You are on page 1of 68

BID IDENTIFICATION NO-01/CE/RDQP/2018-19

GOVERNMENT OF ODISHA
WORKS DEPARTMENT

E-TENDER DOCUMENTS FOR THE WORK


“SUPPLY, INSTALLATION & COMMISSIONING OF MACHINERIES & EQUIPMENT FOR
THE LABORATORIES UNDER CHIEF ENGINEER, R.D.&Q.P. (R&B), ODISHA,
BHUBANESWAR DURING THE FINANCIAL YEAR 2018-19”

OFFICE OF THE CHIEF ENGINEER,


R.D.&Q.P. (R&B), ODISHA,
BHUBANESWAR

E-mail ID:qualitycontrol02@gmail.com

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 1
OFFICE OF THE CHIEF ENGINEER
Research Development & Quality Promotion (R & B), Odisha
Unit-IV, Sachivalaya Marg, Bhubaneswar
Telephone:0674-2396562
E-mail ID:qualitycontrol02@gmail.com
No. Lab- 2252 / Dated Bhubaneswar, the 12th September 2018
INVITATION FOR BIDS (IFB)
Bid Identification No.01/CE/RDQP/2018-19

1. Chief Engineer, R.D.&Q.P. (R&B),Odisha, Bhubaneswar, on behalf of Governor of Odisha, invites online bids/ tenders from
eligible reputed/ISO Certified laboratory equipment manufacturers or their authorized distributors /dealers in double cover
system for supply of laboratory tools / equipment/ machineries to Quality Control (R&B) laboratories at Bhubaneswar,
Khurda, Puri, Cuttack, Chandikhole, Dhenkanal, Berhampur, Phulbani, Paralakhemundi, Keonjhar, Balasore, Baripada,
Sambalpur, Bolangir, Sundergarh, Bhawanipatana, Rayagada, Sunabeda and Nawarangpur including their installation &
commissioning under terms and conditions contained in the bid document.
2. Bid document consisting of technical specifications, schedule of quantities (Bill of Quantities- BOQ), terms and conditions
of DTCN and other necessary documents together with procedure for on-line bidding and procedure for electronic receipt,
accounting and reporting of Cost of Tender Paper and Bid Security (Earnest Money Deposit) on submission of bids etc. can
be seen in the website: https://tendersodisha.gov.in.
3. The bid document will be available in the website: https://tendersodisha.gov.in from 10.00 A.M. of dt. 20.09.2018 to
5.00 P.M. of dt. 20.10.2018 for online bidding.
4. The bidder must possess compatible & valid Digital Signature Certificate (DSC) of Class-II or Class-III.
5. Bids shall be received “online” only on or before 5.00 P.M. of dt. 20.10.2018.
6. The bidder shall pay online Rs. 10,000/- towards cost of bid document through a process as mentioned in DTCN.
7. The bidder shall pay online Bid Security (E.M.D.) for the amount specified in the Bidding Data Sheet through a process
as mentioned in the DTCN.
8. The bidders have to deposit original documents as per Clause-8 of DTCN with Deputy Director Research, R.D. &
Q.P.(R&B), Bhubaneswar during the office hours on working days from 11.00 A.M. of dt. 23.10.2018 to 5.00 P.M. of
dt.27.10.2018, failing which the bids shall be rejected.
9. Technical Bids received online shall be opened at 12.30 P.M. on dt. 22.10.2018 in the Office of the Chief Engineer,
R.D.& Q.P.(R&B), Odisha, Bhubaneswar. Bidders, who participated in the bid can witness the opening of bids after
logging on to the site through their DSC. If the stipulated date of opening of Technical bids is declared Government
holiday, the same will be opened on the next working day at the same time and venue.
10. Time period for completion of supply including installation & commissioning of machineries and equipment shall be
2 (two) months from the date of issue of supply order.
11. Other details can be seen in the bid document.
12. The authority reserves the right to cancel any or all bids without assigning any reasons thereof.
13. Addendum/ Corrigendum, if any, will be hosted in the website.

Sd/-R.K. Agrawal
Chief Engineer, R.D. &Q.P. (R&B), Odisha

Memo No. 2253 / Dated. 12.09.2018


Copy along with soft copy forwarded to the Head, State Portal, I.T. Centre, Department of Electronics & Information
Technology, Odisha Secretariat, Bhubaneswar for information and necessary action.
He is requested to up-load the above IFB in Government website https://odisha.gov.in for wide publicity.

-sd-
Encl: - C.D. - One No. Chief Engineer, R.D.& Q.P. (R&B), Odisha

Memo No. 2254 / Dated. 12.09.2018


Copy forwarded to Director, Printing, Stationery & Publications, Government of Odisha, Madhupatana, Cuttack –10 for
information and necessary action. He is requested to arrange for publication of the IFB in next issue of Odisha Gazette.

-sd-
Chief Engineer, R.D. & Q.P. (R&B), Odisha

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 2
Memo No. 2255 / Dated. 12.09.2018.
Copy submitted to Engineer-in-Chief-cum- Secretary to Government of Odisha, Works Department, Bhubaneswar for favour
of information.

-sd-

Chief Engineer, R.D. & Q.P. (R&B), Odisha


Memo No. 2256 / Dated. 12.09.2018.
Copy submitted to the Engineer-in-Chief (Civil), Odisha/ Engineer-in-Chief (Water Resources), Odisha/ Engineer-in-Chief
(Rural Works), Odisha for favour of information and wide circulation.
-sd-
Chief Engineer, R.D. & Q.P. (R&B), Odisha
Memo No. 2257 / Dated. 12.09.2018.
Copy submitted to Chief Engineer (D.P.I. & Roads) / Chief Engineer (Buildings) / Chief Engineer (World Bank Projects) /
Chief Engineer-cum-Chief Manager (Technical), State Procurement Cell/ Chief Engineer (N.H.)/ Chief Engineer, Design Research &
Quality Control (W.R. Department), Odisha, Bhubaneswar for information and wide circulation.
-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha

Memo No. 2258 / Dated. 12.09.2018.


Copy to Director, Research & Quality Control (W.R. Dept.), Delta Square, Bhubaneswar / Director, Institute of Material
Science, Planetarium Building, Acharya Vihar Square, Bhubaneswar/ Director, E.P.& M., Ashoka Market Complex, Bhubaneswar
for information and wide circulation.
-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha
.
Memo No. 2259 / Dated. 12.09.2018.
Copy to all Superintending Engineers under (R&B) & NH Organization for information and wide circulation.

-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha
Memo No. 2260 / Dated. 12.09.2018.
Copy to Executive Engineer, Bhubaneswar (R&B) Division No. -I/II/III/IV/V /Executive Engineer, GPH Division No-1,
Bhubaneswar/ Executive Engineer, N.H. Division, Bhubaneswar/ Executive Engineer, Rural Works Division, Bhubaneswar/
Executive Engineer, Prachi Irrigation Division, Bhubaneswar/ Executive Engineer, Quality Control Division (W.R. Dept.), Delta
Square, Unit-8, Bhubaneswar/ Executive Engineer, Quality Control (R&B) Division, Bhubaneswar (D.D.R.)/ Cuttack/ Berhampur/
Keonjhar/ Sambalpur/ Rayagada for information & wide circulation/ publicity.
-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha

Memo No. 2261 / Dated. 12.09.2018.


Copy to all Research Officers under R.D. &Q.P. (R&B) wing for information and wide circulation.

-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha
Memo No. 2262 / Dated. 12.09.2018.
Copy to all Technical Assistants/ Cash Branch/ Store Keeper of this office for information and necessary action.

-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha
Memo No. 2263 / Dated. 12.09.2018.

Copy to Notice Board of this office.

-sd-
Chief Engineer, R.D. &Q.P. (R&B), Odisha

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 3
BIDDING DATA SHEET
A. GENERAL INFORMATIONS:
Sl. Item Details
No.
1 Bid Identification No. 01/CE/RDQP/2018-19
2 Name of the Work Supply, installation & commissioning of Machineries
& Equipment for the laboratories under C.E.,
R.D.&Q.P. (R&B), Odisha, Bhubaneswar during the
financial year 2018-19
3 Officer Inviting Tender Chief Engineer, R.D.&Q.P. (R&B), Odisha,
Bhubaneswar.
4 Executive Engineers concerned with Head- Executive Engineers, Quality Control (R&B)
quarters authorised as Engineer-in-charge Division, Bhubaneswar, Cuttack, Sambalpur,
of this work. Berhampur, Keonjhar, Rayagada.
5 Superintending Engineer with Head- S.E., R.D.&Q.P. (R&B), Odisha, Bhubaneswar
quarters
6 Accepting Authority Chief Engineer, R.D.&Q.P. (R&B), Odisha,
Bhubaneswar.

B. BID INFORMATION:

1 Intended completion period/Time period 2 (two) months from the date of issue of supply order.
assigned for Completion of supply.
2 Last date & time of submission of Bid online Time: 5.00 P.M.
Date: 20.10.2018
3 Cost of Bid Document (Non-refundable) (Clause No.5.1 of DTCN.)
To be remitted online Rs.10, 000/- (Rupees Ten thousand) only.

4 Bid Security (Clause No.5.2 of DTCN.)


To be remitted online Rs.1,12, 000/- (Rupees One lakh twelve thousand) only.
5 Bid validity period (Clause No.10 of DTCN) 90 days from the date of opening of Technical bid.

6 Currency of Contract Indian National Rupees


7 Language of Contract English
8 Date of opening of Technical bid Dt. 22.10.2018 at 12.30 P.M.
9 Date of opening of Financial bid/ BOQ To be informed to the qualified bidders online after
evaluation of the Technical bids.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 4
Procedure to participate in online bidding
(e-procurement)
1. IN THE E-PROCUREMENT PORTAL: The Supplier/Bidder intending to participate in the bid is required to
register in the Portal using his /her active personal/ official e-mail ID as his/her Login ID and attach his/her valid
Digital Signature Certificate (DSC) to his/her unique Login ID. The DSC used must be of appropriate class (Class
II or Class III) issued by a registered Certifying Authority (CA) such as n-Code, Sify, TCS, MTNL etc. He/ She has
to submit the relevant information as asked for about the firm/ bidder. The portal registration of the bidder/ firm
is to be authenticated by the State Procurement Cell after verification of original valid certificates/ documents
such as (i) PAN card (ii) GSTIN Registration Certificate (for procurement of goods) or any other relevant
document of the concerned bidder as required by the State Procurement Cell, Government of Odisha. The
time period of validity in the portal is at par with validity of GSTIN Registration Certificate and any other
relevant document as mentioned above. Any change of information by the bidder is to be re-authenticated by the
State Procurement Cell. After successful authentication, bidder can participate in the online bidding process.
a. To log on to the portal the Supplier/Bidder is required to type his/her username and password. The system
will again ask to select the DSC and confirm it with the password of DSC. For each login, an user’s DSC
will be validated against its date of validity and also against the Certificate Revocation List (CRL) of
respective CAs stored in system database. The system checks the unique ID, password and DSC
combination, and authenticates the login process for use of portal.
b. The tender documents uploaded by the Officer Inviting Tender in the website
https://tendersodisha.gov.in will appear in the “Active Tender” Section of the homepage. Only a small
notification will be published in the newspaper specifying the work details along with mention of the
specific website for details. The publication of the tender in the website mentioned above will be for
specific period of time till the last date of submission of bids as mentioned in the ‘Invitation for Bid’,
after which the same will be removed from the list of Active tenders. Any bidder can view or download
the bid documents from the web-site.
c. The DSC must be in the name of Managing Director or any other person duly authorized/Power of
Attorney holder of the company for bidding (in case of Company or Corporation); in the name of
Managing Partner or any other partner duly authorized for the purpose (in case of partnership firm)
and in the name of proprietor in case of proprietary firm.
d. In case of dealers/distributors of manufacturing firm, the DSC shall be in the name of the authorized
dealer.
e. The software application has the provision of payment of Cost of Tender Paper through payment
gateways of authorized bankers by directly debiting the account of the bidders.
1.1. DELETED.
1.2. In the case of any failure, malfunction or breakdown of the electronic system used during the e-procurement
process, the tender inviting officer shall not accept any responsibility for failures or breakdowns other than those
in systems strictly within his/her own control.
1.3. Any third party/company/person under a service contract for operation of e-procurement system in the State or
his/her/their subsidiaries or their parent companies shall be ineligible to participate in the procurement processes
that are undertaken through the e-procurement system irrespective of who operates the system.
1.4. For submission of Bids through the e-Procurement Portal, the bidder shall upload the scanned copy/copies of
document in prescribed format wherever warranted in support of eligibility criteria and qualification
information. The successful bidders shall have to produce the original documents in support of the scanned

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 5
copies and statements uploaded in the portal before the specified date as per DTCN.
1.5. Each bidder shall submit only one bid for one package. A bid will be taken up for Technical evaluation only
if accompanied by cost of bid document and appropriate bid security. The system shall consider only the last
bid submitted through the e-Procurement portal.
1.6. DELETED.
1.7. The bidder is required to download all the documents for preparation of his/her bid. It is not necessary on the
part of the bidder to upload the DTCN/bid documents (after signing) while up-loading his/her bid. He is
required to upload the documents related to his/her eligibility criteria and qualification information and Bill of
Quantities/ price bid, duly filled in. It is assumed that while participating in the bid, the bidder has referred to
all the technical specifications of machines/ equipment and gone through the DTCN Clauses thoroughly.
Seeking any revision of rates or backing out of the bid claiming for not having referred to any or all
documents provided in the bid documents will be construed as a plea to disrupt the bidding process and in
such cases, the Bid Security shall be forfeited.
1.8. Any addendum / corrigendum/ cancellation of Tender Call Notice/ Invitation for Bids (IFB) shall be published in
the website https://tendersodisha.gov.in, notice board and through newspaper publication and such notice shall
form part of the bidding documents.
1.8.1. The system generates a mail to those bidders who have already uploaded their tenders and those bidders, if they
wish, can modify their tenders. The bidders are required to watch the website till last date and time of bid
submission for any addendum/ corrigendum/ cancellation thereof. Tender Inviting Authority is not responsible
for communication failure of system generated mail.
All the bid documents shall be uploaded / provided in the portal by the Officer Inviting the Bid. The bidder
shall carefully go through the bid document and prepare the required documents and upload the scanned
documents in Portable Document Format to the portal in the designated locations of Technical Bid. He will fill
up the rates of items in the BOQ/ price bid downloaded for the work in designated Cell and upload the same in
designated locations of Financial Bid. Bidders are to submit only the original BOQ/ Price bid uploaded by
publisher (Tender Inviting Authority) after entering the relevant fields without any
alteration/deletion/modification. Multiple BOQ submission shall lead to cancellation of bid.
2. PAYMENT OF E.M.D./ BID SECURITY AND COST OF BID DOCUMENTS: The Bidder shall furnish, as
part of his/her bid, a Bid Security (E.M.D.) and Cost of Bid document for the amount mentioned under
IFB/Bidding Data Sheet in online mode as per the procedure mentioned in bid document [Procedure for
electronic receipt, accounting and reporting of Cost of Tender Paper and Bid Security (Earnest Money
Deposit) on submission of bids].
2.1 The E.M.D. or Bid Security is to be paid online for an amount of Rs. 1,12, 000/- (Rupees One lakh twelve
thousand) only as mentioned in the bid documents/ Bidding Data Sheet. The Bid Security shall be retained till
such time the successful bidder furnishes the required Initial Security Deposit (I.S.D.). Failure of the
successful bidder to furnish the required I.S.D. within the stipulated period shall constitute sufficient
grounds for cancellation of the award and forfeiture of the Bid Security.
2.2 Deleted.
2.3 The Tender Accepting Authority will verify the originals of all the scanned documents of the successful lowest
bidder in respect of any item only within 7(seven) days of opening of the tender (Financial Bid). In the event
of failure on the part of the lowest successful bidders to produce the original documents, he/she will be debarred
in future from participating in tender for 3 years and will be blacklisted by the competent authority. In such a
situation, successful L2 (2nd lowest) bidder will be required to produce his/her original documents for
consideration of his/ her tender at the negotiated rate equal to L1 (1st lowest) bidder.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 6
2.4 DELETED.
2.5 Government of Odisha has recently introduced e-payment gateway in to the portal for online payment of
Cost of Bid document and Bid Security. The process of using e-payment gateway is mentioned in the
“Procedure for Electronic receipt, accounting and reporting of Cost of Tender Paper and Bid Security
(Earnest Money Deposit) on submission of bids.”

3. FORMAT AND SIGNING OF BID: (Logging in-to the Portal)-The supplier/ bidder is required to type his/her
Login ID and Password. The system will again ask to select the DSC and confirm it with the password of DSC as a
second stage authentication. For each login, an user’s DSC will be validated against its date of validity and also
against the Certificate Revocation List (CRL) of respective CAs stored in system database. The system checks the
unique Login ID, Password and DSC combination and authenticates the login process for use of portal. The bidder
can download the tender documents of his/her choice and save it in his/her system and undertake the necessary
preparatory work offline and upload the completed tender at his/her convenience within the last date and time of
submission. The bidder shall submit single copy of the required documents and Price Bid only in the portal. In the
Financial bid, the bidder cannot leave any blank cell in the unit rate column (Column 5). He/she has to write the
rates in figures only in the unit rate column (Column 5) of respective items and corresponding total amount (both in
figures and words) will be self-generated. If the bidder doesn’t want to supply/ quote rate against any
item/equipment, he may quote Rs.0.00 against the unit rate column of that item/equipment to enable the system to
complete the process. The Bidders are advised to upload the completed Bid well ahead of the last date & time of
receipt to avoid any last moment problem of power/ network failures etc.
3.1. The bidder shall go through the bid documents carefully and list the documents those are asked for submission.
He/ She shall prepare all the documents including Bid Declaration form, Price bid etc. and store in the system.
3.2. The bidder shall log on to the portal with his/her DSC and move to the desired tender for uploading the
documents in appropriate place one by one, simultaneously checking the documents. Once the bidder makes sure
that all the documents have been up-loaded in appropriate place, he/she has to click the submit button to submit
the bid to the portal.
3.2.1. The bids once submitted can’t be retrieved or corrected. Tender can’t be pre-opened and can’t be submitted
after due date and time. Therefore, only after satisfying that all the documents have been uploaded, the
bidder should activate submit button.
3.2.2. In the e-procurement process, all processes are time-stamped. The system can identify each individual, who
has entered into the portal for any bid and the time of entering into the portal.
3.2.3. The bidder should ensure clarity of the document uploaded by him/her to the portal, especially the scanned
documents by taking out sample printing. Non-submission of legible documents may render the bid non-
responsive. However, the Officer inviting the Bid, if so desires, can ask for legible copies or original copies
for verification within a stipulated period provided such document in no way alters the bidder’s price bid. If
the bidder fails to submit the original documents within the stipulated date, his/her bid security shall be
forfeited.
3.3. SUBMISSION OF BIDS: -
The bidder shall carefully go through the tender and prepare the required documents. The bid shall have a
Technical Bid and a Financial Bid (Price bid). The Technical bid generally consists of GSTIN, PAN and other
documents as per relevant Clauses of DTCN and any other information required by Officer Inviting Tender
(OIT). The Financial Bid shall consist of the Bill of Quantities (BOQ) and the format annexed to BOQ.
3.4. Bidders are to submit only the original Price bid/ BOQ (in .xls format) uploaded by Procurement Officer/
Publisher (Officer Inviting Tender) after entering the relevant fields without any alteration/ deletion/
modification. Multiple BOQ submission by bidder shall lead to cancellation of bid.
3.5. The bidder shall upload the scanned copy/ copies of document in support of eligibility criteria and qualification
information in prescribed format in Portable Document Format (PDF) to the portal in the designated locations of

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 7
Technical Bid.
3.6. The bidder shall write his/ her name in the space provided in the specified location in the protected Bill of
Quantities (BOQ) published by the Officer Inviting Tender. The bidder shall type rates in figure only in the rate
column of respective items without any blank cell in the rate column in case of item-rate tender.
3.7. The bidder shall log on to the portal with his/ her DSC and move to the desired tender for uploading the
documents in appropriate place one by one simultaneously checking the documents.
3.8. Bids cannot be submitted after due date and time. The bids once submitted cannot be viewed, retrieved or
corrected. The bidder should ensure correctness of the bid prior to uploading and take print out of the system
generated summary of submission to confirm successful uploading of bid. The bids can’t be opened even by the
Officer Inviting Tender or the Procurement Officer, Publisher/ Opener before the due date and time of opening.
3.9. Each process in the e-procurement is time-stamped and the system can detect the time of log in of each user
including the bidder.
3.10. The bidder should ensure clarity/ legibility of the documents uploaded by him/her to the portal.
3.11. The system shall require all the mandatory forms and fields to be filled up by the bidder during the process of
submission of the bid/ tender.
3.12. The bidder should check the system generated confirmation statement on the status of the submission.
3.13. The bidder should upload sufficiently ahead of the bid closure time to avoid traffic rush and failure in the
network.
3.14. The Tender Inviting Officer is not responsible for any failure, malfunction or breakdown of the electronic system
used during the e-procurement process.
3.15. The bidder is required to upload only those documents as asked for in relevant Clauses of the DTCN and Bill of
Quantity, duly filled in. It is not necessary on the part of the bidder to upload other bid documents (after signing)
while uploading his/her bid. It is assumed that the bidder has referred to all the documents uploaded by the
Officer Inviting the Bid and has accepted all the terms & conditions of DTCN.
3.16. The bidder will not be able to submit his/ her bid after expiry of the last date and time of submission of bid
(server time). The last date and time of bid submission shall remain unaltered even if the specified last date for
the submission of bids is declared as a holiday for the Officer Inviting the Bid.
3.17. The ‘Online bidder’ shall digitally sign on all statements, documents, certificates uploaded by him/her, owning
responsibility for their correctness/ authenticity as per IT ACT 2000. If any of the information furnished by the
bidder is found to be false/ fabricated/ bogus, his/her E.M.D./Bid Security shall stand forfeited and his/her
registration in the portal shall be blocked and the bidder is liable to be blacklisted.
4. SECURITY OF BID SUBMISSION:
4.1. All bid data uploaded by the bidder to the portal will be encrypted by the DSC of the opener(s). The system shall
require all the mandatory forms and fields to be filled up by the bidder during the process of submission of the
bid/tender.
4.2. The bid shall be received in encrypted format by the system which can only be decrypted / opened by the
authorized openers only on or after the due date and time.
5. DEADLINE FOR SUBMISSION OF THE BIDS:
5.1. The online bidding will remain active till the last date and time of the bid submission. Once the date and time
(Server date and time) is over, the bidder will not be able to submit the bid. The last date & time of bid
submission shall remain unaltered even if the last date for the submission of bids is declared as a holiday for the
Officer inviting the Bid.

RESUBMISSION AND WITHDRAWAL OF BIDS:


5.2. Resubmission of bid by the bidders for any number of times before the last date and time of submission is
allowed.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 8
5.3. Resubmission of bid shall require uploading of all documents including price bid afresh.
5.4. If the bidder fails to submit his/ her modified bids within the pre-defined time of receipt, the system shall
consider only the last bid submitted.
6. LATE BIDS:
The system shall reject submission of any bid through portal after closure of the receipt time. For all purpose, the server
time displayed in the e-procurement portal shall be the time to be followed by the bidder and concerned officers.
7. MODIFICATION AND WITHDRAWAL OF BIDS:
7.1. In the e-Procurement Portal, it is allowed to modify the bid any number of times before the final date and time of
submission. The bidder shall have to log onto the system and resubmit the documents as asked for by the system
including the price bid. In doing so, the bids already submitted by the bidder will be removed automatically from
the system and the latest bid only will be admitted. But the bidder should avoid modification of bid at the last
moment to avoid system failure or malfunction of internet or traffic jam or power failure. If the bidder fails to
submit his/ her modified bids within the designated time of receipt, the bid already in the system shall be taken
for evaluation.

7.2. In the e-Procurement Portal, withdrawal of bid is allowed. But in such case, he/she has to write a letter with
appropriate reasons for his/her withdrawal addressed to the Officer Inviting the Bid and upload the scanned
document to portal in the respective bid before the closure date and time of receipt of the bid. The system shall
not allow any withdrawal after expiry of the closure time of the bid.

8. OPENING OF THE BID:


8.1. Technical Bid opening date shall be as specified in the bidding data sheet during bid invitation and can be
changed through corrigendum. This date is specified in IFB, tender document as well as the home page of portal.
Bid opening can be done by the authorized users who are defined during the tender publication / approval stage.
The bids are encrypted using their public keys and can be decrypted only on or after the bid opening due date
and time. The bid openers private key will be required to open the bids and all the openers have to log on to the
portal during that time.
8.1.1. The bidders who participate in the online bidding can witness opening of the bid from any system logging on
to the portal with the DSC away from opening place. Bidders are not required to be present during the bid
opening at the opening location.
8.1.2. Each activity is date and time stamped with user details. For time stamping, server time is taken as the
reference.

8.2. In the event of the specified date of bid opening being declared a holiday for the Officer Inviting the
Bid/Engineer-in-Charge, the bids will be opened at the same specified time on the next working day.

8.3. In case bids are invited for more than one package, the order for opening of the “Bids” shall be that in which
they appear in the “Invitation for Bids”.

8.4. The bid openers, who have been pre-defined shall log on to the portal with their respective DSC. Unless all the
Officers who have been declared as Opening Officers log in to the portal with their DSC, the tender can’t be
opened.
8.5. In case of non-responsive tender, the Officer Inviting Tender should complete the e-Procurement process by
uploading the official letter for cancellation/ re-tender.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 9
EVALUATION OF BIDS: -
All the opened bids shall be downloaded and printed for taking up evaluation. The officer authorized to open
the tender shall sign and number each page of the documents downloaded and furnish a certificate that “The
Documents as available in the portal containing...... Nos. of pages”.
8.5.1 After opening of technical bid, the bidder may be asked in writing / online (in their registered e-mail ID) to
clarify on the uploaded documents provided in the Technical Bid, if necessary, with respect to any doubts or
illegible documents required for Technical Evaluation. The Officer Inviting Tender may ask for any other
document of historical nature during technical evaluation of the tender, provided in all such cases, furnishing
of any document in no way alters the bidder’s price bid. Non-submission of legible documents may render the
bid non-responsive. The authority inviting bids reserves the right to accept any such additional document.
8.5.2 The bidders will respond in not more than 7 days of issue of the letter for clarification, failing which the bid
of the bidder will be evaluated on its own merit.
8.5.3 Immediately on receipt of these clarifications, the Evaluating Officers, predefined in the system for the bid,
will finalize the list of responsive bidders. They will log onto the site with their DSC and record their
comments on the technical evaluation page in the system. The Officer Inviting the Bid, if also the accepting
authority, shall log on to the system with his/her digital signature and check the technical evaluation. He/she
can either accept or pass onto the Evaluating Officers for re-evaluation. Upon acceptance of technical
evaluation by the Accepting Authority in the system, the system shall automatically generate letters to all the
responsive bidders and the system shall forward the letter to all the responsive bidders that their technical bid
has been evaluated responsive with respect to the data/information furnished by him/her and the letter shall
also intimate him/her the date & time of opening of financial bid (price bid). The system shall also inform the
non-responsive bidders in their e-mail ID that their bids have been found non-responsive.
8.6 The technical evaluation of all the bids shall be carried out as per the information furnished by the bidders. But
evaluation of the bid does not exonerate the bidders from checking their original documents and if at a later date,
the bidder is found to have misled the evaluation through wrong information, action as per relevant Clause of
DTCN shall be taken against the bidder/contractor.
8.7 The Procurement Officer-Evaluators will evaluate bids and finalize list of responsive bidders. Opening of price bid
and evaluation of lowest bidder is subject to fulfilment of other qualifying information and bid conditions etc.
8.7.1 The financial bids of the technically responsive bidders shall be opened on the due date of opening. The
Procurement Officer-Openers shall log on to the system in sequence and open the financial bids.
8.7.2 The date and time of opening of financial bids shall be informed to the technically qualified/ responsive
bidders online in advance.
8.7.3 At the time of opening of “Financial Bid”, the names of the bidders whose technical bids were found
responsive will be announced and the financial/price bids of only those bidders will be opened. The
remaining price bids will be rejected.
8.7.4 The responsive bidders’ name, the bid prices, the item-wise rates, the total amount of each item in case
of item-rate tender will be announced.
8.7.5 DELETED.
8.7.6 The Financial bid of the bidders shall be opened one by one by the designated officers. The system shall
auto-generate the Comparative Statement.
8.7.7 The bidders can witness the principal activities and view the documents/summary reports for that
particular work by logging on to the portal with his/her DSC from anywhere.
8.7.8 Procurement Officer-Openers shall sign on each page of the downloaded BOQ and the Comparative
Statement and furnish a certificate to that effect.
8.7.9 System provides an option to Procurement Officer/ Publisher for reconsidering the rejected bid with the
approval of concerned Chief Engineer/ Head of Department.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 10
9. CLARIFICATION AND NEGOTIATION OF BIDS:

9.1 For examination, evaluation and comparison of Financial/Price bids, the Officer Inviting the Bid may, at his
discretion, ask the lowest bidder for clarification of his/her rates including reduction of rate on negotiation and
breakdowns of unit rates.
9.2 On opening of the price bid, the system shall arrange the Financial bids in order of their value item-wise (L1 first,
followed by L2, L3 ….) for subsequent evaluation. The evaluation status (sheet) will be visible to all the
participating bidders after opening on their respective logins. Each activity is recorded in the system with date and
time stamping.
10. NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT:

10.1 In the E-Procurement Portal, the system shall generate the template of award letter and the Officer Inviting the
Bid/ concerned Executive Engineers shall mention the amount of Initial Security Deposit required to be
furnished in the letter and intimate the bidders in his/her e-mail ID.
10.2 The Officer Inviting Tender/ concerned Executive Engineers shall notify acceptance of the bid(s) prior to expiry
of the validity period by e-mail confirmed by registered letter. This Letter of Acceptance will state the sum that
the concerned Executive Engineers will pay the bidder/ supplier in consideration of execution and completion of
the supply by the supplier as prescribed by the contract and the amount of Initial Security Deposit required to be
furnished. The issue of the Letter of Acceptance shall be treated as closure of the bid process and
commencement of the contract.
10.3 The supplier/ successful bidder after furnishing the required Initial Security Deposit and signing of Agreement/
Contract in prescribed format, “Letter to Proceed” or “Supply Order” shall be issued by the concerned
Executive Engineers with copy thereof to the Procurement Officer-Publisher (Tender Inviting Authority). The
Procurement Officer-Publisher shall upload the summary and declare the process as complete.
10.4 If the L1 bidder does not turn up for agreement after finalisation of the tender, then he/she shall be debarred from
participation in bidding for three years and action will be taken to blacklist the bidder. Besides the consortium/
JV/firm where such an agency/ firm already happens to be or is going to be a partner/ member/ proprietor, he/
she/ they shall neither be allowed for participation in bidding for three years nor his/ her/ their application will be
considered for registration and action will be initiated to blacklist him/ them. In that case, the L2 bidder, if
fulfilling other required criteria would be called for drawing agreement for execution of work subject to
condition that the L2 bidder negotiates at par with the rates quoted by the L1 bidder, otherwise the tender will be
cancelled.

11. BLOCKING OF PORTAL REGISTRATION:

11.1 If the bidder is debarred/ blacklisted by the competent authority, his/her portal registration shall be blocked
automatically on receipt of information to that effect.

11.2 The portal registration, blocked on the ground mentioned in the above Para-11.1 shall be unblocked
automatically on receipt of revocation order of cancellation/ suspension/ blacklisting from the concerned
authority.
11.3 The Officer Inviting Tender/ concerned Executive Engineers shall make due inquiry and issue show
cause notice to the concerned bidder who in turn shall furnish his reply, if any, within a fortnight from the date of
issue of show cause notice. Thereafter the Officer Inviting Tender is required to issue an intimation to the
defaulting bidder about his unsatisfactory reply/ non-response and recommend to the Chief Manager (Tech) for
blocking of portal registration within 10 days of intimation to the defaulting bidder regarding his/her
unsatisfactory reply/ non-response with intimation to the Registering Authority and concerned Chief Engineer/
Heads of Office, if any of the following provisions are violated.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 11
11.3.1 Fails to furnish original Technical bid documents before the designated officer for verification
within the stipulated date and time.
11.3.2 Backs out from the bid on any day after the last date of receipt of bid till expiry of the bid validity
period (including the extended bid validity period, if any)
11.3.3 Fails to execute the agreement within the stipulated time period.
11.3.4 If any of the information furnished by the bidder is found to be false/ fabricated/ bogus/ misleading.

Accordingly, the Officer Inviting Tender shall recommend to the Chief Manager (Tech.), State Procurement
Cell, Odisha for blocking of portal registration of bidder and simultaneously action shall also be initiated by Officer
Inviting Tender for blacklisting as per Appendix-XXXIV of OPWD code Volume-II.
The minimum period of blocking of portal Registration shall in no case be less than 180 days.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 12
PROCEDURE FOR ELECTRONIC RECEIPT, ACCOUNTING AND
REPORTING OF COST OF TENDER PAPER AND BID SECURITY
(EARNEST MONEY DEPOSIT) ON SUBMISSION OF BIDS
1. The State Government have formulated rules and procedures for Electronic receipt, accounting and reporting of
the receipt of Cost of Tender Paper and Bid Security on submission of bids through the e-procurement portal of
Government of Odisha i.e. "https://tendersodisha.gov.in".

2. Electronic receipt of cost of tender paper has been successfully tested through SBI payment gateway. Now it has
been decided to introduce electronic receipt of Cost of Tender Paper and Bid Security on submission of bids through
payment gateway of designated banks such as SBI/ICICI Bank/HDFC Bank for all Government Departments, State
PSUs. Statutory Corporations, Autonomous Bodies and Local Bodies etc. in phases (ANNEXURE-A). The process
outlines as well as accounting and reporting structure are indicated below

a) It will be carried out through a single banking transaction by the bidder for multiple payments like Cost of Tender
Paper and Bid Security on submission of bids.

b) Various payment modes like Internet banking/ NEFT/RTGS of Designated Banks and their Aggregator Banks as
well can be accessed by the intending bidders.

c) Reporting and accounting of the e-receipts will be made from a single source.

d) Credit of receipts into the Government accounts and to the designated Bank account of the participating entities
indicated in Para 2 above would be faster.

3. Only those bidders who successfully remit their Cost of Tender Paper and Bid Security on submission of bids
would be eligible to participate in the tender/bid process. The bidders with pending or failure payment status shall not
be able to submit their bid. Tender inviting authority, State Procurement Cell, NIC, the designated Banks shall not be
held responsible for such pendency or failure.

4. BANKING ARRANGEMENT:

a) Designated Banks (SBI/ICICI Bank/HDFC Bank) payment gateway are being integrated with e-Procurement
portal of Government of Odisha (https://tendersodisha.gov.in)

b) The Designated Banks participating in Electronic receipt, accounting and reporting of Cost of Tender Paper and
Bid Security on submission of bids will nominate a Focal Point Branch called e-FPB, who is authorized to collect
and collate all e-Receipts. Each such branch will act as the Receiving branch and Focal Point Branch
notwithstanding the fact that the bidder might have debited his account in any of the bank's branches while making
payment.

5. Procedures of bid submission using electronic payment of Cost of Tender Paper and Bid Security by bidder:
a) Log on to e-Procurement Portal: The bidders have to log onto the Odisha e-Procurement portal
(https://tendersodisha.gov.in) using his/her Digital Signature Certificate and then search and then select the
required active tender from the "Search Active Tender" option. Now submit button can be clicked against the
selected tender so that it comes to the "My Tenders" section.
b) Uploading of Prequalification/Technical/Financial bid: The bidders have to upload the required Prequalification
/Technical/Financial bid, as mentioned in the bidding document and in line with Works Department Office
Memorandum No.7885 dt.23.07.2013.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 13
c) Electronic payment of Cost of Tender Paper and Bid Security: Then the bidders have to select and submit the bank
name as available in the payment options

i. A bidder shall make electronic payment using his/her internet banking enabled account with designated Banks or
their aggregator Banks.
ii. A bidder having account in other Banks can make payment using NEFT/RTGS facility of designated Banks.
• Online NEFT/RTGS payment using internet banking of the bank in which the bidder holds his account, by
adding the account number as mentioned in the challan as an interbank beneficiary.

d) Bid submission: Only after receipt of intimation at the e-Procurement portal regarding successful transaction by
bidder the system will activate the 'Freeze Bid Submission' button to conclude the bid submission process.

e) System generated acknowledgement receipt for successful bid submission: System will generate an
acknowledgement receipt for successful bid submission. The bidder should make a note of 'Bid ID' generated in
the acknowledgement receipt for tracking their bid status.

6. SETTLEMENT OF COST OF TENDER PAPER:

a) Cost of Tender Paper: In respect of Government receipts on account of Cost of Tender Paper, the e-Procurement
portal shall generate a MIS for the State Procurement Cell (SPC). The MIS will contain an abstract of the Cost of
Tender Paper collected with reference to Bid Identification Number. The State Procurement Cell shall generate
Bank-wise-head-wise challans separately for Cost of Tender Paper and instruct the designated Banks to remit the
money to the State Government account under different heads. In respect of the Cost of Tender Paper received
through the e-procurement portal, the remittance to the Cyber Treasury Account will be made to the Head of
Account 0075-Misc, General Services-800-Other Receipts -0097-Misc. Receipts-02237-Cost of Tender Paper.

b) For the time being, the State Procurement Cell (SPC) will use over the counter payment facility of the Odisha
Treasury Portal. Thereafter, remittance through NEFT & RTGS will be facilitated through the Odisha Treasury
portal.

c) Similarly, in case of State PSUs, Statutory Corporations, Autonomous Bodies and Local Bodies etc., Cost of
Tender Paper, the e-Procurement portal shall generate a MIS for the State Procurement Cell (SPC). The MIS will
contain an abstract of the cost of tender paper collected with reference to Bid Identification Number. The State
Procurement Cell shall generate Bank-wise list of challans and instruct the designated Banks to remit the money
through the Odisha Treasury portal. The Cost of Tender Papers will be credited to the registered Bank account of
the concerned State PSUs, Statutory Corporations, Autonomous Bodies and Local Bodies etc.
d) Bank will refund (in case the Tender Inviting Authority (TIA) issues such instructions) the Tender fee, Bid
Security to the bidder, in case the tender is cancelled before opening of Bid as per direction received from TIA
through e-procurement system.
e) Back-end Transaction Matrix of Electronic receipt of Cost of Tender Paper and Bid Security on submission of bids
is enclosed in the Annexure-A.

7. SETTLEMENT OF BID SECURITY ON SUBMISSION OF BIDS:


The Bank will remit the Bid Security on submission/cancellation of bids to respective bidders’ accounts as per
direction received from Tender Inviting Authority (TIA) through e-procurement system.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 14
8. FORFEITURE OF BID SECURITY:
Forfeiture of Bid Security on submission of bid of defaulting bidder is occasioned for various reasons.
a) In case the Bid Security on submission of bid is forfeited, the e-Procurement portal will direct the Bank to transfer
the Bid Security value from the Pooling Account of SPC to the registered account of the Tender Inviting
Authority.
b) The Tender Inviting Authorities of the Government Departments will deposit the forfeited Bid Security on
submission of bid, in the State Government Treasury under the appropriate head (8782-Cash Remittances and
Adjustments between the officers rendering accounts to the same Accounts Officer-102-P.W.Remittances-1683-
Remittances-91028-Remittances into Treasury) after taking the amount as a revenue receipt in their Cash Book
under the head 0075-Misc. General Services-00-101 -Unclaimed Deposits-0097-Misc, Receipts-02080-Misc.
Deposits and submit the detail account to DAG (Puri) as a deposit of the Division.
c) By clicking submit button, system will initiate the forfeiture of Bid Security. System will not allow the evaluator
to edit the initiation after clicking the submit button. Forfeiture option can be carried out in phased manner like
one bidder at a time.

9. ROLE OF THE BANKS:

a) Make necessary provision / customizations at their end to enable the provision for online payments / refunds as per
this document.
b) Provide necessary real-time message to bidders regarding successful or unsuccessful transactions during online
payment processes and redirect them to e-Procurement website with necessary transaction reference details
enabling them to submit their bids.
c) The bank shall ensure transfer of funds from the pooling account to the Government Head/current account of
PSUs/ULBs within the next bank working day as per the directions generated from e-Procurement portal.
d) Bank should provide timely reports and reference details to NIC enabling them to carry out their role as stated
below.
e) Refund of amount to bidders as per the XML file provided by e-Procurement system on the next bank working
day from the date of generation of the XML file and also provides a confirmation to NIC on the same.

10. ROLE OF STATE PROCUREMENT CELL:

a) Communicate online payment requirements of Government Departments/ State PSUs/ Autonomous Bodies/ ULBs
to National Informatics Centre / the authorised Banks for mapping/ customization.
b) In every working day, the State Procurement Cell shall generate MIS from the e-Procurement portal to ascertain
the tender paper cost received in the e-Tendering process separately bank-wise for the Government Department
and the PSUs/ULBs. The SPC shall generate bank-wise separate online challans from the Odisha Treasury portal
and make the remittance through over the counter facility or NEFT/RTGS (as and when this functionality is
available in Treasury portal) and issue instruction to the bank for remittance of the receipt to the State Government
account.
c) The State Procurement Cell shall be responsible for providing challan details and MIS in respect of the remittance
towards tender paper cost to the Tender inviting authorities for their record.
d) State Procurement Cell shall monitor the progress of e-Tendering by different Government departments / State
PSUs/ Autonomous Bodies / ULBs through an MIS. State Procurement Cell shall monitor and send monthly
progress reports to the Government.
e) The e-Procurement system will generate a consolidated refund & settlement XML file as an end of the day
activity.
f) E-Procurement system will provide a web service for payment gateway (PG) provider to pull the encrypted refund
and settlement details in XML file against a day.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 15
g) Similarly, payment gateway (PG) provider will provide a web service to pull the refund and settlement status
against a day.
h) E-Procurement system will update the status accordingly for reconciliation report.

11. ROLE OF NATIONAL INFORMATICS CENTRE:

a) Customize e-Procurement software and web-pages of Government of Odisha (https://tendersodisha.qov.in) to


enable the provision for electronic payment.
b) The NIC, Odisha will modify / rectify the errors in electronic data relating to the Chart of Account.
c) NIC will provide an interface to organizations to download the electronic receipt data.
d) Enable automatic generation of daily XML files from e-Procurement system and ensure delivery of the same to
the authorised Banks for enabling automatic refund/settlement of funds.
e) NIC shall enable the e-Procurement portal to generate MIS as required for the State Procurement Cell in order to
make remittance of the tender paper cost to the State Government account using the Odisha Treasury portal.

12. ROLE OF CYBER TREASURY:

a) The cost of the tender paper deposited by the SPC using the Odisha Treasury Portal which will be accounted for
by the Cyber Treasury and it shall submit the accounts to A.G (O) as per the established process.
b) The Cyber Treasury will provide MIS as required to the SPC for the purpose of accounting and reconciliation of
the electronic remittances made to the State Government account.

13. REDRESSAL OF PUBLIC GRIEVANCES:

The State Procurement Cell, Odisha, National Informatics Centre, Odisha and the e-FPB will have an effective
procedure for dealing with, public complaint for e-Receipt related matters. In case, any mistake is detected by any of
the stakeholders in reporting of receipt of tender paper cost and Bid Security, either suomoto or on being brought to its
notice, the State Procurement Cell, Odisha, National Informatics Centre, Odisha, Cyber Treasury and the bank will
promptly take steps for rectification. The e-Focal Point Branch of the participating Banks, National Informatics Centre,
Odisha and the State Procurement Cell, Odisha will notify the contact number and address of the Help Desk for
resolution of any dispute regarding e-Receipt.

14. APPLICABILITY AND MODIFICATION OF EXISTING RULES / ORDERS:

The modalities prescribed in this Office Memorandum for downloading of tender paper, submission and
rejection of bid, acceptance of Bids as well as refund and forfeiture of earnest money deposit will be applicable for
electronic submission of bids through e-procurement portal. Existing provisions regulating cost of tender paper, Bid
Security in OPWD Code and OGFR would stand modified to the extent prescribed.

15. These arrangements would be made effective after signing of MoU between the designated Banks and the State
Procurement Cell, firming up of Banking arrangements and technical integration between designated Bank and e-
Procurement Portal.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/equipment. 16
ANNXURE-A

Back-end Transaction Matrix of Electronic receipt and remittance of


Cost of Tender Paper and Bid Security on submission of bids.

Cost of Tender Paper on submission of bids Bid Security on submission of bids

Government I. The payment towards the cost of Tender Paper, in I. In case of tenders of Government
Departments case Government Departments, shall be collected in Departments, amount towards Bid Security on
separate Pooling accounts opened in Focal Point submission of bids shall be collected in a
Branch called e-FPB of respective designated banks pooling account opened for this purpose at
[as stated in Para 2] at Bhubaneswar on Focal Point Branch called e-FPB of respective
T+1_day. designated banks at Bhubaneswar and the
banks will remit the amount to respective
bidder’s account within two working days on
receipt of instruction from Tender Inviting
Authority (TIA) through refund and settlement
of e-procurement system.

II. In case of forfeiture of Bid Security on


II. With reference to the Notice Inviting Tender/ Bid submission of bids, the e- Procurement portal
Identification Number, the amount so realized is to be will direct the Bank to transfer the Bid Security
remitted to Government Account under the Head of value from the Pooling Account of SPC to the
Account 0075-Misc. General Services-800-Other registered account of the tender inviting
Receipts-0097-Misc. Receipts-02237-Cost of Tender authority within two working days of receipt of
Paper through Odisha Treasury Portal after opening of instruction from Tender Inviting Authority
the bid. (TIA).

Cost of Tender Paper on submission of bids Bid Security on submission of bids

State PSUs I. In case of State PSUs, Statutory Corporations, I. Amount towards Bid Security on submission
Statutory Autonomous Bodies and Local Bodies etc. the of bids shall be collected in a separate pooling
Corporations, amount towards Cost of Tender Paper, on submission account of Focal Point Branch called e-FPB of
Autonomous of bids shall be collected in separated pooling respective designated banks at Bhubaneswar
Bodies and accounts opened in Focal Point Branch called e- and the banks will remit the amount to
Local Bodies. FPB of respective designated Banks at respective bidder’s account on receipt of
Bhubaneswar on T+1 day. instruction from Tender Inviting Authority
(TIA) through refund and settlement of e-
procurement system within two working days
from receipt of such instruction.

II. The Paper cost will be transferred to the respective II. In case of forfeiture of Bid Security on
current accounts of concerned State PSUs, Statutory submission of bids, the e- Procurement portal
Corporation, Autonomous Bodies and Local Bodies etc. will direct the Bank to transfer the Bid Security
after opening of bid. value from the Pooling Account of SPC to the
registered account of the Tender Inviting
Authority within two working days of receipt
of instruction from Tender Inviting Authority
(TIA).

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 17
DEAILED TENDER CALL NOTICE (DTCN)

1. Bids/tenders are invited ONLINE in double cover system from eligible reputed/ISO Certified Laboratory
Equipment Manufacturers or their authorized distributors /dealers for the work “Supply, installation &
commissioning of Machineries & Equipment for the laboratories under Chief Engineer, R.D.&Q.P.
(R&B), Odisha, Bhubaneswar during the current financial year 2018-19”.
2. The bid documents are available on official website of Government: https://tendersodisha.gov.in from
10.00 A.M. of dt.20.09.2018 up to 5.00 P.M. of dt.20.10.2018. The last date and time of submission of
Bid is on 5.00 P.M of dt. 20.10.2018.
3. The Technical Bid (Cover–I) documents will be opened by the assigned officers in the office of the C.E.,
R.D.&Q.P.(R&B), Odisha, Bhubaneswar at 12. 30 P.M. on dt. 22.10.2018.

4. The bid is to be submitted in two covers as detailed below: -

(i) Cover-I (Technical bid) is to contain scanned copy of bid declaration form along with other
documents establishing bidder’s eligibility and qualification as contained in Clause 6 of DTCN and
any other documents as required in compliance of the relevant Clauses of the DTCN.
(ii) Cover-II (Financial bid) is to contain the Price bid/BOQ in prescribed format & format annexed to
BOQ mentioning the name of manufacturer, brand/ make and logo etc., duly filled in and signed by
the bidder.

5. FINANCIAL INSTRUMENTS:

The bidder has to remit the Cost of bid document and Bid Security (E.M.D.) online.

5.1 COST OF BID DOCUMENTS (Non-refundable)

The Cost of Bid documents (non-refundable) amounting to Rs. 10,000/- (Rupees ten thousand) only
is to be paid online following due procedure as mentioned in the bid document [Procedure for
electronic receipt, accounting and reporting of Cost of Tender Paper and Bid Security (Earnest
Money Deposit) on submission of bids].

5.2 E.M.D./ BID SECURITY:

The bidder is required to pay Bid security/Earnest Money Deposit (E.M.D.) online for Rs.1,12,000/-
(Rupees One lakh twelve thousand) only following due procedure as mentioned in the bid
document (Procedure for electronic receipt, accounting and reporting of Cost of Tender Paper
and Bid Security (Earnest Money Deposit) on submission of bids). The E.M.D. shall be returned to
unsuccessful bidders at the earliest after expiry of the bid validity period or latest by the 30th day after
signing of the contract with successful bidder(s).
• No interest is payable on E.M.D. (Bid Security).
• After submission of the Initial Security Deposit (I.S.D.) & signing of the Agreement, the E.M.D. of
successful bidder will be refunded online through the State Procurement Cell/ Bank as per the
procedure defined in “Procedure for electronic receipt, accounting and reporting of Cost of
Tender Paper and Bid Security (Earnest Money Deposit) on submission of bids”.
• The Bid security (E.M.D.) will be forfeited, if a bidder
(a) Withdraws its bid during the period of bid validity.
(b) Fails to sign the contract within the stipulated time period of 15 days after issuance of Letter of
Acceptance (LOA).
(c) Fails to furnish Initial Security Deposit within stipulated time period of 15 days after issuance of
Letter of Acceptance.
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 18
(d) Mis-represents or suppresses facts or submits fabricated/ forged/ tampered/ manipulated
documents.

6 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY & QUALIFICATION:

The Bidders shall furnish as part of the Bid the following Documents in cover-I (Technical bid)
establishing Bidder’s eligibility and qualification to perform the contract to the Purchaser's satisfaction.

A. FOR ORIGINAL MANUFACTURER:

i. Company Registration Certificate along with Memorandum and Articles of Association/


Memorandum of Association etc. (in case of Company registered under Company Act),
Partnership deed, duly registered before competent authority (in case of Partnership firm).
ii. Valid ISO certificate.
iii. GSTIN Registration Certificate.
iv. PAN card (in the name of Company in case of Company/Partnership firm and in the name of the
Proprietor in case of Proprietary firm).
v. Bid Declaration Form / Verification & Undertaking in affidavit form on stamp paper of
Rs.100/- duly signed before Notary or any appropriate Authority as per format in Annexure-II.
NOTE:
a) If the bid is submitted by a Proprietary firm, the bid declaration form shall be signed by the
Proprietor & the bidder shall furnish type-written full name and name of his/her firm with its
current address in declaration form.
b) If the bid is submitted by a firm in partnership, the bid declaration form shall be signed by the
managing partner or any other partner holding the Power of Attorney for the firm, in which case a
certified copy of the power of attorney in affidavit form shall accompany the bid. The bidder shall
furnish type-written full name and name of his/her firm with its current address in declaration
form.
c) If the bid is submitted by a Company or a Corporation, the bid declaration form shall be signed by
the Managing Director or a duly authorized person holding Power of Attorney on behalf of the
Company or Corporation for signing the bid, in which case a certified copy of the Power of
Attorney in affidavit form shall accompany the bid. The bidder shall furnish type-written full
name and name of his/her firm with its current address in declaration form.
vi. Details of make/brand & logo etc. of the machineries & equipment duly filled in as per format in
Annexure-IV.
vii. Past Experience Statement duly filled in by the bidder towards supply of Laboratory testing
machineries/ equipment as per format in Annexure-V with documentary proof such as copy of
purchase/ supply order along with certificate of supply/ installation from concerned purchaser
against items included in Annexure-IV.
viii. Annual turnover statement towards proof of Annual average turnover of Rupees five crores or more in
last 3 (three) financial years, duly certified by the Chartered Accountant as per format in Annexure-
VI.
ix. No Relation Certificate as per format in Annexure-VIII.
x. Details of the bidder’s service center as per format in Annexure-IX.
xi. Checklist duly filled in as per format in Annexure-I (A).

B. FOR AUTHORISED DEALER/ DISTRIBUTOR:

i. Company Registration Certificate along with Memorandum and Articles of Association/


Memorandum of Association etc. (in case the Dealer is a Company registered under Company Act),

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 19
Partnership deed, duly registered before competent authority (in case the Dealer is a Partnership
firm).
ii. Manufacturer’s authorization as per format in Annexure-VII.
iii. Valid documents of the manufacturer as applicable, as specified in Clause 6-A (i) of DTCN.
iv. Valid ISO certificate of the manufacturer.
v. GSTIN Registration Certificate.
vi. PAN card (in the name of Company in case of Company/Partnership firm and in the name of the
Proprietor in case of Proprietary firm).
vii. Bid Declaration Form / Verification & Undertaking in affidavit form on stamp paper of
Rs.100/- duly signed before Notary or any appropriate Authority as per format in Annexure-II.
NOTE:

a) If the bid is submitted by a Proprietary firm, the bid declaration form shall be signed by the
Proprietor & the bidder shall furnish type-written full name and name of his/her firm with its
current address in declaration form.
b) If the bid is submitted by a firm in partnership, the bid declaration form shall be signed by the
managing partner or any other partner holding the Power of Attorney for the firm, in which case a
certified copy of the power of attorney in affidavit form shall accompany the bid. The bidder shall
furnish type-written full name and name of his/her firm with its current address in declaration
form.
c) If the bid is submitted by a Company or a Corporation, the bid declaration form shall be signed by
the Managing Director or a duly authorized person holding Power of Attorney on behalf of the
Company or Corporation for signing the bid, in which case a certified copy of the Power of
Attorney in affidavit form shall accompany the bid. The bidder shall furnish type-written full
name and name of his/her firm with its current address in declaration form.
viii. The bidder has to mention make/brand & logo etc. of original manufacturer only for the
equipment/machineries to be supplied in Annexure-IV format.
ix. Past experience Statement duly filled in by the bidder towards supply of Laboratory testing
machineries & equipment as per format in Annexure-V with documentary proof such as copy of
purchase/supply order and certificate of supply/ installation from concerned purchaser against
items included in Annexure-IV.
x. Annual turnover statement towards proof of Annual average turnover of Rupees five crores or more in
last 3(three) financial years, duly certified by the Chartered Accountant as per format in Annexure-
VI.
xi. No Relation Certificate as per format in Annexure-VIII.
xii. Details of the bidder’s service center as per format in Annexure-IX.
xiii. Checklist duly filled in as per format in Annexure-I (B).

7 TECHNICAL SPECIFICATIONS: The machinery/ equipment to be supplied should be genuine and also
strictly as per the detailed technical specifications as contained in Annexure-III. The bidder has to specify
the name of manufacturer, make/brand and logo etc. in Annexure-IV. Those bidders whose machineries/
equipment fully satisfy the Technical Specification requirements as contained in Annexure-III should
only participate in the tender. No dispute whatsoever on this issue shall be entertained in future.

In case of authorized dealer/ distributor, the bidder has to mention make, brand & logo etc. of
original manufacturer only. If the authorized dealer of a manufacturing company proposes to supply
any brand or make other than that of the original manufacturer, then the same shall not be acceptable.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 20
8 DOCUMENTS TO BE FURNISHED IN ORIGINAL AFTER OPENING OF TECHNICAL BID:
The following documents are to be submitted in original within the date and time specified in IFB.
a) Bid Declaration in affidavit form as per format in Annexure-II.
b) Original catalogue/Technical Literature/ leaflet with colour photographs of the machineries/
equipment proposed to be supplied.
Note: The Technical literature submitted by the bidder shall be compatible and conforming to the
technical specification requirements contained in Annexure-III. In case of any discrepancy or
deviation, detected at any stage, the Technical Specification contained in Annexure-III shall
prevail.
9 PAST EXPERIENCE STATEMENT: The bidder shall submit their past experience towards supply of
the testing machineries & equipment during last five (5) years to any Government /Govt. undertaking
Organizations/ Engineering Institutions/ Government Laboratories/NABL accredited Institutions in the
Past Experience Statement format as contained in Annexure-V along with documentary proof such as
copy of purchase/ supply order along with certificate of supply/ installation from the concerned
purchaser.

10 BID VALIDITY: The bid shall be valid for 90 days from the date of opening of the Technical bid and
for further period as may be extended with mutual consent.

11 OPENING OF TECHNICAL BID (COVER-I):

The technical bid opening shall be online. The date and time of technical bid opening will be as per
IFB/ Clause 3 of DTCN.

12 EVALUATION OF TECHNICAL BID:


The documents submitted in the technical bid shall be scrutinized by the bid evaluation committee in
consonance with terms and conditions of DTCN. Bid evaluation committee shall decide whether the
bidders are responsive or non-responsive, qualified or not qualified on merits. The evaluation of bids shall
solely be based on the qualifying documents/ information required to be submitted by the bidder as per
Clause-6 (A) or (B) of the DTCN, as applicable. During technical evaluation of the bids, a bidder will
be considered eligible only for items against which copy of purchase/ supply order along with
certificate of supply/ installation have been furnished.
Any extraneous or un-desirable document, information submitted by the bidder with ulterior
motive, which is not sought for in the bid document, shall be discarded and shall not be considered
for technical evaluation purpose. However, minor infirmities in the submission of documents can be
allowed to be rectified by obtaining required clarification by the Tender Inviting Authority at his discretion
so as to ensure qualification of maximum number of competitive offers to the final round.

13 BID PRICE: -

a. The rate/price quoted shall be inclusive of GST and any other taxes as applicable as per
Government rules and will also be inclusive of cost of packing, transportation, loading & unloading,
installation, commissioning, demonstration, trial run, service during Warranty/Guarantee period,
training to laboratory staff, insurance and any other incidental charges etc. Further, any extra financial
liability arising out of the GST implementation by the Government shall be borne by the bidder.

b. The price quoted in the prescribed Price Bid/ Financial Bid/ BOQ format shall also be inclusive of all
required/ essential accessories for full functioning / operation of the machine/ equipment. The name of

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 21
manufacturer, brand/ make & logo etc. shall be mentioned in the prescribed format annexed with BOQ/
Price bid/ Price Schedule.

c. The price shall be quoted in the prescribed Price Bid/ Financial bid/ BOQ format only. Any price
related information mentioned by the bidder anywhere in his/ her technical bid shall be treated as
null & void, and such cases shall be treated as conditional offer liable for rejection.

d. If the bidder doesn’t want to supply/quote against any item/equipment, he/she may quote Rs.0.00
against that item/equipment to enable the system to complete the process.

e. No conditional offer will be accepted. An offer submitted in vague/ ambiguous financial terms and the
like shall be termed as non-responsive and shall be summarily rejected.

f. Competitive Rates shall be quoted for individual items in the bid for placing order item-wise. The
authority reserves the right to purchase any or more items as required from one agency or from different
agencies.

g. If the bidder has quoted unreasonably high or low bid prices and could not furnish rational justification
for it to the authority, the bids shall be summarily rejected.

14 OPENING OF FINANCIAL BID (COVER-II):

The opening of Financial bids/ Price bids shall be done online by the Tender Inviting Authority or
his authorized representative and the financial bids of those firms qualified (item-wise) in the detailed
scrutiny and evaluation of the Technical bid shall only be opened. The date and time of opening of
Financial bids shall be informed to the technically qualified/ responsive bidders online in advance.

15 F INANCIAL BID EVALUATION:

a) The rates quoted by the bidders, who are qualified for supply of any particular item shall be compared
and the supply order is to be placed item-wise after finalization of the lowest qualified bidder
against any particular item.

b) The Authority does not pledge himself to accept the lowest bid and also reserves the right to accept
any or more items at his discretion. No enquiries, verbal or written, shall be entertained in respect of
acceptance or rejection of any bid.

c) Tender Inviting Authority may, at his discretion, require any bidder to arrange for demonstration of
any machinery/ equipment at Bhubaneswar directly or through authorized dealer/ distributor at his
own cost for assessing the compliance of the equipment offered by it with reference to the technical
specifications and/ or for evaluation of performance.

16 VERIFICATION OF ORIGINAL DOCUMENTS AFTER OPENING OF PRICE BID:


The successful lowest bidder of any item is required to produce all original documents in support of
scanned copies up-loaded with Technical bid for verification purpose within 7 (seven) days from the date
of opening of financial bid(s).

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 22
17 AWARD CRITERIA:
(i) The award of contract shall be made item-wise.
(ii) The Purchaser will usually award the Contract to the successful lowest qualified bidder against any
item. However, quality of the products and reputation of Manufacturer/ Brand/ Past credibility and
performance record shall be the overriding factor for selecting the suitable bidder against any item.

18 LETTER OF ACCEPTANCE:
i) The bidder whose bid has been accepted will be notified of the award by the concerned Executive
Engineers prior to expiry of the validity period by e-mail confirmed by registered letter. This letter
(hereinafter called the “Letter of Acceptance”) issued in duplicate, will state the sum that the
concerned Executive Engineers will pay the supplier in consideration of the supply, installation and
commissioning of machineries and equipment by the supplier as prescribed by the contract
(hereinafter and in the contract called the “Contract Price”). The suppliers shall return one copy of the
Letter of Acceptance duly signed, in token of acceptance out of the two copies sent, within a week
of receipt of the Letter of Acceptance (LOA).

ii) The notification of award will constitute the closure of the bid process and commencement of the
contract.

iii) The agreement will incorporate all correspondences between the officer inviting the bid/ concerned
Executive Engineers and the successful bidders. Within 15 days following the issue of Letter of
Acceptance (LOA), the successful bidder has to/ must sign the agreement with the concerned
Executive Engineer.

iv) Failure to enter into the required agreement and to furnish the Initial Security Deposit (I.S.D.) within
the stipulated period as above shall entail forfeiture of the Bid Security (Earnest Money Deposit).

19 In case the 1st lowest bidder or even the next lowest bidders withdraw in series one by one, thereby
facilitating award in favour of a particular bidder, he/she/they shall be penalized with adequate
disincentives with forfeiture of E.M.D. unless adequate justification for such back-out is furnished.
Appropriate action for black-listing such bidder(s) shall also be taken apart from disincentivising the
bidder(s)

20 INITIAL SECURITY DEPOSIT (I.S.D.): -In case of accepted bids, the firm/bidder will deposit 2% of
the accepted bid value in shape of Fixed Deposit Receipt of any Nationalized Bank/NSC/Post Office
Time Deposit Account/Post Office Savings Bank Account/Kissan Vikash Patra only duly pledged in favour
of the concerned Quality Control Executive Engineers and in no other form before execution of agreement.
If the bidder fails to deposit the Initial Security Deposit and to execute the Agreement within the stipulated
date, the E.M.D. already deposited shall stand forfeited.

I.S.D. will be refunded to the supplier after completion of the supply including installation,
commissioning, demonstration & training to the satisfaction of the Department.

21 AGREEMENT: -The successful bidder shall have to sign an Agreement on stamp paper worth Rs.100/-
(purchased in the name of the successful bidder) with the concerned Executive Engineers in the appropriate
form as contained in Annexure-XI within 15 days from the date of issue of Letter of Acceptance (LOA) of
bid. The bidder should sign on each page of bid document with seal as a token of acceptance of all terms &
conditions of the bid documents. Following documents shall form part of the Agreement: - IFB (Invitation
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 23
for Bids), terms & conditions of DTCN, detailed technical specifications, Schedule of delivery of goods,
price bid (BOQ), letter of acceptance, Warrantee and Guarantee bond, conditions of contract and all other
official correspondences made with the bidders. Supply order will be issued after signing of the Agreement.

22 SCHEDULE OF MACHINE/EQUIPMENT TO BE SUPPLIED TO THE RESPECTIVE


CONSIGNEE: All the machineries & equipment shall be delivered in good and running condition to the
designated consignee at respective places as defined in the bid documents at Annexure-X.

23 CONDITIONS OF CONTRACT:

a) The supply is to be completed in all respects within the time period as specified in the IFB/Bidding
Data Sheet. However, the said time period can be reduced by the Tender Inviting Authority if the
situation so warrants in the interest of Government works.
Supply of equipment means – Supply, installation and commissioning (except civil works),
Demonstration and Training etc. complete.
b) Details of foundation drawing for installation of machine/ equipment, if any, shall be furnished at the
time of the execution of Agreement.
c) Bidders whose bids are accepted must submit a programme schedule of delivery, installation,
commissioning and demonstration/training at the time of the execution of Agreement.
d) The supplier shall supply new equipment/ items conforming to the technical specifications. Refurbished
or second-hand equipment/ instruments or any part there-of will not be allowed under any circumstance.
e) Any repeat test/ demonstration and repeat inspections that may become necessary due to failure to meet
with any standards, tests and specifications shall be at the supplier’s expenses.
f) The supplier shall furnish the original printed operation manual, maintenance manual etc. along with the
testing machine/ equipment at the time of supply.
g) A Certificate of Calibration, wherever applicable, from the authorized institution accredited by NABL
shall be furnished along with testing machine/ equipment, failing which delivery of goods shall not be
accepted.
h) The supplier shall have to supply the equipment, accessories, peripherals & spares, as the case may be,
in original Company’s packing which shall indicate packing details and other particulars as required
under statutory provisions on inner and outer packing.

i) Breach or non-compliance of any agreed terms and conditions including supply of equipment of
sub-standard quality after the execution of Agreement or issuance of Supply / Purchase order will
lead to invoking of penal provisions such as forfeiture of I.S.D, blocking of portal registration and
also blacklisting/ debarring of the supplier/firm from participation in tender for a period of 3
(three) years with publication of such decisions/ order in local and national newspapers
and the supplier will render himself/ herself liable to other penal actions as per relevant
Clauses of the Bid documents.

24 LIQUIDATED DAMAGE FOR LATE SUPPLY INCLUDING DEMONSTRATION & PENAL


ACTION FOR INCOMPLETE SUPPLY:

The firm is required to complete the supply including demonstration of all the equipment/ items as
per the agreement within the period specified in the Supply order/ Agreement.

a) In case, supply including commissioning etc. is not completed within the original contract
period/stipulated supply period in respect of any or more items including replacement of rejected items
(if any), the firm shall be liable to pay Liquidated Damage for the delayed supply @ 0.5 % (half

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 24
percent) per week or part thereof of the value of the equipment/ item(s) supplied late as per the
agreement rate(s) for the equipment/ item(s). A maximum delay of 4 (four) weeks is permissible subject
to approval of the competent authority on application by the supplier for extension of the supply period.

b) In case the firm/ supplier executes supply of at least 90% of the agreement value by the date of
4(four) weeks from the stipulated date of completion of supply as per the Agreement including
replacement of rejected items (if any), but fails to complete the supply of all the items as per the
agreement by the said date of 4 (four) weeks from the stipulated date of completion, total amount of
Initial Security Deposit (I.S.D.) shall be forfeited along with levy of Liquidated Damage (L.D.) for
delayed supply, as applicable.

c) In case the firm/ supplier fails to supply equipment/items of an aggregate value of at least 90% of the
Agreement value by the date of 4 (four) weeks from the stipulated date of completion of supply
including replacement of rejected items (if any), in addition to forfeiture of total amount of Initial
Security Deposit (I.S.D.) and levy of Liquidated Damage (L.D.) for delayed supply (as applicable),
the supplier shall also be liable to penal actions as per Clause 23 (i) above considering merit of the
case.

d) The supply shall not be considered complete until the supplier completes the installation and
commissioning of the equipment/items, demonstration and training etc. complete.

e) The delivery will not be considered complete until the supplier shall have removed all rejected or
damaged items/ components/ accessories and shall have the approved components attached accessories
or items supplied, as may be pointed out.

f) The machinery/ equipment/ items delivered by the supplier shall remain at the risk of the supplier till the
date for final acceptance by the concerned Executive Engineer.

25 INSTALLATION &COMMISSIONING: -

The successful bidder shall visit the schedule places of delivery and recommend pre-installation
requirements at each place to the Consignee/ Executive Engineer ahead of delivery.
The electrical power supply will be provided by the purchaser in the room where the equipment will be
installed but the wiring, electrical fittings and accessories, if any, required for installation & commissioning
of the equipment from the power supply point to the point of actual installation will be provided by the
supplier without any extra cost.

26 DEMONSTRATION/QUALIFIED AND TRAINED CUSTOMER SUPPORT STAFF: -


The bidder shall possess qualified and trained customer support staff with ample experience in the
required field, who shall impart necessary training/ demonstration to Purchaser’s personnel for operation of
equipment supplied.

27 REMOVAL OF REJECTED ITEMS:


If any or more items delivered by the supplier are rejected by the Purchaser/ Engineer-in-charge or his
representative due to non-compliance with the specification stipulated in the bid document, no payment shall
be made for those items and the suppliers has to remove rejected items within two weeks at their own cost. In
case the rejected items are not removed by the supplier within two weeks from the date of rejection, the same
will be auctioned by the purchaser at the risk and responsibility of the suppliers without any further notice.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 25
28 TRAINING:
Supplier is required to impart training to the laboratory staffs to enable them to operate all the
machineries/ equipment independently within 15 days of installation at site where the equipment is
installed. The bid price includes the Training & Demonstration charges.

29 The Bills / Invoices are to be submitted by the supplier(s) specifying the following minimum details.
i. No. & date of Bills/ Invoices.
ii. No. & date of Supply Order.
iii. Name & Specification of Item.
iv. Name of Manufacturer, make/ brand & logo etc.
v. Item-wise quantity, rate & bill amount of that item.
vi. Total bill amount along with break-up of cost, GST and any other taxes, as applicable.

30 PAYING AUTHORITY: - The concerned Executive Engineers shall be the paying authority. Payment will
be released by the Executive Engineers after receipt of certificate of supply/ installation in prescribed
format (Annexure-XIII) from the consignee.

31 PAYMENT TERMS & PERFORMANCE SECURITY (SECURITY DEPOSIT): -

(i) Payment to the supplier shall be made only after items are received in good and serviceable condition as
per conditions stipulated in the Bid documents along with required documents in support of Bills.
Ninety percent (90%) of the bill amount will be released after successful commissioning,
demonstration & operation of the machineries / equipment subject to availability of funds & ten
percent (10%) of the Bill amount shall be retained towards “Performance Security” as security
deposit, which will be released without any interest after three months beyond the Guarantee/ Warranty
period subject to fulfillment of all contractual obligations. The proceeds of the Performance Security
(security deposit) shall be payable to the Purchaser as compensations for any loss resulting from the
Supplier’s failure to complete its obligations under the contract.

(ii) The payment of the bill shall be made after deducting TDS towards Income Tax (I.T.), GST and
any other tax at the prevailing rates as applicable as per Government rules. However, the bidder
shall be responsible for payment of any charges to any statutory authorities such as Income Tax
& GST etc., as applicable and shall settle the accounts with the concerned authorities.
(iii) Under no circumstances, interest is payable by the purchaser for any dues to the supplier.

(iv) The supplier shall not raise any claim in any manner after the Bill amounts are cleared against the
purchase/ supply order.

32. WARRANTY / GUARANTEE: -The goods to be supplied shall be covered with warranty /guarantee for a
minimum period of 12 months from the date of completion of supply including installation &
commissioning. The warranty also includes all accessories related to instrument/ machinery/equipment
quoted for. The firm/ bidder shall provide prompt after-sales services & attend to the complaints/ repair/
breakdown and shall replace all defective parts within a week of intimation/ notice to prevent disruption of
work in the laboratory and the firm shall visit the concerned laboratory at least three times spread over
remaining three quarters for preventive maintenance during the warranty/guarantee period.

The supplier has to rectify the defects in the items supplied within 7 (seven) days of issue of intimation
during the Warranty/ Guarantee period, failing which an amount of one percent (1%) of Performance
Security for the item(s) in question will be forfeited per day of delay. In case of any breakdown during

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 26
warranty/ guarantee period, the period of warranty/ guarantee shall get extended for the period for which
instrument/ machinery/equipment remained out of service. Guarantee/Warranty Bond shall be furnished in
the format Annexure–XII in Affidavit form on stamp paper worth Rs. 100/- only at the time of execution
of Agreement. The cost of spare parts for all replacements has to be borne by the supplier during the period
of warranty/guarantee.

33. INSURANCE: - The Insurance of materials covered under this bid should be done at the supplier’s own
risk/cost. The responsibility of delivery of materials at destination in good condition rests with the supplier.
Any claim with the Insurance company or Railway/ transport authorities arising due to loss or damage in
transit has to be settled by the supplier.

34. RESOLUTION OF DISPUTE: In case of any dispute between the bidders/suppliers and the purchasers
(concerned Executive Engineers) regarding interpretation of Contract conditions, the matter shall be referred
to the Chief Engineer, R.D. & Q.P. (R&B), Odisha, Bhubaneswar for adjudication and the decision of the
Chief Engineer, R.D. & Q.P. (R&B), Odisha, Bhubaneswar shall be final and binding on all parties.

35. SETTLEMENT OF DISPUTE/ JURISDICTION OF THE COURT: - The purchaser and the supplier
shall make every effort to resolve amicably any disagreement or dispute arising between them in connection
with the contract. However, if the parties fail to resolve such a dispute or difference amicably and through
resolution of dispute as per Clause-34 and law suit, if any, arising out of this contract are subject to the
jurisdiction of High Court of Orissa only.

36. PRODUCTION FACILITY & NEAREST SERVICE CENTER: - The bidder should have
comprehensive production facility, after-sales service facility etc. to ensure smooth after-sales service.
Necessary details should be furnished in prescribed format (Annexure-IX).

37. Conditional bid shall be rejected.

38. The bid should be strictly in accordance with the provisions in the Bid documents. Any change in the
wordings will not be accepted. No bidder will be permitted to furnish bid in his/ her own manuscript papers.

39. The bidders shall carefully study the complete technical specifications applicable to the contract and all the
Bid documents which will form a part of the agreement to be entered into by the successful bidders.
Complaint at a future date by the bidders shall not be entertained.

40. PURCHASER’S RIGHT: - The Authority/ Purchaser reserves the right to consider or reject any or all bids
or close the tender process without assigning any reason at any time and at any stage.

41. FRAUD AND CORRUPT PRACTICE: -The bidder should not adopt any fraudulent and corrupt practice
to get the contract in his/her favour. Any effort by the bidder or his/her agent to influence/coerce the
purchaser may result in the rejection of his/her bid and forfeiture of Bid security (E.M.D.).

42. BID LANGUAGE & CURRENCIES: - All information in the offer & all correspondences & documents,
printed literatures furnished by the bidder should be in English. The quoted price shall be in Indian Rupees
only.

43. SUBLET: - The bidder /supplier shall not sublet whole or part of supply without written consent of the
Tender Inviting Authority.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 27
44. Canvassing, whether directly or indirectly, in connection with bid is strictly prohibited and the bids submitted
by the bidders, who resort to canvassing, will be liable for rejection.
45. Bids without complete information, documents and certificates, prescribed Annexures etc. required as per the
relevant Clauses of the bid documents shall be treated as incomplete and shall be deemed as non-
responsive.

46. INCREASE/ DECREASE IN QUANTITY: -


a) The purchaser is at liberty to increase or decrease the bid quantity of any or more items.
b) The increase or decrease in quantity of any or more items shall not alter the accepted tender rate against
that item irrespective of place of delivery.

47. After acceptance of the bids by the Tender Inviting Authority, the Executive Engineers concerned under the
control of C.E., R.D.&Q.P. (R&B), Odisha, Bhubaneswar are authorized to issue Letter of Acceptance, draw
Agreement, issue supply order to the successful bidders and take all measures and make necessary
correspondences with the bidders in order to implement the contract Clauses so as to ensure smooth
administration of the contract on behalf of the Tender Inviting Authority.

48. False petitions or allegations, if any, made by any bidder or any other third party at any stage, with ulterior
motive of either disrupting the Tender process or influencing the decision making process, against the
participating bidders alleging their poor past performance record (supply of substandard quality products/
poor after-sales service etc. or blacklisting/ debarring etc. by any Government Department / Institution/
Authorities previously) shall not be given any credence/ cognizance and shall not be considered in the bid
evaluation process, unless & until those allegations are supported with adequate/ sufficient clinching
documentary evidence/ proof. The onus of providing such documentary evidence to substantiate his/ her
allegations solely lie with the bidder/ complainant making the allegations, failing which such petition shall be
treated as null & void and shall be construed as a fraudulent/mischievous practice by the said bidder/
complainant entailing stringent action such as outright rejection of his/her bid with debarring/ blacklisting
etc.

49. Other allegations, if any, by any bidder or any other third party at any stage against the participating bidders,
raising therein various irrelevant issues other than those covered at Clause 48 above, which require
investigation or action by concerned Government Authorities/ Establishment other than the Chief Engineer,
R.D. & Q.P. (R&B), Odisha shall not be entertained at all under any circumstances and shall be treated as
null and void.

50. All the above terms & conditions shall be part of the Agreement.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 28
ANNEXURE-I (A)
CHECK LIST FOR ORIGINAL MANUFACTURER
(Reference Clause 6(A) of DTCN)

SCHEDULE OF DOCUMENTS TO BE SUBMITTED IN COVER-I (TECHNICAL BID)


The bidder has to up-load the scanned copies of documents as mentioned in checklist (in PDF format) online
along with Technical bid.

All the bid documents uploaded by the bidder should be serially page numbered for reference.
Sl. Document/ Certificate Attached Page
No. No.
1. Company Registration Certificate along with Memorandum and Articles of Yes/No
Association/ Memorandum of Association etc. (in case of Company registered
under Company Act), Partnership deed, duly registered with competent authority
(in case of Partnership firm) as stipulated in Clause-6 A (i) of DTCN.
2. Valid ISO certificate as stipulated in Clause-6 A (ii) of DTCN. Yes/No
3. GSTIN Registration Certificate as stipulated in Clause-6 A (iii) of DTCN. Yes/No
4. PAN card (in the name of Company in case of Company/Partnership firm and in the Yes/No
name of the Proprietor in case of Proprietary firm) as stipulated in Clause-6 A (iv)
of DTCN.
5. Bid Declaration Form / Verification & Undertaking in affidavit form on stamp Yes/No
paper of Rs. 100/- duly signed by the bidder before Notary or any appropriate
Authority as per format in Annexure-II as stipulated in Clause-6 A(v) of DTCN.
6. Details of make/ brand &logo etc. of the machineries & equipment duly filled in as Yes/No
per format in Annexure-IV as stipulated in Clause-6 A (vi) of DTCN.
7. Past Experience Statement towards supply of laboratory testing machineries/ Yes/No
equipment in Annexure-V format with documentary proof such as copy of
purchase/supply order along with certificate of supply/ installation from
concerned purchaser against items included in Annexure-IV as stipulated in Clause-
6 A (vii) of DTCN.
8. Annual turnover statement towards proof of Annual average turnover of Rupees Yes/No
five crores or more in last 3(three) financial years certified by the Chartered
Accountant as per format in Annexure- VI as stipulated in Clause-6 A (viii) of
DTCN.
9. No Relation Certificate as per format in Annexure-VIII as stipulated in Clause-6 A Yes/No
(ix) of DTCN.
10. Details of the Bidder’s Service Center as per format in Annexure-IX as stipulated Yes/No
in Clause-6 A (x) of DTCN.

We undertake/ declare that all the Certificates/ information/ documents submitted with this bid are
currently valid and have not been withdrawn/ cancelled by the issuing authority. It is clearly and distinctly
understood by me/ us that the bid is liable to be rejected if any of these certificates/ particulars are found to be
false or in valid on scrutiny. I/We further undertake to produce on demand the original certificates/ particulars/
documents for verification at any stage.

Signature of the bidder:


Full name of bidder:
Date:
Place:

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 29
ANNEXURE-I (B)
CHECK LIST FOR AUTHORIZED DEALER/DISTRIBUTOR
(Reference Clause6(B) of DTCN)
SCHEDULE OF DOCUMENTS TO BE SUBMITTED IN COVER-I (TECHNICAL BID)
The bidder has to up-load the scanned copies of documents as mentioned in checklist (in PDF format) online
along with Technical bid.
All the bid documents uploaded by the bidder should be serially page numbered for reference.
Sl. Document/ Certificate Attached Page
No. No.
1. Company Registration Certificate along with Memorandum and Articles of
Association/ Memorandum of Association etc. (in case the Dealer is a Company
registered under Company Act), Partnership deed, duly registered before competent
authority (in case the Dealer is a Partnership firm) as stipulated in Clause-6 B (i) of
DTCN.
2. Manufacturer’s authorization in prescribed format (Annexure-VII) as stipulated in Yes/No
Clause-6 B (ii) of DTCN.
3. Valid documents of the manufacturer as applicable as stipulated in Clause-6 B (iii) of Yes/No
DTCN.
4. Valid ISO certificate of the manufacturer, as applicable, as stipulated in Clause-6 B Yes/No
(iv) of DTCN.
5. GSTIN Registration Certificate as stipulated in Clause-6 B (v) of DTCN. Yes/No
6. PAN card (in the name of Company in case of Company/Partnership firm and in the Yes/No
name of the Proprietor in case of Proprietary firm) as stipulated in Clause-6 B (vi) of
DTCN.
7. Bid Declaration Form / Verification & Undertaking in affidavit form on stamp Yes/No
paper of Rs. 100/- duly signed by the bidder before Notary or any appropriate
Authority as per format in Annexure-II as stipulated in Clause-6 B (vii) of DTCN.
8. Original manufacturer’s make, brand & logo etc. of the machineries & equipment to be Yes/No
supplied by the bidder as per format in Annexure-IV as stipulated in Clause-6 B (viii)
of DTCN.
9. Past experience statement towards supply of laboratory testing machineries/ equipment Yes/No
in Annexure-V with documentary proof such as copy of purchase/supply order
along with certificate of supply/ installation from concerned purchaser against items
included in Annexure-IV as stipulated in Clause-6 B (ix) of DTCN.
10. Annual turnover statement towards proof of Annual average turnover of Rupees five Yes/No
crores or more in last 3(three) financial years certified by the Chartered Accountant as
per format in Annexure- VI as stipulated in Clause-6 B (x) of DTCN.
11. No Relation Certificate as per format in Annexure-VIII as stipulated in Clause-6 B Yes/No
(xi) of DTCN.
12. Details of the Bidder’s Service Center as per format in Annexure-IX as stipulated in Yes/No
Clause-6 B (xii) of DTCN.

We undertake/ declare that all the Certificates/ information/ documents submitted with this bid are
currently valid and have not been withdrawn/ cancelled by the issuing authority. It is clearly and distinctly
understood by me/ us that the bid is liable to be rejected if any of these certificates/ particulars are found to be
false or in valid on scrutiny. I/We further undertake to produce on demand the original certificates/ particulars/
documents for verification at any stage.
Signature of the bidder:
Full name of bidder:
Date:
Place:

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 30
ANNEXURE-II
BID DECLARATION FORM / VERIFICATION & UNDERTAKING
(Reference Clause 6 of DTCN)
Bid Reference No.01/CE/RDQP/2018-19
From
M/s________________________ No.
____________________________ Dt.
____________________________
To
The Chief Engineer,
Research Development and Quality Promotion (R&B),
Odisha, Bhubaneswar-751001.
Dear Sir,
1. Having understood the technical specifications along-with the bid conditions, I/ We hereby offer our rate
covered therein complete in all respects, as per the specifications, terms and conditions at the rates entered in
the attached contract schedule of price (Price bid/ BOQ). The rates quoted against each item are inclusive of
GST and any other taxes as applicable as per Government rules and also inclusive of cost towards
packing, transportation, installation, commissioning, demonstration & training at respective places, insurance
and other incidental charges etc. complete.
2. I/ We hereby undertake to complete the supply within time specified in the schedule.
3. I/ We hereby confirm that we have gone through all the terms and conditions of bid and we agree to abide by
all of them.
4. I/ We verify/certify that the scanned copies of the Certificates/ Documents attached herewith are authentic and
true copies of the Original Certificates/ Documents and shall produce the Originals for verification within
7(seven) working days from date of opening of bids (Financial bid).
5. I/ We hereby certify that all the statements/ documents/ information furnished in our bid are true,
correct and authentic.
6. I/ We hereby authorize and request any bank, person, firm, corporation or institutions to furnish pertinent
information as deemed necessary and as requested by the Department to verify the information/ facts furnished
in this bid or regarding my /our competency and general reputation.
7. I/ We agree to furnish further qualifying information at the request of the Department.
8. I/ We verify/certify that I/ We are in possession of the requisite valid manufacturing licenses/ permits required
for the manufacture/ supply/ sale/ distribution of the items and further certify that the said licenses/ permits
have not been revoked/ cancelled by the issuing authorities and are valid up-to date (applicable for Original
Manufacturers only).
9. I/ We also certify that I/We have not been declared defaulter, blacklisted or debarred by any State or Central
Govt. or Constitutional Authority or Financial institution or Judicial Court or any Govt. Undertaking for
supply of substandard quality items/ part supply/ non-supply.
10. I/ We also take cognizance of the fact that providing misleading or questionable information or failure to
furnish correct or true information to you or any other failure to comply with any contractual requirements laid
down by you will be considered as a serious breach of the terms & conditions of the bid and will invite
disqualification and other penal action as deemed fit by the Purchaser.
11. I/ We also hereby certify that neither our firm M/s --------------------------------nor any of its constituent
partners have failed to execute any supply in India nor any contract awarded to us/ me for such supply order
have been rescinded during the last five years.
12. I/ We understand that you are not bound to accept lowest or any bid, you receive.
13. I/We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit or Security Deposit and
debar me /us for 3(three) years from participation in Tender, if any information furnished by me/us is proved
to be false at any stage and not complying with the bid terms & conditions.

Seal Signature of bidder:


Date: Full Name of bidder:
Name & Address of the Firm:
Note: The above declaration shall be made on stamp paper worth Rs.100/- (Rupees one hundred) only in Affidavit form.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 31
ANNEXURE –III
DETAILED TECHNICAL SPECIFICATIONS
OF THE MACHINERIES & EQUIPMENT TO BE SUPPLIED BY THE BIDDER
(Reference Clause 7 of DTCN)
Item Technical Specification of the Item
No.
1 Proctor Compaction Test Apparatus (manual), suitable for conducting light & heavy compaction test as
per IS: 2720 (Part-7) & (Part-8) respectively and consisting of the following parts complete: -
a) Compaction Mould assemblies with collar & base plate, made of steel, conforming to IS: 10074, one
having 100mm diameter x 127.3mm height & of 1000cc capacity and another having 150mm diameter x
127.3mm height & 2250cc capacity –1(one) set each.
b) Compaction rammer, made of mild steel, conforming to IS:9198, one rammer of weight 2.6kg with a
free fall of 310mm and another of weight 4.89kg with a free fall of 450mm -1(one) No. each
2 Laboratory CBR Test Apparatus, electrically operated, in conformity with IS: 9669 & IS: 2720 (Part-16) ,
having a loading machine with a capacity of 50KN equipped with a movable head or base that travels at a
uniform rate of 1.25 mm/minute with the following accessories etc. complete:-
a) CBR mould, made of steel, conforming to IS: 9669, 150 mm internal diameter & 175mm height with
Perforated Base Plate and Extension Collar of 150mm internal diameter & 50mm height along with
Perforated plate 148 mm diameter, made of brass, with adjustable stem & lock nut- 9(nine) sets.
b) Penetration plunger of 50mm diameter- 1(one) No.
c) Adjustable Bracket for Penetration Dial gauge- 1(one) No.
d) Circular metal Spacer Disc, with detachable handle, 148 mm diameter & 47.7 mm high-1(one) No.
e) Annular Metal Weight of 2.5 kg, 147 mm diameter with 53 mm diameter central hole- 18 (eighteen) Nos.
f) Slotted Metal Weight of 2.5 kg, 147 mm diameter with 53 mm diameter slot-1(one) No.
g) Cutting Collar-1(one) No.
h) Dial Gauge 25 mm travel & 0.01 mm Least Count -1(one) No.
i) Proving Ring of capacity 10KN-1(one) No.
j) Proving Ring of capacity 25KN-1(one) No.
The machine should be suitable for operation on 220 V, 50 Hz, single phase AC supply.
3 Casagrande Apparatus, motorized, for determination of liquid limit of soil as per IS: 2720 (Part-5), with
operating mechanism to provide 120rpm to cup and consisting of the following accessories complete
conforming to IS: 9259.
a) Three types of Casagrande grooving tools, made of brass - 1(one) set.
b) Gauge block, made of brass- 1(one) No.
c) Porcelain Evaporating Dish about 12 to 15cm in diameter- 1(one) No.
d) Spatula, flexible with a blade about 8 cm long & 2 cm wide for mixing soil and water-1(one) No.
The machine should be suitable for operation on 220 V, 50 Hz, single phase AC supply.
4 Tri-axial Test Apparatus (electrically operated), conforming to IS: 2720 (Part 11 & 12), suitable for
determination of the shear strength parameters of a soil specimen under unconsolidated undrained
condition and comprising of the following accessories etc. complete.
a)Load Frame (motorized & electrically operated), 50KN capacity, 6 speeds capable of applying axial
compression to the specimen at convenient speeds to cover the range 0.05 to 7.5mm per minute- 1(one) set.
b)Tri-axial Test Cell, made from corrosion resistant material with transparent chamber, conforming to the
dimensions and other technical features as per relevant Clauses of IS: 2720 (Part -11 & 12). It shall be
capable of being opened for the insertion of the specimen and for testing soil specimen of size 38 mm
diameter x 76 mm long, suitable for use with fluid selected for use at internal pressures up to 10 kg/cm2
and provided with a means of applying additional axial compressive load to the specimen by means of
loading ram- 1(one) set.
c)Lateral Pressure Assembly, an apparatus for applying and maintaining the desired pressure on the fluid
within the cell to an accuracy of 0.05 to 0.1 kg/cm2 with a gauge for measuring the pressure, and supplied
with calibration certificate, a pressure hose pipe of minimum length of 2 metres and a foot pump etc.
complete - 1(one) set.
d)Proving Ring of capacity 2 KN -1(one) No.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 32
e)Dial gauge 25mm travel x 0.01mm least count-1(one) No.
f)Split moulds of 38 mm diameter x 76 mm long, provided with quick-release clamps- 1(one) No.
g)Seamless Rubber membrane in the form of a tube, open at both ends of internal diameter equal to the
specimen diameter and of length 50mm greater than the height of the specimen and thickness of 0.2 to
0.3mm- 24 (twenty four ) Nos.
h)Membrane Stretcher for 38mm diameter specimen- 1(one) No.
i) Sample Extractor/Extruder (hand operated), suitable for extracting soil core specimens of 38 mm
diameter from sampling tube for tri-axial test, and consisting of screw-type sample extractor frame with a
wire sample trimmer, jarring link for driving the sampling tube, adaptor with locking screw for fitting the
38 mm diameter sampling tube to jarring link- 1(one) No.
j)Sampling Tube, 38 mm internal diameter and 200mm long – 3(three) Nos.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
5 Direct Shear Test Apparatus (electrically operated), conforming to IS: 2720(Part 13 ), suitable for
determination of the shear strength parameters of a soil specimen of size 60mm x 60mm x25mm under
unconsolidated undrained condition and comprising of the loading unit with normal loading on 60mm
square specimen along with the following accessories etc. complete:
a)Shear box assembly, 60mm square, made up of brass , conforming to the dimensions and other
technical features as per relevant Clauses of IS:11229-1985 complete with U-bracket, guide pins and
spacing screws- 1 (one) set
b) Shear box housing, made of brass, complete with two ball roller strips- 1 (one) set
c)Gripper assembly comprises of two plain grid plates, two perforated grid plates, one top plate,
one loading pad, one base plate all made of brass - 1(one) set
d) Porous stones, each 6mm thick, fitting the shear box- 2(two) Nos.
e) Sample Trimmer for a specimen of size 60mm x 60mm x 25mm - 1(one) No.
f) A set of surcharge weights to attain normal stress of 3 kg/cm2. It consists of the weights of capacity 0.05
kg/cm2 - 4(four) Nos. , 0.10 kg/cm2-1(one) No., 0.20 kg/cm2-1(one) No., 0.50kg/cm2-3 (three) Nos. &
1kg/cm2-1 (one) No.
g)Proving Ring of capacity 2.5KN -1(one) No.
h)Dial gauge , 25mm travel x 0.01mm least count-2(two) Nos.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
6 Cone Penetrometer (DIGITAL), for determination of liquid limit of soil as per IS: 2720 (Part-5),
consisting of base body, pillar, bracket, plunger rod, release mechanism, dial rack, stainless steel
penetration test cone 35 mm long with smooth polished surface with an angle of 30o, cylindrical test cup of
dimensions etc. complete strictly conforming to IS:11196.
The machine should be suitable for operation on 220 V, 50 Hz, single phase AC supply.
7 Plastic Limit Test Apparatus to determine plastic limit of the soil as per IS: 2720 (Part-5), consisting of
the following accessories complete: -
a) Ground glass plate 200mm x 150mm size to provide suitable surface for rolling –1(one) No.
b) Brass rod, 3mm diameter, about 100mm long- 1(one) No.
c) Flexible spatula with the blade about 80mm long, 20 mm wide – 1(one) No.
d) Porcelain evaporating dish 120mm diameter- 1(one) No.
8 Automatic Soil Compactor (electrically operated), suitable for conducting both light & heavy
compaction test in 100mm or 150mm diameter moulds, as per IS: 2720 (Part-7) & (Part-8) respectively and
consisting of the following accessories complete:-
a)Compaction mould assemblies with collar & base plate, made of Steel, one of size 100mm diameter &
volume 1000cc and another of size150mm diameter & volume 2250cc compatible with the above machine-
1(one) set each.
b) Rammer of weight 2.6kg, 50mm diameter & 310mm free fall - 1(one) No.
c) Rammer of weight 4.89kg, 50mm diameter & 450mm free fall- 1(one) No.
The machine should be suitable for operation on 220 V, 50 Hz, single phase AC supply.
9 A set of Surcharge weights, to attain normal stress of 3 kg/cm2 in Direct Shear Testing, consisting of
following weights complete: -
a) 0.05kg/cm2 - 4(four) Nos.
b) 0.10kg/cm2 - 1 (one) No.
c)0.20 kg/cm2. - 1 (one) No.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 33
d) 0.50 kg/cm2 –3(three) Nos.
e) 1.00 kg/cm2 - 1 (one) No.
10 Sieve Shaker (Motorized), suitable for mechanized sieving of soil as per IS: 2720 (Part-4), with a capacity
for holding minimum seven numbers of sieves of 200mm diameter with the provision of a digital timer
adjustable from 0-60 minutes. The machine shall have a gyratory motion in addition to up and down jolting
action in order to achieve accurate result.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
11 Compression Testing Machine (Analogue model, hydraulically & electrically operated) of capacity
2000KN, with three dial gauges (500KN, 1000 KN & 2000 KN) and having loading unit/ Load Frame and
pumping unit etc. complete conforming to IS: 516 & I.S.14858, suitable for determination of compressive
strength of concrete specimen, bricks & mortar cubes etc. The testing machine shall be equipped with two
steel bearing platens with hardened faces and other technical requirements as per Clause 5.2.1 of IS: 516 &
relevant Clauses of IS: 14858. The machine should have a speed control knob/ device to control the rate of
loading and dial gauges should have latest calibration certificate from authorized NABL accredited
Institution.
The machine should be suitable for operation at 440V, 50 Hz, three phase AC supply with all
required accessories etc. complete.
12 Compression Testing Machine (Analogue model, hydraulically & electrically operated) of capacity
1000KN, with three dial gauges (250KN, 500 KN & 1000 KN) and having loading unit/ Load Frame and
pumping unit etc. complete conforming to IS: 516 & I.S.14858, suitable for compressive strength test of
concrete specimen, bricks & mortar cubes etc. The testing machine shall be equipped with two steel bearing
platens with hardened faces and other technical requirements as per Clause 5.2.1 of IS: 516 & relevant
Clauses of IS: 14858. The machine should have a speed control knob/ device to control the rate of loading
and dial gauges should have latest calibration certificate from authorized NABL accredited Institution.
The machine should be suitable for operation at 440V, 50 Hz, three phase AC supply with all
required accessories etc. complete.
13 Compression Testing Machine (Analogue model, hydraulically & electrically operated) of capacity
500KN, with three dial gauges (100KN, 250 KN & 500 KN) and having loading unit/ Load Frame and
pumping unit etc. complete conforming to IS: 516 & I.S.14858, suitable for compressive strength test of
concrete specimen, bricks & mortar cubes etc. The testing machine shall be equipped with two steel bearing
platens with hardened faces and other technical requirements as per Clause 5.2.1 of IS: 516 & relevant
Clauses of IS: 14858. The machine should have a speed control knob/ device to control the rate of loading
and dial gauges should have latest calibration certificate from authorized NABL accredited Institution.
The machine should be suitable for operation at 220V, 50 Hz, single phase AC supply with all
required accessories etc. complete.
14 Mortar cube vibration machine with inbuilt digital timer in conformity with IS: 4031 & IS: 10080, used
for compaction of 70.6mm cube specimens of cement mortar at a frequency of 12000 ± 400 cycles per
minute required for determination of compressive strength of cement , comprising of the following
accessories etc. complete:-
a) Cube mould of 70.6mm size, made of mild steel together with base plate of mass is 2.8 ± 0.2 kg- 1
(one) No.
b) Steel poking rod- 1 (one) No.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
15 Cube mould of 150mm size i.e. 150 mm x150 mm x150 mm with thickness of both base plate and wall
plate 8mm, made of cast iron and with standard dimensions and tolerances in conformity with IS: 10086,
used for casting concrete cubes for determination of compressive strength along with a steel tamping rod,
16 mm diameter x 600 mm length, rounded at the lower end and all other required accessories etc.
complete.
16 Cube mould of 70.6 mm size i.e. 70.6 mm x 70.6 mm x 70.6 mm with thickness of base plate 6mm and
wall plate 12mm, made of mild steel with standard dimensions and tolerances in conformity with IS:
10080, used for casting cement mortar cubes, for determination of compressive strength of cement, along
with a steel poking rod and all other required accessories etc. complete.
17 Cylindrical Metal Measures of 3litres, 15litres and 30litres capacity, conforming to IS: 2386(Part-III),
suitable for determination of bulk density or unit weight of aggregates. The measures shall be calibrated
and machined to accurate internal dimensions as per Table-I of IS: 2386 (Part-III) and shall be provided

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 34
with handle. It shall be watertight, made of steel, of sufficient rigidity to retain its form under rough usage
and provided with a straight metal tamping rod of cylindrical cross section, 16mm in diameter and 60cm
long, rounded at one end.
18 Thickness gauge & length gauge, made of steel complete, in conformity with I. S:2386 (Part-1), for
determination of Flakiness & Elongation Index of coarse aggregate respectively. The said gauges should be
of the standard patterns and a dimension as mentioned in relevant Clauses of the said IS code.
19 Vibrating table of 75cmx75cm size, suitable for proper compaction of cement concrete cube in moulds of
150mm size with the help of a specially designed vibro motor. The table top should be suitable to hold cube
moulds of six numbers & have stops along its edges to prevent moulds from sliding off the table during
operation.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply with all
accessories etc. complete.
20 Concrete Mixer Machine (Pan Type) 40litres capacity, electrically operated, with arrangement for pan
to be rotated about a vertical axis with the help of a motor, minimum 2 HP capacity, provided with smooth
mixing paddles to ensure uniform and efficient mixing of cement & aggregate to produce concrete of
uniform consistency. The mixer should be used for mixing any material both in dry & wet conditions and
suitable for mixing small quantity of concrete in the laboratory. The mixer should have a tilting facility
which helps the operators to access the pan contents conveniently & emptying the mixture after completion
of the operation and should be transportable on wheels. It should have openable lid at the top of the drum to
provide maximum access to the operator and easy cleaning.
The machine should be suitable for operation on 440V, 50 Hz, three phase AC supply with all
accessories etc. complete.
21 Flexural Strength Testing Machine (Analogue model, electrically operated) with one gauge of
capacity 100KN, accurate up to 0.5KN, suitable for determination of flexural strength of concrete beams of
size 150 mm x 150mm x 700mm and 100mm x100mm x500mm by third point loading method in
conformity with IS: 516 & ASTM C78. It shall be provided with self-aligning roller assembly with rollers
position as mentioned in IS: 516 Clause 8.2.1 in order to maintain the specified span lengths. The machine
shall have such arrangement so that the force applied to the beam shall be perpendicular to the face of the
specimen without eccentricity and equipped in such a way that the load may be applied without shock and
increased continuously at a rate of approximately 4KN/min for 150 mm x 150mm x 700mm specimens and
at a rate of 1.8KN/min for 100mm x100mm x500mm specimens. The gauge should have latest calibration
certificate from authorized NABL accredited Institution. It shall consist of the following accessories
complete:
a) Beam Mould of size 150mm x 150mm x 700mm, conforming to IS: 10086-1982- 3(three) Nos.
b) Tamping bar, conforming to IS: 10086-1982 ,of square section with tamping face 25 ± 0.5mm square
and 400 ± 2 mm long and weighing 2 kg shall be made of mild steel and provided with a handle- 1 (one)
No.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
22 Flexural Strength Testing Machine (Analogue model, electrically operated) with one gauge of
capacity 100KN, accurate up to 0.5KN, suitable for determination of flexural strength of concrete beams of
size 150 mm x 150mm x 700mm and 100mm x100mm x500mm by third point loading method in
conformity with IS: 516 & ASTM C78. It shall be provided with self-aligning roller assembly with rollers
position as mentioned in IS: 516 Clause 8.2.1 in order to maintain the specified span lengths. The machine
shall have such arrangement so that the force applied to the beam shall be perpendicular to the face of the
specimen without eccentricity and equipped in such a way that the load may be applied without shock and
increased continuously at a rate of approximately 4KN/min for 150 mm x 150mm x 700mm specimens and
at a rate of 1.8KN/min for 100mm x100mm x500mm specimens. The gauge should have latest calibration
certificate from authorized NABL accredited Institution. It shall consist of the following accessories
complete:
a) Beam Mould of size 150mm x 150mm x 700mm, conforming to IS: 10086-1982- 3(three) Nos.
b) Beam Mould of size 100mm x 100mm x 500mm, conforming to IS: 10086-1982- 3(three) Nos.
c) Tamping bar, conforming to IS: 10086-1982, of square section with tamping face 25 ± 0.5mm square
and 400 ± 2 mm long and weighing 2 kg shall be made of mild steel and provided with a handle - 1 (one)
No.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 35
23 Vibratory Hammer (Electrically Operated), suitable for compaction of Dry Lean Concrete (DLC)
samples in a mould as per the method described in IS: 516, with a provision of applying compaction
uniformly for 60± 5 seconds with a downward force between 300N to 400N on each of three layers of the
lean concrete placed in mould and consisting of a square tamping foot having an area between 7500- 14000
sq.mm, conforming to Clause. 903.5.1.1 of MOR&TH Specification 5th Revision.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
24 Vicat apparatus conforming to IS: 5513 for determination of the consistency of cement, setting times of
cement consisting of the following accessories complete:
a) Vicat mould of truncated conical form with an internal diameter of 70 ± 5 mm at the top, 80 ± 5 mm at
the bottom and a height 40 ± 0.2 mm. and a minimum wall thickness of 4 mm- 1(one) No.
b) Stainless Steel base plate for the mould- 1(one) No.
c) Plunger of brass of weight 9± 0.5gm.(For normal consistency)- 1(one) No.
d) Needle, of weight 9± 0.5g (For Initial setting time) - 1(one) No.
e) Needle, of weight 9± 0.5g (For Final setting time) - 1(one) No.
25 Los Angeles Abrasion Testing Machine, in conformity with IS:10070, suitable for determination of
abrasion value of coarse aggregate. The machine comprises of the following: -
a) Hollow steel cylinder mounted on a sturdy frame on ball bearings capable of rotating about its axis in a
horizontal position -1 (one) No.
b) Detachable shelf fitted inside the cylinder at a distance of 1250 mm from the opening measured along
the circumstance in the direction of rotation- 1 (one) No.
c) Removable steel cover to close the opening of the cylinder dust-tight and to maintain the cylindrical
contour of the interior surface- 1 (one) No.
d) Motor of capacity 1 hp., 3 phase and 1440rpm with reduction gear which runs the cylinder at 30-33 rpm
- 1 (one) No.
e) Tray with lifting handle - 1 (one) No.
f) Revolution counter - 1 (one) No.
g) Abrasive charge consisting of 12 steel spheres 48 ± 2 mm diameter & each weighing within
390gm to 445 gm. The total weight of the 12 numbers of spheres should be 5000 ± 25gm -1 (one) set
The machine should be suitable for operation on 440V, 50 Hz, single phase AC supply.
26 Ring & Ball apparatus (electrically operated), with a suitable hot plate to provide heating facility in
conformity with IS: 1205, for determination of softening point of bitumen consisting of the following
accessories complete:-
a) Steel balls, each 9.5mm diameter & 3.5 ± 0.05g in weight- 2(two) Nos.
b) Tapered Brass rings- 2(two) Nos.
c) Ball centering guides- 2(two) Nos.
d) Ring holder supporting the rings in such a manner that the upper surface of the rings should be 50mm
below the surface of the bath liquid and the bottom of them should be exactly 25mm above the top surface
of bottom plate- 1 (one) No.
e) Bath made of heat resistant glass, of 85mm diameter and 120mm depth-1(one) No.
f) Stirrer which operate smoothly for uniform distribution of heat- 1 (one) No.
g) Thermometers, ranging from -2oC to 80oC & 30oC to 200oC- 1 (one) set.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
27 Penetration Apparatus/Universal Penetrometer with automatic time controller, to control duration of
penetration pre-set to 5 ± 0.1s as per IS: 1203, for determination of penetration of bitumen. It should consist
of an Aluminium casting base with levelling screws on which a vertical pillar mounted, a head together
with dial graduated in 40 x 0.1mm divisions, a plunger rod & a needle- straight, highly polished hard steel
rod mounted in brass shank truncated in shape which should slide without friction on the pillar and can be
clamped at any desired height. A metal cylindrical, flat bottom container of 55mm diameter & 35mm
internal depth and weights of 50gm & 100gms are to be provided.
The machine should be suitable for operation on 220V, 50 Hz, single phase supply.
28 Centrifuge Extractor (electrically operated), conforming to ASTM D 2172, for quantitative
extraction of bitumen from bituminous paving mixtures, consisting of a bowl, made of Cast
Aluminium, mounted on vertical shaft with minimum carrying capacity of sample of 1500gm. A
filter paper disc is pressed in between bowl and cover plate by tightening a knurled nut. The whole
assembly or system should be enclosed in a Cast Aluminium body. In this apparatus, the bowl
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 36
should be revolved at controlled variable speeds up to 3600rpm. The speed should be controlled
with a pre-set speed control mechanism. The extractor should be provided with an outlet/drain for
draining the solvent thrown out from the bowl and it should be supplied with a set of 25 filter-
paper rings.
The machine should be suitable for operation on 220V, single phase and 50Hz supply.
29 Whattman Filter-paper rings, of 240mm diameter with central hole of 25mm diameter, used for
extracting Bitumen from the Centrifuge Extractor. (100Nos. per packet).
30 Marshall Testing Apparatus (electrically operated), in conformity with ASTM D 1559, for
determination of resistance to plastic flow of bituminous mixtures containing aggregates up to the
maximum size of 25.4mm. It shall comprise of a load frame of capacity 50kN with a uniform vertical
movement of 50.8mm/minute along with the following accessories etc. complete:-
a)Breaking Head assembly, consisting of upper and lower cylindrical segments or test heads having an
inside radius of curvature of 50.8mm with the lower segment mounted on a base having two perpendicular
guide rods extending upward. Guide sleeves in the upper segment shall be in such a position as to direct
the two segments together without appreciable binding or loose motion on the guide rods- 1(one) set
b)Marshall moulds made of Steel of 101.6 mm diameter & 76.2mm height- 9(nine) Nos.
c) Extension collars made of Steel for 101.6mm diameter mould - 9(nine) Nos.
d)Base plates made of Steel for 101.6 mm diameter mould – 9(nine) Nos.
e)Proving ring of capacity 25KN – 1(one) No.
f)Dial Gauge, 25mm travel, 0.01mm least count - 1(one) No.
g) Compaction pedestal for 101.6mm mould (manual) of standard dimension as specified in ASTM D
1559 with a specimen mould holder mounted on it- 1(one) set.
h)Compaction Hammer with a flat circular tamping face and 4.536kg sliding weight with a free fall of
457.2mm- 2 (two) Nos.
i) Load Transfer Bar-1(one) No.
j)Specimen Ejector/ Extractor, made of steel, with diameter not less than 100mm & thickness 13mm for
extracting the compacted specimen from the 101.6 mm diameter specimen mould- 1(one) set
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
31 Marshall mould along with extension collar & base plate only, suitable for determination of resistance
to plastic flow of bituminous mixtures containing aggregates up to the maximum size of 25.4mm, made of
Steel conforming to ASTM D 1559, having 101.6 mm diameter x 76.2mm height- 9(Nine) Nos.
32 Bituminous Sample Ejector (Hand operated), consisting of all required accessories such as the
complete iron framework/assembly along with an extrusion jack and one solid disc, made of steel, of
diameter about 100mm & thickness 13mm etc. complete, suitable for removing the compacted
bituminous sample/ specimen from the 101.6mm diameter Marshall specimen mould.
33 Automatic Compactor for Bituminous Mixtures (fully automatic & electrically operated), suitable for
compaction of 101.6mm diameter mould specimen as per ASTM D-1559, having a drive mechanism to lift
the weight of 4.536kg and drop it through a height of 457.2mm with an automatic blow counter which
enables the number of blows, to be pre-set before each test and automatically stops the machine on
completion.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
34 Asphalt mixer (electrically operated), suitable for mechanical mixing of various ingredients of the
bituminous mix such as coarse aggregates, fine aggregate/ filler and bitumen etc. to prepare Marshall
specimens in the laboratory for bituminous mix design. The machine shall have the requisite arrangement
for uniform & thorough mixing of the ingredients weighing 1200gm to 4000 gm. The machine should be
able to maintain the required temperature ranging from 150oC to 180oC, suitable for various grades/types of
bitumen and be able to provide a well-coated, homogeneous mixture of the required amount in one batch in
the allowable time without any loss of material. The machine shall have suitable heating arrangement to
maintain the above range of temperature and also have the mechanism to smoothly feed the ingredients and
deliver the output (bituminous mix) and also have the facility to clean the inside of the mixer machine after
use without any difficulty. The machine shall have suitable speed control as well as other mechanism for
rotating and revolving the ingredients in such a way that there will be uniform mixing, coating of the mix
without any segregation and capable of delivering the desired bituminous mix suitable for Marshall mix
design.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply.
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 37
35 Water bath, rectangular, double-walled with inside chamber made of stainless steel, size 600mm x 450mm
x 175mm, thermostatically controlled with digital controller-cum-indicator with suitable stirring
arrangement etc. complete. The bath shall have a perforated false bottom or be equipped with a shelf for
supporting specimens above the bottom of the bath and be capable to maintain temperature in the range 5oC
to 95oC, +/- 0.5oC.
The machine should be suitable for operation on 220V, 50 Hz, single phase AC supply with all
required accessories etc. complete.
36 Small Sand Pouring Cylinder, suitable for determination of field density of fine & medium grained soils
as per I.S: 2720 (Part-28), consisting of the following parts complete:-
a) Sand pouring cylinder115 mm internal diameter with conical funnel and shutter-1(one) No.
b) Calibrating container100 mm inner diameter and 150mm deep with flange 50 mm wide and 5mm thick -
1(one) No.
c) Metal tray 300 mm square x 40 mm deep with a 100 mm diameter hole at the centre-1(one) No.
d) Tools for excavating holes such as Scraper, bent spoon & Dibber - 1(one) set.
e) Glass or Perspex plate about 450mm square x 9mm thick or larger- 1(one) No.

37 Large Sand Pouring Cylinder, suitable for determination of field density of fine, medium and coarse
grained soils as per I.S: 2720 (Part-28), consisting of the following parts complete:-
a) Sand pouring cylinder 215 mm internal diameter with conical funnel and shutter- 1(one) No.
b) Calibrating container 200 mm inner diameter and 250mm deep with flange 75 mm wide and 5mm thick -
1(one)No.
c) Metal tray 450 mm square x 50 mm deep with a 200 mm diameter hole at the centre-1(one) No.
d) Tools for excavating holes such as Scraper, Bent Spoon & Dibber- 1(one) set.
e) Glass or Perspex plate about 450mm square x 9mm thick or larger- 1(one) No.
38 Centrifuge Extractor (manual), conforming to ASTM D 2172, for quantitative extraction of bitumen
from bituminous paving mixtures consisting of a bowl, made of Cast Aluminium, mounted on vertical shaft
with minimum carrying capacity of sample of 1500gm. A filter paper disc is pressed in between bowl and
cover plate by tightening a knurled nut. The whole assembly or system should be enclosed in a Cast
Aluminium body. In this apparatus, the bowl should be revolved at controlled variable speeds up to
3600rpm.The speed should be controlled with a pre-set speed control mechanism. The extractor should be
provided with an outlet/drain for draining the solvent thrown out from the bowl and it should be supplied
with a set of 25 filter-paper rings.
39 IS Sieve set with Brass frame of 200mm diameter conforming to I.S. 460, consisting of different
sieves of aperture size 4.75mm, 3.35 mm, 2.36 mm, 1.18 mm, 600micron, 300micron, 150micron,
90micron, 75micron with pan and lid etc.
(1 set comprising of total nine numbers of sieves with a lid & pan set)
40 IS Sieve set with Brass frame of 200mm diameter conforming to I.S. 460, consisting of different
sieves of aperture size 4.75mm, 2.8mm, 2.36 mm, 2.0mm, 1.7mm, 1.18mm, 1.0mm, 850micron,
600micron, 425micron, 300micron, 212micron, 180micron, 150micron, 75micron with lid and pan,
etc. all complete.
(1 set comprising of total fifteen numbers of sieves with a lid & pan set)
41 IS Sieve set with G.I. frame of 450 mm diameter conforming to IS: 460, consisting of different sieves
of aperture size 63mm,50mm, 40mm, 31.5mm, 25mm,20mm,16mm, 12.5 mm, 10 mm & 6.3mm. (1 set
comprising of total ten numbers of sieves)
42 Digital Balance of 600 gm. capacity & 0.01 gm. sensitivity (with both electrically and battery
operated) along with all required accessories etc. complete.
43 Digital Balance of 1 kg capacity & 0.01 gm. sensitivity (with both electrically and battery operated)
along with all required accessories etc. complete.
44 Digital Balance of 6 kg capacity & 0.1 gm. sensitivity (with both electrically and battery operated)
along with all required accessories etc. complete.
45 Digital Balance of 10 kg capacity & 0.5 gm. sensitivity (with both electrically and battery operated)
along with all required accessories etc. complete.
46 Density Basket, conforming to IS: 2386(Part-III) for determination of specific gravity and water absorption
of aggregate. It is a wire basket of not more than 6.3mm mesh or a perforated container of size not less than
200mm diameter x 200mm high, chromium plated and polished, with wire hangers not thicker than one

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 38
millimeter for suspending it from the balance.
47 Graduated glass measuring cylinder of 100ml capacity & 1ml accuracy. (Borosil make)
48 Enamel Tray of size 600mm x450mm x50mm
49 Enamel Tray of size 450mm x300mm x40mm
50 Enamel Tray of size 300mm x250mm x40mm
51 Enamel Tray of size 200mm x150mm x30mm
52 GI tray of size 600mm x 450mm x 50mm.
53 Pycnometer, 1000 ml capacity in conformity with IS:2386 (Part-3) consisting of a 1 kg glass jar with brass
cone, locking ring & rubber seal, etc. complete.
54 Moisture container with a lid, suitable for determination of moisture content of soil as per IS: 2720(Part-
2), non-corrodible, airtight and of size 60mm diameter x 20mm deep all complete.
55 Standard sand (Gr. I, Gr. II & Gr. III), conforming to IS: 650, for determination of compressive strength
of cement, consisting of 1(one) bag of 25 kg from each grade, supplied in jute canvas bags and the particle
size of standard sand shall be clearly and indelibly marked on each bag.
[1(one) set comprising of 1 bag of 25kg from each grade i.e. totaling to 3 bags (75kg)]

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 39
ANNEXURE – IV
DETAILS (MAKE, BRAND & LOGO ETC.) OF THE MACHINERIES & EQUIPMENT TO BE
SUPPLIED BY THE BIDDER
(Reference Clause 6 of DTCN)
Item Description of the Equipment/Machine Name of
No. (To be read in conjunction with Detailed Technical Specification) Manufacturer,
Make/Brand
&logo etc.
1 Supply of “Proctor Compaction Test Apparatus (manual)” along with all the accessories as
per the detailed technical specifications prescribed for item 1 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, transportation, demonstration and
any other incidental charges etc. complete.

2 Supply and installation of “Laboratory CBR Test Apparatus” along with all the accessories as
per the detailed technical specifications prescribed for item 2 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, transportation, installation/
commissioning, demonstration and any other incidental charges etc. complete.

3 Supply of “Casagrande Liquid Limit Apparatus, motorised” along with all the accessories as
per the detailed technical specifications prescribed for item 3 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, transportation, demonstration and
any other incidental charges etc. complete.

4 Supply and installation of “Tri-axial Test Apparatus (electrically operated)” along with all the
accessories as per the detailed technical specifications prescribed for item 4 in the Annexure-III
of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/ commissioning, demonstration and any other incidental charges etc. complete.

5 Supply and installation of “Direct Shear Test Apparatus (electrically operated)” along with all
the accessories as per the detailed technical specifications prescribed for item 5 in the Annexure-
III of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/ commissioning, demonstration and any other incidental charges etc. complete.

6 Supply of “Cone Penetrometer (Digital)” along with all the accessories as per the detailed
technical specifications prescribed for item 6 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation, installation/commissioning,
demonstration and any other incidental charges etc. complete.

7 Supply of “Plastic Limit Apparatus” along with all the accessories as per the detailed technical
specifications prescribed for item 7 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation, demonstration and any other incidental charges
etc. complete.

8 Supply and installation of “Automatic Soil Compactor (electrically operated)” along with all
the accessories as per the detailed technical specifications prescribed for item 8 in the Annexure-
III of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/commissioning, demonstration and any other incidental charges etc. complete.

9 Supply of “a set of Surcharge Weights” along with all the accessories as per the detailed
technical specifications prescribed for item 9 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation and any other incidental charges etc.
complete.

10 Supply and installation of “Sieve Shaker (Motorized) for 200mm diameter sieves” along with
all the accessories as per the detailed technical specifications prescribed for item 10 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and any other incidental charges etc.
complete.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 40
11 Supply and installation of “Compression Testing Machine (Analogue model, hydraulically &
electrically operated) of capacity 2000KN with three dial gauges” along with all the
accessories as per the detailed technical specifications prescribed for item 11 in the Annexure-
III of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/ commissioning, demonstration and any other incidental charges etc. complete.

12 Supply and installation of “Compression Testing Machine (Analogue model, hydraulically &
electrically operated) of capacity 1000KN with three dial gauges” along with all the
accessories as per the detailed technical specifications prescribed for item 12 in the Annexure-
III of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/ commissioning, demonstration and any other incidental charges etc. complete.

13 Supply and installation of “Compression Testing Machine (Analogue model, hydraulically &
electrically operated) of capacity 500KN with three dial gauges” along with all the
accessories as per the detailed technical specifications prescribed for item 13 in the Annexure-
III of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/commissioning, demonstration and any other incidental charges etc. complete.

14 Supply and installation of “Mortar Cube Vibration Machine with inbuilt digital timer” along
with all the accessories as per the detailed technical specifications prescribed for item 14 in the
Annexure-III of the bid document inclusive of all costs, taxes, cost of transportation,
installation/commissioning, demonstration and any other incidental charges etc. complete.

15 Supply of “Cube Mould of size 150mm x 150mm x 150mm and 1No. tamping rod” along
with all the accessories as per the detailed technical specifications prescribed for item 15 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation and any other incidental charges etc. complete.

16 Supply of “Cube Mould of size 70.6 mm x 70.6 mm x 70.6 mm and 1No. poking rod” along
with all the accessories as per the detailed technical specifications prescribed for item 16 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation and any other incidental charges etc. complete.

17 Supply of “Cylindrical Metal Measures of 3litres, 15litres & 30litres capacity with a
tamping rod” along with all the accessories as per the detailed technical specifications
prescribed for item 17 in the Annexure-III in the bid document inclusive of all costs, taxes,
GST, cost of taxes, transportation, demonstration and any other incidental charges etc. complete.

18 Supply of “Thickness gauge & Length gauge” as per the detailed technical specifications
prescribed for item 18 in the Annexure-III of the bid document inclusive of all costs, taxes,
GST, cost of packing, transportation, demonstration and any other incidental charges etc.
complete.

19 Supply and installation of “Vibrating table of 75cmx75cm size for proper compaction of six
numbers of 150mm size cement concrete cube moulds” along with all the accessories as per
the detailed technical specifications prescribed for item 19 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, transportation, installation/
commissioning, demonstration and any other incidental charges etc. complete.

20 Supply and installation of “Concrete mixer (Pan type) of 40 litres capacity, electrically
operated” along with all the accessories as per the detailed technical specifications prescribed for
item 20 in the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of
packing, transportation, installation/commissioning, demonstration and any other incidental
charges etc. complete.
21 Supply and installation of “Flexural Strength Testing Machine (electrically operated) with
Beam Mould of size 150mm x 150mm x 700mm (1 Set)” along with all the accessories as per
the detailed technical specifications prescribed for item 21 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/commissioning, demonstration and any other incidental charges etc. complete. (1 set
comprising of 3 Nos. of beam moulds)
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 41
22 Supply and installation of “Flexural Strength Testing Machine (electrically operated) with
Beam Moulds of sizes 150mm x 150mm x 700mm (1 set) and 100mm x 100mm x 500mm
(1 set)” along with all the accessories as per the detailed technical specifications prescribed for
item 22 in the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of
packing, transportation, installation/commissioning, demonstration and any other incidental
charges etc. complete. (1 set comprising of 3 Nos. of beam moulds)

23 Supply of “Vibratory hammer for concrete moulds (electrically operated)” along with all
the accessories as per the detailed technical specifications prescribed for item 23 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, demonstration and any other incidental charges etc. complete.

24 Supply of “Vicat apparatus” along with all the accessories as per the detailed technical
specifications prescribed for item 24 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation, demonstration and any other incidental charges
etc. complete.

25 Supply and installation of “Los Angeles Abrasion Testing Machine (electrically operated)”
along with all the accessories as per the detailed technical specifications prescribed for item 25 in
the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and any other incidental charges etc.
complete.
26 Supply of “Ring & Ball Apparatus (electrically operated) with heating facility” along with all
the accessories as per the detailed technical specifications prescribed for item 26 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, demonstration and any other incidental charges etc. complete.

27 Supply of “Penetration apparatus/Universal Penetrometer with automatic time controller”


along with all the accessories as per the detailed technical specifications prescribed for item 27 in
the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, demonstration and any other incidental charges etc. complete.

28 Supply and installation of “Centrifuge Extractor (electrically operated)” along with all the
accessories as per the detailed technical specifications prescribed for item 28 in the Annexure-
III of the bid document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/commissioning, demonstration and any other incidental charges etc. complete.

29 Supply of “Whattman Filter-paper rings” along with all the accessories as per the detailed
technical specifications prescribed for item 29 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation and any other incidental charges etc.
complete. (1 Packet = 100 Nos.)

30 Supply and installation of “Marshall Testing Apparatus (electrically operated)” along with all
the accessories as per the detailed technical specifications prescribed for item 30 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and any other incidental charges etc.
complete.
31 Supply of “Marshall mould along with extension collar & base plate only” as per the detailed
technical specifications prescribed for item 31 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation and any other incidental charges etc.
complete.

32 Supply of “Bituminous Sample Ejector (Hand operated)” along with all the accessories as per
the detailed technical specifications prescribed for item 32 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, transportation,
installation/commissioning, demonstration and any other incidental charges etc. complete.

33 Supply and installation of “Automatic Compactor for bituminous mixtures (fully automatic
and electrically operated) for compaction of 101.6mm diameter mould specimen” along with
all the accessories as per the detailed technical specifications prescribed for item 33 in the
Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 42
transportation, installation/commissioning, demonstration and any other incidental charges etc.
complete.

34 Supply and installation of “Asphalt mixer (electrically operated) for mixing of bituminous
materials” along with all the accessories as per the detailed technical specifications prescribed
for item 34 in the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of
packing, transportation, installation/commissioning, demonstration and any other incidental
charges etc. complete.

35 Supply and installation of “Water Bath (Thermostatically Controlled) with digital indicator”
along with all the accessories as per the detailed technical specifications prescribed for item 35 in
the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and any other incidental charges etc.
complete.

36 Supply of “Small Sand-pouring Cylinder” along with all the accessories as per the detailed
technical specifications prescribed for item 36 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of taxes, transportation, demonstration and any other incidental
charges etc. complete.

37 Supply of “Large Sand Pouring Cylinder” along with all the accessories as per the detailed
technical specifications prescribed for item 37 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation, demonstration and any other incidental
charges etc. complete.

38 Supply and installation of “Centrifuge Extractor (manual)” along with all the accessories as
per the detailed technical specifications prescribed for item 38 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of taxes, transportation, demonstration and any
other incidental charges etc. complete.

39 Supply of “IS Sieve set with Brass frame of 200 mm diameter” along with all the accessories
as per the detailed technical specifications prescribed for item 39 in the Annexure-III in the bid
document inclusive of all costs, taxes, GST, cost of taxes, transportation, demonstration and any
other incidental charges etc. complete.
(1 set comprising of total nine numbers of sieves with a lid & pan set)

40 Supply of “IS Sieve set with Brass frame of 200 mm diameter” along with all the accessories
as per the detailed technical specifications prescribed for item 40 in the Annexure-III in the bid
document inclusive of all costs, taxes, GST, cost of taxes, transportation, demonstration and any
other incidental charges etc. complete.
(1 set comprising of total fifteen numbers of sieves with a lid & pan set)

41 Supply of “IS Sieve set with G.I. frame of 450 mm diameter” along with all the accessories as
per the detailed technical specifications prescribed for item 41 in the Annexure-III in the bid
document inclusive of all costs, taxes, GST, cost of taxes, transportation, demonstration and any
other incidental charges etc. complete. (1 set comprising of total ten numbers of sieves)

42 Supply of “Digital Balance of 600 gm capacity & 0.01gm sensitivity (with both electrically
and battery operated)” along with all the accessories as per the detailed technical specifications
prescribed for item 42 in the Annexure-III of the bid document inclusive of all costs, taxes,
GST, cost of packing, transportation, demonstration and any other incidental charges etc.
complete.

43 Supply of “Digital Balance of 1 kg capacity & 0.01gm sensitivity (with both electrically and
battery operated)” along with all the accessories as per the detailed technical specifications
prescribed for item 43 in the Annexure-III of the bid document inclusive of all costs, taxes,
GST, cost of packing, transportation, demonstration and any other incidental charges etc.
complete.
44 Supply of “Digital Balance of 6 kg capacity & 0.1 gm sensitivity (with both electrically and
battery operated)” along with all the accessories as per the detailed technical specifications
prescribed for item 44 in the Annexure-III of the bid document inclusive of all costs, taxes,
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 43
GST, cost of packing, transportation, demonstration and any other incidental charges etc.
complete.

45 Supply of “Digital Balance of 10 kg capacity & 0.5 gm sensitivity (with both electrically and
battery operated)” along with all the accessories as per the detailed technical specifications
prescribed for item 45 in the Annexure-III of the bid document inclusive of all costs, taxes,
GST, cost of packing, transportation, demonstration and any other incidental charges etc.
complete.

46 Supply of “Density Basket” as per the detailed technical specifications prescribed for item 46 in
the Annexure-III of the bid document inclusive of all costs, taxes, GST, cost of packing,
transportation and any other incidental charges etc. complete.

47 Supply of “Graduated glass measuring cylinder of 100ml capacity & 1ml accuracy, Borosil
make” as per the detailed technical specifications prescribed for item 47 in the Annexure-III of
the bid document inclusive of all costs, taxes, GST, cost of packing, transportation and any other
incidental charges etc. complete.

48 Supply of “Enamel Tray” of size 600 mm X 450mm X 50 mm as per the detailed technical
specifications prescribed for item 48 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation and any other incidental charges etc. complete.

49 Supply of “Enamel Tray” of size 450 mm X 300 mm X 40 mm as per the detailed technical
specifications prescribed for item 49 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation and any other incidental charges etc. complete.

50 Supply of “Enamel Tray” of size 300mm X 250mm X 40mm as per the detailed technical
specifications prescribed for item 50 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation and any other incidental charges etc. complete.

51 Supply of “Enamel Tray” of size 200mm X 150mm X 30mm as per the detailed technical
specifications prescribed for item 51 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation and any other incidental charges etc. complete.

52 Supply of “G.I. Tray of size 600mm x 450mm x 50mm” as per the detailed technical
specifications prescribed for item 52 in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation and any other incidental charges etc. complete.

53 Supply of “Pycnometer of 1000 ml capacity” along with all the accessories as per the detailed
technical specifications prescribed for item 53 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation, demonstration and any other incidental
charges etc. complete.

54 Supply of “Moisture container with a lid” along with all the accessories as per the detailed
technical specifications prescribed for item 54 in the Annexure-III of the bid document inclusive
of all costs, taxes, GST, cost of packing, transportation, demonstration and any other incidental
charges etc. complete.

55 Supply of “Standard sand (Gr-I, Gr-II & Gr-III)”as per the detailed technical specifications
prescribed for item 55 in the Annexure-III of the bid document inclusive of all costs, taxes,
GST, cost of packing, transportation and any other incidental charges etc. complete
(1 set comprising of 1 bag of 25 Kg from each Grade i.e totaling to 3 bags (75Kg)

Signature of the bidder:


Full name of bidder:
Date:
Place:

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 44
ANNEXURE-V
PAST EXPERIENCE STATEMENT
(Reference Clause 9 of DTCN)
(LIST OF CLIENTS/PURCHASERS TO WHOM TESTING MACHINERIES/ EQUIPMENT SUPPLIED DURING LAST FIVE YEARS)
Sl. Name of the machinery/ equipment proposed to be Name of Govt./ Govt. Purchase Order No. & Date Make/ Quantity Date of Reasons for Contact person
supplied. Undertaking Organization/ along with page No. of completion of late of the
No. Engineering Institution/ documents uploaded indicating brand & Delivery. delivery, if organization
Government Laboratories/ serial No. also. Logo etc. any with contact
NABL accredited (Enclose scanned copies of applicable. number, e-mail
Institutions to whom etc. to whom
purchase / supply order
supplied earlier. the supply was
along with certificate of made.
supply/ installation)
1 2 3 4 5 6 7 8 9

1. “Proctor Compaction Test Apparatus


(manual)” along with all the accessories as
per item1 in the Annexure-III of the bid
document.
2. “Laboratory CBR Test Apparatus” along
with all the accessories as per item 2 in the
Annexure-III of the bid document.

3. “Casagrande Liquid Limit Apparatus,


motorised” along with all the accessories as
per item 3 in the Annexure-III of the bid
document.
4. “Tri-axial Test Apparatus (electrically
operated)” along with all the accessories as
per item 4 in the Annexure-III of the bid
document.
5. “Direct Shear Test Apparatus (electrically
operated)” along with all the accessories as
per item 5 in the Annexure-III of the bid
document.
6. “Cone Penetrometer (Digital)” along with
all the accessories as per item 6 in the
Annexure-III of the bid document.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 45
7. “Plastic Limit Apparatus” along with all
the accessories as per item 7 in the
Annexure-III of the bid document.

8. “Automatic Soil Compactor (electrically


operated)” along with all the accessories as
per item 8 in the Annexure-III of the bid
document.

9. “A set of Surcharge Weights” along with all


the accessories as per item 9 in the Annexure-
III of the bid document.

10. “Sieve Shaker (Motorized) for 200mm


diameter sieves” along with all the
accessories as per item 10 in the Annexure-
III of the bid document.

11. “Compression Testing Machine (Analogue


model, hydraulically & electrically
operated) of capacity 2000KN with three
dial gauges” along with all the accessories as
per item 11 in the Annexure-III of the bid
document.
12. “Compression Testing Machine
(Analogue model, hydraulically &
electrically operated) of capacity 1000KN
with three dial gauges” along with all the
accessories as per item 12 in the Annexure-
III of the bid document.

13. “Compression Testing Machine (Analogue


model, hydraulically & electrically
operated) of capacity 500KN with three
dial gauges” along with all the accessories as
per item 13 in the Annexure-III of the bid
document.

14. “Mortar Cube Vibration Machine with


inbuilt digital timer” along with all the
accessories as per item 14 in the Annexure-
III of the bid document.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 46
15. “Cube Mould of size 150mm x 150mm x
150mm and 1No. tamping rod” along with
all the accessories as per item 15 in the
Annexure-III of the bid document.

16. “Cube Mould of size 70.6 mm x 70.6 mm x


70.6 mm and 1No. poking rod” along with
all the accessories as per item 16 in the
Annexure-III of the bid document.
17. “Cylindrical Metal Measures of 3litres,
15litres & 30litres capacity with a tamping
rod” along with all the accessories as per
item 17 in the Annexure-III in the bid
document.
18. “Thickness gauge & Length gauge” as per
item 18 in the Annexure-III of the bid
document.

19. “Vibrating table of 75cm x 75cm size for


proper compaction of six numbers of
150mm size cement concrete cube moulds”
along with all the accessories as per item 19
in the Annexure-III of the bid document.
20. “Concrete mixer (Pan type) of 40 litres
capacity, electrically operated” along with
all the accessories as per item 20 in the
Annexure-III of the bid document.

21. “Flexural Strength Testing Machine


(electrically operated) with Beam Mould of
size 150mm x 150mm x 700mm (1 Set)”
along with all the accessories as per item 21
in the Annexure-III of the bid document. (1
set comprising of 3 Nos. of beam moulds)

22. “Flexural Strength Testing Machine


(electrically operated) with Beam Moulds
of sizes 150mm x 150mm x 700mm (1 set)
and 100mm x 100mm x 500mm (1 set)”
along with all the accessories as per item 22
in the Annexure-III of the bid document.
(1 set comprising of 3 Nos. of beam
moulds)

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 47
23. “Vibratory hammer for concrete
moulds (electrically operated)” along with
all the accessories as per item 23 in the
Annexure-III of the bid document.

24. “Vicat apparatus” along with all the


accessories as per item 24 in the Annexure-
III of the bid document.

25. “Los Angeles Abrasion Testing Machine


(electrically operated)” along with all the
accessories as per item 25 in the Annexure-
III of the bid document.
26. “Ring & Ball Apparatus (electrically
operated) with heating facility” along with
all the accessories as per item 26 in the
Annexure-III of the bid document.

27. “Penetration apparatus/ Universal


Penetrometer with automatic time
controller” along with all the accessories as
per item 27 in the Annexure-III of the bid
document.
28. “Centrifuge Extractor (electrically
operated)” along with all the accessories as
per item 28 in the Annexure-III of the bid
document.

29. “Whattman Filter-paper rings” along with


all the accessories as per item 29 in the
Annexure-III of the bid document.
(1 Packet = 100 Nos.)

30. “Marshall Testing Apparatus (electrically


operated)” along with all the accessories as
per item 30 in the Annexure-III of the bid
document.
31. “Marshall mould along with extension
collar & base plate only” as per item 31 in
the Annexure-III of the bid document.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 48
32. “Bituminous Sample Ejector (Hand
operated)” along with all the accessories as
per item 32 in the Annexure-III of the bid
document.
33. “Automatic compactor for bituminous
mixtures (fully automatic and electrically
operated) for compaction of 101.6mm
diameter mould specimen” along with all
the accessories as per item 33 in the
Annexure-III of the bid document.

34. “Asphalt mixer (electrically operated) for


mixing of bituminous materials” along
with all the accessories as per the detailed
technical specifications prescribed for item
34 in the Annexure-III of the bid document.
35. “Water Bath (Thermostatically
Controlled) with digital indicator” along
with all the accessories as per item 35 in the
Annexure-III of the bid document.

36. “Small Sand-pouring Cylinder” along with


all the accessories as per item 36 in the
Annexure-III of the bid document.

37. “Large Sand Pouring Cylinder” along with


all the accessories as per item 37 in the
Annexure-III of the bid document.

38. “Centrifuge Extractor (manual)” along


with all the accessories as per item 38 in the
Annexure-III of the bid document.

39. “IS Sieve set with Brass frame of 200 mm


diameter” along with all the accessories as
per item 39 in the Annexure-III in the bid
document.
(1 set comprising of total nine numbers of
sieves with a lid & pan set)

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 49
40 “IS Sieve set with Brass frame of 200 mm
diameter” along with all the accessories as
per item 40 in the Annexure-III in the bid
document.
(1 set comprising of total fifteen numbers
of sieves with a lid & pan set)

41. “IS Sieve set with G.I. frame of 450 mm


diameter” along with all the accessories as
per item 41 in the Annexure-III in the bid
document.
(1 set comprising of total ten numbers of
sieves)

42. “Digital Balance of 600 gm capacity &


0.01gm sensitivity (with both electrically
and battery operated)” along with all the
accessories as per item 42 in the Annexure-
III of the bid document.

43. “Digital Balance of 1 kg capacity &


0.01gm sensitivity (with both electrically
and battery operated)” along with all the
accessories as per item 43 in the Annexure-
III of the bid document.
44. “Digital Balance of 6 kg capacity & 0.1 gm
sensitivity (with both electrically and
battery operated)” along with all the
accessories as per item 44 in the Annexure-
III of the bid document.

45. “Digital Balance of 10 kg capacity & 0.5


gm sensitivity (with both electrically and
battery operated)” along with all the
accessories as per item 45 in the Annexure-
III of the bid document.

46. “Density Basket” as per the detailed


technical specifications prescribed for item
46 in the Annexure-III of the bid document.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 50
47. “Graduated glass measuring cylinder of
100ml capacity & 1ml accuracy, Borosil
make” as per item 47 in the Annexure-III
of the bid document.

48. “Enamel Tray” of size 600 mm X 450mm


X 50 mm as per item 48 in the Annexure-III
of the bid document.

49. “Enamel Tray” of size 450 mm X 300 mm


X 40 mm as per item 49 in the Annexure-III
of the bid document.
50. “Enamel Tray” of size 300 mm X 250 mm
X 40 mm as per item 50 in the Annexure-III
of the bid document.
51. “Enamel Tray” of size 200 mm X 150 mm
X 30 mm as per item 51 in the Annexure-III
of the bid document.

52. “G.I. Tray of size 600mm x 450mm x


50mm” as per item 52 in the Annexure-III
of the bid document.
53. “Pycnometer of 1000 ml capacity” along
with all the accessories as per item 53 in the
Annexure-III of the bid document.
54. “Moisture container with a lid” along with
all the accessories as per item 54 in the
Annexure-III of the bid document.
55. “Standard sand (Gr-I, Gr-II & Gr-III)”as
per item 55 in the Annexure-III of the bid
document.
(1 set comprising of 1 bag of 25 Kg from
each Grade i.e totaling to 3 bags (75Kg))

Signature of the bidder


Full name of the bidder:
Date:
Note: The bidder shall serially page-number all the documents uploaded by him/her in the e-procurement system and the Serial No. of the item in the
Purchase/Supply Order and corresponding Page No. should be indicated in Column 4 against each item of Annexure-V.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries/ equipment. 51
ANNEXURE-VI
ANNUAL TURN-OVER STATEMENT
(Reference Clause 6 of DTCN)
The Annual Turnover for the last three financial years of M/s.________________
__________________________________________, who is a manufacturer/dealer of
laboratory machineries & equipment are given below and certified that the statement is
true and correct.

Sl.No. Financial Year Turnover in Crores (Rs.)


both in words and figures
1
2
3
Average

Date: Signature of Auditor/


Place: Chartered Accountant
(Name in Capital)
Seal: Membership No.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 52
ANNEXURE-VII
MANUFACTURER’S AUTHORIZATION FORM
(Reference Clause 6 B (ii) of DTCN)

(FORMAT OF AUTHORISATION TO BE OBTAINED BY THE AUTHORIZED DEALER/


DISTRIBUTOR FROM ORIGINAL MANUFACTURER)

No.___________/ Date ______________

To
The Chief Engineer,
R.D. &Q.P. (R&B), Odisha, Bhubaneswar.

Dear Sir, Bid identification No.___________________

I/We _____________________________________________________, who are established


and reputed manufacturers of Laboratory testing machineries/equipment, having factories at
__________________ ______ _________________________________________ (Address of
Factory) do hereby certify that M/s./Mr._____________________________________ (Name and
address of Dealer) is an Authorized Dealer/Distributor of our company and we authorize them / him
to submit the bid and sign the contract with you or your representatives against the above bid.

I/We hereby extend our full guarantee and warranty as per terms & conditions of contract for
the goods and services offered by the above firm against the said bid.

Yours faithfully,

(Full Name and Signature of the Manufacturer)

Seal/stamp
Note:
i. This letter of authority should be on the letterhead of the manufacturer and should be signed by an
authorised person, competent and having the power of attorney to bind the manufacturer.
ii. This letter of authority should be accompanied with copy of the Company Registration Certificate
of the manufacturer along with Memorandum and Articles of Association/ Memorandum of
Association etc. (in case the Manufacturer is a Company, registered under Company Act) or
Partnership deed, duly registered before competent authority (in case the Manufacturer is a
Partnership Firm).

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 53
ANNEXURE-VIII
NO RELATIONSHIP CERTIFICATE
(Reference Clause 6 of DTCN)

I/We hereby certify that I/We* am/are* related/not related (*) to any officer of P.W.D of the rank of Assistant
Engineer & above and any officer of the rank of Assistant / Under Secretary and above of the Works Department, Govt.
of Odisha. I/We* am/are* aware that, if the fact is subsequently proved to be false, my/our* contract will be rescinded
with forfeiture of E.M.D. and security deposit and I/We* shall be liable to make good the loss or damage resulting from
such cancellation.
I// We* also note that non-submission of this certificate will render my / our* tender liable for rejection.

(*) - Strike out which is not applicable Signature of the bidder


Full name of the bidder:
Date:

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 54
ANNEXURE-IX
DETAILS OF THE BIDDER’S SERVICE CENTER
(Reference Clause 36 of DTCN)

GENERAL INFORMATION ABOUT THE BIDDER


Name of the Bidder
Registered address of
the firm
1
State District
Telephone No. Fax
Email Website
Contact Person’s Detail
Name Designation
2
Telephone No. Mobile No.
Communication Address

Address

3 State District
Telephone No. Fax
Email Website
Type of the Firm
Private Ltd. Public Ltd. Proprietorship
4 Partnership Society Others, specify
Registration No. & Date of Registration.
Nature of Business
Original Equipment
Authorized Distributor
5 Manufacturer (OEM)
Direct Importer Authorized Dealer
6 Details of existing Service Centre nearest to Odisha:

Name of Contact Person:


Designation:
Address of Service Centre:

Telephone No.:
Email :
Fax:
Date: Office Signature of the bidder/
Seal Authorised signatory

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 55
ANNEXURE-X
SCHEDULE OF MACHINE/EQUIPMENT TO BE SUPPLIED TO THE RESPECTIVE CONSIGNEE
(Reference Clause 22 of DTCN)

Sl. Description of the Equipment/Machine Total Unit Name of laboratories where to be


No. (To be read in conjunction with Detailed Technical Specification) Quantity delivered and consignee
1 Supply of “Proctor Compaction Test Apparatus (manual)” 1 Set Berhampur– 1 (one) set
along with all the accessories as per the detailed technical
specifications prescribed for item 1 in the Annexure-III of Consignee- concerned R.O/ A.E.E
the bid document inclusive of all costs, taxes, GST, cost of /AE/JE
packing, transportation, demonstration and any other
incidental charges etc. complete.
2 Supply and installation of “Laboratory CBR Test 1 Set Balasore- 1 (one) set
Apparatus” along with all the accessories as per the detailed
technical specifications prescribed for item 2 in the Consignee- concerned R.O/ A.E.E
Annexure-III of the bid document inclusive of all costs, /AE/JE
taxes, GST, cost of packing, transportation, installation/
commissioning, demonstration and any other incidental
charges etc. complete.
3 Supply of “Casagrande Liquid Limit Apparatus, 1 Set Balasore- 1 (one) set
motorised” along with all the accessories as per the detailed Consignee-concerned R.O/ A.E.E
technical specifications prescribed for item 3 in the /AE/JE
Annexure-III of the bid document inclusive of all costs,
taxes, GST, cost of packing, transportation, demonstration and
any other incidental charges etc. complete.
4 Supply and installation of “Triaxial Test Apparatus 1 Set Rayagada- 1 (one) set
(electrically operated)” along with all the accessories as per
the detailed technical specifications prescribed for item 4 in
the Annexure-III of the bid document inclusive of all costs, Consignee- concerned R.O/ A.E.E
taxes, GST, cost of packing, transportation, installation/ /AE/JE
commissioning, demonstration and any other incidental
charges etc. complete.

5 Supply and installation of “Direct Shear Test Apparatus 1 Set Rayagada- 1 (one) set
(electrically operated)” along with all the accessories as per
the detailed technical specifications prescribed for item 5 in Consignee- concerned R.O/ A.E.E
the Annexure-III of the bid document inclusive of all costs, /AE/JE
taxes, GST, cost of packing, transportation, installation/
commissioning, demonstration and any other incidental
charges etc. complete.
6 Supply of “Cone Penetrometer (Digital)” along with all the 2 Set Balasore, Berhampur- 1 (one) set
accessories as per the detailed technical specifications each
prescribed for item 6 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, Consignee- concerned R.O/ A.E.E
transportation, installation/commissioning, demonstration and /AE/JE
any other incidental charges etc. complete.
7 Supply of “Plastic Limit Apparatus” along with all the 1 Set Balasore- 1 (one) set.
accessories as per the detailed technical specifications
prescribed for item 7 in the Annexure-III of the bid Consignee-concerned R.O/ A.E.E/
document inclusive of all costs, taxes, GST, cost of packing, AE/JE
transportation, demonstration and any other incidental charges
etc. complete.
8 Supply and installation of “Automatic Soil Compactor 18 Set Puri, Khurda, Cuttack,
(electrically operated)” along with all the accessories as per Chandikhole, Dhenkanal,
the detailed technical specifications prescribed for item 8 in Sambalpur, Bolangir, Sundergarh,
the Annexure-III of the bid document inclusive of all costs, Bhawanipatana, Keojhar, Balasore,
taxes, GST, cost of packing, transportation, installation/ Baripada, Berhampur, Phulbani,
commissioning, demonstration and any other incidental Paralakhemundi, Rayagada,
charges etc. complete. Sunabeda, Nawarangpur-1 (one) set
each.
Consignee- concerned R.O/ A.E.E/

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 56
AE/JE
9 Supply of “a set of Surcharge Weights” along with all the 1 Set Berhampur - 1 (one) set.
accessories as per the detailed technical specifications
prescribed for item 9 in the Annexure-III of the bid Consignee-concerned R.O/ A.E.E/
document inclusive of all costs, taxes, GST, cost of packing, AE/ JE
transportation, demonstration and any other incidental charges
etc. complete.
10 Supply and installation of “Sieve Shaker (Motorized) for 6 No. Puri, Khurda, Keonjhar, Balasore,
200mm diameter sieves” along with all the accessories as per Phulbani, Paralakhemundi- 1 (one)
the detailed technical specifications prescribed for item 10 in No. each.
the Annexure-III of the bid document inclusive of all costs,
taxes, GST, cost of packing, transportation, installation/ Consignee- concerned R.O/ A.E.E
commissioning, demonstration and any other incidental /AE/JE
charges etc. complete.
11 Supply and installation of “Compression Testing Machine 9 Set Puri, Khurda, Sundergarh,
(Analogue model, hydraulically & electrically operated) of Bhawanipatana, Baripada, Phulbani,
capacity 2000KN with three dial gauges” along with all the Paralakhemundi, Sunabeda &
accessories as per the detailed technical specifications Nawarangpur-1(one) set each.
prescribed for item 11 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, Consignee- concerned R.O/ A.E.E/
transportation, installation/ commissioning, demonstration and AE/JE
any other incidental charges etc. complete.
12 Supply and installation of “Compression Testing Machine 2 Set Keonjhar & Berhampur- 1 (one) set
(Analogue model, hydraulically & electrically operated) of each.
capacity 1000KN with three dial gauges” along with all the
accessories as per the detailed technical specifications Consignee- concerned R.O/ A.E.E/
prescribed for item 12 in the Annexure-III of the bid AE/JE
document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/ commissioning, demonstration and
any other incidental charges etc. complete.
13 Supply and installation of “Compression Testing Machine 1 Set Berhampur- 1 (one) set.
(Analogue model, hydraulically & electrically operated) of
capacity 500KN with three dial gauges” along with all the Consignee- concerned R.O/ A.E.E/
accessories as per the detailed technical specifications AE/JE
prescribed for item 13 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and
any other incidental charges etc. complete.
14 Supply and installation of “Mortar Cube Vibration Machine 2 Set Balasore & Berhampur- 1 (one)
with inbuilt digital timer” along with all the accessories as set each.
per the detailed technical specifications prescribed for item 14
in the Annexure-III of the bid document inclusive of all Consignee- concerned R.O/ A.E.E/
costs, taxes, cost of transportation, installation/commissioning, AE/JE
demonstration and any other incidental charges etc. complete.
15 Supply of “Cube Mould of size 150mm x 150mm x 150mm 65 No. Puri, Khurda, Sundergarh,
and 1No. tamping rod” along with all the accessories as per Bhawanipatana & Balasore- 6(six)
the detailed technical specifications prescribed for item 15 in Nos. each.
the Annexure-III of the bid document inclusive of all costs, Chandikhole, Dhenkanal &
taxes, GST, cost of packing, transportation and any other Sambalpur- 9(nine) Nos. each.
incidental charges etc. complete. Keonjhar- 8(eight) Nos.
Consignee- concerned R.O/ A.E.E/
AE/JE
16 Supply of “Cube Mould of size 70.6 mm x 70.6 mm x 70.6 51 No. Balasore- 3(three) Nos.
mm and 1No. poking rod” along with all the accessories as Chandikhole, Dhenkanal, Sambalpur
per the detailed technical specifications prescribed for item 16 & Berhampur- 9 (nine) Nos. each.
in the Annexure-III of the bid document inclusive of all
costs, taxes, GST, cost of packing, transportation and any Keonjhar- 12 (Twelve) Nos.
other incidental charges etc. complete.
Consignee- concerned R.O/ A.E.E/
AE/JE
17 Supply of “Cylindrical Metal Measures of 3litres,15litres & 3 Set Bhubaneswar, Berhampur &
30litres capacity with a tamping rod” along with all the Rayagada- 1 (one) set each.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 57
accessories as per the detailed technical specifications
prescribed for item 17 in the Annexure-III in the bid
document inclusive of all costs, taxes, GST, cost of taxes, Consignee- concerned R.O/ A.E.E
transportation, demonstration and any other incidental charges /AE/JE
etc. complete.
18 Supply of “Thickness gauge & Length gauge” as per the 2 Set Bhubaneswar & Balasore- 1 (one)
detailed technical specifications prescribed for item 18 in the set each.
Annexure-III of the bid document inclusive of all costs,
taxes, GST, cost of packing, transportation, demonstration and Consignee- concerned R.O/ A.E.E
any other incidental charges etc. complete. /AE/JE
19 Supply and installation of “Vibrating table of 75cmx75cm 3 No. Berhampur, Keonjhar & Balasore-
size for proper compaction of six numbers of 150mm size 1 (one) No. each.
cement concrete cube moulds” along with all the accessories
as per the detailed technical specifications prescribed for item Consignee- concerned R.O/ A.E.E
19 in the Annexure-III of the bid document inclusive of all /AE/JE
costs, taxes, GST, cost of packing, transportation, installation/
commissioning, demonstration and any other incidental
charges etc. complete.
20 Supply and installation of “Concrete mixer (Pan type) of 40 1 No. Balasore- 1 (one) No.
litres capacity, electrically operated” along with all the
accessories as per the detailed technical specifications Consignee- concerned R.O/ A.E.E
prescribed for item 20 in the Annexure-III of the bid /AE/JE
document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and
any other incidental charges etc. complete.
21 Supply and installation of “Flexural Strength Testing 2 Set Chandikhole & Dhenkanal-1 (one)
Machine (electrically operated) with Beam Mould of size set each.
150mm x 150mm x 700mm” (1 set) along with all the
accessories as per the detailed technical specifications Consignee- concerned R.O/ A.E.E/
prescribed for item 21 in the Annexure-III of the bid AE/JE
document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/ commissioning, demonstration and
any other incidental charges etc. complete. (1 set comprising
of 3 Nos. of beam moulds)
22 Supply and installation of “Flexural Strength Testing 1 Set Rayagada-1 (one) set.
Machine (electrically operated) with Beam Moulds of sizes
150mm x 150mm x 700mm (1 set) and 100mm x 100mm x
500mm (1 set)” along with all the accessories as per the Consignee- concerned R.O/ A.E.E/
detailed technical specifications prescribed for item 22 in the AE/JE
Annexure-III of the bid document inclusive of all costs,
taxes, GST, cost of packing, transportation, installation /
commissioning, demonstration and any other incidental
charges etc. complete. (1 set comprising of 3 Nos. of beam
moulds)
23 Supply of “Vibratory hammer for concrete moulds 4 Set Bhubaneswar, Cuttack, Chandikhole
(electrically operated)” along with all the accessories as per & Dhenkanal- 1(one) set each.
the detailed technical specifications prescribed for item 23 in
the Annexure-III of the bid document inclusive of all costs, Consignee- concerned R.O/
taxes, GST, cost of packing, transportation, demonstration and A.E.E/AE/JE
any other incidental charges etc. complete.
24 Supply of “Vicat apparatus” along with all the accessories as 1 Set Balasore-1 (one) set each
per the detailed technical specifications prescribed for item 24
in the Annexure-III of the bid document inclusive of all Consignee- concerned R.O/ A.E.E/
costs, taxes, GST, cost of packing, transportation, AE/JE
demonstration and any other incidental charges etc. complete.
25 Supply and installation of “Los Angeles Abrasion Testing 3 Set Chandikhole, Dhenkanal &
Machine (electrically operated)” along with all the Rayagada- 1 (one) set each.
accessories as per the detailed technical specifications
prescribed for item 25 in the Annexure-III of the bid Consignee- concerned R.O/ A.E.E/
document inclusive of all costs, taxes, GST, cost of packing, AE/JE
transportation, installation/commissioning, demonstration and
any other incidental charges etc. complete.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 58
26 Supply of “Ring & Ball Apparatus (electrically operated) 1 Set Balasore- 1 (one) set.
with heating facility” along with all the accessories as per the
detailed technical specifications prescribed for item 26 in the Consignee- concerned R.O/ A.E.E/
Annexure-III of the bid document inclusive of all costs, AE/JE
taxes, GST, cost of packing, transportation, demonstration and
any other incidental charges etc. complete.
27 Supply of “Penetration Apparatus/Universal Penetrometer 2 Set Balasore & Berhampur- 1 (one) set
with automatic time controller” along with all the each.
accessories as per the detailed technical specifications
prescribed for item 27 in the Annexure-III of the bid Consignee- concerned R.O/ A.E.E/
document inclusive of all costs, taxes, GST, cost of packing, AE/JE
transportation, demonstration and any other incidental charges
etc. complete.
28 Supply and installation of “Centrifuge Extractor 2 No. Balasore & Berhampur- 1 (one) set
(electrically operated)” along with all the accessories as per each.
the detailed technical specifications prescribed for item 28 in
the Annexure-III of the bid document inclusive of all costs, Consignee- concerned R.O/ A.E.E/
taxes, GST, cost of packing, transportation, installation/ AE/JE
commissioning, demonstration and any other incidental
charges etc. complete.
29 Supply of “Whattman Filter-paper rings” along with all the 2 Pkt. Bhubaneswar &Berhampur- 1(one)
accessories as per the detailed technical specifications packet each
prescribed for item 29 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, Consignee- concerned R.O/
transportation and any other incidental charges etc. complete. A.E.E/AE/JE
(1 Packet = 100 Nos.)
30 Supply and installation of “Marshall Testing Apparatus 7 Set Puri, Khurda, Bhawanipatana,
(electrically operated)” along with all the accessories as per Balasore, Baripada, Sunabeda &
the detailed technical specifications prescribed for item 30 in Nawarangpur- 1(one) set each
the Annexure-III of the bid document inclusive of all costs,
taxes, GST, cost of packing, transportation, Consignee- concerned R.O/
installation/commissioning, demonstration and any other A.E.E/AE/JE
incidental charges etc. complete.
31 Supply of “Marshall mould along with extension collar & 9 No. Sundergarh- 3 (three) Nos.
base plate only” as per the detailed technical specifications Bhawanipatana -6(six) Nos.
prescribed for item 31 in the Annexure-III of the bid
document inclusive of all costs, taxes, GST, cost of packing, Consignee- concerned R.O/ A.E.E/
transportation and any other incidental charges etc. complete. AE/JE
32 Supply of “Bituminous Sample Ejector (Hand operated)” 14 Set Bhubaneswar, Puri, Khurda,
along with all the accessories as per the detailed technical Cuttack, Dhenkanal, Sambalpur,
specifications prescribed for item 32 in the Annexure-III of Bolangir, Sundergarh,
the bid document inclusive of all costs, taxes, GST, cost of Bhawanipatana, Keonjhar,
packing, transportation, installation/commissioning, Balasore, Baripada,
demonstration and any other incidental charges etc. complete. Sunabeda&Nawarangpur- 1(one)
set each.
Consignee- concerned R.O/ A.E.E/
AE/JE
33 Supply and installation of “Automatic Compactor for 8 No. Puri, Khurda, Sundergarh,
bituminous mixtures (fully automatic and electrically Bhawanipatana, Balasore,
operated) for compaction of 101.6mm diameter mould Baripada, Nawarangpur &
specimen” along with all the accessories as per the detailed Sunabeda- 1(one) No. each.
technical specifications prescribed for item 33 in the
Annexure-III of the bid document inclusive of all costs, Consignee- concerned R.O/ A.E.E/
taxes, GST, cost of packing, transportation, AE/JE
installation/commissioning, demonstration and any other
incidental charges etc. complete.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 59
34 Supply and installation of “Asphalt Mixer (electrically 11 No. Bhubaneswar, Cuttack, Dhenkanal,
operated) for mixing of bituminous materials” along with Sambalpur, Bolangir, Sundergarh,
all the accessories as per the detailed technical specifications Bhawanipatana, Keonjhar, Balasore,
prescribed for item 34 in the Annexure-III of the bid Baripada, Berhampur- 1(one) set.
document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and Consignee- concerned R.O/ A.E.E/
any other incidental charges etc. complete. AE/JE
35 Supply and installation of “Water Bath (Thermostatically 7 No. Puri, Khurda, Dhenkanal,
Controlled) with digital indicator” along with all the Sundergarh, Bhawanipatana,
accessories as per the detailed technical specifications Sunabeda & Nawarangpur- 1(one)
prescribed for item 35 in the Annexure-III of the bid set each.
document inclusive of all costs, taxes, GST, cost of packing,
transportation, installation/commissioning, demonstration and Consignee-concerned R.O/ A.E.E/
any other incidental charges etc. complete. AE/JE

36 Supply of “Small Sand Pouring Cylinder” along with all the 1 Set Balasore- 1(one) set.
accessories as per the detailed technical specifications
prescribed for item 36 in the Annexure-III of the bid Consignee-concerned R.O/ A.E.E/
document inclusive of all costs, taxes, GST, cost of taxes, AE/JE
transportation, demonstration and any other incidental charges
etc. complete.

37 Supply of “Large Sand Pouring Cylinder” along with all the 1 Set Balasore- 1(one) set.
accessories as per the detailed technical specifications
prescribed for item 37 in the Annexure-III of the bid Consignee-concerned R.O/ A.E.E/
document inclusive of all costs, taxes, GST, cost of packing, AE/JE
transportation, demonstration and any other incidental charges
etc. complete.

38 Supply and installation of “Centrifuge Extractor (manual)” 1 No. Balasore- 1(one) No.
along with all the accessories as per the detailed technical
specifications prescribed for item 38 in the Annexure-III of Consignee-concerned R.O/ A.E.E/
the bid document inclusive of all costs, taxes, GST, cost of AE/JE
taxes, transportation, demonstration and any other incidental
charges etc. complete.

39 Supply of “IS Sieve set with Brass frame of 200 mm 3 Set Keonjhar, Balasore & Berhampur-
diameter” along with all the accessories as per the detailed 1(one) set each.
technical specifications prescribed for item 39 in the
Annexure-III in the bid document inclusive of all costs, Consignee- concerned R.O/ A.E.E/
taxes, GST, cost of taxes, transportation, demonstration and AE/JE
any other incidental charges etc. complete.
(1 set comprising of total nine numbers of sieves with a lid
& pan set)

40 Supply of “IS Sieve set with Brass frame of 200 mm 1 Set Cuttack- 1(one) set.
diameter” along with all the accessories as per the detailed
technical specifications prescribed for item 40 in the Consignee- concerned R.O/ A.E.E/
Annexure-III in the bid document inclusive of all costs, AE/JE
taxes, GST, cost of taxes, transportation, demonstration and
any other incidental charges etc. complete.
(1 set comprising of total fifteen numbers of sieves with a
lid & pan set)

41 Supply of “IS Sieve set with G.I. frame of 450 mm 2 Set Balasore & Berhampur-1 (one) set
diameter” along with all the accessories as per the detailed each.
technical specifications prescribed for item 41 in the
Annexure-III in the bid document inclusive of all costs,
taxes, GST, cost of taxes, transportation, demonstration and Consignee- concerned R.O/ A.E.E/
any other incidental charges etc. complete. AE/JE
(1 set comprising of total ten numbers of sieves)

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 60
42 Supply of “Digital Balance of 600 gm capacity & 0.01gm 2 No. Cuttack & Balasore - 1 (one) No.
sensitivity (with both electrically and battery operated)” each.
along with all the accessories as per the detailed technical
specifications prescribed for item 42 in the Annexure-III of Consignee- concerned R.O/ A.E.E/
the bid document inclusive of all costs, taxes, GST, cost of AE/JE
packing, transportation, demonstration and any other
incidental charges etc. complete.
43 Supply of “Digital Balance of 1 kg capacity & 0.01gm 4 No. Bhubaneswar, Berhampur, Phulbani
sensitivity (with both electrically and battery operated)” & Paralakhemundi - 1 (one) No.
along with all the accessories as per the detailed technical each.
specifications prescribed for item 43 in the Annexure-III of
the bid document inclusive of all costs, taxes, GST, cost of Consignee- concerned R.O/ A.E.E/
packing, transportation, demonstration and any other AE/JE
incidental charges etc. complete.
44 Supply of “Digital Balance of 6 kg capacity & 0.1 gm 10 No. Bhubaneswar, Puri, Khurda,
sensitivity (with both electrically and battery operated)” Balasore, Berhampur, Phulbani,
along with all the accessories as per the detailed technical Paralakhemundi, Rayagada,
specifications prescribed for item 44 in the Annexure-III of Sunabeda & Nawarangpur-
the bid document inclusive of all costs, taxes, GST, cost of 1 (one) No. each.
packing, transportation, demonstration and any other
incidental charges etc. complete. Consignee- concerned R.O/ A.E.E/
AE/JE
45 Supply of “Digital Balance of 10 kg capacity & 0.5 gm 7 No. Bhubaneswar, Berhampur, Phulbani,
sensitivity (with both electrically and battery operated)” Paralakhemundi, Rayagada,
along with all the accessories as per the detailed technical Sunabeda, Nawarangpur- 1 (one)
specifications prescribed for item 45 in the Annexure-III of No. each.
the bid document inclusive of all costs, taxes, GST, cost of
packing, transportation, demonstration and any other Consignee- concerned R.O/ A.E.E/
incidental charges etc. complete. AE/JE
46 Supply of “Density Basket” as per the detailed technical 14 No. Puri, Khurda, Cuttack, Dhenkanal,
specifications prescribed for item 46 in the Annexure-III of Sundergarh, Bhawanipatana,
the bid document inclusive of all costs, taxes, GST, cost of Keonjhar, Balasore, Baripada,
packing, transportation and any other incidental charges etc. Rayagada, Sunabeda,
complete. Nawarangpur- 1 (one) No. each.
Bhubaneswar- 2 (two) Nos. each.
Consignee- concerned R.O/ A.E.E/
AE/JE
47 Supply of “Graduated Glass Measuring Cylinder of 100ml 9 No. Berhampur, Sundergarh,
capacity & 1ml accuracy, Borosil make” as per the detailed Bhawanipatana, Rayagada- 2 (two)
technical specifications prescribed for item 47 in the Nos. each.
Annexure-III of the bid document inclusive of all costs, Balasore- 1 (one) No.
taxes, GST, cost of packing, transportation and any other Consignee- concerned R.O/ A.E.E/
incidental charges etc. complete. AE/JE
48 Supply of “Enamel Tray” of size 600 mm X 450mm X 50 3 No. Berhampur, Phulbani &
mm as per the detailed technical specifications prescribed for Paralakhemundi- 1 (one) No. each.
item 48 in the Annexure-III of the bid document inclusive of
all costs, taxes, GST, cost of packing, transportation and any Consignee- concerned R.O/ A.E.E/
other incidental charges etc. complete. AE/JE
49 Supply of “Enamel Tray” of size 450 mm X 300 mm X 40 3 No. Berhampur, Phulbani &
mm as per the detailed technical specifications prescribed for Paralakhemundi- 1 (one) No. each.
item 49 in the Annexure-III of the bid document inclusive of
all costs, taxes, GST, cost of packing, transportation and any Consignee- concerned R.O/ A.E.E/
other incidental charges etc. complete. AE/JE
50 Supply of “Enamel Tray” of size 300 mm X 250 mm X 40 4 No. Balasore, Berhampur, Phulbani &
mm as per the detailed technical specifications prescribed for Paralakhemundi- 1 (one) No. each.
item 50 in the Annexure-III of the bid document inclusive of Consignee- concerned R.O/ A.E.E/
all costs, taxes, GST, cost of packing, transportation and any AE/JE
other incidental charges etc. complete.
51 Supply of “Enamel Tray” of size 200 mm X 150 mm X 30 3 No. Berhampur, Phulbani &
mm as per the detailed technical specifications prescribed for Paralakhemundi - 1 (one) No. each.
item 51 in the Annexure-III of the bid document inclusive of
all costs, taxes, GST, cost of packing, transportation and any Consignee- concerned R.O/ A.E.E/
other incidental charges etc. complete. AE/JE
R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 61
52 Supply of “G.I. Tray of size 600mm x 450mm x 50mm” as 16 No. Bhubaneswar, Puri, Khurda,
per the detailed technical specifications prescribed for item 52 Balasore, Berhampur, Phulbani,
in the Annexure-III of the bid document inclusive of all Paralakhemundi, Rayagada,
costs, taxes, GST, cost of packing, transportation and any Sunabeda & Nawarangpur- 1 (one)
other incidental charges etc. complete. No. each.
Sundergarh & Bhawanipatana- 3
(three) Nos. each.
Consignee- concerned R.O/ A.E.E/
AE/JE
53 Supply of “Pycnometer of 1000 ml capacity” along with all 20 No. Bhubaneswar - 2 (two) Nos. each
the accessories as per the detailed technical specifications Keonjhar & Balasore -3 (three) Nos.
prescribed for item 53 in the Annexure-III of the bid each.
document inclusive of all costs, taxes, GST, cost of packing, Berhampur, Phulbani &
transportation and any other incidental charges etc. complete. Paralakhemundi- 4 (four) Nos. each.
Consignee- concerned R.O/ A.E.E/
AE/JE
54 Supply of “Moisture container with a lid” along with all the 564 No. Puri, Khurda- 42(forty-two) Nos.
accessories as per the detailed technical specifications each
prescribed for item 54 in the Annexure-III of the bid Chandikhole, Dhenkanal, Keonjhar,
document inclusive of all costs, taxes, GST, cost of packing, Balasore, Phulbani, Paralakhemundi,
transportation and any other incidental charges etc. complete. Rayagada, Sunabeda, Nawarangpur-
50(fifty) Nos. each.
Berhampur- 30 (thirty) Nos.
Consignee- concerned R.O/ A.E.E/
AE/JE
55 Supply of “Standard sand (Gr-I, Gr-II & Gr-III)”as per the 6 Set Chandikhole, Dhenkanal, Balasore
detailed technical specifications prescribed for item 55 in the & Baripada- 1(one) set each.
Annexure-III of the bid document inclusive of all costs, Keonjhar- 2 (two) sets.
taxes, GST, cost of packing, transportation and any other
incidental charges etc. complete Consignee- concerned R.O/ A.E.E/
(1 set comprising of 1 bag of 25kg from each Grade i.e AE/JE
totaling to 3 bags(75kg))

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 62
ANNEXURE-XI
AGREEMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF MACHINERIES/
EQUIPMENT
(Reference Clause 21 of DTCN)

Bid Identification/Reference No.

This Agreement made this ………………. day of ………………..2018 between M/s


…………………………………… having registered office in the State of
…………………………………………….(hereinafter called the ‘Supplier” which expression shall,
unless excluded in the subject or context, include the heirs, successors, legal representatives, and
permitted assigns) of the one part.
&
the Executive Engineer, Quality Control Division------------------------on behalf of the Governor
of Odisha(Purchaser) (hereinafter called the “Governor” which expression shall, unless excluded in
the subject or context, include the heirs, successors, legal representatives and permitted assigns) of
the other part.
WHEREAS the Governor wants to purchase the goods mentioned in the schedule and has accepted a
bid by the supplier for supply, installation & commissioning of machineries/ equipment for a sum of
Rs. ---------(Rupees ----) (hereinafter called the contract price).
NOW THESE PRESENT WITNESSES AND IT IS HEREBY AGREED AS FOLLOWS:
1. That the time shall be the essence of the contract and the supplier shall supply the goods in the
schedule completely at respective designated places of delivery under this Division as mentioned
in the Delivery Schedule (Annexure- X of the DTCN) on or before the date………………, failure
to do so will entitle the Governor to rescind the contract immediately.

2. That the goods shall be of the technical specifications and price mentioned against each item. Any
variation on inspection will entitle the Governor to refuse the consignments either in whole or in
part, as the case may be, the whole, if the part renders it useless.

3. That the goods shall be inspected at respective designated places of delivery under this Division
as mentioned in the Delivery Schedule (Annexure-X of the DTCN) in the presence of the
officers of both Parties duly authorized in that behalf on a day fixed in a notice by the
Governor/ Executive Engineer. Default by the Supplier shall disentitle him to raise any objection
subsequently to the result of inspection made by the Governor in his absence and claim any
compensation on that account.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 63
4. That the supplier shall give guarantee/warranty towards durability of the goods for a minimum
period of 12 (twelve) calendar months from the date of completion of supplies and installation in
the case of machineries/equipment and any damage, done to the goods in the usual course of use
or any deficiency, detected in them subsequent to such completion & installation and during the
period aforesaid shall be made good to make it serviceable/functional at the cost of supplier within
a period of seven days from the date of issue of the notice in that behalf. Failure to do so shall be
deemed that the supplier has no intention to discharge the obligation and thereupon, the amount of
security, deposited separately or withheld from his bills, shall stand forfeited to the Governor as
per terms and conditions. The supply & installation of machineries and equipment shall be
deemed to be complete only after final approval of the inspecting officer duly authorized for the
purpose, whose decision shall be final and the installation would include successful test working
of the machineries and equipment.

5. The goods shall be duly packed & insured by the supplier for transit and be dispatched at the risk
of the transporters/carriers and the Governor shall not be responsible for any loss or damage
during the transit or at any time prior to inspection and approval.

6. That the price of goods shall be paid on completion of supplies, installation & commissioning
including test working as per the payment terms and conditions defined in the DTCN.

7. That any damage or deficiency if not removed during the stipulated period by the Supplier, may
be removed by the Governor at his cost to be reimbursed by the Supplier. Any amount payable to
the Governor hereunder shall be recovered as Public Demand under the Odisha Public Demand
Recovery Act, 1963 and shall bear 6% interest per annum till certificate of recovery is filed.

8. That the supplier shall deposit Rs. ---- towards Initial Security Deposit at the time of drawl of
agreement for due performance of the contract and such money shall be forfeited to the
Governor(Purchaser) in case of any breach of contract by the Supplier.

9. That the dispute arising hereunder shall be resolved in the following manner:
The purchaser & the supplier should try to resolve the disputes, if any arising out of the contract,
amicably between them, failing which the same shall be referred to the Chief Engineer, R.D.
&Q.P. (R&B), Odisha, Bhubaneswar for adjudication, whose decision will be final and binding
on all the parties to the dispute.

10. That Executive Engineer, Quality Control Division…………………………………on behalf of


the Governor of Odisha (Purchaser) and Sri……………………………. on behalf of the
supplier………… to execute this Deed/Agreement.

11. The cause of action hereunder shall always be deemed to arise at -----------------------.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 64
12. The stamp duty shall be borne by the supplier.

13. This shall be read with all the terms & conditions of DTCN along with other bid documents,
correspondences etc., which shall form part of this Agreement.
SCHEDULE OF GOODS

Sl. Item No. of Machinery/equipment with Total Name of the laboratories Price Amount in
No. BOQ specification along with quantity where to be delivered and agreed per (Rs.)
make & model etc. consignee unit
(Rs.)

IN WITNESS WHEREOF the parties hereto have signed this deed this day…………………….
of…………………………………… mentioned against the signature of each in the presence of the
following witnesses /personnel: -

Signed, sealed and delivered by the said Signed, sealed and delivered by the said
--------------- (for the purchaser) --------------- (for the supplier)
in the presence of ----------------- in the presence of -----------------

Note: The agreement shall be done on stamp paper worth Rs.100/- only.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 65
ANNEXURE-XII
GUARANTEE/WARRANTY BOND
(Reference Clause 32 of DTCN)
Reference: Supply Order No.------------Dt. of Quality Control (R&B) Division, -----------
We hereby declare that the machineries/equipment sold to the Department under this contract
shall be of the best quality and workmanship, shall be strictly in accordance with the technical
specification and particulars contained / mentioned in Annexure-III of the DTCN and the leaflet
submitted by us and hereby guarantee that the said machineries/equipment would continue to
conform to the specification and quality aforesaid for a minimum period of 12 (twelve) months from
the date of supply of the same to the Department notwithstanding the fact that the Department may
have inspected and/or approved the said machineries/equipment. If during the aforesaid 12(twelve)
months, the said machineries/equipment are found not to conform to the desired specification and the
quality of the aforesaid machineries seems to have deteriorated, the decision of the Department on
this count shall be final and conclusive and the Department reserves the right to reject the said
machineries/equipment or such portion thereof as may be found not to conform to the said
specification and quality. On such rejection, the machineries/equipment will be at our risk and all the
provisions herein contained relating to rejection of goods shall apply. We shall, if called upon to do,
replace the machineries/equipment or such portion thereof as rejected by the purchaser, otherwise, we
shall pay the purchaser such damages as may arise by reasons of breach of condition herein
contained.
If the machineries/equipment supplied either do not function properly or efficiently, we will
replace the same free of cost. The parts replaced shall be new parts equal/ equivalent in performance
to new parts.
In the event of any complaint of the defective machineries / equipment supplied to the
purchaser, concerned Executive Engineers, Quality Control (R&B) Divisions or his nominee shall
investigate and determine whether a part/parts/sub-assembly/assembly/Engines was/were defective
and if so, any damage has also been caused by it to other parts, we shall accept in such cases the
decision of the concerned Executive Engineers, Quality Control (R&B) Division as final and binding.
In case of any break-down during Warranty/Guarantee period, the period of warranty shall get
extended for the period for which the machineries/ equipment remained out of service.

Signature with Seal of Supplier


Full name of the Supplier:
Note:
i. The Guarantee/Warranty bond shall be done on stamp paper worth Rs.100/- only in Affidavit form.

ii. In case of authorized distributor/ dealer, the original manufacturers shall also sign the guarantee/ warrantee bond.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 66
ANNEXURE-XIII
CERTIFICATE OF SUPPLY/INSTALLATION BY CONSIGNEE
(Reference Clause 30 of DTCN)
Name of the Supplier

Equipment Details
Purchase Order No: ............
Name of the equipment: Dtd......................

Make/Manufacturer:

Model:

Quantity:

Date of Supply: Dat Date of Installation:

Whether the machineries/equipment along with all its accessories received in good and Yes/No
workable condition?
Whether the demonstration of the machineries/equipment was conducted satisfactorily at Yes/No
the time of installation?

Whether the original printed operation manual, maintenance manual etc. furnished along Yes/No
with the machineries/equipment?

Whether Calibration Certificate, along with Testing Machineries/ Equipment is furnished. Yes/No
Whether training was conducted to the satisfaction at the time of installation? Yes/No
Recommended to release 90 % (ninety percent) payment The equipment is working satisfactorily.
Yes No Yes No

Signature of the Consignee


Name in capital:

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 67
PRICE BID/PRICE SCHEDULE/ BOQ
Price bid format is not enclosed in this bid document. It has to be
downloaded from the e-procurement portal https://tendersodisha.gov.in

PRICE BID/ PRICE SCHEDULE/ BOQ (in the excel Format) has to
be submitted online only. The price bid/ price schedule/ BOQ format (excel
sheet available in e-Tender portal) is specific to a bid and is not
interchangeable. The price bid/ price schedule/ BOQ Format shall be
downloaded from the e-Tender portal by the bidder and quote the prices in
the respective columns before uploading it. The price bid/ price schedule/
BOQ submitted in any other Format will be treated as non- responsive.
Multiple submissions of price bid/ price schedule/ BOQ by any bidder shall
lead to cancellation of his/her bid.
Total 68 (Sixty-eight) pages.

R.D.&Q.P.: Bid Document for supply, installation and commissioning of laboratory machineries & equipment. 68

You might also like