TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai – 400 005.

A Deemed University

Telephone :+91-22-2278 2316/2886/2887/2888 Email :

Purchase Fax : +91-22-2280 4566 :

Website:

:

PUBLIC TENDER NO.: TFR/PD/IC10-002/PUB

DUE DATE: 21.06.2010

TENDER FEE: Rs. 500/-

COST OF TENDER: Approx. Rs.10 Crore

TYPE OF TENDER: TWO PART

------

DESCRIPTION OF MATERIAL

Electron Beam Welding Machine, at TIFR, Mumbai
As per our technical specifications … 1 No.

------

Closing time and date: 13.00 Hours on 21.06.2010

Tender will be open at : 14.00 Hours on 21.06.2010

Both Technical Bid (Part A) and Commercial Bid (Part B) to be submitted within the due date and time in separate envelopes and marked on top as either Part A or Part B. These two sealed envelopes should be further put in one Master Envelope superscribed with the Tender No., Due Date in Bold Letters.

Please see attached sheet for conditions of tender.

P. S. MURTHY

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

(Deemed University)

National Centre of the Government of India for Nuclear Science and Mathematics

HOMI BHABHA ROAD, COLABA, MUMBAI – 400 004

(PURCHASE SECTION)

Terms and Conditions

  1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial Terms and PART “B” (Commercial Bid) consisting of only Price shall be submitted in separate sealed envlopes duly superscribed with the tender enquiry number, and the due date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be clearly marked on top as either PART “A” or PART “B”. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No., Due Date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop has to be delivered by hand/courier at the security Gate Officer of TIFR on or before 13.000 hrs on the due date specified. The technical bid will be opened in the presence of attending tenderers at 14.00 hrs on the due date in the Purchase Section.
  1. In case the PART ‘A’ and Part ‘B’ bids are not sealed in separate envelopes the tender will be rejected.
  1. The technical bid should not contain any indication of the price.
  1. After scrutiny of Technical Bids, Commercial bids of only those who are shortlisted on technical basis will be opened at on later date. The opening date, time and venue will be intimated to the technically successful bidder.
  1. Tender Forms can be obtained from the Purchase Section on payment of the tender fees (non-refundable) of Rs.500/- by cash/Demand Draft in favour of Tata Institute of Fundamental Research, Mumbai, to the cashier, Accounts Department on any working day between 11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m.
  1. The firm who wishes to download the specifications, terms and conditions may do so. While submitting the quotation, a DD of Rs.500/- for each tender drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with TechnicalBid. Foreign Suppliers shall submit Bankers cheque for US$100/-.
  1. A Demand Draft of Rs.5, 00,000 drawn in favour of Tata Institute of Fundamental Research, Mumbai towards Earnest Money Deposite may please be enclosed along with Technical Bid. Foreign Suppliers will have to submit by Bankers Cheque / Demand Draft in favour of Tata Institute of Fundamental Research in relevant foreign currency equivalent to INR 500,000 payable at Mumbai,India.
  1. Quotations must be valid for a period of 180 days from the date of your quotation.
  1. Tenders containing correction, overwriting will not be considered.
  1. Tenderer should sign on all the pages of the technical bid and the price bid.
  1. Offer should be on the basis of Ex-works, with duly faultless Seaworthy packing.
  1. If equipment offered is to be imported, arrangements for import will be made by us.
  1. Price bid should have price of main machine and Brief description of complete equipment/ Item/material with all mandatory accessories, price of optional accessories, AMC charges, installation, commissioning, spares, training charges, PDI charges, taxes etc. as separate items.
  1. Tenders who do not comply with any of the above conditions are liable to be rejected.
  1. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever.
  1. We reserve the right to place the order for part/reduced quantity than what is specified in the tender.
  1. Our standard Payment terms are as follows:

- Up to maximum of 80% against shipment of the equipment/materials (through Letter of Credit)

- Balance 20% of the order value will be released on receipt, installation, commissioning and acceptance of the equipment/machinery.

In case any supplier wants advance payment for mobilization the same can be released on submission of bank guarantee for the equal amount valid till the date of shipment of the equipment/material.

18. No agency commission will be paid by TIFR as per Govt. of India rules

PURCHASE OFFICER

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Ref.:TFR/PD/IC10-002/PUB

TENDER DOCUMENT

FOR

THE PURCHASE

OF

ELECTRON BEAM WELDING (EBW) MACHINE

Public Tender No. : TFR/PD/IC10-002/PUB

TATA INSTITUTE OF FUNDAMENTAL RESEARACH

HOMI BHABAHA ROAD, COLABA

MUMBAI – 400005

INDIA

********************************************************************************************

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai – 400 005

Phone: (022) 2280 4545, 2278 2316 Fax: (022) 2280 4566

Email: Website:

A DEEMED UNIVERSITY

********************************************************************************************

INDEX

PART / SECTION / TITLE / PAGE NO.
PART
A
Technical
Bid / I / Notice Inviting Tender / 7
II / Instruction to Bidder / 8-13
III / General Terms and Conditions of Contract / 14-25
IV / Form of agreement / 26
V / Technical Specifications / 27-40
VI / Qualification requirements / 41
PART
B
Commercial
Bid / I / Price Schedule Forms / 42-44

1

TATA INSTITUTE OF FUNDAMENTAL RESEARACH

HOMI BHABHA ROAD, COLABA

MUMBAI – 400005

TENDER DOCUMENT

PART –A

Technical Bid

Public Tender No. : TFR/PD/IC10-002/PUB

Name of Work

DESIGN, MANUFACTURING & SUPPLY,

INSTALLATION, ERECTION, COMMISSIONING & TESTING

OF

ELECTRON BEAM WELDING (EBW) MACHINE

AT

CENTRAL WORKSHOP, TIFR, MUMBAI – 400005.

********************************************************************************************

TATA INSTITUTE OF FUNDAMENTAL RESEARCH

Homi Bhabha Road, Colaba, Mumbai – 400 005

(A DEEMED UNIVERSITY)

Tel.No:+91-22-2278 2316/2886 Purchase Fax :+91-22-22804566

E-mail: Website:

********************************************************************************************

TENDER NOTICE NO. TFR/PD/IC10-002/PUB

Sealed tender in two parts viz. Part ‘A’ ( Technical Bid) & Part ‘B’ (Commercial Bid) are invited in sealed envelopes from reputed manufacturers or their accredited agentsfor: of the Work damental Research 11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111DESIGN,MANUFACTURING&SUPPLY,INSTALLATION,ERECTION, COMMISSIONING & TESTING OF ELECTRON BEAM WELDING (EBW) MACHINE AT CENTRAL WORKSHOP, TIFR, MUMBAI as per our technical specifications and terms & conditions of contract.

Tender No.:

Approximate value put to tender : Rs 10, 00, 00,000

(for reference only)

Earnest money deposit : Rs 5, 00,000

Cost of tender document : Rs 500

Sale of tender document from : 03.05.2010

Due date and time of tenders : Date: 21.06.2010: Time:13.00 Hours

Date & time of opening of : Date:21.06.2010: Time:14.00 Hours

Technical bids

Completion Time : 12 months from date of award of contract

Place of opening of tenders : Tata Institute of Fundamental Research, Colaba, Mumbai - 5

Foreign Suppliers who wish to submit the quote directly (not through Indian Agents) will have to submit EMD by Bankers Cheque / Demand Draft in relevant foreign currency equivalent to INR 500,000 payable at Mumbai, India.

Tender Forms can be obtained from the Purchase Section on payment of the tender fees (non-refundable) of Rs.500/- by cash/Demand Draft drawn in favour of Tata Institute of Fundamental Research, Mumbai to the Cashier, Accounts Department, on any working day between11.00 a.m. to 12.30 p.m. and 1.00 p.m. to 3.00 p.m

OR

The bidder may download the tender document / specifications from website While submitting the quotation, a DD of Rs.500/- drawn in favour of Tata Institute of Fundamental Research, Mumbai may please be enclosed along with Technical Bid. Foreign suppliers shall submit Bankers cheque for US$100/-.

Tata Institute of Fundamental Research shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall have the right to reject any or all tender(s) without assigning any reason whatsoever.

PURCHASE OFFICER

PART – A

SECTION – II

INSTRUCTIONS TO BIDDER

1. Eligible Bidders

1.1 This Invitation for Bids is open to all suppliers.

1.2 The Bidder should be a manufacturer/authorized representative of a manufacturer who must have designed, manufactured, tested and supplied the equipment(s) similar tothe type specified in the “Technical Specification”.Such equipments must be of the most recent series/models incorporating the latest improvements in design. The models should be in successful operation for at least one year as on date of Bid Opening.

1.3The Bidder should be should have proven experience of both fabrication and welding of SRF cavities.

2. Content of Bidding Documents

2.1 The goods required, bidding procedures and contract terms are prescribed in the bidding documents which should be read in conjunction. The bidding documents, apart from the invitation for bids have been divided as under:

1: Instructions to Bidder

2: General Conditions of Contract, GCC

3: Technical Specifications

4: Price Schedule Forms

5: Qualification requirements

6: Contract Form

2.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

3. Language of Bid

3.1 The bid prepared by the Bidder, as well as all correspondence and documentsrelatingto the bid exchanged by the Bidder and the Purchaser shall bewritten in English language only.

3.2 The Supplier shall bear all costs of translation, if any, to the English language and all risks of the accuracy of such translation, for documents provided by the Supplier.

4. Documents Comprising the Bid

4.1 The bid prepared by the Bidder shall include:

(a) Service support details

(b) Deviation Statement

(c) Performance Statement

(d) Manufacturer’s Authorization Certificate.

(e) Documentary evidence establishing that the bidder is eligible to bid and isqualified to perform the contract if its bid is accepted.

(f) Price Schedule Form

5. Bid Prices

5.1 The Bidder shall indicate on the appropriate price schedule form, the unit prices and total bid prices of the goods it proposes to supply under the contract.

5.2Prices indicated on the price-schedule form shall be entered separately in theFollowing manner:

(a) For Goods being offered from India

(i) The price of the goods quoted ex works including taxes already paid.

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

(iii)The installation, commissioning, spares, training charges, pre-dispatch and AMC charges, if any.

(b) For Goods being offered from abroad

(i) The price of the goods, quoted Ex works, as specified in the price schedule form.

(ii) The installation, commissioning, spares, training charges, pre-dispatch and AMC charges, if any.

5.4All lots and items must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. Lots or items not listed in the Price Schedule shall be assumed to be not included in the bid.

5.5The purchases made by the purchaser for scientific purpose are exempt fromExcise duty and Custom Duty at a concessional rate is leviable.

5.6The prices quoted by the bidder shall be fixed during the bidder’s performance of contract and not subject to variation on any account.

6. Bid Currencies

6.1 Prices shall be quoted in Indian Rupees for offers received for supply within India and in freely convertible foreign currency in case of offers received for supply from foreign country.

7. Documents Establishing Bidder’s Eligibility and qualifications

7.1 The bidder shall furnish, as part of its bid, documents establishing the bidders’eligibility to bid and its qualification to perform the contract if its bid isaccepted.

7.2 The documentary evidence of the bidders qualification to perform the contract if the bid is accepted shall establish to the purchasers satisfaction that;

(a) The bidder meets the qualification criteria listed in bidding documents.

(b) Bidder that doesn’t manufacture the goods it offers to supply shall submit Manufacturers’ Authorization Certificate to demonstrate that it has been duly authorized by the manufacturer of the goods to quote and/or supply the goods.

(c) In case a bidder not doing business within the purchasers’ country, that the bidder is or will be represented by an agent in the country equipped and able to carry out the supply, maintenance, repair obligations etc. during the warranty and post-warranty period or ensure a mechanism atplace for carrying out the supply, maintenance, repair obligations etc. during the warranty and post warranty period.

7.3Conditional tenders shall not be accepted

8. Documents Establishing Goods' Eligibility and Conformity to Bidding

Documents

8.1 To establish the goods’ eligibility, the documentary evidence of the goods andservices eligibility shall consist of a statement on the country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment.

8.2 To establish the conformity of the goods and services to the specifications and schedule of requirements of the bidding document, the documentary evidence of conformity of the goods and services to the bidding documents may be in the form of literature, drawings and data, and shall consist of:

(a) A detailed description of the essential technical and performancecharacteristics of the goods;

(b) A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary for the proper and continuingfunctioning of the goods during the warranty period following commencement of the use of the goods by the Purchaser in the Priced- bid ; and

(c) An item-by-item commentary on the Purchaser's Technical Specificationsdemonstrating substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.

8.3 For purposes of the commentary to be furnished pursuant to above, the Bidder shall note that standards for workmanship, material and equipment,designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute these in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.

9. Period of Validity of Bids

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

9.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity. The request and the responses shall be made in writing.

(Orfax or e-mail).

9.3 Bid evaluation will be based on the bid prices without taking into consideration the above corrections.

10. Process of Submission

10.1 You are requested to return Part A (Section II, Section III and Section IV )duly completed and signed on each page in one sealed envelope, and marked as Technical Bid and Part B (Section I) duly completed and signed and marked as Commercial Bid in another sealed envelope. The two envelopes marked with our tender reference no,due date and due time on each envelope with your stamp as sender along with date of dispatch. The two envelopes may be put in one sealed envelope and addressed to

The Purchase Officer,

Tata Institute of Fundamental Research,

Homi Bhabha Road,

Colaba, Mumbai - 400 005.

And delivered at the Security Gate Office before1300 hrs on the due datespecified. Technical bids will be opened in the presence of attending tenderers at 14.00hrs on the date specified in the tender notice.Tenderers are advised to use only the forms supplied by TIFRand not to use any other forms on their own letter head. All the information called for shall be furnished complete in all respects. Informationfurnished on sheets other than those supplied may not beconsidered.However thefirms may enclose only the relevant catalogues / leaflets / brochures of the manufacturers of the equipment offered for better evaluation of their offers. Incomplete tenders or tenders not complying with the requirement are liable for rejection.

11. Late Bids

11.1 Any bid received by the Purchaser after the deadline for submission of bidsprescribed by the Purchaser will be rejected.

11.2 Such tenders shall be marked as late and not considered for further evaluation. They shall not be opened at all and be returned to the bidders in their original envelope without opening.

12. Confidentiality

12.1 Information relating to the examination, evaluation, comparison, and postqualification of bids, and recommendation of contract award, shall not bedisclosed to bidders or any other persons not officially concerned with suchprocess until publication of the Contract Award.

12.2 Any effort by a Bidder to influence the Purchaser in the examination,evaluation, comparison, and post qualification of the bids or contract award decisions may result in the rejection of its Bid.

13. Clarification of Bids

To assist in the examination, evaluation, comparison and post qualification ofthe bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its bid.The request for clarification and the response shall be in writing andno change in prices or substance of the bid shall be sought, offered orpermitted. However, no negotiation shall be held except with the lowest bidder, at the discretion of the purchaser. Any clarification submitted by a bidder in respect to its bid which is not in response to a request by the purchaser shall not be considered.

14. Preliminary Examination

14.1 The Purchaser shall examine the bids to confirm that all documents and technical documentation requested have been provided, and to determine the completeness of each document submitted.

14.2 The Purchaser will examine the Technical bids to determine whether they arecomplete, whether required sureties have been furnished, whether the documentshave been properly signed, and whether the bids are generally inorder. The purchaser may discussthe technical specifications with the bidders. Those whose technical specification does not reach thethreshold level of acceptability will be rejected as technically unsuitable.