GCECT_TENDER_DOC__for_FTIR

Govt. College of Engineering & Ceramic Technology
Government of West Bengal
73, Abinash Chandra Banerjee Lane, Kolkata-700010
Tele/Fax- (033) 2370 1264, 2363 3674, 2363 3675
E- mail - gcect@ rediffmail.com Website- www.gcect.ac.in
West Bengal Government Tender
TENDER NOTICE NO: 1/ 13
Sealed quotations are invited for supply of 1no FT-IR Spectrometer with accessories under
MODROBS funded by AICTE, New Delhi. Detailed Technical specification with terms and
conditions may be obtained from the Office of Govt. College of Engg & Ceramic Technology, Govt. of
West Bengal, 73, A.C.Banerjee Lane, Kolkata – 700 010 on all working days from 12.00 noon to 16.00
hrs on payment of Rs. 500/- only by demand draft in favour of “Government College of Engineering
& Ceramic Technology, Kolkata” payable at Kolkata. The tender documents can also be downloaded
from the College website www.gcect.ac.in In case tender documents are downloaded from the
website, requisite tender processing fees of Rs 500/= have to be submitted along with the quotation.
Tender will be received up to 14.00 hrs of 28th June 2013 and will be opened at 14.30 hrs on the same
day. The Officer-in-Charge reserves the right to accept / reject any or all tenders without assigning
any reason thereof.
Sd/Officer-in-Charge.
- - - - - - - - - - - - - --- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Govt. College of Engineering & Ceramic Technology
Government of West Bengal
73, Abinash Chandra Banerjee Lane, Kolkata-700010
Tele/Fax- (033) 2370 1264, 2363 3674, 2363 3675
E- mail - gcect@ rediffmail.com Website- www.gcect.ac.in
TENDER NOTICE NO: 1/ 13
GENERAL TERMS & CONDITIONS
1.
INVITATION:Sealed Tenders under two bids system are invited by the Principal, Government College of Engineering and Ceramic
Technology, 73, Abinash Chandra Banerjee Lane, Kolkata-700010
for supply of machinery, equipments,
computers including peripherals and accessories, Laptops, Photo Copier Machines, laboratory accessories,
software etc. as indicated in the enclosed tender schedule
by the manufacturers / their authorised
distributors / authorised dealers / authorised stockists / reputed suppliers in the concerned fields..
2.
FOR SPECIAL ATTENTION:All bidders are to note that tenders containing any deviation from the terms and conditions, specifications and
other requirement are liable to be rejected. The bidder who do not meet the appropriate standard of capability and
financial resources, may not be considered. The tender inviting authority reserves all rights to reject any or all
the tenders without assigning any reason and also split up the supply if necessary and to accept the tender in whole
or part. Invitation of the tender shall under no circumstances create any right, legal or otherwise in favour of the
bidder in case the tender is closed, withdrawn or cancelled before issuance of purchase order nor shall the inviting
authority be liable to explain the reason of such closure, withdrawal or cancellation of the tender.
3.
REQUEST FOR TENDER DOCUMENT:Request for tender document should be submitted to the Principal, Government College of Engineering and
Ceramic Technology along with tender processing fees of Rs. 500/- (Rupees five hundred only) by demand draft
drawn in favour of “Government College of Engineering & Ceramic Technology, Kolkata”. The tender documents
can also be downloaded from www.gcect.ac.in. In case tender documents are downloaded from the website,
requisite tender processing fees of Rs. 500/- have to be submitted along with the Quotation.
4.
COLLECTION OF TENDER DOCUMENTS:The Tender Documents shall be available from the office of the Principal, Government College of Engineering and
Ceramic Technology in the above address from 14.09.2012 to 24.09.2012 between 12.00 noon to 4.00 p.m. upon
deposit of tender fees except Saturday, Sunday and Public Holidays. The tender document is not transferable.
Request for sending tender document by post shall not be entertained.
5.
LANGUAGE OF TENDER:The tender shall be submitted in the prescribed form in English. All papers and correspondences in connection with
the tender shall be in English.
6.
VALIDITY:The validity of the offer shall be upto 31.03.2013.
7.
SCOPE OF WORK:Supply, testing, and commissioning of machinery, equipments, computers including peripherals and
accessories, Laptops, Photo Copier Machines, laboratory accessories, software etc. are strictly as per enclosed
Tender Schedule (Schedule of requirements). Supply, testing and commissioning is to be made at the Consignee’s
place as per Purchase Order.
8. EARNEST MONEY DEPOSIT (E.M.D.):Earnest Money @2% of total quoted amount is to be deposited by the bidder along with the tender documents
in the form of Demand Draft / Banker’s Cheque from a scheduled bank payable at Kolkata in favour of
“Government College of Engineering and Ceramic Technology, Kolkata”. In case of failure to supply the material,
the E.M.D. of the successful Bidder will be forfeited. The earnest money shall be forfeited in the event of
withdrawal of the tender document within the original validity period, once submitted or the successful
bidder fails to execute necessary agreement within the period specified or for submitting false, incorrect,
misleading information in the bid, mistakes, miscalculations. Exemption from depositing Earnest Money in
terms of existing Government order may be considered if requested in writing supported with necessary
documents in original. Earnest Money deposit will be released on request by the unsuccessful bidder, after
finalization of the tender and in case of successful Bidder, it will be released only after submission of Security
Deposit as mentioned in Clause No. 16 below. No interest on E.M.D. is admissible. Tender documents
without EMD will not be accepted. EMD if not submitted with the tender documents cannot be
submitted after tender documents are opened on the stipulated date of opening.
9.
SUBMISSION OF TENDER:
Tender must be submitted at the office of Government College of Engineering and Ceramic Technology, Kolkata at
the above address in
sealed cover superscribing " TENDER FOR SUPPLY
OF
…………………………(Name of item) against Tender Notice No:1/12” in bold letters. Date and time of
opening of tender document as 28.09.2012 at 2.30 p.m. is also to be mentioned on the sealed envelope. The
sealed envelope shall be submitted in tender box allotted for the purpose in the college office. The sealed
envelope must contain the technical and price bid in separate envelopes. Tenders received after expiry of
scheduled date of time shall be rejected and to be returned to the Bidders unopened.
All the tenders must be accompanied by photocopies of the following documents :a) Valid “Certificate of Incorporation”.
b) Valid “Trade Licence”.
c) Valid VAT / Sales Tax Registration. If any bidder does not fall within the ambit of VAT / Sales tax, that
shall be indicated separately with supporting documents from the competent authority.
d) PAN Card.
e) “Manufacturer’s Authorization Letter”( if the quoted item is not manufactured by the Bidder itself).
f) Income Tax Return / Trading A/c, Profit & Loss A/c and Balance Sheet / any other form of Final Accounts
of the bidder for last 3 (three) years.
g) Bidder to submit list of Purchaser(s) to whom same or similar type of item has/have been supplied
during the last 5 (five) years along with satisfactory installation & performance certificate .
h) Bidder to submit detailed list of service facilities available directly with the Bidder in Kolkata related to
all types of support, including installation, maintenance and training (e-mail, telephone, FAX, Contact
person with Mobile number).
i) Bidder to confirm availability of Spare Parts as and when required.
j) The Bidder is to confirm that the offered item shall be under WARRANTY FOR A PERIOD OF
3(THREE) YEARS from the date of satisfactory installation and performance at the premises of the
Purchaser.
k) Authorization Letter or Power of Attorney to sign the tender documents in favour of the signatory of the
bidder concern in case the bidder is a entity other than a sole proprietorship concern.
l) Sales Tax and Income Tax Clearance Certificate should be furnished by the contractors for contract value
above Rs. 50,000=00.
If the cover is not sealed & marked properly as above no responsibility will be assumed for any misplacement of the
tender or premature opening of the envelope or parcel. Bidders can send the tender by post but the college authorities
shall not take any responsibility for misplacement in the tender documents sent by post, or delay in
delivery by post. No arrangement will be made to collect tender from any delivery point other than specified in the
Tender Notice. All papers submitted with the tender must be serially numbered. Quotations submitted are to be
written in ink neatly or to be typed without overwriting/illegible writing. Words in figures must be sufficiently clear
in the quotation paper . No change in the Tender Schedule will be accepted. Rate must be quoted in the
format provided in the Tender Schedule. Literatures / Catalogues etc. should be enclosed. However, Bidders
if necessary may attach supplementary information. The Bidder must enclose a visiting card of the
organization and the authorized personnel indicating in details the registered office address as well as
contact numbers separately. The person signing the tender documents must initial correction or any other
changes. Tender will be received at the office of The Government College of Engineering and Ceramic Technology
on all working days (except Saturday, Sunday and public holidays) upto 2.00 p.m. of 28.09.2012. Tenders received
late for any reason will not be considered. Telephonic tender will not be entertained.
10. OPENING OF TENDER:Tender will be opened on 28.09.12 at 2.30 p.m. at the office of the Government College of Engineering and
Ceramic Technology, Kolkata in presence of the intending bidders / their authorized representatives, if any. If
for any administrative reason the date of opening of the tenders be a declared holiday, the tender will be opened on
the next working day at the same time and place. If the tender could not be opened on the date of opening due to
any unavoidable circumstances, the next date of opening of tender may be known from the college website.
11. EVALUATION OF TENDER:i) The purchaser will evaluate and compare the quotations determined to be satisfactorily responsive based on :a) the Bids are properly signed,
b) the bids which conform to the Laid Down terms and conditions as mentioned in the tender document,
c) the bids which are found technically suitable according to the technical specifications of the purchaser,
d) supporting documents submitted along with the bids as required in item no. 9 above under heading
“Submission of Tender” are LEGIBLE.
ii) The quotations would be evaluated separately for each item.
iii) In case tender documents are downloaded from the website and the requisite tender processing fees of
Rs. 500/- is not submitted along with the Quotation, the bid will be rejected and will not be considered for
evaluation.
The Purchaser shall be under no obligation to accept the lowest quotation. Further the college reserves the right to
reject all or any of the tenders without assigning any reasons, if any discrepancy is found in the bid.
12. DELIVERY:Free delivery of the consignment is to be made at the premises of the Govt. College of Engineering & Ceramic
Technology, 73, Abinash Chandra Banerjee Lane, Beliaghata, Kolkata-700010 within the stipulated date to be
mentioned in the purchase order and the same has to be tested /commissioned / installed immediately. Part
delivery will not be entertained.
13. ELIGIBILITY CRITERIA:Offers for all items will be accepted only from the reputed manufacturers / their authorised dealers/theirs
authorised distributors/their authorised stockists/reputed suppliers in the field for which necessary
authorization from the manufacturer shall have to submitted. Intending bidders must have to produce the
clientele list he served during last 05(five) years with documentary evidence.
14. PRICE:All tender price shall be quoted separately for Price Components and Taxes & Duties Components (Tax &
Duties Components which are required to be borne and paid by the Purchaser) . The price component should
be the basic price of the item including cost of packing, installation, commissioning, training to personnel etc., if
any. The prices quoted shall be written both in figures and words. Correction if any shall be made by
crossing and initialling with date and re-writing. In case of conflict between the figures & words latter will prevail.
The rates quoted by the Bidder shall be fixed for the duration of the contract and shall not be subject to adjustment
on any account. Each Bidder shall submit one quotation only. Conditional Discounts in the Price offered by the
Bidder will not be entertained. The prices shall be quoted in Indian rupees only. Price preference as per
existing government rules shall be given to eligible bidders.
The college will provide DSIR Certificate for availing concessional Duties (if required), after observing the
necessary formalities. The college will also provide WAY BILL in Form 50 of the West Bengal Value Added TAX
Rules, 2005 (if required) after observing the necessary formalities.
15. ACCEPTANCE OF MATERIAL/INSPECTION/QUALITY ASSURANCE:After issuance of purchase order in favour of successful bidder, the latter has to make necessary arrangement for
inspection and testing of the consignment by the tender inviting authority, i.e. Principal, Government College of
Engineering and Ceramic Technology or his representative, if he deem fit. In such case, the Principal,
Government College of Engineering and Ceramic Technology may accept only tested cleared consignment.
16. SECURITY DEPOSIT/PERFORMANCE SECURITY:Before placement of the purchase order, the successful bidder will have to submit the security deposit @ 5% of
the total order value in the form of Demand Draft drawn on any scheduled bank payable to Government
College of Engineering and Ceramic Technology, Kolkata payable at Kolkata. The purchase order will be issued
only on submission of the same. The Security Deposit shall be valid till the expiry of guarantee / warrantee period.
The Security Deposit shall be refunded within 60 days after the expiry of Guarantee / Warranty period or the
defect liability period whichever is later. The performance Security shall be forfeited in case any terms and
conditions of the contracts are infringed or the Bidder fails to make complete supply satisfactorily or fails to
complete the work within the delivery period / Completion period agreed in the contract without prejudice to the
purchaser’s right to take further remedial actions in terms of the contract or bidding documents which formed part
of the contract. No interest on security deposit is admissible. The successful bidder may opt for conversion of
the EMD into security deposit by submitting the balance amount of security deposit in the same manner as the EMD
was submitted which shall be extended till expiry of warranty period.
17. PAYMENT:100% payment shall be made to the supplier though Account Payee Cheque
a) after receipt of the ordered item(s) in full and in good condition at the premises of the Purchaser and issue of
satisfactory performance certificate by the USER,
b) after satisfactory installation of the ordered item(s) at the premises of the Purchaser and issue of satisfactory
performance certificate by the USER,
c) after satisfactory installation and commissioning of the ordered item(s) at the premises of the Purchaser and
issue of satisfactory performance certificate by the USER (as applicable).
18. GUARANTEE / WARRANTY :The warranty shall be for a period of NOT LESS THAN 3 (THREE) YEARS from the date of satisfactory
installation and commissioning of the item at the premises of the Purchaser. In case the bidder shall remain
responsible without cost to buyer for all defects in materials / spares and workmanship which may develop in normal
use and which have been called to the attention of the successful bidder prior to expiry of guarantee period, it will be
the responsibility of the bidder to take up the matter with their respective manufacturers for fulfilment of the
guarantee / warranty provisions. Duly filled in Warrantee/Guarantee card shall have to supplied in cases of
supply of all items. In case of failure on the part of the bidder to remedy the defects / replace the materials
within reasonable period (30days) in spite of due Intimation by the Principal, Government College of
Engineering and Ceramic Technology the purchaser reserves the right to remedy the defects / replace the materials at
the cost and responsibility of the bidder without further notice and the same shall be deducted from his
security deposit. In addition normal warranty as provided by the original equipment manufacturer for
replaced parts has to be extended to the purchaser.
19. LIQUIDATED DAMAGES:Liquidated Damages shall be levied in case of delay in the delivery of goods or completion of Works and shall be
levied at the rate of 2% per month of delay or part thereof. Liquidated Damages will be subject to a
ceiling of 10% of the contract price and shall be levied by way of Pre-estimated damages and not by way of
penalty.
20. INSURANCE:The Goods under supply must be fully insured against any loss or damages during transit or storage or during
commissioning or installation.
21. FORCE MAJEURE:There could be circumstances/events where the supplier/contractor may not be in a position in spite of his best
efforts, to meet the delivery/ completion schedule due to events beyond their control and not foreseeable such as
wars, riots, fires, floods, epidemics, other natural calamities, quarantine restrictions and freight embargo etc. In
such cases suitable delivery extensions based on merit of the case may be granted for arranging the delivery of goods
or completion of works on the basis of written application by the supplier / contractor at the discretion of the college
authority. Also the supplier shall not be made liable for forfeiture of performance security, liquidated damages
or termination of contract as per provisions made in the contract elsewhere due to reasons for delay mentioned
above.
22. PATENT RIGHTS:The supplier/contractor should have proper and valid licence / right to the use of and/ or supply the product/
services for their design, material or manufacturing and it’s patent, trademark or industrial design rights in
the purchaser’s country. The supplier/contractor should safeguard the interest of the purchaser from any third
party claim towards the infringement of it and indemnify the purchaser.
23. LAWS GOVERNING THE CONTRACT:i)The contract shall be governed by the laws of the Union of India in force.
ii) All disputes are subject to jurisdiction of courts of law situated at Kolkata only.
24. ARBITRATION:In the event of any question, dispute or difference arising under the conditions of Contract, or any special
conditions of contract, or in connection with the contract (except as to any matters the decision of which is
specially provided for by these or the special conditions) the same shall be referred to the sole arbitration of
an officer as per prevailing norms of Govt. of West Bengal .
25. FRAUD AND CORRUPTION:The Bidders, Suppliers, Contractors and their Subcontractors and Consultants in the contracts require to
observe the highest standard of ethics during the procurement and execution of this contract by not being
engaged in Corrupt, fraudulent, collusive, coercive or obstructive practice as generally defined. Non-Compliance of
the above will lead to rejection of proposal for award/declaring a firm or individual ineligible even for future
bidding.
26. AWARD OF CONTRACT:The purchaser shall award the contract, within the validity period of tenders, to the bidder who meets the tender
conditions in all aspects, has the necessary technical and production capabilities and financial resources and whose
bid is substantially responsive to the tender conditions and has offered the lowest evaluated cost. The
purchaser can, if so desired, depute a team of 3-4 officers to the premises of manufacturer to whom the
contract is proposed to be awarded to satisfy itself that the manufacturer has the capability to produce the
required quality. The terms of the accepted offer shall be incorporated in the purchase order.
27. INCIDENTAL SERVICES:The supplier shall be required to provide any or all of the following services, including additional services,
if any, free of cost:
(a) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods
(b) Furnishing of tools required for assembly and/or maintenance of the supplied Goods
(c) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods
(d) Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed
by
the parties, provided that this service shall not relieve the supplier of any warranty obligations under this
Contract
(e) Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation,
maintenance and/or repair of the supplied Goods/software.
28. SPECIAL TERMS AND CONDITIONS:While tenders are under consideration, bidders and their representatives or other interested parties shall
refrain from contacting by any means any persons or representatives of the purchaser, i.e., the Govt. College of
Engineering & Ceramic Technology, Kolkata on matters relating to the tender under study. The purchaser if
necessary may request for clarification of tender in writing. After the public opening of the tenders, information
relating to examination, clarification and evaluation of tenders and recommendations concerning awards shall not
be disclosed to bidders or other persons not officially concerned with this process until the successful bidder is
notified of the award of the contract.
Encl: i) Annexure A : Schedule of requirements and summary
ii) Annexure B : Summary of Quoted Price and Details of EMD submitted.
Govt. College of Engineering & Ceramic Technology
Government of West Bengal
73, Abinash Chandra Banerjee Lane, Kolkata-700010
Tele/Fax- (033) 2370 1264, 2363 3674, 2363 3675
E- mail - gcect@ rediffmail.com Website - www.gcect.ac.in
Annexure A : Schedule of Requirements
Technical specification for Spectrum Two FT-IR Spectrometer with accessories

Must have a scan range of 8300 – 350 cm-1

Should have a high-Linearity Room temperature Mid-Infrared detector (RT-MIR)

Should have rotary Michelson interferometer for fast scanning, self-compensating for dynamic alignment changes
due to tilt and shear

Long-life sealed and desiccated optical unit incorporating special design for extended desiccating life, Vibration
isolated base-plate.

The source should be long life source with hot spot stabilization; user replaceable.

The system should have a typical desiccant lifetime of 5 years at 25oC temperature and 90% relative humidity.

A real time atmospheric vapour correction (AVC) utility must be available. This should not require the collection
of reference or calibration spectra.

The system should at least have a signal to noise ratio of 9300: 1 peak-peak, 5 seconds and 32000: 1 peak-peak, 1
minute.

The system should have resolution of 0.5cm-1

Wavelength accuracy at least 0.1 cm-1 at 3000 cm-1 is essential

Wavelength precision of at least 0.01 cm-1 at 3000 cm-1.

The instrument must use USB, wireless and TCP/IP interface allows direct connection with LAN. Instrument
should have facility to be configured with wireless router communication.

The instrument should be offered with rechargeable battery pack for remote operation, chargeable from mains or
car battery and with power pack to serve as an Uninterrupted Power Supply (UPS)

Along with the main instrument, accessories like 1) Demountable Cell Mount, 2) KBr rectangular windows (Pack
of 2), 3) Assorted Rectangular Spacers, 4) 13 mm KBr Die set, 5) Potassium Bromide Pellet Holder, 6) Adjustable
Adaptor.
Software:
The software should have feature to enable the user real time update of spectral information plus results to provide faster
feedback of information data status.


A single software platform to incorporate all of the functions required for infrared analyses; instrument control,
data manipulation and analysis, and flexible report utilities.
Password – protected user login function. Access to methods, Menu, Toolbar and toolbox functions can be
controlled.

Software processing should include extensive suite of spectral processing functions with simple user interface,
examples include 1st-4th derivative with a variable filter, smooth, difference, normalization, A, %T, LOG, ordinate
modes, cm-1, nm and micron abscissa modes, +, -, *,/, base line correction, interpolate, peak find. Custom
arithmetic, processing chains and automatic data tune feature.

Single frequency, method development software including Beer, s Law and chemometric-based quantitative
prediction.

Macro editor and equations Editor must be present in the software.
Local items:
15 ton hydraulic press for KBr Pallet preparation
Govt. College of Engineering & Ceramic Technology
Government of West Bengal
73, Abinash Chandra Banerjee Lane, Kolkata-700010
Tele/Fax- (033) 2370 1264, 2363 3674, 2363 3675
E- mail - gcect@ rediffmail.com Website- www.gcect.ac.in
Annexure B : Summary of quoted price and details of EMD
submitted (To be enclosed with the bank draft)
Sl.
No.
Name of Item
Signature of Supplier
(With official seal)
Price Quoted
(Rs.)
EMD @ 2% of
quoted price
Actual Amount
of EMD
submitted (Rs.)
Details of Demand
Draft