SALDlHA COLLEGE SALDIHA

(B+ Re- Accredited by NAAC )

P.O. SALDlHA • DIST. BANKURA • PIN-722173

Phone:(03242) 262224 Fax: 913242-262224 Website: www.saldihacollege.com E-mail: [email protected]/[email protected] …………………………………………………………………………………………………………………………………………………………………………………………………………………………………

NOTICE INVITING E- TENDER

E-NIT NO:- 06/18-19 DATED:-07.03.19

e-Tenders are hereby invited by the undersigned from the bonafide and experienced agency as below

1. Saldiha College, Bankura intends to procure Lab Instruments for science departments.The tentative quantity of the required items along with technical configuration of eachitems are mentioned at Annexure separately. Saldiha College is looking for interested bidders who have experience in supplying of above type of instruments.

2. Bidders are advised to study all technical and financial aspects, instructions, forms, terms and specifications carefully in the tender document. Failure to furnish all informationrequired in the Tender Document or submission of a bid not substantially responsive to theTender document in every respect will be at the Bidder’s risk and may result in the rejection of the bid.

3. Intending bidder may download the tender documents from the websitehttps://wbtenders.gov.in or www.saldihacollege.com. Only online Submission ofTender will be accepted. Last date of submission: 23/03/2019 up to 12:00 hrs.Opening Date 23/03/2019, 1 PM.

4. The categories of items and quantity indicated in the Tender Document are tentative.Saldiha College, however, reserves the right to increase or decrease the quantity or deletesome or all of the items depending on the needs of the Saldiha College and availability offunds without assigning any reasons.

5. The bidder should indicate specifically the Basic Price, Taxes, GST, Entry tax, otherduties (if any), and levies chargeable quantitatively against each item. College will assistto have way bill (if necessary) but the pay will be borne by the bidder. No additionalinformation will be entertained after due date. Saldiha College may reject bids if they donot carry such information separate and specifically quantitatively.

6. The tender should be submitted in two cover system (electronically) as defined in E-Tender participation system: (a) Technical Bid (b) Financial Bid.

7. The bidder should clearly indicate the delivery period and validity period of tender. 8. The bidder should clearly indicate whether the service facilities and maintenancefacilities for the items quoted at Bankura is available or not. 9. The bidders are required to quote for each item separately in terms of basic price and allother charges. Prices can be quoted in Multi Currency. 10. The bidder (Technical Bid) must be submitted along with the copies of OEM license orauthority from the manufacturer. 11. Saldiha College reserves the right to reject any or all tenders without assigning anyreason whats++oever. 12. No advance payment or payment against Performa invoice will be made. Payment willbe made after receipt, inspection, and installation/testing. 13. All damaged or unapproved goods shall be returned at the bidder’s risk and cost andthe incidental expenditure thereupon shall be recovered from the concerned party. 14. On acceptance of tender, the date of delivery should be strictly adhered to otherwise,the Saldiha College reserves the right not to accept the delivery in full or in part. In case theorder is not executed within the stipulated period, the Saldiha College will be at liberty tomake purchases through other sources. 15. Payment of bill will be made through by crossed account payee Cheque or electronicpayment (NEFT) only after delivery and successful installation of each of the items. 16. Delivery Schedule: The Company shall be able to deliver the required items within 17 days of the receipt of order. Delivery/Installation is to be done at Saldiha College, Saldiha, Bankura, . 18.Warranty : All the products must carry minimum one year comprehensive warranty. 19. The products asked for should be of very high standard and of mentioned brand. 20. Liquidated Damages : The Company shall be liable to indemnify the Saldiha College inall respects and meet and pay off the litigation expenses and all the liabilities includingdamages, sums etc. arising out of and as a consequence of the negligence, deficiencies,mistakes, lapses, delays etc. in the execution of the various jobs and the services provided. 21. The company should ensure quick back up response in case of equipment failure whichshould be replaced if needed within 48 hours of the distress call. 22. Payment: There is no provision for making advance payment to the Company.However, the running bills for the jobs completed can be submitted by the company andwill be cleared for payment within reasonable period. 23. Purchase Order: The purchase order for the entire quantity can be placed either in onelump sum or as per the requirement through repeat order subject to availability of fund ofthe required items. The quantity shown is tentative and may increase or decrease.

Sl Nature of work , Name of Site and Fund Time Allowed Cost of tender Earnest Credential No for execution paper (Rs) in Money in (Rs) Required on the date cash (Non Amounting in (Rs)

fixed refundable)

1 Supplying of Lab Instruments for science departments , Saldiha college 40% of estimated 06.05.2019 3000/- 20000/- amount

-:DATE AND TIME SCHEDULE:-

SL PARTICULARS DATE &TIME NO 1 Date of Uploading of E-NIT & others documents 08.03.19 at 3.00 PM 2 Date of Start of downloading the documents 08.03.19 from 4 pm 3 Date of closing of downloading the documents 23.03.19 at 12.00 AM 4 Date of start of submission of Technical Bid and Financial Bid 08.03.19 at 4.00 PM 5 Date of closing of technical bid and Financial bid 23.03.19 at 12.00 AM 6 Last date and time of submission of Original copies of Demand Draft against cost of Tender 23.03.19 at 12.00 AM documents and Earnest Money (Off Line) in the Tender Box kept at the office of the Principal , Saldiha Collaege. 7 Date of Opening of Technical bid at the Office of the Principal , Saldiha Collaege. 23.03.19 at 01.00PM 8 Date of Opening of Financial bid at the office of the Principal , Saldiha Collaege. 23.03.19 at 01.00P M

Tenderers have to abide by the following conditions:-

1. In the event of e-filling intending bidder may download the tender documents from the website www.wbtender.gov.in in directly by the help of digital signature certificate.

Earnest Money:- The amount of EMD and the cost of tender form to be remitted online either by Net banking ( Having their account any listed bank with such facilities) through ICICI bank payment Gate way or through RTGS or /NEFT using online pre filled challans generated in this system of State Government e-Procurement portal www.wbtender.gov.in ( Vide memorandum No:-3975-F(Y) Dated:-28.07.2016 of WB Finance Department)

OR The cost of tender documents and earnest money in form of Bank Draft in favour of the undersigned has to be dropped at the tender box as per date and time schedule given in the tender.

2. Eligibility criteria for participating e-tender:- A. The bidder shall have satisfactory completed as a prime agency within last 3 years ie (2014-15, 2015-16, 2016-17) at least one work ( as per above mentioned type of works done by the contractor) B. P.Tax deposit challan of 2017-18 , valid 15 digit Goods and service Tax prayer identification number (GSTIN) under GST act 2017, PAN card has to be accompanied with the technical bid documents. C. Section -B(Form-I and Form-II) to be filled up by the bidder and accompanied at Non-Statuary documents

3.1.General process of Submission:- Tenders are to be submitted through online to the website stated in CL1in two folders at a time for each work , one in Technical Proposal & the other is Financial proposal before the prescribed date & time using the Digital Signature Certificate (DSC) . The documents are to be uploaded virus scanned copy duly digital signed. The documents are to be uploaded virus scanned copy duly digital signed. The documents will get encrypted (transformed into non readable formats)

3.2Technical proposal:- The technical proposal should contain scanned copies of the following further in two covers ( floders)

A-I Statutory Cover Containing i)EMD as prescribed in the NIT against each of the serial of work in favour of the Principal, Saldiha Collage, Saldiha, Bankura

Note:- No fixed deposit will be entertained. ii) Tender from No 2911 iii) & NIT with all agenda & corrigendum (download & upload the same digitally signed) .Quoting rate will only encrypted in the BOQ under financial Bid . I case quoting any rate in 2911(ii) , the tender liable to summarily rejected. iv) Special terms , condition, & specification of works, drawings (if any)

Note:- Tenders will be summarily rejected if any item in the statutory cover is missing.

A-2. Non statuary /Technical Documents Cover Containing :- i) Professional Tax (PT) deposit receipt Challan for the current financial year, PAN card, Sahaj (ITR-I) for the last financial year, Valid 15 digit Goods & Service Tax Prayer Identification Number ( GSTIN) under GST Act 2017. ii) Registration Certificate under company act (if any) iii) Registered deed for partnership firm/ article of Association & Memorandum iv) Power of attorney ( For partnership Firm/ Private Limited company, if any v)Clearance certificate for the current year issued by the Assistant Register of Co-Operative ( ARCS ) by laws are to be submitted by the Registered Labour Co-Operative Society , Engineers Co Operative society vi)Credential certificate for completion of at least one similar nature of work under the authority of State / Central Govt , Statutory bodies under state/ central Govt constituted under the statue of the state/ central Govt having amounting mention above in a single work order during the last 3 (three) years prior to the date of issue of this NIT is to be furnished . vii) Self certificate documents in favour of financial capability to carry out the works viii) Bank solvency certificate ix) Section – B ( Form-I and Form-II) to be filled up by the bidder and accompanied at Non Statuary documents.

Note:- Failure of submission of any of the above mentioned documents ( as stated in A1 & A2 )will render the tender liable to summarily rejected for both statutory & non statutory cover.

THE ABOVE STATED NON STATUTORY /TECHNICAL DOCUMENTS SHOULD BE ARRANGE IN THE FOLLOWING MANNER.

Click the check boxes beside the necessary documents in the my documents list and then click the tab “ submit Non statutory documents” to send the selected documents to non statutory folder. Next click the tab “ Click to encrypt and upload” and then click the ” Technical folder to upload the Technical documents.

Sl No Category name Sub category Description Details A Certificate Certificate 1. Valid 15 digit Goods and Service Tax prayer Identification Number (GSTIN) under GST ACT2017 2.Valid PAN issued by the IT Deptt. Govt of 3.P.Tax (Challan) 4.It-sahaj (ITR-I) for last financial year 5. SECTION -B (Form -I & FORM -II) B Company Details Company Details-I i) Proprietorship Firm( Trade Licence) ii)Partnership Firm (Partnership deed, Trade Licence) iii)Society registration copy iv)Power of attorney C Credentials Credentials-I i) work Order, Payment certificate, Completion certificate which are applicable for elegibility

4.1Financial Proposal:- i) The financial proposal should contain the following documents in one cover (folder). Ie Bill of quantities (BOQ) the contractor is to quote the rate (percentage above/ below/at per ) online through computer in the space marked for quoting rate in the BOQ. ii) Only downloaded copies of the above documents are to be uploaded virus scanned & digitally signed by the contractor

5.Opening & evaluation of tender:-

Opening of technical proposal:-

Technical proposal will be opened by the Principal, Saldiha College, saldiha, Bankura i) Intending tenderers may remain present if they so desire. ii) Cover (folder) statutory documents would be open first & if found in order and correct, cover 9folder) for non statutory documents will be opened. If there is any deficiency in the statutory & non statutory documents the tender will summarily rejected. iii)Decrypted (transformed in to readable formats) documents of the non statutory cover will be downloaded & handed over to the tender evaluation committee. iv) Uploading of summary list of technically qualified tenderers .

Note:- While evaluation, the committee may summon of the tenderers & seek clarification/ information or additional documents or original hard copy of any of the documents already submitted & if those are not produced within the stipulated time frame, their proposal will be liable for rejection.

Opening and evaluation of financial proposals:-i) financial proposals of tenders declared technically eligible by the tender evaluation committee will be opened electronically from the web portal on the prescribed date and time. ii) the encrypted copies will be decrypted and the rate will be read out to the contractors remaining present at that time 6.Acceptance of Tender:- The bidder who’s bid has been accepted will be notified by the Tender inviting and Accepting authority through acceptance letter/ Letter of acceptance .The letter of acceptance will constitute the formation of the contract. The agreement in WBF No 2911(ii) will incorporate all necessary documents ie NIT, all corrigendum , special terms and condition , specification of works, drawing, different filed up forms , BOQ and the same will be constituted between the Accepting Authority and successful bidder

7.Penaltyfor suppression / distortion of facts:-Submission of false documents by tenderer is strictly prohibited & if found the tenderer will be suspended from participating in the tenders on e-tenders platform for a period of 3 (three) years . In addition this user Id will be deactivated and Earnest Money Deposited (EMD) will be forfeited

8. rejection of Bid:- The employer ( Tender accepting authority ) reserves the right to accept or reject any bid and to cancel the bidding process and reject all bids at any time prior to the award of contract without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidders or bidder of the ground for Employers (tender accepting authority ) action.

Principal Saldiha College Bankura MEMO NO:-SC/MISC/19/29 DATED:-07//03//19

Copy forwarded for information and with the request to kindly make necessary arrangements for wide publicity to :- 1. District Magistrate, Bankura 2.SDO, 3.To The DIO BANKURA 4To The Editor .Bartaman News Paper 5.To The Editor Telegraph News Paper 6.Office Copy.

Principal Saldiha College Bankura

Annexure 1

Proforma for Technical Bid

SL. Particulars Inform at ion NO. 1 Name of the F irm & Owner : (with Tele phone/ Mob ile Numbers, email) 2 Ty pe of Organis ation (Proprietorship/Partnership/Pvt. Ltd./Limited Company) Month/Year of Establishment 3 Website of Bidder, if any 4 Month/Year of Est abli shment 5 PAN/S ales Ta x/VA T Regd . Nos. 6 Annual Turnover 2017-18 7 Whether product(s) offered by the bidders are exactly as per the configuration of Saldiha College. If not, indicate the changes in each product 8 Clie ntele (s ubmit co pies) 9 Vali dity of Ten der 10 Whether Te rms & Con ditions issued by Sal diha College are acceptable to the Firm 11 Whether Wa rr anty as per the des ired spec ificat ion

** Bidder should only quote rate for 1 unit of each item in BOQ.

Date Name:

Designation:

Signature of Owner/Authorized Representative

E-TENDER SPECIFICATION

Sl. Item Spe cificat ion Quantity No. 1 Double Beam UV SALIE NT FEAT URES 01 VIS Microprocessor based UV-VIS Spectrophotometer Spectrophotometer with high resolution colour touch screen display for operation on 220V / 50Hz.

. Stand-alone operation as well as complete control through PC with PC software supplied as standard . True double beam optics with aberration corrected concave blazed holographic grating in Czerny – Turner mounting for high energy throughput and high quality monochromatic light . Wide wavelength range of 1,100 nm to 190 nm . High resolution 1 nm spectral bandwidth over entire wavelength range . Wavelength setting and display in steps of 0.1nm . Wavelength accuracy of + 0.1nm for D2 spectral line . Wavelength reproducibility of + 0.1nm . Wavelength Slew rate: ≥ 14,500 nm/min . Variable wavelength scanning speed: ≥ 3,000 nm/min to 2 nm/min 29,000 nm/min when survey scanning . Ultra low stray light of <0.02%T at 220nm with NaI filter . Wide Photometric range of -4 to +4 Abs and 0 to 400 %T . High Photometric Accuracy of + 0.002 Abs at 0.5 Abs . High Photometric Repeatability of ± 0.0002 Abs at 0.5 Abs . Baseline stability: < 0.0003 Abs/Hr (700 nm, one hour after light source turned ON) . Ultra low Photometric noise of < 0.00005 Abs (700 nm) . Dual source – high intensity Tungsten-Halogen and Deuterium lamp with automatic changeover . High sensitivity matched pair Silicon Photodiode detector . 5 USB ports for high speed PC and printer connectivity, data storage and transfer through USB pen drive . Guaranteed compliance with all Pharmacopoeia

Sl. Item Spe cificat ion Quantity No. req uir eme nts . Built in validation program, diagnostic and security functions . All operational modes as standard – Photometric; Spectrum; Quantitation; Kinetics, Time Scan, DNA and Protein Quantitation in stand alone and PC mode. Additionally Multi-Component measurement available in stand-alone mode. . Large sample compartment compatible with wide range of accessories . Must supply one pair of 10mm path length Quartz Cuvettes of 3.5 ml volume as a standard supply . Branded PC with Original must be supplied with the system . 12 months warranty from the date of installation

2 pH met er Brand n ame 01 Elico LI 614 Accessories supplied: Combine pH Electrode, Reference Electrode, Electrode stand with holding clamp, Buffer tablet, sample containers and RTD Probe, Temperature sensor

3 Conductivity Meter Brand name 01 Elico CM 183 Accessories supplied: Electrode stand with holding clamp, , Thermo Probe, Dip type Conductivity Cell of Cell Constant 0.1, 0.5 and 1.0 4 Bo mb Calo rime ter Make S.S. Company 01 5 Senior Rotary Make Westwox 01 Microtome 6 Compound Brand n ame 02 Microscope Olympus 1. Two or more convex lenses 2. Typical magnification range between 40x and 1000x 3. One objective is used at a time 4. Two-dimensional images 5. Available in monocular, binocular and trinocular configurations

Sl. Item Spe cificat ion Quantity No. 7 Set up for determination of the DEVC O make 01 wavelength of laser source using diffraction of single slit and double slit. (full set up) 8 To determine work function of material of 01 filament of directly heated vacuum diode. (full set up) 9 Hydrogen source/discharge tube with DEVCO make. (For H-alpha 01 power supply and cabinet/stand. emission line of Hydrogen atom.) 10 To determine the value of e/m by cathode Make- SES Instrument Pvt. 01 ray tube and Bar magnet. (full set up) Ltd. (model EMX-01 or similar model) 11 To des ign a digit al to analog con verter (full set up/ trainer kit with 01 (DAC) of given specifications. IC fitted) 12 Audio osci llato r/f unct ion generator, 1 Hz Make - Metravi 01 to 1Mhz with frequency counter and display. 13 Iodine source/vapor tube with power Make - Friends Sci entic. 01 sup ply/accessori es/ca binet. 14 To show the tunneling effect in tunnel 01 diode using I-V characteristics. (full set up) 15 To deter mine the Coef fic ient of The rmal 01 Conductivity of Cu by Searle’s Apparatus. DEVCO make (full set up). 16 Measu reme nt of Pla nck’s const ant using Make - SE S Ins trument Pvt. 01 black body radiation and photo-detector. 17 Photo -elect ric ef fect: photo curr ent vers us Make -SE S Ins truments Pvt 01 intensity and wavelength of light; Ltd. maximum energy of photo-electrons versus frequency of light. 18 To draw the BH curve of Fe using Solenoid Make- Friend Scientific. 01 & determine energy loss from Hysteresis (compact set up) Without CRO, (.full set up) 19 To measure the resistivity of a Make - SE S Ins truments Pvt 01 semiconductor (Ge) with temperature by Ltd. four-probe method (room temperature to 150 oC) and to determine its band gap. (full set up)

20 Mer cury vapour lamp (to be con nected to Phili ps ma ke 02 direct main AC line), 21 Sodium vapour lamp ( 35W) , Phili ps ma ke 02 22 -12 V-0-12 Vollt-1A dc power s upp ly 01 23 0-12V variable power supply, 2A with 01 digital display 24 -12 V-0- +12 Vol lt-1A dc po wer s upp ly 01 25 Digital multimeter (AC/DC voltage, 01 current, resistance, capacitance measurement facility, 3 and1/2 digital display, ) 26 Di gital milli ammet er 0-100 mA (0.01 mA 02 resolution) 27 Pote ntiometer bridg e with joc key DEVC O make 02 (standard 10 wire, 20 Ohm),

Page 10 of 10