OFFICE OF THE TEXTILE COMMISSIONER - BTRA

CONTENTS
Sr.
No.
Subject
Page
No.
I)
Introduction
2
II)
Details of Tender and Tender Notice
5
III (A) Terms and conditions -General
6
III (B) Terms and Conditions- Special
13
V
VII
Annexure I: Technical specification of the
Equipment/Machines
18
Annexure II: Details of EMD payable for each item
47
Annexure III: Format for filling up of cost details
48
Annexure IV: Format for Bank Guarantee
50
Annexure V: Delivery Schedule for indigenous / imported
equipment
(Annexure VI ) Format to be filled up and submitted in the
letter head of the bidder
(Annexure VII) Check List to Bidder
52
53
55
Note: Interpretation of any term /word /clause lies with the BTRA, Mumbai.
Page 1 of 55
INTRODUCTION:
1.1
Developing countries having both textile and clothing capacity may be able to
prosper in the new competitive environment from 1 st January, 2005 under the regime of
Free Trade. In post MFA market, Indian entrepreneurs are estimating the potential
export to grow by 185%. This post MFA free trade era will be completely dominated by
the concept “Quality” in the manufactured goods. As a result, the textile industry in
developing countries will face intensified competition in both their export and domestic
markets.
1.2 As a result of various initiatives taken by the Indian government, there have been
new investments of over Rs.50, 000.00 crore in the textile industry in the last 5-6 years.
Nine textile majors invested Rs.2, 600.00 crores and plan to invest another Rs.6, 400.00
crores. Further, India‟s cotton production increased by 57% over the last 5 years; and 3
million additional spindles and 30,000 shuttleless looms were installed. The industry
expects investments of Rs.1, 40,000.00 crores in this sector in the post-MFA phase.
Vision 2010 for textile formulated by the Government of India after intensive interaction
with the industry and Export Promotion Councils to capitalize on the upbeat mood aims
to increase India‟s share in world‟s textile trade from the current 4% to 8% by 2010 and
to achieve export value of US $ 50b by 2010. Vision 2010 for textiles envisages growth
in Indian textile economy from the current US $ 37b to US $ 85b by 2010; creation of 12
million new jobs in the textile sector; and modernization and consolidation for creating a
globally competitive textile industry.
1.3
In view of the above, there will be opportunities as well as challenges for the
Indian textile industry in the post – MFA era. But, India has natural advantages which
can be capitalized on strong raw material base – cotton, man-made fibres, jute, silk;
large production capacity (spinning – 21% of world capacity and weaving – 33% of
world capacity but of low technology); vast pool of skilled manpower; entrepreneurship;
flexibility in production process; and long experience with US/EU (European Union). At
the same time, there are constraints relating to fragmented industry constraints of
processing, quality of cotton, concerns over power cost, labour reforms and other
infrastructure constraints and bottlenecks. E.g. cost of power was Rs.8.00 per garment
in India whereas in China it was only Rs.2.00 per garment.
1.4
The textile industry is undergoing a major reorientation towards non-clothing
applications of textiles, known as technical textiles, which are growing roughly at twice
the rate of textiles for clothing applications and now account for more than half of total
textile production.
The processes involved in producing technical textiles require
expensive equipments and skilled workers and are, for the moment, concentrated in
developed countries. Technical textiles have many applications including bed sheets;
furniture and healthcare upholstery; filtration and abrasive materials; thermal protection
and multiple other specialized products and applications. India must take adequate
measures for capturing its market by promoting research and development in this
sector.
Page 2 of 55
1.5
The Indian textile industry is passing through a critical phase in view of the
ongoing globalization process under WTO Era. The Industry is now facing challenges
from different quarters. Now, foreign buyers will import textile goods from India, if and
only if, the quality of the textiles is upto the mark and the price is competitive. The
importers of textiles have already revised the quality specifications of the various
products and made them very stringent. Further, the European importers of textiles are
now incorporating ecological specifications also to ensure the safety of the textile
products. Apart from this, the industry has to compete and withstand cheaper imports
from China, Japan, Pakistan and other south East Asian countries.
1.6
The Government of India has initiated several measures to strengthen the
industry, particularly in the area of technology, eco-friendliness and quality improvement,
with the objective of making the Indian textile products of superior quality and price
competitive. The Government has provided financial assistance during the last 10 years
for the creation of additional testing facilities at all the textile manufacturing centres to
enable the industry to evaluate and comply with stringent quality specifications and eco
regulations being stipulated by the importers of textiles. Measures have also been taken
to modernize the PSCs under the Power loom up gradation programme for imparting
training to workers on modern looms to acquire required skill and knowledge.
2.
With the end of quota regime since January 2005, the exporters have realized
that it is absolutely necessary to improve the quality of textiles manufactured in India for
a sustained growth of export from India. The quality consciousness and culture for
testing have become very significant in Indian Textile Industry and accordingly, the
textile materials are being tested for physical, chemical and eco parameters to establish
the quality standards of the product. New standards are also being formulated by the
standards bodies to meet the latest challenges posed by the ever-increasing list of test
parameters. To ascertain these properties by testing of textiles, it is required that
laboratory should be equipped well to test the parameters required by the buyers abroad
as per the equipment and methods prescribed in the international standards. The
infrastructure for such testing/R&D by BTRA is not adequate in certain areas and hence
it is decided to upgrade / strengthen the existing textile testing/R&D facilities available in
the laboratories of BTRA. Further, Ministry of Textile, Government of India has
designated the BTRA as “Centre of Excellence in Geotextiles”.
3.
Accordingly, BTRA has decided to upgrade the equipment/procure new
instruments/Machines for various laboratories of BTRA to broaden the spectrum of
testing/R&D services to the textile and clothing industry. The various testing /research
equipments required by these laboratories are now being procured through the current
tender.
Page 3 of 55
4.
The tender document contains the following:
(i)
Tender Notice
(ii)
Terms and Conditions - General and Special
(iii)
Technical Specification of the items
(iv)
List of instrument/equipment/accessories being procured
(v)
EMD payable in respect of each of the items
(vi)
Format for filling up the cost of items
(vii) Format for Bank Guarantee
(viii) Delivery schedule for each of the items.
(ix)
Guidelines for the bidders
Page 4 of 55
THE BOMBAY TEXTILE RESEARCH ASSOCIATION (BTRA)
Lal Bahadur Shastri Marg, Ghatkopar (W)
Mumbai-400086
TENDER NOTICE No. BTRA/COE/IB/05/2015 Dated 28/01/2015
Tenders in two separate sealed covers viz; Technical (Cover- A) and Commercial (Cover – B)
are invited by the BTRA bonafide manufacturers/ authorized agents for the supply of textile
machines / equipment for BTRA.
Details of the machines/equipment, number of units, their
specifications, payment terms and other details are given in the tender document.
Interpretation of the terms & conditions and other related issues in the tender would lie
with BTRA only. Tenders can be purchased from The Director, BTRA, LBS Marg, Ghatkopar
(West), Mumbai – 400 086. Tel: 2500 3651, 2500 2652 upon payment of a non-refundable fee
of Rs.500/- in cash or Demand Draft drawn in favour of “The Bombay Textile Research
Association” payable at Mumbai.
The tender document can also be downloaded from the
website of BTRA at www.btraindia.com If the document is downloaded from the website, the
document fee of Rs. 500/- has to be enclosed as a D. D in favor of “The Bombay Textile
Research Association” along with the Technical bid. The bidders who purchase tender
documents or have downloaded tender document are only eligible for submission of tenders.
An Earnest Money Deposit (EMD) has to be submitted as per the details given in the tender
document for each of the equipment. Tenders without EMD will not be considered at all.
Sale of tender documents: From 28/01/2015 (10.30 a.m. to 4.30 p.m). Pre-bid clarification
meeting will be held on 04/02/2015 at 2.30 p.m. to clarify the queries of the bidders, if any.
Last Date for Submission of Duly Filled Up Sealed Tender at BTRA, Mumbai is 11/02/2015
up to 12.00 Noon. On 11/02/2015 the technical bids will be opened at 2.30 p.m. in the
BTRA Conference Room “A” Block. The bidders or their authorized representatives may
remain present at the time of opening of the tenders, if they so wish. After detailed analysis of
technical bids, the bidders who are found to be technically responsive will be informed about the
time, date and venue of opening of the commercial bids. The BTRA reserves the right to
accept or reject any or all the bids either in full or any part at its discretion without
assigning any reason thereof. After detailed analysis of technical bids, the bidders who are
found to be technically responsive will be informed about the time, date and venue of opening of
the commercial bids.
Address for communication: The Director, BTRA, LBS Marg,
Ghatkopar (W), Mumbai – 400 086. Tel:2500 3651, 2500 2652.
Page 5 of 55
III (A) TERMS AND CONDITIONS- GENERAL
1.
Tender documents shall be issued by the Office of the BTRA at Mumbai to
manufacturers / authorised agents, on payment of Rs.500/- (non refundable) by
cash or DD in favour of BTRA payable at Mumbai, towards cost of tender
documents. The Director, BTRA, Mumbai will be the tender issuing authority.
2.
Modifications, if any, made in the above documents will be done by addenda /
corrigenda, copies of which will be sent in duplicate to each bidder before the due
date of the tender. One copy should be signed, sealed and submitted along with
the technical bids. Tender to be submitted, is as detailed hereafter. The bidder
shall not make any additions / deletions to or amend the text of the documents
except in so far as may be necessary to comply with any addenda / corrigenda
issued. The bidders shall use only tender documents as issued for
submitting his bid and shall comply with various terms and conditions.
3.
All pages of tender documents shall be signed by the person authorised to file the
tender.
4.
The full name of the person authorised to file the tender, designation, current and
main office address, Phone No., Fax No. & E-mail address shall be indicated in
the tender.
5.
Tenders sent through E-mail, Fax and Telex will not be entertained.
6.
The tender should be filled in and submitted in English.
literature and correspondence shall also be in English.
7.
No claim for costs, charges, expenses incurred by the bidder in connection with
preparation of tender submission and for subsequent clarifications of their tender
shall be accepted.
8.
BTRA will not be responsible for any typographical errors/ambiguity/ additions
/omissions committed by the bidder while filling up of the tender.
9.
Submission of a bid by a tenderer implies that he has read all terms & conditions,
and has made himself aware of the scope and specifications of the items to be
supplied, availability of materials, local conditions and other factors bearing on the
execution of the supply.
10.
The bidder shall be deemed to have full knowledge of documents and no extra
charges consequent on any misunderstanding or otherwise shall be allowed.
All accompanying
Page 6 of 55
11.
Any question regarding the tender document and discrepancies shall be directed
to the Tender Issuing Authority in writing minimum 10 days prior to the due date of
submission of tender. The Tender Issuing Authority will issue all clarifications,
interpretations, meanings and specific directions, if any, in duplicate in writing to
all the bidders. One copy of these shall be returned duly signed and seal
affixed along with the technical bids.
12.
The bidder shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender and about the rates quoted by him and
cover all his obligations under the tender.
13.
Bids submitted by manufacturers and authorised agents only shall be considered.
14.
EARNEST MONEY DEPOSIT (EMD)
14.1
Tender must be accompanied by Earnest Money Deposit (EMD) either in the
form of DD or pay order or Bank Guarantee in favour of “BTRA, Mumbai” and
shall be interest free. The amount of EMD for each of the items is given at
Annexure- II. The DD / pay order can be for the combined amount of EMD
payable for individual items, for which the bidder has quoted.
14.2
EMD shall be paid in Indian currency only. In case of receipt of EMD in Indian
currency from abroad, same shall be refunded in Indian currency only. BTRA will
not be responsible for refunding the EMD in foreign currency.
14.3
The EMD deposited by the successful bidder shall be held back towards the
security deposit as stipulated in the terms & conditions. No interest would be
paid to the EMD deposited / held back.
14.4
Tenders not accompanied by Earnest Money Deposit shall be rejected.
14.5
The EMD of the unsuccessful bidder will be returned within 3 months from the
date of opening the technical bids.
15.
15.1
SECURITY DEPOSIT
The successful bidder shall have to deposit an amount of 5% of the cost of the
machinery/equipment (including the retained EMD amount) towards interest free
security deposit and retention money, in the form of Demand Draft (DD) or Bank
Guarantee (BG) as per the format given at Annexure – IV. This BG or DD
should be submitted along with the acceptance of the Purchase Order. The
security deposit (BG or DD) should cover the entire warranty period of the items
to be supplied.
Page 7 of 55
16.
AUTHORITY OF SIGNING
16.1
If the tender is submitted by an individual, it shall be signed by him.
16.2
If the tender is submitted by a proprietary firm, it shall be signed by the proprietor.
16.3
If the tender is submitted by a partnership firm, it shall be signed by all the
partners of the firm or by a partner holding the power of attorney for the firm for
signing the tender, in which case, a certified copy of power of attorney shall
accompany the technical bid.
16.4
If the tender is submitted by a limited company or a corporation, it shall be signed
by a duly authorized person or the person holding the power of attorney for
signing the tender, in which case a certified copy of the power of attorney shall
accompany the technical bid.
17.
PRICE & CURRENCY BID
17.1
The tender shall be filled in English with a neat hand / type and all the figures and
words shall be legible.
17.2
The rates shall be written both in words and in figures. The bidder shall also
show the amount of each item, the total of each section and the grand total of the
whole tender.
17.3
Correction, if any, shall be made by crossing out, initialing with date and
rewriting.
17.4
In case of conflict between the figures and words in the rates, the latter shall
prevail.
17.5
The tenders shall be verified by the bidder for accuracy in the arithmetical
calculations, prior to submission.
17.6
The price may be offered in either Indian Rupee or any foreign currency viz;US
Dollar, Euro, etc for all imported items.
18.
18.1
PACKING AND SUBMISSION
The tender shall be submitted before the scheduled date & time and at the
address mentioned in the Tender Notice. While (i) technical bids (Cover – A) of
more than one item can be combined and kept in one cover, (ii) commercial bids
(Cover – B) shall be submitted for each equipment/item separately in sealed
covers.
Page 8 of 55
18.2
The sealed covers should be superscribed (i) cover- "A" as “Technical Bids" and
(ii) cover -"B" as "Commercial bids"- along with other relevant details such as
name of the equipment and name of the bidder.
18.3
Cover “A” (Technical bids) shall contain
a)
Earnest Money Deposit (EMD) in the form of a DD for an amount as mentioned
in the document.
b)
D.D for Rs.500/- in case the document has been down loaded from website.
c)
Original Tender document duly signed by the authorised person on all pages.
d)
Compliance to technical specifications of the equipment/item for which bids are
submitted – Authorised person to indicate the compliance of technical
specifications in the respective pages of the tender document and sign the
same.
e)
Compliance to the terms and conditions of the tender document - Authorised
person to specify, “All the above terms and conditions will be complied with“and
sign in respective pages of the tender documents, where “terms and conditions”
are given.
f)
Adherence to the stipulated delivery schedule of the equipment/item –
Authorised person to specify “delivery schedule given above will be complied
with“ and sign in respective pages of the tender documents, where “delivery
schedule of each of the items ” is given
g)
Proof that the bidder is (i) either manufacturer or (ii) an authorised agent for the
equipment/item for which the bid is submitted.
h)
List of organisations in India and abroad, along with Contact Person, address,
Tel. No., Fax No. etc., to which similar make/model of the equipment were
supplied.
i)
Compliance that the bidder has manufactured or supplied the equipment during
the past 2 years and performance report from at least 2 such users for the
past 2 years.
j)
Covering letter, in the letter head of the bidder stating:
a.
That the minimum warranty period of one year,
b.
That the bid conforms to the terms and conditions of the tender;
Page 9 of 55
c.
Confirmation about the supply of Certified Reference Materials/Samples
for checking the performance of the testing instruments, wherever
applicable.
d.
Confirmation that the quoted rates are valid till 11/05/2015
e.
The details regarding the service centres, stocking of spares etc.,
k)
Addenda / corrigenda /clarification issued by BTRA before due date of tender,
duly signed by the authorised person.
l)
Descriptive leaflet/brochure giving the technical details of the equipment/
instruments/looms.
m)
A letter indicating assumptions, criterion, technical alternative etc., if any.
However, the alternatives suggested by the bidder would not be taken as the
basis for technical/commercial evaluation of the bids.
n)
Details of pre-installation requirements including space, size of the table
required, power point ampere, etc.
o)
Power of attorney authorizing the person who has filed the tender, if applicable.
p)
A copy of the certificate for the calibration of the similar makes and model
equipment/instrument for which bid is submitted from an accredited
calibration laboratory or National Physical Laboratory, wherever applicable.
18.4
COVER “B” (COMMERCIAL BIDS) SHALL CONTAIN-
a)
Total
cost
of
the
main
equipment/instrument
and
accessories
(imported/indigenous), required for the functioning of the equipment, including
the test control system, printer, packing & forwarding etc., duly filled and signed
in the format prescribed in the tender document at Annexure-III. No money
other than the total indicated above will be payable on any account.
b)
Minimum required essential spare parts for next 2 years after the warranty period
are to be specified. The cost of the spares is to be quoted separately along with
the commercial bids, as optional as per the details given in Annexure-III.
c)
Annual Preventive Maintenance charges for the next 3 years, after the expiry of
the warranty period, in the format prescribed in the tender document at
Annexure-III.
Page 10 of 55
d)
All the pre-installation requirements such as Voltage stabilizer, surge arrestor,
necessary length of cables, plugs etc. should be provided by the bidder along
with the equipment/item. The bidder shall quote for these items separately. The
Centre will provide adequate space, furniture and electricity only for the
installation and commissioning of the equipment/item.
19.
VALIDITY OF THE TENDER: Rates quoted by the bidder and the earnest money deposit submitted shall be
valid till 11/05/2015, or to an extended date as agreed on mutually.
The Bidder shall not withdraw or revise or alter any conditions, rate(s) quoted
within this stated period, unless he is called upon to do so on mutual agreement /
negotiations. The Director, BTRA reserves the right to forfeit the earnest money
deposit if the bidder revokes or withdraws the tender within this stated period.
20.
OPENING OF TENDER
The tender shall be opened by a Purchase Committee constituted by the
competent authority, BTRA, at Mumbai, at the time, date and venue as given in
the “Tender Notice”.
21.
AGREEMENT
The successful bidder shall sign and return copy of Purchase Order placed with
him, as a token of acceptance of the terms and conditions of the Purchase Order.
The bidder shall also enclose the applicable security deposit in the form of BG or
DD as specified at Clause No. 15.
22.
CRITERION FOR REJECTION
22.1
The BTRA reserves the right to accept or reject any tender or reject all tenders
without giving any reasons whatsoever for their decision.
22.2
Tenders are liable to be rejected in which any of the prescribed particulars /
information is either missing or incomplete in any respect and/or if the prescribed
conditions are not fulfilled.
22.3
Tenders which are found to be technically non- responsive shall be rejected and
their commercial bids shall not be opened.
22.4
Canvassing in connection with tender is strictly prohibited and tender submitted
by bidder who resorts to canvassing will be liable to rejection.
Page 11 of 55
22.5
Tenders containing specific conditions of the bidder other than the terms and
conditions given in the tender document and not acceptable to the BTRA are
liable to be rejected.
22.6
If the validity of the tender is not up to 11/05/2015, the tender will be rejected
22.7
If the tender document duly signed by the authorized person on all pages is
not submitted, the tender will be rejected
23.
The BTRA caters mainly to the manufacturers/exporters. Hence, Purchase
Committee may at its discretion give preferences to more popular brands of
instruments, which give results that are widely accepted internationally by buyers
abroad and the decision of the Committee will be final.
24.
Before submission of the tender, the prospective bidders are expected to
examine technical specifications of the equipments required, terms and
conditions, etc., given in this tender document. Failure to furnish all information
required in the tender document may result in the rejection of the bid.
25.
The BTRA reserves the right to cancel items, from the list of requirement of
instruments without assigning any reason thereof.
26.
The number of instruments required is tentative so also the location mentioned
where the supply has to be effected. BTRA at its discretion may delete/add the
number of requirement of instruments and change the location where the supply
has to be effected.
Page 12 of 55
III (B) TERMS AND CONDITIONS- SPECIAL
1.
Cost details are to be filled up in the prescribed format as given at Annexure – III
for all the instrument as applicable to imported /indigenous indicating therein exworks price, agency commission payable to Indian agents, FOB, insurance,
packing and forwarding and total CIF charges, applicable taxes etc. including that
of the accessories like voltage stabilizers etc
2.
Agency commission for imported equipments/instruments will be paid in Indian
Rupees, only after the successful installation of the equipment and imparting
training to the technical personnel of the laboratory concerned
3.
All accessories, start up kit required for installation & commissioning the main
equipments are to be specified and quoted
4.
The terms of payment in case of indigenous machinery/equipment shall be:
a) 20% of the total price of the machinery/equipment will be paid as advance
on receipt of (i) acceptance of purchase order, (ii) applicable security
deposit in the form of BG or DD and (iii) Bank Guarantee for an equal
amount valid for the duration upto delivery of the equipment. (Format of BG
given at Annexure- IV).
b) 60% of the ex-works price of the machinery/equipment plus Government
levies will be paid against invoice and delivery of the equipment in good
condition.
c)
20% remaining amount plus packing, freight and insurance charges will be
paid after successful commissioning of the equipment, demonstration of
satisfactory performance and imparting training to the technical personnel of
the laboratory concerned.
5.
The bidder should take responsibility for delivering the equipments inside the
premises of the respective laboratories of BTRA as specified in the Purchase
Order.
6.
The foreign supplier shall be entirely responsible for all taxes, stamp duties,
license fees and other such levies imposed outside India.
7.
The Local supplier shall be entirely responsible for all taxes duties, license fees,
etc., incurred until delivery of the contracted goods to the purchaser. Viz. BTRA.
8.
Training: The successful bidder of the equipment should provide adequate
training for at least one technical personnel of the laboratory per equipment
including trouble shooting etc., and making them confident of operating the
Page 13 of 55
equipment independently. In case of major and sophisticated equipment, the
successful bidder should give training in the following 3 phases:
i)
Basic theory and technique of the equipment: The purpose is to train
BTRA officials in fundamental aspects of the technique. This will be open
house classroom training at a mutually convenient venue.
To & fro,
lodging and boarding charges for one person per equipment is to be borne
by the successful bidder.
ii)
This will be conducted at the time of actual installation of the instrument.
This involves hands on experience on the instrument explaining complete
capabilities of the software and brief trouble shooting, routine maintenance
including technique, if any.
iii)
This will be conducted aboard after completion of the 2nd stage. Boarding,
lodging, to & fro airfare and training expenses of the trainee has to be
borne by the successful bidder. In addition to above trainings, continuous
ongoing support in application area from the supplier and its principal
abroad are to be provided.
9.
The bidder shall adhere to the delivery period of the equipment/item as
committed by him as indicated in Annexure V of the tender document, whichever
is earlier. Penalty for non-execution of the order within the delivery period shall
be 1% of the cost of the equipment/item for every week of delay.
10.
The installation and commissioning of the equipment/item should be completed
within 30 days from the date of delivery, failing which penalty shall be levied @
1% of the cost of the equipment/item for every week of delay.
11.
The bidder shall give warranty for at least one year in respect of items quoted.
12.
During the warranty period, regular servicing/maintenance should be undertaken
free of charge, including replacement of defective parts/travel cost, etc.
Subsequently, servicing/maintenance should be undertaken by the authorised
agency of the manufacturer / supplier as per the annual maintenance contract
conditions.
13.
Operation/maintenance manuals, calibration procedures and other instruction
manuals should be provided along with each of the equipment.
14.
Terms for service contract (comprehensive or non-comprehensive) after the
expiry of warranty period for atleast 3 years are to be included.
Page 14 of 55
15.
The Test Control/operating Systems like computer and printer, compatible
to the main instrument, are to be supplied indigenously with latest
configuration and licensed operating system. Assembled models and
unlicensed operating system will not be entertained.
16.
If the equipment/item is not manufactured by the bidder, authorization of the
manufacturer to the bidder for marketing and servicing the equipments in India
should be enclosed along with the technical bid of the tender. In the absence of
such authorization, the tender will not be considered at all.
17.
It is the sole responsibility of the supplier to process insurance claim in case of
machine/ equipment/instrument is received in fully or partly damaged condition or
missing in transit. No extra payment will be borne by BTRA towards clearing
charges, freight, cost towards deputation of service person or any other charges
whatsoever
for
rectifying
/replacement
of
the
damaged
parts/
equipment/instruments.
18.
The responsibility for customs clearance (in case of imported equipments),
transporting and delivering the equipment/instrument inside the laboratory at the
respective places, as the case may be, lies with the bidder only. All the relevant
documents required for the customs clearance and transportation will be
provided to the bidder or his representative by the BTRA within a reasonable
period of time. In case of delay in the customs clearance of imported equipments,
the demurrage has to be paid by the bidder only. Hence, suppliers may inform
their principals abroad to give timely information regarding the dispatch of
equipment/item.
19.
In case of short supply or wrong supply of equipment/instrument, its
parts or
accessories or supply of items in damaged conditions, it is the responsibility of
the bidder to arrange for the supply of the required items in working condition as
per the purchase order, within a reasonable time. Any additional expenditure,
whatsoever, for the above will be borne by the bidder only.
20.
The specifications given in this document are the minimum requirement. The
bidders are free to offer equipment/instruments with better features also.
However, the evaluation shall be based on the features mentioned in the tender
document. If different model are quoted, the cost details may be given in
separate sheet
21.
Orders for the supply of items, once placed with successful bidder is non
transferable and no sub-contracting is permitted. BTRA reserves the right to
cancel the order in such event.
22.
The items and no. of units of the items being procured are tentative and liable to
change without assigning any reason.
Page 15 of 55
23.
Financial statement of the manufacturer incorporating the turnover of business
for the last 3 years should be submitted along with the commercial bids. In case
of authorized agents who are submitting the bids, income tax returns for the last
3 years have to be submitted along with the commercial bids.
24.
Any non-fulfillment of the stipulation given above will make the bid invalid.
25.
BTRA at its liberty has the right to exercise to issue purchase order of similar
instrument to more than 1 bidder if the number of such items is more than one to
have the different makes and models of instruments for different laboratory, if
these are conforming to the tender specification.
26.
The full payment will be released to the bidders only after completion of
satisfactory performance check of the instrument/equipment.
27.
In case of computer related equipment, the bidders have to quote for indigenous
computer only instead of imported computers, if any.
28.
The bids shall first be evaluated for their “technical responsiveness” which shall
inter-alia include,
(i)
Compliance to EMD requirement;
(ii)
Proof that the bidder is (i) either manufacturer or (ii) an
authorized agent for the equipment/item for which the bid is
submitted,
Compliance
to
technical
specifications
of
the
machinery/equipment for which the bid is submitted,
Adherence to the warranty period,
(iii)
(iv)
(v)
(vi)
Documents in support of compliance to the calibration of
the equipment and its traceability to national/international
standards of measurement and proven performance
through proficiency testing, wherever such requirement is
specified,
Necessary documentary proof that the bidder has
manufactured or supplied the equipment during the past 2
years along with the list of such customers and
performance report of the equipment from at least 2 such
customers/users for the past 2 years,
(vii) Details regarding the service centres, stocking of spares
etc.
(viii) Confirmation about the supply of Certified Reference
Materials/Samples for checking the performance of the
testing instruments, wherever applicable.
Page 16 of 55
(ix)
Compliance to all other relevant and critical terms and
conditions of the tender.
(x) DD for Rs. 500/- if the document is down loaded from
website
(xi) Validity of the tender up to 11/05/2015
(xii) For the equipment under category 1 and some of the
automatic equipment under category 2, the tender
document will be evaluated by grading system based on
the following criteria:
a. The range, sensitivity / detection limit, technique used
calibration traceability, overall technical compliance,
satisfactory user certificate etc, will be reviewed for its
technical responsiveness.
(xiii) If any of the above mentioned parameters are not
fulfilled, the bid will be considered as technically nonresponsive.
29.
The commercial bids of those bidders who are technically responsive only shall
be evaluated based on the following criterion :
(i)
Total price of the equipment inclusive of accessories/ancillary equipment,
taxes, duties etc.
(ii)
AMC charges for three years after the expiry of the warranty period.
Page 17 of 55
Annexure-I
Technical Specification of the Machines/Equipment
1. Electronic motorized CBR Apparatus with DAQ system (3)
Sr.
no.
Specification
Basic feature
1.
Requirement
The equipment should consist of:
Load Frame, 50 kN (5,000kgf) Capacity, Two Speed
1.5, 1.25 mm/min
Mould - Gun Metal 150m ID x 175 mm H.
Perforated Base Plate - Gun Metal, for Mould.
Extension Collar - Gun Metal 150 mm ID x 50 mm
high. ( as per IS 9669)
Penetration Piston having 50 mm face diameter as
per IS 9669.
Circular Metal Spacer Disc, with detachable handle,
148 mm dia. x 47.7 mm high.
Annular Metal Weight 2.5 kg, 147 mm dia. with 53
mm dia. central hole.
Slotted Metal Weight 2.5 kg, 147 mm dia. with 53
mm dia. slot.
Perforated Plate 148 mm dia. with adjustable stem
and lock nut.
Cutting Collar
Metal Rammer (IS 9198) :
Rammer 2.6 kg, 310 mm controlled drop.
Rammer 4.9 kg, 450 mm controlled drop.
Soaking tank or pan, mixing bowl, filter papers etc
Drying oven
IS: 2720 (Part XVI), IS 9669, BS 1377; 1924; EN
13286-47/ ASTM D 1883; AASTHO T 193
2.
Test Method :
3.
Indicator
4.
Load Cell
5.
Displacement
Transducer
6.
Data Acquisition
Hardware /
Software
It should be an integrated hardware/software
system, with option up to 16 bit Data Acquisition, for
IBM-PC or its compatibles, for acquiring of
Geotechnical Test Data CBR etc.
Other accessories
The USB connectivity
7.
8.
Others
Compliance with
Yes or No
Digital Indicator
Mode of Display: Micro controller multi line alpha
numeric VFD display for all simultaneous channels
Capacity: 50 kN (5000 kgf), Compression Type with
3 m long cable
Maximum overload: 110% of the rated capacity
Sensing: Strain Gauges in full bridge configuration
Range: ±10 mm with 3 m long cable
Sensing element: LVDT
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Page 18 of 55
Sr.
no.
Specification
Requirement
Compliance with
Yes or No
Free training
Printed Instruction Manual
Quick Service manual
Electrical wiring diagram
9.
Suitability to the
supply Voltage:
Suitable to 220 ± 10 V, 50-60 Hz power supply
2. Swell Test Apparatus with Proving Ring 2.5 kN (10)
Sr.
no.
Specification
1 Basic feature
2 Test Method :
3
Others
Requirement
Compliance with
Yes or No
The equipment shall consists of
The mould having channels and radial grooves with
connecting holes
Load Frame, Hand Operated, Capacity 50 KN
(5,000 kgf)
Mould, 100mm dia x 127.3mm height (1,000ml
volume) with base plate and collar
Proving Ring, with integral boss, high sensitivity
2.5KN (250 Kgf) capacity
Dial Gauge , 25mm travel, 0.01mm least count Lid &
receiver in G.I. frame for 300mm dia x 450mm dia
sieves
Perforated swell plate, 100mm dia x 16mm thick
Spencer, 100mm dia x 12.7mm thick
Pair of Porous stones, 100mm dia x 12.7mm thick
Load Transfer Bar
Steel Ball
Soaking Tank, 250mm dia x 210mm high
IS 2131 and other relevant standards
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Page 19 of 55
3. Sample preparation machines (19)
Sr.
no.
Specificati
on
1 Basic
feature
Requirement
Compli
ance
with
Yes or
No
Sampling Augers: ASTM D-1452 Sampling auger outfit, blade type (Post
hole) Auger head with one rod-one meter long and tee piece handle.
Auger head 150mm diameter
Auger head 100mm diameter
Auger head 75mm diameter
Auger head 50 mm dia
Auger head 38 mm dia
Extension rod, 1 meter long for 150 mm Auger. Extension rod, 1
meter long for 100 mm / 75mm / 50mm/38mm
Sampling auger, Screw type with one meter long extension rod, tee
piece handle
Auger head 100 mm diameter
Auger head-75 mm diameter
Auger head-50 mm diameter
Auger head-38 mm diameter
Sampling outfit for 38mm dia specimen: Consists of : One Sample
extractor, screw type with a wire sample trimmer, Jarring Link for 38
mm dia tube, Adapter with locking screw, Split mould 38 mm dia x 76
mm long with quick release clamps., sampling tube, 38 mm dia x 150
mm long and one sampling tube 38 mm dia x 200 mm long.
Sampling tubes Un-relieved.
38mm I Diax 150mmlong
38 mm I. Dia x 200 mm long
38 mm I. Dia x 225 mm long
Page 20 of 55
Sr.
no.
Specificati
on
Requirement
Compli
ance
with
Yes or
No
38 mm I. Dia x 300 mm long
Sampling tubes Relieved
38 mm I. Dia x 150 mm long
38 mm I. Dia x 200 mm long.
38 mm I. Dia x 225 mm long.
38 mm I. Diax 300 mm long.
Sampling Outfit Heavy Duty Consists of: One Auger 150 mm dia.
head, blade type, with one meter long extension rod & Tee piece
handle. Extension rod, heavy duty for above auger 1 meter long, Set
of two spanner for tightening the rods. Jarring link (Large for driving
samplers or to extension rod) Eye hook, wax container, methyl lated
spirit stove, wax ladle.
2 Test
Method :
3
Others
Relevant standards
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
4. Pulverizer (20)
Sr.
no.
1.
Specification
Requirement
Basic feature
• Should be suitable for grinding materials to
produce fine mesh samples.
• Self contained grinder with a rotating disc having
planetary movement in vertical plane.
• Material size : 4 mm or more
• Outlet particle size : 0.15 mm
2.
Others
3.
Suitability to the
supply Voltage:
Compliance with
Yes or No
Warranty : One Year
Spare parts : Necessary or frequently required
Free Installation
Free training
Suitable to 220 ± 10 V, 50 Hz power supply
Page 21 of 55
5. In-situ Vane Shear Test Apparatus (23 )
Sr.
no.
1.
Specification
Basic feature
Requirement
Compliance with
Yes or No
Vane: vane should consist of four blades each fixed
at 900 to adjacent blades & edges of the vanes
should be sharpened having included angle of 900.
The height of vane shall be twice the overall
diameter. The vane blades shall be welded together
suitably to a central rod, the maximum diameter
should not exceed 12.5 mm in the portion of the rod
which goes into the specimen. The apparatus shall
be motorized. The fixing of vane & shaft to the
apparatus in such a way that the vane can be
lowered gradually & vertically into the soil.
Arrangement for rotating the vane steadily at a rate
0
of 1/60 rev/min (0.1 s) and for measuring the
rotation of the vane should be provided.
A torque applicator to rotate the vane in the soil and
a device for measuring the torque applied to an
accuracy of 0.05 cm. kgf.
Specimen size in tube shall be at least 37.5 mm in
dia. & 75 mm long in length.
The torque ring should have a section cut from it
and deform as torque is applied and the resultant
deformation should be indicated by a dial gauge. A
pointer should be provided for registering the
rotation of the vane.
A detachable stand is provided to anchor the
instrument. An attachment to securely hold the
string of rods should be provided.
A calibration curve to convert the dial gauge
readings to kg-cm of torque should be supplied.
The equipment should consist of :
Torque Applicator Assembly, Capacity 2,000 kg-cm.
Complete with stand 1 No.
A gear wheel marked in degrees, for holding a
torque ring.
Vane (with Vane Rod), 37.5 mm dia. x 75 mm high
1 No
Vane (with Vane Rod), 50 mm dia. x 100 mm high 1
No.
Vane (With vane rod), 65mm dia. x 130mm , 75mm
dia. x 150mm high, 100mm x 200mm high, guides
10 & 15cm
Torque Rod (Square cross section) 60 cm long 1
No.
Rods (Quick coupling type) I m long 25 Nos.
Rods (Quick coupling type) 0.5 m long 1 No.
Dummy Rod 1 No.
2.
Optional
Suitable software for calculating the shear strength
Page 22 of 55
Sr.
no.
Specification
Requirement
3.
Test Method :
IS:4434 and other relevant standard methods
Others
4.
5.
Suitability to the
supply Voltage:
Compliance with
Yes or No
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate
Free Installation
Free training
Printed Instruction Manual
Quick Service manual
Electrical wiring diagram
Suitable to 220 ± 10 V, 50-60 Hz power supply
6. Field C.B.R. Test Apparatus (24)
Sr.
no.
Specification
1 Basic feature
2 Test Method :
3
Others
Requirement
Compliance with
Yes or No
Consists of Loading Jack with U-Bracket, cap. 100
KN (10,000 kgf),
Swivel head, Penetration piston 50 mm dia.,
Extension set 2 length 5 cms, 2 lengths-10 cm, 1
length - 30 cms and a length 100 cms.,
Connector set-8 Nos. Dial gauge support (Datum
Bar), Adjustable bracket, Annual metal wt. 5 kg.,
Slotted metal wt.-10 kg and 5 kg. Accessories:
Dial gauge 0.01 mm x 25mm travel, b High
sensitivity Proving ring, 50 kN Capacity.
Cone: IS:2720 (P-XXXII) Complete with set of
weights 7 Nos-4.5 kg and One hardened steel cone.
Proving ring Penetrometer complete with high
sensitivity proving ring of 100 kg. Cap. fitted with
0.002mm dial gauge with calibration certificate.
IS 2720 part 31 and other relevant standards
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Page 23 of 55
7. Dynamic Tri-axial Testing System (25)
Sr.
no.
Specification
Basic feature
1.
Requirement
Compliance with
Yes or No
CYCLIC Triaxial Testing System should be suitable
for cyclic triaxial modulus & damping tests. It should
comprise of following :
Tri-axial Pressure Cell: primary requirements –
tolerance for piston, top platen & low friction piston
seal. The load rod diameter shall be 1/6 th of the
specimen diameter.
Provision for sample drainage at both the top &
bottom platens.
Cyclic loading equipment: It must be capable of
applying a uniform sinusoidal load at a frequency
within the range of 0.1 to 2 Hz. The loading device
must be able to maintain uniform cyclic loadings to
at least 0.5 % double amplitude stress. The
equipment must be able to apply the cyclic
deformation about either an initial datum point or
follow the specimen as it deforms.
Load frame with beam mounted actuator, 50mm
stroke, Axial load capability 5Hz +/- 5KN.
Electromechanical Actuation using brushless DC
servo motor.
Regulator for air input.
Cyclic speed for sine ware up to 5Hz
Cyclic load from +/- 20N to +/- 5KN
1) Range 0 to 50KN electro-mechanical digital
load frame.
2) RS232 port for external control.
3) Controlled rates of strain from 0.00001 to
9.99999 mm per min.
4) Start / Stop Operation through computer.
Recording equipment :
Load, displacement, and pore water pressure
transducers are required to monitor, specimen
behavior during cyclic loading.
Load measurement :
Load cell capacity shall not be greater than 5times
the total max. load
Axial deformation : LVDT or similar with an
accuracy of 0.25 %
Pressure & vacuum control devices : control of
pressure / vacuum shall be within + 2 psi ( 14 kPa )
Pressure & vacuum measurement devices :
Pressure (cell pressure, Pore water Pressure and
Page 24 of 55
Sr.
no.
Specification
Requirement
Compliance with
Yes or No
Back pressure) / vacuum accuracy shall be within +
2 psi (14 kPa).
Pore pressure to be measured with electronic
transducer with maximum pressure limit not less
than 1000KPa.
Volume change measurement device: accuracy
shall be within + 0.05%. The device must be able to
withstand chamber pressure.
Specimen cap & base: Shall be made from rigid &
noncorrosive, impermeable material & shall have
circular plane surface of contact with the porous
disc & a circular cross section. The weight of cap &
top porous disc shall be less than 0.5 % of the
applied axial load at failure as determined from an
un-drained static tri-axial test.
The diameter of cap & base shall be equal to initial
diameter of specimen.
Porous disc: The coefficient of permeability of the
discs shall be 1 x 10-3 mm/sec.
Filter paper strips: The coefficient of permeability
of the filter paper shall be 1 x 10- 6 mm/sec. for a
normal pressure of 550 kPa.
Rubber membrane: The diameter shall be
between 90 & 95 % of that of the specimen &
thickness shall not exceed 1 % of the diameter of
specimen.
Specimen size measuring device : accuracy +1%
Timer: accuracy -1 sec.
Weighing device: accuracy: + 0.05%.
Water De-aeration device :
Recorders for specimen behaviour : digital
Pressuring / flushing panel :
Data acquisition:1) 16 bit digital controller of single channel
2) Synchronization link for other similar
controller.
3) Includes 4 channels of 16 bit a/d capture.
4) Excitation voltage for all the transducer
should be provided by data acquisition
Types of Test to be conducted:1) UU triaxial test
Page 25 of 55
Sr.
no.
Specification
Requirement
Compliance with
Yes or No
2) CU Triaxial test
3) Consolidated extension triaxial test
4) Cyclic triaxial test load controlled and strain
controlled.
5) Suitable for carrying out both isotropic and
KO consolidation tests.
Types of Output curves and displayed required:1) Axial Strain Vs Shear Strain
2) Axial Strain Vs Pore Pressure
3) Axial Strain Vs Volumetric Strain
4) Effective Mean Stress Vs Shear Strain
5) Number of Cycles Vs Shear Strain
6) Number of Cycles Vs Axial Strain
7) Number of Cycles Vs Pore Pressure
8) Stress Paths for each cycle
9) Stress-Strain Plots for each cycle
10) Modulus Vs Strain Plot
Spare:Adequate spare for Triaxial cell, Pedestal and Top
Caps , Submersible load transducer, Axial Strain
Transducer, Electronic pore pressure transducer,
rubber membranes, Porous Disc , Perplex Disc and
filter paper should be provided.
2.
Miscellaneous
Specimen trimming & carving tools
Test Method :
ASTM D 3999, ASTM D 5311
Others
3.
4.
Suitability to the
supply Voltage:
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Printed Instruction Manual
Quick Service manual
Electrical wiring diagram
Suitable to 220 ± 10 V, 50-60 Hz power supply
Page 26 of 55
8. Light Weight Deflectometer (26)
Sr.
no.
1.
Specification
Basic feature
Requirement
Compliance with
Yes or No
Instrument shall confirm the following general
requirements:
Instrument exposed to the element, shall be
operable in the temperature range of -10 to 50 oC
and shall tolerate relatively high humidity, rain or
spray, and all other adverse conditions such as
dust, shock, or vibrations that may normally be
encountered.
Force-Generating Device, (a falling weight) with a
guide system. The force-generating device shall be
capable of being raised to a predetermined height
and dropped. The resulting force pulse transmitted
to the pavement shall be capable of providing a halfsine or haversine shaped load pulse, with a time of
loading of between 20 and 40 msecs, and shall be
reproducible within the requirements.
Falling Weight, designed to operate with negligible
friction or resistance.
Load Plate, capable of an approximately uniform
distribution of the impulse load on the surface. The
instrument shall be suitably constructed to allow
pavement deflection measurements at the center of
the point of impact, through a hole in the center of
the load plate.
Deflection Sensor( s), capable of measuring the
maximum vertical movement and mounted in such a
manner as to minimize angular rotation with respect
to its measuring plane at the maximum expected
movement. The number and spacing of the sensors
is optional and will depend upon the purpose of
the test and the pavement layer characteristics.
Sensors may be of several types such as
displacement transducers, velocity transducers, or
accelerometers.
Data Processing and Storage System.
Shall have Load and deflection data display and
recording facility. It shall also have recording facility
for Supporting information such as air temperature,
surface temperature, distance measurements, and
identification data for each test point, automatically .
Load Cell. A load cell shall be used to measure the
applied load of each impact. It shall be placed in a
position to minimize the mass between the load cell
and the surface. The load cell shall be positioned in
such a way that it does not restrict the ability to
obtain deflection measurements under the center of
the load plate. The load cell shall be water resistant
and shall be resistant to mechanical shocks from
Page 27 of 55
Sr.
no.
Specification
Requirement
Compliance with
Yes or No
impacts during testing or traveling.
LWD Size, shall be small enough to be considered
portable, i.e. not requiring a vehicle or trailer for
transport.
Hazards : Equipment shall be equipped with all
safety.
Calibration
Force-Generating DevicePeak load levels measured by the load
cell shall not vary from each other more than 1.3 %.
Signal Conditioning and Recorder System
All signal conditioning and recording equipment
shall allow deflection measurements to be displayed
and stored with a resolution of 1 to 11m or less.
The peak load and deflection measurements shall
be recorded within a time period
2.
Test method
Others
3.
Suitability to the
supply Voltage:
It shall have Peak load measurements display and
storage facility with a resolution of 0 to. I kN or less
if the load is expressed as mean stress depending
onthe plate radius.
ASTM D 2583
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply or
battery operated with charger for portable
instrument
9. Redwood Viscometer (38)
Sr.
no.
Specification
Requirement
1 Basic feature
The viscometers shall consists of a heavily silver plated
brass oil cup with a precision stainless steel jet
assembled in a chromium plated both fitted with a
heating tube or heating element and drain cock. The
bath and cup assembly may be mounted on a stand with
leveling feet. Each unit shall have complete with silver
plated ball valve, spirit level and cover, the thermometer
clip and receiver of capacity of 50ml.
Electrical heating complete with Dimmer stat, controlling
the temperature with an accuracy of + 1 oC. Indication of
temperature of oil & water bath with an accuracy of 0.01
oC. The constant stirring facility shall be provided.
Range of viscosity : up to 2000 sec.
2 Test Method :
IP 17, BS 188, ASTM D 1200
Compliance with
Yes or No
Page 28 of 55
Sr.
no.
Specification
3 Extra :
4
Others
5 Suitability to the
supply Voltage:
Requirement
Compliance with
Yes or No
Thermometer ,Range: 0°C to 45°C
Thermometer ,Range: 40°C to 85°C
Thermometer ,Range: 76°C to 122°C
Spares
Viscometer cup
Receiving Flask
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply
10. Digital Saybolt Viscometer (39)
Sr.
no.
Specification
Requirement
Compliance with
Yes or No
Basic feature
1.
2.
Test Method :
3.
Others
4.
Suitability to the
supply Voltage:
The equipment shall be made up of corrosion resistant
metal. The dimensions shall confirm ASTM D 88.
The equipment shall be able to measure Saybolt
Viscosity of petroleum products at specified
temperatures between 700 F and 2100 F & also Saybolt
Furol viscosity of bituminous materials at temperatures
of 250, 275, 300, 350, 400 and 450°F.
The equipment should consist of :
One each of Cylindrical Oil Cup, Universal Tip, Furol Tip,
Bath fitted with effective insulation and an efficient
stirring mechanism and immersion heater mounted on a
stand,
Dimmerstat for temperature control,
Stirrer with shield.
insulated handle and thermometer support, receiving
flask,
withdrawal tube,
filter funnel,
Thermometer support for cup and circular spirit level.
ASTM D88, D 244, AASHTO T 72
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply
Page 29 of 55
11. Softening Point Apparatus (44)
Sr.
no.
Specification
Requirement
Basic 27.
feature
The equipment shall have Ring and Ball assembly. It
must have magnetic stirrer with heating facility and
digital display of temperature, the heating can be
adjusted through knob.
Each unit shall be supplied with a bath of heat resistant
glass and the following :
Tapered Rings 2 Nos.
Ball Centering Guide 2 Nos.
Steel Balls of 9.5 mm dia 2 Nos.
Ring holder 1 No.
Electric Heater (Hot Plate) 1 No.
IS 1205 and other relevant standards
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply
Test Method
28.
:
29.
Others
Suitability
30. to the
supply Voltage:
Compliance with
Yes or No
12. Ductility testing machine with digital display & cooling arrangement (46)
Sr.
no.
Specification
1.
Basic feature
2.
3.
Test Method :
Optional
Requirement
Compliance with
Yes or No
Machine should have multi specimen test facility.
The machine should consist of a carriage moving
over a lead screw. An electric motor driven
reduction gear unit to ensure smooth constant
speed and continuous operation should be
provided. The entire assembly should be mounted
with water bath completely encased in metal bound
hardwood. The digital temperature controller. Two
rates of travel i.e. 50 mm/min and 10 mm/min.
Moulds: Made up of brass of a dimensions as given
in (fig.1) of IS 1208.
Dimensions of briquette specimen:
Total length: 75 + 0.5 mm
Distance between clips: 30 + 0.3 mm
Width of mouth clip: 20 + 0. 2 mm
Width at min. cross section : 10 + 0.1 mm
Thickness throughout : 10 + 0.1 mm
Water bath: Maintaining the temp. within + 0.1oC
and capacity more than 10 litres, equipped with
perforated shelf situated 50 mm above bottom of
bath.
IS: 1208 and other relevant standards
Thermometer : 0 to 44oC, with an accuracy + 0.2oC
Page 30 of 55
Sr.
no.
Specification
Others
4.
5.
Suitability to the
supply Voltage:
Requirement
Compliance with
Yes or No
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Printed Instruction Manual
Quick Service manual
Electrical wiring diagram
Suitable to 220 ± 10 V, 50-60 Hz power supply
13. Asphalt Mixer (47)
Sr.No.
Specification
1.
Basic feature
Requirement
Compliance with
Yes or No
The Laboratory mixer, capable of entirely coating all
mineral substances in not more than 5 min and
preferably equipped with thermostatically controlled
heating & mechanical speed control. The mixer shall
be of the whisk or other type that is not so rigid that
it can damage either aggregate particles or bowl.
Ventilated oven, for heating aggregates & bitumen
up to relevant temperatures ranging from 90 to 250
oC as given in Table 1 in EN 12968-35.
The variable speed mixer consists of electric motor,
gear box and vertical curved blade.
The elevating system consists of a motor, worm
gear; up right column, guide bar and stopper block
and the heating pot shall have a double lever metal
pot, conduction coil and electric heater.
Temperature range -Room temp to 250 + 0.5 C
Timer - 0-999 sec
Speed of blade - Revolution 42-48 rpm
Rotation 70-75 rpm
2.
Test Method :
3.
Optional
4.
5.
Others
Suitability to the
supply Voltage:
EN 12697-35
Hot plate, Balance, Thermometer & ventilated
oven
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Printed Instruction Manual
Quick Service manual
Electrical wiring diagram
Suitable to 220 ± 10 V, 50-60 Hz power supply or
415V, 50Hz, 10A, 3ph
Page 31 of 55
14. Wheel Rut Tester (48)
Sr.
no.
Specification
27.
1
Basic feature
Test 28.
Method
:
2
29.
Others
3
4
Suitability
30. to the
supply Voltage:
Requirement
Compliance with
Yes or No
The machine should have two main parts i.e. testing
machine and constant temperature cabinet,
temperature is controlled by PID controller. This
consists essentially of a loaded wheel, which bears
on a sample held on a moving table ( reciprocating
with simple harmonic motion ) & fitted with a solid
rubber tyre The machine shall be capable to adjust
the tyre position on and off the specimen at the
beginning and at the end of the test.
• Large permanent memory to store test data and
results
• RS 232 ports for connection to PC and printer
• Large graphic display
• Tracks for specified number of passes or to
specified rut depth
• Adjustable load cycle frequency
• Double temperature measurement: inside the
specimen and in the cabinet
The test should be automatically controlled by a
data acquisition and processing system with large
graphic display to monitor in real time number of
cycles, rut depth and temperature and time
displacement graph
Technical specifications
Test wheel speed: 42+ 1 rpm
Moving distance of sample table: 230 + 10 mm
Rubber hardness of wheel: 78+ 2 at 60 C
Specimen Size: 300x300x50 mm
Displacement measuring range: 0-30 + 0.1 mm
Max pressure applied on specimen: 0.7 + 0.5 Mpa
Temperature of cabinet: Room temp to 80 + 0.5 C
AASHTO T P 63 & other relevant
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 /415 ± 10 V, 50-60 Hz power supply
Page 32 of 55
15. Asphalt Mixer Theoretical Density Meter (49)
Sr.
no.
Specification
Requirement
Basic27.
feature
The equipment should consist of main body fitted
with vacuum gauge, two vacuum containers,
vibratory table and control panel.
Vacuum bowl: Diameter 180 to 260 mm, height at
least 160 mm shall be equipped with a transparent
cover fitted with rubber gasket & connection for
vacuum line. Bowl & cover shall be strong enough
to withstand the vacuum pressure.
Vacuum flask for weighing in air only: thick walled
volumetric glass flask of 4000 ml capacity fitted with
rubber stopper & with connection for vacuum line.
Vacuum pump or water aspirator: capable of
evacuating the air from vacuum container to a
residual pressure of 4 kPa or less.
Manometer or vacuum gauge :
Thermometers: max. scale error 0.5oC shall confirm
specification E1
Water bath : capable of maintaining temp between
20 & 30oC
Bleeder valve
Mechanical agitation device
The vibratory table operation: manual and
automatic mode to release the entrapped air from
the asphalt sample.
Vibration loading : 10kg
ASTM D2041-03
Balance with resolution 0.1 g, class GP2. For
making measurement under water. It should be
equipped with a suitable suspension apparatus &
holder to permit weighing the sample while
suspended from centre of the scale.
Oven of adequate capacity in terms of volume,
range of temperature and its accuracy conforming to
the standards
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Test 28.
Method :
Optional
29.
30.
Others
Suitability to the
31.
supply Voltage:
Compliance with
Yes or No
Suitable to 220 ± 10 V, 50-60 Hz power supply
Page 33 of 55
16. Pavement Intensity Test Apparatus (50)
Sr.
no.
Specification
27.
Basic feature
3
Test 28.
Method :
29.
Others
Suitability
30. to the
supply Voltage:
Requirement
Compliance with
Yes or No
The machine shall have sturdy frame having two
chrome plated pillars and cross head to work up to
100 kN axial load having two speed of loading to
perform various test such as bearing ratio, Marshall
test.
The speed adjustment : mechanical lever fitted on
main frame. It shall be able to run on forward and
reverse mode also or
Any other means of changing the speed.
Technical specifications
Capacity: 100kN
Max. Vertical distance
B/w the plates: 200mm
Allowed overload: 30%
Speed of piston: High 50.8 mm/min, Low 1 mm/min
AASHTO TP076
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply
17. Asphalt extraction Apparatus (51)
Sr.
no.
Specification
27.
1
Basic feature
Test 28.
Method
:
2
29.
Others
Suitability
30. to the
supply Voltage:
Requirement
Compliance with
Yes or No
The equipment shall consist of :
High speed centrifugal extractor.
The instrument shall have safety features for its
easy & trouble free operation such as Phase
sequence alarm, overheating protection, high or low
level protection, high voltage protection, timer etc.
The dissolvent recovery and storage chamber shall
be made up of anti corrosion stainless steel.
TECHINCAL SPECIFICATION
Specimen capacity : 1000g to 1500g
Extraction accuracy : 0.1%
Centrifugal Separator rotation speed : 5500rpm,
11000rpm
EN 12697-1, ASTM D 2172, AASHTO T58, T164
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Suitable to 220 / 450 ± 10 V, 50-60 Hz single /
three phase
Page 34 of 55
18. Los Angeles Abrasion Tester (50 )
Sr.
no.
Specification
Requirement
Basic27.
feature
The machine shall be same as described in test
standards.
The machine shall consist of a hollow
steel cylinder, with a wall thickness of not less than
12.4 mm closed at both ends, conforming to the
dimensions
shown in test standards, having an inside diameter
of 711 + 5 mm, and an inside length of 508 + 5 mm.
A suitable, dust-tight cover shall be provided for the
Opening.
A removable steel shelf extending the full length of
the cylinder and projecting inward 89 + 2 mm.
The distance from the shelf to the opening,
measured along the outside circumference of the
cylinder in the direction of rotation, shall be not less
than 1270 mm.
The machine shall be so driven and so
counterbalanced
as to maintain a substantially uniform peripheral
speed.
The steel spheres averaging approx. 46.8 mm in
diameter and each having a mass of between 390
and 445 g.
IS 2386 part 4 and ASTM DC 131
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
AMC after warranty period
Suitable to 220 / 450 ± 10 V, 50-60 Hz single /
three phase
Test 28.
Method :
29.
Others
Suitability
30. to the
supply Voltage:
Compliance with
Yes or No
19. Tensile Tester (Multi-station universal tester)
Sr.
no.
1.
Specification
Basic feature
Requirement
Compliance with
Yes or No
Multi-station frame : 5 or more test stations on
single frame to perform tension/compression static &
cyclic tests as per international standards
Machine bearing capacity : minimum 50kN x 5
Load measurement : through fully auto scaling
transducer of 50kN, shall meet or exceed
requirements of ASTM E4, ISO 7500-1, ±0.5%
accuracy over 1 to 100% of the capacity
Load cell overload protection : minimum 150 %
Vertical opening : 1000 mm or more
Test speed: 0.01 to 500mm/min or more, adjustable
Software: Software shall consist of analysis of
Page 35 of 55
Sr.
no.
Specification
Accessories
2.
Test Method
3.
Optional
4.
Others
5.
Supply Voltage
Requirement
outputs from five load cells and averaging of the
results with CV and SD for 5 or 10 readings.
It shall have in built test methods which are most
common for Geosynthetics, Technical textiles & other
technical textiles and also for other non textile
products. Software shall have facility for creating new
test methods.
It shall be able to regenerate the results and
incorporate additional test parameters e.g. strength at
specific elongation and vice a versa, modulus etc.
Multiple end conditions like Position, Strain, Load
& Time shall be available.
Test Control mode : Position, Load & Strain rate.
Load cells : 10kN (five nos.) & 50 kN (One)
Automatic Identification of Load cells
Storage of up to 100 Test Methods
Hydraulic ( or pneumatic or mechanical) grips
preferred
1. For Grab test as per ASTM D 4632 (gripping
strength of 5kN or more)
2. Flat corrugated grip for tensile strength ( 50 kN
capacity) with dimensions of 50mm (height) and
110mm (wide)
ASTM D 4533, 4632 & 5035 & other technical textiles
and non textile products related
Load cell: 10kN, 5kN
Hydraulic wedge grips (50 kN capacity ) for
specimen width of 50 mm & 15 mm thickness and
for round specimen up to 12.5 mm diameter.
Extensometer: Suitable non contact extensometer
for variable/adjustable gauge length. Shall conform
to ASTM E83, ISO 9513 & other national &
international standards
Contact type extensometer for composites, 25mm
GL, 50% measuring range, shall meet or exceed
requirements of ASTM E 83 class B1/B2, ISO 9513
class 0.5, shall be suitable for static & cyclic test.
Facility for poisons ratio
On Screen Display : Test Curve, Results and
Series Statistics
Any other suitable accessories
Warranty: One Year
Spare parts: Necessary or frequently required
Calibration certificate from accredited Laboratory
Free Installation
Free training
Printed Instruction Manual Quick Service manual
Electrical wiring diagram
Suitable to 220 ± 10 V, 50 Hz power supply
Compliance with
Yes or No
Possible
Inbuilt
Page 36 of 55
20. Dynamic Mechanical Analyzer (DMA)
Sr.
no.
1
Specification
Basic Features
Requirement
Compliance with
Yes or No
Dynamic Mechanical Analyzer
Ability to calibrate temperature, force and displacement.
Displacement resolution over entire displacement range is
1 nanometer or better.
DMA Unit must have ability to provide Film Clamps, Fiber
Clamps, compression, 3-point bend, dual cantilever, single
cantilever, Shear, Tension, Compression, modes of
deformation and powder sample holder.
In addition, Unit must be able to scan multiple frequencies
while simultaneously step or ramp heating.
Ability to perform stress-relaxation, oscillation, force ramprate and strain-rate of extension/compression/flexure
(UTM-like experiments).
For Sub-ambient Experiments Up to -150 °C
Automated Liquid Nitrogen control and automatic filling of
cooling accessory from large tank using level sensor should
be Included In the DMA Offer.
DMA must incorporate automated clamp calibrations that
are specific for each clamp type, and can be performed
when switching clamps.
Clamp compliance must be calibrated for each clamp type
during the calibration.
Performance Specifications:
Viscoelastic Measurements Specifications:
Modulus Range: 10³ to 1012 Pascals or better
Modulus Precision : ± 1% or better
Frequency Range : 0.01 to 200 Hz or better range
Maximum Force : 18 Newton
Force Range: + 0.001N to + 10N or better
Force Resolution : 0.0001 Newton or better
Tan d Range : 0.0001 to 100 or better range
Tan d Sensitivity : 0.0001 or better
Tan d Resolution : 0.00001 or better
Dynamic sample deformation Range : +/- 0.5 to 10000
microns
Amplitude Resolution : 1 nanometer (0.001 micron) or
better
Atmosphere: Inert, Oxidizing, Static, Dynamic
Temperature Control Specifications:
Temperature Range: -150 to 500°C or better
Page 37 of 55
Heating rate : 0.1 to 20°C/min or better
Cooling rate : 0.1 to 10°C/min to -100°C
Cooling Time: 10 min (from 20oC to -150oC)
Isothermal Stability : .+/- 0.5°C
DMA must offer Clamps with the following Deformation
Modes & Samples Size Specifications:
3-Point Bend : up to 50mm length
Dual Cantilever: 30 mm + / - 5mm
Single Cantilever : multiple length between 4mm and
20mm
Tension (Film/Fiber) : 5 to 30 mm length
Specification for Modes of Operation: The DMA must have
the ability to program stress or force, and strain or
amplitude in oscillation experiments. TMA measurement
modes.
The DMA must be capable of performing experiments in
each of the following modes.
Temperature Ramp/Single Frequency, Temperature
Ramp/Frequency Sweep, Temperature Step &
Hold/Frequency Sweep, Constant Temperature,
Stress/Strain Sweep, Constant Strain Rate, Iso-strain, Creep,
Stress Relaxation
Specification for Analysis Software:
Ability to graph, plot in tabular format, as well as analyze
peak for temperature or signal values, onset points, slopes,
peaks, integration of any curve, curve values, and curve
subtractions.
Data should be available in an ASCII format and or
spreadsheet format. Program should employ
programmable macros to automate analyses, as well as the
ability to automatically generate custom analysis reports.
Advance DMA software for data analysis and auto analysis,
with life time free S/W upgrade, Time Temperature
Superposition, Master curve software to automatically shift
data and fit with WLF or Arrhenius equation.
Optional: (1) Immersion test. (2) Humidity control facility
2
Test Method
ASTM D 7028, ASTM D 5279, ASTM E 1640, ASTM D4065, D4440,
ASTM D7750, ASTM D3531
3
Standard
Digital calipers, Steel standards, torque meter and Certified
Page 38 of 55
Accessories
4
Others
5
Training
6
Suitability to the
Supply Voltage
Calibration Standards from accredited laboratory.
Communication accessories between a DMA module and an
external computer. Appropriate cooling system preferably
programmable using instrument software. Instruction and
Service Manual soft copies Printed Instruction Manual and
Quick Service manual and electrical wiring diagram to be
supplied.
Next Three years comprehensive AMC needs to be quoted.
Spare Parts : Necessary or Frequently Required
Latest configuration PC Printer to be included
Training should be imparted to at least 2 technical personal
in 3 phases
i)
Basic Installation
ii)
During Installation
iii) At manufacturer site/Application Center
Suitable to 220 ±10 v, 50-60 Hz Power supply
21. Gel Permeation Chromatography (GPC)
Sr.
no.
Specification
Requirement
Compliance
with Yes or No
Gel Permeation Chromatography (GPC) Should be able to find
obsolete as well as Relative Molecular weight, Molecular Weight
Distribution, Intrinsic Viscosity with high Sensitivity and accuracy.
The system should be compatible with Polar as well Non-Polar
Organic solvents, Aqueous and Buffer phase. It should
incorporate a sensor that detects leakage and the system should
shut down automatically. Unmatched Baseline stability and Data
reproducibility.
Degasser: Channels/Volume –Two channels, 8 ml per channel,
Eluent Sensor - User selectable, Stops GPC pump when eluent
runs out.
1
Basic Features
Pump: Fastest Solvent Delivery Performance with Low Pulsation
and High Speed Micro plunger with flow rate 0.01 to 9.99 ml/min.
Pressure Reading – MPa or PSI. Soft start/stop user
programmable in ml/min.
Auto Sampler: Capacity -120 vials, freely programmable position
sequence.
Range- variable injection volume between 20 and 150 µl
Column Oven: Temp range 10°C above ambient to 80° or more.
Temp control precision 0.1°C. It should accommodate atleast 3
Columns. (7 X 300 mm).
Refractive Index Detector (RID):
Page 39 of 55
Measurement Principle- Deflection,
Light Source: Tungsten Lamp.
cell : 45° quartz glass, 9 µl volume.
Purging- Manually/ automatic.
Data Acquistion Rate: 5 Hz to software
Viscosity Detector: Measurement Principle: 4 capillary
differential Wheatstone bridge configuration
Transducer: Analogue, Magnetic reluctance
Cell Volume: 18µl/capillary
Purging- Manually/ automatic.
Data Acquistion Rate: 5 Hz to software
Light Scattering Detector: Measuring Principle – RALS-90°
angle and 7° angle
Light Source: Laser Diode, <5Mw, 670 nm
Cell Volume: 18µl/capillary
Purging- Manually/ automatic.
Data Acquistion Rate: 5 Hz to software
Software: 6 channels, 5 Hz unlimited aquistion time,
Results output- Mn,Mw,Mz,Mp,Mw/Mn, IV, weight Fraction,
concentration, dn/dc, Branching
Full GPC software for Multi detector system suitable for data
collection, complete analysis of polymer properties and report
generation.
2
Optional
3
Standard
Accessories
4
Others
5
Training
6
Suitability to the
Supply Voltage
Photo Diode Array (PDA/DAD) Detector: Wavelength range UV
190 -500 nm
Light Source: Deuterium and Tungsten
Cell Volume: 10µl
Data Acquistion Rate: 5 Hz to software
Columns : General Mixed Organic Column 300 x7.8 mm
General Mixed Aqueous Column 300 x7.8 mm
Standards: Narrow and Broad triple detection Polystyrene
standards. Narrow and Broad triple detection aqueous standards
Printed Instruction Manual and
Quick Service manual to be supplied
Next Three years comprehensive AMC needs to be quoted
Spare Parts : Necessary or Frequently Required
Latest configuration PC Printer to be included
Electrical wiring diagram to be supplied
Training should be imparted to at least 2 technical personal in 3
phases
i) Basic Installation
ii) During Installation
iii) At manufacturer site/Application Center
Suitable to 220 ±10 v, 50-60 Hz Power supply
Page 40 of 55
22. Water Permeability Tester
Sr.
no.
1.
2.
3.
Specification
Basic feature
Test Method :
Optional
Others
4.
Suitability to the
supply Voltage:
Requirement
Compliance
with Yes or No
* The apparatus must be capable of maintaining a
constant head of water on the geotextile being tested,
or
* The apparatus must be capable of being used as
falling head apparatus.
* In addition, the apparatus must not be the controlling
agent for flow during the test.
*Apparatus shall have facility to take out air bubble if
any beneath the sample.
*Apparatus shall be free of leakages.
*Apparatus shall be capable of maintaining head up to
250 mm WC.
* Apparatus shall show permittivity of 5 Sec-1 with SD
of 0.65 with 75 micron mesh
*Sample working diameter 50 mm or more.
*Instrument shall be able to get calibration curve as
per ASTM D 4491.
*Instrument shall be able to measure flow rate and
temperature automatically with correction.
*Software : Software shall analyse permeability w.r.t.
water head. Shall have facility to select water head
and different unit like m/sec. l/m2/sec, l/min/sec,
ft3/ft2/sec., gallons/ft2/sec. etc.
ASTM D 4491, ISO 11058
Loading system on geotextile sample
Warranty : Minimum One Year
Spare parts : Necessary or frequently required
Calibration certificate , Printed Instruction manual
Electrical wiring diagram, service manual
Performance certificate
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply
23. Weatherometer ( UV Stabilization Machine )
Sr.
no.
Specification
Requirement
Compliance
with Yes or No
UV light source shall be as per relevant standard.
1.
Basic feature
Xenon-Arc Apparatus, with daylight filters conforming to
Practices G151 and G155.
The apparatus must be capable of exposing the specimens
Page 41 of 55
Sr.
no.
Specification
Requirement
Compliance
with Yes or No
to cycles of light only, followed by light and moisture as
water spray. The cycle shall be as follows.
o
1)120 Minutes Cycles as: 90 minutes light only at 65+ 2.5 C
Un-insulated black panel temperature and 50+ 5%RH ,
followed by 30 minutes of light plus water spray.
2) 5 h dry interval at a black standard temperature of (50+ 3)
o
C.
1 h water spray at a black standard temperature of (25+3)
C.
o
The equipment shall be capable of maintaining wide range of
irradiance & wavelength.
Wavelength : 290 to 400 nm
Irradiance : 0.35 to 25.1 W/m2
The equipment shall be capable of working 1000 hrs or more
continuously without any problem.
2.
3.
Test Method
:
Optional
Others
4.
Suitability to
the supply
Voltage:
ASTM D 4355, ISO 12224
Lamps -3 nos.
Lamp filters 3 nos.
Water filters 2 nos.
A radiation meter, in accordance with ISO 4892-1
Warranty : Minimum One Year
Spare parts : Necessary or frequently required
Calibration certificate , Printed Instruction manual
Electrical wiring diagram, service manual
Performance certificate
Free Installation
Free training
Suitable to 220 ± 10 V, 50-60 Hz power supply
24. Universal Coating Machine
Sr.
no.
1.
Specification
Requirement
Basic feature
Coating machine shall be universal so that various way of
coatings and different kinds of coatings possible to do it on
same machine,
Compliance
with Yes or No
Machine width shall be minimum 500mm to max. up to
Page 42 of 55
Sr.
no.
Specification
Requirement
Compliance
with Yes or No
1000mm.
Machine shall have provision for lamination.
Machine shall have provision for spray coating.
Machine shall have provision for immersion coating.
Machine shall have provision for one side coating.
Machine shall have provision for dot bonding
Machine shall have provision for powder coating
Machine shall have provision for embossing.
Machine shall have provision for design roller bonding.
Machine shall have easy way of changing rollers in less
time.
Machine shall have provision for hot air bonding.
Machine shall have provision for preheating.
The machine which has maximum facilities will be
preferred.
2.
Optional
3.
Others
4.
Suitability to
the supply
Voltage:
Spare design rollers
Spare calendaring rollers
Spare knives and other accessories.
Warranty : Minimum One Year
Spare parts : Necessary or frequently required
Performance certificate
Free Installation
Free training
Suitable to 220 ± 10 V, 50Hz or 440 V, 50 Hz, power supply
Single/Three phase
25. Thickness Tester (61)
Sr.
no.
Specification
27. 1
1.
Basic feature
Requirement
Compliance
with Yes or
No
The equipment shall be universal so that different
products with different pressures & presser foot area
can be used.
It shall confirm both test methods ASTM D 5199, ISO
9863-1 (for geo-synthetics) &
ASTM D 1777 (for nonwoven & other textiles).
Page 43 of 55
Sr.
no.
Specification
Optional
2
4.
Test28.
Method
:
3
29.
Others
Requirement
Compliance
with Yes or
No
The loading system can be dead weight or
pneumatic.
If it is dead weight system then provision should be
available to calibrate each & every part of the loading
assembly to ensure actual pressure exerted on the
sample.
If it is pneumatic then pressure measurement facility
either digital or analogue should be provided with
proper calibration certificate.
The deviation in pressure shall be as specified.
The parallelism of presser foot & anvil shall not be
affected with change of pressure foots.
In case of dead weight system the loading –
unloading shall be made easier.
Measuring range : 0 to 10 mm ( max. 25 mm )
Accuracy : 10 micron ( 0.01 mm )
Parallelism
Presser foot to anvil surface parallelism: 0.002
mm
Anvil / Foot parallelism : 0.01 mm
Different presser foots
&
Pressure (kPa)
2
1.Diameter 56.4 mm (25 cm )
2 + 0.02
2. Diameter 6.35 mm
20 + 0.2 & 200
172 + 14
3.Diameter 28.7 + 0.02 mm
4.14 + 0.21
4. Diameter 9.5 + 0.02 mm
23.4 + 0.7
Anvil diameter : at least 80 mm
Thickness gauge : Digital with calibration certificate.
Certified reference material : 60 mm diameter 1 to 5
mm thick SS plates
ASTM D 5199, ASTMD 1777
Warranty : One Year
Spare parts : Necessary or frequently required
Calibration certificate
Free Installation
Free training
26. Electro / Force Spinning Machine
S. N.
Specification
Requirement
Compliance
with Yes or No
Electro / Force Spinning Machine
Specifications for Electro spinning Unit:
1
Basic
1. Voltage Output: 0 – 80 kV (Higher and wide range
preferred)
2. PC based Syringe Dispenser with motor control
software to dispense from standard disposable syringes
and standard needle suitable for syringes with adjustable
flow rate of 0.1 – 99.9 ml/h or better. Needle diameter: 50
Page 44 of 55
– 1000 µm
3. Collector: Drum/disc rpm: adjustable rotational speed
(100 – 6000 rpm)
Collector type: Plate, Slot, Drum, Conveyor and Disc type
5. Pentium PC with basic configuration of 500GB HDD,
2GB RAM, 17” TFT screen,
Keyboard, mouse and windows based basic O/s.
7. Stage: Adjustable distance (1 – 30 cm)
OR
Specifications for Force-spinning Unit:
1. Spinneret Systems: Suitable for spinning of
– Solution of polymers
– High MFI polymers
– Low MFI polymers
2. Heating System: Up to 450°C
3. Spin Drive System: 1000 to 20000 RPM, +/-1%
accuracy
4.
Collection Systems: Customizable collection
system
– ARC Collector System
– VCS System
– VCS A-4 System
– D Collection System
5. Solution Spinneret Package
Includes solution spinneret and needle package
Solution Spinneret of Aluminum /SS like metals
For melt spinning spinneret of stainless steel of
relevant gauzes (20-30)
2
3
Other
Accessories
Optional
4
Others
6. Needle Package
– Includes 2-3 dozen needles of 20-30 gauge,4 luer
locks and o-rings
7. Advanced Research Package (ARP)
– Including VCS system, low MFI spinneret, ARC and
needle
package
8. Tool Kit Package
– Complete set of tools for maintaining the machine
Syringes 2, 5, 10, 20 ml; Aluminium foils
Spinneret: Different geometries of nozzle preferred. It
should have provisions for core shell or high throughput
suitable for polymeric materials in electro-spinning
apparatus.
Chamber for force spinning: Self-contained with two
locking doors. Low noise level. Proper Ventilation
Warranty: A minimum of 1 year
Performance certificate
Free Installation
Page 45 of 55
6
Suitability to
supply
voltage
Free Training
Spinning Chamber: Controlled humidity and temperature
preferred.
Safety features: Proper protected system with best
security features.
Spare Parts Kits: Necessary or frequently required. Kits
for preventive maintenance.
Electrical Wiring Diagram, Printed Instruction Manual &
Service Manual
~220-240V, 50Hz or
440 V, 50Hz
Single/Three phase
Page 46 of 55
Annexure – II
Details of EMD in the form of D/D or Bank Guarantee to be
submitted for each of the equipment
Sr.No Name of the item
1
Electronic motorized CBR apparatus with DAQ
system
2
Swell Test Apparatus with Proving Ring 2.5 kN
3
Sample preparation machine for CBR & Triaxial
apparatus
4
Pulverizer
5
In-Situ Vane test Apparatus
6
Field CBR Test Apparatus without proving ring & dial
gauge
7
Dynamic Triaxial System
8
Light Weight Deflectometer
9
Redwood viscometer
10
Digital Saybolt Viscometer
11
Softening point apparatus
12
Ductility testing machine with digital display & cooling
arrangement
13
Asphalt mixer
14
Wheel Rut Tester
15
Asphalt mixer theoretical density meter
16
Pavement intensity test apparatus
17
Asphalt extraction apparatus
18
Los Angeles Abrasion Tester
19
Tensile Tester ( Multi-station universal tester )
20
Dynamic Mechanical Analyser (DMA)
21
Gel Permeation Chromotography (GPC)
22
Water permeability tester
23
Weatherometer ( UV stabilization )
24
Universal Coating Machine
25
Thickness Tester
26
Electro spinning / Force spinning
Quantity
EMD
in Rs.
1
8,000.00
1
1
1,600.00
3,000.00
1
1
1
2,000.00
2,000.00
1,200.00
1
1
1
1
1
1
1,00,000.00
40,000.00
1,500.00
2,000.00
1,200.00
6,000.00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6,000.00
16,000.00
1,000.00
6,000.00
2,500.00
3,000.00
1,20,000.00
92,000.00
90,000.00
40,000.00
80,000.00
1,00,000.00
14,000.00
1,65,000.00
Page 47 of 55
Annexure III
FORMAT FOR COST DETAILS
(Cost particulars should be given in this format instrument wise/ accessories wise separately)
Note: All the cost particulars should be furnished either in Indian Rupees or
foreign currency. If more than one model of the instrument is quoted, use
separate sheets
Part 1: Cost details of imported equipments/instruments/Machine
Name of the Instrument/Machine:
S.
No.
Cost Details for foreign components
Cost in
Rs / foreign currency
(Pl. Specify)
i)
Total landed cost of the equipment inside the
laboratory of BTRA as per the destination
mentioned in the tender document. including
installation, agency commission, packing,
forwarding, insurance, custom clearing etc.
ii)
BTRA will provide only custom duty exemption
certificate and applicable duty for R&D purpose.
iii)
AMC details: - (a) AMC rate/per year
1st Year:
(comprehensive/non- comprehensive) for the
2nd Year:
next 3 years, after the expiry of warranty period 3rd Year:
including the accessories (Two preventive and
one breakdown visits)
(b) Travelling cost /conditions
(c) Any other conditions
Delivery schedule of the equipment:months
Part 2: Cost details of Indigenous equipments/instruments
Name of the Instrument :
S.No.
Cost Details of indigenous items
i)
Total Cost ( inclusive all taxes, installation
charges )
ii)
AMC details (including the accessories):(a) AMC rate comprehensive/noncomprehensive cost for the next 3 years,
after the expiry of warranty period
Cost in Rs.
1st Year:
2nd Year:
3rd Year:
Page 48 of 55
(b) 2 preventive visits/1 breakdown visits per
annum
(c) Travelling cost /conditions
(d) Any other conditions
Delivery schedule of the equipment:Cost details of optional items/spare parts required for the next 2 years
Part-I (imported items)
Sr.
Cost Details for foreign components
No.
i)
Total cost at the specified laboratory including
agency commission, packing and forwarding,
insurance, etc.
Cost in $/£/ Ɛ /any
other specify
Cost details of optional items / spare parts required for the next 2 years.
Part 2 : ( Indigenous items) :Sr.
Cost Details of indigenous items
No.
i)
Total Cost ( inclusive installation charges )
ii)
Any others (to be specified)
iii)
Total Cost
Sr.
No.
1.
2.
3.
4.
5.
6.
7.
8.
Cost in Rs.
Details of Requirement for Opening L/C.(for imported items only)
Foreign Supplier‟s Name and Complete address on whom L/C will be
opened.
Foreign Banker‟s Name & Address
Foreign supplier's Bank Account No.
Port of shipment
Country of Origin
Period to keep open the L/C – (Validity of L/C)
Period of negotiation will be 21 days
Delivery Schedule from the date of issuance of purchase order
Note:
1. Additional copies may be taken for each instruments
2. BTRA will not provide any excise or sales tax exemption certificates.
However, duty exemption certificate will be given plus applicable
duty for equipment/machines for R&D purpose. Please verify the
same with specific equipment as some of the equipments are
exempted from payment of duties completely.
3. Octroi , if paid , will be reimbursed separately at actuals
Page 49 of 55
ANNEXURE-IV
FORMAT OF BANK GUARANTEE FOR GUIDANCE PURPOSES ONLY (ON NONJUDICIAL STAMP PAPER OF Rs.100/-) (Applicable for successful bidders, to be
submitted in lieu of security deposit and also for releasing the 20% advance- for guidance
purpose )
Bank guarantee No. _________________________ Date:
This deed of guarantee made this _________________________ day of
______________ 2015 (Two Thousand Fifteen only (Name and address of the Bank)
hereinafter referred to as `the Bank') which expression shall where successors and
assignees of the Bank and the Bombay Textile Research Association, (hereinafter
referred to as the BTRA) which expression shall unless repugnant to the context of the
meaning thereof include its legal representatives, successors and assignees.
WHEREAS the BTRA has placed its Purchase Order bearing No. __________________
dated ____________ on (name and address of the bidder) (hereinafter called `the
supplier' for the supply of ____________________.
AND WHEREAS the BTRA has agreed to pay to the supplier an advance 20% of the
value of the equipment on submission of a Bank Guarantee of equal amount, which will
be kept valid upto ____________ being the period of 12 calendar months from the date of
Bank Guarantee.
In consideration of the BTRA having agreed to pay to the supplier Rs. ________(Rupees
___________________________________________ only) being the 20% cost of the
value of the equipment, we (name of the Bank) hereby undertake and guarantee to make
repayment to BTRA the said 20% amount or any part thereof which does not become
payable to the supplier by the BTRA in accordance with the subject to the terms and
conditions of the said order within ________ days from the date of dispatch/from the date
of receipt of the material at site. The Bank further undertakes not to revoke this
guarantee during its currency except with the previous consent of the BTRA in writing and
this guarantee shall be a continuous and irrevocable guarantee up to a sum of Rs.
____________ (Rupees ______________________________________ only)
The Bank shall not be discharged or released from this guarantee by any arrangement
between the supplier and the BTRA with or without the consent of the Bank or any
alterations in the obligation of the parties or by any indulgence, forbearance shown by
BTRA to the supplier and the same shall not prejudice or restrict remedies against the
Bank nor shall the same in any event be a ground of defence by the Bank against the
BTRA. We (name of the Bank) do hereby undertake to pay an amount equal to 20% of
the order value being the amount due and payable under this guarantee without any
demur, merely on demand from the BTRA stating that the amount claimed is due to the
BTRA. In case the BTRA puts forth a demand in writing on the Bank for the payment of
the amount in full or in part against this Bank guarantee, the Bank shall consider that such
Page 50 of 55
demand by itself a conclusive evidence and proof that the supplier has failed in complying
with the terms and conditions stipulated by BTRA in the purchase order and payment
shall be made to the BTRA without raising any dispute regarding the reasons for any such
lapse/failure on the part of the supplier.
This guarantee shall be in addition to and without prejudice to any other securities or
remedies which the BTRA may have to hereinafter possess against the supplier and the
BTRA shall be under no obligation to marshal in favour of the Bank any such securities or
fund or assets that the BTRA may be entitled to receiving or have a claim upon and the
BTRA at its absolute discretion may vary, exchange renew, modify or refuse to complete
or enforce or assign any security or instrument.
The Bank agrees that the amount hereby guaranteed shall be due and payable to the
BTRA on BTRA's serving with a notice requiring the payment of the amount and such
notice shall be deemed to have been served on the bank either by actual delivery thereof
to the Bank or by dispatch thereof to the Bank by Registered Post shall be deemed to
have been duly served on the Bank notwithstanding that the notice may not in fact have
been delivered to the Bank.
In order to give full effect to the provisions of this guarantee, the Bank hereby waives all
inconsistent with the above provisions and which the Bank might otherwise as guarantor
be entitled to claim and enforce.
NOTWITHSTANDING anything contained herein before, the liability under this guarantee
is restricted to Rs.___________________ (Rupees ________________________only).
The guarantee shall remain in force till the _________________________ and unless the
guarantee is renewed or a claim is preferred against the Bank within three months from
the said date all rights of the BTRA under the guarantee shall cease and Bank shall be
released and discharged from all liability hereunder.
___________________
(SIGNATURE)
PLACE:
DATE:
SEAL
CODE NO.
NOTE: 1. SUPPLIERS SHOULD ENSURE THAT SEAL AND CODE NO. OF THE
SIGNATORY ARE AFFIXED BY BANKER, BEFORE SUBMISSION OF THE BANK
GUARANTEE.
Page 51 of 55
Annexure V
DELIVERY SCHEDULE OF EQUIPMENT
Sr.No
Equipment
Delivery Schedule from the date of
acceptance of Purchase Order –
maximum
1.
Indigenous equipments
2 Months from the date of issuing
Purchase Order
2.
Imported equipments
3 Months from the date of opening of
LC
Page 52 of 55
Annexure VI
FORMAT TO BE FILLED UP AND SUBMITTED
IN THE LETTER HEAD OF THE BIDDER
To,
The Director,
BTRA,
LBS Marg
Ghatkopar(W),
Mumbai – 400 086.
Sub: Supply of testing instrument to the laboratories of BTRA as per the specifications
and quantities mentioned in the tender.
Dear Sir,
a) Having examined the conditions of Tender and Specifications of the instruments &
equipment, we, the undersigned, offer to supply instruments and equipment as
mentioned in the Annexure I as per the quantity and specifications given in the
tender along with standard spares/accessories as specified.
b) Earnest Money Deposit (EMD) as given in Annexure II in the form of Bank Demand
Draft / Pay order in favour of 'The BTRA payable at Mumbai as detailed in Tender
Conditions is enclosed.
c)
The original tender document duly signed on all pages is enclosed.
d) We agree to abide by this tender for the period from the opening date fixed for
receiving the same and it shall remain binding upon us for a mutually extended
period agreed in writing by us.
e) If our tender is accepted, we undertake to supply the instruments and equipments
and install the same in the Laboratories as mentioned in the tender within the
specified periods mentioned in Annexure V from receipt of the order from the
BTRA in writing.
f)
We agree to supply consumable spare parts and replacement of the
broken/damaged/non-compatible parts during the guarantee / warrantee period,
free of charge, as per the terms & conditions.
g) We agree to train the personnel of laboratories free of charge, as per the terms and
conditions.
Page 53 of 55
h)
If our tender is accepted we will, obtain and arrange:
1. Security Deposit / Bank Guarantee as defined
2. Insurances
3. Any other statutory obligation, if any, prior to commencement of supply of
machinery.
i)
We agree for the validity of our tender up to 11/05/2015
j)
We agree to your right to forfeit our EMD/Security deposit without prejudice to any
other right or remedy for the following failures on our part.
1) Changes in terms and conditions of tender are made within validity period.
2) Supply and installation of instrument and equipment is not commenced within
specified period as given in the Tender document.
3) Obligations under (e) above are not fulfilled
k)
The bidders shall use only tender documents as issued for submitting his bid and
shall comply with various terms and conditions.
l)
Unless and until a formal Agreement/order is prepared and issued, this tender
together with your written acceptance thereof, shall constitute a binding contract
between us and BTRA.
m) We understand that you are not bound to accept the lowest or any tender you may
receive.
n) We agree to make a presentation of the products to be supplied by us, before the
Purchase Committee if need be on a mutually convenient date.
Authorized Signatory
of the renderer
Signature dated
Designation / Capacity
Name
Page 54 of 55
Annexure VII
CHECK LIST TO BIDDERS
1.
Get all the clarification regarding terms and conditions, specification etc during the pre bid meeting
or by writing to the Director BTRA, prior to submission of bids.
2.
The original tender document purchased / downloaded in full has to be submitted along with the
technical bids duly signed on all the pages. Adequate copies of the format of the cost details may
be taken separately for each instrument.
If the tender document is downloaded, separate DD of exact amount as of tender fee is to be
enclosed and also the required EMD for each instrument as mentioned in the tender document are
to be enclosed. A combined D.D. covering the EMD for all instruments quoted can be drawn and
kept in one of the technical bids. Copies of this D.D. can be kept in other technical bids.
3.
4.
A covering letter duly signed by the authorized person as per the specimen given at Annexure VI of
the tender document.
5.
Ensure that User certificates from atleast two users, on their letterhead stating that the performance
of similar make and model supplied to them is satisfactorily, is enclosed
6.
No commercial terms of reference should be given in the technical bid at all.
7.
Descriptive leaflet / brochure of the equipment quoted are enclosed along with the technical bid.
8.
Copy of the certificate for the calibration of similar make and model of the equipment / instrument for
which bid is submitted from an accredited calibration laboratory or NPL, if applicable, is enclosed.
9.
Ensure that all document are enclosed in Cover “A” as mentioned at Clause No. 18 (page no. 8 to
10 of the tender document).
10. The Technical and commercial bids are submitted separately superscribing “Cover „A‟ – Technical
bid for -------------- instrument or Cover ‟B‟ – Commercial bid for --------------- instrument. Last date
………... Though technical bids can be kept together in 1 envelope, ensure that commercial bids
are kept separately for each instrument.
11. Proof regarding manufacturer / authorized agent, as the case may be, is enclosed.
12. Prior to submission of bids, bidders have to ensure that the equipment quoted by them is suitable for
testing as per the national / international standard mentioned in the specification.
13. Cost details are to be given in the prescribed format only. If more than one model of instrument is
quoted, separate sheet may be enclosed.
Note: If the bidder fails to furnish all the relevant document/ information as mentioned in the
tender document, the tender will be rejected.
Page 55 of 55