Home

(CSIR, Ministry of Science & Technology, Govt. of India)

image

Contents

1. 13 Compact and highly portable with tripod stand for mounting Note Preference will be given to latest version Three years on site warranty if standard warranty is of one year vendor may quote for additional two years of warranty After sale service must be availablein India Post warranty AM C Installation with intensive on site training 2 3 weeks with operations service manual and calibration manuals Instrument should be supplied through authorized Indian representative or manufacturer Only N ew equipment is to be quoted N o quote for re furbished instrument Spares support for at least five years from the installation and may be intimated before hand for any up gradation Vendor should supply calibration specification certificate information or periodic calibration support and point to point compliance statement against the specification SPECIFICATIONS OF DIFFERENTIAL GLOBAL POSITIONING SYSTEM DGPS Major Technical Specifications for DGPS S1 Items Features No 1 Accuracy Required a Static 3mm S5mm Horizontal Vertical or better b Rapid Static 3mm Smm Horizontal Vertical or better c RTK 10mm 15mm Horizontal Vertical or better 2 GPS Receiver a Ability to track GNSS GPS GLONASS and SBAS signals b 72 universal channels L1 L2 L2C or better c Time to first fix 50 sec with signal reacquisition of 0 5 sec or better d Sampling frequency
2. Telex cable facsimile and unsigned bids will not be considered and rejected b Deadline for submission of Bids i Bids must be received by CIMFR at the address given in Section I not later than the time and date specified on the cover page In the event of the specified date for the submission of bids being declared a holiday for CIMFR the bids will be received up to the appointed time on the next working day ii The Director CIMFR may at his discretion extend the deadline for submission of bids by amending the bid documents in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline as extended c Late Bids Any bid received after the deadline for submission of bids prescribed by CIMFR will be rejected and or returned unopened to the bidder d Bid Opening and Evaluation Opening of Technical Bids by Purchaser The Purchaser will open all Technical Commercial Bids if the EMD is submitted as per requirement in the presence of bidders representatives who choose to attend at the time on the date and venue indicated in Section I The bidders representatives present there shall sign a register evidencing their attendance In the event of the specified date of the 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 e Clarification of Bids i During
3. Neck Strap USB Cable Rechargeable Battery Charger Memo Software 2 8 GB Memory Card and Necessary Software System Features Facility to integration of information with images increase workflow efficiency and improve the accuracy of information collected in the field Capability to combine barcode scanning with digital imaging integrate quality images into mapping software Facility to capture and automatically store GPS coordinates in the image files Transfer pictures and data to any GIS mapping software Should link images and associated meta data to mapped points based on their GPS location Allow additional meta data to be embedded into the image Facility of compass features for capturing the direction Wide angle and adaptable to converter lenses Bluetooth WIFI and rugged construction Note Three years on site w arranty if standard warranty is of one year vendor may quote for additional two years of warranty Onsite training 1 2 weeks with Operations Service M anual and Calibration manuals Preference will be given to latest version Accessories Required for Annexure II 1 Image processing with integrated GIS Analysis facility software Software combines the latest spectral image processing and image analysis technology with an intuitive user friendly interface equipped innovative integrated analysis work flow module with powerful spectral analysis algorithms and DEM Extraction Module Atmosph
4. 10 Hz Position update e Should be capable of being set up as a base unit for static and RTK surveys and operate autonomously without the need for hand held controller terminal or other external device f LED status indications for data logging data recording satellite tracking and availability g Customized occupation Timers for static surveys h Voice Messages for status indications like loss of lock RTK signal etc 3 Antenna a Integrated dual band frequency antennal with choke ring or pin wheel technology b Capable of receiving all GNSS L1 L2 L2C and SBAS signals 4 Power Management a Integrated internal batteries must provide power to receiver during RTK and post processed modes b Receiver can be powered from external batteries from 9V to 18V DC power source c Operating Time 5 hours or better with internal radio operation 5 Broadcast message formats a Standard Input Output RTCM RTCM V3 0 RTCA CMR CMR NTRIP NMEA 0183 or advanced formats b Virtual reference station with connection to multiple Bluetooth Wireless and peripherals 6 Memory a Should have standard gt 2GB internal memory and can be upgradable to better capacity b Capable of providing Raw GPS measurements for post processing to the internal memory or an external device such as PC 7 Comm Ports a RS 232 Ports 02 Nos b USB Ports 02 Nos c Bluetooth Ports 8 Physical Characteristics a RoHs Lead Free environmental status b
5. C Installation with intensive on site training 2 3 weeks with operations service manual and calibration manuals SPECIFICATIONS FOR GEO IMAGING SOLUTION DIGITAL CAMERA Sl Items Features No 1 CCD lt 8MP 1 2 7 CCD 2 Lens Focal Range Lr Limit 5 6mm Upper Limit 15 17mm 3 Digital Zoom X3 gt x10 in combination with optical zoom 4 Recording Media SD Memory Card gt 1GB Multi Media Card gt 64MB Built in Memory gt 8MB Higher up to 8GB memory preferable 5 Recording Modes Still Scene Text Motion and Sound 6 Recording Format Still JPEG Text TIFF Motion AVI Sound WAV or others compatible with DGPS Spectroradiometer amp DIP software 7 Storage Capacity 8GB or higher capacity preferred 8 LCD Monitor gt 2 5 silicon TFT LCD 9 Resolution Minimum Still 2048x1536 1280x960 640x480 Text 2048x 1536 1280x960 Motion 320x240 160x 120 Higher resolution preferable 10 Power Source Rechargeable lithium ion battery 2AA batteries NiMH along with AC adapter 11 Operating Temperature 0 48 C 12 Bluetooth specifications Communication scheme Bluetooth standard version 2 0 EDR Output Bluetooth standard power class 2 supported Bluetooth profiles BIP OPP SPP 13 Wireless LAN Specification Interface standard IEEE 802 11 b g Security WEP 64 128 bit WPA PSK TKIP AES WPA2 PSK TKIP AES 14 Accessories
6. Director General Council of Scientific amp Industrial Research New Delhi and if he is unable or unwilling to act to the sole arbitration of some other person appointed by him willing to act as such arbitrator The submission shall be deemed to be submission to Arbitration under the meaning of the India Arbitration amp Conciliation 1996 or any satisfactory modification or reenactment thereof for the time being in force conclusive and binding on all parties of the Contract The venue of the arbitration will be Dhanbad only In the case of a dispute between the purchaser and a foreign supplier the dispute shall be settled by arbitration in accordance with provision of clause above But if this not acceptable to the supplier then the dispute shall be settled in accordance with provisions of UNCITRAL United Nations Commission of International Trade Law Arbitration Rules The venue of the arbitration shall be the place from where the order is issued FORMATS FOR BID SUBMISSION Checklist for Bid Submission The following check list must be filled in and submitted with the bid document Technical Bid 1 Has the tender document issued to you 2 Have you attached the technical bid form 3 Have you attached a copy of the last audited balance sheet of your firm 4 Have you attached proof of the manufacturer s authorization 5 Have you attached the details of the income tax registration and latest income tax clearance cer
7. Hermetically sealed with IPX standard water proofing c Operating temperature range 40 C to 65 C 9 Data Controller amp a Must be Microsoft Windows CE 4 2 or better processor with Computer 400 MHz 128MB ROM and 512MB RAM with additional storage to PC b Should meet applicable military standards MIL STD 810F shock IPX7 etc c Shall have PCMCIA slots and two serial ports and RS 232C output port d Status screens on the controller to allow the user to monitor the quality of the GPS data and to review current information about available satellites e Data must be in the industry standard DXF SHP SDR DWG MOSS etc and support printer connectivity f Should have seamless integration with other surveying sensors like total stations g Can perform surveys in local coordinates and are transformable for one to other as and when required 10 Internal Radio VHF UHF a Should work in civilian band of frequency 380 470 MHz Tx license free band Rx b Tx Rx power should cover range of 5km or better c Both base Rover must have provision of programming as interchangeable base and rovers without any change in hardware d Both Base and Rover should have built in GSM Modem along with internal VHF UHF radios 11 Post Processing Software a Must be fully compatible Windows XP VISTA and above and can run on Pentium Class PC with 32 bit standard graphics drivers b Facility for base line proc
8. and commissioning of UPS including earthling and output distribution with warranty UPS should contain all provisions to meet up the requirement of entire set up AMC charges of the instrumental set up after completion of warranty period has to be mentioned Power 220V AC 5 50Hz Single Phase Central Institute of Mining amp Fuel Research Erstwhile Central Mining Research Institute Council of Scientific amp Industrial Research Barwa Road Campus Dhanbad 826015 Jharkhand INDIA Important Notice The Commercial Terms amp Conditions is given in five different sections which may please read carefully before submitting the tender Any deviation and non compliance of the terms amp conditions must be written clearly An incomplete offer and late bids are liable to be ignored and rejected To aid the Bidders in submitting complete offers a Check List is included in the bid document The bidders must fill this and submit along with their offer in their own interest to avoid rejection of their tender Request For Proposal RFP NIT No CIM FR PUR 14 6 2010 1 Last Date for Submission of Bid 2 Date of Opening of Tender only Technical Bid in case of Double Bid System 01 03 2011 at3 00P M 3 Date of Opening of Financial Bid wherever applicable TENDERERS WHOSE TENDERS ARE FOUND TECHNICALLY SUITABLE WILL BE INTIMATED SEPARATELY INVITATION FOR THE BIDS Sealed tenders are invited under Two Bids System 1 Technical Comm
9. latest desktop computer Intel Core 15 650 processor 3 20 GHz 1333 MHz 4MB 4GB RAM 500 GB solid state HD TFT monitor 21 inch Genuine Windows 7 Professional 32 DVD Recordable Dual Layer 4Nos USB port make HP Dell IBM compatible with thermal analysis software and main system and one latest Colour Laserjet printer make HP Canon compatible for taking printouts of the thermograms 11 Sample carriers and Crucibles a Sample carriers for protective TG with S type thermocouple RT to 1600 C This should be capable of holding upto 2 5gm of sample in suitable crucible Two numbers b Sample carriers for normal TG with S type thermocouple RT to 1600 C This should be capable of holding upto 2 5gm of sample in suitable crucible Two numbers Sample carrier for TGA DTA S type thermocouple RT to 1600 C Two Numbers Sample carrier for TG DSC S type thermocouple RT to 1600 C Two Numbers Crucibles for TGA plate type Alumina crucibles to accommodate sample capacity 2 5gm 3nos TG crucibles Alumina vol 2 5 ml approx capable of accommodating 2 5 gms of powder sample quantity 20 nos with lids Crucibles for TGA DTA alumina 10 pcs with lid and 20 pcs without lid Crucibles for TGA DSC alumina 20 pcs with lid and 30 pcs without lid NN jii Crucibles for TGA DTA Platinum 5 nos with lid x Crucibles for TGA DSC Platinum 5 nos with lid 12 Ultra pure Common reference material alpha alumina has to b
10. the Central Institute of Mining amp Fuel Research Institute Dhanbad We enclose herewith the complete Financial Bid as required by you This includes Financial Bid Letter Price Schedule Statement of deviations from Financial terms and conditions We agree to abide by our offer for a period of One Hundred Twenty 120 days from the date fixed for opening of the bid documents and that we shall remain bound by a communication of acceptance within that time We have carefully read and understood the terms and condition of the bid document and we do hereby undertake to supply as per these terms and conditions The Financial Deviation are only those mentioned in the statement of deviation from financial terms and conditions Certified that the bidder is A sole proprietorship firm and the person signing the bid document is the sole proprietor constituted attorney of sole proprietor Or A partnership firm and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement by virtue of general power of attorney Or A company and signing the bid document is the constituted attorney Note Delete whatever is not applicable All corrections deletions should invariably be duly attested by the person authorized to sign the bid document We do hereby undertake that until a formal work order is prepared and execut
11. to any Copyright violation by them 32 Only legal and authorised copy of Software Packages with all original manuals installation and performance guide etc complete in all respects are required to be supplied 33 Tenderers will replace equipments in toto in case of any malfunctioning or other similar problems arise after supply of the equipment 34 Equipment supplied will include all Operational and Maintenance Manuals tutorials reference manuals installation and performance guide etc complete in all respects Connecting cable and or any other part device which is essentially required for making the equipment operational is required to be supplied along with the equipment and n additional cost 35 Printed conditions of the tenders shall not be binding on CIMFR 36 CIMFR is an R amp D organization under CSIR Ministry of Science amp Technology Govt of India Therefore it is requested to quote concessional rates applicable to the R amp D organizations since the equipment is required for research purposes 37 Offers for stores vaguely described as Best Indian Make Foreign Make will be ignored while considering the tenders 38 Details of Equipments supplied to CSIR Labs Institutes The tenderers who have supplied identical or similar equipment to other CSIR Labs Institutions have to furnish the details of such supplies for the preceding three years along with the prices eventually or finally paid positively 39 Responsi
12. 1 Taxes The percentage rate of sales tax resale tax duties levies and any other charges etc should be clearly indicated in the tender wherever chargeable The packing charges must be included in the rates CIMFR is not authorized to issue C D Forms However the concessional rate of central sales tax is admissible to Research Institutions from certain States is also applicable to this Institute and necessary Concessional Sales Tax Certificate will be issued The supplier should submit documentary proof while claiming octroi naka etc charges 12 Annual Maintenance Contract After the expiry of warranty period ONSITE Comprehensive Maintenance Contract may be entered into for which the Annual Maintenance Contract AMC charges should invariably be quoted in terms of percentage of cost on the exact amount inclusive of all taxes and duties of the product to be supplied Satisfactory services during AMC period is defined as 95 uptime In case 95 uptime is not provided the AMC period would be extendable by a period which is equivalent to the period during which 95 uptime was not provided Response Time Should be four hours Preventive Maintenance Tenderers should provide at least one preventive maintenance service every month during the AMC period 13 Training Tenderers should provide free training on the complete operation and care of the equipment and Software Packages to be supplied on mutually agreed terms 14 Validity of Tender
13. ANY SEAL Following are the Technical deviations and variations from the Technical specifications and Schedule of Requirements These deviations and variations are exhaustive Except these deviations and variations the entire work shall be performed as per your specifications and documents SI No Item Statement of Deviations Variations Signature of the Bidder Name Date Place Address Company Seal Signature of the Bidder Name Date Place Address Company Seal Financial Bid Form On the Letter Head of the firm submitting the Bid Document To The Director Central Institute of Mining amp Fuel Research P O DHANBAD DISTT DHANBAD PIN 826015 Jharkhand INDIA Ref Tender No Sir Having examined the bidding documents and having submitted the technical bid for the same we the undersigned hereby submit the Financial Bid for supply of goods and services as per the schedule of requirements and in conformity with the said bidding documents We hereby offer to supply the Goods Services at the prices and rates mentioned in the Financial Bid We do hereby undertake that in the event of acceptance of our bid the supply of Goods Services shall be made as stipulated in the schedule to the Bid document and that we shall perform all the incidental services The prices quoted are inclusive of all charges including installation and commissioning charges in
14. CENTRAL INSTITUTE OF MINING amp FUEL RESEARCH CSIR Ministry of Science amp Technology Govt of India H Q Barwa Road Campus Dhanbad 826 015 Jharkhand India NIT No CIMFR PUR 14 6 2010 Date 31 01 2011 NOTICE INVITING TENDER Director CIMFR invites sealed tenders in Two Bid Systems for supply installation and commissioning of i Infra Red Gas Analyzer or Portable Photosynthesis System ii High Resolution Field Hand held Spectroradiometer Spectrometer iii Thermogravimetric Analyzer iv Thermogravimetric Analyzer simultaneous DSC TGA DTA TGA TGA ie Infra Red Gas Analyzer or Portable Photosynthesis System detailed One Unit specification in annexure I File No CIMFR PUR 14 22 2010 D High Resolution Field Hand held Spectro radiometer Spectrometer detailed One Unit specification in annexure II File No 13 2 CIMFR DC 11 10 11 PUR 3 Thermogravimetric Analyzer detailed specification in annexure III File No One Unit CIMFR PUR 14 24 2010 4 Thermogravimetric Analyzer simultaneous DSC TGA DTA TGA TGA One Unit detailed specification in annexure IV File No CIMFR PUR 14 23 2010 Last Date of Submission 28 02 2011 Time Up to 5 00 P M Date of Opening Technical 01 03 2011 Time 3 00 PM onwards Details of the Tender Document is available at www cimfr nic in s d 6 0326 2296030 S P 0 For Director CENTRAL INSTITUTE OF MINING amp FUEL RESEARCH CSIR Ministr
15. Institute of Mining amp Fuel Research Erstwhile Central Mining Research Institute Council of Scientific amp Industrial Research Barwa Road Campus Dhanbad 826015 JHARKHAND INDIA 0091 0326 2296030 STD CODE 0326 The Tenders Technical Bids only wherever applicable will be opened in this Office at 3 00 P M hours on 01 03 2011 in the presence of Bidders only one representative of the firm who is willing to participate in the tender and whose EMD is in order INSTRUCTION TO BIDDERS 1 Scope of Work Supply installation testing commissioning demonstration and training in the usage and administration of procurement of products mentioned in our Open Tender Notice 2 Bidders The invitation for Bid is open to all Indian Original Equipment Manufacturers Authorized Distributors Authorized Dealers Authorized Retailers Foreign Manufacturers or suppliers directly authorized Indian Agents In such cases where the tenders are submitted by the Indian Agents of their Foreign Manufacturer Supplier or directly by the Principal to CIMFR then the tender of Foreign Manufacturer Supplier will only be considered and CIMFR will deal directly with the Foreign Manufacturer Supplier or otherwise as decided by Director CIMFR 3 Cost of Bidding The bidders shall bear all costs associated with the preparation and submission of its bid and CIMFR will in no case be responsible or liable for these costs regardless of the conducts and the o
16. LED SPECIFICATION ANNEXURE I CIMFR PUR 14 22 2010 Item No 1 Specification for Portable Photosynthesis System Portable gas exchange measurement device with built in temperature relative humidity CO and red blue light control Fluorescence attachment for the simultaneous measurement of fluorescence and gas exchange on the same leaf area Instrument should be capable of making auto correction for pressure difference for making measurements System should provide LCD graphic display with all the parameters and controls on the screen System should provide high storage capacity high processing speed and least response time Standard leaf chamber with PAR sensor Include all accessories and tools to make system fully functional Instrument with best measurement and technical range suiting high ambient temperature measurements would be preferred Four sets of rechargeable batteries with two chargers Appropriate number at least 25 dark adaptation clips for the same At least 150 numbers of CO cylinders if the system uses these Add 20 bottles each of CO and H20 scrubber each if used in the system Soil respiration chamber attachment must be quoted All the cables and connections necessary to data transfer Spare parts including temperature thermocouple O rings wires sealing pads field stand etc and other necessary items should be provided Minimum three year comprehensive warranty from the date of installation All the necessary lite
17. The quotations shall be valid for a minimum period of One Hundred Eighty 180 days from the date of opening of tenders 15 Delivery Equipment may be delivered between 11 00 A M to 04 00 P M on all working days i e Monday to Friday at our Stores Section only 16 Payment Indigenous Supplier Payment shall be made after delivery satisfactory installation testing commissioning demonstration and final acceptance of the ordered items by the user department through an Account Payee cheque drawn on State Bank of India Hirapur Branch Dhanbad 826 015 Jharkhand India within thirty 30 days from the date of submission of the bill Bill s in triplicate duly pre receipted with Rs 1 revenue stamp will have to be presented for claiming payments 17 Liquidated Damages The LD clause of 01 per week subject to maximum 10 of the order value will be imposed on non compliance of the order Terms amp Conditions The L D may further be revised and enhanced as per the descretion of the Competent Authority CIMFR on violation of the contractual terms of any form Director CIMFR reserves the right to go ahead with the procurement of ordered goods from any another vendor without giving any prior notice and cancel the purchase order In such case any additional impact on CIMFR over and above that contained in the Purchase Order shall be recovered from the successful vendor from the payment to be made by CIMFR or any of the CSIR Labs to them towards earlie
18. and commissioning will be done by supplier s engineers at buyer s premises Training for complete operation of instrument and software to be provided to the concerned scientists technical persons at buyer s premises for seven days by testing standard reference samples and user s samples free of charge i Common tools and essential spares such as each type of O rings ferrule nuts bolts wrenches PTFE SS gas tube between system and cylinders etc necessary for servicing or trouble shooting have to be supplied for a period of three years di Warranty Three years after successful installation and commissioning dii All the manuals including complete service user s instruction manual have to be supplied both hard copy and soft copy Iv AMC charges consumable non consumable for two years after warranty period to be mentioned optional iv Power 220V AC 5 50 Hz Single phase 1 il v 7 1 il Annexure IV Fiel No CIMFR PUR 14 23 2010 Item No 4 Thermogravimetric Analyser Detail specifications for the instrument 1 Simultaneous DSC TGA DTA TGA TGA in a same system 2 Temperature range Room temperature to 1600 C with range of heating rate 1 C to 100 C min 3 a Sample weight for TGA To accommodate up to 2 5 gm of sample solid sample in small pieces powder form in dish pan type crucible sample holder b TG balance measuring range up to 35 gm with 1 microgram sensiti
19. bility The responsibility lies with the successful tenderer if any damage or loss to the property of the Institute occurs while undertaking and executing the contract 40 Shortage of Supplies Suppliers will have to make the good the shortages if any which is revealed after opening the packages The Stores which are spoiled damaged during transit due to faulty packing will have to be replaced by the suppliers The product should have warranty for workmanship performance and service for a minimum period of twelve months from the date of acceptance of replacement of spares parts during warranty period The replacement should be done free of all costs including to and fro Air Freight packing forwarding and insurance charges 41 Defects and Liability Period Thirty six months from the date of virtual completion installation and commissioning of the equipments as certified by CIMFR Dhanbad India 42 Damage and Unaccepted supply The material found to be damaged and declared rejected should be collected by you at your risks and costs within 21 days from the date of intimation by CIMFR otherwise ground rent will be charged In addition to the Terms and Conditions mentioned above Terms and Conditions for the items offered from abroad are as follows 43 The detailed specifications of the material offered should be given Relevant technical Literature and descriptive catalogue pamphlet should also be attached with the offer 44 FOB Price
20. cal Sales Tax Registration No Authorised Service Provider Certificate from the Manufacturer only 7 Photocopy of Warranty Service Provider Agreement between the manufacturer and the Service Provider 8 Clients list along with addresses Telephone Nos Fax Nos Contact persons Product supplied Qty supplied Performance Certificates Bench marking of the equipments by recognized National Institutional Govt organization like Department of Electronics 9 Last Audited Balance Sheet of the firm 10 Maintenance Infrastructure Facilities including addresses Telephone No of Service Centre 11 Photocopy duly attested of Certificate of compulsory enlistment of Indian Agents of Foreign Principals with DGS amp D wherever required quoting on their behalf Date of enlistment must be before the date of opening of tenders 12 Details of Equipments supplied of identical or similar nature to other CSIR Labs Institute for the preceding three years along with the prices eventually or finally paid Commercial Terms a Percentage rate of CST LST Octroi freight and forwarding charges handling charges loading unloading charges any other tax charge as applicable should be clearly mentioned The offers indicating Taxes as applicable or Taxes inclusive may be rejected b Validity of Quotation c Delivery Period d Payment Terms e Warranty f Training g Discount h Terms of Delivery i Post Warranty AMC j Performance Security Deposit k Li
21. e supplied approximately 100gms 14 15 16 17 18 19 20 21 22 Ultra pure calcium oxalate calcium carbonate quartz sample etc which ever is required for checking of instrument calibration have to be supplied minimum 50 gm packet for each All the manuals including complete service manual has to be supplied both hard copy and soft copy Weight calibration kits certified calibration standards for sensitivity temperature and Cp have to be supplied for entire range Common tools and essential spares such as each type of O rings ferrule nuts bolts ranges PTFE SS gas tube between system and cylinders etc necessary for servicing or trouble shooting have to be supplied for a period of three years operation Three years warranty should be covered with effect from date of commissioning of the instrument On site training on operation maintenance analysis and trouble shouting have to be provided CO2 02 N2 Ar gas cylinders one each along with all necessary certificates double stage SS regulators connectors moisture trap nuts ferrules tubes gas flow meters has to be supplied by the supplier of the instrument and those have to be connected and integrated with the main unit Capacity of the regulator and gas flow meter should comply with the desired gas flow rate as stated in the specification no 6 10 KVA online UPS with 1 hr backup make APC TATA Libert with maintenance free Exide batteries Installation
22. e tender will not be considered if the Indian Agent is not Compulsorily registered with DGS amp D Govt of India and Agency Commission will not be paid to the Indian Agent unless a legible photocopy of DGS amp D Registration Certificate duly attested is submitted to this office The Indian Agents Commission will be paid in Indian Rupees only within thirty days from the date of commissioning and final acceptance of the whole system by CIMFR Dhanbad 828 108 India The role played by the Indian Agents in rendering assistance to your customers may also be specified 52 FREIGHT The mode of dispatch should be Ocean Freight Air Freight preferably by Air India Flight and on To Pay basis only Please indicate the approximate Air Freight Charges for Kolkata Air Port India The consignments are required to be shipped by Air India Freight to pay up to Kolkata Airport India All the documents are to be made in favour of Director CIMER Dhanbad 826 001 India and forwarded to our Banker For speedy clearance please specify our Purchase Order Reference No and date on the top of the parcel as well as on the Airway bill without fail Address all the consignments to Director CIMFR Dhanbad 826 015 India and not to Bank The ordered materials are being imported under Open General License The following documents may be sent to us directly while dispatch Invoice in quadruplicate with deduction of Agency Commission if any Packing List Delivery Challan Coun
23. ecord change in weight very accurately with temperature and time Instrument should run isothermally and non isothermally throughout the range of temperature Balance Sensitivity should be high For precise and accurate measurement there should be no mixing of reaction chamber gases and balance chamber gases Instrument should be supported with user friendly software Additionally instrument should be supported by standard gasification kinetics software Instrument should have port for product gas collection Provision should be there to introduce measured amount of inert He Ar N2 and other non explosive gases CO2 O2 and Air or their mixture in desired proportion to the reaction chamber Detailed specification of TGA is given below Temperature requirement From room temperature to 1600 C The unit should have programmable temperature control Instrument should run in both isothermal and non isothermal mode Temperature scanning rate for both heating and cooling 0 01 to 100 C min Weight Maximum balance capacity is up to 35 gram Powdered or small solid pieces of sample mainly coal biomass to be studied Instrument should be able to take load of 50mg 3 gm or more sample coal biomass Sample crucible volume maximum up to 3 cc or more Crucible should be made of such material that it can sustain 1600 C temperature in inert gas COz air O2 or their mixture in desired proportion atmosphere Crucibles should be of cup type and plate t
24. ed this bid together with your written acceptance thereof and placement of letter of intent awarding the work order shall constitute a binding contract between us Dated this day of Signature of Bidder Details of enclosures Full Address Telephone No Telegraphic Address E mail COMPANY SEAL PRICE SCHEDULE Estimated Quantity and Financial Bid Analysis SI Item Name Qty Manufacturer Model Name Compaliance to Operating Unit Total cost No amp Version suggested System Cost inclusive of Technical Environment Rs all other Specification charges 1 Attach sheet giving detailed Technical Specification and deviations for the suggested systems NOTE i For Financial bid comparison total Value in Col No 9 shall be the basis ii Unit value quoted in actual quantity of work shall form the basis iii The Bid should have Col 3 x Col 8 Col 9 Any error in the Table of any bidder is liable to be out rightly rejected iv The price quoted should be inclusive of all charges including all applicable taxes Octroi freight and handling charges and all other miscellaneous expenses v In case of discrepancy between unit price and total price the unit price will prevail vi Annual Maintenance Charges after warranty period should be quoted separately Signature of the bidder Name Place Date Address Company Seal STATEMENT OF FINANCIAL DEVIATIONS Following are the
25. ercial Bid and 2 Financial Bid for the products mentioned in our Global Open Tender Notice required to be supplied installed commissioned and demonstrated at CIMFR Dhanbad Technical Commercial Bid and Financial Bid should be identical in all respects except that the Technical Commercial Bid should have blank space at the place where prices have been indicated in the Financial Bid Tenderers are requested to submit their tenders in one envelop containing three separate envelopes 1 EMD Envelope 2 Technical Commercial Bid Envelope and 3 Financial Bid Envelope duly sealed and super scribed with Tender No CIMFR PUR 14 6 2010 for i Infra Red Gas Analyzer or Portable Photosynthesis System ii High Resolution Field Hand held Spectroradiometer Spectrometer iii Thermogravimetric Analyzer iv Thermogravimetric Analyzer simultaneous DSC TGA DTA TGA TGA Last Date of Submission 28 02 2011 Time Up to 5 00 P M Date of Opening Technical 01 03 2011 Time 3 00 PM onwards Technical Commercial Bid should consist of 1 Technical specifications being offered by the firm of Tender Documents along with Brochures and literature giving all features 2 Certificate of Registration of firm 3 Authorization Letter from the manufacturer to quote and submit tender 4 Certificate of valid Authorised Distributorship Dealership Retailer ship from the manufacturer 5 Latest Income Tax Clearance Certificate 6 Certificate of Central Sales Tax Lo
26. eric Correction Module Orthorectification Module etc 2 For off field lab processing of field and laboratory data Pentium PC with HDD 500GB RAM gt 4GB Pentium 4 Core 2 Duo Processor Motherboard G33 Graphics gt 512MB LCD 19 21 TFT DVD Writer UPS dual battery Keyboard and Mouse Combo pack 3 Photogrammetric Software with 3D view favility 4 For on field processing Wi Fi enabled laptop Laptop with 206 GHz or higher clock speed 4GB DDR2 RAM 500GB SATA HDD CDRW DVD Combo Drive 1 parallel 2 serials 1 IR and 3 USB ports 15 4 TFT Active Matrix display with high resolution O s recent Windows 7 Version One universal AC DC Adapter Charger with Notebook Carry Case 5 AO A3 Size Scanner amp Plotter with printing facility in RGB mode Note Preference will be given to the latest version of above items For Software Onsite training 1 2 weeks with operations service manual and calibration manuals D ii Annxxure I File No CIMFR PUR 14 24 2010 Item No 3 Instrument Thermogravimetric Analyser TGA Objective To conduct pyrolysis and gasification experiments of coal biomass with various inert gases Helium Argon and Nitrogen and various non explosive gasifying agents such as air CO2 O2 and the mixture of inert and non explosive gases in desired proportion Instrument should have operating temperatures from room temperature to 1600 deg C with varying heating and cooling rate Instrument should r
27. essing Network adjustment and Mission planning c Simultaneous processing of Static Rapid Static Kinematic and Stop and Go Surveys for GNSS data d Integrated post processing and least squares network adjustment for GPS baselines e Ability to display coordinates in various mapping systems and datum including the ability to show coordinates in user defined datum f Import and export RINEX SHP DXF DWG TAB MIF data g Capable of supporting COCO functions raster data Google Earth View CAD view etc h Enable the user to perform the following functions i Enable Disable specific satellites ii Enable Disable specific GPS observable iii Change elevation mast iv Utilize precise ephemeris clock data v Application ionospheric and tropospheric corrections vi Base line rejection parameters System Features Base Station Dual frequency GPS receiver with corresponding data controller and Unlicensed VHF UHF and GSM integrated radios to cover 5 km range or better Dual frequency GPS with corresponding data controller and unlicensed VHF UHF and GSM integrated radios to cover 5km or better Post processing software Note The quoted model should be current and latest The year or release of the model to be mentioned in the technical bid Three years onsite warranty if standard warranty is of one year vendor may quote for additional two years of warranty After sale service must be available in India Post warranty AM
28. evaluation of the bids the purchaser may at his discretion ask the Bidder for clarification of bids The request for clarification and the response shall be in writing and no change in price or substance of the bid shall be sought offered or permitted it No Bidder shall contact the Purchaser on any matter relating to its bid from the time of the bid opening to the time the contract is awarded If the Bidder wishes to bring additional information to the notice of the Purchaser it should be done in writing iii Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation bid comparison or contract award decision may result in rejection of the Bidder s bid f Evaluation of Technical Bid i Prior to the detailed technical evaluation the purchaser will determine the substantial responsiveness of each bid to the Bidding Documents A substantially responsive bid is one that conforms to all the terms and conditions of the Bidding Documents without material deviations ii A bid determined as not substantially responsive will be rejected by the purchaser and may not subsequently be made responsive by the Bidder by correction of the non conformity iii All the vendors will have to bring their equipment machine for testing and technical evaluation bench marking as and when asked for if required Separate communication will be sent in this regard The bidders short listed by the purchaser based on evaluation of their technica
29. financial deviations and variation s from the exceptions to the specifications and documents for the Bid document These deviation s and variation s are exhaustive Except these deviation s and variation s the entire work shall be performed as per your specifications and documents S No Section No Clause No Statement of deviation s and variation s Signature of the bidder Name Place Date Address Company Seal
30. fund of Performance Security Deposit The Performance Security Deposit will be returned to the successful vendor after sixty days from the date of the completion of warranty period and no interest would be paid thereon 8 Warranty Equipments should be under free ONSITE comprehensive warranty for a minimum period of three years from the date of completion of satisfactory installation testing commissioning demonstration and final acceptance of the products A satisfactory service during the warranty period is defined as 95 uptime In case 95 uptime is not provided the warranty period would be extendable by a period which is equivalent to the period during which 95 uptime was not provided The bidder will also ensure that the spares are available at least for three years after the warranty period for the operation and maintenance of the equipments supplied The firms giving the warranty offer less than three years must specify the equivalent amount to be charged for additional warranty per year which will be added to the price quoted for deciding Lowest Tender Failing to quote the same will lead to rejection of the bid This must be strictly complied 9 Custom Duty and Excise Duty Our Institution is eligible for payment of concessional Custom Duty and exempted from payment of Excise duty a In case the tenderers are Indian Agents of the foreign suppliers and quoting prices on behalf of their foreign principals must enclose the proof of enlistme
31. ice and Support Centre in Kolkata Dhanbad India managed by qualified maintenance professionals along with documentary evidence to be attached with their tenders 25 Tenderers should indicate the names along with addresses Telephone nos Fax No Contact person dates of supply etc of various Government Public Sector Departments and other organizations where they have supplied and installed the similar equipments and are duly maintaining them 26 Tenderers should furnish all details of Performance Certification Bench marking of their Equipments by recognized National International Institutes Govt Organizations like D O E Dept of Electronics etc as applicable 27 All prices shall be quoted clearly both in figures and words duly taking into account all concessions provided by the Govt of India as on the date of tender In case of discrepancy in Unit and Total prices unit price shall be taken to be final price for the purpose of calculations 28 Tenders incorporating additional conditions are liable to be rejected 29 Complete details including final specifications of the equipments offered quoted should be furnished along with brochures literature mentioning all features 30 Tenderers should indicate whether they are the OEMs Authorised Distributors Authorised Dealers Authorised Retailer of the equipments offered and have valid license to sell Equipment 31 Tenderers will also indemnify CIMFR against all possible damage due
32. l bids may be called for detailed discussion including presentation of their equipment system to a team selected by the purchaser for the purpose at a specified date time and venue if needed i ii v 7 ii riii x g Opening of Financial Bids 1 The purchaser will open the financial bids of only those bidders which are found to be technically qualified to undertake the job The time date and venue of opening of financial bids will be intimated to these technical qualified bidders only ii The Financial Bids of the technically qualified bidders shall be opened in the presence of their representatives who are willing to participate on the specified date time and venue h Evaluation and Comparison of Bid i The comparison shall be of all inclusive price of goods inclusive of all costs as well as taxes paid or payable and the warranty period asked for ii Arithmetical errors will be rectified on the following basis if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity the unit price shall prevail and the total price shall be corrected If the supplier does not accept the correction of errors its bid will be rejected If there is a discrepancy between words and figures the amount in words will prevail iii Bidders shall state their bid price for the payment schedule Bids will be evaluated on the basis of this base price Bidders are howeve
33. me Tax Registration Certificate PAN No and latest Income Tax Clearance Certificate Proof of Manufacturer s authorization Photocopy of Warranty Service Provider Agreement between the manufacturer and the Service Provider Statement of Deviation from the technical specifications Details of service centers at Dhanbad Photocopy duly attested of Certificate of compulsory enlistment of Indian Agents of foreign principals with DGS amp D if quoting on their behalf Date of enlistment must be before the date of opening of tenders Copies of relevant work orders Details of supplies of identical or similar equipment made to other CSIR Labs Institutions for the preceding three years together with price eventually or finally paid FINANCIAL BID Financial Bid Form Estimated quantity and Financial Bid Analysis Statement of Deviations from Financial terms and conditions To be submitted on the firm s Letter Head and signed by an authorized person To The Director Central Institute of Mining amp Fuel Research P O DHANBAD Barwa Road DHANBAD 826015 Jharkhand INDIA Ref Tender No Sir Having examined the bidding documents the receipt of which is hereby duly acknowledged we the undersigned offer to supply and deliver goods as per the schedule of requirements and in conformity with the said bidding documents We undertake if our bid is accepted to deliver the goods in accordance with the delivery schedule specified in the bidding d
34. nt with DGS amp D wherever required Date of enlistment must be before the date of opening of tenders Tenders of agents not enlisted with DGS amp D will be ignored and summarily rejected The compulsory enlistment of Indian Agents of foreign principals with DGS amp D is of general nature and does not confer on the Indian Agents the status of a supplier registered with DGS amp D b In case the prices are quoted in foreign currency it must be on FOB price Indian Agency Commission Technical Service Charges if any must also be shown separately and shall be payable in India in Indian Rupees only if the Indian Agent is registered with DGS amp D Kindly indicate Indian Agent s address their kind of services and percentage Agency Commission which will be reduced from invoice and paid in Indian Rupees Only Also quotation should indicate whether Agency Commission is included excluded in the FOB price c In case of Domestic the offer should contain the basic price and percentage of Excise Duty separately since we are exempted from payment of Excise Duty 10 Prices The price quoted should clearly mention whether a FOR destination Dispatching Station by registered road transport b FOR free delivery at this office Stores including Packing amp Forwarding freight insurance charges etc c Where there is no mention of the above the offers will be rejected as incomplete d In case of Imports the quotation should be for FOB price only 1
35. ocuments If our bid is accepted we will submit a unconditional performance bank guarantee for the sum equivalent to 10 of the Contract Price i e Total Order Value for the due performance of the Contract in the form prescribed by the Central Institute of Mining amp Fuel Research Dhanbad We agree to abide by this bid for a period of One Hundred Twenty days after the date fixed for opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period We declare that we are the manufacturers authorized agents distributor of that we our principals are equipped with adequate machinery for production quality control and testing of offered products manufactured developed and used by us 2 We hereby offer to supply the Goods Services at the price at the rates mentioned in the Financial Bid 3 We enclose herewith the complete Technical Bid as required by you This includes Technical Bid Form Copy of the last audited balance sheet of the company Proof of Manufacturers authorization Technical details of the goods and services offered Statement of deviation from the technical specifications Details of local service centers Product catalogues user manual other informative material about our products and Services Details of supplies of identical or similar equipment to other CSIR Labs Institutes for the preceding three years together with prices eventually or finally paid Photocopy dul
36. only to be indicated Other charges applicable to be indicated separately 45 INSURANCE Insurance will be done by our own means for imports Please intimate immediately after shipment about the Airway Bill No For indigenous items the cost must include the insurance charges Bill of Lading consignment etc to The Director CIMFR P O Dist Dhanbad Dhanbad Jharkhand India 46 WARRANTY Warranty period should be for a minimum period of three years onsite comprehensive 47 COUNTRY OF ORIGIN Please specify Place County of Origin and the Place Country from where goods will be finally shipped These particulars are very important for establishment of Letter of Credit and arranging insurance 48 VALIDITY PERIOD Your offer should be valid for at least One Hundred Eighty 180 days from the date of opening of tenders 49 Please also indicate names and addresses of some of the Indian Organizations to whom you have supplied material if any under reference 50 This Institute is eligible for payment of concessional customs duty under OGL Scheme Actual User Condition Non industrial R amp D institution 51 INDIAN AGENT S COMMISSION If you have any Agent in India please indicate specifically whether the amount of agency commission payable to the agent is included in the FOB Price or not Moreover Indian Agent should have compulsory registration with DGS amp D Govt of India wherever required on case to case basis Please note that th
37. oss Demand Draft issued by a scheduled bank drawn in favour of Director CIMFR payable at State Bank of India Hirapur Branch Dhanbad from 31 01 2011 to 28 02 2011 upto 5 PM CIMFR will not be responsible for non receipt of the Tender Documents due to postal delay loss in transit The tender complete in all respect along with EMD should reach to this office on or before 28 02 2011 upto 5 00 PM and will be opened on 01 03 2011 at 3 00 PM onwards at CIMFR H Q A certificate from the vendor mentioning that price quoted are not higher than provided to any other CSIR lab purchased the instrument Tender Documents with detail terms amp conditions can be downloaded from our website www cimfr nic in Tender fees will not be required if it is downloaded from the website up to the tender sale period The required EMD as stated above in the form of DD or BG must be enclosed in the Technical Bid failing which the offer will be treated as non responsive Director CIMFR reserve the right to accept or reject in part or in full to any or all the tender without assigning any reason thereof 6 0326 2296030 S d S P O For Director 00 Oy OT E 10 11 12 13 14 15 16 17 18 CENTRAL INSTITUTE OF MINING amp FUEL RESEARCH CSIR Ministry of Science amp Technology Govt of India H Q Barwa Road Campus Dhanbad 826 015 Jharkhand India NIT No CIMFR PUR 14 6 2010 Date 31 01 2011 6 l NOTICE INVITING TENDER DETAI
38. ould be able to calculate residual weight rate of change of mass 1 order derivative in different units wt min or min The software should have related statistical analytical tool Software shall have to be compatible for installation in multiple computers and repeated installation should be allowed Software for kinetic analysis Software for kinetic analysis should give reactivity Arrhaneous plot Activation energy and related parameter with standard method Suitable notebook to run the above TGA system with the following minimum specifications and HP colour laser jet printer to be provided by the supplier Minimum specification of the notebook Sony Dell HP Processor Intel Core 15 2 66 GHz 3 MB or more Operating System Genuine Windows 7 Professional 64 Bit English version Chipset Intel Total memory 6GB DDR3 expandable up to 8 GB X 3 Display type 33 cm or more TFT colour display with LED backlight Hard drive device 512 GB Optical device DVD recordable dual layer Interface USB port 3 or more HDMI out put Body High durable and light weight carbon fibre body Others Blue tooth laser mouse and key board Calibration Instrument should be calibrated properly and the calibration to be checked with std reference material at user s site ultra pure Calcium oxalate to be supplied by vendor minimum 50 gm Complete calibration kits to be provided Installation Commissioning and training Installation
39. products manufactured and registered with DGS amp D and NSIC for availing EMD exemption before opening of Technical Commercial Bids otherwise tender submitted by them will not be considered and rejected summarily 5 Forfeiture of EMD The earnest money deposited EMD will be forfeited if the vendor withdraws or amends impairs and derogates from the tender in any respect within the period of validity of tender or fails to furnish the Performance Security Deposit as per Clause No 6 Performance Security Deposit mentioned below 6 Performance Security Deposit The successful tenderer will have to furnish an unconditional Performance Bank Guarantee in favour of the Director CIMFR Dhanbad valid up to sixty 60 days after the warranty from a Scheduled Nationalised Bank in India for 10 of the total order value within twenty one 21 days of the placement of order for orders where full payment is to be made on Letter of Credit Sight Draft or on delivery failing which the purchase order contract shall be terminated b The successful tenderer will have to furnish an unconditional Performance Bank Guarantee in favour of the Director CIMFR Dhanbad valid up to sixty 60 days after the warranty from a Scheduled Nationalised Bank in India for 10 of the total order value before the release of final payment where payment is to be made on satisfactory supply installation testing commissioning demonstration and final acceptance of the products 7 Re
40. quidated Damages 1 Installation testing and commissioning charges m Percentage of Agency Commission in case of imports n Agency Commission should be included in the FOB Price and will be paid to the Indian Agents if registered with DGS amp D wherever required o Gateway Airport in case of shipment from abroad p Beneficiary Bank and SWIFT No in case of imports Financial Bid should consist of Basic Price in case of indigenous supply FOB price in case of imports Commercial Terms a Percentage rate of CST LST Octroi freight and forwarding charges handling charges loading unloading charges any other tax charge as applicable should be clearly mentioned The offers indicating Taxes as applicable or Taxes inclusive may be rejected b Validity of Quotation c Delivery Period d Payment Terms e Warranty f Training g Discount h Terms of Delivery i Post Warranty AMC j Performance Security Deposit k Liquidated Damages 1 Installation testing and commissioning charges m Percentage of Agency Commission in case of imports Agency Commission should be included in the FOB Price and will be paid to the Indian Agents if registered with DGS amp D wherever required n Gateway Airport in case of shipment from abroad o Beneficiary Bank and SWIFT No in case of imports The bids complete in all respects addressed to the Director CIMFR should reach at the following address latest by 5 00 PM on 28 02 2011 Central
41. r permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule The purchaser may consider the alternative payment schedule offered by the selected Bidder but it may not be binding on purchaser Placement of Purchase Order The purchaser will place the purchase order on the successful bidder whose bid has been determined to be substantially responsive and has been determined as the best evaluated bid provided further that the bidder is determined to be qualified to perform the contract satisfactorily BANK DETAILS OF THE BIDDERS Name of the firms Org Bank A c No Name of A c holder Name of Bank Branch Code RTGS Code NEFT Code SWIFT Code MICR Code TERMS amp CONDITIONS 1 Submission of Tenders Sealed tenders must be submitted in an envelope duly super scribing Tender File Ref No Description of item and Date of Opening addressed to The Director Central Institute of Mining amp Fuel Research Barwa Road Dhanbad 826015 JHARKHAND INDIA in the Tender Box kept in the Office of the Stores amp Purchase Officer CIMFR latest by 5 00 PM on 28 02 2011 positively Request for extension of submission date of tenders will not be considered 2 Late delayed tenders Late delayed tenders due to any reason whatsoever will not be accepted considered at all under any circumstance 3 Opening of Tenders The tenders received
42. r supplies EMD or otherwise 18 S T Registration No ITCC Distributorship Dealership Service Provider Certificates Tenderers must attach a legible photocopy of the following documents positively along with their tenders 1 CST Local Sales Tax Registration Certificate ii Latest Income Tax Clearance Certificate ii AuthorisedDistributorship AuthorisedDealership AuthorisedRetailership Autorised Service Provider Certificate from the manufacturers 19 Environmental conditions for the installation of equipments Tenderers should specify minimum environmental needs for installation of their Equipments such as air conditioning specifications power supply specifications including any special requirements like voltage regulators etc 20 Software installation Tenderers should clearly specify the minimum hardware requirements for the installation of Software Packages positively 21 Tenderers should note that they should offer their best products pertaining to Technical specifications given 22 Tenderers should clearly indicate whether they are Original Equipment Manufacturers or authorized distributors dealers suppliers on behalf of manufacturers Brand names amp Model Nos of all equipments and components offered should necessarily be mentioned 23 Tenderers should furnish the experience of their organization in the area of manufacturing and or supply of similar equipment 24 Tenderers should have a well established Office and Serv
43. rature brochures and training DVDs Installation and demonstration to a group of scientists within 15 days of arrival of instrument Optional Whole plant Arabidopsis chamber Leaf area adaptors ANNEXTURE II File No 13 2 CIMFR DC 11 10 11 Pur gt Item SI No 2 Specifications for High Resolution Field Hand Held Spectroradiometer Sl Items Features No iF Special Range 2 16 micrometers 2 Spectral resolution 4cm or better 3 Accuracy to NIST Traceability Blackbody calibration upto 0 2 degrees 4 Options for Field of view 5 deg 0 5 deg standard 3 deg 0 5 deg optional 5 Measurable parameters Radiance and Emissivity in the field 6 Calibration and Measurement Thermoelectrically controlled hot cold blackbody calibrator with temperature options range 5 60 95 deg C 5 x 5 inch Gold Plate with down welling radiance measurements Data recording Embedded PC type computer to acquire process and store spectra on an internal hard disk 8 Computer interface options RS232 USB and Bluetooth 9 Battery Charger amp Battery It must have high quality chargeable batteries with working capability for 2 3 hours a time with adapters working at C supply 230 V 50Hz existing in India 10 Operating Environment 15 to 40 deg C 95 humidity 11 Software Necessary software for Data Logging and data transfer 12 Water proof carrying case rugged enough for frequency field exercise
44. s after the warranty period from a Foreign Bank duly endorsed by Nationalized Bank in India Director CIMFR reserves the right to change the payment terms at his discretion from case to case basis depending on the merit of the case 54 The tenders are liable to be cancelled if any of the conditions noted herein are not complied with Hypothetical ambiguous and conditional tenders will not be entertained at all and rejected summarily 55 Goods should not be dispatched until firm Purchase Order is received by the successful vendor 56 Director CIMFR reserves the right to delete or alter the item given in the enclosed annexure depending on prevailing requirements 57 Director CIMFR reserves the right to accept or reject any tender in completely or in part thereof without assigning any reason 58 Arbitration Except where otherwise provided in the Contract all questions and disputes relating to the meaning of the specifications instructions and terms amp conditions herein before mentioned and as to the quality of the materials as to any question claim right matter or thing whatsoever in any way arising out of or relating to the Contract Specifications estimates instructions orders or these conditions or otherwise concerning the works or the execution of the same whether arising during the process of the work or after the completion or abandonment thereof shall be referred to the sole arbitration of a person nominated by the
45. tificate 6 Have you attached the statement of deviations from the technical Specifications in the format 7 Have you provided details of your maintenance infrastructure facilities including addresses of the service centers in the format 8 Have you attached the technical details of the goods and services offered as a part of this bid document 9 Have you attached the copies of relevant work orders executed during the last three years 10 Have you attached the details of identical or similar equipments supplied to other CSIR Labs Institutes for the preceding three years together with prices eventually or finally paid 11 Have you attached photocopy duly attested of Certificate of compulsory Enlistment of Indian Agents of foreign principals with DGS amp D if quoting on their behalf Date of enlistment must be before the date of opening of tenders 12 Have you attached Service Provider Certificate issued by the Manufacturer l Have you attached the Financial Bid Yes No 2 Have you attached the price schedule for the goods services offered Yes No in the Format 3 Have you attached the statement of deviations from the Financial Yes No terms and conditions in the format Please arrange your tender document for each part as given below Earnest Money Deposit TECHNICAL BID Technical Bid Form Copy of the Last Audited Balance Sheet of the company Inco
46. try of Origin Certificate Literature if any should be enclosed 53 PAYMENT TERMS Term I In case of indigenous orders the payment will be on credit basis i e 100 after receipt of material in good condition installation testing commissioning satisfactory demonstration final acceptance of the whole system and on submission of unconditional Performance Bank Guarantee for 10 of the total order value valid till 60 days after the warranty period from a Indian Scheduled Bank duly recognized by RBI Term II In case of import orders 80 percent value of goods will be paid through an Irrevocable Letter of Credit on submission of shipping documents Balance 20 percent value of goods will be paid through L C excluding Indian Agency Commission if any after installation testing commissioning satisfactory demonstration final acceptance of the whole system and on submission of unconditional Performance Bank Guarantee for 10 of the total order value valid till 60 days after the warranty period from a Foreign Bank duly endorsed by Nationalized Bank in India Term III 100 payment after satisfactory installation amp commissioning of the equipment if it is to be supplied for the first time in India or otherwise if the party does not have successful installation in India against submission of unconditional Performance Bank Guarantee for 10 of the total order value within twenty one 21 days of the placement of Purchase Order valid till 60 day
47. utcome of the bidding process 4 The Bidding Documents The goods and services required bidding procedures and contract terms are prescribed in the bidding document In addition to the invitation for the bids the bidding document includes a Instruction to bidders b Schedule of requirements c Technical Specifications d Terms amp Conditions e Bid form and price schedule The bidder is expected to examine all instructions forms terms and conditions in the bidding document Failure to furnish all information required or submission of bid not substantially responsive to the bidding documents in every respect will be at the bidder s risk and may result in rejection of its bid 5 Preparation of bids The bids are to be submitted in three separate sealed envelopes a Earnest Money Deposit b Technical Commercial Bid c Financial Bid 6 Submission of Bids a Sealing and Marking of Bids i The bids shall be submitted in three separate sealed envelopes addressed to The Director Central Institute of Mining amp Fuel Research Barwa Road DHANBAD 826015 JHARKHAND INDIA which shall be marked as EMD Technical Commercial Bid and Financial Bid mentioning Tender Number Description of Item and Date of Opening and all the three envelopes should be put inside the big envelope ii The Envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late and delayed
48. vity for entire measuring range for all options as in sl no 1 4 a Gas purging system shall have to be capable of creating pure gas atmosphere or any desired composition of gas mixture in the sample chamber No mixing of sample purge gases with protective gas balance furnace in sample chamber b Multi gas purging system minimum two in the sample chamber so that any desired composition of gas mixture of two gases may be utilized Provision for isothermal run should be there in all options as stated under serial number 1 Quick switching over of gaseous atmosphere in the furnace chamber Gas flow rate range should be 10 to 200 ml min or more for each purge gas in sample chamber controlled by mass flow meter 7 Cooling system water circulation system thermostatic cooling arrangement Vacuum pump etc which ever is required for coal samples will have to be provided as an integrated system Vacuum arrangement capable of creating 10 millibar is to be provided along with provision of carrying out experiment under vacuum 8 Cp measurement up to 1400 C to be supplied with Cp calibration standard amp soft ware 9 Updated measurement and analytical software for TGA DSC TGA DTA TGA Up to date kinetic software has to be provided Softwares shall have to be compatible for installation in multiple computers and repeated installation have to be allowed 10 Computer system Suitable windows based software to control the system along with
49. will be opened at 3 00 P M on 01 03 2011 in the presence of the authorized representatives if any of quoting firm one member only at this office Request for extension of opening date of tenders will not be considered 4 Earnest Money Deposit Tenderers shall have to deposit EMD of amount mentioned in our Global Open Tender Notice in Indian Rupees or in equivalent amount in foreign currency in the form of Crossed Demand Draft BG only in favour of Director CIMFR Dhanbad issued by Scheduled Nationalized Bank payable at Dhanbad India along with their tenders with Technical Bid only The validity of the EMD submitted in the form of Bank Guarantee must be co terminous with the validity of the offer It must normally be valid for six months 180 days from the date of opening of tender Tenders received without earnest money will not be entertained considered at all and rejected summarily Tenders received along with EMD in the form of Cheque Cash will not be accepted considered and rejected Firms registered with DGS amp D and NSIC may be exempted from payment of EMD if the product being quoted is actually manufactured by them and the product is registered with these agencies Firms registered with these agencies selling products of other companies and not manufacturing the products being quoted by them are not allowed exemption from payment of EMD Firms are to submit a legible photocopy duly attested of Registration Certification of the
50. y attested of Certificate of compulsory enlistment of Indian Agents of Foreign principals with DGS amp D if quoting on their behalf Date of enlistment It must be before the date of opening of tenders 4 We have carefully read and understood the terms and conditions of the bid document and the conditions of the contract applicable to the bid document and we do hereby undertake to supply as per these terms and conditions 5 Certificate that the bidder is A Sole proprietorship firm and the person signing the bid document is the sole proprietor constituted attorney of the sole proprietor or A partnership firm and the person signing bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement by virtue of general power of attorney or A company and the person signing the document is the constituted attorney NOTE Delete whatever is not applicable All correction deletions should invariable by duly attested by the person authorized to sign the bid document 6 We do hereby undertake take until a formal work order is prepared and executed this bid together with your written acceptance thereof and placement of letter of intent awarding the work order shall constitute a binding contract between us Dated this day 2010 Signature of Bidder Details of enclosures Full Address Telephone No Telegraphic Address Fax No E Mail COMP
51. y of Science amp Technology Govt of India H Q Barwa Road Campus Dhanbad 826 015 Jharkhand India NIT No CIMFR PUR 14 6 2010 oo Date 31 01 2011 NOTICE INVITING TENDER Director CIMFR invites sealed tenders In two Bid Systems for supply installation and commissioning of below mentioned items Item Qty T D EMD in No File No Particulars of Item Feein DD BG B DD C 1 CIMFR PUR 14 22 Infra Red Gas Analyzer or Portable One Unit Rs 300 00 Rs 68000 2010 Photosynthesis System detailed specification in annexure I File No 2 13 2 CIMFR High Resolution Field Hand held Spectro One Unit Rs 300 00 Rs 1 80 000 DC 10 11 PUR tdiometer Spectrometer with GPS detailed specification in annexure II File No 3 CIMFR PUR 14 24 Thermogravimetric Analyzer detailed One Unit Rs 300 00 Rs 85 000 2010 specification in annexure III File No 4 CIMFR PUR 14 23 Thermogravimetric Analyzer simultaneous One Unit Rs 300 00 Rs 1 25 000 2010 DSC TGA DTA TGA TGA detailed specification in annexure IV File No No tender fees are required in case it is downloaded from the site www cimfr nic in Note The Tender Document can be obtained from the Office of the Stores amp Purchase Officer CIMFR Barwa Road Dhanbad on written request on payment of the non refundable and non transferable tender document fees as stated above in the form of cr
52. ype Sample crucibles plate type of 1cc or less 3 nos Sample crucibles cup type of Icc or less 3 nos Sample crucibles of 1 3 5 cc 3 nos Sample crucibles of more than 3 5 cc 3 nos Sample Carrier 2 nos Balance resolution should bel microgram or better for entire measuring range and balance drift is better than 5 microgram hr Gas input system various inert gases Helium Argon and Nitrogen and various non explosive gasifying agents such as air CO2 O2 and the mixture of inert and non explosive gases in desired proportion should be introduced into the system in measured amount A high precision mixture capable of mixing inert and non explosive gases in desired proportion with digital display arrangement should be there Gas flow should be controlled by very good quality MFC flow rate from 10 200 ml min System jii iii x should be vacuum controlled 10 mbar with fast switchover facilities for different gaseous atmosphere in the reaction chamber with out affecting the balance Product gas collection Instrument should have port for product gas collection and up gradation Thermostat for the balance housing should be provided Data acquisition and monitoring system I O interface drivers and software for measurement of change in mass with temperature and time with state of art computer configuration The software should be able to display change in mass with temperature and time very accurately This software sh

Download Pdf Manuals

image

Related Search

Related Contents

HTC 2433HD_FRA  そうだったのか 省燃費エンジンオイル!!  Service Manual  Samsung Monitor FHD bianco da 24" S24D391HL User Manual  Das Handbuch für den Naja kann hier als PDF  iCEBOX pmn User's Manual  Valera Swiss Metal Master "Light" Ionic Tourmaline  

Copyright © All rights reserved.
Failed to retrieve file