Top Banner
GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT Plot No. L-8, M.I.D.C., HINGNA ROAD, NAGPUR-440 016 FAX No. : (07104) 235542 PH No. : (07104) 235541, 235543, 235544 And 235545 E-MAIL : [email protected] / [email protected] www.ibm.gov.in No . D-15015(13)/MPD/STO/2018-19 Dated : 14-05-2019 E-PROCUREMENT NOTICE INVITING E-TENDER (NIT) Online e-tender are invited on behalf of President of India from reputed Manufacturers /suppliers / Distributers/ Agents/ Partners etc. in TWO BID System under e-procurement of the following stores through eWizard System i.e. https://mines.euniwizarde.com for use in Indian Bureau Of Mines, Mineral Processing Division, Nagpur: The offers, in the prescribed format, shall be submitted online athttps://mines.euniwizarde.com/as per the tender document. No tender will be accepted in hard copy, fax, e-mail or any other such means. The intending, bidders must be registered with e-Procurement website https://mines.euniwizarde.com// The tenderdocument is also available on IBM website: www.ibm.gov.in and CPP Portal https://eprocure.gov.in/cppp/ Sub: Procurement of double beam atomic absorption spectrophotometer having flame atomization and vapour generation capability with accessories One No under buy back basis. Note The interested bidders may visit our lab and submit their offer with technical bid for our existing atomic absorption spectrophotometer after the inspection. Tender Enquiry No & date D-15015(13)/MPD/STO/2018-19 dt 14-05-2019 Start date & Time of Submission of Online Bids 14 -05-2019 ( 15:00 Hrs) Last date & Time of Submission of Online Bids 06-06-2019 ( 15:00 Hrs) Date & Time of Opening of e-Tender online 07-06-2019 ( 15:00 Hrs) BID SECURITY/EMD (by way of Demand Draft/ BG/Fixed deposit) Rs 1,00,000.00 (Rupees One Lac Only) As per tender document. ( If due to any exigency, the due date of opening of bids is declared as a closed holiday, the bids will be opened on the next working day at the same time or any other day/time, as intimated by the buyer) Note: For any Corrigendum /addendum please be in touch with IBM portal as well as CPP Portal. The invitation of e-tender is subject to fulfilment of instructions and conditions as per schedules below: Section 1 Instruction to Bidders for e-submission of bids online Section 2 Norms for Submission of Bid Security Deposit Section 3 Performance Security Section 4 Terms &Conditions of Contract Section 5 Other Terms & Conditions Section 6 Schedule of Requirements(With Technical Specifications) Annexure I Format of Bank Guarantee for Bid Security. Annexure II Undertaking by the tenderer Annexure III Information about the Tenderer Annexure IV PFMS of the Bidder Registration form Annexure V Un-price Bid (mandatory) The interested bidders are requested to enroll on the e-procurement module of the e-Wizard portal (URL:https://mines.euniwizarde.com/) by clicking on the link “Click here to Enroll”. Enrolment on the CPP portal is free of charge. The entire tender document is also available at our website www.ibm.gov.in. Yours faithfully, Head of Office (MPD) Encl: As above for Controller General
20

mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

Nov 16, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

GOVERNMENT OF INDIA

MINISTRY OF MINES INDIAN BUREAU OF MINES

MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT

Plot No. L-8, M.I.D.C., HINGNA ROAD, NAGPUR-440 016

FAX No. : (07104) 235542

PH No. : (07104) 235541, 235543, 235544 And 235545

E-MAIL : [email protected] / [email protected]

www.ibm.gov.in

No . D-15015(13)/MPD/STO/2018-19 Dated : 14-05-2019

E-PROCUREMENT

NOTICE INVITING E-TENDER (NIT)

Online e-tender are invited on behalf of President of India from reputed Manufacturers /suppliers /

Distributers/ Agents/ Partners etc. in TWO BID System under e-procurement of the following stores through

eWizard System i.e. https://mines.euniwizarde.com for use in Indian Bureau Of Mines, Mineral

Processing Division, Nagpur:

The offers, in the prescribed format, shall be submitted online athttps://mines.euniwizarde.com/as per the tender

document. No tender will be accepted in hard copy, fax, e-mail or any other such means. The intending, bidders

must be registered with e-Procurement website https://mines.euniwizarde.com//The tenderdocument is also

available on IBM website: www.ibm.gov.in and CPP Portal https://eprocure.gov.in/cppp/

Sub: Procurement of double beam atomic absorption spectrophotometer having flame atomization and vapour generation capability with accessories – One No under buy back basis. Note – The interested bidders may visit our lab and submit their offer with technical bid for our existing atomic absorption spectrophotometer after the inspection. Tender Enquiry No & date D-15015(13)/MPD/STO/2018-19 dt 14-05-2019

Start date & Time of Submission of Online Bids 14 -05-2019 ( 15:00 Hrs)

Last date & Time of Submission of Online Bids 06-06-2019 ( 15:00 Hrs)

Date & Time of Opening of e-Tender online 07-06-2019 ( 15:00 Hrs)

BID SECURITY/EMD

(by way of Demand Draft/ BG/Fixed deposit)

Rs 1,00,000.00 (Rupees One Lac Only)

As per tender document.

( If due to any exigency, the due date of opening of bids is declared as a closed holiday, the bids will be opened on the

next working day at the same time or any other day/time, as intimated by the buyer)

Note: For any Corrigendum /addendum please be in touch with IBM portal as well as CPP Portal.

The invitation of e-tender is subject to fulfilment of instructions and conditions as per schedules below:

Section – 1 Instruction to Bidders for e-submission of bids online

Section – 2 Norms for Submission of Bid Security Deposit

Section – 3 Performance Security

Section – 4 Terms &Conditions of Contract

Section – 5 Other Terms & Conditions

Section – 6 Schedule of Requirements(With Technical Specifications)

Annexure – I Format of Bank Guarantee for Bid Security.

Annexure – II Undertaking by the tenderer

Annexure – III Information about the Tenderer

Annexure – IV PFMS of the Bidder Registration form

Annexure – V Un-price Bid (mandatory)

The interested bidders are requested to enroll on the e-procurement module of the e-Wizard portal (URL:https://mines.euniwizarde.com/) by clicking on the link “Click here to Enroll”. Enrolment on the CPP portal is free of

charge. The entire tender document is also available at our website www.ibm.gov.in.

Yours faithfully,

Head of Office (MPD)

Encl: As above for Controller General

Page 2: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

GOVERNMENT OF INDIA

MINISTRY OF MINES

INDIAN BUREAU OF MINES MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT

SECTION–1 Instruction to Bidders for the e-submission of the bids online through e-tender site

(www.mines.euniwizarde.com) UNDER TWO BID SYSTEM

1. It is preferred that bidder should submit the Bids through only e-wizard portal (https://mines.euniwizarde.com/)).

The e-tender will be opened at the office address:

Head of Office

Indian Bureau of Mines

Modern Mineral Processing Laboratory and Pilot Plant

Plot No. L-8, MIDC, Hingna Road

Nagpur-440016

2. The complete tender in PDF format can be downloaded from the website https://mines.euniwizarde.com/.in

orwww.ibm.gov.in. The bidders who are desirous of participating in e-procurement shall submittheir Technical

bids, commercial bids (BOQ) etc. in the standard formats prescribed in theTender/Technical documents,

displayed at ‘https://mines.euniwizarde.com/. The bidders should upload thescanned copies of all relevant

certificates; documents etc. on ‘https://mines.euniwizarde.com/’ in support of their Technical bids/Commercial bids

for technical qualification and fill up the BOQ document in the website for Finance bid/ Price bid. The following

documents are required to be submitted along with bids.

The Tender is to be submitted through e-Wizard portal (https://mines.euniwizarde.com/). No Tenders will be

accepted other than eWizard Portal.

3. Bidder should do the registration in the tender site https://mines.euniwizarde.com/ using the option available

(online bidder enrolment). Then the Digital Signature registration has to be done with the e-token, after logging

into the site. The e-token may be obtained from one of the authorized Certifying Authorities.

4. Bidder then need to login to the site through their user ID / password chosen during registration.

5. The e-token that is registered should be used by the bidder only and should ensure safety of the same.

6. If there are any clarifications, this may be obtained online through the tender site, or through the contact details.

Bidders should take into account the Corrigendum if any published before submitting the bids online.

7. The bidder has to submit the tender document online well in advance before the prescribed time to avoid any

delay or problem during the submission process.

Signing of Tender: The bidder should download the Notice Inviting Tender (NIT) and again upload at the time of

submission of tender after verification and signing with his DSC. The bidders should sign the undertaking letter as

per Annexure enclosed and upload the scanned copy of the samewith NIT.

8. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced

during the submission of bids online by the bidders.

9. The tendering system will give a successful bid updating message after uploading all the bid documents

submitted and then a bid summary will be shown with the bid number, date and time of submission of the bid

with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token

of the bidder and then submitted.

10. Bidder should log into the site well in advance for bid submission so that he submits the bid on time, i.e., on

or before the bid submission end time. If there is any delay, due to other issues, bidder only is responsible.

Page 3: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

11. The time settings fixed in the server side and displayed at the top of the tender site, will be valid for all actions

of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during

bid submission.

12. The bidder is requested to submit the bids through online e-tendering system to the eWizard portal well before

the bid submission end date & time (as per Server system clock).

13. Bidder should ensure that prices should not be indicated anywhere in the un-priced part. The prices should be

indicated only in the price bid (BOQ) nowhere else.

14. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be

deemed to be a confirmation that they have read all sections of the pages of the bid document including General

Conditions of Contract without any exception and have understood the entire tender document and are clear about

the requirements of the tender.

15. The PRICE BID (BOQ) has to be submitted as per the format. The bidders are invariably required to

quote in INR for all the items of the tender. Rates shall be quoted for all the items given in the BOQ.

Incomplete offer shall be summarily rejected.

16. Validity of Tender - The offer should remain valid for 180 Days (Six months) from the date of opening of

tender and that should be clearly mentioned in the bid, failing which the bid will be rejected. If required the

validity of the tender has to be extended by the bidders to finish the tendering process. 17. On the day of Tender opening only Techno-commercial Bid (Technical Bids) will be opened and the Price/

Financial bid will be opened on later date for the technically qualified bidders only.

16). The bid security will be returned to the all unsuccessful bidders after finalization of the tender.

17). The CG,IBM reserves the right to accept or reject any tender/ bid in part or parts only with such

Conditions as it may be prescribed.

18). Canvassing in any form by the bidder or by any other agency acting on behalf of the bidder after submission

of the bid, may disqualify the said bidder. The CG, IBM decision in this regardwill be final and binding on the

bidders.

SECTION - 2:EARNEST MONEY/BID SECURITY: The earnest money deposit of Rs.1,00,000/-

(Rupees One Lac only ) for each item should be deposited along with the offer in the form of Account

Payee Demand Draft or Bank guarantee from any of the Commercial Bank in an acceptable form in

favor of ‘Pay and Account Officer, Indian Bureau of Mines, Nagpur’ payable at any Nationalized Bank

should be accompanied with technical bid otherwise the offer may be treated as invalid. Earnest money

by way of Fixed Deposit receipt, Banker’s Cheque is also acceptable.

The earnest money without interest will be returned to the Un-successful bidder (s) within the validity

period. Bid Security will be refunded to the successful Bidder on receipt of Performance Security.

SECTION- 3:PERFORMANCE SECURITY : Performance Security for a period of

one year (12 months) from the date of receipt of the goods in the form of Fixed Deposit

Receipt, Bank guarantee from any Commercial Bank of repute in India in the acceptance

form for 5% of the basic cost of equipment should be furnished by the successful bidder.

SECTION – 4: TERMS AND CONDITIONS OF CONTRACT:

1. The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be

submitted to the Head of Office, Mineral Processing Division, Modern Mineral Processing Laboratory

and Pilot Plant, Plot No. L-8, M.I.D.C., Hingna Road, NAGPUR-440016. The offer should be

submitted separately for each item in two parts i.e. Technical Bid and Commercial Bid.

Page 4: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

A) PRICE BID: The price bid should indicate the item wise prices along with taxes and discount

offer, packing forwarding, transit insurance, freight paid and door delivery basis including

handling/un-loading at Purchaser’s site separately. The Contract prices shall also include GST,

any other state or Central taxes and duties applicable at the time of supply of goods and should

be indicated separately in the offer itself. The post warranty Annual Maintenance Contract

charges if any, should be quoted separately. The Catalogue, technical literature should be

enclosed along with tender.

B) Technical Bid : Technical Bid should consist of –

i. All relevant information asked in the general conditions of contract and the specifications

proposed to be supplied.

ii. The infrastructure available at Nagpur for upkeep of the system during the contract period.

iii. Compliance statement in respect of Technical Specifications as per Performa attached.

iv. A list of minimum 3 clients, for similar products.

v. A list of minimum 3 clients for similar products is being maintained by them.

vi. Catalogue, Technical literature should be enclosed along with Technical Bid.

vii. EMD to be place in the technical bid.

C) TRANSIT INSURANCE: The transit insurance for the goods will be arranged by the Vendor.

D) VALIDITY: The prices quoted must be firm during the tenure of the contract and the offer must

remain open for acceptance minimum up to 180 days (Six months) from the date of opening of the

tender. Offer with a validity of less than 180 days will be liable for rejection without any further

reference.

E) PERFORMANCE GUARANTEE : Performance Guarantee of twelve (12) months from the

date of receipt of the items should be specified without which the offers are liable to be rejected.

F) LATE OFFERS : Late/delayed offers, Telegraphic offers and incomplete offers are liable to

be rejected.

2.TERMS OF PAYMENT : 100% payment within 30 days against the pre-receipted bill in triplicate,

after receipt of items in full and good condition, and after their installation/commissioning. E-Payment

shall be made to the Supplier through (ECS) Electronic Clearing System.

3.INSPECTION : After the material is received at Indian Bureau of Mines, it shall be inspected. The

purchaser shall have full power to reject all or any portion that he considered defective or inferior in

quality of material. Any portion of the contract work so rejected shall be immediately replaced by the

vendor at his expenses. If in the opinion of purchaser, the said materials can be rectified, the vendor

shall rectify at his own expenses and resubmit the rectified materials for inspection.

4.DESPATCH INSTRUCTION: The consignment should be dispatched on door delivery and on

freight paid basis to The Asst Stores Officer (MPD), Indian Bureau of Mines, Modern Mineral

Processing Laboratory and Pilot Plant, Plot No. L8, M.I.D.C., Hingna Road, Nagpur-16 as per supply

order. Un-loading/Handling and transferring consignment in storage shed of the purchaser will be

arranged by the supplier and not by the purchaser.

Page 5: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

5. DELIVERY:-

i) The delivery date is the essence of the contract and suppliers shall, therefore, complete

the contract within the delivery period.Indian Bureau of Mines does not accept partial deliver of

the order/contract.

ii) Should it appear likely that the execution of the contract work may be delayed for any

reasons beyond the control of the supplier; the supplier should obtain well in advance the

concurrence of the purchaser in writing for extension of delivery date. However, this solely

depends upon the purchaser who has full authority to either extend or reject the request for

extension of date.

6. LIQUIDATED DAMAGES: In case the supplier defaults in delivery, the supplier should

obtain the approval well in advance in writing from the purchaser. If the purchaser has not accepted the

extension of delivery period beyond the scheduled date, the purchaser may forfeit the Performance

Security. Also, the advance paid, if any, against Bank guarantee will be recovered fully from their

Banker. Purchaser reserves the right to claim damages @ 2% of basic cost of the order/ contract per

month for delay in supply or defective or substandard goods supplied by the vendor even if the goods

were inspected by the purchaser, prior to receipt at site.

SECTION- 5: OTHER GENERAL TERMS AND CONDITIONS:

1. i) If the bidders are the authorized distributors of the Manufacturers, they are requested to

enclose Photostat copy of the letter of their manufacturer appointing them as authorized distributor for

marketing their product.

ii) The bidders should clearly state in their offer that they/their principles possess valid license

required under the Industrial Development and Regulation Act, 1961 wherever applicable and

necessary, for materials offered by them.

iii) Packing list must contain item wise list of contents of each package, case, crate etc. quantity

dispatched. Each package shall be numbered consecutively to indicate individual and total packing

i.e. 1 of 2, 2 of 2, etc.

iv) The registration of the firm viz. GST/TIN/VAT etc. may be mentioned in the quotation

otherwise quotation will not be considered.

2. All fax, telex, telegram messages from suppliers to purchaser shall be confirmed by registered

post.

3. Bidders holding valid Industrial Licensee(s) under the Industrial Development and Regulation

Act, 1981, should furnish the particulars of Industrial Income Registration Certificate.

4. Each page of the offer is to be signed and stamped by the bidder and prices should be indicated

in figures and words.

5. In case of conflict in interpreting the conditions of the documents forming part of this tender

enquiry, the decision of the purchaser shall be final and binding and accepted by the bidder.

6. All question, disputes or differences arising in connection with contract shall be subject to the

exclusive jurisdiction of the courts at Nagpur.

7. ARBITRATION JURISDICTION :- In case of any dispute between IBM and any bidder

regarding interpretation of ore exercise of any terms of these presents, the opinion of IBM shall prevail.

However, if any bidder is aggrieved by such decision, the dispute may be referred to any arbitrator

Page 6: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

jointly, appointed by IBM and such applicant and the proceedings will be conducted in accordance with

the Provisions of Indian Arbitration and conciliation Act 1996. The award given in that proceeding shall

be final and binding on both parties.

8. VENUE OF ARBITRATION :- Nagpur

9. FORCE MAJEURE: - Force majeure shall mean and be limited to the following –

A. Any war or possibilities

B. Any riot or civil commotion, natural physical disaster, impossibility of the use of any Railway

part, Airport, Shipping services or any other means of transport, Power failure etc.

C. Any lawful strike or lockout (only those exceeding 10 days in duration) affecting the

performance of IBM/Bidder obligations.

10. The Department reserves the right to alter the quantity, procure items in part or reject any or all

tenders or to extend the date of opening etc, without assigning any reasons.

11. CANCELLATION: In addition to his right to determine the contract upon fault of the vendor,

the purchaser reserve the right to cancel the contracts any time in whole or in part without assigning any

reasons whatever may be and the purchaser also reserves the right either to pay or not to the vendor for

either part of the contract work or whole of the contract work executed, if they are not according to

purchaser’s satisfaction.

12. The Vendor should indicate warranty period from the date of installation. Replacement of

defective items will be borne by the vendor at his own cost in case of any manufacturing defects. The

vendor should also indicate post Warranty annual maintenance contract service charges.

13. The price bid should indicate the details as per the enclosed bid sheet Performa.

14. Technical specifications of the items required are given in Annexure ‘A’.

15. ADDITIONAL REQUIREMENTS :

a) Demonstration of equipment should be arranged at the suppliers expenses and

training for IBM personnel on free of cost for one week.

b) Detailed specifications should be furnished for each item.

c) Spares and Accessories for smooth operation for two years after warranty should be

quoted separately.

d) Installation and Commissioning of the equipment will be responsibility of the

Supplier. Charges if any should be quoted separately.

e) The free services, warranty, Up-gradation maintenance and other facilities provided

should be specified along with the offer, with condition if any.

Page 7: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

SECTION-6 :SCHEDULE OF REQUIREMENT

Sl No Description of Item Qty Remarks

1 Procurement of double beam atomicabsorption

spectrophotometer having flame atomization and vapour

generation capability with accessories – One No as per

specification given below

01 (One)

TECHNICAL SPECIFICATION FOR DOUBLE BEAM ATOMIC ABSORPTION

SPECTROPHOTOMETER HAVING FLAME ATOMIZATION AND VAPOUR GENERATION CAPABILITY WITH OTHER ACCESSORIES

GENERAL SYSTEM REQUIREMENT The instrument should be a true double beam spectrophotometer estimating different elements in both absorption and emission mode. It should be equipped with high speed deuterium lamp back ground correction system with automated wave length selection (monochromator system) and desired adjustment of slits. The air purging facility for the complete interior of the instrument will be mandatory.

The instrument should be capable of manual flame as well as vapour generation analysis

using vapor generation (Hydride generation) accessories. The firms must be original

equipment manufacturer (OEM) having valid ISO 9001 quality certification or Any

agency authorized by the OEM.The firm should quote the most advanced model of the

instrument available with them.

Sr.No Technical

Parameters

Technical information

1. Hardware

a. Optics Double beam optics, beams should be narrow

Optical part should be fully sealed

Mirror should be quartz coated

b.Monochromator

Profile Czerny- Turner or equivalent mountingwith 0.1 -

2.0 nm bandwidths by automated slit selection

Selection of Wave length, peaking should be fully

software controlled

Reciprocal Linear dispersion should be 1.6

nm/mm or better

Should house Holographic diffraction grating

with 1800 lines/mm or more

Focal length should be 250 MM or more

c. Detector Photo multiplier tube detector (PMT)/Solid State Detector covering the full range of wavelength

d. Wave Length 185-900 nm or broader

e. Lamp Turret Should house at least 8 Nos. of lamps at a time

Should have provision for automatic wave length

detection and peaking for each element

Should have Pre-warming facility

Lamps should automatically be switched off at the

end of the analysis.

f. Light Source Single element coded Hollow Cathode Lamps.

Should quote suitable adapters, if the lamp

Page 8: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

sockets are specific for universal use.

g. Absorbance

Range -0.15 A to 3.000 A or broader (including back

ground signal)

2. PERFORMANCE

a. Sensitivity Should give 0.9A or better with precision of

<0.5% RSD from the readings integrated over 5

seconds each or better for 5 mg/l of Cu solution.

b. Background

Correction High intensity deuterium lamp in working range

185-425 nm or broader.

The alignment and signal intensity modulation

should be automatic.

c. Efficiencyof

Background

correction System

Should correct up to 2.5 A B.G. in 2 ms response

d. Gas Box PC controlled gas flows should be fully

programmable and auto adjusted optimally for

each element for constant and stable control of

fuel /oxidant ratio

Should automatically switch over from one

oxidant gas to another

Should actuateignition of air -acetylene flame by

software

Acetylene flow should be auto enhanced when

switched over from air to nitrous oxide

e. Flame Safety

Features Safety interlocks must be inbuilt and the status

should be screen display

Ignition of flame should be prevented by fully

interlocked operation involving either of the

causes :

Improper burner selection, incorrect fitting of

burner head, absence of proper liquid trap, loose

fitting of pressure release bung, power failure,

absence of flame shield, gas pressure too low,

uncover D2 lamps should be screen displayed

Provision should be there for separate flame

ignition and emergency flame off button

Should be able to automatically extinguish the

flame at the end of analysis

Provision should be there for safe shut down from

all operating modes in the event of power failure

Separate flame shields for protection of operator

from heat and radiation should be provided

f. Burner Heads 10 cm long single slot Air- acetylene burner and 5

cm long single slot Nitrous oxide -acetylene

burner

Burner should be made of pure Titanium

Page 9: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

Burner head should be PC controlled, auto setting

and auto height adjustable Burner adjustment should be computer controlled with

external rotation facility.

g. Spray Chamber Should be made up of corrosion resistant material

unaffected by corrosive acids like HF/HCl04 and

organic solvents in long use.

h. Nebulizer High precision inert nebulizer, adjustable and

should be made of platinum/iridium

Impact beads should be externally adjustable

It should be compatible to highly corrosive acid

solutions, strong electrolytes, organic solvents

3. SOFTWARE

a. Software Windows based worksheet layout running on

External PC with optical mouse or universal key

board control

b. Measurement mode It should measure up to 20 replicates

Read time 0.1 to 30 seconds

No. of replicates: selectable

Skip to next sample if minimum signal is not

noted

c. On line Cook Book Method window should display calibration curve,

alternate wave length and their response and other

analytical recommendations

d. Sampling modes Both manual and auto sampler for FAAS,

VGAAS

e. Data Handing All the raw data should be preserved unaltered to

ensure date integrity

Absorption/emission signals should be preserved

in peak height / peak area

Editing of results should be made possible using

weight volume and dilution correction factors

Post run modification of peak area measurement

should automatically edit the results

f. Data Import / Export Data should be exportable directly into third party software during run or after run.

g. Reporting Report should be printable during run or post run

by user’s selectable sequential or multi element

format

Report should be customized to accommodate

statistical parameters like calibration graphs,

calibration results, method parameters, mean

concentration, mean absorbance, percent RSD,

signal graphics etc

4. ACCESSORIES

1. Vapor Generation Should have modular, continuous flow Vapor Generation

Page 10: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

Accessories Accessory for determination of Hg, As, Se, Sb, Te, & Bi at μg/L concentrations.

Typical precision should be 1-2% RSD.

Sample throughput: 60 samples per hour or better.

Spare hydride system should also be quoted.

Compatible Electro Thermal Device for flameless hydride generation must be quoted.

Electro thermal temperature control unit should have a built in touch panel key board and work head with user replaceable cell.

2. Single Coded Hollow Cathode Lamp

Should have min. life period 5000mA hours

Elements :-Au, Ag, As, Al, Co, Cu, Cd, Cs, Cr, Ni, Fe, Mo, Mn, Se, Sb, Zn,Pb,Hg&Ca

3. Computer and Printer Reputed Branded Computer with branded laser printer

Computer should possess the latest or the following minimum configuration.

Intel Core i5 / i7 @ 2.30 Gz or better processor, 1TB hard disc,

4 GB or better RAM,

DVDRW

19” LCD/TFT/LEDColor Monitor,

Optical Mouse,

Branded UPS 1 KVA with minimum 20 min backup,

Genuine Software: Windows 10 O.S, MS-Office and antivirus.

Original software in CD/DVD/memory card must be supplied.

The main instrument and all other accessories should be connected to the computer through communication cable via USB port of the CPU

4. Gas Regulator For Acetylene and Nitrous Oxide, Good quality, standard make with required gas tubings and fittings

5. Air Compressor Should be a reputed make, compatible with the instrument having low noise.

dB level should be clearly mentioned

Compressed air should be of instrument grade, dry and oil free.

6. UPS system Any branded 10 KVA online UPSwith batteries which will be compatible and suitable for use with the quoted model, with 30 -60 minutes battery backup.

Batteries should be maintenance free with suitable battery stand.

Main instrument and all the accessories must be connected through UPS.

7. Exhaust system Supply and Installation of required exhaust system, ducts with 1HP exhaust motor.

8. Gas Cyclinders Four Nos. of Gas cylinders (filled) two from each category, i.e. acetylene & nitrous oxide must be supplied.

Suitable Gas Panel with necessary fittings and pressure gauge should be supplied for both the gas type.

9. Standard solutions Superior quality traceable to NIST standard solutions of 1000 ppm (250 ml) for each Elements: Au, Ag, As, Al, Cu, Cd, Cr, Cs, Ni, Fe, Mo, Mn, Se, Sb, Zn, Co, Pb, Hg, Camust be supplied.

SERVICE REQUIREMENT

a. Warranty One year plus two years extended warranty from the date ofsuccessful installation and commissioning of the instrument.

The firm will provide 02 preventive maintenance and unlimited corrective maintenance on yearly basis.

Page 11: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

The scope of warranty includes main instrument with all the associated and attached systems supplied with instrument viz UPS, computer, air compressor, gas regulator etc

Should include service, consumables and spares required for trouble free running of the instrument for 3 years with a average runtime of 6 hours per day after the installation

Manufacturer should guarantee supply of original spares, free from the defects (even concealed fault, deficiency in the design material and workmanship)and service support

Should make available for assistance at no cost to the buyer during the period of warranty if problems arise in the operation of the instrument or any defects by arranging free replacement whenever necessary

Should provide useful support for up gradation of the instrument whenever such up gradation available and asked for free of charge.

b. Certification Must be original equipment manufacturer (OEM)

having valid ISO 9001 quality certification or

Any agency authorized by the OEM. Should quote the most advanced model of the instrument

available with them

c.Annual Maintenance Contract (CAMC): Should undertake “Comprehensive Annual

Maintenance Contract” (CAMC) of the supplied

instrument, at an additional cost/charge,

immediately after completion of the standard

Warranty Period.

Should be valid at least up to the date, till 5 years

from the date of Expiry of Standard Warrantee of

three years.

.Yearly CAMC charges, after expiry of warranty

period starting from the first year of the CAMC

for the next 5 yrs should also be quoted separately

and the same will be taken into consideration

during evaluation of the bid.

Should include attending of 02 preventive

maintenance at regular interval every year and

attending of all kinds of break down calls, within

2 working days, with supply/provision of all

necessary spare parts of the instrument required

for restoring normal function of the instrument

under CAMC

Spare parts shall mean all items required for

restoring normal function of the instrument and

associated systems under CAMC.

If the breakdown time is more than specify limit

which is 2 days, IBM will impose a penalty of

0.2% of the basic lost of AMC per week to max

of 2% of basic lost of AMC will be livid because

Page 12: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

of Non compliance.

Payment for CAMC will be made in 2 phases

every year for 6 Months period at the end of each

phase of 6 Months period.

Besides the CAMC Charge, IBM will not bear

any kind of other charge viz. Customs duty,

freight, handling, forwarding, Octroi charges etc.

against supply of any Spare Parts etc. for CAMC

purpose.

c. SERVICING AND SPARES

Should be ready to supply the guaranteed spares for the instrument, support for servicing of instrument and with all issues related to faults in operation and maintenance directives as required requested at least for a period of 10 years.

ADDITIONAL REQUIREMENT ALONG WITH THE INSTRUMENT

One good quality chemical resistant wooden table each for the instrument and the computer along with 2 Nos. of good quality revolving chairs with hand rest should be supplied free of cost.

Training of two Chemists/Officers at the OEM’s Application Laboratory for 10 days at supplier’s cost.

Imparting operational and application training to the user by the Service Engineer at the time of installation.

Name, make, model, part no. etc. of the imported store should be mentioned along with the price.

Supply at buyer’s site, Installation, calibration, and standardization to be organized at supplier’s cost.

Operational manual and service manual must be supplied in hard copy as well as in soft copy for all of maintenance, control and operational use of the system.

The firms should quote the buyback price of one Thermo Make AAS system (Solar S2AA Spectrometer) available at IBM, Nagpur on as is where is basis.

All the above items should be quoted as standard supply and not as optional items. NOTE

All the technical specification should be supported by printed brochures from

their respective principals. The analytical performance of the instrument

should be indicated in published literature and application notes of the Original

equipment manufacturer (OEM).

For Controller General

Indian Bureau of Mines

Page 13: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

Annexure- I

BANK GUARANTEE FORMAT FOR FURNISHING BID SECURITY

Whereas ................................................................................................................... (hereinafter called the

"tenderer") has submitted their offer dated....................for the supply

of.................................................................................................................................. (hereinafter called

the "tender")against the Purchaser’s tender enquiry No.

……………………………………………KNOW ALL MEN by these presents that

WE................................................................................................................................. (hereinafter called

the "Bank")of.............................................having our registered office at .................................are

bound unto................................................in the sum of...................for which payment will and

(hereinafter called the "Purchaser)truly to be made to the said Purchaser, the Bank binds itself, its

successors and assigns by these presents. Sealed with the Common Seal of the said Bank

this...........day of.............20.....

THE CONDITIONS OF THIS OBLIGATION ARE :

(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect

within the period of validity of this tender.

(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser

during the period of its validity.

a. If the tenderer fails to furnish the Performance Security for the due performance of the

contract.

b. Fails or refuses to execute the contract.

WE undertake to pay the Purchaser up to the above amount upon receipt of its first written

demand, without the Purchaser having to substantiate its demand, provided that in its demand

the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or

both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of tender

validity and any demand in respect thereof should reach the Bank not later than the above date.

................

(Signature of the authorized officer of the Bank)

Seal, Name and address of the bank and address of the branch

Page 14: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

ANNEXURE – II

(A) PRICE BID UNDERTRTAKING LETTER ( To be given on Company letter head)

To ------------------------------- --------------------------------- ---------------------------------- Sub:- Acceptance of Terms & Conditions of Price bid/ Tender Ref:- Tender No_____________________ Dear Sir, 1. I/We submit the price bid for __________________________ and related activities as envisaged in the bid document. 2. I have thoroughly examined and understood all the terms and conditions as contained in the Bid document, and agree to abide by them. 3. I offer to supply and installation of double beam atomicabsorption spectrophotometer having flame

atomization and vapour generation capability with accessories – One Noat the rates as indicated inthe price bid(BOQ).

(B) UNDERTAKING: ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER

I/We undertake that all the terms and conditions as laid in the attached pages and anywhere in

the tender and its subsequent corrigendum if any, are accepted by the company and will abide by them.

I/we further undertake that the information given in this tender are true and correct in all respects and we

hold responsibility for the same.

I/We shall be responsible for rejection /cancellation of contract if the goods supplied are not found up to

the mark and for civil/criminal/proceedings and if the materials supplied is found sub-standard or not

accordance with the pre inspection

materials.

Yours faithfully

Date: __________________ (Authorized signatory of the company)

(Company seal)

Place: _________________

Page 15: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

ANNEXURE – III

INFORMATION ABOUT THE TENDERER

Sl No Information Required To be Filled in by Tenderer

1 Name of the Tenderer

2 Address of Registered Office and Branches

3 Telegraphic Address and Phone Number, Fax

Number, Email ID etc

4 Composition of Tender (here state whether it is

Hindu Joint Family Business, Proprietorship concern

or Registered Partnership or a Limited Company)

5 Nature of normal business of the Tenderer

6 Experience of similar working (Certificate to support

statement must be enclosed)

7 Any other experience and reference of the Companies

(Attach separate sheet, (if necessary). Copies of

certificates (Award of contract and experience) to

support statement must be attached.

8 GST/Sales / Service Tax Registration no.

9 Details of Turnover

10 Copy of PAN Card and 3 years IT Assessment order

to be attached

Note: Copies of documents are required to be attached.

Incomplete information and non-submission of copies of supporting document will lead to rejection of

tender.

I/we declare that the above information is true to the best of my / our Knowledge.

Place: Signature of the Tenderer

Date: (Name & Office Seal)

DECLARATION

I/We hereby declare that I/We have not been banned and de-listed by any Government Department /

Financial Institution / Court.

Place: Signature of the Tenderer

Date: (Name & Office seal)

Page 16: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

ANNEXURE – IV

GOVERNMENT OF INDIA

MINISTRY OF MINES INDIAN BUREAU OF MINES

MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT

PFMS REGISTRATION FORM

Details of Vendor

Type

Personal

Name

Detail Address with Pin Code

PAN Number

GST/Service Tax number

TIN Number

TAN Number

Detail Address with Pin Code

Mobile No.

Email Address

Bank Details

Bank Name

Branch Name with Code

Bank Account No.

IFSC Code

Signature of the Authorized

Signatory with Seal & Stamp:_________________________________________

Name of Authorized Signatory:________________________________________

Designation of Authorized Signatory:___________________________________

Page 17: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

ANNEXURE – V

Un-price bid (mandatory to be submitted at company letter head)

Sl No Description and Model No Qty Rate/%

1 Item description with modelNo/sizes/dimensions,

technical specification etc.

(The item price need not be mentioned here)

2 GST/Tax %

3 Any otherTax/Duty in %

4 Freight Charges/Loading/Unloading %

5 Duties / Levies if any %

6 Installation & Training Charges in %

7 Size and Dimension

8 Standard Warranty,

9 Delivery Period

10 Validity of the price bid

11 Offer for our existing AAS in Rs.

Authorized Signatory of the Company

(Name & Office seal)

Page 18: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

Instructions for Online Bid Submission:

The bidders are required to submit soft copies of their bids electronically on the e-tender Portal, using valid

Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the e-

Procurement Portal, prepare their bids in accordance with the requirements and submitting their bids online on the

e-Procurement Portal.

More information useful for submitting online bids on the e-tender Portal may be obtained at:

https://mines.euniwizarde.com.

REGISTRATION

1. Bidders are required to enroll on the e-Procurement Portal (URL: https://mines.euniwizarde.com) with

clicking on the link “Online bidder Registration” on the e-Procurement Portal by paying the Registration fee

of Rs. 2360/- year charge.

2. As part of the enrolment process, the bidders will be required to choose a unique user name and assign

a password for their accounts.

3. Bidders are advised to register their valid email address and mobile numbers as part of the registration

process. These would be used for any communication with the bidder.

4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Only

Class III Certificates with signing + encryption key usage) issued by any Certifying Authority

recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to

ensure that they do not lend their DSC‟s to others which may lead to misuse.

6. Bidder then logs in to the site through the secured log-in by entering their user ID/password and the

password of the DSC / e-Token.

7. For any Query contact to our helpdesk Number 011-49606060, Email:

[email protected], Mr. Shubhamkar-8076208995, Mr. Mahesh–8448288991.

8. The scanned copies of all original documents should be uploaded on portal.

SEARCHING FOR TENDER DOCUMENTS

1. There are various search options built in the e-Procurement Portal, to facilitate bidders to search

active tenders by several parameters. These parameters could include Tender ID, Item/work id,

Title, Date, etc

2. Once the bidders have selected the tenders they are interested in, the bidder can pay the

processing fee of Rs.3540-/ (NOT REFUNDABLE) by net-banking / Debit / Credit card and

then download the required documents / tender schedules, Bid documents etc. Once both tender

fees are paid, it will be moved to the respective “requested” Tab. This would enable the e-tender

Portal to intimate the bidders through e-mail in case there is any corrigendum issued to the tender

document.

Page 19: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

PREPARATION OF BIDS

1. Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2. 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.

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 /JPEG formats. Bid Original documents

may be scanned with 100 dpi with Colored option which helps in reducing size of the scanned

document.

4. To avoid the time and effort required in uploading the same set of standard documents which are

required to be submitted as a part of every bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the

bidders. Bidders can use “My Documents” available to them to upload such documents.

5. These documents may be directly submitted from the “My Documents” area while submitting a

bid, and need not be uploaded again and again. This will lead to a reduction in the time required

for bid submission process.

SUBMISSION OF BIDS

1. Bidder should log into the website well in advance for the submission of the bid so that it gets

uploaded well in time i.e. on or before the bid submission time. Bidder will be responsible for

any delay due to other issues.

2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3. Bidder has to select the payment option as “DD” to pay the EMD as applicable and enter details of the instrument.

4. Bidder should prepare the EMD as per the instructions specified in the tender document & submit EMD fee manually at department end. The original bid should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

5. *Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

6. The server time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

Page 20: mines.euniwizarde - IBM- Indian Bureau of Mines D… · The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office,

7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

8. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

9. Upon the successful and timely submission of bid click “Complete“ (i.e. after Clicking “Submit” in the portal), the portal will give a successful Tender submission acknowledgement & a bid summary will be displayed with the unique id and date & time of submission of the bid with all other relevant details.

10. The tender summary has to be printed and kept as an acknowledgement of the submission of the tender. This acknowledgement may be used as an entry pass for any bid opening meetings.