Home
        (CSIR, Ministry of Science & Technology, Govt. of India)
         Contents
1.         13    Compact and highly portable with tripod stand for mounting           Note     Preference will be given to latest version    Three years on site warranty  if standard warranty is of one year  vendor may quote for additional two years  of warranty  After sale service must be availablein India  Post warranty AM C    Installation with intensive on site training  2 3 weeks  with operations service manual and calibration  manuals    Instrument should be supplied through authorized Indian representative or manufacturer    Only N ew equipment is to be quoted  N o quote for re furbished instrument    Spares support for at least five years from the installation and may be intimated before hand for any up  gradation    Vendor should supply calibration specification certificate  information or periodic calibration support and  point to point compliance statement against the specification           SPECIFICATIONS OF DIFFERENTIAL GLOBAL POSITIONING SYSTEM     DGPS   Major Technical Specifications for DGPS                                     S1   Items Features   No    1    Accuracy Required a  Static   3mm S5mm  Horizontal Vertical  or better  b  Rapid Static   3mm Smm  Horizontal Vertical  or better  c  RTK  10mm 15mm  Horizontal Vertical  or better   2    GPS Receiver a  Ability to track GNSS  GPS GLONASS  and SBAS signals  b  72 universal channels  L1  L2  L2C  or better  c  Time to first fix  50 sec  with signal reacquisition of 0 5 sec or  better  d  Sampling frequency  
2.      Telex  cable  facsimile and unsigned bids will not be considered and rejected     b  Deadline for submission of Bids    i  Bids must be received by CIMFR at the address given in Section I not later than the time and date specified on the  cover page  In the event of the specified date for the submission of bids being declared a holiday for CIMFR  the bids  will be received up to the appointed time on the next working day     ii  The Director  CIMFR may at his discretion extend the deadline for submission of bids by amending the bid  documents  in which case all rights and obligations of the purchaser and bidders previously subject to the deadline  will thereafter be subject to the deadline as extended     c  Late Bids    Any bid received after the deadline for submission of bids prescribed by CIMFR will be rejected and or returned  unopened to the bidder     d  Bid Opening and Evaluation    Opening of Technical Bids by Purchaser    The Purchaser will open all Technical Commercial Bids  if the EMD  is submitted as per requirement in the presence  of bidders  representatives who choose to attend  at the time  on the date and venue indicated in Section I  The  bidders    representatives present there  shall sign a register evidencing their attendance  In the event of the specified  date of the bid opening being declared a holiday for the Purchaser  the bids shall be opened at the appointed time and  location on the next working day     e  Clarification of Bids    i  During 
3.     Neck Strap  USB Cable  Rechargeable  Battery  Charger  Memo Software  2 8 GB  Memory Card and Necessary Software        System Features    Facility to integration of information with images  increase workflow efficiency and improve the accuracy of    information collected in the field     Capability to combine barcode scanning with digital imaging  integrate quality images into mapping software   Facility to capture and automatically store GPS coordinates in the image files    Transfer pictures and data to any GIS mapping software    Should link images and associated meta data to mapped points based on their GPS location    Allow additional meta data to be embedded into the image    Facility of compass features for capturing the direction    Wide angle and adaptable to converter lenses    Bluetooth  WIFI and rugged construction           Note      Three years on site w arranty  if standard warranty is of one year  vendor may quote for additional two years of warranty   Onsite training  1 2 weeks  with Operations Service M anual and Calibration manuals   Preference will be given to latest version           Accessories Required for Annexure II    1  Image processing with integrated GIS Analysis facility software  Software combines the latest  spectral image processing and image analysis technology with an intuitive  user friendly interface equipped  innovative integrated analysis work flow module with powerful spectral analysis algorithms and DEM  Extraction Module  Atmosph
4.  10 Hz  Position update   e  Should be capable of being set up as a base unit for static and  RTK surveys and operate autonomously without the need for hand  held controller  terminal or other external device   f  LED status indications for data logging  data recording  satellite  tracking and availability   g  Customized occupation Timers for static surveys  h  Voice Messages for status indications like loss of lock  RTK  signal etc    3    Antenna a  Integrated dual band frequency antennal with choke ring or pin  wheel technology  b  Capable of receiving all GNSS  L1  L2  L2C  and SBAS  signals   4    Power Management a  Integrated internal batteries must provide power to receiver  during RTK and post processed modes  b  Receiver can be powered from external batteries from 9V to  18V DC power source  c  Operating Time  5 hours or better with internal radio operation   5  Broadcast message formats   a  Standard Input Output  RTCM  RTCM V3 0  RTCA  CMR   CMR   NTRIP  NMEA 0183 or advanced formats  b  Virtual reference station with connection to multiple Bluetooth   Wireless and peripherals   6    Memory a  Should have standard  gt  2GB internal memory and can be  upgradable to better capacity  b  Capable of providing Raw GPS measurements for post  processing to the internal memory or an external device such as  PC   7    Comm  Ports  a  RS 232 Ports  02 Nos   b  USB Ports   02 Nos   c   Bluetooth Ports   8    Physical Characteristics a  RoHs Lead Free environmental status  b 
5.  C    Installation with intensive on site training  2 3 weeks  with operations service manual and calibration  manuals           SPECIFICATIONS FOR GEO IMAGING SOLUTION DIGITAL CAMERA                         Sl Items Features   No    1  CCD  lt  8MP  1  2 7    CCD   2  Lens Focal Range  Lr  Limit   5 6mm  Upper Limit  15 17mm   3  Digital Zoom X3   gt  x10 in combination with optical zoom    4  Recording Media SD Memory Card  gt 1GB  Multi Media Card  gt 64MB  Built in Memory  gt 8MB    Higher up to 8GB memory preferable    5  Recording Modes Still  Scene  Text  Motion and Sound   6  Recording Format Still  JPEG  Text  TIFF  Motion  AVI  Sound  WAV  or others compatible with    DGPS Spectroradiometer  amp  DIP software         7  Storage Capacity    8GB or higher capacity preferred       8  LCD Monitor     gt 2 5 silicon TFT LCD       9  Resolution  Minimum     Still  2048x1536 1280x960 640x480  Text  2048x 1536 1280x960  Motion   320x240 160x 120  Higher resolution preferable        10  Power Source    Rechargeable lithium ion battery  2AA batteries  NiMH  along with AC adapter       11    Operating Temperature    0 48  C       12    Bluetooth specifications    Communication scheme  Bluetooth standard version 2 0 EDR  Output  Bluetooth  standard power class 2 supported Bluetooth profiles  BIP  OPP  SPP       13    Wireless LAN Specification    Interface standard  IEEE 802 11 b g  Security  WEP  64 128 bit   WPA PSK   TKIP AES   WPA2 PSK  TKIP AES        14  Accessories      
6.  Director General  Council of Scientific  amp  Industrial Research  New Delhi  and if he is  unable or unwilling to act to the sole arbitration of some other person appointed by him willing to act as such arbitrator  The  submission shall be deemed to be submission to Arbitration under the meaning of the India Arbitration  amp  Conciliation  1996 or  any satisfactory modification or reenactment thereof for the time being in force conclusive and binding on all parties of the    Contract  The venue of the arbitration will be Dhanbad only     In the case of a dispute between the purchaser and a foreign supplier  the dispute shall be settled by  arbitration in accordance with provision of clause above  But if this not acceptable to the supplier  then the dispute shall be settled in accordance with provisions of UNCITRAL  United Nations  Commission of International Trade Law  Arbitration Rules  The venue of the arbitration shall be the  place from where the order is issued     FORMATS FOR BID SUBMISSION  Checklist for Bid Submission    The following check list must be filled in and submitted with the bid document     Technical Bid        1  Has the tender document issued to you        2  Have you attached the technical bid form              3  Have you attached a copy of the last audited balance sheet of your firm   4  Have you attached proof of the manufacturer s authorization   5  Have you attached the details of the income tax registration and latest income    tax clearance cer
7.  Hermetically sealed with IPX standard water proofing  c  Operating temperature range    40  C to  65  C   9    Data Controller  amp  a  Must be Microsoft Windows CE 4 2 or better processor with       Computer       400 MHz  128MB ROM and 512MB RAM with additional  storage to PC    b  Should meet applicable military standards  MIL STD 810F  shock  IPX7  etc     c  Shall have PCMCIA slots and two serial ports and RS 232C             output port   d  Status screens on the controller to allow the user to monitor the  quality of the GPS data and to review current information about  available satellites    e  Data must be in the industry standard DXF  SHP  SDR  DWG   MOSS etc  and support printer connectivity    f  Should have seamless integration with other surveying sensors  like total stations   g  Can perform surveys in local coordinates and are transformable  for one to other as and when required        10    Internal Radio  VHF UHF    a  Should work in civilian band of frequency 380 470 MHz  Tx   license free band  Rx    b  Tx Rx power should cover range of 5km or better   c  Both base Rover must have provision of programming as  interchangeable base and rovers without any change in hardware  d  Both Base and Rover should have built in GSM Modem along  with internal VHF UHF radios       11    Post Processing Software a  Must be fully compatible Windows XP  VISTA and above and  can run on Pentium Class PC with 32 bit standard graphics  drivers   b  Facility for base line proc
8.  and commissioning of UPS including earthling and output distribution with warranty   UPS should contain all provisions to meet up the requirement of entire set up    AMC charges of the instrumental set up after completion of warranty period has to be mentioned    Power  220V AC  5   50Hz  Single Phase    Central Institute of Mining  amp  Fuel Research       Erstwhile Central Mining Research Institute     Council of Scientific  amp  Industrial Research   Barwa Road Campus  Dhanbad  826015  Jharkhand   INDIA    Important Notice    The Commercial Terms  amp  Conditions is given in five different sections  which may please read carefully  before submitting the tender  Any deviation and non  compliance of the terms  amp  conditions must be written  clearly  An incomplete offer and late bids are liable to be ignored and rejected  To aid the Bidders in  submitting complete offers  a Check List is included in the bid document  The bidders must fill this and    submit along with their offer in their own interest to avoid rejection of their tender     Request For Proposal  RFP     NIT No  CIM FR PUR 14 6 2010    1 Last Date for Submission of Bid    2 Date of Opening of Tender only Technical Bid in case of Double Bid System   01 03 2011 at3 00P M      3 Date of Opening of Financial Bid wherever applicable   TENDERERS WHOSE TENDERS ARE  FOUND TECHNICALLY SUITABLE WILL BE INTIMATED SEPARATELY    INVITATION FOR THE BIDS    Sealed tenders are invited under Two Bids System 1  Technical Comm
9.  latest desktop computer  Intel   Core     15 650 processor  3 20 GHz  1333 MHz  4MB   4GB RAM  500 GB solid state HD  TFT monitor  21 inch    Genuine Windows 7 Professional 32  DVD Recordable  Dual Layer   4Nos  USB port  make   HP Dell IBM  compatible with thermal analysis software and main system and one latest Colour Laserjet  printer   make  HP Canon  compatible for taking printouts of the thermograms    11  Sample carriers and Crucibles    a   Sample carriers for protective TG with S type thermocouple  RT to 1600   C  This should be capable of  holding upto 2 5gm of sample in suitable crucible  Two numbers    b   Sample carriers for normal TG with S type thermocouple  RT to   1600   C  This should be capable of holding upto 2 5gm of sample in   suitable crucible  Two numbers   Sample carrier for TGA DTA     S    type thermocouple  RT to 1600   C   Two Numbers  Sample carrier for TG  DSC  S type thermocouple  RT to 1600   C  Two Numbers  Crucibles for TGA  plate type Alumina crucibles to accommodate sample capacity 2 5gm     3nos   TG crucibles Alumina  vol 2 5 ml approx  capable of accommodating 2 5 gms of powder sample    quantity 20 nos with lids  Crucibles for TGA DTA  alumina 10 pcs with lid and 20 pcs without lid  Crucibles for TGA DSC  alumina 20 pcs with lid and 30 pcs without lid    NN    jii  Crucibles for TGA DTA  Platinum 5 nos  with lid    x     Crucibles for TGA DSC  Platinum 5 nos  with lid  12  Ultra pure Common reference material  alpha alumina  has to b
10.  the Central Institute of Mining   amp  Fuel Research Institute  Dhanbad     We enclose herewith the complete Financial Bid as required by you  This includes   Financial Bid Letter   Price Schedule   Statement of deviations from Financial terms and conditions     We agree to abide by our offer for a period of One Hundred Twenty  120  days from the date fixed for opening of the bid  documents and that we shall remain bound by a communication of acceptance within that time     We have carefully read and understood the terms and condition of the bid document and we do hereby undertake to supply as per  these terms and conditions  The Financial Deviation are only those mentioned in the statement of deviation from financial terms  and conditions     Certified that the bidder is    A sole proprietorship firm and the person signing the bid document is the sole   proprietor constituted attorney of sole proprietor    Or   A partnership firm and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration  disputes concerning the business of the partnership by virtue of the partnership agreement by virtue of general power of attorney   Or   A company and signing the bid document is the constituted attorney     Note  Delete whatever is not applicable  All corrections deletions should invariably be duly attested by the person authorized to  sign the bid document      We do hereby undertake  that until a formal work order is prepared and execut
11.  to any Copyright violation by them     32 Only legal and authorised copy of Software Packages with all original manuals  installation and performance guide  etc   complete in all respects are required to be supplied     33  Tenderers will replace equipments in toto  in case of any malfunctioning or other similar problems arise after supply of the  equipment     34  Equipment supplied will include all Operational and Maintenance Manuals  tutorials  reference manuals  installation and  performance guide  etc  complete in all respects  Connecting cable and or any other    part device which is essentially required for making the equipment operational is required to be supplied along with the  equipment and n additional cost     35  Printed conditions of the tenders shall not be binding on CIMFR     36  CIMFR is an R amp D organization under CSIR  Ministry of Science  amp  Technology  Govt  of India  Therefore it is requested to  quote concessional rates applicable to the R amp D organizations since the equipment is required for  research purposes     37  Offers for stores vaguely described as  Best Indian Make    Foreign Make  will be ignored while considering the tenders     38  Details of Equipments supplied to CSIR Labs Institutes  The tenderers who have supplied identical or similar equipment to  other CSIR Labs Institutions have to furnish the details of such supplies for the preceding three years along with the prices  eventually or finally paid positively     39  Responsi
12. 1  Taxes  The percentage rate of sales tax  resale tax  duties levies and any other charges etc  should be clearly indicated in  the tender  wherever chargeable  The packing charges must be included in the rates  CIMFR is not authorized to issue C D    Forms  However  the concessional rate of central sales tax is admissible to Research Institutions from certain States is also  applicable to this Institute and necessary Concessional Sales Tax Certificate will be issued  The supplier should submit  documentary proof while claiming octroi  naka etc  charges     12  Annual Maintenance Contract  After the expiry of warranty period  ONSITE Comprehensive Maintenance  Contract may be entered into for which the Annual Maintenance Contract  AMC  charges should invariably be quoted in terms  of percentage     of cost on the exact amount inclusive of all taxes and duties of the product to be supplied    Satisfactory services during AMC period is defined as 95  uptime  In case 95  uptime is not provided the AMC period would  be extendable by a period which is equivalent to the period during which 95  uptime was not provided    Response Time   Should be four hours    Preventive Maintenance  Tenderers should provide at least one preventive maintenance service every month during the AMC  period     13  Training  Tenderers should provide free training on the complete operation and care of the equipment and Software  Packages to be supplied on mutually agreed terms     14  Validity of Tender  
13. ANY SEAL                   Following are the Technical deviations and variations from the Technical specifications and Schedule of Requirements  These  deviations and variations are exhaustive  Except these deviations and variations  the entire work shall be performed as per your  specifications and documents        SI No  Item Statement of Deviations    Variations                                  Signature of the Bidder  Name    Date    Place     Address     Company Seal       Signature of the Bidder    Name   Date     Place     Address     Company Seal    Financial Bid Form   On the Letter Head of the firm submitting the Bid Document        To   The Director   Central Institute of Mining  amp  Fuel Research  P O DHANBAD  DISTT  DHANBAD   PIN   826015  Jharkhand  INDIA    Ref  Tender No   Sir     Having examined the bidding documents and having submitted the technical bid for the same  we  the undersigned  hereby  submit the Financial Bid for supply of goods and services as per the schedule of requirements and in conformity with the said  bidding documents     We hereby offer to supply the Goods Services at the prices and rates mentioned in the Financial Bid     We do hereby undertake that  in the event of acceptance of our bid  the supply of Goods Services shall be made as stipulated in  the schedule to the Bid document and that we shall perform all the incidental services     The prices quoted are inclusive of all charges including installation and commissioning charges in
14. CENTRAL INSTITUTE OF MINING  amp  FUEL RESEARCH   CSIR  Ministry of Science  amp  Technology  Govt  of India   H Q   Barwa Road Campus  Dhanbad     826 015  Jharkhand   India       NIT No CIMFR  PUR  14 6 2010 Date  31 01 2011    NOTICE INVITING TENDER       Director  CIMFR invites sealed tenders  in Two Bid Systems  for supply  installation and commissioning  of  i  Infra Red Gas Analyzer or Portable Photosynthesis System ii  High Resolution Field  Hand  held  Spectroradiometer Spectrometer  iii  Thermogravimetric Analyzer  iv  Thermogravimetric  Analyzer  simultaneous DSC TGA DTA TGA TGA         ie Infra Red Gas Analyzer or Portable Photosynthesis System  detailed One Unit  specification in annexure    I File No  CIMFR PUR 14 22 2010       D High Resolution Field  Hand held  Spectro radiometer Spectrometer detailed One Unit  specification in annexure    II File No   13 2  CIMFR DC 11 10 11 PUR  3  Thermogravimetric Analyzer detailed specification in annexure    III File No   One Unit  CIMFR PUR 14 24 2010  4  Thermogravimetric Analyzer  simultaneous DSC TGA DTA TGA TGA   One Unit   detailed specification in annexure  IV File No   CIMFR PUR 14 23 2010                            Last Date of Submission   28 02 2011 Time  Up to 5 00 P M   Date of Opening  Technical    01 03 2011 Time  3 00 PM onwards  Details of the Tender Document is available at www cimfr nic in  s  d  6   0326  2296030 S P 0     For Director    CENTRAL INSTITUTE OF MINING  amp  FUEL RESEARCH   CSIR  Ministr
15. Institute of Mining  amp  Fuel Research   Erstwhile Central Mining Research Institute    Council of Scientific  amp  Industrial Research     Barwa Road Campus  Dhanbad  826015  JHARKHAND  INDIA      0091 0326 2296030    STD CODE  0326    The Tenders  Technical Bids only wherever applicable  will be opened in this Office at 3 00 P M  hours on 01 03 2011 in the presence of Bidders  only one representative of the firm  who is willing to  participate in the tender and whose EMD is in order     INSTRUCTION TO BIDDERS    1  Scope of Work     Supply installation  testing  commissioning  demonstration and training in the usage and administration of procurement of  products mentioned in our Open Tender Notice     2  Bidders     The invitation for Bid is open to all Indian Original Equipment Manufacturers   Authorized Distributors Authorized  Dealers Authorized Retailers Foreign Manufacturers or suppliers directly authorized Indian Agents  In such cases where the  tenders are submitted by the Indian Agents of their Foreign Manufacturer Supplier or directly by the Principal to CIMFR  then  the tender of Foreign Manufacturer Supplier will only be considered and CIMFR will deal directly with the Foreign  Manufacturer Supplier or otherwise as decided by Director    CIMFR     3  Cost of Bidding     The bidders shall bear all costs associated with the preparation and submission of its bid and CIMFR will in no case be  responsible or liable for these costs regardless of the conducts and the o
16. LED SPECIFICATION  ANNEXURE  I  CIMFR PUR 14 22 2010  Item No  1 Specification for Portable Photosynthesis System  Portable gas exchange measurement device with built in temperature  relative humidity  CO  and red blue light          control   Fluorescence attachment for the simultaneous measurement of fluorescence and gas exchange on the same leaf  area   Instrument should be capable of making auto correction for pressure difference for making measurements   System should provide LCD graphic display with all the parameters and controls on the screen   System should provide high storage capacity  high processing speed and least response time   Standard leaf chamber with PAR sensor   Include all accessories and tools to make system fully functional   Instrument with best measurement and technical range suiting high ambient temperature measurements would be  preferred    Four sets of rechargeable batteries with two chargers   Appropriate number  at least 25 dark adaptation clips for the same   At least 150 numbers of CO  cylinders  if the system uses these   Add 20 bottles each of CO  and H20 scrubber each  if used in the system   Soil respiration chamber attachment must be quoted   All the cables and connections necessary to data transfer   Spare parts including temperature thermocouple  O rings  wires  sealing pads  field stand  etc and other necessary  items should be provided   Minimum three year comprehensive warranty  from the date of installation   All the necessary lite
17. The quotations shall be valid for a minimum period of One Hundred Eighty  180  days from the  date of opening of tenders     15  Delivery  Equipment may be delivered between 11 00 A M  to 04 00 P M  on all working days i e  Monday to Friday at  our Stores Section only     16  Payment   Indigenous Supplier  Payment shall be made after delivery  satisfactory installation  testing   commissioning  demonstration and final acceptance of the ordered items by the user department  through an Account Payee  cheque drawn on State Bank of India  Hirapur Branch  Dhanbad 826 015  Jharkhand   India within thirty  30  days from  the date of submission of the bill  Bill s  in triplicate duly pre receipted with Rs 1   revenue stamp will have to be presented for  claiming payments     17  Liquidated Damages  The LD clause of 01  per week subject to maximum 10  of the order value will be imposed  on non  compliance of the order Terms  amp Conditions  The L D may further be revised and enhanced as per the descretion of the  Competent Authority  CIMFR on violation of the contractual terms of any form  Director  CIMFR reserves the right to go ahead  with the procurement of ordered goods from any another vendor without giving any prior notice and cancel the purchase order   In such case  any additional impact on CIMFR over and above that contained in the Purchase Order shall be recovered from the  successful vendor from the payment to be made by CIMFR or any of the CSIR Labs  to them towards earlie
18. and commissioning will be done by  supplier   s engineers at buyer   s premises  Training for complete operation of instrument and software to be  provided to the concerned scientists technical persons at buyer   s premises for seven days by testing  standard reference samples and user   s samples free of charge       i  Common tools and essential spares  such as each type of O rings  ferrule  nuts  bolts  wrenches   PTFE SS gas tube between system and cylinders etc   necessary for servicing or trouble shooting have to  be supplied for a period of three years     di  Warranty  Three years after successful installation and commissioning   dii  All the manuals including complete service user   s instruction manual have to be supplied  both    hard copy and soft copy       Iv  AMC charges  consumable non consumable  for two years after warranty period to be  mentioned  optional      iv  Power  220V AC   5   50 Hz  Single phase          1   il   v     7   1     il     Annexure    IV    Fiel No   CIMFR PUR 14 23 2010  Item No  4 Thermogravimetric Analyser    Detail specifications for the instrument     1  Simultaneous DSC TGA  DTA TGA  TGA in a same system   2  Temperature range  Room temperature to 1600  C  with range of heating rate  1  C to 100  C min   3   a  Sample weight for TGA  To accommodate up to 2 5 gm  of sample     solid sample in small pieces  powder form   in dish  pan type crucible sample  holder    b  TG balance measuring range up to 35 gm with 1 microgram sensiti
19. bility  The responsibility lies with the successful tenderer  if any damage or loss to the property of the Institute  occurs while undertaking and executing the contract     40  Shortage of Supplies  Suppliers will have to make the good the shortages  if any  which is revealed after opening the  packages  The Stores  which are spoiled damaged during transit due to faulty packing will have to be replaced by the suppliers   The product should have warranty for workmanship  performance and service for a minimum period of twelve months from the  date of acceptance of replacement of spares parts during warranty period  The replacement should be done free of all costs  including to and fro Air Freight  packing  forwarding and insurance charges     41  Defects and Liability Period  Thirty six months from the date of virtual completion  installation and commissioning  of the equipments as certified by CIMFR  Dhanbad  India     42  Damage and Unaccepted supply   The material found to be damaged and declared rejected should be collected by  you at your risks and costs within 21 days from the date of intimation by CIMFR  otherwise ground rent will be charged     In addition to the Terms and Conditions mentioned above  Terms and Conditions for the items offered from abroad are as  follows     43  The detailed specifications of the material offered should be given  Relevant technical Literature and descriptive catalogue    pamphlet should also be attached with the offer     44  FOB Price 
20. cal Sales Tax Registration No  Authorised Service Provider Certificate from the  Manufacturer only    7  Photocopy of Warranty Service Provider Agreement between the manufacturer and the Service Provider    8  Clients list along with addresses  Telephone Nos   Fax Nos   Contact persons  Product supplied  Qty  supplied  Performance  Certificates Bench marking of the equipments by recognized National Institutional  Govt  organization like Department of  Electronics    9  Last Audited Balance Sheet of the firm    10  Maintenance Infrastructure Facilities including addresses  Telephone No  of Service Centre    11  Photocopy duly attested of Certificate of compulsory enlistment of Indian Agents of Foreign Principals with DGS amp D   wherever required  quoting on their behalf  Date of enlistment must be before the date of opening of tenders    12  Details of Equipments supplied of identical or similar nature to other CSIR   Labs Institute for the preceding three years along with the prices eventually or finally paid     Commercial Terms    a  Percentage rate of CST LST  Octroi  freight and forwarding charges  handling charges  loading unloading charges  any other  tax charge as applicable should be clearly mentioned  The offers indicating  Taxes as applicable  or  Taxes inclusive  may be  rejected   b  Validity of Quotation  c  Delivery Period  d  Payment Terms  e  Warranty  f  Training  g  Discount  h  Terms of Delivery  i  Post Warranty AMC  j  Performance Security Deposit  k  Li
21. e supplied approximately 100gms     14   15     16     17   18   19     20     21   22     Ultra pure calcium oxalate  calcium carbonate  quartz sample  etc  which ever is required for checking  of instrument calibration have to be supplied  minimum 50 gm packet for each     All the manuals including complete service manual has to be supplied  both hard copy and soft copy     Weight calibration kits  certified calibration standards for sensitivity  temperature and Cp have to be  supplied for entire range    Common tools and essential spares  such as each type of O rings  ferrule  nuts  bolts  ranges  PTFE SS  gas tube between system and cylinders etc   necessary for servicing or trouble shooting have to be supplied  for a period of three years operation    Three years warranty should be covered with effect from date of commissioning of the instrument    On site training on operation  maintenance  analysis and trouble shouting have to be provided    CO2  02  N2  Ar gas cylinders  one each along with all necessary certificates  double stage SS  regulators  connectors  moisture trap  nuts  ferrules  tubes  gas flow meters has to be supplied by the  supplier of the instrument and those have to be connected and integrated with the main unit  Capacity of the  regulator and gas flow meter should comply with the desired gas flow rate as stated in the specification no   6    10 KVA online UPS with 1 hr backup  make APC  TATA Libert  with maintenance free Exide  batteries  Installation
22. e tender  will not be considered if the Indian Agent is not Compulsorily registered with DGS amp D  Govt  of India and Agency Commission  will not be paid to the Indian Agent unless a legible photocopy of DGS amp D Registration Certificate duly attested is submitted to  this office  The Indian Agents Commission will be paid in Indian Rupees only within thirty days from the date of commissioning  and final acceptance of the whole system by CIMFR  Dhanbad 828 108  India  The role played by the Indian Agents in  rendering assistance to your customers may also be specified     52  FREIGHT  The mode of dispatch should be Ocean Freight Air Freight preferably by Air India Flight and on To Pay  basis only  Please indicate the approximate Air Freight Charges for Kolkata Air Port  India  The consignments are required to be  shipped by Air India  Freight to pay  up to Kolkata Airport  India  All the documents are to be made in favour of Director   CIMER  Dhanbad 826 001  India and forwarded to our Banker     For speedy clearance  please specify our Purchase Order Reference No  and date on the top of the parcel as well as on the Airway  bill without fail  Address all the consignments to Director  CIMFR  Dhanbad 826 015  India and not to Bank  The ordered  materials are being imported under Open General License     The following documents may be sent to us directly while dispatch     Invoice in quadruplicate with deduction of Agency Commission  if any  Packing List  Delivery Challan  Coun
23. ecord change in weight very accurately with temperature and time   Instrument should run isothermally and non isothermally throughout the range of temperature  Balance  Sensitivity should be high  For precise and accurate measurement  there should be no mixing of reaction  chamber gases and balance chamber gases  Instrument should be supported with user friendly software   Additionally  instrument should be supported by standard gasification kinetics software  Instrument should  have port for product gas collection  Provision should be there to introduce measured amount of inert  He   Ar  N2  and other non explosive gases  CO2  O2 and Air  or their mixture in desired proportion to the  reaction chamber     Detailed specification of TGA is given below     Temperature requirement  From room temperature to 1600   C  The unit should have  programmable temperature control  Instrument should run in both isothermal and non isothermal mode     Temperature scanning rate for both heating and cooling  0 01 to 100   C min   Weight  Maximum balance capacity is up to 35 gram  Powdered or small solid pieces of sample   mainly coal biomass  to be studied  Instrument should be able to take load of 50mg  3 gm or more sample   coal biomass   Sample crucible volume maximum up to 3 cc or more  Crucible should be made of such  material that it can sustain 1600  C temperature in inert gas  COz  air  O2 or their mixture  in desired  proportion  atmosphere  Crucibles should be of cup type and plate t
24. ed  this bid  together with your written acceptance  thereof and placement of letter of intent awarding the work order  shall constitute a binding contract between us   Dated this day of  Signature of Bidder    Details of enclosures Full Address   Telephone No   Telegraphic Address   E mail     COMPANY SEAL    PRICE SCHEDULE   Estimated Quantity and Financial Bid Analysis       SI Item Name   Qty  Manufacturer Model Name   Compaliance to   Operating Unit Total cost   No  amp  Version suggested System Cost  inclusive of  Technical Environment Rs  all other  Specification charges                                     1  Attach sheet giving detailed Technical Specification and deviations for the suggested systems     NOTE     i  For Financial bid comparison total Value in Col  No  9 shall be the basis    ii  Unit value quoted in actual quantity of work shall form the basis     iii  The Bid should have Col  3 x Col  8   Col 9  Any error in the Table of any bidder is liable to be out rightly rejected    iv  The price quoted should be inclusive of all charges including all applicable taxes   Octroi  freight and handling charges  and all other miscellaneous expenses    v  In case of discrepancy between unit price and total price  the unit price will prevail    vi  Annual Maintenance Charges after warranty period should be quoted separately     Signature of the bidder    Name      Place      Date      Address    Company Seal       STATEMENT OF FINANCIAL DEVIATIONS    Following are the 
25. ercial Bid and 2  Financial Bid for the products  mentioned in our Global   Open Tender Notice required to be supplied  installed  commissioned and demonstrated at CIMFR     Dhanbad  Technical  Commercial Bid and Financial Bid should be identical in all respects except that  the Technical Commercial Bid should have blank space at the place where prices have been  indicated in the Financial Bid     Tenderers are requested to submit their tenders in one envelop containing three separate envelopes 1  EMD  Envelope  2  Technical Commercial Bid Envelope and 3  Financial Bid Envelope duly sealed and super  scribed with  Tender No  CIMFR PUR 14 6 2010 for i  Infra Red Gas Analyzer or Portable  Photosynthesis System ii  High Resolution Field  Hand held  Spectroradiometer Spectrometer  iii   Thermogravimetric Analyzer  iv  Thermogravimetric Analyzer  simultaneous DSC TGA DTA   TGA TGA    Last Date of Submission   28 02 2011 Time  Up to 5 00 P M   Date of Opening  Technical    01 03 2011 Time  3 00 PM onwards    Technical Commercial Bid should consist of    1  Technical specifications being offered by the firm of Tender Documents along with Brochures and literature giving all  features    2  Certificate of Registration of firm    3  Authorization Letter from the manufacturer to quote and submit tender    4  Certificate of valid Authorised Distributorship Dealership Retailer ship from the manufacturer    5  Latest Income Tax Clearance Certificate   6  Certificate of Central Sales Tax Lo
26. eric Correction Module  Orthorectification Module etc    2  For off field lab processing of field and laboratory data   Pentium PC with HDD 500GB  RAM  gt 4GB   Pentium 4 Core 2 Duo Processor  Motherboard     G33  Graphics  gt 512MB  LCD 19 21    TFT  DVD Writer   UPS dual battery  Keyboard and Mouse Combo pack    3  Photogrammetric Software with  3D view favility    4  For on field processing   Wi Fi enabled laptop Laptop with 206 GHz or higher clock speed  4GB DDR2   RAM  500GB SATA HDD CDRW DVD Combo Drive   1 parallel  2 serials  1 IR and 3 USB ports  15 4     TFT Active Matrix display with high resolution  O s  recent Windows 7 Version  One universal AC DC  Adapter Charger with Notebook Carry Case    5  AO A3 Size Scanner  amp  Plotter with printing facility in RGB mode    Note      Preference will be given to the latest version of above items   For Software   Onsite training  1 2 weeks  with operations service manual and calibration  manuals     D    ii     Annxxure  I    File No  CIMFR PUR 14 24 2010  Item No   3 Instrument  Thermogravimetric Analyser  TGA     Objective  To conduct pyrolysis and gasification experiments of coal biomass with various inert gases   Helium  Argon  and Nitrogen  and various non explosive gasifying agents such as  air  CO2  O2 and the  mixture of inert and non explosive gases in desired proportion     Instrument should have operating temperatures from room temperature to 1600 deg  C with varying heating  and cooling rate  Instrument should r
27. essing  Network adjustment and  Mission planning   c  Simultaneous processing of Static  Rapid Static  Kinematic and  Stop and Go Surveys for GNSS data  d  Integrated post processing and least squares network adjustment  for GPS baselines   e  Ability to display coordinates in various mapping systems and  datum including the ability to show coordinates in user defined  datum  f  Import and export RINEX  SHP  DXF  DWG  TAB  MIF data  g  Capable of supporting COCO functions  raster data  Google  Earth View  CAD view etc   h  Enable the user to perform the following functions  i  Enable Disable specific satellites   ii  Enable Disable specific GPS observable   iii  Change elevation mast   iv  Utilize precise ephemeris clock data   v  Application ionospheric and tropospheric corrections   vi  Base line rejection parameters              System Features   Base Station   Dual frequency GPS receiver with corresponding data controller and  Unlicensed VHF UHF and GSM integrated radios to cover 5 km range or better    Dual frequency GPS with corresponding data controller and unlicensed VHF UHF  and GSM integrated radios to cover 5km or better    Post processing software           Note  The quoted model should be current and latest  The year or release of the model to be mentioned in the  technical bid    Three years onsite warranty  if standard warranty is of one year  vendor may quote for additional two years  of warranty  After sale service must be available in India  Post warranty AM
28. evaluation of the bids  the purchaser may at his discretion ask the Bidder for clarification of bids  The  request for clarification and the response shall be in writing and no change in price or substance of the bid shall be  sought  offered or permitted     it  No Bidder shall contact the Purchaser on any matter relating to its bid from the time of the bid opening to the time  the contract is awarded  If the Bidder wishes to bring additional information to the notice of the Purchaser  it should  be done in writing    iii  Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation  bid comparison or contract  award decision may result in rejection of the Bidder s bid     f  Evaluation of Technical Bid    i  Prior to the detailed technical evaluation the purchaser will determine the substantial responsiveness of each bid to  the Bidding Documents  A substantially responsive bid is one that conforms to all the terms and conditions of the  Bidding Documents without material deviations     ii  A bid determined as not substantially responsive will be rejected by the purchaser and may not subsequently be  made responsive by the Bidder by correction of the non conformity     iii  All the vendors will have to bring their equipment machine for testing and technical evaluation bench marking as  and when asked for  if required  Separate communication will be sent in this regard     The bidders short listed by the purchaser based on evaluation of their technica
29. financial deviations and variation s  from the exceptions to the specifications and documents for the Bid  document  These deviation s  and variation s  are exhaustive   Except these deviation s  and variation s   the entire work shall be performed as per your specifications and documents        S  No  Section No  Clause No  Statement of deviation s  and variation s     Signature of the bidder  Name    Place    Date    Address    Company Seal    
30. fund of Performance Security Deposit  The Performance Security Deposit will be returned to the successful vendor after  sixty days from the date of the completion of warranty period and no interest would be paid thereon     8  Warranty  Equipments should be under free ONSITE comprehensive warranty for a minimum  period of three years from the date of completion of satisfactory installation  testing  commissioning   demonstration and final acceptance of the products  A satisfactory service during the warranty period is defined as  95  uptime  In case 95  uptime is not provided  the warranty period would be extendable by a period which is equivalent to the  period during which 95  uptime was not provided  The bidder will also ensure that the spares are available at  least for three years after the warranty period for the operation and maintenance of the equipments  supplied  The firms giving the warranty offer less than three years must specify the equivalent  amount to be charged for additional warranty per year which will be added to the price quoted for  deciding Lowest Tender  Failing to quote the same will lead to rejection of the bid  This must be  strictly complied     9  Custom Duty and Excise Duty  Our Institution is eligible for payment of concessional Custom Duty and exempted  from payment of Excise duty     a  In case  the tenderers are Indian Agents of the foreign suppliers and quoting prices on behalf of their foreign principals must  enclose the proof of enlistme
31. ice and Support Centre in Kolkata   Dhanbad     India  managed by qualified maintenance professionals along with documentary evidence to be attached with their tenders     25  Tenderers should indicate the names  along with addresses  Telephone nos   Fax No   Contact person  dates of supply  etc   of  various Government  Public Sector Departments and other organizations where they have supplied and installed the similar  equipments and are duly maintaining them     26  Tenderers should furnish all details of Performance Certification Bench marking of their Equipments by recognized  National International Institutes Govt  Organizations like D O E   Dept of Electronics   etc as applicable     27  All prices shall be quoted clearly both in figures and words duly taking into account all concessions provided by the Govt  of  India as on the date of tender  In case of discrepancy in Unit and Total prices  unit price shall be taken to be final price for the  purpose of calculations     28  Tenders incorporating additional conditions are liable to be rejected     29  Complete details including final specifications of the equipments offered quoted should be furnished along with  brochures literature mentioning all features     30  Tenderers should indicate whether they are the OEMs   Authorised Distributors Authorised Dealers Authorised Retailer of  the equipments offered and have valid license to sell Equipment   31  Tenderers will also indemnify CIMFR against all possible damage due
32. l bids may be called for detailed  discussion including presentation of their equipment system to a team selected by the purchaser for the purpose   at a specified date  time and venue  if needed     i   ii   v   7   ii   riii     x     g  Opening of Financial Bids    1  The purchaser will open the financial bids of only those bidders  which are found to be technically  qualified to undertake the job  The time  date and venue of opening of financial bids will be intimated to  these technical qualified bidders only           ii  The Financial Bids of the technically qualified bidders shall be opened in the presence of their  representatives  who are willing to participate  on the specified date  time and venue     h  Evaluation and Comparison of Bid    i  The comparison shall be of all inclusive price of goods  inclusive of all costs as well as taxes paid or  payable and the warranty period asked for     ii  Arithmetical errors will be rectified on the following basis  if there is a discrepancy between the unit  price and the total price that is obtained by multiplying the unit price and quantity the unit price shall  prevail and the total price shall be corrected  If the supplier does not accept the correction of errors  its bid  will be rejected  If there is a discrepancy between words and figures  the amount in words will prevail     iii  Bidders shall state their bid price for the payment schedule  Bids will be evaluated on the basis of this  base price  Bidders are howeve
33. me Tax Registration Certificate PAN No and latest Income Tax Clearance Certificate   Proof of Manufacturer s authorization   Photocopy of Warranty Service Provider Agreement between the manufacturer and the Service Provider    Statement of Deviation from the technical specifications   Details of service centers at Dhanbad   Photocopy duly attested of Certificate of compulsory enlistment of Indian Agents of foreign principals with DGS amp D if quoting  on their behalf  Date of enlistment must be before the date of opening of tenders    Copies of relevant work orders   Details of supplies of identical or similar equipment made to other CSIR Labs Institutions for the preceding three years together    with price eventually or finally paid     FINANCIAL BID     Financial Bid Form    Estimated quantity and Financial Bid Analysis  Statement of Deviations from Financial terms and conditions     To be submitted on the firm s Letter Head and signed by an authorized person     To    The Director   Central Institute of Mining  amp  Fuel Research  P O  DHANBAD Barwa Road   DHANBAD   826015  Jharkhand  INDIA    Ref  Tender No   Sir     Having examined the bidding documents  the receipt of which is hereby duly acknowledged  we  the undersigned offer to supply  and deliver goods as per the schedule of requirements and in conformity with the said bidding documents    We undertake  if our bid is accepted  to deliver the goods in accordance with the delivery schedule specified in the bidding  d
34. nt with DGS amp D  wherever required   Date of enlistment must be before the date of opening of  tenders  Tenders of agents not enlisted with DGS amp D will be ignored and summarily rejected  The compulsory enlistment of  Indian Agents of foreign principals with DGS amp D is of general nature and does not confer on the Indian Agents the status of a  supplier registered with DGS amp D     b  In case  the prices are quoted in foreign currency  it must be on FOB price  Indian Agency Commission Technical Service  Charges  if any  must also be shown separately and shall be payable in India in Indian Rupees only if the Indian Agent is  registered with DGS amp D  Kindly indicate Indian Agent s address  their kind of services and percentage Agency Commission   which will be reduced from invoice and paid in Indian Rupees Only   Also quotation should indicate whether Agency  Commission is included   excluded in the FOB price     c  In case of Domestic  the offer should contain the basic price and percentage of Excise Duty separately since we are exempted  from payment of Excise Duty     10  Prices  The price quoted should clearly mention whether    a  FOR destination  Dispatching Station by registered road transport   b  FOR free delivery at this office Stores including Packing  amp  Forwarding  freight  insurance charges  etc   c  Where there is no mention of the above  the offers will be rejected as incomplete    d  In case of Imports  the quotation should be for FOB price only     1
35. ocuments     If our bid is accepted  we will submit a unconditional performance bank guarantee for the sum equivalent to 10  of the Contract  Price i e  Total Order Value for the due performance of the Contract  in the form prescribed by the Central Institute of Mining  amp   Fuel Research  Dhanbad     We agree to abide by this bid for a period of One Hundred Twenty days after the date fixed for opening and it shall remain  binding upon us and may be accepted at any time before the expiration of that period   We declare that we are the manufacturers authorized agents distributor of          that we our principals are equipped with adequate machinery for production  quality control and testing of offered products  manufactured developed and used by us    2  We hereby offer to supply the Goods Services at the price at the rates mentioned in the Financial Bid    3  We enclose herewith the complete Technical Bid as required by you  This includes     Technical Bid Form    Copy of the last audited balance sheet of the company   Proof of Manufacturers authorization    Technical details of the goods and services offered    Statement of deviation from the technical specifications   Details of local service centers   Product catalogues user manual other informative material about our products and Services     Details of supplies of identical or similar equipment to other CSIR Labs Institutes for the preceding three years together with  prices eventually or finally paid    Photocopy dul
36. only to be indicated  Other charges applicable to be indicated separately     45  INSURANCE  Insurance will be done by our own means for imports  Please intimate immediately after shipment about  the Airway Bill No  For indigenous items the cost must include the insurance charges     Bill of Lading  consignment etc  to The Director  CIMFR  P O   Dist  Dhanbad  Dhanbad  Jharkhand  India     46  WARRANTY  Warranty period should be for a minimum period of three years onsite comprehensive     47  COUNTRY OF ORIGIN  Please specify Place County of Origin and the Place Country from where goods will be  finally shipped  These particulars are very important for establishment of Letter of Credit and arranging insurance     48  VALIDITY PERIOD  Your offer should be valid for at least One Hundred Eighty  180  days from the date of opening  of tenders     49  Please also indicate names and addresses of some of the Indian Organizations to whom you have supplied material  if any   under reference     50  This Institute is eligible for payment of concessional customs duty under OGL Scheme  Actual User Condition  Non   industrial R amp D institution      51  INDIAN AGENT S COMMISSION  If you have any Agent in India  please indicate specifically whether the  amount of agency commission payable to the agent is included in the FOB Price or not  Moreover  Indian Agent should have  compulsory registration with DGS amp D  Govt  of India  wherever required on case to case basis   Please note that th
37. oss Demand Draft issued by a scheduled bank drawn in favour of Director  CIMFR   payable at State Bank of India  Hirapur Branch  Dhanbad from 31 01 2011 to 28 02 2011 upto 5 PM  CIMFR will not  be responsible for non  receipt of the Tender Documents due to postal delay loss in transit  The tender complete in  all respect along with EMD should reach to this office on or before 28 02 2011 upto 5 00 PM and will be opened on  01 03 2011 at 3 00 PM onwards at CIMFR H Q        A certificate from the vendor mentioning that price quoted are not higher than provided to any other  CSIR lab purchased the instrument   Tender Documents with detail terms  amp  conditions can be downloaded from our website  www cimfr nic in    Tender fees will not be required if it is downloaded from the website up to the tender sale period  The required EMD  as stated above in the form of DD or BG must be enclosed in the Technical Bid failing which the offer will be treated  as non responsive     Director  CIMFR reserve the right to accept or reject in part or in full to any or all the tender without assigning  any reason thereof   6   0326  2296030 S d  S P O    For Director       00  Oy OT E    10   11   12   13   14   15     16   17   18     CENTRAL INSTITUTE OF MINING  amp  FUEL RESEARCH   CSIR  Ministry of Science  amp  Technology  Govt  of India   H Q   Barwa Road Campus  Dhanbad     826 015  Jharkhand   India    NIT No CIMFR  PUR  14 6 2010 Date  31 01 2011    6     l NOTICE INVITING TENDER    DETAI
38. ould be able  to calculate residual weight  rate of change of mass  1    order derivative  in different units  wt min or    min   The software should have related statistical analytical tool  Software shall have to be compatible  for installation in multiple computers and repeated installation should be allowed    Software for kinetic analysis  Software for kinetic analysis should give reactivity  Arrhaneous  plot  Activation energy and related parameter with standard method     Suitable notebook to run the above TGA system with the following minimum  specifications and HP colour laser jet printer  to be provided by the supplier      Minimum specification of the notebook  Sony Dell HP     Processor   Intel Core 15  2 66 GHz 3 MB  or more  Operating System   Genuine Windows 7 Professional 64 Bit English version  Chipset   Intel    Total memory   6GB DDR3  expandable up to 8 GB X 3   Display type   33 cm or more  TFT colour display with LED backlight  Hard drive device   512 GB    Optical device   DVD recordable  dual layer     Interface   USB port 3 or more  HDMI out put  Body   High durable and light weight carbon fibre body  Others   Blue tooth laser mouse and key board     Calibration  Instrument should be calibrated properly and the calibration to be checked with  std  reference material at user   s site  ultra pure Calcium oxalate  to be supplied by vendor minimum 50  gm   Complete calibration kits to be provided     Installation  Commissioning and training  Installation 
39. products manufactured  and registered with DGS amp D and NSIC for availing EMD exemption before opening of Technical   Commercial Bids  otherwise tender submitted by them will not be considered and rejected  summarily     5  Forfeiture of EMD  The earnest money deposited  EMD  will be forfeited if the vendor withdraws or amends  impairs  and derogates from the tender in any respect within the period of validity of tender or fails to furnish the Performance Security  Deposit as per Clause No  6   Performance Security Deposit mentioned below     6  Performance Security Deposit  The successful tenderer will have to furnish an unconditional Performance Bank  Guarantee in favour of the Director  CIMFR  Dhanbad valid up to sixty  60  days after the warranty from a  Scheduled Nationalised Bank in India for 10  of the total order value within twenty one  21  days of the placement of order for  orders where full payment is to be made on Letter of Credit Sight Draft or on delivery  failing which the purchase order contract  shall be terminated    b  The successful tenderer will have to furnish an unconditional Performance Bank Guarantee in favour of the Director  CIMFR   Dhanbad valid up to sixty  60  days after the warranty from a Scheduled Nationalised Bank in India for 10  of the total order  value before the release of final payment where payment is to be made on satisfactory supply  installation  testing   commissioning  demonstration and final acceptance of the products     7  Re
40. quidated Damages  1  Installation  testing and commissioning charges  m  Percentage of Agency Commission in case of imports   n  Agency Commission should be included in the FOB Price and will be paid to the Indian Agents if registered with DGS amp D   wherever required   o  Gateway Airport in case of shipment from abroad  p  Beneficiary Bank and SWIFT No  in case of imports    Financial Bid should consist of   Basic Price in case of indigenous supply FOB price in case of imports    Commercial Terms    a  Percentage rate of CST LST  Octroi  freight and forwarding charges  handling charges  loading unloading charges  any other  tax charge as applicable should be clearly mentioned  The offers indicating  Taxes as applicable  or  Taxes inclusive  may be  rejected     b  Validity of Quotation   c  Delivery Period   d  Payment Terms   e  Warranty   f  Training   g  Discount   h  Terms of Delivery   i  Post Warranty AMC   j  Performance Security Deposit   k  Liquidated Damages   1  Installation  testing and commissioning charges   m  Percentage of Agency Commission in case of imports   Agency Commission should be included in the FOB Price and will be paid to the Indian Agents if registered with DGS amp D   wherever required     n  Gateway Airport in case of shipment from abroad   o  Beneficiary Bank and SWIFT No  in case of imports    The bids complete in all respects addressed to the Director  CIMFR should reach at the following address latest by 5 00 PM  on 28 02 2011     Central 
41. r  permitted to state an alternative payment schedule and indicate the  reduction in bid price they wish to offer for such alternative payment schedule  The purchaser may consider  the alternative payment schedule offered by the selected Bidder but it may not be binding on purchaser     Placement of Purchase Order    The purchaser will place the purchase order on the successful bidder whose bid has been determined to be  substantially responsive and has been determined as the best evaluated bid provided further that the bidder  is determined to be qualified to perform the contract satisfactorily   BANK DETAILS OF THE BIDDERS    Name of the firms Org     Bank A c No     Name of A c holder     Name of Bank     Branch Code     RTGS Code     NEFT Code     SWIFT Code     MICR Code      TERMS  amp  CONDITIONS    1  Submission of Tenders  Sealed tenders must be submitted in an envelope duly super scribing  Tender File Ref No    Description of item and Date of Opening  addressed to The Director  Central Institute of Mining  amp  Fuel Research  Barwa  Road  Dhanbad   826015 JHARKHAND  INDIA in the Tender Box kept in the Office of the Stores  amp  Purchase Officer     CIMFR  latest by 5 00 PM on 28 02 2011 positively  Request for extension of submission date of  tenders will not be considered        2  Late delayed tenders   Late delayed tenders due to any reason whatsoever will not be accepted   considered at all under any  circumstance     3  Opening of Tenders  The tenders received 
42. r supplies  EMD or  otherwise    18 S T  Registration No  ITCC Distributorship Dealership Service Provider Certificates   Tenderers must attach a legible photocopy of the following documents positively along with their tenders     1  CST Local Sales Tax Registration Certificate    ii  Latest Income Tax Clearance Certificate    ii  AuthorisedDistributorship AuthorisedDealership AuthorisedRetailership Autorised Service Provider Certificate from the  manufacturers     19  Environmental conditions for the installation of equipments  Tenderers should specify minimum environmental    needs for installation of their Equipments such as air conditioning specifications  power supply specifications including any  special requirements like voltage regulators  etc     20  Software installation  Tenderers should clearly specify the minimum hardware requirements for the  installation of Software Packages positively     21  Tenderers should note that they should offer their best products pertaining to Technical specifications given     22  Tenderers should clearly indicate whether they are Original Equipment Manufacturers or authorized  distributors dealers suppliers on behalf of manufacturers  Brand names  amp  Model Nos  of all equipments and components offered  should necessarily be mentioned     23  Tenderers should furnish the experience of their organization in the area of manufacturing and or supply of similar  equipment     24  Tenderers should have a well established Office and Serv
43. rature  brochures and training DVDs   Installation and demonstration to a group of scientists within 15 days of arrival of instrument    Optional  Whole plant Arabidopsis chamber    Leaf area adaptors    ANNEXTURE  II  File No 13 2  CIMFR DC 11 10 11 Pur        gt  Item SI  No 2    Specifications for High Resolution Field  Hand Held  Spectroradiometer                         Sl Items Features  No   iF Special Range 2 16 micrometers  2  Spectral resolution 4cm or better  3  Accuracy to NIST Traceability Blackbody calibration upto    0 2 degrees  4 Options for Field of view 5 deg     0 5 deg  standard  3 deg     0 5 deg  optional  5  Measurable parameters Radiance and Emissivity in the field   6  Calibration and Measurement Thermoelectrically controlled hot cold blackbody calibrator with temperature  options range 5 60 95 deg C    5 x 5 inch Gold Plate with down welling radiance measurements                      Data recording Embedded PC type computer to acquire  process and store spectra on an   internal hard disk    8  Computer interface options RS232  USB and Bluetooth   9  Battery Charger  amp  Battery It must have high quality chargeable batteries with working capability for 2 3  hours a time with adapters working at C supply    230 V  50Hz  existing in  India    10    Operating Environment 15 to 40 deg C  95  humidity   11    Software Necessary software for Data Logging and data transfer       12    Water proof carrying case  rugged enough for frequency field exercise   
44. s after the warranty period from a Foreign Bank duly endorsed by  Nationalized Bank in India  Director  CIMFR reserves the right to change the payment terms at his discretion from case  to case basis depending on the merit of the case     54  The tenders are liable to be cancelled if any of the conditions noted herein are not complied with  Hypothetical  ambiguous  and conditional tenders will not be entertained at all and rejected summarily     55  Goods should not be dispatched until firm Purchase Order is received by the successful vendor     56  Director  CIMFR reserves the right to delete or alter the item given in the enclosed annexure depending on prevailing  requirements     57  Director  CIMFR reserves the right to accept or reject any tender in completely or in part thereof without assigning any  reason     58  Arbitration      Except where otherwise provided in the Contract  all questions and disputes relating to the meaning of the specifications   instructions and terms  amp  conditions herein before mentioned and as to the quality of the materials  as to any question  claim   right  matter or thing whatsoever  in any way arising out of or relating to the Contract  Specifications  estimates  instructions   orders    or these conditions or otherwise concerning the works  or the execution of the same whether arising during the process of the  work or after the completion or abandonment thereof shall be referred to the sole arbitration of a person    nominated by the
45. tificate        6  Have you attached the statement of deviations from the technical    Specifications in the format        7  Have you provided details of your maintenance infrastructure facilities including  addresses of the service centers in the format       8  Have you attached the technical details of the goods and services offered as a  part of this bid document        9  Have you attached the copies of relevant work orders executed during the last  three years        10    Have you attached the details of identical or similar equipments  supplied to other CSIR Labs Institutes for the preceding three  years together with prices eventually or finally paid        11    Have you attached photocopy duly attested of Certificate of  compulsory Enlistment of Indian Agents of foreign principals  with DGS amp D if quoting on their behalf  Date of enlistment  must be before the date of opening of tenders           12    Have you attached Service Provider Certificate issued by the Manufacturer                          l  Have you attached the Financial Bid  Yes   No  2 Have you attached the price schedule for the goods services offered Yes   No  in the  Format   3  Have you attached the statement of deviations from the Financial Yes   No  terms  and conditions in the format                 Please arrange your tender document for each part as given below     Earnest Money Deposit      TECHNICAL BID   Technical Bid Form    Copy of the Last Audited Balance Sheet of the company   Inco
46. try of Origin  Certificate  Literature  if any  should be enclosed     53  PAYMENT TERMS      Term I   In case of indigenous orders  the payment will be on credit basis i e  100  after receipt of material in good  condition  installation  testing  commissioning  satisfactory demonstration  final acceptance of the whole system and on  submission of unconditional Performance Bank Guarantee for 10  of the total order value valid till 60 days after the  warranty period from a Indian Scheduled Bank duly recognized by RBI     Term II   In case of import orders  80 percent value of goods will be paid through an Irrevocable Letter of Credit on  submission of shipping documents  Balance 20 percent value of goods will be paid through L C excluding Indian Agency  Commission  if any  after installation  testing  commissioning  satisfactory demonstration  final acceptance of the whole  system and on submission of unconditional Performance Bank Guarantee for 10  of the total order value valid till 60  days after the warranty period from a Foreign Bank duly endorsed by Nationalized Bank in India     Term III   100  payment after satisfactory installation  amp  commissioning of the equipment if it is to be supplied for the  first time in India or otherwise if the party does not have successful installation in India  against submission of  unconditional Performance Bank Guarantee for 10  of the total order value within twenty one  21  days of the  placement of Purchase Order valid till 60 day
47. utcome of the bidding process     4  The Bidding Documents     The goods and services required  bidding procedures and contract terms are prescribed in the bidding document  In addition to  the invitation for the bids  the bidding document includes    a  Instruction to bidders   b  Schedule of requirements   c  Technical Specifications   d  Terms  amp  Conditions   e  Bid form and price schedule    The bidder is expected to examine all instructions  forms  terms and conditions in the bidding document  Failure to furnish all  information required or submission of bid not substantially responsive to the bidding documents in every respect will be at the  bidder s risk and may result in rejection of its bid     5  Preparation of bids     The bids are to be submitted in three separate sealed envelopes  a  Earnest Money Deposit   b  Technical Commercial Bid   c  Financial Bid    6  Submission of Bids      a  Sealing and Marking of Bids   i  The bids shall be submitted in three separate sealed envelopes addressed to The Director  Central Institute of  Mining  amp  Fuel Research   Barwa Road  DHANBAD 826015 JHARKHAND  INDIA which shall be marked as   EMD    Technical Commercial Bid  and  Financial Bid  mentioning Tender Number  Description of Item and Date  of Opening and all the three envelopes should be put inside the big envelope    ii  The Envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case  it is declared late and delayed
48. vity  for entire measuring range for all options as in sl no 1   4  a  Gas purging system shall have to be capable of creating pure gas atmosphere or  any desired composition of gas mixture in the sample chamber  No mixing of  sample purge gases with protective gas  balance  furnace  in sample chamber    b  Multi gas purging system  minimum two  in the sample chamber so that any   desired composition of gas mixture  of two gases  may be utilized    Provision for isothermal run should be there in all options as stated under serial number 1  Quick switching over of gaseous atmosphere in the furnace chamber  Gas flow rate range should be 10  to 200 ml min or more for each purge gas in sample chamber  controlled by mass flow meter    7  Cooling system  water circulation system  thermostatic cooling arrangement  Vacuum pump etc   which  ever is required for coal samples will have to be provided as an integrated system  Vacuum arrangement   capable of creating 10   millibar  is to be provided along with provision of carrying out experiment under  vacuum    8  Cp measurement up to 1400   C  to be supplied with Cp calibration standard  amp  soft ware    9  Updated measurement and analytical software for TGA  DSC TGA  DTA TGA  Up to date kinetic  software has to be provided  Softwares shall have to be compatible for installation in multiple computers  and repeated installation have to be allowed    10  Computer system    Suitable windows based software to control the system along with
49. will be opened at 3 00 P M  on 01 03 2011 in the presence of the authorized  representatives  if any  of quoting firm  one member only  at this office  Request for extension of opening date of  tenders will not be considered     4  Earnest Money Deposit  Tenderers shall have to deposit EMD of amount mentioned in our Global   Open Tender Notice in    Indian Rupees or in equivalent amount in foreign currency in the form of Crossed Demand Draft BG only in favour of  Director  CIMFR  Dhanbad  issued by Scheduled Nationalized Bank payable at Dhanbad  India  along with their tenders  with    Technical Bid only   The validity of the EMD submitted in the form of Bank Guarantee must be co   terminous with the validity of the offer  It must normally be valid for six months  180 days  from the  date of opening of tender  Tenders received without earnest money will not be entertained   considered at all and rejected summarily  Tenders received along with EMD in the form of  Cheque Cash will not be accepted  considered and rejected     Firms registered with DGS amp D and NSIC may be exempted from payment of EMD if the product  being quoted is actually manufactured by them and the product is registered with these agencies   Firms registered with these agencies selling products of other companies and not manufacturing the  products being quoted by them are not allowed exemption from payment of EMD  Firms are to  submit a legible photocopy duly attested  of Registration Certification of the 
50. y attested of Certificate of compulsory enlistment of Indian Agents of Foreign principals with DGS amp D if quoting  on their behalf  Date of enlistment  It must be before the date of opening of tenders     4  We have carefully read and understood the terms and conditions of the bid document and the conditions of the contract  applicable to the bid document and we do hereby undertake to supply as per these terms and conditions    5  Certificate that the bidder is    A Sole proprietorship firm and the person signing the bid document is the sole proprietor constituted attorney of the sole  proprietor  or    A partnership firm  and the person signing bid document is a partner of the firm and he has authority to refer to arbitration  disputes concerning the business of the partnership by virtue of the partnership agreement by virtue of general power of attorney   or    A company and the person signing the document is the constituted attorney    NOTE  Delete whatever is not applicable  All correction deletions should invariable by duly attested by the person  authorized to sign the bid document     6  We do hereby undertake take  until a formal work order is prepared and executed  this bid  together with your written  acceptance thereof and placement of letter of intent awarding the work order  shall constitute a binding contract between us   Dated this day 2010 Signature of Bidder    Details of enclosures   Full Address  Telephone No   Telegraphic Address   Fax No   E Mail   COMP
51. y of Science  amp  Technology  Govt  of India     H Q   Barwa Road Campus  Dhanbad     826 015  Jharkhand   India  NIT No CIMFR  PUR  14 6 2010       oo Date 31 01 2011    NOTICE INVITING TENDER    Director  CIMFR invites sealed tenders  In two Bid Systems  for supply  installation and commissioning of  below mentioned items            Item Qty  T D  EMD in  No  File No  Particulars of Item Feein   DD BG B  DD  C  1  CIMFR PUR 14 22   Infra Red Gas Analyzer or Portable   One Unit   Rs 300 00 Rs 68000     2010 Photosynthesis System  detailed specification    in annexure    I File No    2  13 2  CIMFR  High Resolution Field  Hand held  Spectro   One Unit   Rs 300 00   Rs 1 80 000   DC 10 11 PUR   tdiometer Spectrometer with GPS  detailed  specification in annexure    II File No               3  CIMFR PUR 14 24   Thermogravimetric Analyzer detailed   One Unit   Rs 300 00 Rs 85 000     2010 specification in annexure    III File No     4  CIMFR PUR 14 23   Thermogravimetric Analyzer  simultaneous   One Unit   Rs 300 00   Rs 1 25 000     2010 DSC TGA DTA TGA TGA    detailed                           specification in annexure    IV File No       No tender fees are required in case it is downloaded from the site www cimfr nic in   Note  The Tender Document can be obtained from the Office of the Stores  amp  Purchase Officer  CIMFR  Barwa  Road  Dhanbad on written request on payment of the non  refundable and non     transferable tender document fees  as stated above in the form of cr
52. ype   Sample crucibles  plate type  of 1cc or less  3 nos   Sample crucibles  cup type  of Icc or less  3 nos   Sample crucibles of 1  3 5 cc  3 nos   Sample crucibles of more than 3 5 cc  3 nos     Sample Carrier  2 nos     Balance resolution should bel microgram or better for entire measuring range and balance  drift is better than 5 microgram hr     Gas input system  various inert gases  Helium  Argon  and Nitrogen  and various non  explosive gasifying agents such as  air  CO2  O2 and the mixture of inert and non explosive gases in desired  proportion should be introduced into the system in measured amount  A high precision mixture capable of  mixing inert and non explosive gases in desired proportion with digital display arrangement should be  there  Gas flow should be controlled by very good quality MFC  flow rate from 10 200 ml min   System    jii     iii     x     should be vacuum controlled  10   mbar  with fast switchover facilities for different gaseous atmosphere in  the reaction chamber with out affecting the balance     Product gas collection  Instrument should have port for product gas collection and up  gradation     Thermostat for the balance housing should be provided     Data acquisition and monitoring system  I O interface drivers and software for measurement  of change in mass with temperature and time with state of art computer configuration  The software should  be able to display change in mass with temperature and time very accurately  This software sh
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
HTC 2433HD_FRA  そうだったのか 省燃費エンジンオイル!!  Service Manual  Samsung Monitor FHD bianco da 24" S24D391HL User Manual  Das Handbuch für den Naja kann hier als PDF  iCEBOX pmn User's Manual  Valera Swiss Metal Master "Light" Ionic Tourmaline    Copyright © All rights reserved. 
   Failed to retrieve file