Download Tender Document - Mirpur University of Science and

Survey
yes no Was this document useful for you?
   Thank you for your participation!

* Your assessment is very important for improving the workof artificial intelligence, which forms the content of this project

Document related concepts
no text concepts found
Transcript
SHORT TENDER DOCUMENT
Last Date for Submission:
02 June 2016 at 11:00 AM
Bid Opening Date:
02 June 2016 at 11:30 AM
(Tender NO: TR/P&S/1190/2016)
T e n d e r F e e ( R s . 1 0 0 0 - ) i n fa vo u r o f T r e a s ur e r M U S T M i r p u r AJ K
( M a n d a t o r y)
MIRPUR UNIVERSITY OF SCIENCE &
TECHNOLOGY (MUST), Mirpur
Websites: www.must.edu.pk
Tel no. 05827-961046, Fax no. 05827-961046
Email:[email protected]
1/12
LIST OF EQUIPMENT
Sr.
No.
Item Name
Qty
Unit Rate
Total
Cost
SLOT NO 1 (POWER SYSTEM PROTECTION-RELAYS AND THEIR OPERATION)
1
Protective Relaying Training System Complete in all
respects (Single Phase three phase 220 – 240V, 50/60)
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
including
 Distance Protection
 Diff Relay Protection
 Freq Relay
 Over/under Current relay
 Over/under Voltage Relay
 Power Direction Relay
 Over Temperature Relay
 Phase Sequence Relay
 Impedance Relay
 Current and Voltage Transformer
2
Other accessories with prices If required
3
SLOT NO 2 (POWER TRANSMISSION LABORATORY)
1
Electronic Power Transmission Training System 220240V/380-440V, 50/60HZ (Complete in all respects)
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
including
 Mobile Work Station
 Storage Shelves
 Synchronous Motor/Generator
 DC Motor/Generator
 3 Phase Transmission Line
 Related Measuring instruments
 Resistive, including, Capacitive loads
 All other accessories required
2/12
3
Sr.
No.
Item Name
Qty
SLOT NO 3 (HIGH VOLTAGE LABORATORY)
1
High Voltage Laboratory
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
 High Voltage AC-Test, System 100 kV-160 kV
3
 HV DC-Test System 120 kV-200 kV
 HV impulse generator 100 kV to 150 KV charging
voltage
 Partial Discharge Measurement System range 2 pC to
50,000 pC, 2 V to 25,000 µV
 Sphere gap with impulse voltage 140 KV, Sph. Dia
100 mm max, gap setting 90 mm max
 Corona Discharge demonstrating system or Corona
discharge test unit. Including all accessories related
to above equipment for performing the tests.
 Transformer Oil Testing Unit
2
3
4
Thyrister and Diode converters, electric
supply:380/415/220 V, 50-60Hz 4 kVA
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Low Voltage Divider, 440-220V to 110V, 350-200175(mm)
6
6
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Digital AC Peak Voltmeter
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
3/12
6
Unit Rate
Total
Cost
Sr.
No.
Item Name
Qty
Unit Rate
Total
Cost
SLOT NO 4 (ELECTRICAL MEASURING & INSTRUMENTATION LABORATORY)
1
2
 Base Platform for Controls and Instrumentation
 Oscilloscope (1.25MS/s (single channel); 500 kS/s
(two channels)), DMM (5 ½ digits). Function
Generator [(0.186Hz to 1 MHz (square and
triangle)], Variable Power Supply, Bode analyzer,
Dynamic Single Analyzer Arbitrary Waveform
generator, DIO, Impedance Analyzer, Two Wire
Current Voltage Analyzer, Three Wire Current
Voltage Analyzer including
 Basic Breadboard for Circuits and Electronics
 Complete integration with Multisim for teaching
circuits concepts
 DMM, oscilloscope and function generator probes
 DC Motor Control Board for Base Platform
 HVAC Add on Board for Base Platform
 Instrumentation and Sensors Add on Board for
Base Platform
 Robotics Kit with embedded controller
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Digital Oscilloscopes with Record Length Up to 1GB,
Key Specifications/Special Features: 100/150/200
MHz bandwidths
2 GSa/s maximum sample rate
Large 18.5-cm (7.0-inch) color display
Trigger mode: Edge/pulse width/line selectable
video/more
Record length up to 1GB
USB host and device connectivity, standard
Multiple automatic measurements
Four math functions, including FFTs standard on all
models
Mask test standard
Interface localized into multiple languages
Sequence mode (segmented memory) standard
Print to various printers via USB device port
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
4/12
03
3
Sr.
No.
3
I
Item Name
Data Acquisition:
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Data acquistion and Control Trainer Based on labview
(ver 7 or later) based programmes supplied with each
application having built in graphics display
(Oscilloscope), Meters, Lamps, animation etc. as
follows (Labview is not in scope of supply) MODEL :
XPO-DAC
Ii
Speed Sensing Transducers with all six sensors (MIT 3)
Iii
Temperature Sensing Transducers with PT100,
thermocouple J&K,thermister, Bimetallic relay,IC
sensor (MIT 6)
Strain Gauges
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
SENSOR TRAINER KIT MODEL - XPO - MIT Master
Unit with Computer Interface
Strain gauage Transducers (MIT1)
Piezo resistive transducer for pressure measurement
(0-20PSI) with mounted pressure sensor (0-30PSI) with
hand pump & bourdon pressure gage model mit-1ai
4
I
Ii
Iii
Iv
Piezo electric transducer for impact measurement with
attenuator & peak detector model mit-1b
5
Instrumentation Amplifiers:
Analog Input Channels: At least 8.0
Differential Channels: Required
Maximum Output: At least 5 +/-volts
Input Impedance: At least 0.021 M ohms
Common Mode Rejection Ratio: At least 60 dB
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Qty
Unit Rate
3
5
SLOT NO 5 (POWER DISTRIBUTION LABORATORY)
1
Power Distribution Trainer
Instrumentation and Measurement Platform
 Real Time Programmable Automation Controller
5/12
3
Total
Cost
Sr.
No.
2
3
Item Name
with dual-Core CPU and FPGA
 250 Vrms L-N, 400 Vrms L-L, Analog input, 3
channel Module (2)
 4-Channel Current Input Module 5 Arms
Measurement (14 A Peak), 50 KS/s/ch simultaneous
inputs (2)
 24V, 16 Ch digital Input (7 µs), 16 Ch Digital Output
(500 µs) Module
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Distribution systems Faults Trainer
Capable to measure various parameters voltage
current, power factor under various faults conductors
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Distributions Transformers Trainer 220/380V, 3A 3phase 4 wire plus ground, thermal magnetic circuit
breaker load lamps (250V, 25W)
Distribution Transformer Trainer (student manual)
Make: FESTO, NI, LEBOLD, TRCO or Equivalent
Note: Each trainer/equipment should have all
accessories required to perform experiments/tests
Total Amount.
6/12
Qty
3
3
Unit Rate
Total
Cost
Terms & Conditions:
1. SCOPE OF WORK
The scope of the project is to supply and Installations of Equipment and other
accessories at Mirpur University of Science & Technology (Mirpur AJ&K)
Following requirements define the scope of work of this tender.
1.1 The Selected Bidder will be responsible for the supply, installation, Integration,
testing, commissioning, maintenance and spare parts. Service provision for all
equipment/entities at MUST designated sites.
1.2 Selected Bidder must ensure that the supplied equipment is fully operational, new
and perform properly and transmission the university staff.
2. BIDS SUBMISSION REQUIREMENTS
2.1. For this tender PPRA's Rule number 36(d) `Single stage - Two Envelope Bidding
Procedure' for open competitive bidding shall be adopted.
2.2. The bidder is required to submit Bid in Single Package containing Two Separate
Envelops. Each Envelope should be labeled with the name, address and contact
number of the bidding company.
2.3.
Bidders shall submit Financial Proposals along with brochures/data sheets
explaining of the items quoted.
2.4.
Bidders shall submit a signed letter with Official stamp affixed on it as a cover
letter to the Bid/Proposal. Bids/Proposals submitted without this cover letter may
not be accepted and bids will likely to be rejected straightaway.
2.5.
Bidders shall provide Company profile, Authorization & relationship with principal
firm(s), location of branch offices, company experience in related field, technical
staff details (branch-vise), project completed, major clients' list. NTN –GS and
Registration under companies’ ordinance 1984.
2.6.
Equipment's technical details (brochures, data sheets etc.) mentioning
compliance and properly highlighting all the compliance specification as
requested/ Exceeded using florescent highlighter of quoted hardware/equipment
and material with their make, model, part number, etc.
2.7.
Bidders are required to sign all pages of submitted proposals.
2.8.
Rates quoted in the Bid should be containing all the applicable taxes in PKR
as well as vendor can optionally give the price in US Dollar. But Pak Rupees price
is mandatory.
2.9. A bank draft equal to 2% of the Total Bid Value should accompany the bid as
earnest money drawn in favor of Treasurer, Mirpur University of Science &
7/12
Technology, Mirpur AJ&K. The bid shall not be considered without earnest
money.
3. SELECTION PROCEDURE:
3.1. A one step process will be used for the selection of a bidder for the award of this
tender.
3.2. MUST's intent in issuing this Tender Document is to award a contract to the lowest
evaluated and best responsive bidder who meets specifications as laid out in
Technical Information Form I and who fulfill all Mandatory Requirements
mentioned in General Terms and Conditions. If any of the requirements or
equipment specifications is not met by the bidder, the bid will be considered as
non-responsive, and the bid of the next lowest bidder will be considered.
3.3. Final Evaluation shall be made 70% on Technical and 30 % financial basis. The
evaluation will also include marks for









Companies offices in number of cities in Pakistan
Company association with the product principal
Total Experience as well as experience against the quoted equipment
Guarantee and Backup support services / SLA of the equipment
Training for the MUST staff members for the quoted items
Quoted product certified support staff
Feedback from previous clients
Delivery period (Will be followed strictly)
Financial evaluation will be done on PAK Rupee basis
3.4. After the approval of contract award, as per The Stamp Act 1899 Article 22-A as
mentioned below a contract agreement on the stamp paper shall be executed by
the firm with selected bidder within 15 days from the date of issuance of Letter of
acceptance / supply order.
4. TERMS OF PAYMENT:
4.1.
No payment shall be made in advance to the selected bidder/ vendor as mobilization
advance.
4.2.
Ninety percent (90%) cost of equipment shall be payable to the Contractor within one month
upon successful installation, proper integration, testing & commissioning of all equipment
as per requirements of MUST, Mirpur AJ&K. in Case MUST failed to provide necessary
space or the staff member for installation of the equipment than payment will be made to
the contractor.
4.3.
Ten Percent (10%) of the payable amount against each invoice/payment will be retained
as security/retention money. 10% retained money will be released after successful
completion of 1st year warranty Services. A certificate will be issued in this regards by
MUST, Mirpur AJ&K.
8/12
4.4.
All payments shall be made through cross cheque in the Pak Rupees.
4.5.
Taxes will be deducted at source as per government rules at the time of payment
irrespective of the date of invoicing.
4.6.
The 2% earnest money of the successful bidder will be returned after the supply of
equipment of the contract within 10 days.
4.7.
MUST Technical Committee reserves the right to cancel the order, ifwork progress is not
up to the satisfaction of the Committee. If work done by third party selected in
accordance with the PPRA rules subject to the condition that if the first party has to pay
any amount in excess of the agreed amount, the difference will be recovered from the
second party.
4.8Quantity may be increased/decreased at the time of agreement/supply order.
5. LIQUITDATED DAMAGES:
5.1. In case of delay, the Technical Committee, of MUST reserves the right to suggest
to Competent Authorities for imposing a penalty not exceeding 10% of the total
amount of the contract at the rate of 1% of the bill for each week of delay.
5.2. If the work is not executed according to the satisfaction of the Technical
Committee, of MUST, the Competent Authority reserves the right to reject it
altogether or impose a penalty not exceeding 50% of the contract amount.
5.3. In case of services delay or unsatisfactory service deliver non-complying the
terms of the comprehensive warranty services, vendor performance Retention
/withheld Money will be forfeited
6. GENERAL TERMS AND CONDITIONS:
6.1
Only manufacturers/authorized dealers/suppliersfor required than 1.000 million
cost, as mentioned in Tender document can participate (documentary proof is
mandatory).
6.2
Income Tax Certificate and GST Certificate.
6.3
Authorized Dealer, Partner for all Items quoted.
6.4
Location of Offices (Islamabad/Rawalpindi/ Prominent Cities of Pakistan
geographically located near Mirpur, Azad Kashmir)
6.5
Project Execution Plan (Time Line, Resources, Dedicated Staff, Shared
Staff) if required for more than Rs. 1.000 million.
6.6. Technical/Purchase Committee
samples/equipment.
may
visit
vender’s
facility
to
check
the
6.7. An affidavit to the effect that the firm has not been blacklisted by any
Government/Semi Government organization.
6.8. The University reserves the right to accept/reject wholly or partially any tender at
any stage of the tender process with recorded reasons
9/12
6.9
Validity period of the bids shall be 4 months (120days).
6.10 The decisions of MUST will be binding on all concerned and will in no case be
challengeable at any forum or any court of law.
6.11 Bids are liable to be rejected if; they are not conforming the terms, conditions and
specifications.
6.12 During the examination, evaluation and comparison of the bids, t he MUST at its
sole discretion may ask the bidder for clarifications of its bid.
6.13 The request for clarification and the response shall be in writing/email.
6.14 Total Bid Value shall cover cost of equipment with one year warranty.
6.15 The amount submitted as Earnest Money shall be refunded to the unsuccessful
bidders after the decision of "Tender Committee" for the award of said tender.
6.16 If there is a discrepancy between unit price and total price in the submitted bid
which is obtained by multiplying the unit price and quantity, the unit price shall
prevail and total price shall be corrected. If there is a discrepancy between the
words and figures, the amount in words shall prevail. If there is a mistake in
addition/ totaling, that shall be corrected. If the bidder does not accept the
corrected amount of bid, his bid shall be rejected and his bid security forfeited.
6.17 Conditional Bids will not be entertained.
6.18 For this tender all updates/changes shall be communicated through email and
also be posted on MUST website.
6.19 In case of any dispute between the two parties of any matter arising out of after
signing the contract agreement, the case shall be referred to Vice Chancellor,
MUST whose decision shall be final and binding on both parties.
6.20 Maximum delivery time for all items is 10-12 weeks.
6.21 Bids submitted via email or fax will not be entertained.
6.22 Bidders indemnify MUST against all third
party
claims of infringement of patent
trade mark, industrial design rights arising from use of the goods of any
thereof in Pakistan.
part
6.23 Number of equipment and its parts may be increased or decreased as per MUST
requirement.
6.24 Firm may ensure the availability of parts for next 3 Years
6.25 For the final award MUST can be opt contract agreement on the basis of FOR or
C&F (LC based) by mutually agreed from both the parties.
10/12
7. MEET OR EXCEED SPECIFICATIONS
The specifications provided in this tender are the minimum requirements of MUST. The
vendors must meet/ exceed these specifications to meet the actual requirements of
MUST and its successful practical implementation. But in such a case additionally
proposed or altered specifications should clearly be highlighted to enable MUST to
clearly identify modified specifications.
8. CLARIFICATIONS
Queries regarding this tender shall be submitted in writing to:
(Sahibzada Muhammad Zahid)
Deputy Treasurer /
Secretary Central Purchase Committee
Ph: 05827-961046; Fax: 05827-961039
[email protected]
11/12
Form 1.
PROPOSAL SUBMISSION FORM
Secretary Purchase Committee
Mirpur University of Science &
Technology,
Sir,
____________________________________________ We, the undersigned, offer to
provide the Services for "Purchase of Items for MUST Office and in accordance with
your Request for Proposal (Tender Document) dated
_________ and our Proposal.
We are hereby submitting our Financial Proposal along with Technical compliance,
sealed in envelope.
We understand you are not bound to accept any Proposal you receive and reserves
the right to accept or reject any offer and to annul the bidding process and reject all
proposals without assigning any reason or having to owe any explanation whatsoever.
The decision of evaluating committee shall be final and cannot be challenged on any
ground at any forum and the evaluating committee will not be liable for any loss or
damage to any party acting in reliance thereon.
We remain,
Yours' sincerely
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
12/12