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