Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)-175018 TENDER DOCUMENT FOR Procurement of equipments for labs. under Civil Engg. Department Name of labs. 1. Hydro Power Lab 2. Concrete Lab 3. Structure Lab. 4. Survey Lab. Last Date and time of Submission : 03/12/2015 at 12.30 P.M. Cost of Tender document : Rs 1000/- 1
Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)-175018 TENDER FOR THE SUPPLY OF EQUIPMENTS OF Hydro Power Lab, Concrete Lab, Structure Lab, Survey Lab. OF CIVIL ENGG. DEPARTMENT LAST DATE AND TIME FOR RECEIPT OF BIDS : 03/12/2015 at 12.30 P.M. TIME AND DATE OF OPENING OF BIDS : 03/12/2015 at 2.00 P.M. (Technical Bid) : 04/12/2015 at 11.00A.M. (Financial Bid) PLACE OF OPENING OF BIDS : Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)-175018 ADDRESS FOR COMMUNICATION : Director-cum-Principal, Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)-175018 2
INVITATION FOR TENDER Tender No. : Civil/01/2015 Director/ Principal, Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) invites sealed bids from eligible Suppliers/distributers/authorized dealers for supply of machinery and equipments of Hydro Power Lab, Concrete Lab, Structure Lab, Survey Lab. OF CIVIL ENGG. DEPARTMENT Sr. No. Name & Specification Earnest Money Deposit (EMD) 1. Attachment at annexure - A 3% (Three percent of Price value quoted) The provisions in the Instructions to Suppliers and in the General Conditions of contract are based on the provisions of the Standard tendering Document - Procurement of Goods. (a) Price of bidding document : Rs. 1000/- (non-refundable) (b) Last date and time for : 03/12/2015 at 12.30 P.M. Receipt of bid (d) Time and date of : 03/12/2015 at 2.00 P.M. (Technical Bid) Opening of bids : 04/12/2015 at 11.00 A.M. (Financial Bid) (e) Place of opening of bids : Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)-175018 (f) Address for Communication : Director cum Principal, Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)-175018 1. All bids must be accompanied by a bid security as specified in the bid document and must be delivered to the above office at the date and time indicated above, failing which tender / bid will not be considered. The envelope must subscribe on 3
the top right hand corner as Tender for Equipments of Civil Engg. Department (Hydro Power Lab, Concrete Lab, Structure Lab, Survey Lab.) 2. The main cover (sealed) should contain two sealed envelopes. The one of the envelopes - sealed envelope No-I (superscribed on the envelope in top right side corner as - Financial Bid ) should contain (1) earnest money, (2) rate quoted for various equipments on prescribed Performa (Annexure I). The earnest money has to be paid in the form of FDR for a period of one year Pledged in favour of Director- cum- principal Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.). Whereas, bidding cost of rupees 1000/- has to be paid in the form of bank draft in favor of Director- cum- principal Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) payable at Sundernagar, in case if bidding document is downloaded from the institute website.the Sealed Second Envelope No-2 should contain supporting documents like printed Brochure/literature, Income Tax Returns of last three years (duly authenticated) indicating Turnover, Sales Tax Number, Registration Certificates, Authorization certificates (if any), PAN number, TAN/TIN number document,supply order of the equipment supplied earlier to the institution of the repute. The technical bid should contain the bank draft of bidding document (Rs 1000/-), In case if bidding document is downloaded from the website. The envelope should be superscribed on right hand side as - Documents/Technical Bid. Both the above mentioned envelopes should be placed in a single envelope. Please mention on top of the main envelope as Tender for Civil Engg. Department Labs. The single offer without complete documents (Technical and other documents) will be straight away rejected. 3. The rates for the machinery and equipment (in envelope no. I)for various labs. should not include the taxes. Taxes (like VAT, entry tax) to be charged are required to be mentioned at the end, as per the format. It is important for all the suppliers/ manufactures to specify separately the type and the percentage of taxes. No discount (Educational/ or any ground) should be specified seperately. The suppliers will have to provide transportation of equipment s to the specified labs within the bid cost. 4
4. The bidders having proof of having supplied the similar equipments as mentioned in the tender document over the last three years shall only be eligible to participate in the bidding. The bidders are required to substantiate their claim with copies of previous purchase orders and installation reports for the last three years. 5. Tenders will be opened in the presence of suppliers or their representatives, who choose to attend on the specified date and time. Bids not having the relevant documents as listed under item No. 2 mentioned above will be straight away rejected. It will be presumed that such suppliers have just quoted the rates and are not in position to supply the same. No intimation in this regard will be sent to the supplier/ manufacturers. 6. In the event of the date specified for bid receipt and opening being declared as a closed holiday, the due date for submission of bids and opening of bids will be the following working day at the appointed times. 7. The Director cum- Principal, reserve the right to cancel the tender without assigning the reason thereof. 8. The conditional tenders/ incomplete tender/ tender without earnest money/without tender cost or tenders received after due date will be summarily rejected. 9. The discount should not be quoted separately. If any supplier wishes to offer any discount, he should include the same in the price of the machinery/equipment offered by him. 10. Authorized dealers of manufacturers can also apply for tender. Such tenderers are required to submit the authorization certificate issued by the manufacturers. 11. Director-cum-Principal reserves all the rights to cancel the tender or to place the order for the selected equipments only. 12. Only those suppliers/manufacturers will be considered for financial bid who have earlier experience of supplying the equipments pertaining to civil Engg. Department. INSTRUCTIONS: 1. Clarification of Bidding Documents. 5
1.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Purchaser in writing or by telex or cable or fax at the Purchaser mailing address indicated in the Invitation for Bids. The Purchaser will respond in writing to any request for clarification of the bidding documents which it receives not later than 15 days prior to the dead line for submission of tenders prescribed by the Purchaser. Written copies of the Purchaser s response (including an explanation of query but without identifying the source of inquiry) will be sent to all prospective bidders which have received the bidding documents. 2. Amendment of Bidding Documents 2.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment. 2.2 All prospective bidders who have received the bidding documents will be notified of the amendment in writing or by fax or by cable or by fax, and will be binding on them. 2.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids. 3. Bid Prices 3.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid prices of the goods it proposes to supply under the Contract. 3.2 Prices of machinery and equipment are to be submitted as per the format and should include: The price of machinery and equipments Beside this, the supplier/manufacturers are also required to list out SEPERATELY the various taxes (% and amount) to be included in the price of the equipments. 4. Late Bids. 4.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, will be rejected and/or returned unopened to the Supplier. 6
5. Modification and Withdrawal of Bids. 5.1 No bid tender may be modified subsequent to the deadline for submission of tender. 6. Opening of Tender by the Purchaser. 6.1 The Purchaser will open all technical bids, in the presence of Suppliers representatives who choose to be present at Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) on 03/12/2015 at 02.00 P.M. The supplier s representatives, who are present on the date of opening of tender, will have to sign as an evidence of their attendance. In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day. 6.2 The Purchaser will open the financial bids of the bidders who qualify technically (after evaluation of technical bids), in the presence of Suppliers representatives who choose to be present at Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) on 04/12/2015 at 11.00 A.M. 6.3 The Suppliers Names, tenders modifications or withdrawals, tenders prices, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced on the respective dates and time of opening of the bids. The late bids shall be returned unopened to the Bidder after completion of the process. 6.4 Tender not opened shall not be considered for evaluation, irrespective of the circumstances. 7. Transportation 7.1 The Supplier is required under the Contract to transport the machinery and equipment s to the specified place of Destination within Institute and at the specified lab. The transportation to such place of destination in Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) will include insurance and shall be arranged by the Supplier, and the related cost shall be included in the Contract Price. It will be sole responsibility of supplier to install the equipment s at the specified place in the Lab., failing which, no payment will be 7
released. The supplier/manufacturers will also have to provide proper demonstration and training to the faculty along with properly drafted lab manuals beside equipment operation and maintenance manuals. 8. Warranty 8.1 The warranty period shall be 36 months from the date of acceptance of the Goods (after successful installation subsequent to inspection) or 39 months from the date of supply, whichever occurs earlier. No separate cost in this regard has to be quoted and warranty cost (if any) should be included in the equipment cost. The supplier shall, in addition, comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance. Important:In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 36 months. 8.2 The supplier will provide the calibration certificate for all the measuring equipment and sensors used in the equipment/machinery from the competent authority. The supplier is also required to provide such calibration for the warranty period within the quoted prices. 8.3 Goods should be FOR Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) 9. Payment 9.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified. 9.2 The Supplier s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to Clause, and upon fulfillment of other obligations stipulated in the contract. 8
9.2 The Supplier shall make promptly by the Purchaser but in no case payments later than Thirty (30) days after submission of the invoice or claim. 10. Taxes and Duties 10.1 Suppliers shall be entirely responsible for all Taxes, Duties, License fees, Octroi, Road permits, etc., incurred until delivery, and installation of the contracted Goods to the Purchaser. 11. Jurisdiction 11.1 All the legal dispute will be settled within the jurisdiction of Himachal Pradesh. 12. Performance Security 12.1 Within 21 days of receipt of the notification of contract award, the Supplier shall furnish Performance security to the purchaser for an amount of 5% of the contract value excluding annual maintenance cost, valid up to 3 years after the date of completion of performance obligations including warranty obligations. The proceeds of the 5% performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier s failure to complete its obligations under the Contract. The 5% Performance Security shall be denominated in Indian Rupees and shall be in form of FDR for a period of three years (03 years) Pledged in the Name of Director- cum- principal, Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.)The 5% performance security will be discharged by the Purchaser and returned to the Supplier not later than 30 days following the date of completion of the Supplier s performance obligations, including any warranty obligations under the contract. 13. The tenderers are required to fill the Annexure-I (General Information Form). The filled Annexure-I is to be placed in the financial bid envelope. 9
10
Please fill this annexure positively Annexure-I General Information Form 1 Date of Application 2 Name of the Firm 3 Address of the Firm 4 Sales Tax registration Number 5 Whether Manufacturer/ authorized Dealer Certificate of Authorization (in Case of Dealer) Attached as page number of Technical Bid. 6 Name and address of Manufacturer (In case you are a dealer) 7 Name and address of the service center Or the authorized agency that will provide Warranty services on your behalf 8 Tender fee receipt no Tender fee receipt date 9 EMD Details FDR to be attached on the Top of Technical Bid. EMD Amount FDR Number Name of Bank Branch Period of FDR 10 List of Users. Attached as Page numbers from to of technical bid. 11 Certificate of Sales Tax Attached as Page Number of Technical bid. registration. Original Catalogue of 12 Product Attached as page numbers from to of Technical Bid. 13 Any other documents in requirement of general terms and condition (Signature with name and seal) 11
Details of the Equipment ( CIVIL ENGG. DEPARTMENT) 1. Structure Lab Sr. No Detailed Specification of Equipment Structure Lab 1 Deflection of Truss Apparatus Specification: - Model to find out the deflection of a pin connected truss. The model should be able to verify the results by calculation & graphically. Working model with dial gauge and magnetic base of weight set, complete all accessories with operating manual. Apparatus should consist of 4 panels of a PRATT steel truss, each panel being 40cm in horizontal direction and 30cm in vertical direction. Load can be applied on each panel point. All tension members should be provided with detachable springs so as to obtain appreciable deformation of the member. Direction of the diagonal members may be changed. Apparatus can be used to illustrate visually the nature of forces set up in various members of the Truss. Apparatus to be supplied should be complete with a supporting stand and a set of weights. Two dial gauges: 25 mm Approx.C ost in Rs. Qnty. 1 Total Cost in Rs. 2 Deflected Beam Apparatus Elastic Properties of Deflected Beam Apparatus Specification: Apparatus should of consists of a mild steel beam 2.5cm x 3mm in cross section and 100cm long, pinned to two supports 70cm apart situated symmetrically. One of the ends can be fixed or given a known slope by applying a known moment at the end with the help of suspended loads. At the other end also a known moment can be applied. Vertical loads can be applied at various points along the span of the beam. A dial gauge with 25mm travel (with a magnetic base) may be supplied with the apparatus. Apparatus to be supplied should be complete with a supporting stand and a set of weights. 1 Total cost in figure Total cost in Words: Detail of Taxes to be included: 1 2 Description of tax % 12 Authorised signature with seal
Name of Lab:- Concrete Lab Air Compressor: - 20 kg two stage reciprocating compatible with concrete permeability Apparatus 1 Total cost in figure Total cost in Words: Detail of Taxes to be included: 1 2 Description of tax % Authorised signature with seal 13
Name of Lab:- Survey Lab 3 Surveying Station 4m 5 It is equipment to show a survey station. Equipment made up with the steel rod having 4 mtr height and flag is also attached to the top of the rod. 4 Survey Umbrella This Survey Umbrella is made by high quality material. : 5 (i) With steel pole Size 2.0 cm dia with tilting type Total cost in figure Total cost in Words: Detail of Taxes to be included: 1 2 Description of tax % Authorised signature with seal 14
15
16
17
18
19
20
Siphon Weir 01 21
Total cost in figure Total cost in Words: Detail of Taxes to be included: 1 2 Description of tax % Authorised signature with seal 22