NATIONAL INSTITUTE OF TECHNOLOGY PATNA for supply of... · NATIONAL INSTITUTE OF TECHNOLOGY PATNA...
Transcript of NATIONAL INSTITUTE OF TECHNOLOGY PATNA for supply of... · NATIONAL INSTITUTE OF TECHNOLOGY PATNA...
Page 1/20
NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India)
ASHOK RAJPATH, PATNA-800 005 (BIHAR)
Ph. 0612-2371715,2372715,2371929 Fax-061-2660480
Website- www.nitp.ac.in [email protected]
Ref No: NITP/Proc./Chem/17-18/42 Date: 16.10.2017 Sub: Supply of Equipments for Bio chemistry Lab. at NIT Patna National Institute of Technology Patna, an Institute of National Importance, invites sealed tenders from reputed Original Equipment Manufacturers / Authorised Dealers / Bidders for quality procurement of Equipments for Bio chemistry Lab. at NIT Patna All interested tenderers are requested to send their sealed quotation as per technical specifications in Annexure – I (a) & (b) and price bid as per Annexure-III (a) or (b) (under two bid system). For general terms & conditions, instructions to bidders etc. please refer Annexure- II.
Tender will be accepted by 28.11.2017 upto 3:00 p.m.
Detailed descriptions of the item and instructions for submitting your offer can be downloaded from our website www.nitp.ac.in. However, a cross Demand Draft of Rs.1000/- (Non-refundable) towards Tender Processing Fee and EMD as mentioned below in favour of the Registrar, NIT Patna payable at Patna should be submitted in a separate sealed envelope along with your technical Bid.
For Item No.1 Rs.10,000/-
For Item No.2 Rs.45,000/-
For Item No.3 Rs.20,000/-
For Item No.4 Rs.10,000/-
Any bidder may quote for one, more or all of the items. The proposals must be sent in two separate sealed envelopes (Technical Bid and Price Bid) duly subscribed with Reference number and Tender Notice details as appended hereunder:-
The price bid will be opened only of those firms, who will be found technically qualified after evaluation of their technical bids. The technical bids will be opened on 28.11.2017 at 03:30 PM, in the office/department at NIT Patna, in the presence of the Bidders/Vendors or their authorized representative who wish to be present. Registrar, NIT Patna
TENDER FOR SUPPLY OF Supply of Equipments for Bio chemistry Lab. at NIT Patna TENDER REF NO: - NITP/Proc/Chem/17-18/42 DATED 16.10.2017 LAST DATE FOR SUBMISSION.
28.11.2017 UPTO 3:00 PM.
To,
The Registrar
National Institute of Technology Patna
Bihar, INDIA
From: M/s ____________________
Address:______________________
Contact No.:___________________
Email ID:_____________________
Page 2/20
Annexure – I (a)
DETAILED SPECIFICATIONS
1. Techincal Specifications for CO2 Incubator
1. One chamber CO2 Incubator with work chamber volume approx. 150 liters.
2. Direct heating & Air jacketed heating system with temp. control by
microprocessor.
3. Temp. Range from ambient +3 o C to + 55
o C
4. Temp. Deviation with respect to time is + 0.1K.
5. CO2 control by Microprocessor based & by heat resistant long service life
Thermal Conductivity detector to withstand heat of decontamination.
Sealed two channel Thermal conductivity CO2 detector with platinum
thermistor providing reliable accurate CO2 measurement and control and
long service life.
6. CO2 range 0 to 20% and CO2 accuracy + 0.1% by volume.
7. Unique Auto-start function facilitating easy installation and start-up , with
automatic calibration and system optimization.
8. Relative Humidity ambient to > 90% . Pan-less Integral water reservoir
system for rapid recovery of Humidity.
9. Fast Recovery time for Temp.,CO2 and Humidity should be available for good
culture growth.
10. System should have built-in automatic decontamination facility to remove
bacteria, fungi , spores, mycoplasma etc. without removing sensor , fan or any
other fitting. The system should employ automatic decontamination routine
at moist heat of 90 o C .
11. It should be certified by some internationally accepted testing agency like
CE.
12. At least 3 nos. stainless steel electropolished perforated shelves should be
supplied .
13. It should be supplied with access port to allow any cable ,plug or tubing
to be easily inserted into or out of the chamber.
14 Interior chamber should be made of corrosion resistant stainless steel with
electropolished finish to have highest quality of inner surface with rounded
Page 3/20
corners on all sides for easy cleaning. Heated outer door and focused cold
sink provide condensation protection .
15. Independent electronic over temp. protection with separate sensor should be
available for sample
protection.
16. The system should have large digital display for both temp. & CO2
simultaneously.
17. System should have one main door and one glass doors .
18. Suitable for 230V, single phase 50Hz operation.
19. Suitable servo voltage stabilizer with high voltage low voltage cut off circuit, auto reset
with delay timer and spike eliminator etc. & Double stage CO2 pressure regulator
with stainless steel diaphragm & 18 Kg CO2 Cylinder filled with CO2 gas 99.5% or
better purity required for operation of CO2 Incubator should also be quoted.
20. User list for similar instruments should be provided. Prompt & efficient after-
sales service should be available.
21. Suitable online UPS with minimum 60 min power
22. Warranty: 3 yrs
2. Technical Specification for Inverted Fluorscence Microscope with Camera
attachment
Microscope Frame:
Frame with high static rigidity, waterproof construction to help block penetration of
water inside the frame the frame should be compact making it easy to fit in any work
environment. Frontal Controls for Light path selector 0:100/50:50/100:0, Transmitted
light Intensity control, and light ON/OFF switch. The frame should come with Sextuple
Coded or motorized revolving nosepiece with DIC slot for objective. & focus
adjustment.
Transmitted light: 100W transmitted light illumination pillar having tilt Mechanism,
condenser holder, adjustable field iris Diaphragm & with 4 filter holder.
Observation tube: Binocular observation tube, having Diopter adjustment
Eyepiece: 10X eyepiece having F.N. 22 or better with Diopter Adjustment.
Mechanical Stage: mechanical X &Y Stage, Long Ergo Handel along with the
holders for Petri Dish, Slide and Well Plate.
Condenser: Long working distance front operation condenser with 5 position for phase
and DIC application
Objectives:
Plan achromatic phase objective 10X, NA 0.25, WD 10 or better,
Long working distance plan working distance 20X phase objective, NA 0.40.
Page 4/20
Fluorite phase objective 40X, NA 0.6, WD 3.0-4.2 (c.c.0-2) or better, U plan
Fluorite Objective objective 60X/1.25- 0.65, WD 0.12 (spring, iris, oil)
Phase ring attachment for 10, 20, 40X Objectives and DIC attachment for 40 and 60X
Objectives
Phase Ring attachment:
Fluorescence attachment: Coded or Motorised Fluorescence attachment for the
Microscope with 6- 8 or more nos. of Cube for Fluorescence with 100 W Mercury burner.
Filters for DAPI, FITC/GFP, TRITC. All Filter must be long life hard coated with band ass
filter in excitation and band narrow pass filter in Emission for prevent the cross talk.
Camera:
20 Megapixel CMOS camera for Fluoresecnce application, Global Shutter, Gain 0.5X/1X/2X/4X/8X/16X, speed 60 frame/sec or better at full frame.
Analysis Software:
User experience customization, Image overlay, Side by side image comparison. Movie
playback, Tile view, Snap/ Movie acquisition , Time lapse at specified interval, Geometry/
combine/ filter processing, Region and line measurement, Interactive measurement, Object
count (Manual).2D deconvolution, Colocaliztion, Zstack, volumetric rendering for 3D and
4D data sets, etc.
Suitable online UPS with minimum 60 min power
Warranty: 3 yrs
Computer and Printer: A suitable branded Computer for system control & data
acquisition. It should have following minimum specs: i5 processor, 4GB RAM, 1 TB HDD
or above, DVD combo drive, 2 USB Ports, 24’’ TFT/LED Color Monitor, Keys Keyboard,
Optical mouse, with original operating system, HP or any standard brand Color LaserJet
Printer with scanner.
Training: The manufacturer / supplier should provide three days onsite training in both
hardware and software to the laboratory personnel in the installation, operation and
maintenance of the instruments.
Pre Installation Requirement: Complete technical details of pre-installation requirements
should be furnished along with the technical bid. National Institute of Technology Patna
will only provide the installation room and required electrical outlets. Vendors are expected
to supply all other installation accessories, infrastructures, facilities and services required
for successful installation and smooth operation of the equipment. Vendors may conduct
the site survey before installation at no additional cost.
3. Technical specification for the Micro Plate Reader
A UV-visible spectrophotometer both for cuvette and microplate reading option.
A monochromator based UV/Vis spectrophotometer with Xenon Flash lamp as light
source.
Page 5/20
The system is able to read 96 & 384 well plates and standard cuvette as well as low
volume cuvettes of any path-length.
System should have integrated vertical cuvette port for cuvette reading.
Instrument is able to provide the wavelength range from 200nm to 1000nm with 1 nm
steps.
Instrument should have spectral scanning option with Cuvette and Plates for standardizing
new assays.
The applications include nucleic acid quantification, protein assays , enzyme kinetic
assays, immunoassays (ELISA) , cell toxicity assays, apoptosis and reporter gene assays.
The instrument has inbuilt incubation and linear shaking options for ELISA, enzyme kinetic
assays etc.
Incubation temperature: from ambient +2 0C to +45 0C.
Measurement speed should be 6 sec. for 96 well and 10 sec. for 384 well plate
Instrument should have an option for path length corrections to correlate the microplate
data to cuvette, in case of nucleic acid quantification performed on microplate.
It should have Power Save function for reduced energy consumption when the instrument
is ‘on’ but not in use.
System should be able to run in stand-alone mode OR with computer & software
controlled.
The instrument should be a memory of approx 100 inbuilt protocols in stand-alone mode
and has color display for better visualization.
Analysis software should be supplied with the instrument and has unlimited user system
license.
The instrument should have USB port for the easy data transfer.
Option for Quick and easy measurement of low sample volumes down to 2 μL.
An ideal tool for photometric DNA or RNA quantification and purity analysis.
dsDNA detection range from a few micrograms to a few milligrams per milliliter
16 sample positions for quick and easy measurement of sample volumes down to 2 μL
Ready-made Software sessions for nucleic acid analysis
Software should have option for area selection. i. e different protocols at different area
of the same plate.
Software should be able to read 96 different assay in one 96 well plate
Suitable online UPS with minimum 60 min power
Warranty: 3 yrs
Computer and Printer: A suitable branded Computer for system control & data acquisition.
It should have following minimum specs: i5 processor, 4GB RAM, 1 TB HDD or above, DVD
combo drive, 2 USB Ports, 22” TFT/LED Color Monitor, Keys Keyboard, Optical mouse, with
original operating system, HP or any standard brand LaserJet Printer with scanner.
Training: The manufacturer / supplier should provide three days onsite training in both
hardware and software to the laboratory personnel in the installation, operation and
maintenance of the instruments.
Page 6/20
Pre Installation Requirement: Complete technical details of pre-installation requirements
should be furnished along with the technical bid. National Institute of Technology Patna
will only provide the installation room and required electrical outlets. Vendors are
expected to supply all other installation accessories, infrastructures, facilities and services
required for successful installation and smooth operation of the equipment. Vendors may
conduct the site survey before installation at no additional cost.
4. Technical Specification for Ultra Low Temperature Freezer (-80°C)
CONSTRUCTION FEATURES
Unit must include:
Must include NON-CFC REFRIGERANTS
13 cu. ft. / 368 Lit. Capacity Upright, with (2) 1100 Watt compressors
Durable Steel interior with Inner doors.
Down-feed evaporator
Five inner doors
Triple -sealing silicone door gasket
5’’ non-CFC foamed-in-place polyurethane insulation;
Two 10” tube axial fans to provide maximum cooling of the compressor housing
Heavy-duty dual wheel swivel locking casters.
Automatic voltage compensator responds to high and low voltages
Powder coat paint for a durable surface
Service valves provided to allow easy recovery of refrigerants and field servicing.
Front to back airflow with Removable, cleanable air filter
Hinged grill swings out for easy access to filter and battery
A vacuum relief port allows easy re-entry after door openings
4” open x 12” long heavy duty hinge for ensuring positive closure and
uninterruptive service
TEMPERATURE CONTROL
The microprocessor controller must monitor in one degree C increments, with
digital display.
Eye Level Information center for At-a-Glance Monitoring
Temperature probe must be positioned to insure the alarm sounds before the
stored product can be affected by a rise in temperature.
Battery back-up for the alarm monitoring system
Both visual and audible alarms must alert operator of over and under temperature,
power fail, door ajar, and low battery conditions.
CERTIFICATIONS
CE Mark
Manufactured by an ISO-9001 company
WARRANTY: 5 yrs
Page 7/20
Annexure – I (b)
FORMAT OF COMPLIANCE STATEMENT Para of Tender Enquiry Specification
Specification of Equipment Offered
Compliance to Tender specification whether yes or no (if yes indicate the page no and Put a Flag also highlight the matching specification)
In case of noncompliance deviation from Tender specification to be indicated in unambiguous term.
01 02 03 04
* The compliance certificate along with the page no indication (i.e. required spec and availability of the page in the entire tender documents by flagging or giving page no) must be submitted with the bid for evaluation. Firm not submitting the model/spec and their details availability in the bid documents by flagging/page no may not be considered for evaluation.
Page 8/20
Annexure - II
NOTE: The bid documents are not transferable and the firm’s seal and signature of the authorized official must appear on all papers and envelopes
submitted.
INSTRUCTION TO BIDDERS: Two/Double Bids:- 01. In case of two-bid system, tenders will have to be submitted in TWO PARTS
i.e. (a) Technical Bid and (b) Price Bid, in two separate properly sealed covers indicating the type of Bid; and both these covers will have to be again put in to a single sealed cover. Also the address of the firm submitting the tender and the officer, to whom the tender is addressed, must appear distinctly on both the inner sealed covers, indicating also TECHNICAL BID / PRICE BID as may be applicable.
02. In the part relating to Technical Bid, the OEM/Vendor must provide the
followings:- (a) Details of the technical features of the offered Equipment vis-à-vis
specification as per Annexure – I; (b) Standard Technical literature on each of the items offered; the article on
offer should conform to standard quality, specification and test of manufacturer;
(c) Dealership certificate on the offered products from OEM in case of dealer/s; (d) List of reputed organizations/Institutions, where similar orders have been
executed (copies of the purchase/work order will have to be enclosed). The bidders / OEM should attach a self declaration stating that he is not banned / debarred from working with any Central Government / PSU / State Govt of India / Any other Govt. Agencies or any Institute of National / International importance.
(e) Up-to-date Sales Tax clearance certificate (for vendors outside the State of Bihar)/VAT registration certificate indicating also the TIN number (for vendors from within the State of Bihar) of the FIRM will have to accompany the tender to be submitted;
(f) Copy of PAN must be submitted of FIRM / Bidder along with the Technical Bid;
(g) Banker’s details of tendering FIRM / Bidder should be clearly mentioned; (h) Details of nature and maximum period of Warranty offered by the
OEM/Bidder; (i) Amount of Earnest Money Deposited (EMD), in the form of Demand
Draft/PBG only, will have to be clearly stated and the same will have to be enclosed with Technical Bid only;
(j) A copy of the Price bid, WITHOUT MENTIONING THE PRICES, will have to be provided as part of the Technical Bid document.
Page 9/20
03. In the part relating to Price Bid, the OEM/Vendor must provide the following:-
(a) Quantity, basic price (against item-wise details of specifications of each of the offered items);
(b) Prices of each of the optional accessories, as required by specifications and may be relevant for offered Equipment, will have to be specifically stated in the quotation:
(c) Central / Sales Tax/ VAT (as percentage of basic price + packing & forwarding charges if any)
(d) Installation & commissioning charge (including Service Tax), to be shown item-wise extra, if any.
(e) Freight & insurance charge, if any. (g) Annual Maintenance contract (AMC) rate (after expiry of warranty period) is
to be clearly indicated – preferably in both comprehensive and non-comprehensive terms, failure to which the offer may not be considered even if it turns out at the lowest price.
Terms & Conditions:- 01. Rates: Rates quoted should be on F.O.R., NIT Patna, on Door Delivery basis. 02. Validity: Quoted rates must valid for 180 days. 03. Warranty/Guarantee: The material must be quoted with a minimum
comprehensive Warranty / Guarantee period of 36 months after the date of delivery and acceptance at final destination.
04. EMD: In form of DD/PBG in favour of ‘Registrar, NIT Patna’ payable at
‘Patna’. 05. Delivery: Unless otherwise stated delivery of goods at NIT Patna, will have to
be maximum within 30 days from the date of receipt of the Purchase Order. All aspects of safe delivery shall be the exclusive responsibility of the OEM / Bidder.
06. Rate of AMC: Annual Maintenance Contract rate (after expiry of warranty
period) is to be clearly Indicated (for Equipment only). The selected supplier/s is to ensure regular availability of spares.
07. Printed conditions of supply of the firm, if any, will not be binding on us. 08. Late and delayed Tenders: Late and delayed tender will not be considered. In
case any unscheduled holiday occurs on prescribed closing/opening date the next working day shall be the prescribed date of closing/opening.
09. Ground for Rejection of Tender: The tenders are liable to be rejected if the
fore going conditions are not complied with. The tender should be complete in
Page 10/20
all respects and duly signed wherever required. Incomplete and unsigned offer will not be accepted.
10. Payment Terms:- 100% payment will be released after receiving of stores in
good order and condition and successful installation and commissioning duly certified by the concern authority. Successful vendor should arrange to submit a Performance Bank Guarantee or Demand Draft to the tune of 10% amount of the total purchase value at the time of submitting the bill. This Performance Bank guarantee should be issued from any Nationalized Bank and validity of the same will be till warranty period +60 days from the date of delivery / installation of the material. The payment will made by RTGS / FUND Transfer mode only. Hence, following information must be clearly written in the Price Bid for RTGS / FUND TRANSFER:
(a) Name of the Firm with complete postal address and phone details (b) Name of the Bank with Branch where the Account exist (c) IFSC CODE (d) ACCOUNT No (e) PAN No (f) VAT/TIN No (Required from the vendors belongs to BIHAR) 11. Excise Duty: The Institute is exempted from payment of Central Excise Duty
vide GOI Notification No.10/97-Central Excise, dated 01.03.97 with Regn No. TU/V/RG-CDE(1211)/2015, dated 11.02.2015.
12. TDS as applicable will be deducted from bill. 13. Entry Tax: Entry tax, if applicable will be borne by us as applicable on FOR
NITP value. Road permit once issued will not change / altered in any circumstances. If any alteration is required due to fault from vendor/OEM side the same will be debited to supplier’s A/c
14. Liquidated Damage: If a firm accepts an order and fails to execute the order
in full as per the terms and conditions stipulated therein, it will be open to this institute to recover liquidated damages from the firm at the rate of 1% per week of the order value subject to a maximum of 10% of the order value. It will also be open to this institute alternatively, to arrange procurement of the required stores from any other source at the risk and expense of the firm, which accepted the order but failed to execute the order according to stipulated agreed upon.
15. Termination for default: Default is said to have occurred:- (a) If the supplier fails to deliver any or all of the services within the time
period(s) specified in the purchase order or any extension thereof granted by NIT Patna.
(b)If the supplier fails to perform any other obligation(s) under the contract (c) If the vendor, in either of the above circumstances, does not take remedial
steps within a period of 30 days after receipt of the default notice from NIT
Page 11/20
Patna (or takes longer period in-spite of what NIT Patna may authorize in writing), NIT Patna may terminate the contract / purchase order in completely or in part and forfeit the EMD. In addition to above, NIT Patna may at its discretion also take the following actions: NIT Patna may procure, upon such terms and in such manner, as it deems appropriate, goods similar to the undelivered items/products and the defaulting supplier shall be liable to compensate NIT Patna for any extra expenditure involved towards goods and services to complete the scope of.
16. Applicable Law: (a)The contract shall be governed by the laws and procedures established by
Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.
(b) All disputes are subject to exclusive jurisdiction of Competent Court and Forum in Patna, India only.
(c) Any dispute arising out of this purchase shall be referred to the Registrar NIT Patna, and if either of the parties hereto is dissatisfied with the decision, the dispute shall be referred to the decision of an Arbitrator, who should be acceptable to both the parties, to be appointed by the Director of the Institute. The decision of such Arbitrator shall be final and binding on both the parties.
17. The acceptance of the quotation will rest solely with the Registrar, NIT Patna,
who in the interest of the Institute is not bound to accept the lowest quotation and reserves the right to himself to reject or partially accept any or all the quotations received without assigning any reasons.
18. Important:- The Director may accept or reject any or all the bids in part of in
full without assigning any reason and doesn’t bind himself to accept the lower bid. The institute at its discretion may change the quantity / upgrade the criteria / drop any item or thereof at any time before placing the Purchase Order.
ADDITIONAL TERMS FOR IMPORTED GOODS
Following terms besides the fore mentioned terms will be applicable in case of foreign purchases:
01. Rates: Quoted rates should be in FCA/FOB terms and charges to be stated in
the following break- (a) Ex-works value (b) + Documentation & Handling Charge, if any (c) Total FOB/FCA value. 02. After Sales Service: In case of imported items, foreign manufacturing firms
should indicate facilities available for after sales service, detail address and contact number of their local representative in India without which their offers are liable to be ignored.
Page 12/20
03. Delivery: (a) Delivery of goods at NIT Patna, will have to be maximum within 30 (thirty)
days from the date of issue of the Purchase Order. (b) Delivery at Kolkata/Delhi Airport only: As we do not have clearing agent
in any other Airport, delivery is to be made only at Kolkata through our freight forwarder.
(c) While trans shipment will be allowed, part shipment will not be allowed. 04. Payment: (i) Payment by an irrevocable letter of Credit (90% against delivery and rest
10% after successful installation of the Equipment) at FOB/FCA value non-negotiable through any overseas branch of State Bank of India with unrestricted provision. All bank charges inside India will be borne by NIT Patna and outside India will be to supplier’s A/c.
OR (ii) 100% Payment Basis: 100% payment by TT Swift / DD against delivery
and installation will be made. In this case, on receipt of your Order Acknowledgement and document (i.e. AWB and MWB) through our freight & forwarder payment will be made for total ordered value.
Note: Please note LC will not be opened unless and until Letter of
Acknowledgement in original is received at NIT Patna, directly from the principal (Even in case of firms having subsidiary office in India). The Indian agents are therefore advised to submit quotation after consultation with their respective principals).
05. Customs Duty: The Institute is exempted from payment of Customs Duty vide
GOI Notification No.51/96-Customs, dated 23.07.96, with Regn. No. TU/V/RG-CDE(1211)/2015, dated 11.02.2015. [CUSTOMS DUTY EXEMPTION CERTIFICATE WILL BE MADE AVAILABLE BY THE INSTITUTE IN REGARD TO QUOTES IN FOREIGN CURRENCY ONLY [NOT AGAINST QUOTES MADE BY A FIRM IN INDIAN CURRENCY, UNLESS THE CONCERNED FIRM IS A FOREIGN HOLDING COMPANY WITH `FDI’ CERTIFICATE ISSUED BY THE MINISTRY OF FINANCE, GOVT. OF INDIA].
06. Agency Commission: The percentage of ex-works value to be paid to Indian
agent in equivalent Indian currency as agency commission as applicable will have to be clearly stated in the quotation wherever applicable.
07. Country of Origin: While Country of Origin Certificate will not be insisted, the
same however will have to be stated in the Original Invoice for payment through LC.
08. LC Amendment: LC amendment charges due to mistake on the part of the
supplier, if any, will have to be borne by the supplier.
Page 13/20
09. Others: Institute is also ready to purchase the goods on “High Sea Sale Basis” agreement. In this, Institute will provide all assistance to supplier and supplier will Import the goods on behalf of NIT Patna and payment will be done in Rupees against delivery like Indigenous purchase.
Registrar
Page 14/20
Annexure – III (a) TENDER FORMAT FOR INDEGENOUS SUPPLIES (For Price Bid only)
Reference No. NITP/Proc./Chem/17-18/42 Date: 16.10.2017
Sl No.
Description of Item & Model
Quantity Unit Price
Sales Tax
Total Price
Delivery Mode: F.O.R. Patna. Total bid price should be inclusive of Sales Tax, F.O.R. NIT Patna for the above quoted items is Rs……………. Delivery Period: Packaging & Freight etc. extra: Validity Date: Minimum 180 days from the date of opening of tender. Any other terms and conditions. Place: Date:
Signature:______________________ Name:_________________________ Business Address:________________ Email___________________________ Contact No:______________________ Affix Rubber Stamp
Page 15/20
Annexure – III (b) TENDER FORMAT FOR FOREIGN SUPPLIES (For Price Bid only)
Reference No. NITP/Proc./Chem/17-18/42 Date: 16.10.2017
Sl No
Description of Item & Model
Quantity Unit Price on F.O.B/ FCA International Airport
Total Price, International Airport
Country of Origin
Indian Agent Commission Rs.
Note: FOB/FCA price from international airport. Indian Agent’s commission if not included in the FOB/FCA price will be paid in Indian Rupees separately. (In case no agent is involved, please write clearly) Delivery Period: Packaging & Freight etc. extra: Total bid price for the above quoted items is Rs. Any other terms and conditions Place: Date:
Signature:_______________________ Name:__________________________ Business Address:________________ Email___________________________ Contact No:______________________ Affix Rubber Stamp
Page 16/20
NATIONAL INSTITUTE OF TECHNOLOGY PATNA (PROCUREMENT DEPARTMENT)
SCHEDULE Schedule for Supply of Equipments for Bio chemistry Lab. at NIT Patna.
Tender Reference No: NITP/Proc./Chem/17-18/42 Date: ______
Last Date for Submission of Quotation : _________ Opening Date and Time of Quotation : ___________ For Any Enquiry Please Contact: The Registrar NIT Patna Email: [email protected]
Page 17/20
NATIONAL INSTITUTE OF TECHNOLOGY PATNA ASHOK RAJPATH, PATNA-800 005 (BIHAR)
PROFORMA FOR AUTHORITY FORM OEMs (Original Equipment Manufacturers)
(To be submitted by bidder if they are authorised representative of an OEM)
No…………….. Dated:________________
To
The Registrar
National Institute of Technology Patna
Patna – 800 005
Dear Sir,
Sub: NITP Tender No…………………………………
We …………………………………………… an established and reputable
manufacture of ………………………………………………… do hereby authorize M/s
……………………………………………………………….. (Name and address of
Agents) to represent us, to bid negotiate and conclude the contract on our behalf with you
against Tender No. ……………………
No company/firm or individual other than M/s …………………………………….
are authorized to represent to this business against this specific tender. Further, certified that
the price catalogue submitted alongwith the bid is to the only one in circulation and
discount offered to NIT Patna is not lesser than that of offered by any other Govt.
Department (R&D agency)/Academic Institute.
Yours faithfully
(Name)
For & on behalf of M/s ………………………
(Name of Manufacturers)
Note: This letter of authority should be on the letter-head of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
Page 18/20
Bidder Information
Following proforma should be filled in & duly signed by the firm & sent alongwith the
quotation/bid.
1. Tender Ref.& Date
2. Name of the Firm :
3. Postal Address of the Office of the Firm(Attach Proof)
4. Details of Demand Draft for Application Fees(Tender Fee) in Favour of National
Institute of Technology Patna, payable at Patna(Non Refundable)
(i) Demand Draft No. :
(ii) Date of Issue :
(iii) Issuing Bank :
(iv) Amount in INR :
5. Details of Demand Draft for EMD in favour of Registrar, National Institute of
Technology Patna, payable at Patna (Non Refundable).
(i) Demand Draft No. :
(ii) Date of Issue :
(iii) Issuing Bank :
(iv) Amount in INR :
6. Contact Information:
(a) Name of the contact person:
(b) Telephone Number :
(c) Mobile Number :
(d) Fax Number :
(e) E-Mail :
(f) Website address, if any :
7. Kind of firm
Name & address of Directors/Managing Directors/Proprietor/Partners
Page 19/20
8. Whether you are income tax payee? If yes, please submit a copy of
Income tax return filed for last three consecutive years.
9. Your Permanent Account No.(PAN) : (Copy Attached)
10. Sales Tax/ VAT/CST No. : (copy attached)
10. Bank Details :
Name of the Bank :
Address :
Bank Account No. :
Name of the Account holder:
IFSC code :
MICR code :
Date of opening of Account :
Type of Account(Saving/Current) :
11. Are you a distributor/dealer/stockist/executive/preferred agent of the manufacturer? If
so,please submit the most recent authority letters issued by the manufacturer.
12. Do you have direct import license.(If Yes, please attach a copy of the same)
13. Annual Turnover of the Firm FOR THE LAST 3 CONSECUTIVE FINANCIAL
YEARS:
2013-14 :
2014-15 :
2015-16 :
Please attach audited copy of Balance Sheet/Turnover Certificate issued by Chartered
Account).
14. Have your firm ever been debarred/ blacklisted for doing business
from any Government Organization? If No, Please furnish an
affidavit raised on non – judicial stamp paper of Rs.100 (Rupees
Hundred only)
Declarations:
Page 20/20
1. I/We_____________________________________________________(names of
Partners/Proprietors or Directors) do hereby declare that the entries made in this
application form are true to the best of my/our knowledge & belief.
2. I/We also undertake the responsibility to communicate all subsequent changes in
the constitution or working of firm, affecting the accuracy of the facts, stated above.
3. I/We accept you all terms & conditions.
Signature of
Partner/Proprietor/Director
(Seal of the Firm)
Place:
Date :