TENDER DOCUMENT GROUP - E - National Institute of Malaria

advertisement
National Institute of Malaria Research (ICMR)
(formerly, Malaria Research Centre)
22, Sham Nath Marg, Delhi - 110054
Tender Document
Group E
Due Date 12.01.07
Contents :
1. Instruction to Bidders
2. Terms and Conditions
3. Schedule Requirement – Annexure - I
4. Specification and allied Technical Details – Annexure – II
5. Technical Format-Annexure-III
6. General Information-Annexure-IV
7. Check List-Annexure-V
Cost Rs. 250/
National Institute of Malaria Research (ICMR)
(formerly, Malaria Research Centre)
INSTRUCTION TO BIDDERS
FOR SUBMISSION OF TENDER IN GROUP A, B,C,D,E & F
1. The tenders should be submitted separately for each item of group category A, B,
C, D ,E and F with a forwarding letter along with a soft copy in a CD of the total
document.
2. A two bid system will be followed for Groups.
Technical Bid Envelope
i) Superscript the sealed envelope “Technical bid” for supply of items Serial No. in
Group ……for NIMR due on dated 12.01.2007 and on each document serial number
of the item and specification serial should be maintained.
ii) “Earnest Money” Rs. 15,000/- for Group-A and Rs.10,000/- for other groups
through only Bank Draft/ Banker Cheque in the name of Director NIMR, payable at
Delhi, should be enclosed with Technical bid, Those who are seeking exemption of
Earnest Money, relevant Govt. of India orders must be submitted.
iii) If Tender Document is obtained through postal mail or website, Tender document
fee must be enclosed with Tender in a separate labelled envelope.
Commercial Bid Envelope
ii) Superscript the sealed envelope “Commercial bid” for supply of items serial No.
in Group ….. due on dated 12.01.2007
3. The Technical and Commercial Bid envelopes for each item should be put in a
separate cover which should be wax sealed and superscripted ‘Tender for Supply
of items Serial No. for Group Category ….. for NIMR due on 12.01.2007
4. The bidder must indicate their full name and address and ensure that the tenders
are delivered in sealed conditions. The tenders received beyond the date & time
limit specified will not be entertained.
5. The Equipments should be delivered and installed at the place mentioned in
Annexure-I against each item.
6. The envelopes containing the ‘Technical Bids’ will be opened first to confirm
document fee, if any, Earnest Money and the specification of the item being
offered with reference to the specification provided in Annexure-II.
7. The ‘Commercial Bids’ envelopes will be opened only for those bidders who
qualify as per the fee structure and the specifications criteria, for comparing the
rates and terms and conditions etc.
8. The bidders wishing to offer items of same/ similar specifications from different
manufacturers/ brand name must put such items together.
9. Tenders must be submitted in the prescribed Tender forms given in
Annexure - III.
10. Annexure IV & V are mandatory to be filled up.
11. The bidders or their authorized representatives may attend the tender opening, if
desired.
Date and Time of Submission of Tender 21.12.2006 – 12.01.2007 upto 5 p.m.
documents
Address for submission of Tender document Director
National Institute of Malaria Research
(formerly, Malaria Research Centre)
B-106A, Sector-27, Noida.
Earnest Money for EACH GROUP for one For Group-A Rs. 15,000/- & Other Groupsor all items( Interest Free, refundable)
B,C,D,E & F-Rs.10,000/- by Bank Draft/
Banker Cheque in the name of Director
NIMR, payable at Delhi
Date and Time of opening of Technical Bid
Group A & B
16.1.2007
10.30 a.m. onwards
Group C , D, E & F
17.1.2007
10.30 a.m. onwards
Date of opening of Commercial Bid
Group A & B
1.2.2007 10.30 a.m. onwards
Group C , D, E & F
2.2.2007 10.30 a.m. onwards
Director
National Institute of Malaria Research
22, Sham Nath Marg, Delhi-110054
TERMS AND CONDITIONS FOR EQUIPMENT PURCHASE
IN GROUP A, B, C,D,E & F
1. Kindly enclose a written authorization or certificate from the manufactures in
original, no photocopy of authority letters will be accepted.
2.The material being offered should
indicate clearly whether indigenous
manufactured by local registered firm or whether material manufactured by
cottage and small scale industries/large scale industries or Articles wholly or
partially manufactured in India from imported materials. Any offer to supply on
forward delivery basis under supplier’s own quota/license will also be considered.
3.
a.
b.
The price quoted should be as under:
F.O.R. destination (By passenger/Goods train) (by Air India Cargo)
F.O.R. free delivery at any of NIMR offices in India.
4. Agency commission payable in Indian Currency may be shown separately and
will be payable out of the cost of the equipment only.
5. The rates of applicable Tax/VAT should be clearly indicated, if chargeable.
Please note that the Form D will be supplied by NIMR and hence the Tax/ VAT may
be quoted accordingly.
6.Copies of Income Tax Clearance Certificate or PAN number and Sales Tax
Registration Certificate must be attached with bidders offers (Technical Bid).
7.The Earnest Money would be returned to the unsuccessful bidders, within a
reasonable period. However, the earnest money in respect of the successful bidders
would be returnable only after satisfactory completion of the supplies, installation
and necessary training, if required.
8. Specifically should be mentioned whether the delivery will be ex-stock or will
have to be imported and how much time will be required for delivery after placing
of the order.
9. Rates quoted should be valid at least for a period of 120 days or more from the
date of opening of tenders.
10. Schedule and Specifications of required items may be seen at annexure – I & II.
11. Conditions of the bidders shall not be binding on us unless confirmed in the
supply order.
12. In the event of non-supply or incomplete/unsatisfactory supplies by the bidders
within four weeks on receipt of the order, the offer could be sent to the next bidders
at the cost and expenses of the previous bidders.
13. Discount on the rates, if any, offered by the bidders should be clearly mentioned.
14. Warranty Period should be clearly mentioned.
15.Price Reasonability Certificate: Please quote best minimum prices. A certificate
regarding the quoted rates must be given by the bidders to this effect that they have
neither quoted nor sold/ supplied the same item to any other customer on lesser
rates than those offered to NIMR.
16.Installation : The equipment should be installed/ Commissioned and
demonstrated by the supplier without any obligation/cost.
17. Payment will be made by crossed cheque only after satisfactory completion of the
supplies, installation and necessary training.
18. Payment for Imported Items : Letter of Credit will be opened for 100% FOB
Value in a nationalized Bank. The amount of LC shall be released on presentation
of complete shipping documents, provided the supplier submits the performance
Bank Guarantee equivalent to 10% of amount of LC value from any of the Indian
bank/foreign bank along with the shipping documents at the time of shipment. The
Bank Guarantee should remain valid for a period of minimum twelve months from
the date of satisfactory installation/demonstration or till the expiry of warranty
period whichever is later. In case the supplier fails to submit the required Bank
Guarantee along with the shipping documents of the bankers, the 10% amount of
the L/C will be retained till the warranty period or one year after satisfactory
installation whichever is later.
19. The goods should be insured against theft. Loss or breakage/ damage during
transit and insurance charges should not exceed 3% of the cost of material supplied.
20. The rates should be valid up to 3 years Comprehensive warranty and 2 years
Non-comprehensive services for equipment free of cost.
21.
The spare parts of the equipment shall be provided up to 10 years to
maintain the equipment.
22. The duration of warranty period will start after proper installation of equipment
and submitting the satisfactory report by the user.
23. The decision on acceptance or otherwise of the quotations will rest with the
Director, NIMR, and shall have full right to reject or accept the lowest quotation,
in full or in part, without assigning any reasons.
Director
National Institute of Malaria Research
22 Sham Nath Marg, Delhi
Annexure-I
AUDIO VISUAL EQUIPMENT
Sl.No.
1.
Qty.
1
Place of installation
1
2,Nank Enclave, Delhi –
110009
1
2,Nank Enclave, Delhi –
110009
4.
Name of equipment
Digital Video Professional high
definition Camcorder
High definition digital video cassette
recorder
High definition non-linear video editing
system
Wide Angle Lens (6 mm)
1
2,Nank Enclave, Delhi –
110009
5.
Macro Lens
1
2,Nank Enclave, Delhi –
110009
6.
Tripod (for video camera)
1
2,Nank Enclave, Delhi –
110009
7.
Digital audio track recorder
1
2,Nank Enclave, Delhi –
110009
8.
Table top DV player with adapter
1
2,Nank Enclave, Delhi –
110009
9.
Battery Pack
2
2,Nank Enclave, Delhi –
110009
10.
Battery Charger
2
2,Nank Enclave, Delhi –
110009
11.
Cordless Microphone
2
2,Nank Enclave, Delhi –
110009
12.
Lapel microphone
1
2,Nank Enclave, Delhi –
110009
13.
Digital Mixer
1
2,Nank Enclave, Delhi –
110009
14.
8 Channel Audio Mixer
1
2,Nank Enclave, Delhi –
110009
15.
LCD TV (26”)
4
16.
LCD TV (32”)
1
22, Sham Nath Marg,
Delhi – 110054
20 Madhuban, Delhi –
110092
Field Station, RLTRI
Campus, Lalapur, Raipur
– 492015
Field Station Civil
Hospital, Nadiad –
387001, Gujrat
22, Sham Nath Marg,
2.
3.
2,Nank Enclave, Delhi –
110009
Delhi – 110054
17.
.Portable Digital Camcorder
1
22, Sham Nath Marg,
Delhi – 110054
18.
DVD Player
3
20 Madhuban, Delhi –
110092
22, Sham Nath Marg,
Delhi – 110054
1304, Moggapair,
AnnaNagar, Western
Extension, Chennai –
600040
19.
20.
Digital SLR Still Camera with Zoom Lens
22, Sham Nath Marg
Digital Camera
2
5
21.
Digital still camera with Tripod
1
22, Sham Nath Marg,
Delhi – 110054
22.
LCD Projector
7
Field Station, RLTRI
Campus, Lalapur, Raipur
– 492015
1304, Moggapair,
AnnaNagar, Western
Extension, Chennai –
600040
23.
Projection screen
7
20 Madhuban, Delhi –
110092
Field Station, RLTRI
Campus, Lalapur, Raipur
– 492015
24.
Overhead projector
1
20 Madhuban, Delhi –
110092
25.
Electronic Pointers
5
20 Madhuban, Delhi –
110092
26.
Public Addressing System
3
20 Madhuban, Delhi –
110092
Field Station, RLTRI
Campus, Lalapur, Raipur
– 492015
1304, Moggapair,
AnnaNagar, Western
Extension, Chennai –
600040
Annexure-II
AUDIO VISUAL EQUIPMENT
1) Digital Video
Professional high
definition
Camcorder
2) High definition
digital video
cassette
recorder
3) High definition
non-linear
video editing
system
 Real time imaging
 High resolution
 Should have backward compatibility with DV/DVCAM formats
 Lens: 12:1 Variable Speed zoom lens
 Focus: Auto/Manual (ring)/Infinity/One Push auto
 Imaging: Three 1/3 inch CCD’s
 Video should be able to be up loaded to Computer to save on DVD Disc
 Device 450,000 pixels (PAL), (or Higher)
 Color correction feature
 Large wide screen
 Progressive/interface Scan.
 Exposure: Auto / Manual
 Color Viewfinder: 180,000 dot (or Higher) LCD, Zebra Pattern
 Simultaneous operation of LCD monitor & viewfinder
 Color correction feature
 MPEG-2 encoding
 Hybrid LCD Monitor
 Interlace above 1000/50i
 Built-in Speaker: Dynamic Speaker,
 Batteries: NP-F Series, compatibility
 With battery Charger and Mike
Connectors:
 Video IN/OUT – RCA pin x 1
 Audio IN/OUT – RCA pin x 2
 S-Video IN/OUT – Mini DIN 4pin x 1
 Audio In – XLR 3-pin female
 Digital Table Top Recorder
 Compatible with cam corder
 RS Component input and output facility
 Eye-link facility
 S-video input and output
 Long Play/ Record facility
 PC powered INTEL 3.6 GHZ
 1 GB RAM, 300 GB (SATA) internal HDD,
 17”x2 TFT Color Monitor, DVD-Writer,
 17” TFT Colour Video Monitor
 Multimedia internet ready Keyboard,
 Optical Mouse, USB-4 Ports, LAN Port, Component composite Firewire
port in and out
 G450 dual display
 200GB x 2 IDE RAID – Audio/Video drive or Higher
 WINDOWS XP Professional
 1 KVA online UPS
 Video editing card
 Superior realtime 3D effects with advanced keyframe control
 3-way, 18-parameter color corrector
 4 Proc Amp Controls (hue, saturation, brightness, and contrast)
 16 Effects - Realtime
 Realtime filters and color tools – pan & scan, old movie, soft focus, color
match
 Realtime - Chroma/Luma Keying, Fast& Slow motion, DV acquisition and





output, MPEG-2
Realtime MPEG-2 for DVD authoring
Realtime analog and DV capture and print-to-tape
Realtime MPEG-2 capture and encoding
Hardware-accelerated simultaneous batch encoding of DVD, SVCD,VCD
and web formats.
Hard Disk Storage capacity 500 GB (10-15 hour storage capacity of
location shooting)
Breakout Box with cable for analog Audio & Video connections
IEEE 1394 cable
Speakers – Woofer
Softwares: Related softwares.
6 mm lens compatible with camcorder
5) Macro Lens

Compatible with camcorder, about 40 times enlargement
6) Tripod (for
video camera)

Fluid Head Tripod, lightweight





4) Wide Angle
Lens (6 mm)




7) Digital audio
track recorder
8) Table top DV
player with
adapter

9) Battery Pack


10) Battery
Charger
2 mike pre amps with limiter.
Phantom power.
Unbalance RCA analog output.
SPDIF digital input / output.
With power adoption, battery and battery charger.
To be able to play both DV Cam as well as mini DV cassettes
9 Volts for Camcorder
NP-F Series compatible

Info – lathium
 Upto 8 volt.
 Above 38.8 watt hour.
11) Cordless
Microphone




12) Lapel
microphone

13) Digital Mixer

15) LCD TV (26”)
Digital mixer (30-32 input/ 14-16 Buss), 6.1 0 channel panning and IFSM/DM expansion, IF-FW/DM firewire interface






14) 8 Channel
Audio Mixer




Dynamic, Unidirectional
With Transmeter and reveiver
With XLR 15 – 15000 K Hz
Output impedence 600 Ώ or lower
With battery
Omni directional battery operated
Audio range 20 Hz to 20000 Hz.
With Phono and XLR
8 XLR balance input.
Mike and line level, switchable, phontom.
4 XLR balance output
Output 600 Ώ and battery
Frequency response 50 Hz – 15000 Hz.
Auxillary input and outpur.
Screen size
: 53 cms
Viewing angle
: 170” (H & V)
Backlight life
: 60,000h
Resolution
: 1280 x 768 (XGA)
16) LCD TV (32”)
17) Portable
Digital
Camcorder
18) DVD Player









Picture Mode
: Live/Movie/Personal
Memory Stick Slot : JPEG, MPEG1
Screen size
: 80 cms
Viewing angle
: 170” (H & V)
Backlight life
: 60,000h
Resolution
: 1280 x 768 (WXGA)
Picture Mode
:Live/Movie/Personal
Memory Stick Slot :JPEG, MPEG 1/ MPEG4
Imaging Device: 1/3" 2100K Gross Pixels
Recording Media: MiniDV Cassette, Memory
LCD: 2.7" (211K Pixels) Wide (16:9) Touch Panel
Viewfinder: Color, 123K Pixels
Built-in Microphone
 Optics:35mm Equivalent: 41.3-485mm (16:9 Camera Mode), 50.5-594mm
(4:3 Camera Mode), 40.4-404mm (16:9 Memory Mode), 37-370mm (4:3
Memory Mode), Aperture: f1.8-2.9 , Exposure: Touch Panel (24 steps),
Filter Diameter: 30mm, Focal Distance: 5.1-51mm; 370mm; Telemacro
Focus: Full Range Auto/Manual (Touch Panel)
Optical Zoom: 10X
Digital Zoom: 80X
Resolution: 2MP
Battery Type: InfoLithium
Slim DVD player(35mm), Slot Tray, 9in2 Memory slot, Upgrade resolution
upto 1080i, Dolby Digital/3D Surround sound, DVD-A, DVD/ VCD/ SVCD/
CD/ MP3/ WMA/ JPEG KODAK/ DIVX, 5.1ch DVD Player, Coaxial Digital
Out/Optical Out
19)


20) Digital Camera
 8.1 Megapixels with 3.5x optical Zoom
 Bright 2.5 inch LCD
 With memory card 512 MB
Rechargeable EN-EL5 Battery and Battery Charger
21) Digital
camera
Tripod

10.2 effective mega pixel
Shutter electronically controlled vertical travel focal plane shutter 30 to
1/8000 sec. in steps of 1/3, 1/2 or 1EV, bulb
 White balance Auto TTL white balance with 1005-pixel RGB sensor
 Six manual modes with fine tuning , color temperature setting, preset white
balance, white balance bracketing possible.
 Sync. Contact-X contact flash sync. at up to 1/250 sec.
 Flash controlled –TTL flash control by 1005 pixel RGB sensor
 Exposure mode programmed Auto (P) with flexible program, shutter
priority Auto (s), aperture priority , Auto(A) manual (M)
 Built-in –speed light TTL balanced fill-flash or standard TTL flash.
 LCD Monitor 2.5-in, 230,000, - low temp. polysillicon TFT LCD with
brightness adjustment.
 1 GB memory card
 camera bag
 Rechargeable LI-ion battery with charger
 Zoom lens 18-70 mm F/ 3.5 -4.5 G if-ed
Auto Focus speed light flash Unit: TTL automatic control flash coverage
24mm, 28 mm, 35mm to 105mm (in 5 mm zoom steps) 17 mm, 14 mm with
built-in wide flash down film speed range in with flash down file speed rangein TTL auto flash mode quick recyding battery pack.
22) LCD
Projector
23) Projection
screen
still
with
10-12 megapixel, 10 x optical zoom, in built and separate flasher with 1
GB memory card, rechargeable battery, battery charger and camera bag
with Tripod Fluid Head Tripod, lightweight







Air Shor 2
LAN Connection Capability.
Wi-Fi Enabled
High Speed Image Transfer.
Multi-connection Capability.
Presentation Tool with Laser Pointer: RM-PJP1.
Handy Remote Control Unit.







Panel Drigthness:1000 cd/m2
High Contrast: 10000:1
Dynamic Picture Taste
Picture and Picture (PAP)
Picture in Picture (PIP)
Picture Inversion/Picture Orbiting/Background/All white
Speaker SS-SP50 FW.
24) Overhead
projector
25) Electronic
Pointers
26) Public
Addressing
System





Portable
3 Element Lens System
3000 elumenus
High Resolution Optics for Edge to Edge Image clarity.
EWV Lamp up to 50 hrs like automatic thermal cut off.



5 in one laser pointed
Projects 5 icons up to 500 Yards
Brilliant 3.5 Millie watt beam.







Goose neck mike
Chairman unit
Amfpification System
Sound control system
Speakers
Integration
For 20 Persons
NOTE: For Installation/Proper functioning of the equipment, the cost of accessories if
required, may be included in the major cost of each equipment -like Voltage
Stabilizer, UPS, Electric leads etc.
Annexure-III
NATIONAL INSTITUTE OF MALARIA RESEARCH,DELHI
TECHNICAL BID
GROUP No.………
Sr. No. of Item:
NAME OF THE EQUIPMENT:
1.
2.
Technical specification of equipment
should be maintained serially with brand
and Additional facilities provided etc.
(literature/leaflet/Catalogue/Annexure
etc. may be enclosed.
Warranty/Guarantee period
3.
Validity of this tender
4.
After sales service /AMC
If any- address of the agency.
5.
Delivery schedule
6.
Accessories/Spares needed
7.
Post/Pre supply Training
8.
List of clients to whom this equipment
was supplied
9.
Any other information
I/We am/are agreeable to and abide by all the terms and conditions
prescribed by the Director, National Institute of Malaria Research, Delhi in
respect of this Tender without any reservations.
PLACE :
DATE:
Signature of bidder with Seal
Annexure-IV
TENDER FORM FOR
SUPPLYING, INSTALLING AND COMMISIONING OF EQUIPMENT AT
NATIONAL INSTITUTE OF MALARIA RESEARCH,
22 SHAM NATH MARG, DELHI
GENERAL INFORMATION TO BE FILLED BY THE TENDER
Earnest money deposited : Rs. ………..
Cost Of Tender document ….
Group …….
Equipment Name:
Sr. No. of item: …….
1
Name of the Bank
Demand Draft No.
2
Name of the Firm:
3
Telephone No.:
4
Registered Postal Address:
5
Firm is manufacturer or Authorized distributor,
If authorized dealer the copy of dealership letter
To be attached:
6
Name & Address of the Proprietor / Partners:
7
Permanent Income Tax A/C No.
& a copy of last year I.T. clearance certificate:
8
B.S.T. & C.S.T. No.:
Fax No.:
Date:
email:
I/We am/are agreeable to and abide by all the terms and conditions
prescribed by the Director, National Institute of Malaria Research, Delhi in
respect of this Tender without any reservations.
PLACE :
DATE:
Signature of bidder with Seal
Annexure-V
Check List
1. Document fee paid
Yes
No
2. Earnest Money paid
Yes
No
NA
3. Income Tax Certificate
Yes
No
NA
4. Sales Tax Clearance Certificate/
or PAN number
5. Authorization Certificate
Yes
No
NA
Yes
No
6. Validity Period specified
Yes
No
7. Warranty Period Specified
Yes
No
8. Price reasonability Certificate
Yes
No
9. CD of Document enclosed
Yes
No
Download