TENDER FOR SHIFTING OF STORES AND EQUIPMENT/MATERIAL...
Transcript of TENDER FOR SHIFTING OF STORES AND EQUIPMENT/MATERIAL...
IIT JODHPUR
TENDER FOR SHIFTING OF STORES AND EQUIPMENT/MATERIAL FROM TEMPORARY
CAMPUS IIT JODHPUR TO PERMANENT CAMPUS AT KARWAD (NH-65)
NIT No. - IITJ/SPS/PC/Shifting/17-18/08
NIT Issue Date and Time : 23 May 2017
Pre-bid Meeting : 26 May 2017 at 1500 Hrs
Tender Submission Date and Time : 31 May 2017 by 1500 Hrs
Tender Opening Date & Time : 31 May 2017 at 1530 Hrs (Technical Bid) Tender Opening Date & Time : … (Financial Bid) (Date Later)
Indian Institute of Technology, Jodhpur
Old Residency Road, Ratanada, Jodhpur – 342011, Rajasthan
TEL: +91 291 244 9141 Website: www.iitj.ac.in, www.eprocure.gov.in
Signature of the Tenderer with seal & date
Page 2 of 26
TENDER FOR SHIFTING OF STORES AND EQUIPMENT/ MATERIAL FROM TEMPORARY CAMPUS IIT JODHPUR
TO PERMANENT CAMPUS AT KARWAD (NH-65)
1. General. IIT Jodhpur is presently operating from its three Temporary Campuses, namely Academic
Campus at MBM Engineering College and its hostel at GPRA Colony on Pali Road and BSNL Colony on
Pal Road. IIT Jodhpur’s Permanent Campus Phase I construction is near completion at Village Karwad
approximately 25 km away from Jodhpur (on NH-65 towards Nagaur). The Permanent Campus is
spread over 800 Acres of land in three distinct Sectors which are surrounded by villages Jheepasani,
Bishnoiya Ki Dhani (BKD), Gharao and Karwad. Shifting to Permanent Campus is likely to take place
during the months of Apr, May and June 2017.
Scope of Work
2. Shifting of furniture, equipment and other material from the current Offices, Sections, Laboratories,
Library, Classrooms, Student Hostel Rooms, Dining Halls, Play Fields, Gymnasium and Health Centres
shall include the following :
(a) Packing of files, computers, Office and Laboratory Equipment, furniture and other materials as
available in the respective Rooms/Laboratories at various floors, IIT Jodhpur Temporary Campus at
Old Residency Road, Near Ratanada Circle, and the hostels at GPRA Colony and BSNL Colony.
(b) Carrying all the packed articles/material carefully to ground floor, loading into the lorry and
transportation to IIT Jodhpur Permanent Campus at National Highway 65, Near Karwad Village
Jodhpur.
(c) Unloading all the packed articles/material from the Lorry and re-arranging in the rooms and
laboratories at Permanent Campus.
(d) Unpacking of the goods and placing in the respective rooms and laboratories.
(e) Obtaining certificate for proper shifting with list of materials shifted, from the concerned
Officers/Head of Departments.
(f) Disposal of packing material at a Central place in Permanent Campus (Karwad).
(g) The selected Firm/Agency has to use their own good quality packing material, like gunny bags,
packing tape, Sutli, cardboard cartoon, Thermocole sheets and air bubble sheets.
Shifting Process.
3. Shifting process shall include removal/dismantling, appropriate packing, loading, transportation to
Permanent Campus (Karwad), unloading, unpacking, reassembling/re-fixing and functional testing.
Firm assigned task for shifting shall discharge following responsibilities :
(a) Dismantling, Packing, Loading, Transportation, Unloading, Unpacking, re-installation and
functional testing of all stores, equipment, machines/material, Projectors etc.
(b) All assets from the said three locations shall be safely transported to Permanent Campus without
Signature of the Tenderer with seal & date
Page 3 of 26
any loss or damage, re-installed and made functional too.
(c) Provisioning of packing, lashing and allied material be done by the firm.
(d) Transport, Machines, Cranes, Forklifts to deliver at the three storeys of the buildings, Labors,
required for dismantling, loading, unloading and re-installation, shall be arranged by the firm at
their own cost.
(e) Any damages, breakages, losses and theft shall be made good by the firm.
(f) Firm representative shall carry out detailed ground survey and prepare list of stores/equipment
of all three locations as specified above.
Note. There is no requirement of any packing while shifting hostel furniture (Students Beds, Chairs,
Study Tables & Almirahs)
Pre Qualification Criteria
4. The Tenderer should fulfill following criteria :
(a) The Tenderer must be a reputed, registered, established, recognized Packing and Moving
Agency.
(b) Experience: The tenderer must have two years experience in the field of packing and moving
heavy and sophisticated equipment. The firm should have been in operation for at least preceding
two years from the last date of receipt of tender.
(c) It must establish a local office in Jodhpur for execution of above mentioned task.
(d) Average Turn Over: The firm should have an average turnover of at least Rs 20 Lakh each
during the last three financial years in packing and moving services. And, the firm must attach copy
of audited/ITCC Certificate for last three years ( out of 2013-14, 2014-15, 2015-16 & 2016-17) duly
attested by chartered Accountant. Also, the firm must submit balance sheet and Profit & Loss account
duly attested by CA for preceding three financial years.
(e) Work Execution Certificates: The tenderer must attach certificates as per following details :-
(i)One similar work of value not less than Rs 20 Lakh
OR
(2) Two similar works each of value not less than Rs 10 Lakh
OR
(3) Three similar works each of value not less than Rs 07 Lakh
during last three years (similar work means shifting of various lab equipment including furniture,
office equipment and other miscellaneous items in any Government Department, Research Institutes
& Academic Institutions or esteemed/rounend during last three years)
(f) Attested copies of the completion certificates issued by the Engineer/Officer-in-charge or
above are required to be enclosed with the technical bid. Also, the tenderer should give complete
details of the concerned authority, such as name, designation, valid address and telephone/mobile
number with STD Code. The completed works will be open to inspection and in case works are not
Signature of the Tenderer with seal & date
Page 4 of 26
upto the standard, the tender will summarily be rejected, and no queries will be entertained in this
regard.
(g) The firm should have not been blacklisted, debarred, declared non- performer or expelled from
any work of Union Government, State Government or PSUs during last five years. Also, it should
submit a notarized affidavit for the same. Further, the firm should also provide information
regarding litigation or arbitration cases for the last five years.
(h) The tenderer should visit and examine the site and its surrounding to assess the accessibility and
assess the scope of work before submitting their offer. No bid shall be admissible if the Tenderer does
not inspect the sites. No claims later on shall be entertained. The tenderers shall arrange & maintain
at his own cost all materials, transportation, Water and other facilities for workers sourced by the
Tenderer for executing the work.
(j) List of Equipment: A complete list of all moving and handling equipment possessed/organised
by the company should be attached with the Technical Bid. For large and on-road equipment, like
Trucks, Cranes and Hydras, copies of valid vehicle Registration Certificates (RC) must be attached.
To qualify for the tender, the firm should own or consort the required & specified number of units of
all the items listed below :
(i) 30 Ton capacity Crane capable of delivering 30 Ton material at third storey of each building with boom length of at least 25m
01
(ii) 10 Ton capacity Hydra capable of delivering 10 Ton material at third storey of each building with boom length of 10m (30 feet)
01
(iii) Six wheeler 10 Ton capacity Full size Lorries 04
(iv) 2.5 Ton Truck (TATA 407 or equivalent) 02
(v) Pickup Truck with 1 Ton capacity (TATA 207 or equivalent) 02
(vi) 5 Ton capacity Forklift to deliver 5 Ton material at a height of 10 m 01
(vii) 10 Ton capacity Winch 01
(viii) 10 Ton capacity Chain Pulley block 01
(ix) 1 Ton capacity Chain Pulley block 01
(A Consortium may be formed to pool in abovementioned resources with overall responsibility of
the Vendor)
Terms & Conditions.
5. The following Terms and Conditions will apply :
(a) The Firms/Agencies shall have a registered office in Jodhpur.
(b) The submission of bid will not place the IIT Jodhpur under any obligation to place the order with
any Firm/Agency, and no expense incurred by the firm in this regard will be payable by the Institute.
(c) If any dispute arises between the Firm/Agency and its own manpower or manpower arranged by
it in the matter of wages or any service conditions, the same will be settled mutually by the
Firm/Agency and the persons engaged by it. IIT Jodhpur in no case shall be a party to such dispute.
Signature of the Tenderer with seal & date
Page 5 of 26
(d) Under normal circumstances, the rate shall be valid for a period of six months from the date of
issue of work order.
(e) Responsibility of taking necessary permission from the traffic police authority for shifting shall be
of the selected Firm/Agency.
(f) Responsibility for damage, theft or loss of goods during shifting or physical injury to any labour
in loading or unloading shall be of the Firm.
(g) The damage caused, if any, to property of the IIT Jodhpur, through negligence or otherwise
during packing, loading while on transit, unloading, unpacking and while taking to designated
rooms, shall be at the risk and responsibility of the Firm/Agency. The financial or any other loss
suffered by the IIT Jodhpur on this account shall be made good by the Firm/Agency.
(h) The successful bidder shall also submit a copy of Insurance coverage certificate of Institute assets
valuing Rs.70 Crore (Rupees Seventy Crore only) from Nationalized Insurance Company in favour
of IIT Jodhpur towards damage of costly and delicate items, like Laboratory machines and
Computers during shifting. The cost of insurance coverage shall be paid by the successful bidder.
(j) The successful bidder shall conclude the entire shifting work within 60 days from the date of
award of contract.
(k) In case of any dispute, the decision of IIT Jodhpur shall be final and binding on both parties.
(l) Acception/Rejection. IIT Jodhpur reserves the right to reject any or all quotations without
assigning any reasons thereof.
(m) Contract Labour Act: The Vendor shall pay his labours as per the Central Government Minimum
Wages Act 1948 and observe working hours and employment conditions according to the existing
rules under contract labor laws. Further, it shall be Vendor’s responsibility to ensure that accurate
and regular payments to his workers are made. The Vendor shall fully indemnify IIT Jodhpur from
any claim under Labour Act 1970. Labour license to be obtained from Central Labour Commissioner,
if applicable.
(n) The Company/ Agency should have Insurance for all the labours working with the firm. IIT
Jodhpur will not be responsible for any accidental injuries to labours employed by the agency during
execution of work. List of employees including their designation and qualifications be attached
(along with proof of necessary Insurance), if any.
(o) The moving Company/Agency will be held responsible for accidental damages to Institute
property during moving and handling. The Company will compensate the Institute for such
damages either through appropriate Insurance cover or otherwise. Appropriate Insurance charges
may be included in quoted consolidated rates.
Signature of the Tenderer with seal & date
Page 6 of 26
(p) Workmen’s Compensation Act. The Vendor shall fully indemnify IIT Jodhpur from any claim
made under the Workmen’s Compensation Act. All Vendors have to obtain Workmen
Compensation policy for the manpower engaged in shifting etc in the joint name of IIT Jodhpur and
the Vendor for the value as decided by the Institute which shall remain in force till work completion.
(q) Third Party Risk Insurance: The Vendor shall be responsible for all injuries/ damages to his
men, material and property etc which may arise from the work for negligence of himself and/or his
workers. The agency shall be responsible for all claims from third parties in the event of any
accident. Institute will not be liable for any specific or consequential damages of any kind
whatsoever. The firm shall fully indemnify IIT Jodhpur for such expenses which shall solely be born
by the Vendor. All Vendors have to obtain Third Party Insurance cover Policy in the joint name of
IIT Jodhpur and the Vendor for the value as directed, which shall remain in force till one month
beyond the completion of work.
(r) Comprehensive/Transit Insurance: The Vendor shall be responsible for all
Comprehensive/Transit Insurance as applicable for goods like Lab Equipment, Machines and
Material. Insurance cover policy in the joint name of IIT Jodhpur and the Vendor for the value as
directed, which shall remain in force.
(s) Fire Insurance: The Vendor shall be responsible for all Fire Insurance for goods like Lab
Equipment, Machines and Material. Fire Insurance cover Policy in the joint name of IIT Jodhpur and
the Vendor for the value as directed, which shall remain in force till completion of shifting work.
(t) Title of Insurance Policies: All the Insurance Policies shall be taken by Vendors in the joint
Name of Director, IIT Jodhpur. Premium of the Policies will be borne by the Vendor only. The
Vendor is required to submit all the Insurance Policies to IIT Jodhpur before commencement of work.
After getting Insurance Policies, the work commencement order shall be handed over to the Vendor.
(u) Interim Bills: Vendors may submit their Interim bills in triplicate based on 50% shifting work
carried out by the firm and Final Bill has to be submitted after completion of total work. As a yard
stick IITJ (MBM) shall constitute 50% of total shifting and both the hostels will be accounted for
balance 50%.
(v) Loss & Damages: The Vendor shall be responsible for and shall replace or make good at his own
expense any material lost, theft or damaged.
(w) Validity and Time Extension: Quoted amount/rates will be valid for a period of 03 months (120
days) from the stipulated last date of tender submission. The duration may be extended on same rate
and Terms & Conditions if required. The overall offer for the assignment and tenderer(s) quoted
price shall remain unchanged during the period of validity. In case the tenderer(s) withdraws his
offer during the validity period, the Earnest Money Deposited by him shall be forfeited without
assigning any reason thereof. The tenderer(s) should be ready to extend the validity, if required. If
the work is likely to be delayed than the scheduled time limit, the Vendor shall in advance seek the
Signature of the Tenderer with seal & date
Page 7 of 26
extension in time limit before expiry with all supporting valid documents for consideration by
Competent Authority and decision of the Director, IIT Jodhpur, shall be final and it shall be binding
on both the parties.
(x) Final Bills Submission: Final bill of the work will be submitted within 30 days of completion of
work, failing which IIT Jodhpur shall finalize the bill, which shall be binding on the Vendor.
(y) Co-ordination: The work is to be carried out in co-ordination with other Agencies, Occupants,
Faculty members & Staff members with least disturbances and least inconvenience. The Vendor
should observe that his work shall not cause any nuisance to the public in general and to the
neighboring occupants in particular. His employees be well behaved, soft spoken and efficient in
execution of work.
(z) All pages of Tender documents are to be signed by the Vendors as a proof of acceptance. Any
over writing or use of white ink be avoided by the Vendor. IIT Jodhpur reserves the right to reject the
incomplete tenders.
(aa) Site Visit: The interested bidders are advised to visit all the four premises during the Office
hours, i.e., 10:00 to 17:00 hours on working days to assess the quantum of actual work to be carried
out by them.
(ab) Multiple Bids: Multiple bids by the single bidder or its allied firms will be summarily
rejected.
(ac) Serviceable Equipment/Implement: The equipment/ implements used by the agency should be
in excellent working condition and should have valid license wherever applicable. Items used for
shifting should have insurance coverage required. All vehicles provided by the agency should be
insured. In case of violation in insurance documents, IIT Jodhpur will have the rights to make a full
claim from the agency/contractor. The vehicles provided should conform to the prevalent Motor
Vehicle Inspection Standards of the nation.
Technical Bids.
6. Following essential documents shall be attached as part of Technical Bids in Envelope ‘X’ :-
(a) Registered Packers & Movers. Vendors with valid registration and license under relevant
statutes like: ESI & EPF and having an experience for providing Shifting Services in Government /
Private Institutions to participate. The following documents be attached :-
(i) Self-attested copy of Service Tax Registration Certificate.
(ii) Self-attested copies of PAN of Firm/Agency.
(iii) Bank details of the Agency – Account Number, Name of the Bank/Branch with IFSC Code.
At-least one latest satisfactory work completion certificate must be enclosed with the technical
bids.
(b) Annual Turnover As per Para 4 (d).
Signature of the Tenderer with seal & date
Page 8 of 26
(c) Security Deposit Interest free and refundable Security Deposit in the form of FDR or Bank
Guarantee of Rs 1,75,000/- (Rupees One Lakh Seventy Five Thousand only) shall be deposited by the
Vendor within 30 days of issue of Work Order. This shall have validity two months beyond the date
of work completion.
(d) Debarring/Blacklisting. Tenderer should not have been debarred or blacklisted by any Central /
State Governments Departments. An affidavit to that effect on Non-Judicial Stamp Paper of Rs 100/-
duly Notarized shall be enclosed with the technical bids. The format of Affidavit is attached with
Tender as Appendix C.
(e) Ownership of Vehicles. Tenderer should have the capability to provide 100 x trained
labours/packers and 10 or more trucks 10/20 Tonners. All vehicles should be on the name of Agency
/ proprietor or consortium be formed. The copy of Vehicle Registration Certificate (RC), Insurance
Certificate etc must be enclosed with technical bids. For details refer Appendix A.
(f) Earnest Money Deposits The tenderer shall be required to submit the interest freerefundable
Earnest Money Deposit (EMD) for an amount of Rs 75,000/- (Rupees Seventy five thousand only)
and a non-refundable Tender Fee for an amount of Rs 1000/- (Rupees One thousand only) by
demand drafts drawn in favour of “Director, IIT Jodhpur” payable at Jodhpur. The demand drafts
for Earnest Money Deposit & Tender Fee must be enclosed in the Envelope X containing the
Technical Bids.
(g) EMD of the tenderer, whose tender has been accepted, will be returned on submission of
performance security. EMD of successful tenderer shall be forfeited, if he/she refuses or neglects to
execute the contract or fails to furnish the required performance security within the time frame as
specified by the Institute.
(h) Refund of EMD After award of contract to the successful tenderer, the EMD of all other tenderers will be refunded.
Financial Bids.
7. Rates quoted as financial bids shall be as under :-
Cost of shifting all stores, equipment, machineries/material from all three locations to Permanent
Campus (Karwad) including removal, packing, transportation, unloading, unpacking, re-
assembling/re-fitting and functional testing. (This includes costs related to Transport, Packing
material, Loading/Lashing, cost of Cranes, Fork Lifts and Insurance).
Note. L 1 shall be worked out based on this amount.
Signature of the Tenderer with seal & date
Page 9 of 26
Specific Clarifications.
8A. Following structures are included in the Scope of work of the Vendor organizing shifting :-
(a) Aluminum partition chambers and work stations
(b) Sun blinds (Curtains) on windows/classrooms .
(c) Classroom Projectors, Boards, Screens.
(d) Work stations and Computers.
(e) In case of critical machines/equipment, only supervision during dismantling, re-assembling and
functional testing shall be provided by the Original Supplier. Rest of the activities of shifting shall be
under taken by the Vendor organizing shifting.
8B. Following structures are excluded from Scope of work of firm organizing shifting :-
(a) Porta Cabins, Parking shades, Generator Bays, Motor Development shades and Workshop
Extension.
(b) Play field equipment, including Poles and all accessories.
(c) Shifting of high mast focus/flood lights, including Security Lights.
(d) Plastic Overhead Water Tanks co-located adjoining Porta Cabins.
(e) Iron railing in Academic Block II and SS grills at Porta Cabins I and II in Academic Campus
and at GPRA.
(f) Solar Photovoltaic Plates, Solar Geysers, ACs and their accessories.
Movement Schedule.
9. (a) Movement schedule as per Appendix ‘D’ attached shall be followed. Details of specialized/
Critical equipment requiring original Suppliers’ supervision are attached as Appendix ‘E’.
(b) Route: Tenderer is required to recce the routes, obtain permission of concerned traffic authority,
with reference to movement timings and smoothly execute the shifting work.
Safety Precautions.
10. Following safety precautions will be taken :-
(a) No damage/breakage be caused to any item during the entire process as specified in para 2
above.
(b) No injury/damage be caused to any human being during the process.
(c) All persons involved in the shifting process are
(i) advised to be extra careful regarding any snake/scorpion bite or similar cases while executing
the work,
(ii) adhere to all precautionary measures to avoid any damage to doors, rooms, buildings, etc, and
(iii) Take adequate and appropriate precautionary measures for transportation of chemical and any
other hazardous material.
(d) In cases where there is an essential requirement to make available suppliers’ technical expert,
Signature of the Tenderer with seal & date
Page 10 of 26
maximum help and supervision/guidance shall be taken from the equipment originator/supplier.
Preparation of Envelopes
11. Technical and Financial Bids will be enclosed and superscribed on Envelope ___ “Shifting work at IIT
Jodhpur” as under :-
(a) Envelope X Technical Bids
(b) Envelope Y Financial Bids
(c) Envelope Z Envelope X and Y both superscribed appropriately and mentioning the
“Shifting Work at IIT Jodhpur”.
Shifting of Critical Lab Equipment.
12. Assistance of experts/ Firms who have installed the equipment shall be sought under respective
faculty’s co-ordination. List of such critical equipment is attached as Appendix ‘E’.
Summary of Appendices
13. Following Appendices are attached :-
(a) Appendix ‘A’ Technical Bids.
(b) Appendix ‘B’ Financial Bids.
(c) Appendix ‘C’ Affidavit regarding Non blacklisting/debarring for participation.
(d) Appendix ‘D’ Movement Schedule.
(e) Appendix ‘E’ Letter of Authorization for attending Tender deposit/opening Meetings.
(f) Appendix ‘F’ Critical Equipment/stores requiring original supplier‘s experts for shifting.
The list is illustrative and not exhaustive.
Dispute Resolution.
14. In case of any dispute, decision of Director, IIT Jodhpur shall be final, conclusive and binding on the
Vendor.
Arbitration:
15. (a) In case of any dispute or difference further arising out of or in connection with the tender
conditions, work order and contract, the Institute and the Contractor will address the
dispute/difference for a mutual resolution failing which, the matter shall be referred for arbitration
to a sole Arbitrator to be appointed by the Institute.
(b) The Arbitration shall be held in accordance with the provisions of the Arbitration and
Conciliation Act 1996 and the venue of arbitration shall be Jodhpur. The decision of the Arbitrator
shall be final and binding on both the parties.
Jurisdiction.
16. The courts at Jodhpur alone will have the jurisdiction to try any matter, dispute or reference between
parties arising out of this tender/contract. It is specifically agreed that no court outside and other than
Jodhpur court shall have jurisdiction in the matter.
Appendix A
Signature of the Tenderer with seal & date
Page 11 of 26
TENDER FOR SHIFTING OF STORES AND EQUIPMENT /MATERIAL FROM TEMPORARY CAMPUS IIT JODHPUR
TO PERMANENT CAMPUS AT KARWAD (NH-65)
Technical Bids
Ser No
Description of Documents Particulars Enclosed Enclosed at Page No
Remarks
Yes No
(a) (b) (c) (d) (e) (f) (g)
(a) Name of the Bidder
-
(b) Address of the Bidder
-
(c) Contact Details of Bidder
-
(i) Tele No
-
(ii) E-mail
-
(iii) Website
-
(d) Name of Proprietor/ Partners/Director of the firm/ Agency and address
- Separate sheet may be used.
(e) Bidders Bank details -
(i) Name of Bank & Brach
-
(ii) Account No -
(iii) IFSC Code -
(f) Details of Regn of
(i) Service Tax (ST) Regn Certificate
(ii) PAN
(iii) TIN (If applicable)
(iv) EPF Regn Certificate
(v) ESI Regn Certificate
(g) Copies of ITR of last three financial years (FY) out of 2013-14, 2014-15, 2015-16 & 2016-17
Signature of the Tenderer with seal & date
Page 12 of 26
(a) (b) (c) (d) (e) (f) (g)
(j) Financial Statement showing Average Turnover (not less than Rs 20 Lacs) of last three Financial Years 2014-15, 2015-16& 2016-17 duly audited by CA
(k) Last two years experience certificate from Govt Dept/PSUs/ Academic Institutions
(l) Declaration with reference to Blacklisting or otherwise, as per Appendix C
(m) List of equipment as per Para 4 (i) with copies of vehicle RC
(n) Copy of Tender Documents with all pages duly signed , read and conditions accepted.
(o) Authorization of Representative for attending Bid Opening Meeting (As per Appendix F)
(p) Copies of Award/Merit certificate received from various agencies.
(q) Financial Deposits
(i) EMD Draft of Rs 75000/-
(ii) Tender Fee Draft for Rs 1000/-
(r) No litigation/Arbitration cases since last five years
(s) Third party insurance in joint name of the firm and IIT Jodhpur
To
be
sub
mit
ted
by
L-1
fir
m
wit
h
in
on
e w
eek
fr
om
Aw
ard
o
f w
ork
o
rder
an
d
bef
ore
co
mm
ence
men
t o
f
shif
tin
g
(t) Workmen Compensation policy for Manpower engaged in shifting
(h) Fire Insurance policy in joint name of firm and IIT Jodhpur (Insurance Coverage certificate of Institute Assets)
Signature of the Tenderer with seal & date
Page 13 of 26
Appendix B
TENDER FOR SHIFTING OF STORES AND EQUIPMENT /MATERIAL FROM TEMPORARY CAMPUS IIT JODHPUR
TO PERMANENT CAMPUS AT KARWAD (NH-65)
Financial Bid Name of the Firm & Address ______________________________________________________________
Ser No
Cost of shifting Total Cost Rs
1
Cost of shifting all stores, equipment, machineries /material from all three locations to Permanent Campus (Karwad) including removal, packing, loading, transportation, unloading, unpacking, re-assembling /re-fitting and functional testing. (This includes Workers, Transport, Packing material, Loading/Lashing, cost of Cranes, Fork Lifts, Insurance and all applicable taxes etc).
Notes :- (a) Amount quoted is inclusive of all applicable Taxes. (b) We have gone through the Terms & Conditions stipulated in the tender document and confirm to accept and abide by the same. (c) No other charges would be payable by Institute. (d) Breakdown of total cost quoted in Appendix B, is shown in Annexure I as per the format below. Total cost in last column of Appendix B and Annexure I must tally. (e) Hostel furniture does not require packing. (f) L-1 shall be worked out based on total of all rates. (g) Highly sensitive Lab equipment would require Shock & Jerk proof Transportation and specialized packing.
Signature of the Tenderer with seal & date
Page 14 of 26
Annexure I to Appendix B
BREAK DOWN OF TOTAL COST FOR SHIFTING
Ser No Cost of dismantling
Cost of Packing
Total Number of Truck loads
Cost of Loading
Cost of Transpo-rtation
Cost of Unloading
Cost of Unpacking
Cost of reinstallation
Cost of functional Testing
Cost per Trip all inclusive
(a) (b) (c) (d) (e) (f) (g) (h) (j) (k) (l)
Total cost (Rs)
Insurance Cost Manpower Cost (Labour, Supervisor, Electrician, Carpenter etc
Packing Material Cost
Taxes Total Cost
(m) (n) (o) (p) (q)
Total Cost (Rs)
Signature of the Tenderer with seal & date
Page 15 of 26
Appendix C
TENDER FOR SHIFTING OF STORES AND EQUIPMENT /MATERIAL FROM TEMPORARY CAMPUS IIT JODHPUR
TO PERMANENT CAMPUS AT KARWAD (NH-65)
Declaration Regarding Blacklisting / Debarring For Taking Part in Tender. (To be executed & attested by Public Notary / Executive Magistrate on Rs.100/- non judicial Stamp paper by the Tenderer)
1. I / We ________________________ (Tenderer) hereby declare that the firm / agency namely M/s.__________________________________________________ has not been blacklisted or debarred in the past by Union / State Government or organization from taking part in Government tenders in India.
(Or) 2. I / We ________________________ (Tenderer) hereby declare that the Firm / agency namely M/s.__________________________________________________________________was blacklisted or debarred by Union / State Government or any Organization from taking part in Government tenders for a period of ____________________ years wef __________ to _____________. The period is over on ________________and now the firm/company is entitled to take part in Government tenders. 3. In case the above information found false I/We are fully aware that the tender / contract will be rejected / cancelled by Director, IIT Jodhpur and EMD / performance security shall be forfeited. 4. In addition to the above, Director, IIT Jodhpur, will not be responsible to pay the bills for any completed / partially completed work.
DEPONENT Attested: (Public Notary / Executive Magistrate)
Name_____________________ Address
Signature of the Tenderer with seal & date
Page 16 of 26
Appendix D
TENDER FOR SHIFTING OF STORES AND EQUIPMENT /MATERIAL FROM TEMPORARY CAMPUS IIT JODHPUR
TO PERMANENT CAMPUS AT KARWAD (NH-65)
MOVEMENT SCHEDULE
The movement schedule for shifting will be as under :-
Ser No Particulars Target date of Shifting Remarks
1. Administrative Offices 10 Jun 2017
2. Hostels (BSNL and GPRA) 20 Jun 2017 No packing involved.
3. Faculty Offices & Classrooms 30 Jun 2017
4. Basic Lab (UG Labs) 20 Jun 2017
5. PG/Ph D Labs 20 Jun 2017
Signature of the Tenderer with seal & date
Page 17 of 26
Appendix E
TENDER FOR SHIFTING OF STORES AND EQUIPMENT /MATERIAL FROM TEMPORARY CAMPUS IIT JODHPUR
TO PERMANENT CAMPUS AT KARWAD (NH-65)
Letter of Authorization for attending the Bid opening
Sub. Authorization for attending the technical bid opening on and financial bid on of the tender for provisioning of Transportation Services (Buses) 1. Following person is hereby authorized to attend the bid opening for the tender mentioned above on behalf of M/s. (name of the Bidder) Name Specimen Signature Adhar Card No __________________________ Voter ID No ________________________ Signature of the Bidder Or Officer authorized to sign the bid documents on behalf of the Bidder Note : Permission will be denied incase the photocopy of the duly filled in form (Appendix G) and Tender documents are not brought at the time of opening.
Signature of the Tenderer with seal & date
Page 18 of 26
Appendix F
CRITICAL INSTRUMENTS/EQUIPMENTS TO BE SHIFTED FROM TRANSIT CAMPUS TO NEW CAMPUS (CHEMISTRY LAB)
Ser
No
Equipment
ID No, if
any
Equipment Description Whether Vendors required to be
called, if so, Contact details
Dimension/
Weight
(Approx.)
Location
(a) (b) (c) (d) (e) (f)
1 P-XRD Powder X ray diffractometer
(Wener finley Chiller is attached for cooling
purpose)
Bruker AXN Analytical instruments pvt ltd. New delhi-110019 Tel:+91 1146518588 [email protected]
2.1mX1.8mX1.5m/
1195kgs
1006
2 SC-XRD Single cyrstal differatometer
(Julabo chiller is attached for cooling)
Bruker AXN Analytical instruments pvt ltd. New delhi-110019 Tel:+91 1146518588 [email protected]
2.1mX1.8mX1.5m/
700 kgs
1006
3 HPLC High performance liquid chromatography
Waters, CS-08,7th floor ,Lobe-2, Tower-A,The corenthum, plot No A-4, sector -62 Noida-201301(UP) Tel: 910704028500 [email protected]
1m x 0.6m x 0.6m/75 kgs
1003 C
4 G.C._younglin
Gas chrmomatograph YL-6500
(Ar,N2,H2 gas cylinder are attached)
P.G. tech Pvt ltd. Head office , statellite opp. Best prise , Near Tl.2 INDORE-452016,Tel: 0731-654642-22 [email protected]
1m x 1m x 1m/250 kgs
1003 C
5 SM Solar Simulator Sinsil international pvt ltd. 409,4th floor ,SRS towder, Mathura road, Nr Metro station, Faridabad-129003 Tel; 0129-2980346 [email protected]
1.5m x 0.6m x 1m/250 kgs
1003 C
6 ECWS Elecrochemical work station_CH instruments
Sinsil international pvt ltd. 409,4th floor ,SRS towder, Mathura road, Nr Metro station, Faridabad-129003 Tel; 0129-2980346 sinsilmumbai@gmail
0.6m x 0.3m x 0.3m/1.5 kgs
1003 C
7 Uv-S UV-Visible Spectrometer_Varian_car
ry 4000
Agilent Technologies India Pvt Ltd,Unit Nos.105-116,First floor,Splendor Forum,Plot No.-3,District center, Jasola New Delhi-110025 [email protected]
1m x 1m x 1m/550 kgs
1010
Signature of the Tenderer with seal & date
Page 19 of 26
(a) (b) (c) (d) (e) (f)
8 FTIR Fourier Transform infra red
spectromter_Vorterx_70v
Bruker OptikGmbH 219,E Wing Deck Plaza, center MIDC road, Andheri (E),Mumbai-400093,Tel:022-61128800 to 8, [email protected]
2m x 1.5m x 1m/550 kgs
1010
9 GB Glow Box MBRAUN inertgas system Gmbh,Dieselstr 31,D-85748 Garching,Germany or 1-2-45/1, street N0.2, Kakateeya nagr colony, Hadsiguda, Hydrabad-500007,Tel: 271721154/5088, [email protected]
2.5m x 2m x 2m/1500 kgs
1101
10 SEM_EDS Scaning electron microscope Carl zeiss india (banglore) pvt ltd,plot No.3, Jigani link road,Bommasandra industrial area,bnglore-560099,india, Tel:+91 8043438000 or 4
th level block-D, NDM-II
Building netaji subhash place pitapura new delhi-110034 [email protected]
2m x 2m x 1.5m/1800 kgs
1101
11 AFM Atomic Force Microscope Forevision instrumentation (Indi a) pvt.ltd. H.No. I-90/12,2
nd floor,opp CCMB, Adj. lane to
suprabath hotel, Hadsiguda X road, Hydrabad-500007,india,Tel: +91 (40) 40123686 [email protected]
1.25m x 1.25m x 1m/ 250kgs
1010
12 STA-6000 Simultaeous thermal analyser (inter cooler chiller is
attached)
PerkinElmer (India)Pvt Ltd. G.Corp Tech Park, 8 th Floor, (5 th Floor after 3 level of podium),Ghidbunderoad,, kasarvadavali,Thane (West)-400607.India, Tel:+91-22-33261800 [email protected]
0.5m x 0.5m x 0.5m/ 250kgs
1010
13 LS-55-FLR Fluorescence spectrometer PerkinElmer (India)Pvt Ltd. G.Corp Tech Park, 8 th Floor, (5 th Floor after 3 level of podium),Ghidbunderoad,, kasarvadavali,Thane (West)-400607.India, Tel:+91-22-33261800 [email protected]
1m x 0.5m x 0.5m/ 500kgs
1010
14 NMR spectrometer
Nuclear Magnet Resonance spectrometer_500 MHZ
Bruker india scientific pvt ltd.,522 11th
cross,rajamahal villas extn, banglore-560080,india or A-309,ansal chamber-, Bhikaji cama place, New delhi-110066,tel:011-46538971 [email protected]
3.6m x 2m x 2m/ 2070 kgs
1009
15 RE Rotary Evaporators_IIKA (Two julabo chiller are
connected)
Thermo Fisher scientific India pvt. Ltd. A-34 Ground Floor Sector-2 Noida UP-201301
2.5 m x 1.5m x 0.3m/400 kgs
1003
17 HP High pressure reactor_ Berghof
(H2, N2 and Zero Air gas cylinder are connected)
Siskin instruments co. (p) ltd., 5/5, II cross, msrec road, mathikere extn.post box no.5421, Banglore-560054, Tel: +91 8023602908, [email protected]
1.5m x 1.5m x 1.5 m/150 kgs
1003
Signature of the Tenderer with seal & date
Page 20 of 26
(a) (b) (c) (d) (e) (f)
18 BET Surface area analyzer_autosorb
Quantachrome instruments, 1900 corporate drive, Boynon beach,FL, 33426,USA
1.25m x 1.25m x 1 m/300 kgs
1003 C
19 ST4OR Sorvall Centrifuge ST4OR Sorvall
Thermo Fisher Scientific India Private Limited 403/404, B Wing Delphi,
Hiranandani Business Park, Powai, Mumbai-400 076 Maharashtra Phone: 09654295678 eMail: [email protected]
0.6 m x 0.6m x 0.3m/400 kgs
1003
20 ST4O Sorvall
Centrifuge ST4OR Sorvall
Thermo Fisher Scientific India Private Limited 403/404, B Wing Delphi, Hiranandani Business Park, Powai, Mumbai-400 076 Maharashtra Phone: 09654295678 eMail: [email protected]
0.6 m x 0.6m x 0.3m/400 kgs
1003C
21 REVCO_T_2C to 8C
Refrigerator_Revco_Temp-2C to 8C)
Thermo Fisher Scientific India Private Limited 403/404, B Wing Delphi, Hiranandani Business Park, Powai, Mumbai-400 076 Maharashtra Phone: 09654295678 eMail: [email protected]
2.5 m x 1.5m x 0.3m/400 kgs
1003
22 REVCO_T_-20C Refrigerator_Revco_Temp-20) Thermo Fisher Scientific India Private Limited 403/404, B Wing Delphi, Hiranandani Business Park, Powai, Mumbai-400 076 Maharashtra Phone: 09654295678 eMail: [email protected]
2.5 m x 1.5m x 0.3m/400 kgs
1003C
Signature of the Tenderer with seal & date
Page 21 of 26
LIST OF CRITICAL EQUIPMENT REQUIRED TO BE SHIFTED TO PERMANENT CAMPUS THROUGH ORIGINAL SUPPLIER ONLY (PHYSICS LAB)
Serial
No
Equipment ID
No, if any
Equipment Description Whether Vendors required to be called, if so,
Contact details
Dimension/ Weight
(Approx.)
Location (Room
No)
(a) (b) (c) (d) (e) (f)
1 PPMS PPMS Quantum Design India Pvt. Ltd. 406, Manratna Business Park, Tilak Road, Derasar Lane End Ghatkopar East, Mumbai, Maharashtra - 400077 Tel. No.022-25012240 Fax 022-25012247 web.www.qd-india.com
5m x 5m x 10ft 1102
2 MPMS MPMS Quantum Design India Pvt. Ltd. 406, Manratna Business Park, Tilak Road, Derasar Lane End Ghatkopar East, Mumbai, Maharashtra - 400077 Tel. No.022-25012240 Fax 022-25012247 web.www.qd-india.com
5m x 5m x 10ft 1102
3 Raman Raman LABINDIA Address:
Plot Number 372, Udyog Vihar Phase II Gurgaon - 1220016, Haryana
Telephone:
0124-2843300/2843000/ 4793300/4793000
Fax: 0124-2843399
Toll Free: 1-800-1026722
Email: [email protected]
Website: www.labindiahealthcare.com
5m x 5m x 10ft 1102
4 Sputtering Thin film Deposition Hind High Vacuum Company Private Limited Site No. 17, Phase 1, Peenya Industrial Area Bangalore- 560 058 India. http://www.hhv.in/ Tel: 91 80 41931000 Fax: 91 80 2839 4874. E-mail: [email protected]
8m x 8m x 10ft 1006
5 Furnaces CVD Furnaces M/s Metrex Scientific Instruments Pvt.Ltd SALES & CORRES. OFFICE : WH-20, Mayapuri Industrial Area, Phase-1, New Delhi-110 064 Tel. : 91-11-28115271Fax : 91-11-28115271 Web : www.metrexinstruments.com E:mail : [email protected] [email protected]
5m x 5m x 10ft 1006A
Signature of the Tenderer with seal & date
Page 22 of 26
(a) (b) (c) (d) (e) (f)
6 Small Furnaces Box & Tubular KAN-THT (India) Pvt. Ltd. 808, Eighth Floor, Tower-I, Pearls Omaxe, NetaJi Subhash Place PitamPura, Delhi-110034, India. Tel. +91-11-27357495
+91-11-47010775 +91-11-47010776 +91-9560655656 +91-7838515146
Fax +91-11-47010779
[email protected] [email protected]
5m x 5m x 10ft 1006A
7 Electrochemical Work Station
- Metrohm India Limited # DSM 723 & 724 DLF Towers Block IV, 15 Shivaji Marg New Delhi - 110015 Phone : 011 46807676 Fax : 011 46807685 email –[email protected] http://www.metrohm.com
5m x 5m x 10ft 1101
8 130614 Low Temperature Scanning Tunneling Microscope (LT-
STM)
MACK INTERNATIONAL Address : 5/1A, Grants Building, Arthur Bunder Road, Colaba, Mumbai 400 005 INDIA. Tel. no. : +91 22 22855261 / 22834962 Fax no. : +91 22 22852326 E-mail : [email protected] : www.mack.in
1) 155x180x238cm 2) 144x80x82cm 3) 61x81x192cm 4) Accessories
5008
9 Langmuir Blodgett (LB) film Deposition System
Apex Instruments Co. Pvt. Ltd.
Address : 82C Ibrahimpur Road, Jadavpur
Kolkata - 700032, West Bengal
IndiaContact Numbers : +91-33-24130364
/ +91-33-24294401 Fax Number : +91-33-
40654054
email : [email protected] (Sales
Department)
[email protected] (Service
Department)
web : www.apexicindia.com
1) 111x66x76cm 2) 40x30x20cm 3) 44x34x31cm 4) Accessories
5008
10 EN60947-4-1 Fume Hood Tomar Scientific Corporation
Jodhpur Office “Bhati Bhawan” Opp :
Poilce Line, Ratanada Road,
JODHPUR – 342 011 (Raj.) Ph No. 0291-
6550655 Cell No. +91-98285-87890
: [email protected] /info@tomarscie
ntific.com
Web : www.tomarscientific.com
(1)100x70x230cm
(2)Pipe fitting
(3)Exhaust motor mounted near ceiling approx. (100x80x60cm)
5008
Signature of the Tenderer with seal & date
Page 23 of 26
(a) (b) (c) (d) (e) (f)
11 41523274 Water purifier Tomar Scientific Corporation Jodhpur Office “Bhati Bhawan” Opp :
Poilce Line, Ratanada Road,
JODHPUR – 342 011 (Raj.) Ph No. 0291-
6550655 Cell No. +91-98285-87890
: [email protected] /info@tomarscie
ntific.com
Web : www.tomarscientific.com
(1) 30x40x55cm
(2) 40x20x45cm
(3) Accessories
5008
12 517980 -80degree Deep Fridge York Scientific Industries Private Limited Address: 8/6-e, Site-IV, Industrial Area, Sahibabad, Sahibabad Industrial Area, Sahibabad Industrial Area, Ghaziabad, Uttar Pradesh 201010 Phone: 098100 83057 Tel.0704741800 Fax 0704741811 web -www.yorco.co.in [email protected]
(1) 82x108x200cm
(2) 35x50x28cm
5008
LIST OF CRITICAL EQUIPMENT REQUIRED TO BE SHIFTED TO PERMANENT CAMPUS THROUGH ORIGINAL SUPPLIER ONLY (BIOLOGY LAB)
Serial No
Equipment ID No, if any
Equipment Description Whether Vendors required to be called, if so, Contact details
Dimension/ Weight (Approx.)
Location (Room No)
(a) (b) (c) (d) (e) (f)
1 KKK_1 Akta Purifier With PC, Printer,4
O C cabinet Q-01
Mita Gupta Mobile: +91 9873352562 [email protected]
450 x 470 x 610 mm, weight~ 40kg,
4OC Cabinet-7x5feet. weight~ 150 kg
Near 4005
(Porta Cabin)
2 KKK_2 UV-VIS spectrophotometer With PC,Printer,Q-01
Sehul malek Mobile: 09377796565 [email protected]
450 x 490 x 270 mm, weight~ 80kg
4005
3 KKK_7 Laboratory Module, Q-01
K C Taparia Mobile: 8947928133 [email protected],
NA 4005
4 KKK_13 Isothermal Titration Calorimetry With PC, Printer,UPS,Q-01
N.P.Singh Mobile: 9871402402 [email protected]
D53xW35x H28 cm , weight~ 70 kg
4005
5 Amit_5 Centrifuges (Avanti J-30I), Q-02
Mr. Vikrant Mobile: +91-9810998401 [email protected]
86x71x86 cm, weight~ 310 kg
1112
6 Amit_6 Centrifuges (Allegra X- 12 R) Q-02
76.2x62.2x34.3 cm, weight~ 70 kg
1112
7 Amit_10 Fluorescence microscope with work station, Q-01
Mr. Anurag Kumar [email protected] Mobile: +91-9729255911
60 x35 x50cm weight~ 70 kg
1112
8 Amit_14 Real time PCR machine, Q-01
Navin Dangwal [email protected] Mobile: +91-9873341048
29.2x58.4x38.7 cm, weight~ 20 kg
1112
Signature of the Tenderer with seal & date
Page 24 of 26
(a) (b) (c) (d) (e) (f)
9 Amit_32 Benchtop orbital Shakers, Q-01
Prabhjeet Singh [email protected]
Mobile: +91-9654295678
80 x 55 x 55 cm, weight~ 70 kg
1112
10 Amit_38 Flow cytometer with entire work station, Q-01
Harjinder Singh [email protected] Mobile: +91-9999012886 Mr. Abhishek Mobile: +91-9742177714
71 x 71 x 122 cm, 66 x 66 x 81 cm,
weight~182 kg + 82 kg + 40 kg
1112
11 Amit_44 Freezer a) -80
oC Q-2
b) -30oC Q-2
Prabhjeet Singh [email protected]
Mobile: +91-9654295678
1975 x 1210 x 920 mm, weight~ 150 kg (each)
1112
12 Amit_63 Laboratory module, Q-01
Sanjay Gavali Mobile: 9825354290 +91 - 265 - 2643351 [email protected]
NA 1112
13 MC_1 Thermal cycler, Q-01
SP Biotech Jaipur Mobile: 9828433322
45×30×25cm, weight~50kg
1108
14 MC_2 Laminar air flow, Q-01 4 × 2.5 × 8 Feet, weight ~125 kg
1108
15 MC_3 BOD Incubator shaker, Q-01
90×90×150cm, weight~200kg
1108
16 MC_7 Anaerobic chamber, Q-01
Prashant mistry Ph: 02232086999 [email protected]
4 ×3 ×3 feet, weight ~180 kg
1108
17 MC_8 Multivessel fermenter with chiller, Q-01
Labmate Asia Pvt Ltd, Somesh yadav-01123522207, [email protected]
3 modules , 35 cm ×50 cm× 85 cm; weight ~300 kg Chiller:1 × 1 × 2 feet, weight~70 kg.
1108
18 MC_9 Circular dichroism spectrometer with accessories, Q-01
Sunil Mobile: 09824096884, [email protected]
200×60×50cm, weight ~ 200kg
1108
19 MC_11 Ultra low temperature freezer, Q-01
Eppndorf India Phone no.- 011-4132-5074 [email protected]
80 × 85.2 × 193.0 cm, weight~ 235 kg
1108
20 MC_12 Freeze dryer unit with motor, Q-01
Delvec Pump Pvt Ltd. 044 – 24781641 [email protected]
100×80×70cm, weight~ 200kg
1108
21 MC_13 Algal growth chamber, Q-01
Bioline Jaipur Mobile: 9828433322
100x80x240cm, weight~ 200kg
1108
22 MC_14 Analytical balance with UPS,Q-01
Sujata Enterprises Jaipur Mobile: 9166145000
35X25X35cm, weight~ 50kg
1108
23 MC_35 Photo-Bioreactor with chiller,Q-01
Spectrochem Pvt. Ltd. Mobile: 09490806370, [email protected]
Chiller- 110X80X70cm, weight~ 100 kg, Controller- 30X25X50cm Reactor-30 cm dia,(20 kg)
1108
24 MC_46 Online UPS 2KVA-01 3KVA-01
RS Power, Mobile: 9414047079
30 × 15× 30 cm, weight~ 70 kg With Batteries
1108
25 MC_28 Working bench & wall fix cupboard, Q-01
Vidya A One Universal Emporium +(91)-291-2511782, 2635760, Archana Enterprises Jodhpur
NA 1108
26 SJ_04 NanoDrop Spectrophotometer with PC, (Q-1)
Prabhjeet Singh Thermo Fisher Scientific India Pvt. Ltd. Mobile: +91 9654295678 [email protected]
23x15x15, weight~ 3.0 Kg
4004 (Porta Cabin)
Signature of the Tenderer with seal & date
Page 25 of 26
(a) (b) (c) (d) (e) (f)
28 SJ_07 Gel Doc Imaging System, (Q-1)
IndiTech GeneSys [email protected] 011-41761755
40cm x 55cm x 36cm , weight: ~20 kg
4003 (Porta Cabin-I)
29 SJ_09 -20 Deep Freezer, (Q-1)
Biogene 011-657202899 Jitendra Solanki: 9718676377
10 ft x 2ft X3ft, weight: ~ 45 kg
5008 (Porta Cabin-I)
30 SJ_08 CO2 Incubator, (Q-1)
Eppendorf India Limited Rajnikant 011-4132-5074 [email protected]
54 x 45 x 70 cm , weight~ 90 kg
4003 (Porta Cabin)
31 SJ_12 Incubator with Shaker. (Q-1)
62 x 76 x 84 cm, weight~ 100 kg
4003 (Porta Cabin)
32 SJ_14 Real Time PCR. (Q-1)
Ms. Shruti Kalra Thermo Fisher Scientific Invitrogen Bioservices India Pvt Ltd. Phone: 01246722834 [email protected]
36 x 52x 46 cm, weight~ 25kg
4003 (Porta Cabin)
33 SJ_20 Multimode Micro plate reader with washer, (Q-1)
MEDISPEC (I) LTD MD. Jabir Hussain +91-9312698212 +91-7718810036 / 37 [email protected] [email protected]
35 cm x 35cm, weight ~10 kg
4003 (Porta Cabin)
34 SJ_25 Bio Safety Cabinet, (Q-1)
Prabhjeet Singh Thermo Fisher Scientific India Pvt. Ltd. Mobile: +91 9654295678 [email protected]
90 x 140 x 160 cm, weight~60kg
4003 (Porta Cabin)
35 SJ_26 Lab Module with Granite top,(Q-1)
Lab Guard India Pvt. Itd. 011-42141614 [email protected]
NA 4004 (Porta Cabin)
LIST OF CRITICAL EQUIPMENT REQUIRED TO BE SHIFTED TO PERMANENT CAMPUS
THROUGH ORIGINAL SUPPLIER ONLY (MECH WORKSHOP)
Serial
No
Equipment ID
No, if any
Equipment Description Whether Vendors required to be called, if so,
Contact details
Dimension/ Weight
(Approx.)
Location (Room
No)
(a) (b) (c) (d) (e) (f)
1. Emco concept mill 250
CNC Machines
Venture Enterprises 320 A, Sant Nagar
New Delhi - 110 065 Tel: + 91 11 2623 9887,2644 3010 ,4051 8383
Fax: + 91 11 2623 9887,2644 3010 Mobile :+91 9811778513
email : [email protected] Web : www.emco-world.com
11.5’x10’/2000 kg 3x400 three single
phase 01 point
1005
2. Emco concept mill1 105
10’x10’/1000 kg 220 V single phase
02 point
1005
3. Emco concept turn 105
10x10’/1000 kg 220 V single phase
02 point
1005
Signature of the Tenderer with seal & date
Page 26 of 26
(a) (b) (c) (d) (e) (f)
4. Fortus 400 mc 3D printing machine Abhishek Shukla Asst. General Manager
+91 – 11 – 30881362 | +91 – 11-26452682| [email protected]
m www.designtechsys.com |
704, Bhandari House,91, Nehru Place, New Delhi 110019
7.5’x7.5’/1000 kg 440 V
Three phase ,Neutral
1005
5. U print 3D printing machine 3’x3.5’/100 kg 220 V single phase
02 point
1005
6. HD-16 Electric discharge machine tool/EDM
Hybrid precision Business incubator centre #304 dongeui university
995 eom gwang –ro Busan jin –gu, busan
Korea Aseem Suri Sinergy nano systems Navi Mumbai - 703 +91-9820682061 E-mail: [email protected]
6’x6.5’/500 kg
220 V single phase 02 point
1005
7. EZ-50 Universal testing machine Hemetek Techno Instruments Pvt. Ltd. 903/1, Makarpura GIDC Estate,
Makarpura, Vadodara – 390 010. Ph. No.: +91 265 2631053 / 2646999
E-mail: [email protected] Web site - www.hemetek.com
5’x5’/100kg 220 V single phase
02 point
1005
8. EZ-50 Universal testing machine 5’x5’/100kg 220 V single phase
02 point
1005
9. DM Kapoor and sons
Shaping machine Quality Machine Tools Corporation 334-337, Sant Nagar, AB Road, Sch. No.114-1,
Near Abhikaran Honda, INDORE - 452010 (M.P.) - INDIA
Ph:0731-4252620 /621//600/626/625/629 ,Mail : [email protected]
6.5’x5.5’/1150 kg 440 V three phase 5.5 AMP & 220V
single phase 02point Under warrenty
(September 2017
Central workshop
10. HMT 451P Machine number
5631
Surface grinder Praga Division, C.I.E. Gandhinagar, Balanagar, Hyderabad-500 037, AP.040-23073026
7’x6.5’/1000kg 440 V three phase+
neutral 5.5 AMP Under warranty
August 2017
Central workshop
11. BFW UF2 Universal milling machine Srivatsa 9342133606 Bharat Fritz Werner Ltd
Off Tumkur Raod, Bangalore – 560022 E mail:
10.5’x7.5’/2500kg 440V 3 phase
+neutral 8.5 AMP Under warranty may
2017
Central workshop
12. Gedee wieler Lathe machines G. Rajendran General manager gedee weiler pvt limited
vellalore Road Podanur,(post) Coimbatore,
TamilNadu-641023 Phone :0422 -2413513
Email Id :[email protected] Mo no 9363208464
land line No 4222413908
6.5’x3.5’/400 kg Each machine
440 V 3 phase + neutral 5 AMP
Under warrenty december 2017
Central workshop