TENDER DOCUMENT

OF

AUTOMATED CONTROLLED LEACHING SYSTEM and Accessories

File No. NML-3(02/MEF/SKS)/2012-PS(34) dated 08/10/2012

ANNEXURE - I

File No. NML-3(02/MEF/SKS)/2012-PS(34) dated 08/10/2012

Name of the item: “Automated Controlled Leaching Systems & Accessories”.

Continuously stirred glass reactors suitable for leaching and precipitation reaction under controlled thermostatic system and accessories for need based monitoring of pH and Eh. Detail specifications of each component and required accessories of the system is as follows:

Detail Specification of Equipment/Main Components:

Item No. / Item Name / Description / Quantity (Units)
1. / Single Jacketed Glass Reaction Vessel / Made up of borosilicate glass which can withstand temperature in the range -80 oC to 250 oC and ~1.5 bar total pressure. The vessel should be supplied with proper detachable lid system having at least 5 ports of standard ground glass joint, suitable to fit condenser, pH, temperature probe, etc and provision to close ports, not in use, with stopper. The vessel should also have one bottom valve system for easy discharge of reaction mixture from the vessel. The design of the jacketed vessel should have provisions for easy clamp & piping system for circulating thermo-liquid.
1A / 500 ml capacity / 02
1B / 1 litre capacity / 02.
1C / 5 litre capacity / 01
2. / Overhead stirrer motor with impellor / Suitable for stirring the jacketed vessels with mounting clamps, adjustable height and compatible with different impellor sizes. Continuously adjustable speed (rpm 100-1500 or more), digital indicator for stirring speed and torque. / 03
3. / Impellors for stirring / with 2 or 4 blades and glass or PTFE coated steel rod (compatible for reaction vessels at S.No. 1) – 2 number for vessels of each capacity (500 ml, 1 litre and 5 litre) / 2x3
(Total 06)
4. / Stand & Frame assembly / Stainless steel make (preferably SS 316) with appropriate paint coating for working under corrosive environment. Suitable to mount different sizes of jacketed reaction vessels (each should adjustable to fit 250 mL to 5L capacity). Provision for easy mounting of over-head stirrer motor etc. Should have easily adjustable clamps to hold vessels and stirrer motor at desired height without alignment problem (vibration free). / 03
5. / Electronic Fluid Circulating System (Thermostat) / With appropriate tubing, clamp, fluid compatible to reaction vessel as mentioned in S.No. 1 (standard make like Julabo, Neslab, Huber or equivalent circular system having computer interface for control (accuracy ±0.1 oC) and monitoring
A / Operating temperature range – RT to 150 oC / 01
B / Operating temperature range : - 10 to 100 oC / 01
6. / RTD Probe / PTFE coated for use with item in Sl No.5, Temp. Range -10 to 150 oC (accuracy ±0.1 oC) / 03
ACCESORIES
7. / Dual Dosage Syringe Pump System / Automated pH control and monitor through a dual syringe pump system with automatic parallel feed of acid & alkali to the reaction vessel The system should have appropriate computer interface with inbuilt software to monitor and control the pH / 01 set*
8 / pH-ORP probe / Temperature compensated pH-ORP probe (PTFE coated) for measuring pH within ± 0.01 pH unit & working temperature range -10 to 150 oC for independent usage and compatible with item at S.No. 6 / 01 set
9. / Automation Platform with appropriate hardware & software / Common automation platform having electronic display & regulation facilities with appropriate inbuilt softwares for simultanesous monitor and control of the stirring speed, temperature, pH/ORP & pressure of the reaction vessel, which must compatible to item nos. 4 & 5. / 01 set
* set means with all accessories for integration in the system

Other Requirements

All electrical systems should operate under standard power supply system : 230 – 250 V, 50 Hz.

Warranty requirement: Must cover 12 months of warranty on all non-glass components.

The company should undertake to supply all accessories and upgrades for upto 10 years

The supplier should have a proven track record of supplying such type of systems to reputed Government organizations and private firms with satisfactory service record.

ANNEXURE - II

File No. NML-3(02/MEF/SKS)/2012-PS(34) dated 08/10/2012

Name of the item:“Automated Controlled Leaching System and Accessories”.

TERMS & CONDITIONS

1. Issue of Tender Documents : 10/10/2012 to 07/11/2012 upto (05.00 PM IST)

2. (a) Last Date for submission of quotations (Two Bid) :08/11/2012 till (11.00 AM IST)

(b) Date of opening of Technical Bid : 08/11/2012 from 12.00 PM onwards in old

Conference room, NML, Jamshedpur.

(c) Venue of tender opening (Technical bid only): Old conference Room, NML, Jamshedpur – 831007 (Please note that “LATE” & DELAYED” tenders will not be considered for opening in any case. Please ensure that tenders must reach the office on or before Due Date for submission of tenders) as mentioned at 2 (a) above.

The sealed cover containing Technical + Price bid shall be submitted to Director, CSIR - National Metallurgical Laboratory, Jamshedpur- 831007 on or before 08/11/2012 till (11.00 AM IST). Both the technical and price bids (in separate sealed covers indicating the Enquiry No. & Due Date on the covers) should be contained within another envelop duly sealed which should also have Enquiry No. & Due Date super-scribed.

3. E. M. D. (Earnest Money Deposit)

Manufacturers/Agents must submit a Bid Security (EMD) as per format enclosed of Rs.1,00,000/- (Rupees one lakh only) along with their Bids in the form of Demand Draft / Bankers Cheque/Bank Guarantee of any scheduled Indian Bank drawn in favour of Director, National Metallurgical Laboratory, Jamshedpur. Bids without EMD will not be valid or considered. EMD of unsuccessful bidders will be returned within one month of the award of the contract. However, firms registered permanently with DGS&D and NSIC, Govt. Public undertakings, Central Autonomous Bodies, who are exempted from payment of EMD, will be allowed exemption subject to production of documentary evidence to this effect. Such registration includes the item they are offering which are manufactured by them and not for selling products manufactured by other companies. EMD must be submitted in the sealed cover containing Technical Bid (Part – I). Foreign vendors/Indian Agents may submit Demand Draft drawn in favour of Director, NML; payable at Jamshedpur in foreign currency of equivalent amount USD 1,870 or Euro 1,449.

4. The bid security shall be in Indian Rupees for offers received for supply within India and denominated in the currency of the bid or in any freely convertible foreign exchange in the case of offers received for supplies from foreign countries in equivalent Indian Rupees. The bid security shall be in one of the following forms at the bidders’ option:

a) A bank guarantee issued by a Nationalized/ Scheduled Indian Bank/Foreign Bank operating in India in the format provided in the bidding documents and valid for 45 days beyond the validity of the bid. In case a bidder desires to submit a BG issued from a foreign bank, then the same should be confirmed and routed through Nationalised / Scheduled Indian Bank. or Through (b)

b) Fixed Deposit receipt pledged in favour of the Laboratory. / Institute. or Through (C)

c) A Banker’s Cheque or demand draft in favour of the NML, Jamshedpur issued by any Nationalised /Scheduled Indian Bank.

d) In a tender, either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.

e) If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/ product.

5. Bids shall remain valid for minimum 180 days after the date of bid opening prescribed by NML. A bid valid for a shorter period shall be rejected by the NML as non- responsive.

6. The Bid Security may be forfeited if the bidder withdraws or modifies or amends its tender or impairs or derogates from its bid during the bid validity period or fails to sign the contract or fails to furnish order acceptance or performance Security in time.

7. In case of bidder intimates at the time of tender opening in writing that the bid security is kept inside the financial bid, in case of 2-bid system, then in such cases, the technical bid of the vendors may be accepted provisionally till opening of the financial bids with which the vendor has attached the bid security.

8 Firms submitting bids in a single envelope against the requirement of two-bid systems will be considered for further evaluation at the risk & responsibility of the bidder. However, the opened price bid should be sealed immediately by the Tender Opening of the Institute (TOC), without disclosing the price.

9. Bidders are not permitted to withdraw/alter or modify their bids after expiry of the deadline for receipt of bids. No request from bidder for extension of date of receipt of tender and opening shall normally be entertained.

10. Cost break up indicating the applicable prices for each component of the equipment like price of the goods, costs for installation and commissioning, training should be mentioned in the commercial bid.

11. The Institute reserves the right to seek past purchase order copies from the user organizations. The past purchase order copies obtained from the user organizations will be kept entirely confidential & this will only be for tallying the prices.

12. Equipment manufacturers within India have to quote directly. Agents of Indian Equipment manufacturers who doesn’t have a track record of supply of similar items i.e., installation and commissioning not done directly. In such cases bids submitted by Agents of Indian Equipment manufacturers would be rejected on the grounds of subletting or subcontracting. Such offers from so called agents of indigenous manufacturers will summarily be technically rejected for not following laid down Terms & Conditions of tender document.

13. The institute also may seek performance certificates from equipment manufacturers/the user organizations so as to confirm satisfactory functioning, installation & commissioning of the equipment.

14 Negotiations:

(i) Negotiation if at all shall be an exception and only in the case of proprietary or in the case of with limited source of supply. Negotiations if at all required shall be held with the lowest (L-1) evaluated responsive bidder with the cogent reasons to be recorded.

(ii) Counter offers tantamount to negotiations and should therefore be avoided.

15. In case of two-bid system adopted then the exchange rate as prevailing on the date of opening financial bid should be the basis for preparing the comparative statement.

16. Orders for equipments shall be dispatched to the vendor in two copies with an instructions that the vendors has to return one copy duly signed as a token of the acceptance of the order or the vendor may be asked to submit the order acceptance promptly within 15 days or earlier.

17. The order confirmation should be received within 15 days however the sanctioning authority has to the powers to extend the time frame for submission of order confirmation and submission of Performance Security (PS).

18. Even after extension of time, if the order confirmation / performance security are not received, then in consultation with Purchase Committee / Technical & Purchase Committee, the purchase order should be cancelled and limited tender irrespective of the value may be invited from responding firms in line after forfeiting the bid security of the defaulting firm, where applicable provided there is no change in specifications. In such case defaulting firm should be considered again for tendering in the particular case. However, if the contract is signed across the table, then order acceptance is not required.

19. The bidders should submit their quote as per the tender document which should be as follows:-

A) For goods manufactured in India.

a) The price of the goods quoted ex-works including all taxes already paid.

b) VAT and other taxes like excise duty etc., which will be payable on the goods if the contract is awarded.

c) Charges for inland transportation, insurance and other local services required for delivering the goods at the desired destination.

d) The installation, commissioning and training charges including incidental services, if any.

B) For goods manufactured abroad.

a) The price of the goods, quoted on FCA (named place of delivery abroad)

or FOB (named port of shipment), as specified in the bidding document.

b) The charges for insurance and transportation of the goods to the port/place

of destination.

c) The installation, commissioning & Training charges including incidental

services, if any.

The above point as per (A) and (B) would be the basis of evaluation between indigenous & foreign bidders for deciding the lowest technically suitable bid.

Thus FOB/FCA price quoted should have all the charges built into it till the consignment is booked at the departing port. In case of import NML will arrange insurance from supplier’s warehouse to NML stores at Jamshedpur.

Note : The offers of the firms who quote on Ex-works basis and do not mention the handling, documentation, packing, forwarding, transportation & insurance charges etc. separately will not be considered a responsive bid and the acceptance of such bid will vest entirely with the Director, NML, Jamshedpur.

20. The Purchaser will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt fraudulent, collusive or coercive practices in competing for the Contract in question.

21. Tenders received either by post or courier or by hand (excepting for tenders received against Single Tender Enquiry) shall be dropped in the tender box, duly locked and sealed and would be opened in presence of the Tender Opening Committee.

22. If a tender, received in a cover without any superscription about its contents, is opened by any official receiving it, he shall himself mark on the cover the tender number and the date of its receipt and the date of its opening and shall sign it and cause it to be delivered to the Purchase Officer before the opening date. In such cases the Purchaser Officer informs the Tender Opening Committee verbally or in writing regarding the bid received.