35
Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF REQUIREMENTS FOR PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING The delivery of items and supply will be made in 90 days after issuance of Purchase Order (without penalty) and with the prescribed penalty as per following schedule of requirement: - MODE OF PENALTY NO OF DAYS TOTAL DELIVERY PERIOD Without Penalty 30 days 30 days With Penalty @ 0.35 % per day for 10 days on the delayed completion of task 40 days (10 days after 40 days) 40 days (30+ 10) PRICE SCHEDULE FOR THE GOODS IN PAK RUPEES: Name of Bidder: ________________________________________________________ Tender No: GIKI/PD/CE-727/19 PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING - tabulated as under: Tender No. Sr. No. Description/Specification Qty Unit Price (RS) Unit Price with 17% GST (RS) Total Cost including GST (RS) Bid Security (2% of the Total Cost) GIKI/PD/CE-727/19 1 PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING 1. All the standards mentioned against an equipment should be satisfied and the related certificates furnished in the bid. 2. The equipment should be of European, US, Korean, Japanese, Thailand, Malaysian, or local origin. (Details mentioned in Annex-A) Various Issued by: Director Procurement Signature of the Bidder: ________________________________ Stamp of Bidder: ______________________________________

GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Tender Serial No. GIKI/PD/CE-727/19

GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT)

SCHEDULE OF REQUIREMENTS FOR PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING

The delivery of items and supply will be made in 90 days after issuance of Purchase Order (without penalty) and with the prescribed penalty as per following schedule of requirement: -

MODE OF PENALTY NO OF DAYS TOTAL DELIVERY PERIOD

Without Penalty 30 days 30 days

With Penalty @ 0.35 % per day for 10 days on the delayed completion of task

40 days (10 days after 40 days)

40 days (30+ 10)

PRICE SCHEDULE FOR THE GOODS IN PAK RUPEES:

Name of Bidder: ________________________________________________________

Tender No: GIKI/PD/CE-727/19

PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING - tabulated as under:

Tender No. Sr. No.

Description/Specification Qty Unit Price (RS)

Unit Price

with 17% GST (RS)

Total Cost

including GST (RS)

Bid Security

(2% of the Total Cost)

GIK

I/P

D/C

E-72

7/1

9

1

PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING

1. All the standards mentioned against an equipment should be satisfied and the related certificates furnished in the bid.

2. The equipment should be of European, US, Korean, Japanese, Thailand, Malaysian, or local origin.

(Details mentioned in Annex-A)

Various

Issued by: Director Procurement

Signature of the Bidder: ________________________________

Stamp of Bidder: ______________________________________

Page 2: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Annexure-A

SPECIFICATIONS

TENDER NO. (GIKI/PD/CE-726/19)

PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL

ENGINEERING

Concrete/Materials Laboratory Equipment

S. #. Description Store Items With Specification Quantit

y

1 Blaine Air Permeability Apparatus 3

2 Compacting Factor Apparatus 1

3 Vebe Consistometer 1

4 Concrete Pan Mixer 1

5 Vibrating Table 1

6 Ultrasonic Pulse Velocity Tester with Microprocessor For Combined Ultrasonic and Rebound Hammer Data Acquisition and Processing

1

7 Laboratory Hobart mixer for cement paste and mortar 2

8 Steel platform Trollies (Capacity 250 Kg) 2

9 Wheel Barrow 2

10 Vicat apparatus 2

11 Air tight buckets for storing materials (Cap.30 gallons) 3

12 Air tight buckets for storing materials (Cap.20 gallons) 3

13 Curing Tank (165 Gallons) 1

14

Tools for concreting (5- stainless steel scoops (cap. 1.5 kg), 3-Trowles, 2- Finishing trowel, 3- shovels, 2-Hammers, 2-Crow bars, 2- steel tape, 2-Levels, 2 pliers, 2- Bar Cutter/Benders)

1 Set

Page 3: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Specifications for Concrete/Materials Laboratory Equipment

1: Blaine Air Permeability Apparatus Standard: EN 196-6, ASTM C204, AASHTO T153, BS 4359:2, UNI 7374, NF P15:442, UNE 80106, DIN 1164 Specifications: glass U-tube manometer with valve, steel stand, test cell with disk and plunger all in stainless steel, rubber aspirator bulb, 1000 filter paper disks, manometric liquid, vaseline grease for better coupling tube/cell, funnel, brush. Dimensions: 220x180x470 mm Calibration Sand 1 (coarse), (specific surface approx. 2800 cm²/g officially tested 600g). Calibration Sand 2 (fine) specific surface approx. 4000 cm²/g officially tested approx. 600 g, Included accessories are (in accordance with EN196-6, ASTM C204, BS 4550 and contain), 2: Compacting Factor Apparatus Standard: BS 1881:103, BS 5075 The apparatus consists of two conical hoppers having a hinged trap door attached to the lower end of each hopper, allowing the concrete sample to flow freely into the cylindrical mould. The hoppers and the mould are mounted onto a rigid stainless steel frame and are easily removable for cleaning. The complete apparatus should be protected against corrosion 3: Vebe Consistometer Standard: EN 12350-3, BS 1881:104, UNI 9419 The Vebe Consistometer is used to determine the consistency of fresh concrete by subjecting the concrete specimen to vibration after removal of the slump cone. The assembly is mounted upon a small vibrating table operating at a fixed amplitude and frequency. The time to complete the required vibration gives an indication of the concrete consistency. The set consists of vibrating table, slump cone, graduated rod with transparent plate, filling cone and tamping rod (conforming to EN 12350-3) Test Mold Size: 6” x 12” (Conforms to ASTM C470). 4: Vibrating Table, 600 x 400 mm Motor Vibrator having 3000 Vibrations-Minute, Height of the Table is 410 mm Power Supply: 230V, 1ph, 50Hz Standard: EN 12390-2, BS 1881:108, UNI 6127 Included Accessories: 1: Clamping Device 2: Control Panel, Separate, Complete with On/Off Switch and Timer, Getting also the Tables to CE Safety Directive 5: Ultrasonic Pulse Velocity Tester, “high performance” with Microprocessor for Combined Ultrasonic and Rebound Hammer Data Acquisition and Processing Standard: EN 12504: part 4, BS 1881:203, ASTM C597, NF P18-418, UNE 83308, UNI 7997, UNI 9189, UNI 9524 Specifications: EN12504-4 (Europe), ASTM C 597-02 (North America), BS 1881 Part 203 (UK), ISO1920-7:2004 (International) Screen with highest resolution and sharpest image available in the market allowing best possible analysis of the measured waveforms Settings directly accessible on measuring screen On board storage and review of waveforms Automatic and manual triggering and user adjustable trigger threshold Comes standard with:

Page 4: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Touchscreen 2 Transducers 55 kHz 2 Transducers 150 kHz 2 BNC cables 1.5m, BNC Adapter Cable Couplant Calibration Rod Battery Charger, USB cable DVD w. Software, Documentation, Carrying Strap, Case 6: Concrete Pan Mixer Specifications: Suitable for field mixes of low/medium strength concrete. Pan volume: 130 liters. Mixing capacity: 90 liters of concrete. Power supply: 230V 1ph 50/60Hz. Dimensions: 850x800x1250 mm. overall weight aprrox: 100 kg. With two wheels and drawbar included with machine to make machine easy to move. 7: Laboratory Hobart mixer for cement paste and mortar Specifications: ASTM C305, AASHTO T162 compliant mixer for mixing hydraulic cement pastes and mortars of plastic consistency. Mixer includes H-3844 bowl positioning adapter, a 5-qt. (4.73L) stainless steel bowl and 1 flat, stainless steel beater for mixing heavy materials and Protective cover. Selective agitator transmission has 3 speed settings: 139, 285 and 591 RPM. Base dimensions: 10.375 x 15" (264 x 381mm). Height: 17" (432mm) 8: Steel Platform Trollies Steel frame with white powder coated finish. Platform is fitted with a blue PVC surface. All round PVC buffering protects door frames, paintwork and furniture etc from marking. Handle folds down for compact storage. Fitted with rubber wheels, two fixed & two swivel. Handle Height: 830mm Wheel Dia. 125mm Capacity 250kg trolley 9: Wheel Barrows Wheel Barrow, pneumatic type. 10: Vicat apparatus Standards: EN 13279-2, EN 480-2, ASTM C191, AASHTO T131, NF P15-414 NF P15-431, EN 196-3 Used for determination of setting time and consistency of cement. The instrument consists of a metallic frame, graduated scale with index, sliding probe of 300 g, consistency plunger Ø 10 mm, glass base plate. With all needed accessories. Dimensions: 160x200x300 mm Weight: 5 Kg approx.

11: Air tight buckets for storing materials (Cap.30 gallons) Material(s): Plastic Application: General Waste/storing materials Capacity (Volume): 30 gal Color(s): Gray/Yellow/ Shape: Round Diameter: 19 1/2 Height: 22 7/8 Opening Type: Open Top with air tight lid Handle: Side

12: Air tight buckets for storing materials (Cap.20 gallons) Material(s): Plastic

Page 5: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Application: General Waste/storing materials Capacity (Volume): 20 gal Color(s): Gray/Yellow/ Shape: Round Diameter: 19 1/2 Height: 22 7/8 Opening Type: Open Top with air tight lid Handle: Side 13: Curing Tank (Cap.165 gallons) Standards: AASHTO M201, AASHTO T23, ASTM C 192, ASTM C 511 Material(s): Plastic Dimensions: 78 x 24 x 20in (1980 x 610 x 510mm), L x W x D Capacity: 165 gallon Top cover Rustproof, leakproof, and chemically neutral Partially sloped sides for easy transport and storage Must contain an outlet with valve at the bottom for eliminating the water. 14.Tools for concreting The set should include following items (5- stainless steel scoops (cap. 1.5 kg), 3-Trowles, 2- Finishing trowel, 3- shovels, 2-Hammers, 2-Crow bars, 2- steel tape, 2-Levels, 2 pliers, 2- Bar Cutter/Benders)

Fluid Mechanics and Hydraulics Laboratory Equipment

S. #. Description Store Items With Specification Quantity

1 Osborne Reynolds Apparatus 2

2 Mini Pelton Turbine Demonstration Unit, Computer Interface

1

3 Mini Kaplan Turbine Demonstration Unit, Computer Interface

1

4 Mini Francis Turbine Demonstration Unit, Computer Interface

1

5 Flow Over a Notch 1 6 Flow over Weirs 1

Page 6: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Specifications for Fluid Mechanics and Hydraulics Laboratory Equipment 1: Osborne Reynolds Apparatus Specifications:

To produce classic Osborne Reynolds' experiments Floor-standing apparatus Fluid enters a vertically mounted test section through a bellmouth from a constant head tank Incorporated dye injection system Flow rate controlled by a needle point globe valve Means to measure flow rate both volumetrically and by weighing. Equipment should withstand change in kinetic viscosity of fluids by temperature changes. Supply should include stilling bed, hoses and dye Apparatus mounted on a substantial fabricated steel support and a means should be provided for

levelling the apparatus to ensure the test section is vertical. Cylindrical pipe test section mounted inside a fabricated shroud to provides an uninterrupted

background for observations of the dye trace behaviour. A fine diameter stainless steel tube to admit dye solution to the test section. A needle valve on the outlet of the dye reservoir to control the rate of flow of dye. Removable dye injection system for cleaning and maintenance.

2: Mini Pelton Turbine Demonstration Unit, Computer Interface Specifications:

Small-scale hydropower unit designed to demonstrate the operating principles of a Pelton turbine Transparent guarding for excellent visibility of the Pelton wheel operation Mounts on a dedicated service unit Connects to a PC via the service unit and a USB interface device Determining the characteristics of the turbine, including the relationships of volume flow rate, head,

torque produced, power output and efficiency to rotational speed Comparison of throttle control and spear valve control of the speed of a Pelton Turbine Unit should incorporate a pressure sensor to measure the inlet condition of the water. Pressure controlled using the software supplied with the service unit. Maximum power 35 W Maximum Speed 7,000 rpm Maximum torque 0.15 Nm 2 years warranty

Software Functions: Compatible on any Windows-based PC, requires no additional licences or software to be installed

to use it to its full extent. Interface unit Diagrammatic representation of the equipment complete with real-time display of the various sensor

outputs Detailed ‘help’ facilities giving in-depth guidance Automatic data logging of sensor values into a spreadsheet format Control over sampling intervals Sophisticated graph plotting facilities of both measured and calculated values, including

comparisons taken under different conditions Export of data to Microsoft Excel or other spreadsheet software General notepad facility Facility to add notes to an individual sample Calibration facility for sensors Real-time bar graph display of sensor outputs Recent history graphical display Accessible source code of software for modification to optimize equipment according to

requirements Free upgradation of software

3: Mini Kaplan Turbine Demonstration Unit, Computer Interface

Page 7: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

For determining the characteristics of a propeller turbine, including the relationships of volume flow rate, head, torque produced, power output and efficiency to rotational speed Specifications:

Self-contained, small-scale hydropower unit designed to demonstrate the operating principles 75l water reservoir Circulating pump, which produces 14m head at 4.4 l/s Loaded by a magnetic brake unit, which is controlled direct from the PC Links to a PC via a USB interface Electronic sensors monitor process variables Supplied with full education software package including comprehensive results processing and help

facilities. Same Software features as mentioned for Item 3. Maximum power 55 W Maximum Speed 8,500 rpm Maximum torque 0.6 Nm 2 years warranty

4: Mini Francis Turbine Demonstration Unit, Computer Interface For determination of the operating characteristics, ie power, efficiency and torque, of a Francis Turbine at various speeds and guide vane openings Specifications:

Francis runner surrounded by six guide vanes inside PVC volute with clear acrylic front panel for visualization

Guide vanes adjustable when turbine is running with scale to indicate degree of opening and clamp to prevent movement

Francis runner 60mm diameter with 12 blades Brake force determined using Prony-type brake dynamometer Inlet pressure gauge with range 0-2 bar Educational software Speed range: 0-4000 rpm Diameter of Francis runner: 60 mm Number of blades on runner: 12 Number of guide vanes: 6, adjustable from fully open to fully closed Range of spring balances: 0-50N x 0.5N Range of Bourdon gauge: 0-2 bar

5: Flow Over a Notch Specifications: Apparatus is for the study of flow over a notched weir. It is to be used with hydraulics bench. Weir plates: Stainless steel. Size: 165 mm high x 245 mm wide. Type: Rectangular notch and 90o V-notches. Stainless steel vernier hook or point gauge: Range 0-150 mm, reading 1 mm.

6: Flow Over Weirs Specifications: Dimensions of rectangular notch: Height: 0.082 m, Width: 0.03 m. Angle of V notch weir: 90° inclusive. Hook & point gauge range: 0-150 mm. Accuracy: 0.1 mm. Two stainless steel weir plates to fit in channel of Hydraulics Bench. Vernier hook and point gauge with carrier. Stilling baffle. Educational software available as an option.

Page 8: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Hydrology Lab Equipment

S. #. Description Store Items With Specification Quantity

1 Rainfall Hydrographs 1

2 Advanced Environmental Hydrology System with Instrumentation 1

3 Ground Water Flow Unit 1

4 Evaporation pan with accessories 1

5 Rain Guages 2

Specifications for Hydrology Lab Equipment

1: Rainfall Hydrographs

Specifications: A unit designed to obtain catchment rainfall and runoff values as functions of time. Comprising a bench or floor-standing tank with two overhead square pattern spray nozzles supplying water via a flow control valve, flow meter and solenoid valve. A motor driven traversing vessel with seventeen compartments is moved by a timer beneath the outlet at a preselected rate to collect the runoff and provide an immediate display of the hydrograph. The tank is 1.2m in length x 0.8m wide x 0.2m deep. The flow range is 0.4 to 4.4 liters/minute. Power supply: 220-240V/1ph/50Hz. 2: Advanced Environmental Hydrology System with Instrumentation

Specifications: A self contained floor standing apparatus for hydrology and fluvial geomorphology demonstrations, comprising: A 2 m x 1 m stainless steel tank, tilt-able using a dual linked jacking system, 8 stainless steel spray nozzles mounted on an adjustable height gantry, A stilled tank providing a formed flow river inlet, Two flow-meters (3 l/min & 5 l/min) to measure and adjust the inlet flows, An outlet tank allowing both water and sediment flow to be measured, Two French drains, two well points and 20 manometer tapping points linked to a manometer bank and A large plastic sump tank plus a re-circulating pump. Experimental capabilities include: Run-off hydrographs from model catchments, Draw-down curves for one well and two well systems, Ground water flow and hydraulic gradients, Model stream flow in alluvial material, Formation and development of river features over time and Sediment transport, bed-load motion, scour and erosion. Comes with instrumentation to measure both water and sediment runoff in real time. The package includes data logging and educational software. Power supply: 220-240V/1ph/50Hz. Included Accessory Surface Models

Surface models for use with advanced environmental hydrology system.

3: Ground Water Flow Unit Specifications: A bench-standing sand tank capable of demonstrating, on a small scale, the hydrological principles of ground water flow. The unit allows simple three dimensional flow situations to be set up quickly and measurements of piezometric levels taken at appropriate positions within the model under study. Tank: Length: 0.999 m, Width: 0.490 m, Depth: 0.235 m. Piezometer: Range: 0 to 155 mm. Calibrated: 1 mm intervals. The accompanying instruction manual describes six basic demonstrations of importance in Engineering Hydrology. 4: Evaporation Pan with Accessories

Specifications: Stainless Steel Class A Evaporation Pan with Drain Plug and Stilling Well Size 47.5" dia. x 10" deep (121 cm dia. x 24 cm deep) The equipment contain, Water Level Sensor (3' range, 25' cable), USB Water Level Logger (3' range), Serial Water Level Logger (3' range), Tipping Bucket Rain Gauge, 6", Tipping Bucket Rain Gauge, 8",

Page 9: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Channel Global Logger, 3 Channel USB Global Logger, 3 Channel Serial Global Logger, Data logging Weather Station, 4-20 mA Weather Station

5: Rain Gauges

Specifications: Rain Gauge fully self-contained battery-powered rainfall data collection and recording system which includes an event data logger integrated into a tipping-bucket rain gauge. Fully integrated event data logger Battery check at launch Programmable start time/date. Three mounting feet to use on flat, level surfaces (three screws included) Side bracket for mast mounting (hose clamps included) Rainfall Range: 0 to 160 inches Accuracy: ±1 %up to 1 inch per hour Resolution: 0.01 inch Temperature Range:-20 to 70 °C in air

-20 to 50°C in water Accuracy: ±0.47 °C at 25°C Resolution: 0.1 at 25°C Dimensions: 25.4 cm x 16.5 cm (10 in x 6.5 in) Memory: up to 16,000 measurements

Soil Mechanics/Geo-Technical Laboratory Equipment

S. #. Description Store Items With Specification Quantity

1 Digital Direct Shear Test Apparatus with Software, Touch-Screen Version

1

2 Triaxial Testing System with Software and 16 Channels Data Acquisition & Processing System “Touch-Screen” Version for (UU.CU.CD) Tests

1

3 Liquid Limit Apparatus with Grooving Tool 4

4 Plastic Limit Apparatus 4

5 Galvanized Steel Pans / Trays 4

6 Standard Proctor Mould and Rammer 2

7 Modified Proctor Mould and Rammer 2

Page 10: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Specifications for Soil Mechanics/Geo-Technical Laboratory Equipment 1: Digital Direct Shear Test Apparatus with Software Standards: BS 1377; EN 1997-2; ASTM D3080; ASTM D5321; ASTM D6243 Specifications:

Designed for direct and residual shear testing on undisturbed and remolded soil specimens. The High-Capacity Direct Shear Machine for testing large, 12" (305mm) square soil sample sizes of soil and soil/geosynthetics. A touch-screen controller, giving finger-tip control of testing processes, as well as providing real-time, visual views of data in both tabular and graphic formats.

Include the compaction table and the top and bottom shear rings. The top ring measures 12" x 12" x 4" (305 x 305 x 102mm), and the bottom ring measures 12" x 16" x 4" (305 x 406 x 102mm).

All steel parts powder coated and aluminum parts are hard-coat anodized for corrosion resistance. Casters on the machine and compaction table to allow for easy movement.

Maximum vertical force: 90 kN

Maximum horizontal force: 90 kN

Max horizontal travel: 100 mm

Max Vertical travel: 25 mm

Horizontal Strain Rate : 0.0508 mm to 5.08 mm/min

Software: Export of data into "Excel” in computer 2: Triaxial Testing System with Software and 16 Channels Data Acquisition & Processing System “Touch-Screen” Version for (UU.CU.CD) Tests Standard: BS 1377 Part 8, ASTM D2850-032, ASTM D4767-95, ASTM D7181-11, NF P94-070, NF P94-074, CEN- ISO/TS 17892-8, CEN- ISO/TS 17892-9 Specifications: The 50kN Load Frame is designed, manufactured and tested to the highest quality, to ensure, reliability and durability with trouble free operation laboratory environments. The machine has following features

Capacity: 50 kN Speed range: and 0.00001 – 50.8 mm/min Working pressure: 1700 or 3500 kPa Specimen size range: 35,38,50,70,100,150 mm diameter Touch screen: Resolution 640 x 480 pixel; USB port LAN communication Sampling Rate: 500 reading per second. Weight : 95 to 105 kg

3: Liquid Limit Apparatus with Grooving Tool Standard: ASTM D4318, AASHTO T89, UNI 10014 Specifications: Unit comprises a removable brass cup which through a cam device drops on a bakelite base (or hard rubber base). Hand operated but with right side crank. Supplied complete with drops counter and grooving tool, hard plastic made (pack of 10 pcs) as per standard ASTM D4318. 4: Plastic Limit Apparatus Standard: ASTM D4318, AASHTO T90, BS 1377:2, UNI 10014, UNE 103-104, NF P94-051 Specifications: Set complete with carrying case comprises: glass plate 300x250x10 mm, rod caliper diameter 3 mm, mixing porcelain dish diameter 120 mm, flexible spatula, 100 mm blade and aluminum moisture tins diameter 55x35 mm (qty 6). 5: Galvanized Steel Pans / Trays Specifications:

Page 11: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Dimensions: 910x910x76 mm (2) and 600x600x80 mm. (2) Galvanized steel made. 6: Standard Proctor Mould and Rammer Standard: ASTM D 698, D 1557, D 558 ; AASHTO T 99, T180, T 134 ; EN 13286-2; BS 1377:4, 1924:2; NF P 94-093 Specifications: Standard proctor mould and rammer, according to Bs, ASTM, AASHTO, CNR standards. 7: Modified Proctor Mould and Rammer Standard: ASTM D 698, D 1557, D 558 ; AASHTO T 99, T180, T 134 ; EN 13286-2; BS 1377:4, 1924:2; NF P 94-093 Specifications: Modified proctor mould and rammer, according to BS, ASTM, AASHTO, CNR standards.

Surveying Laboratory Equipment

S. #. Description Store Items With Specification Quantity

1 Reflector Less Total Station 2

2 44” Wide Large Format Inkjet Printer Plotter 1

3 Sheet papers for 30" Wide Large format inkjet printer plotter

1000 sheets

4 Metric Chain 30m 4

5 Perambulator 5

6 Abney level with clinometer 5

7 Double Prism Optical Square 5

8 Arrow (chaining pins) 100

Page 12: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Specifications for Environmental Surveying Laboratory Equipment

1. Reflector Less Total Station

Reflectorless Range 500 Meter, 1” Display reading, 5” Angle accuracy, Single side display,

distance range with single prism: 4000 meter, accuracy with Prism (2 + 2ppm x D) mm, with

reflective sheet: 500meter, Internal memory 50,000 points + Plug-in Memory (Max 32 GB),

flash memory slot, Laser Pointer, built in area calculation system, automatic dual axis

compensator, with standard accessories set. Warranty of 1 year.

2. 44” Wide Large Format Inkjet Printer Plotter

Functions, Print, Print speed, maximum650 ft²/hr

Resolution (color)Up to 2400 x 1200 optimized dpi

Thermal Inkjet

Number of print cartridges: 6 (cyan, magenta, chromatic red, yellow, matte black, photo black)

Compatible ink types, Pigment-based

Print languages, Adobe PostScript 3, Adobe PDF 1.7, TIFF, JPEG, CALS G4, HP PCL 3 GUI, HP-

GL/2, and HP-RTL, Connectivity, standard

Gigabit Ethernet (1000Base-T); Hi-Speed USB 2.0 certified; EIO Jetdirect accessory slot

Connectivity, HP Jetdirect EIO print servers

Network ready, Standard, Memory, standard

64 GB (virtual), Memory, maximum, 64 GB (virtual),Hard disk, 320 GB

Non-printable area (cut-sheet),0.2 x 0.67 x 0.2 x 0.2 in

Guaranteed minimum line width,0.0031 in (ISO/IEC 13660:2001(E)

Line accuracy,±0.1% Color stability < 1 dE2000 in less than 5 minutes ,Print repeatability

Average < 0.5 dE2000, 95% of colors < 1.4 dE2000

Maximum optical density (black), 5.3 L* min / 2.17 D

Media sizes supported: A4; A3; A2; A1; A0

Media sizes, custom: 8.3 x 11 to 44 x 66 in

Media types: Photographic, fine art printing material, self-adhesive, banner and sign, bond and coated,

backlit

Media sizes, standard: 8.3 to 44-in wide sheets; 11 to 44-in rolls

Roll external diameter 5.3 in,Media thickness,Up to 31.5 mil Power, Input voltage (auto ranging) 100-240 V (±10%), 50/60

Hz (±3 Hz), 2 A max, Power consumption, < 120 watts (printing); < 32 watts (ready); 1.5 watts (sleep);

0.1 watts (off), Operating temperature range, 41 to 104ºF,

3. Sheet papers for 30" Wide Large format inkjet printer plotter

1000 sheets of 70 gm

4. Metric Chain 30m

Made-up of iron/galvanized iron

5. Perambulator

Rubber wheels with aluminum foldable handles. Precision counter with wheel breaker,

circumference 1m. With protective bag. Measurement range 10,000 meter.

6. Abney level with clinometer

Brass construction. Versatile with eyepiece draw providing greater accuracy. Convenient design

allows quick field maintenance and repair

Abney level with 1 1/8" radius arc graduated 0 to 90 degrees in both directions has a vernier

reading to 10 minutes and percent of grade scale is from 0 to 100 percent. Measures 5 1/8" long.

With protective case. 7. Double Prism Optical Square

Consists of Brass / suitable metal hollow box having open face about 6 x 3 cms. and closed face about 2 x 3

cm. and deep about 4cm to 5cm. provided with a brass handle about 8cm. in length. The accuracy of a right

angle set with the optical square is approximately ±1cm at 30m. Two mirrors fixed at an angle of 45 degree

to the inclined sides of the box. Circular type made up of brass fitted with double reflecting mirror right left

to 90, in case. 8. Arrows/Chaining pins

Made up of 5mm dia steel and of 300mm length. with radium and ribbon.

Page 13: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Director Procurement GIK Institute, Topi

Page 14: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

TENDER BIDS SUBMISSION & OPENING DATE AND TIME

TENDER NOTICE: GIKI/PD/CE-727/19

PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL

ENGINEERING

Tender No. Description/Specification

Date of Submission of

Tender Documents

Date Opening of Tender

GIKI/PD/CE-727/19

PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING

03:00 pm on 5 November ,

2019

03:30 pm on 5 November,

2019

Director Procurement GIK Institute, Topi

Page 15: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI

EVALUATION CRITERIA FOR PURCHASE OF LAB EQUIPMENT FOR DEPARTMENT OF CIVIL ENGINEERING

TENDER NO. GIKI/PD/CE-727/19

Specifications are available at Annex-A

S. No. Item Name and Description Marks Maximum

Marks

1 Past Performance/ Experience of the Bidder (Reg with GST/NTN)

-- 10

1.1 1 - 3 year experience 2 --

1.2 4 - 8 year experience 4 --

1.3 9 - 15 year experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 1 - 5 year experience 3 --

2.2 6 - 10 year experience 6 --

2.3 11 & above year experience 10 --

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 1 m) 4 --

4 After sale Services Available if required -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification attached at Annex-A 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where such equipment delivered 5

5.6 Satisfactory letter from clients in favor of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user, if required 2.5

5.9 Free Installation (if required) as per requirement 2.5

TOTAL -- 100

Note: Please submit documents as per above mentioned criteria

Director Procurement

GIK Institute, Topi

Page 16: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

GIK INSTITUTE OF ENGINEERING

SCIENCES AND TECHNOLOGY, TOPI

TENDER NO.

GIKI/PD/CE-727/19

TENDER DOCUMENT

F.O.R. BASIS

TENDER FEE NON-REFUNDABLE Rs. 2,000/-

PROCUREMENT DEPARTMENT

Ph: 0938-281026 EXT (2213) Fax: 0938-281045

Email: [email protected]

Web: www.giki.edu.pk

Page 17: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI

PROCUREMENT DEPARTMENT

INTRODUCTION:

GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI, having (hereinafter

referred to as the Purchaser) invites sealed bids from eligible bidder(s) under Single Stage

one envelop bidding system containing Technical and Financial Bids separately for supply

and delivery of goods, materials, equipment and/or services described in the Schedule of

Requirement. All the Annexure from “C” to “L” are integral part of the Tender Document

and its compliance is mandatory and must be signed and stamped be the vendor/supplier

and attached with the relevant proposal, otherwise bids will be rejected.

The Technical Bids will be opened on the date mentioned in Tender Notice in the presence of bidders. INSTRUCTIONS TO BIDDER(S):

1.1. The bidder(s) shall manufacture all dustbins if required according to the drawing

and models and bring also samples and bear all cost associated with the

preparation and delivery of their bids, and the Purchaser will in no case be

responsible or liable for those costs. Sample must be provided by vendor.

1.2. In case of any doubt as to the meaning of any portion of the Specifications or other Terms and Conditions, bidder(s) may seek clarification of the same in writing, but not later than 5 days prior to deadline for submission of bid(s) prescribed by the Purchaser.

1.3. At any time prior to the deadline for submission of bids, a modification in bidding

document in the form of an addendum can be issued in response to a clarification requested by a respective bidder(s) or even whenever the Purchaser considers it beneficial to issue such a clarification and/or amendment to all bidder(s). The clarification/amendment issued (in general) shall be placed on the GIK INSTITUTE web site for the intimation to all the prospective bidder(s).

Bidder(s) are required to submit their bid(s), which will bear words “CONFIDENTIAL” and for TENDER NO. GIKI/PD/CE-727/19 as per Tender Notice.

1.4. The Purchaser will not take any responsibility for collecting the bids from any

Agency.

1.5. The Purchaser reserves the right to increase or decrease the quantities or may

cancel any or all items shown in the Schedule of Requirement without assigning

any reason thereof.

1.6. The Purchaser reserves the right to have the items inspected by its own

representative, or by 3rd party at its own cost (if required). 1.7. It must be indicated in the offer that the Bid fully conforms to Technical

Specifications and Terms and Conditions of the Tender.

1.8. The Purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids at any time prior to award of Purchase Order without thereby incurring any liability to the affected bidder(s) or any obligation there under. However, GIK Institute shall upon request communicate to any bidder(s) who submitted a bid, the grounds for its rejection, but it is not required to justify those grounds.

Page 18: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

1.9. Unsolicited advice/clarifications and personal approaches by the bidder(s) at

any stage of evaluation are strictly prohibited and shall lead to disqualification.

1.10. The bidder(s) are expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to Bidding Documents in all respect will result in the rejection of the bid(s).

1.11. All prospective bidder(s) are advised to read carefully all terms & conditions

mentioned in the Tender Documents prior to filling / submission of their Bid.

1.12. Black listing procedure of the Company is attached as Appendix-L. The bidders, contractors, suppliers, agents, consultants, partnership or firms shall be dealt accordingly.

2. BID PRICES:

2.1. Firm bid prices shall be quoted in Annexure-B duly filled-in, stamped and signed

by authorized representative of Bidder(s). Prices must be quoted as per format

of Schedule of Requirement (SOR).

2.2. Bidding Forms and Bid Summery Sheets from Annexure – “C” to “F” and “H” to

“K” must also be duly filled-in, stamped and signed by authorized representative

of bidder(s).

2.3. Prices must be quoted in Pakistani currency inclusive of all taxes and duties, indicating unit price and total bid prices. GST must be quoted separately along with copy of GST Certificate. Bids offering prices in foreign currency will be rejected. Conditional bid / bid having any price adjustment formula will be rejected.

2.4. Prices must be quoted including all charges like handling, loading, transportation

and un-loading, Octroi and Zila Tax etc. for delivery of material at Purchaser’s

stores located at required delivery location.

2.5. Quoted prices will be valid for 120 days from the opening date of the Financial Bid.

2.6. Technical brochure/literature confirming Size, Brand & Country of Origin of

quoted items/material must be attached with the Technical Bid (where deemed

necessary).

2.7. Any Bid not confirming to Clause 2.1 to 2.6 shall be rejected without any right of

appeal.

2.8. Discount (if any) shall only be entertained on Schedule of Requirement of

Bidding Document (Financial Proposal). If the discount is mentioned elsewhere

in the bid, the same shall not be entertained.

2.9. Tender submitted without Tender Fee Rs 2,000/- (in shape of challan form/ pay

order/Demand Draft) & earnest money CDR should be rejected at the time of

opening of Tender. Earnest money & challan form will be submitted against each

Tender separately.

3. BID SECURITY MONEY:

3.1. The sealed bids complete in all respect must reach in the office of Director

Page 19: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

Procurement GIK Institute along with Bid Security Money 2% of the total cost in the name of GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI in shape of CDR to be attached with financial offer.

3.2. Short Bid Security Money or Crossed Cheque as Bid Security Money is not

acceptable.

3.3. The Bid Security Money of un-successful bidder(s) will be returned after award of Purchase Order to successful bidder(s). The Bid Security Money of successful bidder(s) will be discharged / returned upon bidder(s) furnishing the executing the order/contract (Subject to the satisfactory report without any objection from the end user).

3.4. The Bid Security Money of bidder(s) whose bid is rejected under Clause 2.7 will

be returned forth-with.

3.5. The Bid Security Money shall be forfeited:

3.6.1. If a bidder withdraws its bid during the period of bid validity. 3.6.2. In case of successful bidder, who fails (a) to sign the contract; (b) to

furnish performance security (if any).

4. SEALING AND MARKING OF BIDS:

4.1. The bidder(s) shall furnish Technical & Financial Bid(s) in a two sealed

envelope.

4.2. Bids (Technical) will be opened publicly on the same day as mentioned in

schedule of requirement.

4.3. Earnest money as mentioned in Press Tender Notice must be enclosed with

Financial Bid.

4.4. Contract will be awarded to lowest evaluated bidder based on technical and financial.

4.5. The bid shall be submitted in a sealed envelope marked as under:

Page 20: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

PROCUREMENT DEPATMENT GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI

4.7. The envelope shall also bear the word “CONFIDENTIAL” and following

identifications:-

TENDER NO. GIKI/PD/CE-727/19 DON’T OPEN BEFORE (AS PER SCHEDULE MENTIONED IN THE TENDER NOTICE/SOR) TECHNICAL/FINANCIAL BID(s) (INDICATE ONE ON EACH ENVELOPE)

4.8. If the envelope is not marked, as instructed above, the Purchaser will assume

no responsibility for the misplacement or premature opening of bid(s).

5. DEADLINE FOR SUBMISSION OF BIDS:

5.1. The bids must be delivered at the Procurement Department, GIK Institute, Topi

on or before as per schedule mentioned in Press Tender Notice and the same

will be opened accordingly. 6. LATE BIDS:

6.1. Any bid received by the Purchaser after the prescribed deadline for submission

of bids mentioned in Press Tender Notice will not be accepted and returned un-

opened to the bidder(s). 7. BID OPENING:

7.1. The purchaser will open the Technical Bid, in the presence of bidder’s

representative(s) who may choose to attend on date, time and location

mentioned above.

7.2. The bidder(s) names, bid prices including bid price modification and bid

withdrawals, if any, will be announced at the time of financial bid opening.

7.3. The Purchaser will examine the bids to determine whether they are complete,

no computational errors have been made, the required sureties have been furnished, documents have been properly signed, and the bids are generally in

order.

7.4. Arithmetical errors found will be corrected as follows:

7.4.1. Where there is a discrepancy between amount in figures and word, the

amount in word will prevail.

7.4.2. Where there is a discrepancy between the unit price and the total amount

derive from the multiplication of the unit price and the quantity, the unit

price as quoted will govern, unless there is an obvious gross arithmetical

error in unit price, in which event, the extended amount quoted would

prevail.

7.4.3. In case the due date of bids opening falls on a holiday, the bids shall be

opened on the next working day.

8. DETERMINATION OF RESPONSIVENESS:

8.1. After opening of the bids, the purchaser will determine whether each bid is

substantially responsive to the requirements of the bidding documents.

Page 21: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

8.2. For the purpose of this clause, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviation. A material deviation is one which means in-consistent with the bidding document, affects in any substantial way the scope, quality or prescribed delivery schedule or which limits in any substantial way, the Purchaser’s right or the bidder’s obligation under the contract.

8.3. A bid determined to be a non-responsive will be rejected by the purchaser and

shall not subsequently be made responsive by the bidder(s) by correction of the

non-conformity.

8.4. The purchaser may waive any minor deviation non-conformity or irregularity in

a bid, which does not constitute a material deviation, provided that the waiver

does not prejudice or affect the relative standing order of other bidder(s).

8.5. To assist in determining a bid’s responsiveness the bidder(s) may be asked for

a clarification of his bid. The bidder(s) is not permitted, however, to change bid

price or substance of his bid.

8.6. The bidder(s) may lodge a written complaint for redressed of their grievances and disputes to Dispute Resolution Committee within fifteen days of the

placement of the Technical Evaluation report on the web. 9. ISSUANCE OF PURCHASE ORDER (PO):

9.1. The Purchaser will issue Purchase Order to the successful bidder(s) whose bid

is determined to be the best lowest evaluated bid. 10. PAYMENT:

10.1 Payment will be made as follows after inspection and acceptance of goods,

materials and equipment etc:

10.1.1 Payment after delivery 10.1.2 Payment Against Delivery 10.1.3 Part Delivery Part Payment 10.1.4 ____% advance payment against Bank Guarantee

11. DELIVERY SCHEDULE:

11.1 Delivery of required material against this tender is to be completed as soon as possible from the date of receipt of confirm Purchase Order.

12. EXTENSION IN THE DELIVERY PERIOD:

12.1 Delivery of the goods shall be made by the supplier in accordance with the

delivery schedule given in Purchase Order.

12.2 The supplier may claim extension of the time limits as set forth in the Purchase

Order in case of:-

12.3 Changes in the specifications of goods, material & equipment by the Purchaser.

12.4 Delay in provision of clarifications regarding material, drawings and services by

the Purchaser.

12.5 Force Majeure pursuant to Clause # 14.

12.6 Justified reasons subject to a written request high-lighting the same within a

period of seven working days prior to expiry of delivery period mentioned in

Purchase Order.

Page 22: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

12.7 It should be noted that a request for extension in delivery period shall be

considered only if the supplier agrees in writing to pay any increase in taxes or

any other charges levied by the Government during the extended delivery

period. Purchaser shall not bear any additional price increase during the

extended period.

12.8 In case of extension in delivery period, the supplier will extend validity of

Performance Bond accordingly at his cost.

12.9 If the supplier fails to supply the ordered material for any reason, within stipulated time, the Performance Bond shall be forfeited and material shall be purchased from elsewhere at his risk and cost.

13. LIQUIDATED DAMAGES: 13.1 If you fail to supply the material in the above specified period, GIK Institute

reserves the right to blacklist you for future business or forfeit the security money or impose penalty @ 0.35% per day of the contract value or may impose any other financial penalty as deemed fit.

13.2 Even after imposition of LDs, if the supplier fails to materialize the delivery (material and or services); the Purchaser reserves the right to cancel Purchase order/contract and to forfeit the earnest money (if applicable) after intimating the supplier for such cancellation / forfeiture.

14. FORCE MAJEURE:

14.1 The supplier shall not be liable for penalty for delay in delivery of ordered goods, if, and to the extent delay in delivery or other failure to perform his obligation under the Purchase Order, of being the result of occurrence of Force Majeure i.e. causes such as natural calamities, war, civil disturbance, military action, fire as well as other circumstance proved to the satisfaction of the Purchaser to be beyond the reasonable control of the supplier, which may impede the fulfillment of the obligations under the Purchase Order.

14.2 The supplier shall notify the Purchaser promptly of the occurrence of Force

Majeure and submit his case in writing within 07 days of such occurrence.

14.3 If any of the party is prevented to fulfill its assumed obligations by Force Majeure of constant duration of at least one month, the party shall meet for negotiation. If no satisfactory agreement is reached within a period of two months from the Commencement of the Force Majeure conditions, either party shall have the right to cancel the Purchase Order with immediate effect.

15. INSPECTION AND TEST: 15.1 The Purchaser’s representative(s) shall have the right to inspect and/or test

the goods to confirm their conformity with respect to specifications mentioned in the Purchase Order. The representative of Procurement Cell will witness the inspection (where so required).

15.2 Should any inspected or tested goods fail to conform to the specifications the

purchaser shall reject them and supplier shall replace the rejected goods. All costs incurred on such replacement shall be entirely born by the supplier.

15.3 Rejected material shall be moved / replaced by the supplier within 07 days

from the receipt of letter/fax issued by the Procurement Department. The supplier shall be liable for the storage charges @ 0.2% (half percent) of the

Page 23: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

cost of rejected material on every day basis, if the same is not removed within seven days.

15.4 Acceptance/rejection of the material by 3rd party (where required) will be

final and binding on both the parties. 16. WARRANTY:

16.1 The supplier shall warrant that all goods supplied under Purchase Order shall be according to specifications given in Purchase Order and approved drawings/design etc. Any deviation in material, drawing/design (where applicable) will be replaced by the supplier at his cost.

16.2 The Purchaser shall promptly notify the supplier in writing, of any claims

arising under this warranty.

16.3 The supplier will invariably provide warranty/guarantee of spare and consumables.

17. QUALIFICATION OF SELECTED BIDDER(S)S:

17.1 The Purchaser will determine to its satisfaction whether the bidder(s)

selected as having submitted the lowest evaluated, technically responsive

bid qualifies to satisfactorily perform the order.

17.2 The determination will take into account the bidder(s) financial, technical &

production capabilities, availability of items ordered for. The bidder(s) shall

provide necessary documents as proof along with the bid.

17.3 Any affirmative determination will be a pre-requisite for award of the

Purchase Order to the bidder(s). A negative determination will result in

rejection of the bid.

17.4 The Purchaser reserves the right at the time of award of order to increase or

decrease to a reasonable extent in the quantity of goods specified in the

Tender Document without any change in price or other terms and conditions. 18. You are encouraged to inform Procurement Department on the following

addresses/ contacts, in case where any GIK Institute employee ask for any type of favor whether monetary or in kind:-

DESIGNATION ADDRESS TEL # FAX # E. MAIL

Director Procurement Ghulam Ishaq Khan

Institute, Topi.

0938-281026 (Ex: 2213)

0939-281045 [email protected]

Page 24: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - C

BIDDING FORM (TECHNICAL BID) Director Procurement GIK Institute of Engineering Sciences and Technology, Topi

Gentlemen,

1. Having examined the Bidding Documents including the specifications, the receipt

of which is hereby acknowledged, we the undersigned offer to supply & deliver

«Description» in conformity with drawings, specifications of goods and conditions of

Tender Document. 2. We undertake if our bid is accepted, to commence delivery within 30 days (Please

specify days) from the date of receipt of your firm Purchase Order. 3. If our bid is accepted, we will provide the Performance Bond equal to 10% of the

Purchase Order excluding GST, for due performance of the purchase order. 4. We agree to abide by all the terms & conditions of the tender for the period of 120

days from the opening of financial proposal & it shall remain binding upon us and may be

accepted at any time before the expiry of that period or any extension thereof agreed by

us. 5. Until a formal Purchase Order is placed, this bid, together with your written

acceptance thereof, shall constitute a binding contract between us. We under-stand that

you are not bound to accept the lowest priced or any bid you may receive. Dated this ______________________ day of _______________ 20_____

(Signature) (In

the capacity of)

Duly authorized to sign Bid for and on behalf of ______________________________________

(Signature of Witness) Name: - __________________________________

Address: - ________________________________

________________________________

Page 25: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE -D

BIDDING FORM (FINANCIAL BID) Director Procurement GIK Institute of Engineering Sciences and Technology, Topi

Gentlemen,

1. Having examined the Bidding Documents including the specifications, the receipt of

which is hereby acknowledged, we the undersigned offer to supply & deliver «Description»

in conformity with drawings, specifications of goods and conditions of Tender for the sum of

Rs.______________________ (Total bid amount in words) (inclusive of all taxes) or such

other sum as may be ascertained in accordance with the said conditions. 2. Until a formal Purchase Order is placed, this bid, together with your written acceptance thereof, shall constitute a binding contract between us. We understand that you are not bound to accept the lowest priced or any bid you may receive.

Dated this ____________________ day of ____________ 20_____

(Signature)

(In the capacity of) Duly authorized to sign Bid for and on behalf of ______________________________________ (Signature of Witness) Name: - __________________________________

Address: - ________________________________

________________________________

Page 26: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE – E

BID SUMMARY SHEET

TENDER NO. GIKI/PD/CE-727/19

(TO BE ATTACHED WITH TECHNICAL BID)

1. Bidder Name Address, Phone & Fax No E-mail address

2. Manufacturer Name & Country of Origin:

3. Items Quoted:(give serial no. only):

4. Price Validity:

5. Offered Delivery Period:

6. GST Registration No:

7. Bidding form (Annexure-C attached with Technical bid: Yes ( ) No ( )

8. Any Deviation:

Signature ______________________

Name & Designation__________________________

Page 27: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE – F

BID SUMMARY SHEET

TENDER NO. GIKI/PD/CE-727/19

(TO BE ATTACHED WITH FINANCIAL BID) 1. Bidder Name ______________________________________ Address, Phone & Fax NO.________________________________

E-mail address ______________________________________ 2. Manufacturer Name & ________________________________________

Country of Origin:_____________________________________________

3. Items Quoted:(give serial no. only): ____________________________________ 4. Price Validity: __________________________________________

5. Total FOR («DeliverTo») Price: Rs ____________

(Inclusive of all taxes except GST)

6. Total FOR («DeliverTo») Price (With GST): Rs ____________

7. Offered Delivery Period: _______________________________________ 8. Payment Terms: _____________________________________________ 9. GST Registration No. _________________________________________ 10. Bidding Form (Annexure-C-1 attached with financial bid): Yes No

11. Any Deviation: ______________________________________________

Signature ______________________

Name & Designation__________________________

Page 28: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - G

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. CERTIFICATE

Submitted to GIK Institute with the reference to Purchase Order No. ____________

hereby declares its intention not to obtain or induce the procurement of any contract, right,

interest, privileges or other obligation or benefit from Government of Pakistan or any

administrative subdivision or agency thereof or any corrupt business practice. Without limiting the generality of the foregoing, the Seller/ Supplier represents and warrants that it has fully declared the brokerage, commission, fees etc., paid or payable to anyone and not given or agreed to give and shall not be given or agree to give to anyone within or outside Pakistan either directly or indirectly through any national or juridical person, including its affiliate, agent, associate, broker, consultant, briber, finder’s fee or kickback, whether described as consultant fee or otherwise, with the object of obtaining or including the procurement of a contract right, interest, privilege or other obligation or benefit in whatsoever form from GOP except that privilege or other obligation or benefit in whatsoever form from GOP except that which has been expressly declared pursuant hereto. The Seller/ Supplier certificate that it has made and will make full disclosure of all agreement

and arrangements with all persons in respect of or related to the transaction with GOP and

has not taken any action or will not take any action to circumvent the above declaration,

representation or warranty. The Seller/ Supplier accepts full responsibility and strict liability for making any false

declaration not making full disclosure, mis-representing facts or taking any action likely to

defeat the purpose of this declaration, representation and warranty. It agrees that any

contract, right interest. Privilege or other obligation or benefit obtained or procured as

aforesaid shall, without prejudice to any other rights and remedies available to GOP under

any law, contract or other instrument, be void able at the option of GOP. Notwithstanding any rights and remedies exercised by GOP in this regard, the Seller/

Supplier agrees to indemnify GOP for any loss or damage incurred by it on account of its

corrupt business practices and further pay compensation to GOP in an amount equivalent to

ten times the sum of any commission, gratification, bribe, tinder’s fee or kickback given by

the Seller/ Supplier as aforesaid for the purpose of obtaining or inducing the procurement of

any contract, right, interest, privilege or other obligation or benefit in whatsoever form from

GOP.

For & On Behalf of

Seller/ Supplier

Page 29: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - H

(WHERE APPLICABLE, TO BE SUBMITTED ON DEMAND OF GIK INSTITUTE)

FAIR PRICE CERTIFICATE

WE M/S_____________________________________________ HEREBY CERTIFY

THAT PRICES QUOTED BY US AGAINST GIK INSTITUTE TENDER NO. GIKI/PD/CE-

727/19 ARE THE LOWEST AND MOST COMPETITIVE AS GENERALLY

APPLICABLE TO ALL OTHER BUYERS AND OR SOLD THROUGH OUR AGENTS AS

PER PREVAILING INTERNATIONAL MARKET AS ON THE DATE OF QUOTE AND IF IT

IS ESTABLISHED AT ANY STAGE THAT THESE WERE HIGHER WE SHALL BE HELD

RESPONSIBLE AND AGREE TO PAY IMMEDIATELY THE DIFFERENTIAL TO GIK

INSTITUTE, TOPI.

SIGNATURE AND SEAL OF THE

MANUFACTURER / SOLE AGENT/AUTHORIZED DEALER

NOTE: FAIR PRICE CERTIFICATE W ILL BE REQUIRED, IN CASE SINGLE BID IS FOUND TECHNICALLY RESPONSIVE IN THE RESPECTIVE TENDER.

Page 30: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - I (On official letter-head of the contractor) To be signed by the Chief Executive of the bidding

company or a representative duly authorized by

board resolution.

Integrity and Ethics Undertaking

We hereby commit and undertake to observe the following principles during our

participation in the contract execution: a) That we will not directly or through any other person or firm, offer, promise or

give to any of the employees of GIK INSTITUTE involved in or relevant to the

execution of the contract any gain, pecuniary benefit or facilitation payment in

order to obtain in exchange any advantage of any kind whatsoever during the

execution of contract or at any stage thereafter. b) That we did not enter with any bidder into any undisclosed agreement or

understanding either formal or informal to restrict competitiveness or to cartelize in the bidding process.

c) That we will ensure that the remuneration of agents (if engaged) is appropriate

and for legitimate services only. d) That we will not use subcontracts, purchase orders or consulting agreements as

means of channeling payments to employees of GIK INSTITUTE. e) That we will not and have not committed any offence under the Pakistan Penal

Code, Prevention of Corruption Act or National Accountability Ordinance to achieve any advantage, gain or benefit during the tender process or the execution of contract.

We further understand and acknowledge that any violation or transgression of the above

mentioned principles will attract disqualification from doing business with GIK INSTITUTE

and may also result in permanent exclusion from future contact award processes. We also accept and undertake to respect and uphold GIK INSTITUTE’s absolute right to

resort to and impose such disqualification, debarment or exclusion.

For and on behalf of ___________

Tender No. ____________

Contract No ________________

Page 31: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - J

(On official letter-head of the bidder) To be signed by the Chief Executive of the

bidding company or a representative duly

authorized by board resolution.

Integrity and Ethics Undertaking

We hereby commit and undertake to observe the following principles during our

participation in the tender process and during the contract execution: a) That we will not directly or through any other person or firm, offer promise

or give to any of the employees of GIK INSTITUTE involved in the tender

process or execution of the contract any gain, pecuniary benefit or

facilitation payment in order to obtain in exchange any advantage of any

kind whatsoever during the tender process or during the execution of

contract.

b) That we have not and will not enter with other bidders into any undisclosed

agreement or understanding either formal or informal to restrict

competitiveness or to cartelize in the bidding process. c) That we will ensure that the remuneration of agents (if engaged) is

appropriate and for legitimate services only. d) That we will not use subcontracts, purchase orders or consulting

agreements as means of channeling payments to employees of GIK Institute.

e) That we will not commit any offence under the Pakistan Penal Code,

Prevention of Corruption Act or National Accountability Ordinance to

achieve any advantage, gain or benefit during the tender process or the

execution of contract.

We further understand and acknowledge that any violation or transgression of the

above mentioned principles will attract disqualification from the tender process and

may also result in permanent exclusion from future contact award processes.

We also accept and undertake to respect and uphold Institute’s absolute right to resort

to and impose such disqualification, debarment or exclusion.

For and on behalf of _________

Tender No. GIKI/PD/CE-727/19

Page 32: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - K

Form 4 Mandatory for participation in Bidding Process

A F F I D A V I T

I,____________________________ S/o ____________________________ aged

___________ years ____________ working as Proprietor/Managing Partner/Director of M/s

___________________________________________________________________ having its

registered office at________________________________________________________ do

hereby solemnly affirm and declare on oath as under:

1. That I am competent to swear this affidavit being proprietor/one or the partners/ Director of M/s _________________ 1. That M/s ________________________________________________ is a

proprietorship/partnership firm/company is participating in tender process conducted by Institute.

2. That I hereby confirm and declare that none of my/our group/sister concern/associate company is participating/ submitting this tender.

3. That I hereby confirm and declare that my/our firm/company M/s ____________________________ and

myIour firm/group/company/ sister concern / associate company have not been black listed/de-listed any

Institutional agencies/Govt. Deptt/ Public Sector Undertaking.

4. That there is no change in the Name & Style, Constitution and Status of the firm, after Pre-qualification. 5. That I further undertake that in case any of the facts contained above and in-our application is

round other-wise or incorrect or false at any stage, my/our firm/company/ group/sister concerns/

associate companies shall stand debarred from the present and future tenders of the GIK

INSTITUTE.

(Signature of the Proprietor/ Managing Partner/Director with Seal)

DEPONENT

Verified at _______________ on _____________________ that the contents of paras

1 to 6 of this affidavit are true and correct to best of my knowledge and no part of this

is false and nothing material has been concealed or falsely stated therein. (Signature of the Proprietor/ Managing Partner/ Director with Seal)

DEPONENT

(Signature & Seal of Notary)

Page 33: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

ANNEXURE - L

BLACK LISTING PROCEDURE 1. Blacklisting Blacklisting means; temporarily or permanently, barring an entity or a person against

whom proceedings have been initiated including but not limited to bidder, contractor,

supplier, agent, consultant, company, partnership or firm; hereinafter referred to as,

Respondent from participating in any future procurement of goods and services. The

Respondent(s) individually or collectively as a consortium may stand blacklisted if

found to have been involved in any or all of the following acts:

a) Undermines or adversely affects the operations of the company through any

of the following: • Withdrawing a bid during the bid validity period; • Failure or refusal to:

i. sign the Contract; ii. accept Purchase Order / Service Order Terms; iii. execute work; iv. submit 2% earnest money as per tender terms; v. make supplies as per specification agreed; vi. fulfill contractual obligations as per contract; vii. meet purchase order / service order terms and conditions; and/or, viii. to remedy underperformance as per contractual obligations. ix. Or any other non-compliance of obligations vital for the execution /

compliance of the contract.

b) Repeated non-performance.

c) Indulgences in corrupt or fraudulent practices while obtaining or attempting

to obtain contracts in the company.

d) Convicted of fraud, corruption. tax evasion or criminal misappropriation by

a court of competent forum.

e) Notified blacklisted/debarred/cross debarred by any public sector

organization or international agency. In this regards the contractor has to

submit a certificate that he or his principal is not declared blacklisted /

debarred I cross debarred by any public sector organization or international

agency

f) Furnished information that was false and materially inaccurate or submitted

forged or fake documents. 2. Debarment of Natural Terms. The following shall stand disqualified and debarred from participating in GIK

INSTITUTE tenders or contracts pursuant to black listing proceedings:

i. In case of a company; all directors including its Chairman, Chief Executive

and Chief Financial Officer.

ii. In case of partnership; all partners

Page 34: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

3. Debarment of Associated Companies or Entities Where a company or an entity has been blacklisted, all its associated or subsidiary

undertaking whether by way of common directorship, common management and

control, shareholding or direct or indirect control through directors of blacklisted entity

etc shall also stand disqualified from participating in GIK INSTITUTE tenders or

contracts 4. Proceedings for blacklisting

a) Director Procurement on his own accord or on receipt of information or a

complaint shall refer the matter to the Procurement Committee.

b) The Committee after examining the material placed before it shall determine

whether it is necessary and appropriate to initiate formal black listing

proceedings.

c) In case the Committee decides to initiate blacklisting proceedings Respondent

shall be formally intimated in writing about the nature of complain/matter and

initiation of blacklisting proceedings.

d) The Respondent shall be intimated by giving a 15 days’ notice through courier

services, registered post or fax or email and, shall be provided an opportunity

of furnishing response either through written representation or personal

hearing or both.

e) In case the Respondent fails to furnish his defense or representation the

committee may proceed exparte on the basis of information, record and

material available before it provided that two subsequent notices at seven

working days intervals have been given.

f) The Committee shall complete its proceedings within 60 days from the date of

first notice given pursuant to paragraph (d) above.

g) The Respondent against whom blacklisting proceedings have been initiated

may be represented through:

i. In case of an individual or sole proprietorship; in person. ii. In case of a firm or partnership; by the Chief executive or the Managing

Partner, duly authorized.

iii. In case of a company; by the Chief Executive or a Director or any officer

duly authorized by the Company 5. Findings & Decisions:

a) The Committee after finalizing its proceedings shall record its findings in

writing and decide one of the following measures for implementation:

i. Temporarily debarred, specifying the time period;

ii. Blacklisted if the Respondent fails to take remedial action within the

specified time; or,

iii. Blacklisted.

b) The order of the Committee shall be communicated in writing as per Form 3.

c) The documents, deliberations reduced in writing and all records of

Page 35: GIK INSTITUTE OF ENGINEERING SCIENCES AND ......Tender Serial No. GIKI/PD/CE-727/19 GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI (PROCUREMENT DEPARTMENT) SCHEDULE OF

proceedings are to be maintained for five years by the Procurement Cell 6. Appeal

a) The Respondent may appeal within 15 days working days of intimation of

decision of the Committee to the Pro-Rector (Admin & Fin) in writing of any

irregularity in the decision of the Committee.

b) If there exists any substance in the appeal the Pro-Rector (Admin & Fin)

after recorded reasons may direct that Committee may review the case by

providing opportunity of hearing to the Respondent provided that the review

shall be completed within 30 days.

c) The Committee shall record its findings in writing and refer the same to the

Pro-Rector (Admin & Fin) for appropriate orders.

Director Procurement GIK Institute, Topi