 400 + VAT 4 %.

Additional copy—` 200 + VAT 4 % .

Terms & Conditions

The tenders should be superscribed as “Tenderfor the Supply of Polythene Covers for StateBio control Laboratory, Mannuthy” and addressedto the Deputy Director of Agriculture, StateBio Control Laboratory, Mannuthy, Thrissur-680 651so as to reach at this office on or before22-7-2016, 2 p. m.

1. Tender will be opened on 22-7-2016 at 3 p. m. inthe presence of tenderers or their authorizedrepresentatives who may be present at that time. Ifthe tender date is declared to be a holiday thetenderes will be received on the next working dayup to 2 p. m. and will be opened at 3 p. m. on thesame day.

2. Late tenders will not be accepted.

3. Intending tenderers may, on application to theundersigned, obtain tender forms up to 1 p. m. on22-7-2016 cash payment or M. O. Cost of tenderform is not refundable. Tender forms are nottransferable.

4. The tender Number and item No. should be quotedon the request for the tender form. Each tendershould be accompanied by a Demand Draft drawnin favour of Deputy Director of Agriculture, StateBiocontrol Laboratory, Mannuthy, payable atThrissur towards the EMD mentioned againsteach item and a preliminary bond executed onKerala State Stamp Paper worth ` 150.

5. Tender rate should be quoted for a single unitand should be inclusive of all taxes, delivery etc.

6. The tender rate quoted should be applicableup to 31-3-2017.

7. Sample of a cover without printing should begiven along with the tender.

8. If tender is confirmed, tenderer will have toexecute a contract bond on Kerala State StampPaper worth ` 500, and deposit a security amountof 5% of the contract amount, before the supplyof articles as specified in the supply order. If anydeviation from the above terms and conditions isnoticed in your offer, the tender is liable to berejected. Additional details can be had from theoffice of the undersigned during the office hourson all working days. All rules and regulationsapplicable to Government tender will be applicableto this tender also.

(3)

\º¿ Fkv.-_n.-kn.-F¬. 147/16/F1.

2016 Pq¨ 27.

tIcf Kh¿Æ¿°p-th≠n Irjn sU]yq´n Ub-d-IvS¿,

kwÿm\ _tbm-I¨t{Smƒ em_v, aÆp-Øn-bn-te°v

Bh-iy-amb πmÃnIv Ip∏n-Iƒ (250 an√n.) hnX-cWw

sNøp-∂-Xn-\m-h-iy-amb ko¬sh® sS≠-dp-Iƒ (C\w

tcJ-s∏-Sp-Ønb {]tXyIw Ih-dp-Iƒ°p-≈n¬) £Wn®p

sIm≈p∂p.

C\w \º¿—F1 πmÃnIv Ip∏n-Iƒ

C\w GI-tZi

Afhv

πmÃnIv t_m´n¬ HDPE 250 an. en. kv{Iq 40,000

Iymt∏m-Sp-Iq-Sn-b-Xv. sh¿Pn≥ πmÃn°n¬ \n¿Ωn-®-Xv, FÆw

Ipd™ Xq°w 30-˛35 {Kmw/t_m´n¬, s]m°w

16- 18 sk. ao., hymkw 5˛6 sk. ao., hmb hymkw

2˛3 sk. ao., Igp-Øns‚ \ofw 1.5˛2.5 sk. ao.,

kpXmcya√mØ sh≈-t_m-´nepw ]®-∏pdw

kv{Iq Iym∏pw D≈n¬ sh≈ Iymt∏m-Sp -

Iq-Sn-b-Xv. Htc FÆ-Øn-ep≈ 200-˛250 t_m´n¬

AS-ßp∂ ko¬ sNbvX ]mbv°-‰p-I-fn¬

hnX-cWw sNø-Ww.

482

Page 13: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 631

\nc-X-{Z-hyw— Izm´v sNøp∂ XpI-bpsS 1%.

t^mdw hne—` 700 + hm‰v 4%.

IqSp-X¬ tIm∏n°v—` 350 + hm‰v 4%.

\n_-‘-\-Iƒ

1. Z¿Lm-kp-Iƒ ap{Z-h® Ih-dp-Iƒ°p-≈n¬, Ih-dn\p

]pdØv C\w, \º¿, t]cp -hn -hcw F∂nh

tcJ-s∏-SpØn Irjn sU]yq´n Ub-d-IvS¿, kwÿm\

_tbm-I¨t{Smƒ em_,v aÆpØn F∂ hnem-k-Øn¬

19-˛7 -˛2016 D®bv°v 2 aWn°p apºmbn In´-Ø°

hn[-Øn¬ Ab-bvt°-≠-Xm-Wv.

2. Z¿Lm-kp-Iƒ 19-˛7˛2016 D®bv°ptijw 3 aWn°v

AhnsS k∂n-ln -X -cm -hp∂ Z¿Lmkv ka¿∏n -® -

h-cp-sStbm Ah-cpsS AwKo-IrX {]Xn-\n-[n-I-fp-sStbm

km∂n-≤y-Øn¬ Xpd∂v ]cn-tim-[n-°p-∂-Xm-Wv. sS≠¿

kzoI-cn-°p∂ Znhkw GsX-¶nepw Imc-W-h-im¬

Ah[nZnh-k-am-hp-I-bm-sW-¶n¬ sXm´-SpØ {]hrØn

Znhkw D®-Xn-cn™v 2 aWn-hsc sS≠¿ kzoI-cn-°p-

∂Xpw At∂Znhkw 3 aWn°v sS≠¿ Xpd-°p-∂-Xp

-am-bn-cn-°pw.

3. \n›nX ka-b-]-cn-[n-°p-tijw e`n-°p∂ Z¿Lm-kp-Iƒ

bmsXmcp Imc-W-h-imepw ]cn-K-Wn-°p-∂X-√.

4. Z¿Lm-kp -Iƒ 19˛7 - ˛2016 D®bv°v 1 aWn -hsc

\¬Ip -∂-Xm -Wv . Z¿Lmkv hne ]W-am -bnt´m

aWn-tbm¿U¿ Bbnt´m am{Xta kzoI-cn-°p-I-bp-≈q.

Z¿Lmkv hne Xncn®v e`n -°p -∂-X-√. Z¿Lmkv

{]am-W-߃ ssIam‰w sNøm≥ ]mSn-√.

5. Z¿Lm-kv \º¿, Xob-Xn, C\w, \º¿ F∂nh

Z¿Lm-kn-\p≈ At]-£-bn¬ ImWn-t°-≠-Xm-Wv.

Z¿Lm-kn-t\m-sSm∏w Irjn sU]yq´n Ub-d-IvS¿,

kwÿm\ _tbm-I¨t{Smƒ em_v, aÆpØn F∂

t]cn¬ Xr»q -c n¬ amdm -hp∂ Hcp iX-am\w

\nc-X{ZhyØns‚ Unam‚ v {Um^v‰pw ` 150 hne-

bp≈ tIcf k¿°m¿ ap{Z-]-{X-Øn¬ {]mY-anI Icm¿

]{Xhpw D≠m-bn-cn-t°-≠-Xm-Wv.

6. Hmtcm C\w km[-\-߃°pw F√m \nIp-Xn-Ifpw

AS-°-ap≈ hne Htcm bqWn-‰n -\mbn {]tXyIw

tcJ-s∏-Sp-tØ-≠-Xm-Wv. Cu XpIbv°p ]pdta a‰v

bmsXmcp \nIp-Xn-Itfm Nm¿÷p-Itfm A\p-h-Zn-°p

-∂-X-√.

7. D]-tbm-K-km-[-\-ß-fpsS Af-hp-Iƒ ]ckyw sNbvXn-

-cn -°p-∂Xv 31-˛3-˛2017 hsc Bh-iy-amb GI-tZi

AfhmWv. em_nse Bh-iy-a -\p -k-cn®v kssπ-

Hm¿U¿ \¬Ip∂ apdbv°v ]d-bp∂ Imem-h-[n -

°p-≈n¬ kssπ \¬tI-≠-Xm-Wv.

8. Z¿Lm-kv kzoI-cn-°p-∂-]£w kssπ Hm¿U¿ \¬Ip-∂-

ap-d-bv°v, ]d-bp∂ Imem-h-[n-°p-≈n¬ Icm¿ XpI-bpsS

5 iX-am\w skIyq -c n‰n sUt∏m -kn‰pw ` 500 -

hne-bp≈ tIcf k¿°m¿ ap{Z-]-{X-Øn¬ Icm¿

]{Xhpw \¬tI-≠-Xm-Wv.

ta¬∏-d™ \n_-‘-\ -Iƒ°v hncp -≤ -am -bh

tcJ-s∏-Sp-Øn-bm¬ AØcw Z¿Lmkv X≈n-If-b-s∏-Smw.

IqSp-X¬ hnh-c-߃ Cu Hm^o-kn¬\n∂v F√m {]hrØn

Znh-k-ß-fnepw {]hrØn ka-bØv Adn-bm-hp-∂-Xm-Wv.

k¿°m¿ Z¿Lm-kn\p _m[-I-amb F√m \nb-a-ßfpw

N -ßfpw Cu Z¿Lm-kn\pw _m[-Iam-bn-cn-°pw.

No. SBCL 147/16/F1. 27th June 2016.

The Deputy Director of Agriculture, State BiocontrolLaboratory, Mannuthy, Thrissur on behalf of the Governorof Kerala invites competitive tenders from competentdealers/supplier/ distributer for the supply of PlasticBottle 250ml (packing materials), for the production ofbiocontrol agents in State Biocontrol Laboratory,Mannuthy.

EMD—1% of PAC.

PAC— 3,60,000.Cost of tender form—` 700+VAT 4% ` 28.

Total— 728

Document sale start date —28-6-2016, 11 a. m.

Last date & time of receipt of tender—19-7-2016,2 p. m.

Date and time of opening of tender—19-7-2016, 3 p.m.Date up to which the rates are to remain firm for

acceptance—31-3-2017.Security deposit— 5% of total contract amount (on

acceptance of tender).Period of supply— within 30 days of receipt of

supply order.SPECIAL CONDITIONS

Item Approximatequantity

Plastic Bottles— HDPE, 250 ml with screw 40000cap, made from virgin plastic, minimumweight 30-35 gm/bottle. Total bottle height16-18cm, diameter 5-6 cm., mouth diameter2-3 cm., neck length 1.5-2.5 cm., whitenon transparent bottles and green outerscrew caps and inner cap

To be supplied in uniform packet size of250 bottles per sealed packet.

Sample Bottle should be submitted directly to thisoffice before the last date of receipt of tender.

Destination of supply

Store room of State Biocontrol Laboratory,Mannuthy, Thrissur.

Terms & ConditionsThe tenders should be superscribed “Supply of

plastic bottles for State Biocontrol Laboratory,Mannuthy” and addressed to the Deputy Director ofAgriculture, State Biocontrol Laboratory, Mannuthy,Thrissur-680 651 so as to reach at this office on or before19-7-2016, 2 p. m.

483

Page 14: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 632

1. Tenders will be opened on 19-7-2016 at 3 p. m. inthe presence of tenderers or their authorizedrepresentatives who are present at the prescribedtime of opening. If the date fixed for openinghappens to be a holiday the tenders will bereceived on the next working day up to 2 p. m.and will be opened at 3 p. m. on the same day.

2. Late tenders will not be accepted.

3. Intending tenderers may, on application to theundersigned, obtain tender forms up to 2 p. m. on19-7-2016 on cash payment. Cost of tender formsis not refundable. Tender forms are nottransferable.

4. The Tender Number and Item No. should bequoted on the request for the tender form. Eachtender should be accompanied by a Demand Draftin favour of the Deputy Director of Agriculture,State Bio-control Laboratory, Mannuthy, payable atThrissur towards the EMD mentioned and apreliminary bond executed on Kerala State StampPaper worth ` 150.

5. The tender rate quoted should be applicableupto one year after bond execution.

6. If tender is confirmed, Tenderer will have toexecute a contract bond on Kerala State StampPaper worth ` 500 and deposit a security amountof 5% of the contract amount, before the supplyof articles as specified in the supply order.Violation of any terms and conditions in supplyorder by the supplier will lead to rejection of hisbid. Additional details can be had from the officeof the undersigned during the office hours on allworking days. All terms and conditions governingthe purchase of stores by the Govt. of Kerala willbe applicable to this tender also.

State Bio-control Laboratory,Mannuthy P. O., Thrissur-680 651. (Sd.)Ph: 0487 2374605 Deputy Director ofEmail: [email protected] Agriculture.

Fire and Rescue Services Departmente-TENDER NOTICE

No. M1-7491/2016. 20th June 2016.e-Tenders in two cover system are invited from

competent dealers for the purchase of 35 Nos. of MiniWater Tenders (Water Mist) as per the TechnicalSpecifications drawn by this department. Thetender is to be submitted as e-tenders throughhttps://etenders.kerala.gov.in. Since this is an e-tender,only those bidders having enrolment in the above portalwith their own Digital Signature Certificate (DSC) canparticipate in the tender.

e-Tender document and other details can be obtainedfrom the above e-portal.

The tender has two parts,

1. Technical bid.2. Financial bid (BOQ).

Tender No. with PAC—KFRS/e-tender/No. 02/2016-17, 787.5 Lakh.

EMD—1% of PAC in online payment.

Cost of e-Tender (online submission)—` 25,000 +VAT @ 5%.

Date and time of floating tender—21-6-2016, 4 p. m.

Date and time of pre bid meeting—30-6-2016, 11 a. m.

Last date and time of receipt of e-tender—19-7-2016, 4 p. m.

Date of Technical Bid opening—23-7-2016,11 a. m.

Date of Financial Bid opening—26-7-2016,11 a. m.

Date upto which the rates are to remain firm foracceptance—30-6-2017.

Security Deposit—5% of total contract amountinclusive of EMD to be furnished as online payment.

Period of supply—Within 45 days of receipt ofchassis.

Address of the officer from whom e-tender forms areto be obtained and to whom tenders are to be sent—Director General, Kerala Fire and Rescue Services, FireForce Junction Thiruvananthapuram-695 001.

The bidder desiring to take part in the bid shall loginto https://etenders.kerala.gov.in and then select tenderand initiate payment. Bidders will be directed to thepayment gateway page of the State Bank of Travancore.There are two options—State Bank of Travancore SBTNet Banking payment, payment through NEFT from otherbanks to the payment gateway of SBT.

For obtaining Digital Signature Certificate (DSC) andnecessary portal enrolment bidders can visit the websitehttps://etenders.kerala.gov.in.

Tenders will be opened online in the presence ofsuch tenderers or their authorized representatives whohave logged in at the prescribed time of openingtechnical & financial bids. If the date fixed for openinghappens to be a holiday/due to net failure the tenders willbe opened in the next working day, at the same time.

The tenderer, or his representative, shall bephysically present at the Fire and Rescue ServicesHeadquarters on the date prescribed with necessarydocuments and presentations on all the technical aspects

484

Page 15: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 633

of the fabrication and accessories, as they have to givepresentations on the next office working day of tenderopening i.e. on 25-7-2016.

The price of the e-tender form shall be received onlythrough online payment SBT/SBT NEFT.

The cost should be quoted in Indian currency only.

The tender has two covers:

• Technical cover• Financial cover

The first cover ie. the technical cover shall beuploaded with the following document.

1. Scanned copy of technical specificationscompliance statement of the product intendedto supply.

The bidder should prepare the specificationcompliance statement in the following proforma andupload it duly signed. The specification compliancestatement should contain all the details in theDepartmental technical specifications and the complianceto the same to be properly marked and deviation, if any,shall be marked in the compliance statement.

Specification Compliance Statement for EmergencyRescue Tender (Water Mist)

Sl. Detail of Detail of the Deviation fromNo. Departmental product Departmental

Technical offered TechnicalSpecification Specification,

if any

2. Scanned copy of the agreement in theprescribed format in Kerala Stamp Paper worth

200.

3. Brochure of the product intended to supply.

4. Work experience certificate or other relevantdetails.

5. Scanned copies of the declaration by the bidderon Kerala Stamp Paper worth ` 200 to theeffect that no Vigilance Case has been chargesheeted and pending trial at Court againsthim/his partner/s or any of his directors inconnection with fabrication/supply of similarproduct made earlier to this Department.

I, ...................(Name, Address, firm), do herebydeclare that no Vigilance Case have been chargesheeted and pending trial at Court against me, anyof my partner/s or any of my directors, in connectionwith fabrication/supply of similar product made earlierto Kerala Fire and Rescue Services Department/Government of Kerala and none of us or our firm isblacklisted by any Government agencies/PSUs inKerala.

Pre bid meeting

A pre bid meeting will be held at Fire and RescueServices Headquarters, Thiruvananthapuram on the dateand time as mentioned above. Bidders can participate inthe pre bid meeting and clarify their doubts, if any. Theycan clarify their doubts by sending, an e-mail [email protected] and by contacting Station Officer(Motor Transport). Fire and Rescue ServicesHeadquarters in phone number-09497920103

Tender Opening and evaluation

(a) Soon after the opening of the tender, thetenderers are requested to come to the Fire and RescueServices Headquarters with documents and presentationson all the technical aspects of the fabrication andaccessories for the full understanding of the Head OfficePurchase Committee (Technical), on the date specified.

(b) There will not be any further communicationsabout the opening of the technical and financial bidsseparately. Soon on opening the technical bid ofe-tenders, the committee constituted to evaluate thetechnical aspects of the vehicle fabrication will meet andscrutinize the technical specification of fabricationsubmitted with the e-tender.

(c) During evaluation, the tenders will be firstevaluated for the compliance of Departmental TechnicalSpecification. Only those tenders which comply theDepartmental Technical Specifications will be consideredfor weightage and subsequent financial evaluation.

(d) The financial bid belonging to those dealers/suppliers who qualified in the technical bid of theequipment as required above by Kerala Fire & RescueServices Department alone will be considered.

(e) On finalization of technical evaluation, the secondcover i.e. the financial bid of the concerned competentfirm will be opened by the Head Office Committee(Finance) for consideration.

The bidder should upload the supporting documentsfor the above along with the Technical cover.

(f) The originals of Technical specificationcompliance statement of the product, Agreement in stamppaper worth ` 200, the declaration on Kerala Stamp Paperworth `200 and the item intended to supply shall beproduced before the undersigned soon after the FinancialBid opening.

(g) After opening the financial bid, financialevaluation is made only after consultation with the DPCand the decision of the DPC shall be final and will beuploaded in the financial evaluation field of the e-tendersite whether the tender is financially admitted or not andthereafter the awarding of the contract.

485

Page 16: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 634

(h) The right of acceptance or rejection of e-tender orcancelling the tender without assigning any reason, atany stage of tendering, is solemnly vested with theDirector General, Kerala Fire and Rescue Services or acommittee appointed by him.

The rules and regulations prescribed for e-tenders bythe Government of Kerala shall be applicable to thise-tender also. If any tenderer wants any clarification onany aspect of the tender, he/she can send email [email protected] or Fax to 0471-2337422.

Details with respect to the e-tender and thedetails of specifications of the item to be purchasecan be obtained from the e-tender websitehttps/etenders.kerala.gov.in

Any legal disputes that may arise in relation to thee-tender formalities will be restricted to the jurisdiction ofThiruvananthapuram District Court.

DETAILED SPECIFICATIONGeneral Requirements

1.1 Chassis -TATA XENON 4X2 double Cabin Pick up

1.2 The chassis will be purchased and supplied by thedepartment

1.3 The overall weight of the fabricated vehicle withwater, Foam Compound and equipments should beless by 250 kg of the rated GVW of the chassis.

2 The vehicle shall be suitable for Firefighting as wellas Rescue operations and capable of being deployedin narrow lanes in urban and rural areas as well asbandobust duties of VIPs.

3 Description:The vehicle shall comprise of the following components:

Sl. Items Quantity RemarksNo.

3.1 Water Mist System 1 No.3.2 E-Draulic Combi Tool 1 No.3.3 Portable L.E.D Light Mast 1 No.3.4 Fire Extinguisher CO2 – 1 No. Should comply

4.5 Kg. with relevant Indian standards

3.5 Fire Extinguisher A.B.C. 1 No. Should complyType 6 Kg. with relevant

Indian standards

3.1 Water Mist Fire Fighting System

The water mist fire fighting system shall have a fillingvolume of 400 litres of water and 50 litres of Foam. (Total450 ltrs. maximum). It should be designed to be mounted onmost standard pickups and other small vehicles. It shouldhave minimizing the water and other collateral damage incomparison to conventional water tender. The unit designshall incorporate foam induction system which providesvariable foam dosing and suction of water from an externalsource for direct fire fighting or filling of the tank.

Specification/Details of the UnitWeight of empty unit .................... 150 kgs. (Max.)Max. Measurements of the

As compact asunit (in mm) .................................................. possibleUsable water capacity ................................. 400 ltrs.Usable foam capacity ....................................50 ltrs.No. of deliveries ............................ 1 or 2 – Nos.

(If the system is provided with 1 delivery, it shall becapable of discharging both foam and water mist.)

Main Extinguishing Gun

The gun shall be provided with a suitable stainless steelfilter. The design of gun shall be such that there is noappreciable re-coil pressure. If the system is provided withdouble delivery, the second delivery shall have an attachmentfor discharging foam with suitable aeration facility. The gunshould have a handle, should be provided with facility toadjust the flow rate, high pressure ball valve with lockinglever to select the type of jet.

The main extinguishing gun shall be capable ofproducing following spray patterns.

(a) Very fine water fog(b) Combination of very fine water fog (for

protecting the operator from heat exposure) andbroad centre jet of fog.

(c) Combination of very fine water fog and narrowcentral jet of fog.

(d) Central jet of fog.(e) Full jet.

Flow rate ……………………………………… 7-20 lts/min.Weight of extinguisher gun ………………… 2 kgs Max.Gun Dimensions ……………………………… As compact

as possibleWorking pressure on the nozzle...................... 100 to 120 bars

(with Nominalreaction)

Throw ……………………………. . . . . . . . . . . . .Jet – not lessthan 14mts.(+/- 10%)

Spray: notless than 6m (+/- 10%)

Hose reel ……………………… 90mts (std)on manualdrum

The water mist micro nozzle used in the gun should betested for conductivity up to minimum 30 KV and certificatefor the same needs to be provided.

486

Page 17: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 635

Main Pump

The pump should be capable of suction of water fromtank or open source and to maintain adequate discharge rateand pressure for operation of nozzle at optimum efficiency.

Max. pressure ………………should not be less than 120 Bars.Flow Rate ……………………20-25 LPM.

EnginePreferably Honda/Vanguard/Briggs & Stratton or any other reputed make. The prime mover for pump shall be 4-stroke petrol drivenengine and shall have compatible electrical and lubricationsystem. The engine should preferably start on 12 V battery,for which adequate charger shall also be provided. Suitablesystem shall be provided on the body of engine/panel forindicating fuel level, battery and temperature.Power of the engine ………………………Not less than 15 BHPFuel …………………………………………... Unleaded PetrolStarter ……………………………………....Electric starter and Pull cord over-rideFuel Level Indicator …………………………Mechanical

Foam Induction

A suitable means shall be provided for induction of foamfrom tank so that proportion for single or double deliveryremains constant and foam quality is maintained.Size of foam tank …………………50lts (Min).Max. induction ……………………………..6% (adjustable).

Accessories

Foam Compound (50 ltrs. filled in the foam tank and 50ltrs. spare)Tool kit comprising of 1 No. adjustable spanner12"- 1 No., Plier-1, Set of double end spanners - 1, Screwdriver set - 1 and other special tools as per the requirement ofthe unit.

Design and Development

Equipment details:—The Water Mist Fighting Systemwill be a self driven fire fighting unit operated with inbuiltpetrol engine coupled to a pump and attached with a reducerand hose pipes, mist/foam generating guns.

The water mist system shall be capable of carrying 400litres of water and foam tank of 50 litre made of GRP in suitableshape to keep the gravity centre of the vehicle as low aspossible. For foam compound a separate system to pump andmix the required ratio, which can be discharged.

The discharge gun shall be of light weight stainless steelnozzle capable of producing water mist with the ability tocontrol the discharge in short burst and long shots.

The size of mist particle shall be in the range of 10 to 100microns. (Valid proof for the same should be attached.)

A suitable pressure reducer with a safety valve, capableof reducing to a low pressure not more than 150 bars andjerk free working pressure shall be incorporated. The mainvessel shall be corrosion free.

The foam required shall be aqueous film forming foam(AFFF).

The unit shall have adequate provisions for safety ofthe system.

Safety Devices

The following safety device shall form part of equipment:

(i) The system shall be provided with pressure safetyvalve.

(ii) The system will have proper heat and exhaust outletfor the engine without causing any interference to the operatorwhile operating the unit (exhaust pipe must be extendedoutside the fabricated body).

(iii) Any other safety device which is felt necessary tobe a part of the equipment.

Main Water Tank

The water tank of the Water Mist System shall be madeof GRP for giving a corrosion free life and making systemlight weight, having useable water storage capacity of450 ltrs (400 for water and 50 ltrs. capacity for foam). The tankshould be properly baffled into segments to reduce watersurge. The thickness of the water tank should be minimum5mm. A man hole of φ 330 mm with overflow pipe and anoptical water level indicator should be part of the tank. Therefilling inlet unit of both water tank and foam tank shouldhave minimum 63 mm φ with threaded cap and shall bearranged in such a way that, both the tank are easily refillable.The mounting of the Tank should be in such a way that, itshould maintain optimum stability of the vehicle on loadedcondition.

Hoses

The hoses provided in the system shall be highquality and shall be capable of holding the temp.ranges-20° to + 55°C. The material specification, workingpressure, test pressure and cracking pressure should beindicated for each type of hose. The minimum length of eachhose should be 90 M. The seals and O-rings used in thesystem should be of synthetic material like Nitrile rubber orequivalent.

Test of acceptance of fire fighting system:

Physical dimensions, performance and weight check ofequipment as given under different items shall form part oftest of acceptance.

3.2 E-Draulic Combi Tool

• The combi tool should be double actingbattery operated of light weight constructionmade of anti corrosive high strength material.

Page 18: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 636

• The combi tool shall be capable of cutting ofvarious sections such as solid round bar, hallowround bar, flat section, square tube, rectangulartube etc. and also for spreading. It would alsocut the door pillars of new generation cars.

• The blades shall be of shock resistant,non-corroding alloy steel, hardened and ground,and shall be exchangeable and regrindable.

The combi tool should have following specifications:

Spreading Distance Not less than 450 mm

Spreading force Not less than 1300 KN

Cutting force Not less than 880 KN

Pulling width Not less than 300 mm

Weight Not more than 24 kg.

NFPA Class A8 / B9 / C8 / D9 / E9

Spare Battery —2 Nos. shall be supplied

Accessories: All accessories including Battery chargershall be supplied along with the Combi tool.

Warranty—2 Years3.3 Battery Operated Portable L. E. D. Light Mast

Should be of collapsible type.Lamp Luminous Efficiency - Not less than 4000 LumenBattery - 12 Volt not less than 35 ahBattery should be rechargeable from A/C Supply.Battery charger and all accessories should besupplied along with the system.Weight –Not more than 30 Kg.Height when extended – Not less than 1.5 metre.

Body Work of Vehicle

The rear body structure/frame work shall be of weldedconstructions and made from 2 mm thick MS pressed sectionsand square tubes. The angles and channels used shall be ofmin. 3 mm thickness. The complete structure material shall betreated for anti corrosion by Zinc Plating. The platingthickness shall not be less than 20 microns. Two coats ofEpoxy paint shall be applied to the completely weldedstructure.

The structure shall be so designed so as to avoid anyvibration / rattling / deformation in the intended usage of thevehicle.

The interior panelling shall be done from 1.22mm thickaluminium sheets and the exterior panelling shall be donefrom 1.60mm thick aluminium sheets.

The load body of vehicle should not be fabricatedbeyond 50 cm in height, from height of the roof top of thecabin, as the height increases the body roll in the curves willalso increases. Aerodynamic deflector to be provided toreduce the air resistance. Shape of the fabricated body shouldbe in tune with the design of the original cabin.

Lockers

The lockers should be provided for storage of allequipments mentioned in the specification. All equipmentsshould be stowed very scientifically and systematically inthe lockers and each piece of equipment shall have itsdesignated location so that at the time of emergency therequired equipment can be located very easily and removedfor use. Floor of lockers shall be covered with good qualityneoprene rubber sheets.

All the equipment should be properly clamped andstrapped in the lockers to prevent shifting of the equipmentswhile the vehicle is in motion.

All the lockers should be covered (Rear Side Also) withPush-Pull type aluminium roller shutters only, for faster andsmoother operation at the time of emergency.

The roller shutters shall be made from extruded aluminiumsections with suitable roller, spring, guide channels etc. Allaluminium sections used shall be properly anodized.

The Roller shutters shall be rolled inwards underneaththe roof giving unobstructed access to the equipment lockersand the firefighting material.

These roller shutters should open in every position ofthe vehicle even in rough terrain. Guide rails shall supportthe shutters over entire length on both sides to makethem absolutely torsion free.

The opening of the roller shutters should be done bymeans of a lift bar provided. This should be of the self lockingtype so that while the vehicle is moving, the shutters do notopen accidentally during movement of vehicle.

Roller shutters shall be made of hollow rectangularshaped aluminium links which shall be inter connected withrubber/plastic/PVC profiles sealing the roller shutter watertightwhen closed. These roller shutters should be durable,maintenance free, weather and corrosion resistant.

All lockers shall be fitted with internal lighting whichshall be capable of being automatically switched ‘ON’ and‘OFF’ by the opening and closing of the roller shutters. Amaster switch for isolating the locker lighting circuit shallalso be provided.

Painting of Vehicle

The whole vehicle shall be painted externally & internallywith anti corrosive paint i.e. epoxy coating and 3 coats of firered Duco-colour with metallic finishing. For stowage lockers,cab etc. with cream colour and areas not visible with blackcolour. The Service lettering ( Fire & Rescue Services) inMalayalam and English shall be painted / ( stickered) on

488

Page 19: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 637

both sides with golden-yellow colour. The name of thedepartment “ FIRE & RESCUE SERVICES” in fluorescent redletter in yellow background shall be affixed ( sticker ) on thetop of the front wind screen. The LOGO of the departmentshall be displayed in the two sides and in the bonnet of thevehicle. ‘Dial 101’ shall be painted /stickered on all the foursides of the vehicle on yellow background in black letters.

P. A System

An electrically operated Light Bar emitting Red, Whiteand Blue Light with Siren of 1km range and 2 Tone Hooterwith public addressing system should be provided. Switchesfor operating Siren P.A system should be provided on thedash board in a convenient place. The system should beprotected with metal guard.

Rear View Camera:

Rear View Camera shall be provided for the vehiclewith 7 inch LCD screen within the Cabin.

GPS System :

GPS system shall be provided in the vehicles to locatethe vehicles. Full software support for a period of 3 years tobe guaranteed with the system. The structure should becompatible with windows and android platforms.

Navigation system : With full Kerala locations (Cities, Townsand Villages) shall be provided.

INSTRUCTION BOOK:

Instruction book for the guidance of the user includingboth operating and normal maintenance procedure shall besupplied. The book shall include an itemized and illustratedspare parts list giving reference number of all the wearingpart. A set of all operating manual for the guidance of theuser including both operation and normal maintenanceprocedures for all of the appliances and accessories.

The book along with the drawing should be item wisedand illustrate spare list giving reference number to all wearingparts are made easily available. When necessary, it shall alsoinclude line diagrams showing all plumbing connectionsbetween water tank, pump mixing chamber etc.

MARKING :

Each appliance shall be clearly and permanently markedwith the following preferably on a metal plate attached in thedriving compartment and also near/on the pump operatingcontrol panels:

(a) Manufacturer’s name or trade mark.

(b) Year of manufacture.

(c) Capacity of pump in l/min.

(d) Water/Foam tank in litres.

(e) Engine and chasis number.

(f) Pump number.

STAGEWISE INSPECTION :1st Stage Inspection (a) Structural Inspection

(b) Testing of Water Tank/ FoamTank hydro testing

(c) Inspection of Panel Work

(d) Inspection of Water MistUnit

Final Stage Inspection (a) Final finishing, painting of theappliance

(b) Compliance of nonconformities, if any

(c) Water Mist test as perstandards

(d) Pump Testing & Hose Reel Gunperformance

(e) Complete functions-operationsof all systems installed

(f) Check & maintaining of allcatalogues, operation manualof appliance.

(g) Road Test fully laden vehicleup to a distance of 40 kms

Acceptance Test The vehicle will be tested afterdelivery at Fire & RescueServices, Head Quarters,Thiruvananthapuram andbased on this inspection, thevehicle will be acceptedby the department.

The stages of inspection will be as under:

Specifications and Drawings..

Considering the detailed Specifications, the Auto CADdrawings (both the Hard Copy as well as Soft Copy shall beincluded) and load calculation chart shall be submitted bythe Vendor. The Director General, Kerala Fire & RescueServices or his representatives may suggest modifications tothe drawings. However, modified drawing should besubmitted by the Vendor within 3 days from the suggestion/discussion. The Bidder shall start the work only after gettingthe drawings approved by The Director General, Kerala Fire& Rescue Services. The CAD drawings should clearlyillustrate the detail of the floor structural members of theside, roof cabins, location of water tank, foam tank, pump &equipment lockers etc. with full detailed specifications. Twosets of complete and final CAD drawings (both the Hard Copyas well as Soft Copy shall be included), in respect offabrication, stowage arrangements, fittings, electric circuitarrangement etc. shall be supplied at the time of delivery ofthe appliance. These drawings shall be supplied free of charge.

489

Page 20: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 638

Quality of Goods

The equipment/product must conform to the highestquality and standard. Vendor should guarantee that the itemsdelivered to the purchaser are brand new. All tools/ motors/machines must be supplied with their original and completeprinted documentation and technical specifications and TestCertificates, if any. For imported items, the Vendor shouldsubmit the import documents.

Consistency must be maintained for the entire lot of theMini Water Tender (Water Mist) based on Mist Technology.All the require items in schedule of requirement mustbe of the same brand and of the same or higherspecification.

All the equipment should be supplied with the relevantIndian or International standards.

Workmanship and Material

Workmanship executed shall be of high order. All rivetsand belts - holes shall be drilled (not punched) and fitted withwell fittings. All steel joints shall have a coat of approvedpaint on both surfaces before reverting or bolting or welding.All steel screws, bolts, nuts, rivets, etc. shall be zinc coatedor rust proofed by recognized process. LI directions andinstructions (oral or in writing) on all points relative to themode or manner of carrying out the works or as to the natureand quality of materials used or workmanship executedwhenever given by The Director General , Kerala Fire & RescueServices shall be received and complied with.

R.T.O.’ S Requirements

The vehicle shall conform in all respect with provisionscontained in the Motor Vehicles Act of 1988 and MotorVehicles Rules of 1989 or to any other statutory modificationsor re-enactments made from time to time. All the equipmentnecessary for R.T.O. passing shall be provided on vehicleand the offer shall be inclusive of all such equipments.

Warranty

The complete structure & equipments provided anderected on the Mini Water Tender (Water Mist), which arenot mentioned specifically, shall be subject to an overallperformance warrantee for a period of 36 months from thedate of delivery.

The Vendor shall be responsible for the maintenanceof the Mini Water Tender (Water Mist) except for the chassisfor any defects or damages to Vehicle due to bad workmanshipor of any inferior material, accessories, apparatuses etc.

Onsite Training —Training Schedule & Module, shouldbe submitted by the Vendor for actual operation of the system.Minimum 3 days on site training should be given by the vendorat their own cost to the fire and rescue personnel.

Conditions

1. Whether samples are : Pamphlets, Photograph,essential Drawings, CDs etc.

should be forwardedalong with the tender.

2. Period within which : Within 45 days fromgoods should be delivered receipt of supply order.

3. Rates should be quoted : f.o.r. atincluding all taxes and Thiruvananthapuramtransportation charge

4. Payment : 100% payment againstdelivery at Thiruvanantha-puram in good condition.

5. Other Special Conditions : 1. A warranty of 36 monthsfor fabrication from thedate of delivery of theitem shall be providedby the fabricator.

2. EMD—1% of PAC inonline payment.

3. Security Deposit/BankGuarantee—5% oftotal contract amountinclusive of EMDto be furnished asmentioned in thenotice invitinge-Tender.

4. Any firm whoseProprietor, Partner orDirector against whomany Vigilance Casehas been chargesheeted and pendingtrial at Court inconnection withfabrication/supply ofsimilar product madeearlier to thisDepar tment /KeralaGovernment are noteligible to participateand shall be barredfrom participating inthis tender.

5. The tenderers shouldhave an averageannual turnover ofRs. 10 Crores for thelast 3 years.

490

Page 21: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 639

6. The bidder shouldhave sufficientprevious Experience(atleast 3Years) infabricating Firefighting Vehicles. Thecopies of supplyorder for fabricatingFire fighting Vehiclesplaced by states, UTs,and P. S. Us duringthe calendar Year2013, 2014 & 2015should be producedin support of previousexperience.

7. On receipt of supplyorder the tenderershould provideInsurance cover forthe Kerala Governmentproperty for anamount equal to thecost of total numberof chassis for fire andtheft.

8. The number ofvehicles to befabricated mayincrease by 20% andthe vendor must becapable enough tofabricate and supplythe whole quantity intime limit.

9. Canvassing in anymanners at any timeshall disqualify of thetenderer.

10. Renewal of temporaryregistration processesshall be performed bythe fabricator at theirown expense. A validTemporary RegistrationCertificate (T. P.) shallbe produced beforethe department at thetime of delivery.

11. Load distribution chartand detailed drawingfrom the competentauthority shallbe submitted gotapproved from thedepartment by thefabricator, beforecommencing fabrication.

12. If the supplier is notin a position to repairthe equipment oraccessories providedin the vehicle,they shall arrange fortotal replacement ofthat particular item, asthe case may be, upto a period of 3 yearfrom the dateof acceptance of thevehicle by thedepartment atThiruvananthapuram.

13. The vendor shall beresponsible for themaintenance of theMini Water Tender(Water Mist) for anydefects or damages tovehicle due to badworkmanship or ofany inferior material,accessories, apparatusesetc.

14. The vendor shouldprovide serviceassistance and supplyof spare parts for aperiod of minimum 5years after the expiryof warranty period,within 30 days sinceany complaint isreported to thevendor.

Office of the Director General,Fire and Rescue Services Hqrs., E. B. PRASAD

Fire Force Junction, Director (Technical)Thiruvananthapuram. For Director General.

Health Services DepartmentSHORT TENDER NOTICE

No. B3-3699/15. 17th June 2016.

Sealed tenders are invited for the supply of thefollowing equipments to Ophthalmic Unit of General Hospital,Thrissur under MPLADS-2015-16-Sri C.N. Jayadevan,Hon’ble MP of Thrissur.

The envelopes containing the tender should bear thesuperscription “Equipments to Ophthalmic Unit” andshould be addressed to Superintendent, General Hospital,Thrissur.

Page 22: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 640

Sl. Name of EquipmentNo.

1 Beam Splitter + CCT Camera + Recording Device forOphthalmic Operating Microscope

2 Non contact Tonometer with Smart Puff Control,Tiltable Touch Screen, LCD Colour Monitor, Printerand Motorised Instrument Stand, Auto Start, IOPCorrection Formula

3 B Scan with UBM Upgradable with MeasuringTools, IPG and PDF Format and Printer

4 LED Indirect Ophthalmoscope

5 20 D Lens (Volk) for Indirect Ophthalmoscope

6 Cataract Surgery Set

Date and time of sale of tender forms—18-7-2016 to20-7-2016, 11 a.m. to 3 p.m.

Last date and time for receipt of tender—22-7-2016,12 Noon.

Date and time of opening—22-7-2016, 2.30 p.m.

Late tenders will not be accepted. The tenders will beopened at General Hospital, Thrissur on the same day at2.30 p. m. in the presence of such of the tenderers or theirauthorized representatives who may be present at thattime. The Superintendent reserved the right to accept orreject any tender without assigning any reasons.

Intending tenderers may, on application to theSuperintendent, General Hospital, Thrissur obtain therequisite tender forms on which tenders should besubmitted. Application for the tender form should beaccompanied by a cash remittance of ` 2,300 (+VATappicable) which is the price fixed for a form/set of formsand which is not refundable under any circumstances.The tender forms are not transferable. Sale of tenderforms will be closed at 3 p.m. on 20-7-2016.

Cheques, Postage Stamps, etc. will not be acceptedtowards the cost of forms, nor will the forms be sent perV.P.P. Duplicate tender forms, if required will be issued at50% of the tender form (+VAT applicable) per copy,EMD— 15,000.

CONDITIONS

1. The existing Government condition regarding thequality guarantee of supply should be strictlyadhered to.

2. All equipment (including hardware and software)should have 3 years of warrantee.

3. If any damaged item is found supplied, that shouldbe replaced immediately.

4. Whole item should be supplied within 1 month.

5. Expenditure will be met from MPLADSfund-2015-16- Sri C. N. Jayadevan, Hon’ble MP ofThrissur as per rules.

General Hospital, DR. P. J. ALOSHIES,Thrissur. Superintendent.

]p\¿ Z¿Lmkv ]ckyw

\º¿ F˛742/16. 2016 Pq¨ 22.

sshØncn Xmeq-°m-ip-]-{Xn-bn-te°v 2016- 17 h¿j-tØ-

°p≈ Agp -°p -Xp -Wn -Iƒ Ae-°p -∂-Xn\ v ap {Z -h®

Z¿Lm-kp-Iƒ £Wn-®p-sIm-≈-p-∂p.

AS-¶¬ XpI—` 1,80,000.

\nc-X-{Zhyw—` 1,800.

sS≠¿ t^md-Øns‚ hne—` 420.

21 -˛7 -˛2016 -˛\v sshIp-t∂cw 4 aWn hsc sS≠¿

t^md-߃ hmßm-hp-∂-Xm-Wv. 22- 7˛2016- \v D®bv°v Hcp aWn-

hsc ap{Z-h® Z¿Lm-kp-Iƒ Cu Hm^o-kn¬ kzoI-cn-°p-∂-

Xm -Wv. 23 -˛7 -˛2016 -˛\v sshIp -t∂cw 3 aWn°v e`n®

Z¿Lm-kp-Iƒ Ah ka¿∏n-®-h-cp-sStbm Npa-X-e-s∏-Sp-Øn-b-

h-cp-sStbm km∂n-≤y-Øn¬ Xpd-°p-∂-Xp-am-bn-cn-°pw. sS≠¿

\n_-‘-\-Iƒ ]q¿Æ-ambpw ]men -®p -sIm≠v G‰hpw

Npcp -ßnb \nc°v tcJ-s∏-Sp -Ønbpw KpW-\n -e-hmcw

Dd-∏p-h-cp-Øp-∂-Xp-amb hy‡n-t°m ÿm]-\-Ønt\m sS≠¿

Dd-∏n-°p-∂-XmWv.

{Ia-\-º¿ XpWn-I-fpsS C\w

1 Pap-°mfw

2 Ku¨

3 s_Uv jo‰v

4 Xe-bnW Ih¿

5 SuĬ

6 ªm¶‰v

7 A_vtUm-a≥ jo‰v

8 Uÿ

9 s_Uv Ih¿

sS≠¿ t^md-Øn-t\m-sSm∏w Bip-]{Xn kq{]-≠ns‚

t]cn-ep≈ ` 1,800˛s‚ Unam‚ v {Um^v‰v \nc-X-{Z-hy-ambn

ka¿∏n-t°-≠-Xm-Wv. sS≠¿ t^mdw AS°w sNbvX

Ih-dn -\p -≈n¬ ]cm-a¿in® sS≠¿ \º¿ hy‡-ambn

tN¿t°-≠Xpw kq{]-≠v, Xmeq°v Bip-]-{Xn, sshØncn,

hb-\mSv F∂ hnemkw tcJ-s∏-Sp-tØ≠-Xp-am-Wv. sshIn

e`n® sS≠-dp-Iƒ ]cn-K-Wn-°p-∂-X-√.

sS≠¿ t^md-Øns‚ hne-bmb ` 420 Cu Hm^o-kn¬

AS-®m¬ sS≠¿ t^md-߃ e`n-°p-∂-Xm-Wv. IqSmsX

sS≠¿ t^mdw X]m -en¬ Bh-iy -ap -≈-h¿ ` 100

aWn-tbm¿U-dmbn sS≠¿ t^mdw hne-tbm-sSm∏w AS®v

Bh-iy-s∏- m¬ e`n-°p-∂-Xm-Wv. CXn-te°v sN°v, Un.-Un.

F∂nh kzoI-cn-°p-∂-X-√.

Hcp Imc-Whpw IqSmsX sS≠¿ d±v sNømt\m

\ncm-I-cn-°mt\m kq{]-≠n\v A[n-Imcw D≠m-bn-cn-°pw.

Xmeq°v slUv Izm¿t´gvkv Bip-]-{Xn, (H-∏v)

sshØn-cn, hb-\mSv. kq{]-≠v.

492

Page 23: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 641

Medical Education DepartmentZ¿Lmkv ]ckyw

\º¿ Fkv3/5933/15/Fw.kn.kn. 2016 Pq¨ 17.

tImgn-t°mSv saUn°¬ tIm-tfPnse aƒ´n Unkn-πn-\dn

dnk¿®v bqWn‰v ]tØm-fPn hn`m-K-Øn-te°v hnhn[

D]-I-c-W-߃ hnX-cWw sNøp-∂-Xn-te°v \n¿Ωm-Xm-°-fn¬

\nt∂m Ah-cpsS AwKo-IrX hnX-c-W-°mcn¬ \nt∂m

ap{Z-h®Xpw a’-cm-[n-jvTnX-hp-amb Z¿Lm-kp-Iƒ £Wn-®p-

sIm≈p∂p.

Z¿Lmkv t^mdhpw hni-Zmw -i-ßfpw saUn-°¬

tImtfPv B^o-kn¬\n∂v {]hrØn- k-a-bØv e`y-am-W.v

(t^m¨: 0495˛2350212). ` 200-˛s‚ tIcf ap{Z-]-{X-Øn¬

\n›nX amXr-Ibn-ep≈ kΩX]{Xhpw hmKvZØ XpI-bpsS

1% \nc -X- {Z -hy -tØmSpw tase-gp -Øp-ambpw Z¿Lmkv

ka¿∏n -t°-≠-Xm -Wv . kwÿm-\ -Øn\v ]pd -Øp≈

ÿm]-\-߃°v ap{Z-]{Xw e`n-°p-∂-Xn\v ` 250 aWn-tbm¿U¿

klnXw {]n≥kn-∏mƒ, Kh¨sa‚ v saUn-°¬ tIm-tfPv,

tImgn-t°mSv F∂ hnem-k-Øn¬ At]-£n-t°-≠-Xm-Wv.

\nc-X-{Z-hy kΩX]{XØns‚ amXr-I Z¿Lmkv t^mdØn¬

A\p-_-‘-ambn tN¿Øn- p-≠v.

hne C¥y≥ cq]-bn¬ tcJ-s∏-Sp-Øn-bn-cn-t°-≠-Xm-Wv.

\nIp-Xn-Ifpw a‰pw shtΔsd ]cm-a¿in-t°-≠-Xm-Wv. ISØv,

C≥jzd≥kv, Ib-‰n-d-°v, b{¥-km-a-{Kn-Iƒ ÿm]n-°¬,

IΩo -j≥ F∂o sNe-hp -Iƒ Z¿Lm-kp -Im¿ kzbw

hln-t°-≠-Xm-Wv. XpI \¬Ip-∂Xv C¥y≥ cq]-bn-em-bn-cn-°pw.

sshIn e`n-°p-∂-Xpw aXn-bmb \nc-X-{Z-hyw, kΩ-X-]-{Xw,

a‰p Z¿Lmkv hyh-ÿ-Iƒ F∂nh ]men-°m-Ø-Xp-amb

Z¿Lm-kp-Iƒ as‰mcp Adn-bn∏pw IqSm-sX -Xs∂ \nc-kn-°p-

∂-Xm-Wv. Z¿Lmkv t^mdw ssIam‰w sNøm≥ ]mSp-≈-X-√.

Z¿Lmkv t^mdØns‚ hne-bmbn aWntbm¿U¿ HgnsI

as‰m∂pw kzoI-cn -°p-∂-X-√. Z¿Lmkv t^mdØns‚

Uyqπn-t°‰v hne \¬In hmßm-hp-∂-Xm-Wv. Z¿LmkpIƒ

Xmsg kqNn-∏n-®n-cn-°p-∂-Xp-{]-Imcw Z¿Lm-kp-Im-c-s‚tbm

AwKo-IrX {]Xn -\n -[n -If-p -sStbm km∂n-≤y-Øn¬

Xpd-°p-∂-Xm-Wv.

{Ia sS≠¿ \º¿, C\w, Un∏m¿´vsa‚ v,

\º¿ GI-tZi sNehv

1 Fkv3/3518/2016/Fw.kn.kn.—]n. -F-® v . ao‰¿

Fw.-B¿.-bp., ]tØm-fPn hn`mKw—` 2,00,000.

2 Fkv3/3518(1)/2016/Fw.kn.kn.— -s -Fkv ^vtf°¿

sajo≥, Fw. -B¿. -bp. , ]tØm-fPn hn`mKw—` 2,00,000.

3 Fkv3/3518(2)/2016/Fw.kn.kn.—Aƒ{Sm tkmWn-t°-‰¿

Fw.-B¿.-bp., ]tØm-fPn—` 2,00,000.

4 Fkv3/3518(3)/2016/Fw.kn.kn.—bp. -hn. {Sm≥kv

C√yp-an-t\‰¿ Fw.-B¿.-bp., ]tØm-fPn—` 2,00,000.

5 Fkv3/3518(4)/2016/Fw.kn.kn.—shbnßv sajo≥

Fw.-B¿.-bp., ]tØm-fPn—` 1,25,000.

sS≠¿ t^md-Øns‚ hne:

Ak¬—` 525.

]I¿∏v—` 263.

X]m¬hgn—` 575.

X]m¬hgn sS≠¿ t^mdw hn¬°p∂ Ah-km\

Xob-Xnbpw ka-bhpw—18- 7- 2016, 3 aWn.

sS≠¿ t^mdw hn¬°p∂ Ah-km\ Xob-Xnbpw

ka-bhpw—25- 7- 2016, 3.30 aWn.

sS≠¿ e`n-t°≠ Xob-Xnbpw ka-bhpw—26-˛7-˛2016,

11 aWn.

sS≠¿ Xpd-°p∂ Xob-Xnbpw ka-bhpw—26-˛7-˛2016,

11.30 aWn.

sS≠¿ \nP-am-bn-cn-°p-∂ XobXn—31- 3- 2017.

\n_-‘-\-Iƒ

1. \n¿Ωm-Xm-hn¬\n∂p≈ ssI]p-kvXIw (X-\Xv)

Z¿Lm-kn-s\m∏w ka¿∏n-t°≠XmWv.

2. Bh-iy -s∏-Sp -∂-]£w Z¿LmkpIm-c≥ kz¥w

sNe-hn¬ km[\ kma-{Kn-Iƒ ]cn-tim-[-\bv°v

hnt[-b-am-t°-≠-Xm-Wv.

3. hmd≠n Npcp-ßn-bXv 2 h¿jw.

4. hm¿jnI A‰ -Ip‰∏Wn, ka{K hm¿jnI

A‰-Ip‰∏Wn (Np-cp-ßn-bXv 5 h¿jw) \nc-°p-Iƒ

shtΔsd kqNn-∏n-®n-cn-t°-≠-Xm-Wv. Bh-iy-sa-¶n¬

km[\ kma-{Kn -IfpsS sXc-s™-Sp -∏n\v Cu

\nc-°p-Iƒ ]cn-K-Wn-t°≠-Xm-Wv.

5. ap≥Iq¿ XpI \¬Ip-∂-X-√.

No. S3-3518/15/MCC. 17th June 2016.

Sealed and competitive tenders in the prescribedform are invited from the manufacturers/authorized dealersfor the supply of Various Equipment Multi DisciplinaryResearch Unit, Pathology, Government Medical College,Kozhikode as detailed below.

Tender forms and details can be obtained from theOffice of the Principal, Government Medical College,Kozhikode on payment of tender cost. Tender should besuperscribed with tender number and addressed to thePrincipal, Government Medical College, Kozhikode. Belatedtenders will not be accepted. Each tender should besubmitted along with an agreement signed and executedin Kerala Stamp Paper worth ` 200 and EMD @ 1% ofthe total cost of items tendered for Stamp Paper will besupplied to the firm outside Kerala, on request alongwith remittance of ` 250 by Money Order in favour ofPrincipal, Govt. Medical College, Kozhikode. Specimen copyof the agreement annexed with the tender form. Ratesshould be quoted in Indian Rupees only. All the taxesapplicable is to be clearly mentioned. Freight, Insurance,loading, unloading, erection and commission charges andinstallation charges should be borne by the tenderer.Payment also will be made in Indian rupees.

The tender without required Earnest MoneyDeposit, agreement and not satisfying other tenderconditions are liable to be rejected without further notice.Tender form is not transferable. Cheque, Draft, PostageStamps etc. will not be accepted towards the cost oftender forms. Duplicate copy of tender form can beobtained on payment of cost. The tender will be openedin the presence of tenderers or their authorizedrepresentatives as scheduled.

493

Page 24: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 642

Sl. Tender No., Item/Department,No. Cost (Approx.)

1 S3/3518/2016/MCC—PH Meter Dept. of Pathology— 2,00,000

2 S3/3518(1)/2016/MCC—Ice Flakor Machine Dept. ofPathology, MRU— 2,00,000

3 S3/3518(2)/2016/MCC—Ultra Sonicater, Dept. ofPathology, MRU—` 2,00,000

4 S3/3518(3)/2016/MCC—UV Transilluminator, Dept. ofPathology, MRU—` 2,00,000

5 S3/3518 (4)/2016/MCC—Weighing Machine, Dept. ofPathology—` 1,25,000

Cost of tender form :Original— 525.Duplicate—` 263.By post—` 575.

Closing date and time of sale of tender form bypost—18-7-2016, 3 p. m.

Closing date and time of sale of tender form—25-7-2016, 3.30 p. m.

Due date and time for receipt of tender—26-7-2016,11 a. m.

Due date and time for opening of tender—26-7-2016,11.30 a. m.

Date upto which rates are to be firm—31-3-2017.

SPECIAL CONDITIONS

1. The brochure issued by the manufacturer in orginalshould be attached.

2. The firm should be arranged demonstration at hisown cost, if requested.

3. Warranty: minimum 2 years.4. AMC and CAMC: minimum 5 years, AMC and

CAMC (rate to be mentioned separately) will beconsidered for selection if necessary.

5. No advance payment will be made.

Office of the GovernmentMedical College, (Sd.)Kozhikode. For Principal.

Z¿Lmkv ]ckyw

\º¿ Fkv.4˛9652/2016/Fw.kn-.kn.

2016 Pq¨ 17.

tImgn-t°mSv Kh¨sa‚ v saUn°¬ tImtfPnse

hn.-B¿.Un.-F¬. hn`m-K-Øn-te°v Xmsg- ]-d-bp∂ hnhn[

D]-I-c-W-߃ hnX-cWw sNøp-∂-Xnte°v \n¿Ωm-Xm-°-fn¬

\nt∂m Ah-cpsS AwKo-IrX hnX-c-W-°m-cn¬ \nt∂m

ap{Zh®Xpw a’-cm-[n-jvTn-X-hp-amb Z¿Lmkp-Iƒ £Wn-®p-

sIm-≈p-∂p.

Z¿Lmkv t^md-ßfpw hni-Zmw-i-ßfpw saUn-°¬

tImtfPv Hm^o-kn¬ \n∂v {]hrØn ka-bØv e`y-am-Wv.

(0495-˛2350212). ` 200 hne-bp≈ tIcf ap{Z-]-{X-Øn¬

\nivNnX amXr -I -bn -ep≈ kΩX]{Xhpw hmKvZØ

XpI-bpsS Hcp iX-am\w \nc-X-{Z-hy-tØmSpwIqSn Xmsg

\¬In-bn-cn-°p∂ tase-gp-Øp-ambn Z¿Lmkv ka¿∏nt°-≠-Xm-Wv.

kwÿm-\-Øn\v ]pd-Øp≈ ÿm]-\-߃°v ap{Z]{Xw

e`n -°p -∂-Xn\ v ` 250 - aWn -tbm¿U-¿ klnXw

{]n≥kn-∏mƒ, Kh. saUn-°¬ tImtf-Pv, tImgn-t°m-Sv-˛8

F∂ hnem-k-Øn¬ At]-£n-t°-≠-Xm-Wv. \nc-X-{Zhy

kΩ-X -] - {X -Øns‚ amXrI Z¿Lmkv t^md -Øn¬

A\p_‘ambn tN¿Øn- p-≠v.

hne C¥y≥ cq]-bn¬ tcJ-s∏-Sp-Øn-bn-cn-t°-≠-Xm-Wv.

\nIp-Xn-Ifpw a‰pw shtΔsd ]cm-a¿in-t°-≠-Xm-Wv. IS-Øv,

C≥jz-d≥kv, Ib-‰n-d-°v, b{¥-km-a-{Kn-Iƒ ÿm]n-°¬,

IΩo-j≥ F∂o sNe-hp-Iƒ Z¿Lm-kp-Im-c≥ kzbw

hln-t°-≠-Xm-Wv. XpI \¬Ip-∂Xv C¥y≥ cq]-bn¬

Bbn-cn-°pw.

sshIn e`n -°p -∂Xpw aXn -bmb \nc -X - {Z -hyw,

kΩ-X -] - {Xw, a‰ v Z¿Lmkv hyh-ÿ-Iƒ F∂nh

]men-°m-Ø-Xp-amb Z¿Lm-kp-Iƒ as‰mcp Adn-bn∏pw

IqSmsX Xs∂ \nc-kn-°p-∂-Xm-Wv. Z¿Lmkv t^mdw

ssIam‰w sNøm≥ ]mSp-≈-X-√. Z¿Lmkv t^md-Øns‚

hne-bmbn aWntbm¿U¿ HgnsI as‰m∂pw

kzoI-cn-°p-∂-X-√. Z¿Lmkv t^md-Øns‚ Uyqπn-t°‰v hne

\¬In hmßm-hp -∂-Xm -Wv . Z¿Lm-kp -Iƒ Xmsg

kqNn-∏n-®n-cn-°p-∂-Xv -{]-Imcw Z¿Lm-kp-Im-c-s‚tbm AwKoIrX

{]Xn-\n-[n-bp-sStbm km∂n-≤y-Øn¬ Xpd-°p-∂-Xm-Wv.

{Ia Z¿Lmkv \ºcpw C\hpw hIp∏pw

\º¿ GI-tZ-i- sN-ehpw

(1) (2)

1 Fkv.4/9652/16/Fw.kn.-kn. Hmt°m-ta-‰Uv Feokv

s s a t {I m - s sπ‰ v h mj¿ h nB¿UnF¬ —` 2 e£w

2 Fkv.4/9654/16/Fw. kn. -kn . AUvPÃ-_nƒ

thmfywkn¶nƒ Nm\¬ ]n∏‰v (5×2)=10 FÆw

hnB¿UnF¬—` 1.5 e£w

3 Fkv.4/9661/16/Fw. kn.- kn. s X ¿ a ¬ s s k ¢ ¿

hnB¿UnF¬—` 4 e£w

4 Fkv.4/9666/16/Fw.kn.-kn. slmdn-tkm-≠¬ P¬

Ce-Ivt{Sm-t^m-d-knkv knÃw hnB¿UnF¬—` 3,50,000.

5 Fkv.4/9667/16/Fw.kn.-kn. sP¬ tUmIyp-sat‚-j≥

knÃw hnB¿UnF¬—` 3,50,000

6 Fkv.4/9658/16/Fw.kn.-kn. d{ n-P-td-‰Uv ssat{Im^ypPv

hnB¿UnF¬—` 2 e£w

7 Fkv.4/9708/16/Fw.kn.-kn. ^vfqd-sk‚ v ssat{Im

kvtIm∏v hnB¿UnF¬—` 5 e£w

494

Page 25: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 643

8 Fkv.4/9668/16/Fw.kn.-kn.—Ce-Ivt{Sm-WnIv aƒ´n

Nm\¬ ]n∏‰ v—3 FÆw-- ˛hnB¿UnF¬—` 3,50,000

9 Fkv.4/9669/16/Fw.kn.-kn.—hm´¿ ]yqcn-^n-t°-j≥

knÃw˛hnB¿UnF¬— ` 5 e£w

Z¿Lmkv t^md-Øns‚ hne (Hdn-Pn-\¬)—{Ia-\-º¿ 1,

2, 6 Chbv°v - 525, {Ia-\-º¿ 3˛\v -` 840, {Ia-\-º¿ 4, 5,

8 Chbv°v -` 735, {Ia-\-º¿ 7, 9 Chbv°v -` 1,050.Z¿Lmkv t^md-Øns‚ hne (X]m¬h-gn)—{Ia-\-º¿ 1,

2, 6 Chbv°v - 575, {Ia-\-º¿ 3˛\v -` 890, {Ia-\-º¿ 4, 5,

8 Chbv°v -` 785, {Ia-\-º¿ 7, 9 Chbv°v -` 1,100.Uyqπn-t°‰v Z¿Lmkv t^mdØns‚ hne—{Ia-\-º¿

1, 2, 6 Chbv°v -` 262, {Ia-\-º¿ 3˛\v -` 420, {Ia-\-º¿

4, 5, 8 Chbv°v -` 367, {Ia-\-º¿ 7, 9 Chbv°vv ` 525.Z¿Lmkv t^mapIƒ X]m-¬hgn hn¬∏\ Xocp∂

Ah-km\ XobXn—16- 7- 2016.

Z¿Lmkv t^mapIƒ t\cn´ v e`n°p∂ Ah-km\

Xob-Xn-bpw ka-bhpw—23˛7- 2016, 3.30 aWn.

Z¿Lm-kp-Iƒ kzoI-cn-°p∂ Ah-km\ Xob-Xnbpw

ka-bhpw—25˛7- 2016, 11- a-Wn.

Z¿Lm-kp-Iƒ Xpd-°p∂ Xob-Xnbpw ka-bhpw—{Ia -\ -º¿ 1 apX¬ 5 hsc 26˛7 - ˛2016 , 1 1 - . 30 a -Wn,

a‰p-≈-hbv°v 27-˛7-˛2016, 11.30- a-Wn.

Z¿LmkpIƒ \nP-am-bncn°p∂ Xob-Xn-—31˛3- 2017.

\n_-‘-\-Iƒ

1. \n¿Ωm-Xm-hn¬\n∂p≈ ssI]p-kvXIw (X-\-Xv)

Z¿Lm-kn-s\m∏w ka¿∏n-t°-≠-Xm-Wv.

2. Bh-iy-s∏-Sp∂]£w Z¿Lm-kp-Im-c≥ kz¥w

sNe-hn¬ km[\ kma-{Kn-Iƒ ]cn-tim-[-\bv°v

hnt[-b-am-t°-≠-Xm-Wv.

3. hmd≠n—Npcp-ßn-bXv 2 h¿jw.

4. hm¿jnI A‰-Ip -‰ -∏Wn/ka{K hm¿jnI

A‰-Ip-‰-∏Wn (Np-cp-ßn-bXv 5 h¿jw). \nc-°p-Iƒ

shtΔsd kqNn-∏n-®n-cn-t°-≠-Xm-Wv. Bh-iy-sa-¶n¬

km[\ kma-{Kn -I-fpsS sXc-s™-Sp -∏n\v Cu

\nc-°p-Iƒ ]cn-K-Wn-°p∂Xm-Wv.

5. ap≥Iq¿ XpI \¬Ip∂-X√.

No. S4-9652/2016/MCC. 17th June 2016.

Sealed and competitive tenders in the prescribed formare invited from the manufacturers or authorized dealersfor the supply of various equipments for VRDL in theDepartment of Microbiology as detailed below.

Tender forms and details of tender can be obtainedfrom the office of the Principal, Government MedicalCollege, Kozhikode on pyment of tender cost. Tendershould be superscribed with tender number andaddressed to the Principal, Government Medical College,

Kozhikode. Belated tenders will not be accepted. Eachtender should be submitted along with an agreementsigned and executed in Kerala Stamp Paper worth ` 200(Rupees Two hundred only) and Earnest Money Deposit@ 1 % of the total cost of the items tendered for. StampPaper will be supplied to the firm outside Kerala, onrequest along with remittance of ` 250 (` Two hundredand fifty only) by money order in favour of Principal,Govt. Medical College, Kozhikode. Specimen copy of theagreement is annexed with the tender form. Rate shouldbe quoted in Indian Rupees only. All the taxes applicableis to be clearly mentioned. Freight, Insurance, loading,unloading, erection and commission charges andinstallation should be borne by the tenderer. Payment alsowill be made in Indian Rupees.

The tenders without the agreement and sufficientEarnest Money Deposit and the tenders that do notsatisfy the conditions are liable to be rejected withoutany notice. Cheque, Draft, Postage Stamps etc., will notbe accepted towards the cost of tender forms. Duplicatecopy of tender form can be obtained on payment of cost.

Further detailes can be had from the office of thePrincipal, Medical College during working hours(0495-2350212).

Sl. Tender No. Item, Dept. andNo. Cost

(Approximate)

(1) (2) (3)

1 S4/9652/16/MCC Automated ELISA MicroPlate Washer toVRDL—

2,00,0002 S4/9654/16/MCC Adjustable Volume Single

Channel Pipetts (5x2each)—10 Nos. toVRDL— 1,50,000

3 S4/9661/16/MCC Thermal Cycle to VRDL— 4,00,000

4 S4/9666/16/MCC Horizontal Gel Electro-phoresis system to VRDL—

3,50,0005 S4/9667/16/MCC Gel documentation system

to VRDL— 3,50,000

6 S4/9658/16/MCC Refrigerated Microfuge toVRDL— 2,00,000

7 S4/9708/16/MCC Fluorescent Microscope toVRDL— 5,00,000

8 S4/9668/16/MCC Electronic MultichannelPipette (3 Nos.) to VRDL— 3,50,000

9 S4/9669/16/MCC Water Purification systemto VRDL— 5,00,000

(1) (2) (3)

Page 26: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 644

Cost of tender form (Original)—` 525 for Sl. Nos.1, 2, 6, ` 840 for Sl. No. 3, ` 735 for Sl. Nos.4, 5, 8 and ` 1,050 for Sl. Nos. 7 and 9.

Cost of tender from (By post)— 575 for Sl. Nos. 1, 2,6, ` 890 for Sl No. 3, ` 785 for Sl. Nos. 4, 5, 8,

1,100 for Sl. Nos. 7 and 9.

Cost of tender form (duplicate)—` 262 forSl. Nos. 1, 2, 6 , ` 420 for Sl. No. 3, ` 367 forSl. Nos. 4, 5, 8 and ` 525 for Sl. Nos. 7 and 9.

Last date of sale of closing of tender form bypost—16-7-2016.

Last date and time of closing of sale of tenderform—23-7-2016, 3.30. p.m.

Last date and time for receipt of tender—25-7-2016,11 a. m.

Date and time for opening of tender—26-7-2016,11.30 a. m. for Sl. Nos. 1 to 5, and 27-7-2016, 11.30 a.m.for others.

Date up to which the rates are to be firm—31-3-2017.

SPECIAL CONDITIONS

1. The brochure issued by the manufacturer in originalshould be attached.

2. The firm should be arranged demonstration at theirown cost, if requested.

3. Warranty—Minimum 2 years.

4. AMC or CAMC—Minimum 5 years. AMC andCAMC (rate to be mentioned separately) will beconsidered for selection if necessary.

5. No advance payment will be made.

Government (Sd.)Medical College, Kozhikode-8. Principal(i.c.).

Technical Education DepartmentSHORT TENDER NOTICES

(1)

No. D1/2491/2016. 20th June 2016.

Sealed tenders are invited for the supply ofEquipments/Consumables for Govt. Engineering College,Thrissur.

Sl. Tender Name of Lab Items andNo. No. specification with

approximate cost

(1) (2) (3) (4)

1 D1/23/2016-17 Mechanical Water flowDept. digital

M a n o m e t e r — 4,00,000

2 D1/24/2016-17 Mechanical M-SeriesDept. Displacement

Flowmeter andhigh flowrate peristalticpump— 4,00,000

3 D1/25/2016-17 Civil Clamp onDept. portable

UltrasonicFlow meter—

1,75,000

Tender value—` 1,260 + Postal Charge for Sl. Nos. 1and 2, ` 630 + Postal Charge for Sl. No. 3.

Last date and time of sale of tender form—22-7-2016, 12 Noon.

Last date and time of receipt of tender—22-7-2016, 2 p. m.

Date and time of opening of tender—23-7-2016,11 a. m.

Intending tenderers may on application to thePrincipal, Government Engineering College, Thrissur, obtainthe requisite tender form. Late tenders will not beaccepted. Application for the tender form should beaccompanied by cash remittance, as per the price fixed forthe tender form.

Cheques, Postage Stamps etc. will not be acceptedtowards the cost of the forms, nor the forms will be sentby VPP.

Tenders should be accompanied by EMD of 1% ofthe amount by DD drawn in favour of the Principal,Government Engineering College, Thrissur with anagreement in Kerala Stamp Paper worth ` 100. Detailscan be had from the Government Engineering CollegeOffice.

Phone No. : 0487-2334144.Website:www.gectcr.ac.in

(2)

No. D3-2394/2016. 23rd June 2016.

Tenders sealed with sealing wax are invited for thesupply and purchase of cealing mount kit and cables withinstallation for purchased projectors. Tenders should besuperscribed as Tender No. D3/17/2016-17 for the supplyof Sealing Mount Kit and Cables with installation forpuchased projectors and addressed to Principal, Govt.Engineering College, Thrissur, Kerala. The last date for thereceipt of tender is 25-7-2016 at 2 p. m. The tenders will beopend at 11 a. m. on 26-7-2016 in the presence of suchtenderes or their authorised representatives who may bepresent at that time.

(1) (2) (3) (4)

496

Page 27: Reg. No. KL/TV(N)/634/2015-17 tIcf Kkddvegazette.kerala.gov.in/pdf/2016/29/part_3/SPC (619-645).pdf19th JULY 2016] STORES PURCHASE 620 472 No. PT(2)155/T1/2016. 22nd June 2016. Sealed

19th JULY 2016] STORES PURCHASE 645

Total Amount— ` 1,61,750.Intending tenderers may obtain the requisite tender

form from the Principal, Government Engineering College,Thrissur on cash remittance of ` 473 + postal charge, theprice fixed for requsite tender form. Duplicate form, ifrequired, will be issued at ` 315 per copy. Tender formsare not transferable. The sale of tender forms will beclosed on 12 Noon on 25-7-2016.

Cost of tender form should be remitted either in cashor by money order ` 473 + postal charge. Cheques,Postage Stamps, Postal Order or Demand Draft, will not beaccepted towards the cost of forms nor the forms, will besent by V. P. P.

Tenders should be accompanied by EMD of 1% ofthe amount by DD drawn in favour of the Principal,Government Engineering College, Thrissur with anagreement in Kerala Stamp Paper worth ` 200. Details canbe had from the Government Engineering College Office.

(3)

No. D3-2534/2016. 24th June 2016.

Tenders sealed with sealing wax are invited for thesupply and purchase of Sports Goods for PhysicalEducation Department. Tenders should be superscribed asTender No. D3-18/2016-17 for the supply of Sports Goodsfor Physical Education Department and addressed toPrincipal, Govt. Engineering College, Thrissur, Kerala. Thelast date for the receipt of tender is 25-7-2016 at 2 p. m.The tenders will be opend at 11 a. m. on 26-7-2016 in thepresence of such tenderers or their authorisedrepresentatives who may be present at that time.

Total Amount— ` 3,51,600.Intending tenderers may obtain the requisite tender

form from the Principal, Government Engineering College,Thrissur on cash remittance of ` 1,053 + postal charge theprice fixed for requsite tender form. Duplicate form ifrequired, will be issued at ` 630 per copy. Tender formsare not transferable. The sale of tender forms will beclosed at 12 Noon on 25-7-2016.

Cost of tender form should be remitted either in cashor by Money Order ` 1,053 + postal charges. Cheques,Postage Stamps, Postal Orders or Demand Drafts will notbe accepted towards the cost of forms nor the forms willbe sent by V. P. P.

Tenders should be accompanied by EMD of 1% ofthe amount by DD drawn in favour of the Principal,Government Engineering College, Thrissur with anagreement in Kerala Stamp Paper worth ` 200. Details canbe had from the Government Engineering College Office.

Government Engineering (Sd.)College, Thrissur. Principal.

Water Transport DepartmenteLp Z¿Lmkv ]ckyw

(1)

\º¿ kn5-6202/16. 2016 Pq¨ 21.

Be-∏p-g kwÿm\ Pe-K-Xm-KX hIp-∏nte°v Xmsg

]d -bp∂ km[-\w kssπ sNøp -∂-Xn\ v ap {Z -sh®

Z¿LmkpIƒ £Wn®psIm≈p∂p.

Z¿Lmkv \º¿—29/kn5/2016˛17.

kssπ sNtø≠ hkvXp—Pn.- sF. ss]∏v.

AS-¶¬ XpI—` 2,36,000.

\nc-X-{Zhyw—` 2,360.

Z¿Lmkv t^md-Øns‚ hne—` 525 (\nIpXn Dƒs∏-sS).

Z¿Lmkv t^mdw hn¬∏\-bpsS Ah-km\ Xob-Xnbpw

ka-bhpw—28˛7˛2016, 1 aWn.

Z¿Lmkv e`n -t°≠ Ah-km\ Xob-Xnbpw

ka-bhpw— 28˛7˛2016, 3 aWn.

Z¿Lm-kv Xp-d-°p∂ Xob-Xnbpw ka-bhpw—28˛7-˛2016

3.15 aWn.

Z¿Lmkv kw_‘n® IqSp-X¬ hnh-c-߃ {]hrØn

Znh-kßfn¬ sshIp-t∂cw 5 aWnhsc Cu Hm^o-kn¬

e`y-am-Wv.

sSe-t^m¨ \º¿˛0477 2252015.

(2)

\º¿ kn5-6203/16. 2016 Pq¨ 21.

Be-∏p-g kwÿm\ Pe-K-Xm-KX hIp-∏nte°v Xmsg

]d -bp∂ km[-\ -w kssπ sNøp -∂-Xn\ v ap{Z -sh®

Z¿LmkpIƒ £Wn®psIm≈p∂p.

Z¿Lmkv \º¿—30/kn5/2016˛17.

kssπ sNtø≠ hkvXp—assd≥ ssπhp-Uv.

AS-¶¬ XpI—` 1,10,000.

\nc-X-{Zhyw—` 1,500.

Z¿Lmkv t^md-Øns‚ hne—` 420 (\nIpXn Dƒs∏-sS).

Z¿Lmkv t^mdw hn¬∏\-bpsS Ah-km\ Xob-Xnbpw

ka-bhpw—27˛7˛2016, 1 aWn.

Z¿Lmkv e`n -t°≠ Ah-km\ Xob-Xnbpw

ka-bhpw— 27˛7˛2016, 3 aWn.

Z¿Lm-kv Xp-d-°p∂ Xob-Xnbpw ka-bhpw—27˛7-˛2016

3.15 aWn.

Z¿Lmkv kw_‘n® IqSp-X¬ hnh-c-߃ {]hrØn

Znh-kßfn¬ sshIp-t∂cw 5 aWnhsc Cu Hm^o-kn¬

e`y-am-Wv.

sSe-t^m¨ \º¿˛0477 2252015.

kwÿm\ Pe-K-Xm-KX hIp-∏v, (H∏v)

Be-∏pg. Ub-dIvS-¿.

497