Sandip - Saha@iitmandi - Ac.in, Subhamoy@iitmandi - Ac.in Drsp@iitmandi - Ac.in
Sandip - Saha@iitmandi - Ac.in, Subhamoy@iitmandi - Ac.in Drsp@iitmandi - Ac.in
FOR
Tel.: 01905-267907/267261/267039/267048
Page 1 of 22
Indian Institute of Technology Mandi, Kamand invites online Bids for supply, erection,
installation, commissioning, testing, demonstration and training of “Servo Hydraulic
Actuators including Hydraulic Power Pack and Control Accessories” as per
specifications given in the Annexure I attached to the Tender form. All offers should be
made in English and should be written in both figures and words. Tender forms can be
downloaded from the CPP Portal (http://eprocure.gov.in/eprocure/app) & Institute
website http://iitmandi.ac.in/administration/tenderseoi.php.
The bidders are requested to read the tender document carefully and ensure
compliance with all specifications/instructions herein. Non-compliance with
specifications/instructions in this document may disqualify the bidders from the
tender exercise. The Director, IIT Mandi, Kamand reserves the right to select the item
(in single or multiple units) or to reject any quotation wholly or partly without
assigning any reason. Incomplete tenders, amendments and additions to tender after
opening or late tenders are liable to be ignored and rejected.
Instruction to bidder:
1. There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, organization name, location, date, value, etc. There is also an option
of advanced search for tenders, wherein the bidders may combine a number of
search parameters such as organization name, form of contract, location, date,
other keywords etc. to search for a tender publishing on the CPP Portal.
2. Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
3. Please go through the tender advertisement and the tender document carefully
to understand the documents required to be submitted as part of the bid. Please
note the number of covers in which the bid documents have to be submitted, the
number of documents – including the names and content of each of the
document that need to be submitted. Any deviations from these may lead to
rejection of the bid.
5. Possession of a Valid Class II/III Digital Signature Certificate (DSC) in the form of
smart card/e-token in the company's name is a prerequisite for registration and
participating in the bid submission activities through
http://eprocure.gov.in/eprocure/app. Digital Signature Certificates can be
obtained from the authorized certifying agencies, details of which are available in
the web site https://eprocure.gov.in/eprocure/app under the link “Information
about DSC”.
Page 2 of 22
Instruction for Preparation & Submission of bids:
1. Technical Bids should be submitted in PDF format & Financial Bids should be
submitted in Excel format.
2. In case of Financial bids, a standard BOQ format has been provided in Excel
format. Bidders are required to download the BOQ Excel file and fill their financial
offer on the same BOQ format. After filling the same, submit it online in Excel
format, without changing the financial template format. However, if bidder wants
to modify in its financial offer, then bidder can modify.
4. The bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document.
5. The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
6. Kindly add scanned PDF of all relevant documents in a single PDF file like,
compliance sheet, OEM/Principle Certificate etc.
7. Bidder should log into the site well in advance for bid submission so that he/she
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
8. Upon the successful and timely submission of bids, the portal will give a
successful bid submission message & a bid summary will be displayed with the
bid no. and the date & time of submission of the bid with all other relevant details.
9. The technical and financial bids should be submitted online through portal
http://eprocure.gov.in/eprocure/app in original. The financial bid should
include the cost of main equipment/item and its accessories. If there is any
separate cost for installation etc. that should be quoted separately.
10. Each bidder should be marked with the following reference on the top bids
submitted online: “IITMANDI/S&P/PUR-48/2021-22/1970-71/Item Name,
dated 30th July, 2021”.
11. The printed literature and catalogue/brochure giving full technical details
should be included with the technical bid to verify the specifications quoted in
the tender. The bidders should submit copies of suitable documents in support
of their reputation, credentials and past performance in .pdf format.
12. The rates should be quoted in figures (typed or printed) and cutting should be
avoided. The final amount should be in figures as well as in words. If there are
cuttings, they should be duly initialed, failing which the bids are liable to be
rejected.
Page 3 of 22
13. Tender Cost: The bidder should submit a demand draft of Rs. 1,180 (Tender
Fee inclusive GST) in Words Rupees One Thousand One Hundred & Eighty
only towards non-refundable tender fee, drawn in favour of “The Registrar,
IIT Mandi” payable at Mandi in a sealed envelope super-scribed as Tender fee
& NIT No. “IITMANDI/S&P/PUR-48/2021-22/1970-71/Item Name, dated
30th July, 2021” on or before last date & time of submission of bids. In the
absence of tender fee, bids for evaluation shall not be accepted. NSIC/MSME
exemption certificate shall be considered only against.
Note: Both (tender fee & EMD- Bid Security Undertaking) envelops
should be placed in another sealed envelope and address to:
This envelop having tender fee & EMD (Bid Security Undertaking) should
reach on or before last date time of submission of bid.
Page 4 of 22
General Terms & Condition:
1. While sending rates, the firm shall give an undertaking to the effect that “the
terms/conditions mentioned in the enquiry letter/Tender Notice against
which the rates are being given are acceptable to the firm.” in .pdf format.
In case the firms do not give this undertaking, their rates will not be considered.
3. Local Content:
4. The quantity shown against the item is approximate and may vary as per demand
of the Institute at the time of placing order.
5. Any bids received after 03:00 P.M. on 21st August, 2021, shall not be
considered.
6. The Technical Bids will be opened on 23rd August, 2021 at 03:00 P.M. The date
& time for opening of Financial Bids will be informed later on to the technically
qualified bidders.
7. The tenders will be received online through portal
http://eprocure.gov.in/eprocure/app. All tender documents received after the
specified date and time shall not be considered.
b) The venue of the arbitration shall be the place from where the order is
issued.
9. All tenders in which any of the prescribed conditions is not fulfilled or any
condition is put forth by the tenderer shall be summarily rejected.
10. The bidders or their authorized representatives may also be present during the
opening of the Technical Bid, if they desire so, at their own expenses.
Note: Price bids of only those bidders will be opened whose technical bids are
found suitable by the committee appointed for the purpose. Date and time of
opening of price bids will be decided after technical bids have been evaluated by
the committee. Information in this regard will be intimated only to the technically
qualified bidders. In exceptional situation, an authorized committee may
negotiate price with the qualified bidder quoting the lowest price before awarding
the contract.
11. Clarifications:
In case the bidders requires any clarification regarding the tender document, they
are requested to submit their queries on the e-mail i.e.
[email protected], [email protected], & [email protected]
on or before 16.08.2021.
12. Assistance To Bidders: Any queries relating to the tender document and the
terms & conditions contained therein should be addressed to tender Inviting
Authority for a tender or relevant contact person indicated in the tender.
13. Pre – Qualification Criteria (to be read along with the general conditions
mentioned in the Annexure I):
14. Prices:
Note: Bidder must quote financial bids in INR if Foreign Firm is quoting
either through Their Existence in India or through their Indian Agent.
Such Bids not Received in INR Shall Not be considered for further
Evaluation.
15. Validity:
The bid should be valid for acceptance up to a period of 180 Days. The Bidders
should be ready to extend the validity, if required without any additional financial
implications.
16. Delivery:
The Equipment should be delivered and installed within the period as specified
in the purchase order and be ready for use within 8-12 weeks of the issue of
purchase order unless otherwise prescribed. If the bidder fails to deliver and place
any or all the Equipment or perform the service by the specified date, penalty at
the rate of 1% per week of the total order value subject to the maximum of 10%
of total order value will be deducted.
Bidders need to provide adequate training to the nominated persons of IIT Mandi
at their cost. IIT Mandi will not bear any training expenditure. The supplier is
required to done the installation and demonstration of the equipment within 15
days of arrival of materials at the IIT Mandi site of installation, otherwise the
penalty clause will be the same as per the supply of material.
18. Insurance: For delivery of goods at the purchaser’s premises, the Insurance shall
be obtained by the supplier on “All Risk” basis. The insurance shall be valid for
a period of not less than 3 months after installation and commissioning. In case
of order placed on FOB/FCA basis, the purchaser shall arrange insurance. If
order placed on CIF/CIP basis, the insurance should be up to New Delhi, the
supplier shall arrange insurance.
Page 8 of 22
19. Warranty Declaration:
Bidders must give the comprehensive on-site warranty as required from the date
of successful installation of Equipment against any manufacturing defects and
also give the warranty declaration that “everything to be supplied by us hereunder
shall be free from all defects and faults in material, workmanship and shall be of
the highest quality and material of the type ordered, shall be in full conformity with
the specification and shall be complete enough to carry out the experiments, as
specified in the tender document.
Any deviation in the material, and the specifications from the accepted terms may
liable to be rejected and the bidders need to supply all the goods in the specified
form to the satisfaction/specifications specified in the order / contract and
demonstrate at their own cost.
The Purchaser Shall Promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier
shall immediately within Ten Days arrange to repair or replace the
defective goods or parts thereof free of cost at the ultimate destination.
The Supplier shall take over the replaced parts/goods at the time of their
replacement. No claim whatsoever shall lie to the Purchaser for the
replacement parts/goods thereafter. The period for correction of defects
in the warranty period is Ten Days. If the supplier having been notified
fails to remedy the defects within Ten Days, the purchaser may proceed
to take such remedial action as may be necessary, at the supplier’s risk
and expenses without prejudice to any other rights, which the purchase
may have against supplier under the contract.
Page 9 of 22
21. Terms of Payment: Payment will generally be made only after delivery and
satisfactory installation, testing, commissioning etc. This must be specified in
the tender/quotation.
22. Tender expenses and documents: All costs incurred by the bidder in the
preparation of the tender shall be at the entire expense of the bidder.
23. Tender Evaluation Criteria: The technical bids will be opened and evaluated
by a duly constituted committee. After evaluation of the technical bid, the
financial bid for only those offers which have qualified in the evaluation of
technical bid will be opened.
24. Manual and documentation: All the manuals necessary for operating and
servicing the equipment (including details of electronic circuits) will have to be
provided along with the instrument.
25. The IIT Mandi reserves the right to cancel the tender at any stage (point of
time) without assigning any reason.
26. Bidders should go through the tender terms, conditions and specifications
carefully and fill in the attached compliance statement accurately and
unambiguously. They should ensure that all the required documents are
furnished along with the bid.
Sd/-
Dy. Registrar
Stores & Purchase
Page 10 of 22
BID PARTICULARS
6. Name and address of the Officer/contact person to whom all references shall be made
regarding this tender enquiry.
Name :
Address :
Telephone No. :
Fax No. :
Mobile No :
e-Mail :
Web :
Page 11 of 22
< Organization Letter Head >>
DECLARATION SHEET
We, _______________________________________ hereby certify that all the information
and data furnished by our organization with regard to this tender specification are true
and complete to the best of our knowledge. I have gone through the specification,
conditions and stipulations in details and agree to comply with the requirements and
intent of specification.This is certified that our organization has been authorized
(Copy attached) by the OEM to participate in Tender.We further certified that our
organization meets all the conditions of eligibility criteria laid down in this tender
document. Moreover, OEM has agreed to support on regular basis with technology /
product updates and extend support for the warranty.
Page 12 of 22
Annexure-I
Detailed Specifications:
1: Scope of Work: Supplying, installation and commissioning of Servo Hydraulic
Actuator systems.
2: General condition
2.1 The bidder should have supplied similar kind of servo-controlled hydraulic
actuators with control system for structural testing purpose having force
rating 100 kN or above reputed academic/research institutes/laboratories in
last five years. The necessary testimonials (including performance certificate)
with contact details of the indentor must be submitted.
2.2 The bidder must be accredited by NABL or equivalent international
accreditation authority/agency and must have sufficient calibration capacity
for the equipment and parts.
2.3 The bidder should be in a position to respond to the service requests and
attend the site, if required, within a window of ten days.
2.4 Technical support and hardware/software with necessary spares for the
equipment must be provided for minimum 10 years after installation and
commissioning.
2.5 If the authorized dealer is quoting on behalf of a manufacturer (OEM), a copy
of certificate from the OEM must be enclosed with following declaration: the
equipment being quoted by the bidder is on behalf of concerned OEM and the
OEM undertakes the responsibility to provide the after sale support and
maintenance of the equipment.
2.6 The bidder should give an undertaking that they will provide all technical
input/details and accessories required for system integration with loading
frame. Details of the reaction/loading frame, if any, will be made available to
the supplier in advance.
2.7 The supplier should provide the technical training to the personnel involved
in the use of the equipment at the IIT Mandi premises, immediately after
completing the installation of the equipment for a minimum period of three
days at the supplier’s cost.
Page 13 of 22
2.8 The bidder/firm should supply at least two sets of operation and maintenance
manuals along with all necessary diagram /drawings that may be useful in
case of repairing of any items of complete hydraulic actuator system should
be supplied along with the equipment. The bidder/firm should also enclose
all the relevant technical documents and catalogues for all the components
included in the technical. Proposals without proper technical documents and
catalogues will be rejected.
2.9 The bidder should provide comprehensive on-site warranty for a minimum
period of one years from the date of satisfactory installation and
commissioning.
2.10 The bidder should include 3 years AMC as an optional item in the bid.
2.11 Site Preparation: The supplier shall inform to the Institute about the site
preparation, if any, needed for the installation of equipment, immediately
after the receipt of the purchase order. The supplier must provide complete
details regarding space and all the other infrastructural requirements needed
for the equipment, which the Institute should arrange before the arrival of
the equipment to ensure its timely installation and smooth operation
thereafter. The supplier shall visit the Institute and see the site where the
equipment is to be installed and may offer his advice and render assistance
to the Institute in the preparation of the site and other pre-installation
requirements.
2.12 Downtime: During the warranty period not more than 5% downtime will be
permissible. For every day exceeding permissible downtime, penalty of 1/365
of the 5% order value will be imposed. Downtime will be counted from the
date and time of the filing of complaint within the business hours.
Sl. Technical
Details of Technical Specifications
No. Specification
Suitable software suit with multi-window graphical user interface
(GUI) to interact with the full functionality of the servo controller
as mentioned in Section 3.3.4.
The setup software should include actuator operating parameters
and safety, drive signal definition, calibration factors, test
annotation and run sequencing with facility to save each user
i. Software defined set-ups which can be recalled, modified and archived.
Software and hardware should be capable of carrying out periodic
signal data acquisition for all available transducer channels.
Capability to produce drive files suitable to simulate given
acceleration time history signals.
All data should be saved in ASCII format. Preferably with direct
saving option as MS Excel/Spreadsheet file.
A computer desktop/laptop with 23” LCD/HD screen.
Suitable mouse and keyboard.
Intel Core i7 processor, 8 GB memory, 1 TB Hard Disk, Windows
10 or latest version, 64 bit, MS Office, Or better configuration.
ii. Computer
Compatible with the provided controller and should be able to
run all the necessary software/packages.
A suitable UPS of minimum 2.2KVA should be provided for
smooth functioning of the controller
Page 19 of 22
Annexure-II
BID SECURITY UNDERTAKING
(To be issued by the bidder on company’s letterhead in lieu of EMD)
To,
The Registrar,
I.I.T. Mandi,
Kamand, – 175 075,
District – Mandi, Himachal Pradesh, India
Yours faithfully,
(signature)
Name:
Date:
Office Seal:
Page 20 of 22
Annexure-III
“Local Content” means the amount of value added in India which shall, be the total
value of the item being offered minus the value of the imported content in the item
(including all customs duties) as a proportion of the total value, in percent.
“*False declaration will be in breach of Code of Integrity under Rule 175(1)(i)(h) of the
General Financial Rules for which a bidder or its successors can be debarred for up to
two years as per Rule 151(iii) of the General Financial Rules along with such other
actions as may be permissible under law.”
Yours faithfully,
(signature)
Name:
Date:
Office Seal:
Page 21 of 22
COMPLIANCE STATEMENT FOR THE TENDER SPECIFICATION
INDIAN INSTITUTE OF TECHNOLOGY MANDI
SOUTH CAMPUS, KAMAND – 175 075, DISTRICT – MANDI, HIMACHAL PRADESH