1q2 indian institute of technology bhubaneswar … · 2014. 1. 9. · 1q2 indian institute of...
TRANSCRIPT
1/17
1q2
INDIAN INSTITUTE OF TECHNOLOGY BHUBANESWAR BHUBANESWAR-751007, ORISSA, INDIA
PH: 0674-2576198, FAX NO. 0674-2570031 www.iitbbs.ac.in&www.iitbbs.gov.in
NOTICE INVITING TENDER
Date: 08.01.2014
Sub: Notice inviting tenders for procurement of Micro Hardness Tester.
Indian Institute of Technology Bhubaneswar invites sealed tenders from reputed Manufacturers/ Authorised
Dealers /Bidders for procurement of above mentioned item.
All interested vendors are requested to send their sealed quotation for supply of the above item as per details
technical specification given in Annexure-I. The general terms and conditions for bidders & compliance
statement are at Annexure- II & III. For Bank details & PBG, please see Annexure – IV & V.
The tender document and details of terms and conditions can be downloaded from our website
www.iitbbs.ac.in & www.tenders.gov.in or the same may be collected from the office of the Assistant
Registrar (S&P), IIT Bhubaneswar between 2- 5 PM on any working day (from 09.01.2014 to
05.02.2014).
A crossed demand draft of Rs 1,000/- (non-refundable) towards Tender Fee and EMD (refundable) for Rs.
1,20,000/- in the form of demand draft in favour of ‘The Registrar IIT BHUBANESWAR’ payable at
Bhubaneswar should be submitted in a separate sealed envelope along with the quotation.
The bid proposals are to be sent in three separate sealed envelopes (i) Technical Bid (ii) Financial/
Price Bid iii) Tender fee and EMD and kept in one sealed envelope duly subscribed with Tender
Reference No. and Tender notice detail as appended hereunder:
The price bids of those firms will only be opened who are found to be technically qualified after
evaluation. The bids submitted without tender fees and/or EMD will be summarily rejected and no further communications in this regards will be entertained. The Institute reserves the right to
cancel/reject any or all bids without assigning any reason thereof.
Tender Reference No. IIT-BBS/SMMME/ENQ/EQP/PSD/111/S&P/13-14
Last Date and Time for receipt of Tender 06.02.2014 at 05.00 p.m.
Time and Date for Opening of Technical Bid 07.02.2014 at 04.00 p.m.
Address for Communication As Stated below
Contact Telephone Numbers 0674-2576016
For technical Details Contact through E-mail [email protected], [email protected]
TENDER FOR SUPPLY OF MICRO HARDNESS TESTER TO IIT BHUBANESWAR
TENDER REF. NO:IIT-BBS/SMMME/ENQ/EQP/PSD/111/S&P/13-14 DATE:08.01.2014
LAST DATE FOR SUBMISSION:06.02.2014
The Registrar
Indian Institute of Technology Bhubaneswar
Samantapuri,
Bhubaneswar – 751013. From: M/s ----------------------------
Contact No: --------------------------
E-mail ID: ----------------------------
2/17
Annexure- I
Technical specification for Micro-hardness tester
The School of Minerals, Metallurgical and Materials engineering at IIT Bhubaneswar intends to buy a
micro-hardness tester. The technical specification for the same are attached herewith below,
PARAMETERS DETAILS
Materials to be tested Ceramics, Composites, Metals and Alloys.
Hardness range measurable Upto at least 3500 HV.
Indentor type Both Vickers and Knoop type must be provided.
Hardness resolution 0.1 HV or less.
Standards compatibility Full compliance with relevant ASTM & ISO standards.
Tester loads
10 gf or less to 1 kgf or more. Load to vary continuously
or in steps (at least 8 steps) between the maximum and
minimum loads. Wider test load range is desirable.
Microscope magnification 50X to 500X or better
X ,Y stage dimension Greater than100 *100 mm.
X,Y travel Greater than 80 mm in each axes
Stage movement control Motorized and automatic in X, Y axes.
X, Y travel resolution (stage) < 5 μm.
Vertical clearance > 90 mm (auto focus compulsory)
Horizontal clearance from
indentor position as centerline
At least 120 mm
Turret and indentor movement
Turret movement must be motorized and automatic with 2
indentor positions (or equivalent) and minimum 3
objective positions.
Indentation measurement Automatic and manual
Control panel Separate control panel must be provided.
Dwell time 5 seconds to 90 seconds or better
Test blocks Hardness calibration blocks for less than 100 gm and
more than 100 gm.
Camera, and associated software
and hardware
Attached digital camera capable of taking indentation
image must be provided. Camera and tester must be
interfaced with WindowsTM
based computers using RS-
232/USB interfaces. The required software and computer
for the same must be provided. Facility to measure
hardness map over a programmable pattern area must
be provided. The digital camera resolution must be at
least 1.3 MegaPixel or equivalent.
Vises
Appropriate vises for gripping both regular (square or
cylindrical sections) / irregular, wire (20 mm diameter)
and thin sheet (less than 6 mm) samples must be provided.
The details of the vises to be provided must be clearly
mentioned in the tender document.
Power Supply 220 V AC in single phase.
UPS
BIS / UL / CE certified branded online UPS capable of
handling power fluctuations between at least 100 – 300V
must be provided. A Power backup for 1 hour under full
running condition must be provided. The UPS provided
must have local service support within Bhubaneswar.
3/17
PARAMETERS DETAILS
Materials to be tested Ceramics, Composites, Metals and Alloys.
Hardness range measurable Upto at least 3500 HV.
Indentor type Both Vickers and Knoop type must be provided.
Hardness resolution 0.1 HV or less.
Standards compatibility Full compliance with relevant ASTM & ISO standards.
Tester loads
10 gf or less to 1 kgf or more. Load to vary continuously
or in steps (at least 8 steps) between the maximum and
minimum loads. Wider test load range is desirable.
Microscope magnification 50X to 500X or better
X ,Y stage dimension Greater than100 *100 mm.
X,Y travel Greater than 80 mm in each axes
Stage movement control Motorized and automatic in X, Y axes.
X, Y travel resolution (stage) < 5 μm.
Vertical clearance > 90 mm (auto focus compulsory)
Horizontal clearance from
indentor position as centerline
At least 120 mm
Turret and indentor movement
Turret movement must be motorized and automatic with 2
indentor positions (or equivalent) and minimum 3
objective positions.
Indentation measurement Automatic and manual
Control panel Separate control panel must be provided.
Dwell time 5 seconds to 90 seconds or better
Test blocks Hardness calibration blocks for less than 100 gm and
more than 100 gm.
Camera, and associated software
and hardware
Attached digital camera capable of taking indentation
image must be provided. Camera and tester must be
interfaced with WindowsTM
based computers using RS-
232/USB interfaces. The required software and computer
for the same must be provided. Facility to measure
hardness map over a programmable pattern area must
be provided. The digital camera resolution must be at
least 1.3 MegaPixel or equivalent.
Vises
Appropriate vises for gripping both regular (square or
cylindrical sections) / irregular, wire (20 mm diameter)
and thin sheet (less than 6 mm) samples must be provided.
The details of the vises to be provided must be clearly
mentioned in the tender document.
Power Supply 220 V AC in single phase.
UPS
BIS / UL / CE certified branded online UPS capable of
handling power fluctuations between at least 100 – 300V
must be provided. A Power backup for 1 hour under full
running condition must be provided. The UPS provided
must have local service support within Bhubaneswar.
Spares supply One spare Vickers and Knoop indentor, spare lamp, fuses.
Hardness test block for
HV > 0 for 10 gf, 50 gf; HV <100 for 100gf, 300 gf, 500
gf; 100 < HV ≤ 240 for 100gf, 300gf, 500 gf; HV > 600
for 100 gf, 300 gf, 500 gf.
Important Notes:
Prequalification Criteria The Bidder must submit documents to show that they meet
the criteria (a-b) given below. Failing to do so will lead to
4/17
disqualification.
(a) The Bidder should submit Purchase Order and
Performance Certificates copies of similar
equipment supplied to government/semi-
government/reputed private firms.
(b) The Bidder should attach a signed self-declaration
on a non-judicial stamp paper stating that the
bidder’s organization is not banned / blacklisted/
debarred from working with any PSU / Central
Govt. / State Govt. of India / any other Institute or
Organization of National/ International repute
Performance guarantee test
(PGT)
The principal must demonstrate either of the following at
customer premises
(a) Direct verification as per ASTM E384
specification
Or,
(b) Indirect verification as per ASTM E384
specification for all the individual 6 scales
provided for both Vickers as well Knoop
indenters The tender document must mention the details of calibration
/ verification process to be adopted in each case. Also,
traceability of the calibration equipment to certified
standards must be provided during PGT.
Supplier capability
The principal must provide details of similar supplied
equipment (of same make) to other government/semi-
government institutions where it is being used successfully.
Delivery & installation
Instrument to be installed at customer premises in test ready
and calibrated condition. Room planning including but not
limited to civil and electrical work will be executed by the
principal. IIT Bhubaneswar will provide main power supply
and necessary space only.
Compliance statement The principal to attach a compliance statement with the
quotation in the format given in Annexure -III
Warranty The principal to provide a comprehensive warranty on the
equipment for 5 years.
5/17
Annexure – II
INSTRUCTIONS TO BIDDERS
1. Two Bid System:
Under two bid system tender has to be submitted in the following manner:
i. Envelope – I: Technical Bid.
ii. Envelope – II: Financial Bid/ Price Bid.
iii. Envelope – III: Cost of the Tender Fees & EMD.
All three envelops are to be sealed and signed and kept in one single big envelope/ packing. The
envelope containing the bids should be superscribed with Tender Reference No. & Due date on the
top of the envelope and addressed to The Registrar, IIT Bhubaneswar, Samantapuri, Bhubaneswar
– 751 013.
2. The vendor must have submit the following documents along with the technical bid:
The leaflets/ catalogue, etc of the technical features of the offered equipment must be
submitted for proper evaluation.
Standard Technical literature on each of the items offered.
Dealership certificate on the offered products in case the vendor is a dealer.
List of reputed organizations/Institutions, where similar orders have been executed during last
three years.
Copy of the Sales Tax /VAT Registration Certificate indicating TIN number of the FIRM will
have to accompany the quotation to be submitted.
Copy of PAN must be submitted of FIRM / Company along with the Technical Bid.
Banker’s details of quoting Firm/ Vendor should be clearly mentioned as attached Annexure –
III (Mandate Form).
Nature and maximum period of free Warranty offered by the vendor.
Amount of Earnest Money Deposit (EMD) & Tender fee, in the form of Demand Draft Only.
3. The vendor must have submit the following documents along with the Price bid:
Quantity, basic price (against item-wise details of specifications of each of the offered items)
Prices of each of the optional accessories, as required by NIQ/RFP
CST / Sales Tax / VAT (as percentage of basic price + packing and forwarding charges if any)
Installation and commissioning charge (including Service Tax) to be shown item-wise extra, if
any.
Freight and insurance charge & Entry Tax if any.
Charges for additional warranty beyond the free warranty period, if any, to be quoted
separately.
6/17
General Terms and Conditions for Purchase of Goods:
1. Rates: Rates quoted for indigenous items must be on for IIT Bhubaneswar, on DOOR DELIVERY
Basis, which should be inclusive of all taxes. The break up may be given for the same as given
below:
Basic Price
[+] Central Excise Duty, if any
[+] VAT/CST (on sub-total price, including Excise duty if any)
[+] Freight and Insurance charge, if any
[+] Installation and Commissioning charge, if any
[+] All other charges if any inclusive of Octroi.
Grand Total F.O.R IIT Bhubaneswar, Price.
2. Excise Duty: IIT Bhubaneswar is exempted from paying Central Excise Duty in terms of Govt.,
notification No. 10/97 – Central Excise Dt. 01.03.1997. The necessary exemption certificate will
be provided on submission of request letter/ quotation with the details of basic price, rate, &
amount on which ED is applicable by the vendor.
3. Validity of the offer: For foreign purchase-120 days and Indigenous-90 days.
4. Warranty/Guarantee: Minimum Five years or as per standard warranty/guarantee of the
company, whichever is more from the date of satisfactory installation. Necessary certificate in this
regard should be furnished by the selected firm/company/vendor.
5. Earnest Money Deposit (EMD) and cost of the tender document in the form of bank draft drawn in
favour of The Registrar IIT Bhubaneswar, payable at Bhubaneswar has to be submitted. The
bank draft has to be issued by any schedule commercial bank operating in India or from a
recognised foreign bank participating in SWIFT system.
6. Forfeited Earnest Money Deposit (EMD): EMD of a tender will be forfeited, if the bidder
withdraws or amends or modified in tender or impairs or derogates from the tender in any respect
within the period of validity of its tender. Further if the successful bidder fails to furnish the
required performance security within the specified period of its EMD will be forfeited.
7. SSI/SME Units are exempted for submitting EMD as per Govt. Of India order. Such firms
are requested to submit the cost of tender which shall not be considered for exemption.
8. Delivery: Unless otherwise stated delivery of goods at IIT Bhubaneswar, will have to be
maximum within 45 days from the date of receipt of the Purchase Order or as given in the
purchase order. All aspects of safe delivery shall be the exclusive responsibility of the vendor.
9. Either Indian agent on behalf of the Principal/ OEM or Principal/ OEM itself can bid but both
cannot bid simultaneously for the same item/ product in the same tender. If an agent submits bid
on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another
Principal/ OEM in the same tender for the same item/ product.
10. Dealership Certificate: Dealership certificate (in case of dealers) and standard Technical
literature on the offered products must be enclosed.
7/17
11. Rate of AMC/ CMC or Additional Warranty: Annual Maintenance Contract/ comprehensive
maintenance contract rate/ additional rates for warranty (after expiry of free warranty period) from
a period of three year must be quoted separately (for equipment only).
12. Conditional tenders will not be accepted.
13. Late and delayed quotation: Late and delayed tender will not be considered. If, in any case,
unscheduled holiday occurs on prescribed closing/opening date, the next working day shall be the
prescribed date of closing/opening.
14. Pre-installation Requirement: The bidder should mentioned pre-installation requirements for the
equipment like ambient temperature, humidity, whether specification, power specifications, etc.,
when items are provided full performance satisfactions, should be demonstrated.
15. Ground for Rejection of Quotation: The quotations are liable to be rejected if the foregoing
conditions are not complied with. The quotation should be complete in all respects and duly
signed on the declaration by the vendor.
16. Cancellation of Tender: Notwithstanding anything specified in this tender document,
purchase/ IIT Bhubaneswar in his sole discretion, unconditionally and without assigning
any reasons, reserve the rights:
a) To accept or reject lowest tender or any other tender or all the tenders.
b) To accept any tender in full or in part.
c) To reject the tender offer not confirming to the tenders terms.
d) To give purchase preference to public sector undertakings whenever applicable as per
Govt. Policy/ Guidelines.
17. Performance Security (PS):
Performance Security shall be furnished in the form of account payee demand
draft or Fixed Deposit Receipt (FDR) pledged in favour of Registrar IIT
Bhubaneswar or Performance Bank Guarantee (PBG) from a scheduled
commercial bank operating in India. In case of PBG the prescribed format as
Annexure – IV, in favour of Registrar IIT Bhubaneswar within 21days from the
issue of purchase order and it should remain valid for a period of 60 days beyond
the date of completion of all contractual obligation of the supplier including free
warranty obligation.
PBG may be issued by a reputed foreign bank participating in “SWIFT” system.
However, this would be subject to confirmation by the State Bank of India. Further
PBG is to be sent by the bank concerned (both Indian & Foreign) directly to the
Registrar, IIT Bhubaneswar.
Performance Security is not required if the total order value is less than or equal
to Rs. 1 Lacs.
18. Terms of Payment:
Payment will be made maximum within 30 days from the date of successful
delivery /installation and submission of PS where required, generally through
RTGS. Part payment for part delivery will not be allowed.
8/17
Payment will be made 100% against successful installation subject to submission
of performance security @ 10% of the order value.
19. Entry tax: Entry tax, if applicable will be borne by the institute subject to submission of actual bill.
20. E-Waybill: E-Waybill issued by the institute against the Proforma invoice of the vendor.
Kindly note down that waybill once issued will not be changed under any circumstances.
Vendors are requested to obtain Way bill only after the consignment is ready for delivery.
Way bill once issued will not be issued again under any circumstances. If any amendment
required due to any reason the cost incurred will be borne by the Vendor.
21. Supervision of Erection & Commissioning: Successful BIDDER shall depute concerned
specialist, for supervision of erection & commissioning of the machine to be carried out as and
when necessary. The successful BIDDER shall make necessary arrangement at their own
expenses for stay, transport and other expenses of the specialist during their stay in
Bhubaneswar which also includes imparting training to IIT Bhubaneswar personnel.
22. Training: The BIDDER shall submit training proposal for the operation and maintenance to the
personnel of IIT Bhubaneswar on the offered machine.
23. Liquidated Damages: I. If a firm fails to execute the order in time as per the terms and conditions
stipulated therein, it will be open to this institute to recover liquidated damages for delay in delivery from the firm at the rate 0.5% of the value of the stores per week subject to a maximum of 10% of the total order value. II. If a firm fails to execute order in full it will be open to the Institute to recover L.D. @ 0.5% of the
value of the undelivered stores per week subject to maximum of 10%.
III. It will also be open to this institute alternatively, to arrange procurement of the required stores
from any other source at the risk and expense of the firm, which accepted the order but failed to
execute the order according to stipulated agreed upon.
24. Additional Terms for Imported Goods
Following terms besides the above mentioned terms will be applicable in case of foreign
purchases:
1. Rates: Quoted rates should be separately in FCA/FOB/CIF terms and charges to be stated in
the following break- up:
Ex-works value
Forwarding or Packing Charges if any
Total FOB/FCA value.
For CIF
(i) Insurance.
(ii) Freight
(iii) Total CIF price up to Kolkata Airport/ Seaport.
2. After Sales Service: In case of imported items, foreign manufacturing firms should indicate
facilities available for after sales service, detail address and contact number of their local
representative in India without which their offers are liable to be ignored.
9/17
3. Delivery: Delivery of goods will have to be made maximum within 120 days from the date of
receipt of the Purchase Order or otherwise the time stipulated in the purchase order.
4. Payment: Payment will be made through Letter of Credit/ wire transfer subject to submission
of 10% performance security (the bank guarantee should be executed by a bank of
international repute duly confirmed by State Bank of India or a bank Guarantee executed by
State Bank of India or any nationalized bank of India in addition to the points mentioned above
at clause no 18). L.C will be opened for 100 % amount after receipt of order
acknowledgement and performance security but 90% payment will be released on receipt of
the documents without any discrepancies and balance 10% payment will be paid after
completion of satisfactory installation and commissioning. In case of wire transfer 90%
payment will be released on receipt of the materials subject to receiving of original documents
at our end and balance 10% payment will be paid after completion of satisfactory installation
and commissioning. Please mention your bank detail at the time of order
acknowledgement as attached Annexure - III.
5. While submitting the necessary documents, the Certificate of Origin must be obtained
from Chamber of Commerce.
6. Bank Charges:
a. Bank charges inside India will be borne by IIT Bhubaneswar account and outside India
by the beneficiary account.
b. L.C. amendment charges due to mistake on the part of the supplier, if any, will have to be borne by the supplier.
7. Insurance: Insurance coverage will be done by us or insurance agency authorized by the
institute after receipt of signed invoice mentioning this purchase order number and date, if the
purchase is on Ex-Works/FOB/FCA.
8. Details of the consignment: The vendors are required to submit the details of the
consignment such as weight of the consignment, dimension of the packing & number of
packets etc.,at the time of shipment.
9. Freight & Forwarder: Our authorized freight forwarder is M/S BALMER & LAWRIE & CO
LTD, Kolkata,for shipment of the stores ordered for. Any change in the freight forwarder will
be intimated in advance.
10. Customs Duty: The Institute is exempted from payment of Customs Duty vide GOI
Notification No.51/96-Customs, dated 23.07.96, with Regn. No. TU/V/RG-CDE(1105)/2012,
dated 14.09.2012.[CUSTOMS DUTY EXEMPTIONCERTIFICATE WILL BE MADE
AVAILABLE BY THE INSTITUTE IN REGARD TO QUOTES IN FOREIGN CURRENCY
ONLY. (NOT AGAINST QUOTES MADE BY A FIRM IN INDIAN CURRENCY, UNLESS THE
CONCERNED FIRM IS A FOREIGN HOLDING COMPANY WITH ‘FDI’ CERTIFICATE
ISSUED BY THE MINISTRY OF FINANCE, GOVT.OF INDIA)].
11. Agency Commission: The percentage of agency commission on ex-works value to be paid
to Indian agent in equivalent Indian Currency will have to be clearly stated in the quotation
wherever applicable. If no agency commission needs to be paid, the vendor is requested to
mention “NIL” against agency commission.
10/17
12. Installation and Technical Support: The equipment shall be installed at our IIT
Bhubaneswar site by service engineers deputed by the firm with your instruments,
accessories, tools & tackles, deploying appropriate manpower with technical and maintenance
support.
13. Relocation: The manufacture has to stand to guarantee for the relocation of the system once
the permanent campus of IIT Bhubaneswar gets ready for operation. They must be in a
position to dismantle the set up in present campus and reinstall it to the new campus.
Necessary charges for the same may be shown separately in the offer, if any.
IMPORTANT
a. Director of IIT Bhubaneswar may accept or reject any quotation in part of full without
assigning any reason and does not bind himself to accept the lowest bid. The Institute at
its discretion may change the quantity/ upgrade the criteria/ drop any item or part thereof
at any time before/after placing the Purchase Order.
b. In case of any disputes, the decision of the Director of this Institute shall be final and
binding on the Bidders.
c. All Domestics and International disputes are subject to Bhubaneswar Jurisdiction Only.
11/17
Annexure- III
Compliance statement for Micro-hardness tester
PARAMETERS DETAILS COMPLIANCE (YES /NO)
Materials to be
tested
Ceramics, Composites, Metals and
Alloys.
Hardness range
measurable
Upto at least 3500 HV.
Indentor type Both Vickers and Knoop type must be
provided.
Hardness resolution 0.1 HV or less.
Standards
compatibility
Full compliance with relevant ASTM &
ISO standards.
Tester loads
10 gf or less to 1 kgf or more. Load to
vary continuously or in steps (at least 8
steps) between the maximum and
minimum loads. Wider test load range is
desirable.
Microscope
magnification
50X to 500X or better
X ,Y stage
dimension
Greater than100 *100 mm.
X,Y travel Greater than 80 mm in each axes
Stage movement
control
Motorized and automatic in X, Y axes.
X, Y travel
resolution (stage)
< 5 μm.
Vertical clearance > 90 mm (auto focus compulsory)
Horizontal
clearance from
indentor position as
centerline
At least 120 mm
Turret and indentor
movement
Turret movement must be motorized and
automatic with 2 indentor positions (or
equivalent) and minimum 3 objective
positions.
Indentation
measurement
Automatic and manual
Control panel Separate control panel must be provided.
Dwell time 5 seconds to 90 seconds or better
Test blocks Hardness calibration blocks for less than
100 gm and more than 100 gm.
12/17
Camera, and
associated software
and hardware
Attached digital camera capable of
taking indentation image must be
provided. Camera and tester must be
interfaced with WindowsTM
based
computers using RS-232/USB interfaces.
The required software and computer for
the same must be provided. Facility to
measure hardness map over a
programmable pattern area must be
provided. The digital camera resolution
must be at least 1.3 MegaPixel or
equivalent.
Vises
Appropriate vises for gripping both
regular (square or cylindrical sections) /
irregular, wire (20 mm diameter) and
thin sheet (less than 6 mm) samples must
be provided. The details of the vises to
be provided must be clearly mentioned
in the tender document.
Power Supply 220 V AC in single phase.
UPS
BIS / UL / CE certified branded online
UPS capable of handling power
fluctuations between at least 100 – 300V
must be provided. A Power backup for 1
hour under full running condition must
be provided. The UPS provided must
have local service support within
Bhubaneswar.
Spares supply One spare Vickers and Knoop indentor,
spare lamp, fuses.
Hardness test block
for
HV > 0 for 10 gf, 50 gf; HV <100 for
100gf, 300 gf, 500 gf; 100 < HV ≤ 240
for 100gf, 300gf, 500 gf; HV > 600 for
100 gf, 300 gf, 500 gf.
13/17
Declaration by the Vendor
It is hereby declared that I/We the undersigned, have read and examined all the terms
and conditions etc. Of the tender document for which I/We have signed and submitted
the tender under proper lawful Power of Attorney. It is also certified that all the terms
and conditions of the tender document are fully acceptable to me/us and I/We will
abide by the conditions. This is also certified that I/We /Our principal manufacturing
firm have no objection in signing the purchase contract if the opportunity for the supply
of the items against this tender is given to me/us.
Date: Signature:
Address: Name:
Designation: On behalf of:
(Company Seal)
14/17
PRICE BID
For Indigenous Item
Tender Reference No.: Date.
Sl.
No Description of
Item &
Specification
Qty.
In
Units
Unit
Price in
RS.
Discount
%
Excise/
Custom
Duty %
CST/
VAT %
Octroi % Total Price Rs.
1) Delivery Mode: Free Delivery at IIT Bhubaneswar site.
2) Total Bid price should be inclusive of all taxes and levies, transportation, loading, unloading, etc.
3) Delivery Period: Days.
4) Validity Date: Maximum 90days from the date of opening of tender.
5) Payment Term: Payment term within 30 days from the date submission of bill Acceptance Certificate
to concerned School/ Dept.
PAN No.:
VAT/ TIN Registration No.:
Signature:
Name:
Bank Address:
Affix Rubber Stamp:
Place:
Date:
15/17
PRICE BID
For Imported Item
Tender Reference No.: Date.
Sl. No Description of Items Qtn. In Units Price Basis EX-
Works/FOB/FCA/CIF
Total Bid Price
1. Delivery Period: Days.
2. Validity of the quotation should be 120 days from the date of opening of tender.
3. Agency Commission: Payment will be made after successful installation, testing & Commissioning
of the instrument
4. Terms of Payment:
a) As mentioned above.
Signature:
Name:
Business Address:
Affix Rubber Stamp:
Place:
Date:
16/17
Annexure – IV
MANDATE FORM FOR ELECTRONIC FUND TRANSFER/RTGS TRANSFER
Date: / /
To
The Registrar, Indian Institute of Technology Bhubaneswar, Samantapuri, Bhubaneswra-751013.
Sub: Authorization for release of payment / dues from Indian Institute of Technology, Bhubaneswar
through Electronic Fund Transfer/RTGS Transfer.
1. Name of the Party/Firm/Company/Institute:
2. Address of the Party:
City___________________________Pin Code_______________________
E-Mail ID__________________________Mob No:____________________
Permanent Account Number______________________________________
3. Particulars of Bank
Bank Name Branch Name
Branch Place Branch City
PIN Code Branch Code
MICR No
(9 Digit number appearing on the MICR Bank of the Cheque supplied by the Bank, Please attach a Xerox copy of a cheque of your bank for ensuring accuracy of the bank name , branch name and code number)
IFS Code:(11 digit alpha numeric code)
Account Type Savings Current Cash Credit
Account Number:
DECLARATION
I hereby declare that the particulars given above are correct and complete. If any
transaction delayed and not effected for reasons of incomplete or incorrect information I shall
not hold Registrar, Indian Institute of Technology Bhubaneswar responsible. I also undertake to
advise any change in the particulars of my account to facilitate updating of records for purpose
of credit of amount through NEFT/RTGS Transfer.
Place:_________________
Date:_________________
Signature & Seal of the Authorized Signatory of the Party
Certified that particulars furnished above are correct as per our records
Bankers Stamp:
Date:______________
Signature of the Authorized Official from the Bank
N.B: Please fill in the information in CAPITAL LETTERS, computer typed; please TICK wherever it is applicable.
17/17
Annexure – V
BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY To The Registrar IIT Bhubaneswar Samantapuri Bhubaneswar-751 013 India WHEREAS M/s --------------., having its office at --------------------------------------------------------- (hereinafter referred to as the “Supplier”) which expression shall repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), in pursuance of the Purchase Order No. ------------------------ dated -------------------------- has undertaken for supply of --------------------------------- (hereinafter referred to as the “Contract”). To the Indian Institute of Technology Bhubaneswar (hereinafter referred to as the “Purchaser”) AND WHEREAS it has been stipulated by you in the said contract that the “Supplier” shall furnish you with a bank guarantee by a Nationalised Bank including SBI for the sum specified therein as security for compliance with its 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 and we undertake to pay you, upon your first written demand declaring the “Supplier” to be in default under the contract and without cavil or argument, any sum or sums within the limits of (Rupees --------------------------as aforesaid, without your needing to prove or to show grounds or reasons for your demand or 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 the Supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the (Signature of the authorized officer of the Bank) …………………………………………………………. Name and Designation of the Officer …………………………………………………………. Seal, name & address of the Bank and Address of the Branch.
Note:
1. PBG should remain valid for a period of sixty days beyond the date of completion of all contractual obligation of the supplier including warranty obligation.
2. PBG Should be from a schedule commercial bank operating in India as approved by RBI. 3. In case of the Foreign Banks (for Foreign purchase only) the bank guarantee should be
executed by a bank of international repute duly confirmed by State Bank of India or a bank Guarantee executed by State Bank of India or any nationalized bank of India.
4. It should be send directly by the banker of the vendor to IIT Bhubaneswar.