malaviya national institute of technology · 2016. 3. 21. · i malaviya national institute of...
TRANSCRIPT
i
Malaviya National Institute of Technology Center for Energy and Environment (CEE)
J.L.N Marg, Jaipur -302017
Tender (Mandatorily through e-Tendering only)
For
Design, Supply, Erection &Commissioning, Operation and Transfer
Of Psychrometric Test and Research Facility for Air cooled / Liquid cooled type chillers &air conditioners(Heating
and Cooling) up to 10TR at MNIT Jaipur
Indo – US CBERD Project Center for Energy and Environment Malaviya National Institute of Technology Jaipur -302017 ( Rajasthan) , India www.mnit.ac.in (Ph) 91-141-2529061 (O), 2713211 (Direct)
ii
Indo – US CBERD Project Center for Energy and Environment Malaviya National Institute of Technology Jaipur -302017 Email: [email protected]
Acknowledgment: This work was partially supported by Joint Clean Energy Research and Development Centre (JCERDC) for buildings called Centre for Building Energy Research and Development (CBERD) funded by the Indian Ministry of Science & Technology, and U.S. Department of Energy and administered by Indo-US Science and Technology Forum in India.
iii
Contents Sl. No Description Page No Part 1 General Details
Invitation to the Tender 2 1.0 Introduction 4 2.0 Need and Objectives of the Project 5 3.0 Scope of services/deliverables 6 4.0 Schedule of Tender process 7 5.0 Instructions for e-tendering 7 6.0 Tentative timeline for project execution 9 7.0 Qualifying and evaluation criteria 10 8.0 Terms of reference 11
- Letter of Bid submission Appendix 1a 14 - Letter of authorization Appendix 1b 15 - Company’s Profile and general details Appendix 2 16 - Bidders experience for similar projects Appendix 3 a 17 - Performance Certificate of the facility installed by
supplier in India or worldwide. Appendix 3 b 18
- Details of subject matter experts Appendix 4 19 - Financial status for last 3 Yrs Appendix 5 20 - Bidders write up on understanding of Appendix 6
Project needs... 21
- Details of suggestions/deviations Appendix 7 22 Part 2 Technical Details
1.0 Test lab facility capability 24 2.0 Brief System configuration 26 3.0 General specifications 28 4.0 Quality assurance 31 5.0 Accreditation of Test lab facility 31 6.0 Details of R&D, Patenting and licensing of technology 32 7.0 Model Proposed for optimal use of test lab facility 32
Balance of system matrix Appendix1(part2) 33 List of Mandatory……. Appendix2(part2) 34 Comparison of technical parameters Appendix3(part2) 35 Details of major proprietary…… Appendix4(part2) 36 Matrix of manpower and training…. Appendix5(part2) 37 Schedule of submittal of drgs. Appendix6(part2) 38 Model proposed for self sustenance Appendix7(part2) 39
Part 3 Prices and Commercial terms and conditions 1.0 General terms and conditions 41
Letter for submission of bid Appendix1a(part3) 47 Price bid for supply and services Appendix1b(part3)i&ii 48 Details of deviations Appendix2(part3) 54
Part 4 Check list 56
iv
Disclaimer
The Centre for Energy and Environment, Malaviya National Institute of Technology,
Jaipur has prepared this document for their ongoing Indo- US Research project titled
‘CBERD’. While due care has been taken to prepare this document however the
details indicated about the test facility are indicative and not exhaustive as the
requirement is of an integrated test facility package. Thus, CEE does not give any
warranty or make any representations, express or implied as to the completeness of
the information contained in this document. Interested agencies, in case of any
specific queries may therefore seek suitable clarification if any from CEE prior to
participation.
CEE, MNIT reserves the right not to proceed with the project, to alter the timetable
reflected in this document or to change the process or procedure to be applied for
selection of executing agencies. It also reserves the right to decline to discuss the
project further with any party expressing interest.
No reimbursement of cost of any type whatsoever will be paid to persons, or entities,
expressing interest in the project.
1
PART 1: General Details
2
Malaviya National Institute of Technology
J.L.N Marg, Jaipur 302017
e-Tender Notice
Tender No. F5(312)ST/MNIT/CEE/2013 Date 29.12. 2014
Malaviya National Institute of Technology, Jaipur (MNITJ) invites tender from well-
established vendors under two bid system having inline experience for executing the
following project at MNITJ at its Center for Energy and Environment under the Indo-
US project titled ‘Center for Building Energy Research and Development- CBERD’
Design, Supply, Erection &Commissioning, Operation and Transfer
of Psychrometric Test and Research Facility for Air-cooled / Liquid cooled chillers& air conditioners (Heating and Cooling) up to 10TR at MNIT Jaipur.
The Tender is being invited to shortlist most eligible vendor for execution of the
above-mentioned job at MNITJ. The vendor should possess the required
infrastructure, methodology and technology, personnel with relevant qualification and
experience for the successful supply, installation, commissioning & maintenance.
The purchase order shall be awarded through two part bidding process. The
technical bid assessment would be done first based on the criteria enlisted in the
tender and the technically qualifying shortlisted vendors would be informed by MNITJ
for participation in financial bid opening.
Interested vendors are requested to submit their bids in prescribed format along with
all supporting documents/credentials through e-tendering.
The tender detail can be downloaded from our website www.mnit.ac.inand intent for
participation to be sent over mail to [email protected](for timely informing
bidders about amendments, if any, in tender)
3
The Tender documents must be submitted through e tendering. The technical
supporting documents with EMD must be submitted at the following address in
sealed cover super scribing bid documents for Psychrometric performance test
facility’ while duly following the ‘guidelines for submission’ mentioned in the tender.
The Registrar Malaviya National Institute of Technology J.L.N Marg Jaipur -302017
The last date of submission of offer/quotation is 1100 Hrs on 02. 02. 2015
Any clarifications on the tender may be addressed to the following address
Head, Center for Energy and Environment Malaviya National Institute of Technology Jaipur -302017 Mail :[email protected] Phone: 91-141-2529061 (O), 2713211 (Direct)
Sd/-
Registrar
MNIT,Jaipur
4
1.0 Introduction 1.1 About MNITJ and CEE
Malaviya National Institute of Technology, Jaipur (MNITJ) a premier technical
educational institute of India, established in the year 1963. Spread in an area of 312
acres it has a well-established infrastructure for 12 departments and approx 12000
students. It imparts a quality education and spearheads in research and technology
development.
The Center for Energy and Environment (CEE) at MNITJ has been established in
2012 to promote interdisciplinary innovative research and development in the areas
of energy and environment. It runs postgraduate (M.Tech) & PhD programs in the
areas of renewable energy and numerous short term training programs for providing
trained manpower to industry.
For more details visit www.mnit.ac.in
1.2 About CBERD project
Prime Minister, India and President, United States launched the U.S.-India
Partnership to Advance Clean Energy (PACE) under the U.S.-India Memorandum of
Understanding to enhance cooperation on Energy Security, Energy Efficiency, Clean
Energy and Climate Change. Under the PACE, the U.S. Department of Energy
(DOE) and the Ministry of Science and Technology, Government of India signed an
agreement to establish the Joint Clean Energy Research and Development Centre
(JCERDC). The overall aim of the JCERDC is to facilitate joint research and
development on clean energy to improve energy access and promote low-carbon
growth. The program is being administered in India by the Indo-U.S. Science and
Technology Forum (IUSSTF).Three priority areas have been identified under the
JCERDC: Solar Energy, Second Generation Bio-fuels and Energy Efficiency of
Buildings. The indo- US joint Centre for Building Energy Research and Development (CBERD) is the project selected under the Energy Efficiency of
Buildings area. The main focus of CBERD is to accomplish collaborative research
and promote clean energy innovation in energy efficiency with measurable results
and contributing to significant reduction in energy use in both nations. CBERD shall
promote innovation in energy efficiency through collaborative research, contributing
to significant reduction in energy use in both nations. CBERD will focus on the
5
integration of information technology with building controls and physical systems for
commercial/high-rise residential units. For more details visit www.cberd.org
2.0 Need and objectives of the test facility HVAC, in buildings context, is the most energy consuming component (45%- 55%)
and detailed studies indicate significant energy saving opportunities (23% to 46%).
Beside this in India 66% of the building stock that would be required by 2030 is yet to
be built and thus the energy consumption due to HVAC would increase significantly.
Intervention at this juncture is therefore essential to optimize the HVAC system in the
existing buildings and to use the best engineering practices in the new buildings. The
CBERD project thus has a task related to chilled water system optimization and its
innovative use in the Indian context. Additionally, another subtask involves the
development of a low cost refrigerant charge monitor since any
undercharging/overcharging can result in higher energy consumption. Both these
research tasks require a captive test bed facility that could be used to carry out
extensive performance and validation tests for the project. These tests would be
essential to meet the deliverables and to evolve strategies for optimization of chilled
water systems.
In India such test facilities are limited, and besides meeting the needs of the above
project deliverables, the same can be aptly used as a facility for conformance testing
as per international/national standards to serve the additional need of the industry
and other agencies.
Thus, the objectives of the test bed facility are as following:
(a) To develop state of the art test facility for research and development
activities pertaining to the performance testing of air cooled / liquid cooled
type chillers (heating/cooling) up to 10 TR at variable test conditions.
(b) To use the same facility for research and development activities pertaining to
the performance testing of Air conditioners (heating/cooling) up to 10TR at
variable conditions.
(c) To use the same facility for performance evaluation at variable charging levels
of the refrigerant and to evaluate the performance of the refrigerant charge
diagnostic unit being designed by MNITJ.
(d) To use the same facility for research on air conditioners deploying
environment friendly refrigerants like Hydro Carbons based refrigerants.
6
(e) To facilitate conformance testing of such systems as mentioned above as per
international/national standards and to establish the test facility as a reputed
accredited testing facility/test house for the benefit of students, researchers,
industry and other interested agencies.
3.0 Scope of services/Deliverables The following are the scope of supply, services and project deliverables
Task Scope Deliverables Task 1 Detailed specification,
Design, engineering of the system.
Specifications of lab environment. Specifications of system equipments. Detailed drawings of system - Civil requirements - Electrical requirements - Mechanical & Piping requirements - Instrumentation
Task 2 Identification of relevant national / international standards + test protocols + Lab accreditation requirements
Test protocols for compliance testing Chillers/ Air Conditioners, DOAS. Accreditation requirement Quality system, Personnel, Qualification
And Safety ( Personnel’s ,Environmental and system)
Task 3 Supply , testing , pre- commissioning and commissioning of the system
System operation as per the finalized requirement and with best engineering practices.
Task 4 Assistance in developing systems and procedure for Accreditation of test facility by NABL
NABL accreditation – documentation preparation and training
Task 5 Training Training to deployed staff on - O&M - Testing - Troubleshooting - Software functions - Safety, Quality etc
Task 6 Operation and maintenance of the system as per test facility finalized self- sustenance model.( minimum 3 yrs after commissioning)
Operation and maintenance of test facility as per approved model
Note:1) The supplier to evolve an overall testing, quality and safety plan for approval
by MNITJ after the award of contract.
7
2) The stress has to be on energy optimization using best of the design
practices for the entire test facility.
4.0 Schedule of Tender process
S. No Event Date
1 Advertisement of Tender/ uploading the tender
on MNITJ web portal.
02.01.2015
2 Last date of submission of bids
(hard copy and online both)
02.02.2015 (11:00 )
3 Date of opening of the technical bid 02.02.2015 (13:00)
4 Date of opening of financial bid (online only) To be notified later
Note: Any of the above activity if falling on holiday, the activity shall be deemed to
fall on next working day. Technical Committee of MNIT has the right and powers to
alter the schedule as per the requirement if needed.
5. Instructions for e-tendering 5.1 The submission and opening of bids shall be through e-tendering process only.
The bid forms and other details can be obtained from the website
www.tenderwizard.com/MNIT OR http://mnit.ac.in 5.2 Information and Instructions for bidders posted on website shall form part of bid
document.
5.3 Any Clarification regarding online participation / submission of bid, kindly
contact: M/s Karnataka State Electronics Development Corporation Ltd.,
No.29/1, Race Course Road ,Banglore-560001 For local Assistance,
contact Mr. Deepak Jangid: 9680005669, 8385087142 (M), Ph. 011-
49424365
5.4 Any other Clarification including scope of work etc. kindly contact: Assistant
Registrar (S&P), Malaviya National Institute of Technology Jaipur, JLN Marg, Jaipur-
302017.Ph. 0141-2713312, 2713352.
5.5 In addition to the submission of tender through online, the Bidder has to submit
the Hard copy of Technical Bid along with other supporting document and EMD to
8
the Registrar, Malaviya National Institute of Technology Jaipur, JLN Marg, Jaipur-
302017.
5.6 To participate in the e-bid submission, it is mandatory for the bidders to have
user ID & password. For this, the bidder has to register with MNIT through
TenderWizard website by following the steps explained below.
i. Go to the website http://www.tenderwizard.com/MNIT
ii. Click the link ‘Register Me’
iii. Enter detail about the bidder as per format
iv. Click ‘Create Profile’
v. Bidder will get confirmation with login ID and password.
5.7 The bidder has to obtain digital signature token (Class-III) for applying in the
tender. In this connection, vender may download the application form from the
website: http://www.tenderwizard.com/MNIT.
5.8 The bid can only be submitted after uploading the mandatory scanned
documents as per the NIT requirement. The list of documents to be uploaded is:
i. Proof of EMD. ii. PAN certification. iii. Sales Tax Certification. iv. Firm/Bidder registration certificates, Other testimonial, as applicable. v. General (Appendix 1 to 7) & Technical bid documents (Appendix1 to
7 (part2)) vi. Details on licensing ,patent etc of technology vii. Configuration & Technical specifications viii. Any specific deviations ( use appendix 7 format ( part 2) ) ix. List of Sensor /Instruments for measurement and controls ( Page
no.30) 5.9 The bidder can upload documents in the form of JPG format and/or PDF
format.
5.10 Bidders who wish to participate in e-tender need to fill data in pre-defined forms
of Price Bid in Excel format only.
5.11 On opening date, the Bidder can login and see the bid opening process.
5.12 The Institute reserves the right to reject any application without assigning any
reason and to restrict the list of qualified bidders to any number deemed suitable.
9
5.13 After submission of the bid the bidder can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.
5.14 The bidder has to pay e-Tender Processing Fee Rs. 5000 plus service tax
@12.36 %, through online payment gateway.
5.15 The bid submitted shall become invalid & e-Tender processing fees shall not
be refunded if:
i. The bidder is found ineligible.
ii. The bidder does not upload all the required documents (including VAT
registration/ Sales Tax registration/ Technical bid) as stipulated in the bid document.
iii. If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically in the office of tender
opening authority.
6.0 Tentative timeline for project execution The tentative time frame to complete the entire project from design engineering to
complete commissioning is stipulated as 11 months (48 weeks).The start date is two
weeks from the date of award of LOI/ Purchase order.
The task wise project completion tentative schedule is as following-
Time in weeks
2 4 6 8 10 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48
Task 1
Task 2
Task 3
Task 4
Task 5
Task6 (contd.)
10
7.0 Qualifying and Evaluation criteria
7.1 Minimum qualifying criteria The bidder should be a registered company satisfying the following minimum
requirements.
7.1.1 General requirements
(a) The bidder should have submitted all the documents asked for in the Tender (as
per the checklist)
(b) Bidder to have enclosed an EMD of Rs 5 Lacs in favour of “Registrar MNIT
Jaipur”.
7.1.2 Technical requirements
(a) Experience of having set up a similar test facility of equal or higher rating than
asked for in the tender document.
(b) Experience of conformity operating laboratory operation and testing as per
National and International standards / codes at psychrometric test facility in India
or abroad of equal or higher rating than asked for in the tender document.
(c) Experience of consultancy, design, detailed engineering for setting up similar test
facility in India and abroad.
(d) Experience of accreditation of similar test facility by NABL/ Government Agency
such as BEE.
7.1.3 Financial requirements
(a) The bidder should have an annual turnover of at least 10 crores (including
subsidiary/holding co’s etc) during the past three financial years.
11
(b) The bidder should have a net worth of minimum 15 crores for last three financial
years as per the audited accounts.
7.2 Evaluation Criteria
(a) The bids meeting the qualifying requirements would only be considered for
evaluation.
(b) The evaluation of tender would be done in following two stages.
- Stage 1: Evaluation of technical bids and their rating.
- Stage 2: Evaluation of financial bids and their rating of technically qualified
bidders.
8.0 Terms of reference 8.1 General :
(a) The bidder has to sign on each page of the formats and offer documents.
(b) Bidders are required to carefully go through the instruction included in the tender
document and furnish complete information, necessary documents and
schedules duly filled in.
(c) The bid is to be submitted through e-tendering as per the instructions for
submission.
8.2 Procedure for submission of bid.
The bid is to be submitted as mentioned below in two separate parts i.e Technical
and Price Bid:
Description Method of submission Marking on Envelope
To contain
Technical Bid In envelope No 1 & online
Tech. Bid – for Test Chamber. Due on……..
Part 1 and Part 2 details of quotation
Price Bid Online Part 3 details of quotation
EMD In envelope no 2 EMD for Test Chamber. Due on ……….
EMD
Bid packaging Main envelope :To contain envelope 1 + envelope 2
Technical Bids & EMD for test chamber ( 2 separate envelopes inside) Due on …….
2 envelopes as mentioned
12
The envelopes to be addressed to ‘The Registrar, Malaviya National Institute of
Technology, JLN Marg, Jaipur -302017’
The bid submission time is up to 1100 Hrs, Date 02.02.2015
The bids received after the due date would be liable for rejection.
8.3 Earnest Money Deposit (EMD)
(a) Any bid received without proper EMD would be summarily rejected.
(b) EMD of unsuccessful bidders would be returned after finalization of the technical
bid. The EMD of the successful bidder would be returned after entering into a
contract and submission of performance security /agreement.
(c) No interest would be payable by MNITJ on the EMD.
(d) The EMD shall be forfeited:
1 If a bidder withdraws its bid during the period of bid validity specified by
the bidder on the bid form, or
2 in the case of a successful bidder, if the bidder fails to sign the contract
within 21 days from the date of acknowledgement of intent and furnish
the performance security.
8.4 Amendment in the bid
(a) MNITJ reserves the right to modify the document of Tender any time before the
opening date by issuing an amendment.
(b) MNITJ at its discretion may extend the last date of submission.
8.5 Bid modification & Withdrawal:
A bidder may modify or withdraw its bid after submission provided that the written
notice of modification or withdrawal is received by the Buyer (MNIT Jaipur) prior to
deadline prescribed for submission of bids. A withdrawal notice may be sent by fax
but it should be followed by a signed confirmation copy to be sent by post and such
signed confirmation should reach the purchaser not later than the deadline for
submission of bids. No bid shall be modified after the deadline for submission of
bids. No bid may be withdrawn in the interval between the deadline for submission of
bids and expiration of the period of bid validity specified. Withdrawal of a bid during
this period will result in Bidder’s forfeiture of bid security.
13
8.6 Cost of Tender
All costs related to preparation of Tender, site visit etc shall be borne by the bidder.
8.7 Right to accept or reject the bid
(a) The decision of MNITJ regarding opening of Bids, evaluation and acceptance of
the Bid shall be final and binding on all the Bidders.
(b) MNITJ reserves the right to accept or reject any Bid, and to annul the Bidding
process and reject all Bids at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for the MNITJ’s decision.
8.8 Performance Security
The successful Bidder shall have to deposit Performance Security in the shape of
Bank Guarantee, which shall be 10% of the order value and valid till 60 days beyond
the completion of system warranty period.
8.9 Legal Jurisdiction
Any legal dispute arising out of the contract shall be settled at the Court of Law
located at Jaipur.
8.10 Due diligence
The bidder shall be responsible for carrying out due diligence with regard to his
compliance responsibilities under various applicable Central/State/other laws, rules
and regulations, and ensure compliance with the same.
14
Appendix 1a
( Application for submission of bid- On company’s letter head)
Date: The Registrar, Malaviya National Institute of Technology Jawahar Lal Nehru (JLN) Marg Malaviya Nagar, Jaipur -302017 (Raj) Sub: Submission of bid for Psychrometric Test and Research Facility for Air cooled / Liquid cooled type Chillers &air conditioners (Heating and Cooling) up to 10TR at MNIT Jaipur Dear Sir, 1.0 Being duly authorized to represent and act on behalf of...................... (hereinafter
referred to as “the Bidder”), and having reviewed and fully understood all of the requirements of the tender the undersigned hereby apply for the Project referred to above. The letter of authorization for the submission of bid is attached.
2.0 We have examined and have no reservations/observations on the tender document. The specific observations have been mentioned in the specified format.
3.0 We shall assist MNITJ or its authorized representatives to obtain further clarifications from us, if needed.
4.0 We are attaching with this letter all the relevant details as mentioned in the check list.
5.0 The undersigned declare that the statements made and the information provided in the duly completed application are complete, true, and correct in every detail. We also understand that in the event of any information furnished by us being found later on to be incorrect or any material information having been suppressed, MNITJ may delete our name from the list of qualified respondents.
6.0 We also confirm that our organization………………..(name) has not been indicted by any Government Agencies/court of law in India/Regulatory authorities for any malpractices in business commitments or any such related offences which can result in our disqualification.
7.0 Our response is valid till _____________________ Yours sincerely, Signature (Authorized signatory) Name Position Email: Phone: Mobile:
15
Appendix 1b ( Letter of Authorization – On company’s letterhead )
To, The Registrar, Malaviya National Institute of Technology Jawahar Lal Nehru (JLN) Marg Malaviya Nagar, Jaipur -302017 (Raj) Sub: Letter of authorization for signing the bid for Psychrometric Test and Research Facility . Sir , This is to certify that the following person (s) are hereby authorized to sign and represent the organization for any subsequent clarifications related to the above mentioned tender.
a) Name (s) signature (s) b) Designation c) Communication details
Address Email Phone Mobile
Thanking you, Yours sincerely, (Signature)* Designation Email: Phone: * Note: To be signed by Head of the organization / Head of Unit/ Business segment head of the organization
16
Appendix 2 Company’s Profile and General details
S. No
Details To be filled by bidder
1 Name of Company/organization 2 Date of incorporation 3 Name of Parent group company 4 Relationship with the parent
company ( subsidiary/equity holdings/others)
5 Country of incorporation 6 Type of organization (MNC/sole
proprietor/partnership/public sector/public ltd etc)
7 Address/communication details of Indian company Address Fax Email Phone
8 Address of Parent company Address Fax Email Phone
9 Current activities of the company
10 Turn over for 2013-14
11 Number of offices/Branch offices/Regional offices in India
12 Name of the head of Indian operations/ Head of company /name of the person actively managing the company Address Fax Email Phone
13 Name of head of business segment related to this Tender Address Fax Email Phone
17
Appendix3a
Bidders experience in executing similar nature projects
Notes:
1) Bidder to mention only about the integrated turn key test facilities supplied and commissioned for similar nature projects.
2) The test facilities of similar nature only are to be mentioned. 3) The projects of similar nature executed in last 6 years only to be mentioned. 4) It may be noted that the information contained herein constitutes one of the
major criteria in evaluation of tender. Hence due care to be taken in providing the exact details.
5) The test facilities supplied in India and abroad should be mentioned in separate sheets.
S. No
Client name and address
Test facility type
Capacity of installation
Year of completion
Order value
Completion certificate
.
18
Appendix3 b
Performance Certificate of the facility installed by supplier in India or
worldwide. Notes:
1. Please attach photo copy of performance certificate of the installed facility by supplier in india or abroad on the letter head of beneficiary organization.
19
Appendix 4
Details of subject matter experts and proposed key project personnel’s The bidder to indicate the details of subject matter experts related to setting up test bed facility of similar nature. The names and expertise of the key personnel’s who shall be/ likely to be associated with the proposed test facility at MNITJ are to be mentioned.
S. No Name and qualification Designation Years of
experience
Area of expertise
20
Appendix 5
Bidders financial performance during last 3 financial years
The bidder shall indicate herein his annual turnover during preceding 3 years based on the audited balance sheet / profit & loss account statement. During last three years.
S. No.
Financial Year
Annual Turnover (in lakh)
Profit / Loss (in lakh)
Net worth
Note:
a) Please enclose copy of Profit & Loss account / Balance Sheet / auditor’s report / director’s report / certification by CA.
21
Appendix 6 Bidders write up on understanding of project needs , methodology, resources, proposed project team and additional qualifications for execution of the project. Notes :
1) The bidder to provide a brief write up with the above sub-headings .( use additional sheets as required )
2) This is a part of the technical evaluation criteria hence due care to be taken by bidder while furnishing the details.
22
Appendix 7
Details of Suggestion/Deviations (if any) Sl. No.
Page No. & Clause No.
Description Remarks/Reasons/Alternatives
Note: Separate sheets may be used wherever necessary mentioning the appendix no.
23
Part 2: Technical Details
24
1.0 Test Facility capability
The Psychrometric test facility should have the following capabilities
a) For performance testing of chillers (air/ liquid cooled) from 0.5 TR up to 10
TR.
b) For performance testing of Air conditioners (Unitary/Split) from 0.5 TR up to
10 TR
c) For performance testing of Air conditioners at various refrigerant charge
levels.
d) Performance testing of the air conditioners with flammable refrigerants
1.1 Reference standards /Compliance standards/Conformance testing standards
The test facility should be supplied in accordance to the latest version of relevant
national /international standards. An indicative list of the test standards is mentioned
below for reference. The vendor has to specifically mention in its quote the details of
the standards applicable for the test facility/conformance testing/safety etc.
a) ISO 5151:Non-Ducted Air Conditioners and Heat Pumps—Testing and Rating
for Performance
b) IS 1391 Part1,2 : Unitary and split AC specifications
c) IS 8148: Packaged air conditioners
d) ANSI/ASHRAE 37: Method of testing for rating electrically driven unitary air
condition and heat pump equipment.
e) EN 14511: Air Conditioners, liquid chilling packages and heat pumps with
electrically driven compressors for space heating and cooling.
f) ANSI/ASHRAE 58- (RA99): Method of Testing for Rating Room Air
Conditioner and Packaged Terminal Air Conditioner Heating Capacity
(ASHRAE)
g) ANSI/AHRI 210/240): Unitary Air-Conditioning and Air-Source Heat Pump
Equipment (AHRI)
h) AHRI 340/360-Commercial and Industrial Unitary Air-Conditioning and Heat
Pump Equipment (AHRI)
25
i) AHRI/CSA 310/380-04/CSA C744-04: Packaged Terminal Air-Conditioners
and Heat Pumps (AHRI)
j) ANSI/ASHRAE 41.1- (RA06): Standard Method for Temperature Measurement (ASHRAE)
k) ANSI/ASHRAE 41.2- (RA92): Standard Methods for Laboratory Airflow Measurement (ASHRAE)
l) ANSI/ASHRAE 41.3-: Standard Method for Pressure Measurement (ASHRAE)
m) ANSI/ASHRAE 41.6- (RA06): Standard Method for Measurement of Moist Air Properties (ASHRAE)
n) ISO/IEC 17025: General requirements for the competence of testing and calibration laboratories.
o) ASHRAE 116: Method of testing of seasonal efficiency of unitary air-conditioner and heat pumps
1.2 Testing parameters The following minimum testing parameters should be available
- Rating cooling capacity
- Rating heating capacity
- Cooling capacity at user defined conditions
- Heating capacity at user defined conditions
- Air flow
- External static pressure and Total static pressure
- Water flow
- Dehumidification capacity
- Input power
- EER (COP) - Frequency - Voltage - Power - Energy consumption
- Refrigerant charge measurement with additional provisions of measurement for
temp (6 points provision) and pressure (3points provision). - 1.3 Refrigerant Type The test facility should be capable of handling wide range of new generation
environment friendly refrigerants such as HFC, Hydrocarbons etc
26
2.0 Brief system configuration An integral test lab facility is required to be supplied, commissioned and maintained
by the vendor. The vendor has to provide a brief description of the items covered in
their scope of supply. For the reference purposes, a typical layout of the facility and
brief description of the items (a-k) that may be required for the integral test lab facility
are given in the following section:
Note:
• The HVAC Test and research facility shall be in a new construction for the purpose (to be provided by MNIT, as per the requirements communicated by successful bidder).
• The space requirement to be considered by the bidder should include buffer storage space for 3 to 5 units received for testing.
• The necessary drawings for providing provisions in the building during construction stage; such as GA drg, interconnection drg., piping and electrical drawings, door and windows details, flooring, insulation and ceiling details etc shall be furnished by the shortlisted vendor.
• The new test facility construction itself can be used for interim storage of the equipments supplied by the shortlisted vendor prior to the installation.
System description:
(a) Psychrometric Test stand
- Foundation
- Free standing chambers
- Chamber floor, ceiling and walls
- Chamber door and windows
(b) Conditioning equipment
-Conditioning equipment with appropriate controller for indoor and outdoor
27
rooms
- Cooling : Chilled water/Glycol cooling coil, flow controlled by proportionate
control valve and PID controller
- Dehumidification: Chilled water/glycol dehumidification coil with flow controlled
by proportionate control valve and PID controller.
- Heating : Air heaters controlled by solid state relay and PID controller - Humidification : Electrically heated steam generation with solid state relay and
PID controller - Fans of appropriate ratings for dehumidification etc.
(c) Air flow measurement (code tester): for measurement of air flow on indoor side
with automatic control of static pressure by variation of fans RPM with VFD and
PID controller
- Pressure measurement by pressure transmitters
- Certified nozzles
(d) Air samplers: For measuring temperature
- Indoor air inlet with sampler tree
- Indoor air outlet with sampler tree
- outdoor air sampler at air inlet to condensing unit with sampler tree
- Air samplers with automatic water level controller for wet bulb well
- Appropriate no’s of RTD’s for measurement and reference
(e) Control panels: As required for the system (conditioning equipment, code tester,
instrumentation and controls, consoles etc)
(f) Water chillers
- Water glycol chiller of appropriate rating for outdoor room air-conditioning
- Water glycol chiller of appropriate rating for indoor air conditioning
- Primary and secondary pumps for the chillers
(g) Electrical power conditioner: For single and three phase loads
(i) The power availability and quality at MNITJ is not very bad. The power
outages are usually announced and are not many. MNITJ does not foresee
the immediate necessity of standby power source for the facility (DG sets
etc ).The vendor, however should keep a provision for readily hooking up
the standby power if needed in future in the design of electric distribution
boards.
28
(ii) The Electric distribution boards shall also have necessary features to
safeguard and isolate the system without causing any damages for any
electrical system fault (incoming/distribution)
(h) Frequency converter
(i) Cooling tower: Cooling tower of appropriate TR capacity with matching pumps
(j) Data acquisition and control system: of appropriate configuration to match the
requirement of test facility comprising of system software and controls, analog
data sub-system, transducer package, system electronics etc for the test facility.
The system software should preferably be on windows platform, user friendly
and capable of data acquisition, facility control and report generation.
(k) The bidder to indicate the possibility of a provision of duplicating the input
measurement parameters from DAS (and not the facility of control )at another
console which can be used dedicatedly by the students and researchers for
variety of their studies without disturbing the test lab set up for testing as per
prescribed standards. The parameters of refrigerant charge levels can also be
hooked to this console which may comprise of multiple measurements of
pressure (03pts) and temperature (06points).
3.0 General specifications The general specifications of major items are being mentioned as under for
reference purposes so that the complete technical details of the system/subsystem
offered by the vendor are adequately covered in the bidder’s technical quote.
(a) Precision of testing
- Dry bulb temp at outlet of tested unit : +- 0.1 deg C
- Wet bulb temp. at outlet of tested unit : +-0.1 deg C
- Electrical parameters for tested equipment (V,I, kW) : +-0.25%
- Temp. by Thermocouple : +- 0.1% or better
- Pressure (refrigerant) : +-0.5%
- Water Tempt. : +-0.1%
- Water flow : +-0.5%
- Refrigerant flow : +-0.5%
-Diff. Pressure : +-0.5%
- RH : +-0.5
(b) Conditions of temperature and humidity:
29
- Indoor room temp: 10 deg to 50 deg C (with wide RH variance, vendor to specify)
- Outdoor room temp: -20 deg to 60 deg C (with wide RH variance, vendor to
specify)
- RH: 25% to 90%RH
- DBT and WBT (vendor to specify the range)
- Temp. Control precision: +-0.1 deg C (Vendor to specify temp variance along the
height and average temp. variance)
(c) Lab Chamber
-Dimensions (indoor/outside): Vendor to specify
- Window type hole: as per mutually agreed dimensions during detailed engineering
- Insulation: Polyurethane foaming sandwiched panel (indoor & outdoor)
-Insulation screen: Steel plate on interior and exterior side
- Door dimensions: based on mutually agreed dimension during detailed
engineering.
- Power panels: For both interior and exterior side
- Indoor/outdoor lighting provisions: vendor to specify
(d) General equipment
- Control panels:
Floor mounted SS construction, raceways and hardware as per system requirement.
(Power supply, monitor, thermocouple, refrigerant transmitter panels)
(e) Indoor room (Vendor to specify)
- AHU Type
- Refrigerant Compressor condensing unit
-Psychrometer
-Humidifier
- Power regulator for cyclic tests
- Air return damper and T/C device for tested unit
- Air outlet damper and T/C device for tested unit
(f) Air flow measurements (vendor to specify)
- Blower Type
- Nozzle box
- Receiving Chamber
(g) Outdoor room (vendor to specify)
- AHU type
30
-- Refrigerant Compressor condensing unit
-Psychrometer
- Humidifier
- Power regulator for unstable state tests
(h) Water system (vendor to specify)
- Water tank
- Chillers
(i) Sensors/instruments for measurement and controls (to be specified by vendor)
S.
.no.
Sensor For
application
Sensor
type
Range Accuracy Make
1 Temperature
2 Pressure
3 Flow
4 Transmitter
5 Controllers
6 Electrical
parameters
(j) Data acquisition system: The DAS should be with latest features and capability for
variety of inputs (TC, DCV, RTD etc) and with interfacing capabilities. (Vendor to
provide complete details of the DAS with capabilities)
(k) PC and Equipment: Comprising of latest generation systems (vendor to specify)
- PC
- Printer
- Multiport
-Communication card
-PLC
Note: The computer hardware shall be in the scope of shortlisted vendor for ensuring
effective hook up of the system.
(k) Software:
31
- Preferably on windows platform having an excellent man-machine interface
capabilities and able to display the movement curves of all parameters, magnification
and co-ordinate movement in real time.
- Printing of report in different combinations
- Ability to compute automatic calculations, proof reading.
- Ability to judge and record working conditions.
- Ability to adjust the sampling time (min 5 seconds)
(l) Safety equipments
- Refrigerant gas detector safety system
- Exhaust air system
4.0 Quality Assurance and inspection plan
Vendor should provide an uncontrolled copy of Vendor’s QA manual along
with the inspection plan. The inspection plan shall, at a minimum, include the
following:
-identifications of all tests and/or inspections to be performed on
Instruments /equipment
- A brief description of the test equipment calibration system to be utilized for
applicable measuring and test equipment
- The vendor must complete all Factory Acceptance and Onsite Verification
testing. The vendor should demonstrate that the chiller, air circulation system,
humidification systems etc provide the proper operation for control of the
indoor and outdoor room conditions.
5.0 Accreditation of lab test facility The calibration and its documentation would be in the scope of the shortlisted vendor
as the Test Lab NABL accreditation shall be taken subsequently by MNITJ. For this
purpose the vendor shall assist MNITJ in developing Quality system, training,
correlation testing in-line with ISO/IEC 17025 requirement to get the test lab facility
ready for accreditation by NABL.
32
6.0 Details of R& D , Patenting , Licensing of technology The vendor has to provide a brief write up on the technology offered for the test
facility system at MNITJ. The details of R&D, Patents and any licensing issues of the
technology (its part) may be mentioned in the write up.
7.0 Model proposed for optimal use of test facility for self sustenance The test facility installed at MNITJ besides serving the primary purpose of research
and development can also be put to use for conformity testing for self sustenance. In
this regard the vendor to provide a detailed write up on the possible recommended
options. The options could be varied such as BOT or tie-up for operation and testing
etc for a period of 3 yrs minimum. The purpose is to probe innovative possibilities
with an end purpose of optimally using the test facilities for the specified objectives
and for its self sustenance. (To be mentioned in appendix 7 –part 2 annexed). Prior
experience of BOT or tie-up for operation of testing with details has to be submitted
with the proposal.
33
Appendix 1 (part2)
Balance of system matrix
(a) The bidder to fill in the matrix below to clearly identify the scope of work for facilities/infrastructure to be provided by MNITJ.
(b) The battery limits to be taken as the test facility set up for filling the matrix. (c) The list of requirements in table below is indicative .Vendor may elaborate the
same. S.No Criteria Requirements Scope Inputs by
vendor (list) 1.0 Land
requirement projections for test facility
• Area required • Approach to bldg. for
equipment /others
Vendor
2.0 Facility civil drawings
• Plan of bldg. for housing test equipment
• Provisioning for - Piping - Cabling - Water - drains
3.0 Power supply to test facility
• Connected load • Quality • Accessibility of feeder to
PDB • Sub metering
MNITJ
4.0 Standby power requirement
• Capacity • AMF
5.0 Internal electrical and cabling schedule
• Illumination • Equipment • Misc. facility
requirement.
5.0 RO/DM water • Qty /day or per system • System Requirement
6.0 Water • System requirement. • Misc. facility
requirements
7.0 Cooling Tower • Type, TR and specs. 8.0 Water drain and
reuse • Drain and sump sizing
9.0 Any special requirements
• Safety • Environmental. • Personnel’s • System
34
Appendix 2(Part2)
List of Mandatory and Recommended spares, Tools & Tackles and consumables
Notes : 1) Supplier to provide the list of - Mandatory and recommended spares for smooth functioning of facility - General purpose and specialized tools and tackles for routine maintenance. - Consumables (excluding generic requirements e.g. water) 2) Separate sheets may be used while mentioning the same appendix no as above.
S. No Description Qty Make *Brief ratings/specs ( on award of contract )
35
Annexure 3(part2)
Comparison of the technical features of the quoted configuration with the existing similar test facilities in India/abroad Note: 1) MNITJ intends to install a state of the art test facility. Thus, the vendor should provide a short comparison of technical parameters of the offered system with the other well established such similar test facilities in India/Abroad. S. No. Technical features
(offered system) Reference system
Available features ( Ref)
Remarks
36
Annexure 4 (part 2)
Details of offered test facility major propriety and bought out items
Note: 1) Bidder to provide a list of the major propriety and bought items of the offered test facility. (Detailed list to be provided on finalization of contract)
37
Annexure5(part2)
Matrix of manpower and training requirements for smooth operation of the test facility Note: 1) With an intent that the trained manpower availability and installation of the
system should converge therefore the vendor to indicate the requirement of the same based on their experience of similar test facilities.
S. No
Category Qualifications Experience Number Training requirements
Remarks
38
Appendix6(part2)
Proposed schedule of submittal of drawings/specifications/data sheets Note: 1) Bidder to provide a tentative schedule of submission of engineering
documents. 2) The schedule of submission should be in line with the requirements of
Task 1 specified in Part 1 of the tender. 3) The list is only indicative and is to be elaborated by the vendor
S.No Category Description Schedule Remarks 1 Data sheets/specs Equipments Lab
instruments
C&I DAS etc 2 Drawings Layout Plan electrical Piping C&I Water RO/DM Drain Interconnection
Drawings.
3 Manuals
39
Appendix 7 (part 2)
Model Proposed for Test facility optimal use and self sustenance Note: 1) The test facility installed at MNITJ besides serving the primary purpose of
research and development can also be put to use for conformity testing for self sustenance. In this regard the vendor to provide a detailed write up on the possible recommended options. The options could be varied such as BOT or tie-up for operation and testing etc. The purpose is to probe innovative possibilities with an end purpose of optimally using the test facilities for the specified objectives and for its self sustenance.
40
Part 3: Prices and General Terms and Conditions
41
3.0 General terms and conditions
3.1 General conditions
a) The bids received without EMD will be summarily rejected. b) The price bid is to be submitted through online only ( e-tendering). c) On the bid-opening day, bid shall be opened in the presence of bidders (if
present), bidder’s representatives or absence of both. The dates shall be as announced by MNIT Jaipur and no requests in writing or through oral communication for change of dates will be entertained. It is the Bidder’s responsibility to attend the session as announced by MNIT Jaipur.
d) Bids with any deviation in warranty requirements, payment terms and conditions of MNIT Jaipur as mentioned in this document are liable to be rejected. The bidder is required to examine all instructions, commercial terms and conditions, forms, technical specifications, schedule of requirements etc. as included in the bidding documents. Failure to furnish all information required by the bidder or submission of an incomplete and/or partially quoted bid will result in the rejection of the bid altogether.
e) Such bids/documents that are submitted/received later than the deadline shall be rejected.
3.2 Cost of Bid
All costs related to preparation of tender, site visit etc shall be borne by the bidder.
3.3 Amendment in the bid a) MNITJ reserves the right to modify the document of tender any time before
the opening date by issuing an amendment.
b) MNITJ at its discretion may extend the last date of submission.
3.4 Right to accept or reject the bid (a) The decision of MNITJ regarding opening of Bids, evaluation and acceptance of
the Bid shall be final and binding on all the Bidders.
(b)MNITJ reserves the right to accept or reject any Bid, and to annul the Bidding
process and reject all Bids at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for the MNITJ’s decision.
42
3.5 Performance Security The successful Bidder shall have to deposit Performance Security in the shape of
Bank Guarantee, which shall be 10% of the order value and valid till 60 days beyond
the completion of system warranty period and all contractual obligations.
3.6 Contract agreement The successful bidder shall have to execute a contract agreement with MNITJ for
meeting the project deliverables.
3.7 Prices MNITJ invites price bid with two options.
Option 1: Non cost sharing (complete system cost will bear by MNITJ)
Option 2: Cost sharing with MNITJ. This option will be exercised only in case of total
cost being more than availability of funds with the institute. The minimum cost
sharing from bidder side is 25%. In this option, this HVAC test facility will be shared
between MNITJ & bidder. The availability time for bidder will be in proportion to their
cost share in system cost i.e if bidder has cost sharing of 25% then he will be eligible
to use the system for 25% of the duration over on year. Accounting cycle for time
would be on year with no banking of unutilized time. A separate MOU will be signed
with successful bidder for lab sharing in case of cost sharing option is executed.
Terms and conditions for option 2
1 Terms: The term of this agreement is five years. This term period will be start
after commencing of test facility. After completing the terms the facility will be
taken over by MNITJ and the bidder will not claim any rights on it.
2 Operation Cost (Including manpower) of the system will be bear by user party
only.
3. Warranty and Annual Maintenance Contract All equipment quoted should be provided with warranty at site for a period of at least
one year, from the date of commissioning of equipment. In case of cost sharing
option, AMC charges will be borne by supplier for remaining agreement period i.e 4
years after warranty period. share be payable by MNITJ. Maintenance of equipments
would be responsibility of the bidder.
4. Any accident or damaged occur during the period of this agreement. It will be covered by insurance and both parties have to pay insurance premium
accordance to their cost sharing proportion till the end of agreement period.
43
Note:
• The prices quoted by bidder should be on a firm price basis. The taxes and
duties as applicable should be clearly indicated in the specified format.
• Detailed price break up of the quoted prices at sub system and component
level is required to justify the cost.
• Rates of imported goods must be quoted excluding custom duty & excise duty
as this institution is exempted from payment of custom & excise duty.
3.8 Insurance The transit insurance shall be in the scope of the supplier. Any other type of
insurance coverage till the successful commissioning of the project shall also be
covered by the vendor.
3.9 Penalty The Penalty Clause is as under
(a) If the tenderer fails to deliver the goods within the period specified in the tender
form the Institute may, at the request of the supplier, allow an extension in time
subject to recovery from the tenderer as agreed liquidated damages, and not by way
of penalty, a sum equal to the percentage of the value of stores which the tenderer
has failed to supply for period of delay as stated below:
(i) Delay up to one month = 1%
(ii) Delay exceeding one month but not exceeding two month = 2%
(iii) Delay exceeding two month but not exceeding three month = 5%
(iv) Delay exceeding three month= 5% for each month and part there of subject to
maximum 10%
(b) In case of failure to supply the goods within the prescribed time and in
accordance with the specifications given in the Quotations, the institute shall be free
to cancel the order and make purchases from the next higher bidder or from the
open market as the case may be. In that case the losses sustained by the institute
shall be recovered from the defaulting supplier. The institute will be at liberty to
recover the losses from the earnest money/Performance security as the case may
be.
44
3.10 Termination of Contract MNITJ reserves the right to terminate the contract if the vendor commits a breach of
the contract conditions/ PO conditions by giving 30 days notice. The breach of
contract includes, but is not limited to the following
(a) The time schedule of the services is delayed beyond a reasonable period.
(b) The vendor stops work in an unauthorized way.
(c) The deficiencies brought to the notice of vendor are not corrected upon even
after repeated reminders.
(d) The vendor fails to meet its commitment or statuary obligations as ordained by
the law.
(e) In case of termination of Agreement, MNITJ shall have right to forfeit the security
deposit and invoke the Performance Security.
3.11 Legal jurisdiction
Any legal dispute arising out of the contract shall be settled in Jaipur
3.12 Pre-shipment inspection
The successful vendor has to submit the pre inspection schedule and test protocol
for the main equipments. The vendor has to give the inspection call well in time to
MNITJ for carrying out the pre inspection. Based on its discretion and merits, MNITJ
may issue a waiver for the pre –inspection based on the test report submitted to it.
3.13 Performance Testing
The performance testing of the complete test facility would be carried at MNITJ for a
duration of 24 hrs. Further, the downtime of the facility should not be more than 4
weeks during the warranty period of 12 months from the date of commissioning of
the system.
3.14 Force Majeure
Any delay or failure in the performance hereunder shall be excused if and to the
extent caused by the occurrence of a Force Majeure. Force Majeure shall mean a
cause or an event that is not reasonably foreseeable.
45
3.15 Payment terms The payment shall be in staggered manner based on the progress of the project
deliverables and as follows
Sl.No Deliverable Percentage of the
order value
1.0 Submission and approval of Drawings
specifications, data sheets etc
15 %
2.0 Receipt of the major main equipments at MNITJ 30%
3.0 Installation and Pre – commissioning 25%
4.0 Commissioning & after satisfactory performance
testing as per schedule of performance testing
15%
5.0 Accreditation support / Training 10%
6.0 Balance on successful handing over of the system
to MNITJ.
05%
3.16 Validity
The validity of the bid should be 180 days from the date of initial opening of tender.Bids, not valid until the date mentioned above, shall be rejected.
3.17 Tax benefit
MNIT would issue multiple certificates for custom duty purposes based on the exact nomenclature and description provided by the vendor for the bonafide use.
Excise duty exemption is applicable in case of MNITJ from the competent authority due to its Technical educational Institution status.
3.18 Warranty
All equipment quoted should be provided with warranty at site for a period of at least ONE year, from the date of commissioning of equipment. Free software upgrades will be provided during this period by the supplier. Any part(s) failing during the warranty period shall be repaired/replaced free of charge by the supplier at site i.e. no transportation charges would be paid by MNIT Jaipur for transporting the defective / repaired items if required to be removed from the site during the warranty period. Warranty period is to be extended corresponding to the outage period if the failure rectification takes more than 15 days time.
46
In addition, the bidder has to
• Quote AMC charges on a year-to-year basis for each of the equipment, at least for a period of TWO years after the expiry of the warranty period (AMC cost not exceeding 5% of the cost of the project, which is negotiable at the time of placing order) for non cost sharing option. A quotation of equipment submitted by the bidder, without submission of warranty and AMC beyond warranty period as desired above, shall be rejected. The AMC will be considered as part of cost for evaluation of financial bid.
• Submit an undertaking that the bidder and the purchaser may further enter into AMC of the equipment supplied by the bidder, beyond the expiry of the two-year period, at a rate agreed mutually at that time.
• Non-submission of authorization letters to cover warranty period from the manufacturers/suppliers shall result in rejection of bid.
• Supplier should give a certificate for providing spares and maintaining support for this system for the duration of the warranty and AMC.
• Only comprehensive warranty / AMC will be accepted. Limited/carry in warranty will not be accepted.
47
Appendix1a(Part3)
Letter for submission of the financial bid (On company’s letter head)
Ref: Date:
To,
The Registrar
Malaviya National Institute of Technology
Jaipur – 302017
Sub: Submission of price bid for the tender for Psychrometric test facility at MNITJ.
Sir ,
I/We have perused the bid document for subject Project and other details and
am/are willing to undertake and complete the Project as per terms and conditions
stipulated in the RFP document.
The price for our quoted system is submitted through e tendering (in pre defined
Excel format only)
I/We also hereby agree to all terms and conditions set out with the tender documents
except those specifically covered in the deviations mentioned in the specified format.
This offer is valid for a period of 120 days from the date of opening of the Bid (Bid
due date).
We understand you are not bound to accept any Proposal you receive.
(Authorized Signatory)
(Name)
Designation
48
Appendix1b(Part3).i
Price Bid ( online only)
( For option 1: Non cost sharing option)
Note:
1) The vendor may fill in the prices for their quoted goods and services in the
specified format giving complete details of taxes/duties as asked for or otherwise as
applicable.
2) The total prices should be in words and figures both.
3) Detailed price break up of the quoted prices at sub system and component level
is required to justify the cost.
4) Rates of imported goods must be quoted excluding custom duty & excise duty as
this institution is exempted from payment of custom & excise duty.
5) System cost and subsequent O& M cost to be quoted separately below
A. Equipment Cost
S.No Item
description
Unit of
Meas.
Qty Unit
price
Total
Price
Price Basis
(e.g. FOR /FOB / Ex.
Works etc)
1
2
3
4
5
6
Total
Amount in words
……………………………………………………………………………….
49
B. System installation cost & 2 Year AMC charges
S.No Installation cost 2 Year Annual Maintenance
Contract Charges after one year
warranty period
Total Cost (
Installation & AMC
cost)
1
Amount in words
……………………………………………………………………………….
C. Spare Parts cost (Mandatory spares and any specialized Mandatory Tools and
Tackles cost )
S.No Item
description
Unit of
Meas.
Qty Unit
price
Total
Price
Price Basis
(e.g. FOR /FOB / Ex.
Works etc)
1
2
3
4
5
6
Total
Amount in words
……………………………………………………………………………….
D. Total System Cost without taxes
S.No System Equipment
Cost ( A)
Installation & 2 Yr
AMC cost (B)
Spare parts
cost ( C)
Total System Cost
( A+B+C)
1
50
Amount in words
……………………………………………………………………………….
E.Taxes /Duties/ Levies details
S.No Description Inclusive/
Exclusive in
above prices
@ Rate Net payable
amount
1 Packing & Forwarding
2 Excise duty
3 VAT
4 Service Tax
5 Octroi
6 Freight
7 Unloading & storage
8 Insurance
9 Custom duty
10 Clearance charges
9 Any other
Total
Amount in words
……………………………………………………………………………….
Total System Cost with Taxes (D+E) …………………………………………………
Amount in Words ……………………………………………………..
(Authorized Signatory)
Designation
Date
51
Appendix1b(Part3).ii
Price Bid ( online only) ( For option 2: Cost sharing option)
Note: 1) The vendor may fill in the prices for their quoted goods and services in the
specified format giving complete details of taxes/duties as asked for or otherwise as
applicable.
2) The total prices should be in words and figures both.
3) Detailed price break up of the quoted prices at sub system and component level
is required to justify the cost.
4) Rates of imported goods must be quoted excluding custom duty & excise duty as
this institution is exempted from payment of custom & excise duty.
5) System cost and subsequent O& M cost to be quoted separately below
Quoted Percentage of Cost Sharing ( in %)
A. Equipment Cost
S.No Item
description
Unit of
Meas.
Qty Unit
price
Total
Price
Price Basis
(e.g. FOR
/FOB / Ex.
Works etc)
Price after
cost sharing
1
2
3
4
5
6
Total
Amount in words
……………………………………………………………………………….
52
B. System installation cost
S.No Actual Installation cost Installation cost after Cost sharing
1
Amount in words
……………………………………………………………………………….
C. Spare Parts cost (Mandatory spares and any specialized Mandatory Tools and
Tackles cost)
S.No Item
description
Unit of
Meas.
Qty Unit
price
Total
Price
Price Basis
(e.g. FOR
/FOB / Ex.
Works etc)
Price after
cost sharing
1
2
3
4
5
6
Total
Amount in words
……………………………………………………………………………….
D. Total System Cost without taxes ( A+B+C) :
S.
No
System Equipment
Cost after cost
sharing (A)
Installation cost after
cost sharing (B)
Spare parts cost
after cost sharing
(C)
Total System
Cost
D=(A+B+C)
1
53
Amount in words
……………………………………………………………………………….
E. Taxes /Duties/ Levies details
S.No Description Inclusive/
Exclusive in
above prices
@ Rate Net payable
amount
1 Packing & Forwarding
2 Excise duty
3 VAT
4 Service Tax
5 Octroi
6 Freight
7 Unloading & storage
8 Insurance
9 Custom duty
10 Clearance charges
9 Any other
Total
Amount in words
……………………………………………………………………………….
Total System Cost with Taxes (D+E) …………………………………………………
Amount in Words ……………………………………………………..
(Authorized Signatory)
Designation
Date
54
Appendix 2(part3)
Details of Deviations( if any) Sl. No.
Page No. & Clause No.
Description Remarks/Reasons/Alternatives
Signature of authorized person Designation Date
55
Part 4 – Checklist (For Tender submission)
56
Note: Bidder to ensure that the tender document is complete in all respect in
accordance with the below check list.
Sl. No Description Method of submission
Check Box
Part 1 General Details - Letter of Bid submission Appendix 1a Online + Hard Copy
- Letter of authorization Appendix 1b Online + Hard Copy - Company’s Profile and general detail Appendix 2 Online + Hard Copy - Bidders experience for similar projects Appendix 3 Online + Hard Copy - Details of subject matter experts Appendix 4 Online + Hard Copy - Financial status for last 3 Yrs Appendix 5 Online + Hard Copy - Bidders write up on understanding of Appendix 6
Project needs..... Online + Hard Copy
- Details of suggestions/deviations Appendix 7 Online + Hard Copy Part 2 Technical Details
Balance of system matrix Appendix1(part2) Online + Hard Copy List of Mandatory……. Appendix2(part2) Online + Hard Copy Comparison of technical parameters Appendix3(part2) Online + Hard Copy Details of major proprietary…… Appendix4(part2) Online + Hard Copy Matrix of manpower and training…. Appendix5(part2) Online + Hard Copy Schedule of submittal of drgs. Appendix6(part2) Online + Hard Copy Model proposed for self sustenance Appendix7(part2) Online + Hard Copy Details on licensing ,patent etc of technology Online + Hard Copy Configuration & Technical specifications Online + Hard Copy Any specific deviations ( use appendix 7 format ) Online + Hard Copy Technical details of system as asked for in Tender
Part 3 Prices and Commercial terms and conditions Letter for submission of bid
Appendix1a(part3) Online + Hard Copy
Price bid for supply and services Appendix1b(part3)i&ii
Only online
Details of deviations Appendix2(part3) Online + Hard Copy Gener
al Signatures on individual pages of bid and Tender document
Envelope1 – Technical bid Envelope 2 – EMD & Tender cost Envelope 3– To contain envelope 1 ,2
Assistant Registrar ( S&P)
MNIT Jaipur