GOVERNMENT OF INDIA NORTH EASTERN SPACE

GOVERNMENT OF INDIA
NORTH EASTERN SPACE APPLICATIONS CENTRE
UMIMA – 793103, MEGHALAYA
NOTICE INVITING TENDER
NIT No.NESAC/NIT/396/2011
February 18, 2011
Director, North Eastern Space Applications Centre (NESAC) invites separate sealed tenders in ‘Two
Bid System’ for the following work
Name of Work
Cost of
tender
document
(Nonrefundable)
Sale
period
EMD
Last date
and time
for
submission
Supply, installation, commissioning, and
demonstration of NO-NO2-NOX analyser, SO2
(Sulphur-di-oxide) analyser, Methane-nonMethane hydrocarbon analyser, CO (Carbon
Monoxide) analyser, Ozone analyser, Multi-gas
calibrator, Local data acquisition station, Dual bay
19" open type instrument rack, Moisture removal
(trap) and gas sampling system, Zero air
generator with compressor, heatless air dryer, Cal
gas cylinder with double stage regulator and
cylinder rack, Teflon tubes, filter and funnel, etc.
` 300/-
01.03.2011
to
21.03.2011
(between
11:00 hrs
to
14:00 hrs)
` 75000/-
21.03.2011
upto
14.30 hrs
Tender documents can be had from the Purchase Division, NESAC and also available in NESAC website
http://nesac.gov.in . Interested tenderers may download the same from the website and submit their offer along
with Tender fee Rs. 300/-each (In the form of Demand Draft). While submitting your offer superscribe Tender No.
and due date on the envelope. If the documents demand by post, the following points shall be noted:1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
Request letter shall be sent for demanding tender documents indicating tender notice number and tender
number together with tender fee Rs. 300/- each to the Administrative Officer, North Eastern Space
Applications Centre, Govt. Of India, Dept. of Space, Umiam 793 103 only.
The Envelope containing such request shall indicate the “REQUEST FOR TENDER DOCUMENTS”.
DD should not be prior dated to the date of advertisement. Separate request letter and separate Demand
Draft shall be sent for each tender document.
The tender fees (non refundable) should be made in the form of CROSSED DEMAND DRAFT (MICR DD
ONLY) payable at Barapani (Umiam) (Branch Code 02010).in favour of The Director, North Eastern
Space Applications Centre only.
Vendor name and tender number shall be indicated on the reverse side of the Demand Draft.
Quotations received without payment of tender fee will not be considered
No request for the extension of the due date will be considered.
The sale of the tender documents through POST shall be closed 10 days prior to due date.
In case party desires to collect the tender document in person, they may contact Purchase Division on
any working day between 11:00 to 14:00 hrs.
Last date for the receipt of the sealed offers shall be up to 14:30 hrs. on the above mentioned due date.
Bids received shall be opened in the presence of attending tenderers/authorized representatives on the
same day at 15:30 hrs.
In the event of any date indicated above is declared as holiday, the next NESAC working day shall
become operative for the respective purposed mentioned herein.
Late/Delayed offers will not be accepted.
Director, NESAC
Minimum Technical Specification for each component
1. NO-NO2-NOX Analyzer
1.1.
Preset ranges: 0-0.05, 0.1, 0.2, 0.5, 1, 2, 5, 10, 20, 50 and 100 ppm.
1.2.
Zero noise: 0.20 ppb RMS at 60 second averaging time.
1.3.
Averaging time: 10 – 300 Sec (user selectable)
1.4.
1.5.
1.6.
1.7.
Lower detectable limit: 0.5 ppb or better (60 second averaging
time)
Zero drift in 24 hour: less than 0.5 ppb or better
Span drift in 24 hour: ±1% full scale
Response time : less than 45 seconds (10 second average
time)
80 seconds (60 second average time)
300 seconds (300 second average time)
1.8.
Precision: ±0.4 ppb or better at 500 ppb range
1.9.
Linearity: ±1% full Scale
1.10.
Sample flow rate: Minimum 0.6 liters/min.
1.11. Operating temperature: 20° C – 30° C
1.12. Power requirements: 220-240 V AC at 50 Hz
1.13. Dimension: Bench mounting type, shall fit into 19 inch rack.
1.14. Outputs: Selectable voltage, RS232/RS485, TCP/IP, 10 status relays, and power fail
indication.
1.15. Inputs: 16 digital inputs (standard), 8 – 10 V DC analog inputs (optional)
1.16. One ethernet port for remote access.
1.17. The real time gas concentration shall be displayed in the front panel in a LCD /LED display.
1.18. The real time health information of the system shall be displayed on the front display.
1.19. One button programming option with front display screen.
1.20. Shall have flash memory of at least 128 MB for data storage and user downloadable
software. The inbuilt memory shall store data for at least six months.
1.21. The data shall be directly downloadable to a computer having Windows Vista operating
system and necessary software shall be supplied along with the system.
1.22. The model quoted shall have USEPA (United States Environment Protection Agency)
certification and a copy of the certificate shall be attached with the technical bid.
2. SO2 (Sulpher-di-oxide) Analyzer
2.1.
Preset ranges: 0-0.05, 0.1, 0.2, 0.5, 1, 2, 5, and 10 ppm.
2.2.
Zero noise: 1.0 ppb RMS at 10 second averaging time, 0.5 ppb RMS at 60 second
averaging time and 0.25 ppb RMS at 300 second averaging time.
2.3.
Averaging time: 10 – 300 Sec (user selectable)
2.4.
Lower detectable limit: 2.0 ppb or better at 10 second averaging time 1.0 ppb RMS at 60
second averaging time and 0.5 ppb RMS at 300 second averaging time.
2.5.
2.6.
Zero drift in 24 hour: less than 1.0 ppb or better
Span drift in 24 hour: ±1% full scale
2.7.
Response time : less than 90 seconds (10 second average
time)
120 seconds (60 second average time)
360 seconds (300 second average time)
2.8.
Precision: ± 1.0 ppb or better at 100 ppb range
2.9.
Linearity: ±1% full Scale
2.10.
Sample flow rate: Minimum 0.5 liters/min.
2.11. Operating temperature: 20O C - 30O C
2.12. Power requirements: 220-240 V AC at 50 Hz
2.13. Dimension: Bench mounting type, shall fit into 19 inch rack.
2.14. Outputs: Selectable voltage, RS232/RS485, TCP/IP, 10 status relays, and power fail
indication.
2.15. Inputs: 16 digital inputs (standard), 8-10 V DC analog inputs (optional)
2.16. One ethernet port for remote access.
2.17. The real time gas concentration shall be displayed in the front panel in a LCD /LED display.
2.18. The real time health information of the system shall be displayed on the front display.
2.19. One button programming option with front display screen.
2.20. Shall have flash memory of at least 128 MB for data storage and user downloadable
software. The inbuilt memory shall store data for at least six months.
2.21. The data shall be directly downloadable to a computer having Windows Vista operating
system and necessary software shall be supplied along with the system.
2.22. The model quoted shall have USEPA (United States Environment Protection Agency)
certification and a copy of the certificate shall be attached with the technical bid.
3. Methane-non-Methane Hydrocarbon Analyzer
3.1.
Preset ranges: 0-5, 50, 500 ppm or multiple thereof.
3.2.
Zero noise: 25 ppb RMS at 300 second averaging time.
3.3.
Averaging time: 10 – 300 Sec (user selectable)
3.4.
Lower detectable limit: 50 ppb or better for methane and non methane separately at 300
second averaging.
3.5.
3.6.
Zero drift in 24 hour: less than 1.0 ppb or better
Span drift in 24 hour: ± 2% full scale
3.7.
Response time : less than 90 seconds
3.8.
3.9.
3.10.
Precision: ± 2 % of reading or better.
Linearity: ± 2 % full Scale
Sample flow rate: Minimum 0.5 liters/min.
3.11. Operating temperature: 20O C - 30O C
3.12. Power requirements: 220-240 V AC at 50 Hz
3.13. Dimension: Bench mounting type, shall fit into 19 inch rack.
3.14. Outputs: Selectable voltage, RS232/RS485, TCP/IP, 10 status relays, and power fail
indication.
3.15. Inputs: 16 digital inputs (standard), 8-10 V DC analog inputs (optional)
3.16. One ethernet port for remote access.
3.17. The real time gas concentration shall be displayed in the front panel in a LCD /LED display.
3.18. The real time health information of the system shall be displayed on the front display.
3.19. One button programming option with front display screen.
3.20. Shall have flash memory of at least 128 MB for data storage and user downloadable
software. The inbuilt memory shall store data for at least six months.
3.21. The data shall be directly downloadable to a computer having Windows Vista operating
system and necessary software shall be supplied along with the system.
3.22. The model quoted shall have USEPA (United States Environment Protection Agency)
certification and a copy of the certificate shall be attached with the technical bid.
4. CO (Carbon Monoxide) Analyzer
4.1.
Preset ranges: 0-1, 2, 5, 10, 20, 50, 100, 1000 ppm.
4.2.
Zero noise: 20 ppb RMS at 60 second averaging time.
4.3.
Averaging time: 10 – 300 Sec (user selectable)
4.4.
Lower detectable limit: 40 ppb or better at 60 second averaging time.
4.5.
4.6.
Zero drift in 24 hour: less than 100 ppb or better
Span drift in 24 hour: ±1% full scale
4.7.
Response time : less than 90 seconds (30 second average
time)
4.8.
4.9.
Precision: ± 100 ppb or better at 100 ppb range
Linearity: ±1% full Scale
4.10.
Sample flow rate: Minimum 0.5 liters/min.
4.11. Operating temperature: 20O C - 30O C
4.12. Power requirements: 220-240 V AC at 50 Hz
4.13. Dimension: Bench mounting type, shall fit into 19 inch rack.
4.14. Outputs: selectable voltage, RS232/RS485, TCP/IP, 10 status relays, and power fail indication.
4.15. Inputs: 16 digital inputs (standard), 8-10 V DC analog inputs (optional)
4.16. One ethernet port for remote access.
4.17. The real time gas concentration shall be displayed in the front panel in a LCD /LED display.
4.18. The real time health information of the system shall be displayed on the front display.
4.19. One button programming option with front display screen.
4.20. Shall have flash memory of at least 128 MB for data storage and user downloadable
software. The inbuilt memory shall store data for at least six months.
4.21. The data shall be directly downloadable to a computer having Windows Vista operating
system and necessary software shall be supplied along with the system.
4.22. The model quoted shall have USEPA (United States Environment Protection Agency)
certification and a copy of the certificate shall be attached with the technical bid.
5. Ozone analyzer
5.1.
Preset ranges: 0-0.05, 0.1, 0.2, 0.5, 1, 2, 5, 10, 20, 50, 100 and 200 ppm.
5.2.
Zero noise: 0.25 ppb RMS at 60 second averaging time.
5.3.
Averaging time: 10 – 300 Sec (user selectable)
5.4.
Lower detectable limit: 0.5 ppb or better at 60 second averaging time.
5.5.
5.6.
Zero drift in 24 hour: less than 1 ppb or better
Span drift in 24 hour: ±1% full scale
5.7.
Response time : less than 30 seconds (30 second average
time)
5.8.
Precision: ± 1 ppb or better at 100 ppb range
5.9.
Linearity: ±1% full Scale
5.10.
Sample flow rate: Minimum 1 liters/min.
O
5.11. Operating temperature: 20 C - 30O C
5.12. Power requirements: 220-240 V AC at 50 Hz
5.13. Dimension: Bench mounting type, shall fit into 19 inch rack.
5.14. Outputs: Selectable voltage, RS232/RS485, TCP/IP, 10 status relays, and power fail
indication.
5.15. Inputs: 16 digital inputs (standard), 8-10 V DC analog inputs (optional)
5.16. One ethernet port for remote access.
5.17. The real time gas concentration shall be displayed in the front panel in a LCD /LED display.
5.18. The real time health information of the system shall be displayed on the front display.
5.19. One button programming option with front display screen.
5.20. Shall have flash memory of at least 128 MB for data storage and user downloadable software.
The inbuilt memory shall store data for at least six months.
5.21. The data shall be directly downloadable to a computer having Windows Vista operating
system and necessary software shall be supplied along with the system.
5.22. The model quoted shall have USEPA (United States Environment Protection Agency)
certification and a copy of the certificate shall be attached with the technical bid.
6. Multi-gas Calibrator
6.1. The instrument shall be able to supply precise levels of ozone, carbon monoxide, methane and
non-methane hydrocarbons, sulfur dioxide, nitric oxide and nitrogen dioxide.
6.2. Shall allow multiple calibration routines to be stored in a calibrator memory.
6.3. Flow rate: Flow range of dilution air 0 to 10 SLPM (optional ranges 0 to 5/0 to 20 SLPM).
Flow range of cylinder gases 0 to 100 SCCM (optional ranges 0 to 50/0 to 200 SCCM).
Zero air requirements 10 SLPM (optional ranges 20 SLPM).
6.4. Accuracy (of dilution system flow control): ± 2 % of reading or 1 % of full-scale, whichever is
less (20 to 100 % full scale)
6.5.
Precision: ± 1 ppb or better.
6.6. Repeatability (of flow control): ± 0.2% in full scale
6.7. Linearity (of mass flow measurements): 1% of full scale
6.8. Response Time (of dilution system): less than 60 seconds
6.9. Power Requirements: 220-240 V AC at 50 Hz
6.10. Dimension: Bench mounting type, shall fit into 19 inch rack
6.11. Operating Temperature: 0° to 40°C.
6.12. One ethernet port for remote access.
6.13. The real time health information of the system shall be displayed on the front display.
6.14. One button programming option with front display screen.
6.15. Shall have flash memory of at least 128 MB for data storage and user downloadable software.
The inbuilt memory shall store data for at least six months.
6.16. The data shall be directly downloadable to a computer having Windows Vista operating
system and necessary software shall be supplied along with the system.
6.17. The model quoted shall have USEPA (United States Environment Protection Agency)
certification and a copy of the certificate shall be attached with the technical bid.
7. Local data acquisition station (DAS)
7.1.
The data acquisition system shall be consisting of an industrial computer, data acquisition
software, standard connecting cables and accessories.
7.2. The actual components of the DAS shall be mentioned clearly in the quotation including the
schematic of the DAS.
7.3. The industrial computer shall have the following least specifications:
7.3.1. Industrial PC capable of running in 24 X 7 basis.
7.3.2. Shall have sufficient standard connector to connect the analyzers mentioned in SN 1 to 5
above and shall have at least extra two similar connectors as redundant. (total seven standard
connector to connect analysers)
7.3.3. Processor: 2 x Quad-core Intel Xeon Processor E5570 (2.93 GHz, 1333 MHz FSB) with 8 MB
Level 3 cache.
7.3.4. Hard disc: 1 TB (2 X 500 GB)
7.3.5. Memory: 4 GB DDR3 memory (with at least one expansion slot)
7.3.6. Chipset: Intel 5000P Chipset or higher.
7.3.7. On board graphics card should be provided.
7.3.8. Four USB 2.0 ports (2 front accessible),1 serial port, 1 parallel port, 2 RJ 45 ports
7.3.9. DVD/CD - RW combo drive.
7.3.10. Genuine Windows Vista operating system.
7.3.11. 19 inch TFT/LCD monitor (branded)
7.4.
Data acquisition software shall have the following least specifications:
7.4.1. The software shall be compatible with MS Windows Vista.
7.4.2. The software shall have provisions for logging data from at least six different analyzers.
7.4.3. The software shall be totally compatible with the analyzers mentioned in SN 1 to 5 above.
7.4.4. The software shall allow simultaneous real time acquisition of data from all the analyzers,
storage and data archival.
7.4.5. The software shall preferably monitor the health of all analyzers in real time and prepare
hourly / daily report on system health.
7.5.
The DAS shall have all other components / accessories that are deemed required for
simultaneous real time acquisition, processing, storing and archival of data from six analyzers.
8. Instrument rack
8.1. Standard dual bay open type rack.
8.2. Shall be open from both sides.
8.3. There shall be double instrument bay
8.4. Dimension: Front and back width 19 inch, height at least 72 inch and depth at least 23 inch.
8.5. Shall have telescopic slides for easy instrument mounting.
8.6. There shall be power distribution channel along with proper MCBs.
9. Moisture removal (trap) system and gas sampling system
9.1.
9.2.
9.3.
9.4.
Relative humidity operation range: 0 – 100%
Temperature range: 0-40 degree centigrade.
Output air relative humidity shall be less than 20%
The system shall take input air from one or more inlet and shall provide dehumidified air to at
least six outlets.
9.5. The gas sampling system shall be capable of providing sample air to at least six analysers
simultaneposly.
10. Zero Air Generator with compressor:
10.1. The system shall be capable of delivering air free from water vapor, particulates, sulfur dioxide
(SO2), Hydrogen Sulfide (H2S), Oxides of Nitrogen (NO), Nitrogen Dioxide (NO2), Ozone (O3),
Carbon Monoxide (CO) and Hydrocarbons (HC).
10.2. Output: 1-20 LPM (liters per minute)
10.3. Dew point: less than -20°C up to 10 LPM
less than -10°C up to 20 LPM
10.4. Dryer: Membrane dryer
10.5. Output concentration: less than 0.5 ppb for SO2, NO, NO2 and ozone (O3)
less than 0.025 ppm for CO and Hydrocarbons
10.6. Pump: Internal, oil-less piston pump.
10.7. Dimensions: Rack mountable and shall fit into a 19" rack with optional slides.
10.8. Power requirements: 220 - 240 V AC at 50 Hz.
10.9. Operating Temperatures: 10°C -33°C
11. Calibration gas cylinder
11.1. Two cylinders each for SO2, NO / NO2, CO, CH4 / Propane, H2 and N2 gases.
11.2. Purity of each gas shall be better than 99.99%
11.3. Cylinder Capacity: 47 liter (equivalent water capacity) for H2 and N2 and 10 liter (equivalent
water capacity) for the rest of the gases.
11.4. Shall have double stage regulator for all the cylinders.
11.5. Each cylinder shall have separate safely certificate from the appropriate authority.
11.6. Cylinders shall be made up of high quality aluminum.
11.7. A cylinder rack shall be provided to hold the cylinders and ease of operation.
12. Teflon tubes, filter and funnel:
12.1. Teflon tube: 25 meters extra in addition to whatever standard length is required for the
analyzers quoted.
12.2. Teflon funnel: six numbers compatible to the Teflon tube mentioned above (13.1) to be
connected at the end of the inlet tube.
12.3. PTFE (polytetrafluoroethylene) laminated membrane filter: 100 numbers (more than 40 mm
diameter circular packets)
PART-1
TECHNICAL BID
1. Name and scope of the work
1.1. Supply, installation, commissioning, and demonstration of NO-NO2-NOX analyser, SO2
(Sulphur-di-oxide) analyser, Methane-non-Methane hydrocarbon analyser, CO (Carbon
Monoxide) analyser, Ozone analyser, Multi-gas calibrator, Local data acquisition station,
Dual bay 19" open type instrument rack, Moisture removal (trap) and gas sampling system,
Zero air generator with compressor, heatless air dryer, Cal gas cylinder with double stage
regulator and cylinder rack, Teflon tubes, filter and funnel, etc.
1.2. The vendor has to transport the instruments up to NESAC, Umiam, install them at NESAC,
provide training on the operation and maintenance of the instruments, and provide one year
onsite warranty as per the warranty terms and conditions.
1.3. The vendor also has to supply all the connecting cables, power cables, driver software, etc
that are required to operate individual analysers, calibrators, dryers, data logging system, etc.
NESAC responsibility shall be limited to providing the safe space for installing the
instruments, power connections and required cooling to the systems.
2. Eligibility of Bidders
2.1. This invitation is open to all original equipment manufacturers or their dealers / agents
specifically authorised by the manufacturers to quote on their behalf for this tender (OEM
authorisation letter shall be attached with the quotation and offer by any dealer / agent
without the authorisation letter shall be summarily rejected).
2.2. The bidder should have a service centre preferably within north eastern states of India or at
least in West Bengal. The vendor should provide full details of the service centre(s) with
contact details and the man power available in the service centre along with the technical bid.
2.3. The bidder should have supplied, installed and has been maintaining such system for more
than one year and should have supplied such system to at least three firms as on the date of
submission of the quotation. Necessary documentary evidence shall be attached with the
technical bid.
3. Cost of Bidding
3.1. The Bidder shall bear all costs associated with the preparation and submission of its bid, and
“the Purchaser", will, in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
3.2. Earnest Money Deposit (EMD) of Rs. 75,000/- should be submitted along with the bid in the
following manner.
3.2.1.
Crossed demand draft drawn on any Nationalized Bank in favour of Director, NESAC and
payable at SBI, Barapani branch (Branch Code 02010).
3.2.2.
EMD submitted in any form other than as specified above shall not be accepted and shall
lead to rejection of the offer.
3.2.3.
EMD shall be forfeited in the following events:
3.2.3.1. If the offer is withdrawn during the period of validity of the offer or any agreed extension.
3.2.3.2. If the offer is modified/altered without the knowledge of NESAC.
3.2.3.3. If the tenderer backs-out.
3.2.3.4. If the tenderer attempts to procure the contract by furnishing false/incorrect documents and
by giving false declarations.
3.2.3.5. The EMD of the unsuccessful bidders shall be returned within a reasonable time or after
expiry of the validity period. No interest shall be paid by NESAC on EMD.
3.3.
4.
Any offer without the EMD shall be summarily rejected.
Other terms and conditions
4.1. Vendor shall submit the technical bid and commercial bid separately in different envelopes. The
technical bid shall be opened first and the commercial bid of only those vendors who qualify
the technical bid shall be opened for the final consideration. All the supporting documents
only excluding the cost of the system shall be included in the technical bid.
4.2. Vendors quoting for all the components only shall be considered. Vendors who quote only some
items and do not quote for the others shall not be considered and their offer will be totally
rejected.
4.3. Vendor must attach detailed data sheet of quoted model / product along with the technical bid.
4.4. Vendor must reproduce the benchmark result on site after installation, failing to which the
system will not be accepted and order will be cancelled. The vendor shall demonstrate all the
features of various hardware and software quoted.
4.5. The installation of the analyzers and software shall be done only by the engineers from the
OEM. Under no condition the installation shall be accepted by any third party.
4.6. The bid shall include cost of all inlet tubes, interconnect cables, management cables, power
cables and everything that are required to operate the system. The purchaser shall provide the
power connections and required cooling of the room, housing the system.
4.7.
The vendor shall provide total power and cooling requirements for the system proposed. This
shall be included in the technical bid.
4.8. The vendor shall provide detailed technical training for a minimum of 2 days excluding the days
of installation and commissioning by engineers from the OEM to the concerned staff on the
following aspects:
4.8.1. System operation and maintenance
4.8.2. Calibration technique.
4.8.3. Replacement of consumables.
4.8.4. System configuration.
4.8.5. Any other aspects that are required for smooth operation.
4.9. Vendor must submit his offer in following format for all the items (technical and general).
Specification
Required
Specification Quoted
With make/model
Technical Compliance
Yes
Deviation
No
And
Terms required
Offered terms
Compliance
Yes
Deviation
No
5. Warranty
5.1.
The supplier shall warrant that the goods supplied under this contract are new, unused, of the
most recent or current models and that, they incorporate all recent improvements in design and
materials unless provided otherwise in the contract. The supplier further warrants that all goods
supplied under this contract shall have no defect arising from design, materials or
workmanship (except when the design and/or material is required by the purchaser's
specifications) or from any act or omission of the supplier, that may develop under normal use
of the supplied goods in the conditions prevailing in Shillong. The warranty should be
comprehensive on site, repair/replacement basis.
5.2.
All the hardware and software shall have one year onsite comprehensive warranty covering all
parts & labour from the date of acceptance of the systems by NESAC. During the warranty
period, the vendor will have to undertake comprehensive maintenance of the entire hardware,
hardware components, software, equipment and accessories supplied by the vendor at the place
of installation of the equipment.
5.3. During the warranty period, the equipment should be repaired / replaced within three days of
reporting of the defect. In case of vendor failing it, a standby arrangement should be provided
till the equipment is repaired.
5.4. The vendor shall be fully responsible for the manufacturer’s warranty for all equipment,
accessories, spare parts etc. against any defects arising from design, material, manufacturing,
workmanship, or any act or omission of the manufacturer / vendor or any defect that may
develop under normal use of supplied equipment during the warranty period.
5.5. The vendor shall also be responsible to ensure adequate regular supply of spare parts for a
minimum period of 5 years after the expiry of the warranty period whether under their annual
maintenance and repairs rate contract or otherwise.
5.6. Warranty shall not become void even if NESAC buys any other supplemental hardware from a
third party and installs it with/in these machines. However, the warranty of the OEM will not
apply to such hardware items installed.
5.7. The system shall not be connected to internet. All services therefore shall be provided on-site
only and no remote log-in shall be allowed for providing service during warranty.
6. Prices
6.1. Vendor must have to quote individual prices for each item along with the total package cost.
The lowest financial bid shall be calculated on the basis of lowest total price and not on the
basis of price of each individual component. A firm quoting lowest price for any / some
individual component but amounting to more than the lowest price in terms of total cost, under
no circumstances shall qualify to be considered for awarding the order.
6.2. NESAC reserves the right to purchase only some selected components out of the items quoted
and in such cases the total price of package shall be the algebraic sum of the individual
component price, ordered for.
6.3. The price quoted for all hardware shall be ex factory. The cost of transportation up to NESAC,
Umiam from the factory / storage site shall be clearly mentioned separately. NESAC reserves
the right take up the transportation from the factory / storage site on its own and in such case
the transportation charge shall not be paid by NESAC. However, all prices shall be inclusive of
installation, commissioning and training on operation & maintenance at NESAC, Umiam.
6.4. The percentage of tax (all types) must be quoted in clear terms separately. If the percentage of
taxes is not mentioned separately, it will be presumed that the rates quoted are inclusive of
taxes.
7. Payment terms
7.1. NESAC will make the full payment within 30 days from the date of installation and
acceptance of the instruments by NESAC.
7.2. NESAC, being a Dept. of Space, Govt. of India centre, enjoys exemption of excise duty for
importing foreign country made items. The vendor shall therefore clearly mention the items to
be imported, if any.
7.3. The payment terms for the imported items, if different from NESAC standard payment terms
(as mentioned in para 7.1 above), shall be clearly mentioned.
7.4. Any changes in payment terms shall be applicable only to those items that are imported and for
which excise duty is applicable. NESAC standard payment terms (as mentioned in para 7.1
above) shall be applicable to all items that are not directly imported.
8. Delivery terms
8.1. Delivery shall be done within maximum 10 weeks from the date of issue of purchase order.
8.2. All the items shall be packed nicely as per the industry standard packing procedure.
8.3. Safety and insurance of the material during shipment and/or transportation shall be the
responsibility of the vendor. However, the term will not be applicable in case NESAC
transports the material on its own.
8.4. The vendor shall install and operationalise the instruments at NESAC within 2 weeks from the
date of receipt of the material at NESAC.
INSTRUCTIONS TO TENDERERS AND GENERAL TERMS AND
CONDITIONS OF PURCHASE
(IMPORT)
1.
INSTRUCTIONS TO TENDERERS.
1.1
1.2
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
The tenderers should submit quotations in duplicate in a sealed envelope, super scribingthe
Tender No. and due date of opening and complete in all respects with technical specifications,
including pamphlets and catalogues.
A Proforma Invoice may also be given which should contain the following information :The FOB/FCA Value, the C & F value for import by sea – freight / Air freight upto and for air
parcel post upto UMIAM should be separately indicated.
Agency Commission: The amount of Commission included in the price and payable to the
Indian Agents of the Contractor shall be paid directly to the Indian Agents by the Purchaser in
equivalent Indian Rupees on the basis of an Invoice from him applying T.T. buying rate of
exchange ruling on the date of placement of the Purchase Order and Which shall not be subject
to any further exchange variations. This payment will be released to the Indian Agents within 30
days from the date of receipt and acceptance of stores.
The contractor shall invoice only for the net amount payable to him, after deducting the amount
of Agency Commission included in the invoice which would be paid to the Indian Agents
directly by purchaser. However, the Contractor’s invoice should separately reflect the amount of
commission payable to his Indian Agent.
The earliest delivery period and country of origin of the Stores.
Banker’s name and address of the contractor.
The approximate net and gross weight and dimensions of packages/cases.
Recommended spares for satisfactory operation for a minimum period of one year.
Details of any technical service, if required for erection, assembly, commissioning and
demonstration.
The FOB/FCA and C & F prices quoted should be inclusive of all taxes, levies duties arising in
the tenderer’s country.
The offer should be valid for a minimum period of 120 days from the due date of opening of the
tender.
Samples, if called for, should be sent free of all charges.
Late tenders will not be considered Quotations by cable must be followed by detailed offers.
Offers made by Indian Agents on behalf of their Principals should be supported by the Proforma
Invoice of their Principal.
The details of Import Licence/OGL will be furnished in Purchase Order.
The authority of person signing the tender, if called for, shall be produced.
Instruction/operation Manual containing all assembly details including wiring diagrams should
be sent wherever necessary in duplicate. All documents / correspondence should be in English
language only.
The Purchaser reserves the right to accept or reject the lowest or any other offer in whole or in
part without assigning any reason.
It is expressly agreed that the acceptance of the stores contracted for is subject to final approval
in writing by the purchaser.
(a) Part shipment is not allowed unless specifically agreed by us.
(b)As far as possible, stores should be dispatched by Indian Flag Vesssels/Air India or through
any Agency nominated by us.
Inspection / Test Certificate should be provided for the goods after testing it thoroughly at the
Contractor’s works. If any inspection by Lloyds or any other testing agency is considered
necessary. It shall be arranged by Contractors.
Where erection or assembly or commissioning is part of the contract is should be done
immediately on notification. The contractor shall be responsible for any loss/damage sustained
due to delay in fulfilling this responsibility.
For items having shelf life, those with maximum shelf life should be supplied, if order is placed.
1.14
1.15
1.16
a)
TERMS AND CONDITIONS:
2.1
Definitions:
(a) The terms ‘Purchaser’ shall mean the Director, NESAC or his successors or assigns.
(b) The terms ‘Contractor’ shall mean the person, firm or company with whom or with which the
order for the supply of stores is placed and shall be deemed to include the Contractors
Successors, representatives, heirs, executors and administrators unless excluded by the contract.
(c) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by
an officer authorized intimating the acceptance on behalf of the Purchaser on terms and
conditions mentioned or referred to in the said communication accepting the Tender or offer of
the Contractor for supply of stores or plant, machinery or part thereof.
(d) The terms ‘Stores’ shall mean, what the Contractor agrees to supply under the contract as
specified in the Purchase Order.
2.2
Prices :
Tenders offering firm prices will be preferred. Where a price variation Clause is insisted upon
by a tenderer, quotations with a reasonable ceiling should be submitted. Such offers should
invariably by supported by the base price taken into account at the time of tendering and also
the formula for any such variations.
b)
TERMS OF PAYMENT :
3.1
3.2
(a)
(b)
(c)
(d)
(e)
(f)
(g)
Being a Department of Government of India, the normal terms of payments are by Sight Draft
however, other terms of payment like establishment of Letter of Credit may be considered by
the Purchaser on such terms and conditions as may be agreed upon.
The Sight Draft/Letter of Credit will be operative on presentation of the under mentioned
documents
Original Bill of Lading/Airway Bill.
Commercially certified invoices describing the Stores delivered, quantity, unit rate and their
total value in triplicate. The invoice should indicate the discounts, if any, and Agency
Commission separately.
Packing List showing individual and weight of packages.
Country of origin certificate in duplicate.
Test Certificate.
Declaration by the Seller that the contents in each case are not less than those entered in the
invoices and the quality of the stores are guaranteed as per the specifications asked for by the
Purchaser.
Warrantee and Guarantee Certificated vide Clause 20.
4.
IMPORT LICENCE:
Reference to Import Licence No. and date and contract number and date shall be prominently indicated
in all the documents vide para 3.2.
5
DEMURRAGE:
Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed
presentation of shipping documents as prescribed in para 3.2 to the Bankers within reasonable
time (say within 10-12 days) from the date of bill of lading for sea consignment and within 3 to
4 days from the date of Air Way Bill for Air consignments.
6.
ADDRESS OF INDIAN AGENTS:
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
7.
GUARANTEED TIME OF DELIVERY:
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the
essence of the contract. Delivery must be completed within the details specified therein.
8.
INSPECTION AND ACCEPTANCE TESTS:
8.1
The Purchaser’s representative shall also be entitled at all reasonable times during manufacture
to inspect, examine and test on the Contractor’s premises the material and workmanship of all
stores to be supplied under this contract and if part of the said stores being manufactured on
other premises, the contractor shall obtain from the Purchaser’s representative permission to
inspect, examine, and test as if the equipment were being manufactured on the contractor’s
premises such inspection, examination and testing shall not release the contract from the
obligation under this contract.
For tests on the premises of the contractor of any of his sub-contractors the contractor shall
provide free of cost assistance, labour, materials, electricity, fuel and instruments as may be
required or as may be reasonably needed by the purchaser’s representative to carry out the tests
efficiently.
When the stores have passed the specified test, the purchaser’s representative shall furnish a
certificate to this effect in writing to the contractor. The contractor shall provide copies of the
tests certificates to the purchaser as may be required.
8.2
8.3
9.
MODE OF DESPATCH:
10.
Generally, stores should be dispatched by Indian Flagged Vessel/Air India or through any other
Agency nominated by the purchaser. A copy of the invoice and packing list should invariably be
kept inside each of the packages.
PORT OF ENTRY:
Kolkata (Calcutta)
11.
PORT CONSIGNEE:
The Administrative Officer, NESAC ---------------------- Umiam.
12.
ULTIMATE CONSIGNEE:
The Administrative Officer, NESAC, Umiam ---------------------- (India)
13.
SHIPPING MARKS:
The marks on the shipping documents such as invoice, bill of lading and on the packages should
be as follows:
___________________________________________________________________________________
PURCHASE ORDER NO.--------------------------------------GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
DESTINATION ----------------------PORT OF ENTRY --------------------
DT.:
_________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
CONTRACTOR’S DEFAULT LIABLITY:
14.
14.1
The purchaser may upon written notice of default to contractor terminate the contract in whole
or in part in circumstances detailed hereunder:(a) If in the judgment of the purchaser the contractor fails to make delivery of stores within the time
specified in the contract agreement or within the period for which extension has been granted by
the purchaser to the contractor.
(b) If in the judgment of the purchaser the contractor fails to comply with any of the other
provisions of this contract.
14.2 In the event the purchaser terminated the contract in whole or in part as provided in Clause 15.1
the purchaser terminates the right to purchase upon such terms and in such a manner as he may
deem appropriate stores similar to the terminated and contractor shall be liable to the purchaser
for any additional costs for such similar stores and / or for liquidated damages for delay as
defined in clause 19 until such reasonable time as may be required for the final supply of stores.
14.3
If the contract is terminated as provided in clause 15.1 the purchaser in addition to any other
rights provided in the article, may require the contractor to transfer title and deliver to the
purchaser under any of the following cases in the manner and as directed by the Purchaser.
(a) Any completed stores.
(b) Such partially completed stores, drawing information and contract rights thereinafter called
manufacturing material as the contractor has specifically produced or acquired for the
performance of the contract as terminated. The purchaser shall pay to the contractor the contract
price for completed stores delivered to and accepted by the purchaser and for manufacturing
materials delivered and accepted.
14.4
In the event the purchaser does not terminate the contractor as provided in clause 15.1 the
contractor shall continue the performance of the contract in which case be shall be liable to the
purchaser for liquidated damages for delay as set out in clause 19 until the stores are accepted.
15.
REPLACEMENT:
If the stores or any portion thereof is damaged or lost during transit, the purchaser shall give
notice to the contractor setting forth particulars of such sotres damaged or lost during transit.
The replacement of such stores shall be effected by the contractor within a reasonable time to
avoid unnecessary delay in the intended usage of the stores.
16.
17.
REJECTION:
In the event that any of the stores supplied by the contractor is found defective in material or
workmanship otherwise not conformity with the requirements of the contract specification, the
purchaser shall either reject the stores or request the contractor, in writing to rectify the same.
The contractor, on receipt of such notification shall either rectify or replace the defective stores
free of cost to the purchaser. If the contractor fails to do so, the purchaser may at his option
either - (a) replace or rectify such defective stores and recover the extra cost so involved from the
contractor or
(b) Terminate the contract for default as provided under clause 15 above.
(c) Acquire the defective stores at a reduced price considered equitable under the circumstances.
The provision of this article shall not prejudice the purchasers’ rights under clause 19.
EXTENSION OF TIME:
If the completion of supply of stores is delayed due to reasons of Force Majeure such as acts of
god, acts of public enemy, acts of government, fires, floods, epidemics, quarantine, restrictions,
strikes and freight embargoes, the contractor shall give notice within 15 days to the purchaser in
writing of his claim for an extension of time. The purchaser on receipt of such notice after
verification, if necessary, may agree to extend the contract delivery date as may be reasonable
but without prejudice to other terms and conditions of the contract.
18.
DELAY IN COMPLETION / LIQUIDATED DAMAGES:
If the contractor fails to deliver the stores within the time specified the contract or any extension
thereof, the purchaser shall recover from the contractor as liquidated damages sum of one-half
of one percent (0.5 percent) of the contract price of the undelivered stores for each calendar
week of delay. The total liquidated damages shall not exceed ten percent (10 percent) of the
contract price of the unit or units delayed. Stores will be deemed to have been delivered only
when all its component parts are also delivered. If certain components are not delivered in time,
the stores will be considered as delayed until such time as the missing part are delivered.
19.
GUARANTEE & REPLACEMENT:
(a) The contractor shall guarantee the stores supplied shall comply fully with the specifications laid
down, for material, workmanship and performance.
(b) For a period of 12 months after the acceptance of the stores, if any defects are discovered
therein or any defects therein are found to have developed under proper use arising from faulty
materials, design or workmanship, contractor shall remedy such defects at his own cost
provided he is called upon to do so within a period of 14 months from the date of acceptance
thereof.
(c) Should the contractor fails to rectify the defects, the purchaser shall have the right to reject or
repair or replace at the cost of the contractor the whole or any portion of the defective stores.
(d) The decision of the purchaser, not withstanding any prior approval or acceptance or inspection
thereof on behalf of the purchaser, as to whether or not the stores supplied by the contractor are
defective or any defect has developed with in the said period of 12 months or as to whether the
nature of the defects requires renewal or replacement, shall be final, conclusive and binding on
the contractor.
(e) To fulfill guarantee conditions outlined in clause 20 (a) to (c) above, the contractor shall at the
option of the purchaser, furnish a Bank Guarantee (as prescribed by the purchaser bank
Guarantee enclosed) from a bank approved by the purchaser for an amount equivalent to 10% of
the value of the contract along with first shipment documents. On the performance and
completion of the contract in all respects, the bank guarantee will be returned to the contractor
without any interest.
(f) All the replacement stores shall also be guaranteed for a period of 12 months from the date of
arrival of stores at purchaser’s site.
(g) Even while the 12 months guarantee applied to all stores in case where a greater period is called
forth by our specifications then such a specification shall apply, in such cases the period of 14
months referred to in clause 20 (b) and (c) shall be the asked for guarantee period plus two
months.
20.
REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORES/SPARE PARTS
ORDERED:
The contractor shall also undertake the supply of additional number (Nos.) of items covered by
the order as considered necessary by the purchaser at a later date. The actual price to be paid
shall be mutually agreed to after negotiations.
21.
PACKING:
(a) The contractor wherever applicable shall pack and create all stores : for sea/air shipment as
applicable in a manner suitable for export to a tropical humid climate, in accordance with
internationally accepted export practices and in such a manner so as to protect it from damage
and deterioration in transit by road, rail or sea for space qualified stores. The contractors shall
be held responsible for all damages due to improper packing.
(b) The contractor shall ensure that each box/unit of shipment is legible and properly marked for
correct identification. The failure to comply with this requirement shall make the contractor
liable for additional expenses involved.
(c) The contractor shall notify the purchaser of the date of shipment from the port of embarkation
as well as the expected date of arrival of such shipment at the designated port of arrival.
(d) The contractor shall give complete shipment information concerning the weight, size, content of
each packages, etc.
(e) Transshipment of equipment shall not be permitted expect with written permission of the
purchaser.
(f) Apart from the dispatch documents negotiated through Bank the following documents shall also
be air-mailed to the purchaser within 7 days from the date of shipment by sea and within 3 days
in case of air-consignments.
(a) Commercial Bill of Lading/Air Way Bill/ post parcel Receipt (two nonnegotiable copies)
(b) Invoice (3 copies)
(c) Packing List (3 copies)
(d) Test Certificate (3 copies)
(e) Certificate of origin
Contractor shall also ensure that one copy of the packing list is enclosed in each case.
22.
ARBITRATION:
If at any time any question, disputes or differences whatsoever shall arise between the purchaser
and the contractor upon or in connection with this contract, either party may forthwith give to
the order notices in writing of the existence of such question, dispute or difference and the same
shall be referred to the adjudication of two arbitration. One to be nominated by purchaser, other
by a contractor and in the event of any difference of opinion, the arbitrators will refer the matter
to the umpire. The arbitration shall be conducted in accordance with the rules and procedure of
arbitration of the International Chamber of Commerce at Paris. The expenses of the arbitrators
and umpire shall be paid as may be determined by them. However, the venue of such arbitration
should be India.
23.
LANGUAGE AND MEASURES:
All documents pertaining to the contract including specifications schedule notices,
correspondence operating and maintenance instructions drawing or any other writing shall be
written in English language. The metric system of measurement shall be used exclusively in this
contract.
24.
INDEMNITY:
The contractor shall warrant and be deemed to have warranted that all stores, supplied against
this contract are free and clean of infringement of any patent, copy right or trade mark and shall
at all times indemnity the purchaser against all claims which may be made in respect of the
stores of infringement of any right protected by patent, registration of design or trade mark and
shall risk of accidents or damage which may cause a failure of the supply from whatever cause
arising and the entire responsibility for the sufficiency of all the means used by him for the
fulfillment of the contract.
25.
COUNTER TERMS AND CONDITIONS OF SUPPLIERS:
Where counter terms and conditions/printed or cyclostyled conditions have been offered by the
supplier, the same shall not be deemed to have been accepted by the purchaser, unless specific
written acceptance thereof is obtained.
26.
SECURITY INTEREST:
On each items to be delivered under this contract, including an item of work in progress in
respect of which payment have been made in accordance with the terms of the contract.
Purchaser shall have a security interest in such items which shall be deemed to be released only
at the time when the applicable deliverable item is finally accepted and delivered to the
purchaser in accordance with the term of the contract such security interest of the purchaser
shall constitute a prior charge as against any other charge or interest created in respect of such
items by any other entity.
27.
BANK CHARGES:
While the purchaser shall bear the Bank Charges payable to his bankers (State Bank of India,
Shillong branch, Meghalaya) the contractor shall bear the bank charge payable to his bankers
including the charges towards advising amendment commissions.
28.
TRAINING:
The contractor shall, if required by the purchaser, provide facilities for the practical training of
purchaser’s engineering or technical personnel from India and for their active association and
the manufacturing process throughout the manufacturing period of the contract stores, number
of such personnel to be mutually agreed upon.
29.
APPLICABLE LAW:
The contractor shall be interpreted, construed and governed by the laws of India.
This the _______________________________ ______________________________
of ____________________________________ ___________ 201
WITNESS
.
Signed
For the (Name of the Bank)
day
PROFORMA
TO,
M/S. _____________________________________
_____________________________________
_____________________________________
( to be completed and sent in duplicate)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
No. of open cover :
Consignor’s name and address :
Name and Address of Consignee :
Consignee’s order No. and date :
Supplier’s Invoice No. and date :
No. of packages/crates :
Nature of consignment/name of article supplied :
Gross cost of materials as per Invoice :
Commission/Discounts if any deducted :
Net amount of Invoice :
Mode of transport to destination :
Airway Bill No./Bill of Lading No.:
L.B.No./R.R.No./and date
Freight/handling charges paid/payable to carriers :
Particulars of deck cargo if any,:
in case or voyage by ship
BANK GUARANTEE
(CLAUSE 20 (F) OF
P.0050-B refers)
Bank Guarantee No. Date:
Whereas M/s. …………………………………………………………………(hereinafter called
the
Contractors)
have
entered
into
a
contract
with
………………………………………………………………(hereinafter called the purchaser) being
contract No…………………………………………………dated ………………………..(of the purchase,
for
the
supply
of
Stores
for
order
value
Rs………………………………………………………….……………………or
equivalent
foreign
currency.
And whereas under the terms of contract, the contractor is to furnish the purchaser with a Bank Guarantee
in the amount of ten percent(10%) of the total of the contract price for the due performance of the
General terms and conditions of this order.
And whereas the contractor has requested us (name of the Bank) having its registered
office……………………………..at to guarantee the due payment by the contractor of the aforesaid
amount to the purchaser.
Not we (name of the Bank) hereby unequivocally and unconditionally to pay, within 48 hours, on
demand, in writing from the purchaser or any officer authorised by at in this behalf and without demut,
any
amount
upto
and
not
exceed
Rs…………………………………….(in
words)……………………………………..…………………………….or equivalent foreign currency to
the purchase on behalf of the contractors.
This guarantee shall be valid and binding on us (name of the bank) for a period of 12 months from the
date of which the purchaser puts the stores into operation and shall not be terminable on affected by
notice of any change in the constitution of the bank of the firm of contractors or by any other reason
whatsoever and our (name of the bank) liability hereunder shall not be impaired or discharged by any
extension of time or variation or alteration made, given conceded, agreed by with or without knowledge
or consent, by or between the parties to the said written contract.
Our
(name
of
the
Bank)
liability
under
the
guarantee
is
restricted
to
Rs…………………………………(in words) ………………………………………………………only /
or equivalent foreign currency. Our guarantee shall remain in force till the expire of 12 (twelve) months
from the date on which the purchaser formally accepted the said equipment. Unless a suite or action to
enforce a claim under this guarantee is filed against us within six months from the expire of the said 12
months all the rights of the purchaser under this guarantee shall be forfeited and we shall be relieved and
discharged from all liability there under. In witness whereof we the (name of the bank) have executed
this.
This the _________________________________________ _______________________________ day
of __________________________________ _____________________ 201
WITNESS
Signed
For the (Name of the Bank)
COMPLIANCE STATEMENT REQUIRED TO BE FILLED AND ENCLOSED
ALONG WITH THE TECHNICAL AND COMMERCIAL BID BY THE VENDOR.
Sr.
No
1
1.1
2
3
4
5
6
7
8
9
10
11
12
12.1
12.2
12.3
12.4
12.5
12.6
12.7
12.8
Commercial terms
Delivery terms -Ex-works/FOB/ FCA etc
Purchaser is having an air consolidation contract
and their freight forwarder will arrange to collect
the consignment from your premises/will take
the responsibility for onward transmission from
the point of delivery as per INCOTERMS 2000.
This is applicable for import cases.
Packing charges inclusive/exclusive.
Delivery period – in weeks/months
Payment terms :
Our standard term is -Sight Draft (import)/within
30 days from the date of acceptance indigenous).
Country of origin – to be declared in the invoice.
Name and address of the Indian Agent.
Percentage of agency commission included in the
quoted price – payable in Indian Rupees only
directly to the Indian Agent.
Validity of the offer- minimum of 120 days from
the date of opening.
If you are an Indian Agent, please enclose the
authorization letter of your Principal and confirm
that whether you have enrolled with DGS&D as
per rules.
Cost of spares included in the price bid not
included.
Will you able to provide consumables/spares for
5 years?
Taxes and duties :
Taxes in India to the account of Purchaser.
Outside India to Seller’s/Contractor’s account.
Please indicate your Tax Registration Number.
Wherever installation involved, Income Tax @
2% will be deducted from the bill and a
certificate issued.
Installation in India will attract Service Tax @
12.36%. If required, orders for supply and
installation can be issued separately.
Work order will attract work contract tax as per
rules. Please confirm whether you have included
WCT in your offer.
Customs Duty Exemption Certificate (CDEC)
will be issued by Purchaser. Hence no CD is to
be included in your offer wherever applicable.
No concessional Sales Tax form will be issued
since “D” form is abolished. Please indicate the
Sales Tax/ VAT applicable.
Octroi Duty/Entry Tax exempted. Exemption
certificate will be issued, if required.
Purchaser is eligible for full Excise Duty
exemption. Excise Duty exemption certificate
will be issued.
Compliance
13
No Insurance is required at Purchaser’s cost.
14.1
For two part bids two separate sealed envelops
are to be sent duly superscribed as follows:
1. TECHNICAL & COMMERCIAL BID
2. PRICE BID
Please refer instructions.
14.2
In 3 part bid, three separate sealed envelopes are
to be sent duly superscribed as follows :
1. TECHNICAL BID
2. COMMERCIAL BID
3. PRICE BID
Please refer instructions.
15
Wherever EMD/tender fee is payable –
provide the same in the form of crossed
Demand Draft in favour of The Director,
NESAC, Umiam along with the bid
but in a separate cover or along with technical
bid. On the back side of the D.D, please write
your company’s name.
16
Language to be used in all correspondence –
English
Measurements – Metric system to be followed
17
18
19
19.1
20
21
22
23
24
25
Whether prequalification of your facility
procedure completed (if applicable).
Warranty period – We need minimum 1 year
from the date of acceptance.
Defective/rejected items if any, are to be replaced
free of cost.
Confirm whether you will be able to provide
samples if called for, free of cost.
Approximate weight (net and gross) of the
consignment.
Instruction/operational manual to be supplied
free of cost
Supply and installation is subject to Purchaser’s
acceptance
LC extension charges to your account, in case
of delay from your side
Items from latest production batch only are to
be supplied.
26
Wherever Export Licence required, payment will
be made after getting export licence and after
confirmation by the supplier, with a copy of
Export Licence.
27
Bank Guarantees (from Nationalised/Scheduled
Bank/ Bank approved by Purchaser.
Advance payment for the equal value valid till
the completion of contract/acceptance, is to be
provided by you.
Towards issue of “Free Issue Material” by
Purchaser for the value of the material issued,
is to be provided.
27.1
27.2
27.2.1
27.3
28
29
30
31
32
33
34
35
36
37
The Bill of material for the material used for the
Fabrication work and available balance to be
prepared by you and countersigned by the User
Department is to be sent along with the final bill
for arranging the balance/payment.
Towards Performance of the Contract and
Product for 10% value valid till the expiry of
warranty period
Security Deposit is to be submitted to NESAC by
the successful bidder (wherever applicable )on
awarding the contract
Training – free of cost – to be imparted at
Purchaser’s site.
Bank charges wherever applicable shall be paid
by Purchaser/Contractor to their respective
Bankers.
Arbitration proceedings –
1. Within India as per provisions of
Arbitration and Conciliation Act 1996.
2. Outside India – as per ICC Rules.
Liquidated Damages - @ 0.5% per week for the
delayed portion – maximum 10% of the contract
value.
Force Majeure conditions applicable?
Acceptance of Fall clause.
“The rates as per the charges of the Contract
should not in any event exceed the lowest rates,
the supplier charge to any other party or
organization. If at any time during the period
of contract, the supplier reduce the charges to
any other party, then they shall forth-with notify
such reduction to The Administrative Officer,
NESAC and reduce the contract rates
subsequently, from the date of coming into
force of such reduction”
The general terms and conditions based on
which the contract/order is likely to be issued in
response to the tender are enclosed to this.
Supplier has to give his acceptance for all the
clauses incorporated for the contract terms
Formats for Bank Guarantee/s is/are also
enclosed to this tender. Supplier has to give
acceptance.
You are requested to indicate the registration
number, you have for Sales Tax/Service Tax as
the case may be with concerned Government
authorities. Also you are requested to provide
company registration details wherever
applicable along with copy of the company
registration certificate. The offers received
without the above information will be summarily
rejected
INSTRUCTIONS FOR TWO-PART TENDER
We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II
Price.
All Tenderers are requested to follow carefully the following instructions before preparing their
offer.
I
PART I : TECHNICAL & COMMERCIAL BID
Part – (a) Technical
i.
This part should contain detailed specifications of the items quoted by you alongwith
Technical literature and leaflets if any.
ii.
A compliance statement showing the compliance of the item quoted by you with that of item
tendered by us should be prepared and enclosed to this.
iii.
Any other information called for in the tender related technical and specificationscan also
come in this part.
iv.
Prices should not be indicated in this cover.
Part – (b) Commercial terms : (WITHOUT PRICES)
i.
The commercial terms applicable for the item quoted by you should be indicated in this part.
ii. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
iii. Prices should not be indicated in this part. However a copy of the price bid (without prices)
can be enclosed in this part to enable to understand whether all the items required to be
quoted by you have been quoted in the price bid. Alternatively a statement is to be made
indicating that you have quoted prices for all the items as per the tender and enclosed in the
Price Bid as per the format.
iv. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty,
validity of the offer, installation & commissioning, duties and taxes etc., shall come into this.
Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly reflected
item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a sealed
cover & super scribed and addressed as follows:
Tender No. :
Due Date
:
PART I
:
TECHNICAL & COMMERCIAL BID
The Administrative Officer
North Eastern Space Applications Centre
Government of India, Department of Space
Umiam – 793 103. Meghalaya
From :
II
PART II : PRICE BID
i.
The prices applicable for the items, item-wise in response to the tender shall come into this
part.
ii.
iii
Tenderer shall indicate very clearly item-wise prices with reference to their technical offer.
Price part prepared as above shall be enveloped and superscribed as follows:
Tender No. :
Due Date
:
PART II
:
PRICE BID
The Administrative Officer
North Eastern Space Applications Centre
Government of India, Department of Space
Umiam – 793 103. Meghalaya
From :
In case you are going to download the documents from our website and submitting the offer, you are
requested to submit the DD towards Tender fee in a separate cover along with a covering letter duly
superscribing on the cover “Tender fee in respect of File No. __________________”.
III
The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as above along
with ‘Tender fee cover’ (if applicable) should be inserted in another envelope and superscribed
as follows:
Tender No. :
Due Date
:
PART I & II ARE INDIVIDUALLY SEALED AND KEPT INSIDE:
(DD TOWARDS Tender fee also is kept inside)
The Administrative Officer
North Eastern Space Applications Centre
Government of India, Department of Space
Umiam – 793 103. Meghalaya
From :
Important Note:
Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers are
received by mail before due date and time.
PART- II
PRICE BID
To
The Administrative Officer
NESAC, Umiam
Dear Sir,
I/We hereby offer to supply the stores detailed herewith/below at the price hereunder quoted and
agree to hold this offer open till ………………………………I/We shall be bound to supply the stores hereby
offered on the issue of the Purchase Order communicating the acceptance thereof on or before the expiry
of the last mentioned date. You have the liberty to accept any one or more of the items of stores tendered
for any portion of any one or more of items of such stores. I/We not withstanding that the offer in this tender
has not been accepted in whole, shall be bound to supply to you such items and such portion or portions of
one or more of the items as may be specified in the said Purchase Order communicating the acceptance.
Sl. o.
Item description
Quantity
1
NO-NO2-NOX Analyzer
1 No.
2
SO2 (Sulpher-di-oxide) Analyzer
1 No.
3
Methane-non-Methane Hydrocarbon Analyzer
1 No.
4
CO (Carbon Monoxide) Analyzer
1 No.
5
Ozone analyzer
1 No.
6
Multi-gas Calibrator
1 Set.
7
Local data acquisition station (DAS)
1 Set
8
Dual bay 19" open type Instrument rack
1 No.
9
Moisture removal (trap) system and gas
sampling system
1 Set
10
Zero Air Generator with compressor, heatless
air dyer
1 Set
11
Calibration gas aluminum cylinder with double
stage regulator and cylinder rack.
12 Nos.
12
Teflon tubes, filter and funnel
Unit price (`)
Total price (`)
1 Set
Total
Delivery Terms:
Place of delivery …NESAC, Umiam.……………………………………
I/We have understood the terms and conditions of the contract and the instructions of tenderers
annexed to the invitation to tender and have thoroughly examined the specification/drawing and/or pattern
quoted or preferred to herein and/or fully aware of the nature of stores required and my/or offer is to supply
the stores strictly in accordance with the requirements subject to the terms and conditions contained in the
purchase orders communicating the acceptance of this tender either in whole or in part.
Seal and Signature of the Tenderer
Date ……………………