standard bidding document (sbd) · tender no. 6000011206 dated : 11.06.2018 this tender document...
TRANSCRIPT
-
Standard Bidding Document (SBD) (Procurement of Goods and Services)
CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)
Tel No 00 91 253 2454493 Fax No 00 91 253 2464100
EPABX: 00 91 253 2463730-39 Email:[email protected] Website:www.spmcil.com
6000011206 11.06.2018 ………………………………. ……………… (Tender Sl. No.) (Date)
Not Transferable
Security Classification: UNCLASSIFIED
TENDER DOCUMENT FOR SUPPLY, INSTALLATION, AND COMMISSIONING OF ELEMENTAL ANALYSIS MICROSCOPE-SCANNING ELECTRON MICROSCOPE Tender No. 6000011206 dated : 11.06.2018 This Tender Document Contains Pages.
Tender Documents is sold to:
Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri V. KIRAN KUMAR, DY.MANGER(MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2464100 Maharashtra email : [email protected] India Note: The word “SPMCIL” in this SBD hereinafter is referred to as “Currency Note Press, A unit of SPMCIL.”
M/s______________________________________________________________
Address___________________________________________________________
-
Section I: Notice Inviting Tender (NIT)
CURRENCY NOTE PRESS (A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)
Tel No 00 91 253 2461471 Fax No 00 91 253 2464100
EPABX: 00 91 253 2463730-39 Email:[email protected]
Website:www.cnpnashik.com (Tender Sl. No.) 6000011206 (Date) 11.06.2018 1. Sealed tenders are invited from eligible and qualified tenderers for supply of
following goods & services on turnkey basis:
Schedule No.
Brief Description of Goods/ services Qty (with unit)
Earnest Money (in Rs) Remarks
1
Supply, installation, & commissioning of Elemental Analysis Microscope-Scanning Electron Microscope.
01 No Rs. 5,17,000/- or equivalent in Euro or equivalent currency of country of origin of goods
Type Of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Indigenization/ Disposal of Scrap/ Security Item etc.)
Three bid i.e. Single Stage(three packet), International Competitive Bidding
Dates of sale of tender documents: From 13.06.2018 to 30.07.2018 during office hours
Price of the Tender Document Rs 600 or equ. to Euro or equ. currency of country of origin of goods
Place of sale of tender documents Purchase Section, New Administrative Building, Currency Note Press, Nashik Road-422 101, Maharashtra, India
Closing date and time for receipt of tenders
31.07.2018 up to 1455 Hrs
Place of receipt of tenders Currency Note Press, Nashik Road-422 101, Maharashtra, India
Time and date of opening of tenders 31.07.2018 at 1500 Hours
Place of opening of tenders Purchase Section, New Administrative Building, Currency Note Press, Nashik Road-422 101, Maharashtra, India
Nominated Person/ Designation to Receive Bulky Tenders (Clause 21.21.1 of GIT)
Administrative officer, Currency Note Press, Nashik Road.
-
2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents may be purchased on payment of non-refundable fee of Rs 600 or equivalent to Euro or equivalent currency of country of origin of goods per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik. 4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and by international air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic post and Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. Tenderer may also download the tender documents from the web site www.spmcil.com and submit its tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above. 6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time. 8. The tender documents are not transferable. 9. SPECIAL INSTRUCTIONS: Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Please send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwise the offer will not be considered for above exemption.
MANAGER(MATERIAL) FOR GENERAL MANAGER CURRENCY NOTE PRESS,
NASHIK Phone No 0253 2454493/2461318
Address for dropping the tender documents
CISF OFFICE, NEW ADMINISTRATIVE BUILDING, CURRENCY NOTE PRESS, NASHIK ROAD, NASHIK-422 101.
-
Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)
Please CLICK the link for further details
http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf
http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf
-
Section III: Special Instructions to Tenderers (SIT)
The following special instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below: In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.
S No
GIT Clause
No
Topics SIT Provision
1 8 Pre-bid conference NA
2 11.2 Tender Currency Indian Rupees or Euro or equivalent currency of country of origin of goods
3 19 Tender Validity The tenders shall remain valid for acceptance for a period of 165 days from the date of tender opening. Any tender valid for a shorter period shall be treated as unresponsive and rejected.
4 20.8 Submission of tender Pre-qualification bid, technical bid and financial bid are to be submitted in three separate doubled sealed envelopes on or before the due date of submission of tenders. IT MAY BE NOTED THAT THE TENDER FORM FEE AND EMD IS TO BE ENCLOSED IN PRE-QUALIFICATION BID PACKET. Further the price is not to be quoted either in the pre-qualification or in technical bid. It shall only be quoted in price bid. Non-adherence to this shall make tender liable for rejection. The envelopes containing bids shall be super scribed “Pre-qualification bid”, “Technical Bid” or “Price Bid”, as the case may be, for “Supply, installation, and commissioning, of Elemental
-
Analysis Microsope Scanning Electron Microscope.”. The sealed envelopes shall again be put in another sealed cover and should be super scribed “TENDER FOR SUPPLY, INSTALLATION, AND COMMISSIONING, OF ELEMENTAL ANALYSIS MICROSCOPE SCANNING ELECTRON MICROSCOPE DUE ON 31.07.2018 UPTO 1455 HRS (IST)”. Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by telegram/ fax/e-mail shall not be accepted. Tender by post/ hand/ courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier service etc. shall not be condoned
5 20.9 E-procurement Not contemplated
6 24.4 Opening of Tender The Pre-qualification bids are to be opened in the first instance, at the prescribed time and date. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the Eligibility criteria. Thereafter, in the second stage, the technical bids of only pre-qualified bidders (as decided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the tender document. Subsequently, in the third stage the financial bids of only the technically acceptable offers (as decided in the second stage) shall be opened for further scrutiny and evaluation. Intimation regarding opening of Technical and Financial bids shall be given to acceptable
-
tenderers to enable them to attend the technical and financial bid opening, if they so desire.
7 34 Comparison on CIF Destination basis.
Supplement with the following: Price bid evaluation:
In case of indigenous offer, the prices quoted shall be compared on a total price basis (FOR CNP Nashik), including all taxes, duties, packing and forwarding charges, freight, insurance, installation, training, AMC Charges, etc. as per the price schedule. In case of imports, the tenderer will be required to quote on FOB as well as CIF basis. The CIF price will be multiplied by the exchange rate between Indian Rupees and the quoted Foreign Currency, prevailing on the date of opening of the PQB bid. The applicable rate will be “BC selling rate” of State Bank of India. Basic Customs duty and GST of 24.51% or as applicable on the date of opening of PQB bid on accessible value (CIF plus landing charges etc.) will then be added on the CIF price, thus converted into Indian Currency. On this net price 6% will be added towards charges for port clearance and forwarding charges and estimated average inland freight up to destination will be added to arrive at the total price of the machine and its accessories (landed price). Apart from the above, the other charges mentioned by the tenderer for installation, commissioning, training etc will be added.
For comparison of import offer with the indigenous offer, total price of indigenous offer, shall be compared with the total price of import offer.
The tenders received and accepted
-
will be evaluated to ascertain the best and lowest evaluated tender in the interest of the purchaser, for the complete supply and installation, AMC covered under this tender documents.
8 35.2 Additional factors for evaluation of offers
Not applicable
9 40 purchaser’s right to accept tender
Supplement with the following: The purchaser also reserves its right to summarily reject offers received from any bidder, on National Security consideration.
10 43 Parallel contracts Not applicable
11 50.1, 50.3
Tender for rate contracts
Not applicable
12 51.1, 51.2
PQB Tenders Pre-Qualification criteria as per section IX of SBD.
13 52.1, 52.3, 52.5
Tenders involving purchaser’s and pre-production samples
Not applicable
14 53.4, 53.5, 5.3.7
EOI Tenders Not applicable
15 54.3.1,54.2.1
Tenders for Disposal of Scrap
Not applicable
16 55.2, 55.3, 55.7, 55.8
Development/ indigenization Tenders
Not applicable
17 8.7.2 Performance Security 10% of the total Contract Price valid for 60 days beyond the expiry of 2nd year Comprehensive AMC
-
Section IV: GENERAL CONDITION OF CONTRACT
Please CLICK the link for further details
http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf
http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf
-
Section V: Special conditions of Contract (SCC)
The following special conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These special conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.
Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.
S No
GCC Clause No
Topics SCC provision
1 20.1 Price Adjustment clause Not applicable
2 21.2 Taxes and duties If the tenderer fails to include taxes and duties in the tender, no claim thereof will be considered by purchaser afterwards. Income Tax (TDS) on installation, commissioning and training in India, if leviable, shall be borne by the tenderer.
3 22,22.1, 22.2, 22.4, 22.3, 22.6
Terms and mode of payments
The payment shall be made in the following manner: 1. Indigenous supplier: (a) 80% payment of cost of material shall be made against actual receipt of Elemental Analysis Microscope – Scanning Electron Microscope in acceptable condition with bill in triplicate at Currency Note Press, Nashik Road. (b) Balance 20% payment of cost of material and 100% cost of installation, commissioning charges will be made, after deduction of TDS (Tax Deducted at Source) as per prevalent rates, as under:
-
(i) After complete installation and commissioning, successful demonstration of performance and acceptance and on receipt of final acceptance certificate issued by the Purchaser and submission of performance Security. (c) The Payment of the AMC charges shall be paid by Direct Bank Transfer on quarterly basis up on submission of following documents. (i) Invoice in triplicate (ii) Service Completion certificate for each quarter duly certified by user section. 2. Foreign supplier:
100% Payment shall be made through irrevocable letter of credit to be opened by purchaser through a commercial bank in favour of Seller. The letter of credit shall be opened only after receipt of Performance Guarantee. The payment shall be arranged as given below : (a) 80% of cost of material shall be made on receipt of the following documents and invoice after dispatch. Payment shall be made as per contract price.
(i) Complete set of clean Airway bill /Bill of lading must show that the complete goods have been actually shipped on board.
(ii) Signed invoices in sets of quadruplicate stipulating specification reference for item indicating cost and quantity.
(iii) Certificate of Country of Origin, issued by Chamber of
-
Commerce.
(iv) Copies of packing list in triplicate stipulating individual items, quantity, weight and dimension details of each packing case.
(v) Inspection Certificate. If inspection certificate has been waived, then Quality Test Certificate.
(vi) Two sets of non-negotiable dispatch documents, to be sent by courier services to the PURCHASER immediately after dispatch of consignment.
(vii) Catalogue, technical write up/literature for customs clearance purpose.
(viii) Certificate of No Agency Commission payable to any Indian agent involved in this transaction. (ix) Dangerous Cargo Certificate, if any
(b) Balance 20% payment of cost of material and 100% cost of installation, commissioning charges will be made, after deduction of TDS (Tax Deducted at Source) as per prevalent rates, as under:
(i) After complete installation and commissioning, successful demonstration of performance and acceptance and on receipt of following documents:
(ii) On submission of Final
-
acceptance certificate issued by the purchaser.
(c) The Payment of the AMC charges shall be paid by Direct Bank Transfer on quarterly basis up on submission of following documents. (i) Invoice in triplicate (ii) Service Completion certificate for each quarter duly certified by user section. (d) Bank charges:
(i) All bank charges for opening of Letter of Credit in respect of PURCHASER’s bankers shall be borne by PURCHASER and those charged by SELLER’s bankers shall be borne by the SELLER. (ii) The charges of extension of Letter of Credit or any confirmation if attributable to SELLER shall be paid by SELLER and not by the PURCHASER.
(iii) The negotiating bank of the SELLER should give 5 clear working days (in India) notice to the Letter of Credit opening bank and the PURCHASER regarding the value and date of payment
12 25.1 Bank Guarantee and insurance for material loaned to contractor
Not applicable
13 36.3.2, 36.3.9
Disposal/ Sale of Scrap by Tender
Not applicable
-
Section VI: List of Requirements
Schedule No.
Brief description of goods and services (Related specifications etc. are in Section-VII)
Accounting unit
Quantity
Amount of Earnest Money
1 Supply, installation and commissioning of Elemental Analysis Microscope - Scanning Electron Microscope
No 01 Rs. 5,17,000/- or equivalent to Euro or equivalent currency of country of origin of goods
1. Required Delivery Schedule:
(a) Indian Suppliers : The successful tenderer shall be required to supply the system within 24 weeks (inclusive of pre-shipment inspection) from the date of issue of Purchase Order. The completion time is the essence of the Contract. The entire system should be installed, tested and commissioned within 12 weeks after the receipt of item in CNP.( Installation, testing, commissioning, and training inclusive). (b) Foreign Suppliers : The successful tenderer shall be required to supply the system within 24 weeks (inclusive of pre-shipment inspection) from the date of issue of Purchase Order. The completion time is the essence of the Contract. The entire system should be installed, tested and commissioned within 12 weeks after the receipt of item in CNP.( Installation, testing, commissioning, and training inclusive). (c) The stores will have to be supplied as specified in the contract/ supply order from the date of placement of order. The overseas supplier shall deliver the stores ordered F.O.B. port of shipment/ Airport basis. The indigenous supplier shall deliver the stores ordered F.O.R. Currency Note Press, Nashik Road, Maharashtra Pin-422 101.
2. Required Terms of Delivery, Destination and preferred mode of Transportation (a) For Overseas supplier : Delivery on FOB basis. (b) For Indigenous supplier : Delivery on FOR CNP Nashik Road basis.
3. Foreign nationals desirous of attending tender opening should forward their bio-data/passport, visa details along with the bids.
-
4. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.
5. The total cost inclusive of all elements as cited above on FOB and on FOR Currency Note Press, Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid.
6. Income Tax (TDS) on installation, commissioning and training in India, if leviable, shall be borne by the tenderer.
7. Price bid should be submitted as per as per format in Table (a), or Table (b) of section XI as the case may be. Rate quoted should be on firm price basis. Vague offers like” duties as applicable” shall not be considered. 8. Bidder shall produce a “Specification compliance certificate” for the equipment he/she is bidding. The bidder shall clearly state deviations with respect to each of the technical specification if any. 9. Calibration certificate for the equipment along with accessories shall be provided by OEM or third party certifying agency. 10. Set of two copies each for operating manual and maintenance manual in English language should be provided during the time of installation. 11. The display and instructions of the equipment should be in English. 12. The address/contact details of the office/authorized dealers who will be responsible for after sales, service/maintenance shall be clearly mentioned. 13. The manufacture shall produce service guarantee for a period of 10 years. 14. Scope of Supply for all items shall include : i) Equipment
ii) Installation , Commissioning & Testing
iii) Training
iv) Incidental services
v) Dedicated Software with license if any
vi) Dedicated interfaces or hardware if any
vii) Accessories required for sample preparation.
vii) Other accessories considered necessary to make the proposal self-
contained and complete for installation, commissioning & testing and
the price quoted in the price Bid for the equipment should be
inclusive of all such services/accessories.
-
15. Installation, Commissioning & Training of the equipment at Corporate
R & D Centre Currency Note Press, Nashik should be included in the offer.
16. Installation, commissioning and training should be carried out by the
engineers of the manufacturer of the equipment.
17. Power Compliance: As per standard electrical supply in India.
18. Successful Bidder has to prove that the equipment is fully complying with
the technical specification of the equipment mentioned as in Section VII. It is
the responsibility of the bidder to bring all the required test materials &
standards to prove the performance of the equipment.
19. Successful Bidder has to train the operating staff on the calibration &
usage of the equipment.
20. Repeatability, Reliability & reproducibility of the equipment should be
proved by the successful bidder to the satisfaction of the buyer.
21. Successful Bidder has to show that the equipment is suitable for carrying
out the tests on Bank note/Banknote paper/Security document (as the case may
be) as per the applicable ISO standard or its equivalent.
22. Pre- installation requirements such as room size, tolerable limits of EM
field and vibration (mechanical), required power rating, utility requirements,
temperature and humidity are to be stated clearly, and to be verified/surveyed
by the supplier at the installation site.
The site preparation, utility/ A/c partitions, plumbing, air requirements, civil works etc. to be provided by CNP as per requirement of the bidder. The bidder should clearly specify the exact requirement on the tender. The bidder may visit the locations at CNP, Nashik for measurements before submitting the tender.
25. AFTER SALES SERVICE: All terms and conditions related to after sales services must be clearly mentioned.
26. LICENSES AND PERMITS:
Wherever applicable, the successful bidder shall ensure himself and also satisfy the General Manager, Security Printing Minting Corporation of India Limited, Unit Currency Note Press, Nashik Road that the successful bidder possesses the legal licence/ permit to use a particular product/ process/ design/ patent. The successful bidder shall be held responsible for all the civil/ criminal and tortuous consequences arising from any claim from any third party in this regard.
-
27. FALL CLAUSE:
The price quoted for the Supply, Installation, commissioning, and testing of Elemental Analysis microscope – Scanning Electron Microscope to be supplied against this tender by the prospective seller shall in no event exceed the lowest price at which the seller sells the Supply, Installation, commissioning, and testing of Elemental Analysis microscope – Scanning Electron Microscope of identical specification to any other party. A declaration/ certificate to this effect will have to be furnished along with the Price Bid.
28. RISK PURCHASE:
(a) If the supplier after submission of tender and due acceptance of the same, i.e. after notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the deliverables as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to:
(i) Forfeiture of the EMD and (ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, including custom duty, excise duty, taxes, insurance, freight etc. (b) For all the purpose the notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender.
(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier.
29. GUARANTEE/WARRANTY/ASSURANCE :
i. One-year warranty on all components and subcomponent should be
provided from the date of acceptance by CNP, Nashik.
ii. AMC for two years after warranty period which should include 2
preventive maintenance and 2 breakdown maintenance per year be
comprehensive.
iii. During the warranty period, all software updates must be provided free
of cost.
iv. The license of software, database, post processing/analysis software
should be perpetual.
v. In case if there is any hardware up-gradation/crash in the future, the
software should be transferable to new hardware at free of cost.
-
vi. Antivirus software with minimum 03 years validity for the computer
systems should be provided.
30. The bidder should clearly quote the price for AMC for 2 years after
Warrantee period in the Price Schedule.
31. SPARE PARTS : The supplier shall have make available required spares
and consumables for a period of at least ten years from the date of expiry of
the warranty.
32. TRAINING :
i. Onsite training for is to be provided to as many operators required.
ii. Installation and training for the whole system at our site should be
provided.
iii. Application training on SEM and EDS separately for 3 persons for 4
weeks at principal’s/ manufacturer’s facility free of cost should be provided. Travel and accommodation (TA/DA) expenses for training of CNP persons will be borne by Currency Note press
33. PRE-DISPATCH INSPECTION :
i. Vendors should enclose the SEM-EDS system data sheet/catalogue
published on their international website.
ii. Specification compliance certificate should be provided along with the
technical bid.
iii. Provision should be made for Pre-shipment inspection of SEM &
Integrated Energy Dispersive Spectrometer (EDS) at principal’s/
manufacturer’s facility free of cost for 3 persons for 5 full working days.
Travel and accommodation (TA/DA) expenses for Pre-shipment
inspection by CNP persons will be borne by Currency Note press.
However CNP reserves the right to cancel the pre-shipment inspection.
-
SECTION – VII TECHNICAL SPECIFICATION Supply, Installation and Commissioning of Elemental Analysis Microscope- Scanning Electron Microscope
Sr.No. Features Requirements
1 Electron Source Lab6 and Tungsten Filament
interchangeable (Factory pre-centered
cartridge Filament)
2 Operation Mode i. High Vacuum and Low Vacuum. ii. Freely switchable between high
vacuum and low-vacuum modes
without any mechanical
insertions or alignments. 3 Magnification Magnification 10x to 3,00,000 x or better
(continuously variable)
4 Standard Detectors to be
supplied with SEM i. Secondary Electron Detector for
use in high & low vacuum modes
ii. Back Scattered Electron Detector.
iii. Combined/integrated EDS detector
iv. IR-CCD Camera for chamber view 5 Image Mode i. Secondary Electron Image
ii. BSE Image (Composition image, Topographic image and mixed)
at both low and high vacuum 6 Vacuum system i. Turbo molecular pump backed
up by rotary pump to provide
ultraclean, fast vacuum.
ii. Should freely switch between
high vacuum and low-vacuum
modes without involving any
mechanical insertion and
alignments.
iii. Gauges with vacuum readout
and pressure readout should be
provided.
7 Pressure Range Pressure in Low Vacuum mode should be
10 - 600 Pa or better
8 X-axis movement X-axis: 100 mm or higher
9 Y-axis movement Y-axis: 100 mm or higher
10 Z-axis movement Z-axis: 60 mm or higher
11 Tilt Angle T= -5° to 70º or more
-
12 Rotation 360º
13 Analytical Working
Distance(WD)
10 mm or below
14 Specimen Stage Control i. Mechanically Eucentric and
compucentric stage motorized
with manual override through
knobs.
ii. The Stage should be Eucentric
over entire working distance to
allow specimen tilt without shift
in focus or area of interest and
auto Z focus to keep image
focused even if stage Z position
is altered.
15 Stage Navigation System Stage Navigation System must be supplied
to move to an area of interest easily and
quickly by locating the ROI from a color
image on the monitor.
16 Specimen Chamber Size i. Specimen Chamber should be
able to accommodate sample
having 200mm diameter and 80
mm in height or more.
ii. For better viewing of stage and
sample position, IR-CCD camera
should be mounted on chamber.
17 Number of Ports Sufficient ports should be available for
future upgradations such as WDS, EBSD,
Cryo stage, cooling stage, CLD. Total ports
must be 08 or more
18 Microscope Control All microscope functions should be
controlled by keyboard mouse and Joystick
via windows based software.
19 Auto functions (Operational
Controls) i. Vacuum control ii. Gun alignment, bias and
saturation
iii. Compensation for kV iv. Probe current optimized for Spot
size
v. Spot size optimized for magnification
vi. Contrast and brightness vii. Focus and Stigmator
20 Image display and processing i. 23 inch or better monitor for
image display
-
ii. Up to 3K x 2K pixels or better, adjustable separately for live
image (3 standard BMP, TIFF
and JPEG formats) and for stored
images
iii. Graphical User Interface (GUI) of at least 4 live images in a split
window for Simultaneous
detection and viewing of SE, BSE
etc. operable with touch screen
monitor.
iv. One segment should be for chamber view camera display.
v. Multiple user login function for customized workspace and
specimen condition settings
vi. Full screen display of the live image should be possible.
vii. Signal mixing of SE and BSE images to enhance image
qualities.
viii. Brightness and contrast correction, sharpening, etc.
ix. Colour mapping, plane merging, arithmetic and binary operations
etc.
x. Measurement: Phase Area, length, Particle size distribution,
count.
xi. Multi image calibrator & Shape Factor
xii. Noise reduction by average or integration method
xiii. Software for 3D measurement should be provided.
21 Computer and operating system
configuration
Windows based computer/workstation with
latest configuration available in the market
with Windows 7 operating system or latest
Essential Accessories: Integrated Energy Dispersive Spectrometer (EDS) 22 EDS System Fully integrated EDS System
23 Detector type LN2 free Silicon Drift detector with active
area 30mm2 detector/ Crystal area
24 Software The software should have the following
features:
i. Qualitative and quantitative analysis, Real time phase
mapping, phase to element and
-
element to phase maps.
ii. Line, point, square, circle, ellipse, grid, Multiple point
analysis, etc.
iii. Elemental analysis with K L M N line data for precise element
detection and quantification with
option to see Peak DE
convolution.
iv. Both standard and Standard less techniques should be possible.
v. Latest enhanced and complete atomic database with integration
of N lines.
vi. Background/noise subtraction correction.
vii. Correction for coating elements. viii. Capability to generate phase
map from EDS elemental maps.
ix. Stored image offline analysis for trace element detection and
quantitative mapping.
25 Workstation and operating
system Configuration Windows based workstation with
latest configuration available in
the market and 24-inch LCD/
TFT monitor for display.
(Minimum configuration: Intel
Xeon Quad core i7. 3.4 GHz,
16GB single channel DDR3L,
5400 RPM SATA Hard drive or
higher, DVD drive (Reads and
writes to DVD/CD) with all other
accessories and with Windows 7
64-bit operating system or latest
26 Sputter Coater for Sample
Preparation i. Operating Input Voltage:
220v/50hz Uniform grain free
coating for SEM
ii. Applications Chamber size: 150mm dia and at least 120mm
height.
iii. Should have facility of both Carbon rod and fiber
evaporation.
iv. It should also have Metal sputtering target:
Platinum/Palladium.
v. High Vacuum Turbo pumping system.
-
vi. Fully automated operations with LCD/LED touch screen operating
panel.
vii. Coating film thickness and control monitor.
viii. Operational demonstration of the Instrument during installation.
ix. Carbon rods 50 Nos and Carbon thread 20 mts to be supplied
with the Instrument. 27 Spares and consumables i. Should provide necessary spares
and consumables for at least
three years trouble free
operation for SEM and
Accessories.
ii. Wehnelt Cap – 1, tungsten filaments – 48, multi-stub holder
-1, single-stub holder -1,
specimen holder to hold Indian
Bank Note of size 73x180mm –
2nos should be provided.
iii. 5 rolls of carbon tape. 28 Uninterrupted Power System
(UPS) i. All components of instrument
including sub systems,
accessories and computers
should operate at 220-230V,
50Hz electric power.
ii. The complete system, including
computers and accessories,
must be properly shielded from
Electro Magnetic interference.
iii. UPS system of adequate rating
to support the SEM (and its
accessories) for the backup time
of 60 minutes with dry fit
batteries and plug-in connections
and dialogue mode has to be
provided. UPS output should be
pure sine wave.
29 Guarantee/Warranty/Assurance i. One-year warranty on all
components & subcomponent
should be provided from the date
of acceptance by CNP, Nashik.
ii. During the warranty period, all
software updates must be
provided free of cost.
iii. The license of software,
database, post
-
processing/analysis software
should be perpetual.
iv. In case if there is any hardware
up-gradation/crash in the future,
the software should be
transferable to new hardware at
free of cost.
v. Antivirus software with minimum
03 years validity for the
computer systems should be
provided.
-
Section VIII: Quality Control Requirements
1. Final Acceptance Test (FAT):-
After successful installation, commissioning and trial run the actual performance of the instrument will be carried out for period of 12 working days in the presence of firm’s representative on the supplied SEM machine & EDS with different samples, consisting of eight hours per day, conforming to the instrument configuration and technical specifications, as per contract signed mutually between the supplier & purchaser.
If the parameters will not be achieved due to any reasons, the acceptance test will be conducted ab-initio with mutual consent,
- For not meeting the technical specifications as per the contract. - Other parameters of instrument, if not met i.e. specific committed
resolution/ any other instrumental parameters of the supplied equipment.
- Any other un-avoidable reason such as power, air, stream, water supply failure.
A fresh trial will be conducted for a period of another 12 days. Afterwards, FAC will be issued.
Successful Bidder has to prove that the equipment is fully complying with the technical specification of the equipment mentioned as in Section VII. It is the responsibility of the bidder to bring all the required test materials & standards to prove the performance of the equipment.
Successful Bidder has to show that the equipment is suitable for carrying out the tests on Bank note/Banknote paper/Security document (as the case may be) as per the applicable ISO standard or its equivalent.
2. Final Acceptance Certificate (FAC):-
Upon satisfactory completion of final acceptance test, Currency Note Press shall issue necessary certificate.
-
Section IX: Qualification/ Eligibility Criteria
FOR PRE-QUALIFICATION BID
1. Experience and past performance: a. The bidder should have manufactured, supplied, installed and commissioned
at least one similar equipment/s, for testing of Bank Note/Security Document/forensic examination of document during the last five years.
b. Documentary proof should be submitted by the bidder to certify that the equipment is suitable to carry out the test on Security document/Banknote paper/Bank Note as the case may be as per the applicable ISO or similar international standards. Bidder shall comply with this requirement for each of the equipment the firm is intending to bid as specified in the Technical specification.
2. Capability:
The Bidder firm must have an annual capacity to manufacture and supply at least one SEM equipment, for testing.
3. Financial standing:
(a) Average Annual Turnover of the Bidder firm during last three years i.e. 2015, 2016 and 2017 in case the financial year is maintained calendar year wise or 2014-15, 2015-16 and 2016-17 in case the financial year is maintained ending 31 March of a year should be more than Rs 77,60,000/- or equivalent in Euro or equivalent currency of country of origin of goods.
(b) Bidder firm should not have suffered any financial loss for more than one year during the last three financial years i.e. 2015, 2016 and 2017 in case the financial year is maintained calendar year wise or 2014-15, 2015-16 and 2016-17 in case the financial year is maintained ending 31 March of a year.
(c) The net worth of the firm should not have eroded by more than 30% in the last three financial years i.e. 2015, 2016 and 2017 in case the financial year is maintained calendar year wise or 2014-15, 2015-16 and 2016-17 in case the financial year is maintained ending 31 Mar of a year.
-
Note: All experience, past performance and capacity/ capability related/ data should be certified by the authorized signatory of the bidder firm. The credentials regarding experience and past performance to the extent required as per eligibility criteria submitted by bidder should be verified from the parties for whom work has been done. All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in India and Certified Public Accountant/ Chartered Accountants for other countries. Full detailed specifications duly supported with pamphlets, detailed literatures or samples etc. shall be enclosed with the technical bid where ever applicable. 4. Reference list of customers to whom similar equipment is supplied shall be enclosed. 5. Credential certificate from the customer on the satisfactory functioning of the system shall be enclosed.
6. The firm should give a declaration that they have not been black-listed/ debarred for dealing by Government of India in the past. 7. (i) Either the Indian agent on behalf of the principal / OEM or principal / OEM itself can bid. Both cannot bid simultaneously for the same item/product in the same tender.
(ii) If an agent submits bid on behalf of the principal/OEM, the same agent shall not submit a bid on behalf of another principal/OEM for the same item/product. Bidder firm should submit manufacturer’s authorization form in the format as specified in the Section-XIV of the tender document.
If an agent submits the bid on behalf of Principal/OEM, Principal/OEM shall
meet the Pre-qualification criteria.
8. The firm should give a declaration that they have understood all the terms and conditions of the tender document and provide unconditional acceptance to all terms and conditions of the tender document without any deviations.
-
Section X : Tender Form
Date : To, Currency Note Press, Nashik A unit of Security Printing and Minting Corporation of India Limited Wholly Owned by Govt. of India Nasik Ref : Your Tender Document No. ______________________dated.__________ We, the undersigned have examined that above mentioned tender enquiry document, including amendment No.________ dt. _______ (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver_____________(description of goods and services) in conformity with your above referred document for the sum as quoted in price bid (total tender amount in figures and words), as shown in the price schedule(s), attached herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and perform the service as mentioned above, in accordance with the delivery schedule specified in the List of requirement. We further confirm that, if out tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, of any, in Section V – ‘Special Conditions of Contract’ for due performance of the contract. We agree to keep out tender valid for acceptance for a period upto _________as required in the GIT clause 19, read with modification, if any in Section-III – ‘Special instructions to Tenderers’ or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry. Dated this __________________________day of __________________________
For and on behalf of (With Seal)
Signature
Name In the capacity of
(DULY AUTHORISED TO SIGN THE BID)
-
Section XI: Price Schedule TABLE (a)
SUMMARY OF PRICE SCHEDULE (FOR OVERSEAS BIDDERS ONLY): PRICE SHOULD BE QUOTED ON FOB AND CIF BASIS Furnish complete list of equipments and accessories which constitutes the Elemental analysis microscope-SEM
Sr No
Description, Accounting unit and quantity offered
FOB price per equipment
Quantity offered
FOB Total
Port/Actual Destination
Insurance Freight (Ocean)
CIF
Col No
1 2 3 4 5 6 7 8
1 Supply of Elemental analysis microscope – Scanning electron microscope.
Nhava Sheva/ Mumbai
2 Installation, commissioning, testing & training.
CNP Nashik
3 Comprehensive AMC after warrantee period for 1st year
4 Comprehensive AMC after warrantee period for 2nd year
FOB price in words………………
CIF in words (for Nhava Sheva/ Mumbai port)
1. We confirm that there would not be any price escalation during the supply period.
2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions Note: 1. The TDS (tax deduction at source) will be applicable for installation, commissioning, supervisory and training charges. 2. The list of spare parts shall be enclosed with the price bid separately. 3. Price bids with conditions/ counter conditions are liable to be rejected.
(Name and Signature with date) Office Seal/Stamp
-
TABLE (b) SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS): PRICE SHOULD BE QUOTED ON FOR CNP, NASHIK BASIS.
Furnish complete list of equipments and accessories which constitutes the Elemental analysis microscope-SEM
Sr N
o
Item description
UOM (Unit
of measuremen
t)
Basic price
including packing
and forwardin
g / unit (Rs)
Freight
and Insurance
charges
(Rs), if any
IGST @___%
CGST @___%
SGST @___%
Freight, Insurance(Rs)
Total rate per
unit (Rs) (FOR CNP,
Nashik) inclusive of
GST, freight and insurance charges
Offered Quantity
Total Price for required quantity of
store (Rs) (FOR CNP, Nashik) inclusive of GST,
freight and insurance charges
1 2 3 4 5 6 7 8 1 Supply of Elemental analysis
microscope – Scanning electron microscope
No 01 01
2 Installation, commissioning, testing & training
No. 01
3 Comprehensive AMC after warrantee period for 1st year
months
12
4 Comprehensive AMC after warrantee period for 2st year
months
12
Grand Total
FOR CNP Nashik price in words………………
1. We confirm that there would not be any price escalation during the supply period. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions
Note: 1. The TDS (tax deduction at source) will be applicable for installation, commissioning, supervisory and training charges. 2. The list of spare parts shall be enclosed with the price bid separately. 3. Price bids with conditions/ counter conditions are liable to be rejected.
(Name and Signature with date) Office Seal/Stamp
-
SECTION XII: QUESTIONNAIRE
SECTION XIII: BANK GUARANTEE FORM OF EMD SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY SECTION XVI: CONTRACT FORM SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS Please CLICK the link for further details
http://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdf