Sei sulla pagina 1di 9

GOVERNMENT OF WEST BENGAL

DIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH


O/O DEPUTY DIRECTOR, ARD & PO, PASCHIM MEDINIPUR
ASHOKE NAGAR,
PASCHIM MEDINIPUR, 711 101
Phone – 03222-275729 / 7604010039 email – ddardpaschimmedinipur@darahwb.org
TENDER NOTIFICATION

No. WBARD/Vehicle/NIT01 /18-19 Date of issue: 30/06/2018

Online bids are invited by the Deputy Director, ARD & PO, Paschim Medinipur on behalf of the Governor to the State of
West Bengal only from the reputed transporters /owners having capacity to supply open body van (s) (Model TATA Ace or similar
other models) of laden weight more than 1500kg on hire basis for distribution of liquid Nitrogen (LN2) in different sized Cryocans
together with Frozen Semen Straws and other AI accessories. The said materials are to be carried from the different supplying
sources / loading points to different delivery / unloading points within and outside the district, as per requirement. Labour charges
for the said distribution are to be borne by the eligible firm. The vehicle should have good body and tyre condition and overall engine
condition during transportation and if any negligence found, the same should get fresh fit certificate from concerned authority. The
offered rate shall be valid for 1 (one) year which may be extended or curtailed, as per decision of the Tender Committee.

The selected contractor will work on receipt of work order from the Deputy Project Director, PBGSBS, Paschim Medinipur or
his representative. The undersigned may even order the contractor for transportation of other Government materials, as and when
required, in the same accepted rate.

Online Receipt and Refund of EMD of e Procurement through State Govt. E Procurement Portal

1. Login by bidder:
a) A bidder desirous of taking part in a tender invited by a State Government Offices / PSUs, Autonomous and Local Bodies, PRIs,
etc. shall login to the e-procurement portal of the Government of West Bengal https://wbtenders.gov.in in using his login ID
and password.
b) He will select the tender to bid and initiate payment of pre-defined EMD/Tender Fees for that tender by selecting from either of
the following payment modes:
i) Net banking (any of the banks listed in the ICICI Bank payment gateway) in case of payment though ICICI Bank
payment gateway :
ii) RTGS/NEFT in case of office payment through Bank Account in any Bank.

2. Payment Procedure :
a) Payment by the Net Banking (any listed bank) through ICICI Bank payment Gateway:
i) On selection of net banking as the payment mode, the bidder will be directed to ICICI Bank payment Gateway web page(along
with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction.
ii) Bidder will make the payment after entering his unique ID and Password of the Bank to process the transaction.
iii) Bidder will receive a confirmation message regarding success/failure of the transaction.
iv) If the transaction is successful , the amount paid by the bidder will gate credited in the respective pooling account of the State
Government /PSU/ Autonomous Body /PRIs, etc. maintain with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road,
Kolkata for collection of EMD/Tender Fees.
v) If the transaction is failure the bidder will again try for payment by going back to the first step.

b) Payment though RTGS/NEFT:


i) On selection of RTGS/NEFT as the payment mode, the e-procurement portal will show a pre-filled challan having the details to
process RTGS/NEFT transaction.
The bidder will print the challan and used pre-filled information to make RTGS/NEFT payment using his Bank account.
ii) Once payment is made, the bidder will come back to the e procurement portal after expiry of a reasonable time to enable the
NEFT/RTGS process to complete. In order to verify, the payment made and continue the bidding process.
iii) If verification is successful , the fund will gate credited to the respective pooling account of the State Government / PSUs/
Autonomous Body/Local Body / PRIs, etc. maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road,
Kolkata for collection of EMD/Tender Fees.
iv) Here after, the bidder will go to e-procurement portal for submission office bid.
v) But if the payment verification is unsuccessful the amount will be returned to the bidders account.

3. Refund/Settlement process:
i) After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in
the e-procurement portal of the State Government, the tender inviting authority will declare the status of the bid as successful
or unsuccessful which will be made available, along with the details of the unsuccessful bidders, to ICICI Bank by the e-
procurement portal through web services.

Continued on Page-2
Page-2

ii) On receipt of the information from the e-procurement portal, the bank will refund, through an automated process, the EMD of
the bidders disqualified at the technical evaluation to the respective bidders’ bank accounts from which they made the payment
transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on
rejection of bid is uploaded to the e-procurement portal by the tender inviting authority.
iii) Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically qualified
bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the respective bidders bank
accounts from which with they made the payment transaction. Such refund will take place within T+2 Bank Working Days
where T will mean the date on which information on rejection of financial bid is uploaded to the e-procurement portal by the
tender inviting authority. However, the L1 bidder should not be rejected till the LOI process is successful.
iv) If the L1 bidder accepts the LOI and the same if processed electronically in the e-procurement portal, EMD of the L2 bidder will
be refunded through an automated process to his Bank account from which he made the payment transaction. Such refund will
take place within T+2 Bank Working Days where T will mean the date on which information Awarded of contract (AOC) to the
L1 bidder is uploaded to the e-procurement portal by the tender inviting authority.
v) As soon as the L1 bidder awarded of contract (AOC) and the same is processed electronically in e-procurement portal.
a) EMD of the L1 bidder for tender of State Government Office will automatically gate transferred from the pooling account
to the State Government deposit head ‘’8443- 00-103-001-07’’ through GRIPS along with the bank particulars of the L1
bidder.
b) EMD of the L1 bidder for tenders of the state PSUs/Autonomous Bodies/Local Bodies/PRIs etc. will automatically gate
transferred from the pooling account to their respective linked bank account along with the bank particulars of the L1
bidder. In both the above cases, such transfer will take place within T+1 Bank Working Days where T will mean the date
on which the Award of Contract (AOC) is issued.
vi) The Bank will share the details of the GRN No. Generated on successful entry in GRIPS with the e-procurement portal for
updation.
vii) Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the bidder will
be transferred electronically from the pooling account to the Government revenue receipt head ‘’0070-60-800-013-27’’ through
the GRIPS for government tender and to the respective link bank account for State PSUs/Autonomous Bodies/Local Bodies/PRIs
etc. tenders.
viii) All refunds will be made mandatorily to the Bank Account from which the payment of EMD and Tender fees (if any) were
initiated.
Each tender must be supported by (ONLY ORIGINAL TO BE UPLOADED):-

i) Each tender, unless the bidder is exempted under the existing order of the Govt. of West Bengal or Govt. of India,
will have to deposit Earnest Money Rs.10,000/- (Rupees Ten Thousand) only as per above manner or Document
Showing EMD Exemption to be uploaded. E.M.D. in any other manner not acceptable.
ii) Scanned ORIGINAL PAN Card.
iii) Scanned Original Trade License (valid up to 31.3.2019).
iv) Scanned original Prof. Tax Paid challan (Paid up to 31.3.2019).
v) Scanned IT return for the F.Y. of 2014-15, 2015-16 & 2016-17.
vi) GSTIN
vii) List of vehicle(s) along with photocopy of their RC / CF / fitness and permit owned by the contractor/transport agency;
viii) Affidavit of Self-declaration of the bidder for neither blacklisted nor suspended by any of the Departments/Organizations of the
Government and no criminal case is pending against the said firm/agency.
ix) Scanned copy of CHECK LIST.

No Tender will be accepted, if the same is not supported with all the above documents.

Hard copy of Statutory/Non-Statutory Documents is NOT required to be submitted in any case.

The offered rate should be valid for TWELVE MONTHS but the period may be extended or curtailed at the discretion of the
undersigned/Tender Committee/Tendering Authority & requirement.

Online submission of bid will start from 2 pm on 31 July, 2018. The last date of submission of bid (Technical & Financial)
is up to 5 pm on 3rd August, 2018. The technical bid will be opened on 6th August, 2018 at 2 pm. The date of opening of
financial bid will be notified later on.
Sd/-
(Dr. Tushar Kanti Samanta)
Deputy Director, A.R.D. & P.O.
Paschim Medinipur
GOVERNMENT OF WEST BENGAL
DIRECTORATE OF ANIMAL RESOURCES & ANIMAL HEALTH
O/O DEPUTY DIRECTOR, ARD & PO, PASCHIM MEDINIPUR
ASHOKE NAGAR, PASCHIM MEDINIPUR, 711 101
Phone – 03222-275729 / 7604010039 email – ddardpaschimmedinipur@darahwb.org

1. INSTRUCTION TO BIDDERS & ELIGIBILITY FOR QUOTING

In the event of e-filing, intending bidder may download the tender document free of cost from the Website:
http://wbtenders.gov in directly with the help of Digital Signature Certificate.
General guidance for e-Tendering: Instructions/Guidelines for electronic submission of the tenders have been
annexed for assisting the bidders to participate in e-Tendering.
1. Registration of bidders: Any bidder willing to take part in the process of e-Tendering will have to be registered
with the Govt. e-Procurement System, through the Website http://wbtenders.gov.in after obtaining DSC
(Digital Signature Certificate).
2. Digital Signature certificate (DSC): Each bidder is required to obtain a Class-II or Class-III Digital Signature
Certificate (DSC) for submission of tenders from the approved service provider of the Govt. of India on
payment of requisite amount.
3. Tender Fees: Tender documents may be downloaded free of cost.
4. Scanning: All Statutory & non-statutory documents should be scanned in grey scale & 150-200 dpi.

2. EARNEST MONEY DEPOSIT

1. Each tender, unless the bidder is exempted under the existing order of the Govt. of West Bengal or Govt. of
India, will have to deposit Earnest Money Rs. 10,000/- (Rupees Ten Thousand) only as per above manner or
Document Showing EMD Exemption to be uploaded. E.M.D. in any other manner not acceptable.
2. In no circumstances, Demand Draft, Bankers’ cheque, Pay Order, T.R. Challan, Cash, G.P. Note, Pass Book,
Fixed/Term Deposit, Token of Bank, A/c. Payee Cheque will be accepted.
3. This Directorate is not liable for deposition of excess of Earnest money.
4. Earnest Money deposited before the date of issue of this N.I.T. will not be accepted. Earnest Money Deposit of
previous tender will not be adjusted/ considered for this tender.
5. The onus of proving that a bidder is exempted from depositing earnest money will be on them. Valid Exemption
Certificate issued by competent authority for claiming exemption of depositing Earnest Money [viz. EM (Part-II),
Acknowledgement thereof & Declaration of Product, Plant & Machinery Investment issued by D.I.C., Govt. of
WB or NSIC Certificate issued by Govt. of India].
3. TENDER PRE-REQUISITES
(i) Scanned original of Application in Annexure-I, PAN, Trade License, Prof. Tax Paid challan, Documents of
Experience etc.
(ii) Duly certified copy of English version of pre-requisites as in (i) are to be furnished.
(iii) In no case, Affidavit of any tender pre-requisites will be accepted.
(iv) Exemption Certificate or any other document is required to be furnished when called for.
4. SUBMISSION OF TENDER
(i) The tender is to be submitted in two Bid System: - one Technical Bid & other Financial Bid. The documents will
get encrypted (transformed into non-readable formats).
(ii) A.TECHNICAL PROPOSAL: “BID–A”: The Technical proposal should contain scanned copies of the following
documents in two covers.
(I) STATUTORY COVER containing the following documents:-
1 Each tender, unless the bidder is exempted under the existing order of the Govt. of WB or
Govt. of India, will have to deposit Earnest Money Rs.10,000/- (Rupees Ten Thousand) only
in prescribed manner or Document Showing EMD Exemption to be uploaded.
2 Check List in the prescribed format.
3 Application in the prescribed format given in Annexure I.

(II). NON-STATUTORY COVER containing the following documents:


Sl. Category Sub Category Description
1 CERTIFICATES- i) PAN Card of the authorized signatory.
 All certificates are to be ii) Trade License (Valid up to 31.3.2019).
furnished in English Vernacular iii) Prof. Tax Paid Challan (Paid up to 31.3.2019).
 Affidavits are not valid. iv) Scanned IT return for the F.Y. of 2015-16 & 2016-17
 Scanned original copy v) GSTIN
2 CREDENTIAL List of vehicle(s) along with photocopy of their RC /fitness
i)
Scanned original copy and permit owned by the contractor
ii) Affidavit of Self-declaration of the bidder for neither
blacklisted nor suspended by any of the Departments/
Organizations of the Government and no criminal case is
pending against the said firm/agency
N.B.: ALL STATUTORY & NON-STATUTORY DOCUMENTS ARE REQUIRED TO BE FURNISHED IN ORIGINAL, AS &
WHEN ASKED FOR.
Continued on Page-2
-page 2-
B. FINANCIAL COVER: BID- B: BOQ:
(i) Bidder shall quote the rates in Indian Rupees in designated cell of the BOQ per kilometer basis including
loading and unloading charges considering all perspectives so that the rate covers contractor’s all obligations
mentioned in or to be reasonably inferred from the Tender document in respect of the hiring of the vehicle.
Incomplete or conditional tender will be summarily rejected. During the period of contract, the rates will not
be revised every time with the revision of any taxes imposed by the Government. The prospective bidder
may quote the rates accordingly taking into consideration of this aspect.
5. RATE
(i) Technical bid proposals are to be documented in TECHNICAL COVER. Rate is to be quoted in BOQ (Bill of
Quantities) in FINANCIAL COVER. Disclosure of Rate anywhere other than BOQ will be a disqualification.
(ii) No halting charge, special allowance, labour charges or taxes of any kind is allowed. The bidder has to quote
the rate per Km basis considering all above-mentioned components.
(iii) Abnormally low rate of any item(s) quoted by a tendering firm in the offer with some malafide intention will
not be accepted, if detected.

6. VALIDITY
(i) Rate quoted shall hold well for Twelve months from the date of approval of rate by the Tendering Authority
and/or any extended period, if situation arises & within the validity period & refusal to work will be dealt with as
per Tender Rule.
(ii) The Validity period of rate may further be extended/ curtailed at the discretion of the undersigned/ Tender
Committee at the time of finalization of tender or after expiry of the period of validity.
7. AGREEMENT (OFFLINE)
(i) The successful bidder will have to enter into a contractual agreement with the Govt. in the standard format
embodying the tender terms & conditions in Non-Judicial Stamp Paper worth Rs.10/- (Rupees Ten) only.

8. SECURITY MONEY DEPOSIT


(i) The successful firm will have to retain the earnest money as security money deposit throughout the tenure of
tender.
(ii) Security Money will be refunded after satisfactory completion of supply. No proportionate refund of S.M. will be
allowed if the supplied quantity falls below the ordered quantity.
9. DATES & INFORMATION

Sl. Activity Date, Time & Venue


1. Date of Publishing of N.I.T. & other Documents (Online) 31.07.2018 after 2 pm
2. Starting Date of Downloading Documents (Online) 31.07.2018 after 2 pm
3. Bid submission date (Online) 31.07.2018 after 2 pm onwards
4. Date of hosting of documents at departmental Website 31.07.2018 after 2 pm
5. Closing date of downloading documents & on-line bid submission 3.08.2018 up to 5 pm
6. Bid opening date for Technical bid (Online) 06.08.2018 at 11 am onwards
b

7. Date of uploading list for Technically Qualified Bidder(Online) To be notified later on


8. Date for opening of Financial bid (Online) To be notified later on
9. Date of uploading of list of Bidders along with the approved rate To be notified later on.

THE UNDERSIGNED RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTER PUTTING UP A
NOTICE IN THE DEPARTMENTAL WEBSITE & NOTICE BOARD.

10. Miscellaneous

1. The contract shall be valid for a period of one year. The undersigned reserves the right to curtail or to extend
the validity of contract on the same rates and terms and conditions.
2. The bidder should have experience of similar works.
3. The Contractor will have to provide the replacement of Driver in case of any eventuality. The undersigned
may ask the Contractor for removal of any Driver, who is not found competent or undisciplined.
4. The vehicle(s) should be in good running conditions.
5. In case of breakdown of any vehicle, the contractor shall replace the breakdown vehicle within one hour
failing which the undersigned shall have the right to hire vehicle from any other sources at the expense of
the contractor.
6. The contractor shall provide names, addresses of the drivers, Mobile Number along with their driving license
number and copies within one week of the award of the contract.
7. The contractor shall not employ any person who has not completed eighteen years of age. The contractor
shall comply with all the statutory provisions as laid down under various Labour Laws/Acts/Rules like
Minimum Wages, Provident Funds, ESI, Bonus, Gratuity, Contract Labour Act and other Labour
Laws/Acts/Rules in force from time to time at his own cost. In case of violation of any such statutory
provisions under Labour Laws or any other law applicable by the Contractor, there will not be any liability on
the part of the undersigned.
8. The undersigned will be under no legal obligation to provide employment to any of the personnel of the
contractor after expiry of agreement period and the Department recognizes no employer-employee
relationship between the Department and the personnel deployed by the contractor/agency.

Continued on Page-3
-Page 3-

9. Any person who is in Government service or an employee of this Department should not be made partners to
the contract by the contractor directly or indirectly in any manner whatsoever.
10. The contractor shall indemnify the Directorate against all other damages/charges for which the
Government/Department may be held liable or pay on account of the negligence of the contractor or his
staff or any person under his control whether in respect of accident/injury to the person or damages to the
property of any member of the public or any person or in executing the work or otherwise and against all
claims and demand thereof. The Directorate shall not be responsible financially or otherwise for any injury
to the driver or person deployed by the contractor during the course of performing the duties.
11. The Department reserves the right to terminate the contract without assigning any reason by giving the
notice of 30 days to the contractor.
12. The provided vehicle(s) must bear commercial Registration Numbers and should have comprehensive
insurance and Drivers so provided with the vehicles shall have LMV goods Transport Driving License.
13. The vehicle(s) should conform to the Pollution norms prescribed, if any, by the Transport Department of
Government of West Bengal.
14. The contractor shall provide vehicles as per requirement of the Department.
15. The vehicle and Driver shall remain available all the time as per Duty Roster and shall not leave place of duty
without prior permission.
16. The contractor shall be responsible for total maintenance of the vehicles provided by him. All the vehicles
provided should be in good running condition.
17. Operation and function of vehicles and Drivers shall be governed by Motor Vehicles Act/Motor Vehicles Rules
and these shall be the responsibility of the contractor.
18. The dead mileage in any case should not be more than five Kms. one way.
19. No advance payment will be made.
20. Duty Slips/Movement Slips will be signed by the officer with whom the vehicle(s) are attached for duty on day
to day basis. No duty slip shall be entertained unless and until the same is certified/verified by the
concerned officer.
21. The contractor will maintain separate log books for each vehicle which will also be verified /countersigned by
the concerned officer.
22. The bills in triplicate should be made date-wise by the contractor and should be submitted on monthly basis.
23. The Department will deduct Income Tax at source under Section 194-C of Income Tax Act from the contractor
at the prevailing rates of such sum as income tax on the income comprised therein.
24. The Department reserves the right to vary the numbers of vehicles hired as well as to relax the terms and
conditions in the public interest.
25. Security deposit to be charged @5% ad-valorem subject to maximum of Rs.1,00,000/-(Rupees One Lakh)
only within seven working days from the date of communication issuing of supply order in favour of Deputy
Director, A.R.D. and Parisad Officer, Paschim Medinipur payable at Paschim Medinipur failing which
withdrawal of rate acceptance along with forfeiture of Earnest Money Deposit without assigning reason and
no correspondence in this regard will be entertained.
26. The entire SD amount will be realized after completion of the validity of the contact period .No proportionate
refund of security money will be made.
27. No escalation of rate in midterm or for any other reason would be entertained excepting escalation /reduction
of rate, on fuel cost which the rate may be enhanced or reduced @10% for every Rs.1(Rupee one) only due
to hike/slash in fuel price.

11. Penal Measures


1. For non-providing of vehicle in time: Rs.100/- per hour of delay
2. For not providing substitute vehicles: Rs.500/- per default or actual hire charges from other sources,
whichever is higher
3. On misbehavior by the Driver: Rs.500/- per default
4. For violation/breach of any of the condition of the contract: Rs.1000/- per default and/or Termination of the
contract/forfeiture of Performance Security.
5. In the event of deviation of any terms & conditions stated herein, the security money in full may be forfeited
without prejudice. Besides forfeiture of security money the firm may be blacklisted for three years.

Sd/-
(Dr. Tushar Kanti Samanta)
Deputy Director, A.R.D. & P.O.
Paschim Medinipur

Annexure-I
Application Format
(To be furnished in the Bidder’s Official Letter Head Pad with Reference Number, Date, full Address with
contact no./ Telephone No. FAX No., e-mail ID, Website etc.)

Ref. No. Date:

To
Deputy Director, ARD & PO
Paschim Medinipur

Subject: Supply of open body van (s) (Model TATA Ace or similar other models) for transportation of
liquid Nitrogen (LN2) in different sized Cryocans together with Frozen Semen Straws and other
AI accessories.

Sir,

With reference to your N.I.T. ………………………. dated ……………………… 2018, I am/We are furnishing
my/our rates for the item tendered for as per your requirement, terms & conditions.

Should this online tender be accepted, I/We hereby agree to abide by & fulfill all the terms & conditions laid
down in the online N.I.T. and the particulars available in the online N.I.T. & the details given in the terms & conditions/
Description or in default thereof to forfeit & pay the Governor of the state of West Bengal or his representative in office
the penalties/sums/or of money that may be imposed by the Deputy Director, ARD & PO, Paschim Medinipur, the
earnest money deposited herewith or from other money deposited by me/us or from the bills that will be payable to
me/us for the supplies to be made.

I/We also agree that the decision of the Deputy Director, ARD & PO, Paschim Medinipur in all matters in
respect of this tender will be final & binding on me.

I/We also agree to execute on being called upon to enter into a formal agreement embodying the terms &
conditions contained herein &/or on usual terms & conditions & on default on my/our doing so, the Earnest Money
deposited by me/us will liable to be forfeited along with blacklisting of our firm for three years.

Yours faithfully,

Date: Signature & office seal:

Name of the Firm:

Address with PIN:

CHECK–LIST
Information about Bidder

(ONLY ORIGINAL DOCUMENTS ARE TO BE SCANNED & UPLOADED IN THE E-BID PORTAL)

Serial Description Particulars Page No.


1. Name of the Firm/bidder

2. Registered Address with PIN, Phone /


a) Mobile No., FAX, e-mail, website etc.

(b) Sole Owner/Partnership/Pvt. Ltd.


/Limited Firm
3. Name of the Person authorized to
enter into & execute Contractual
Agreement
4. Earnest Money whether deposited, if
not scanned original Exemption
Certificate whether uploaded
5. Scanned Original PAN Card whether
uploaded
6. Scanned IT return for the F.Y. of 2015-
16 & 2016-17.
7. GSTIN
8. Application form in Annexure-I
whether uploaded.
9. Miscellaneous document, if any
10. List of vehicle(s) along with photocopy of
their RC /fitness and permit owned by the
contractor, whether uploaded
11. Affidavit of Self-declaration of the bidder
for neither blacklisted nor suspended by
any of the Departments/Organizations of
the Government and no criminal case is
pending against the said firm/agency,
whether uploaded

Signature of the Bidder with Date & Office Seal


AGREEMENT

The articles of agreement made this day day of in the year of Two
Thousand Eighteen between the Governor of the State of West Bengal hereinafter referred to as the
“GOVERNOR’ (which expression shall include here successors in office and assigns) of the One Part.
And
Hereinafter referred to as the “CONTRACTOR” (which expression shall unless excluded by
repugnant to the contest be deemed to include his heirs executors administrators representatives and assigns) of
the Other Part.

WHEREAS the contractor submitted an online tender to the Governor through the Deputy Director,
ARD & PO, Paschim Medinipur on the _________ ____________day of ________________ Two
Thousand _____________for supply of open body van (s) (Model TATA Ace or similar other models) for
transportation of liquid Nitrogen (LN2) in different sized Cryocans together with Frozen Semen Straws and
other AI accessories mentioned in the said online tender a copy whereof is annexed hereto and the Governor
has accepted the said online tender so submitted by the Contractor on the _________________day of
______________ Two Thousand _____________.

AND WHEREAS the Contractor has agreed to execute a formal Agreement embodying the terms &
conditions of the said online tender and the other terms & conditions.

NOW THIS INDENTURE WITNESSETH AND IT IS HEREBY AGREED AS FOLLOWS:

1. That the Contractor agrees to supply open body van (s) (Model TATA Ace or similar other
models) for transportation of liquid Nitrogen (LN2) in different sized Cryocans together with Frozen Semen Straws and
other AI accessories as detailed in the online Tender issued vide No. _____________ dated ________ submitted
by the Contractor to the Governor through the Deputy Director, ARD & PO, Paschim Medinipur which has
been duly accepted by the Governor on the _____________________th day of__________________ Two
Thousand ________________ for consideration and on the terms & conditions mentioned in the said online
tender.

2. That the Contractor shall duly and faithfully observe perform and fulfill the terms and conditions
mentioned in the said online tender submitted by the Contractor and in default thereof the Governor shall have
the right and be entitled to recover all damages suffered by the Governor and/or the Govt. of West Bengal and
shall be entitled to forfeit the amount of the Security Deposit mentioned in the said online tender.

Continued on Page 2

Page-2
3. That all the terms & conditions and covenants on the part of the Contractor contained in the said
online tender so submitted by the Contractor, shall be deemed to form and shall be treated as forming a part of
this Agreement and the Contractor shall be bound to observe and fulfill the said terms & conditions and
covenant on the part of the Contractor herein contained as if the same are specifically embodied herein.

4. Should any dispute and indifferences arises regarding anything concerning this Agreement of the
said online tender of the construction of these presents of the said online tender or any of the terms and
conditions and covenants therein contained the decision of the Deputy Director, ARD & PO, Paschim
Medinipur therein shall be final and binding on the parties.

5. That the Contractor shall keep the Govt. of West Bengal saved harmless and indemnified against
any loss or damage caused to or suffered by the Govt. of West Bengal by reason of any defect of the equipment
of the materials used in the manufacture of the same as may be found or detected within the period of the
guarantee as provided in the tender.

IN WITNESS WHEREOF the parties to these presents hereinto have set and subscribed their
respective hands the day month and year first above written.

SIGNED & DELIVERED:

---------------------------------------------
In the presence of:
1) Witness:

SIGNED on behalf of the Governor of the


State of West Bengal

Sd/-
(Dr. Tushar Kanti Samanta)
Deputy Director, A.R.D. & P.O.
Paschim Medinipur

1) Witness:
Signature Not Verified
Digitally signed by TARANI KANTA BERA
Date: 2018.07.31 11:52:13 IST
Location: West Bengal

Potrebbero piacerti anche