Top Banner
BID REFERENCE NO- / OSME, KEONJHAR / TENDER / 2020-21 BIDDING DOCUMENTS UNDER NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT AND SUPPLY OF TOOLS, MACHINERY, EQUIPMENT etc. Bidding Document: Not transferable ORISSA SCHOOL OF MINING ENGINEERING, KEONJHAR At- Mining Road , P.O./Dist- Keonjhar-758001, E-mail: [email protected], Website: www.osme.co.in SD/- Principal OSME, Keonjhar 1939
70

Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

Mar 18, 2023

Download

Documents

Khang Minh
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: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- / OSME, KEONJHAR / TENDER / 2020-21

BIDDING DOCUMENTS

UNDER

NATIONAL COMPETITIVE BIDDING

FOR

PROCUREMENT AND SUPPLY OF TOOLS, MACHINERY, EQUIPMENT etc.

Bidding Document: Not transferable

ORISSA SCHOOL OF MINING ENGINEERING, KEONJHAR

At- Mining Road , P.O./Dist- Keonjhar-758001,

E-mail: [email protected],

Website: www.osme.co.in

SD/-PrincipalOSME, Keonjhar

1939

Page 2: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

Tender Notice No - / OSME–2020-2021 Dated 04.12.2020

TENDER FOR SUPPLY

OF TOOLS, MACHINERY, EQUIPMENT etc.

Bidding Document: Not transferable

Price of bidding document

Rs. 1000/-(NON REFUNDABLE) (Only by A/c Payee Bank Draft in favor

of Principal, Orissa School of Mining Engineering payable at Keonjhar from

any Nationalized Bank)

Date of commencement of Sale of bidding

document/ Download date of bidding documents from website: Institute/

DTE&T,Odisha

04.12.2020 at 11.00AM

Last date and time for Receipt of bids (By Regd. Post/ Speed Post/By Hand in

the Institute Tender drop box) 02.01.2021 up to 3.00PM

Time and date of opening of Tender & Technical bid

05.01.2021 at 11.00AM

Place of opening of tender and

Address for communication and

Receipt of bid documents

Orissa School of Mining Engineering, At:- Mining Road, Keonjhar -758001

Email- [email protected]

website-www.osme.co.in

EMD value

2% of Bid amount

(Either by A/c Payee Bank Draft

in favor of Principal, Orissa School of Mining Engineering

payable at

Keonjhar from any Nationalized Bank or by

submission of Bank Guarantee as per Annexure-IX)

ORISSA SCHOOL OF MINING ENGINEERING, KEONJHAR

At- Mining Road, P.O./ Dist- Keonjhar-758001,

E-mail: [email protected]

Website: www.osme.co.in

SD/-PrincipalOSME, Keonjhar

1939

Page 3: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

INDEX

Sl No DESCRIPTION Clause No

1 SECTION- I INVITATION FOR BIDS (IFB)

2 SECTION-II GENERAL TERMS ANDCONDITIONS

Document Establishing Bidder’s Eligibility & Qualification

1.0

Document Establishing Goods Eligibility.

2.0

Technical Bid 3.0 Price Bid 4.0 Bid Conditions 5.0 Language of Bid. 5.5 Bid Price 5.6 GST clearance 5.7 EMD/Bid Security Deposit : 5.8 Performance Security. 5.9 Purchase Preference Policy 5.10 Submission of Bids & Deadline for

Submission of Bids 5.11

Modification & Withdrawal of Bids 5.12 Bid opening 5.13-5.16

Clarification of Bids 5.17 Preliminary Examination 5.18 Acceptance of the Bid 5.19 Rejection of the Bid 5.20 Purchaser’s Right to Accept any Bid

and to Reject any Bid

5.21

Evaluation & comparison of Bids 5.22 Supply Conditions 6.0 Delivery of Goods 6.1 Plant and Machineries

Demonstration cum Inspection

6.2

Inspection/ Test/Training 6.3 Guarantee/Warrantee

Period(comprehensive)

6.4

Payment Terms 6.5 Transportation 6.6 Taxes & duties 6.7 Incidental Services 6.8 Period of Validity of Bids 6.9 Commissioning Period 6.10 Standards 6.11 Award Criteria 6.12 Penalty against late delivery 6.13 Penalty against non-supply 6.14 Demonstration 6.15 Force measure 6.16 Rejected items 6.17 Annual Maintenance Contract 6.18 Governing Language 7.00 Applicable Law 8.00 Notification of Award 9.00 Signing of Contract 10.00 Resolution of Disputes by Arbitration 11.00 Jurisdiction of the Court 12.00

3 SECTION-III FORMS AND ANNEXURES

4 SECTION-IV SCHEDULE OF REQUIREMENTS AND TECHNICAL SPECIFICATIONS

SD/-PrincipalOSME, Keonjhar

Page 4: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

SECTION- I INVITATION FOR BIDS (IFB)

Page 5: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

SECTION I: INVITATION FOR BIDS (IFB)

1. INTRODUCTION:

Sealed Bids (properly stitched separately) in two separate covers

(Technical bid and financial bid) are invited by the Principal, Orissa School of

Mining Engineering, Keonjhar (Odisha) from the manufacturers / authorized

distributors/ dealers/Suppliers for supply of Instrument, equipment, machineries

etc. of reputed make (National/ International) for Orissa School of Mining

Engineering (OSME), Keonjhar (Odisha). A complete set of bidding documents

may be purchased by prospective bidders on payment of a non-refundable fee

as indicated below in the form of a Demand Draft in favour of Principal, Orissa

School of Mining Engineering (OSME), Keonjhar (Odisha) from any

Nationalized/ Scheduled Bank from the office of Principal, Orissa School of

Mining Engineering (OSME), Keonjhar (Odisha) during office hours from 11.00

AM to 4.00 PM on all working days either in person or by post.

The Bidders may download the Tender Documents directly from the

website available at www.osme.co.in / www.dtetodisha.gov.in and the

Tender cost fee of Rs.1000/- (Non-refundable) by way of separate Demand

Draft drawn in favour of Principal, Orissa School of Mining Engineering

(OSME), Keonjhar (Odisha) payable at Keonjhar should be enclosed along

with the Bid. The Bidders should specifically super-scribe, “Downloaded from

the WEBSITE” on the top left corner of the envelope. The Tender cost fee and

the EMD amount should be submitted separately in separate demand drafts. In

case of any bid amendment and clarification, responsibility lies with the bidders

to collect the same from the website before last date of purchase of tender

document and the purchaser shall have no responsibility for any delay/

omission on part of the bidder.

ORISSA SCHOOL OF MINING ENGINEERING, KEONJHAR

At- Mining Road , P.O./ Dist- Keonjhar-758001,

E-mail: [email protected]

Website:www.osme.co.in

SD/-PrincipalOSME, Keonjhar

Page 6: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

TIME SCHEDULE:

Price of bidding document

Rs. 1000/-(NON REFUNDABLE) (Only by A/c Payee Bank Draft in favor

of Principal, Orissa School of Mining Engineering payable at Keonjhar from

any Nationalized Bank)

Date of commencement of Sale of bidding

document/ Download date of bidding documents from website: Institute/

DTE&T,Odisha

04.12.2020 at 11.00AM

Last date and time for Receipt of bids (By Regd. Post/ Speed Post/By Hand in

the Institute Tender drop box) 02.01.2021 up to 3.00PM

Time and date of opening of Tender & Technical bid

05.01.2021 at 11.00AM

Place of opening of tender and

Address for communication and

Receipt of bid documents

Orissa School of Mining Engineering, At:- Mining Road, Keonjhar -758001

Email- [email protected]

website-www.osme.co.in

EMD value

2% of Bid amount

(Either by A/c Payee Bank Draft in favor of Principal, Orissa

School of Mining Engineering payable at

Keonjhar from any Nationalized Bank or by

submission of Bank Guarantee as per Annexure-IX)

SD/-PrincipalOSME, Keonjhar

Page 7: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

SECTION-II

GENERAL TERMS AND CONDITIONS

Page 8: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

GENERAL TERMS & CONDITIONS OF CONTRACT FOR SUPPLY, INSTALLATION AND

DEMONSTRATION OF THE INSTRUMENTS, EQUIPMENT, MACHINERIES REQUIRED

FOR ORISSA SCHOOL OF MINING ENGINEERING, KEONJHAR (ODISHA).

Clause No. DESCRIPTION

1 Document Establishing Bidder’s Eligibility & Qualification

The Bidders shall furnish as part of the Bid the following Documents

establishing Bidder’s eligibility and qualification to perform the contract, to

the Purchaser's satisfaction.

1.1 Manufacturer / Authorized Distributor / Dealer having valid license /

certificates for the quoted item and the direct Importers holding valid Import

License of the product are eligible to participate in the Bid.

1.2 The Bidder whether manufacturer/ distributor/ dealer must have experience

of supply and installation of the quoted items in reputed Government

Institutions / Public Undertakings / reputed Private Institutions within India /

abroad during last preceding 3(Three) years reckoned from the date of bid

opening and the details must be submitted as per Annexure- IV along with

documentary proof.

1.3 Bidder shall have to provide operational Training for Machineries to one

Official of OSME, Keonjhar for each package at Consignee site at least for

7 days whichever is suitable to Purchaser

1.4 Vendors coming under Start ups shall provide all the necessary documents

supporting to EMD exemption and other( if any) as per norms of both Govt.

of India & Govt. of Odisha.

2 Document Establishing Goods Eligibility.

The instruments and equipment offered against the schedule of requirement

of instruments, equipment and Machineries should be in accordance with

the stipulated specifications and of reputed brand as per Annexure-XI.

2.1 The documentary evidence establishing the brand and the model may be in

the form of literature, pamphlets, manuals etc.

2.2 Detailed description of instruments and equipment with essential technical

and performance characteristics may also be furnished.

2.3 The quantity shown in the bid can be increased or decreased to any extent

depending upon the actual requirement. The number of items to be

purchased in each package may vary / may not be also purchased

considering the availability of funds and cost of the equipments.

2.4 The instruments and equipment should have testing certificate for its

satisfactory functioning.

3 Technical Bid (COVER – A)

The following document should be submitted after being attested by Notary

Public.

3.1 Earnest Money Deposit.

3.2 Technical details of the equipment and machineries as per Annexure-XI

3.3 Copy of the manufacturing license/ import license/ Authorized Distributor/ Dealer

certificates

3.4 Copy of the authorization from the Manufacturing Company / Authorized Distributor

/ Dealer. Annexure-III

SD/-PrincipalOSME, Keonjhar

Page 9: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

3.5 GST clearance certificate/current GST filing return & GST Registration

certificate.

3.6 Performance/ Market standing certificate as per Annexure-IV establishing that

the Bidders have executed supply of such items as mentioned in Schedule of

Requirement of instruments and equipment to different Govt. Organizations/

Government PSUs / reputed Private Institutions/ Public Sector.

3.7 Copy of the fresh IT Return & PAN Card.

3.8 Detail name, address, telephone no. fax, e-mail of the firm and of the

Director/Managing Director/ Proprietor of the firm (As per Annexure VI)

3.9 The original bid book signed & sealed by authorized person in each page as a

token of acceptance of all terms and conditions of the tender with original receipt.

3.10 Documentary evidence establishing that the instruments & equipment and

ancillary services to be supplied by the Bidders shall confirm to the Bidding

Document

3.11 Check list with detail of the document enclosed with page numbered. The

document should be serially arranged as per this Annexure VII and should be

securely tied and bound.

3.12 Bidders are required to submit Para-wise compliance to each parameter of

specification.

3.13 Any deviation in the specification of the item including standard accessories /

optional accessories should be marked in bold letters in Annexure- XI only

(both technical & Commercial deviation).

3.14 Bid form to be attached as per Annexure-V

3.15 Details of foundation drawing for instruments and equipment, if any, should be

provided without which the bid may be rejected.

3.16 willingness to provide operational Training for Machineries to one Official of each

consignee at Consignee site at least for 7 days whichever is suitable to

Purchaser

4 Price Bid (COVER –B)

4.1 The bid form giving the rates for various instruments & equipment and other

items should be submitted in separate sealed cover hereinafter called Cover B

(Price Bid).

Price Bid (Cover - B) of the bidders who qualify in Technical Bid (Cover – A)

will only be opened.

4.2 The price of the each item shall be quoted as per the prescribed Price Schedule

Format at Annexure-I along with Packing, Forwarding and Handling charges,

Insurance charges, Freight up to destination including unloading, GST

Registration & GST Clearance/ Current GST filing return, commissioning,

incidental service including testing and training with total price per item at FOR

destination. The bidders are required to submit the individual price of each

instrument(s) and equipment(s) as indicated in the schedule of requirements.

4.3 Each quoted item and all accessories should cover the warranty / guarantee for 1 (ONE) year from the date of commissioning. (Annexure-II).

4.4 The Cover B (Price Bid) of the qualifying bidders will be opened at the Office

of the Principal, Orissa School of Mining Engineering (OSME),

Keonjhar (Odisha), after technical evaluation, which will be communicated

to the bidders in due course of time.

4.5 The cost of standard accessories and optional accessories shall have to be

quoted separately.

SD/-PrincipalOSME, Keonjhar

Page 10: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

5 BID CONDITIONS

5.1 The bidder should quote for the full quantity of the items or part of the package.

The scope of Supply as mentioned in the schedule of requirements if not

sufficient for full function of the Furniture, Equipment/Machinery should be

intimated in writing before date of opening of Bid.

5.2 The quoted rate shall not vary with the quantum of order placed or destination

point.

5.3 A copy of the original bid conditions and the schedules should be signed by the

bidder at the bottom of each page with the office seal duly affixed and returned

along with the bid. Bid schedule should be duly filled in with an index and page

number for the documents, enclosures & EMD etc. Paging must be done for all

the documents submitted.

5.4 Bids should be type written or Computerized and every correction/ over writing in

the bid should invariably be attested with signature of the bidder with date before

submission of the bids to the authorities concerned. No revision of price upward

or downward will be allowed once the bid is opened. However the purchaser

shall have the right for considering the exchange rate of foreign currencies on

verification of documents.

5.5 Language of Bid.

The Bid prepared by the bidders and all correspondence and document relating

to the bid exchanged by the Bidders and the Purchaser, shall be written in the

English language. Supporting document and printed literature furnished by the

Bidders may be written in another language provided they are accompanied by

an accurate translation of the relevant passages in the English language in which

case, for purposes of interpretation of the Bid, the English translation shall

govern.

5.6 Bid Price

The contract shall be for the full quantity as described above.

Corrections, if any, shall be made by crossing out, initialing, dating and

re-writing.

All duties, taxes, and other levies payable on the raw materials and

components, job contract shall be included in the total price.

Current GST filing return/ GST Clearance certificate in connection with

the sale shall be shown separately.

The rates quoted by the bidders shall be fixed for the duration of the

contract and shall not be subject to adjustment on any account.

The price shall be quoted in Indian Rupees only.

5.7 GST Clearance

Copies of valid GST clearance Certificate/ Current GST filing return shall be

furnished by the Bidders and the originals of the above certificates shall be

produced to the purchaser before placement of notification of award if asked for

by the Purchaser. Govt. of India GST Act 2017 should be strictly followed.

5.8 EMD/Bid Security Deposit:

All bidders are required to submit EMD/ Bid Security of 2% (including GST) of

the quoted amount in shape of Demand draft/ Irrevocable BG (Annexure-IX)

drawn in favour of Principal, Orissa School of Mining Engineering

(OSME),Keonjhar (Odisha) only. The bid security shall be in Indian Rupees.

SD/-PrincipalOSME, Keonjhar

Page 11: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

NOTE:

Non- submission of EMD shall result in rejection of Bid.

The bid security is required to protect the Purchaser against the risk of Bidder’s

conduct which would warrant the security’s forfeiture.

Unsuccessful bidders’ bid security will be discharged after signing of contract with

successful bidders.

The successful Bidder’s bid security will be discharged upon after signing the

contract and furnishing the performance security by the Bidders.

The bid security may be forfeited if a Bidder withdraws its bid during the period of

bid validity and in the case of a successful Bidder, if the Bidder fails to furnish

performance security. The EMD / performance Security deposited against other

Bids cannot be adjusted or considered for this Bid. No interest is payable on EMD

/ performance Security.

5.9 Performance Security/ Performance Guarantee

Within 21 days of receipt of notification of award of contract, the successful bidder shall

furnish the performance security for 3% of the order value valid up to 60 days beyond the

warranty period and further revalidating till the warranty in case of replacement during

warranty period. The performance security shall be in the form of Bank Guarantee as per

the format to be provided at the time of award of contract. The Bank guarantee shall be

issued by a Bank located in the purchaser’s country (Nationalized or Scheduled commercial

Bank in India) or issued by a reputed foreign Bank and routed through a correspondent

Bank (Nationalized or Scheduled commercial Bank in India). On receipt of the Performance

security the contract/ Purchase order shall be placed on the responsive lowest bidder.

Performance security shall be returned after submission of individual PBG for 03% of the

consignee billing value of the respective destination before final payment. Individual PBG

should be valid for 60 days beyond the warranty period.

5.10 Purchase Preference Policy

Under this policy the bidders are allowed to avail the purchase preference linked with

attaining the stipulated local content. Detail policy is as per order no P-45021/2/2017-

PP (BE-II), Ministry of Commerce & Industry, Department for promotion of Industry

and Internal Trade, (Public Procurement Section), Govt of India.

Preference to local MSEs/ Start ups will be given as per Government of Odisha

Finance Department Order No.-27928/ Dt. 16.10.2020

Preference if any will also be applicable as per Govt. of India & Govt. of Odisha

guide lines.

5.11 SUBMISSION OFBIDS

Sealing and Marking of Bids

Bid should be submitted in two Bid system containing two parts as detailed below.

Sealed Cover-A: Technical Bid

Sealed Cover-B: Price Bid

Both the sealed envelopes should then be put in one outer cover and each

cover should have the following indication:

i) Reference No. of Bid

ii) Bid regarding

iii) Due date & time for submission of the Bid

iv) Due date & time for opening of the Bid

SD/-PrincipalOSME, Keonjhar

Page 12: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

v) Name of the Firm

NOTE:

Bids submitted without following two Bid system procedures as mentioned

above will be summarily rejected.

Please Note that prices should not be indicated in the Technical Bid.

The Pre-qualification document including EMD/ Performance Security as

required in the Bid document should invariable be accompanied with the

Technical Bid (Cover A). The outer envelope shall indicate the name and

address of the bidders to enable the bid to be returned unopened in case it is

declared “late”.

If the cover containing the outer envelope is not sealed and marked as

required, Purchaser will assume no responsibility for the bid’s misplacement

or premature opening.

The above procedure shall be adopted both for the Technical bid and price

bid separately.

Telex, cable, email or facsimile bids will be rejected.

Deadline for Submission of Bids

Bids must be received by the Purchaser at the address specified not later than

the time and date specified in the Invitation of Bids. In the event of the specified date

for the submission of bids being declared a holiday for the Purchaser, the bids will

be received up to the appointed time on the next working day.

The Purchaser may, at its discretion, extend this deadline for submission of bids

by amending the bid document, in which case all previous rights and obligations of

the purchasers and bidders will remain same till the extended date.

5.12 Modification and Withdrawal of Bids

No Modification and Withdrawal of Bids is allowed between the interval of time of

submission and the last date and time of the bids.

No bid may be withdrawn in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified by the bidders on the bid

form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of

its bid security/EMD.

5.13 BID OPENING

5.14 The Purchaser will open all bids, in the presence of bidder’s representatives who

choose to attend at 11.00 AM on dated 05.01.2021 at the Office of the Principal,

Orissa School of Mining Engineering (OSME),Keonjhar (Odisha)

5.15 The bidder’s representatives who are present shall sign a register evidencing their

attendance. In the event of the specified date of 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.

5.16 No bid shall be rejected at bid opening, except for late bids, which shall be returned

unopened to the bidders.

SD/-PrincipalOSME, Keonjhar

Page 13: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

5.17 Clarification of Bids

If any clarification about the bidding process is sought by the Bidder, the

same may be communicated to the Purchaser by e-mail

([email protected]) within 10 days from the date of publication of

tender after which no further communication will be entertained.

During evaluation of bids, the Purchaser may, at its discretion, ask the

bidders for clarification of its bid. The request for clarification and the

response shall be in writing. Unless the purchaser asks for change in price

due to the clarifications sought the bidders is not permitted to alter the price

furnished.

5.18 Preliminary Examination

The Purchaser will examine the bids to determine whether they are

complete,

Whether all the documents supporting to EMD exemption and Start ups

have been provided as per norms of both Govt. of India & Govt. of Odisha.

whether any computational errors have been made

whether required sureties have been furnished

whether the document have been properly signed

whether the bids are generally in order.

Bids from Representatives, without proper authorization from the manufacturer shall be treated as non-responsive.

If there is a discrepancy between words and figures, the amount in words

will prevail.

Whether bids received along with certified copies of GST clearance/ Current

GST filing return valid up to preceding year issued by competent authority or

declaration as per Annexure-V.

The Purchaser may waive any minor informality or non-conformity or

irregularity in a bid which does not constitute a material deviation, provided

such a waiver does not prejudice or affect the relative ranking of any

bidders.

The purchaser’s determination of a bids responsiveness is to be based on

the contents of the bid itself without recourse to extrinsic evidence.

A bid determined as not substantially responsive will be rejected by the

Purchaser and may not subsequently be made responsive by the bidders

by correction of nonconformity.

5.19 Acceptance of the Bid

Bidders submitting bids would be considered who have considered and

accepted all terms and conditions. No enquiries, verbal or written, shall be

entertained in respect of acceptance or rejection of the bid.

Genuine equipment and instrument etc. should be supplied. Bidders should

indicate the source of supply / Origin of Manufacturing i.e. name and

address of the manufacturers along with origin of manufacture of each

items/equipments/machineries from whom the items are to be sourced.

Supply of equipment means – Installation and Commissioning,

Demonstration as well as Training at site/ Ex-Factory. No separate

charges will be paid on this account.

SD/-PrincipalOSME, Keonjhar

Page 14: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

5.20 Rejection of the Bid

The Bid document shall be out-rightly rejected under following stipulation

and no correspondence will be entertained whatsoever.

If the Bidders has not furnished the EMD/ BID Security (Annexure-IX) or

EMD exemption certificate from competent authority.

If the Bidders has not submitted the Price as per the prescribed Annexure-I.

If the bid is not supplemented with breakup of standard accessories /

Optional accessories & cost of AMC separately for three years after

completion of warranty period.

Photo copy of the up-to-date valid manufacturing license/ import license (if it is

imported) /dealership certificate/Distributor certificate

If the bidders, whether manufacturer or authorized distributor/ dealer have not

supplied the required quantity for qualification as per the eligibility criteria and not

submitted the performance statement at Annexure-IV

If the quoted product of the bidders not confirms to technical specification and

standard of workmanship required by the Purchaser.

If the bidder has not furnished technical details of the Furniture, equipments and

machinery as per Annexure-XI

If the bidder has not furnished detailed mandatory drawings, Foundation drawings

& schedule of supply of items, if required.

If the bidders has not agreed to give the required performance security.

If Bidder is not willing to provide operational Training for Machineries to one

Official of each consignee at Suppliers Plant or Consignee site at least for 7 days

whichever is suitable to Purchaser

5.21 Purchaser’s Right to Accept any Bid and to Reject any Bid

The Purchaser reserves the right to accept or reject any bid and to annul the bidding

process and reject all the bids without assigning any reason thereof at any time prior

to award of Contract, without thereby incurring any liability to the affected Bidders or

Bidders on the grounds of such action of the purchaser. In case no bidder qualifies

as per qualifying criteria and standards, purchaser may at his discretion relax

qualification criteria for award of contract.

5.22 Evaluation and Comparison of Bids

The comparison shall be of FOR destination price basis including the price of all

costs wherever applicable as well as duties and taxes (but excluding GST) paid or

payable on Machineries, instruments & equipment incorporated or to be incorporated

in the items including the warrantee/guarantee period from the date of installation.

The Purchaser’s evaluation of a bid will take into account, in addition to the

bid price and the price of incidental services.

The purpose of bid evaluation is to determine substantially responsive bid

with the lowest evaluated cost, but not necessarily the lowest submitted price,

which should be recommended for award.

Evaluation of bids should be made strictly in terms of the provisions in the bid

document to ensure compliance with the commercial and technical aspects.

The past performance of the suppliers will be taken into account while

evaluating the bids.

Cost of the inland transportation, insurance and other costs within the

Purchaser’s Country incidental to delivery of the goods to their final

destination;

SD/-PrincipalOSME, Keonjhar

Page 15: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

Delivery schedule offered in the bid;

Deviations in payment schedule from that specified in the General Terms &

Conditions of Contract;

The cost of components, spare parts and service.

The availability in the Purchaser’s country of spare parts and after-sales

services for the goods offered in the bid;

6.0 Supply Conditions

6.1 Delivery of Goods

The delivery of goods shall be made by the supplier to the Consignee in

accordance to the order placed as shall be detailed in the Schedule of requirements

& technical specifications.

6.2 Instruments, Equipment & Machineries Demonstration cum Inspection

Purchaser reserves the right to ask for demonstration cum inspection of the

instruments & equipment where ever applicable.

6.3 Inspection/Test/Training

The supplier shall get each equipment inspected in manufacturer’s works and submit a test

certificate (New & Un used) and also guarantee/warranty certificate that the equipment confirms

to laid down specifications.

The supplier shall invite the purchaser for pre-dispatch inspection. The Purchaser or his

representative shall have the right to inspect/ examine/ test the goods in conformity with the

contract awarded/supply order during the production or before dispatch from the manufacturer’s

premises. Such inspection and clearance will not prejudice the right of the consignee to inspect

and test the equipment on receipt at destination.

The inspection/examination/ test may be conducted in the premises of the Supplier or at the

goods final destination or at the premises of the consignee, as will be decided by the Purchaser.

The purchaser's right to inspect/ examine/test & where necessary to reject the instruments &

equipment after the arrival of the goods at the final destination, shall in no way be limited or

waived by the reason of the goods having been inspected and tested by the manufacturer

previously. In case of rejection of the goods at the final destination after inspection and test as

stipulated above and in case any inspected/ tested goods fail to confirm to the specification/

working condition, the purchaser may reject them and the supplier shall replace/ repair the same

free of cost.

6.4 Warrantee Period(comprehensive)

The Bidders must quote for a minimum period of 1 (One) year of comprehensive

warranty from the date of completion of the satisfactory commissioning as per

(Annexure-II). This also includes all accessories related to instruments & equipment

quoted for.

6.5 Payment Terms

No advance payment will be made by the Purchaser to the supplier for performance

of the contract. 100% of the contract price shall be paid within 30 (THIRTY) days

after receipt of stock entry certificate from the Consignee, after satisfactory supply,

installation, demonstration, Commissioning & training of the goods within due date of

delivery.

6.6 Transportation

The Supplier shall be required to meet all transport and storage expenses until

commissioning of the instrument(s) / equipment covered in the contract.

SD/-PrincipalOSME, Keonjhar

Page 16: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

6.7 Taxes and Duties

The Supplier shall be entirely responsible for payment of all Taxes, Duties etc.

incurred until delivery of the contract goods to the Consignee subject to recovery

afterwards in the bill as claimed in the Bid offer.

GST as applicable is payable, to the suppliers of the State of Odisha if claimed in

the Bid offer.

6.8 Incidental Services

The Supplier shall be required to provide any or all of the following services: (The

cost should be included in the quoted Price)

Furnishing of detailed literature/pamphlets/ circuit diagram/ operation &

maintenance manual / drawings (as applicable) for each appropriate unit of

supplied goods.

Furnishing of tools required for assembly and / or maintenance of the supplied

goods.

Performance or supervision of on-site assembly and the supplied goods.

Performance or supervision or maintenance and/ or repair of the supplied

goods, for a period of time agreed by the parties, provided that this service

shall not relieve the supplier of any warranty/ guarantee obligations under the

contract.

Training of the Purchaser’s personnel at the Supplier’s plant and / or on

site, in assembly, start up, operation, maintenance and/ or repair of the

supplied goods is Mandatory .A maintenance contract for the goods

supplied, if required by the user beyond the warranty period shall be on

mutually agreed upon terms between the user and supplier. The cost of such

maintenance contract shall not be included in the Bid cost.

6.9 Period of Validity of Bids

The bid rates should be kept open/ valid for a period of 90 days from the date

the Bids are opened.

A bid valid for a shorter period i.e less than 90 days shall be rejected, as non-

responsive.

In absence of any indication of the date of validity in the bid, it will be

presumed that the offer will remain valid for the minimum period i.e. 90 days

as prescribed above.

In exceptional circumstances the purchaser may solicit the bidders consent

for extension of the period of validity. If agreed upon, the bid security so

deposited shall also be suitably extended.

6.10 Commissioning Period

Maximum commissioning period is 15 days from the date of supply.

6.11 Standards

The Goods supplied under this Contract shall New & Un used confirms to the

standards mentioned in the Technical Specifications and when no standard is

mentioned, the Goods shall conform to the standards prescribed by the

Bureau of Indian Standard (BIS) or equivalent wherever necessary.

SD/-PrincipalOSME, Keonjhar

Page 17: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

6.12 Award Criteria

The Purchaser will award the Contract to the successful Bidders whose bid

has been determined as the lowest evaluated bid, provided further that the

Bidders is determined to be qualified to perform the Contract satisfactorily.

Quality, durability and adaptability of the instrument(s) / equipment(s) offered

suiting to the purpose shall continue to be the overriding factor for selecting

the same and determining the lowest evaluated bid. Quantity of requirement

may be increased or decreased.

The purchaser shall award the contract within the period of validity of bids to

the Bidders who meets the Bid condition in all aspects has the necessary

technical and production capabilities and financial resources whose Bid is

substantially responsive to the bid conditions and has offered the lowest

evaluated cost.

6.13 Penalty against late delivery

If the delivery is not effected in the due date i.e 3 (Three) months from the

date of issue of Purchase Order the purchaser will have the right to impose

penalty as under.

a) First extension of 1(one) month or part thereof -@ 2% of the value of balance

items;

b) b) For second extension for an additional one month-@ 3 % of the value of

balance items

c) If the bidder fails to execute the order within the extended time schedule as

above the firm will be black-listed for two years from the date of issue of

purchase order.

6.14 Penalty against Non Supply

In case of non supply of Stores within the due date i.e. within the date of delivery, the

Principal, Orissa School of Mining Engineering (OSME),Keonjhar(Odisha) will

have the right to impose penalty, as deemed fit, to resort to risk purchase in full or

part thereof at his/her discretion, his/her decision shall be final and binding and the

cost shall be recovered for the defaulted party.

SD/-PrincipalOSME, Keonjhar

Page 18: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

6.15 Demonstration

The bidders may be required to demonstrate the quoted instrument(s) &

equipment(s) during the technical evaluation, if required, at the nearest point of

installation failing which their bids/offer shall be rejected.

6.16 Force majeure

The Supplier shall not be liable for forfeiture of its performance security, liquidation

damages or termination for default, if and to the extent that, its delay in performance

or other failure to perform its obligations under the Contract is the result of an event

of Force majeure. For purposes of this Clause “Force majeure” means an event

beyond the control of the Supplier and not involving the Supplier’s fault or negligence

and not foreseeable. Such events may include, but are not limited to, acts of the

Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires,

floods, epidemics, quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser

in writing of such conditions and the cause thereof. Unless otherwise directed by the

Purchaser in writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the force majeure event.

6.17 Rejected items

No payment shall be made for rejected supplied items. Rejected items must be

removed by the bidders within two weeks of the date of rejection at their own cost

and replace immediately. In case these are not removed these will be auctioned by

the purchaser (at the risk and responsibility of the suppliers) without any further

notice.

6.18 Annual Maintenance Contract

The Cost of Annual maintenance contract for next 3 years after warranty period shall

be submitted as per the Annexure at I(b) . The after sales service during and after

the warranty / guarantee period should be available from companies own engineers.

7.0 Governing Language

The contract shall be written in English language. All correspondence and document

pertaining to the Contract which are exchanged by the parties shall be written in the

same language

8.0 Applicable Law

The Contract shall be interpreted in accordance with the laws of the Union of India.

9.0 Notification of Award

Prior to the expiration of the period of validity of the Bid, the Purchaser will

notify the successful Bidders in writing by registered letter or by Fax, to be

confirmed in writing by registered letter or by speed post, that his bid has

been accepted.

The notification of award will constitute the formation of the Contract.

Upon the successful Bidder’s furnishing of the performance security, the

Purchaser will promptly notify each unsuccessful Bidder and will discharge its

bid security.

SD/-PrincipalOSME, Keonjhar

Page 19: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

10.0 Signing of Contract

At the same time as the Purchaser notifies the successful Bidders that his bid has been

accepted, the Purchaser will send the Bidders the Contract Form provided in the bidding

document (Annexure-X), incorporating all terms and conditions of the agreements between

the parties within thirty (30) days of receipt of the Contract Form, the successful Bidders shall

sign and date the contract and return it to the Purchaser

11.0 Resolution of Disputes by Arbitration

The Purchaser and the Supplier should try to resolve the disputes, if any, arising out of the

contract, amicably between them, failing which the same shall be referred to the Commissioner

Cum Secretary to Government, Skill Development & Technical Education Department,

Government of Odisha, Bhubaneswar for adjudication as the sole Arbitrator under the

provisions of the Arbitration and Conciliation Act, 1996 whose decision will be final and binding

on all the parties to the dispute.

12.0 Jurisdiction of the Court

The Purchaser and the Supplier shall agree that the competent Court at Cuttack shall have the

jurisdiction to try and decide anything between the parties and they may approach the

Competent Court at Cuttack if required at anytime.

Principal OSME ,Keonjhar

Page 20: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

SECTION - III

FORMS AND ANNEXURES

Page 21: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

ANNEXURE-I (a)

PRICE SCHEDULE (ITEM WISE)

BID REFERENCE NO- / OSME,KEONJHAR/ TENDER /2020 -21

Pa

cka

ge

No

S

l. N

o.

It

em

De

scrip

tion

U

nit p

rice

GS

T a

nd

oth

er

taxe

s

pa

ya

ble

if co

ntr

actis

aw

ard

ed

T

ota

l price

Re

ma

rks

1 2 3 4 5 6 7

Total bid price (in figures):Rs:

Total Bid price (in words): Rupees …………………………..

Signature of Bidder Name

Business address

SD/-PrincipalOSME, Keonjhar

1939

Page 22: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

ANNEXURE-I(b) PRICE SCHEDULE (ITEM WISE) - B PRICE SCHEDULE FOR ANNUAL MAINTANCE CONTRACT AFTER COMPLETION OF WARRANTY PERIOD.

Sl.N

o.

Bri

ef

descr

iption o

f

Goods

Quantity

in n

os.

MAINTANANCE COST

Tota

l annual

Main

tenance

Contr

act

cost

3

years

i.e

.

(4a+

4b+

4c)

1 2 3 4 5 1styr. 2ndyr. 3rdyr.

(a) (b) (c)

** After Completion of warranty period Note :-

1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail.

2. The cost of Annual Maintenance Contract (AMC) which includes preventive maintenance including testing & calibration as per technical/ service/ operational manual, labour and spares, after satisfactory completion of warranty period may be quoted for next 3 years on yearly basis for complete equipment and turnkey

(if any). 3. The cost of AMC may be quoted along with taxes applicable on the date of bid

opening. The taxes to be paid extra, to be specifically stated. In absence of any such stipulation the price will be taken inclusive of such taxes and no claim for

the same will be entertained later. 4. Cost of AMC will not be added for Ranking/Evaluation purpose. However, the cost

of AMC for lowest evaluated bidder is subject to negotiation. 5. The payment of AMC will be made as per payment terms of the bid document. 6. The uptime warranty and down time penalty shall be as per the bid document.

7. All software update should be provided free of cost during AMC period. 8. The stipulations in Technical Specification will supersede above provisions. 9. The supplier shall keep sufficient stock of sparse require during Annual

comprehensive Maintenance Contract period. In case the spares are required to

be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties.

Place:

Date :

Signature of Bidder Business Address. Seal of the Bidder.

SD/-PrincipalOSME, Keonjhar

Page 23: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- / OSME,KEONJHAR / TENDER /2020 -21

Annexure-II

This Agreement made the.................day of ...................,20

between the Principal, Orissa School of Mining Engineering, Keonjhar, (Odisha) (herein

after "the Purchaser") of the one part and M/s.............

........................................................................... (here in after called "the

Supplier") of the other part:

WHEREAS the Purchaser invited bids for certain Goods & ancillary services viz,

supply and commissioning of the instruments & equipment including

Comprehensive Warranty Maintenance Services and has accepted a bid by the

Supplier for the instruments & equipment specified below at the Consignee site

including Comprehensive Warranty Maintenance Services for a period of 2 (Two)

years from the date of installation & commissioning of the instruments &

equipment as per award of Contract No............dated

Name of the Equipment & machineries Qty

(To be filled in as per details of goods in the award of Contract)

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. Maintenance Services shall consist of Preventive and Corrective maintenance of equipment specified above & will include repair and replacement of parts free of cost.

2. Preventive maintenance, monthly once, which includes: 2.1 Check-up to ensure that device connection is proper, cabling is at proper

condition etc. 2.2 Cleaning of the above instruments &equipments and checking the System

Performance. 3. The Supplier is to furnish the tentative schedule of the preventive maintenance of

Warranty Maintenance Contract (WMC) to be carried out. 4 The parts replaced must be new parts or equivalent in performance to new parts.

5. The Supplier will also provide the same maintenance service in case of the movement of equipment from the place of original installation to a different place or location, if the equipment is shifted by the Purchaser to another place or location at the cost and risk of the purchaser.

6. Any complaint informed through telephone must be acknowledged with a Complaint No. by the Supplier which will be noted by Consignee. All further contact with the Supplier on such complaint will be initiated through that Complaint No. Once rectification done, that No. will be cancelled by both parties. A register is to be maintained by the Supplier where complaints are to be noted along with Complaint No.

7. The maintenance shall normally be done at the earliest.

WARRANTY MAINTENANCE CONTRACT AGREEMENT.

SD/-PrincipalOSME, Keonjhar

1939

Page 24: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

8. The Service Engineer of the Supplier will be allowed to handle the respective plant & machineries only in presence of the officer in charge at the Consignee site.

9. The Supplier should ensure that maintenance job is not hampered/ delayed due

to paucity of spares/inadequate man power etc. 10. The Supplier should submit the services call report, to the Consignee for each

and every service call without fail. 11. In case of delay/ lack of communication, down time will be calculated as

mentioned below in WMC Clause.

COMPREHENSIVE WARRANTY MAINTENANCE CONTRACT (CWMC) CLAUSE

Normal response time for repair is 72 hours from the actual time of reporting of the problem to the Supplier.

Period Extension of WMC period

Response Time

Above 24 hrs & below 48 hrs 2 days for delay of each day.

Above 48 hrs & below 96 hrs One Week for each day of delay

Above 96 hrs Two weeks for each day of delay

Down time

Above 24 hrs & below 48 hrs Two days for each day of delay Above 48 hrs & below 96 hrs

One Week for each day of delay

Above 96 hrs Two weeks for each day of delay.

13. The Supplier evaluation data format for the WMC of Consignee systems may be filled up for necessary action.

14. All formats after filled up should be signed at the end of each page by the Supplier.

15. After completion of the work/repair/maintenance, the Purchaser

shall issue a certificate of completion to the supplier to that effect.

Signature Signature

For the Purchaser For the Supplier

Name: Name:

Designation: Designation:

Address: Address:

Telephone No: Telephone No:

SD/-PrincipalOSME, Keonjhar

Page 25: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- / OSME,KEONJHAR / TENDER /2020 -21

Annexure- III

MANUFACTURES’ AUTHORISATION FORM

No. /Date /

To

The Principal, Orissa School of Mining Engineering, Keonjhar (Odisha)

Bid No.

Dear Sir,

We ____________________________________________who are established and

reputable manufacturers of ___________________________________having

factories at ______________ (Address of Factory) do thereby authorize

M/s. ______________________________(Name and address of Agent) to submit a

bid and sign the contract with you against the above bid.

* No company or firm or individual other than M/s. are

authorized to bid and conclude the contract in regard to this business against this

specific IFB.

We hereby extend our full guaranty and warranty as per general conditions of

contract for the goods and services offered by the above firm against this bid.

Yours faithfully,

(Signature for and on behalf of Manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person, competent and having the power of attorney to bind the manufacturer. It should be included by the Bidders in its bid.

This para should be deleted for simple items where manufacturers sell the

product through different stockiest.

The Supplier/Managing Director of the Company (if the supplier is a Company) or

the Power of Attorney Holder having specific power to sign the contract can only sign the contract/execute the agreement.

SD/-PrincipalOSME, Keonjhar

1939

Page 26: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO-______ / OSME,KEONJHAR / TENDER /2020 -21

ANNEXURE-IV

PERFORMANCE STATEMENT

(In proof of eligibility of bidders for the period of last THREE years)

Documentary evidence viz. copy of award letter, certificate of performance in support of satisfactory execution of works

Order placed

by the organi-

sation with

address

Order No &

date

Items

/Quantity

Date of

completion of

delivery

Remarks indicating

reasons for late

delivery, if any

Contact person of

the organization

and contact number.

Signature of bidders

SD/-PrincipalOSME, Keonjhar

1939

Page 27: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- _________ / OSME,KEONJHAR / TENDER /2020 -21

BID FORM

To

ANNEXURE-V

DATE:

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

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

(Complete address of the purchaser).

Ref: - Your Bid Enquiry document No. _ dated

we, the

undersigned have examined the above mentioned Tender Enquiry document, including

amendment/corrigendum No. ,dated (if any), the

receipt of which is hereby confirmed. If our bid is accepted, we undertake to supply the

instruments & equipment and perform the services as mentioned, in accordance with the

delivery schedule specified in the Schedule of Requirements. We further confirm that, if

our bid is accepted, we shall provide you with a performance security of required

amount in an acceptable form as per Bid Document. We further confirm that, until a

formal contract is executed, this bid read with your written acceptance thereof within the

validity period shall constitute a binding contract between us. We further understand

that you are not bound to accept the lowest or any bid you may receive against your

above-referred bid enquiry.

I/ We declare that we possess the valid manufacturing license and/ import license

issued by the Competent Authority. I/ We furnish the particulars in this regard in

enclosure to this declaration.

I/ We do hereby declare that I/ We have not been de-recognized/ black listed/

convicted by any State Government/ Union Territories/ Government of India for supply

of substandard quality items/ part supply/non-supply.

I/ We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit

and or Security Deposit and blacklist me/ us for a period of 2 (two) years if, any

information furnished by us proved to be false at the time of inspection/ verification and

not complying with the Bid terms & conditions.

I/ We do hereby declare that I/We will supply the machineries / testing

equipment and other items as per the terms, conditions & specifications of the bid

document.

I/ We do hereby declare that am/ are not supplying/ quoting the same item at

the lower rate quoted in the bid to any Government organization or any other institute.

We confirm that we fully agree to the terms and conditions specified in above

mentioned Tender Enquiry document, including amendment/ corrigendum if any.

(Signature with date)

(Name and designation) Duly authorized to sign bid for and on behalf of

……………………………………………………………….. ………………………………………………………………..

SD/-PrincipalOSME, Keonjhar

1939

Page 28: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- _____ / OSME,KEONJHAR / TENDER /2020 -21

ANNEXURE-VI

Details of the bidders Bid Reference No.

Date of opening Name and address of the Bidder:

01 Name of the bidder

a) Full postal address

b) Full address of the premises

c) Telegraphic address

d) Telephone number

e) Fax Number

f) Email:

g) PAN No

h) TIN No

i) GST Registration No.

05 Total annual turn-over (value in Rupees)

06 Quality control arrangement details

07 Test certificate held

a) Type test

b) BIS/ISO certification

c) Any other

08 Details of staff

a) Technical

b) Skilled

c) Unskilled

09 Branch Office/ Contact Person/ Liasoning Office in Odisha. a) Address

b) Telephone No.

c) e-mail,

d) Fax of the

Signature and seal of the Bidder

SD/-PrincipalOSME, Keonjhar

1939

Page 29: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

CHECKLIST ANNEXURE-VII

Sl No

DESCRIPTION Cover Page

No.

1 EMD in the form of DD/BG(Annexure-IX) shall be kept in an envelope

A Yes/ No

2 Duly attested photocopy of manufacturing

License/ Dealership/ Distributorship Certificates for the product duly approved by the Licensing authority for each and every product quoted

A Yes/ No

3 Duly attested photocopy of Import License, if imported and Origin of Manufacturing mentioned

(if manufactured outside India)

A Yes/ No

4 Authorization letter nominating a responsible

person/ liaisioning agent of the bidder to transact the business with the Bid Inviting Authority

A Yes/ No

5 Performance Report for 3 years

( Annexure-IV)

A Yes/ No

6 Manufacturers authorization (Annexure-III) A Yes/ No

8 Bid form (Annexure -V) A Yes/ No

9 Details of the Bidders (Annexure –VI)

A Yes/ No

10 BIS certificate if any or equivalent. (wherever applicable)

A Yes/ No

11 The Bid document signed by the bidder in all

pages with office seal.

A Yes/ No

12 GST clearance certificate A Yes/ No

13 Price Schedule-Annexure-I B Yes/ No

14 Detailed Lay out, mandatory drawings and Foundation drawings etc.

A Yes/ No

15 Schedule of supply of items with detail

Specification including Demonstration, Installation, commissioning &Training.

A Yes/ No

16 Technical details of the Machineries &Equipments to be supplied by the bidder

(Annexure-XII).

A Yes/ No

SD/-PrincipalOSME, Keonjhar

BID REFERENCE NO- 1939 / OSME,KEONJHAR / TENDER /2020 -21

Page 30: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- _____ / OSME,KEONJHAR / TENDER /2020 -21

ANNEXURE-VIII

PERFORMANCE SECURITY

Notification of Award No. Bank Guarantee No………………………………….. To

The Principal, Orissa School of Mining Engineering , Keonjhar-758001 (Odisha)

Whereas…………………………………………………………….(name and address of the supplier

(hereinafter called “the supplier”) has undertaken in pursuance of contract no……..dated……to

supply……………….(description of goods and service)(hereinafter called“ the contract”) issued by you (the

purchaser) in favour of the supplier.

AND WHEREAS we have agreed to give the supplier been stipulated by you in the said contract that

the supplier shall furnish you with a Bank Guarantee by a Nationalized /commercial Bank recognized by you for

the sum specified therein as security for compliance with the supplier’s performance obligations in accordance

with the contract.

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE, we hereby affirm that we are guarantors and responsible to you on behalf of the

supplier, up to a sum of Rs…………(Rupees …………………………….) and we undertake to pay you, upon your

first written demand declaring the supplier to the in default under the contract and without cavil or argument, any

sum or sums within the limits of guarantee amount, as aforesaid, without your needing to prove or to show

grounds or reasons for your demand of the sum specified therein

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the

demand

We further agree that no change or addition to or other modification of the terms of the contract to be

performed there under or of any of the contract documents which may be made between you and supplier shall

in any way release us from any liability under this guarantee and we hereby waive notice of such change,

addition or modification.

This guarantee is valid until………………………. Day of ……………… month of 20………..

Our……………………..branch at……………..(Name & Address of the branch) is liable to pay the guarantee

amount depending on the filing of claim and any part thereof under this Bank Guarantee only if you serve upon

us at our…………branch a written claim or demand and received by us at our……………..branch on or before

Dt…………Otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

…………………….

(Signature of the authorized officer of the Bank)

……………………………

(Name and Designation of the officer)

Seal, Name & address of the Bank address of the Branch

SD/-PrincipalOSME, Keonjhar

1939

Page 31: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

BID REFERENCE NO- _______/ OSME,KEONJHAR / TENDER /2020 -21

ANNEXURE-IX

EMD/BID SECURITY

FORM 1

Whereas ........................... (here in after called “the Bidder”) has submitted their bid dated ...................... (date of submission

of bid) for the supply of ................................. (Name and/or description of the goods) (Hereinafter called “the Bid”)

against the purchaser’s bid enquiry No……………….

KNOW ALL PEOPLE by these presents that WE ........................................... of.................... ….having our registered office

at.........................are bound unto.............................(Name of Purchaser)(herein after called “the Purchaser”)in the sum of

for which payment will and 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 Bidder

(a) Withdraws or amends, impairs or derogates from the Bid in any respect with in the period of bid validity

of this Bid.

(b) Does not accept the correction of errors in accordance with the ITB ;or

2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity:

(a) Fails or refuses to execute the Contract Form or

(b) Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidder;

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 of the two conditions, specifying the occurred

condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity,

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

Our...................................branch at………..(Name & Address of the branch)is liable to pay the guaranteed amount

depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us at

our………..branch on or before Dt……….otherwise bank shall be discharged of all liabilities under this guarantee

thereafter.

(Signature of the authorized officer of the Bank)

…………………………………..

……………………………

(Name and Designation of the

officer) Seal, Name & address of the Bank address

of the Branch

Note: The bank guarantee [submitted by Indian Bidder] should be executed on stamp

paper in accordance with stamp Act. The stamp paper should be in the name of

executing bank.

SD/-PrincipalOSME, Keonjhar

1939

Page 32: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

ANNEXURE-X

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20... Between ..........................(Name of

purchaser) of.............. (Country of Purchaser) (hereinafter called "the Purchaser") of the one part and

..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the

Supplier") of the other part :

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., .....................................

(Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods

and services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the

Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. That the time shall be the essence of the contract and the supplier shall supply the goods in the schedule

completely so as to make delivery…………….(place) on or before the date………..failure to do which

will entitle the Governor to rescind the contract immediately.

2. That the goods shall be of the specifications and price mentioned against each. Any variation on

inspection will entitle the Governor to refuse the consignments either in whole or in part, as the case

may be, the whole, if the part renders it useless.

3 That the goods shall be inspected at…………….(place) in the presence of the officers of both parties

duly authorized in that behalf of a day fixed in a notice by either of parties, provided such day is not

postponed for more than a period of two months after the date given in the notice. Default by the

supplier shall disentitle him to raise any objection subsequently to the result of inspection made by the

Governor in his absence and claim any compensation on that account.

4 That the supplier shall guarantee durability of the goods for a period of………..from the date of

completion of supplies and installation in the case of machineries and any damage, done to the goods in

the usual course of use or any deficiency, detected in them subsequent to such completions installation

and during the period aforesaid shall be made good to render due service at the cost of the supplier

within a period of two months from the date of receipt of the notice in that behalf and no decision shall

be taken by the supplier or any person on his behalf as to the defects or deficiency without notice to the

Governor failure to do so shall be deemed that supplier has no intention to discharge the obligation and

there upon the amount of security, deposited separately or withhold from his bill, shall ,stand forfeited to

the Governor. The supply of goods other than machineries shall be deemed to be complete only after

final approval by the officer duly authorized on inspection whose decision shall be final and in case of

machineries exactly in the same manner and installation which would include test working for

7(seven)days.

SD/-PrincipalOSME, Keonjhar

BID REFERENCE NO-1939 / OSME,KEONJHAR / TENDER /2020 -21

Page 33: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

5 The Goods shall be duly packed and insured by the supplier for transit and be dispatched at the risk of

the carriers and the Governor shall not responsible for any loss or damage during the transit or any time

prior to inspection and approval.

6 That the price of goods shall be paid on completion of supplies and installation.

7 That any damage or deficiency if not removed during stipulated period by the supplier may be removed

by the Governor at his cost to be reimbursed by the Supplier. Any amount payable to the Governor

hereunder shall be recovered as public demand under the Orissa Public Demand Recovery Act,1963 and

shall bear 6% Interest per annum till certificate for recovery is filed.

8 ThatthesuppliershalldepositRs5%ofcontractvaluetowardsperformancesecurityatthetime of

acceptance of contract for due performance of the covenants hereof and such money shall be

forfeited to the Governor in case of breach of all or any of the covenants.

9 That any dispute arising hereunder shall be resolved in following manner

The Purchaser and the Supplier should try to resolve the disputes, if any, arising out of the contract, amicably

between them, failing which the same shall be referred to the Commissioner Cum Secretary to Government,

Employment, Technical Education & Training Department, Government of Odisha, Bhubaneswar for

adjudication as the sole Arbitrator under the provisions of the Arb itration and Conciliation Act, 1996 whose

decision will be final and binding on all the parties to the dispute.

10 ThatSri…………………………………………isdulyauthorizedintheorderNo……………………dated……………………..by

the GovernorandSri……………………………………onbehalfofthecompanytoexecutethedeed.

11 The cause of action hereunder shall always be deemed to raise at Cuttack.

12. That stamp duty shall be borne by supplier.

Brief particulars of the goods and services which shall be supplied / provided by the Supplier are as under:

SL. NO BRIEF

DESCRIPTION OF

GOODS&

SERVICES

QUANTITY

TO BE

SUPPLIED

UNIT PRICE TOTAL

PRICE

DELIVERY

TERMS

TOTAL VALUE:

DELIVERY SCHEDULE:

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed in accordance with their

respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said..................................................... (For the Purchaser)

in the presence of:.......................................

Signed, Sealed and Delivered by the

Said..................................................... (For the Supplier)

In the presence of……………………

SD/-PrincipalOSME, Keonjhar

Page 34: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

Annexure-XI

Technical details of the Furniture, Machineries & Equipments to

be supplied by the bidder

Sl.No. of the item

Tender specification by

OSME

Bidders Specification with make and model no (Enclose

manufactures catalogue / brochure)

Deviation if any

SD/-PrincipalOSME, Keonjhar

BID REFERENCE NO- 1939/ OSME,KEONJHAR / TENDER /2020 -21

Page 35: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

SECTION- IV

SCHEDULE OF REQUIREMENTS

AND TECHNICAL SPECIFICATIONS

Page 36: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

/ OSME,KEONJHAR / TENDER /2020 -21

Annexure-XII

ABSTRACT OF PACKAGES FOR REQUIRMENT OF

TOOLS EQUIPMENT

PART A- OMBADC FUND

Sl. No Package No. Name of the Package

1 Package - 1 Mining Engineering Dept.

2 Package - 2 Drilling Engineering Dept.(part-1)

3 Package - 3 Drilling Engineering Dept.(part-2)

4 Package- 4 Drilling Engineering Dept.(part-3)

5 Package-5 Mine Survey Dept.

6 Package-6 Metallurgy Engineering Dept.

PART B- STATE FUND

Sl. No Package No. Name of the Package

1 Package - 1 Mining Engineering Dept.

2 Package - 2 Drilling Engineering dept.

3 Package - 3 Mechanical Engineering dept.

4 Package- 4 Metallurgy Engineering Dept.

5 Package-5 Civil Engineering Dept.

6 Package-6 Math & Science Dept.

7 Package-7 Geology Dept.

8 Package-8 Workshop

9 Package-9 Mine Survey Dept.

Quantity may vary (increase or decrease) depending on the final

requirement and availability of funds.

SD/-PrincipalOSME, Keonjhar

BID REFERENCE NO_ 1939

Page 37: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-A-PACKAGE-1

MINING ENGINEERING DEPT.

List of tools, equipment and machineries for Modernization of Mining Engineering Lab. At OSME,Keonjhar

Sl. No

Area of Up- gradation/Improvement

work/New Construction/Equipments

SPECIFICATION

1

Seismograph:

The vibration measuring 4 channels system shall be compact, ultra- light weight, preferably with touch screen and handy to operate for the measurement of vibration in respect of peak particle velocity in various directions, frequency and air (noise) over pressure due to blasting, construction activities etc.It must have standard facility for ONE Microphone Assembly with 2 meter cable and ONE Triaxial Geophone Assembly with minimum 5 meter cable. Blast vibration and air overpressure monitoring system with following accessories and specifications:

Base unit/data collector unit specification

1. Memory 4,000 events at 2048 samples rate on each channel (1 second full waveform events with zero dead time)

2. Support full wave form, histogram, histogram combined with waveform and manual record mode

3. Instrument should have in-field Display Facility for Peak Particle Velocity, Frequency, Displacement, Air over Pressure Level, Acceleration, Peak Vector Sum

4. Short Cut Icons: Fast, one touch access to the most commonly used features. Touch screen facility with virtual key pad for entry site details.

5. Facility for manual entry of GPS waypoints (LAT/LONG coordinates) values and plotting these values and distance on reports.

6. Integrated Keypad: Large 10-key interface with dedicated function keys

7. Small enough to be hand-held low weight unit weight below 800 gms (high flexible portability)

8. Facility to delete false events selectively.

9. Thumb drive for copying data in the field

Sensors:

Standard Tri-axial Geophone), Specification: Range up to to 250 mm/s and more, Trigger : 0.13 mm/s, Resolution : 0.00788 mm/s, Accuracy: +/- 5% or 0.5 mm/s/better, 5-m cable length frequency range: 2-250 Hz

Microphone Assembly with 2 meter cable, specification: Range: 88 to 148 dB with Liner weighing scale, Liner resolution : 0.0156 Pa, Frequency response : 2 to 250 Hz

Software:

Vibration Data Analysis Modular Software with free upgrade. Software should have compliance graphs of all the major country including DGMS (India Standard), CIMFR (formerly CMRI), USBM, etc

Repairs/Recalibration Facility in India ensured:

Indian Calibration Certificate copy and traceability of Indian calibrator must be submitted with bid/tender for review.

Page 38: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

2

Gas Chromatograph:

Must be a robust Gas Chromatograph in line with global standards. 1.Frontal Keyboard for easy accessibility. High resolution 2.TFTcolour display. 3. User friendly key pad for setting instrument parameters like Temperature, Detector parameter viz. Range, Polarity, Detector Current, Flame Ignition, Auto Zero etc. 4. Comprehensive auto diagnosis. 5. Pressure & Flow Control- Through individual advanced Electronic pressure and flow controllers 6. Instrument, Auto sampler and data acquisition control through PC. Safety: Pop up screen for wrong settings Audio alarm for overshoot of temperatures Facility to lock the keyboard to avoid changes in the method parameters during the analysis along with password protection Door micro switch for oven temperature cut off User selectable maximum temperature cut off for all heating zones User safety protected oven heater assembly with protective net. General Specifications: Oven: Stainless steel (20-25 L Capacity) Temperature: 50C above ambient temperature to 5000C adjustable in step of 10C Temperature Programming: 0.10C/Min to 500C/Min. In steps of 0.10C/Min. 7 Ramps and 8 Plateaus Time Events: 8 events with ON-OFF status Method Files: 50 Heated Zones: Up to 11 Auto-Diagnosis: Checks, Corrects operations and status of Gas Chromatograph Control CPU, ROM, RAM, Temperature Sensor etc while start up and during running Cooling: 6 minutes from 4000C to 500C at 220 C room temperature Operating Voltage: 230VAC, 50Hz at 15 Amps Split Split less Injector with EPC & Auto Split Control: SL/IN Split Split less injector injection port to accept capillary and wide bore columns Temperature Range- 500 C- 4500 C with manual pneumatics Constant pressure and flow mode Pressure programming at three ramps and four plateaus Gas saver mode: Standard Carrier flow setting: 0.1ml/min to 100 ml/min Split flow setting: 0.1ml/min to 100 ml/min Modes: Split and Splitless Purge flow setting: 0-50 ml/min Split Ratio: Up to 9999:1 Single Flame Ionization Capacity EPC: Material Construction: Stainless Steel Maximum Temperature: 4500C Linear Dynamic Range: Better than 107 FID Sensitivity: 3x10-12 g/sec for C9 Hydrocarbon Range: x1, x10, x100, x1000. Software Selectable. Electrometer Sensitivity: 1x10-12 Amps full scale on maximum sensitivity Noise: Less than 1%

Page 39: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

Drift: Less than 1% Backing OFF: Automatic Autozero Facility: Through keyboard Output Provision: 0-1.0VDC Flame Indication: On screen indication of flame status i.e. ON/OFF Essential Accessories: Chrom card Data Station Software to control all Detectors. Full digital control of instrument parameters method as well as auto sampler parameters method.

3

Gas Testing Chamber :

Gas Testing Chamber supplied with the Following: 1. Chamber Dimension (12’’ x 12’’ x 18’’) of robust construction consisting of clear glass in all four sides to have a clear view for trainees. 2. Gas Cap Indicator Box (18’’ x 6’’ x 9’’)- Front position of Gas Cap Indicator Box to be fitted with 6 mm thick special glass comprising 8 Nos. of flame height of Gas Cap Following items should be provided along with the Chamber 1. L.P. Gas Cylinder – 01 No. 2. Gas Pipe- 01 No. 3. Regulator- 01 No. 4. Gas Socket- 01 No.

4

Multi Parameter water quality monitoring system

with GPS:

Protection Class- permanent immersion Depth -Min 75mm. Max 100m Operating Temperature--5˚C - +70˚C 700g Dimensions (L x Dia) -290mm x 42mm Weight -700gm to 900gm

5

Noise dosimeter:

Battery life - 40 hours nominal without LED activated Microphone - 1/4 inch pre polarized condenser (electric) field replaceable threaded microphone Measuring Range - 70 dB - 140 dB Dosimeter - three independent dosimeters. The third dosimeter is enabled through Detection Management Software. Convenient Presets – Preprogrammed to OSHA and ACGIH standards. Frequency weighting – A, C, Z Independent Exchange Rates - 3 dB, 4 dB or 5 dB

SD/-PrincipalOSME, Keonjhar

Page 40: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

SD/-PrincipalOSME, Keonjhar

Page 41: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-A-PACKAGE-2

DRILLING ENGINEERING DEPT.(part-1)

List of Tools & Equipments and Machineries for Modernization of Drilling Machinery-I Laboratory at OSME, Keonjhar

Hydrostatic Multi-Purpose Drill Rig

SL No DETAILS DESCRIPTION

1

RATED CAPACITY

Crawler mounted hydrostatic multi-purpose drill having capacity to drill Diamond core, DTH and Reverse Circulation Drilling. B/H size for D/C is BQ to HQ (For coal and mineral up to a depth of 300 M in NQ size,200 M in HQ,120M in PQ), For DTH and RC (B/H dia 4.5inch,max depth 100 M)

2

PRIME MOVER

It should be powered by 4 strokes Water cooled diesel engine developing minimum of 100 BHP at 2100 RPM. The engine should be complete with all necessary gauges (like temperature, pressure etc), accessories and controls. It should have safety mechanism for auto shut off at high temperature and low oil pressure and comply with latest pollution norms. The engine should have all safety arrangement for low oil pressure & high temperature. Emergency engine stop switches should be provided in front and rear side of the drill.

3

DRILL MAST

Single/two part Mast should be sturdy enough to withstand the designated load capacity of above mentioned string. Drill string in NQ size in single part line and should be capable of handling drill rods pull of minimum 6m. It should be suitable designed to take up angle hole drilling from vertical to 450. Mast is to be equipped hydraulic dump facility and it should rest on ground while drilling vertical as well as angle holes. It should have suitable mechanism to centralize the drill rods while making and breaking of joints during drilling in vertical and angle holes. Further mast should be complete with ladder and platform for top man climbing. It should have facility for easy transportation. There should be Air Connection for DTH Compressor.

4

DRILL HEAD

The drill head should be supplied with hydraulically driven TOP DRIVE type with sliding type and automatic self cantering mechanism and adequate sub connection to accommodate PQ to BQ rods. The chuck should be capable of holding PQ/HQ/NQ/BQ rods and having a holding capacity of 300 m NQ drill and DTH up to 100 M. The drill head should be designed to withstand the torque required to drill up to rated capacity of drill and develop minimum torque 300-3500 lbf The spindle rotational speed should be 0-1200 RPM. The drill head should be swing away type or side racking for facilitate easy rod hoisting. Feed stroke length should be minimum 3.50m . Two spare sets of SUB each for BQ, NQ, HQ,PQ,API for DTH connection should be supplied here with. Provision should be there for modification of rotary head for RC connection in future

5

FEED SYSTEM

Feed Stroke 3500 mm

Pull Down Force 3500 Kgs

Pull Up Force 5000 Kgs

Max. Rod Length to be attached 3000 mm

6

MAIN HOIST

The main hoist drum should hydraulically driven having capacity to hoist entire weight of rated capacity drill rods in single part line and should have built in safety brake. A guide system for better wire rope winding is desirable. Technical specification of main hoist is to be submitted by the firm. The minimum speed of bare drum should be 30 m/minute at rated capacity with fail safe brake arrangement. The main hoist should be supplied with non rotating 16mm( Min.) dia. wire rope of 30M length minimum with clevis bolt

7

WIRELINE HOIST

The drill should be fitted with hydraulically drive wire line drum having fail safe break arrangement. The hoist should be supplied with 5 mm diameter (Min) x 400 meter wire rope. The wire line bare drum should have adequate line speed 100 m/min (minimum) and arrangement for uniform winding for smooth hoisting, lowering of overshot assembly. It should be provided with cable guide and safety guard.

SD/-PrincipalOSME, Keonjhar

Page 42: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

8

ROD CLAMP & BREAK OUT

The drill should be provided with hydraulically operated fall safe rod clamp having jaws to hold BQ to PQ size drill rods for adding or removing. It should also facilitate to hold casing i.e. PX/ PW to BX/BW size. Two sets of jaws each to hold BQ, NQ ,HQ & SQ rods and one set of jaws each to hold PX, HX, NX and BX casing should be provided .The detail specification of clamp should be provided by supplier. The drill should be complete with hydraulically operated clamps to automatic make and break the rod joints. Additionally the rig should be integrated with hydraulic operated break out.

9

MOUNTING

The entire unit as described above should be mounted on suitable Crawler whose tracks are of Rubber type for easier transportation. All the control and gauges should be conveniently located at the left hand control of the drill. The drill should also be provided with Adequate number of suitable pumps to be provided separately for rotation and other operation like mast lowering/raising, retraction etc. The system should consist of hydraulic tank, filter, hoses, valves, pressure gauges etc. The hydraulic pumps and motors should be of reputed make. The following details of hydraulic system should be furnished.

10

CONTROL PANNEL

With Drill Head RPM meter, bit weight gauge, hook load indicator, torque indicator, feed indicator drill fluid pressure & discharge gauge and other engine gauges, mud mixture etc. Emergency stop (4 Nos. in total on drill) to be provided, one at control panel and one on each side of rig.

11

HYDRAULIC SYSTEM

Adequate number of suitable pumps to be provided separately for rotation and other operation like mast lowering/raising, retraction etc. The system should consist of hydraulic tank, filter, hoses, valves, pressure gauges etc. The hydraulic pumps and motors should be of reputed make. The following details of hydraulic system should be furnished. 1. Pumps: Make, Model, Flow rate, Working pressure and Application. 2. Motors: Make, Model, RPM, Pressure rating and Application. 3. Hydraulic cylinders:: Make, Bore & Stroke of each cylinder. All hydraulic circuit should be connected with interlock valves to lock the cylinders/jacks in the event of hose bursting. The firm/supplier should indicate whether the representative of OEM of hydraulic pump is available in India for regular back-up, maintenance and repairing.

12

CIRCULATING PUMP

The drill should be fitted with hydraulic driven triplex single acting flush pump having discharge of about 70-100 LPM at 1000 PSI and capable of handling drilling fluids & additives. Firm/Supplier should indicate model and complete technical details of pressure pump. Pressure pump should be equipped with heavy duty pressure gauge, relief valve, suction and discharge manifold. It should be provide with standard tools required for regular maintenance. Firm/Supplier should supply two extra sets of following items with specification for mud pump in addition to fitted one. 1. Liners, 2. Valves & Valves Seat, 3. Piston Rods, 4. Piston, 5. Oil seals and packing. Flush pump should be on board.

13

DTH/RC

MODIFICATION

For future modification for RC & DTH drilling a separate note sheet should be provided that contains the list of equipments and tools with their specification(Drill Head Modification for RC drill, Cyclone, Cyclone Hose, Cyclone mounting, drill rod, bit, hammer etc) which are necessary for modification of drill rig along with DTH & RC drilling.

14

JACKS

The drill should be provided with minimum 4 nos. of hydraulic jacks. Each jack should be provided with check valves. The firm should indicate Make, Bore and Stroke of each levelling jack

15

LIGHTING

The drill should be supplied with adequate number of lights to illuminate entire working area with Truck battery/ alternator.

SD/-PrincipalOSME, Keonjhar

Page 43: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

16

OIL LINE LUBRICATOR

(Optional)

The rig should be provided with OIL LINE LUBRICATOR for DTH drilling having separate oil tank.

17

ACCESSORIES

The rig should supplied with following accessories

Auxiliary Work Vice

180 mm wide, 220 mm long, 120 mm deep clamp, rotating mounting vice should be mounted on rig board.

base and separate rod support work bracket

Auxiliary Diesel Filling Pump

Electric/Manual powered diesel filling pump

Tool Box

With necessary set of mechanical tools and Grease pump of 5kgs capacity for basic maintenance and lubrication.

The drill should be provided with sturdy construction operator's platform at driller's point and drill crew platform.

The drill should be provided with adequate rod stand to be fitted in front of rig in inclined manner

Fire Extinguisher

The rig Should be equipped with 4nos of fire extinguisher which would be suitable for the fire type in the rig.(Suitably dry powder ABC type 6kgs capacity)

SD/-PrincipalOSME, Keonjhar

Page 44: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-A-PACKAGE-3

DRILLING ENGINEERING DEPT.(part-2) List of Drilling Accessories & Tools

Sl No Equipments Details

1 NQ drill rod with 3.00 m long

2 HQ drill rod 3.00 mtr long

3 BW Left Hand rod-3.00 mtr long

4 BW Left Hand rod-1.50 mtr long

5 NQ STANDARD core barrel assembly-3 m long (with Inner tube assembly)

6 NQ STANDARD core barrel 1 m long (with head)

7 NQ box thread to HQ pin thread casing head adopter sub

8 NQ TC bit

9 HQ TC shoe bit

10 NQ3 Diamond Impregnated bit(Face Discharge, Matrix hardness-7)

11 NQ3 Surface Set Bit (5 step, SPC 60-90)

12 HQ Diamond shoe bit

13 NW hosting plug 2 nos.(min 5000 lbs load capacity)

14 NW water swivel 2 nos.

15 Steel wire rope (16 mm)

16 Steel wire rope clamp (16 mm)

17 Bail & bolt

18 Lifting hook/safety hook

19 NW/NQ rod recovery male tap)(R/H) with Adopter

20 NW/NQ rod recovery female tap(R/H) with ADOPTER

21 NW/NQ rod recovery tap(L/H) WITH ADOPTER

22 HQ casing recovery male tap (R/H) with ADOPTER

23 HQ casing recovery female tap (R/H) with ADOPTER

24 BW pin to NQ pin adapter (For water swivel)

25 NW pin to NQ pin adapter ( For Hoisting Plug)

26 NW pin to HQ pin adapter (for Hoisting Plug)

27 BW box to NW pin adapter (L/H)

28 NQ STANDARD diamond front R/shell (Guide Coupling)

29 NQ STANDARD blank shell(Adapter Coupling)

30 NQ standard diamond back reamer shell(Adapter Coupling)

31 NQ core lifter

32 1 1/2” suction hose (OR As per Pump Suction specification On Drill Rig)

33 1 1/4" delivery hose with nipple (OR As per Delivery Hose specification of Pump on Rig)

34 1 1/2" foot valve with nipple

35 Pipe Wrench(18”,24”,36”,48”)

36 Tube wrench( For NQ inner tube)

37 Tool Box( With all types of tools,i.e.1 set of D-spanner, Ring Spanner ,ALLEN key, Pliers, HAMMER etc)

38 Grease Gun-5kgs capacity with all type of nipples

39 NQ core box

40 PVC water tank with delivery valve arrangement(5000 ltrs)

41 Flexi tool pump

42 Fire extinguisher-A,B,C type fire ,6kgs capacity

43 Personal Protective Equipment( Safety Helmet-35nos, Gloves-35 set Earplug-10 nos, Black Safety goggles-35nos,Steel toe safety boot-india size-7nos 15set, 9no 20set)

SD/-PrincipalOSME, Keonjhar

Page 45: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-A-PACKAGE- 4

DRILLING ENGINEERING DEPT.(part-3)

List of Different Models and Different Tools & Equipments for Drilling Machinery –I Laboratory

Sl No Item Specifications Size

1

3D model of Onshore drill rig

3D Physical model of onshore oil well drill rig describing generic working components. Model

consists of the site and surrounding infrastructure.

(48"×30")

2 Fixed platform drill rig

model 3D descriptive model of fixed platform drill rig 36"×24"

3 Jack up drill rig model 3D self elevating jack up drill rig 36"×24"

4 Dynamic Positioned

drill ship model 3D Model working model with control movement 30"×20"

5 Submersible drill rig

Model 3D Descriptive model 36"×24"

6

Cable tool drill rig model

3D Physical Model for Working

[36" x 36" x 24")

model of cable tool drill rig,

movements indicative of a generic

operation involving a cluster of

synchronised parts.

7 Hoisting System 3D Physical Model for Drawing and

[36" x 18"] hoisting system working model

8 Rotary Table Model 3D Physical Model for Rotary Table [36" x 18" x

Working Model 10"]

9 Top drive Model 3D Physical Model for Top Drive

[36"x 14"] Working model

10 BOP System model 3D Physical Model For BOP with 40"

accumulator working model x 28" x 14"

11 BOP Cut section 3D Physical Model for BOP cross [36" x 24" x

sectional model 12"]

12 Top Drive Cut Model 3D Physical Model for Top drive

[30"x 12"] cross sectional model

13 Rotary Table Cut

Model

3D Physical Model for Rotary table [36" x 18" x 8"]

cross sectional model

14 Well head Fittings

model

3D Physical Model for Well head [36" x 36" x 12"]

fittings descriptive static model

15

Directional drilling Model

3D Physical Model for Directional [36" x 30" x 8"] drilling (hole sections) static demo

model

16

Positive Displacement Motor Model

3D Physical Model for Positive [30" x 15"] displacement motor cut section

rotating model

17 Turbo drill Model 3D Physical Model for Turbo drive

[30" x 15"] cross sectional working model

18 Triplex Pump model 3D Physical Model for Triplex mud

[48" x 36" x 30"] pump cross sectional static model

19 Duplex Mud Pump 3D Physical Model for Duplex mud pump cross Sectional static model

[48x 36x 20]

Page 46: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

20 Bench Vice 10" size

21 Cordless Impach

Driver 18V cordless impact driver kit(100mm dia screw

driver max)

22 Cordless Impact

Wrench 18V cordless impact wrench kit(650nm

torque)

23 Spirit Level Digitally electronic

24 Faculty Table Wooden table of the size 4’x2.5’x2.5’ having three

drawers on R.H.S. one Box in RHS

25 Hydraulic Jack Capaity Should to lift 10ton

26 Inverter with battery 5kva

27 Measuring Tape(Steel) 5mtr

28 Multi meter/Electric

tool box Digital Multimeter with all tools

29 Pipe Stand Made up of Angles or pipe to hold drill rods

30 Plier Set Wire stripper, Long nose plier, Bent nose plier, Cutting Plier, Combination plier, Crimper etc

31 Speaker

32 Tweezer set

33 Vernier Caliper Electronically measuring and manual type-6"

34

Workstation PC

xeon gold Processor,128GB DDR4 RAM, Nvidia Quadro graphics,512SSD,2TB HDD,2 Gigabit Ethernet

port, USB typeC-2nos/thunderbolt, type3- 6nos,type2-2nos,HDMI prt-2nos,wi.fi,bluetooth5,

DVD R+W, wireless keyboard andmouse,68-71cmFHD screen,winows10 professional 64bit with 3yrs onsite

warranty

35 Computer table 1200mm*600mm*700mm steel frame with particle

board top

36 Notice Board 900mm*1200mm lminated sheet

37 Antivirus Protegent complete security with data recovery 4user

3yrs

38 Furniture 4 legged wooden table for model placement.4'*3'

table top with 3.5' height

SD/-PrincipalOSME, Keonjhar

Page 47: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-A-PACKAGE-5

MINE SURVEY DEPT. List of Tools, Equipments & Machineries for Modernization of Mining

Engineering (Survey Lab.) at OSME, Keonjhar Sl. No

Area of Up-gradation/Improvement work/New Construction/Equipments

Specification

1

DGPS

Integrated Receiver Antenna Receiver For Global Navigation

Satellite System (GNSS) With NA for Standalone

DGPS A90

Differential GPS (DGPS) Accuracy - (Horizontal)25 cm + 1 ppm

Differential GPS (DGPS) Accuracy - (Vertical)50 cm + 1 ppm

High Precision / Long Observation Static Accuracy - (Horizontal)3 mm + 0.1 ppm

High Precision / Long Observation Static Accuracy - (Vertical)3.5 mm +

0.4 ppm

Static and Fast Static Accuracy - (Horizontal)3 mm + 0.5 ppm

Static and Fast Static Accuracy -(Vertical)5 mm + 0.5 ppm

Real-Time Kinematic (RTK) Accuracy - (Horizontal)8 mm + 1 ppm

Real-Time Kinematic (RTK) Accuracy - (Vertical)15 mm + 1 ppm

Stand alone L-band Accuracy via satellite based correction (95%) -

(Horizontal)NA

Stand alone L-band Accuracy via satellite based correction (95%) -

(Vertical)NA

Receiver Type Base

Interchangeable / Configurable as Base or RoverYes

Base Station able to serve multiple RoversYes

Provision to Indicate the Connectivity with Base StationYes

Mode of Processing Static & Fast Static

Built-in stand alone L-band facility and satellite based correction Yes Receiver Antenna Integrated

Post Processing Software with free updates up to Warranty period

inclusive in the scope of supply Yes

Compatible to Electronic Total Station (ETS) of Other Makes : Yes

All Control functions available with receiver: Yes

Base Line Processing Range (Static)500 kilometer

Number of Channels : 555 channels

Maximum Position Update Rate10 Hertz

Tilt Sensor: No

NAVIC Tracking Signals: NA

Galileo Tracking Signals :NA BeiDou Tracking SignalsB1 ,B2

L-band tracking Signals NA

SBAS Support GAGAN ,WAAS ,EGNOS

2 Digital Theodolite with Accessories Having 1’’ least count and 2’’ accuracy, 30x magnification

alongwith all standard accessories.

3

Laser Theodolite

Having 1 ‘’ least count

4

Digital Planimeter

Measurement area, length, segmental length and functions coordinates

Measurement Metric : mm, cm, m, km

Imperial: in, ft, yd, miles

Interface Exclusive removable printer or RS-232C

cable (optional)

Measuring range 10m (horizontal maxim) 380mm (vertical

maxim) Minimum 0.05mm

Page 48: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

measuring length

Accuracy Within ± 0.1%

Rechargeable NiCd battery (up to 15 hours

Power supply of continuous use) A/C power supply

(recharger)One can use the KP-21C while it’s recharging

Size / KP-21C With printer : 430mm x 159mm x46mm

With case : 368mm x 204mm x 65mm

5 Auto Level 24x magnification. Accuracy + 2mm.

6 Software:

Professional Auto Plotter .

SD/-PrincipalOSME, Keonjhar

Page 49: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-A-PACKAGE-6

List of Different Models and Different Tools & Equipments for Modernization of Metallurgy Laboratory

Sl No Item Specifications

1

DIGITAL ULTRASONIC FLAW DETECTOR

The ultrasonic flaw detector should be portable and have the following features: 1. Measuring range: min. 5mm- 10 meters or higher. 2. Resolution :0.01 within 100 mm range & 1mm after 100 range. 3. It should recognize the probe delay of min 0.01micro second. 4. It should have features of auto-calibration for velocity and probe delay. 5. The sensitivity should be <64dB in a 200mm diameter flat-bottom hole. 6. Should have minimum damping of the pulse received and should work in an environment up to 550C. 1. It should have a facility for receiver bandwidth in the range of 0.5 to 20 MHz. 2. It should have a facility to gain adjustment up to 110dB. 3. The display should be TFT colour type and high contrast viewing facility. 4. The instrument should have a facility for Flaw freezing capability on signals detected. 5. It should detect flaws and represent the findings on A-scan and B scan display. 6. It should have a built-in facility for DAC, DGS/AVG, TCG curves to be plotted in compliance with ASTM and API standards. 7. It should have a USB storage plug with inbuilt memory for data acquisition. 8. It should have rechargeable battery backup facility during inspection. 9. The software features should include the measurement for beam path, flaw depth projection distance with gate-1 and gate-2 facility and % echo amplitude display in dB, and for obtaining flaw evaluation ratings in accordance with AWS. 10. It should have a facility for continuous built-in UT data recording. 11. The instrument should be equipped with accessories like battery charger, carry case, normal beam probe & T/R probe of 4MZ, 10mm dia, angle probe of 4MHZ, 8X9mm includes 45 degrees & 60degree, 70 degrees, minilemo cable and V2 block for calibration. 12. The calibration certificate should be as per ASTM-E317 – 11 traceable to NPL- Delhi. 13. The instrument should have a minimum warranty of 2 years or more.

2

Disc Pelletizer:

Size of disc: 450mm Día, Skirt height: 125 mm, MOC-SS304 RPM-variable from 0-60(variable by ac control drive) Angle of inclination: -0-60 degree from horizontal (adjustable) Spilter/Cutter:- Adjustable Motor: 2HP/415V/3PH/50 cycles Bearing- double row spherical bearings, Capacity- 25-30 kg/h

3

Floatation Cell:

Capacity-500gms,1000gms, 2000gms. Motor-0.5hp/415V/3 phase/50 cycles/3000rpm MOC-SS304 no of cells- 3, 304 SS with scraper RPM Variable-0-1500 with AC Control Valve

SD/-PrincipalOSME, Keonjhar

Page 50: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-1

List of Tools/Equipments & Machineries Mining Engineering Dept.

SL.NO.

NAME OF THE EQUIPMENT/MACHINERIES

SPECIFICATION

1

Working Model of Belt conveyor

SPACIFICATION Conveyor Length 9144 millimeter

Belt Width 625 millimeter Height of Conveyor 850 millimeter

CONSTRUCTIONAL Bed Type Slider bed. Bolted together sections with splice plates

Bed Material Powder coated steel Bed Width 762 millimeter

Frame thickness 3 millimeter Motor 1.5 horsepower

Motor Ratings 1 HP – 230 V – 1 phase – 50 Hz totally enclosed fan cooled, energy efficient

Gear box hp 1 horsepower Gear Reduction Ratio 1:30

Belt Type Rough Top Control Panel Box START/STOP SWITCH

Belt thickness 5 millimeter Drive Roller Dia 150 millimeter

Conveyor fixed or movable fixed or movable END DRIVE Located on discharge end of conveyor. Chain guard is on

left-hand side when standing at infeed looking toward discharge TAIL PULLEY Size (in mm) 114

SNUB ROLLERS Adjustable 63 mm dia. rollers. Grease packed ball bearings. Includes guard.

RETURN ROLLERS Adjustable 50 mm dia. rollers. Grease packed ball bearings

TAKE-UP 100mm of belt take-up at tail pulley BEARINGS Sealed, pre-lubricated, self-aligning, ball bearings on drive

and tail pulleys SPEED REDUCTION Sealed worm gear C-face speed reducer with

roller chain to drive pulley

2

Different types of wire ropes (in pieces)

Mining Wire Ropes: 4- 5 Samplers of wire ropes generally used for mining purposes e.g. Locked Coil Rope, Multi strand rope, Round

strand rope, Guide rope etc, are loosely placed on brackets in a nice showcase with transparent sheets on its three side. Ropes are cut

transversely on one side to show cross-section and cut on the other side in a stepped

fashion to show different layers. Ropes are labelled by paint showing their construction.

3 Model of endless rope

haulage Size: 102 cm ×54 cm height 30 cm approx

4 Model of direct rope

haulage Size: 102 cm ×54 cm height 30 cm approx

SD/-PrincipalOSME, Keonjhar

Page 51: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

5 Model of scraper chain

conveyor Size: 102 cm ×54 cm height 30 cm approx

6 Model of main & tail rope

haulage Size: 102 cm ×54 cm height 30 cm approx

7 Model of monocable &

bicable ropeways Size: 150 cm ×75 cm height 30 cm approx

8 Working model of shovel Size: 75 cm ×54 cm height 85 cm approx

9 Model of dragline Size: 75 cm ×54 cm height 85 cm approx

10 Model of gathering arm

loader Size: 75 cm ×54 cm height 85 cm approx

11 Model of back hoe Size: 75 cm ×54 cm height 85 cm approx

12 Model of Bucket wheel

excavator Size: 75 cm ×54 cm height 85 cm approx

13 Model of shaker conveyor Size: 102 cm ×54 cm height 30 cm approx

14

Model of rigid guide

In this model the pit-top , pit- bottom and sump levels are shown by ply boards. At pit-top there is a 4 – legged headgear. With one

bunton system- there are four rail guides ( two rails for each guide ) fixed to four buntons by clips and sleepers and these extend from headgear to sump. Cages are not provided. Model duly labelled by

paint.Size: 40 cm ×40 cm height 70 cm approx.

15

Model of flexible guide

In this model the pit-top , pit- bottom and sump levels are shown by ply boards. At pit-top there is a 4 – legged headgear. There are eight rope guides the upper ends of which are clamped at headgear by 16 clamps and the lower ends after passing through 8 eye- brackets at pit- bottom are tensioned by 8 hanging cheese weights in the sump.

Constructional details of all eight sets of cheese weight will be shown. Cages are not provided. Model duly labelled by paint.

Size: 45 cm ×45 cm height 67 cm approx. .

16 Model of different types of

clips As per DGMS Technical Circular No. 3 & 4 of 1985

17 Model of LHD Size: 150 cm ×75 cm height 30 cm approx

18 Model of SDL Size: 150 cm ×75 cm height 30 cm approx

19

Gravimetric Dust Sumpter

Air flow rate-2.5lts/min by diaphragm pump, The air velocity between the parallel plates of the elutriator drops to the

extent that particles larger than 7 microns settle out. The remaining finer particles pass on to be

collected on a 5 micron membrane filter. The filter is weighed before and after a sampling period

which may, typically, be eight hours.

20 Dragger BG-174 self contained breathing

apparatus

Working period-4hr,Cylinder capacity(empty)-2lts,Cylinder capacity with oxigen at200kgcm2-400lts,Weight of apparatus(full charged)-

12.4kg,oxygen flow rate-1.5lts/min.,oxygen feed valve-6lts

SD/-PrincipalOSME, Keonjhar

Page 52: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

21

Multifunction Lux Meter

General specifications Display 8 mm / 0.32 in LCD

Measurement functions Air speed / velocity Volumetric air flow Relative humidity Air temperature

Light Atmospheric / barometric pressure

Thermocouple type K Operating conditions 0 ... 50°C (32 ... 122°F) / Max. 80% RH

Power supply 1 x 9V battery Current consumption Approx. 6.2-mA

Weight Approx. 160 g / < 1 lb Dimensions 156 x 60 x 33 mm / 6.2 x 2.4 x 1.3 in

SD/-PrincipalOSME, Keonjhar

Page 53: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-2

List of Tools/Equipments & Machineries Drilling Engineering Dept.

Sl no

Item

Specification

1

Viscometer/Rheometer

Speed Accuracy (RPM): 0.1 In between 6-12Motor Speeds (RPM): Fixed Speeds (1-600) or Variable speed(0.01 -999RPM) Power Requirement: 230 VAC, 50/60 Hz The Viscometer should be supplied with additional below items Spare Parts Kit Calibrating Instrument Calibration Check Kit Rotor Sleeve, Closed Cup

2

Dead Weight Fluid loss Apparatus

The Dead Weight Hydraulic Assembly should provides source of constant Hydraulic pressure in one compact unit. It consists of a water reservoir, piston and cylinder, dead weight, delivery pressure gauge, two check valves and a bleeder valve. When attached to a standard Filter Press, it shouuld deliver 100 psig pressure to the filter press cell as specified in the American Petroleum Institute,

3

Api Filter Press with CO2 Pressurization

LPLT Filter Press Assemblies should consist of a mud reservoir mounted in a frame, a pressure source, filtering medium,Filter press, wall mountand a graduated cylinder for receiving and measuring filtrate. Working pressure is 100 psig and the filtering area is 7.1 in2.The cell body, top cap, and base cap are of stainless steel construction.The items supplied with it shoud be CO2 pressure assembly, Case, stainless steel, graduated cylinder 25 graduated cylinder 10 ml, Timer, interval, 30-minute,filter paper, pkg of 2 of 100 piecesThis provides a means

4 Filter paper 3.5" filter paper for API filter press

5

Calcimeter

Temperature Control: Electronic Variable Temperature Control Maximum Temperature: 1000°F (537° C) Cell Capacity: 50 mL Heating Capacity: 500 Watts Power Requirement: 230 Volt at 1.5 Amp, 50/60 Hz

SD/-PrincipalOSME, Keonjhar

Page 54: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

6 CO2 Catridge CO2 catridge for filter press

7 Container 30Oz for hamilton beach mixture 30 Oz capacity stainless steel

8

Differential sticking tester with one spare Cell

Pressurized with a standard CO2 Pressure Assembly Torque plate with 12.5” radius to simulate casing Standard Test Pressure: 477.5 PSI (3,291 kPa) Working Temperature: Ambient Working Volume: 200 mL

9

Digital Stopwatch

ISO 9000 certified electronic stopwatch.The timer should be quartz crystal, counts up to 30 minutes in .01 seconds and counts in seconds if over 30 minutes.Each stopwatch should be calibrated against reputed standardisation and a test certificate is supplied with it

10

Emulsion Stability Tester

MeterWave form: Sine, < 5% total harmonic distortionAC Frequency: 340 ± 10 HzOutput Units: Peak VoltsRamp Rate: 150 ± 10 Volts per second, automatic operationMinimum Output Range: 3 - 2,000 Volts (Peak)Trip Current: 61 ± 5 µAElectrodeHousing: Material resistant to oil mud components up to 220°F (105°C)Material: Corrosion-resistant metalDiameter: 0.125” ± 0.001” (3.18 ± 0.03 mm)Spacing (gap): 0.061” ± 0.001” (1.55 ± 0.03 mm) at 72°F (22°C)

11 Graduated Jug 1000ml Capacity

12

Hamilton Beach Mixture

The mixture shoud be 1 spindles.Operating CURRENT 230VOLT/50Hz and 3 speed operating with RPM 10,000 -14,000 & 17,000

13

HTHP Filter Press(175 ml) with Filter press cell clamp for the same

Maximum Temperature: 350°F (176.7°C)Maximum Pressure (Cell): 2,000 psi (10,343 kPa)Maximum Pressure (Receiver): 750 psi (5.1 MPa)Pressure Source: CO2 BulbsTest Cell Capacity: 175 mLReceiver Volume: 15 mLHeater: 400 WattPower Requirement: 115 / 230 VAC, 50/60 HzAlong with HTHP filter press 1 no of each spare items and tools below mentioned should be supplied CO2 Bulbs, Regulator Repair KitSpare Parts KitCarrying CaseHTHP Pressure Relief Tool:Safety Clamp for HTHP Fluid Loss Cells: HTHP Cell Cap PullerTest Cell Removal and Carrying Tool

14 Filter Paper 2.5" for HTHP filter press

15

Hydrometer kit

It should includes eight (8) hydrometers to measure specific gravity in the range from 0.8 to 2.4 specific gravity (SG) at 60°F.A thermometer with a scale of -30°F to 120°F should be attached to the kit

16

Lab Centrifuge

The Centrifuge Should Speeds to 3300rpm/1380xGA and six tubes 15mL with Built-in timer 0 to 15 minutes with 30 sec

SD/-PrincipalOSME, Keonjhar

Page 55: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

17

Lab pH meter(Glass Electrode)

Built-in electrode standSelectable manual or automatic temperature compensationBuilt-in memory functionHold function, “Ready” indicator, diagnostic messagespH:Range: -2.00 to 16Resolution: 0.01Accuracy: ±0.01Calibration: Up to 5 pointsIon:Range: 0.01 - 2000 ppmResolution: 0.01 ppm / 0.1 ppm / 1 ppmAccuracy: ±0.5% of reading (monovalent) ±1.0% of reading (divalent)Calibration: From 2 to 5 pointsPower:9 VDC, 500 mA,220 VAC, 50 HzInput impedance:>1012Ω Temperature:Selectable manual or automatic from 0 to 100°CMemory:Up to 50 setsRecorder output:±2000 mV (directly proportional to input)Recorder output connector: Mini pin (subminiature phono plug)Display: Dual display of measurement with temperature and mode annunciators

18

Marsh Funnel viscometer With Mug Marsh Funnel-1000cc, Measuring Cup- 1000ml, Digital Stopwatch, Digital Thermometer(50-350F)

19

Methylene Blue Test Kit

Methylene Blue Test Kit containing all reagents, glassware and hardware required to perform the methylene blue test according the API recommended Practice, all neatly packaged in a rugged Stainless Steel carrying case.

20

Mud Balance

Density Measurement Ranges: 6.5 - 23.0 lbs/gal 0.79 - 2.72 specific gravity 49 - 172 lbs/ft3 340 - 1190 PSI/1000 ft Includes rugged carrying case

21 pH Indicator Strip

box of 100,Range 0.00-14,Resolution 1.0

22

Pressurised Mud Balance

The density of a fluid sample,Such as cement slurry can be measured in a fixed volume sample under pressure. Density Measurement Ranges:52 - 164 lb / ft36.9 - 21.9 ppg.83 - 2.63 specific gravity360 - 1130 PSI / 1000 ft

23

50 ml Retort kit

Temperature Control: Electronic Variable Temperature Control Maximum Temperature: 1000°F (537° C) Cell Capacity: 50 mL Heating Capacity: 500-700 Watts Power 230 Volt at 1.5 Amp, 50/60 Hz

24

Sand Content Kit

Should contain Sand content Tube,Funnel & Screen Wash Bottle, 500 mL Sieve, 200-Mesh (75 µm), 2.5" Diameter Funnel, Plastic Graduated Tube, Glass, 0 - 20%

SD/-PrincipalOSME, Keonjhar

Page 56: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

25

Shearometer Kit

The kit should contain Shearometer cup with Scale, Shearometer Tubeof 5-gram, Shearometer Tube of 20-gram & Weight set (1 to 200 grams)

26

Thermo Cup

Electrically heated sample cups should incorporate a precision thermostat for close temperature control.Operating temperatures up to 200°F (93°C) are reached quickly and verified by an included dial thermometer. MeterWave form: Sine, < 5% total harmonic distortionAC Frequency: 340 ± 10 HzOutput Units: Peak VoltsRamp Rate: 150 ± 10 Volts per second, automatic operationMinimum Output Range: 3 - 2,000 Volts (Peak)Trip Current: 61 ± 5 µAElectrodeHousing: Material resistant to oil mud components up to 220°F (105°C)Material: Corrosion-resistant metalDiameter: 0.125” ± 0.001” (3.18 ± 0.03 mm)Spacing (gap): 0.061” ± 0.001” (1.55 ± 0.03 mm) at 72°F (22°C)

27

Top Loading Electronic Balance

Capacity should be 4100 g with Readability: 0.1 g,Display: LCD w/Backlight & Power usage: 120 VAC-240 VAC, 50/60Hz

28 Thermometer

Metal dial,5" stem,dual scale 50-500F(0-250C)

29

Hot plate magnetic stirrer

Electrically hot plate magnetic stirrer with stir bar,operating power supply 230 volt,digital console

30 Beaker 1000ml Low form Borosilicate glass with spout and scale marking

31 Beaker 500ml Low form Borosilicate glass with spout and scale marking

32 Beaker 100ml Low form Borosilicate glass with spout and scale marking

33 Beaker 50ml Low form Borosilicate glass with spout and scale marking

34 Pipette 50ml Volumetric pipette with bulb made up of borosilicate glass

35 Pipette 25ml Volumetric pipette with bulb made up of borosilicate glass

36 Pipette 10ml Volumetric pipette with bulb made up of borosilicate glass

37 Pipette 5ml Volumetric pipette with bulb made up of borosilicate glass

38 Pipette 2ml Volumetric pipette with bulb made up of borosilicate glass

39 Pipette 1ml Volumetric pipette with bulb made up of borosilicate glass

SD/-PrincipalOSME, Keonjhar

Page 57: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

40 Measuring Cylinder 500ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

41 Measuring Cylinder 250ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

42 Measuring Cylinder 100ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

43 Measuring Cylinder 50ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

44 Measuring Cylinder 25ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

45 Measuring Cylinder 20ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

46 Measuring Cylinder 10ml Made up of borosilicate glass,fixed base,tall form with spout and graduation

47 Conical Flask 100ml Made up of borosilicate glass,rim and graduation

48 Conical Flask 250ml Made up of borosilicate glass,rim and graduation

49 Conical Flask 500ml Made up of borosilicate glass,rim and graduation

50

Desktop Computer

10th gen Intel i9,64 bit,32GB DD4 RAM,1TD/512 SSD,AMD Redon RX graphics,Intel Chipset,DVD R+W,wifi,Ethernet port 1,HDMI 1,USB V3 6,USB typeC 1,audio mic out,27" 1920*1080 FHD IPS display,wired keyboad and mouse,3yrs onsite

warrenty.The system should be supplied with UPS.

51

Interactive Pannel

75",3840*2160 resolution,450 nits brightness,contract ratio 1200:1,178 viweing

angle,20 points tough,toughened glass of level 7mohrs hardness with integrated classroom

behaviour system having 4K camera,integrated speaker,HDMI,USB,LAN,WI FI,Audio out with

Android OS.The pannel should be supplied with Interactive software and Blended Learning Platform

52

Lubricity Tester

Automatic Speed Control, Pre-set speeds (60, 200, 600, and 1000 RPM), manual speed control, and

torque zeroing. Maximum Speed - 1,000 RPM

Maximum Torque - 600 inch-pounds Belt-Driven Motor: ½ horsepower, 90 Volt DC, 5.5

Amps Shear rate: 1,000 RPM Maximum

Fluid Pressure Range: 5,000 to 10,000 PSI (34,500- 69,000 kPa)

Power Requirement: 115 / 230 VAC, 50/60 Hz Additional items should be provided with lubricity

tester is Heat Cup, Ultrasonic Cleaner, Data Acquisition and other software, Carrying Case

53

Speaker Wall mount two way Active speaker.86-

101dB,22000ohms impedance,3.5mm,RCA,stripped cable shocket,230V

SD/-PrincipalOSME, Keonjhar

Page 58: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-3

List of Tools/Equipments & Machineries Mechanical Engineering Dept.

SL.NO.

NAME OF THE TOOLS,EQUIPMENT/MACHINERIES

SPECIFICATION

1

Torsion testing machine

Max. Torque Capacity Nm 500 Least Count Nm 0.05 Torsion Speed RPM 0.5 Clearance between Grips mm 0-500

10-17 Grips for Round specimens mm 17-24

24-30 Grips for flat Specimens width mm mm 5-12 40 Motor (440 V, 3 Ø & 50 Hz.) HP 0.5

2

Universal Testing Machine

Capacity 60 Ton Material Mild Steel Automation Grade Automatic Frequency 50 Hz Surface Finish Powder Coated Corrosion Resistant Yes

3

Rockwell/Vickers hardness testing machine

Automation Grade Automatic Weight (kg) 180-200 Kg Frequency (Hz) 50 Brand Tinius Olsen Dimensions 660x180x850 mm Connected load 0.1 KVA Depth of throat 150 mm Maximum Test height 200 mm Voltage 220V

4

Impact testing machine(Charpy/Izod)

• Drop Height: 300-1200 mm • Specimen max weight: 50-60 kgs • Specimen max dimension: 700 mm×700 mm×700 mm • Drop panel area: 1000×1500 mm • Outside dimension: 1000x1500x2030 mm • Weight: 350 kgs

SD/-PrincipalOSME, Keonjhar

Page 59: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

5

Equipment for Joule's Experiment

Usage/Application Laboratory Material Stainless Steel And Wood Packaging Type Box Brand Reliant Lab Finish Polished No of Handle One

6 Equipment for determination of co-

efficient of friction Equipment for determination of co-efficient of friction

7

Equipment for determination of MVAR & efficiency of wheel train

Equipment for determination of MAVR & efficiency of wheel train

8 Bourden tube pressure gauge 0- 100 BAR

9

Reciprocating pump for

performance testing

Pressure Gauge Size: 4 inch, Back connection Applications: Industrial, Commercial Pressure Gauge Capacity: 50 Bar Reciprocating Pump Pressure Range: 5 kg/cm2 Reciprocating Pump Rpm: 1250 rpm Weight: 60 Kg. Approx

10

Universal Governor apparatus

Usage/Application Educational Material Mild Steel Phase Single Phase Packaging Type Box Voltage 12-24 Volt Current 5 A. A. C. Drive unit-D.C.motor 0- 1500 R.P.M. • Watt, porter, Hartnell and Proell Governor. • Determination of characteristics and comparison with theoretically predicate controlling force curves. • Porter and Proell Governors • The effect of varying the mass of the center sleeve. • Proell Governors • The effects of varying the rotating mass. • Hartnell Governor • The effects of varying the following parameter. • Initial spring compression.

11 Cam & followers model model

12

Slip gauge set

• Product Type : Slip Gauge • Category : Dimension Measurement

13 Vapour compression Refrigerator

test rig

Working Model Demonstration Board

14 Water cooler Working Model

15 Split air conditioner test rig Working Model Demonstration Board

16 Electrical System of an Automobile

(working Model)

Working Model Demonstration Board

17 Hydraulic Breaking System of an

Automobile (working Model) working model

SD/-PrincipalOSME, Keonjhar

Page 60: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

18 Pneumatic Breaking System of an

Automobile (working model) working model

19 Vapour absorption Refrigerator test

rig.

Working Model Demonstration Board

20

Integrated Digital Teaching Device with Intel i5 and XGA projector

with 3 years warranty

Integrated Digital Teaching Device with Intel i5 and XGA projector with 3 years warranty

21 Automatic motorized Projector

Screen 8" x 6" size

22 Speaker (wall Mounted) The speaker shall be a 6" double cone-type box speaker suitable for wall mounting

SD/-PrincipalOSME, Keonjhar

Page 61: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-4

List of Tools/Equipments & Machineries Metallurgy Engineering Dept.

SL.NO.

NAME OF THE TOOLS,EQUIPMENT/MACHINERIES

SPECIFICATION

1

Grain size raticule eyepiece

Eyepiece Reticule -10mm /100 parts Grain size measurement- ASTM Method Inclusion measurement- 7.1x7.1 mm square

2

Electro-polisher with chiller

Polishing Unit connected with chiller- 1 Nos. Chiller- 1 Nos. (Upto -400C ) Power Supply with Digital Display. Automatic Program Control for different

metals/alloys

3

Electrostatic Separator

Capacity 1 to 30 Ton/ Hour Power 1.0 - 6.3kW Voltage 220V-280V Body Material Stainless Steel

4

Magnetic Drum Separator

Material Stainless Steel Capacity 0.5 tons to 50 tph Motor Power 5 hp Power Source Electric

5

Multi Specimen automatic

Polishing machine

• Grinding and polishing disks rotating speed: 0-600 rpm (step less speed changing) or 150/300 rpm (two- level constant speed) • Loading range: 1-200 N • Specimen preparing time: 0-999 seconds • Max. diameter of specimen: 30 mm • Diameter of grinding and polishing disks: 250 mm • Power supply: 220 V 50 Hz • Dimensions: 660 x 380 x 640 mm • Net weight: 45 kg Accessories:- Manual Specimen Preparation Stand Specification:- Accomodation of minimum 4 different emery papers in one stand

SD/-PrincipalOSME, Keonjhar

Page 62: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

6

Fully Automatic Micro Hardness

Tester

• Load range – 10 gms to 1000 gms (optional 1 gms to 3000 gms)• Duel time 5 – 99 sec• Automatic loading and releasing• Microscope Magnification – 100 x, 400 x• Measurement of indentation – Digital Filler eyepiece• Max. measurement length – 175 microns• Max. Height of specimen – 65 mm• Max. Depth of specimen – 85 mm• LCD touch screen• Auto- turretting• Auto – load selection• Auto motorized x-y motion• Motorized Z motion• Manual over riding option to all the automation for any in- service failure (This is first time in world)• Computer interface for single as well multiple indentation measurement and direct plotting the hardness graph / profile• Automatic Effective Case Graph Generation• Programming the profile in straight and also zig-zag way• Power Supply - AC 230 VAccessories:-• Precision Vice• Precision X – Y stage , L.C. 5 microns• i5 10th gen 8GB RAM with HDD and SSD Computer Attachment with Traverse Graph• Odd Shaped Components Auto – Levelling Fixture• MICROHARDNESS TESTER with PH Curve and Young Modules

7

Specimen Mounting Press

• Pattern specimen: 25 mm, 30 mm, 40 mm, 50 mm • Power: 220 V 50 Hz • Maximum consumption: 1800 W • Pressure: 0~2 mpa • Temperature: 0~300°C • Holding time: 0~99 minutes and 99 seconds • Out line dimension: 615 x 510 x 500 mm • Weight: 100 Kg • Cooling: Water cooling

8

Muffle Furnace

Temperature range -(900-1400) °C Continuous operating temperature (800-1300) °C Heating element- Molybdenum Silicide (MoSi2) Thermocouple- R Type Volume- 7 liter Display- LED Temperature range °C 900-1400 Continuous operating temp °C 800-1300

SD/-PrincipalOSME, Keonjhar

Page 63: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-5

List of Tools/Equipments & Machineries Civil Engineering Dept.

SL.NO.

NAME OF THE EQUIPMENT/MACHINERIES

SPECIFICATION

1

Le-Chatelier Apparatus with all accessories

Material-Thick stainless steel, 30 mm diameter, 30 mm depth with 50 mm square glass plate, load

300 gram

2

Total Station

105- 5” accuracy, Fast distance measurement of 0.9 sec, Reflectless EDM ,long battery life, waterproof, with long range Bluetooth connectivity, advanced angel

measurement system, TSshield advanced security.

3 Printer-cum-xerox-cum-scanner Duplex type Printer cum Scanner, Multi-function

Color Printer (Ink tank)

4

Multi Media Projector with

screen and stand

LCD Multmedia Projector Model VPL EX 450 , Brightness - 3600 Lumens,1024 x 768 XGA Resolution, HDMI LAN USB Lamp life- 10000 hrs Contrast Ration- 20,000:1

5 Inverter Batteries 12 Volt 150 AH

6 Doe Spanner set 12 pieces ( Stainless steel)

7 Pliers size-8 inch

8 Slide Wrench 12 inch

9 Ring spanner set 12 pieces

10 Steel Almirah 4 selves

11 Pycnometer Glass materials

12 Tongs mild stell material 300mm long

13 Pycnometer Calibrated Glass

(100ml) Class-B, 100ml

14 Electronic Weighing Balance (100

kg capacity) Load capacity-100 kg,resolution-10gm, class -III,

Single LED Display ,

15 Riffle Sample Divider(Multiple

Slot(12), GI-40mm) Multiple Slot(12), GI-40mm

16

Field density by Core Cutter

Method

Platform Width 11 centimeter Platform Length 11 centimeter Platform Height 21 centimeter

17 Porcelain pestle or mortars - soil

sample grinder

Length of rubber tipped pestle. (cm) 20 cm Internal diameter of mortar. 10 cm

Height of mortar. (cm) 6 cm

18 Volumetric Pipette (Class A-

25ml) Borosilicate Glass Material, Class of Accuracy-Class

A, 25 ml

20 Glass Weighing Bottles(60 ml) 60ml capacity

21 Stop Watch Digital

22 Conical Flask(1000 ml) BorosilicateGlass material, capacity-1000ml

23 Beaker (1000 ml) Borosilicate Glass material, capacity-1000ml

24 Beaker (500 ml) Borosilicate Glass material, capacity-500ml

SD/-PrincipalOSME, Keonjhar

Page 64: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-6

List of Tools/Equipments & Machineries Math & Science Dept.

SL. NO.

NAME OF THE EQUIPMENTS/TOOLS

SPECIFICATION

1 Slide Calipers (LC=0.01 cm) (LC=0.01 cm)

2 Screw Gauge(LC=0.001 cm) (LC=0.001 cm)

3 Spherometer(LC=0.001 cm) (LC=0.001 cm)

4 Ammeter (0-3 ampere) (0-3 ampere)

5 Voltmeter(0-3 volts) (0-3 volts)

6 Battery Eliminator(2-12 ampere,

Variable Ports) (2-12 ampere, Variable

Ports)

7 Bar Magnet (10 cm) (10 cm)

8 Compass (Needle) Best Quality standard quality

9 Simple Pendulum Bob (Bob with

Hock) (Bob with Hock)

10 Spherical Glass Surface ( 2.5 cm-

Diameter) ( 2.5 cm-Diameter)

11 Spherical Glass Surface ( 3 cm-

Diameter) ( 3 cm-Diameter)

12 Burette-50cc 50cc (Borosilicate made)

13 Pipette-10cc 10cc (Borosilicate made)

14 Glass Jar with Lid (17 cm) (17 cm)

15 Glazed porcelain plate (15 cm x 15

cm) (15 cm x 15 cm)

16 Hard glass test tube standard size

17 Woulf's Bottle (Length-12 cm,

Diameter-6 cm) (Length-12 cm, Diameter-6

cm)

18 Measuring Cylinder (10 ml) (10 ml)

19 Measuring Cylinder (50 ml) (50 ml)

20 volumetric pipette 50 ml

21 funnel 60 ml

22 funnel stand TRIPOD STAND

23 deliver tube u shaped for CO2 gas

preparation

50 ml

24 Rubber stopper (rubber cork) with

hole

size-8

25 rubber stopper without hole size-8

26 test tube pieces standard size

27 test tube brush standard size

28 sterring glass rod size-150x6 mm

29 florece flask 100 ml

30 clonical flask 250 ml(borosilicate)

31 beaker 100 ml(borosilicate)

SD/-PrincipalOSME, Keonjhar

Page 65: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

32 beaker 250 ml(borosilicate)

33 plastic wash bottle 500 ml

34 micro spatula 200mm

35 thistle funnel borosilicate

36 test tube stand 20 hole stand

37 test tube holder with wooden

handle

standard size

38 gas jar with lid borosilicate

39 trough round shaped 250 ml,diametre-80mm x height-40mm

40 voltametric flask 250 ml(borosil)

41 tongs standard size

42 crucible tongs standard size

43 lab. Dropper standard size

44 iron wire gauge standard size

45 mortar & pestle 60 mm

46 chemical reagent bottle 50 ml

47 chemical resistance safety hand

gloves

Free Size

48 safety goggles Free Size

49 doctors apron white colour

50 laboratory thermometer 300 mm(borosilicate)

51 Digital balance weighing machine For chemical laboratory

52 ammonia gas delivery tube(long

delivery tube)

borosilicate

53

Laptop

i5 8th gen(8 gb/ 512 gb ssd/ windows 10 home/2

gb graphics)

54

Integrated multimedia projector

with stand and accessories

Integrated Community computer,interactivity,O.S.

standard edition,Office,Cordless

remote cum mike

55 Printer-cum-scanner-cum-xerox

56 steel almirah 4 selves with locker

57 multi media projector screen with stand

58 inverter with batteries 1.2 kva

59 dustbin 40 litres

60 white board 8''x 4''

61 voice amplifier 20 dp

63 inverter batteries 150AH

SD/-PrincipalOSME, Keonjhar

Page 66: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-7

List of Tools/Equipments & Machineries Geology Dept.

SL. NO.

NAME OF THE EQUIPMENTS/TOOLS

SPECIFICATION

1 Streak Plate Standard size for laboratory use

2

Brunton Compass

Specifications include a compass bubble level, clinometer level, sighting mirror with lubber line and sighting hole, induction dampened needle, and adjustable sighting points. The vertical angle clinometer scale featuring 1 degree increments with a range of 90 degrees or 100% grade scale with an accuracy of 1/2 degree.

3

Polarising Microscope

Head: Monocular Inclinable Body with Built in Sliding Bertrand Lens & Polarizer.Focusing: Graduated Separate Coarse & Fine knobs.Nosepiece: Quadruple revolving with positive centering& click stops. Illumination: Mirror & Tungsten Lamp.Objectives: SEMI PLAN P4x, P10x, P40x Spring Loaded.Eyepieces: WF 10x, 15x with Cross & 10x with Micrometer.Stage: 130mm Graduated Rotatable Stage 360 Degree in steps of 5 Degree.Compensator: Mica: 1/4th Wavelength, Gypsum: Full Wavelength, Condenser: NA 1.25 Movable with rotating Graduated Polarizer. Microscope should be included with Bertrand Lens &Analyzer, Objectives: Semi Plan P4x, P10x, P40x, Eyepiece WF10x, 15x Cross, 10x Micro, Gypsum/Mica retarding Plates, Mirror Attachment, Tungsten Lamp 15W 110v/240v, Blue Filter, Cleaning Cloth, Dust Cover, Instruction manual, Carrying case CAMERA: 10 MEGA PIXEL USB camera W optical ADAPTOR SOFTWARE: Drivers for WIN & MAC

4

Trinocular Polarising Microscope with digital camera

Viewing Head : Compensation free Trinocular head inclined at 30° with 360° rotatable. Eyepiece : WF10X/18mm with Cross hair. Nose Piece : Backward Quadruple Nose piece. Objectives : Strain free Achromatic objectives 4X, 10X, 40X, 60X Analyzer : Rotatable Analyzer Graduation 0-90 Polarizer : Slide in/ out of optical path located on the top of the collector. Bertrand Lens: Sliding-in / out of Optical Path. Optical Compensator : First class red slip,1/4λSlip, quartz wedge. Stage : Revolving Round stage, diameter 160mm 360° rotatable and graduated in 1°incriment, Using venire scale, centre adjustable. Condenser : N.A 1.25 Abbe condenser with Iris Diaphragm and Filter. Focusing : Co axial coarse and fine adjustment. Illumination : 6V, 20W Halogen Lamp Brightness adjustable. WITH DIGITAL CAMERA

5 Thin section of common minerals

Thin section of the different minerals should perfectly mounted in slide with cover slip.

6 Thin section of common rocks

Thin section of the different minerals should perfectly mounted in slide with cover slip.

7 White Board size 8" * 4"

8 Wall Mounted Projector with Motorized screen

Size 8” * 6”

9

Maps and chart

Illuminated Globe 40 cms Dia 59 cms high

Geological model Map of India

Size 75x100 cms with hard backing and frame

Rock and Mineral map of india

Size 90 x 70 cmswith hard backing and frame

SD/-PrincipalOSME, Keonjhar

Page 67: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

earthquake map of india Size 90 x 70 cmswith hard backing and frame

soil cover map of india Size 90 x 70 cmswith hard backing and frame

New updated geological chart conventional sign and geological time scale

Large Size 90 x 120 cms printed on poly art plastic sheet with roller.

3D large size Map of World

Relief Model Map Size 140x92 cms with hard backing and frame and hanging hooks

10

3D raised Relief model on Geology

Interior of Earth Showing inner, outer material and formation of the earth

Relief model

Rocks & volcanoes Showing in detail the (i) sedimentary rocks (ii)igneous rocks(iii)metamorphic rocks (iv)volcanoes

Relief model

earthquake model Relief model

Deformation of the earth

Relief model

weathering model Relief model

ground water model Relief model

11

STRUCTURAL GEOLOGY MODEL

I. STRIKE, DIP, PITCH AND ESCARPMENT

Model showing Dip, Strike and Escarpment in Inclined strata .

Size: 20 x 20 x 7.5 cms approx

Model showing True and Apparent Dip in inclined Strata

Size: 20 x 20 x 7.5 cms approx

Model showing Strike, Dip and Pitch(plunge) in Folded Strata.

Size: 22 x 18 x 11 cms approx

II. FOLDS

Symmetrical Anticline /Syncline

Size: 15 x 15 x 11 Cms approx

Asymmetrical Anticline/Syncline

Size: 15 x 15 x 11 Cms approx

Pitching Anticline/Syncline

Size: 15 x 15 x 11 Cms approx

Monoclinal fold Size: 15 x 15 x 11 Cms approx

Isoclinal Anticline and syncline Rs.

Size: 22 x 11 x 10 Cms approx

Recumbent Fold Size: 22 x 18 x 11 Cms approx

Fan Fold Size: 22 x 18 x 11 Cms appox

Dome Fold Size: 22 x 18 x 11 Cms approx

SD/-PrincipalOSME, Keonjhar

Page 68: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

Basin Fold Size: 22 x 18 x 11 Cms approx

Complex fold Size: 22 x 18 x 11 Cms approx

Anticlinorium/Synclinori um each

Size: 22 x 18 x 11 Cms approx

III FAULT MODELS:

Model of Normal fault Size: 22 x 11 x 10 cms approx

Model of reverse fault each

Size: 22 x 11 x 10 cms approx

Model of Ridge and Trough fault

Size: 22 x 11 x 10 cms approx

Model of step fault Size: 22 x 11 x 10 cms approx

Model of horst and graben

Size: 22 x 11 x 10 cms approx

Strike fault in inclined beds

Size: 15 x 15 x 11 cms approx

Dip fault in inclined strata

Size: 15 x 15 x 11 cms approx

Fault across a Syncline or anticline

Size: 15 x 15 x 11 cms approx

Fault across a pitching Anticline or syncline

Size: 15 x 15 x 11 cms approx

Rotational fault Size: 15 x 15 x 11 cms approx

Dip fault in folded strata across a syncline or anticline

Size: 15 x 15 x 11 cms approx

Dip fault in folded strata across a pitching Syncline or Anticline

Size: 15 x 15 x 11 cms approx

IV UNCONFIRMITY:

Models demonstrating different types of unconformity

Size: 22 x 11 x 10 cms approx

12 Acrylic plastic Specimen Trays

size 3” x 3”

13

3" X 3" WHITE CARD Board TRAYS

3" x 3" size self assembly white card trays, easy to fold up with scored lines, the trays are robust and strong when made, they are suitable for the storage and display of a range of items and geological specimens

SD/-PrincipalOSME, Keonjhar

Page 69: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

PART-B-PACKAGE-8

List of Tools/Equipments & Machineries Mine Survey Dept.

SL. NO.

NAME OF THE

EQUIPMENTS/TOOLS

Specification

1

Ranging rod & Offset rod

Circular / Octagonal Ranging Rods preferably circular with 3 to 5 cm diameter made up of metal conduit pipe of length 2 to 3 meters, with conical metallic shoe fitted at bottom & fully painted with 20 cm. long colour bands of either of the following combinations. Salient Features a) Black & White - size 2 meters b) Red & White - size 3 meters

2 Line ranger Standard Size for Field Use

3

Cross staff

Made of wood with pole size 4” X 4”. OR Open Cross Staff: made up to a metallic head having four metal arms provided with two pairs of verticals lid giving two lines of sight at right angle made up of either gun metal / brass or any alloy that cannot rust. The base is provided with hollow conical socket at the centre that can be Mounted on the top of wooden staff. (fitted with a pointed iron shoe at the bottom) Cross Staff Head( export quality) Open type having four vanes at right angles with pole having strong iron shoe at the bottom supplied in wooden box. Aluminium size 100 mm size 150 mm Brass size 100 mm size 150 mm

4

Optical square

Consists of Brass / suitable metal hollow box having open face about 6 x 3 cms. and closed face about 2 x 3 cm. and deep about 4cm to 5cm. provided with a brass handle about 8cm. in length. Two mirrors fixed at an angle of 45 degree to the inclined sides of the box. Circular type made up of brass & fitted with double reflecting mirror right & left to 90, in case.

5

Prismatic compass with stand

Prismatic compass (150 mm Dia) made of brass or gun metal circles: Aluminium graduated every 30 minutes, reading- Agate stone bearing with help of prism glasses & reflecting mirror packed in fibre case with sighting vane and rigid stand and ball socket arrangement.

6

Surveyor compass (Mines dial) with stand

The compass can be threaded onto the lightweight surveyor 's tripod with a ball and socket head using standard 3/4 inch x 24 threads. The compass measures 4 3/8 inches (11.1 cm) in diameter, 1 1/2 inches (3.8 cm) thick, and weighs one pound, 3 ounces (539 grams). When mounted on its tripod, the height of the compass is adjustable from a minimum height of 12 1/2 inches (31.7 cm) tall is a maximum height of 21 inches (53.3 cm) tall. This compass is accurate with a resolution of about 1/2 a degree.

7

Dumpy level with stand

Dumpy level telescope length 300 mm with plate bubbles, image erect, field view 1 degree 5 minute, magnification 20 to 24X, Stadia Ratio 1:1000, Shortest focussing distance 1.5m, resolving power 10 cm with tripod stand teak wood box

SD/-PrincipalOSME, Keonjhar

Page 70: Open-Tender-for-supply-of-Tools-Machinery-Equipments-etc ...

8

Theodolite (20 sec.) Display panel single side usage levels angle accuracy 10 secs,20 secs, Length of telescope 210 mm, Minimum focus 2.2 m. objective aperture 40 mm.

9

Laser distance meter

Range from 0.05m to 300m. On board camera with 4X zoom for better target alignment, Laser distance meter with X- range power technology, Captures measurement data in DXF format which can be downloaded through USB, Point to point measurement, Smart base, Tilt measurement, Sloped object measurement, Smart Hz mode, Height tracking, Height profile measurement, Camera function, Measurement with picture, Area/Volume measurement, Min/Max function, Painter function. Compass, Smart angle measurement,Smart area measurementr, WLAN data transfer, Smart bluetooth.

10

Digital Theodolite with accessories.

Digital Theodolite having 1" least count & 2" accuracy, 30X Magnification along with all standard accessories: Battery, Battery Charger, Operation Manual, Tool Kit, Carrying Case & Tripod

11 Auto Level 24X magnification, Accuracy ± 2 mm.

SD/-PrincipalOSME, Keonjhar