Home

View - Dadra and Nagar Haveli

image

Contents

1. PRINT Make H P Cannon Epson RICOH or equivalent Speed 3 2 ppm Speed Priority Mode A1 LEF Black and White 1 1 ppm Speed Priority Mode A1 LEF Color Ink cartridge colors GELJET pigment based C M Y K waterproof ink Ink drop 4 to 6 pico liter Print Resolution Upto 1200 X 1200 dpi and above Printing Area 44 inch AO Size SCAN Scan speed Color 2 6 cm sec 2 in sec Black amp White scale 8 cm sec 6 in sec Scan copy resolution Up to 600 dpi Maximum scan size 1067 mm 42 in Maximum scan thickness 15 2 mm 0 6 in COPY Reduction enlargement 25 to 400 by 0 1 Maximum copies 1 to 99 copies Copier settings Tale copy photo glossy printed photo amp copied photo Memory 3 GB Virtual 250 GB Hard disk Connectivity Printer Gigabit Ethernet 1000Base T Hi Speed USB 2 0 certified E IO Jet direct accessory slot Scanner Gigabit Ethernet 1000Base T Hi Speed USB 2 0 certified FireWire IEEE 1394a complaint Dimension MFG Shipping 1900 X1000 X1600 mm 74 8 X39 4X63 in 1930 X 766 X1529 mm 75 98 X 30 16 X 60 2 in Cloud Printing amp Sharing Yes USB printing Yes General Conditions Windows 7 8 certified 10 ANNEXURE C GENERAL TERMS AND CONDITIONS OF SUPPLY 1 QUALIFICATION CRITERIA i The bidder shall be a manufacturer or
2. Storage temperature range 25 C to 60 C 13 F to 140 F Atmospheric correction Temperature range 40 C to 60 C 40 F to 140 F Barometric pressure 400 mm Hg to 999 mmHg 533 hPa to 1 332 hPa 15 8 inHg to 39 3 inHg Dust and water protection IP66 Certification Class B part 15 FCC certification CE Mark approval C Tick Laser safety IEC 60825 1 am2 2007 Reflector less Prism mode Class 1 laser Laser pointer Class 2 laser Laser Plummet optional Class 2 laser ACCESSORIES TO BE SUPPLIED 1 No Wooden Tripod heavy duty good Quality 2 Nos Prism Holder Target Plate tilting type 2 Nos Prism Pole minimum length 2 mtrs telescopic 2 Nos Batteries 1 No Charger for Battery Oo OY en OP as Fe Data downloading Cables TRAINING _ 7 days training per Total Station at site WARRANTY 12 months or more Specification not critical but will have cost advantage for the instruments having better features 15 Key Board and Display Instrument Control unit a Display On both faces Instruments having identical display on both faces will have 1 cost advantage over the instruments having un identical display on both faces b Keyboard QWERTY Virtual keyboard Instruments having both key boards will have 2 cost advantage over instruments having one type of key board TECHNICAL SPECIFICATION FOR Multi Function Printer
3. 2 C P O for vide publicity 3 National Information Centre Silvassa for vide publicity through Internet on web site www dnh nic in TENDER DOCUMENT 1 INTRODUCTION For and on behalf of The Survey amp Settlement Officer Union Territory of Dadra amp Nagar Haveli invites tenders through On Line on https dnh nprocure com for procurement of 1 nos Total Stations and 1nos AO size Plotter All in one The offer should be made as per the specified E tender Performa only The physical submission contained in the tender document and should be addressed to The Survey amp Settlement Officer Dadra amp Nagar Haveli Silvassa VALIDITY OF TENDER The tender must remain valid for 180 days six months from the date of opening of tenders The tender document shall be submitted separately for each items TECHNICAL SPECIFICATION The technical specifications of Total Station Instrument and Plotter has given in Annexure B INSPECTION In case of defective supply due to latent manufacturing defects the same has to be removed and replaced at the supplier s cost All the expenses borne by the Indenters due to this reason are to be met by the supplier WARRANTY The supplier will replace the defective material free of cost if noticed within the Warranty period The Warranty Certificate as per specimen enclosed at Appendix i is also to be submitted duly signed along with the tender GUARANTEE The instrument shoul
4. Earnest Money of fixed amount Rs 25 000 Twenty Five thousand only in Indian currency for Total Station and Plotter respectively in the shape of Bank Draft Fixed Deposit Receipt valid for six months of any Nationalised Bank made in favour of the Survey amp Settlement Officer Dadra amp Nagar Haveli Silvassa should be submitted along with the PHYSICAL DOCUMENT Shortfall in amount of Earnest Money or tenders received without Earnest Money will result in rejection of the offer SECURITY DEPOSIT Successful tenderer will have to furnish Security Deposit 25 value of the order contract for both Total Station and Plotter in the shape of fixed Deposit receipt Bank Draft Bank Guarantee of any Nationalised Bank as per Appendix V in favour of Survey amp Settlement Officer Dadra amp Nagar Haveli Silvassa valid for 15 months from the date of letter of intent with a provision of its further extension revalidation up to the period of one year from the date of completion of site acceptance test or up to the warranty including extended warranty period whichever is later An Agreement is also to be signed by the Indian Agent on behalf of foreign supplier at their cost on non judicial stamp paper of Rs 100 as per specimen at Appendix ii To ensure that purchased instruments is maintained seriously by the successful tenderer the supplier has to submit a Bank guarantee for 10 of the total cost of equipment including taxes DE
5. in form of DD FDR in favor of undersigned may be kept in Bid along with mandatory documents Submission of tender fees amp EMD in form of DD FDR ST CST VAT Registration number with certificates PAN Card No etc these are the mandatory documents required to be uploaded and hard copy of above mentioned documents shall be submitted to the tender inviting authority by RPAD Speed Post Courier The Tender Inviting Authority shall not be responsible for any delay or loss of documents The said documents can also be deposited in the office of the undersigned in person In case the bidder s not enclosed any of above documents he she they will be disqualified and the price bid shall not be opened The Tender inviting Authority reserves the right to accept or reject any or all the tender to be received without assigning any reasons thereof Bidder shall have to post their queries on E mail Address ro2 dnh nic in or before dated 05 03 2015 up to 15 00 hrs Contact No 0260 2640835 In case bidder needs any clarification or if training required of participating in online tender they can contact the following office n Code Solution A Division GNFC Ltd 403 GNFC Info Tower Bodakdev Ahmedabad 380054 Gujarat India E Mail nprocure gnvfc Net Fax 91 79 26857321 Website www nprocure com Sd Survey and Settlement Officer Dadra and Nagar Haveli Silvassa Copy to 1 All Head of Office for vide publicity
6. undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor s supplier s in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this Guarantee being absolute and unequivocal The payment so made by us under this Guarantee shall be a valid discharge of our liability for payment there under and the contractors shall have no claim against us for making such payment 16 4 We indicate the name of the Bank further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till office Department Ministry of certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor s and accordingly discharge this Guarantee Unless a demand or claim under this Guarantee is made on us in writing on or before the we Shall be discharged from all liability under this Guarantee thereafter 5 We indicate the name of the Bank further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the te
7. Administration of Dadra amp Nagar Havel U T Department of Survey amp Settlement No SRV ACCTT PUR ETS INSTRUMENT 141 Date 24 02 2015 E TENDER ON LINE INVITATION NOTICE NO 1 OF 2014 2015 The Survey amp settlement Officer DNH Silvassa invites tenders through On Line on hitps dnh nprocure com from the eligible Firm for the purchase of Electronic Total Station AO size Multi function Plotter Sr Name of work Tender Apprx Earnest Tender Numbers Time No ID No Estimated Money fees Non of calls Limit cost of refundable Project 1 Purchase of Electronic Total Station and AO size Plotter Three in one 169537 21 50 lakhs 53 750 5000 Ist call 10 days On line downloading starting of Tender 26 02 2015 Last date of downloading of tender document 05 03 2015 Online submission of Tender 05 03 2015 15 00 Hrs Physical submission of Technical Document as per RFP 09 03 2015 16 00 Hrs e On line Tech bid Opening 09 03 2015 12 00 Hrs e On line Opening of Price Bid 09 03 2015 13 00 Hrs Bidders have to submit price bid in Electronic Format only on https dnh nprocure com website till the last date and time for submission Price Bid in physical format shall not be accepted in any case The Tender form along with all details including schedules and terms and conditions can be downloaded from the website https dnh nprocure com _ The tender fees Non refundable
8. LIVERY PERIOD The items will be supplied installed within 10 days from the date of firm supply order A penalty of 0 5 per week maximum up to 5 shall be levied if instruments are not supplied with in stipulated period of 6 weeks If delay is more than 5 weeks the Survey amp Settlement Officer may at his discretion cancel the order and EMD shall be forfeited PACKING The main Equipment Instrument in question is required to be securely packed as per B I S ISI standard trade practices to avoid damages to the consignment in transit The packing charges should be included in the break up details of cost INSURANCE The consignment is required to be dispatched to the consignee duly insured for transit insurance for all risks from the consigner s Warehouse to the consignee s Warehouse upto final destination till the erection installation of the main Equipment Instrument The insurance charges should be included in the break up details of cost 6 TRANSPORTATION CHARGES The transportation charges should be pre paid for delivery of consignment to the consignee on Door Delivery Basis and should be included in the break up details of cost PAYMENT Towards cost of equipment 90 payment will be made within thirty days from the date of installation amp commissioning acceptance of the main Equipment Instrument No request for advance payment payment against delivery or payment through Bank against dispatched document
9. agent dealer distributor of the manufacturer who has designed manufactured supplied erected commissioned equipment instrument of similar type and are in successful operation in other National international scientific organizations for two years on the date of bid opening Submit documentary evidence along with registration details ii The bidder shall furnish details of supplies made in the last 2 years to the different organizations in India along with the user s certificate regarding satisfactory functioning of the equipment instrument It should have sold same or similar instruments for 1 5 crores for last two years in the country Submit documentary evidence iii The purchaser may if required see the demonstration of the equipment Instrument installed in other scientific organizations located nearby Silvassa to verify whether the bidder meets the accuracy criteria as indicated in the technical specifications Bids which do not meet the criteria will be treated as technically non responsive iv The bidder should not have been blacklisted by central state Government departments or should not found indulged in any unethical practice A notarized undertaking on Rs 100 stamp paper should be submitted to this effect v The bidder should submit last three years turn over details copy of PAN card and TIN No etc failing which their bids shall not be considered 2 FORMAT AND SIGNING OF BID i The bid shall be typed or writte
10. all not assign or sub let the same If the contractor becomes insolvent or he or his Agent offers any bribe in connection with the contract or the contractor fails to observe or perform any condition of this contract then notwithstanding any previous waiver of such default or action being taken under any other clause hereof the may on behalf of the Government terminate the contract and forfeit the said deposit and recover from the contractor any loss suffered by the Government on account of the contract being terminated If any dispute or difference shall arise including this contract the settlement of which is not hereinbefore provided for the same shall be referred to the arbitration of the Financial Secretary of UT of DNH and if he is unable or unwilling to act as arbitrator to the arbitration of any person nominated by him in writing and the decision of such arbitrator shall be final and binding on the parties to this contract In Witness whereof the parties have hereunto set their hands the day and year first above written Signed by the said contractor ccecescsseseseeseeseeceeeeeseseeeeeeaseees In the presence of 1 Witness Address 2 Witness Address Signed by the said for and on behalf of the Administration of UT of DNH In the Presence of 1 Witness Address 2 Witness Address 15 APPENDIX iii BANK GUARANTEE BOND In consideration of the Administration of DNH hereinafter ca
11. cal Spare Parts giving full particulars of the spare parts and tools with the price of each spare part and tool separately d Please confirm that you have adequate servicing and spare parts facilities in India in respect of the equipment instrument tendered for by you or that you will arrange to provide such facilities simultaneously with the supply of the equipment instrument 12 APPENDIX i WARRANTY CERTIFICATE We warrant that everything to be supplied by us hereunder shall be brand new free from all defects and faults in material workmanship and manufacture and shall be of the highest grade amp quality and consistent with the established and generally accepted standards for material of the type ordered shall be in full conformity with the specifications drawings of samples if any and shall operate properly We shall be fully responsible for its efficient operation In case of any latent defect or inconsistency due to poor manufacturing repair amp overhaul of the equipment instrument or defective supply not conforming to the specifications if observed at the time of final inspection and thereafter within 12 months from the date of acceptance we undertake the guarantee to repair supply free of cost the defective items up to the final destination and the inland expenses borne by the indenter will be at our cost The warranty shall survive inspection and payment for and acceptance of the goods but shall expire except in respec
12. d have functional guarantee at least for 1 year from the date of completion of training to Survey amp Settlement Office staffs of Dadra amp Nagar Haveli During the period of warranty a bank guarantee of 25 of the cost of the instruments valid for the duration of warranty is required to be submitted The order shall only be placed after the receipt of Bank Guarantee from short listed tenderer SERVICE MANUAL Service manual with circuit diagram will have to be provided with the instrument TRAINING The rates quoted should be inclusive of installation amp training charges The Training will have to be imparted to DNH Land Record staff at two selected locations in DNH by the supplier free of cost for 7 days at each selected site for Total Station In case of Plotter the supplier shall have to provide minimum 2 days of free of cost training in the office of Survey amp Settlement Silvassa xiv For general terms and conditions of supply please see Annexure C xvi Please note that late tenders delayed tenders or postal delayed tenders will not be considered at all xviii The Survey amp Settlement Officer the right to reject cancel all or any tender without assigning any reason thereof xviii The Survey Settlement Officer Reserves the right to Change any clause of tender before the opening of technical bid ANNEXURE A THE FOLLOWING DOCUMENTS INFORMATION MAY ALSO BE FURNISHED IN SUPPORT OF THE TENDER EARNEST MONEY
13. ithin the period specified above the shall have the right to dispose of such stores as he thinks fit at the risk of the contractor and on his account or if he prefers to charge him rent for the space occupied by same That the time of delivery stated above shall be of the essence of the contract and should the contractor fail to deliver the whole any part of the stores within the period specified in clause a and as per the sample the shall have the right to forfeit the deposit mentioned in clause f and to purchase the stores elsewhere which the contractor has failed to deliver as aforesaid at the expenses of the contractor and the contractor will be liable to pay such further sum as will be sufficient to meet the difference of cost between the rates tendered and those at which the purchases are actually made should they be higher This is without prejudice to action being taken under clause h thereof Thatthe rarei shall have full power to reject the whole or any part of the stores which to the true intent and meaning is not in exact accordance with the approved sample and that his decision shall be final f g h 14 That the contractor will deposit a sum of RS 0 as security for compliance with the terms and condition of this contract That the contractor will be entirely responsible for the execution of this contract in all respect in accordance with the conditions of this contract and sh
14. lled the Government having agreed to exempt hereinafter called the said Contractor s from the demand under the terms and conditions of an Agreement dated made between and for supply of Total Stations equipment hereinafter called the said Agreement of security deposit for the due fulfillment by the said contractors of the terms and conditions contained in the said Agreement on production of a Bank Guarantee for Rs Rupees only We indicate the name of the bank hereinafter referred to as the Bank at the request of Contractor s do hereby undertake to pay to the Government an amount not exceeding Rs against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractors of any of the terms or conditions contained in the said Agreement 2 We indicate the name of the Bank do hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said Contractor s failure to perform the said Agreement Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee However our liability under this Guarantee shall be restricted to an amount not exceeding Rs 3 We
15. n in English language only in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract The letter of authorization shall be indicated by written power of attorney accompanying the bid All pages of the bid except for un amended printed literature shall be initialed by the person or persons signing the bid ii The bid shall contain no interlineations erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall initialed by the person or persons signing the bid 3 ADDITIONAL QUESTIONAIRE FOR TENDER ENQUIRIES a Please confirm that you will forward in advance one copy of each of installation operation and maintenance instructions and diagrams in English in case contract is awarded and order placed with you b Please indicate in a separate sheet duly signed by you full information in respect of the output that you obtained from the machine you have offered and also that you guarantee for the performance of the machine under the normal conditions and also that you will demonstrate guaranteed output after installation of the machine 11 c Please attach lists duly signed by you for such spare parts and tools as are absolutely essential for proper maintenance and operation of machine for a period of ten years in the case of Electronic and Optical Spare Parts and 5 years in the case of Electronic and Mechani
16. rms and conditions of the said Agreement or to extend time of performance by the said contractor s from time to time or to postpone for anytime or from time to time any of the powers exercisable by the Government against the said contractors and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor or for any forbearance act or commission on the part of the Government or any indulgency by the Government to the said contractor s or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us 6 This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor s Supplier s 7 We indicate the name of the Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing Dated the day of for indicate the name of the Bank 17 PRICE SCHEDULE S NO Particulars Quantity Amount in Rs 1 Electronic Total Station 1 2 AO Size plotter Three in one 1 Total
17. s will be considered Balance 10 shall be paid after the completion of training and receipt of Bank Guarantee as indicated above in para 2 ANNEXURE B TECHNICAL SPECIFICATIONS FOR THE PROCUREMENT OF ELECTRONIC TOTAL STATION Critical Specifications If there is variation in the s ecifications instrument can be summaril rejected Specifications Distance Measurement MAKE Trimble Lica Sokia Topcon or equivalent Reflector less mode white target 1 5 m to 300 m 4 9 ft to 984 ft Range with Nikon specified prisms Good conditions No haze visibility over 40 km 25 miles With reflector sheet 5 cm x 5 cm 2 in x 2 in With single prism 6 25 cm 2 5 in 1 5 m to 300 m 4 9 ft to 984 ft 1 5 m to 5 000 m 4 9 ft to 16 404 ft Accuracy Precise mode Prism 3 2 ppm x D mm Reflectorles 3 2 ppm x D mm Precise mode 1 5 Normal mode 0 8 sec Least count Precise mode 1 mm 0 002 ft Normal mode 10 mm 002ft Angle Measurement DIN 18723 accuracy horizontal and vertical 5 1 5 mgon Reading system Absolute encoder Absolute encoder 62 mm 2 4 in Horizontal vertical angle Dementrical Minimum increment Degree Gon MIL6400 Degree 1 5 10 Gon 0 2 1 2 mgon Mil6400 0 005 0 02 0 05 mil Telescope Tube length 125 mm 4 9 in Image Erect Magnification 30x 18
18. t of complaints of which the contractor has been notified prior to such date twelve months after their successful acceptance by the purchaser SEAL of manufacturer supplier Enterprises Date iiicdaelek Signat re sareti arkni Name amp address of manufacturer supplier 13 APPENDIX ii AGREEMENT An agreement made this Gay Of ETSE eae ds BETWEEN ue i a a a a heugsastatyecusbSacnetoutesss a a aa eai t hereinafter called the contractor which expression shall include his legal representatives of the one part and the Administration of UT of DNH hereinafter called the Government of the other part and WHEREBY the contractor agrees to supply to the s ssessessesseseese DNH Survey amp Settlement Department hereinafter called DNHSSD the under mentioned articles at cost mentioned against them Name of Articles Rate Total Cost and on the terms and conditions hereinafter mentioned a b d That all stores shall be delivered free at oo cesses erse o E That all stores supplied shall be new and of good quality and in exact accordance with the sample submitted That the inspection of the stores shall be carried out by the e s himself or by a Gazetted Officer deputed by him at the place mentioned in Para a above and that the stores rejected must be removed by the contractor within a week from the date of rejection All stores not accepted shall lie at the risk of the contractor If not removed w
19. x 36x with optional eyepieces Effective diameter of objective 45 mm 1 8 in EDM diameter 50 mm 2 0 in Field of view 1 20 Resolving power 3 Minimum focusing distance 1 5 m 4 9 ft Laser Pointer Coaxial Red Light Tilt Sensor Type Dual axis Method Liquid electric detection Compensation range 3 5 Communications Communication ports 1 x serial RS 232C 2 x USB host and client Wireless communications Integrated Bluetooth Power Internal Li ion battery x2 Output voltage 3 8 VDC Operating time Approximately 7 5 hours Approx 16 hours distance angle measurement every 30 seconds Approx 20 hours continuous angle measurement Charging time Full charge 4 hours General Specifications Level vials Sensitivity of circular level vial 10 2 mm Optical plummet Image Erect Magnification 3x Field of view 5 Focusing range 0 5 m 1 6 ft to Display face 1 QVGA 16 bit color TFT LCD backlit 320x240 pixels Display face 2 Backlit graphic LCD 128x64 pixels Laser plummet optional 4 levels Memory 128 MB RAMS 128 MB Flash memories Processor Marvell PXA300 XScale 624 MHz Dimensions W x D x H 5 8 in 5 7 in x12 0 in Environmental Operating temperature range 20 C to 50 C 4 F to 122 F

Download Pdf Manuals

image

Related Search

Related Contents

Chapter Two - The Basics of Design  6300 Series User`s Manual    UE403 switching amplifier  Mod: DC502-NP  HQ W9-HC-20-32B  Samsung 400TSN-2 Priručnik za korisnike  Cisco Emergency Responder 8.6 Troubleshooting Guide  TC 2 0 0 0 O perator M anual V er R 4 . doc - Sensible Tech  HSDN 600 Profi  

Copyright © All rights reserved.
Failed to retrieve file