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