• No results found

REQUEST FOR PROPOSAL VOLUME -1

N/A
N/A
Protected

Academic year: 2022

Share "REQUEST FOR PROPOSAL VOLUME -1 "

Copied!
41
0
0

Loading.... (view fulltext now)

Full text

(1)

T WORKS

REQUEST FOR PROPOSAL VOLUME -1

FOR

SUPPLY INSTALLATION TESTING AND COMISSONING OF EQUIPMENT MACHINERY FOR

1. Package 4: 3D Printer 2. Package 6: Laser 3. Package 7: Electronics 4. Package 9: Woodshop 5. Package 12: Finish Shop 6. Package 13: Metal Shop 7. Package 16: Pottery

Issued by:

The Chief Executive Officer, T-Works, T Works Foundation Corporate Office, 7th Floor, splendid Towers, Indian Airlines Colony, Begumpet, Hyderabad – 500 003. India

www.T Works.telangana.gov.in

August 2021

(2)

Tender Notice To

All Prospective Bidders

Bidders are invited to submit their Bids online on or before the time and date for submission as indicated in the below Table. The Bids submitted after this time and date will not be considered under any circumstances, unless notified by T Works with full information of the altered time and date.

S N0.

Event Description

Particulars

1 Procurement Details Supply & Installation of the following equipment/ machinery along with testing, commissioning and training:

Package 4: 3D Printer

1. Package 4.1: Commercial Grade Stereolithography Printer (Medium, Large format, Medical Grade)

2. Package 4.2: 3D Printer- FFF Desktop Printer 3. Package 4.3: 3D Printer- FFF Large Format.

Please refer to Volume 2 Package 4 for detailed Equipment / Machinery Requirements and Specifications.

Package 6: Laser

1. Package 6.1: Co2 Laser Cutter 2. Package 6.2: Fiber Engraver

Please refer to Volume 2 Package 6 for detailed Equipment / Machinery Requirements and Specifications.

Package 7: Electronics

1. Package 7.1: Electronics Lab Instruments 2. Package 7.2: Spectrum Analyzer 9kHz-3GHz 3. Package 7.3: Spectrum Analyzer 9kHz-7.5GHz 4. Package 7.4: RF Signal Generator

5. Package 7.5: Single Channel: Programmable DC Power Supply

6. Package 7.6: Dual Channel Programmable DC Power Supply 7. Package 7.7: Triple Channel Programmable DC Power Supply 8. Package 7.8: Linear Bench top DC Power supply- 30V 5A

9. Package 7.9: Linear Bench top DC Power supply- 60V 40A 10. Package 7.10: Linear Bench top DC Power supply-60V 15A

11. Package 7.11: Source Meters 12. Package 7.12: DC Electronic Load 13. Package 7.13: LCR Meter Benchtop

14. Package 7.14: Digital AC HV Breakdown Tester 15. Package 7.15: Digital Insulation Resistance Tester 16. Package 7.16: Li-Ion Battery Spot Welder

17. Package 7.17: Stereo Microscope

18. Package 7.18: High End Soldering Equipment

19. Package 7.19: Thermal Imaging System - Electronics Testing 20. Package 7.20: Thermal Imaging System – Handheld

21. Package 7.21: Thermal Imaging System - Mobile

22. Package 7.22: FLUKE 434 II - Three-Phase Energy Analyzer

(3)

23. Package 7.23: General Multimeter

24. Package 7.24: True RMS Industrial Multimeter

25. Package 7.25: True RMS Field Technicians Digital Multimeter 26. Package 7.26: Clamp Meter

27. Package 7.27: True RMS Clamp Meter 28. Package 7.28: Gas Flow Analyzer 29. Package 7.29: Soldering Station 30. Package 7.30: Solder Smoke Absorber

31. Package 7.31: Tabletop Camera Inspection Microscope 32. Package 7.32: Soldering Station- Hot Air

33. Package 7.33: PCB Vise

34. Package 7.34: Table Mount Magnifier ESD Safe 35. Package 7.35: Ultra Sonic Bath for PCB cleaning-2ltr 36. Package 7.36: Ultra Sonic Bath for PCB cleaning-20Ltr 37. Package 7.37: SMT Pick and Place Package

38. Package 7.38: Logic Analyzer – Saleae 39. Package 7.39: Component Tester

40. Package 7.40: SMD Component Test Tweezers

41. Package 7.41: 3 Phase Variac, 10A with terminal brought out on the plate

42. Package 7.42: Single Phase Variac, 10A 43. Package 7.43: Sliding Rheostat,8 A, 100 ohm 44. Package 7.44: Data Loggers.

Please refer to Volume 2 Package 7 for detailed Equipment / Machinery Requirements and Specifications.

Package 9: Wood Shop 1. Package 9.1: Table Saw 2. Package 9.2: Thickness Planer

3. Package 9.3: Vertical Band Saw - Bench Top

4. Package 9.4: Professional Vertical Band Saw – Large 5. Package 9.5: Surface Planar

6. Package 9.6: Lathe

7. Package 9.7: Drum Sander

8. Package 9.8: Oscillating Belt Sander 9. Package 9.9: Oscillating Spindle Sander 10. Package 9.10: Downdraft Sanding table 11. Package 9.11: Height Adjustable Worktable 12. Package 9.12: Radial Arm Saw

13. Package 9.13: Piller Drill Press 14. Package 9.14: Router Table

Please refer to Volume 2 Package 9 for detailed Equipment / Machinery Requirements and Specifications.

Package 12: Finish Shop

1. Package 12.1: Bead Blasting Cabinet 2. Package 12.2: Spray Paint Booth

3. Package 12.3: Vibratory Polishing Tumbler Machine 4. Package 12.4: Active Downdraft Table- for Grinding 5. Package 12.5: Powder Coating.

Please refer to Volume 2 Package 12 for detailed Equipment / Machinery Requirements and Specifications.

(4)

Package 13: Metal Shop

1. Package 13.1: CNC Tube and Pipe Bending Machine 2. Package 13.2: Tool Room Package

3. Package 13.3: Precision Drilling cum Tapping Machine 4. Package 13.4: Horizontal Band Saw

5. Package 13.5: Hydraulic Workshop Press (Power Operated) 6. Package 13.6: Electric Slip Roll

7. Package 13.7: Arbor Press - 1 Ton 8. Package 13.8: Arbor Press - 5 Ton.

Please refer to Volume 2 Package 13 for detailed Equipment / Machinery Requirements and Specifications.

Package 16: Pottery Package 16: Pottery

Please refer to Volume 2 Package 16 for detailed Equipment / Machinery Requirements and Specifications.

2 Tender Reference No.

T WORKS|| EQP||PROC||20-21|| PACKAGES 4,6,7,9,12,13,16 3 Date and time for

download of tender documents

Download Start Date: 07thAugust 2021 from 16:00 hours IST.

Download End Date 18th August 2021 up to 15:00 hours IST.

Note: This tender call is issued on e-procurement market place at www.eprocurement.telangana.gov.in. All the terms and conditions are to be read jointly as mentioned in the e-procurement market website and in this document. Interested bidders may download the Bid Documents from the e procurement web site www.tender.telangana.gov.in.

4 Last Date for receipt of queries, if any

13th August 2021 latest by 04:00 PM

queries have to be sent at the following email ids:

procurement@tworks.in / ceo-tworks@telangana.gov.in / sanjay.tworks@telangana.gov.in.

5 Email Address for Communication

procurement@tworks.in/ ceo-tworks@telangana.gov.in / sanjay.tworks@telangana.gov.in

6 Contact Person Details

Mr. Hemanth Yerragudi. +91-9030745236 7 Bid Due date / Bid

Submission date

16.00 hours IST on 18th August 2021.

Bidders are requested to submit their Bids taking into consideration any amendments / clarifications that may be issued and duly considering such changes, if any, made. Bidders are entirely responsible for complying to the amendments issued, if any, before Bid submission time & date.

8 Date & Time for opening of Pre- qualification &

Technical Bid

On Bid Due Date; Time 16.30 hours IST

9 Date & Time of opening of Financial Bid

After evaluation of Pre-qualification & Technical Bid. Will be intimated to the Bidders who satisfy all the stages of pre- qualification and technical bid.

(5)

10 Transaction Fee The Bidders have to pay Transaction Fee as applicable to e- procurement.

11 Processing Fee Irrespective of the number of Packages/ Sub-packages for which Bid is submitted, Processing Fee of Rs.2500 in favour of T Works foundation has to be paid online payment through net-banking / debit card / credit card and the account details are as furnished at S. No. 12 below.

12 Earnest Money Deposit

(Refundable)

The EMD to be furnished as per the details as provided in Annexure I of the Tender through online payment through net-banking / debit card / credit card.

Name: T Works Foundation Bank: IDBI Bank

Branch: Secunderabad A/c No. 0297102000014960 A/c Type: Current Account IFSC Code: IBKL0000297.

In case the Bidder is an NSIC / MSME registered firm, it can submit the same to claim EMD exemption and in that case the certification should be valid until 30th Oct 2021.

T-Works GST Number

36AAGCT5202L1Z9 13 Bid Validity

Period

90 days from the Bid Due Date.

*Mentioned period can be extended under authority’s prior approval.

14 Scope of Work • Supply & Installation of the Equipment as mentioned in each of the Packages along with required Accessories as mentioned at S No. 1 (Procurement Details) of the Table.

• Warranty for 1 (one) year or as per OEM’s standard warranty period, whichever is higher, for the installed Equipment which includes Preventive Maintenance. To provide a checklist for maintenance of the Equipment which may be modified afterwards on mutual consent prior to Installation.

• The bidder must have service units in India to perform warranty obligations and to attend to any breakdown calls within 24 hours as per Service Level obligations.

15 Procedure for Bid submission

• Bids shall be submitted online on www.eprocurement.telangana.gov.in platform.

• The participating bidders in the tender should register themselves on e- procurement platform in the website www.eprocurement.telangana.gov.in.

• Bidders can login to e-procurement platform in Secure mode only by signing with the Digital certificates.

(6)

• The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the standard formats as made available along with this Tender.

• The bidders should scan and upload the respective documents in technical bid documentation as detailed mentioned in bid document including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness /authenticity.

With regards to offered product/equipment/machinery complying to Specifications as defined in the tender document, Bidders have to upload the filled in excel sheet in the format as enclosed with this tender.

• The rates should be quoted online only.

Failure to furnish any of the uploaded documents, certificates, etc., shall entitle for rejection of the Bid. T Works shall not be held responsible on account of any postal delays. Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to be false / fabricated / bogus, the bidder will be disqualified, blacklisted and action will be initiated as deemed fit and the Bid Security will be forfeited.

• T Works / TSTSL will not be held responsibility for non-visibility of the scanned and uploaded documents.

• The Documents that are uploaded online on e-procurement place will only be considered for Bid Evaluation.

• To bring total automation of processes in e-Procurement, Government has issued orders permitting integration of electronic Payment Gateway of ICICI Bank/Axis Bank with e- Procurement platform, which provides a facility to participating suppliers / Bidders to electronically pay the transaction fee online using their credit cards.

16 Brief Description of Bidding Process

• Tenders are invited on e-procurement platform under lumpsum basis on Single Stage two envelope system and the Eligibility Criteria for the Works would be as defined in this Tender. The Bidder will be selected under Least Cost Selection (the “LCS”) method, i.e., lowest Bid Price as described in this Tender.

• Bids would be evaluated on the basis of the lowest Bid Price as quoted by the Bidder Package-wise/ Sub-Package-wise in its Bid. In this regard, please note that Bid Price is the Supply &

Installation price along with Warranty for 1 (one) year or as per OEM’s standard warranty period, whichever is higher, for the Equipment supplied.

(7)

17 General Terms of Bidding

• Bidder has the option of quoting for one or more than one Package / Sub-Package as mentioned in S No. 1.

• Bidder has to go through both the Volumes of the Tender document, i.e., Volume 1& Volume 2:

➢ Volume 1 comprises Pre-Qualification requirements and General conditions of the Contract and

➢ Volume 2 consists of technical specifications along with Quantities/ List of Requirements.

For the sake of clarity and by way of illustration, in case the Bidder is bidding for 3D Printer (Package No.4), the Bidder has the option of bidding for entire Package or Bid for one or more Sub-Packages as it deems fit for the Bidder as mentioned in Package 4.

• Bids would be evaluated based on per Package /sub package -wise quote and whoever offers the lowest Bid Price for that Package/sub package would be the Selected Bidder for that Package/sub package. In this regard, please note that the Eligibility Criteria to be satisfied and the EMD to be submitted shall be as applicable to the Package(s) / Sub-Package(s) of procurement for which Bidder has submitted its Bid.

• No Bidder shall submit more than one Bid for the same package/sub package.

• The bidder should quote items on individual equipments, even if they are quoting for whole turnkey package.

• The Bid should be furnished in the formats as specified in the appendices. Bid amount shall be indicated clearly in both figures and words, in Indian Rupees, and signed by the Bidder’s authorized signatory. In the event of any difference between figures and words, the amount indicated in words shall be taken into account. The Bidders should ensure that all the information required to be provided by them under the Biding Documents is included in their Bid whether or not a particular format specified herein makes provision for submission of such information and/or whether or not a format for submission of such information is incorporated in the Biding Documents.

• Performance Statement as per Appendix III along with relevant copies of orders and end users’ satisfaction certificates have to be enclosed.

(8)

• The Equipment details including Make, Model, etc., without prices to be submitted along with Technical Bid. Bidders shall state the guaranteed performance or efficiency in response to the specifications.

Self-attested copies of GST registration certificate and PAN Card to be submitted.

• Any condition or qualification or any other stipulation contained in the Bid shall render the Bid liable to rejection as a non- responsive Bid.

• Any entity which has been barred by the Central/State Government, or any entity controlled by it, from participating in any project, and the bar subsists as on the date of the Bid, would not be eligible to submit the Bid.

• Notwithstanding anything contained in this Tender, T Works reserves the right to reject any Bid and to annul the Biding Process and reject all Bids at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.

T Works reserves the right not to proceed with the Biding Process at any time, without notice or liability, and to reject any Bid without assigning any reasons.

• T Works reserves the right in not considering the Bid of a bidder, if such bidder had a past bad track record or their earlier performance was unsatisfactory.

Verification & Disqualification: T Works reserves the right to verify all statements, information and documents submitted by the Bidder in response to the Tender and the Bidder shall, when so required by T Works, make available all such information, evidence and documents as may be necessary for such verification. Any such verification, or lack of such verification, by T Works shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of T Works there under.

Addendum: At any time prior to the Bid Due Date, the Authority may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the Tender by issuance of Addenda.

Any Addendum issued hereunder will be in writing and shall be placed in e-procurement portal / T Works’ website.

• To assist in examination and evaluation of tender’s T Works may ask Bidders individually for clarification of their Bid. Such

(9)

request shall be in writing and the response shall also be in writing. T Works shall not entertain any correspondence with any Bidder in relation to acceptance or rejection of any Bid.

Bid Due Date: T Works may, in its sole discretion, extend the Bid Due Date by issuing a Corrigendum.

Preparation &

Submission of Bid

Bids should be submitted in two parts namely, “Technical bid” and

“Financial Bid on e-procurement website. The bidder should upload all the required formats and documents as mentioned in the tender document.

➢ Covering Letter (Appendix I).

➢ EMD

➢ Technical Bid.

➢ Details of Bidder (Appendix II)

➢ Performance Statement (Appendix III)

➢ Undertaking (Appendix IV)

➢ PO/work order copies in support of experience of supply of similar equipment in the past.

➢ Service Centers details

➢ Undertaking of authenticity for Equipment (Form T1)

➢ Declaration regarding Litigation History (Form T2)

➢ Annexure III (Technical compliance of offered items Package-wise)

➢ Technical datasheets, make, model, certifications, literature, etc., for the offered items Package-wise.

➢ Un-Priced form

➢ PAN card and GST Tax certificates.

➢ Any other documents as per tender document, if any, as required.

➢ Financial Bid (Price Bid): Online e–procurement website.

19 Eligibility Criteria Please refer Schedule A of the Tender document in this regard.

20 Evaluation of Bids • Bids will be opened on the e-Procurement web site only. The opening of Bids will be as per the e-procurement procedures.

• Bids will be in Two parts (technical and financial) as indicated in the tender call. For two-part bid there will be two bid opening events on e-procurement website.

• Prior to the detailed evaluation, Preliminary scrutiny will be made to determine whether they are complete and are generally in order. A substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. If a bid is not substantially responsive, it will be rejected and its EMD shall be returned as per the provisions of the Tender.

• T Works may waive any minor informality, nonconformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

(10)

• The Procurement Committee constituted by T Works will subsequently examine and evaluate the Bids in accordance with the provisions set out in the Tender.

• To facilitate the evaluation of Bids, T Works may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Bid. The Bidder has to respond to T Works and submit the relevant proof /supporting documents required against clarifications, if applicable.

• Technical bid shall be evaluated in two sub-steps.

In the second step, T Works may seek from bidder(s) for any additional information, visit to bidders’ site and/or arrange discussions with their professional, technical staff to verify claims made in technical bid

• T Works may identify a part or segment of the proposed Equipment. The concerned bidder, on demand, should be able to demonstrate functional requirements as described in the specifications for the items offered.

• Only those Bidders who comply with Eligibility Criteria as set out in the Tender shall be shortlisted for opening of the Price Bids.

• Arithmetical errors will be rectified in the following manner:

❖ If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid will be rejected and its bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

• The Bidder with lowest Bid Price shall be the Lowest Bidder and shall be the Selected Bidder, subject to the provisions of the Tender.

• Evaluation of Price Bids will not take into account any offer not asked for or not relevant to the present requirements of T Works.

• Contacting T Works: Bidder shall not approach T Works or its officers outside of office hours and / or outside T Works office premises, during the Bid Evaluation to the time the Contract Agreement / Purchase Order is awarded.

(11)

• Any effort by a bidder to influence T Works or its officers in the decisions on bid evaluation, bid comparison or Contract Agreement / Purchase Order award may result in rejection of the bidder's offer and bidder may also be marked as ineligible for any future tender participation. If the bidder wishes to bring additional information to the notice of the T Works, it should do so in writing only.

• T Works reserves the right at the time of award to increase or decrease the quantity, as indicated in the Tender, from the quantity of goods and services originally specified without any change in unit price or other terms and conditions.

• T Works reserves the right to accept or reject any bid or all Bids, and to annul the bidding process and reject all bids at any time prior to award of Contract Agreement / Purchase Order, without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for such decision.

• Signing of Contract Agreement / issue of Purchase Order: Once the Tender committee notifies the Selected Bidder whose Bid has been accepted, T Works will issue Letter of Acceptance (LOA) in duplicate to the Selected Bidder on conclusion of negotiations, if any. Within three days of receipt of LOA, the Selected Bidder has to return the duplicate copy of the LOA duly acknowledging the same. Within 7 days of issuance of LOA and on furnishing the Performance Security, T Works will issue the Purchase Order / make Contract Agreement. In case of Contract Agreement, on receipt of the Contract Agreement Form, the successful bidder shall execute the Agreement by visiting T Works office or sign and date the Contract and return it to T Works.

• In this regard, T Works may ask the Lowest Bidder to produce copies of invoices along with price of the model/make as quoted in the tender, supplied to any other Government / Private organizations in India in support of their quoted price in the last one year. T Works reserves the right to negotiate on the quoted price as it deems fit.

21 Corrupt,

fraudulent and unethical

practices

Corrupt, fraudulent and unethical practices

• “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the process of Contract Agreement / Purchase Order execution and

• “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract Agreement / Purchase Order to detriment of the purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition:

(12)

• “Unethical practice” means any activity on the part of bidder, which try to circumvent tender process in any way. Unsolicited offering of discounts, reduction in financial bid amount, upward revision of quality of goods etc., after opening of first bid will be treated as unethical practice.

• T Works will reject a proposal for award and also may debar the bidder for future tenders in T Works, if it determines that the bidder has engaged in corrupt, fraudulent or unethical practices in competing for, or in executing a Contract Agreement / Purchase Order.

22 Miscellaneous • The Biding Process shall be governed by, and construed in accordance with, the laws of India and including but not limited to laws of Government of Telangana and the T Works Rules and Regulations in force and as amended from time to time;

and the Courts in Hyderabad shall have exclusive jurisdiction in all disputes arising under, pursuant to and/ or in connection with the Biding Process.

• It shall be deemed that by submitting the Bid, the Bidder agrees and releases T Works, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/ or performance of any obligations hereunder, pursuant hereto and/ or in connection with the Biding Process and waives, to the fullest extent permitted by applicable laws, any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether present or in future.

23 Delivery Site / Location

T Works, Plot 1/D, 1/E, 1/F, Survey No. 83/1, Raidurgam, Ranga Reddy District, Hyderabad–500 032.

24 General

Conditions of Supply / Contract

Performance security: Within Fifteen (15) days from date of issue of LOA by T Works, the Supplier shall furnish performance security to T Works for an amount equal to three percent (3%) of the total value of the Contract, valid up to sixty (60) days after the date of completion of all Warranty obligations by the Supplier. The Performance Security shall be in the form a Bank Guarantee issued by any Scheduled bank in India, in the prescribed form as provided in Appendix VII of this document in favor of T Works.

In the event of any failure /default of the Supplier as per the Scope of Works with or without any quantifiable loss to T Works, the amount of the Performance Security is liable to be forfeited.

T Works will release the Performance Security without any interest to the Supplier on completion of Supplier’s contractual obligations up to Warranty Period.

(13)

Failure of the Selected Bidder to sign the Contract Agreement /accept the Purchase Order and execute it, proposed in this Tender document and as may be modified, elaborated or amended through a letter, shall constitute sufficient ground for cancellation of the award and forfeiture of Bid Security, and in which case T Works may place the award to another bidder (next ranking Bidder) or call for fresh tender.

Technical Specifications: The Equipment & Services to be provided by the Supplier under this Tender / Contract shall confirm to the technical specifications and quality control parameters mentioned in ‘Technical Specification’ of this Tender document.

User license: The Bidder shall provide licenses for all software products, whether developed by it or acquired from others. In the event of any claim asserted by a third party for software piracy, the bidder shall act expeditiously resolve such claim(s).

Delivery times along with Installation: The Package/Sub Package-wise delivery & installation schedule is as given hereunder:

Package No.

Scheduled Delivery &

Installation Period (No. of Days) Package 4: 3D Printer

4.1. Commercial Grade Stereolithography

Printer 60

4.2. FFF Desktop Printer 30

4.3. FFF Large Format Printer 30

Package 6: Laser

6.1. Co2 Laser Cutter 120

6.2. Fiber Engraver 30

Package 7: Electronics

7.1. Electronics Lab Instruments 40

7.2. Spectrum Analyzer 9kHz-3GHz 60

7.3. Spectrum Analyzer 9kHz-7.5GHz 60

7.4. RF Signal Generator 60

7.5. Single Channel: Programmable DC

Power Supply 60

7.6. Dual Channel Programmable DC Power

Supply 60

7.7. Triple Channel Programmable DC

Power Supply 60

7.8. Linear Bench top DC Power supply- 30V

5A 40

7.9. Linear Bench top DC Power supply- 60V

40A 40

(14)

7.10. Linear Bench top DC Power supply-

60V 15A 40

7.11. Source Meters 40

7.12. DC Electronic Load 40

7.13. LCR Meter Benchtop 40

7.14. Digital AC HV Breakdown Tester 40 7.15. Digital Insulation Resistance Tester 40

7.16. Li-Ion Battery Spot Welder 40

7.17. Stereo Microscope 120

7.18. High End Soldering Equipment 60 7.19. Thermal Imaging System - Electronics

Testing 40

7.20. Thermal Imaging System – Handheld 40 7.21. Thermal Imaging System – Mobile 40

7.22. FLUKE 434 II - Three-Phase Energy

Analyzer 40

7.23. General Multimeter 40

7.24. True RMS Industrial Multimeter 40 7.25. True RMS Field Technicians Digital

Multimeter 40

7.26. Clamp Meter 40

7.27. True RMS Clamp Meter 40

7.28. Gas Flow Analyzer 40

7.29. Soldering Station 30

7.30. Solder Smoke Absorber 30

7.31. Tabletop Camera Inspection

Microscope 30

7.32. Soldering Station- Hot Air 30

7.33. PCB Vise 30

7.34. Table Mount Magnifier ESD Safe 30 7.35. Ultra Sonic Bath for PCB cleaning-2ltr 30 7.36. Ultra Sonic Bath for PCB cleaning-

20Ltr 30

7.37. SMT Pick and Place Package 40

7.38. Logic Analyzer – Saleae 60

7.39. Component Tester 60

7.40. SMD Component Test Tweezers 30

7.41. 3 Phase Variac, 10A with terminal

brought out on the plate 30

7.42. Single Phase Variac, 10A 30

7.43. Sliding Rheostat,8 A, 100 ohm 30

7.44. Data Loggers 30

Package 9: Wood Shop

9.1: Table Saw 120

9.2: Thickness Planer 60

9.3: Vertical Band Saw - Bench Top 30 9.4: Professional Vertical Band Saw - Large 60

9.5: Surface Planar 60

9.6: Lathe 60

9.7: Drum Sander 60

9.8: Oscillating Belt Sander 60

(15)

9.9: Oscillating Spindle Sander 60

9.10: Downdraft Sanding table 60

9.11: Height Adjustable Worktable 60

9.12: Radial Arm Saw 60

9.13: Piller Drill Press 60

9.14: Router Table 60

Package 12: Finish Shop Package

12.1. Bead Blasting Cabinet 60

12.2. Spray Paint Booth 60

12.3. Vibratory Polishing Tumbler Machine 30 12.4. Active Downdraft Table- for Grinding 30

12.5. Powder Coating 60

Package 13: Metal Shop

13.1: CNC Tube and Pipe Bending Machine 60

13.2. Tool Room Package 90

13.3. Precision Drilling cum Tapping Machine 30

13.4. Horizontal Band Saw 30

13.5. Hydraulic Workshop Press (Power

Operated) 30

13.6. Electric Slip Roll 30

13.7: Arbor Press - 1 Ton 30

13.8: Arbor Press - 5 Ton 30

Package 16: Pottery

16. Pottery 120

The Delivery & Installation shall be within the period as mentioned in the above Table from the date of receipt of Purchase Order. After Delivery of goods/items, T Works may conduct the Acceptance Tests. The Package-wise Acceptance Tests are as detailed in Annexure II of this Tender (Package-wise List of Items).

For any delays in delivery and installation beyond delivery &

installation period mentioned in the Purchase Order, the Supplier shall be liable for penalties as mentioned below:

❖ 1% of the value of the goods/Equipment for the late delivered goods per week or part thereof; 1.5%, for two weeks or part thereof; 2% for three weeks or part thereof and so on up to a maximum of 3% on the value of late delivered goods.

❖ If any delay is for more than 30 days, T Works will reserve the right to cancel the order without giving any notice and Performance security will be liable for forfeiture.

Spare Parts: The Supplier may be required to provide any or all of the following spares /materials, manufactured or distributed by the Supplier:

(16)

Such spare parts as T Works may choose to purchase from the Supplier, provided that this selection shall not relieve the Supplier of any warranty obligations under the PO.

In the event of termination of production of the spare parts, an advance notification to T Works of the pending termination, in sufficient time to permit T Works to procure needed requirements.

❖ The Supplier shall ensure availability of spares in stock at its nearest Service Centre for immediate delivery such spare parts as are a). necessary for operation after installation and b). are necessary to comply with Specifications as defined in the Tender.

❖ Supplier needs to give checklist of all spare parts provided along with regular replacement schedule.

Incidental Services: Subject to the stipulation, if any, in the Technical Specification, the Supplier shall be required to perform the following services:

❖ Installation and Demonstration of the Equipment.

❖ Training of Authority’s Staff, operators etc. for operating and maintaining the Equipment.

❖ Supplying required number of self-explanatory operation &

maintenance manuals including DVD, if any, for the Equipment to the satisfaction of T Works; and

❖ Maintenance of Equipment supplied for the Warranty Period.

Warranty:

❖ The Warranty shall include all spares/parts, labor and preventive maintenance from the date of completion of satisfactory installation and issuance of Final Acceptance Test certificate by T Works or its designated representative.

However, any expenses towards consumables shall be borne by T Works.

❖ The Supplier to provide maintenance service at short notice, not later than 24 hours for routine maintenance and 48 hours for special cases during the Warranty. Any further delays beyond permissible or as agreed by T Works, shall invoke penalty @0.5% per week subjected to a maximum of 5% beyond which T Works shall terminate the Contract.

(17)

❖ If the performance of any individual item or entire system is not satisfactory, the same shall be replaced by the Supplier free of cost.

❖ All faults appearing and their rectification shall be advised to T Works on a quarterly basis.

❖ Any lacuna or lacunae noticed in the functioning of the installation as a result of any design failure shall be rectified by the Supplier free of cost.

❖ The Supplier shall fully associate the authorized representatives / engineers / technicians of T Works during installation & testing.

❖ The Supplier warrants comprehensively that the Equipment supplied under the Contract is new, unused and incorporate all recent improvements in design and materials unless prescribed otherwise by T Works in the Contract. The Supplier further warrants that the Equipment supplied under the Contract shall have no defect arising from design, materials (except when the design adopted and/or the material used are as per T Works specifications) or workmanship or from any act or omission of the Supplier, that may develop under normal use of the supplied Equipment under the conditions prevailing in India.

❖ The warranty shall remain valid for 12 (twelve) months from the date of installation & testing with a regular update of newer technology as and when evolved for the Equipment after the Equipment or any portion thereof as the case may be, have been delivered, at no cost to T Works, to the final destination and installed at the final destination and accepted by T Works in terms of the Contract.

❖ No conditional warranty like mishandling, manufacturing defects, etc. will be acceptable.

❖ Warranty will be inclusive of all accessories for the Works.

❖ In case of any claim arising out of this Warranty, T Works shall promptly notify the same in writing to the Supplier.

❖ Upon receipt of such notice, the Supplier shall, within 24 hours on a 24 (hrs.) X 7 (days) X 365 (days) basis respond to take action to repair or replace the defective Equipment or parts thereof, free of cost, at the ultimate destination. The Supplier shall take over the replaced parts/Equipment after providing their replacements and no claim, whatsoever shall lie on the Authority for such replaced parts/Equipment thereafter. The penalty clause for non-rectification will be applicable as per tender conditions.

(18)

❖ If the Supplier, having been notified, fails to respond to take action to repair or replace the defect(s) within 24 hours on a 24 (hrs) X 7 (days) X 365 (days) basis, the Authority may proceed to take such remedial action(s) as deemed fit, at the risk and expense of the Supplier and without prejudice to other contractual rights and remedies, which the Authority may have against the Supplier.

❖ During Warranty period, the Supplier is required to visit Project Site at least once in 3 months commencing from the date of the installation of the Equipment for preventive maintenance of the Equipment.

❖ The Supplier shall ensure continued supply of the spare parts for the Equipment supplied by them to T Works for 1 year from the date of installation and handing over.

Prices: Prices to be charged by the Supplier for supply of Equipment and provision of services in terms of the Contract shall be the prices quoted by the Supplier in Price Bid of the tender and incorporated in the Contract. No additional payments towards travel and any other incidental expenses shall be entertained.

Payment Terms: For all the items:

❖ 75% payment on delivery & successful installation of items.

❖ 15% on successful installation of items.

❖ Balance 10% will be paid after Testing conducted by T Works.

Note: All the Delivery Challans & Installation Reports / report to be Counter signed by the authorized person from T Works.

Taxes and Duties: Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of the contracted Equipment to T Works.

Liquidated Damages: Except on account of Force Majeure, If the Supplier fails to deliver or install any or all parts of the Equipment or fails to perform the services within the time frame(s) incorporated in the Contract, T Works shall, without prejudice to other rights and remedies available to the Authority under the Contract, deduct from the Contract price, as liquidated damages, a sum equivalent to 0.25% per week of delay or part thereof on delayed supply of Equipment, installation, and/or services until actual delivery or performance subject to a maximum of 5% of the Contract price. Once the maximum is reached Authority may consider termination of the Contract. Since the Liquidated damages are in virtue of non- performance of services, it will attract GST also which in turn shall be deducted from the Supplier.

(19)

Termination for Default: T Works, without prejudice to any other contractual rights and remedies available to it may, by written notice of default sent to the supplier, terminate the Contract in whole or in part, if the supplier fails to deliver any or all of the Equipment or fails to perform any other contractual obligation(s) within the time period specified in the Contract, or within any extension thereof granted by T Works pursuant to provisions of the Contract.

In the event of T Works terminates the Contract in whole or in part, T Works may procure Equipment and/or services similar to those cancelled, with such terms and conditions and in such manner as it deems fit and the Supplier shall be liable to T Works for the extra expenditure, if any, incurred by T Works for arranging such procurement.

Unless otherwise instructed by T Works, the Supplier shall continue to perform the Contract to the extent not terminated.

Force Majeure: Notwithstanding the provisions contained in the Contract/Purchase Order, the Supplier shall not be liable for imposition of any such sanction so long the delay and/or failure of the Supplier in fulfilling its obligations under the Contract is the result of an event of Force Majeure.

For purposes of this clause, Force Majeure means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence, and which is not foreseeable and not brought about at the instance of, the party claiming to be affected by such event and which has caused the non – performance or delay in performance even after the party making reasonable efforts to overcome the Force Majeure event. Such events may include, but are not restricted to, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes excluding by its employees, lockouts excluding by its management, and freight embargoes.

❖ If a Force Majeure situation arises, the supplier shall promptly notify the Authority in writing of such conditions and the cause thereof within twenty one days of occurrence of such event. Unless otherwise directed by the Authority in writing, the supplier shall continue to perform its obligations under the Contract as far as reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

If the performance in whole or in part or any obligation under this Contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at its option terminate the Contract without any financial

(20)

repercussion on either side.

In case due to a Force Majeure event T Works is unable to fulfil its contractual commitment and responsibility, T Works will notify the Supplier accordingly and subsequent actions shall be taken on similar lines described in above sub-paragraphs.

Resolution of Disputes: If dispute or difference of any kind shall arise between T Works and the Supplier in connection with or relating to the Contract, the parties shall make every effort to resolve the same amicably by mutual consultations.

Except where otherwise provided in the Contract, all disputes relating to the Contract or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the Contract, orders or these conditions or otherwise concerning this Contract or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with by the Chief Executive Officer, T Works. The decision of the Chief Executive Officer, T Works shall be final.

Jurisdiction of the court will be from the place where the tender enquiry document has been issued, i.e., Hyderabad, Telangana, India.

Applicable Law: The Contract shall be governed by and interpreted in accordance with the laws of the State of Telangana / India for the time being in force.

Exit Clause: In case, the Supplier has not delivered the goods and services within the specified period, unless otherwise extended by the purchaser (T Works) in writing, the Contract Agreement / Purchase Order is deemed terminated.

25 Proposed List of Items Package-wise to be procured along with Specifications

Please refer to Volume 2 in this regard.

(21)

SCHEDULE A ELIGIBILITY CRITERIA

1. Status: The Bidder should be a Manufacturer or its authorized Agent (Dealer / Distributor).

The registration certificates with concerned authorities or any other document to establish the status of the Bidder have to be furnished.

2. The Supplier should submit the certificate of origin. Bidder to submit proof of manufacturers origin country.

3. The supplier should have prior experience in Supply, Installation & Testing of the item(s) for which Bid is submitted as per the makes attached.

It is mandatory to submit Bid for all the items within the Sub-Package, any deviation or shortfall will not be considered. However, Bidder is free to Bid for one or more Packages / Sub-Packages as it deems fit for the Bidder.

4. Minimum Work of Similar Nature: Eligible Bidders should have successfully supplied / executed 4 (four) similar nature of works in the last three years as on Bid Due Date. Copies of Work Orders / Purchase Orders / Completion Certificates have to be furnished.

In this regard, the Bidder has to furnish a "Brief Write up" covering aspects of make, model and other details of the Instruments proposed for the Project along with adequate data explaining the Bidder's capacity to perform the Contract covering all the aspects of the RFP with supporting documents.

Write up to include detailed technical documentation, references to various industry standards to which the Instruments and the services included in Bidder's offer conform, and other literature concerning the proposed Instruments. The Bidders should also identify areas in which their product conforms to open standards and areas that are proprietary in nature. Justification about proprietary components in terms of functionality and performance shall be given.

5. Certificates / Registrations: 3. PAN Card and GST Registration, as applicable.

(22)

6. Office in India: The Bidder must have office/offices in India at the time of submitting Bid.

The Bidder should also have an Authorized Service Centre in India with Service Engineer(s) and other technical staff as required to attend to service / calibration requests during Warranty Period. Proof of having office / Authorized Service Centre in India and proof of service rendered to at least three clients in the last three years along with their (clients) contact details must be submitted along with the Bid. Work completion certificate and in case of ongoing works progress certificates have to be submitted to demonstrate the service delivery to Indian clients.

Note: The Bidder must clearly spell out in its Bid, the Instruments details with the technical configuration / specification vis-à-vis the RFP requirements. The Bidders shall have to submit suitable catalogues for power source, torch, welding helmet and control panel, clearly mentioning the make, model and specification of the equipment. Offers without catalogue shall be summarily rejected. The Bidder / Manufacturer of the quoted product / Instruments is binding legally as per the contract including the warranty.

7. Bidder who meets all the qualification criteria needs to quote directly. If the Indian subsidiary of a foreign firm is meeting all the qualification Criteria, they can quote directly, and they may mention in their Bid that services will be rendered through their Indian Subsidiaries only. The Bidder will be entirely responsible for execution of the contract as per terms and conditions of the RFP.

*Necessary documents such as work orders, work completion certificates, etc., have to be submitted to the satisfaction of the Authority.

**The Authority reserves the right for a free demonstration at a pre-determined place at the cost of the Bidder/inspection of similar Machines installed in India of the quoted Machine for technical acceptability as per the tender specifications, before opening of the Price Bid.

*** Any minor deviations from the defined Specifications in the RFP is as approved by the Technical Bid Evaluation Committee. Please note that the decision of the Technical Bid Evaluation Committee is final in this regard and no correspondence whatsoever shall be entertained.

Please note that those Bidders who comply with the eligibility shall only be shortlisted for opening of their Financial Bids.

GENERAL CONDITIONS:

1. The bidder should be a company registered under the Indian Companies Act, 1956 /2013 or a limited liability partnership firm (under the Limited Liability Partnership Act, 2008) in India/ Partnership Firm / Proprietary Firm.

2. Authorized Dealership Certificate / Authorized Distribution Certificate or any other relevant Certificate shall be submitted for all the items offered.

3. The Bidder should submit the Sales copies (Bills / Invoices) or supported by CA Certificate has to be furnished. (Invoice/certificate)

4. The Bidder to submit declaration stating that they are not debarred/blacklisted by any Government entity in the last three years.

(23)

5. The Bidder must clearly spell out in its Bid, the item/ equipment details with the technical configuration / specification vis-à-vis the Tender requirements. clearly mentioning the make, model and specification of the equipment. Offers without catalogue shall be summarily rejected. The Bidder along with the Manufacturer of the quoted product is binding legally as per the contract including the for the warranty period. The bidder has to submit the specified catalogues as per the mentioned makes in the tender document.

GENERAL POINTS FOR EQUIPMENTS/MACHINERY:

Warranty:

❖ 95% up time Warranty of the Equipment on 24 (hrs) X 7 (days) X 365 (days) basis.

❖ All software updates should be provided free of cost during Warranty period.

After Sales Service:

After sales service should be available in India on 24 (hrs) X 7 (days) X 365 (days) basis. Complaints should be attended properly. The service should be provided directly by Bidder/Indian Agent. Undertaking by the Bidder that the spares for the Equipment shall be available during the Warranty Period shall be provided.

Training:

On Site training to T Works’ designated persons / staff is to be provided by the Bidder for operation and maintenance of the Equipment to the satisfaction of T Works.

A Detailed training schedule to be given by the bidder during submission of bid.

The training should be at-least for a duration of 3 days for a maximum of 8 people.

Quality

❖ Products to be supplied under this Agreement will confirm to the description and specification as per “Technical specification”.

❖ T Works will notify the Bidder promptly in writing, if it becomes aware of any Products which do not confirm to the requirements set out in this Agreement. T Works will not be obliged to pay for non- confirming Products and the Bidder will be responsible for their removal and replacement with products that confirm to the requirements of the Agreement.

❖ Where appropriate, independent inspection and testing of Products will be carried out at site with an Independent Third Party appointed by the Authority.

❖ Acceptance Criteria and Acceptance of Delivery

❖ The Acceptance Criteria are the specifications the deliverables must meet for Bidder to comply with its requirements and obligations under this Agreement.

❖ Bidder will be deemed to have completed its delivery obligations if, Authority or it’s Authorised representative ‘s opinion, the deliverable satisfies the acceptance criteria and Authority or its Authorised representative notifies in writing that it has passed the IQ/OQ/PQ and that it is accepting the deliverables.

(24)

SCHEDULE B

EMD to be furnished as detailed in the below Table:

Package No

Description of Equipment / Items proposed for Procurement

EMD Requirement (In Rupees)

4 Package 4: 3D Printer

4.1 Commercial Grade Stereolithography Printer (Medium, Large format, Medical Grade)

₹60,000

4.2 3D Printer- FFF Desktop Printer ₹10,000

4.3 3D Printer- FFF Large Format ₹14,000

6 Package 6: Laser

6.1 Co2 Laser Cutter ₹50,000

6.2 Fiber Engraver ₹10,000

7 Package 7: Electronics

7.1 Electronics Lab Instruments ₹75,000

7.2 Spectrum Analyzer 9kHz-3GHz ₹10,000

7.3 Spectrum Analyzer 9kHz-7.5GHz ₹10,000

7.4 RF Signal Generator ₹10,000

7.5 Single Channel: Programmable DC Power Supply ₹1,000

7.6 Dual Channel Programmable DC Power Supply ₹2,000

7.7 Triple Channel Programmable DC Power Supply ₹2,000

7.8 Linear Bench top DC Power supply- 30V 5A ₹4,000

7.9 Linear Bench top DC Power supply- 60V 40A ₹1,000

7.10 Linear Bench top DC Power supply-60V 15A ₹1,000

7.11 Source Meters ₹11,000

7.12 DC Electronic Load ₹2,000

7.13 LCR Meter Benchtop ₹10,000

7.14 Digital AC HV Breakdown Tester ₹1,000

7.15 Digital Insulation Resistance Tester ₹1,000

7.16 Li-Ion Battery Spot Welder ₹6,000

7.17 Stereo Microscope ₹13,000

7.18 High End Soldering Equipment ₹11,000

7.19 Thermal Imaging System - Electronics Testing ₹2,000

7.20 Thermal Imaging System - Handheld ₹5,000

7.21 Thermal Imaging System - Mobile ₹1,000

7.22 FLUKE 434 II - Three-Phase Energy Analyzer: ₹5,000

7.23 General Multimeter ₹1,000

7.24 True RMS Industrial Multimeter ₹1,000

7.25 True RMS Field Technicians Digital Multimeter ₹1,000

7.26 Clamp Meter ₹1,000

7.27 True RMS Clamp Meter ₹2,000

7.28 Gas Flow Analyzer ₹24,000

7.29 Soldering Station ₹3,000

7.30 Solder Smoke Absorber ₹3000

7.31 Tabletop Camera Inspection Microscope ₹1,000

7.32 Soldering Station- Hot Air ₹1,000

(25)

7.33 PCB Vise ₹3,000

7.34 Table Mount Magnifier ESD Safe ₹2,000

7.35 Ultra Sonic Bath for PCB cleaning-2ltr ₹1,000

7.36 Ultra Sonic Bath for PCB cleaning-20Ltr ₹1,000

7.37 SMT Pick and Place Package ₹12,000

7.38 Logic Analyzer - Saleae ₹5,000

7.39 Component Tester ₹1,000

7.4 SMD Component Test Tweezers ₹5,000

7.41 3 Phase Variac, 10A with terminal brought out on the plate ₹1,000

7.42 Single Phase Variac, 10A ₹1,000

7.43 Sliding Rheostat,8 A, 100 ohm ₹1,000

7.44 Data Loggers ₹1,000

9 Package 9: Wood Shop

9.1 Table Saw ₹4,000

9.2 Thickness Planer ₹8,000

9.3 Vertical Band Saw - Bench Top ₹1,000

9.4 Professional Vertical Band Saw - Large ₹4,000

9.5 Surface Planar ₹8,000

9.6 Lathe ₹4,000

9.7 Drum Sander ₹2,000

9.8 Oscillating Belt Sander ₹2,000

9.9 Oscillating Spindle Sander ₹2,000

9.1 Downdraft Sanding table ₹2,000

9.11 Height Adjustable Worktable ₹5,000

9.12 Piller Drill Press ₹1,000

9.13 Router Table ₹1,000

12 Package 12: Finish Shop Package

12.1 Bead Blasting Cabinet ₹1,000

12.2 Spray Paint Booth ₹4,000

12.3 Vibratory Polishing Tumbler Machine ₹3,000

12.4 Active Downdraft Table- for Grinding ₹3,000

12.5 Powder Coating ₹17,000

13 Package 13: Metal Shop

13.1 CNC Tube and Pipe Bending Machine ₹40,000

13.2 Tool Room Package ₹24,000

13.3 Precision Drilling cum Tapping Machine ₹4,000

13.4 Horizontal Band Saw ₹1,000

13.5 Hydraulic Workshop Press (Power Operated) ₹1,000

13.6 Electric Slip Roll ₹4,000

13.7 Arbor Press - 1 Ton ₹1,000

13.8 Arbor Press - 5 Ton ₹1,000

16 Package 16: Pottery ₹16,000

(26)

APPENDIX I COVERING LETTER From:

(Registered name and address of the bidder.)

To:

CEO, T Works,

T Works Foundation Corporate Office, 7th Floor, splendid Towers,

Indian Airlines Colony, Begumpet, Hyderabad – 500 003.

Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to provide services/execute the works including supply, delivery, installation of Equipment, and related software and accessories, in conformity with the terms and conditions of the bidding document and amendments there on, in response to your tender call no --- Dt. --- for an amount quoted in financial Bid in accordance with the schedule of prices attached herewith and coverage options made by T Works.

We are submitting our Bid for the following Packages / Sub-Packages:

(Note: Please provide the Package / Sub-Package details for which Bid is submitted. In this regard, please note that the Bidder shall not mention offer price here or elsewhere except in the Price Bid which shall be uploaded separately.)

If our Bid is accepted, we undertake to;

❖ provide services/execute the work according to the time schedule specified in the Tender document;

❖ furnish the Performance Security in the form of a Bank Guarantee from a bank in accordance with bid requirements for the due performance of the Contract Agreement / Purchase Order;

and

❖ agree to abide by the bid conditions, including corrigendum, if any, which remain binding upon us during the entire Bid validity period and Bid may be accepted any time prior to expiration of that period.

We understand that you are not bound to accept the lowest or any Bid you may receive, nor to give any reason for the rejection of any Bid and that you will not defray any expenses incurred by us in bidding.

(27)

Signature of Bidder & Stamp Date & Place:

APPENDIX II DETAILS OF BIDDER

1. (a) Name:

(b) Country of incorporation:

(c) Address of the corporate headquarters and its branch office(s), if any, in India:

(d) Date of incorporation and/ or commencement of business (provide a true copy of the incorporation certificate):

(e) Name of the Manufacturer(s):

(f) Address(es) of the Manufacturer(s):

2. Brief description of the Bidder including details of its main lines of business:

❖ Manufacturing Facility(ies)

❖ Location, Size and Capacity

❖ No. Of Service Facility Centres in India and their locations

❖ Geographical Distribution of the Bidder (No. Of Offices):

❖ Staff strength

❖ Total No. of installations of the Machine offered.

❖ Details of major clients in India / abroad

❖ Total No. Manufacturing R&D (If any)

❖ Reference of Major installation with similar products (attach documents in support, if available)

S No. Customer Name Address Product Description

3. Details of individual(s) who will serve as the point of contact/ communication for the Authority:

(a) Name:

(b) Designation:

(c) Company:

(d) Address:

(e) Telephone Number:

(f) e-Mail Address:

(g) Fax Number:

4. Particulars of the Authorized Signatory of the Bidder:

(a) Name:

(b) Designation:

(c) Address:

(28)

(d) Phone Number:

(e) Fax Number:

6. A statement by the Bidder or any of their Associates disclosing material non-performance or contractual non-compliance in past projects, contractual disputes and litigation/ arbitration in the recent past is to be given below (Attach extra sheets, if necessary).

7. Self -attested copies of quality certificates such as CE / BIS Certificate issued by the Competent Authority, as applicable have to be enclosed.

Signature Designation Date

Company Seal

(29)

APPENDIX – III PERFORMANCE STATEMENT (For the period of last five years)

Tender Reference No.: ____________________________________________________________

Name and Address of the Bidder: ____________________________________________________

Name and Address of the Manufacturer: ______________________________________________

Order Placed By

Order No.

and Date

Description and quantity of goods /

Equipment and services provided

Value of Order (Rs.

in Lakhs)

Date of Completion of the

Contract

Remarks indicating

the reasons for delay,

if any.

Satisfactory functioning of

Equipment supplied (attach

documentary proof)*

As per Contract

Actual

1 2 3 4 5 6 7 8

We hereby certify that if at any time, information furnished by us is proved to be false or incorrect;

we are liable for any action as deemed fit by T Works (the Purchaser) in addition to forfeiture of the earnest money deposit (EMD).

Signature and seal of the Bidder

*The documentary proof will be a certificate from the purchaser/end user with cross reference of order no. and date in the certificate, it should be supported with a proof for receipt of payment/LC document/ TDS certificate, etc.

*The Bidders are requested to submit the latest purchase order copies supplied to any of the Public / Private Organizations, or any other Institute of National importance for the specific model quoted along with the price bid.

*Bidder may submit performance certificate duly linked mentioning order number, date of delivery, installation, commissioning and value by the end user.

(30)

APPENDIX -IV UNDERTAKING To,

The Chief Executive Officer, T Works (T Works),

7th Floor, Splendid Towers, Begumpet,

Hyderabad - 500 003, India.

Sir,

Having examined the Bidding Documents of Tender No. __________________ Undersigned offers to supply the following quoted Equipment & install the Equipment as per the List of Items as mentioned in Annexure II of the Tender, and we undertake, if our bid is accepted, to complete delivery &

Installation of all the items specified in the Contract within 15 days from issuance of Purchase Order / signing of Contract. We also undertake to comply with the service provisions of the Contract during Warranty Period for the installed Equipment.

S No. Name of the Item Make Model Accessories / Utilities proposed

Consumables to be provided

by Authority

HSN Code Country of Origin 1

Signature and Seal Date:

(31)

Form T1

Undertaking of authenticity for Equipment

This has reference to the goods/ equipment being supplied/quoted vide Tender No. --- --- Dt. ---, We hereby undertake that all the components/ parts/assembly/software used in the Hardware/ Software are original, new components/parts/assembly/software from respective OEMs of the products and that no refurbished/ duplicate / second hand components/ parts assembly /software are being used or shall be used.

We also undertake that in respect of licensed operating system, if any, as per requirements, shall be supplied along with the authorized license certificate along with Product Keys on Certification of authenticity in case of Microsoft Windows Operating System, etc., and also that it shall be sourced from the authorized source (Authorized Microsoft Channel in case of Microsoft Operating System).

We shall produce certificate from our OEM supplier in support of above undertaking at the time of delivery, in case asked for. It will be our responsibility to produce such letters from our OEM suppliers within a reasonable time.

In case we are found not complying with above at the time of delivery or during installation, for the Hardware / Software already billed, we agree to take back the Hardware/ Software if already supplied and return the money if any paid to us by you in this regard.

Authorized Signatory Name & Designation

References

Related documents

REDGRAM DISTRICT WISE AND CROP WISE AREA SOWN DURING KHARIF, 2019-20. ANNEXURE

should have interconnectivity option between them through software provided by the instrument Brand. Brands : Keysight, Rigol, Rohde & Schwarz, Tektronix.. Protections

Tenderer has to bid for all Hydrological Observation sites under one division (one Package). He is free to bid for more than one division. Each Division is treated as one package.

Tenderer has to bid for all Hydrological Observation sites under one division (one Package). He is free to bid for more than one division. Each Division is treated as one package. 3)

The tender for the works shall remain open for acceptance for a period of Ninety (90) days from the due date of submission of tenders. This Notice Inviting Tender shall form a part

c) In their offer the bidder must mention their detailed comments point-wise against each point of tender specifications. Any deviation from the tender

b) In their offer the bidder must mention their detailed comments point-wise against each point of tender specifications. Any deviation from the tender specification shall be

Tenderer has to bid for all Hydrological Observation sites under one division (one Package). He is free to bid for more than one division. Each Division is treated as one package.