0% found this document useful (0 votes)
97 views22 pages

Sandip - Saha@iitmandi - Ac.in, Subhamoy@iitmandi - Ac.in Drsp@iitmandi - Ac.in

The document is a tender notice from Indian Institute of Technology Mandi requesting online bids for the supply, installation, commissioning, and training of servo hydraulic actuators, including a hydraulic power pack and control accessories for the School of Engineering. It provides instructions for bid preparation and submission, including technical and financial bid requirements. General terms and conditions are outlined, such as undertaking acceptance of tender terms, and certificates required from original equipment manufacturers.

Uploaded by

Jaimin Popat
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
97 views22 pages

Sandip - Saha@iitmandi - Ac.in, Subhamoy@iitmandi - Ac.in Drsp@iitmandi - Ac.in

The document is a tender notice from Indian Institute of Technology Mandi requesting online bids for the supply, installation, commissioning, and training of servo hydraulic actuators, including a hydraulic power pack and control accessories for the School of Engineering. It provides instructions for bid preparation and submission, including technical and financial bid requirements. General terms and conditions are outlined, such as undertaking acceptance of tender terms, and certificates required from original equipment manufacturers.

Uploaded by

Jaimin Popat
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 22

TENDER (E - PROCUREMENT MODE)

FOR

SUPPLY & INSTALLATION OF SERVO HYDRAULIC ACTUATORS INCLUDING


HYDRAULIC POWER PACK AND CONTROL ACCESSORIES IN SCHOOL OF
ENGINEERING AT IIT MANDI

Tender No.: IITMANDI/S&P/PUR-48/2021-22/1970-71

Tender date: 30th July, 2021

Last Date of Submission: 21st August, 2021

Indian Institute of Technology Mandi (IIT Mandi),


Store & Purchase Section,
2 Floor, A7 Building, South Campus,
nd

Kamand – 175 075, District – Mandi (H.P), India

Tel.: 01905-267907/267261/267039/267048

Email: [email protected], [email protected] &


[email protected]

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.

4. The tenders will be received online through portal


http://eprocure.gov.in/eprocure/app. In the Technical Bids, the bidders are
required to upload all the documents in .pdf format. All quotation (both
Technical and Financial should be submitted in the E-procurement portal).

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.

3. Bidder, in advance, should get ready the bid documents to be submitted as


indicated in the tender document / schedule and generally, they can be in PDF
formats. Bid documents may be scanned with 100 dpi with black and white
option.

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.

14. Earnest Money Deposit (EMD):

EMD amount - Nil.


However, As per GOI guidelines (OM No. F.9/4/2020-PPD, dated
12.11.2020) bidders are required to submit ‘Bid Security Undertaking’ in
lieu of EMD (Annexure-II)

 Note: Both (tender fee & EMD- Bid Security Undertaking) envelops
should be placed in another sealed envelope and address to:

“Dy. Registrar, Stores and Purchase”


Indian Institute of Technology Mandi (IIT Mandi),
S & P Section, 2nd Floor, A7 Building, South Campus,
Kamand – 175 075, Distt. – Mandi (H.P), India”

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.

2. If the supplier/firm is original equipment manufacturer (OEM)/authorized


dealer/sole distributor of any item, the certificate to this effect should submit in
.pdf format.

3. Local Content:

As per GOI guidelines (Order no. P-45021/2/2017-PP (BE-II) dated


04.06.2020 issued by DPIIT, Ministry of Commerce and Industry, Govt. of
India. (It is mandatory Submit duly filled Annexure III for the same).

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.

For any correspondence regarding tenders is on below address:


“Dy. Registrar, Stores and Purchase”
Indian Institute of Technology Mandi (IIT Mandi),
S & P Section, 2nd Floor, A7 Building, South Campus,
Kamand – 175 075, Distt. – Mandi (H.P), India”

8. Arbitration Clause: In the event of any dispute or difference(s) between the


vendee Institute (IIT Mandi) and the vendor(s) arising out of non-supply of
material or supplies not found according to specifications or any other cause
whatsoever relating to the supply or purchase order before or after the supply
has been executed, shall be referred to “The Director, IIT Mandi”, Kamand who
may decide the matter himself or may appoint arbitrator(s) under the arbitration
and conciliation Act,1996. The decision of the arbitrator shall be final and
binding on both the parties.

a) In case of a dispute between the purchaser and a foreign supplier, the


dispute shall be settled by arbitration in accordance with provision of sub-
Page 5 of 22
clause above. But if this is not acceptable to the supplier then dispute shall
be settled in accordance with provisions of UNCITRAL (United Nations
Commission on International Trade Law) Arbitration Rules.

b) The venue of the arbitration shall be the place from where the order is
issued.

c) The place of arbitration and the language to be used in arbitral proceedings


shall be decided by the arbitrator.

d) All disputes shall be subject to Mandi Jurisdiction only.

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):

 Bidders should be the manufacturer / authorized dealer. Letter of


Authorization from original equipment manufacturer (OEM) on the same
and specific to the tender should be enclosed.
 An undertaking from the OEM is required stating that they would facilitate
the bidder on a regular basis with technology/product updates and extend
support for the warranty as well.
Page 6 of 22
 OEM should be internationally reputed Branded Company.
 Non-compliance of tender terms, non-submission of required documents,
lack of clarity of the specifications, contradiction between bidder
specification and supporting documents etc. may lead to rejection of the bid.
 The Vendors who have earlier supplied the equipment to any of the IITs,
IISc, IISERs and other Scientific Institute of National Repute should only
tender. The details of such institutions and the cost with name of equipment
may also be supplied with the bids.
 In the tender, either the Indian agent on behalf of the Principal/OEM
or Principal/OEM itself can bid but both cannot bid simultaneously for
the same item/product in the same tender.
 If an agent submits bid on behalf of the Principal/OEM, the same agent
shall not submit a bid on behalf another Principal/OEM in the same
tender for the same item/product.
 Furnishing of wrong/ambiguous information in the compliance
statement may lead to rejection of bid and further black listing of the
bidder, if prima-facie it appears that the information in the compliance
statement was given with a malafide/fraudulent intent.

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.

 The Prices quoted should be inclusive of basic price of an item, custom


duties, packing, forwarding, freight, insurance, delivery and commissioning
etc. at destination site (IIT Mandi, Mandi/Kamand). IIT Mandi is registered
with DSIR, Govt. of India and is exempted from Custom /GST Exemption
Certificate to this effect will be issued by IIT Mandi. Hence,
Customs/Excise Duty exempted price should be quoted. The rates shall
be firm and final. Nothing extra shall be paid on any account.
 In case of imports/foreign supplier, the price should be quoted on ex-
work price/FOB/FCA basis only. Under special circumstance (e.g.
perishable chemicals), when the item is imported on CIP/CIF, please
indicate CIF/CIP charges separately upto Delhi indicating the mode of
shipment. IIT Mandi will make necessary arrangements for the
clearance of imported goods at the Airport/Seaport.
 In case of imported equipment(s)/item(s), the agency commission, if any,
payable in Indian rupees should be mentioned separately. IAC shall be
paid after satisfactory installation & commissioning of the goods at
Page 7 of 22
the destination. For imported equipment, the Letter of Credit will be
opened for the amount excluding agency commission in Indian Rupees. The
firm should clearly mention the address of foreign bank in the financial bid.
 In case of indigenous item, the vendor should clearly mention the final
FOR IIT Mandi, Kamand Campus Price, as applicable in their bid.

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.

17. Installation, Training & Demonstration:

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.

In case of any mishappening/damage to equipment and suppliers during the


carriage of suppliers from the origin of equipment to the installation site, the
supplier has to replace to it with new equipment/supplies immediately at his own
risk. Supplier will settle his claim with the insurance company as per his
convenience. IIT Mandi will not be liable to any type of losses in any form.

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.

 The warranty period should be clearly mentioned. The maintenance


charges (AMC) under different schemes after the expiry of the warranty
should also be mentioned. The comprehensive warranty will commence
from the date of the satisfactory installation/commissioning of the
equipment against the defect of any manufacturing, workmanship and
poor quality of the components.

 After the warranty period is over, Annual Maintenance Contract


(AMC)/Comprehensive Maintenance Contract (CMC) should be started.
The AMC/CMC Charges will not be included in computing the total cost
of the equipment.

20. Performance Bank Guarantee: A performance bank guarantee from a


scheduled bank in India for an amount equal to 3% of the price for duration of
two months beyond the expiry of warranty period will be taken from the supplier
or Indian agent.

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.

 In case of imported supplies, payment (excluding Indian agency commission, if


any) will be made through irrecoverable Letter of Credit in two installments. 80
% of the money will be released on submission of shipping of documents.
Remaining 20 % will be released after successful installation of the instrument
and submission of a performance bank guarantee for 3% of the order value from
scheduled bank in India, valid for 2 months beyond the expiry of the warranty.
All the bank charges within India will be borne by the Institute and outside India
will be borne by the Supplier.
 In case of required item quoted in INR, 80% payment will be made through E-
payment after receipt of material in good condition and Remaining 20% will be
released on successful installation of the instrument and on submission of a
performance bank guarantee for 3% of the order value from scheduled bank in
India, valid for 2 months beyond the expiry of the warranty.

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

1. Name of the Supplier :

2. Address of the Supplier :

3. Availability of demonstration of equipment: Yes / No

4. Tender cost enclosed: : Yes/No if yes

D.D. No._____________ Bank________________ Amount__________________

5. Bid Security Undertaking in lieu of EMD enclosed: Yes /No

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.

We, further specifically certify NAME & ADDRESS OF


that our organization has not THE Vendor/ Manufacturer / Agent
been Black Listed/De Listed or
put to any Holiday by any
Institutional Agency/ Govt.
Department/ Public Sector
Undertaking in the last three
years.
1 Phone
2 Fax
3 E - mail
4 Contact Person Name
5 Mobile Number
6 TIN Number
7 PAN Number
8 GST No.
9 Kindly provide bank details
of the bidder in the following
format:
a) Name of the Bank
b) Account Number

Page 12 of 22
Annexure-I

Ref:-ENQUIRYNO:- IITMANDI/S&P/PUR-48/2021-22/1970-71/Item Name, dated


30th July, 2021.

Technical Specifications of Servo Hydraulic Actuators including Hydraulic Power


Pack and Control Accessories:

Table 1: Short Description of the Items to be purchased


Sl.
Short Description Quantity
No.
Servo Hydraulic Actuator Assembly (Capacity-100kN) with
1 1
Accessories
2 Servo Hydraulic Power Pack with Accessories 1
3 Hydraulic Service Manifold with Accessories 1
4 Digital Servo Controller (including Control Panel) 1
5 Computer and Necessary Software 1

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.

3: Detailed Technical Specifications

3.3.1 Servo-Controlled Hydraulic Actuator (Capacity: 100 kN)


Sl. Technical
Details of Technical Specifications
No. Specification
 Fatigue rated, double acting and double ended with equal
piston area in tension and compression, recommended
for static and dynamic applications.
 The design should allow balanced dynamic performance
and robust side-load tolerance to maximize data fidelity.
i. Type of Actuator
 The actuator should be hysteresis-free in quasi-static
and cyclic operations with alternating forces up to
nominal value
 Provided piston rod must have special coating to increase
service life over regular chromium plated piston rod.
ii. Load Capacity +/- 100 kN
Dynamic Force Minimum 90% of static force capacity for dynamic
iii.
Rating performance
iv. Bearing Type Hydrostatic type for high side-load tolerance
v. Stroke Capacity Usable stroke: 250 mm (+/- 125 mm)
 Fatigue rated load cell (capacity: +/- 100 kN) fitted
vi. Load Cell with actuator
 Overload capability (without calibration change): 150%
Page 14 of 22
full scale
 Temperature range 10° - 50 °C
 Accuracy: 0.05% of full scale or +/-0.5% of measured
value whichever is better
 Hysteresis: ±0.15% of full scale or lower (no calibration
change)
 Nonlinearity: 0.15% of full scale or lower
 Calibration certificate and chart to be included
 Integrated Linear Variable Differential Transducer
(LVDT) co-axially mounted with actuator for accurate
measurement of stroke position (usable stroke ±125
Displacement mm).
vii.
Transducer  Accuracy: 0.5 % of measured value or better
or
 Digital encoder with 0.1 micron accuracy
 Calibration certificate to be included
Suitable servo valve to meet performance specifications as
viii. Servo Valve per point xi below. Actuator with for proportional or servo-
proportional valves will not be accepted.
 Fatigue rated maintenance-free adjustable swivels at
rod and base ends.
 Dynamic force capacity should be at least 1.6 times of
the static force capacity of the actuator.
 Should have high axial stiffness for high frequency
testing.
Swivel Assembly
 Swivel angle; +90°, -80°; Tilt angle: min +/-15°.
ix. at Rod and Base
Ends  Should have non-metallic bearings to reduce friction
without requirement of lubrication.
 Should have adjustable bearing/washers to minimize
backlash, for use on cyclic, reversing load applications.
 Attachment kit must include high strength threaded
bolt/washer/springs and other accessories for the
requirement of swivel assembly.
Lifting
x. Lifting shackles configured for balanced lifting of actuator.
Arrangement
Performance curve of the actuator must be enclosed and
should at least satisfy the following:
Performance  1 Hz frequency, 40 mm displacement at No Load
xi.
Requirement  10 Hz frequency, 8 mm displacement at No Load
 1 Hz frequency, 25 mm displacement at 80 kN Load
 10 Hz frequency, 7 mm displacement at 80 kN Load

3.3.2 Hydraulic Power Pack (HPP)


Sl. Technical
Details of Technical Specifications
No. Specification
 Hydraulic Power Pack (HPP) should be suitable to use
i Delivery the actuator at full capacity.
 Minimum flow of 100 LPM at 210 bar.
Page 15 of 22
 Should have provision for future upgradation by adding
more HPP’s to increase the total flow.
Operating
ii 210 bar/21 MPa.
Pressure
The HPP should be equipped to be operated in ambient
temperature of 5°C – 40°C.
 If required, separate offline recirculating pump circuit to
Operating be provided for oil cooling and filtration.
iii Temperature  Equipped with corrosion resistant copper oil to water heat
and Cooling exchanger must be designed for cooling water inlet at 35°
C.
 Cost of appropriate external cooling unit and all
accessories should be provided separately.
Type and  High pressure variable volume pump in required number
iv Number of to develop at least 210 bar/21 MPa pressure.
Pump  Should be submersible type in hydraulic tank.
v Tank capacity Minimum 340 litre.
First fill of oil to be provided. Suitable brands oil available in
vi Type of Oil
India should be used.
High Pressure 3 micron filtration on pressure line and low pressure 10
vii
Filter micron filter on offline pump/return line.
viii Noise Level Should be less than 70 dB at operation condition.
One Hydraulic Service Manifold (HSM) should be included
along with suitable distribution stations to controls
minimum up to 2 independent outlet stations/actuators
with operating pressure 210 bar. It should have following
Hydraulic functions:
ix Service  Each station should be able to deliver flow of 185 LMP.
Manifold (HSM)  Must maintain smooth, controlled transitions of oil flow.
 Suitable accumulators kit on HSM should be provided to
minimize the pressure fluctuations.
 Provisions to minimize rapid application and removal of
high-pressure unloading features.
The HPP should have:
 Pressure gauge
 Pressure control valve
 Temperature trip mechanism
 Temperature dependent water saving control valve
x Other Features  Digital display for operator control
 Surge Suppressor
 Cabinet with lockable cover for noise reduction and
features for prevention of tampering of controls
 Indicators for power on, low oil level, over temperature,
and dirty filter warnings
Should be able to control the HPP from the control room.
xi Remote Control
Necessary cable of required length must be included.
 Minimum one emergency stop units with cable, in the test
xii Emergency Stop
lab area (including control room) should be included.
xiii Flexible Hoses  The flexible hose pipes should be of good quality synthetic
Page 16 of 22
rubber based with steel reinforcement as per the relevant
code of standard.
 The hoses with its end fitting must be able to bear
required pressure with adequate factor of safety
developed during the dynamic testing of structures.
 Following minimum length of suitable flexible hoses
(pressure, return, drain/pilot) of suitable diameter
should be provided.
 One set of HPP to HSM – Minimum 4.5 m
 One set of HSM to Actuator – Minimum 9 m.
This minimum length will be considered for the
financial comparison purpose. However, the actual
length of the hoses needs to be provided based on the
site requirements during the commissioning.
Nevertheless, effect of length of the hoses and
connectors on the HPP’s/actuator’s performance must
be negligible.
The length of all signal cable/ electrical cable from
controller – actuator/ controller – HSM – actuator/ HPP –
Signal Cable/
xiv controller will be decided by the supplier on the basis of
Electrical Cable
actual site condition. However, a length of each type of cable
up to 15 m will be used for comparing of financial bid.
Provision for The HPP should have the facility to lift by forklift or moved
xv Lifting and on rollers, or slung from a crane
Movement

3.3.4 Digital Servo Controller


Sl. Technical
Details of Technical Specifications
No. Specification
Modular type flexible digital compact controller, versatile, and
easy-to-use servo controller. It should provide real-time
closed-loop control, with transducer conditioning and
i Type
function generation to drive various types of servo-actuators
for general testing applications in dynamic/quasi- static
conditions.
Number of Suitable for controlling 2 actuators at present with provision
ii control stations/ to control up to 4 actuators, provision to add additional
Actuators control cards in future.
Controller should have following features
 Provide digital servo control, function generation, data
acquisition, hydraulic control, and digital input/output.
 The digital electronic controller should be able to conduct
Control and Data tests in stroke, strain and load control modes. Inclusion of
iii Acquisition other calculated variables for controlling will be added
Features advantage.
 The controller should be expandable up to 4 actuators.
 Controller must be able to control or acquire data at 6 kHz
or faster rate.
 Continuous synchronous data acquisition at user selectable
Page 17 of 22
sampling rate up to 6 kHz on all internal and external
channels.
 Signal conditioner data sample rate: 100kHz or faster.
 It must be able to generate static/dynamic/cyclic/function
generator with 32bit resolution waveform at 0.001Hz-600Hz
or better.
 Ability to generate following waveforms: sine, triangle,
square, haversine, ramp, dual ramp, random.
 Support for time history record playback.
 The controller should adapt for peak/valley control, zeroing
of al channels without additional programming.
 Control loop update should be 6 kHz or faster. Loop closure
rate should not be affected by number of control channels.
 Programmable automatic mode changing to any transducer
connected to the machine which has been selected for
control.
 Hydraulics-on mode-switching of control parameters.
 Automatic control for bump-less test initiation.
 Control loops should be tuned manually or automatically
with tuning PIDF with forward loop filter.
 Ability to save and restore PID tuning settings.
 Controller shall have programmable display meters,
providing the user the flexibility of programming the
parameters to be displayed on the meters.
 All test templates that support testing against standards can
be modified by the user using the graphical interface (no
requirement to change source code).
 Programmable display scope: Providing the user the
flexibility of programming the parameter to be displayed on
X and Y axis. User should be able to adjust the scaling and
trace time based on the requirement. The scope should have
user selectable and auto scaling features. The scope should
be able to plot one channel versus another channel.
 It must be capable to capture the data or multiple block of
data at high speed from all the feedback channels and then
transfer it to the computer for processing and storage.
 Should have facility to transfer all test data, including time
history data, to ASCII format.
Must include minimum eight digital universal conditioners to
support a wide range of transducers with following features:
Signal  Supports one AC or DC transducer
Conditioning (for  Software control of range
iv
each control  Designed for full range calibrations
channel)  Excitation sensing ensures that the desired voltage is
applied to the transducer, regardless of cable length.
 Variable excitation frequencies.
 Set of control cables to actuator and HPP of length 15
Other
v meters or more.
Requirements
 Remote handset to be provided for the proposed test with
Page 18 of 22
the following features:
 Digital Display of Force Displacement /
Deformation (if extensometer is connected).
 Performing fine adjustment of actuator manually
during setup.
 Test start/stop and hydraulic on/off
 Emergency Button

3.3.5 Computer and Necessary Software

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

We, M/s _________________________________________________________________ (Name of


the Firm), with ref. to Tender No. IITMANDI/S&P/PUR-48/2021-22/1970-71/Item
Name, dated 30th July, 2021 for the supply & installation of Servo Hydraulic
Actuators including Hydraulic Power Pack and Control Accessories, hereby
undertake that:

1) We accept all terms and conditions of the tender document.


2) We accept that, we will not modify our bid during the bid validity period and will
honour the contract after the award of contract.
3) In the event of any modification to our bid by us or failure on our part to honour
the contract after final award, our firm may be debarred from participation in any
tender/ contract notified by IIT Mandi for a period of one year. We undertake that
we shall not appeal against such debarment in any court of law.

Yours faithfully,

(signature)
Name:
Date:
Office Seal:

Page 20 of 22
Annexure-III

Declaration of Local Content


(To be given on Company Letter Head)
To
The Registrar,
I.I.T. Mandi,
Kamand, – 175 075,
District – Mandi, Himachal Pradesh, India

Tender Ref. No: IITMANDI/S&P/PUR-48/2021-22/1970-71/Item Name, dated


30th July, 2021 for the Supply & Installation of Servo Hydraulic Actuators
including Hydraulic Power Pack and Control Accessories.

We, M/s _________________________________________________________________ (Name of


the Firm), hereby undertake that:

1. Country of Origin of Goods being offered: _____________________________________.


2. We hereby declare that items offered has _____________% local content.

“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

Ref:-ENQUIRYNO:- IITMANDI/S&P/PUR-48/2021-22/1970-71/Item Name, dated


30th July, 2021.

Sr. Check list of documents/ YES/ Remarks


No. Undertakings? NO (Give explanation if
answer is No)
1 Is Tender fees attached?
2 Is Bid Security Undertaking in lieu of EMD
attached? (if applicable)
3 Is the bidder original equipment
manufacturer (OEM)/authorised dealer?
4 If authorised dealer, recent dated
Certificate to this effect from OEM,
attached or not?
5 Undertaking from OEM regarding
technical support & extended warranty
period
6 Validity of 180 days or not?
7 Undertaking from bidder regarding
acceptance of tender terms & conditions
8 Whether list of reputed users (along with
telephone numbers of contact persons) for
the past three years specific to the
instrument attached.
9 Whether special educational discount for
Indian Institute of Technology (IIT) Mandi
(H.P) given.
10 Whether training of operator and research
students without any charges offered.
11 Does the instrument comply with all
the required specifications as per
annexure 1.

IMPORTANT: Attach a separate sheet


highlighting Point-by-point
compliances with the specifications and
explanations thereto if the equipment
varies from the requested
specifications.
12 Whether free Installation, Commissioning
and Application Training offered.
13 Whether warranty as per requirement
offered
14 Whether Annual maintenance after expiry
of comprehensive onsite warranty quoted
separately as optional.
Signature Not Verified
Digitally signed by CHUNI LAL SHARMA
Date: 2021.07.30 12:46:14 IST
Page 22 of 22
Location: eProcure-EPROC

You might also like