• Tidak ada hasil yang ditemukan

tender_050923192518.pdf

N/A
N/A
Protected

Academic year: 2025

Membagikan "tender_050923192518.pdf"

Copied!
19
0
0

Teks penuh

(1)
(2)

SECTION

I: INVITATION

FOR BIDS (IFB)

Sealed Bicis (proper-ly stitchecl separately) in two separate covers ('Iechnical

Bid

and Financial Bid) are

invited by

,,T'he

Registrar, veer surendra Sai University of 'Iechnology' odisha" from

the

',anr-rf'acturers/ar-rthorized

distribrrtors/ dealers/sr-rppliers fbr supply

of

lnstrutnerlt' eqLripment' machineries erc.ofrepr.rtedtnake(National/lnternational)fbrtheDeparltnentofPhysics'VSSUI'Burla'Odisha'

'The

Bidclers r-nay dowrrloacl

the

'f

ender Documents directly fromthe website available

at http://www.vssut.ac.in and the Tender cost fee

of

Rs'1000/- (Non-refundable) by the way

of

separate Denrand Dralt cirawn irr f-avour o1"'The Registrar, veer Surentlra Sai University of TechnologY'

Burla"

payable at StsI,

Burla

should be errclosed along with the Bid' The Tender cost t'ee and the EMD amount shouldbesr-rbrnittedseparatelyinseparatedemanddrafts.ltlcaseofanybidclarification,responsibility lies rvith the bidders to collect the same l.rom the website anclthe purcrraser shall have no responsibility for any delay/ onrission on paft ofthe bidder'

.TIME SCHEDULE:

a) Price of bidding clocutrlent: Rs l000/- (Non-refr"u-rdable)

b)Dateofcommencementoftlownloadingbicldingdocumentol,fr.2023

c) Last date and time

for

Receipt of bitlsff,'09'2023 up to 5'00PM

d)PI-ACEoFOPENINGoFTENDERANDADDRESSFoRCoMMUNICATIONAND

RECEIPT OF BID DOCUMENTS:

THE

RBGISTRAR

VEER SURENDTT.A SAI

UNIVERSITY

OIT

TECHNLOGY' ODISHA At-

Burla, Po-Burla Engineering College' Dist-sambalpur-768018'

'I'el. N o-066 3 -2430211 I'' a x N o-06 63-243020 4

l

I

Sd/. REGISTRAR VSSUT Burla

\\.'

(3)

SECTION.II: GENERAI,

T'ERMS AND CONDITIONS

GENIiRAL TERMS & CONDI'I'IONS OF

CONT'RACT

I"OR

SUPPLY,

INSTALLATION

AND DEMONS'I'RA'TION OF

THE

INS"I'RUMEN'TS, EQUIPMENT REQUIRBD FOR DEPARTMENT OF PIIYSICS, VSSUT, BURLA, ODISI{A.

l.

Documenl Establishing Bidder's

Eligibility &

Qualification

The Bidders shall firrnish as part of the Bid the tbllowing Documents establishing Bidder's eligibility and qualification

to

tl-re Purchaser's satisf-action. Non-compliance

of

any

of

these conditions shall disqualify the el igibi I ity.

l.l

N{anLrf'acturer/Authorized DistributoriDealer having valid license/certif-icates for the quoted item and the direct Importers holding valid tmporl License Manufacturer/Authorized Distributor/Dealer of the

prodr-rct are eligible to participate irr the Bid.

1.2 The Bidder whether r.nanufacturer/ clistributor/ dealer must have experience of supply and installation

of

the qLroted items

in different llTs/NlTs/Institutes of national

repute dLrring last preceding 3

(Three) years reckoned fionr the date

of

bid opening and the details must be submitted along with documentary proof.

1.3

The

Bidders shall have

to

produce docurrent

in

sLrpporl

of their

service associates nearest to Bhubaneswar/Sambalpur, Odisha.

I .4 Biclder shall have to provide operational Trainirrg tbr Machineries to one Official of each consignee at Slrppliers Plant ol Corrsignee site at least

for

7 days whichever is suitable to Purchaser.

1.5 The Bidder shall qr-rote item of one reputed Brand/model with all accessories in complete to perforrn

f unctional ity

ol

Equi prnent/Machi rrery.

2. Document Establishing Goods

Eligibilitv

The instrut't"tents and equipnrent olfered against the schedule of requirement of instruments, equipment and Machirreries should

be in

accordance

with the

stipulated specifications and

of

one reputed brand/model (N.B:

Variation

in specification is allowed

upto*l7o

in case of Equipment)

2.1 The documentary evidence establishing the brand and tlre model may be

in

the form

of

literature, pamphIets, nranuals. drar.ving. circr-rit diagrarn etc.

2.2

Detailed clescription

of

instrr-rrnents

and

equiprnent

with

essential technical

and

performance characteristics rnay also be firrrrislred.

3. Technical Bid (COVER - A)

The followirrg docunrent shor-rld be subrnitted in Cover-A.

3.1 Earnest Morrey Deposit.

3.2 Technical details of the ecluiptnent as per

Alnexure-V.

3.3 Copy

oltlre

tranufbcturing license/

irrporl

license/ Authorized DistribLrtor/ Dealer certificates

3.4 Copy of the authorization fl'orn the Manufacturing Conrpany in case of Authorized Distributor /Dealerin

Annexure-III

along with Manufacturer lndustry Registration and Tax Registration Certificate.

3.5 VAT/ST clearance certificate up to date where applicable.

3.6 Copy of the

l'l'

PAN Card.

3.7 Detail name. address. teleplrone no. f-ax, arrd e-mailof the firm and of the Director/ Managing Director

/

Proprietor o1'the firnr (As per Annexure

IV)

3.8 Address. Telephorre No., e-nrail. Fax of the Branch Ofhce/ Contact Person/ Liaisoning Office in Odisha

,\ .?

rj

l\r\.J

I

F*"-v

(4)

3.9 power of Attorneyi Authorization to a person fbr liaisoning and rnonitoring the business on behalf

of

the nranufacturer

/

bidder but not entitled to raise the bills'

3.1O'l'he

original

bicl riocument signed

&

sealed by authorized person

in

each page as a token

of

acceptance o[ all terms and conditions of the tender with

original

receipt.

3.llAnycieviatiorrinthespecificatioltoftheiterrincludingstandardaccessories/optional accessoriesin complete for functionality of Machine should be marked in bold letters.

(N.B:

Variation

in specification is allowed upto+57o in case of Machineries/Equipments)

4.

Price Bid (COVER

-

B)

4.1 'fhe hard copy of price bid giving the rates fbr various instrutrents & equipment and other items should be sr-rbpitted along with sealed soft copy of price bid in Bxcel format through CD/Pen drive both in separate sealed cover hereinaftel called Cover B (Price Bid). Price

Bid

(Cover

-

B)

of

the bidders who qLralify in Technical Bid (Cover

- A) will

only be opened and

will

be cornmunicated through E- mnil/Fax.

4.2'fhe price oleach itenr shall be quoted as pertlre prescribed Price Schedule Format at Annexure-I (a)

and I

(b)along

with

price breal< up

of

custom duty, Excise Duty, CST, Packing, Forwarding and

Haldlirrg

charges, Insurance charges,

ET,

Freight rrp

to

destirtation including unloading, VAT, comgissior-ring inclLrding testing and trainirrg with total price per itern at FOR destination. The bidders are required to subnrit the individual price oleach instrurnent(s) and equiprnent(s) as indicated in the schedul e of requi retttents.

4.3 The Cover

Il of

the technically qLralifl,ing biclders shall be only opened at the Office

of

the "The Registrar,

Veer Surendra

S:ri

lJniversity of

'fechnology,

Burla" on

the date and

time to

be co1pp-rr-rpicated to therr afier technical evaluatiotr of Cover

A

by E-mail/Fax.

5 BTD CONDITIONS

5.1 The bidders shoLrlcl verify the sites

ol

existing laboratories

of

Deparlrr-rent

of

Physics, VSSUT, Burla apcl tlte propgserJ layout Plan rrrdicating the location of each unit

lbr

necessary Technical Evaluation.

The scope of Supply as mentioned in the schedule of requirements

if

not sufficient fbr

full

function

of

rhe EqLripment/Machirrery shourld be intimated in writing with the technical bid.

5.2 The quoted rate shall not vary with the qLlantLlr.n of order placed or destination point.

5.3 A copl,of the original bid conditions and the schedules should be signed by the bidder at the bottom

of

each page with the ofJlce seal dr-rly affixed and returnecl along with the bid. Bid schedule shourld be duly flllecl in with an index and page number tbr tlre docuntents, enclosures

&

EMD etc. Paging must be done fbr all the docurnents submitted.

5.4 Bids shoLrld be type written or Computerized and every correction/ over

writing

in the bid should irrvariably be attested

with

signature

of

the bidder

with

date before submission

of

the bids

to

the

ar-rthorities corrcerned. No revision of price upward or downward

will

be allowed once the bid is opened.

However. the pLrrclraser shall have the right fbr considering the exchange rate of lbreign currencies on veri tlcation of docutrrents.

5.5 Language of Bid

The Bid prepared by the bidders and all correspondence and docuntent relating to the bid exchanged by the Biclders anclthe Pt,trc'hu.ycr. shall be written in the English langr-rage. Supporting document and printecl literature firrnished by the Bidders nray be written

in

another larlguage provided they are

'\V

i

T

(5)

accompanied by a1 accurate translation of the relevant passages in the English language in which case,

for purposes of interpretation of tlre Bid, the Englislr translation shall govern.

5.6 Bid Price

.

The contract shall be fbr the

tull

quantity as describecl above. Corrections,

if

any, shall be made by

crossing oLrt, irritiallirrg, dating and re-writing'

. All

dLrties, taxes. ancl other levies payable on the raw materials and components,

job

contract shall be inclLrded in the total Price.

.

VAT in connection with tlre sale shall be shown separately'

.

'l'he rates quoted by the bidders shall be fixed fbrthe duration of the contract arrd shall not be subiect to adjusttnent on any accotult.

.

The price shall be quoted in Indian Rr"rpees only.

5.7 GST clearance

Copies

of

valid GST clearance Certif''icates shall be furnished by the Bidders and the originals of the above cerliflcates shall be produceclto the purchaser befbre placement of notification of award if asked

fbr by the Pltrchaser.

-5.8 EMD

All

bidders are required to subnrit EMD not less than 2 oh of the quoted amount in shape of Demand

draft

drawn

in

t'avour

of "'I'he

Registrar, Veer Surendra Sai University

of

Technology,

Burla"

payable at SBI, Burlaonly. The EMD shall be in lndiarr Rrlpees.

NOTE:

Non-submission

of

EMD

or

submission

of

less EMD than the desired one shall result in

re.]ection of Bid. The EMD depositecl against other Bids cannot be adjusted or considered for this Bid' No interest is PaYable on EMD.

5.9 SUBMISSION OF BIDS Sealing and

Marking

of Bids

Bicl shoLrlcl be sr-rbrlritted ip tr,vo Bid systern contairtingtwo parts as detailed below.

Sealed Cover-A: Technical Bid'

Sealed Cover-B: Price Bid (harrlcopy

&

sealed soft copy in cD/pen drive)

Both the sealed envelopes shoulcl then be put

in

one outer cover and each cover should have the fbllowing indicatiotr:

i) Ref-erence No. of Bid

ii)

Bid regarding

iii)

DLre date

&

time fbr subnrissiotl of the Bid iv) Due ciate

&

tirne fbr openirtg of the Bid v)Name

olthe

Firrr

NOTE:

A.

Bitls submitted

without tollowing two Bid

system procedures :rs mentioned above

will

be

summarily rejected.

B.

please Note that prices should

not

be

indicaled in the

Technical

Bid. The

Prequalification docurnent ilclLrding E,MD as required in the Bid document should invariable be accompanied with the Technical Bid (Cover A).

,\ \ r.

.I t.

i

(6)

I

I

The outer envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case

it

is declared

"late". If

the cover containing the outer envelope is not sealed and marked as required. Purchaser

will

assume no responsibility for the bid's ntisplacemelrt or premature opening.

The above procedure shall be adopted both fbr the Technical bid and price bid separately. Telex, cable, errail or facsirrile bids

will

be re.lected.

5.

l0

Deadline

for

Submission of Bids

Bids ntust be received by the Purchuser at tlre address specified not later thar-r the time and date specifiecl ir-r the lnvitatiorr

of

Bids. In the event of the specitied date for the submission

of

bids being declared a holiday fbr the Purchaser, the bids

will

be received r-rp to the appointed time on the next r,vorkirrg day.

1-he Purchnrel, ntay, at its discretion, extend this deadline for submission of bids by amending the bid clocurment, in rvhich case all previous rights and obligations of the purchasers and bidders

will

remain sarre

till

the extended date.

5. I

I

Modification and

Withdrawal

of Bids

No Modiflcation and Withdrarval of Bids is allowed between the irTterval of time of subrnission and the last date and time of the bids.

No bid rnay be withdrawn irr the interval between the deadline fbr subrnission of bids and the expiration of the period of bid validity specified by the bidders on the bid fbrm.

.5.I2 BID OPENING

5.13 The Purchuser r,vill operr Technical bids, in the presence

of

bidder's representatives who choose to attend at the Ofl-ice of the

"'Ihe

Registrar, Veer Surendra Sai University of Technology,

Burla".

5.14 The bidcler's representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of bid opening being declared a holiday for the Purchuser, the bids shall be operred at the appointed time and location on the next working day.

5.15 The bidcler's nantesl and the presence or absence of the requisite EMD and such other details as the Purchrcer. at its cliscretion, may consider appropriate

will

be announced at the opening. No bid shall be rejected at bid opening, except for late bids. which shall be returned unopened to the bidders.

5. l6 Acceptance of the Bid

.

Bidders sr-rbmitting bids

would

be considered

who

have considered and accepted

all

terms and conditions. No enqr-riries, verbal or written, shall be enterlained in respect of acceptance or rejection

of

the bid.

.

Genuine equiprnent and instrumerrt etc. should be supplied. Bidders shoLrld indicate the source of supply i.e. name and address

olthe

manufacturers fionr whom the iterns are to be sourced.

.

SLrpply of equiprr-rent

lneans

lnstallation and Commissiorring (except civil works), Demonstration as well as Trainirrg at site. No separate charges

will

be paid on this account.

-5.17 Rejection of the Bid

The Bid c'locunrent shall be oLrt-rightly rejected r.rnder fbllowing stipulation and no correspondence

will

he enteftai ned whatsoever.

. lf

the Bidclers has not firrnished the required Tender paper cost and

EMD

or EMD exernption

ceft ifi cate fiom cotnpetent aLrthority.

. Ilthe

Bidders has not submittecl the Price as per the prescribed fbrmat Annexure-l(a) and

I

(b)

.r1

(7)

--.r7r

a a

Manufacturing Authorization Annexure-III and in

case

of Authorized Distributor

/ Dealer/Suppliers have

to submit Manufacture authorization along with copy of

above documents of Manufacture Industry.

If the bid is not supplentented with breakup of standard accessories / Optional accessories

&

cost

of AMC

separately

fbr

tliree years after completior-r

of

warranty period

(In

case

of

major machincry only).

photo copy

of tfie

r-rp-to-date valicl manufacturing license/ import license

(if it is

imporled) /clealership certiflcate/Distribr-rtor certificate of the product along with Tax registration Cerlificate of Mar-rr-rfacturer issued fiotl-t competent ar:thority.

If the bidders. whether rnanufacturer or authorized distribr-rtor/ dealer have not supplied the required qr,raptity fbr qualification as per tlre eligibility criteria and not submitted the performance statement at Annexure-IV

with

supporting documents.

lf the

quoted product

ol the

bidders

not

confirms

to

technical specification

with

complete accessories

fbr firnctiolal

Eqgiprnent/Machinery and standard

of

workmanship required by the

Purchaser.

lf

the bidder has not firrnisfted teclrnical details of the equipments and machinery with one make

&

model as per Annexure-V.

If

bidder

will

quote items of more than one make/model.

If the bidder has not firrnished detailed mandatory drawings, catalogue/. Foundation drawings

&

schedule of supply of iterns,

if

required.

If the bidders have not agreed to give bid validity.

lf

Bidder is not

willing to

provicle operational Training

fbr

Machineries

to

one

Official of

each co1tsignee at Suppliers Plant or Consignee site at least

for

7 days

in

case

of major

machineries whichever is suitable to Purchaser.

5.18 Purchaser's Right to accept any Bid and to Reject any Bid

The Purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids without assigning any reason thereof at any time prior to award o1-Contract, without thereby incurring any liability to the atl'ected Bidders or Bidders on the grounds of such action of the purchaser.

I6 case no bidder qualifies as per qualifying criteria and standards, purchaser may at his discretion relax qLralification criteria for award of contract.

5.19 Evaluation and Comparison of Bids

The compa;isop shall be

of

FOR destinatiorr price basis including the price

of all

costs wherever applicable as

well

as duties and taxes

(but exclutling VAT)

paid

or

payable

on

IVachineries,

instlrments &

ecluipment incorporated

or to be

incorporated

in the iterns including

the

warrantee/guarantee period from the date of installation'

.

The purchaser's evaluatior.r of a bicl

will

take into accourrt, in addition to the bid price and the price

of

irtciderttal services.

.

The purpose

of

bid evalr"ration is to determine sLrbstantially respot-tsive bid rvith the lowest evaluated cost, but not necessarily the lowest submitted price, which slrould be recornlnended foraward.

.

E,valuation

of

bids should be made strictly in tern-rs

of

the provisions in the bid document to ensure cornpliance with the cotrmercial and technical aspects.

.

The past perfbrnance of the sLrppliers

will

be taken into accoLrnt while evaluating the bids.

\i

\"j

a a

I

(8)

.

Cost

olthe illand

transportation, insurance and other costs within the Purchaser's Country incidental to delivery of the goocls to tl-reir final destination;

o

Alternative options of offer shall not be allowed'

.

Each Bidder shall subrnit only one quotation with one make

&

model.

.

The quotation wor.rld be evaluated separately fbr each item

.

Sales Tax in connection with sale olgoods shall not be taken into account in evaluation.

r

Willingness to provicle operational Training to one Official of each consignee at consignee site fbr at least 7 clays whichever is suitable to Purchaser'

6.0 Supply Conditions 6.1 Delivery of Goods

'fhe delivery of goods shall be macle by the supplier to the Consignee in accordance to the order placed as shall be detailed in tlre Schedr-rle of requirernents

&

technical specifications.

6.2 Inspection/ Test/'f raining -f6e

inspection/examination/ test rnay be conducted in the prernises of the Supplier or at the goods final destination or at the pretrises of the consigneel as

will

be decided by the Purchaser'

The purchaser,s right to inspect/ exanrine/test

&

where necessary to reiect the instruments & equipment afterthe arrival ot'the goods at the firraldestination, shall in no way be limited orwaived by the reason o1'the goods lravirrg been ir-rspected and tested by the manufacturer previously. In case of rejection

of

the goods at t5e flnal ciestinatiorr afier inspection and test as stipulated above and in case any inspected/

tested goods fail to confir'm to the specification/ working condition. tlre purchaser may reject them and the supplier shall replace/ repair the same fiee of cost'

6.3 Warrantee Period (comprehensive)

The Biclders llLlst quote the period

of

comprehensive

warranty frotr

the date

of

completion

of

the satisfhctory corrmissior.ring

as per (Annexure-II). This also

inclr-rdes

all

accessories related to iustrr,ttrents

&

equipnlent qiroted fbr'

6.4 Uptime Warrantee The Bidders should Provide 6.5 Downtime PenaltY Clause

r-rptirne guarantee of 95o/o.

6.6 Payment T'erms

No advance paytrent

will

be made 100%

oltlre

contract price shall be dernonstration, Cotntlissioning

&

del i very.

6.7'l'ransportation

of 365 ciays (24 hours)

if

downtime exceeds 502, nLurber of days or rrlore

will

be applied for which 30 days beyond

by the Purchaser to the sLrpplier fbr perfonrlance of the contract.

paicl within 30 (thirty) days after satistactory supply, installation, trairring and stock entry

of bills of

the goocls

within

dLre date

of

expenses until commissioning of the

Dr-rring the warranty period, desired uptime of 95o/o penalty irr the fbrrn of exterrded warranty' double the tlre eqr,ripment goes out olservice.

In no case the machineries should

retlain in

non-working condition

for

rnore than ivhich a penalty of 0.2ohof tnachine cost

will

be charged per day'

1-he SLrpplier shall be reqr-rired to rreet all transporl and storage instrument(s) / eqr,riprnent covered itl the contract'

',1 Y.

r-

(9)

6.8 Ttrxes and Duties

The Supplier shall be entirely resporrsible fbr payn-rent of all Taxes, Duties etc. incurred until delivery of the contractgoods to the Consignee sub.iect to recovery afterward in the

bill

as claimed in the Bid off'er. VAT as applicable is payable to tlre sLrppliers of the State of Odisha

if

claimed in the Bid offer.

VAT/ CST

will

be paid to the SLrppliers of the or-rtside State other than Odislra,

if

clairned in the Bid ofl-er. Any revision of VAT/ CSl- shall autor-natically be taken into account.

Entry Tax,

if

paid by the Supplier, at the local (destinatiorr head) Corporation/ Municipality/NAC is alloweclonce only on productiorr

of

money receipt for such payment,

if

clairned in the Bid offer. Any other statutory levy irnposed by the Govt. of tndia/ Govt. of Odisha front time to time

will

be considered extra on dernand with adequate proof thereof The service tax and the work contract tax shall be levied (Wherever applicable). Incorre Tax as applicable shall be deducted at soLlrce.

6.

l0

Period of

Validity

of Bids

.

The bid rates shor-rld be kept open/ valid fbr a period of 180 days fiom the date the Bids are opened.

.

A bicl valid fbr a shorter period i.e., less than 180 days shall be re.iected, as tronresponsive.

.

In absence

olany

indication of the date of validity in the bid, it

will

be pre-sutned that the offer

will

remain valid fbr the t.ninirnum period i.e.,180 days as prescribed above.

6.1

I

Commissioning Period

Maximurr corrrnissioning period is 30 days frorn the date of sr-rpply OR 120 days

from

the date

of

issue of Pu rchase Order tailing rvhich the purchaser rvill have the right to impose penalty for the delay period (it 0.5u1, per week of the contract value of item/items excluding ttrxes from the

bill

amount

subject to maximum of 10"h. However. Registrar has right to extend the

delivery

period/comnrissionirrg period itt special cases.

6.

l2

Penalty against Non-Supply

In case of non-supply of Stores witl-rirr the dr-re date i.e., within the date of delivery the EMD deposited by the bidder shall be forf-eitecl.

6. l3 Jurisdiction of the Court

The Pr-rrchaser and the Supplier shall agree that the competelrt Court

at

Sambalpur shall have the .lurisdiction to try and decide anything between the pafties and they may approach the Competent Court

at Sambalpur

if

required at any tinte.

lr1.,

' l - \ rr

REGrphF{Ah }"

r

VSSIJ,f, Burla

)

)'{

(10)

I

SECI'ION

- III:

ITORMS AND ANNEXTJRES

ANNEXURE-I

(a)

PRICE SCHEDUI,E

(ITEM

WISE) FOR EQUIPMENT Country

of

origin

with

mnke

&

model

Quan

tity &

Unit

Item

Serial No

Item Descri ption

Unit

price (a+b+c+

d)

Total Price (a+b+c+d)

Eii;r'.ehoii

Packing

&

Forwardin s

(b)

Inland

transportation, insurance and other local

CoStS

incidental to delivery (c) se/

E,x-

showroonr/

Ofl'-the- shel

f

(a)

GS'f as

applicable (d)

,' r I' \, '/

10

(11)

't

ANNEXURE-I

(b)

PRICB SCHEDULE

(ITEM

WISE) FOR

BQUIPMENT

Item

Descri ption

Quantity

& Unit

Inland transpoftation, insurance and other local

CoStS

incidental to del i very (c) Item

Serial No

Count

ry of

origin

with

make

&

model

GST as

applicable (d)

Unit

price (a+b+c+

d)

Total Price (a+b+c+d)

i\

I

/

) '\l

i t 1.1.

Exwareh ouse/

Ex- showroo m/

Off-the- shelf (a)

Packing

&

Forwardin

oa)

(b)

(12)

',t

ANNEXURE -

II

WARRANTY MAINTENANCE

CONTRACT AGRET'MENT"

THIS ACREEMENT made the...day of

...,20-

between the

"The

Registrar, Veer Surendra

Sai University of

'I'echnology,

Burla"

(hereinafter

"the

Purchaser")

of

the one paft and

M/s...

(hereirrafter called "the Supplier") of the other part:

WHEREAS

the

Purchaser

invited bids fbr

certair.r Coods

& ancillary

services

viz, supply

and

cor.r.rrnissionirrg

of the

instrurnents

&

eqr-riprnent

at

Bhubaneswar including Comprehensive Warranty Maintenance Services and has accepted a bid by the SLrpplier for the instrurnents

&

equiprnent specified below at the Consignee site inclr-rding Conrprehensive Warranty uaintenance Services for a period

of

2

(Two) year fi'om the clate of installation

&

commissioning of the instruments

&

equiprrrent as per award

of

Contract No... dated

Name of the Equipment

&

machineries Qty

(To be tllled irr as per details of goods in the award of Contract) NOW THIS

AGREEMENT WI'I'NESSEI'II

AS FOLLOWS:

l.

Maintenapce Services shall cousist

ol

Preventive and Corrective maintenance

of

equipment specified above

&

r.vill include repair and replacettrelrt of parts fiee of cost.

2. Pleventive maintenarrce, ntonthly once, whicl"r includes:

2.1 Check-r-rp to ensLtre that device connection is proper, cabling is at propercondition etc.

2.2 Cleaning of the above instruments &equipnrents arrd checking the System Perfbrmance.

3. The SLrpplier is to iirrrrish the tentative schedule olthe preventive tnaintetrance of Warranty Maintenance Contract (WMC) to be carried out.

4 The parts replaced n-rust be new parts or equivalent in perfbrmaltce to new pafts.

5. The Supplier

will

also provide tlte sarre maintenance service in case of the movetnent of equipment from tlre place of original installation to a diffbrent place or location, if the equipment is shified by the Purchaser to arrother place or location at the cost and risl< of the pr.rrchaser.

6. Any'complaint infbrmed througlr telephone must be acknowledged with a Corrrplaint No. by the Supplier rvhich r,r,ill be noted by Consignee.

All

further contact with the Sr"rpplier on such cornplaint

will

be initiated tlrror-rgh that Complaint No. Orrce rectiflcation done, that No.

will

be

cancelled by both parlies.

A

register is to be maintained by the Supplier where complaints are to be noted along with Complairrt No.

7. The mairrtenance shall normally be done at the earliest.

B. T'he Service L,ngineerof the SLrpplierwill be allowed to handlethe respective plant

&

machineries only in presence of the

oflcer

in charge at the Consignee site.

9. The

Sr-rpplier should enslrre

that

rraintenance

job is not

hampered/delayed dr"re

to

paLrcity

of

spares/i nadeq uate r'nanpower etc.

',r ./

Jl,

-l

1.2

(13)

10. The Supplier shoLrld sr,rbmit tlre services call reporl, to the Consignee for each and every service call rvithout lail.

I

l.

The Supplier evalltation data fbrrrat for the WMC of Consignee systems may be filled up for necessary actiorr.

12.

All

formats after filled up should be signed at the end of each page by the SLrpplier.

13. After completiott of tlre work/repair/rrraintenance, the Purchaser shall issue a ceftificate of cornpletion to the supplier to that effect.

Signatr,rre

Signature

For the

Purchaser

For the Supplier

Narne:

Nanre:

Designation:

Designation:

Address:

Address:

Telephone No: felephor-re No:

,, \., ,\l -

.i

13

(14)

To

The Registrar, VSSUT Odisha Burla, Sambalpur.

Dear Sir. Bid No.

rnanufacturers

of

M/s.

the corrtract with your againsttlte above bid.

* No company or firnr or individual other than M/s.

who are established and

reputable

(Address

of

Factory) dothereby authorize (Nameand address

of

Agent) to submit a bid and sign

are authorized to bid and We

ANNEXURE-UI

MANI.-] I'ACT'URES' ATJTHORISATION ITORM

No. lDate

I

having factories at

conclude the contract in regard to this business against this specific invitation for bid.

We hereby extend our l'ull guaranty and warranty as per general conditions olcontract

forthe

goods and services off-ered by the above firnr against this bid.

Yours faithfully, (Signature fbr and on behalf of'Manufacturers) Note: This letter

of

ar-rthority sl-ror-rld be on the letterhead of the manufacturer and should be signed by a person, competent and having the power of attorney to bind the manr"rfacturer. lt should be included original by the Bidders in its bid.

o

This para should be deleted fbr simple itenrs where manufacturers sellthe prodrtctthrouglr diff-erent stocki est.

1.4

\

I

t

(15)

A:NNEXURE-IV

DETAILS

OF

THE

BIDDERS

Bid Reference No.

Narne and address of the Bidder:

0l

Narlle ol-the bidder a) Full postal address

b) trLrll address of the premises c) Telegraphic address

d) Teleplrorre number e) Fax number t) E rrail:

g) PAN No h) TIN No

02 l-otal annual tlrrn-over (value in Rr,rpees) 03 QLrality control arrangenrent details 04 Test certificate lreld

a) Type test

h) B IS/tSO cerri ilcarion c) Any other

05 Details of stafT a) -lechnical b) Skilled c) Unskilled

06 Branch OfIlce/ Contact Person/ Liaisoning Offrce in Odisha.

a) Address b)Telephone No.

c) e-mail, d) Fax

Signatr-rre and seal of the Bidder

i-l 15

(16)

ANNEXURB-V

Technical details of the Equipments to be supplied by the bidder Bid SlNo.

of the item

Tender specification

Bidders Specification

with make

and model no (Enclose manufactures catalogue

/

brochurefor each item)

Deviation

if

any

With

university specification

Signature and seal of the Bidder

). !

j\.

16

(17)

SECTION-IV:

SCHEDULE OF REQTJIREMENT.S AND TECHNTCAL SPECIFICATIONS

List

of Eguirrment

"i i\i

:

sr.

No.

Name of instrument/

Equipment

Specification 0r M-E Setup 'Iechnical Snecifi cation :-

i. Field - 5000 gauss or ntore ii. Pole gap - B0 mrr

iii.

Pole diameter - 2 inches (50mm) iv. Magnet diameter - 0B irrches

v. Resolution

-

l0 gar"rss

vi. Construction-U fi'ame with -fherntal protection,

Air

cooled

vii.

Bipolar Power Supply - 40V. 5 amps

viiii. lnput

-220V1440VAC 50Hz ix. Stability -

l%

x. Overload protectior-r

xi. Thernral shLrt

off

xii.

Hall probe with display unit AC Field coils

xiii.

Bipolar AC Input arnplifier 0-12 Volts xiv.

Current:

500 rnA

xv. Function generator fbr fieqLrency wave form sine wave

rvi.

Amplitude control

xvii.

Sample holder for pellet type samples of thickness l-2.5 mm 02 Furn:rce

I Tec\nical

Srrecification :-

i. 1'ype: Muffle furnace

ii. Maximum operation temperature (0C;: 1400 0C

iii.

Continuous working temperature 10C): 1300 0C iv. Hot zone dimension (HxWxD in

mm):

125

x

125 x25O

v. Body type: DLral body strr-rcture

vi. Door: Leak proof swing aside type door with door safety switch

vii.

Insulation: Dual wall insLrlation

viii. tnput

power: Single phase,230 volts,2 wire,4.5 kW ix. Heating

rate:

l0oC/rrin

x. 'femperature

Uniformity:

+'/-5 Deg C

xi. Temperature

Accuracy: t-l-l

Deg C

xii.

lIeating

elements: Silicon carbide heatirrg elements

xiii.

Thermocouple type and number: R type (DLrplex for control and saf-ety)

xiv. Temperature

controller:

Digital temperature controller with pLC Systern, PLC-SIEMENS, HMI-EXOR, PID

t7

(18)

xv. Over Temperature

Limiter:

Tenrperature lirniter for thermal safety of heaters and insulation fi'orn tentperature overshoot.

xvi.

Thyristor Unit:

Thyristor power controller with soft start/stop and power limit facility

xvii. Control Switch: to switch control on/off

xviii.

Indicators: LED indicator fbr load arrd line conditions xix. Ammeters: Digital ammeter to indicate load current

xx.

MCB:

For over current and shoft circLrit protection to the circuit xxi. Safety Features: Ovel current protection, short circuit protection, over terrperature protection PLC

Furnace 2 T'ech nical Srrecifi c?tion :- i. Type: Mirffle flrnace

ii. Maximum operation temperature 10C1: I 100 0C

iii.

Continuous working temperature 10C;: I000 0C iv. Hot zone dimension (HxWxD

in mm):

100

x

100 x225 v. Heating

rate:

l0oC/rnin

vi. Temperature

Uniformity: +/ - I

Deg C

vii. Temperature Accuracy: + / - -5 Deg C

viii.

Body: Powder coated dLral body structule

ix. Door: Leak proof swing aside type door with door saf'ety switch x. Insulation: Dr"ral wall insulation

xi.

Input

power: Sirrgle phase, 230 volts, 2

wire,2.l

kW xii.

lleating

elements: Karrtl-ral

Al

heating elernents

xiii.

Thermocouple type: K type (DLrplex for control and safety)

xiii.

Temperature

controller:

Digital tentperature controller with PLC System, PLC-SIEMENS, HMI-EXOR, PID

xiv. Over Temperature

Limiter:

Telnperature lirniter fbr thermal safety of heaters and irrsulation

frorl

tenlperatLlre overshoot.

xv.

'fhyristor Unit:

Thyristor power controller with soft start/stop and power lirnit tacility

xvi. Control Switch: to switch control on/ofT

xvii.

Indicators: LED indicator fbr load and line conditions

xviii.

Ammeters: Digital anlneter to indicate load current

xix.

MCB:

For over cllrrent and shorl circr-rit protection to the circuit xx. Safety Features: Over current protection, shorl circuit protection, over temperalure protecliorr

4 Hot

Air

Oven Tec h n icp.l_$ rrecifi ca (io n : - i. Chamber Volume: 80 Ltrs

ii.

Controller:

Microprocessor PID controller (with timing function).

iii.

Material of construction: Polished stainless-steel chamber with Unitbrrn distribution of air temperature Convection.

iv. Temperature range: RT+l 0"C-300"C v. 'l'emperature accuracy: + I oC

vi. Disrllay resolution: loC

,\l

1

)

18

(19)

Digital Balance

vii. Removable Shelves (Nos): 2-3 No.s SS removable shelves

viii.

Power supply: 220 Y, Single phase AC supply with 50Hz frequency, ix.

Air

Circulation: Motorized Blower fbr forced air circulation to maintain r.rniforrn temperature and stability

x. Temperature controller: Microprocessor based PID Programmable with ALrto Tunir.rg, delayed start/stop and calibration feature

xi. Insulation: High grade Glass wool insulatiorr xii. Type of Display: LED

xiii.

Power supply: 220

Y,50

Hz Single Phase

xiv. Insulated door with Locking Facility Technical Srregification :-

i. Capacity: 220 g

ii. Readability: 0.001 g

iii. 'Iare

range (subtractive): 220 g

iv. Response time (avg.): 1.3 s

v. Repeatability:

<:+

0.001 g

vi.

Linearity: <:*

0.002 g vii. Pan (diameter): I

l5

mnr

viii.

Ilousing (W x D x H): 230x310x305

mrl

ix. Net weight approx.: 4.9 kg

),r

1_

19 5

Referensi

Dokumen terkait

He received his doctoral degree from the Department of Computer Science and Engineering &amp; Information Technology, Veer Surendra Sai University of Tech- nology, Burla, Odisha,

This module covers the following: ● Creation of Request for Quotation / Invitation to Bid; ● Entry of Quotations / Bids; ● Approval of Quotations / Bids; ● Generation of the

INVITATION TO TENDER AND INSTUCTIONS TO TENDERERS Sir/Madam, Veer Surendra Sai University of Technology, Burla invites tenders for the printing of syllabus books for the University

ANNEXURE-II WARRANW MAINTENANCE CONTACT AG REEMENT This Agreement made the ...day of...,2O...between the "the Registrar, Veer Surendra Sai University of Technology, Burla" here in