MULTIPARAMETER WATER QUALITY ANALYSER

Size: px
Start display at page:

Download "MULTIPARAMETER WATER QUALITY ANALYSER"

Transcription

1 SUPPLY OF INSTRUMENT/ EQUIPMENT MULTIPARAMETER WATER QUALITY ANALYSER 1

2 ICAR-INDIAN INSTITUTE OF WATER MANAGEMENT CHANDRASEKHARPUR, BHUBANESWAR Advertisement No.ICAR-IIWM/18/17 TENDER CALL NOTICE The Director, ICAR-Indian Institute of Water Management, Chandrasekharpur, Bhubaneswar invites two bids system sealed quotations for procurement of instrument/equipment i.e. Multiparameter Water Quality Analyser from the Reputed/Registered/ Manufacture/Authorized firms/agencies/dealers/ Stockiest etc. The tender form can be had from ICAR-IIWM Office at Opposite Rail Vihar, Chandrasekharpur, Bhubaneswar on payment of (Nonrefundable) and if tender form is to be sent by speed post (Nonrefundable) in the shape of demand draft drawn in favour of ICAR UNIT-IIWM payable at Bhubaneswar drawn on any Nationalized Bank from to during the working hours (09.30 A.M. to P.M. and P.M. to 5.00 P.M.). The bidding document is also available in ICAR-IIWM Website which may be down loaded for use. A demand draft for in favour of ICAR-UNIT-IIWM, payable at Bhubaneswar drawn on any Nationalized Bank is to be sent along with the tender towards the cost of bidding document if down loaded. The last date for receipt of tender is upto P.M. of and will be opened on at A.M. Administrative Officer (I/c) 2

3 ICAR INDIAN INSTITUTE OF WATER MANAGEMENT Opposite Rail Vihar, Chandrasekharpur, Bhubaneswar , Odisha. TENDER NOTICE FOR PURCHASE OF INSTRUMENT/EQUIPMENT Cost of Tender Paper: and 2% of the quoted value of each item. Annexure-I Separate DD(s) to be drawn in f/o ICAR-Unit-IIWM payable at Bhubaneswar drawn on any nationalized bank. Last date of submission of tender up to P.M. opening on at A.M. Specifications of items. Sl. No. Name of the items with Specifications 01. Multi-parameter Water Quality Analyser ph/conductivity/dissolved Oxygen Multiparameter Kit Purpose: The instrument (s) is required for measurement of water quality parameters viz. ph, EC and dissolved oxygen for laboratory/field. Specifications: ph measurement ph range: 0 to 14 Resolution: 0.01 Accuracy: ±0.02 ph Electrical Conductivity (EC) EC range: to ms/cm Resolution: 0.01 ms/cm Accuracy: ±1% Dissolved Oxygen (DO) DO range: 0 to 50 mg/l Resolution: 0.01 mg/l Accuracy: ±1.5% Accessories: ph probe with 3 m cable ph (4,7,10) calibration solution DO probe with 3 m cable Conductivity probe or cell with 3 m cable DO internal fill solution DO probe with Teflon coated three membrane caps Electrode storage solution 200 ml (1.1mol/L KCL, deionized water 99.9% concentration and bactericide) Compatible conductivity calibration solution Rinse solution Chargeable compatible batteries Water proof housing and carrying case Quantity/ unit 1 no. Price per unit in Amount 3

4 Sl. No. TECHNICAL BID Part-I SCHEDULE -I Documents (Strictly as per details below) To be filled by Bidder Page Number 1. Name of the Reputed, Registered and Authorized Firms/Agencies/Dealers/ Stockiest 2. Full address with Post Box No. and Telephone No. if any 3. For Partnership firms whether registered under the Indian Partnership Act, 1932, please state further whether by the partnership agreement to arbitration has been conferred on the partner who has signed the Tender. i. If answer to the above is in negative whether there is any general power of attorney executed by all the partners of the firm authorizing the partner who has signed the Tenders to refer dispute condemning business of the partnership to arbitration. ii. If the answer to above is in point one and two the affirmative please furnish a copy of either the partnership agreement or the general power of attorney as the case may be. The copy should be attested by a Notary Public or its execution would be admitted by affidavit on a properly stamped paper by all partners. 4. The following documents/vouchers are required to be enclosed with the tenders form, which are mandatory be enclosed as proof, failing which the quotation will be rejected. a) Attested copy of registration/dealership certificate of the firm. b) Copy of PAN attached. c) Copy of VAT/CST attached. d) IT acknowledgement Certificate for the financial year Assessment year e) Bid Security (Earnest Money 2% of the quoted value for each item will be submitted along with the price bid in the form of Demand Draft drawn in favour of ICAR-UNIT IIWM payable at Bhubaneswar drawn on any nationalized bank. The bid security should be refunded to the successful bidder on receipt of performance security. Bid Security of unsuccessful tenderers shall be released at the earliest possible after the award of contract/work order to the successful tenderer. f) Submission of Tender (Technical bid) will accompany the Tender fee of (Rupees five hundred) only in the form of Demand Draft in favour of ICAR-UNIT-IIWM payable at Bhubaneswar drawn on any nationalized bank. Tender received without Tender Fee/Bid Security (EMD) shall be summarily rejected. g) The tenderers shall be responsible for FREE installation of the equipment at destination (i.e. ICAR-IIWM Headquarters, Chandrasekharpur, Bhubaneswar, Odisha) sites and for making it fully operational at their own cost where ever applicable. 5. Name and Full Address of your Banker s & Bank Account No. Note: Date: Place: The technical bids and financial bids may be submitted in separate envelopes to be sealed and put in a main cover. AUTHORISED SIGNATORY Please add supplementary pages to be numbered wherever needed by the Tenderer. 4

5 TERMS & CONDITIONS The quotation should be two bid systems (Technical Bid & Price Bid). Both the bids being sealed separately in two envelope by mentioning Technical Bid and Price Bid, have to be kept in a separate (third) envelope superscribing the details of Quotation, Tender Notice No. and last date of submission and needs to be sent to this Institute as per the detailed below. The above procedure have to be followed for individual item as per the specification (s) mentioned against the items. No combination of items is acceptable in one envelop, if the specification is separate. The Tender is also subject to the following general terms and conditions and the Parties/Respondent may take it as read only those terms and conditions which specifically apply to the particular Tender. 1. Tenderers should furnish complete details of the latest technology available with full documentation & descriptive literature/brochure and point out any special features of their system. Please note that changing of model/make after opening of tender will be liable to rejection of the offer. 2. The Director, ICAR-IIWM, Bhubaneswar reserves the right to revise / amend the specifications of the equipment where ever applicable before the acceptance of tender and may ask for any document related to purchase at any point of time before issue of purchase order. 3. The tenderers must provide sufficiently well in advance the complete details regarding space / all infrastructures/ civil structure/electrical fittings needed for installation of the equipment, in order to facilitate the ICAR-IIWM to arrange before its arrival. 4. All the imports are presently covered under Open General Licence (OGL) and subject to Govt. Policy. 5. Delivery: Delivery should be made at Institute laboratory of the concern scientist. 6. The prices quoted in respect of imported ones must be clear and on Ex-Works FOB/CIF Bhubaneswar. In case of CIF different components like insurance, freight, installation, packing/forwarding and commissioning at destination site should be shown separately. DISCOUNT OFFERED, if any, should be indicated prominently. The price once quoted shall not be altered/amend later on at any stage. 7. In case of liquidated damages, Director, ICAR-IIWM may claim the liquidated damages due to failure of accepting the order or delivery of material after their tender is accepted, subject to maximum of 5% of approved Value. 8. Price should be shown separately for each item (foreign exchange component, rupee element viz. Basic unit, its accessories, computer, software, critical spares, components etc.). 9. The Parties are to submit latest price catalogue with price bid. 10. The offer should be valid for a minimum period of 180 days from the specified date of opening of the tender, during which period the tenderer agrees not to vary or alter or revoke his tender either in whole or in part. 11. The successful bidder will deposit performance 5% of the quoted value for each item in the form of Demand Draft drawn in favour of ICAR-UNIT IIWM payable at Bhubaneswar drawn on any nationalized bank before placing purchase order. The performance security should remain valid for a period of 60 days beyond the date of completion of all contractual obligations of the supplier including warranty obligations. 12. Purchases made for scientific purpose are exempted from custom/excise duty as per rules in vogue. Certificate to that effect will be furnished by Institute on demand. 13. All the Tender documents must be duly stamped and signed by the Principal Firms. In case, the Indian Agent / Representative submits tender, then it will have to produce a Certificate of such authority for making quotation on manufacturer s behalf. 14. The Indian Agents of foreign suppliers shall have to submit the authorization certificate from the Principal firms along with proof of up-to-date tax clearance. 15. While preparing the tender the following may please be mentioned clearly: (a) Tender No. (b) Description of items (c) Price (whether inclusive/exclusive of taxes and duties etc.), (d) Discount offered (e) Delivery Schedule (f) Terms of delivery (g) Payment terms (h) Agency Commission payable in INR to the Indian Agents of Foreign Suppliers. 16. In case of Import, if LC is needed to be amended/extended, due to any factors, not ascribed to the ICAR-IIWM, the banking charges, if any, shall be borne by the Supplier concerned and ICAR-IIWM will have no responsibility towards this banking charges. 17. JURISDICTION Disputes, if any, are subject to Indian Arbitrator Act. 5

6 18. All the Tenders should be addressed to DIRECTOR, ICAR-IIWM, Opp. Rail Vihar, Chandrasekharpur, Bhubaneswar , Odisha, India in separate sealed envelope of each item superscribing Tender No. and Tender due date and be sent by Speed Post/courier/Registered Post/Directly may be dropped in the Tender Box. 19. Late/delayed Tenders are not to be accepted nor any addition/alteration/amendment after opening of Tender is allowed. 20. On confirmation of Purchase Order, delivery/supply has to be made at the risk of Supplier. Damage/loss, if any, in transit shall be borne by the Supplier only. 21. The last date of submission of tender/document is on or before at P.M. The Tender will be opened on at A.M. onwards. Interested/willing firms may represent themselves at the time of opening, as scheduled. If any holiday falls on then the tenders will be open on next working day. 22. If the above mentioned closing/opening day of the tender happens to be non-working date due to Bandh/Strike or any other reasons, the tender will be received and opened on the following working days at the same time except on the second Saturday. 23. Check list in accordance with technical specification shall be invariable submitted in technical bid by the tenderer. Price bid shall contain only price applicability along with tax component or any other financial implication, if any, separately. Without submission of check list the tender shall not be entertained. 23. The price once quoted shall not be altered/amend later on at any state. 24. Correction or overwriting in the tender documents is not permissible. Every sheet of the tender documents and the terms and conditions should be signed and stamped by the authorized signatory of the firm. 25. Tenderers having ISO 9000/9001/9002/9003/ certificate may submit the copies of same. 26. DGS & D registration certificate may be furnished along with the tender in case the items quoted fall in the category of restricted list of the Export and Import Policy of Govt. of India. 27. In case of proprietary item, a valid certificate of proprietary manufacturing/item is enclosed with the tender/offer. 28. The tenderers shall fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship of the equipment, accessories etc. covered by the tender for a minimum period of 12 months from the date of installation of the system. The extended warranty asked for against particular equipment should be offered accordingly. 29. Tenderers shall make provision(s) for imparting training to our scientist(s) / maintenance engineers/functionaries on operation and use of equipment, its accessories and software for the intended applications and troubleshooting repair and maintenance. Cost of such training (if any) and the details regarding the course covered and its duration should be specified. 30. Only those firms will be considered for financial bid who will qualify in the technical bid. 31. The Director, ICAR-IIWM, Bhubaneswar reserves the right to accept or cancel any tender/all tenders in part or full without assigning any reason thereof. 32. If it is found at any stage that the bidder has submitted documents with fabrication of facts and/or involved in fraudulent activities, the EMD shall be forfeited automatically without any notice. Terms and conditions are acceptable. Date: (Authorised Signatory) 6