TECHNICAL BID T

Size: px
Start display at page:

Download "TECHNICAL BID T"

Transcription

1 TECHNICAL BID T Subject : Supply of PMI Equipment with all accessories for GSECL, Ukai TPS. Due on Date : At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D. D. No. Date : OR SSI / NSIC Certification Number : Duly Notarized : YES / NO Tenders submitted without tender fee and EMD (by DD / Latest valid & not more than 3 years old SSI / NSIC notarized copy) will not be accepted. (Note : Photo copy of SSI / NSIC Certificate is not acceptable). Page 1

2 T Tender for supply of PMI Equipment with all accessories for GSECL, Ukai TPS. Sr. No. Index Page No. 1. Tender Notice 2. Undertaking (To be signed by the Tenderer) 3. Detail Specifications (Technical Bid) 4. Tender & Contract for works (Booklet) 5. Drawing Number 6. Schedule 'B' (Price Bid) Issued to D. D. No. for Tender Fee : & Date : D. D. No. for Earnest Money Deposit : & Date : IMPORTANT NOTE : This tender should be submitted duly signed without removing a single page. Otherwise the tender is liable to be rejected. For SUPPLY TENDER, TIN / PAN Number should be invariable mentioned in their technical bid otherwise your offer will be ignored and price bid will not be opened. Page 2

3 Reference No. : T Subject Gujarat State Electricity Corporation Limited Ukai Thermal Power Station THERMAL POWER STATION UKAI DAM DIST - TAPI TECHNICAL BID : Supply of PMI Equipment with all accessories for GSECL, Ukai TPS. Sr. No. Description of Material Qty. Required Unit 1 POSITIVE MATERIAL INDENTIFICATION EQUIPMENT WITH ALL ACCESSORIES. 1 Number TECHNICAL SPECIFICATION FOR PMI TESTING MACHINE : Description : A light weight hand held, portable battery (rechargeable) operated PMI Equipment with X-ray irradiator probe to estimate / analyze elements from S (16) to U (92) present in components / plates / Boiler tubes at the steel yard or fabrication place at shop-floor or at the erection site to know/identify the grade of the material. It should perform fast and accurate analysis on large or small components, solids, chips, shavings, wires, rods, weld seams, pipes, vessels etc. Distance and shape of the sample should be compensated. Identification mode i.e. grade determination should be in 2-5 seconds. DETAILED SPECIFICTION : (1) This PMI Equipment is required for on-site metal testing, sorting / grading / verifying. (2) Basic operational principle of the PMI Equipment should be by X-ray irradiation (X-ray Fluorescence) for metal analysis. (3) The PMI Equipment should be of light weight i.e., approx weight of 2 to 3 kg approx, including X-ray tube, PDA, and rechargeable batteries which should be able to analyze common elements S to U. (4) Excitation source should be small x-ray tube with suitable target and high HV (approx. 40 KV) supply and a high resolution, high count-rate detector system. (5) The PMI Equipment should provide direct display of concentration of individual elements, grade identification as per requirement. The results of samples should be displayed directly on powerful detachable palm top processor with standard windows compatible operating system. (6) The PMI Equipment should be supplied with rechargeable batteries with one spare battery and battery charger. The PMI Equipment should also operate directly with power supply of 240 V, 50 Hz single phase supply. AC adaptor should be 240 V, 50/60 HZ power source with sufficient length of cables. (7) The PMI Equipment should be suitably tropical zed to meet with all conditions during transportation, assembly and operation. The PMI Equipment should be able to operate in all weather conditions (-10 deg C to + 50 deg C). (8) The PMI Equipment should be calibrated to alloy analysis with Certified Reference Materials (CRMs) and grade ID. The CRMs shall be supplied along with the instrument to check the repeatability of Page 3

4 instrument for each of Fe, Cr, Cu, Ni, Mo, Al and Ti alloys etc. (9) The PMI Equipment should have integrated alloy library containing all varieties of Low alloy steel, high alloy steels, Nickel Alloy, Stainless Steels, Cobalt alloy, Copper alloys, Titanium alloys, Aluminium alloy (with heavy alloying elements). It should have provision for adding new alloys on need base. (10) The PMI Equipment should be capable of analyzing large or small samples at hot surfaces up to 50 deg C. Bidder should mention temperature up to which the PMI equipment offered is able to with stand. This information is required to confirm application of offered PMI Equipment inside the boiler during forced outages. (11) The PMI Equipment should have suitable attachment to analyze narrow welds. (12) The supplier should train GSECL Engineers in operation and normal maintenance of the PMI. (13) Main user interface shall have following features : (A) Configurable result screen enables to select reported elements and their order. (B) Result should include display of material type along with AISI grade/type. (C) Testing Modes: Assay, Grade ID, Grade Pass/Fail, Limit testing. (D) Low and high alarm limits with adjustable colour signals. (E) Averaging feature. (F) Allows simple addition of new alloy grades via the PDA. (G) Powerful PDA (with Windows Mobile 5.0 OS or advanced version) with bright colour touch screen for data storage, clarity and ease of use, Full Windows compatibility. (H) Minimum Internal Memory : 512 MB. Minimum Removable Memory : 32 GB. (I) Capacity to hold results and spectra : more than 1,00,000. Results should be easily transferable to PC via USB cable (preferred). It can have other options of transfer through WIFI, Bluetooth or SD card. (14) Battery operating time shall be minimum 8 hours and continuous (tube on) measurements shall be approx. 3 to 4 hours. (15) Accurate analysis of valuable elements like Ni, Cr, Mo, Cu etc shall be determined in approx. 5 to 10 Seconds. (16) Grade identification shall be performed in approx. 2 to 5 seconds. (17) References in India where the agency has supplied the offered equipment / similar equipment during the last past five years along with address and contact details to be enclosed in the offer. The standard scope of supply shall be as mentioned below, PORTABLE X-RAY TUBE BASED ANALYZER SYSTEM shall be of following configuration: (1) Single hand held The PMI Equipment capable of analyzing elements mentioned above, with battery, PDA, integrated alloy library and with other features as mentioned above. - (1 No.) (2) Spare battery - (1 No.) (3) Battery charger (operatable on 240 V, 50 Hz) - (1 No.) (4) A/C adapter for direct operation of PMI Equipment with 240 V, 50 Hz supply and connecting cable of sufficient length - (1 No.) (5) C R M s for each alloy - (1 Set) (6) Attachment for analyzing narrow welds (1 No.) (7) Software for more accurate analysis with larger duration exposure and drift analysis - (1 No.) (8) Data transfer cable for connectivity between PMI Equipment and PC (USB) - (1 No.) Page 4

5 (9) SD card - (1 No.) (10) Standard shipping case for keeping the instrument with all the accessories like instruction manuals both hard copy and soft copy (English), shoulder strap, instrument field / waterproof cover, and all other relevant specialized software if any - (1 No.) (11) Instruction Manuals: Hard Copies (3 Nos.) and Soft Copies (3 Nos.) (12) Training to GSECL personnel. (13) Any other software or hardware required to meet the above specification should be included in the scope of supply, though not mentioned above. Technical Conditions : (1) Our preferred makes are Niton / Olympus / GE / X-met however party may quote equivalent make with detail specification. (2) Bidder should be manufacture or authorized dealer only. Valid Authorization Certificate should be attached with Technical bid. (3) Party will have to submit past executed order copies / experience certificate etc. for these items to GSECL, NTPC or other SEBs / MNC or reputed large scale industries along with technical bid. (4) Party will have to attach relevant catalogue / CD with all technical specifications of individual items otherwise offer will be liable for rejection. (5) Party will have to submit 10 % PBG against any manufacturing defects and performance of Equipment for the period of 18 months from the date of supply. The equipment shall be guaranteed for a period of 18 months from the date of supply. (6) List of spares parts (with part numbers) for two years operation and maintenance should be attached. (7) If any problem arises during guarantee period after commissioning, supplier has to rectify / replace the equipment free of cost. (8) Party will have to depute engineer for commissioning / testing of Equipment if asked by GSECL. (9) Party will have to submit Test certificate, guarantee certificate along with supply. (10) Party shall have to stand guarantee for availability of spares of the offered Equipment for a minimum period of 5 years. (11) Party shall have to submit two copies of O&M manual of the Equipment along with Technical bid. (12) Information on shipping weight and cubage (length, width & height) to be provided. (13) In case of foreign bidder offer, the Principal's technical offer only should be enclosed. (14) Party shall have to give free demonstration of their quoted equipment on actual known standard specified material samples at site of Ukai TPS after submission of Tender for required qualification of technical bid. Page 5

6 Special Notes : (1) It is mandatory for all the bidders to submit their tender documents by both forms viz. online (e-tendering) and physically in schedule time. If tender documents submitted in only any one form, say either by on line or physically, in that case the same tender will not be considered. Further bidders are requested to submit Price bid (Schedule-B) online only and not to submit the Price bid in Physical form. This is mandatory. If price bid is submitted in physical form, the same will not be opened and only on-line submitted Price bid will be considered for evaluation. Further, if the quantity quoted differs in the any of the technical bid forms and in price bid forms, it is at the discretion of CE Committee / ED Committee - GSECL to consider the quoted quantity. (2) Please submit Photocopy of Sch-B duly signed by you, along with technical bid, without stating prices. (3) Tender shall not be opened without payment of EMD & Tender Fee. Please furnish details of EMD & Tender Fee paid on cover. (4) If any deviation in your offer with respect to Tender specification, Please clearly mention on separate deviation sheet otherwise we will consider your offer is exactly as per our Enquiry / Tender specification. (5) GSECL reserves rights to place the order on technically qualified bidders for item wise / individual lowest quoted party. (6) Repeat Order : GSECL reserves right for the placement of repeat 50 % of the order quantity / value within 4 (Four) months of the order as per the Clause No. 24 of Commercial Terms and Conditions instead of 25 %. Other condition of Clause No. 24 remains same. (7) It is to be noted that GSECL, Ukai TPS is establishing and implementing occupational Health & Safety Management System complying with OHSAS 18001:2007. You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent the occupational Health and Safety hazards and risks including observation of safety rules. Further you are also to comply with all applicable legal requirements while executing the supply / work, in case the job is assigned to you. (8) Party has to accept Payment Term as per GSECL s standard terms & conditions: Payment shall be made by the GSECL for the material supplied at 80 % plus 100 % taxes against TRC within 30 days and balance 20 % against S. R. Note within 45 days from the date of receipt of material at our site. (9) Delivery Period : Within 03 Months. (10) Please note that conditionally offers will liable to be ignored. Contractor's Signature With date and seal R.F.Q. No CHIEF ENGINEER (GEN.) GSECL, Ukai TPS. Page 6

7 IMPORTANT : All the bidders are requested to read and verify the documents of Commercial Terms & Condition of Tender & Supply (i.e. Clause No.1 to 83) of GSECL, UKAI, TPS and confirm that all the above documents are verified & certify by you as below. I / we read the above documents and agree for the Conditions of Tender & Supply (i.e. Clause No.1 to 83) of GSECL, UKAI, TPS and accordingly submitted my / our offer. (1) For Page No. 1 to 21 of terms & condition : Party can give acceptance of clause No.1 to 83 on a single paper instead of all 21 pages. (2) For Page No. 25 to 37 : Please note that you have to furnish the details in Page No. 25 to 37 i.e. (Annexure - 1 to 13), Certificate-A i.e. dully fill, stamped and signed otherwise your offer is likely to be ignored out rightly. (3) In case of Ex-works prices, you have to mention item wise Pkg. & Fwd., Freight, insurance charges in Annexure-10 otherwise it will be considered as per GSECL procedure for evaluation. (4) Clause No. 12 of Commercial Terms & Condition at Page No.6 of 46 : Kindly read clause No. 12 i.e. security Deposit of Commercial terms & Condition as below. SECURITY DEPOSIT : The successful Tenderer s will be required to pay an amount equivalent to 10 % of the value of the Order (End Cost) against letter of intent as per GOG guideline as a Security Deposit for satisfactory execution of the contract. Such security deposit will be payable either in D.D./Bank Guarantees. Bank Guarantees will be acceptable if issued by Bank of Baroda and State Bank of India. The Bank Guarantees will be executed on the standard form prescribed by the GSECL. In case of the Bank Guarantees furnished / submitted, they should have clear one time validity till the completion of the order in all respects and up to the expiry of guarantee period from the date of receipt of the last consignment. Bank Guarantees for interim period will not be allowed. If by any reasons the supply period is extended then supplier should undertake to renew the Bank Guarantee at least 01 Month before the expiry of the validity failing which GSECL will be at liberty to encash the same. CORPORATE BANK GUARANTEES NOT ALLOWED. If S.D. Exemption is claimed against NSIC Certificate, then the NSIC Certificate / Competency Certificate more than 03 years old will not be considered. If the validity of the certificate expires prior to completion of the order, then it has to be got revalidated from NSIC by the Tenderer and submitted immediately; otherwise bidder shall have to arrange for payment of Security Deposit. S.D. should be paid within 07 (Seven) days after receipt of the LOI. However for the "NSIC" firms who are exempted from payment of Security deposit, they shall have to furnish PG (Performance Bank Guarantee) of the contract value separately as applicable as per tender conditions. Security Deposit, if paid, will be returned on successful completion of the Order and only after the Performance Guarantee Condition is fulfilled. R.F.Q. No. : Contractor's Signature With date and seal Page 7

8 PRICE BID T Subject : Supply of PMI Equipment with all accessories for GSECL, Ukai TPS. Please submit Price Bid duly signed & stamp (without stating rates) along with Technical Bid. Page 8

9 SCHEDULE B (Price Bid) Description : Supply of PMI Equipment with all accessories for Ukai TPS. Reference No. : T E-Urja RFQ No. : Sr. No. Description of materials with details of Specifications Quantity Required UOM Quantity Offered by Tenderer Unit Ex- Works In Rs. Pkg. & Fwd. Charges per Unit Excise Duty per unit Sales Tax per unit Insurance Charges per unit Freight Charges per unit Unit End Cost Price Total End Cost Price 1 POSITIVE MATERIAL INDENTIFICATION EQUIPMENT WITH ALL ACCESSORIES. 1 Number TECHNICAL SPECIFICATION FOR PMI TESTING MACHINE : Description : A light weight hand held, portable battery (rechargeable) operated PMI Equipment with X-ray irradiator probe to estimate / analyze elements from S (16) to U (92) present in components / plates / Boiler tubes at the steel yard or fabrication place at shop-floor or at the erection site to know/identify the grade of the material. It should perform fast and accurate analysis on large or small components, solids, chips, shavings, wires, rods, weld seams, pipes, vessels etc. Distance and shape of the sample should be compensated. Identification mode i.e. grade determination should be in 2-5 seconds. DETAILED SPECIFICTION : (1) This PMI Equipment is required for on-site metal testing, sorting / grading / verifying. (2) Basic operational principle of the PMI Equipment should be by X-ray irradiation (X-ray Fluorescence) for metal analysis. (3) The PMI Equipment should be of light weight i.e., approx weight of 2 to 3 kg approx, including X-ray tube, PDA, and rechargeable batteries which should be able to analyze common elements S to U. (4) Excitation source should be small x-ray tube with suitable target and high HV (approx. 40 KV) supply and a high resolution, high countrate detector system. (5) The PMI Equipment should provide direct display of concentration of individual elements, grade identification as per requirement. The results of samples should be displayed directly on powerful detachable palm top processor with standard windows compatible operating Page 9

10 system. (6) The PMI Equipment should be supplied with rechargeable batteries with one spare battery and battery charger. The PMI Equipment should also operate directly with power supply of 240 V, 50 Hz single phase supply. AC adaptor should be 240 V, 50/60 HZ power source with sufficient length of cables. (7) The PMI Equipment should be suitably tropical zed to meet with all conditions during transportation, assembly and operation. The PMI Equipment should be able to operate in all weather conditions (-10 deg C to + 50 deg C). (8) The PMI Equipment should be calibrated to alloy analysis with Certified Reference Materials (CRMs) and grade ID. The CRMs shall be supplied along with the instrument to check the repeatability of instrument for each of Fe, Cr, Cu, Ni, Mo, Al and Ti alloys etc. (9) The PMI Equipment should have integrated alloy library containing all varieties of Low alloy steel, high alloy steels, Nickel Alloy, Stainless Steels, Cobalt alloy, Copper alloys, Titanium alloys, Aluminium alloy (with heavy alloying elements). It should have provision for adding new alloys on need base. (10) The PMI Equipment should be capable of analyzing large or small samples at hot surfaces up to 50 deg C. Bidder should mention temperature up to which the PMI equipment offered is able to with stand. This information is required to confirm application of offered PMI Equipment inside the boiler during forced outages. (11) The PMI Equipment should have suitable attachment to analyze narrow welds. (12) The supplier should train GSECL Engineers in operation and normal maintenance of the PMI. (13) Main user interface shall have following features : (A) Configurable result screen enables to select reported elements and their order. (B) Result should include display of material type along with AISI grade/type. (C) Testing Modes: Assay, Grade ID, Grade Pass/Fail, Limit testing. (D) Low and high alarm limits with adjustable colour signals. (E) Averaging feature. (F) Allows simple addition of new alloy grades via the PDA. (G) Powerful PDA (with Windows Mobile 5.0 OS or advanced version) with bright colour touch screen for data storage, clarity and ease of use, Full Windows compatibility. (H) Minimum Internal Memory : 512 MB. Minimum Removable Memory : 32 GB. (I) Capacity to hold results and spectra : more than 1,00,000. Results should be easily transferable to PC via USB cable (preferred). It can have other options of transfer through WIFI, Bluetooth or SD card. (14) Battery operating time shall be minimum 8 hours and continuous (tube on) measurements shall be approx. 3 to 4 hours. (15) Accurate analysis of valuable elements like Ni, Cr, Mo, Cu etc shall be determined in approx. 5 to 10 Seconds. (16) Grade identification shall be performed in approx. 2 to 5 seconds. (17) References in India where the agency has supplied the offered equipment / similar equipment during the last past five years along with address and contact details to be enclosed in the offer. Page 10

11 The standard scope of supply shall be as mentioned below, PORTABLE X-RAY TUBE BASED ANALYZER SYSTEM shall be of following configuration: (1) Single hand held The PMI Equipment capable of analyzing elements mentioned above, with battery, PDA, integrated alloy library and with other features as mentioned above. - (1 No.) (2) Spare battery - (1 No.) (3) Battery charger (operatable on 240 V, 50 Hz) - (1 No.) (4) A/C adapter for direct operation of PMI Equipment with 240 V, 50 Hz supply and connecting cable of sufficient length - (1 No.) (5) C R M s for each alloy - (1 Set) (6) Attachment for analyzing narrow welds (1 No.) (7) Software for more accurate analysis with larger duration exposure and drift analysis - (1 No.) (8) Data transfer cable for connectivity between PMI Equipment and PC (USB) - (1 No.) (9) SD card - (1 No.) (10) Standard shipping case for keeping the instrument with all the accessories like instruction manuals both hard copy and soft copy (English), shoulder strap, instrument field / waterproof cover, and all other relevant specialized software if any - (1 No.) (11) Instruction Manuals: Hard Copies (3 Nos.) and Soft Copies (3 Nos.) (12) Training to GSECL personnel. (13) Any other software or hardware required to meet the above specification should be included in the scope of supply, though not mentioned above. Technical Conditions : (1) Our preferred makes are Niton / Olympus / GE / X-met however party may quote equivalent make with detail specification. (2) Bidder should be manufacture or authorized dealer only. Valid Authorization Certificate should be attached with Technical bid. (3) Party will have to submit past executed order copies / experience certificate etc. for these items to GSECL, NTPC or other SEBs / MNC or reputed large scale industries along with technical bid. (4) Party will have to attach relevant catalogue / CD with all technical specifications of individual items otherwise offer will be liable for rejection. (5) Party will have to submit 10 % PBG against any manufacturing defects and performance of Equipment for the period of 18 months from the date of supply. The equipment shall be guaranteed for a period of 18 months from the date of supply. (6) List of spares parts (with part numbers) for two years operation and maintenance should be attached. (7) If any problem arises during guarantee period after commissioning, supplier has to rectify / replace the equipment free of cost. Page 11

12 (8) Party will have to depute engineer for commissioning / testing of Equipment if asked by GSECL. (9) Party will have to submit Test certificate, guarantee certificate along with supply. (10) Party shall have to stand guarantee for availability of spares of the offered Equipment for a minimum period of 5 years. (11) Party shall have to submit two copies of O&M manual of the Equipment along with Technical bid. (12) Information on shipping weight and cubage (length, width & height) to be provided. (13) In case of foreign bidder offer, the Principal's technical offer only should be enclosed. (14) Party shall have to give free demonstration of their quoted equipment on actual known standard specified material samples at site of Ukai TPS after submission of Tender for required qualification of technical bid. Yours Faithfully, CHIEF ENGINEER (GEN.) (Signature of the Tenderer) GSECL, Ukai TPS. (With Company`s Round Seal) Page 12