khwaja fareed university of engineering & information...
TRANSCRIPT
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-013
Supply of Control Systems Laboratory Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-013
Supply of Control System laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Control System Laboratory Equipment” as provided at Annex ‘A’.
The supplier will be responsible for delivery, installation and commissioning of all
specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Taqi Rahim, Tel. # 0333-3322489
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Control System laboratory Equipment
Sr.
No Item Name Specifications QTY
01 Servo Fundamentals
Trainer
Minimum Performance Characteristics
Mechanical unit in open board format that carries the
mechanics of the system plus support electronics. The
unit must have the following features:
• Permanent magnet motor with armature current sensing.
• Tachogenerator 2.5 volts/1000 rpm
• Magnetic eddy current brake.
• Input and output potentiometers.
• Switchable three figure LCD display of speed or voltage.
• Two-phase incremental position & speed encoder.
• Six bit absolute encoder (Gray code).
• Power amplifier – linear and pwm.
• Self–test for motor drive.
An electronic unit in open board format providing all
electronic circuitry required to perform a wide range of
analogue and digital control assignments from basic
principles through to transfer function analysis. The
unit must have the following features:
• Front panel mimic diagram.
• Four input error amplifier.
• Analogue and digital controllers, both able to implement
full PID with variable gains.
• Digital controller uses embedded microprocessor with
minimum sample rate of 125 Hz.
• Interface for incremental and absolute encoders with led
indicators.
• Single amplifier configurations possible.
• Four channel A/D data acquisition system.
• Microprocessor has two channel A/D and one channel
D/A, including pwm.
• Variable amplitude sweep function generator with sine,
square and triangle outputs. • USB2 interface for data
acquisition and controller configuration.
A Real-time Windows-based software that provides
all required real-time instrumentation and teaching
assignments. Instruments to include data logger and
transfer-function analyser. Complete with background
and theory material together with step by step
connection and practical instructions.
A suitable power supply
02
9
Experiments Included:
Operational Amplifiers
Analogue Transducers
Motor and Eddy Current Brake
Positive and Negative Feedback
Gain and Stability
Velocity Feedback
Following Error
System Time Constant
Closed Loop Position and Speed Control
Analogue Controllers (PID)
Feed-Forward Systems
Analogue to Digital Conversion
Digital Speed and Position Measurement
Absolute and Incremental Encoders
Digital Controllers
Open and Closed Loop Transfer Functions
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document.
02 Complete Modular
Servo System
Minimum Performance Characteristics
Operational Amplifier Unit: A general purpose amplifier
with multiple inputs and various feedbacks
Attenuator Unit: Twin calibrated potentiometers
Pre-Amplifier Unit :2 input channels, push-pull output,
Gain = 25,switched defined time constant network
Servo Amplifier:
Power Supply: input 220 AC, 50hz. Output 24vDC 2A.
15v, 150mA dc op. 9v-0-9v at source freq for ac op
dc Motor Unit: Permanent magnet motor. Must include,
inertia Disk, Hexagonal spacer with hubs & collars and a
03
10
30mm long shaft
Simulated Relay Unit:
Input & Output Potentiometers: Semi-precision, servo-
type potentiometers, mounted and fitted with calibrated
position indicating dials
Differential Synchro: A compatible and relevant synchro
of standard mechanical dimensions
Loading Unit: Complete with Brake disc (thin). A fitting
for the shaft mounts the aluminum disc which runs
between the poles of a separately mounted permanent
magnet
Sample and Hold Unit: Consists of zero order hold circuit
and compatible pulse generator with operating range of 0.1
to 100Hz
Synchro Transformer Unit: A compatible and relevant
synchro of standard mechanical dimensions and fitted with
calibrated position-indicating dial including a stroboscopic
disc; must be coupled directly to the motor low-speed
output shaft by the Feedback coupler provided
Modulator/Demodulator:
Synchro Transmitter Unit: A compatible and relevant
synchro of standard mechanical dimensions. Must include
auxiliary drive motor, the armature of which is energized
by an emitter follower, the speed being controlled by a
potentiometer. The maximum speed = 80 rev/min.
ac Motor: A two-phase ac induction motor which connects
via a 12-way plug to the servo-amplifier
ac Pre-Amplifier:
ac Compensator Unit:
Reduction Gear Tacho Unit: a 30/1 ratio speed reduction
gearbox and a dc tacho-generator driven from the high
speed input shaft
PID Unit: A proportional plus integral plus derivative
control unit
Experiments Included:
Operational Amplifiers
Motor Speed Characteristics
DC Error Channel
Simple Position Control
Closed-Loop Position Control
Simple Speed Control
Dead band and Step Response
Velocity Feedback
Analysis of Simple Position Control
Speed Response
Position Response
Closed-Loop Frequency Response
Measurement of Motor Time Constant
11
Measurement of Velocity Error Constant
Frequency and Transient Response
Measurement of Following Error
Stability Considerations and the Use of Lead
Lag and Combined Networks
Tacho-Generator Feedback and its Effects on
System Performance Including Acceleration
Feedback
Linearization of System
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
03 Simulation
Computers
Specifications:
500 GB hard disk or more
8gb DDR3 RAM or more
I7, 6th
gen or equivalent
21-inch widescreen LED or better.
Suitable peripherals, specifically HIDs
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
15
12
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
04 Linear Inverted
Pendulum Trainer
Experiments:
Introduction
Inverted Pendulum Classification
Inverted Pendulum Properties
Controller Design Method
Encoder Principle and Application
1-Stage Linear Inverted Pendulum System Model
1-Stage Linear IP Root Locus Control Experiment
1-Stage Linear Inverted Pendulum Frequency Response
1-Stage Linear IP PID Control Experiment
PID Control Experiment
State Space Pole Placement Control Experiment
Linear Quadratic LQR Optimal Control Experiment
1-Stage Linear IP Swing Up Experiment
Technical Features:
Motor: DC
Optical Encoder: 1000 lines/revolution
Rotary Potentiometer
Intelligent Motion Controller
PID control module
Digital Encoder module
DC power supply module
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
01
13
05
Control Trainer PID
Based
Experiments Included:
Study of the Rotational Sensor
Study of the Temperature Sensor
Study of the Photo Sensor
ON-OFF, P, PI, PD and PID Closed Loop Control of the
Temperature
P, PI, PD and PID Closed Loop Control of the Rotational
Sensor
ON-OFF, P, PI, PD and PID Closed Loop Control of the
Photo Sensor
Technical Features:
Thermal Sensors: PT100, Bi-metallic Direct Reading
Rotational Sensor Interface: F/V Converter with Offset
and Gain Control
Temperature Sensor Interface: DC Amplifier with Offset
and Gain Control
Photo Sensor Interface: CDS based sensor with
disturbance control
ON/OFF Control: Comparator with Hysteresis Control
Analog Source: 0 ~ +10V, 0 ~ ±10V
PID Controller: Proportional, Integral & Differential
Control with Feedback
PWM Controller / Driver: DC to PWM Driver with DC
Level Offset Control
Motor Driver: Motor Driver with opto-interrupter sensor
output
Heater Driver: DC to PWM Driver with DC Level Offset
Control
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
02
14
Annex ‘B’
Supply Control System laboratory Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Servo Fundamentals Trainer 02
2 Complete Modular Servo System 03
3 Simulation computers 15
4 Linear Inverted Pendulum Trainer 01
5 Control Trainer PID Based 02
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
15
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax
numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment.
Failure to submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the
BOQ.
X. Signed and stamped Tender document.
16
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF CONTROL SYSTEM OF ELECTRICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-014
Supply of Communication Laboratory Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-014
Supply of Communication laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Communication Laboratory Equipment” as provided at Annex ‘A’.
The supplier will be responsible for delivery, installation and commissioning of all
specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Mannan Hassan, Tel. # 0302-7708700
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Power Transmission & Distribution laboratory Equipment
Sr.
No Item Name Specifications QTY
01
Communication
Trainers
Technical Specifications:
A self-contained, open-based telecommunications
trainer Hardware Kit
All modules operate from +5 V and ±15V dc
supplied from the systems power supply provided
To be used for teaching the principles of modulation
and coding principles.
The board to operate with a Real Time Access
Terminal (RAT) enabling connection to a PC via a
USB or Peripheral port.
To be supplied with interactive software which
includes teaching curricula and PC-based
instrumentation
The PC-based instruments to be allowed to be
opened all at the same time in a Windows
environment.
PC-based instruments to include all of the following:
Oscilloscope, Spectrum Analyzers, Frequency
Meter, Voltmeter, Phase Meter and Gain Phase
Meter.
The Phase Meter can be used as a constellation
meter in 16, 64 and 256 QAM experiments.
Curriculum to cover analogue and digital
modulation.
To be supplied with an experimental manual.
Experiments Included:
Signals in the Time and Frequency domains
Sampling and Time Division Multiplexing
Amplitude Modulation
AM with Suppressed Carrier
SSB Generation with an IQ Modulator
Amplitude Shift Keying (ASK)
Frequency Modulation with an IQ Modulator
Frequency Shift Keying (FSK)
Phase Modulation
Phase Shift Keying (FSK)
Multi-state Phase Shift Keying
Quadrature Amplitude Modulation (QAM)
10
9
Uncoded Binary Data Formats
Bi-phase Data Format
Alternate Mark Inversion
Word Synchronization
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc.
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document.
02 Oscilloscope
Technical Specifications:
1. 500/350/250/150MHz with 2/4 Channels
2. 5GSa/s RT or 100GSa/s ET Sampling Rate
3. Independent Memory for Each Channel
4. VPO Technology
5. Large 8-inch 800x600 Display
6. Split Screen Function
7. 3 Built-in Impedances (50Ω/75Ω/1MΩ)
8. Power Analysis Software (Optional)
9. Serial Bus Analysis Software for I2C, SPI and UART
(Optional)
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
05
10
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
03 Spectrum Analyzer
Technical Specifications:
1. Frequency Range: 9kHz ~ 3GHz
2. High Frequency Stability: 0.025ppm
3. 3dB RBW: 1Hz ~ 1MHz
4. 6dB EMI Filter: 200Hz, 9kHz, 120kHz, 1MHz
5. Phase Noise: -88dBc/Hz @1GHz, 10kHz Offset
6. Built-in Measurement Functions: 2FSK Analysis,
AM/FM/ASK/FSK Demodulation & Analysis, EMC Pre-
test, P1dB point, Harmonic, Channel Power, N-dB
bandwidth, OCBW, ACPR, SEM, TOI, CNR, CTB,
CSO, Noise Marker, Frequency Counter, Time Domain
Power, Gated Sweep
7. Built-in Spectrogram and Topographic Display Modes
8. 886MHz IF Output for User’s Extended Applications
9. Remote Control Interface: LAN, USB, RS-232, GPIB
(Optional)
10. Built-in Preamplifier, 50dB Attenuator, and Sequence
Function
11. Optional 6GHz Power Sensor, Tracking Generator,
Battery Back
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
01
11
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
04 Function generator
Technical Specifications :
Wide frequency range from 1Hz to 80/50MHz
High 200MSa/s sampling rate
16-bit Amplitude Resolution
Output from any section of 1M-point-long waveform
4.3" high resolution LCD display/on-screen
help/Impedance switch
Four ways to generate arbitrary waveform: Front Panel
Operation
CSV file uploading, Direct Waveform Reconstruction
(DWR), Arbitrary
Waveform Editing PC Software
USB, RS-232, GPIB interface support
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
05
05 Digital Multimeters
Experiments Included:
Minimum Performance Characteristics
AC Volts: 200mV — 750V
DC Volts: 200mV — 750V
10
12
AC Current: 2001A — 10A
DC Current: 2001A — 10A
Resistance: 200ohm — 20M ohm
Frequency: 2KHz — 10MHz
Capacitance: 2nf — 20uf
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
1. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document.
06 Analog Multimeters
Minimum Performance Characteristics
Power Supply: 2x1.5V (UM-3), 1x9V
DC V Range: 0.1 V to 1000V
AC V Range: 10V to 750V
R- Range: X1, X10, X100, X1K, X10K
DC A: 50uA to 10A
Diode and fuse Protection
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
10
13
the quantity of Goods/Items/Equipment mentioned in this tender
document
07 AM / FM Radio
Trainer
Specification:
Tunable center frequency from 50 MHz to 2.2 GHz; 40 MHz
real-time bandwidth option
2x2 MIMO with the ability to expand to higher channel count
systems
DSP-focused Software based FPGA programmable with the
software FPGA Module
Optimized RF performance with the software FPGA Module
High-speed, low-latency PCI Express x4, 800 MB/s connection to
the host
Windows 7,8/Vista/XP compatibility, 2-year extendable
warranty
Included Accessories
1. PCIe - MXI Express Interface Kit
2. International Power Cords for USRP RIO
3. 2 x 144 MHz, 400 MHz, 1200 MHz , Tri Band Vertical
Antenna
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
02
08 Regulated DC Power
Supplies (30V,3A)
Minimum Performance Characteristics
Triple-Output DC Power Supply, 30V/3A(Variable)
12V/0.5A(Fixed), 5V/0.5A(Fixed) Digital Volt and Ampere
meters.
Fine and course voltage adjustment 0-30V
Current adjustment: 0-3A.
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
10
14
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
15
Annex ‘B’
Supply of Communication Laboratory Equipment
Annex ‘C’
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Communication Trainers 10
2 Oscilloscope 05
3 Spectrum Analyzer 01
4 Function generator 05
5 Digital Multimeters 10
6 Analog Multimeters 10
7 AM / FM Radio Trainer 02
8 Regulated DC Power Supplies
(30V,3A) 10
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
16
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax
numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment.
Failure to submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the
BOQ.
X. Signed and stamped Tender document.
17
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF COMMUNICATION LABORATORY EQUIPMENTS OF
ELECTRICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-015
Supply of Micro Processor & Micro Controller Laboratory
Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-015
Supply of Micro Processor & Micro Controller laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Micro Processor & Micro Controller Laboratory Equipment” as
provided at Annex ‘A’. The supplier will be responsible for delivery, installation and
commissioning of all specified items, wherever required, at the Khwaja Fareed University
of Engineering & Information Technology, Rahim Yar Khan. This document provides
complete instructions for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Affifa Adeeb, Tel. # 0346-8830908, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Micro Processor & Micro Controller laboratory Equipment
Sr.
No Item Name Specifications QTY
01
Micro Processor
Training System
(8086)
Technical Features:
Motherboard:
High speed Intel 8086/80186 Compatible Processor
Compatible withlatest Microsoft windows
16KB or more Flash/EPROM
64 Digital I/O lines or more
2XRS-232 Ports with USB – USART interface
Software for program uploading / execution
Watchdog Timer
3X16 Bit Timer Channels or more
Selected PC BIOS Functions
Full Address/Data Expansion Bus
Software:
Borland C/C++ 4.5 or later Compiler
Sample Code
.net based control program
External I/O Interface Board:
8-Bit A/D Converter
8-Bit D/A Converter
128X64 Graphical LCD or equivalent
16X4 Character LCD or more
Four 7-Segment Displays or more
8-Bit Monitor LEDs or equivalent
DC Motor with optical encoder, direction control &
PWM control
Stepper motor with drive circuit
R/C Servo motor with drive circuit
Programmable Peripheral Interface 82C55
4X4 Matrix Keypad with 5-way joystick
16X8 Dot Matrix LED Display
Experiments Included:
1. Controlling the Processor I/O Ports
2. Programmable Peripheral Interface (PPI)
3. Address Decoding of an I/O Device
4. Study of USART 0/1 Device
5. Controlling Character LCD
6. Controlling Graphical LCD
7. Controlling Keypad and Joystick
8. Direction Control of DC Motor
9. Direction Control of Stepper Motor
10. To Control Direction of R/C Servo Motor
11. Control of 8-Bit A/D Converter
12. Control of 8-Bit D/A Converter
10
9
13. To Study Working of Dot Matrix Led Display
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One Year Parts and Labour warranty for all components on
site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document.
02 32-Bit Microprocessor
Trainer
Technical Features:
Motherboard:
High speed 32-bit microprocessor
Compatible withlatest Microsoft windows
415K Flash or more
60 Digital I/O lines or more
1 RS-232 Port with USB – USART interface
PC Console Port for program uploading / execution
3 PC Compatible Counter/Timer Channels
Watchdog Timer
Programmable Hardware Clock Generator
Calendar
Selected PC BIOS Functions
Full Address/Data Expansion Bus
Battery Backup for Clock/Calendar
External I/O Interface Board:
128X64 Graphical LCD or equivalent
16X4 Character LCD or equivalent
4X 7-Segment Displays or equivalent
16-Bit Monitor LEDs or equivalent
DC Motor with optical encoder, direction control &
PWM control
Stepper motor with drive circuit
R/C Servo motor with drive circuit
Programmable Peripheral Interface 82C55
4X3 Matrix Keypad with 5-way joystick
16-bit Relay Driver
2X SPI – USART devices
05
10
Application Modules:
8-Channel 12-Bit A/D Board
4-Channel 12-Bit D/A Board
16X8 Dot Matrix LED Display Board
8-Channel Relay Control Board
Experiments Included:
1. Controlling the Processor I/O Ports
2. Programmable Peripheral Interface (PPI)
3. Communication with PC using UART
4. Address Decoding of an I/O Device
5. Controlling Character LCD
6. Controlling Graphical LCD
7. Controlling Keypad and Joystick
8. Direction Control of DC Motor
9. Direction Control of Stepper Motor
10. To Control Direction of R/C Servo Motor
11. Study of SPI-UART Device
12. Control of 8-Channel 12-Bit A/D Converter
13. Control of 4-Channel 12-Bit D/A Converter
14. To Study Working of Dot Matrix Led Display
15. Control of SPDT Relays using 16-Bit Relay Driver
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One Year Parts and Labour warranty for all components on
site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document.
03
Universal 8-Bit
Microcontroller
Trainer/Development
Board
Technical Features:
Main Motherboard:
8-bit A/D Converter
8-bit D/A Converter
128X64 Graphical LCD
16X4 Character LCD
Four 7-Segment Displays or more
8X Monitor LEDs
2X I2C EEPROM Interface or more
DC Motor with optical encoder & direction control
08
11
Stepper motor with drive circuit
R/C Servo motor with drive circuit
Programmable Peripheral Interface 82C55
5X4 Matrix Keypad
2X Interrupt Source
8-Bit DIP Switches
Serial Port Interface
USB Programmer for AVR, PIC and 8051 Devices
Interface Connector for Plug-In Board (AVR/PIC/8051)
Compatible with latest Microsoft windows
Experiments Included:
1. Trainer Introduction
2. Device Introduction (8051/AVR/PIC)
3. Device Programming using Universal Programmer
4. Seven Segment Display control
5. 2-Dimensional Key-pad control
6. External interrupt and Timers
7. A/D and D/A converters
8. Character LCD
9. Graphical LCD
10. Computer Interfacing
11. DC Motor control
12. Stepper Motor control
13. Servo Motor control
14. Programmable Peripheral Interface
15. I2C EEPROM
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One Year Parts and Labour warranty for all components on
site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
12
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document.
04 16-Bit Microcontroller
Trainer Kit
Features
• Single board design with various resources
• Excellent training platform for embedded applications
• Software development tools include assembler and ‘C’ compiler
• Easy adaptability to different versions of microcontroller in the
same family
Specifications
• Four 7-segment LED display or more
• Experimental board for 40/28/18 pin PIC/other equivant
microcontroller family
• In-system programming (ISP) facility via PIC Flash-ISP/PIC-
ICD-II/ICD-2
• In-system debugging / programming facility via interface
• On-board RS232 compatible serial interface
• 4×4 matrix keyboard oeequivant
• 16×2 alphanumeric LCD connector (4-bit interface) or more
• I2C EEPROM (24Cxx)
• Real time clock with battery and SRAM
• All port-pins available on 10-pin box header
• User selectable pull-up/pull-down on all ports
• 32 LEDs on each port pin or more
• 8-high current output port for external loads
• One or more 12V relay and buzzer
• Infrared remote control receiver
• Eight 10-bit A/D converter, two 10-bit D/A converter
• 24 push button interface to port pins with logic 0/1 selection
ICs supported
• Suitable and compatible single on chip 16-bit ICs
Installable software on CD
• Programmers notepad free, open source, text editor
• ISP programmer software
01
13
• Windows based IDE & C compiler
• Sample programs for peripherals
Experiments
1. Study of dancing light
2. Study of analog to digital converter
3. Study of real time clock
4. Study of counter using 7-segment display
5. Study of matrix keyboard test program
6. Study of I2C EEPROM test program
7. Study of serial port test program
8. Study of LCD test program
9. Study of relay test program
10. Study of remote control test program
Points of Consideration
1. All items must be of North American, western Europe or
Japanese manufacturer.
2. One Year Parts and Labour warranty for all components on
site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
14
Annex ‘B’
Supply Micro Processor & Micro Controller laboratory
Equipment
(Bid Form)
Annex ‘C’
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Micro Processor Training System
(8086) 10
2 32-Bit Microprocessor Trainer 05
3 Universal 8-Bit Microcontroller
Trainer/Development Board 08
4 16-Bit Microcontroller Trainer Kit 01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
15
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax
numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment.
Failure to submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the
BOQ.
X. Signed and stamped Tender document.
16
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF MICROPROCESSOR & MICRCONTROLLER LABORATORY
EQUIPMENTS OF ELECTRICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-016
Supply of Power Transmission & Distribution
Laboratory Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-016
Supply of Power Transmission & Distribution laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Power Transmission & Distribution laboratory Equipment” as
provided at Annex ‘A’. The supplier will be responsible for delivery, installation and
commissioning of all specified items, wherever required, at the Khwaja Fareed University
of Engineering & Information Technology, Rahim Yar Khan. This document provides
complete instructions for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Dr. S. M. Zafar Iqbal, Tel. # 0346-4081077, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Power Transmission & Distribution laboratory Equipment
Sr. No Item Name Specifications QTY
01
TRAINER FOR
POWER
GENERATION
SYSTEM
TRAINER FOR POWER GENERATION SYSTEM
Programmable Automation Controller or equivalent
based platform for Power Generation System
Menu driven navigation through Labs
Interactive monitoring and control over any modeled
process
Export of results in MS Excel Format
Complete integration with PAC and LabVIEW relevant
software platform
Instrumentation and Measurement Platform
Real Time Controller with 1.33 GHz Dual-Core CPU and
70T FPGA
250 Vrms L-N, 400 Vrms L-L, Analog Input, 3 Channel
Module
4-Channel Current Input Module 5 Arms measurement
(14 A peak), 50 kS/s/ch simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch Digital Output
(500 µs) Module
Experiments Covered
1. Power Generation Principles
2. Mechanical Energy
3. Generator Excitation
4. Rectifier Diode
5. Load Characteristics
6. Frequency Regulation
7. Voltage Regulation
8. Reactive Power Compensation
9. Unbalance
10. Over current Protection
11. Overvoltage Protection
12. Under voltage Protection
13. Under/over Frequency Protection
14. Reverse Power Protection
Points of Consideration
1. All items must be of North American, Western Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
01
9
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
02
TRAINER FOR
POWER
TRANSMISSION
SYSTEM
TRAINER FOR POWER TRANSMISSION SYSTEM
Programmable Automation Controller or equivalent
based platform for Power Transmission System
Menu driven navigation through Labs
Interactive monitoring and control over any modeled
process
Export of results in MS Excel Format
Complete integration with PAC and LabVIEW relevant
software platform
Instrumentation and Measurement Platform
Real Time Controller with 1.33 GHz Dual-Core CPU and
70T FPGA
250 Vrms L-N, 400 Vrms L-L, Analog Input, 3 Channel
Module
4-Channel Current Input Module 5 Arms measurement
(14 A peak), 50 kS/s/ch simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch Digital Output
(500 µs) Module
Experiments Covered
1. Phase Sequence
2. Real Power and Reactive Power
3. Phase Angle and Voltage Drop Between Sender and
Receiver
4. Determination of the Voltage Transformation Ratio of the
Transformer operating at no-load
5. Measurement of the effect of the load type and magnitude
on the performance of the secondary voltage
6. Measurement of the voltages in no‐load operation
7. Transmission losses
8. Power Line Series Compensation
9. Measurement of current and voltage ratios of a
transmission line with mixed ohmic‐inductive and pure
inductive loads
10. Measurement of the current and voltage ratios of a
transmission line with mixed ohmic‐capacitive and pure
capacitive loads
11. Measurement of the current and voltage ratios of a
transmission line during a three‐phase short‐circuit
12. Measurement of the earth‐fault current and the voltage
rise of the faulty phases
13. Measurement of the fault currents of asymmetrical
short‐circuits
14. Measurement of the current and voltage ratios of a
01
10
transmission line during a three‐phase short‐circuit
15. Earth-fault protection
16. Line distance protection
Points of Consideration
1. All items must be of American, European or Japanese
manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
03
TRAINER FOR
POWER
DISTRIBUTION
SYSTEM
TRAINER FOR POWER DISTRIBUTION SYSTEM
Programmable Automation Controller or equivalent
based platform for Power Distribution System
Menu driven navigation through Labs
Interactive monitoring and control over any modeled
process
Export of results in MS Excel Format
Complete integration with PAC and Lab VIEW relevant
software platform
Instrumentation and Measurement Platform
Real Time Controller with 1.33 GHz Dual-Core CPU and
70T FPGA
250 Vrms L-N, 400 Vrms L-L, Analog Input, 3 Channel
Module
4-Channel Current Input Module 5 Arms measurement
(14 A peak), 50 kS/s/ch simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch Digital Output
(500 µs) Module
Experiments Covered
1. Operating of a Switching Station with Two Busbars and
Different Voltages
2. Busbar Transfer with Interruption of the Power Supply to
the Consumer
3. Busbar Coupling and Bus Transfer without Interruption
of the Power Supply to the Consumer
4. Switching Sequence for Disconnectors and Power Circuit
Breakers
01
11
5. Busbar Changeover without Interruption f the Branch
6. Investigation of Single-, Double- or Triple-Pole Short
Circuit
7. Overcurrent Protection
8. Transformer Differential Protection
Points of Consideration
1. All items must be of American, European or Japanese
manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
04
TRAINER FOR
POWER SYSTEM
PROTECTION
RELAYS
TRAINER FOR POWER SYSTEM PROTECTION
RELAYS
PXI and PAC or equivalent based platform for Power
Protection System
Menu driven navigation through Labs
Interactive monitoring and control over any modeled
process
Export of results in MS Excel Format
Complete integration with PAC and Lab VIEW relevant
software platform
Instrumentation and Measurement Platform
Dual core PXI Express controller with PXI Express
Chassis
24V Industrial Digital I/O module with sourcing and
sinking
61/2digit PXI DMM and Tipple output programmable DC
power supply
Real Time Controller with 667MHz Dual-Core CPU and
Artix 7 FPGA
250 Vrms L-N, 400 Vrms L-L, Analog Input, 3 Channel
Module
4-Channel Current Input Module 5 Arms measurement
(14 A peak), 50 kS/s/ch simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch Digital Output
(500 µs) Module
Experiments Covered
01
12
1. Indicating Relay
2. Auxiliary Relay
3. Time Relay
4. Under voltage Relay
5. Overvoltage Relay
6. Over current Relay
7. Reverse Power Protection
8. Line Distance Protection
9. Under voltage Protection
10. Under voltage Protection (with Generator)
11. Overvoltage Protection
12. Overvoltage Protection (with Generator)
13. Under and Overvoltage Protection
14. Under and Overvoltage Protection (with Generator)
15. Over current Protection
16. Over current Protection (with Generator)
17. Study of 3-Phase Over current, 3-Phase Directional
18. Current Cutoff Protection
19. Current Cutoff Protection (with Generator)
20. Over current and Current Cutoff Protection
21. Over current and Current Cutoff Protection (with
Generator)
22. Transformer Differential Protection
23. Thermal Relay Protection
24. Study of the 3-Phase Undercurrent Protection
25. Study of the Earth Over current Protection
26. Study of the Voltage Controlled Over current
27. Study of the Negative Phase Sequence Over current
28. Study of the Residual Overvoltage Protection
29. Study of Over/Under Frequency protection
30. Study of Directional Power Protection
Points of Consideration
1. All items must be of American, European or Japanese
manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
13
05
ADDITIONAL
PROTECTION
RELAYS
ADDITIONAL PROTECTION RELAYS
Features
The inputs should be protected for over-voltage, AC and DC.
Protection Relays
Over Voltage Relay
Under Voltage Relay
Over Current Relay
Under Current Relay
Time Relay
Indicating Relay
Auxiliary Relay
Points of Consideration
8. All items must be of American, European or Japanese
manufacturer.
9. One- Year Parts and Labour warranty for all components
on site.
10. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
11. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
12. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
13. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
14. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
15. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
01
06
TRAINER FOR
POWER QUALITY
ANALYSIS
TRAINER FOR POWER QUALITY ANALYSIS
The trainer should be equipped with:
A complete set of Power Quality Analyzer ready-to-run system
Software for logging, analysis, and client software for live
viewing of power quality data
Hardware:
400MHz, 256MB RAM, 512MB nonvolatile storages for data
logging Simultaneous 24-bit ADC technology with sample rate
up to 50kS/s per channel Antialiasing Filters
Software:
Power and Energy Monitor (IEC 61000-4-30 Standard)
Voltage Monitor including Flicker meter (EN 50160 Standard)
Symmetrical component analyzer of 3-phase system (IEC EN
61000-4-15)
Half period RMS Monitor
Harmonics Measurement (IEC 6100-4-7 Standard)
Points of Consideration
1. All items must be of American, European or Japanese
01
14
manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
The Purchaser reserves exclusive rights to decrease or increase
the quantity of Goods/Items/Equipment mentioned in this tender
document
07
EQUIPMENTS AND
INSTALLATIONS &
WIRING
EQUIPMENTS AND INSTALLATIONS & WIRING
Connecting wires should be provided with all trainers
Complete accessories should be provided with each
system
Installation & Commissioning should be included with
each system
Training should be provided on each system
Points of Consideration
1. All items must be of American, European or Japanese
manufacturer.
2. One- Year Parts and Labour warranty for all components
on site.
3. Quoted hardware must be compatible with lab power
supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions
of service agreements for the supplied hardware equipment
after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized
dealers should mention their service and warranty setup,
details of qualified engineers, etc
6. Please mention the country of origin / manufacturing /
assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor /
Assembler to provide verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to decrease or
increase the quantity of Goods/Items/Equipment mentioned
in this tender document
01
15
Annex ‘B’
Supply of Power Transmission & Distribution laboratory
Equipment
(Bid Form)
Annex ‘C’
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Trainer for power generation system 01
2 Trainer for power transmission system 01
3 Trainer for power distribution system 01
4 Trainer for power system protection
relays 01
5 Additional protection relays 01
6 Trainer for power quality analysis 01
7 Equipments and installations & wiring 01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
16
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
17
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF POWER TRANSMISSION & DISTRIBUTION LABORATORY
EQUIPMENTS OF ELECTRICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-017
Supply of Engineering Mechanics Laboratory
Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-017
Supply of Engineering Mechanics Laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Engineering Mechanics Laboratory Equipment” as provided at
Annex ‘A’. The supplier will be responsible for delivery, installation and commissioning
of all specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Yasir Hussain Siddiqui, Tel. # 0334-8055132, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Engineering Mechanics Laboratory Equipment
Sr. No Item Name Specifications QTY
01
Bearing Friction
Apparatus (Complete
with all accessories to
perform experiments)
Specifications:
Floor standing unit to investigate journal bearing performance.
Variable speed arbor with inverter drive, digital tachometer,
digital temperature measurement by thermocouple, set of bearing
with shaft sleeves, loading by weights and lever system.
Tool kit must be provided with the unit. Instructor manual, student
manual, and maintenance manuals must be supplied with the unit.
Origin of apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
02
Conservation of
Angular Momentum
Apparatus (Complete
with all accessories to
perform experiments)
Specifications:
(a) Flywheel Apparatus Vertical shaft
Wall mounted unit to investigate acceleration and inertia. Wall
bracket carrying ball bearing mounted shaft with precision
machine steel flywheel, load cord and load hanger.
(b) Moment of Inertia Apparatus
Wall mounted unit with a set of flywheels, wide rim flywheel,
flywheel with variable radius of gyration, light cord, load hanger
and spanners.
(c) Linear and Angular Speed Apparatus
Apparatus is used to determine the relationship between linear
and angular speed. Wall mounted unit to investigate the
relationship between linear and angular speed. Three steps shaft
on axel, each step with fine cord and adjustable mass, hand wheel
with locking pin.
A personal Computer if required should be provided with the
software compatible with the unit.
Tool kit must be provided with the unit. Instructor manual, student
manual, and maintenance manuals must be supplied with the unit.
Origin of apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
03
Extension of Wires
(Hook’s Law
Apparatus)
(Complete with all
accessories to
perform
experiments)
Specifications:
Wall mounted apparatus to determine Hook’s Law and Young’s
Modulus of Elasticity. Wires with different materials (e.g; Copper,
Aluminum, Brass, Steel etc.) should be provided. Tool kit must be
provided with the unit. Instructor manual, student manual, and
maintenance manuals must be supplied with the apparatus. Origin
of apparatus should be of Japan, USA, Spain, Canada, Germany or
UK.
01
04
Extension of Springs
Apparatus (Complete
with all accessories to
perform experiments)
Specifications:
It is a wall mounted apparatus. Single coiled extension springs
with looped ends up to 150-200mm long and 35-40mm in
diameter. Integral extension scale and indicator for accurate
extension measurements. The indicator can be moved up and
down the load hanger shaft. Calibrated weights set and hanger
should also be provided. Variety of other springs with varying
lengths and diameters can also be provided. Set of five extension
01
9
springs should be provided. Set of conical springs with adopter
and load hangers should also be provided. Extension springs of
different materials (e.g; Brass, Steel, Aluminum, Copper etc.)
should be supplied.
Tool kit must be provided with the unit. Instructor manual, student
manual, and maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
05
Compression of
Springs Apparatus
(Complete with all
accessories to perform
experiments)
Specifications:
It is a wall mounted apparatus. A single coiled compression
spring with industry standard ground ends up to 150-200mm long
and 35-40 mm diameter. At the upper end of the spring, rests a
profiled boss attaches to the load hanger. An integral compression
scale and adjustable compression indicator should be provided.
Variety of other springs with varying lengths and diameters can
also be provided. . Set of five compression springs should be
provided. Set of conical springs with adopter and load hangers
should also be provided. Compression springs of different
materials (e.g; Brass, Steel, Aluminum, Copper etc.) should be
supplied. Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals must be
supplied with the apparatus. Origin of apparatus should be of
Japan, USA, Spain, Canada, Germany or UK.
01
06
Rubber in Shear
Apparatus (Complete
with all accessories to
perform experiments)
Specifications:
It is a wall mounted apparatus. A rubber block of dimensions
150*75*25mm or 150*72*22mm or equivalent bonded with two
vertical plates .The back plates secure the rubber block to a
vertical place such as wall and front plate allows a load hanger to
be suspended. A dial gauge (indicator) should be attached to the
upper end of the rubber block to measure the deformation.
Calibrated weights set along with load hanger should also be
provided. Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals must be
supplied with the apparatus. Origin of apparatus should be of
Japan, USA, Spain, Canada, Germany or UK.
01
07
Wheel and Axle
Apparatus (Complete
with all accessories to
perform experiments)
Specifications:
It is a wall mounted apparatus. Cords, two pulleys, load hangers
(calibrated), calibrated weight sets. Both the wheels should be
attached to the wall base. The larger wheel diameter should be of
range 135-150mm and smaller wheel diameter should be of range
65-75mm.Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals must be
supplied with the apparatus. Apparatus should be able to perform
the Experimental determination of velocity ratio and comparison
with calculated value; Determination of variation with load
of effort; Determination of variation with load of efficiency. Tool
kit must be provided with the unit. Instructor manual, student
manual, and maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
01
10
Annex ‘B’
Supply of Engineering Mechanics Laboratory Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1
Bearing Friction Apparatus (Complete
with all accessories to perform
experiments)
01
2
Conservation of Angular Momentum
Apparatus (Complete with all
accessories to perform experiments) 01
3
Extension of Wires (Hook’s Law
Apparatus), (Complete with all
accessories to perform experiments) 01
4
Extension of Springs Apparatus
(Complete with all accessories to
perform experiments) 01
5
Compression of Springs Apparatus
(Complete with all accessories to
perform experiments) 01
6
Rubber in Shear Apparatus (Complete
with all accessories to perform
experiments)
01
7
Wheel and Axle Apparatus (Complete
with all accessories to perform
experiments) 01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
11
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
12
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF ENGINEERING MECHANICS LABORATORY EQUIPMENTS OF
MECHANICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-018
Supply of Internal Combustion Engines
Laboratory Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-018
Supply of Internal Combustion Engines Laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Internal Combustion Engines Laboratory Equipment” as provided
at Annex ‘A’. The supplier will be responsible for delivery, installation and
commissioning of all specified items, wherever required, at the Khwaja Fareed University
of Engineering & Information Technology, Rahim Yar Khan. This document provides
complete instructions for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Yasir Hussain Siddiqui, Tel. # 0334-8055132, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Internal Combustion Engines Laboratory Equipment
Sr. No Item Name Specifications QTY
01
Variable Compression
Ratio Petrol Engine
(Complete with all
Accessories to
Perform Experiments)
Specifications:
Air cooled single cylinder petrol engine test bed with 5 different
compression ratios adjustable by varying combustion chamber
geometry, adjustable ignition point and mixture composition,
should be mounted on a base plate, force transmission to brake via
pulley, should have fuel hose and exhaust gas temperature sensor,
fuel hose with self-release and quick release coupling, suitable
bore, stroke, power output, 5 compression ratios like 1:10, 1:8, 1:7,
1:5, 1:4 etc. or equivalent. Engine should be able to observe
influence of compression ratio, mixture composition, ignition
timing on engine characteristics and exhaust gas temperature.
A personal computer if required along with the software
compatible with the equipment should be provided.
Tool kit must be provided with the apparatus. Instructor manual,
student manual, and maintenance manuals must be supplied with
the apparatus. Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
01
02
Single Cylinder 2
Stroke Petrol Engine
(Complete with all
Accessories to
Perform Experiments)
Specifications:
Single Cylinder 2 stroke Petrol Engine Test Bed with complete
instrumentation for measurement of Engine power Output, RPM,
Air fuel ratio, Computerized PV diagram, Effect of variable
compression ratio, Ignition Retard and Advance etc. A personal
computer if required along with the software compatible with the
equipment should be provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany or UK.
01
03
Cylinder Pressure
transducer (Spark
Plug Type) (Complete
with all Accessories to
Perform Experiments)
Specifications:
Modified spark plug carrying the actual pressure transducer,
pressure transducer should have measuring range 0-200 bar or
equivalent, maximum operating temperature 200 degree centigrade
(approx.), the pressure transducer should directly exposed to
combustion chamber pressure when the spark plug inserted, the
core component of the pressure transducer is a heat resistant piezo-
electric quartz crystal which outputs a charge signal proportional to
the pressure. Transducer can be connected separately to the 4
cylinder engine. Should have all accessories to insert into an
engine. Apparatus should be able to observe cylinder pressure
measurements on internal combustion engines.
Apparatus should be compatible with the apparatus given in serial
no.8. A personal computer if required along with the software
compatible with the equipment should be provided. Tool kit must
be provided. Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany or UK.
01
9
04
Fuel Line Pressure
Transducer (Complete
with all accessories to
perform experiments)
Specifications:
Tank and fuel line pressure sensor able to measure absolute or
relative fuel pressure in advanced fuel management and fuel
handling system, should be assembled directly to fuel lines or fuel
tank, resistance to main fuels like diesel and petrol should be
guaranteed by means of approve materials, the sensitive element
is a ceramic material capable of detecting absolute or relative
pressure, integrating a signal conditioning IC, which is directly
assembled on the sensor, pressure range can be 0-100 bar or
equivalent, temperature range up to 200oC (approx.), electric
custom connection, analogue and digital output, automotive
designated, custom calibration by conditioning IC. Transducer
can be connected separately to 4 cylinder engine. Should have all
accessories to insert into an engine. Apparatus should be
compatible with the apparatus given in serial no.7&8. A personal
computer if required along with the software compatible with the
equipment should be provided. Tool kit must be provided.
Instructor manual, student manual, and maintenance manuals must
be supplied with the apparatus. Origin of apparatus should be of
Japan, USA, Spain, Canada, Germany or UK.
01
05
Exhaust Pressure
Transducer (Complete
with all accessories to
perform experiments)
Specifications:
Pressure exhaust sensor having ability to measure and observe the
pressure of exhaust gas system of engine. Pressure range can be 0-
20 bar or equivalent with electric connections. Transducer can be
connected separately to cylinder engine. Should have all
accessories to insert into an engine.
Apparatus should be compatible with the apparatus given in serial
no.7&.8. A personal computer if required along with the software
compatible with the equipment should be provided. Tool kit must
be provided. Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany or UK.
01
06
EFI Petrol Injection
Engine (Complete with
all accessories to
perform experiments)
Specifications:
A demonstration model for EFI which must show full arrangement
of electronic fuel injection system. The apparatus should be able to
show the phenomenon of electronic fuel injection in a petrol
engine. Tool kit must be provided with the apparatus. Instructor
manual, student manual, and maintenance manuals must be
supplied with the apparatus. Origin of apparatus should be of
Japan, USA, Spain, Canada, Germany or UK.
01
07
4 Cylinder Diesel
Engine Performance
Test Facility
(Complete with all
Accessories To
Perform Experiments)
Specifications:
A four cylinder water cooled diesel engine test bed, complete with
services and ancillaries required to run the engine in laboratory
environment. Variable load dynamometer which acts as a brake,
enabling direct measurement of engine torque. Supported on a
framework. The frame must also have fuel tank, battery and
electrical enclosures. Starter throttle and dynamometer can be
controlled from a computer. Maximum power output should be of
40-80kW or equivalent. Measurement and display of engine load,
air temperature, intake air consumption, speed, diesel consumption.
The engine should be able to measure air flow rate, fuel flow rate,
efficiency and fuel consumption characteristics at varying speed
and load, calculation of brake specific fuel consumption, analysis
01
10
of load characteristics at constant speed, determination of
volumetric efficiency, determination of air/fuel ration,
determination of brake thermal efficiencies, analysis of part load
torque, speed characteristics, determination of brake mean effective
pressures, measurement of maximum torque and maximum power
allowing of full load power against speed curves to be plotted.
Should be supplied with engine manufacturer’s diagnostic
software. Must have ports to attach fuel line pressure transducer,
exhaust gas analyzer, exhaust pressure transducer, Lambda
Checker, diesel smoke meter etc.
A personal Computer if required should be provided with the
software compatible with the equipment. Tool kit must be provided
with the unit. Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of apparatus should
be of Japan, USA, Spain, Canada, Germany or UK.
08
4 Cylinder Petrol
Engine Performance
Test Facility
(Complete with all
Accessories To
Perform Experiments)
Specifications:
A four cylinder water cooled petrol engine test bed complete with
services and ancillaries required to run the engine in laboratory
environment. . Variable load dynamometer which acts as a brake,
enabling direct measurement of engine torque. Dynamometer
completely integrated with the engine, mounted within the frame of
engine. Starter throttle and dynamometer can be controlled from a
computer. Supplied with engine manufacturer’s diagnostic
software. Standard instrumentation includes sensors for engine
speed, torque, air flow, cooling water temperature (inlet and outlet
of heat exchanger), cooling water flow etc. Must allow injection
and ignition characteristics to be varied. Measurement of cylinder
pressure. Must have nominal 40-60 kW or equivalent. Must have
ports to attach, fuel line pressure transducer, exhaust gas analyzer,
exhaust pressure transducer, Lambda checker, cylinder pressure
transducer etc.
A personal Computer if required should be provided with the
software compatible with the unit. Tool kit must be provided with
the unit. Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of apparatus should
be of Japan, USA, Spain, Canada, Germany or UK.
01
09
Exhaust gas Analyzer
(Complete with all
Accessories To
Perform Experiments)
Specifications:
An exhaust gas analyzer with the following measuring capacities
or equivalent ;
CO2 (0-20%), CO (0-10%); O2 (0-25%); HC (0-1000ppm); NO
(0-5000ppm); response time 10-30 seconds; resolution HC 1ppm;
CO 0.01-1%; CO2 0.01-1%; O2 0.01%; NO 1ppm; The apparatus
should be able to analyze all these exhaust gases and components
clearly and accurately. The response time of analyzer should be
as small as possible. Transducer can be connected separately to the
engine. . Should have all accessories to insert into 4 cylinder
engine. It should be compatible with the apparatus given in serial
no.7&.8.
A personal computer if required along with the software
compatible with the equipment should be provided. Tool kit must
be provided. Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany or UK.
01
11
10
Lamda Checker
(Complete with all
Accessories To
Perform Experiments)
Specifications:
Sensor having varying electrical connections and up to 4 wires,
should be able to react to oxygen content in exhaust system and
produce a small voltage depending on air/fuel seen at the time,
voltage will be varied from 0-1 volts, may have a heater element
with operating temperature of 600oC or equivalent. May be a
zirconia oxygen sensor able to produce its own output voltage
when difference in oxygen content is seen between two electrodes.
The apparatus should be able to control exhaust emissions on a
catalytic equipped vehicle. It should be compatible with the
apparatus given in serial no.7&.8.
A personal computer if required along with the software
compatible with the equipment should be provided. Tool kit must
be provided. Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of apparatus should
be of Japan, USA, Spain, Canada, Germany or UK.
01
11
Diesel Smoke Meter
(Complete with all
Accessories To
Perform Experiments)
Specifications:
Diesel smoke meter capable of measuring smoke capacity of diesel
vehicle exhaust in % capacity and K-value with measurement of
rpm and engine oil temperature. Capacity should be 0-99.9%
(0.10% resolution), k-value 0-9.99 m-1 (0.01% m-1 resolution );
response time physical <0.5 seconds, engine oil temperature 0-
1500C, power supply 12V DC, 230V AC, Power 300W AC/100W
DC (without heater), smoke sampling hose, smoke sampling probe,
oil temperature probe, battery capable of DC operation and engine
rpm measurement, optional accessories are smoke sampling probe,
vertical exhaust extension pipe, smoke test software and interface
cable, thermal printer etc. the apparatus should be able to
demonstrate smoke capacity of a diesel vehicle. It should be
compatible with the apparatus given in serial no.7.
A personal computer if required along with the software
compatible with the equipment should be provided. Tool kit must
be provided. Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of apparatus should
be of Japan, USA, Spain, Canada, Germany or UK.
01
12
Annex ‘B’
Supply of Internal Combustion Engines Laboratory
Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1
Variable Compression Ratio Petrol
Engine (Complete with all Accessories
to Perform Experiments)
01
2
Single Cylinder 2 Stroke Petrol Engine
(Complete with all Accessories to
Perform Experiments)
01
3
Cylinder Pressure transducer (Spark
Plug Type) (Complete with all
Accessories to Perform Experiments)
01
4
Fuel Line Pressure Transducer
(Complete with all accessories to
perform experiments)
01
5
Exhaust Pressure Transducer (Complete
with all accessories to perform
experiments)
01
6
EFI Petrol Injection Engine (Complete
with all accessories to perform
experiments)
01
7
4 Cylinder Diesel Engine Performance
Test Facility (Complete with all
Accessories To Perform Experiments)
01
8
4 Cylinder Petrol Engine Performance
Test Facility (Complete with all
Accessories To Perform Experiments) 01
9
Exhaust gas Analyzer (Complete with
all Accessories To Perform
Experiments) 01
10 Lamda Checker (Complete with all
Accessories To Perform Experiments) 01
11 Diesel Smoke Meter (Complete with all
Accessories To Perform Experiments) 01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
13
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
14
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF INTERNAL COMBUSTION ENGINES LABORATORY
EQUIPMENTS OF MECHANICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-019
Supply of Mechanics of Material Laboratory
Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-018
Supply of Mechanics of Material Laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Mechanics of Material Laboratory Equipment” as provided at
Annex ‘A’. The supplier will be responsible for delivery, installation and commissioning
of all specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Yasir Hussain Siddiqui, Tel. # 0334-8055132, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Mechanics of Material Laboratory Equipment
Sr.
No Item Name Specifications QTY
01
Brinell Hardness
Tester (Complete with
all accessories to
perform experiments)
Specifications:
A hardness testing machine able to determine hardness of ferrous,
nonferrous test pieces and alloys. A penetrating indenter (ball,
Diamond) of specific diameter to press the surface of the test
piece with a specific force. A personal computer if required along
with the software compatible with the equipment should be
provided.
Brinell Microscope
A Brinell microscope with suitable range of measurements; easy to
read reticle, reticle scale length of wider range, self-contained light
source, divisions are 0.1mm or equivalent, Highest quality optics,
portable, easy to use should be provide with the apparatus. Tool kit
must be provided with the unit. Instructor manual, student manual,
and maintenance manuals must be supplied with the unit. A
personal computer if required along with the software compatible
with the equipment should be provided. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany or UK.
01
02
100 KN Universal
Testing Machine
(Complete with all
accessories to perform
experiments)
Specifications:
Universal bench top unit for materials testing. Force generation
using hand operated hydraulic system to have maximum test force
100 kN, and maximum stroke upto 150-600 mm or equivalent.
Elongation of specimen is monitored using linear displacement
transducer. Extensometer should be applied for Modulus of
Elasticity testing accessories to be changed easily and quickly.
Digital interface with PC data acquisition and evaluation software
should be supplied. Demonstration accessories should be changed
easily and quickly. Necessary tools and accessories should be
supplied.
A personal computer if required along with the software
compatible with the equipment should be provided. Tool kit must
be provided with the unit. Instructor manual, student manual, and
maintenance manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada, Germany or
UK.
01
9
Annex ‘B’
Supply of Mechanics of Material Laboratory Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Brinell Hardness Tester (Complete with
all accessories to perform experiments) 01
2
100 KN Universal Testing Machine
(Complete with all accessories to
perform experiments)
01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
10
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
11
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF MECHANICS OF MATERIAL LABORATORY EQUIPMENTS OF
MECHANICAL ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-021
Supply of Workshop Laboratory Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-021
Supply of Workshop Laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Workshop Laboratory Equipment” as provided at Annex ‘A’. The
supplier will be responsible for delivery, installation and commissioning of all
specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Engr. Muhammad Faizan Shah, Tel. # 0332-4936799, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Workshop Laboratory Equipment
Sr.
No Item Name Specifications QTY
01 Central Lathe
Machine
Specifications:
Central lathe machine driven with gear head mechanism. Should
be supplied with taper turning attachment. Maximum r.p.m
should be up to 1200-1500, Size of bed should be 5.5-7.5 ft.
Equipment should be supplied with complete accessories,
separate electric control panel and safety guards. European origin
motors will be preferred.
03
02 Universal Milling
Machine with
accessories
Specifications:
Universal Milling Machine complete in all manners should be
supplied with vertical head, slotter head, Gear cutter set in
module, set of end mill cutters (with different sizes), side and face
cutters (with different sizes), T slot cutters (with different sizes),
angular cutter (different angles) slating saws. It should be able to
give both digital and Manual display. Equipment should be
supplied with complete accessories, separate electric control
panel and safety guards. European origin motors will be
preferred.
01
03 Power Hacksaw
Specifications: Power Hacksaw complete in all manners should be hydraulic
driven. Must be supplied with coolant, blades (1 dozen).
Equipment should be supplied with complete accessories and
safety guards. European origin motors will be preferred.
01
04 High Speed Pillar
Drilling Machine
Specifications: High speed Pillar Drilling Machine should be driven by gear head
mechanism. Should have drill bit capacity maximum of 35mm,
drill bits (35 in number) should be supplied, Maximum r.p.m
should be up to 1000. European origin motors will be preferred.
01
Annex ‘B’
9
Supply of Workshop Laboratory Equipment
(Bid Form)
Annex ‘C’
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Central Lathe Machine 03
2 Universal Milling Machine with
accessories 01
3 Power Hacksaw 01
4 High Speed Pillar Drilling Machine 01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
10
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
11
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF WORKSHOP LABORATORY EQUIPMENTS OF MECHANICAL
ENGINEERING DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-022
Supply of Undergraduate Physics Laboratory
Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-022
Supply of Undergraduate Physics Laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Undergraduate Physics Laboratory Equipment” as provided at
Annex ‘A’. The supplier will be responsible for delivery, installation and commissioning
of all specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Dr. Muhammad Aslam Khan, Tel. # +92 300 6723678, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Undergraduate Physics Laboratory Equipment
Sr.
No Item Name Specifications QTY
01 Hall Effect in
Copper(Cu)
Specifications:
Hall Effect, Cu, Carrier board
Coil, 300turns
Iron core, U shaped, Laminated
Pole pieces, plane, 30×30×48mm, 1 pair
Power Supply, Stabilized, 0…30 V-/20A
Power Supply, universal
Universal measuring amplifier
Teslameter, digital
Hall probe, tangential, with protective cap
Digital multimeter
Meter 10/30 mV, 200˚C
Universal clamp with joint
Tripod base
Support rod, square, 1=250mm
Right angle clamp
Connecting cable, 4mm plug, 32A, red, l=75cm
Connecting cable, 4mm plug, 32A, blue, l=75cm
Connecting cable, 4mm plug, 32A, black, l=75cm
01
02 Band Gap of
Germanium
Specifications:
Hall effect module
Intrinsic conductor, Ge, carrier board
Power supply, 12V, 5 Amp AC
Tripod base
Support rod, square, L=2.5 cm
Right angle clamp
Digital Multimeter
Connecting cables
01
03
Determination of
Capacitance of
different metal
spheres
Specifications:
Conductor ball, d=2cm
Conductor ball, d=4cm
Conductor ball, d=12cm
Hemispheres, Cavendish type
Hollow plastics ball, with eyelet
Capillary tube, L=25cm
Copper wire, d=0.05cm
Insulating stem
High value resistor, 10MΩ
High voltage supply unit V=0-10KV
Auxiliary Capacitor C=10nF
A universal measuring amplifier
Multi-range meter
Digital multimeter connecting cord V=30kV, L=100cm
01
9
Screened cable, BNC, L=75cm
Adapter, BNC socket
Connector, T type, BNC
Vernier caliper, plastic
Barrel base
04 To determine
dielectric constant of
different materials
Specifications:
Plate capacitor, d 260mm
Plastic plate 2833283mm
Glass plates f. current conductors
High value resistor, 10MOhm
Universal measuring amplifier
High voltage supply unit, 0-10kV
PEK capacitor/case 1/0.22 mmF/160 V
Voltmeter, 0.3-300 VDC, 10-300 VAC
Connecting cord, 100mm, green-yell
Connecting cord, 500mm, red
Connecting cord, 500mm, blue
Connecting cord, 50KV, 500mm
Screened cable, BNC, 1750mm
Adapter, BNC socket-4mm plug
Connector, T type, BNC
Adapter, BNC-plug/socket 4mm
01
05
To study the
temperature
dependence of the
resistance of different
materials
Specifications:
Immersion probe
Immersion thermostat TC10
Accessory set for TC10
Bath for thermostat, Makrolon
Carbon resistor 2.2 KΩ, 1 W
Connection box
Connecting cable, 4mm plug, 32 A, blue, l=50cm
Connecting cable, 4mm plug, 32 A, red, l=75cm
Connecting cable, 4mm plug, 32 A, blue, l=75cm
Power Supply 12V/2A(max)
01
06 To find the reduction
factor of tangent
galvanometer
Specifications:
Tangent Galvanometer
Reversing Key
Simple Key
Milliammeter (0-50 mA)
Rheostate
Battery of 2 V
Connecting Wire
01
07 To determine the e/m
of electron by
deflection method
Specifications:
Magic eye (tuning indicator) of type EM-34
Power Supply(0.250V)
Voltmeter
Ammeter
Circular Disc (such as a circular coin)
01
10
08
To draw the B-H
curve of
ferromagnetic
material using
galvanometer
Specifications:
Toroid
Ammeter
Connecting wires
Rheostat
Ballistic galvanometer
Power supply 10V
02
09
To find the variation
of photoelectric
current with the
intensity of light
Specifications:
Photo cell fitted in box having lamp and meter rod
Microammeter
Connecting wires
220 V source(Ac)
01
10
To determine the
wavelength of Na
light by diffraction
grating and
spectrometer
Specifications:
Spectrometer
Sodium Lamp
Diffraction grating
Magnifying Glass
01
11 Ferromagnetic
Hysteresis
Specifications:
U core with yoke
Clamping device with spring clip
Coil 500 turns
Function generator
Sensor-CASSY 2
Cassy lab 2
Resistor 10 ohm,STE 2/19
Plug in board section STE
Connecting lead 19 A, 50cm, black
Connecting lead 19 A, 100cm, black
01
12 Faraday effect
Specifications:
Flint glass square with holder
Rider base with threads
U-core with yoke
Bored pole pieces, pair
Coil 250 turns
Halogen bulb 12 V/100 W, G6.35
Halogen lamp 12 V, 50/100 W
Picture slider
Light filter, yellow
02
11
Monochromatic filter, blue-green
Light filter, blue with violet
Monochromatic filter, violet
Lens in frame, f = +50 mm
Polarization filter
Screen, translucent
Optical bench with standardized profile, 1 m
Optics rider 60/50
Transformer 2 to 12 V, 120 W
Variable extra low-voltage transformer
Mobile-CASSY 2
30-A-Box
Combi B sensor S
Extension cable, 15-pole
Stand base, V-shaped, small
Stand rod 25 cm, 12 mm Ø, Leybold multiclamp
Connecting lead 19 A, 50 cm, red/blue, pair
Connecting lead 19 A, 100 cm, red/blue, pair
Connecting lead 19 A, 100 cm, black, pair
13 Zeeman effect with
CCD Camera
Specifications:
Zeeman effect with CCD Camera including measurement
software 2
14 Fabry-perot
interferometer- optical
Resonator Modes
Specifications:
Fabry-perot interferometer- optical Resonator Modes
(Complete with all accessories) 2
15
Op-Amp board with
Virtual
Instrumentation
platform
Specifications:
(Complete with all accessories) 2
16 Kerr effect
Specifications:
(Complete with all accessories) 2
17
The intensity of
characteristics X-rays
as a function of anode
current and anode
voltage
Specifications:
(Complete with all accessories) 2
18 Digital Power supply
Specifications:
Description: Power Supply, 0-32 V, 3 Amp DC
Number of Outputs: 1
Maximum Power: 96W
15
12
Current Read back Resolution: 10mA
PWS2323 or equivalent/better
19 Earth’s magnetic field
Specifications:
(Complete with all accessories) 02
20 Magnetic field inside a
conductor
Specifications:
(Complete with all accessories) 02
21 Recording and
reconstructions of
holograms
Specifications:
(Complete with all accessories) 02
22 Inductance of
solenoids with Cobra3
Specifications:
(Complete with all accessories) 02
13
Annex ‘B’
Supply of Undergraduate Physics Laboratory Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Hall Effect in Copper(Cu) 01
2 Band Gap of Germanium 01
3 Determination of Capacitance of
different metal spheres 01
4 To determine dielectric constant of
different materials 01
5 To study the temperature dependence
of the resistance of different materials 01
6 To find the reduction factor of tangent
galvanometer 01
7 To determine the e/m of electron by
deflection method 01
8
To draw the B-H curve of
ferromagnetic material using
galvanometer 02
9 To find the variation of photoelectric
current with the intensity of light 01
10
To determine the wavelength of Na
light by diffraction grating and
spectrometer
01
11 Ferromagnetic Hysteresis 01
12 Faraday effect 02
13 Zeeman effect with CCD Camera
including measurement software 2
14
Fabry-perot interferometer- optical
Resonator Modes
(Complete with all accessories) 2
15
Op-Amp board with Virtual
Instrumentation platform
(Complete with all accessories) 2
14
16 Kerr effect (Complete with all
accessories) 2
17
The intensity of characteristics X-rays
as a function of anode current and
anode voltage 2
18 Digital Power supply 15
19 Earth’s magnetic field 02
20 Magnetic field inside a conductor 02
21 Recording and reconstructions of
holograms 02
22 Inductance of solenoids with Cobra3 02
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
15
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
16
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF UNDERGRADUATE PHYSICS LABORATORY EQUIPMENTS OF
BASIC SCIENCE & HUMANITIES DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-023
Supply of Advanced Physics Laboratory
Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-023
Supply of Advanced Physics Laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Advanced Physics Laboratory Equipment” as provided at Annex
‘A’. The supplier will be responsible for delivery, installation and commissioning of all
specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Dr. Muhammad Aslam Khan, Tel. # +92 300 6723678, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Advanced Physics Laboratory Equipment
Sr.
No Item Name Specifications QTY
01 Digital Oscilloscope
Specifications:
Analog Bandwidth: 50 MHz
Sample Rate: 1GS/s
Record Length:2.5k points
Analog Channels: 2
TBS1052B-EDU or Equivalent /Better
30
02 Digital Oscilloscope
Specifications:
Analog Bandwidth: 100 MHz
Sample Rate: 1GS/s
Record Length:1 M points
Analog Channels: 4
Digital Channels: 16
MSO2014B or Equivalent / Better
01
03 Function Generator
Specifications:
Analog Bandwidth: 20MHz-25MHz
Analog Channels: 2
Output Frequency: 1 uHz to 25 MHz
Record Length: 8k points
Sample Rate: 125MS/s
Vertical Resolution: 14-bit
AFG1022 or DG1022 or Equivalent/Better
10
04
Trainer (bread
board)
Specifications:
K&H ETS 7000A or
A-tek, AT800/AT801
or Equivalent/Better
30
05 Digital Multimeter
Specifications:
Fluke 170 series(175 or 177) or
Amprobe-Fluke AM 530 or Equivalent/Better
20
06 Computer for Lab
Specifications:
Intel Core i5 4th Gen
RAM: 8GB
HDD: 1TB SATA
Keyboard and Optical mouse
Multiformat DVD-RW,
LED: 20”
DOS, Branded Hp/Dell or Equivalent/Better
05
07 Printer laser Jet or
Equivalent/Better
Specifications:
Print speed black: Normal Up to 38 ppm
First page out (ready) Black: As fast as 5.7 sec
01
9
Print quality black (best): Up to 4800 x 600 enhanced dpi,
FastRes 1200
Resolution technology: FastRes 1200, ProRes 1200, 600 dpi
Duty cycle (monthly, A4): Up to 80,000 pages
Recommended monthly page volume: 750 to 4000
Print technology: Laser
Processor speed: 1200 MHz
Print languages: PCL 5, PCL 6, postscript level 3 emulation,
direct PDF (v 1.7) printing, URF, PCLM, PWG
Display: 2-line backlit LCD graphic display
Memory Specification:
Memory, standard: 128MB DRAM
Maximum memory: 128MB DRAM
Hard disk: None
Connectivity:
ePrint capability: Yes
Mobile printing capability: ePrint, Apple AirPrint™, Mopria™-
certified, Google Cloud Print 2.0, Mobile Apps
Wireless capability: No
Connectivity standard:
1 Hi-Speed USB 2.0
1 Host USB
1 Gigabit Ethernet 10/100/1000T network
Network ready: Standard (built-in Gigabit Ethernet)
Minimum system requirements:
Windows 10 (32-bit/64-bit), Windows 8.1 (32-bit/64-bit),
Windows 8 (32-bit/64-bit), Windows 7 (32-bit/64-bit): 1
GHz processor, 1 GB RAM (32-bit) or 2 GB RAM (64-
bit), 400 MB available hard disk space, CD/DVD-ROM
or Internet, USB or Network port
Windows Vista (32-bit): 1 GHz 32-bit (x86) processor, 1
GB RAM (32-bit), 400 MB available hard disk space,
CD/DVD-ROM or Internet, USB or Network port
Windows XP (32-bit) SP2: Pentium 233 MHz processor,
512 MB RAM 400 MB available hard disk space,
CD/DVD-ROM or Internet, USB or Network port
Windows Server 2003 (32-bit) (SP1 or greater),
Windows Server 2003 R2 (32-bit), Windows Server 2008
(32-bit) (SP1 or greater): 1 GHz 32-bit (x86) processor, 1
GB RAM (32-bit), 400 MB available hard disk space,
CD/DVD-ROM or Internet, USB or Network port
Windows Server 2008 (64-bit) (SP1 or greater),
Windows Server 2008 R2 (64-bit), Windows Server 2008
10
R2 (64-bit) (SP1): 1 GHz 64-bit (x64) processor, 2 GB
RAM (64-bit), 400 MB available hard disk space,
CD/DVD-ROM or Internet, USB or Network port
OS X 10.8 Mountain Lion
OS X 10.9 Mavericks
OS X 10.10 Yosemite
Internet
USB
1 GB available hard disk space
OS compatible hardware (For OS hardware requirements
see http://www.apple.com)
Power & Operating Requirement:
Power:
110-volt input voltage: 110 to 127 VAC (+/- 10%), 50/60
Hz (+/- 2 Hz)
220-volt input voltage: 220 to 240 VAC (+/- 10%), 50/60
Hz (+/- 2 Hz) (Not dual voltage, power supply varies by
part number with #option code identifier)
Power consumption:
591 watts (Active Printing), 6.1 watts (Ready), 2.8 watts
(Sleep), 0.6 watts (Auto-On/Auto-Off, via USB
connectivity), 0.1 watts (Shutdown or Off)
Energy efficiency:
ENERGY STAR® certified
Blue Angel
EPEAT® Silver
Operating temperature range: 15 to 32.5°C
Operating humidity range: 30 to 70% RH
Acoustic power emissions (ready): Inaudible
Acoustic pressure emissions bystander (active, printing) 54
dB(A)
Dimension & Weight:
Minimum dimensions (W x D x H): 381 x 357 x 216 mm
Maximum dimensions (W x D x H): 381 x 634 x 241 mm
Weight: 8.58 kg
Package dimensions (W x D x H): 443 x 274 x 464 mm
Package weight: 11.36 kg
11
Annex ‘B’
Supply of Advanced Physics Laboratory Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Digital Oscilloscope 01
2 Digital Oscilloscope 01
3 Function Generator 01
4 Trainer (bread board) 01
5 Digital Multimeter 01
6 Computer for Lab 01
7 Printer laser Jet or Equivalent/Better 01
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
12
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ.
X. Signed and stamped Tender document.
13
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF ADVANCED PHYSICS LABORATORY EQUIPMENTS OF BASIC
SCIENCE & HUMANITIES DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
1
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Lab-024
Supply of Undergraduate Chemistry Laboratory
Equipment
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TENDER DOCUMENT
TENDER No. Lab-024
Supply of Undergraduate Chemistry laboratory Equipment
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
3
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan intends
to purchase "Supply of Undergraduate Chemistry Laboratory Equipment” as provided at
Annex ‘A’. The supplier will be responsible for delivery, installation and commissioning
of all specified items, wherever required, at the Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan. This document provides complete instructions
for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall include
two separately sealed envelopes of Technical Proposal and Financial Proposal
before 10:00 AM on 27-01-2017. Technical Proposals will be opened on same day at
10:30 AM in the presence of representatives of responding bidders, if any, and
Financial Proposals will be opened after completion of technical evaluation. The exact
time and place for opening of financial proposals will be informed to technically
qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420, Email: [email protected]
2.3. Any queries regarding this proposal should be directed to the designated Technical
Contact Person listed below.
Dr. Shazia Kousar , Tel. # 0302-7086227, Email: [email protected]
2.4. All bids must be submitted by filling the Annex ‘B’. Same should be enclosed in the
financial proposal. Bidder must use the same numbers and labels used in this
Request for Proposal.
4
2.5. The original Tender Document duly signed and officially sealed by the bidder must
be submitted in whole with the proposals. Any conditional, ambiguous, incomplete,
supplementary or revised offer after the opening of tender shall not be entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their technical
proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
ix. Any additional information the bidder may like to furnish e.g. repair/maintenance
other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’
xi. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/ Manufacturer
and in case of Manufacturer; they should have a documentary proof to the effect that they
are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes &
Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall not
be considered without Earnest Money. Bank guarantee will not be accepted. Bank draft
for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks after
announcement of award and returned to successful bidder after signing the contract. If
the selected bidder fails to sign the contract with in stipulated time, Earnest Money
will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided by
the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of the
contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid for 12
months beyond delivery period. This performance guarantee will be released after the
completion of warranty/guarantee period, along with the satisfactory completion report
which will be intimated to the Seller and the Director Procurement KFUEIT, Rahim Yar
Khan for their onward issuance of No Objection Certificate (NOC) for the release of
performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all proposals
without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the allocated
funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all concerned
and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions / specifications
of the Tender Document with written intimation to all the participants who have
purchased the Tender Document.
6
5.11. Delivery period will be 45 days from the date of issuance of purchase order/supply
order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with the
terms and conditions laid down in the contract, the Performance Guarantee shall be
Forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex ‘C’ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
7
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
8
Annex ‘A’
Supply of Undergraduate Chemistry Laboratory Equipment
Sr.
No Item Name Specifications QTY
01
Atomic Absorption
Spectrophotometer-
PC Based
Technical specifications:
- Single Beam or Double Beam Mode free selectable
- Photometer with quartz-coated wide-range optics holographic
grating with 1.800 lines/mm,
- Automated slit setting - slit width 0,2; 0,5; 0,8; 1,2 nm,
- Wide range photomultiplier - wavelength range 185...900 nm,
fully automatic 8 place lamp turret with two independent heating
circuits for preheating operation (HCL or Super lamp) automatic
lamp adjustment
- Possibility for using of coded lamps by RfID write and read
unit
Accessories:
Compatible Computer with 19 inches LED and Laser Printer
Made in Germany or any other European brand.
01
02 Flame Photometer
(Na, K, Li, Ca, Mg)
Technical specifications:
Industrial digital single channel with unobstructed
samples work area with following features
- Safety features including Fail safe flame detection and shut off,
with low air pressure indicator.
- High sensitivity with fine manual control of air, and stable Flame
design.
- With ease of use resulting from auto ignition and flame
optimization. Peak picker for presenting unambiguous readings
with selected filter indicator. With built in Sodium, Potassium,
Lithium, Calcium and Barium Filters.
Minimum Detection Level @ 3 x noise
Na 0.1 ppm
K 0.1 ppm
Li 0.1 ppm
Ca 2 ppm
Ba 20 ppm
Specificity Na, K and Li interference is <0.5% value of element
under analysis,
Aspiration rate 3 – 6 mL/min,
Speed of Analysis/Time to stability 20 seconds,
Complete with compressor (but without Gas Cylinder),
Operated on 220 Volts,
Made in England or any other European country.
01
03 Rotary Evaporator
Technical Specification: -
Hand / Motor lift Hand lift
Rotation speed (rpm) 20 – 280
Rotation speed setting Scale
Drive Brushless DC motor with
electronic speed control
Heating capacity (W) 1,300
01
9
Temp. range heating bath (°C) 20 – 210
Temperature range accuracy (°C) ±1
Overheat protection bath (°C) Cut-off at 5°C over set
Temperature via separate
PT 1000
Bath temperature setting Digital
Heating bath temperature control Electronic / Digital
Secondary over temp. Cut off (°C) 250
Material heating bath (mm) Stainless steel AISI 316L
Volume heating bath (I) 4.5Liers
Instrument is supplied with 1Litre evaporating and Receiving
Flask as standard. With Glassware set operated on 220 Volts,
Made in Germany or any other European country
a. Vacuum Pump
Technical Specification
Number of Head / Stages 2
Maximum Pumping Speed 0.75 m3h/0.9 m3h
Ultimate Vacuum 12 mbar
Ultimate Vacuum with Gas Ballast 20 mbar
Operated on 220 Volts
Made in Germany or any other European country
b. Chiller
Technical Features:
Operating temperature range: -20 to 40°C
Temperature adjustment: Digital
Temperature indication: Digital
internal temperature sensor: PT100
Resolution of display: 0.1K
Refrigeration machine: air-cooled, CFC-free
Circulation Pump: Built in
Max. Delivery (pressure): 20 l/min.
Complete Set with accessories
Made in Germany or any other European brand
04 Fume Hood with built
in Gas & Water Valves
Specifications:
Recommended Maximum Exhaust Required Fume Hood
Air volume for minimum face velocity Exhaust Air Volume
of 0.5 m/s or 100 fpm
at full-open1170 cmh
/ 690 cfm
Hood sash position:
Recommended Minimum Exhaust Required Fume Hood
Air volume for minimum face velocity Exhaust Air Volume
of 0.5 m/s or 100 fpm
at half-open 585 cmh
/ 344 cfm
Hood sash position:
Inner Exhaust Outlet Diameter: 252 mm / 10.0”
Outer Exhaust Outlet Diameter: 266 mm / 10.5”
Light Intensity at Work Surface: 780 Lux / 72 foot
candes
02
2
2
10
Construction:
Main body: Phenolic resin laminates
Support frame: Aluminium extrusions with
an oven-baked epoxy powder
coated finish.
Interior baffle system: Phenolic resin laminates
Airfoil: Stainless steel grade 304
1. Complete unit with base storage cabinet.
05 Hot Plate (With
magnetic stirrer)
Specifications:
Temperature range: up to 370°C,
Variable Speed Control: up to 1500rpm
Heating Plate Ø: 155mm,
Stirring capacity: 15 litre
Power: 630 Watt, with PTFE followers, operated on 220 volts
Made in Italy or any other European country
03
06 Heating Mantle
Specifications:
Control method: proportional voltage control Case construction:
steel, with chemically, Resistant powder coating. Thermal
insulation: asbestos-free ceramic cool, (Fiber glass). Heating
element: Ni-chrome wire. Heating element temperature range
upto 450ºC max. Capacity 500ml
Made in Korea or Equivalent
03
07 Heating Mantle
Specifications:
Control method: proportional voltage control Case construction:
steel, with chemically, Resistant powder coating. Thermal
insulation: asbestos-free ceramic cool, (Fiber glass). Heating
element: Ni-chrome wire. Heating element temperature range up
to 450ºC max. Capacity 1000ml
Made in Korea or Equivalent
03
08 Heating Mantle
Specifications:
Control method: proportional voltage control Case construction:
steel, with chemically, Resistant powder coating. Thermal
insulation: asbestos-free ceramic cool, (Fiber glass). Heating
element: Ni-chrome wire. Heating element temperature range up
to 450ºC max. Capacity 5000ml
Made in Korea or Equivalent
02
09 Oven Memmert
(300 oC) 55L
Specifications:
Temperature range 5°C above ambient up to +300°C
Single DISPLAY
natural convection
adjustment of pre-heated fresh air admixture by air flap
control in 10% steps for each segment individually
self-diagnostics for fault analysis
digital timer adjustable from 1 minute to 99 days, 23
hours
Multiple Over temperature Protection with audible and
visual alarm
Interior Stainless Steel & Textured Stainless Steel Casing
Operated on 220volts,
Capacity 55 Litre with single stainless steel tray
Made in Germany or any other European country
03
11
10 Muffle Furnace bench
top local
Specifications:
Temperature range up to 1200°C
Internal Chamber Size: 5L
Operated on 220 Volts
03
11 Digital PH Meter
Specifications:
Digital Bench Model Microprocessor Controlled With
parallel Temperature indication, PH Range -2.0 to 20.0 ±0.005pH, PH
Resolution 0.005pH, MV Range ±1200.0mV, Accuracy
mV ±- 0.3mv, Automatic Temperature Compensation,
Temperature Range –5 to +105.0°C, Temperature accuracy ±0.1°C with
two/three Point Calibration System, Battery operated as well as
operated With 220 Volts Complete with following accessories:-
a) Black Electrode stand with base.
b) Plastic Beaker 50 ml.
c) 3MKCL Solution 50 ml.
d) Calibration Standard solutions PH 4, 7 & 10 50ml each.
e) PH Electrode precision Type with Built in Temperature
Sensor.
Complete Package
Made in Germany or any other European Brand
04
12 Melting Point
Apparatus Digital
Features:
- Digital selection & display of temperature
- High accuracy
- Easy to operate with plateau facility
- Ideal for educational use
- Supplied with calibration certificate
Technical Specification:
Number of samples 2
Temperature range Ambient to 300°C
Temperature accuracy ± 1.0°C at 20°C, ± 2.5°C at 300°C
Display Three digit LED
Temperature resolution 1°C
Sensor Platinum resistance PT100
Ramp rates 20°C per minute to plateau
20°C per minute to melt
Net weight 1.8 kg
Electrical supply 230V, 50Hz, 75W
Complete unit with pack of 100 melting point tubes, closed at both
ends, Made in England OR any other European country.
03
13
Balance Analytical
Digital Top Loading,
Direct
Features:
Communication to Windows, capacity200 gm, Readability
0.1mg, Linearity ±0.2mg, built in weight for internal calibration,
built in clock, with Analogue Bar Graph display, weighing
below hook, various viewing units, seventeen different units mode,
built in RS 232C, For computer connection and Data/IO
Connector for Electronic Printer, complete unit operated on 220
Volts, Shimadzu Japan or Equivalent
03
12
Annex ‘B’
Supply of Undergraduate Chemistry laboratory Equipment
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes)
1 Atomic Absorption Spectrophotometer-PC
Based 01
2 Flame Photometer (Na, K, Li, Ca, Mg) 01
3
Rotary Evaporator
Vacuum Pump
Chiller
01
02
02
4 Fume Hood with built in Gas & Water
Valves 02
5 Hot Plate (With magnetic stirrer) 03
6 Heating Mantle 03
7 Heating Mantle 03
8 Heating Mantle 02
9 Oven Memmert (300 oC) 55L 03
10 Muffle Furnace bench top local 03
11 Digital PH Meter 04
12 Melting Point Apparatus Digital 03
13 Balance Analytical Digital Top Loading,
Direct 03
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
13
Annex ‘C’
Company Evaluation Criteria
1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax
numbers.
II. Detailed product information.
III. Copy of National Tax Registration Certificate.
IV. Copy of Sales Tax Registration Certificate.
V. Bank letter of financial standing.
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment.
Failure to submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter.
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‘A’.
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the
BOQ.
X. Signed and stamped Tender document.
14
2. Detailed Evaluation
(Minimum Passing Score Required is 70 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO#_____ FOR
PROCUREMENT OF UNDERGRADUATE CHEMISTRY LABORATORY EQUIPMENTS
OF BASIC SCIENCE DEPTT
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 1 – 5 years experience 3 --
2.2 6 – 10 years experience 6 --
2.3 11 and above year experience 10 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of pouted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100