GOVERNMENT OF THE PUNJABeproc.punjab.gov.pk/BiddingDocuments/32515_merged (1).pdf · Package No. 1...
Transcript of GOVERNMENT OF THE PUNJABeproc.punjab.gov.pk/BiddingDocuments/32515_merged (1).pdf · Package No. 1...
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 1 of 21
GOVERNMENT OF THE PUNJAB
TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY
TENDER DOCUMENTS
FOR PURCHASE OF
Equipments & Machinery
Package No. 01
B-Tech Department Survey Lab.
DAE Survey Lab
ONE YEAR CIVIL SURVEYOR
(GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin)
Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 2 of 21
GOVERNMENTOFTHEPUNJAB
TEVTA
TENDER NOTICE
Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious
institutes of Civil Technology. The Machinery/ Equipment’s are required for different Labs. For which registered
supply firms, contractors, sellers are invited as per Punjab procurement rules 2014 (Single stage one envelope
procedure with performance guarantee) duly sealed tenders complete in all respect. The description and
specifications with terms and conditions of contract for Rs.500/-per package tender may be obtained from
undersigned office in working hours.
Package No. / Lab/ Workshop Tender documents
Price
Package No. 1 Rs. 500
B-Tech Department Survey Lab.
DAE Survey Lab
ONE YEAR CIVIL SURVEYOR
Package No. 2 Rs. 500
DAE 1-Wood Workshop, 2-Electrical Lab, 3-Drafting Labs
Materials Testing Lab, Civil Draftsman (AutoCAD)Drg Lab, Drawing Lab
Materials Technician Course, 6 MONTHS STEEL FIXER
6 MONTHS ELECTRICIAL WIRING TECHNICIAN
Drafting Lab One year civil surveyor
Package No. 3 Rs. 500
B-Tech Department HYDRAULICS ENGG. LAB, Public Health Lab
DAE Civil 3 Years, Hydraulics and Public Health Lab, 6 MONTHS PLUMBER, B-
Tech Department Construction Lab & Highway Lab
DAE Construction Lab
Package No. 4 Rs. 500
B-Tech Department
STRUCTURAL ENGG. LAB, CONCRETE LAB, ENGG. GEOLOGY LAB
1. Tender documents can be down loaded form PPRA web-site .If tender documents are downloaded form PPRA
web-site, tender fee in the shape of “Banker’s Cheque ”/ “Demand Draft” in favour of Principal, GCT Rasul
be submitted along with tender. NTN and GST, certificates must be provided with the tender on submission of
written request accompanied with copies of sales tax/income tax registration.
2. Tender along with 2% Earnest money of Quoted amount will be received up to 25-03-2015 at 12.00 Noon in
shape of “CDR/PO/Banker’s cheque/Demand Draft”. And will be opened on the same day at 13.00 P.M. in the
presence of participating firms or their authorized representatives.
3. The conditional or incomplete tender or tenders without 2% earnest money from scheduled bank or
not compatible with PPRA rules 2014 will not be entertained.
4. The further information may be obtained from undersigned office in any working day during working
hours.
DISTRICT MANAGER/PRINCIPAL
TEVTA, GUJRAT/M.B.DIN
GOVERNMENT COLLEGE OF TECHNOLOGY, RASUL
MANDI BAHAUDDIN
Phone:0546-553216, 03007752043 Fax 0546-553110
Email: [email protected]. Website: ww.gctrasul.edu.pk
SKILLS FOR THE YOUTH OF PAKISTAN
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 3 of 21
TERMS AND CONDITIONS
Note: - Please read the following note and instructions carefully:- 1.
(a) Brand/Model/Country Name should be quoted for given specifications.
(b) Quoted prices should be inclusive of all relevant taxes.
(c) Samples of quoted rates items should be provided if required.
(d) No change in terms/condition of tender as well as in specifications of items will be accepted.
2. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No
offer shall be considered and the bidder will be disqualified if;
(i) It is received without earnest money as per schedule/advertisement.
(ii) It is received after the time and date fixed for its receipt.
(iii) The tender is unsigned.
(iv) The offer is ambiguous.
(v) The offer is conditional.
(vi) The offer is received by telegram and e-mail.
(vii) The offer is received with shorter validity than required in the tender enquiry.
3. Offers will remain valid for 90 Days for local items and 120 days for imported items from the date of placement
of order.
4. The purchaser/department reserves the right to purchase full or part of the any store, increase or decrease the
quantity or ignore/skip/cancel the tender without assigning any reason.
5. If the acceptance of tender issued during the validity period of the offer is not accepted by the tenderer, the
earnest money shall be forfeited.
6. In case offer is withdrawn, amended or revised during the validity period of the offer, the earnest money is
liable to be forfeited.
7. In case, the contractor fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract the security deposited by him shall be forfeited and stores purchased will be at his risk and expense.
8. The buyer reserves the right to claim compensation to make the loss to goods caused by the delay in the delivery
of stores.
9. Black listed firms need not to apply. All tenderers must attach a certificate of undertaking that the firm is not
Black listed from any office or department. In case of false information regarding black listing from any other
department or office, the bidder shall be responsible and will be treated as per law.
10. Payment will be made in Pak Rupees through cross cheque after deduction of all type of taxes as per prevailing
rates, after receipt, inspection and acceptance of Machinery / Equipment in accordance with the given
specifications, by the technical committee.
11. In case of late delivery, late delivery charges @ 0.5% per week of the total value of invoice shall be deducted
from the invoice.
12. Quoted price should be given as per F.O.R Basis and rates must be inclusive of transportation, service charges
etc. and all taxes to be payable by the firms/suppliers which may be deducted at the time of final payment as per
rules.
13. If a successful bidder fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract, the department reserves the right to proceed for black listing or any proceeding against him under
the rules.
SPECIAL INSTRUCTIONS 1. The stores are required by the consignee within 90 days (Local items) and 120 days (Imported items) from issue
of supply order or earlier. However, the tenderers are required to indicate their own guaranteed earliest date
(within given days) by which the stores will be supplied by them.
2. Tenders should be addressed to “Principal, GCT Rasul Mandi Bahauddin”.
3. Call deposit @ of 2 % in the name of Principal,GCT Rasul Mandi Bahauddin of any scheduled bank in shape of
CDR/DD/PO/Banker’s Cheque must be attached with the tender; otherwise the tender will not be considered.
4. No part payment will be allowed to any successful bidder under any circumstances. Payment will be made only
after complete / whole supply of the stores as per supply order.
5. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised
offer after opening of tenders shall be entertained.
6. The tenderers shall enclose catalogues/leaflets/literature/manuals and other technical data in English, in
respect of stores offered by them and each item of the tender will be technically evaluated by the technical
committee for acceptance or rejection.
7. The tenderers must attach their National Tax Number (NTN) and Sales Tax Number (STN) registration
certificates along with bids.
Government of the Punjab
TEVTA
Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 4 of 21
8. The person signing the tender must, properly sign any erasing/cutting/crossing etc appearing in the offer.
Moreover, all pages of tender must also be properly signed. Offers with any overwriting without authorized
signature, under any circumstances should not be accepted.
9. The quotation shall be submitted on the basis of accounting unit specified in the invitation to tender.
10. (a) The bidder shall guarantee that the machinery/equipment supplied under the contract/order shall conform to
the specifications given in the order and shall be free from defects/weakness. In case any machinery/equipment
is found being not in conformation to the specifications provided in the tender, either on account of inferior
quality, defective workmanship, faulty design or short/wrongly supplied, the supplier will replace the short,
wrongly supplied/faulty or defective items, free of charge and/or will be sole responsible to pay the full cost of
replacement.
(b) In case a similar store offered is at variance with the specification given in the tender enquiry, the tenderer must
clearly identify variations in their offers. Stores offered having specifications superior to the one specified in the
tender enquiry shall however, be acceptable.
11. The successful bidder will furnish performance guarantee / security @ 10% of the contract Amount / Supply
order in the form of call deposit, which will be released without markup after 12 months/expiry of warranty
period after the day of last supply/installation, against the order.
12. Machinery/Equipments should be brand new and of latest version strictly confirming to the given specifications.
13. The country of origin can be western (Germany/Spain/Italy/USA/Japan) or eastern
(Taiwan/Korea/China/Thailand/Malaysia etc.) or equivalent. The supplier will provide evidence of country of
origin at the time of supply. However, comparison of prices will be made on basis of country of origin e.g.
Made in Germany with Made in Germany/USA/UK/Japan or Made in China with Made in China/Korea/Taiwan
etc.
14. Firm will install and commission the equipment in the institute and provide on site training free of charges.
15. Tenderers may be required to provide samples of offered items if needed.
16. Taxes will be deducted from the quoted price as per Govt. Rules where applicable.
17. No part Payment will be allowed and payment will be made after complete delivery on availability of funds
from the Head Office.
18. The list of Machinery/Equipment along with detailed specifications and quantity required is attached herewith.
19. In case of any query or information, contact this office on telephone No. 0546-553216 or
E-mail [email protected] or [email protected]
20. WARRANTY / MAINTENANCE:
a. All machinery/equipment shall carry warranty of parts and labour at site for a period of at least one year from
the date of installation.
b. Supplier will be responsible for successful installation and working of all the machinery/equipments for a period
of one year and any problem in equipment/machinery etc. will be removed by the supplier/firm free of cost
including replacement of parts etc. if any.
c. Technical experts of the firm/contractor will visit this college on emergency call as well as, and when required
for within the warranty period in addition to any routine calls.
d. The Contractor will be bound to repair/replace the defaulted equipment/machinery/spare parts during the
warranty period within 15days, when he is asked to do so. In case he fails to do so, the purchase committee will
be authorized to get repaired the defaulted equipment from the security amount of the supplier.
e. The contractor will be bound to abide by all rules & regulations/instruction/directions issued by the
Federal/.Punjab Governments/Purchase committee of Office of the District Manager TEVTA, Gujrat in addition
to above mentioned conditions.
CERTIFICATES:
1. We undertake that our Firm M/S is not black listed by any Govt.
Department / Agency in any part of Pakistan.
2. We have read all terms and conditions and undertake to abide by all Terms & Conditions mentioned in this
tender document.
3. Certified that all rates are quoted on attached list duly issued by the institute.
Signature: District Manager (TEVTA) / Principal (GCT, Rasul Mandi Bahauddin)
Signature: Proprietor Firm / Bidder Stamp:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 5 of 21
Government of the Punjab
TEVTA
GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
M/S________________________________________________________
____________________________________________________________
Schedule of Technical Specifications
Package-1: SPECIFICATIONS OF B-Tech Department Survey Lab, DAE Survey Lab, One Year Civil Survey Lab.
Last Date & Time of tender receiving 25.03.2015 12:00 Noon
Date and Time of opening of tender 25.03.2015 01:00 PM
Name of Firm with complete address ________________________________________
A Call Deposit Receipt (CDR) No.___________________ dated _____________________
NTN No ___________________________ GST No._______________________________
Signature with stamp:- _____________________________________________________
Please crossout the blanks for which rates have not been coated. Use of correcting fluid and erasers are not allowed.
In case of cuttings it must be initialed please.
Sr
.N
o.
EQUIPMENT / DESCRIPTION WITH
SPECIFICATIONS
QT
Y Unit Price GST
Total
Cost
{3x(4+5)}
Country
of Origin+
Model
1 2 3 4 5 6 7
B.Sc. Tech Surveying Lab
5 Plane table of standard size with tripod, plumbing fork,
and plumb bob, Telescopic Alidade complete set
Made of deodar wood, with metal corners, size 80x60x2cm
(32’x24”x ¾ “)
etal, clamp for fixing it on tripod
Heavy duty aluminum tripod.
Adjustable legs with shoe
Alidade Metallic head, shoulders and fly nuts etc.
Metallic/brass, (18” long) graduation one edge,
Plumbing fork
Trough compass (in aluminum / metal case)
Plumb bob
Circular spirit level etc. complete with all standard
accessories.
10
6 Target Staff
Aluminum made. Folding type (Two pieces)
Total Length: 3m
Graduation: meter
Least Count 5mm
Brass Target with lock nut and Micrometer
Pill bubble with clamp arrangement
10
7 Precise leveling staff 10
8 Gyroscope Target Staff
The outer gimbals or ring, which is the gyroscope frame, is
mounted so as to pivot about an axis in its own plane determined
by the support. This outer gimbals possesses one degree of
rotational freedom and its axis possesses none. The next inner
gimbals is mounted in the gyroscope frame (outer gimbals) so as
to pivot about an axis in its own plane that is always perpendicular
to the pivotal axis of the gyroscope frame (outer gimbals). This
inner gimbals has two degrees of rotational freedom.
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 6 of 21
The axle of the spinning wheel defines the spin axis. The rotor is
journaled to spin about an axis, which is always perpendicular to
the axis of the inner gimbals. So the rotor possesses three degrees
of rotational freedom and its axis possesses two. The wheel
responds to a force applied about the input axis by a reaction force
about the output axis.
A gyroscope flywheel will roll or resist about the output axis
depending upon whether the output gimbals are of a free- or fixed-
configuration. Examples of some free-output-gimbals devices
would be the attitude reference gyroscopes used to sense or
measure the pitch, roll and yaw attitude angles in a spacecraft or
aircraft.
9 Binocular
The focal length is 350 mm.
Objective diameter: 60mm.
There are K25, K20, K12, k9, SR4 eyepieces to choose, get the
satisfied image.
There attaches with a tripod to fix the astronomical telescope.
The astronomical telescope F350*50. The objective diameter is
60mm. There are K25, K20, K12, k9, SR4 eyepieces to choose,
get the satisfied image. There attaches with a tripod to fix the
astronomical telescope. Stable for the view.
Package Contains :
1 x Aluminums Alloy Tripod
1 x Carrying pouch
5 x 20 Finder scope
1 x Manual
3 x Barlow
5
10 Star Almanac (HMSO)
A CD ROM having Almanac in Pdf format and coefficient
representing the position of the sun and stars in ASC // file. CD
ROM contain coefficient for calculating the Greenwich hours
angles.
1
11 Digital Planimeter
Polar type with computing function.
LCD 8-10 digits display
Area measurements in cm2, M2, KM2, in2, ft2, Acres
Measuring range:
Pole outside the area 250-350mm dia
Pole inside the area 600-900 mm dia
Nicd storage rechargeable battery with AC adaptor.
Complete with AC adaptor and carrying case.
2
DAE Department
Survey Lab. (3 Labs)
5 Auto Set Level : with built-in, Micrometer: (Tilting Level)
Magnification: 28 - 32X
Image: Erect
Aperture 35-40mm
Micrometer Least count 0.2mm
Min. Focusing: 0.5 - 1.8 M
Circular level sensitivity: 8-10’/2mm
Compensation range ±12’to 30’
Accuracy in 1 KM double run leveling ± 2mm or better
Horizontal circle - 00 - 360 stadia constant: 0, 100
Compensator type: wire hung/ air damping / magnetic
dumping.
Accessories
Lens cap
Plumb bob
Took kit, dust cover
5
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 7 of 21
Carrying case
Aluminum adjustable tripod.
All standard Accessories
7 LEVELLING STAFF
Aluminum
Telescopic (3 sections)
5 M long (double sided)
Graduated in m & ft
Read to 5mm , 0.1ft
Push button lock system
Provided with circular bubble
45
8 PLANE TABLE SET TABLE
Made of deodar wood, with metal corners, size 80x60x2cm
(32’x24”x ¾ “)
Metal, clamp for fixing it on tripod
Heavy duty aluminum tripod.
Adjustable legs with shoe
Alidad Metallic head, shoulders and fly nuts etc.
Metallic/brass, (18” long) graduation one edge,
Plumbing fork
Trough compass (in aluminum / metal case)
Plumb bob
Circular spirit level etc. complete with all standard accessories.
10
9 Prismatic Compass with tripod:
Size : 6” (15cm)dia
Graduation 00 -3600
Least count: 20minutes
Pill bubble: in built
Prism, sight vane brake pin, lifting pin and lid etc.
Aluminum tripod; adjustable legs and Metallic head (ball
coupling type)
Carving case
Complete with standard accessories.
50
10 Telescopic Alidade:
Image: Erect
Magnification: 08-12X
Aperture: 25mm to 45mm
Minimum Focus: 2m or batter
Stadia constants: 0, 100
Movable Range: 0 to 30mm
Vertical Circle Graduation: Half (0° - 90°) full
Vernior Arm: Reading 10’
Alidad – length 20-30cm, beveled edge with detachable scale.
Mounted Pill Bubble.
Complete in carrying case kit and all standard accessories.
15
11 Telescope Survey Compass:
Telesespe
Image: Erect
Type: Reversible
Magnification: 08 -12X
Stadia constants: 0, 100
Vertical Circle: Full
Length: 120mm or Higher
Compass
Horizontal Circle: 0- 360°
Compass circle dia: 70mm or better
Accuracy: 1° or better
Pill bubble (Circular bubble)- Built-in
15
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 8 of 21
Aluminum tripod; adjustable
Complete with standard Accessories
12 ENGINEER’S CHAIN
100 ft long
Made of galvonized steel wire, 6 S.W.G
100 No. links interconnected with rings (each link 1 ft c/c)
brass made telly markers
Brass swivel handles complete with leather strap.
15
13 METRIC CHAIN:
30 m long
Made of galvanized steel wire, 6 SWG
150 links with rings and brass tellies
Complete with brass swivel handles and leather strap
10
14 GUNTER’S CHAIN
66 ft long
Galvanized / zinc coated steel wire 6 S.W.G
Each link measuring 0.66 ft c/c
Tempered steel wire, 8 SWG
Brass tellers and swivel handles complete with leather strap.
11
15 STEEL TAPE
Length 30 m, 13 mm wide
stainless steel with vinyl coating
Both face marking, one in m (0.1, 0.01, and 0.005m) and
other in ft (inches & half)
first decimeter also marked for 0.001m and fust ft marked for
1/8 “
button arrangement for quick release / winding
non-corrosive metal cover,
50
16 STEEL BAND
Length 50m, 13mm wide
Stainless steel with vinyl coating
One side marking of meter, 0.1,0.01 and 0.005m
Zero start from 30cm (appox) away from handle.
Brass handle
Metal cover with handle.
29
17 METALLIC TAPE
30 m (100 ft) long
Brass wire woven nylon / cotton, ribbon 2 mm (1/12”) wide.
Graduated both in metric and feet units
Complete in plastic case
40
18 INVAR TAPE
30 m long, 13mm wide
Made of Invar (alloy of / steel and Nickle).
one ride marking of m, 0.1, 0.01 and 0.005m
With handle on both sides.
Zero start from 30cm away from handle.
12
19 RANGING RODS
Made of mild steel pipe (16SWG) , 1” dia, 6 ft long
One end pointed and top end plugged
Painted in red or black, and white strips
100
20 CROSS STAFF Consisting of octagonal brass box with slits cut in each face,
mounted on a 1.25M (4 ft) long rod with shoe at bottom.
30
21 OPTICAL SQUARE
Mirror type
10 cm (4”) dia, metallic case with handle
15
22 OPTICAL Square
Prism type
10 cm (4”) dia, metallic case with handle and carrying case
15
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 9 of 21
complete.
23 VELOCITY ROD
Wooden and led set of 17 pieces
Panted with red and black crom.
Metal cover upto 1’’ at the bottom, to keep it vertical in the
flowing water.
12
24 MALLET
Hardwood head dia 75 mm
Complete with handle 400 mm long fixed into the head.
20
25 ABNEY’S LEVEL
Telescope square aluminum body.
Magnification: 8 x or better
Image: Erect
Simi-circle ARC graduated in degree (00 + 900) and percent (0-
100%)
Vernier arm reading: 10’
Magnifying glass.
Carrying case and all standard accesses.
11
26 SOUNDING ROD (Aluminum)
Two pieces with screwing arrangement: (2.5m each)
4 cm (1-1/2”) dia
With shoe at the bottom
Painted and marked in metric units, graduated in m, and 0.1m
30
27 PLUMB BOB
100-130 gms weight
Brass polished
Replaceable blued steel pointer
Screw cap with strip indicator
30
28 PLANIMETER
Polar type with computing function.
LCD 8-10 digits display
Area measurements in cm2, M2, KM2, in2, ft2, Acres
Measuring range:
Pole outside the area 250-350mm dia
Pole inside the area 600-900 mm dia
Nicd storage rechargeable battery with AC adaptor.
Complete with AC adaptor and carrying case.
6
29 With wooden handle 300 mm long.
Steel made 250 gm weights, semi finish, dropforged.
15
30 Leveling Tripod:
Aluminum, Adjustable lags with metal shoe
Metallic head, fly nuts, screw coupling with center hook.
30
31 Target Staff:
Aluminum made. Folding type (Two pieces)
Total Length: 3m
Graduation: meter
Least Count 5mm
Brass Target with lock nut and Micrometer
Pill bubble with clamp arrangement.
30
32 Single frequency GPS
One Base one Rover
In build software and all associated post processing software
(licensed).
Data loggers original
Data of GPS should be able to feed into total station & vice
versa.
Compatible with window etc.
Channel: 12 to 14
6
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 10 of 21
Tracking signals: L1 CA code
Horizontal Static accuracy: 3-10mm ±5ppm
Vertical static accuracy: 7-15mm ±5ppm
Operating distance 20km or better
Memory: 16MB or better
Operating temperature: -20 to +50°C
Initial capturing time: 1 to 5 Minutes
Display: Color
Shock Proof and water proof.
Accessories:
Tripods set
Data cables
Spare Batters (2 Nos.)
Battery charger
Carry case
All standard accessories.
34 Thermometer (Mercury):
Glass made -100 to 1000 Co
Mounted on plastic strip with casing
30
35 Spring Balance:
Dial gauge type with Hook & grip handle.
Dial gauge 0-50kg
Mim reading 200gm
Dia of gauge 15cm or greater
30
36 Barometer:
Precision barometer for measuring atmospheric pressure and
altitudes.
Fixed dial for pressure meanrenats and rotating dial for altitude
calculation
Pressure gauge: 970 – 100kpa
Division 1 hpa
Height Range: 0-6000m
Divion: 10m
Dia of Gauge: 50mm or greater.
Complete carrying case and all standard accessories.
06
ONE YEAR CIVIL SURVEYOR
Survey Lab
1 Electronic Total Station
II. Angle Measurement ( Horizontal & Vertical)
0 to 360
Min. Reading display (selectable) (1”/ 5”)
Angle measurement accuracy: 5” or better
Magnification: 30X - 32X
Image: Erect
Min. Focusing: 1 to 1.75m
Aperture: 40 to 45mm
Distance Measurement
Range without prism: 250m-1200m
Range with one prism: 2000 to 5000m
Accuracy: 2 to 5mm + 3PPM
Dual Axis Compensator.
Optical Plummet / Laser.
Magnification: 2 to 3X
Image: Erect.
Data Storage / Communication
Built in memory: 10,000 coordinates points or better
Power port RS. 232 (Compatible) / USB.
Display & Keyboard
Graphical LCD, both sides
Alpha-numeric keyboard.
5
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 11 of 21
Built in software.
Compatible with window Environment
Data down loading / uploading and processing software
Built in program: Area calculation, resections, point to line
measument, MLM, REM, Road design stake out etc.
Coordinate acceptance facility.
Power Supply
Re-chargeable Battery Volt: 6 to 12
Operating time: 14 Hours (appox)
Accessories
Tubular/ bar compass: 01 No.
Battery Charger: 01No.
Spare battery: 02Nos
Detatchable Tribrach : 01No
Data transfer cable/USB : 01No.
Aluminum Tripod: 01 No.
Target set (Single person): 3 Sets
Prisom, Prism adaptor, Target / reflector, Prism pole, pole stand,
bubble and bag.
Target set (Three prism): 01 Set
Consist of: Prism (3Nos.0, prism adopter, Reflector, tribrach
with pill bubble, Aluminum tripod and bag.
Instructional Manual
Water proof & shock proof complete with tool kit carrying case
and all slandered accessories.
2 Microptic Theodolite
I. Telescope Magnification: 28 – 32X
Apparatus: 35-45mm
Image: Erect
Min. Focus: 0.5 to 1.8m
Stadia Constant: 0, 100
II. Angle Measurement: (Horizontal & Vertical)
00 - 360
Min. Reading: 20”
Direct digital read out system
Automatic vertical circle indexing
III. Optical Plumment:
Magnification (2-3)X
Image: Erect
IV. Accessories:
Tool kit containing (Plumb bob, plumb bob hook, adjusting pins,
two screw drivers, cleaning brush, etc.)
Trough / Tubular compass (with adaptor)
Aluminium adjustable tripod
Plastic cover
Instruction manual
Carrying case
Complete with all standard accessories.
5
3 Auto Levels
Magnification 28 – 32 X
Image: Erect
compensator type wire-hung/air damping / magnetic
Aperture: 35 – 45 mm
Field of view: 10 - 20’ to 10 - 30’,
Horizontal circle: 00 - 3600
Min. Focusing: 0.5 to 1.8 M
Stadia constants: 0, 100
Setting accuracy: 0.2” to 0.5”
Compensation range+12’ to 30’
Accuracy in double run 1 KM leveling, +2mm or better
Circular level sensitivity: 8’ to 10 / 2mm
5
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 12 of 21
Accessories
Aluminum adjustable tripod, standard tool kit.
Plumb bob.
Instruction manual
Carrying case.
All standard Accessories
4 Laser level
Including: Receiver, Detector
Horizontal accuracy : 1.4mm to 3mm or batter
Laser Range with detector: 250m to 500m radius.
Rotation speed: 300 – 600r.p.m
Height alert function:
Light source – Laser dirde (Visible)
Beam out put: 0.9W or less
Self leveling range: = +30 + 50
Detector: LCD / LED TYPE on Both sides
Detector sensitivity + 0.5mm or better
Level tube / Bubble in Built.
Aluminum adjustable tripod
Aluminum leveling staff
Dust and water proof
Operating range: -5 to 55°C or higher
Complete with all standard accessory & carrying case
1
5 LEVELLING STAFF
Aluminum
Telescopic (3 sections)
5 M long (double sided)
Graduated in m & ft
Read to 5mm , 0.1ft
Push button lock system
Provided with circular bubble
10
6 PLANE TABLE SET
TABLE
Made of deodar wood, with metal corners, size 80x60x2cm
(32’x24”x ¾ “)
Metal, clamp for fixing it on tripod
Heavy duty aluminum tripod.
Adjustable legs with shoe
Alidad Metallic head, shoulders and fly nuts etc.
Metallic/brass, (18” long) graduation one edge,
Plumbing fork
Trough compass (in aluminum / metal case)
Plumb bob
Circular spirit level etc. complete with all standard accessories.
6
7 Prismatic Compass with tripod:
Size : 6” (15cm)dia
Graduation 00 -3600
Least count: 20minutes
Pill bubble: in built
Prism, sight vane brake pin, lifting pin and lid etc.
Aluminum tripod; adjustable legs and Metallic head (ball coupling
type)
Carrying case
Complete with standard accessories.
10
8 Telescopic Alidade: Image: Erect
Magnification: 08-12X
Aperture: 25mm to 45mm
Minimum Focus: 2m or batter
Stadia constants: 0, 100
Movable Range: 0 to 30mm
Vertical Circle Graduation: Half (0° - 90°) full
3
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 13 of 21
Vernior Arm: reading 10’
Alidad – length 20-30cm, beveled edge with detachable scale.
Mounted Pill Bubble.
Complete in carrying case kit and all standard accessories.
9 Telescope Survey Compass:
Telesespe
Image: Erect
Type: Reversible
Magnification: 08 -12X
Stadia constants: 0, 100
Vertical Circle: Full
Length: 120mm or Higher
Compass
Horizontal Circle: 0- 360°
Compass circle dia: 70mm or better
Accuracy: 1° or better
Pill bubble (Circular bubble)- Built-in
Aluminum tripod; adjustable
Complete with standard Accessories
5
10 ENGINEER’S CHAIN 100 ft long
Made of galvonized steel wire, 6 S.W.G
100 No. links interconnected with rings (each link 1 ft c/c)
brass made telly markers
Brass swivel handles complete with leather strap.
5
11 METRIC CHAIN:
30 m long
Made of galvanized steel wire, 6 SWG
150 links with rings and brass tellies
Complete with brass swivel handles and leather strap
5
12 GUNTER’S CHAIN
66 ft long
Galvanized / zinc coated steel wire 6 S.W.G
Each link measuring 0.66 ft c/c
Tempered steel wire, 8 SWG
Brass tellers and swivel handles complete with leather strap.
2
13 STEEL TAPE
Length 30 m, 13 mm wide
stainless steel with vinyl coating
Both face marking, one in m (0.1, 0.01, and 0.005m) and other in
ft (inches & half)
first decimeter also marked for 0.001m and fust ft marked for 1/8 “
button arrangement for quick release / winding
non-corrosive metal cover,
10
14 STEEL BAND
Length 50m, 13mm wide
Stainless steel with vinyl coating
One side marking of meter, 0.1,0.01 and 0.005m
Zero start from 30cm (appox) away from handle.
Brass handle
Metal cover with handle.
5
15 METALLIC TAPE 30 m (100 ft) long
Brass wire woven nylon / cotton, ribbon 2 mm (1/12”) wide.
Graduated both in metric and feet units
Complete in plastic case
10
16 INVAR TAPE
30 m long, 13mm wide
Made of Invar (alloy of / steel and Nickle).
one ride marking of m, 0.1, 0.01 and 0.005m
With handle on both sides.
Zero start from 30cm away from handle.
2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 14 of 21
17 ARROWS 30 cm (12”) long with one end pointed and other ringed
Made of galvanized tempered steel wire, 06 SWG
50
18 RANGING RODS
Made of mild steel pipe (16SWG) , 1” dia, 6 ft long
One end pointed and top end plugged
Painted in red or black, and white strips
50
19 Ranging Rods(Two pieces)
Made of aluminum pipe 1” Φ
Two piece (5ft + 3ft) screwing arrangement.
20
20 CROSS STAFF Consisting of octagonal brass box with slits cut in each face,
mounted on a 1.25M (4 ft) long rod with shoe at bottom.
10
21 OPTICAL SQUARE
Mirror type
10 cm (4”) dia, metallic case with handle
5
22 OPTICAL Square Prism type
10 cm (4”) dia, metallic case with handle and carrying case
complete.
5
23 MALLET
Hardwood head dia 75 mm
Complete with handle 400 mm long fixed into the head.
10
24 ABNEY’S LEVEL
Telescope square aluminum body.
Magnification: 8 x or better
Image: Erect
Simi-circle ARC graduated in degree (00 + 900) and percent (0-
100%)
Vernier arm reading: 10’
Magnifying glass.
Carrying case and all standard accesses.
2
25 PLUMB BOB 100-130 gms weight
Brass polished
Replaceable blued steel pointer
Screw cap with strip indicator
10
26 BALL PEIN HAMMER With wooden handle 300 mm long.
Steel made 250 gm weights, semi finish, dropforged.
5
27 Leveling Tripod:
Aluminum, Adjustable lags with metal shoe
Metallic head, fly nuts, screw coupling with center hook.
10
28 Target Staff:
Aluminum made. Folding type (Two pieces)
Total Length: 3m
Graduation: meter
Least Count 5mm
Brass Target with lock nut and Micrometer
Pill bubble with clamp arrangement.
5
29 Hand Held GPS
Black & white / Coloured display
Data cable, Datadown loading GPS to PC
Facilitates for navigation, routes, compus, coordinates, speed of
vehicle etc.
Complete with carrying case and all stranded accessories.
2
30 Thermometer (Mercury):
Glass made -100 to 1000 Co
Mounted on plastic strip with casing
5
31 Spring Balance:
Dial gange type with Hook & grip handle. 5
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 15 of 21
Dial gauge 0-50kg
Mim reading 200gm
Dia of gauge 15cm or greater.
32 Barometer:
Precision barometer for measuring atmospheric pressure and
altitudes.
Fixed dial for pressure measurements and rotating dial for altitude
calculation
Pressure gauge: 970 – 100kpa
Division 1 hpa
Height Range: 0-6000m
Division: 10m
Dia of Gauge: 50mm or greater.
Complete carrying case and all standard accessories.
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 16 of 21
Annex-1
Bid Proforma
Tender No. ________________________________________________________________________
Time & Date of Submission of bids
Time & Date Opening the bids
Amount of Earnest Money
Bid Validity Period
Goods Delivery Period
Place of Consignment
Note: Please read the following note and instructions carefully before filing in the bid proforma:
1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.
1. No offer shall be considered if:
(a) It is received after the time and date fixed for its receipt;
(b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise
registered but not for the items mentioned in this tender;
(c) The bid document/tender is unsigned;
(d) The offer is ambiguous;
(e) The offer is conditional; (f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is
received by telegram;
(h) The offer is of a shorter validity period than that mentioned in the tender enquiry;
(i) The offer is for stores and services not conforming to the specifications indicated in the bid document
3. The offer shall remain valid up to ninety (90) days from the bid opening date.
4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender
number and date of opening but not the name of the firm, which must appear on the inner envelope only. All
envelopes must be sealed properly.
5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the
notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning
any reason.
6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by
the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at
his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the
bid security / earnest money would be liable to forfeiture.
7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and
conditions as laid down in the contract, the performance security deposited by him would be forfeited and the
store may be purchased at his risk and expense.
8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of
the goods and services.
9. The delivery period, as reckoned from the date of issuance of the supply order is days with a
grace period of days. However, the supplier may indicate its own guaranteed earliest date by
which it will supply the goods.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 17 of 21
10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional
information or submittal letter on the official letterhead.
11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the
offer.
12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of
Technology Rasul (District Mandi Bahauddin).
13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well
as in figures. In case of difference between the two, rates quoted in words shall prevail.
14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @
2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District
Mandi Bahauddin).
15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to
furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour
of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the
performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of
the stores at the risk and expense of the bidder.
16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must
indicate the name and address of the works in the country where they will manufacture or produce the goods they
intend to supply.
17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the
agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM
of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:
“This is to certify that M/s. have
obtained a quotation from us against invitation to Tender No. issued by the Principal,
Government College of Technology Rasul (District Mandi Bahauddin).to be opened on .
We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly
in accordance with the specification laid down in the said Invitation to Bids”.
18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative
may inspect the stores during their manufacturing, production or assemblage.
19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional,
ambiguous or incomplete offers are likely to be ignored.
20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers,
after opening, shall not be entertained under any circumstances.
21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical
data, if any, in respect of the stores offered by them in support of their bids.
22. Bidders are specifically required to indicate their Computerized National Identity Card Number
(CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).
23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed
with date by the person signing the original bid documents. Bidders are required to put their signatures on all
pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-
through shall not be acceptable and may be ignored.
24. Bids should be submitted based on accounting units specified in the invitation to tenders.
25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free
replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with
the specifications given in the tender enquiry.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 19 of 21
26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered
stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate
variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will,
however, be acceptable.
27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry,
the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-
inspection by the Purchaser or his authorized representative(s) at their own cost.
28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.
29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer
packing.
30. Bids must guarantee at least three years’ free service and supply of the spare parts.
31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be
offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.
32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own
expense, if available.
33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare
parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original
manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.
34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied
parts if they are found not suitable for the equipment, machinery or engine.
35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that
stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders
must note that non-exhibition of the import documents at the time inspection or on demand later may lead to
forfeiture of their security deposits and procurement of the stores at their risk and expense.
36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of
testing.
37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance
with the terms and conditions as laid down in this respect in the supply order and the contract agreement.
Release of payment will be subject to satisfactory performance of the contract and the final inspection and
acceptance note by the consignee or the Purchaser.
38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid
documents preferably through mutual consultations followed by arbitration.
Bidder’s Signature and Seal Name: Designation: CNIC No.
Address: Phone Office: Phone Works:
Fax No. Mobile No. Email address:
Website: Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature: Name:
Designation: CNIC
No. Date:
List of enclosures or attachments, if any: 1.
2.
3. 4.
5.
Annex-2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 20of 21
Price Schedule
Item Description / specifications
Unit Price+
GST
(Rs.)
Total price
(Rs.)
Country of origin
Deviations from
Purchaser’s
specifications
Total price in words
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Bidder’s Signature and Seal
Name: Designation:
Date:
Annex-3
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 21 of 21
Undertaking by the Bidder
1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and
conditions of your tender enquiry No. , due for opening on , for the supply of the
stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and
the Punjab Procurement Rules, 2014 (PPR-2014). I/We agree to abide by all these terms, conditions,
stipulations, obligations, and instructions.
2. I/We also hereby categorically confirm that the stores offered by me/us conform to the
particulars and specifications as laid down in your tender enquiry in all respects and that any difference has
been fully and duly explained in the bid papers submitted by me/us.
3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found
lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have
no claim to it, whatsoever.
4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby
confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In
case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated
supplies @ 2% per month or part thereof.
5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us
from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby
undertake to refund the price charged in excess.
6. I/We certify and undertake that we have not been blacklisted by any public or private authority or
organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity
and that, I/We are currently not in litigation with any other authority or organization in this capacity.
7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection
of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any
time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid
necessarily.
8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the
amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.
9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it
shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the
original as well as the extended validity period.
10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together
with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a
valid and binding contract between the Purchaser and me/us.
11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the
eligibility criteria of participating in the bid.
12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our
information, knowledge and belief and that nothing material has been withheld by me/us.
Deponent
Bidder’s Signature and Seal Name: Designation: CNIC No.
Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature:
Name:
Designation:
CNIC No.
Date:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 21 of 21
Appendix-1
Contract Agreement (Specimen)
This agreement is made in the presence of the witnesses named below on this day of 2015 at
between the Principal GCT Rasul (hereinafter called “the Purchaser”) and
(hereinafter called “the Supplier”).
Whereas the Purchaser invited bids for certain stores, goods and ancillary services, viz., [brief description of goods and
services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs.
[contract price in words and figures] (hereinafter called “the Contract Price”).
Now this agreement witnesses as follow:
1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in
the bid document referred to.
2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:
(a) Invitation to tenders as publicized / advertised by the Purchaser;
(b) Bid document as bought from the Purchaser;
(c) Schedule of Technical Specifications as annexed with the bid documents;
(d) Bid Proforma;
(e) Bid price schedule;
(f) Undertaking submitted by the bidder alongwith the bid papers; (g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores,
goods, and services etc.;
(i) General and special conditions regarding purchases and procurements as given in the Punjab Procurement Rules, 2009; and
(j) This contract agreement as executed between the Purchaser and the Supplier
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in
conformity and in all respects with the provisions of the award of contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services
and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of
the contract at the times and in the manner prescribed by the contract.
In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws
the day and year first above written.
Purchaser Supplier
Signature: ……………………………….
Name: ………………………………….
Designation: …………………………………….
Date: …………………………………….
Signature: …………………………………….
Name: …………………………………….
Designation: ………………………………….
Date: …………………………………….
Purchaser’s seal Supplier’s seal
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 1 of 20
GOVERNMENT OF THE PUNJAB
TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY
TENDER DOCUMENTS
FOR PURCHASE OF
Equipments & Machinery
Package No. 02
DAE 1-Wood Workshop, 2-Electrical Lab, 3-Drafting Labs
Materials Testing Lab, Civil Draftsman (AutoCAD)Drg Lab, Drawing Lab
Materials Technician Course, 6 MONTHS STEEL FIXER
6 MONTHS ELECTRICIAL WIRING TECHNICIAN
Drafting Lab
(GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin)
Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 2 of 20
GOVERNMENTOFTHEPUNJAB
TEVTA
TENDER NOTICE
Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious
institutes of Civil Technology. The Machinery/ Equipment’s are required for different Labs. For which registered
supply firms, contractors, sellers are invited as per Punjab procurement rules 2014 (Single stage one envelope
procedure with performance guarantee) duly sealed tenders complete in all respect. The description and
specifications with terms and conditions of contract for Rs.500/-per package tender may be obtained from
undersigned office in working hours.
Package No. / Lab/ Workshop Tender documents
Price
Package No. 1 Rs. 500
B-Tech Department Survey Lab.
DAE Survey Lab
ONE YEAR CIVIL SURVEYOR
Package No. 2 Rs. 500
DAE 1-Wood Workshop, 2-Electrical Lab, 3-Drafting Labs
Materials Testing Lab, Civil Draftsman (AutoCAD)Drg Lab, Drawing Lab
Materials Technician Course, 6 MONTHS STEEL FIXER
6 MONTHS ELECTRICIAL WIRING TECHNICIAN
Drafting Lab One year civil surveyor
Package No. 3 Rs. 500
B-Tech Department HYDRAULICS ENGG. LAB, Public Health Lab
DAE Civil 3 Years, Hydraulics and Public Health Lab, 6 MONTHS PLUMBER, B-
Tech Department Construction Lab & Highway Lab
DAE Construction Lab
Package No. 4 Rs. 500
B-Tech Department
STRUCTURAL ENGG. LAB, CONCRETE LAB, ENGG. GEOLOGY LAB
1. Tender documents can be down loaded form PPRA web-site .If tender documents are downloaded form PPRA
web-site, tender fee in the shape of “Banker’s Cheque ”/ “Demand Draft” in favour of Principal, GCT Rasul
be submitted along with tender. NTN and GST, certificates must be provided with the tender on submission of
written request accompanied with copies of sales tax/income tax registration.
2. Tender along with 2% Earnest money of Quoted amount will be received up to 25-03-2015 at 12.00 Noon in
shape of “CDR/PO/Banker’s cheque/Demand Draft”. And will be opened on the same day at 13.00 P.M. in the
presence of participating firms or their authorized representatives.
3. The conditional or incomplete tender or tenders without 2% earnest money from scheduled bank or
not compatible with PPRA rules 2014 will not be entertained.
4. The further information may be obtained from undersigned office in any working day during working
hours.
DISTRICT MANAGER/PRINCIPAL
TEVTA, GUJRAT/M.B.DIN
GOVERNMENT COLLEGE OF TECHNOLOGY, RASUL
MANDI BAHAUDDIN
Phone:0546-553216, 03007752043 Fax 0546-553110
Email: [email protected]. Website: ww.gctrasul.edu.pk
SKILLS FOR THE YOUTH OF PAKISTAN
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 3 of 20
Government of the Punjab
TEVTA
Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
TERMS AND CONDITIONS
Note: - Please read the following note and instructions carefully:- 1.
(a) Brand/Model/Country Name should be quoted for given specifications.
(b) Quoted prices should be inclusive of all relevant taxes.
(c) Samples of quoted rates items should be provided if required.
(d) No change in terms/condition of tender as well as in specifications of items will be accepted.
2. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No
offer shall be considered and the bidder will be disqualified if;
(i) It is received without earnest money as per schedule/advertisement.
(ii) It is received after the time and date fixed for its receipt.
(iii) The tender is unsigned.
(iv) The offer is ambiguous.
(v) The offer is conditional.
(vi) The offer is received by telegram and e-mail.
(vii) The offer is received with shorter validity than required in the tender enquiry.
3. Offers will remain valid for 90 Days for local items and 120 days for imported items from the date of placement
of order.
4. The purchaser/department reserves the right to purchase full or part of the any store, increase or decrease the
quantity or ignore/skip/cancel the tender without assigning any reason.
5. If the acceptance of tender issued during the validity period of the offer is not accepted by the tenderer, the
earnest money shall be forfeited.
6. In case offer is withdrawn, amended or revised during the validity period of the offer, the earnest money is
liable to be forfeited.
7. In case, the contractor fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract the security deposited by him shall be forfeited and stores purchased will be at his risk and expense.
8. The buyer reserves the right to claim compensation to make the loss to goods caused by the delay in the delivery
of stores.
9. Black listed firms need not to apply. All tenderers must attach a certificate of undertaking that the firm is not
Black listed from any office or department. In case of false information regarding black listing from any other
department or office, the bidder shall be responsible and will be treated as per law.
10. Payment will be made in Pak Rupees through cross cheque after deduction of all type of taxes as per prevailing
rates, after receipt, inspection and acceptance of Machinery / Equipment in accordance with the given
specifications, by the technical committee.
11. In case of late delivery, late delivery charges @ 0.5% per week of the total value of invoice shall be deducted
from the invoice.
12. Quoted price should be given as per F.O.R Basis and rates must be inclusive of transportation, service charges
etc. and all taxes to be payable by the firms/suppliers which may be deducted at the time of final payment as per
rules.
13. If a successful bidder fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract, the department reserves the right to proceed for black listing or any proceeding against him under
the rules.
SPECIAL INSTRUCTIONS 1. The stores are required by the consignee within 90 days (Local items) and 120 days (Imported items) from issue
of supply order or earlier. However, the tenderers are required to indicate their own guaranteed earliest date
(within given days) by which the stores will be supplied by them.
2. Tenders should be addressed to “Principal, GCT Rasul Mandi Bahauddin”.
3. Call deposit @ of 2 % in the name of Principal,GCT Rasul Mandi Bahauddin of any scheduled bank in shape of
CDR/DD/PO/Banker’s Cheque must be attached with the tender; otherwise the tender will not be considered.
4. No part payment will be allowed to any successful bidder under any circumstances. Payment will be made only
after complete / whole supply of the stores as per supply order.
5. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised
offer after opening of tenders shall be entertained.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 4 of 20
6. The tenderers shall enclose catalogues/leaflets/literature/manuals and other technical data in English, in
respect of stores offered by them and each item of the tender will be technically evaluated by the technical
committee for acceptance or rejection.
7. The tenderers must attach their National Tax Number (NTN) and Sales Tax Number (STN) registration
certificates along with bids.
8. The person signing the tender must, properly sign any erasing/cutting/crossing etc appearing in the offer.
Moreover, all pages of tender must also be properly signed. Offers with any overwriting without authorized
signature, under any circumstances should not be accepted.
9. The quotation shall be submitted on the basis of accounting unit specified in the invitation to tender.
10. (a) The bidder shall guarantee that the machinery/equipment supplied under the contract/order shall conform to
the specifications given in the order and shall be free from defects/weakness. In case any machinery/equipment
is found being not in conformation to the specifications provided in the tender, either on account of inferior
quality, defective workmanship, faulty design or short/wrongly supplied, the supplier will replace the short,
wrongly supplied/faulty or defective items, free of charge and/or will be sole responsible to pay the full cost of
replacement.
(b) In case a similar store offered is at variance with the specification given in the tender enquiry, the tenderer must
clearly identify variations in their offers. Stores offered having specifications superior to the one specified in the
tender enquiry shall however, be acceptable.
11. The successful bidder will furnish performance guarantee / security @ 10% of the contract Amount / Supply
order in the form of call deposit, which will be released without markup after 12 months/expiry of warranty
period after the day of last supply/installation, against the order.
12. Machinery/Equipments should be brand new and of latest version strictly confirming to the given specifications.
13. The country of origin can be western (Germany/Spain/Italy/USA/Japan.) or eastern
(Taiwan/Korea/China/Thailand/Malaysia etc.) or equivalent. The supplier will provide evidence of country of
origin at the time of supply. However, comparison of prices will be made on basis of country of origin e.g.
Made in Germany with Made in Germany/USA/UK/Japan or Made in China with Made in China/Korea/Taiwan
etc.
14. Firm will install and commission the equipment in the institute and provide on site training free of charges.
15. Tenderers may be required to provide samples of offered items if needed.
16. Taxes will be deducted from the quoted price as per Govt. Rules where applicable.
17. No part Payment will be allowed and payment will be made after complete delivery on availability of funds
from the Head Office.
18. The list of Machinery/Equipment along with detailed specifications and quantity required is attached herewith.
19. In case of any query or information, contact this office on telephone No. 0546-553216 or
E-mail [email protected] or [email protected]
20. WARRANTY / MAINTENANCE:
a. All machinery/equipment shall carry warranty of parts and labour at site for a period of at least one year from
the date of installation.
b. Supplier will be responsible for successful installation and working of all the machinery/equipments for a period
of one year and any problem in equipment/machinery etc. will be removed by the supplier/firm free of cost
including replacement of parts etc. if any.
c. Technical experts of the firm/contractor will visit this college on emergency call as well as, and when required
for within the warranty period in addition to any routine calls.
d. The Contractor will be bound to repair/replace the defaulted equipment/machinery/spare parts during the
warranty period within 15days, when he is asked to do so. In case he fails to do so, the purchase committee will
be authorized to get repaired the defaulted equipment from the security amount of the supplier.
e. The contractor will be bound to abide by all rules & regulations/instruction/directions issued by the
Federal/.Punjab Governments/Purchase committee of Office of the District Manager TEVTA, Gujrat in addition
to above mentioned conditions.
CERTIFICATES:
1. We undertake that our Firm M/S is not black listed by any Govt.
Department / Agency in any part of Pakistan.
2. We have read all terms and conditions and undertake to abide by all Terms & Conditions mentioned in this
tender document.
3. Certified that all rates are quoted on attached list duly issued by the institute.
Signature: District Manager (TEVTA) / Principal (GCT, Rasul Mandi Bahauddin)
Signature: Proprietor Firm / Bidder Stamp:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 5 of 20
Government of the Punjab
TEVTA
GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
M/S________________________________________________________
____________________________________________________________
Schedule of Technical Specifications
Package2:
SPECIFICATIONS OF DAE 1-Wood Workshop, 2-Electrical Lab, 3-Drafting Labs,Materials Testing Lab, Civil
Draftsman (AutoCAD)Drg Lab, Drawing Lab,Materials Technician Course, 6 MONTHS STEEL FIXER
6 MONTHS ELECTRICIAL WIRING TECHNICIAN,Drafting Lab.
Last Date & Time of tender receiving 25-03-2015 12:00 Noon
Date and Time of opening of tender 25-03-2015 01:00 PM
Name of Firm with complete address ________________________________________
A Call Deposit Receipt (CDR) No.___________________ dated _____________________
NTN No ___________________________ GST No._______________________________
Signature with stamp:- _____________________________________________________
Please crossout the blanks for which rates have not been coated. Use of correcting fluid and erasers are not allowed.
In case of cuttings it must be initialed please.
Sr
.N
o.
EQUIPMENT / DESCRIPTION WITH
SPECIFICATIONS
QT
Y Unit Price GST
Total
Cost
{3x(4+5)}
Country
of Origin+
Model
1 2 3 4 5 6 7
DAE due to Revision of Curriculum
Wood Workshop
6 Electric Drill Machine Chuck Size 1/2" 220 V
Variable speed, electric driven with rotary hammer action.
Capacity in concrete 20 mm,
in steel 13 mm,
in wood 30 mm
• Speed no load 0-1500 RPM,
full load 0-770 RPM
• 240V, 50 Hz
• Supplied complete with drill chuck / keyless chuck , chuck key,
side/front handle, and carrying case.
9
8 Jack plane (Stanley) 14"
With Accessories
15
9 Jointer Plane 24”
Steel
9
11 Wooden Mallet
Standard Size, shesham wood, local made
25
12 Marking Gauge
Double Rod, Local made
15
14 Oil stone 10”x 2” x 1” 20
18 Rebate Plane 8” Size
Complete
10
26 Work bench Vices
9” open able, high carbon steel
19
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 6 of 20
Electrical Lab
1 3 phase Motor
Copper winding, 10 hp, 1400 rpm, 440 volts
9
2 AVO Meter
500 volts digital
13
3 Clamp on Meter digital
Auto/ Ranging 0 to 500 volts, 0 to 500 Amp
13
5 Kerosene Burner
Brass body, 01 litres capacity,
9
9 Single phase motor
Copper winding, 02 hp, 220 volts, capacitor type.
9
Drafting Labs (4 Labs)
2 Tee Square
(600 mm)
Transparent
19
4 Templates
Circle Square, Hexagon, Triangle (03 each)
8
8 Sharpener Machine 20
9 Portable Drawing Board
(3’x2’ with scale)
20
10 Drafting Machine Elbow type
Table size A o complete with all accessories
3
Materials Testing Lab
1 Electronic Digital Balance (Top-Pan Type)
• Capacity: 20 kg or batter
• Readablity: 0.1 gm
• Top pan size (minimum) 150 mm dia
• Battery operated with AC adopter (220 V, 50 HZ)
• Calibratiuon auto / internal calibration with internal standerd
weight
• Measuring unites gms, kg, OZ, lb, N etc
• Below weighting attacment
• Overload protection, with all standerd accessories
• Level indicator with adjustable foots screw
1
2 Electronic Digital Precision Balance (Top-Pan Type)
Capacity 100 /400 to 200 /600 gm
• Readablity /Precision: 0.001 gm / 0.01 gm
• Top pan size (minimum) 90 mm dia
• Battery operated with AC adopter (220 V, 50 HZ)
• Draft Shield glass openable sides + top
• Calibration auto / internal calibration with internal standerd
weight
• Measuring unites gms, kg, OZ, lb, N etc
• Overload protection, with all standerd accessories
• Level indicators with adjustable foots screw
1
3 Top Pan Weighting Balance
Capacity 20 kg or batter
• Sensitivity: 1gm
• Stainless steel Pan: size 200mm to 300mm dia
• Graduated beams with sliding weights complete with set of
counter weights
• Hook for below weighing complete with standard accessories
3
4 Vicat Apparatus Stander vicat apperatous for cement consistency and setting time
tests
• According to ASTM and BS specs.
• The frame with scale and adjustable foot screw alongwith
consistency plunger 300 gm, 10mm dia (2 set)
• Initial set Needle (1, 1.13 mm dia, each set of 6 needles)
• Conical mould (brass 80 mm dia and 40 mm height with a ring)
5
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 7 of 20
• Glass base plate / cast iron (120mm dia 3.5 mm thickness)/ 100
x 100 / 3.5 mm
• Thermometer (0-50 degrees)
• Needle for final setting time (with special footing)
• Plastic conical mould (80/70mm dia x 40 mm height)
• Complete other accessories to perform the test .
5 Lechatlier's Apparatus To perform soundness test on cement paste according to EN
Specs, comprising of:-
• Standard Lechatlier mould 30mm dia & 30mm height
(chromium plated brass with split cylinder fitted with two
indicator stems 150mm long (3 Nos.)
• Glass plate 50x50mm (2 Nos in each set) (3 sets)
• 100gm weight to cover top glass plate (3 Nos.)
• Standard tamping rod 17mm dia and weight 70g (01 Nos)
• Lechatler water bath: stainless steel capable of receiving 8-12
moulds, reaching boiling point (100˚ c) in 30 minutes. Complete
with timer thermostat and heater (single phase 220v 50Hz)
2
7 Non-Distructive Test (Concrete Test Hammer)
confirming ASTM, BS for testing the quality of concrete in
finished structure
supply complete with carbo randum stone and plastic carrying
case
strength range: 10-70 N/mm2
with testing anvil made of steel
2
8 Young's Modulus Apparatus:
As per British standard specifications, complete with sliding
vernier, vertical main scale, weight hanger, brackets to hang the
specimen, set of weights, wire specimen as under:
i) 0.9 mm, 1mm, 1.25mm dia & 3 m long brass, copper, spring
steel and aluminium wire
4
11 Bending Moment Apparatus: Demonstration of bending moment in a loaded beam
* Two parts beam with special joints and forces gauge to measure
bending moment in the section plane
* Loading with 3 appropriate weight sets complete
with all accessories to perform the said experiment
8
12 Loaded Beam Assembly:
To determine the reaction at the supports of a beam and verify the
principle of moments, comprises:
* Six beams hanger
* One steel beam
* two spring balances (6 Kg each)
* four weight sets
* Universal frame complete with all accessories to perform the
said experiment
8
13 Deflection of Beam Apparatus:
To show that deflection is proportional to the cube of span, and
that the deflection is proportional to load complete apparatus.
Comprises of:
* Rigid frame (1.22x0.76m) approx. having test span of 1m
* Sets of weight (up to 50Kg 4 sets)
* Two steel beams of 3 & 5 mm thickness and 1.1 m length
* two movable knife edge supports to carry one beam at a time
* Load hangers (4 Nos)
* Dial gauge with adjustable stand
* complete with
6
14 Flakiness Sieve Set 1. Sieve Grids confirming to BS 812
2. slot width mm (4.9, 7.2, 10.2, 14.4, 19.7, 26.3, 33.9)
3. Length mm 30, 40, 50 , 60, 80, 90, 100 resp.
2
15 Graduated Cylinders 8
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 8 of 20
measuring cylinder 1000Ml capacity, pyrex / soda glass made
with spout graduated
20 Tray (Galvanised Iron, 14 SWG) SET
600X450X80mm,
600X600X80mm
750X750X80mm
80mm hight
8
21 Beakers
Pyrex / Borosilicate glass with spout, 600Ml capacity graduated
16
22 Platform scale
Floor mounting
Capacity= 150 kg or batter
Sensitivity=50gm
large dial gauge dia – 50 cm or greater
platform (stainless steel) size : 60 x 65 or greater
Zero Adjustment
1
Drafting Lab One Year Civil Surveyor
2 Tee Square
(600 mm)
Transparent
25
4 Templates
Circle Square, Hexagon, Triangle (03 each)
5
8 Sharpener Machine for lead pencil 5
10 Drafting Machine Elbow type
Table size A o complete with all accessories
1
13 Black Board Circular Protector
Crystal clear acrylic made, 0o – 360o division 1o, handle on the
top, three non skid rubber feet on the under side
Size 400mm-450mm.
2
Materials Technician Course
1 Core Cutter Test Apparatus (BS 1377:9)
Drop hammer consisting of steel handle, rod and base,10 Kg
Driving dolly recessed to fit the core cutter, Core cutter 100mm
internal dia, 130mm height steel tube, treated against corrosion,
one end tapered to a cutting edge.
2
2 Hammer for core cutter: Drop hammer consisting of steel handle,
rod and base,10 Kg
2
3 Knife 2
4 Balance (Top-Pan Type)
• Capacity: 20 kg or batter
• Readability: 0.1 gm
• Top pan size (minimum) 150 mm dia
• Calibration auto / internal calibration with internal standard
weight
• Measuring unites gms, kg, OZ, lb, N etc
• Below weighting attachment
• Overload protection, with all standard accessories
• Level indicator with adjustable foots screw
2
5 Container for water contents determination Aluminum 5
6 Liquid limit device casagrande type with all accessories 5
7 Grooving tool casagrande of BS 5
8 Thermostatic Lab Oven
. Capacity: 75 to 110 litters with 3 shelves
. Maximum Temperature range: 300 C
. Body: Double wall, stainless steel, reinforce triple glass
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 9 of 20
window (full), external body zinc coated
. Temp Control: Thermostatic digital display and setting with
control rate of heating and cooling
. Timer: Auto control with alarm
. Temperature Control ability: + 1C˚
.Power: 220 -0240 V, Single Phase, 50HZ
. Power Consumption Max: 1.6 KW
.Heater: Sheathed Heater
.Over current and over heat protection:
. Accessories: 30 NOs. Pyrex dishes with cover for soil sample,
Tongs 3NOs.
9 Permeability apparatus (Constant & Variable Head) set
Constant Head Permeability cell 75mm diameter specimen.
Manometer Tubes & Stand. Constant Level Tank. Aluminum
Scoop, Small. Timer clock Vacuum Pump, 220-240V 50/60Hz
1ph Red Rubber Tubing H6.5mm Bore 5.0mm Wall, Priced by
meter.
Variable Head Permeability cell. Standpipe Panel. De-Airing
Tank. Soaking Tank.
1
10 Direct Shear Test Machine
• Motorized, 220-240 V, 50 HZ, single phase.
• Load reversible system.
• Max shear stress 5-10 K.N.
• Sample size 100 x 100 mm specimen and up 60 mm dia.
• Max vertical load using 10:1 loading device with loading
capacity upto 5500N with (Load Ring with Calibration report)
Shear box assembly and other all accessories
1
11 Standard/Modified Proctor Test Apparatus Standard Proctor
Compaction Apparatus:
. According to ASTM specs, complete with
. Standard proctor mould
Dia 101.6 mm
Height 116.4 mm
Vol. 944 cm3
. Including body, collar, base plate, wing nuts made from
cadmium plated steel etc.
. Standard proctor compaction hammer, cadmium steel with guide
sleeve weight 2.94 kg
dia 50.8 mm drop 304 mm
. Hard rubber hand knob,
Modified Proctor Compaction Apparatus:
. According to ASTM specs, complete with:
. Modified proctor mould
Dia 152.4 mm
Height 116.4 mm
Vol. 2124 cm3
. Including body, collar, base plate, made from cadmium plated
steel wing nuts etc.
. Modified proctor compaction hammer, cadmium steel hammer
with guide sleeve, weight 4.54 kg
dia 50.8 mm drop 457.2 mm. Hard rubber hand knob,
1
12 Plate load test equipment
Loading jack 500 kN capacity with integral ball
seating
Pump Hand operated, single speed with
integral oil reservoir
Hose 3 m long. Maximum pressure 70
MPa with quick release couplings
Gauge 100 mm dia with quick release
couplings and graphs to convert
readings to kN, kgf and lbf
Weights Loading jack 24 kg
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 10 of 20
Pressure system 12.5 kg
13 Sand Cone Apparatus for Measurement of Field Density using
sand replacement method. C.P steel / brass cone assembly
152mm dia with mechanism. Plastic sand jar 5 Ltr capacity, metal
base plate with hole at centre and calibration container. Complete
with all standard accessories
1
14 Standard Penetration Test Apparatus
ASTM/AASHTO
* SPT complete with split sample spoon SPT Hammer and
drilling rod of 40 - 50 with drilling rod for 40 meters.
* SPT sampler consisting of:
1) A tube split longitudinally into two parts, the upper end to be
fitted to the rod coupling.
2) Cutting shoe to be fitted to the lower end.
3) Ball valve fitted to rod coupling.
* Steel rod 50mm dia, 3000mm long
* Nipple for 50mm dia rod
* Rod coupling 50mm dia to be fitted to steel rods and upper end
of SPT sampler all Accessories. Complete set
1
15 Speedy moisture meter Speedy Moisture Content Apparatus
• Moisture range 0-20%.
• Gauge Division 0.2%.
• Sample Weight 6g.
Complete with standard testing App., guage, steel balls, weighing
balance, scoop, cleaning cloth, brush, one can of calcium carbide
powder (400 gm), wooden box to house the App. and accessories.
(with Calibration verification Certificate)
2
16 C.B.R test apparatus
BS CBR Mould Body, .BS Extension Collar, BS Perforated Base
Plate, BS Solid Base or Top Plate, C-Spanner for BS CBR
Mould. Two required. Base Plate Tool for BS Mould, Straight
Edge, 300mm.CBR/Core Cutter Extruder frame and hydraulic
jack Extrudes 150mm/6 inch diameter specimens. CBR-Test 50
machine, 50kN capacity, two speeds BS and ASTM, supplied
with stabilizing bar. For use on 220/240 v ac 50Hz 1ph50kN
Clamped Boss Load Ring complete with dial gauge and
calibration certificate. Height 248 mm. Penetration Piston.
Penetration Dial Gauge , BS Bracket and Adaptor. Dual purpose
mounting bracket for CBR penetration gauges, EL24-9184 and
EL24-91862kg Annular surcharge Weight2kg Split Surcharge
Weight.
CBR SWELL TEST Swell Plate Swell Tripod Dial Gauge, 25mm
travel x 0.01mm divisions. Plastic Sample Container, 10cu
Decimeter capacity complete with lid. Suitable for CBR Soaking
Test.
2
17 Aggregate impact test machine
Standard Machine
1
18 Loss Angles Abrasion Test (Loss Angles Machine, abrasion
charges, with counter) with all accessories
1
19 Viscometer (Red wood) 1
20 Softening Point Test (Ring & Ball Apparatus) ASTM D 38
two brass rings, two steel balls (9.5mm), Heater, Megnatic Stirrer
Unit, ring holder thermometer, glass vessel, Thermometer - 2 to
80C°
1
21 Bitumen Penetrator Apparatus
Penetrometer, Penetration Needle (2.5 grms, water bath,
thermometer 8 - 32°C timing device), (Sample Cub Dia 55 x
35mm set of 6)
1
22 Marshal Stability Test (30KN Capacity) Loading Meter, Test Head, Marshal Mould, Sampling Collar,
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 11 of 20
Specimen Sampler, Sampling Device, Proving Ring, Flow Rod,
Tamper, Load Measurement(Load Ring 30KN), Flow Meter
23 Centrifuge Extractor
from Bituminous paving
Centrifuge extractor
confirming to ASTM D2172
Bond capacity = 1500 g – 2000 g
(Trichloroethylene or dichloromethane pack 10kg, 0-3600rpm,
1500gm fitter disk box of 100 liter
Valuable speed driven unit 0 to 300, Spare bowel
Hot plate all other accessories essential for test
1
24 Compression Testing Machine 1000 kN Digital display
. For testing concrete cubes (15cm X 15cm) and
cylinder(30cmX15cm), For testing cement mortar cubes (5 x 5
cm)
. For split cylinder tensile test 16x32cm specimen
. Flexure test for 15x15 x 60cm concrete beam/timber beam
(3rd point loading) also for other materials
. Motorized with controllable rate of loading
. Frame:steel fabrication with cover for protection
. Loading Capacity: 1500KN
. Platen Diameter: (200-330mm)
. Ram travel(mim): 50mm
. Vartical clearnce of platen: min (315 mm)
. Sensitivity: 0.1KN
. Measuring units: KN, lb, kg. etc.
. Minimum reading display: 0.5 KN
. Power port (RS 232C) + data downloading cable to PC
alongwith software
. Load Pacer: Pacing rate 2 KN / Sec to 20 KN / Sec adjustable
. Double stage pump
. Motor 220V - 240V Single Phase50HZ (3/4 - 1x1/2HP) with
following accessories
- Compression gauge
1
25 Slump Test Apparatus * To perform slum contest for concrete according to BS1881,
ASTM-C-143 specifications consisting of:
* Con Mould:
Base dia 20 cm dia, top dia 10 cm, 30 cm high, made of corrosion
protected steel sheet / stainless steel, handles on two sidese and
footlugs.
* Tampering Road:
16 mm dia x 1600 mm long, hemi-sphere at both end.
* Steel Base Plate:
45 x 35 cm, 3 mm thick
* Slump Cone Funnel / Hopper of sheet steel (20 SWG)
* Scoop with handle
* Steel rule 300 mm long
10
26 Compacting Factor Apparatus For determination of compacting factor of concrete complying
with BS specification complete set consisting of:-
1. two conical hoppers having hinged trap doors at the bottom end
mounted on to a rigid steel frame (at standard height), capable of
dropping concrete in a cylinder placed underneath
5
27 Vicat apparatus complete (digital)
Automatic Vicat Apparatus complete with EN and ASTM Initial
and Final needles, Consistency Plunger, Windows® software and
RS232 cable, 1 x EN and ASTM Mould and Glass Plate. Suitable
for continuous use in saturated humidity, at a controlled
temperature of 20°C ± 1°C. Weight 13 kg. For 220 – 240 V AC,
50 – 60 Hz, 1 ph.
Accessories
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 12 of 20
Needle Cleaning Device , Printer Paper Rolls. Pack of 10, Mould
Tank for testing samples under water as per EN 196-3, for use in
temperature controlled laboratories.
Spares
Consistency Plunger EL38-2021 comprising 1 x EN Initial Set
Needle, 1.13 mm dia and 1 x EN Final Set Needle, 1.13 mm dia.
EL38-2023 comprising 1 x ASTM Initial Set Needle, 1 mm dia
and 1 x ASTM Final Set Needle 1 mm dia. Moulds see EL38-
2200, EL38-2300 or EL38-2660
28 Lechatlier's Apparatus complete Set To perform soundness test on cement paste according to EN
Specs, comprising of:-
• Standard Lechatlier mould 30mm dia & 30mm height
(chromium plated brass with split cylinder fitted with two
indicator stems 150mm long (3 Nos.), • Glass plate 50x50mm (2
Nos in each set) (3 sets)
• 100gm weight to cover top glass plate (3 Nos.)
• Standard tamping rod 17mm dia and weight 70g (01 Nos)
• Lechatler water bath: stainless steel capable of receiving 8-12
moulds, reaching boiling point (100˚ c) in 30 minutes. Complete
with timer thermostat and heater (single phase 220v 50Hz)
5
29 Vibrating Table
• to facilitate compaction of concrete in moulds
• Table mounted on steel stand with clamp assembly
• Vibrating surface size: 80x40cm approx.
• Maximum loading capacity 20 Kg or More
• 220-240v, 50 Hz, single phase.
• Rubber mate
2
30 Needle Vibrator Couple Lab . Vibrating tip / head: 20 mm - 25 mm dia and 240 - 350 mm
long , . Flexible shaft: 2 m long
. Vibration / Mint: 10, 000 - 12,000 rpm
. Power: 220 V, single Phase 50 HZ
. Complete with on / off control cable etc
2
31 Plate form Weighing Machine
Floor mounting
Capacity= 150 kg or batter
Sensitivity=50gm
large dial gauge dia – 50 cm or greater
platform (stainless steel) size : 60 x 65 or greater
Zero Adjustment
1
32 Concrete Mixer 1 bag Power driven (Tilting Type)
Steel Drum has an integral ring gear and is mounted on steel
frame with rubber wheel
* Yeild = 6 cft (170 Ltr.)
* Drum Capacity = 9-10 cft (275-325 Ltr.)
* Motor = 1.5 hp
* Power Supply = 220 V, 50Hz, single phase
1
33 Mould for concrete cube & cylinder as B.S & ACI standard
12
34 Sieve Shaker Couple Power driven
Suitable for sieving of coarse and fine aggregates,
adjustable speed, interlocking arrangement, facility for remove
any tray independently
Capacity, Sample: 30 liters (cuft) or more per batch
Perform two to five or seven separations simultaneously
Having 5 to 7 screen trays (sieve trays) and one dust pan
Screen tray
*steel wire mesh)
Painted steel frame
Dimensions (over all) = (445 x 660 x 75 mm) approximately
Mesh area = 375 x 578 mm (approximately) or 0.22m2
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 13 of 20
Sieve sizes, 1-1/2”, 1”,3/4”, 1/2”, 3/8”, 1/4”,#4 set wire sieves,
electric driven 220v A.C, 50 Hz, Single Phase
Foot pedal clamping arrangement, on-off switch, sound and dust
proof cabinet enclosure.
Attachments
Mounted on the screen shaker for sieving the fine materials,
suitable to hold 8 Nos. 8” dia test sieves.Complete with all
standered accessories.
35 Set of Sieve • Confirming to BS & ASTM standards
• Stainless steel or brass, 200 mm (8”) dia, round frame\
• Brass/stainless steel woven wire mesh, brass / stainless steel one
lid and one pan.
• Set having the following mesh designation No. 200, 100, 50,
40, 30, 25, 18, 14, 10 and 4
• Sieve brush double ended, brass and nylon bristle one no, in
each set.
• Sieve brush single ended, soft hair flat.
2
36 Hand Tools: Stopwatch, trowel, shovel, scoop, brush, pan, tray,
pick axe, etc. 2
37 Glass Ware: Thermometer, measuring cylinder, Beaker, etc. 1
38 PH Meter
Dimensions 26 x 60 x 150 mm, range pH 0 to 14, mV 0 to
±1999, oC -30 to +150
Resolution pH = .01, mV= 1 , oC = 0.1
Accuracy pH = .02, mV= ± 1 , oC = ±0.5
Temperature compensation (Automatic and manual) 0 to 100 oC,
Calibration Manual
Input Impedance (pH and mV 1013 ohm Display pH/ mV / oC is
LCD, Batter 1 x 9 V PP3
Accessories pH electrode, temperature measurement/
compensation probe
2
39 Turbidity meter
Portable, Digital, Hand held
Battery operated
Range: 0-50 NTU and 0-1000 NTU
Accuracy: ±1% of full seeds
Complete with standard accessories.
2
40 Schmidth Hammer
confirming ASTM, BS for testing the quality of concrete in
finished structure
supply complete with carbo randum stone and plastic carrying
case
strength range: 10-70 N/mm2
with testing anvil made of steel
2
6 MONTHS ELECTRICAL WIRING TECHNICIAN
8 Allen key set (10 pieces)
High carbon hardens steel, From 2 mm 16 mm
5
9 Star Kit Set (12 pieces)
High carbon hardens steel, From 6 mm 25 mm
25
13 Flat chisel 10", 12"
High carbon hardens steel
Hexagonal/octagonal shank chisels, chrome/black finish, polished
cutting edge.
10
15 Screw Wrench (size 18”)
• Hardened, tempered and chrome plated steel.
6
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 14 of 20
19 Oil Cane
Capacity: 300-400 cc
4
23 Kit socket set (4 pieces)
Socket ,Extension, Ratchet Handle, 13/16" Spark Plug Socket
5
6 MONTHS STEEL FIXER
3 Hammer
Forged steel rectangle head and apered tip weight
= 1 Kg Wooden handle (40cm long) with moulded vinyle grip
5
4 Cutting Bare
Square or round of standard size
6
5 Calipers
Outside, mild steel
6
6 Measuring tape steel 100 ft
* Metallic / plastic case
* Graduation on both side in feet & meter
10
9 Bending rod set (bari)
3/8”,1/2",3/4",1" size with G.I pipe (3/4” dia) handle 3-ft length
6
10 Tool Sharpening Machine
Electric driven, complete set
1
11 Bar bending machine with table (4' x 6')
Electric driven, capable to bend bars from ¼” to 1.25” complete
with all accessories.
6
12 Cutting machine with cutters
Electric driven, capable to cut bars from ¼” to 1.25” complete
with all accessories.
6
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 15 of 20
Annex-1
Bid Proforma
Tender No. ________________________________________________________________________
Time & Date of Submission of bids
Time & Date Opening the bids
Amount of Earnest Money
Bid Validity Period
Goods Delivery Period
Place of Consignment
Note: Please read the following note and instructions carefully before filing in the bid proforma:
1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.
1. No offer shall be considered if:
(a) It is received after the time and date fixed for its receipt;
(b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise
registered but not for the items mentioned in this tender;
(c) The bid document/tender is unsigned;
(d) The offer is ambiguous;
(e) The offer is conditional;
(f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is
received by telegram;
(h) The offer is of a shorter validity period than that mentioned in the tender enquiry;
(i) The offer is for stores and services not conforming to the specifications indicated in the bid document
3. The offer shall remain valid up to ninety (90) days from the bid opening date.
4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender
number and date of opening but not the name of the firm, which must appear on the inner envelope only. All
envelopes must be sealed properly.
5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the
notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning
any reason.
6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by
the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at
his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the
bid security / earnest money would be liable to forfeiture.
7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and
conditions as laid down in the contract, the performance security deposited by him would be forfeited and the
store may be purchased at his risk and expense.
8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of
the goods and services.
9. The delivery period, as reckoned from the date of issuance of the supply order is days with a
grace period of days. However, the supplier may indicate its own guaranteed earliest date by
which it will supply the goods.
10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional
information or submittal letter on the official letterhead.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 16 of 21
11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the
offer.
12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of
Technology Rasul (District Mandi Bahauddin).
13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well
as in figures. In case of difference between the two, rates quoted in words shall prevail.
14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @
2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District
Mandi Bahauddin).
15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to
furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour
of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the
performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of
the stores at the risk and expense of the bidder.
16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must
indicate the name and address of the works in the country where they will manufacture or produce the goods they
intend to supply.
17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the
agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM
of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:
“This is to certify that M/s. have
obtained a quotation from us against invitation to Tender No. issued by the Principal,
Government College of Technology Rasul (District Mandi Bahauddin).to be opened on .
We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly
in accordance with the specification laid down in the said Invitation to Bids”.
18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative
may inspect the stores during their manufacturing, production or assemblage.
19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional,
ambiguous or incomplete offers are likely to be ignored.
20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers,
after opening, shall not be entertained under any circumstances.
21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical
data, if any, in respect of the stores offered by them in support of their bids.
22. Bidders are specifically required to indicate their Computerized National Identity Card Number
(CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).
23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed
with date by the person signing the original bid documents. Bidders are required to put their signatures on all
pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-
through shall not be acceptable and may be ignored.
24. Bids should be submitted based on accounting units specified in the invitation to tenders.
25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free
replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with
the specifications given in the tender enquiry.
26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered
stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 17 of 21
variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will,
however, be acceptable.
27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry,
the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-
inspection by the Purchaser or his authorized representative(s) at their own cost.
28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.
29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer
packing.
30. Bids must guarantee at least three years’ free service and supply of the spare parts.
31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be
offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.
32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own
expense, if available.
33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare
parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original
manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.
34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied
parts if they are found not suitable for the equipment, machinery or engine.
35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that
stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders
must note that non-exhibition of the import documents at the time inspection or on demand later may lead to
forfeiture of their security deposits and procurement of the stores at their risk and expense.
36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of
testing.
37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance
with the terms and conditions as laid down in this respect in the supply orde r and the contract agreement.
Release of payment will be subject to satisfactory performance of the contract and the final inspection and
acceptance note by the consignee or the Purchaser.
38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid
documents preferably through mutual consultations followed by arbitration.
Bidder’s Signature and Seal Name: Designation: CNIC No.
Address: Phone Office: Phone Works:
Fax No. Mobile No. Email address:
Website: Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature: Name:
Designation: CNIC
No. Date:
List of enclosures or attachments, if any: 1.
2.
3.
4.
5.
Annex-2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 19 of 21
Bid Price Schedule
Item Description / specifications
Unit
Price+
GST
(Rs.)
Total price
(Rs.)
Country
of origin
Deviations
from
Purchaser’s
specifications
Total price in words
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Bidder’s Signature and Seal
Name: Designation:
Date:
Annex-3
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 20 of 21
Undertaking by the Bidder
1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and
conditions of your tender enquiry No. , due for opening on , for the supply of the
stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and
the Punjab Procurement Rules, 2009 (PPR-2009). I/We agree to abide by all these terms, conditions,
stipulations, obligations, and instructions.
2. I/We also hereby categorically confirm that the stores offered by me/us conform to the
particulars and specifications as laid down in your tender enquiry in all respects and that any difference has
been fully and duly explained in the bid papers submitted by me/us.
3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found
lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have
no claim to it, whatsoever.
4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby
confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In
case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated
supplies @ 2% per month or part thereof.
5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us
from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby
undertake to refund the price charged in excess.
6. I/We certify and undertake that we have not been blacklisted by any public or private authority or
organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity
and that, I/We are currently not in litigation with any other authority or organization in this capacity.
7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection
of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any
time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid
necessarily.
8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the
amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.
9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it
shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the
original as well as the extended validity period.
10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together
with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a
valid and binding contract between the Purchaser and me/us.
11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the
eligibility criteria of participating in the bid.
12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our
information, knowledge and belief and that nothing material has been withheld by me/us.
Deponent
Bidder’s Signature and Seal
Name:
Designation: CNIC No.
Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature:
Name:
Designation:
CNIC No.
Date:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 20 of 20
Appendix-1
Contract Agreement (Specimen)
This agreement is made in the presence of the witnesses named below on this day of 2015 at
between the Principal GCT Rasul (hereinafter called “the Purchaser”) and
(hereinafter called “the Supplier”).
Whereas the Purchaser invited bids for certaina stores, goods and ancillary services, viz., [brief description of goods and
services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs.
[contract price in words and figures] (hereinafter called “the Contract Price”).
Now this agreement witnesses as follow:
1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in
the bid document referred to.
2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:
(a) Invitation to tenders as publicized / advertised by the Purchaser;
(b) Bid document as bought from the Purchaser;
(c) Schedule of Technical Specifications as annexed with the bid documents;
(d) Bid Proforma;
(e) Bid price schedule;
(f) Undertaking submitted by the bidder alongwith the bid papers;
(i) General and special conditions regarding purchases and procurements as given in the Punjab
Procurement Rules, 2009; and
(j) This contract agreement as executed between the Purchaser and the Supplier
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in
conformity and in all respects with the provisions of the award of contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and
services
(g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores,
goods, and services etc.;
and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of
the contract at the times and in the manner prescribed by the contract.
In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws
the day and year first above written.
Purchaser Supplier
Signature: ……………………………….
Name: ………………………………….
Designation: …………………………………….
Date: …………………………………….
Signature: …………………………………….
Name: …………………………………….
Designation: ………………………………….
Date: …………………………………….
Purchaser’s seal Supplier’s seal
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 1 of 22
GOVERNMENT OF THE PUNJAB
TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY
TENDER DOCUMENTS
FOR PURCHASE OF
Equipments & Machinery
Package No. 3 (B.sc Civil Tech Hydraulics Engineering Lab, Public Health Lab, DAE Hydraulics & Public
Health Lab, 6 month Plumber, B.TECH DEPARTMENT CONSTRUCTION LAB & HIGHWAY LAB,
DAE CONSTRUCTION LAB
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 2 of 22
TENDER NOTICE
Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious
institutes of Civil Technology. The Machinery/ Equipment’s are required for different Labs. For which registered
supply firms, contractors, sellers are invited as per Punjab procurement rules 2014 (Single stage one envelope
procedure with performance guarantee) duly sealed tenders complete in all respect. The description and
specifications with terms and conditions of contract for Rs.500/-per package tender may be obtained from
undersigned office in working hours.
Package No. / Lab/ Workshop Tender documents
Price
Package No. 1 Rs. 500
B-Tech Department Survey Lab.
DAE Survey Lab
ONE YEAR CIVIL SURVEYOR
Package No. 2 Rs. 500
DAE 1-Wood Workshop, 2-Electrical Lab, 3-Drafting Labs
Materials Testing Lab, Civil Draftsman (AutoCAD)Drg Lab, Drawing Lab
Materials Technician Course, 6 MONTHS STEEL FIXER
6 MONTHS ELECTRICIAL WIRING TECHNICIAN
Drafting Lab One year civil surveyor
Package No. 3 Rs. 500
B-Tech Department HYDRAULICS ENGG. LAB, Public Health Lab
DAE Civil 3 Years, Hydraulics and Public Health Lab, 6 MONTHS PLUMBER, B-
Tech Department Construction Lab & Highway Lab
DAE Construction Lab
Package No. 4 Rs. 500
B-Tech Department
STRUCTURAL ENGG. LAB, CONCRETE LAB, ENGG. GEOLOGY LAB
1. Tender documents can be down loaded form PPRA web-site .If tender documents are downloaded form PPRA
web-site, tender fee in the shape of “Banker’s Cheque ”/ “Demand Draft” in favour of Principal, GCT Rasul
be submitted along with tender. NTN and GST, certificates must be provided with the tender on submission of
written request accompanied with copies of sales tax/income tax registration.
2. Tender along with 2% Earnest money of Quoted amount will be received up to 25-03-2015 at 12.00 Noon in
shape of “CDR/PO/Banker’s cheque/Demand Draft”. And will be opened on the same day at 13.00 P.M. in the
presence of participating firms or their authorized representatives.
3. The conditional or incomplete tender or tenders without 2% earnest money from scheduled bank or
not compatible with PPRA rules 2014 will not be entertained.
4. The further information may be obtained from undersigned office in any working day during working
hours.
GOVERNMENTOFTHEPUNJAB
TEVTA
DISTRICT MANAGER/PRINCIPAL
TEVTA, GUJRAT/M.B.DIN
GOVERNMENT COLLEGE OF TECHNOLOGY, RASUL
MANDI BAHAUDDIN
Phone:0546-553216, 03007752043 Fax 0546-553110
Email: [email protected]. Website: ww.gctrasul.edu.pk
SKILLS FOR THE YOUTH OF PAKISTAN
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 3 of 22
Government of the Punjab
TEVTA Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
TERMS AND CONDITIONS
Note: - Please read the following note and instructions carefully:- 1.
(a) Brand/Model/Country Name should be quoted for given specifications.
(b) Quoted prices should be inclusive of all relevant taxes.
(c) Samples of quoted rates items should be provided if required.
(d) No change in terms/condition of tender as well as in specifications of items will be accepted.
2. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No
offer shall be considered and the bidder will be disqualified if;
(i) It is received without earnest money as per schedule/advertisement.
(ii) It is received after the time and date fixed for its receipt.
(iii) The tender is unsigned.
(iv) The offer is ambiguous.
(v) The offer is conditional.
(vi) The offer is received by telegram and e-mail.
(vii) The offer is received with shorter validity than required in the tender enquiry.
3. Offers will remain valid for 90 Days for local items and 120 days for imported items from the date of placement
of order.
4. The purchaser/department reserves the right to purchase full or part of the any store, increase or decrease the
quantity or ignore/skip/cancel the tender without assigning any reason.
5. If the acceptance of tender issued during the validity period of the offer is not accepted by the tenderer, the
earnest money shall be forfeited.
6. In case offer is withdrawn, amended or revised during the validity period of the offer, the earnest money is
liable to be forfeited.
7. In case, the contractor fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract the security deposited by him shall be forfeited and stores purchased will be at his risk and expense.
8. The buyer reserves the right to claim compensation to make the loss to goods caused by the delay in the delivery
of stores.
9. Black listed firms need not to apply. All tenderers must attach a certificate of undertaking that the firm is not
Black listed from any office or department. In case of false information regarding black listing from any other
department or office, the bidder shall be responsible and will be treated as per law.
10. Payment will be made in Pak Rupees through cross cheque after deduction of all type of taxes as per prevailing
rates, after receipt, inspection and acceptance of Machinery / Equipment in accordance with the given
specifications, by the technical committee.
11. In case of late delivery, late delivery charges @ 0.5% per week of the total value of invoice shall be deducted
from the invoice.
12. Quoted price should be given as per F.O.R Basis and rates must be inclusive of transportation, service charges
etc. and all taxes to be payable by the firms/suppliers which may be deducted at the time of final payment as per
rules.
13. If a successful bidder fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract, the department reserves the right to proceed for black listing or any proceeding against him under
the rules.
SPECIAL INSTRUCTIONS 1. The stores are required by the consignee within 90 days (Local items) and 120 days (Imported items) from issue
of supply order or earlier. However, the tenderers are required to indicate their own guaranteed earliest date
(within given days) by which the stores will be supplied by them.
2. Tenders should be addressed to “Principal, GCT Rasul Mandi Bahauddin”.
3. Call deposit @ of 2 % in the name of Principal,GCT Rasul Mandi Bahauddin of any scheduled bank in shape of
CDR/DD/PO/Banker’s Cheque must be attached with the tender; otherwise the tender will not be considered.
4. No part payment will be allowed to any successful bidder under any circumstances. Payment will be made only
after complete / whole supply of the stores as per supply order.
5. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised
offer after opening of tenders shall be entertained.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 4 of 22
6. The tenderers shall enclose catalogues/leaflets/literature/manuals and other technical data in English, in
respect of stores offered by them and each item of the tender will be technically evaluated by the technical
committee for acceptance or rejection.
7. The tenderers must attach their National Tax Number (NTN) and Sales Tax Number (STN) registration
certificates along with bids.
8. The person signing the tender must, properly sign any erasing/cutting/crossing etc appearing in the offer.
Moreover, all pages of tender must also be properly signed. Offers with any overwriting without authorized
signature, under any circumstances should not be accepted.
9. The quotation shall be submitted on the basis of accounting unit specified in the invitation to tender.
10. (a) The bidder shall guarantee that the machinery/equipment supplied under the contract/order shall conform to
the specifications given in the order and shall be free from defects/weakness. In case any machinery/equipment
is found being not in conformation to the specifications provided in the tender, either on account of inferior
quality, defective workmanship, faulty design or short/wrongly supplied, the supplier will replace the short,
wrongly supplied/faulty or defective items, free of charge and/or will be sole responsible to pay the full cost of
replacement.
(b) In case a similar store offered is at variance with the specification given in the tender enquiry, the tenderer must
clearly identify variations in their offers. Stores offered having specifications superior to the one specified in the
tender enquiry shall however, be acceptable.
11. The successful bidder will furnish performance guarantee / security @ 10% of the contract Amount / Supply
order in the form of call deposit, which will be released without markup after 12 months/expiry of warranty
period after the day of last supply/installation, against the order.
12. Machinery/Equipments should be brand new and of latest version strictly confirming to the given specifications.
13. The country of origin can be western (Germany/Spain/Italy/USA/Japan) or eastern
(Taiwan/Korea/China/Thailand/Malaysia etc.) or equivalent. The supplier will provide evidence of country of
origin at the time of supply. However, comparison of prices will be made on basis of country of origin e.g.
Made in Germany with Made in Germany/USA/UK/Japan or Made in China with Made in China/Korea/Taiwan
etc.
14. Firm will install and commission the equipment in the institute and provide on site training free of charges.
15. Tenderers may be required to provide samples of offered items if needed.
16. Taxes will be deducted from the quoted price as per Govt. Rules where applicable.
17. No part Payment will be allowed and payment will be made after complete delivery on availability of funds
from the Head Office.
18. The list of Machinery/Equipment along with detailed specifications and quantity required is attached herewith.
19. In case of any query or information, contact this office on telephone No. 0546-553216 or
E-mail [email protected] or [email protected]
20. WARRANTY / MAINTENANCE:
a. All machinery/equipment shall carry warranty of parts and labour at site for a period of at least one year from
the date of installation.
b. Supplier will be responsible for successful installation and working of all the machinery/equipments for a period
of one year and any problem in equipment/machinery etc. will be removed by the supplier/firm free of cost
including replacement of parts etc. if any.
c. Technical experts of the firm/contractor will visit this college on emergency call as well as, and when required
for within the warranty period in addition to any routine calls.
d. The Contractor will be bound to repair/replace the defaulted equipment/machinery/spare parts during the
warranty period within 15days, when he is asked to do so. In case he fails to do so, the purchase committee will
be authorized to get repaired the defaulted equipment from the security amount of the supplier.
e. The contractor will be bound to abide by all rules & regulations/instruction/directions issued by the
Federal/.Punjab Governments/Purchase committee of Office of the District Manager TEVTA, Gujrat in addition
to above mentioned conditions.
CERTIFICATES:
1. We undertake that our Firm M/S is not black listed by any Govt.
Department / Agency in any part of Pakistan.
2. We have read all terms and conditions and undertake to abide by all Terms & Conditions mentioned in this
tender document.
3. Certified that all rates are quoted on attached list duly issued by the institute.
Signature: District Manager (TEVTA) / Principal (GCT, Rasul Mandi Bahauddin)
Signature: Proprietor Firm / Bidder Stamp:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 5 of 22
Government of the Punjab
TEVTA GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
M/S________________________________________________________
____________________________________________________________
Schedule of Technical Specifications Package-3:
(B.sc Civil Tech Hydraulics Engineering Lab, Public Health Lab, DAE Hydraulics & Public
Health Lab, 6 month Plumber, B.TECH DEPARTMENT CONSTRUCTION LAB & HIGHWAY LAB,
DAE CONSTRUCTION LAB
Last Date & Time of tender receiving 25-03-2015 12:00 Noon
Date and Time of opening of tender 25-03-2015 01:00 PM
Name of Firm with complete address ________________________________________
A Call Deposit Receipt (CDR) No.___________________ dated _____________________
NTN No ___________________________ GST No._______________________________
Signature with stamp:- _____________________________________________________
Please crossout the blanks for which rates have not been coated. Use of correcting fluid and
erasers are not allowed. In case of cuttings it must be initialed please.
Sr.
No
.
EQUIPMENT / DESCRIPTION WITH
SPECIFICATIONS QTY
Unit
Price GST Total Cost
Country of
Origin+ Model
Hydraulics Engineering Lab B.Sc Civil Tech 1 Viscometer(Say bolt and Redwood) set
Say bolt Viscometer Thermometer ( 70-210 F) ASTM – D 88 Viscosity tube orifice, funnel and withdrawal tube, cooling coil, 60 ml flask and digital thermo regulator. Stainless steel orifice power supply 220 V
6
2 Hydraulic Bench with modules for experiments
• Self contained fully mobile unit, with flat top area for conduct
of different practicals. • Corrosion resistance glass reinforces plastic. • Sump tank capacity: 140-160 liters. • Volumetric tank • Volumetric tank: 35 to 40 liters. • Height of working surface above floor level: one meter. • Pump: centrifugal type/submersible: Max flow : 1 to 1.35 L/sec. • High flow tank: 30-40 litter • Low flow tank: 5-10 litter Power supply 220-240V, 50 Hz, single phase. It should be provide means for mounting and connecting accessories for experiments as listed below: • Flow over weir • Losses in pipe • Bernoulli’s theorem • Hydrostatic pressure Complete with accessories: stop watch. Pump with on-off switch. Control valve, quick release pipe connector at bench
5
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 6 of 22
top, water level indication scale. dump valve etc and instruction manual
3 Pitot tube Experimental Capabilities: • Static and Dynamic pressure measurement • Determination of velocity profile in a tube flow • Pitot static tube complete with scale for positioning within the tube • Pipe section made of transparent acrylic • Manometer
Hose Coupling Compatible with hydraulic bench
01
4 Venturimeter
Transparent acrylic. • Manometer range 0 to 290/300mm. • No. of transparent manometer tubes 8 to 11. • Throat diameter: 10-12 mm. Complete with: manometer tubes; manifold with air bleed valve; base plate with foot screws; plastic outlet tube; flow regulator valve; and instruction manual.
01
5 Orifice meter / tank
Orifice diameters : 3.0mm and 6.0mm, Jet trajectory probes : 8, Max constant head : 410mm
01
6 Orifice(Flow through Orifice apparatus
Orifice diameters : 3.0mm and 6.0mm, Jet trajectory probes : 8, Max constant head : 410mm
06
7 Manometer
Free water manometer, standard length one meter, gladded glass manometer tubes, engraved plastic scale, calibrated in metric units.
04
8 Rectangular notch apparatus Experimental Capabilities Flow characteristics demonstration over a rectangular notch and a vee (V) notch. Determination of the discharge coefficients. Specification Wier Plates: Height: 160 mm Width: 230 mm Thickness: 4 mm Rectangular: Notch: Height: 82 mm Width: 30 mm Angle of vee notch weir: 90° Hook & point gauge: 0-150 mm, ±0.1 mm Complete compatible with hydraulic bench.
06
9 Flow through V-notches
Experimental Capabilities Flow characteristics demonstration over a rectangular notch and a vee (V) notch. Determination of the discharge coefficients. Specification Wier Plates: Height: 160 mm Width: 230 mm Thickness: 4 mm Rectangular: Notch: Height: 82 mm Width: 30 mm Angle of vee notch weir: 90° Hook & point gauge: 0-150 mm, ±0.1 mm Complete compatible with hydraulic bench
06
10 Bernoulli's Apparatus
Manometer range 0 to 300 mm
Number of manometer tubes 8
02
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 7 of 22
Throat diameter : 10.0 mm, Upstream diameter : 25.0 mm
Upstream taper : 14 C, Downstream taper : 21 C
11 Reynolds's Apparatus 1. Floor standing apparatus to produce classic
Osborne Reynolds experiments. 2. Fluid enters a vertically mounted test section
through a carefully profiled bell mouth from a constant head tank.
Supply includes stilling bed, hoses and dye.
01
12 Tilting Flume along with canal fall model, outlet model, model
of barrage (Working Models of irrigation Structures & Outlets etc.) set Parshall flumes constructed in GRP, supplied with measuring scales, spirit levels and calibration curves. Parshall flume 25mm throat for flows 0.3 to 5 L/sec Parshall flume 51mm throat for flows 0.5 to 14 L/sec Parshall flume 152mm throat for flows 1.5 to 110 L/sec
01
13 Hydraulic jump apparatus 01 14 Fluid Friction Apparatus
Slider spring-loaded; rubber, mounted on foot of pendulum, Pointer Frictionally constrained; affixed to pendulum arm; measures highest point of pendulum arc. Reading: Pointer position read on measuring arm graduated from 0 to 150 ; gives resistance to skidding of test surface. With heavy duty carrying case. Base plate with Specimen, Mounting Block for, Laboratory use.
01
15 Closed conduit and Centrifugal Pump
A small-scale centrifugal pump demonstration unit. • Equipped with electronic measurement sensors for pump differential pressure, orifice differential pressure (flow-rate), temperature and rotational speed. • Capable of being linked to a PC (not supplied) via the IFD6 interface console (available as an essential accessory). • Powered via the SWA1 power measurement unit (available as an Essential accessory). • Self-contained, bench-top machine. • Supplied with software providing full instructions for setting up, operating, calibrating and performing the teaching exercises. Facilities are provided for logging, processing and displaying data graphically. Full theoretical back-up is included together with a student questions and answers session. ESSENTIAL ARMFIELD ACCESSORIES IFD6 Interface Device (page 35) SWA1 Integrating Wattmeter (page 35) ORDERING INFORMATION FM20-50 for 50Hz mains supply FM20-60 for 60Hz mains supply
02
16 Current Meter, Motor Boat, Cable Way set
Mechanical meter with propeller. • Propeller made of metal/reinforced fiberglass / plastic, 125 mm dia, pitch 0.25 m.. • Velocity measuring range max. 1.5-3m/sec. • 5 to 10 digit counter to register and visualize the rotation of propeller. • To be suspended by telescopic rod with extended length of 2.4 to 4M. (20 mm dia apprx.) • Complete with current meter, propeller, mechanical / digital counter, extension rod with graduations, cable, stop watch accessories / probes, carrying case, instruction manual ,and calibration curves. Boat made by fiber glass capacity of 03 persons with all accessories.
01
17 Float
Plasterers type with steel blade 280 x 115 mm, weight 450 g 01
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 8 of 22
18 Aneroid Barometer Range: 930 to 1080 mill bar. Or 700 to 810 mm Hg. Accuracy of ±1millibar. Chrome case. Dial size up to 130 mm dia and 35 mm depth.
01
19 Mercury Barometer
Range 870-1100 mb 870-1100 mb 700-1100 mb Accuracy ±0.3 mb ±0.3 mb ±0.3 mb Resolution 0.1 mb 0.1 mb 0.1 mb Weight 6.5 kg 6.0 kg 6.0 kg Dims. mm 900(H) x 60(W) x 60(D) 1120(H) x100(W) x100(D) 1120(H) x100(W) x100(D)
01
20 Rain Fall Gauge (Automatic tipping)
Bucket size 0.2 mm Aperture 200 cm2 Accuracy ±1% at 26mm/hr Capacity Unlimited Transducer Magnet/Reed switch Operating temperature range 1˚C to 85˚C Output Contact closure Weight 3.2 kgDetails Double pole relay for attachment to 2 separate logging devices. Switching contact closure time is typically less than 100 milli-seconds for 0.2 mm of rain. Maximum current rating 500 mA Breakdown voltage 400 V D.C. minimum Contact resistance 150 mΩ Insulation resistance 1011 Ω (100 GΩ) Capacitance open contacts 0.2 pF Life 1011 operations
01
21 Conventional Rain Gauge
Constructed from copper/ stainless steel with splayed base. Rim of dia 127 mm. Can fit with lip and handle with standard base glass measure graduated in mm. dia of base from 400 to 500 mm.
01
22 Anemometer
Sensor head = 3 cups, 50 mm diameter; Display: 2 digit LCD display. Range: .5m/ sec; Accuracy: ±.01 m/sec or 1 digit. Power: 9 volt rechargeable NI-Cad battery. Wind speed indicator complete with display, sensor, mounting arm, 20 m of connecting cable, battery and charger Remote display unit comprising LCD display in water proof case, 20 m of connecting cable and rechargeable battery.
01
23 Sycrometer apparatus and sycro graph set Range temperature – 15 to + 50 oC, humidity range 0% to 95%, Accuracy temperature ±1 oC and humidity ±5% RH.
Power single 1.5 battery
01
24 Maximum and minimum Thermometer, thermograph set Range -38 to +50C
01
Public Health Lab (BSc Technology)
1 Complete range of valves set Set comprising of
segmented ball control valve, check valve, gate valve, power
plant valve, butter fly valves, as per specifications of
AWWA( American Water works Association).
5
2 Blow lamp Dimension Liter and 2 liter Capacity.Brass
tank Pumping dimension in inches=9 x 6 x 10 (L x W x H)
5
3 Power Grinder Regular Consumption power 400 W,
Screw 18000 RPM
Continuous running time 3 minutes (max), 4 phase button,
Low vibration and noise, Stainless steel container,
Artificial intelligence sensor for motor, Weight (GW) =32
kg
5
4 Tripod differential pulley A cast iron sheared pulley
block having bigger pulley of 15 cm dia and small 10 com
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 9 of 22
dia. mounted on sturdy cast aluminum bracket and moving
freely on two steel cone bearings. A snatch pulley of 5 cm
dia. of 5 cm thickness groove in supplied with unit.
5 Electronic micro- scope Eye piece 2 captive WF x 10.
Adjustable for varying interpupillary distance. Dioptric
adjustment for ± 5mm on one ocular tube. Eyecups supplied
as standard
Head: inclined at 45o and rotatable through 360oObjective:
Turret mounted , twist selectable, x2 and x4.Focusing:
Precision rack and pin ion movement Working distance 48
mm, Field of view 10 mm, Base stable stage with captive
stainless steel stage clips and housing sub-stage illumination.
Illuminator Overhead (incident) 10 W halogen, sub-stage
(transmitted) 10W halogen, Accessories dust cover, Frosted
glass plate, Object plate, halogen lamp
1
6 BOD Apparatus BOD rings with BOD bottles of
capacity 250 ml and 500 ml with their respective stoppers.
Specs: the digital BOD meter measures ranges from 0 to
200% with resolution of 1% and 0 to 19.9 mg/ liter with
resolution of 0.1 ml/ liter. The specific temperature ranges –
30 oC to 150 oC with resolution 0.1 oC. The accuracy of
dissolved oxygen must ranges ±2% within ±10 oC of
calibrated temperature ±0.5 oC. The instrument be supplied
with power 9 V PP-3 battery
1
7 Digital Balance (with internal calculator)20 kg
with min 500 mg
Weighing Units grams, milligrams, carats, grains, mommes,
ounces, pennyweight, Response Time Approx 5 sec.
Interface RS-232 - Bi-directional. Selectable baud rates 300
- 9600 baud, Internal Calibration Standard - motorized
internal calibration, Display 5/8" / 16mm - 7 segment LCD,
Operating temperature ±5°C - 40°C / 32°F - 104°F
1
8 Digital Balance (with internal calculator) 600 gms
with min 50 mg
Weighing Units grams, milligrams, carats, grains, mommes,
ounces, penny weight
Response Time Approx 5 sec.
Interface RS-232 - Bi-directional. Selectable baud rates 300
- 9600 baud
Internal Calibration Standard - motorized internal calibration
Display 5/8" / 16mm - 7 segment LCD
Operating temperature ±5°C - 40°C / 32°F - 104°F
1
9 PH Meter
Dimensions 26 x 60 x 150 mm, range pH 0 to 14, mV 0 to
±1999, oC -30 to +150
Resolution pH = .01, mV= 1 , oC = 0.1
Accuracy pH = .02, mV= ± 1 , oC = ±0.5
Temperature compensation (Automatic and manual) 0 to 100 oC, Calibration Manual
Input Impedance (pH and mV 1013 ohm Display pH/ mV /
oC is LCD, Batter 1 x 9 V PP3
Accessories pH electrode, temperature measurement/
compensation probe
1
10 Humidity Measurement Apparatus
Range temperature – 15 to + 50 oC, humidity range 0% to
95%, Accuracy temperature ±1 oC and humidity ±5% RH.
Power single 1.5 battery
1
11 Hand meters for Nox and Sox
Display : LCD 12.5 mm high. Readout: ppm. Accuracy:
±2% to 10% of reading or ±1 digit. Operating temperature: -5
to + 40 oC. Alarm flashing LED display and 85dB (A)
2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 10 of 22
audible warning. Power 4 AA batteries
Nox 0 to 1000 ppm range with alarm set at 25 and 75 ppm.
Sox 0 to 100 ppm range with alarm set at 2 and 6 ppm.
12 Hand meters for Carbon Mono-oxide detection
Display : LCD 12.5 mm high. Readout: ppm. Accuracy :
±2% to 10% of reading or ±1 digit. Operating temperature : -
5 to + 40 oC. Alarm flashing LED display and 85dB (A)
audible warning. Power 4 AA batteries
0 to 1000 ppm range with alarm set at 50 and 150 ppm.
2
13 Air particulate measurement apparatus
Automated monitoring system for particulate emission,
Certification range 0 to 15 mg/ m3,
Minimum detection limit of < 0.1 mg/ m3 and operational
ranges of 0 to 10 mg/ m3 to 0 -100 mg/ m3 , Automatic
upscale (span) and zero check for self-auditing, compliance
with forward light scatter measurement technology
1
Hydraulics and Public Health Lab (DAE)
1 PIPE REAMER • High speed steel straight flute, • Parallel hand reamer, left hand spiral, right hand cutting, • 50 mm dia.
8
6 Trowel (200-280 mm long steel) For general purpose • Tempered and hardened steel. • With wooden handle.
8
7 SCISSORS General purpose scissors, carbon steel with length 300-400 mm, for cutting rubber , leather etc.
8
8 CENTRE PUNCH • Hardened and tempered steel, ground point •Octagonal body, • black oxidized finish • 1/16” dia x 4” (2 mm dia x 100 mm long).
8
9 MELTING POT • For lead , fitted with lip , handle and legs. • Approximately 150 mm dia. and capacity 16 kg.
4
10 Ladle Heavy Forged steel bowl having a lip and long handle, 100 mm dia
5
11 PIPE YARNING AND CAULKING TOOLS One picking out, one yarning flat point, one caulking flat point, one yarning hollow point, one caulking flat side cranked; all left and right handed.
8
12 DRAIN CLEANING RODS • Drain rod set comprising of ten rods 915-1000 mm long, double worm screw and plunger and jointed scraper, • made from polypropylene with crimped brass end connections, • complete with special tips (3 Nos.), plastic carrying case with shoulder strap.
2
14 WATER HARDNESS TEST APPARATUS: Digital with automatic calibration, electrodes. Range: (0-10000)mg / L Temperature: 0°-66° Accuracy: ±5% of Full scale0.01-0.1 unit of water hardness With standard accessories and spare electrodes.
2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 11 of 22
15 Turbidity Test Apparatus Portable, Digital, Hand held Battery operated Range: 0-50 NTU and 0-1000 NTU Accuracy: ±1% of full seeds Complete with standard accessories.
2
Total
6 MONTHS PLUMBER
1 Work Bench with Bench Vice 6” Wooden bench 6ft x 3ft x 2.5ft Bench Vice • 4” (100 mm) jaw width., C.Iron body. • Steel screw, • Hardened carbon steel interchangeable jaws.
17
6 Tap and Die set 06mm to 12mm High carbon steel cut thread taps, with tap drill sizes 1/8, ¼, 3/8, ½, 5/8, ¾, 7/8, 1”; ratchet type and bar tap wrench, complete with wooden/metal carrying case. High speed steel, thread cutting die set complete with ratchet die stock , detachable handle and ¼, 3/8, ½, ¾, 1, 1-1/4, 1-1/2, 2” die size, with metal carrying case.
4
9 Line Scriber 10” Hardened, tempered and chrome plated steel.
18
12 Cross Peen Hammer 500-1000 grams • Forged high carbon steel head, tempered and polished, with ground faces. • Complete with wooden 300mm long handle having moulded vinyl grips.
22
13 Center Punch 5” Hardened and tempered steel, ground point •Octagonal body, • black oxidized finish • 1/16” dia x 5” (2 mm dia x 125 mm long).
20
14 Oil cane Capacity: 300-400 cc
19
15 Pipe Reamer 2” • High speed steel straight flute, • Parallel hand reamer, left hand spiral, right hand cutting, •2”/ 50 mm dia.
12
20 Blow lamp Dimension Liter and 2 liter Capacity. Brass tank Pumping dimension in inches=9 x 6 x 10 (L x W x H)
2
21 Threading Die ½ “ to 2” ratchet type High speed steel, thread cutting die set complete with ratchet die stock , detachable handle and ½”, ¾, 1, 1-1/4, 1-1/2, 2” die size, with metal
12
30 Hallow Punch set 05 mm to 25 mm • Hardened and tempered steel, ground point •Octagonal body, • black oxidized finish • 100 mm long).
2
32 Bit drill set (Steel) 3mm to 10 mm • Tungsten carbide tips hammer drills for use in steel, 100-400 mm long size 6, 10, 12, 14, 16, 20, 25 mm.
3
33 Bit drill (Masonry) 5mm to 13 mm • Tungsten carbide tips hammer drills for use in concrete and masonry, 100-400 mm long size 5, 6, 12, 14, 16, 20, 25 mm.
4
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 12 of 22
34 Socket Wrench set 6mm to 32mm • Handle drop forged hardened and tempered, • Jaws induction hardened, • frame and handle painted, • set of 200, 300, 450 mm size, one each.
2
35 Electric Drill Machine (Pedestal type) Variable speed 670, 1250, 2120 rpm, electric driven Capacity in steel 5 mm to 25 mm, • 240V, 50 Hz • Supplied complete with drill chuck / keyless chuck , chuck key, side/front handle, and carrying case.
1
36 Pipe Bending Machine Manual ½” to 2” Handle, Pedestal type, complete set
1
37 Sheet bending machine Manual bending with handle, Pedestal type, complete set
1
38 Burring and Grooving Machine (one each or coupled) Grooving machine 1.For 2"-12" end steel pipe 2.Max. wall thickness: 8mm 3.Output RPM: 23 rotations/m...
1
39 Sheet rollers Dia:60mm Length 900mm MATERIAL: CARBON STEEL
1
40 Electric Thread cutting machine ½” to 2” Capacity: 1/2"-2" Motorpower(W): 750 Voltage(V): 220-240 ,50- 60 Hz Spindle speed(RPM): 28
1
42 Lead melting pot • For lead , fitted with lip , handle and legs. • Approximately 150 mm dia. and capacity 16 kg.
1
43 Lead Ladle Heavy Forged steel bowl having a lip and long handle, 100 mm dia
1
44 Double burners Stainless steel body. Durable die-cast double burner. Thermostat controller automatic ignition, stainless steel construction.
1
45 Piston & Plunger pump outlet size 1” . flow: 8 gpm . pressure: 400 psi rated speed: 800 rpm • Shaft size: 1" O.D. solid shaft 13⁄8" I.D. hollow shaft • Port sizes: 3⁄4" inlet, 3⁄4" outlet •. fluid temperature: 140°F. • Pump shaft rotation: bi-rotational
1
46 Centrifugal Pump Max Flow Rates —60 gpm Max Discharge Heads - 100 Feet Max Fluid Temperature - To allow for optimum life, pumps with lip seals are limited to 180°F (82°C) and pumps with mechanical seals permit operation to 220°F (104°C), motor rated for continuous duty, thermally protected.
1
47 Picks & shovels Hardened and tamper steel Shape: Chiesel end point Wight = 4 Kg Wooden handle= 75 cm long
6
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 13 of 22
9” (225 mm), square / round point, forged steel blade / D-shaped handle wooden 750mm long.
Construction and highway Lab B-Tech
1 Vicat apparatus complete (digital) Automatic Vicat Apparatus complete with EN and ASTM Initial and Final needles, Consistency Plunger, Windows® software and RS232 cable, 1 x EN and ASTM Mould and Glass Plate. Suitable for continuous use in saturated humidity, at a controlled temperature of 20°C ± 1°C. Weight 13 kg. For 220 – 240 V AC, 50 – 60 Hz, 1 ph. Accessories Needle Cleaning Device , Printer Paper Rolls. Pack of 10, Mould Tank for testing samples under water as per EN 196-3, for use in temperature controlled laboratories. Spares Consistency Plunger EL38-2021 comprising 1 x EN Initial Set Needle, 1.13 mm dia and 1 x EN Final Set Needle, 1.13 mm dia. EL38-2023 comprising 1 x ASTM Initial Set Needle, 1 mm dia and 1 x ASTM Final Set Needle 1 mm dia. Moulds see EL38-2200, EL38-2300 or EL38-2660
10
2 Analytical Scales (1 gm, 0.1 gm & 0.01 gm) set 03
3 Thermostatic Lab Oven . Capacity: 75 to 110 litters with 3 shelves . Maximum Temperature range: 300 C . Body: Double wall, stainless steel, reinforce triple glass window (full), external body zinc coated . Temp Control: Thermostatic digital display and setting with control rate of heating and cooling . Timer: Auto control with alarm . Temperature Control ability: + 1C˚ .Power: 220 -0240 V, Single Phase, 50HZ . Power Consumption Max: 1.6 KW .Heater: Sheathed Heater .Over current and over heat protection: . Accessories: 30 NOs. Pyrex dishes with cover for soil sample, Tongs 3NOs.
01
5 Water Container Glass jar 1 kg capacity with lid and seal
5
8 Specific Gravity Apparatus (Wood) 5
9 Mechanical Screen Shaker Shaker capable of accommodating eight 200 mm (8”) dia sieve plus lid and pan or sieves 300 mm (12”) dia sieves plus lid and pan • Shaking; vertical / circular or both • Timer and on –off switch • Power supply single phase, 220V, 50 Hz
1
10 Set of sieves ASTM (with pans & lid) Confirming to BS & ASTM standards • Stainless steel or brass, 200 mm (8”) dia, round frame\ • Brass/stainless steel woven wire mesh, brass / stainless steel one lid and one pan. • Set having the following mesh designation No. 200, 100, 50, 40, 30, 25, 18, 14, 10 and 4 • Sieve brush double ended, brass and nylon bristle one no, in each set. • Sieve brush single ended, soft hair flat.
10
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 14 of 22
11 Speedy moisture meter Moisture range 0-20%. • Gauge Division 0.2%. • Sample Weight 6g. Complete with standard testing App., guage, steel balls, weighing balance, scoop, cleaning cloth, brush, one can of calcium carbide powder (400 gm), wooden box to house the App. and accessories. (with Calibration verification Certificate)
2
12 Specific Gravity Apparatus for soils (Fine and course aggregates) • Confirming with ASTM + BS Standards for fine aggregate Glass Pycnometer • Conical brass top with rubber gas kit (850 CC) Conical mould and temper: • Crome plated brass dia 40 mm x 90 mm, height 75 mm • Temping Rod 25 mm dia For Coarse Aggregates: • Stainless Steel Wire basket with handle and chain & hook • dia 200mm, height 150-200mm • Water container Plastic Tub (100 Liter.)
5
13 Cans 24
14 Casagranda Apparatus, scoop, beakers, wash bottles Cassagranda Apparatus, scoop, beakers, wash bottles,. Liquid Limit Test a) Liquid Limit Device with Grooving tool and counter b) Glass Plate 2. Plastic Limit Test a) Porcelain Dish b) Spatula / Knife c) Glass Surface / Plate d) 12 number of Moisture Containers e) Steel Rod (3mm dia approximately) 3. Shrinkage Limit Test a) Shrinkage Dish 45mm dia x 12.7mm height b) Crystallizing Dish 57mm x 31mm (approximate) c) Prong Plate with 3 metal prongs d) Evaporating Dish e) Spatula f) Graduated Cylinder 25ml
10
25 Sand -Cone Test Apparatus Sing sand replacement method. C.P steel / brass cone assembly 152mm dia with mechanism. Plastic sand jars 5 Liter capacity, metal base plate with hole at centre and calibration container. Complete with all slandered accessories
4
26 Rubber Balloon apparatus 2
31 Standard Penetration Test Apparatus ASTM/AASHTO * SPT complete with split sample spoon SPT Hammer and drilling rod of 40 - 50 with drilling rod for 40 meters. * SPT sampler consisting of: 1) A tube split longitudinally into two parts, the upper end to be fitted to the rod coupling. 2) Cutting shoe to be fitted to the lower end. 3) Ball valve fitted to rod coupling. * Steel rod 50mm dia, 3000mm long * Nipple for 50mm dia rod
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 15 of 22
* Rod coupling 50mm dia to be fitted to steel rods and upper end of SPT sampler all Accessories. Complete set
33 Plate load test equipment Loading jack 500 kN capacity with integral ball seating Pump Hand operated, single speed with integral oil reservoir Hose 3 m long. Maximum pressure 70 MPa with quick release couplings Gauge 100 mm dia with quick release couplings and graphs to convert readings to kN, kgf and lbf Weights Loading jack 24 kg Pressure system 12.5 kg
1
34 Augers set Cohesive soils Soil Auger Head, 100 mm diameter wt. 1.5 kg Soil Auger Head, 150 mm diameter wt. 2.5 kg Gravel and Sand Gravel Auger Head, 150 mm wt. 1.2 kg Fine Silty Sand Dutch Soil Auger Head, 50 mm weight 1.5 kg
1
36 Field Permeability apparatus 1
38 Elongation Index gauge Made of non-corrodible metal and mounted on hardwood / base conforming to BS specs. 812
5
41 Los Angeles Abrasion test Apparatus (Loss Angles Machine, abrasion charges, with counter) with all accessories
1
42 Engler’s Viscometer Electrically heated gold plated oil cup, stainless steel jet, mounted in lacquered brass water bath, all mounted on tripod base with adjustable feet. An energy regulator, thermometer socket and jet plug valve, conforming to AASHTO T-54 Thermometer ASTM 23 C type, 18 oC to 28 oC, Thermometer ASTM 24 C type, 39 oC to 54 oC
5
43 Specific Gravity & Water Absorption of Aggregates Apparatus
5
44 Penetrometer for asphalt Penetrometer, Penetration Needle (2.5 grms, water bath, thermometer 8 - 32°C timing device), (Sample Cub Dia 55 x 35mm set of 6)
5
45 Bitumen Extractor Extraction of Bitumen from Bituminous paving Centrifuge extractor confirming to ASTM D2172 Bond capacity = 1500 g – 2000 g (Trichloroethylene or dichloromethane pack 10kg, 0-3600rpm, 1500gm fitter disk box of 100 liter Valuable speen driven unit 0 to 300 Spare bowel Hot plate all other accessories essential for test
1
46 Incubator 1
47 Ductilometer Conforming AASHTO-T51 • Test machine for pulling briquette of bitumen by maintain the standard temperature, speed and stroke • Water bath with thermostat
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 16 of 22
• Thermometer and • Briquette mould (brass) (3 No) • Power supply: single phase 220 V 50 Hz
49 Flash and fire tester Cleveland open cup apparatus test cup, beating plate, flame applicator, support thermometer
5
50 Specific Gravity Apparatus for Asphalt including balance
5
Construction Lab (DAE)
1 Concrete Drum Mixer (Tilting Type) Steel Drum has an integral ring gear and is mounted on steel frame with rubber wheel * Yield = 6 cft (170 Ltr.) * Drum Capacity = 9-10 cft (275-325 Ltr.), * Motor = 1.5 hp * Power Supply = 220 V, 50Hz, single phase
1
4 Protein Filler Knife set 12 pieces, from 2” to 5”
10
5 Chisels Set (9"-12"-18") High carbon hardens steel, Hexagonal/octagonal shank chisels, chrome/black finish, polished cutting edge. One each
10
8 Kassi (Plies) with handle Tampered and hardened steel square blade
3
9 Pick Axe Hardened and tamper steel Shape: Chiesel end point Wight = 4 Kg Wooden handle= 75 cm long
3
10 Wooden Scaffolding For Mason
Bamboo 10 ft long 3” dia 30
Bamboo 15 ft long 3” dia 20
Batten 5' x 3.5" x 2.5" of kail wood 20
Shesham wood planks 7' x 7" x 1.5" 30
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 17 of 22
Annex-1
Bid Proforma
Tender No. ________________________________________________________________________
Time & Date of Submission of bids
Time & Date Opening the bids
Amount of Earnest Money
Bid Validity Period
Goods Delivery Period
Place of Consignment
Note: Please read the following note and instructions carefully before filing in the bid proforma:
1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.
1. No offer shall be considered if:
(a) It is received after the time and date fixed for its receipt;
(b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise
registered but not for the items mentioned in this tender;
(c) The bid document/tender is unsigned;
(d) The offer is ambiguous;
(e) The offer is conditional;
(f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is
received by telegram;
(h) The offer is of a shorter validity period than that mentioned in the tender enquiry;
(i) The offer is for stores and services not conforming to the specifications indicated in the bid document
3. The offer shall remain valid up to ninety (90) days from the bid opening date.
4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender
number and date of opening but not the name of the firm, which must appear on the inner envelope only. All
envelopes must be sealed properly.
5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the
notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning
any reason.
6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by
the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at
his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the
bid security / earnest money would be liable to forfeiture.
7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and
conditions as laid down in the contract, the performance security deposited by him would be forfeited and the
store may be purchased at his risk and expense.
8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of
the goods and services.
9. The delivery period, as reckoned from the date of issuance of the supply order is days with a
grace period of days. However, the supplier may indicate its own guaranteed earliest date by
which it will supply the goods.
10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional
information or submittal letter on the official letterhead.
11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the
offer.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 18 of 22
12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of
Technology Rasul (District Mandi Bahauddin).
13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well
as in figures. In case of difference between the two, rates quoted in words shall prevail.
14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @
2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District
Mandi Bahauddin).
15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to
furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour
of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the
performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of
the stores at the risk and expense of the bidder.
16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must
indicate the name and address of the works in the country where they will manufacture or produce the goods they
intend to supply.
17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the
agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM
of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:
“This is to certify that M/s. have
obtained a quotation from us against invitation to Tender No. issued by the Principal,
Government College of Technology Rasul (District Mandi Bahauddin).to be opened on .
We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly
in accordance with the specification laid down in the said Invitation to Bids”.
18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative
may inspect the stores during their manufacturing, production or assemblage.
19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional,
ambiguous or incomplete offers are likely to be ignored.
20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers,
after opening, shall not be entertained under any circumstances.
21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical
data, if any, in respect of the stores offered by them in support of their bids.
22. Bidders are specifically required to indicate their Computerized National Identity Card Number
(CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).
23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed
with date by the person signing the original bid documents. Bidders are required to put their signatures on all
pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-
through shall not be acceptable and may be ignored.
24. Bids should be submitted based on accounting units specified in the invitation to tenders.
25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free
replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with
the specifications given in the tender enquiry.
26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered
stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate
variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will,
however, be acceptable.
27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry,
the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-
inspection by the Purchaser or his authorized representative(s) at their own cost.
28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.
29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer
packing.
30. Bids must guarantee at least three years’ free service and supply of the spare parts.
31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be
offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 19 of 22
32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own
expense, if available.
33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare
parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original
manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.
34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied
parts if they are found not suitable for the equipment, machinery or engine.
35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that
stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders
must note that non-exhibition of the import documents at the time inspection or on demand later may lead to
forfeiture of their security deposits and procurement of the stores at their risk and expense.
36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of
testing.
37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance
with the terms and conditions as laid down in this respect in the supply orde r and the contract agreement.
Release of payment will be subject to satisfactory performance of the contract and the final inspection and
acceptance note by the consignee or the Purchaser.
38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid
documents preferably through mutual consultations followed by arbitration.
Bidder’s Signature and Seal Name: Designation: CNIC No.
Address: Phone Office: Phone Works:
Fax No. Mobile No. Email address:
Website: Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature: Name:
Designation: CNIC
No. Date:
List of enclosures or attachments, if any: 1.
2.
3.
4.
5.
Annex-2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 20 of 22
Bid Price Schedule
Item Description / specifications
Unit
Price+
GST
(Rs.)
Total price
(Rs.)
Country
of origin
Deviations
from
Purchaser’s
specifications
Total price in words
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Bidder’s Signature and Seal
Name: Designation:
Date:
Annex-3
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 21 of 22
Undertaking by the Bidder
1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and
conditions of your tender enquiry No. , due for opening on , for the supply of the
stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and
the Punjab Procurement Rules, 2014 (PPR-2014). I/We agree to abide by all these terms, conditions,
stipulations, obligations, and instructions.
2. I/We also hereby categorically confirm that the stores offered by me/us conform to the
particulars and specifications as laid down in your tender enquiry in all respects and that any difference has
been fully and duly explained in the bid papers submitted by me/us.
3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found
lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have
no claim to it, whatsoever.
4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby
confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In
case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated
supplies @ 2% per month or part thereof.
5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us
from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby
undertake to refund the price charged in excess.
6. I/We certify and undertake that we have not been blacklisted by any public or private authority or
organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity
and that, I/We are currently not in litigation with any other authority or organization in this capacity.
7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection
of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any
time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid
necessarily.
8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the
amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.
9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it
shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the
original as well as the extended validity period.
10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together
with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a
valid and binding contract between the Purchaser and me/us.
11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the
eligibility criteria of participating in the bid.
12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our
information, knowledge and belief and that nothing material has been withheld by me/us.
Deponent
Bidder’s Signature and Seal
Name:
Designation: CNIC No.
Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature:
Name:
Designation:
CNIC No.
Date:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 22 of 22
Appendix-1
Contract Agreement (Specimen)
This agreement is made in the presence of the witnesses named below on this day of 2015 at
between the Principal GCT Rasul (hereinafter called “the Purchaser”) and
(hereinafter called “the Supplier”).
Whereas the Purchaser invited bids for certaina stores, goods and ancillary services, viz., [brief description of goods and
services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs.
[contract price in words and figures] (hereinafter called “the Contract Price”).
Now this agreement witnesses as follow:
1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in
the bid document referred to.
2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:
(a) Invitation to tenders as publicized / advertised by the Purchaser;
(b) Bid document as bought from the Purchaser;
(c) Schedule of Technical Specifications as annexed with the bid documents;
(d) Bid Proforma;
(e) Bid price schedule;
(f) Undertaking submitted by the bidder alongwith the bid papers;
(g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores,
goods, and services etc.;
(i) General and special conditions regarding purchases and procurements as given in the Punjab
Procurement Rules, 2009; and
(j) This contract agreement as executed between the Purchaser and the Supplier
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in
conformity and in all respects with the provisions of the award of contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services
and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of
the contract at the times and in the manner prescribed by the contract.
In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws
the day and year first above written.
Purchaser Supplier
Signature: ……………………………….
Name: ………………………………….
Designation: …………………………………….
Date: …………………………………….
Signature: …………………………………….
Name: …………………………………….
Designation: ………………………………….
Date: …………………………………….
Purchaser’s seal Supplier’s seal
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 1 of 16
GOVERNMENT OF THE PUNJAB
TECHNICAL EDUCATION & VOCATIONAL TRAINING AUTHORITY
TENDER DOCUMENTS
FOR PURCHASE OF
Equipments & Machinery
Package No. 04 B-Tech Department
STRUCTURAL ENGG. LAB, CONCRETE LAB, ENGG. GEOLOGY LAB
(GOVT. COLLEGE OF TECHNOLOGY, RASUL Mandi Bahauddin) Ph: 0546-553216 Website: www.gctrasul.edu.pk Email: [email protected]
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 2 of 16
TENDER NOTICE
Government college of Technology, Rasul, Mandi Bahauddin is one of ancient and prestigious
institutes of Civil Technology. The Machinery/ Equipment’s are required for different Labs. For which registered
supply firms, contractors, sellers are invited as per Punjab procurement rules 2014 (Single stage one envelope
procedure with performance guarantee) duly sealed tenders complete in all respect. The description and
specifications with terms and conditions of contract for Rs.500/-per package tender may be obtained from
undersigned office in working hours.
Package No. / Lab/ Workshop Tender documents
Price
Package No. 1 Rs. 500
B-Tech Department Survey Lab.
DAE Survey Lab
ONE YEAR CIVIL SURVEYOR
Package No. 2 Rs. 500
DAE 1-Wood Workshop, 2-Electrical Lab, 3-Drafting Labs
Materials Testing Lab, Civil Draftsman (AutoCAD)Drg Lab, Drawing Lab
Materials Technician Course, 6 MONTHS STEEL FIXER
6 MONTHS ELECTRICIAL WIRING TECHNICIAN
Drafting Lab One year civil surveyor
Package No. 3 Rs. 500
B-Tech Department HYDRAULICS ENGG. LAB, Public Health Lab
DAE Civil 3 Years, Hydraulics and Public Health Lab, 6 MONTHS PLUMBER, B-
Tech Department Construction Lab & Highway Lab
DAE Construction Lab
Package No. 4 Rs. 500
B-Tech Department
STRUCTURAL ENGG. LAB, CONCRETE LAB, ENGG. GEOLOGY LAB
1. Tender documents can be down loaded form PPRA web-site .If tender documents are downloaded form PPRA
web-site, tender fee in the shape of “Banker’s Cheque ”/ “Demand Draft” in favour of Principal, GCT Rasul
be submitted along with tender. NTN and GST, certificates must be provided with the tender on submission of
written request accompanied with copies of sales tax/income tax registration.
2. Tender along with 2% Earnest money of Quoted amount will be received up to 25-03-2015 at 12.00 Noon in
shape of “CDR/PO/Banker’s cheque/Demand Draft”. And will be opened on the same day at 13.00 P.M. in the
presence of participating firms or their authorized representatives.
3. The conditional or incomplete tender or tenders without 2% earnest money from scheduled bank or
not compatible with PPRA rules 2014 will not be entertained.
4. The further information may be obtained from undersigned office in any working day during working
hours.
GOVERNMENTOFTHEPUNJAB
TEVTA
DISTRICT MANAGER/PRINCIPAL
TEVTA, GUJRAT/M.B.DIN
GOVERNMENT COLLEGE OF TECHNOLOGY, RASUL
MANDI BAHAUDDIN
Phone:0546-553216, 03007752043 Fax 0546-553110
Email: [email protected]. Website: ww.gctrasul.edu.pk
SKILLS FOR THE YOUTH OF PAKISTAN
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 3 of 16
TERMS AND CONDITIONS
Note: - Please read the following note and instructions carefully:- 1.
(a) Brand/Model/Country Name should be quoted for given specifications.
(b) Quoted prices should be inclusive of all relevant taxes.
(c) Samples of quoted rates items should be provided if required.
(d) No change in terms/condition of tender as well as in specifications of items will be accepted.
2. Any offer not received as per terms and conditions of the tender enquiry is liable to be ignored. No
offer shall be considered and the bidder will be disqualified if;
(i) It is received without earnest money as per schedule/advertisement.
(ii) It is received after the time and date fixed for its receipt.
(iii) The tender is unsigned.
(iv) The offer is ambiguous.
(v) The offer is conditional.
(vi) The offer is received by telegram and e-mail.
(vii) The offer is received with shorter validity than required in the tender enquiry.
3. Offers will remain valid for 90 Days for local items and 120 days for imported items from the date of placement
of order.
4. The purchaser/department reserves the right to purchase full or part of the any store, increase or decrease the
quantity or ignore/skip/cancel the tender without assigning any reason.
5. If the acceptance of tender issued during the validity period of the offer is not accepted by the tenderer, the
earnest money shall be forfeited.
6. In case offer is withdrawn, amended or revised during the validity period of the offer, the earnest money is
liable to be forfeited.
7. In case, the contractor fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract the security deposited by him shall be forfeited and stores purchased will be at his risk and expense.
8. The buyer reserves the right to claim compensation to make the loss to goods caused by the delay in the delivery
of stores.
9. Black listed firms need not to apply. All tenderers must attach a certificate of undertaking that the firm is not
Black listed from any office or department. In case of false information regarding black listing from any other
department or office, the bidder shall be responsible and will be treated as per law.
10. Payment will be made in Pak Rupees through cross cheque after deduction of all type of taxes as per prevailing
rates, after receipt, inspection and acceptance of Machinery / Equipment in accordance with the given
specifications, by the technical committee.
11. In case of late delivery, late delivery charges @ 0.5% per week of the total value of invoice shall be deducted
from the invoice.
12. Quoted price should be given as per F.O.R Basis and rates must be inclusive of transportation, service charges
etc. and all taxes to be payable by the firms/suppliers which may be deducted at the time of final payment as per
rules.
13. If a successful bidder fails to execute the contract strictly in accordance with terms and conditions laid down in
the contract, the department reserves the right to proceed for black listing or any proceeding against him under
the rules.
SPECIAL INSTRUCTIONS 1. The stores are required by the consignee within 90 days (Local items) and 120 days (Imported items) from issue
of supply order or earlier. However, the tenderers are required to indicate their own guaranteed earliest date
(within given days) by which the stores will be supplied by them.
2. Tenders should be addressed to “Principal, GCT Rasul Mandi Bahauddin”.
3. Call deposit @ of 2 % in the name of Principal,GCT Rasul Mandi Bahauddin of any scheduled bank in shape of
CDR/DD/PO/Banker’s Cheque must be attached with the tender; otherwise the tender will not be considered.
4. No part payment will be allowed to any successful bidder under any circumstances. Payment will be made only
after complete / whole supply of the stores as per supply order.
Government of the Punjab
TEVTA
Govt. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 4 of 16
5. Any conditional, ambiguous or incomplete offer in any respect shall be ignored. No supplementary or revised
offer after opening of tenders shall be entertained.
6. The tenderers shall enclose catalogues/leaflets/literature/manuals and other technical data in English, in
respect of stores offered by them and each item of the tender will be technically evaluated by the technical
committee for acceptance or rejection.
7. The tenderers must attach their National Tax Number (NTN) and Sales Tax Number (STN) registration
certificates along with bids.
8. The person signing the tender must, properly sign any erasing/cutting/crossing etc appearing in the offer.
Moreover, all pages of tender must also be properly signed. Offers with any overwriting without authorized
signature, under any circumstances should not be accepted.
9. The quotation shall be submitted on the basis of accounting unit specified in the invitation to tender.
10. (a) The bidder shall guarantee that the machinery/equipment supplied under the contract/order shall conform to
the specifications given in the order and shall be free from defects/weakness. In case any machinery/equipment
is found being not in conformation to the specifications provided in the tender, either on account of inferior
quality, defective workmanship, faulty design or short/wrongly supplied, the supplier will replace the short,
wrongly supplied/faulty or defective items, free of charge and/or will be sole responsible to pay the full cost of
replacement.
(b) In case a similar store offered is at variance with the specification given in the tender enquiry, the tenderer must
clearly identify variations in their offers. Stores offered having specifications superior to the one specified in the
tender enquiry shall however, be acceptable.
11. The successful bidder will furnish performance guarantee / security @ 10% of the contract Amount / Supply
order in the form of call deposit, which will be released without markup after 12 months/expiry of warranty
period after the day of last supply/installation, against the order.
12. Machinery/Equipments should be brand new and of latest version strictly confirming to the given specifications.
13. The country of origin can be western (Germany/Spain/Italy/USA/Japan) or eastern
(Taiwan/Korea/China/Thailand/Malaysia etc.) or equivalent. The supplier will provide evidence of country of
origin at the time of supply. However, comparison of prices will be made on basis of country of origin e.g.
Made in Germany with Made in Germany/USA/UK/Japan or Made in China with Made in China/Korea/Taiwan
etc.
14. Firm will install and commission the equipment in the institute and provide on site training free of charges.
15. Tenderers may be required to provide samples of offered items if needed.
16. Taxes will be deducted from the quoted price as per Govt. Rules where applicable.
17. No part Payment will be allowed and payment will be made after complete delivery on availability of funds
from the Head Office.
18. The list of Machinery/Equipment along with detailed specifications and quantity required is attached herewith.
19. In case of any query or information, contact this office on telephone No. 0546-553216 or
E-mail [email protected] or [email protected]
20. WARRANTY / MAINTENANCE:
a. All machinery/equipment shall carry warranty of parts and labour at site for a period of at least one year from
the date of installation.
b. Supplier will be responsible for successful installation and working of all the machinery/equipments for a period
of one year and any problem in equipment/machinery etc. will be removed by the supplier/firm free of cost
including replacement of parts etc. if any.
c. Technical experts of the firm/contractor will visit this college on emergency call as well as, and when required
for within the warranty period in addition to any routine calls.
d. The Contractor will be bound to repair/replace the defaulted equipment/machinery/spare parts during the
warranty period within 15days, when he is asked to do so. In case he fails to do so, the purchase committee will
be authorized to get repaired the defaulted equipment from the security amount of the supplier.
e. The contractor will be bound to abide by all rules & regulations/instruction/directions issued by the
Federal/.Punjab Governments/Purchase committee of Office of the District Manager TEVTA, Gujrat in addition
to above mentioned conditions.
CERTIFICATES:
1. We undertake that our Firm M/S is not black listed by any Govt.
Department / Agency in any part of Pakistan.
2. We have read all terms and conditions and undertake to abide by all Terms & Conditions mentioned in this
tender document.
3. Certified that all rates are quoted on attached list duly issued by the institute.
Signature: District Manager (TEVTA) / Principal (GCT, Rasul Mandi Bahauddin)
Signature: Proprietor Firm / Bidder Stamp:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 5 of 16
Government of the Punjab
TEVTA GOVT. COLLEGE OF TECHNOLOGY, RASUL (M.B.Din)
Phone :- 0546-553216
M/S________________________________________________________
____________________________________________________________
Schedule of Technical Specifications Package-4: SPECIFICATIONS OF B-Tech Department STRUCTURAL ENGG. LAB, CONCRETE LAB, ENGG. GEOLOGY LAB Last Date & Time of tender receiving 25-03-2015 12:00 Noon
Date and Time of opening of tender 25-03-2015 01:00 PM
Name of Firm with complete address ________________________________________
A Call Deposit Receipt (CDR) No.___________________ dated _____________________
NTN No ___________________________ GST No._______________________________
Signature with stamp:- _____________________________________________________
Please crossout the blanks for which rates have not been coated. Use of correcting fluid and
erasers are not allowed. In case of cuttings it must be initialed please.
Sr.
No.
EQUIPMENT / DESCRIPTION WITH
SPECIFICATIONS QTY Unit Price GST
Total
Cost
{3x(4+5)}
Country
of Origin+
Model
1 2 3 4 5 6 7 Structural Engg. Lab B.Sc Civil Tech
1 UTM digital 200 TON CAPACITY Complete System with Standard Accessories to perform Tensile, Compression Test & Bending Test Comprising :-
1. Loading Unit 2. Control / Measuring Unit 3. Data Processing Hardware (PC & Printer) 4. Modification of Electric Voltage 5. Software TRAPEZIUM-2 Single (English Version)
TRAPEZIUM-2 Single (English Version) Processing Software for Tensile, Compression and Bending Tests.
6. Tensile Test Grips: Max Grip Span : 1000mm
Grip for Rod Specimen : 12-70mm dia 1 type with Liner Grip for Flat Specimen : 0-65mm 1 type (70 in width)
7. Compression Test: Max Compression Plate
Span : 900mm Compression Plate Size : 160mm dia
8. Bending Test Jig Transverse and Bending Test Jig
Max Support Span : 800mm Support Diameter x Width : 50 x 160mm Punch Tip Radius : 25mm Punch Width : 160mm
9. Dial Gauge Type Extensometer Specimen Size Round Specimen : 6~25mm dia Plate
Specimen : t6 - 25 x 40mm Gauge Length : 50mm Dial Gauge Stroke : 5mm Min Reading : 1/1000
01
2 Vernier Caliper Metric / Inches 10 3 Outside Micrometer (0.25mm to x 0.1mm) 10
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 6 of 16
4 Extensometer
Round specimen: 6-25mm dia Plate specimen: t6-25x40mm Gauge Length: 50mm Dial Gauge Stroke: 5mm Min Reading:1/1000
01
5 Rockwell Hardness Testing Machine
Preload (by the lever alone) : 10kgf, Load by lever and weight holder : Loads : 30, 100, 150Kgf, Vertical gap : 215mm, Horizontal rech : 220mm, Height : 650mm and Depth : 180mm
01
6 Brinnell Hardness Testing Machine
Preload (by the lever alone) : 10kgf
Specifications UNIT SE-B3000(H)
Loads 200 500 to 3000 in stages of 250
Initial Load kgf 250
Max. Testing Height mm 410
Depth of Throat mm 200
Max. Depth of elevating screw below base mm 180
Size of Base mm 370 x 670
Machine Height mm 1127
Net Weight (Approx.) kg. 450
Drive Motor HP 0.33-415v/p
01
7 Charpy Impact Testing Machine Simple construction
of pendulum izod so that izod or charpy machine can built at site.
Interchangeable strikers for izod and charpy positions positive pendulum lock in izod and charpy positions.
Safety guard for protection. A braking arrangement for stopping the pendulum. An essential printer interface. A complete set with
accessories Specimen holder for izod and charpy test.
01
9 Drafting Machines (Elbow type) Table size A o complete with all accessories
50
10 Model Frame for Deflection Analysis and internal forces
Demonstration and evaluation of slope and deflection of cantilevers and beams; investigation of simply supported and built-in ends.
The bench mounted apparatus consists of a base plate, one moveable and one fixed beam support, a steel beam, 25x5 mm, approx. 1.4m long, load hangers and hooks.
The beam supports incorporate knife edges and clamping facilities, and one allows lateral movement whilst clamped.
The base plate should be slotted to allow one beam support to be moveable.
Deflections measured by the two dial gauge test sets provided
An instruction manual for student and lecturer provided
Set of weights
Tape measure supplied
05
CONCRETE LAB 1 Electronic Digital Balance
L x B x H = 1320 x 368 x 267 mm, Drum size length = 100 mm, diameter 140 mm and mesh 2 mm.
6
2 Wire baskets with handle stainless non-corrodible steel 200mm (8") dia and 6" to 10" height and (1.70 -3.35) mm wire mesh
6
3 Specific Gravity Apparatus including solution balance for fine and coarse aggregates (Fine and course aggregates) • Confirming with ASTM + BS Standards for fine aggregate
5 each
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 7 of 16
Glass Pycnometer • Conical brass top with rubber gas kit (850 CC) Conical mould and temper: • Crome plated brass dia 40 mm x 90 mm, height 75 mm • Temping Rod 25 mm dia For Coarse Aggregates: • Stainless Steel Wire basket with handle and chain & hook • dia 200mm, height 150-200mm • Water container Plastic Tub (100 Ltr.)
4 Slump Test Apparatus To perform slum contest for concrete according to BS1881, ASTM-C-143 specifications consisting of: * Con Mould: Base dia 20 cm dia, top dia 10 cm, 30 cm high, made of corrosion protected steel sheet / stainless steel, handles on two sides and footlugs. * Tampering Road: 16 mm dia x 1600 mm long, hemi-sphere at both ends. * Steel Base Plate: 45 x 35 cm, 3 mm thick * Slump Cone Funnel / Hopper of sheet steel (20 SWG) * Scoop with handle * Steel rule 300 mm long
6
5 Cube Moulds (6"x6"x6") cubes 150mm (6") with clamp attached based plate, easily collapsible sides (made of cast iron)
24
6 cylinders 150mm dia X 300mm height (6" dia x 12" height) complete with base plate and locking arrangement, made of Steel
12
7 Balance platform Floor mounting Capacity= 150 kg or batter Sensitivity=50gm large dial gauge dia – 50 cm or greater platform (stainless steel) size : 60 x 65 or greater Zero Adjustment
1
8 Mixing Platform 26 SWG size 5 x 5ft
6
9 Measuring cylinders and pan etc Soda glass, spouted and 1000 ml
6
10 Compressive Strength Testing Machine (1500 KN Capacity) Digital display . For testing concrete cubes (15cm X 15cm) and cylinder (30cmX15cm), For testing cement mortar cubes (5 x 5 cm) . For split cylinder tensile test 16 x 32cm specimen . Flexure test for 15 x 15 x 60 cm concrete beam/timber beam (3rd point loading) also for other materials . Motorized with controllable rate of loading . Frame: steel fabrication with cover for protection . Loading Capacity: 1500 KN . Platen Diameter: (200-330 mm) . Ram travel (mim): 50mm . Vertical clearance of platen: min (315 mm) . Sensitivity: 0.1 KN . Measuring units: KN, lb, kg. etc. . Minimum reading display: 0.5 KN . Power port (RS 232C) + data downloading cable to PC along with software . Load Pacer: Pacing rate 2 KN / Sec to 20 KN / Sec adjustable . Double stage pump . Motor 220V - 240V Single Phase 50HZ (3/4 - 1x1/2HP) with following accessories - Compression gauge
1
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 8 of 16
11 Cylinder Capping Set
complete including: 1. two steel retainers for 6" (15cm) dia cylinders 2. Electric melting pot for melting capping compound (with 20kg capping compound Tin)
2
12 Concrete Mixer Steel Drum has an integral ring gear and is mounted on steel frame with rubber wheel * Yeild = 6 cft (170 Ltr.) * Drum Capacity = 9-10 cft (275-325 Ltr.) * Motor = 1.5 hp * Power Supply = 220 V, 50Hz, single phase
1
13 Needle Vibrator(Poker Vibrating tip / head: 20 mm - 25 mm dia and 240 - 350 mm long . Flexible shaft: 2 m long . Vibration / Mint: 10, 000 - 12,000 rpm . Power: 220 V, single Phase 50 HZ . Complete with on / off control cable etc
2
14 Vibrating table complete to facilitate compaction of concrete in moulds • Table mounted on steel stand with clamp assembly • Vibrating surface size: 80x40cm approx. • Maximum loading capacity 20 Kg or More • 220-240v, 50 Hz, single phase. • Rubber mate
1
15 Specimen trolley Capacity: 75-100 Ltr. Size: 130x60x80 cm (approx) Frame: Angle Iron (1.5 x 1.5 x 0.25 inches) / body M.S sheet (6 SWG) Wheel: Rubber (tubeless tyre)
1
16 Vicat apparatus complete (digital Automatic Vicat Apparatus complete with EN and ASTM Initial and Final needles, Consistency Plunger, Windows® software and RS232 cable, 1 x EN and ASTM Mould and Glass Plate. Suitable for continuous use in saturated humidity, at a controlled temperature of 20°C ± 1°C. Weight 13 kg. For 220 – 240 V AC, 50 – 60 Hz, 1 ph. Accessories Needle Cleaning Device , Printer Paper Rolls. Pack of 10, Mould Tank for testing samples under water as per EN 196-3, for use in temperature controlled laboratories. Spares Consistency Plunger EL38-2021 comprising 1 x EN Initial Set Needle, 1.13 mm dia and 1 x EN Final Set Needle, 1.13 mm dia. EL38-2023 comprising 1 x ASTM Initial Set Needle, 1 mm dia and 1 x ASTM Final Set Needle 1 mm dia. Moulds see EL38-2200, EL38-2300 or EL38-2660
2
17 Thermometer probe type Range -75 to +1200C or -30 to +199.9C or -75 to +1999F. Cold junction (automatic) 0 to 45C Weight 500g
6
18 Humidity Apparatus Range temperature – 15 to + 50 oC, humidity range 0% to 95%, Accuracy temperature ±1 oC and humidity ±5% RH. Power
single 1.5 battery
6
19 Stop watch 06
20 Beam mould 26 SWG size 5’x 6”x 6” and 5’x 6”x12
02
21 Cube Moulds (4"x4"x4") cubes 100 mm (4") with clamp attached based plate, easily collapsible sides (made of cast iron)
24
22 Cube Moulds (8"x8"x8") cubes 200 mm (8") with clamp attached based plate, easily collapsible sides (made of cast iron)
24
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 9 of 16
23 Cement Silo 28 SWG Dia 5’ height 8ft
1
24 Measuring tap 3, 4, 6, 8 10 and 12 ft
6
25 Allen Key, Set Screw Driver Set, Philips Screw Driver Set, Open End Wrench Set, Adjustable Wrench Set Made in China (each set)
6
26 Compacting Factor Apparatus For determination of compacting factor of concrete complying with B.S. Specs, complete set consisting of: Two conical hoppers having hinged trap doors at the bottom end, mounted on to a rigid steel frame l (at standard height), capable of dropping concrete in a cylinder placed underneath.
2
27 Glass Measuring cylinders Plastic with spout 2000, 1000, 500, 250 and 100 ml
5
28 Schmidt hammer EN 12504-2; ASTM C805 Concrete Test Hammer, Normal. The hammer is intended for testing the quality of concrete in finished structures such as buildings and bridges. Supplied complete with carrying case and carborundum stone, the hammer is suitable for testing concrete with compressive strengths of 10 to 70 N/mm2 with Testing Anvil
2
29 PUNDIT Machines Specification Dimensions (l x w x h) 160 x 250 x 100 mm Time measurement 0.1 to 999.9 m sec Ranges 0.1 to 999.9 m sec 1 to 9999 m sec Accuracy ± 0.1 m sec Transmitter, pulse 1.2 k V, 500 V or 250 V, 1.5 m sec Power supply Battery: Ni-Cad rechargeable Mains: 110 – 240 V AC, 50 – 60 Hz, 1 ph Display 128 x 128 dot LCD with back lighting Weight 8.2 kg Pundit Plus Ultrasonic Concrete Tester complete with two 54 kHz transducers each with 3.6 metres of cable, coupling agent, carrying case and instruction manual. Pundit Plus Ultrasonic Concrete Tester, supplied completes with computer interface kit and download software. 110-240V 50/60Hz 1ph
1
30 Core cutter Core Cutter Test Apparatus (BS 1377:9) Drop hammer consisting of steel handle, rod and base,10 Kg Driving dolly recessed to fit the core cutter, Core cutter 100mm internal dia, 130mm height steel tube, treated against corrosion, one end tapered to a cutting edge.
1
31 Pre-stressing jack, pre-stressing lumber with accessories 1
ENGINEERING GEOLOGY LAB
1 Mohr's scale of Hardness Box A scale with diamond bit to scratch and to assess the hardness
5
2 Specimens (Minerals) with containers
20
3 Specimens of rocks with containers 5
4 Specific gravity apparatus Crucible and cover of porcelain of size = rim dia = 63 mm, height 57 mm and capacity of 100 ml
5
5 Rock Classification Hammer and Nw rock cradle Light weight portable impact hammer of weight 1.4 kg, capable against the core to obtain rebound reading. NW rock cradle of weight 9.1 kg
5
6 Uniaxial compressive strength testing machine Size l x b x h = 410 x 610 x 1320 mm, max. Ram travel = 50 mm, platen diameter = 178 mm, capacity 1500 KN, rated power 1350 Watt. With analogue gauge 300 mm, dula calibrated to 1500 KN in 4 KN divisions and to 350000 lbf in 500 lbf divisions.
2
7 Rock quality designation test apparatus
2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 10 of 16
8 Core boxes (Approximate 30 ft) 2
9 Specimens of geological structures with containers 10
10 Model of fold, faults and joints 20
11 Mid Cauldron stereo plotter applet 2
12 Digital Point Load Test, Apparatus. Capacity 55 KN, Maximum sample size 101.6 mm, load range 0 to 55 KN x 0.001 KN
1
13 Digital Shear Test Apparatus for rocks Pressure is indicated directly on the digital readout unit. Loads up to 55 kN can be applied to specimens as large as 101.6 mm in diameter. The apparatus is supplied complete with heavy-duty face mask. Capacity 55 kN, Maximum sample size 101.6 mm, Load range 0 to 55 kN x 0.001 kN and Weight 25 kg
1
14 Point Load Test, Apparatus. Comprising of two columns fixed cross head frame and hand operated hydraulic jack. The frame can accommodate sample sizes upto 101.6 mm (4 Inch) in diameter. The gauges range o to 5.5 KN into 0.1 KN divisions and 0 to 55 KN into 1 KN divisions Accessories.
1. Low range gauge o to 5.5 KN. 2. High range gauge 0 to 55 KN 3. Heavy duty Goggles.
Spare kit point load test apparatus.
1
15 Slake durability apparatus with two drums and tank L x B x H = 1320 x 368 x 267 mm, Drum size length = 100 mm, diameter 140 mm and mesh 2 mm.
2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 11 of 16
Annex-1
Bid Proforma
Tender No. ________________________________________________________________________
Time & Date of Submission of bids
Time & Date Opening the bids
Amount of Earnest Money
Bid Validity Period
Goods Delivery Period
Place of Consignment
Note: Please read the following note and instructions carefully before filing in the bid proforma:
1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.
1. No offer shall be considered if:
(a) It is received after the time and date fixed for its receipt;
(b) It is received without earnest money from an unregistered firm or from a firm, which is otherwise
registered but not for the items mentioned in this tender;
(c) The bid document/tender is unsigned;
(d) The offer is ambiguous;
(e) The offer is conditional;
(f) The offer is from a firm blacklisted, suspended or removed from the approved list; (g) The offer is
received by telegram;
(h) The offer is of a shorter validity period than that mentioned in the tender enquiry;
(i) The offer is for stores and services not conforming to the specifications indicated in the bid document
3. The offer shall remain valid up to ninety (90) days from the bid opening date.
4. Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender
number and date of opening but not the name of the firm, which must appear on the inner envelope only. All
envelopes must be sealed properly.
5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the
notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning
any reason.
6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by
the bidder, the bid security / earnest money deposited by him shall be forfeited and the stores may be purchased at
his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the
bid security / earnest money would be liable to forfeiture.
7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and
conditions as laid down in the contract, the performance security deposited by him would be forfeited and the
store may be purchased at his risk and expense.
8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of
the goods and services.
9. The delivery period, as reckoned from the date of issuance of the supply order is days with a
grace period of days. However, the supplier may indicate its own guaranteed earliest date by
which it will supply the goods.
10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional
information or submittal letter on the official letterhead.
11. Cash receipts (in original or a certified copy) in token of having purchased the tender, must accompany the
offer.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 12 of 16
12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Government College of
Technology Rasul (District Mandi Bahauddin).
13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well
as in figures. In case of difference between the two, rates quoted in words shall prevail.
14. Bidders not registered with the Purchaser for the specified stores shall submit deposit at call @
2% of the price quoted by them in favour of the Principal, Government College of Technology Rasul (District
Mandi Bahauddin).
15. The bidder who is declared successful after financial and technical evaluation of the bids, may be required to
furnish performance security deposit up to 10% of the contract price in the form of deposit at call in favour
of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the
performance guarantee may result in cancellation of award and forfeiture of the earnest money and procurement of
the stores at the risk and expense of the bidder.
16. Bidders who themselves are the original manufacturers of the demanded goods, stores or services must
indicate the name and address of the works in the country where they will manufacture or produce the goods they
intend to supply.
17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the
agents of the principals abroad are required to furnish an undertaking or certificate from the principal or the OEM
of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:
“This is to certify that M/s. have
obtained a quotation from us against invitation to Tender No. issued by the Principal,
Government College of Technology Rasul (District Mandi Bahauddin).to be opened on .
We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly
in accordance with the specification laid down in the said Invitation to Bids”.
18. Bidders must indicate the complete address of the place(s) where the Purchaser or his authorized representative
may inspect the stores during their manufacturing, production or assemblage.
19. Bids materially different from the necessary conditions of participation in the bidding, such as a conditional,
ambiguous or incomplete offers are likely to be ignored.
20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers,
after opening, shall not be entertained under any circumstances.
21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature and other technical
data, if any, in respect of the stores offered by them in support of their bids.
22. Bidders are specifically required to indicate their Computerized National Identity Card Number
(CNIC), National Tax Number (NTN), and the General Sales Tax Number (GST).
23. Any erasing, cutting, crossing, overwriting, and interlineations etc. in the bid papers offer must be duly signed
with date by the person signing the original bid documents. Bidders are required to put their signatures on all
pages of the bid document, except the printed literature etc. Offers containing unsigned overwriting or strike-
through shall not be acceptable and may be ignored.
24. Bids should be submitted based on accounting units specified in the invitation to tenders.
25. Bidders are required to furnish a certificate or undertaking that they will be responsible for the free
replacement of stores (including spares) if the same are found to be defective, substandard and or at variance with
the specifications given in the tender enquiry.
26. Bidders are expected to offer the stores as per the specifications given by the Purchaser. In case the offered
stores are at variance with the specifications given in the tender enquiry, the bidders must clearly indicate
variations in their offers. Stores of the specifications superior to those specified in the tender enquiry will,
however, be acceptable.
27. In case the stores of indigenous origin are offered as the stores similar to that specified in the Tender Enquiry,
the bidders shall, within seven days of the opening of the bids, offer the said stores, wherever possible, for pre-
inspection by the Purchaser or his authorized representative(s) at their own cost.
28. Where invitation of offers is for specified brand(s), offers for other brand(s) shall not be acceptable.
29. The Stores shall be brand new and shall be supplied at the place of consignment in the original manufacturer
packing.
30. Bids must guarantee at least three years’ free service and supply of the spare parts.
31. Wherever feasible and required, samples and specimens should accompany the bids. Bulky samples may be
offered for inspection at the bidders’ place. Purchaser may demand additional samples, if so required by him.
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 13 of 16
32. Bidders may, under a prior arrangement, see the samples of the stores required by the Purchaser at their own
expense, if available.
33. In case of imported stores and spare parts, bidders shall furnish a certificate that the equipment and the spare
parts shall all be genuine, brand new and in the original manufacturer packing. Name of the original
manufacturer(s) in whose packing the spares will be supplied, wherever possible, must also be given in the offer.
34. Bidders shall also furnish a certificate that they will be responsible for free replacement of the supplied
parts if they are found not suitable for the equipment, machinery or engine.
35. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that
stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders
must note that non-exhibition of the import documents at the time inspection or on demand later may lead to
forfeiture of their security deposits and procurement of the stores at their risk and expense.
36. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of the results of
testing.
37. Bidders must note that no part payment will be made at any stage. Payment will be made in accordance
with the terms and conditions as laid down in this respect in the supply orde r and the contract agreement.
Release of payment will be subject to satisfactory performance of the contract and the final inspection and
acceptance note by the consignee or the Purchaser.
38. Disputes, if any, will be resolved as per the terms and conditions laid down in this respect in the bid
documents preferably through mutual consultations followed by arbitration.
Bidder’s Signature and Seal Name: Designation: CNIC No.
Address: Phone Office: Phone Works:
Fax No. Mobile No. Email address:
Website: Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature: Name:
Designation: CNIC
No. Date:
List of enclosures or attachments, if any: 1.
2.
3.
4.
5.
Annex-2
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 14 of 16
Bid Price Schedule
Item Description / specifications
Unit
Price+
GST
(Rs.)
Total price
(Rs.)
Country
of origin
Deviations
from
Purchaser’s
specifications
Total price in words
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Bidder’s Signature and Seal
Name: Designation:
Date:
Annex-3
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 15 of 16
Undertaking by the Bidder
1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and
conditions of your tender enquiry No. , due for opening on , for the supply of the
stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Profroma and
the Punjab Procurement Rules, 2014 (PPR-2014). I/We agree to abide by all these terms, conditions,
stipulations, obligations, and instructions.
2. I/We also hereby categorically confirm that the stores offered by me/us conform to the
particulars and specifications as laid down in your tender enquiry in all respects and that any difference has
been fully and duly explained in the bid papers submitted by me/us.
3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found
lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have
no claim to it, whatsoever.
4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby
confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In
case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated
supplies @ 2% per month or part thereof.
5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us
from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby
undertake to refund the price charged in excess.
6. I/We certify and undertake that we have not been blacklisted by any public or private authority or
organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity
and that, I/We are currently not in litigation with any other authority or organization in this capacity.
7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection
of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any
time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid
necessarily.
8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the
amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.
9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it
shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the
original as well as the extended validity period.
10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together
with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a
valid and binding contract between the Purchaser and me/us.
11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/W e qualify the
eligibility criteria of participating in the bid.
12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our
information, knowledge and belief and that nothing material has been withheld by me/us.
Deponent
Bidder’s Signature and Seal
Name:
Designation: CNIC No.
Date:
Witnesses:
1. Signature:
Name:
Designation:
CNIC No.
Date:
2. Signature:
Name:
Designation:
CNIC No.
Date:
Standard Bidding Document-Purchase of Equipments- GCT Rasul Page 16 of 16
Appendix-1
Contract Agreement (Specimen)
This agreement is made in the presence of the witnesses named below on this day of 2015 at
between the Principal GCT Rasul (hereinafter called “the Purchaser”) and
(hereinafter called “the Supplier”).
Whereas the Purchaser invited bids for certaina stores, goods and ancillary services, viz., [brief description of goods and
services] and has accepted a bid by the Supplier for the supply of those stores, goods and services in the sum of Rs.
[contract price in words and figures] (hereinafter called “the Contract Price”).
Now this agreement witnesses as follow:
1. In this agreement words and expressions shall have the same meanings as are respectively assigned to them in
the bid document referred to.
2. The following documents shall be deemed to form and be read and construed as part of this agreement, viz., the:
(a) Invitation to tenders as publicized / advertised by the Purchaser;
(b) Bid document as bought from the Purchaser;
(c) Schedule of Technical Specifications as annexed with the bid documents;
(d) Bid Proforma;
(e) Bid price schedule;
(f) Undertaking submitted by the bidder alongwith the bid papers;
(g) Advance acceptance of tender issued by the Purchaser to the bidder; (h) Supply order for supplying the stores,
goods, and services etc.;
(i) General and special conditions regarding purchases and procurements as given in the Punjab
Procurement Rules, 2009; and
(j) This contract agreement as executed between the Purchaser and the Supplier
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy the defects therein in
conformity and in all respects with the provisions of the award of contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services
and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of
the contract at the times and in the manner prescribed by the contract.
In witness whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws
the day and year first above written.
Purchaser Supplier
Signature: ……………………………….
Name: ………………………………….
Designation: …………………………………….
Date: …………………………………….
Signature: …………………………………….
Name: …………………………………….
Designation: ………………………………….
Date: …………………………………….
Purchaser’s seal Supplier’s seal