at 3.00 pm. Sciences Toshali Bhavan, Satyanagar at 4:00 pm. Contact Telephone Numbers , ,

Size: px
Start display at page:

Download "at 3.00 pm. Sciences Toshali Bhavan, Satyanagar at 4:00 pm. Contact Telephone Numbers , ,"

Transcription

1 INDIAN INSTITUTE OF TECHNOLOGY BHUBANESWAR BHUBANESWAR , ORISSA, INDIA PH: , FAX NO & TENDER NOTICE Date: Sub: Notice inviting tenders for procurement of Powder X-Ray Diffractometer Indian Institute of Technology Bhubaneswar an Institute of National Importance, invites sealed tenders from reputed Manufacturers/ Authorised Dealers /Bidders for quality procurement of above mentioned item. All interested vendor are requested to send their sealed quotation for supply of the above item as per Annexure-I. The general terms and conditions for bidders are given in Annexure II. Tender Reference IITBBS/SBS /ENQ /CIF/EQP /023/11-12 Last Date and Time for receipt of tender offers Date of Pre- Bid Conference Time and Date for Opening of tenders (Technical Bid) Address for Communication at 3.00 pm at 4.00 pm in the Office of the HOS of Basic Sciences Toshali Bhavan, Satyanagar at 4:00 pm. As Stated below. Contact Telephone Numbers , , For technical Details Contact through E- mail: The tender document and details of terms and conditions can be downloaded from our website & or the same may be collected from the office of the Asst. Registrar (S&P), IIT Bhubaneswar between 3 P.M to 5 P.M on any working day (from to ). A crossed demand draft of Rs 1,000/- (non-refundable) towards tender fee and EMD (refundable) for Rs. 6,00,000/- in the form of demand draft/bank guarantee valid for 6 months in favour of The Registrar IIT BHUBANESWAR payable at Bhubaneswar should be submitted in the separate sealed envelope along with your quotation. The proposals are to be sent in three separate sealed envelopes (i) Technical Bid (ii) Price bid iii) Tender fee and EMD all kept in one sealed envelope duly subscribed with reference no. and tender notice detail as appended hereunder:- TENDER FOR SUPPLY OF Powder X-Ray Diffractometer TO IIT BHUBANESWAR. TENDER REF. NO: IITBBS/SBS /ENQ /CIF/EQP /023/11-12 DATE , LAST DATE FOR SUBMISSION To The Registrar Indian Institute of Technology Bhubaneswar Toshali Bhavan, Satyanagar, Pin From: M/s

2 Contact No: ID: The price bid will be opened only of those firms, who will be found technically qualified and selected after evaluation of their technical bids. The tenders without tender fees and EMD will be rejected summarily. The Institute reserve the right to cancel/reject any or all bids without assigning any reason thereof. Annexure I Detailed specification for Powder X-ray Diffractometer system Tender is invited from the reputed vendor for the procurement of X-ray diffractometer required for phase analysis, structure analysis of thin film, texture, residual stress and SAXS etc. Vendors might choose to quote configuration to suite the above application, with minimum alignment to change over from various configurations. High temperature and SAXS application must also be offered as an optional item. Full radiation protection chamber as per international radian safety norms. The instruments must have CE certification. The XRD system should be equipped with automatic component recognition features for X-ray tube, optics in both primary and secondary side including the detector to be used in real time. Status display and conflict detection of instrumental configuration set up and provision for necessary modification is also desired to eliminate human error. The changeover of X-ray tube must not require any disconnection of high voltage cable and water hose and must be alignment free. X-RAY GENERATOR: Rack mounted, compact, 3 KW or above rating, 50KV or above 60mA or better; stability < 0.005% for current and voltage for variation of mains supply 10% KV, ma stability. The generator should allow kv, ma setting to be done through the system computer in step of 1 kv and in 1mA. Operating power supply: 220 V (+/- 10%) 50 Hz. X-RAY TUBE: 2.2 kw, Cu anode, long fine focus, ceramic insulated. OPTICS: Programmable divergent and anti scatter slit to cater the need for low angle XRD. Facility to operate both in conventional Bragg-Brentano and parallel beam geometry is essential. Advanced parallel beam optics with multilayer mirror should be provided. NI-FILTER : Ni K-beta filters to be offered for the X-ray tube. Suitable K-beta filters to be quoted for all the x-ray tube. SAMPLE STAGES : Rotational transmission sample stage with variable speed should be offered in the basic system. The Eulerian Cradle with Chi and Phi rotation, X-, Y- and Z-translation for texture or residual stress samples, powder samples, as well as thin films to be offered. GONIIOMETER: 1. High precision goniometer with Theta-Theta configuration with a minimum diameter of 500mm. Variable goniometer radius without major alignment procedure will be preferred for better resolution. Options for conversion from theta-theta to theta- theta or vice versa should be available. 2. Smallest addressable step size (Theta & 2theta): degree

3 3. Angular range (two theta): to Fast step scan facility should be available. 5. Moments of theta-2theta arms should be with optical encoders for precise angular positioning. 6. The goniometer should be equipped with suitable slits to enhance overall performance. The vertical goniometer should be able to accept attachment for non ambient analysis for future applications needs. 7. The goniometer motor should be driven through stepper motor for better accuracy and fast step scan. DETECTOR: Vendor should offer fault free 1-D fast detector. It must be able to work in both zero dimensional and 1 dimensional mode, it must not use any gas in its operation. The detector must be able to operate in fixed and scanning mode. Necessary hardware or software must be in-built to reduce the fluorescence. Necessary application note/product details must be enclosed with the offer to support the above requested facility. SOFTWARE: PC based software packages to control all instrument parameters and should provide best algorithm for solving analytical tasks. Complete search /maths programme with background subtracted data Peak search, integrated intensity, K-alpha 1 and k-alpha 2 separation Calculation of profile parameters such as: line position, centre of gravity, integrated area, half width and many more. Qualitative and quantitative phase analysis. Fully automated quantitative analysis of crystalline and amorphous phase amounts. ICCD Pdf 2 and ICSD database needs to quoted in the basic system Easy simulation and automatic refinement/smoothening of measured data. Rietveld based standard less quantification, refinement package with ab initio structure analysis, profile fitting, structure viewer software package should be offered. Software for thin film application: XRR, Reciprocal space mapping, epitaxy and rocking curve fitting for detailed layer structure to be quoted as option Software for stress, texture, ODF calculation and application should be offered in option. SAXS application software should be offered in option. Computer and printer: Suitable computer (CPU(Intel core), 4 GB RAM, 160 GB HDD, Mouse, Keyboard, DVD RW, 19 TFT monitor, network adaptor with laser jet colour printer.) Computer should be supplied by manufacturer of the XRD with pre-loaded software. Water Chiller: Suitable water chiller for the system should be quoted. UPS: 30 kva online UPS should offered for un-interrupted data collection of 30 mnts SPARES: Commitments to supply spares for at least 10 years to be ensured. Optional items (To be quoted separately) Cobalt X-ray tube with ceramic insulation to be offered as option. Suitable optics for stress, texture and thin film analysis to be offered in option. Capillary sample stage with alignment microscope should be offered as optional items for SAXS application. High temperature attachment from room temperature to C and also from room temperature to C to be offered with all necessary accessories. Separate spare kit for diffractometer should be quoted.

4 GENERAL TERMS AND CONDITIONS 1. QUALIFICATION CRITERIA: The vendor must provide from the manufacturer the data quality guarantee on the angular position and intensity ration to be carried out on the NIST sample. The same NIST standard should be in the scope of supply for evaluation. 2. INSTALLATION AND COMMISSIONING: The instruments to be installed tested and commissioned by representative of supplier in INDIA at premises to the satisfaction of user. 3. AFTER SALES SERVICE: (a) Product support for period of minimum 5 years after warranty period, to be ensured by the vendor/supplier. (b) Relevant software or hardware information in case of updating of the model of the supplied system should be provided. (c) Minimum three years warranty should be offered. 4. TRAINING The supplier should provide training on the site of installation. 5. COMPLIANCE: The vendor should take all necessary responsibility to quote for configuration to suite all the above applications. Vendor should supply list of Indian customers (with detailed communication address and installation certificate) where such instruments have been supplied successfully. The system should be up-gradable for future different applications. Enclose the pre-installation guide for the details on power and room plan. A detailed check list must be attached in the technical bid with respect to the specifications asked for the quoted items. The check list must follow the same sequence for the specifications, as mentioned in the tender enquiry. Any incomplete check list or vague answer may be the cause for the disqualification of the technical bid. Printed supporting documents of the manufacturer of the equipment for the quoted items must be provided. Without having supporting document may also lead to the disqualification of the technical bid. 6. The manufacturer has to stand guarantee for the relocation of the Powder XRD system once the permanent campus of IIT Bhubaneswar gets ready for operation. They must be in a position to dismantle the setup in the present campus and re-install it to the new campus. Necessary charges for the same may be shown separately in their offer. General: 1. A detailed check list must be attached in the technical bid with respect to the specifications asked for the quoted items. The check list must follow the same sequence for the specifications, as mentioned in the tender enquiry. Any incomplete check list or vague answer may be the cause for the disqualification of the technical bid. 2. Printed supporting documents of the manufacturer of the equipment for the quoted items must be provided. Without having supporting document may also lead to the disqualification of the technical bid.

5 Annexure II INSTRUCTIONS TO BIDDERS 1. Two/Double Bids In case of two-bid system, quotations will have to be submitted in TWO PARTS i.e. (a) Technical Bid and (b) Price Bid, in two separate properly sealed envelopes indicating the type of Bid; EMD and Cost of tender as required should be kept in the other separate envelope and all these envelopes will have to be again put in to a single sealed cover. Also the address of the firm submitting the quotation and the officer to whom the quotation is addressed, must appear distinctly on both the inner sealed envelopes, indicating also TECHNICAL BID/PRICE BID/EMD & Cost of the tender as the case may be. 2. The vendor must provide the following in Technical Bid: Details of the technical features of the offered equipment vis-à-vis NIQ/RFP specification. Standard Technical literature on each of the items offered. Dealership certificate on the offered products in case the vendor is a dealer. List of reputed organizations/institutions, where similar orders have been executed. Up-to-date Sales Tax /VAT clearance certificate & sales tax registration certificate indicating also the TIN number of the FIRM will have to accompany the quotation to be submitted. Copy of PAN must be submitted of FIRM / Company along with the Technical Bid. Banker s details of quoting FIRM/Vendor should be clearly mentioned. Details of nature and maximum period of Warranty offered by the vendor. Amount of Earnest Money Deposit (EMD) & cost of tender, in the form of Demand Draft or FDR or BG(valid for six months). A copy of the Price bid, WITHOUT MENTIONING THE PRICES, will have to be provided as part of the Technical Bid document. 3. In the part to Price Bid, the vendor must provide the following: Quantity, basic price (against item-wise details of specifications of each of the offered items) Prices of each of the optional accessories, as required by NIQ/RFP CST / Sales Tax / VAT (as percentage of basic price + packing and forwarding charges if any) Installation and commissioning charge (including Service Tax) to be shown item-wise extra, if any. Freight and insurance charge, if any. Charges for additional warranty beyond the free warranty period, if any, to be quoted separately. Terms and Conditions for Indigenous Goods: 1. Rates: Rates quoted for indigenous items must be on for IIT Bhubaneswar, on DOOR DELIVERY Basis, with break up as per details below: Basic Price

6 [+] Central Excise Duty, if any [+] VAT/CST (on sub-total price, including Excise duty if any) [+] Freight and Insurance charge, if any [+] Installation and Commissioning charge, if any Grand Total F.O.R IIT Bhubaneswar, Price 2. Validity- For foreign purchase-120 days and Indigenous-90 days. 3. Warranty/Guarantee: Minimum Three years or as per standard warranty /guarantee of the company, whichever is more from the date of satisfactory installation. Necessary certificate in this regard should be furnished by the selected firm/company/vendor. 4. Earnest Money Deposit (EMD) and cost of the tender document should be in favour of The Registrar IIT Bhubaneswar, payable at Bhubaneswar. 5. SSI/SME Units are exempted for submitting EMD as per Govt. Of India order. Such firms are requested to submit the cost of tender which shall not be considered for exemption. 6. Delivery: Unless otherwise stated delivery of goods at IIT Bhubaneswar, will have to be maximum within 45 days from the date of receipt of the Purchase Order or as given in the purchase order. All aspects of safe delivery shall be the exclusive responsibility of the vendor. 7. Dealership Certificate: Dealership certificate (in case of dealers) and standard Technical literature on the offered products must be enclosed. 8. Rate of AMC/ CMC or Additional Warranty: Annual Maintenance Contract/ comprehensive maintenance contract rate/ additional rates for warranty (after expiry of free warranty period) is to be clearly indicated (for equipment only). 9. Printed conditions of supply of the firm, if any, will not be binding on us. 10.Late and delayed quotation: Late and delayed tender will not be considered. If, in any case, unscheduled holiday occurs on prescribed closing/opening date, the next working day shall be the prescribed date of closing/opening. 11.Ground for Rejection of Quotation: The quotations are liable to be rejected if the fore going conditions are not complied with. The quotation should be complete in all respects and duly signed wherever required. Incomplete and unsigned offer will not be accepted. All pages of the tender document should invariably be signed and stamped by the vendor and attach to the technical bid otherwise the bid will not be considered. 12.Terms of Payment: Payment will be made maximum within 30 days from the date of successful delivery /installation and submission of PBG where required, generally through RTGS. In case of payment is to be made by DD, the draft commission will be deducted from the bill amount. Part payment for part delivery will not be allowed. Payment will be made 100% against 10% performance security (PBG). The performance security should remain valid for a period of sixty days beyond the date of completion of all contractual obligation of the supplier including free warranty obligations.

7 Performance Security may be furnished in the form of account payee demand draft, fixed deposit receipt or Bank Guarantee (BG) from a nationalised bank in favour of Registrar IIT Bhubaneswar. The BG is to be submitted direct through the bank to avoid delay in obtaining confirmation. Performance Security is not required if the total order value is less than or equal to Rs. 1 Lacs. 13.Entry tax: Entry tax, if applicable will be borne by the institute subject to submission of actual bill. 14.Waybill: Waybill issued by the institute against the Proforma invoice of the vendor. Kindly note down that waybill once issued will not be changed under any circumstances. Vendors are requested to obtain Way bill only after the consignment is ready for delivery. Way bill once issued will not be issued again under any circumstances. If any amendment required due to any reason the cost incurred will be borne by the Vendor. 15.Liquidity Damages: I. If a firm fails to execute the order in time as per the terms and conditions stipulated therein, it will be open to this institute to recover liquidated damages for delay in delivery from the firm at the rate 0.5% of the value of the stores per week subject to a maximum of 10% of the total order value. II. If a firm fails to execute order in full it will be open to the Institute to recover 0.5% of the value of the undelivered stores per week subject to maximum of 10%. III. It will also be open to this institute alternatively, to arrange procurement of the required stores from any other source at the risk and expense of the firm, which accepted the order but failed to execute the order according to stipulated agreed upon. 16.Additional Terms for Imported Goods Following terms besides the above mentioned terms will be applicable in case of foreign purchases: 1. Rates: Quoted rates should be separately in FCA/FOB/CIF terms and charges to be stated in the following break- up: Ex-works value Forwarding or Packing Charges if any Total FOB/FCA value. For CIF (i) Insurance. (ii) Freight (iii) Total CIF price up to Kolkata Airport/ Seaport. 2. After Sales Service: In case of imported items, foreign manufacturing firms should indicate facilities available for after sales service, detail address and contact number of their local representative in India without which their offers are liable to be ignored. 3. Delivery: a. Delivery of goods at IIT Bhubaneswar, will have to be made maximum within 120 days from the date of receipt of the Purchase Order or otherwise the time stipulated in the purchase order. b. Trans-shipment will be allowed while part shipment will not be allowed. c. M/s Balmer Lawrie & Co. Ltd, Kolkata is clearing and Freight & Forwarding Agent for IIT Bhubaneswar.

8 4. Payment: L.C will be opened for 100 % amount after receipt of order acknowledgement and PBG issued from a nationalized bank (10% of the total order value valid beyond 60 days of warranty period).payment will be made through L.C/ wire transfer as the case may be from our bankers. Please mention your bank detail at the time of order acknowledgement. 5. Bank Charges: a. Bank charges inside India will be borne by IIT Bhubaneswar account and outside India by the beneficiary account. b. L.C. amendment charges due to mistake on the part of the supplier, if any, will have to be borne by the supplier. 6. Insurance: Insurance coverage will be done by M/s Balmer Lawrie & Co. Ltd or insurance agency authorized by the institute after receipt of signed invoice mentioning this purchase order number and date, if the purchase is on Ex-Works/FOB/FCA. 7. Details of the consignment: The vendors are required to submit the details of the consignment such as weight of the consignment, dimension of the packing & number of packets etc. At the time of shipment. 8. Freight & Forwarder: Our authorized freight forwarder is M/S BALMER & LAWRIE & CO LTD, Kolkata. For shipment of the stores ordered for. Any change in the freight forwarder will be intimated in advance. 9. Customs Duty: The Institute is exempted from payment of Customs Duty vide GOI Notification No.51/96-Customs, dated , with Regn. No. TU/V/RG- CDE(1105)/2009, dated [CUSTOMS DUTY EXEMPTIONCERTIFICATE WILL BE MADE AVAILABLE BY THE INSTITUTE. 10.Agency Commission: The percentage of agency commission on ex-works value to be paid to Indian agent in equivalent Indian Currency will have to be clearly stated in the quotation wherever applicable. If no agency commission needs to be paid, the vendor is requested to mention NIL against agency commission. 11. Installation and Technical Support: The equipment shall be installed at our IIT Bhubaneswar site by service engineers deputed by the firm with your instruments, accessories, tools & tackles, deploying appropriate manpower with technical and maintenance support. 12.Warranty/Guarantee: Minimum Three years or as per standard warranty /guarantee of the company, whichever is more from the date of satisfactory installation. Necessary certificate in this regard should be furnished by the selected firm/company/vendor. 13.Liquidity Damage: I. If a firm fails to execute the order in time as per the terms and conditions stipulated therein, it will be open to this institute to recover liquidated damages for delay in delivery from the firm at the rate 0.5% of the value of the stores per week subject to a maximum of 10% of the total order value. II. If a firm fails to execute order in full it will be open to the Institute to recover 0.5% of the value of the undelivered stores per week subject to maximum of 10%. III. It will also be open to this institute alternatively, to arrange procurement of the required stores from any other source at the risk and expense of the firm, which accepted the order but failed to execute the order according to stipulated agreed upon.

9 14. Relocation: The manufacture has to stand to guarantee for the relocation of the system once the permanent campus of IIT Bhubaneswar gets ready for operation. They must be in a position to dismantle the set up in present campus and reinstall it to the new campus. Necessary charges for the same may be shown separately in the offer, if any. IMPORTANT a. Director of IIT Bhubaneswar may accept or reject any quotation in part of full without assigning any reason and does not bind himself to accept the lowest bid. The Institute at its discretion may change the quantity/ upgrade the criteria/ drop any item or part thereof at any time before/after placing the Purchase Order. b. In case of any disputes, the decision of the Director of this Institute shall be final and binding on the Bidders.