SECTION
I: INVITATION
FOR BIDS (IFB)Sealed Bicis (proper-ly stitchecl separately) in two separate covers ('Iechnical
Bid
and Financial Bid) areinvited by
,,T'heRegistrar, 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 dowrrloaclthe
'fender Documents directly fromthe website available
at http://www.vssut.ac.in and the Tender cost feeof
Rs'1000/- (Non-refundable) by the wayof
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 timefor
Receipt of bitlsff,'09'2023 up to 5'00PMd)PI-ACEoFOPENINGoFTENDERANDADDRESSFoRCoMMUNICATIONAND
RECEIPT OF BID DOCUMENTS:THE
RBGISTRARVEER SURENDTT.A SAI
UNIVERSITY
OITTECHNLOGY' 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
\\.'
SECTION.II: GENERAI,
T'ERMS AND CONDITIONSGENIiRAL TERMS & CONDI'I'IONS OF
CONT'RACTI"OR
SUPPLY,INSTALLATION
AND DEMONS'I'RA'TION OFTHE
INS"I'RUMEN'TS, EQUIPMENT REQUIRBD FOR DEPARTMENT OF PIIYSICS, VSSUT, BURLA, ODISI{A.l.
Documenl Establishing Bidder'sEligibility &
QualificationThe 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-complianceof
anyof
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 theprodr-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 itemsin 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 haveto
produce docurrentin
sLrpporlof 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
accordancewith the
stipulated specifications andof
one reputed brand/model (N.B:Variation
in specification is allowedupto*l7o
in case of Equipment)2.1 The documentary evidence establishing the brand and tlre model may be
in
the formof
literature, pamphIets, nranuals. drar.ving. circr-rit diagrarn etc.2.2
Detailed clescriptionof
instrr-rrnentsand
equiprnentwith
essential technicaland
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 certificates3.4 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 AnnexureIV)
3.8 Address. Telephorre No., e-nrail. Fax of the Branch Ofhce/ Contact Person/ Liaisoning Office in Odisha
,\ .?
rj
l\r\.JI
F*"-v
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 personin
each page as a tokenof
acceptance o[ all terms and conditions of the tender withoriginal
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 andwill
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)alongwith
price breal< upof
custom duty, Excise Duty, CST, Packing, Forwarding andHaldlirrg
charges, Insurance charges,ET,
Freight rrpto
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 Officeof
the "The Registrar,Veer Surendra
S:rilJniversity of
'fechnology,Burla" on
the date andtime to
be co1pp-rr-rpicated to therr afier technical evaluatiotr of CoverA
by E-mail/Fax.5 BTD CONDITIONS
5.1 The bidders shoLrlcl verify the sites
ol
existing laboratoriesof
Deparlrr-rentof
Physics, VSSUT, Burla apcl tlte propgserJ layout Plan rrrdicating the location of each unitlbr
necessary Technical Evaluation.The scope of Supply as mentioned in the schedule of requirements
if
not sufficient fbrfull
functionof
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 attestedwith
signatureof
the bidderwith
date before submissionof
the bidsto
thear-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
iT
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 thetull
quantity as describecl above. Corrections,if
any, shall be made bycrossing 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 askedfbr 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 Demanddraft
drawnin
t'avourof "'I'he
Registrar, Veer Surendra Sai Universityof
Technology,Burla"
payable at SBI, Burlaonly. The EMD shall be in lndiarr Rrlpees.
NOTE:
Non-submissionof
EMDor
submissionof
less EMD than the desired one shall result inre.]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 BidsBicl 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 regardingiii)
DLre date&
time fbr subnrissiotl of the Bid iv) Due ciate&
tirne fbr openirtg of the Bid v)Nameolthe
FirrrNOTE:
A.
Bitls submittedwithout tollowing two Bid
system procedures :rs mentioned abovewill
besummarily rejected.
B.
please Note that prices shouldnot
beindicaled in the
TechnicalBid. 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
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. Purchaserwill
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
Deadlinefor
Submission of BidsBids 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 submissionof
bids being declared a holiday fbr the Purchaser, the bidswill
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 sarretill
the extended date.5. I
I
Modification andWithdrawal
of BidsNo 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 bidswould
be consideredwho
have considered and acceptedall
terms and conditions. No enqr-riries, verbal or written, shall be enterlained in respect of acceptance or rejectionof
the bid.
.
Genuine equiprnent and instrumerrt etc. should be supplied. Bidders shoLrld indicate the source of supply i.e. name and addressolthe
manufacturers fionr whom the iterns are to be sourced..
SLrpply of equiprr-rentlneans
lnstallation and Commissiorring (except civil works), Demonstration as well as Trainirrg at site. No separate chargeswill
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 andEMD
or EMD exernptionceft ifi cate fiom cotnpetent aLrthority.
. Ilthe
Bidders has not submittecl the Price as per the prescribed fbrmat Annexure-l(a) andI
(b).r1
--.r7r
a a
Manufacturing Authorization Annexure-III and in
caseof Authorized Distributor
/ Dealer/Suppliers haveto 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
&
costof AMC
separatelyfbr
tliree years after completior-rof
warranty period(In
caseof
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 productol the
biddersnot
confirmsto
technical specificationwith
complete accessoriesfbr firnctiolal
Eqgiprnent/Machinery and standardof
workmanship required by thePurchaser.
lf
the bidder has not firrnisfted teclrnical details of the equipments and machinery with one make&
model as per Annexure-V.If
bidderwill
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 notwilling to
provicle operational Trainingfbr
Machineriesto
oneOfficial of
each co1tsignee at Suppliers Plant or Consignee site at leastfor
7 daysin
caseof 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 priceof all
costs wherever applicable aswell
as duties and taxes(but exclutling VAT)
paidor
payableon
IVachineries,instlrments &
ecluipment incorporatedor to be
incorporatedin the iterns including
thewarrantee/guarantee period from the date of installation'
.
The purchaser's evaluatior.r of a biclwill
take into accourrt, in addition to the bid price and the priceof
irtciderttal services.
.
The purposeof
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,valuationof
bids should be made strictly in tern-rsof
the provisions in the bid document to ensure cornpliance with the cotrmercial and technical aspects..
The past perfbrnance of the sLrpplierswill
be taken into accoLrnt while evaluating the bids.\i
\"j
a a
I
.
Costolthe 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 rejectionof
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
comprehensivewarranty frotr
the dateof
completionof
the satisfhctory corrmissior.ringas per (Annexure-II). This also
inclr-rdesall
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 rrlorewill
be applied for which 30 days beyondby 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 gooclswithin
dLre dateof
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 conditionfor
rnore than ivhich a penalty of 0.2ohof tnachine costwill
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-
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 Odishaif
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 productiorrof
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 timewill
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 ofValidity
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 absenceolany
indication of the date of validity in the bid, itwill
be pre-sutned that the offerwill
remain valid fbr the t.ninirnum period i.e.,180 days as prescribed above.6.1
I
Commissioning PeriodMaximurr corrrnissioning period is 30 days frorn the date of sr-rpply OR 120 days
from
the dateof
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
amountsubject to maximum of 10"h. However. Registrar has right to extend the
deliveryperiod/comnrissionirrg period itt special cases.
6.
l2
Penalty against Non-SupplyIn 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 Courtat Sambalpur
if
required at any tinte.lr1.,
' l - \ rr
REGrphF{Ah }"
rVSSIJ,f, Burla
)
)'{
I
SECI'ION
- III:
ITORMS AND ANNEXTJRESANNEXURE-I
(a)PRICE SCHEDUI,E
(ITEM
WISE) FOR EQUIPMENT Countryof
originwith
mnke&
model
Quan
tity &
Unit
ItemSerial 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
't
ANNEXURE-I
(b)PRICB SCHEDULE
(ITEM
WISE) FORBQUIPMENT
ItemDescri ption
Quantity
& Unit
Inland transpoftation, insurance and other local
CoStS
incidental to del i very (c) Item
Serial No
Count
ry of
originwith
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)
',t
ANNEXURE -
II
WARRANTY MAINTENANCE
CONTRACT AGRET'MENT"THIS ACREEMENT made the...day of
...,20-
between the"The
Registrar, Veer SurendraSai University of
'I'echnology,Burla"
(hereinafter"the
Purchaser")of
the one paft andM/s...
(hereirrafter called "the Supplier") of the other part:WHEREAS
the
Purchaserinvited bids fbr
certair.r Coods& ancillary
servicesviz, supply
andcor.r.rrnissionirrg
of the
instrurnents&
eqr-riprnentat
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 periodof
2(Two) year fi'om the clate of installation
&
commissioning of the instruments&
equiprrrent as per awardof
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 cousistol
Preventive and Corrective maintenanceof
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 cornplaintwill
be initiated tlrror-rgh that Complaint No. Orrce rectiflcation done, that No.will
becancelled 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 theoflcer
in charge at the Consignee site.9. The
Sr-rpplier should enslrrethat
rraintenancejob is not
hampered/delayed dr"reto
paLrcityof
spares/i nadeq uate r'nanpower etc.
',r ./
Jl,
-l
1.2
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
SignatureFor the
Purchaser
For the SupplierNarne:
Nanre:Designation:
Designation:Address:
Address:Telephone No: felephor-re No:
,, \., ,\l -
.i
13
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 addressof
Agent) to submit a bid and signare authorized to bid and We
ANNEXURE-UI
MANI.-] I'ACT'URES' ATJTHORISATION ITORM
No. lDate
Ihaving 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
A:NNEXURE-IV
DETAILS
OFTHE
BIDDERSBid Reference No.
Narne and address of the Bidder:
0l
Narlle ol-the bidder a) Full postal addressb) 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
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
anyWith
university specificationSignature and seal of the Bidder
). !
j\.
16
SECTION-IV:
SCHEDULE OF REQTJIREMENT.S AND TECHNTCAL SPECIFICATIONSList
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 irrchesv. Resolution
-
l0 gar"rssvi. Construction-U fi'ame with -fherntal protection,
Air
cooledvii.
Bipolar Power Supply - 40V. 5 ampsviiii. lnput
-220V1440VAC 50Hz ix. Stability -l%
x. Overload protectior-r
xi. Thernral shLrt
off
xii.
Hall probe with display unit AC Field coilsxiii.
Bipolar AC Input arnplifier 0-12 Volts xiv.Current:
500 rnAxv. Function generator fbr fieqLrency wave form sine wave
rvi.
Amplitude controlxvii.
Sample holder for pellet type samples of thickness l-2.5 mm 02 Furn:rceI 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 inmm):
125x
125 x25Ov. Body type: DLral body strr-rcture
vi. Door: Leak proof swing aside type door with door safety switch
vii.
Insulation: Dual wall insLrlationviii. tnput
power: Single phase,230 volts,2 wire,4.5 kW ix. Heatingrate:
l0oC/rrinx. 'femperature
Uniformity:
+'/-5 Deg Cxi. Temperature
Accuracy: t-l-l
Deg Cxii.
lIeating
elements: Silicon carbide heatirrg elementsxiii.
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, PIDt7
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 facilityxvii. Control Switch: to switch control on/off
xviii.
Indicators: LED indicator fbr load arrd line conditions xix. Ammeters: Digital ammeter to indicate load currentxx.
MCB:
For over current and shoft circLrit protection to the circuit xxi. Safety Features: Ovel current protection, short circuit protection, over terrperature protection PLCFurnace 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 (HxWxDin mm):
100x
100 x225 v. Heatingrate:
l0oC/rninvi. Temperature
Uniformity: +/ - I
Deg Cvii. Temperature Accuracy: + / - -5 Deg C
viii.
Body: Powder coated dLral body structuleix. 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, 2wire,2.l
kW xii.lleating
elements: Karrtl-ralAl
heating elernentsxiii.
Thermocouple type: K type (DLrplex for control and safety)xiii.
Temperaturecontroller:
Digital tentperature controller with PLC System, PLC-SIEMENS, HMI-EXOR, PIDxiv. Over Temperature
Limiter:
Telnperature lirniter fbr thermal safety of heaters and irrsulationfrorl
tenlperatLlre overshoot.xv.
'fhyristor Unit:
Thyristor power controller with soft start/stop and power lirnit tacilityxvi. Control Switch: to switch control on/ofT
xvii.
Indicators: LED indicator fbr load and line conditionsxviii.
Ammeters: Digital anlneter to indicate load currentxix.
MCB:
For over cllrrent and shorl circr-rit protection to the circuit xx. Safety Features: Over current protection, shorl circuit protection, over temperalure protecliorr4 Hot
Air
Oven Tec h n icp.l_$ rrecifi ca (io n : - i. Chamber Volume: 80 Ltrsii.
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
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 stabilityx. 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: 220Y,50
Hz Single Phasexiv. Insulated door with Locking Facility Technical Srregification :-
i. Capacity: 220 g
ii. Readability: 0.001 g
iii. 'Iare
range (subtractive): 220 giv. Response time (avg.): 1.3 s
v. Repeatability:
<:+
0.001 gvi.
Linearity: <:*
0.002 g vii. Pan (diameter): Il5
mnrviii.
Ilousing (W x D x H): 230x310x305mrl
ix. Net weight approx.: 4.9 kg),r
1_19 5