Electrical Power Engineering (Development Project)

Electrical Power Engineering (Development Project)

TENDER DOCUMENT

Electrical Power Engineering (Development Project)

Last Date for Submission: 10 Oct, 2016 at 11:00 AM

Bid Opening Date: 10 Oct, 2016 at 11:30 AM

Tender Fee (Rs.2000- ) in favour of Treasurer MUST Mirpur AJK (Mandatory)

MIRPUR UNIVERSITY OF SCIENCE & TECHNOLOGY (MUST), Mirpur

Websites:

Tel no. 05827-961046, Fax no. 05827-961039/961035
Email:

LIST OF EQUIPMENT

Sr. No. / Item Name / Qty / Unit Rate / Total Cost
SLOT NO.1 (HIGH VOLTAGE LABORATORY)
1 / Single phase AC Voltage Test Transformer 440V-110V / 3
2 / Thyrister and Diode converters, electric supply:380/415/220 V, 50-60Hz 4kva / 6
3 / Electronic Trigger Sphere,1kv-440V, gap spacing:2mm–5 mm / 6
4 / Circuit breaker Trainer (thermo magnetic miniature circuit breaker, cartridge fuses in carrier includes a fuse break detector circuit, thermal overload and remote/local key switches, magnetic circuit breaker) / 3
5 / Sphere Gap with electronic drive, 1kv-440V, Adjustable gap spacing / 6
6 / Low Voltage Divider, 440-220V to 110V, 350-200-175(mm) / 6
7 / Corona discharge Model demonstrative voltage: 440-110V, 410*245*160 (mm) / 6
8 / High Voltage impulse generator model: 2MV (Simulated voltage:400V) with variable wave front and wave tail resistors, 510*345*150 (mm) / 6
9 / Digital Impulse Voltmeter, demonstrative voltage level 400V / 6
10 / Digital AC Peak Voltmeter / 6
SLOT NO 2 (POWER SYSTEM CONTROL LABORATORY)
1 / Power system simulator SCADA Package
Smart Power System Trainer (XPO-SPS)
Double Bus Bar Trainer (XPO-SPS/DBB)
Generation Trainer (XPO-SPS/Gen)
Synchronization Trainer (XPO-SPS/Sync)
Power Transmission & Distribution Trainer (XPO-SPS/TLD) / 1
2 / 8086 Microprocessor Trainer
i / with 20 X 4 LCD Display / 9
ii / SMPS for above / 9
iii / 101 Keys PCAT/PS2 Keyboard / 9
iv / RS232 Serial Link / Cable & PC up/down loading
Software & Cross assembler on CD / 9
v / RS232 port to USB connector / 9
3 / 8051 Micro controller Development and Training System
i / with 20 X 4 LCD Display / 9
ii / SMPS for above / 9
iii / 101 Keys PCAT/PS2 Keyboard / 9
iv / RS232 Serial Link / Cable & PC up/down loading
Software & Cross assembler on CD / 9
v / RS232 port to USB connector / 9
4 / PLC Trainer
PLC Trainer, 1A 240/110VAC, 50-60Hz, 545*330*140 / 3
5 / Servo Trainer
Servo Trainer, 240/110VAC, 1A 50-60Hz, / 6
6 / Electrical Machines Test Bed
Electrical Machines Test Bed, 220/240 VAC, phase –phase 10A per phase / 3
SLOT NO 3 (ELECTRICAL MEASURING & INSTRUMENTATION LABORATORY)
1 / Digital Oscilloscopes with Record Length Up to 1GB, Key Specifications/Special Features: 100/150/200 MHz bandwidths
2 GSa/s maximum sample rate
Large 18.5-cm (7.0-inch) color display
Trigger mode: Edge/pulse width/line selectable video/more
Record length up to 1GB
USB host and device connectivity, standard
Multiple automatic measurements
Four math functions, including FFTs standard on all models
Mask test standard
Interface localized into multiple languages
Sequence mode (segmented memory) standard
Print to various printers via USB device port / 9
2 / Digital Multi-Meter 1,3-phase,0.6V-260 VDC, 0.2-500 VAC / 9
3 / Digital frequency meter, 1,3-phase ,40Hz-5KHz / 9
4 / Chart Recorders and Strip Charts, circular, x-y plotter, strip chart, paperless/video graphing. / 9
5 / Cable Testers, Test points 4-12, test resistance 0.05Ω - 4000Ω, maximum voltage ≥50V / 9
6 / Data Acquisition:
I / Data acquistion and Control Trainer Based on labview (ver 7 or later) based programmes supplied with each application having built in graphics display (Oscilloscope), Meters, Lamps, animation etc. as follows (Labview is not in scope of supply) MODEL : XPO-DAC / 3
Ii / Speed Sensing Transducers with all six sensors (MIT 3) / 3
Iii / Temperature Sensing Transducers with PT100, thermocouple J&K,thermister, Bimetallic relay,IC sensor (MIT 6) / 3
7 / Digital Voltmeters:Bench / Free-Standing1,3-phase measurementsDisplay Type: DigitalVoltage Range:0.04-500 V AC, DC / 9
8 / LCR Meters:
Bench / Free-Standing
Digital, 3 Digits
Resistance / Impedance Range:0.00002-100Kohms
Inductance Range:0.00002-100H
Capacitance Range:2mF-100mF / 9
9 / Strain Gauges
i / SENSOR TRAINER KIT MODEL - XPO - MIT Master Unit with Computer Interface / 9
ii / Strain gauage Transducers (MIT1) / 9
iii / Piezo resistive transducer for pressure measurement (0-20PSI) with mounted pressure sensor (0-30PSI) with hand pump & bourdon pressure gage model mit-1ai / 9
iv / Piezo electric transducer for impact measurement with attenuator & peak detector model mit-1b / 9
10 / Low Cost Semiconductor Gage:
Construction: Electrical Resistance (732 )
Photoelectric (1 )
Semiconductor (Piezo resistive) / 9
11 / Instrumentation Amplifiers:
Analog Input Channels: At least 8.0
Differential Channels: Required
Maximum Output: At least 5 +/-volts
Input Impedance: At least 0.021 M ohms
Common Mode Rejection Ratio: At least 60 dB / 9
12 / Current Loop Converters:
Analog Input Channels: At least 2
Differential Channels: Required
Multiplexer: Required / 9
13 / Voltage Regulators: 1,3-phase, 50Hz,
Portable / Bench top
Power Rating: Less than 5 kVA
Input Voltage:110-240V
Output Voltage: 120V / 9
14 / Electronic Measuring Bridges (Wheat Stone, wein capacitance bridge, Maxwell’s bridge, Hay’s Bridge etc.) / 9
SLOT NO 4 (POWER GENERATION LABORATORY)
1 / Hydroelectric power plant Simulator:
It should completely demonstrate the working of hydroelectric power plant along with automatic governor control so that students can understand the whole mechanism of plant / 6
2 / Thermal Power Plant Simulator:
It gives complete demonstration of working principle and operation of thermal power plant during varying loads / 6
3 / Nuclear power Plant Simulator:
It explains the working principle and operation of nuclear power plant during varying loads. Simulator must be fully comprehensive / 6
4 / Photovoltaic (PV) and Solar Power Systems
i / Solar Technology Trainer consisting Floor standing alluminium profile rack with caster wheels and tiltable lockable frame 0-90 degree in step, EMT 9, EMT8, Solar cell panel ST1A, ST1B, ST2, DMM etc / 6
5 / Ocean Energy Power Plant Simulator:
It gives complete demonstration of working principle and the way how energy is stored / 6
6 / Inter-Connected Power System Simulator:
It should demonstrate the working principle of inter-connected power systems, the flow of power among the individual power systems / 2
SLOT NO 5 (POWER DISTRIBUTION LABORATORY)
1 / Power Distribution Trainer, power distribution trainer/panel is needed for the demonstration of electricity and distribution and protection concepts / 6
2 / Power factor load bank model: Experiments / 6
3 / Substation models including different bus bar schemes / 6
4 / System earthing model with changeable impedance between neutral and ground. It displays fault current during different earthing techniques and phase-neutral and phase-phase voltage / 5
Total Amount.

Terms & Conditions:

1. SCOPE OF WORK:

The scope of the project/contact is to supply and Installations of Electrical Power LabEquipment and other accessories at Mirpur University of Science & Technology (MirpurAJ&K)

Following requirements define the scope of work of this tender.

1.1 The Selected Bidder/bidders will be responsible for the supply, installation, Integration, testing, commissioning, maintenance and spare parts. Service provision for all equipment/entities at MUST designated sites.

1.2 Selected Bidder/bidders must ensure that the supplied equipment is fully operational, new and perform properly and transmission the university staff.

2. BIDS SUBMISSION REQUIREMENTS:

2.1. For this tender PPRA's Rule number 36(a) `Single stage - Single Envelope Procedure' for open competitive bidding shall be adopted.Each bid shall comprise one single envelope containing, separately, financial proposal and technical proposal. All bids received shall be opened and evaluated in the manner prescribed.

2.2. The bidder is required to submit Bid in Single Envelop. Envelope should also be labeled with the name, address and contact number of the bidding company.

2.3.Bidders for Technical evaluation have to provide complete specs along with brochures/data sheets etc explaining of the items quoted.

2.4. Bidders shall submit a signed letter with Official stamp affixed on it as a cover letter to the Bid/Proposal. Bids/Proposals submitted without this cover letter may not be accepted and bids will likely to be rejected straightaway.

2.5. Bidders shall provide Company profile, Authorization & relationship with principal firm(s), location of branch offices, company experience in related field, technical staff details (branch-vise), project completed, major clients' list. NTN –GS and Registration under companies’ ordinance 1984.

2.6. Equipment's technical details (brochures, data sheets etc.) mentioning compliance and properly highlighting all the compliance specification as requested/ Exceededusing florescent highlighter of quoted hardware/equipment and material with their make, model, part number, etc.

2.7. Bidders are required to fill and sign all pages of submitted proposal, and submit it as Financial Proposal.

2.8.Each quoted item in bid will be labeled separately and item wise price should be included.

2.9The University may opt the option to purchase the equipment through letter of Credit (L/C), so each supplier has to quote the rates in Foreign Currency also under the procurement through letter of credit.

2.10Rates under L/C shall be quoted by the Foreign Manufacturer through Authorized dealer in Pakistan.

2.11In case of procurement under the L/C, the authorized dealer has to provide bankguarantee up to 20% of total contact price after approval of rates and before the issuance of confirmed supply order within 10 days. Failing is liable to cancellation of quotation.

2.12. Rates quoted in the Bid should be containing all the applicable taxes in PKRas well as vendor has also to give the price in US Dollar.

2.13.A bank draft equal to 2% of the Total Bid Value should accompany the bid as earnest money in shape of Bank Draft/ Bank Guarantee drawn in favor of Treasurer, Mirpur University of Science & Technology, Mirpur AJ&K. The bid shall not be considered without earnest money.

3. SELECTION PROCEDURE:

3.1. A one step process will be used for the selection of a bidder for the award of this tender.

3.2. MUST's intent in issuing this Tender Document is to award a contract to the lowest evaluated and best responsive bidder/bidders whomeet specifications as laid out in Technical Information Form I and who fulfill all Mandatory Requirements mentioned in General Terms and Conditions. If any of the requirements or equipment specifications is not meet tender document, the bid will be considered as non-responsive and will be rejected technically, and the bid of the next lowest bidder will be considered.

3.3. Final Evaluation shall be made 70% on Technical and 30 % financial basis. The evaluation will also include marks for

  • Specifications for each item as per tender document.
  • Country of Origin.
  • Companies offices in number of cities in Pakistan/near to Mirpur
  • Company association with the product principal
  • Total Experience as well as experience against the quoted equipment
  • Guarantee and Backup support services / SLA of the equipment
  • Training for the MUST staff members for the quoted items
  • Quoted product certified support staff
  • Feedback from previous clients
  • Delivery period (Will be followed strictly)
  • Financial evaluation will be done on PK Rupee basis or FC in case of C&F and 30% bids will be Evaluated Financially.
  • Free of cost maintenance period of quoted items (warranty).

3.4. After the approval of contract award, as per The Stamp Act 1899 Article 22-A as mentioned below a contract agreement on the stamp paper shall be executed by the firm with selected bidder within 15 days from the date of issuance of Letter of acceptance / supply order.

3.4 The successful bidder shall have Proved CDR or B.G issued from scheduled bank up to to 20% of supply order if the decision is supply through the L/C, which shall be released after the testing commissioning of equipments

4. TERMS OF PAYMENT:

4.1. No payment shall be made in advance to the selected bidder/vendor as mobilization advance.

4.2. Ninety percent (90%) cost of equipment shall be payable to the Contractor within one month upon successful installation, proper integration, testing & commissioning of all equipment as per requirements of MUST,Mirpur AJ&K. in Case MUST failed to provide necessary space or the staff member for installation of the equipment than payment will be made to the contractor.

4.3. Ten Percent (10%) of the payable amount against each invoice/payment will be retained as security/retention money. 10% retained money will be released after successful completion of 1st year warranty Services. A certificate will be issued in this regards by MUST, Mirpur AJ&K.

4.4. All payments shall be made through cross cheque in the Pak Rupees and through LC on C&F basis.

4.5. Taxes will be deducted at source as per government rules at the time of payment irrespective of the date of invoicing.

4.6. The 2% earnest money in shape of Bank Demand Draft/Bank Guarantee (Bank insurance not Acceptable) is required which will be returned within 10 days after successful supply of equipment

4.7. MUST Technical Committee reserves the right to cancel the order, ifwork progress is not up to the satisfaction of the Committee. If work done by third party selected in accordance with the PPRA rules subject to the condition that if the first party has to pay any amount in excess of the agreed amount, the difference will be recovered from the second party.

4.8 Quantity may be increased/ decreased at the time of agreement/supply order.

5. LIQUITDATED DAMAGES:

5.1. In case of delay, the Technical Committee, of MUST reserves the right to suggest to Competent Authorities for imposing a penalty not exceeding 10% of the total amount of the contract at the rate of 1% of the bill for each week of delay.

5.2. If the supply is not executed according to the satisfaction of the Technical Committee, of MUST, the Competent Authority reserves the right to reject it altogether or impose a penalty not exceeding 50% of the contract amount.

5.3. In case of services delay or unsatisfactory service deliver non-complying the terms of the comprehensive warranty services, vendor performance Retention /withheld Money will be forfeited.

6. GENERAL TERMS AND CONDITIONS:

6.1All taxes shall be applicable and shall be deducted at the time of payment under rules

6.2Authorized Dealer, Partner for all Items quoted.

6.3Location of Offices (Islamabad/Rawalpindi/ Prominent Cities of Pakistan geographically located near Mirpur, Azad Kashmir)

6.4Project Execution Plan (Time Line, Resources, Dedicated Staff, Shared

Staff) if required for more than Rs. 1.000 million.

6.5Technical/Purchase Committee may visit vender’s facility to check the samples/equipment.

6.6An affidavit to the effect that the firm has not been blacklisted by any Government/Semi Government organization.

6.7The University reserves the right to accept/reject wholly or partially any tender at any stage of the tender process with recorded reasons

6.8Validity period of the bids shall be 4 months (120days).

6.9The decisions of MUST will be binding on all concerned and will in no case be challengeable at any forum or any court of law.

6.10Bids are liable to be rejected if; they are not conforming the terms, conditions and specifications.

6.11During the examination, evaluation and comparison of the bids, the MUST at its sole discretion may ask the bidder for clarifications of its bid.

6.12The request for clarification and the response shall be in writing/email.

6.13Total Bid Value shall cover cost of equipment with one year warranty.

6.14The amount submitted as Earnest Money shall be refunded to the unsuccessful bidders after the decision of "Tender Committee" for the award of said tender.

6.15If there is a discrepancy between unit price and total price in the submitted bid which is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If there is a discrepancy between the words and figures, the amount in words shall prevail. If there is a mistake in addition/ totaling, that shall be corrected. If the bidder does not accept the corrected amount of bid, his bid shall be rejected and his bid security forfeited.

6.16Conditional Bids will not be entertained.

6.17For this tender all updates/changes shall be communicated through email and also be posted on MUST website.

6.18In case of any dispute between the two parties of any matter arising out of after signing the contract agreement, the case shall be referred to Vice Chancellor, MUST whose decision shall be final and binding on both parties.

6.19Maximum delivery time for all items is 12-16 weeks.

6.20Bids submitted via email or fax will not be entertained.

6.21Bidders indemnify MUST against all third party claims of infringement of patent trade mark, industrial design rights arising from use of the goods of any part thereof in Pakistan.

6.22Number of equipment and its parts may be increased or decreased as per MUST requirement.

6.23Firm may ensure the availability of parts for next 3 Years.

6.24For the final award MUST can be opt contract agreement on the basis of FOR or C&F (LC based) by mutually agreed from both the parties.

  1. MEET OR EXCEED SPECIFICATIONS

The specifications provided in this tender are the minimum requirements of MUST. The vendors must meet/ exceed these specifications to meet the actual requirements of MUST and its successful practical implementation. But in such a case additionally proposed or altered specifications should clearly be highlighted to enable MUST to clearly identify modified specifications.

  1. CLARIFICATIONS

Queries regarding this tender shall be submitted in writing to:

(Sahibzada Muhammad Zahid)

Deputy Treasurer /

Secretary Central Purchase Committee

Ph: 05827-961046; Fax: 05827-961039

Form 1.

PROPOSAL SUBMISSION FORM

Secretary Purchase Committee

Mirpur University of Science & Technology,

Sir,

______We, the undersigned, offer to provide the Services for "Purchase of Items for MUST Office and in accordance with your Request for Proposal (Tender Document) dated ______and our Proposal. We are hereby submitting our Financial Proposal along with Technical compliance, sealed in envelope.

We understand you are not bound to accept any Proposal you receive and reserves the right to accept or reject any offer and to annul the bidding process and reject all proposals without assigning any reason or having to owe any explanation whatsoever.

The decision of evaluating committee shall be final and cannot be challenged on any ground at any forum and the evaluating committee will not be liable for any loss or damage to any party acting in reliance thereon.

We remain,

Yours' sincerely

Authorized Signature:

Name and Title of Signatory: Name of Firm:

Address:

1