137
Section IV. Bidding Forms 4-1 ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope Distance Education Modernization Project Ministry of Higher Education Democratic Socialist Republic of Sri Lanka ADB Loan No 1999- SRI (SF) Bidding Document IFB No: MHE/ADB/DEMP/ICB/03/07 International Competitive Bidding Procurement of Laboratory Equipment for Dept: of Agriculture & Plantation, Electrical & Computer Engineering, Mechanical Engineering, Textile & Apparel Technology and Civil Engineering of Faculty of Engineering Technology of the Open University of Sri Lanka. Distance Education Modernization Project 1 st & 2 nd Floors 35/10, Nawala Road Narahenpita Colombo 05. Telephone – 94 – 011 - 2368564. Fax - 94 – 011 - 5357907 E-mail - [email protected]

Bid Doc Ousl-Eng

Embed Size (px)

Citation preview

Page 1: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-1

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Distance Education Modernization Project

Ministry of Higher Education

Democratic Socialist Republic of Sri Lanka

ADB Loan No 1999- SRI (SF)

Bidding Document

IFB No: MHE/ADB/DEMP/ICB/03/07

International Competitive Bidding

Procurement of Laboratory Equipment for Dept: of Agriculture & Plantation, Electrical &

Computer Engineering, Mechanical Engineering, Textile & Apparel Technology and Civil Engineering of Faculty of Engineering

Technology of the Open University of Sri Lanka.

Distance Education Modernization Project 1st & 2nd Floors 35/10, Nawala Road Narahenpita Colombo 05. Telephone – 94 – 011 - 2368564. Fax - 94 – 011 - 5357907 E-mail - [email protected]

Page 2: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-2

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section I. Instructions to Bidders

Table of Clauses A. General......................................................................................................................... 4 1. Scope of Bid...................................................................................................................4 2. Source of Funds .............................................................................................................4 3. Corrupt Practices............................................................................................................4 4. Eligible Bidders .............................................................................................................5 5. Eligible Goods and Related Services.............................................................................7 B. Contents of Bidding Document.................................................................................. 7 6. Sections of the Bidding Document ...............................................................................7 7. Clarification of Bidding Document ...............................................................................8 8. Amendment of Bidding Document................................................................................8 C. Preparation of Bids ..................................................................................................... 8 9. Cost of Bidding ..............................................................................................................8 10. Language of Bid.............................................................................................................9 11. Documents Comprising the Bid.....................................................................................9 12. Bid Submission Sheet and Price Schedules ...................................................................9 13. Alternative Bids .............................................................................................................9 14. Bid Prices and Discounts .............................................................................................10 15. Currencies of Bid .........................................................................................................11 16. Documents Establishing the Eligibility of the Bidder .................................................12 17. Documents Establishing the Eligibility of the Goods and Related Services ...............12 18. Documents Establishing the Conformity of the Goods and Related Services to the

Bidding Document .......................................................................................................12 19. Documents Establishing the Qualifications of the Bidder...........................................12 20. Period of Validity of Bids ............................................................................................13 21. Bid Security .................................................................................................................13 22. Format and Signing of Bid...........................................................................................14 D. Submission and Opening of Bids ............................................................................. 15 23. Sealing and Marking of Bids .......................................................................................15 24. Deadline for Submission of Bids .................................................................................15 25. Late Bids ......................................................................................................................15 26. Withdrawal, Substitution, and Modification of Bids ..................................................16 27. Bid Opening .................................................................................................................16

Page 3: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-3

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

E. Evaluation and Comparison of Bids ....................................................................... 17 28. Confidentiality ..............................................................................................................17 29. Clarification of Bids.....................................................................................................17 30. Deviations, Reservations, and Omissions....................................................................18 31. Determination of Responsiveness...................................................................................18 32. Nonmaterial Nonconformi-ties ....................................................................................18 33. Correction of Arithmetical Errors................................................................................19 34. Conversion to Single Currency....................................................................................19 35. Margin of Preference ...................................................................................................19 36. Evaluation of Bids........................................................................................................19 37. Comparison of Bids .....................................................................................................20 38. Postqualifi-cation of the Bidder ...................................................................................20 39. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ........................20 F. Award of Contract .................................................................................................... 21 40. Award Criteria .............................................................................................................21 41. Purchaser’s Right to Vary Quantities at Time of Award.............................................21 42. Notification of Award ..................................................................................................21 43. Signing of Contract ......................................................................................................21 44. Performance Security...................................................................................................22

Page 4: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-4

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

General

Scope of Bid The Purchaser indicated in the BDS issues this Bidding Document for the supply of Goods and Related Services incidental thereto as specified in Section VI, Schedule of Supply. The name, identification, and number of lots of the International Competitive Bidding (ICB) are provided in the BDS.

Throughout this Bidding Document:

(a) the term “in writing” means communicated in written form with proof of receipt;

(b) if the context so requires, singular means plural and vice versa; and

(c) “day” means calendar day. Source of Funds The Borrower or Recipient (hereinafter called “Borrower”) indicated

in the BDS has applied for or received financing (hereinafter called “funds”) from the Asian Development Bank (hereinafter called “the ADB”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract for which this Bidding Document is issued.

Payments by the ADB will be made only at the request of the Borrower and upon approval by the ADB in accordance with the terms and conditions of the financing agreement between the Borrower and the ADB (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds.

Corrupt Practices ADB’s Anticorruption Policy requires borrowers (including beneficiaries of ADB-financed activity), as well as bidders, suppliers, and contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the ADB:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

“corrupt practice” means the offering, giving, receiving,

or soliciting, directly or indirectly, anything of value to influence improperly the actions of another

Page 5: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-5

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

party;

“fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

“coercive practices” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

“collusive practices” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party;

(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(c) will sanction a party or its successor, including declaring ineligible, either indefinitely or for a stated period of time, to participate in ADB-financed activities if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, an ADB-financed contract.

Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 3.2 and Sub-Clause 35.1 (c) of the General Conditions of Contract.

Eligible Bidders A Bidder may be a natural person, private entity, government-owned entity (subject to ITB 4.5) or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture (JV). In the case of a JV:

(a) all parties to the JV shall be jointly and severally liable; and

(b) a JV shall nominate a Representative who shall have the authority to conduct all businesses for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.

Page 6: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-6

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country, in accordance with Section V, Eligible Countries. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

ADB considers a conflict of interest to be a situation in which a party has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations, and that such conflict of interest may contribute to or constitute a prohibited practice under ADB's Anticorruption Policy. In pursuance of ADB's Anticorruption Policy’s requirement that Borrowers (including beneficiaries of Bank-financed activity), as well as bidders, suppliers, and contractors under Bank-financed contracts, observe the highest standard of ethics. ADB will take appropriate actions, which include not financing of the contract, if it determines that a conflict of interest has flawed the integrity of any procurement process. Consequently all Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if, including but not limited to:

(a) have controlling shareholders in common; or

(b) receive or have received any direct or indirect subsidy from any of them; or

(c) have the same legal representative for purposes of this Bid; or

(d) have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which it is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one bid; or

(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the goods and services that are the

Page 7: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-7

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

subject of the bid. A Bidder that is under a declaration of ineligibility by the ADB in

accordance with ITB 3, at the date of the deadline for bid submission or thereafter, shall be disqualified.

Government-owned enterprises in the Purchaser’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under the principles of commercial law, and (iii) are not dependent agencies of the Purchaser.

Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.

Firms shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country or any payments to persons or entities in that country.

Eligible Goods and Related Services

All goods and related services to be supplied under the Contract and financed by the ADB, shall have as their country of origin an eligible country of the ADB (see Section V, Eligible Countries).

For purposes of this Clause, the term “goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, transportation, installation, commissioning, training, and initial maintenance.

The term “country of origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components.

The nationality of the firm that produces, assembles, distributes, or sells the goods shall not determine their origin.

Contents of Bidding Document

Sections of the Bidding Document

The Bidding Document consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART 1 Bidding Procedures • Section I. Instructions to Bidders (ITB) • Section II. Bid Data Sheet (BDS) • Section III. Evaluation and Qualification Criteria • Section IV. Bidding Forms

Page 8: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-8

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

• Section V. Eligible Countries

PART 2 Supply Requirements • Section VI. Schedule of Supply

PART 3 Conditions of Contract and Contract Forms • Section VII. General Conditions of Contract (GCC) • Section VIII. Special Conditions of Contract (SCC) • Section IX. Contract Forms

The Invitation for Bids issued by the Purchaser is not part of the Bidding Document.

The Purchaser is not responsible for the completeness of the Bidding Document and its addenda, if they were not obtained directly from the Purchaser.

The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document, may result in the rejection of the Bid.

Clarification of Bidding Document

A prospective Bidder requiring any clarification of the Bidding Document shall contact the Purchaser in writing at the Purchaser’s address indicated in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received no later than twenty-one (21) days prior to the deadline for submission of Bids. The Purchaser shall forward copies of its response to all Bidders who have acquired the Bidding Document directly from it, including a description of the inquiry but without identifying its source. Should the Purchaser deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so following the procedure under ITB 8 and 24.2.

Amendment of Bidding Document

At any time prior to the deadline for submission of the Bids, the Purchaser may amend the Bidding Document by issuing addenda.

Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document directly from the Purchaser.

To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of the Bids, pursuant to ITB 24.2

Preparation of Bids

Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Purchaser shall not be responsible

Page 9: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-9

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

or liable for those costs, regardless of the conduct or outcome of the bidding process.

Language of Bid The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

Documents Comprising the Bid

The Bid shall comprise the following:

Bid Submission Sheet and the applicable Price Schedules, in accordance with ITB Clauses 12, 14, and 15;

Bid Security or Bid-Securing Declaration, in accordance with ITB 21, if required;

alternative bids, if permissible, in accordance with ITB 13; written confirmation authorizing the signatory of the Bid to

commit the Bidder, in accordance with ITB 22; documentary evidence in accordance with ITB 16 establishing

the Bidder’s eligibility to bid; documentary evidence in accordance with ITB 17, that the

Goods and Related Services to be supplied by the Bidder are of eligible origin;

documentary evidence in accordance with ITB Clauses 18 and 31, that the Goods and Related Services conform to the Bidding Document;

documentary evidence in accordance with ITB 19 establishing the Bidder’s qualifications to perform the contract if its Bid is accepted; and

any other document required in the BDS.

Bid Submission Sheet and Price Schedules

The Bidder shall submit the Bid Submission Sheet using the form furnished in Section IV, Bidding Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

The Bidder shall submit the Price Schedules for Goods and Related Services, according to their origin as appropriate, using the forms furnished in Section IV, Bidding Forms.

Alternative Bids Unless otherwise indicated in the BDS, alternative bids shall not be considered.

Page 10: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-10

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Bid Prices and Discounts

The prices and discounts quoted by the Bidder in the Bid Submission Sheet and in the Price Schedules shall conform to the requirements specified below.

All items in the Schedule of Supply must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. Items not listed in the Price Schedule shall be assumed not to be included in the Bid, and provided that the Bid is substantially responsive, the corresponding adjustment shall be applied in accordance with ITB 32.3

The price to be quoted in the Bid Submission Sheet shall be the total price of the Bid excluding any discounts offered.

The Bidder shall quote any unconditional discounts and the methodology for their application in the Bid Submission Sheet.

The terms EXW, CIF, CIP, and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by The International Chamber of Commerce, at the date of the Invitation for Bids or as specified in the BDS.

Prices shall be quoted as specified in each Price Schedule included in Section IV, Bidding Forms. The disaggregation of price components is required solely for the purpose of facilitating the comparison of Bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered:

For Goods offered from within the Purchaser’s country :

the price of the goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of goods quoted ex works or ex factory, or on the previously imported goods of foreign origin quoted ex warehouse, ex showroom, or off-the-shelf;

sales tax and all other taxes applicable in the Purchaser’s country and payable on the Goods if the Contrac1t is awarded to the Bidder; and

the total price for the item.

For Goods offered from outside the Purchaser’s country :

the price of the goods quoted CIF(named port of

Page 11: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-11

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

destination), or CIP (border point), or CIP (named place of destination), in the Purchaser’s country, as specified in the BDS;

the price of the goods quoted FOB port of shipment (or FCA, as the case may be), if specified in the BDS;

the total price for the item.

For Related Services whenever such Related Services are specified in the Schedule of Requirements:

the local currency cost component of each item comprising the Related Services; and

the foreign currency cost component of each item comprising the Related Services,

inclusive of all custom duties, sales and other similar taxes applicable in the Purchaser’s country, payable on the Related Services, if the Contract is awarded to the Bidder

Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as nonresponsive and shall be rejected, pursuant to ITB 31. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.

If so indicated pursuant to ITB 1.1, Bids are being invited for individual contracts (lots) or for any combination of contracts (packages). Unless otherwise indicated in the BDS, prices quoted shall correspond to 100% of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer any price reduction for the award of more than one Contract shall specify the applicable price reductions in accordance with ITB 14.4, provided the bids for all lots are submitted and opened at the same time.

Currencies of Bid Bid prices shall be quoted in the following currencies:

Bidders may express their bid price in any fully convertible currency. If a Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than three currencies in addition to the currency of the Purchaser’s country.

If some of the expenditures for the Related Services are to be

Page 12: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-12

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

incurred in the borrowing country, such expenditures should be expressed in the Bid and will be payable in the Purchaser’s currency.

Documents Establishing the Eligibility of the Bidder

To establish their eligibility in accordance with ITB 4, Bidders shall:

complete the eligibility declarations in the Bid Submission Sheet, included in Section IV, Bidding Forms; and

if the Bidder is an existing or intended JV in accordance with ITB 4.1, submit a copy of the JV Agreement, or a letter of intent to enter into such an Agreement. The respective document shall be signed by all legally authorized signatories of all the parties to the existing or intended JV, as appropriate.

Documents Establishing the Eligibility of the Goods and Related Services

To establish the eligibility of the Goods and Related Services, in accordance with ITB 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in Section IV, Bidding Forms.

Documents Establishing the Conformity of the Goods and Related Services to the Bidding Document

To establish the conformity of the Goods and Related Services to the Bidding Document, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods and Related Services conform to the requirements specified in Section VI, Supply Requirements.

The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item-by-item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements, and if applicable, a statement of deviations and exceptions to the provisions of Section VI, Schedule of Supply.

Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Section VI, Schedule of Supply, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in Section VI, Schedule of Supply.

Documents Establishing the Qualifications

The documentary evidence of the Bidder’s qualifications to perform the contract, if its bid is accepted, shall establish to the Purchaser’s satisfaction that the Bidder meets each of the qualification criterion specified in Section III, Evaluation and

Page 13: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-13

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

of the Bidder Qualification Criteria.

If so required in the BDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section IV, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Purchaser’s country.

If so required in the BDS, a Bidder that does not conduct business within the Purchaser’s Country shall submit evidence that it will be represented by an Agent in the country equipped and able to carry out the Supplier’s maintenance, repair and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications.

Period of Validity of Bids

Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Purchaser. A Bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive.

In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB 21, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid.

Bid Security Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid, in original form, either a Bid Securing Declaration or a Bid Security as specified in the BDS. In the case of a Bid Security, the amount shall be as specified in the BDS.

If a Bid-Securing Declaration is specified pursuant to ITB 21.1 the Bidder shall use the form included in Section IV, Bidding Forms.

If a bid security is specified pursuant to ITB 21.1, the bid security shall be a demand guarantee in any of the following forms at the Bidder’s option:

a bank guarantee;

an irrevocable letter of credit; or

a cashier’s or certified check;

all from a reputable bank from an eligible country. In case of a bank guarantee, the Bid Security shall be submitted using the Bid Security Form included in Section IV, Bidding Forms, or

Page 14: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-14

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

another form acceptable to the Purchaser. The form must include the complete name of the Bidder. The Bid Security shall be valid for twenty-eight days (28) beyond the end of the validity period of the bid. This shall also apply if the period for bid validity is extended.

If a bid Security is required in accordance with ITB 21.1, any Bid not accompanied by an enforceable and compliant Bid Security in accordance with ITB 21.3, shall be rejected by the Purchaser as nonresponsive.

If a Bid Security is specified pursuant to ITB 21.1, the Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder furnishing of the signed Contract Agreement and the Performance Security pursuant to ITB 44.

If a Bid Security is specified pursuant to ITB 21.1, the Bid Security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract Agreement and furnished the required Performance Security.

The Bid Security may be forfeited or the Bid-Securing Declaration executed:

if a Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Submission Sheet, except as provided in ITB 20.2; or

if the successful Bidder fails to:

sign the Contract in accordance with ITB 43; or

furnish a Performance Security in accordance with ITB 44.

The Bid Security or the Bid-Securing Declaration of a JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security or the Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in ITB 16.1.

Format and Signing of Bid

The Bidder shall prepare one original of the documents comprising the Bid as described in ITB 11 and clearly mark it “ORIGINAL.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be

Page 15: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-15

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

attached to the Bid.

Any amendments such as interlineation, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid.

Submission and Opening of Bids

Sealing and Marking of Bids

Bidders may always submit their bids by mail or by hand. When so specified in the BDS, Bidders have the option of submitting their bids electronically. Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

Bidders submitting bids by mail or by hand shall enclose the original and each copy of the Bid, including alternative bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL”, “ALTERNATIVE” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB 23.3 and 23.4.

The inner and outer envelopes shall:

bear the name and address of the Bidder;

be addressed to the Purchaser in accordance with ITB 24.1;

bear the specific identification of this bidding process pursuant to ITB 1.1 and any additional identification marks as specified in the BDS; and

bear a warning not to open before the time and date for bid opening, in accordance with ITB 27.1.

If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the misplacement or premature opening of the bid.

Deadline for Submission of Bids

Bids must be received by the Purchaser at the address and no later than the date and time indicated in the BDS.

The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

Late Bids The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB 24. Any Bid received by the Purchaser after the deadline for

Page 16: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-16

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

submission of Bids shall be declared late, rejected, and returned unopened to the Bidder.

Withdrawal, Substitution, and Modification of Bids

A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written Notice, duly signed by an authorized representative, and shall include a copy of the authorization in accordance with ITB 22.2 (except that Withdrawal Notices do not require copies). The corresponding substitution or modification of the Bid must accompany the respective written Notice. All Notices must be:

submitted in accordance with ITB Clauses 22 and 23 (except that Withdrawal Notices do not require copies), and in addition, the respective envelopes shall be clearly marked “Withdrawal,” “Substitution,” “Modification”; and

received by the Purchaser prior to the deadline prescribed for submission of bids, in accordance with ITB 24.

Bids requested to be withdrawn in accordance with ITB 26.1 shall be returned unopened to the Bidders.

No Bid shall be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Submission Sheet or any extension thereof.

Bid Opening The Purchaser shall conduct the bid opening in public at the address, date and time specified in the BDS. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 23.1, shall be as specified in the BDS.

First, envelopes marked “WITHDRAWAL” shall be opened, read out, and recorded, and the envelope containing the corresponding Bid shall not be opened, but returned to the Bidder. If the withdrawal notice is not accompanied by a copy of the valid authorization pursuant to ITB 22.2, the withdrawal shall not be permitted and the corresponding Bid will be opened. Next, envelopes marked “SUBSTITUTION” shall be opened, read out, recorded, and exchanged for the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No Bid shall be substituted unless the corresponding Substitution Notice contains a valid authorization to request the substitution and is read out and recorded at bid opening. Envelopes marked “MODIFICATION” shall be opened, read out, and recorded with the corresponding Bid. No Bid shall be modified unless the corresponding Modification Notice contains a valid authorization to request the modification and is read out and recorded at bid opening. Only envelopes that are opened, read

Page 17: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-17

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

out, and recorded at bid opening shall be considered further.

All other envelopes shall be opened one at a time, and the following read out and recorded: the name of the Bidder and whether there is a modification; the Bid Prices (per lot if applicable), any discounts and alternative offers; the presence of a Bid Security, if required; and any other details as the Purchaser may consider appropriate. Only discounts and alternative offers read out and recorded at bid opening shall be considered for evaluation. No Bid shall be rejected at bid opening except for late bids, in accordance with ITB 25.1.

The Purchaser shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, any discounts and alternative offers if they were permitted; and the presence or absence of a Bid Security or Bid-Securing Declaration, if one was required. The Bidders’ representatives who are present shall be requested to sign the attendance sheet. A copy of the record shall be distributed to all Bidders who submitted bids in time, and posted on line when electronic bidding is permitted; and the presence or absence of a Bid Security, if one was required. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

Evaluation and Comparison of Bids

Confidentiality Information relating to the examination, evaluation, comparison, and postqualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until publication of the Contract award; thereafter, information will be disclosed in accordance with ITB 42.3..

Any attempt by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and postqualification of the Bids or Contract award decisions may result in the rejection of its Bid.

Notwithstanding ITB 28.2, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

Clarification of Bids

To assist in the examination, evaluation, comparison and post-qualification of the Bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder with regard to its Bid and that is not in response to a request by the Purchaser shall not be considered.

Page 18: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-18

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

The Purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the evaluation of the Bids, in accordance with ITB 33.

Deviations, Reservations, and Omissions

During the evaluation of bids, the following definitions apply: “Deviation” is a departure from the requirements specified in

the Bidding Document; “Reservation” is the setting of limiting conditions or

withholding from complete acceptance of the requirements specified in the Bidding Document; and

“Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

Determination of Responsiveness

The Purchaser’s determination of the responsiveness of a Bid is to be based on the contents of the Bid itself, as defined in ITB11.

A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that, if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Goods and Related Services specified in Section VI, Schedule of Supply; or

(ii) limits in any substantial way, inconsistent with the Bidding Document, the Purchaser’s rights or the Bidder’s obligations under the proposed Contract; or

if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

The Purchaser shall examine the technical aspects of the bid in particular, to confirm that all requirements of Section VI, Schedule of Supply have been met without any material deviation or reservation.

Nonmaterial Nonconformi-ties

Provided that a Bid is substantially responsive, the Purchaser may waive any nonconformities in the bid that do not constitute a material deviation, reservation or omission.

Provided that a Bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to

Page 19: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-19

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

Provided that a Bid is substantially responsive, the Purchaser shall rectify nonmaterial nonconformities or omissions. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of the missing or non-conforming item or component. The adjustment shall be made using the method indicated in Section III, Evaluation and Qualification Criteria.

Correction of Arithmetical Errors

Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:

if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be rejected.

Conversion to Single Currency

For evaluation and comparison purposes, the currency(ies) of the bid shall be converted into a single currency as specified in the BDS.

Margin of Preference

Unless otherwise specified in the BDS, no margin of preference shall apply.

Evaluation of Bids The Purchaser shall evaluate each Bid that has been determined, up to this stage of the evaluation, to be substantially responsive.

To evaluate a Bid, the Purchaser shall only use all the criteria and methodologies defined in this Clause and in Section III, Evaluation and Qualification Criteria. No other criteria or methodology shall be permitted.

To evaluate a Bid, the Purchaser shall consider the following:

Page 20: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-20

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

the bid price as quoted in accordance with ITB 14;

price adjustment for correction of arithmetic errors in accordance with ITB 33.1;

price adjustment due to discounts offered in accordance with ITB 14.4; and

price adjustment due to application of the evaluation criteria specified in Section III, Evaluation and Qualification Criteria. These criteria may include factors related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services which shall be expressed to the extent practicable in monetary terms to facilitate comparison of bids unless otherwise specified in Section III.

The Purchaser’s evaluation of a bid will exclude and not take into account:

in the case of Goods offered from within the Purchaser’s country, all sales tax and all other taxes, applicable in the Purchaser’s country and payable on the Goods if the Contract is awarded to the Bidder;

in the case of Goods offered from outside the Purchaser’s country, all customs duties, sales tax, and other taxes, applicable in the Purchaser’s country and payable on the Goods if the Contract is awarded to the Bidder; and

any allowance for price adjustment during the period of performance of the Contract, if provided in the Bid.

Comparison of Bids

The Purchaser shall compare all substantially responsive bids to determine the lowest-evaluated bid, in accordance with ITB 36.

Post-qualification of the Bidder

The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive Bid is qualified to perform the Contract satisfactorily.

The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 19.

An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.

Purchaser’s Right The Purchaser reserves the right to accept or reject any Bid, and to

Page 21: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-21

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

to Accept Any Bid, and to Reject Any or All Bids

annul the bidding process and reject all Bids at any time prior to Contract award, without thereby incurring any liability to the Bidders.

Award of Contract

Award Criteria The Purchaser shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated Bid and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

Purchaser’s Right to Vary Quantities at Time of Award

At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section VI, Schedule of Supply, provided this does not exceed the percentages indicated in the BDS, and without any change in the unit prices or other terms and conditions of the Bid and the Bidding Document.

Notification of Award

Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful Bidder, in writing, that its Bid has been accepted.

Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.

The Purchaser will publish in an English language newspaper or well-known freely accessible website the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Purchaser for a debriefing seeking explanations on the grounds on which their bids were not selected. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests a debriefing.

Signing of Contract

Promptly after notification, the Purchaser shall send to the successful Bidder the Contract Agreement and the Special Conditions of Contract.

Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the

Page 22: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-22

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Purchaser.

Performance Security

Within twenty-eight (28) days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section IX, Contract Forms, or another form acceptable to the Purchaser.

Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security or execution of the Bid-Securing Declaration. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.

Page 23: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-23

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section II. Bid Data Sheet This Section includes provisions that are specific to each procurement and that supplement Section I, Instructions to Bidders. Whenever there is a conflict, the provisions herein shall prevail over those in Section I.

A. Introduction ITB 1.1 The Purchaser is: Ministry of Higher Education

ITB 1.1

The name of the ICB is: Procurement of Laboratory Equipment for Dept: of Agriculture & Plantation, Electrical & Computer Engineering, Mechanical Engineering, Textile & Apparel Technology and Civil Engineering of Faculty of Engineering Technology of the Open University of Sri Lanka.

The identification number of the ICB is: MEH/ADB/DEMP/ICB/03/07 The descriptions & quantities of the items in the lots comprising this ICB are:

Lot No Items Description Nos. of Items

Lot – 01 Dept: of Agriculture & Plantation Engineering 68 Lot – 02 Dept: of Electrical & Computer Engineering 06 Lot – 03 Dept: of Mechanical Engineering 47 Lot – 04 Dept: of Textile & Apparel Technology 22 Lot – 05 Dept: of Civil Engineering – Testing & Monitoring

Instruments 33

Lot - 06 Dept: Civil Engineering – Environmental Testing & Monitoring Equipment 19

Bidder, at its option is allowed to bid for any single lot, any combination of lots or all the lots. Bidders are allowed to offer discounts for the combination of lots. Each lot shall be evaluated separately and they will be compared with the aggregate discounted combined price in case any bidder has offered combined discounts. To qualify for evaluation for a single lot bidders are required to bid for all the items in the lot and their total quantities as specified above. Partial bids (if received less than the item/quantity required) shall be treated as “non responsive” and rejected.

ITB 2.1 The Borrower is: The Government of Democratic Socialist Republic of Sri Lanka

ITB 2.1 The name of the Project is: Distance Education Modernization Project

B. Bidding Document

ITB 7.1 For clarification purposes only, the Purchaser’s address is:

The Project Director

Distance Education Modernization Project

1st & 2nd Floors

Page 24: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-24

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

35/10, Nawala Road Colombo 05 - Sri Lanka. Telephone : 94 – 011 - 2368564 Facsimile : 94 – 011 - 5357907 E-mail: [email protected]

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

ITB 11.1 (i)

The Bidder shall submit the following additional documents with its Bid:

Technical Specification Catalogues and other Literatures related to the offered items in addition to the documents comprising the bid as specified. Other wise the bid will be treated as incomplete and rejected.

ITB 13.1 Alternative Bids shall not be permitted. If submitted all the bids will be rejected.

ITB 14.5 The Incoterms edition is: 2000

ITB 14.6 (b) (i)

For Goods offered from outside the Purchaser’s country, the Bidder shall quote prices using the following Incoterms: CIF (Colombo), Sri Lanka

ITB 14.6 (b) (ii)

In addition to the above, the Bidder shall quote prices for Goods offered from outside the Purchaser’s country using the following Incoterms: “Not Applicable”

ITB 14.7 The prices quoted by the Bidder shall be: Fixed during the bidder’s performance of Contract and not subject to any variation on any account.

ITB 14.8 Prices quoted for each lot shall correspond at least to 100 % of the items specified for each lot.

Prices quoted for each item of a lot shall correspond at least to 100 % of the quantities specified for this item of a lot.

ITB 19.2 If the Bidder does not manufacture /produce the goods to be offered /supplied, it shall be required to submit /include with its Bid, documentation from the Manufacturer /producer of the Goods, that it has been duly authorized to sign & submit the bid on behalf of the Manufacturer /Producer and supply in the Purchaser’s country. Otherwise bids will be treated as non-responsive and rejected.

ITB 19.3 The Bidder is required to include with its bid, evidence that it will represented by an Agent in Sri Lanka.

ITB 20.1 The bid validity period shall be 90 days from the date of bid opening.

ITB 21.1

A Bid Security shall be required. Bid-Securing Declaration shall not be required. Bid security shall be:

Page 25: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-25

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

a) In LKR, US$ or GBP to the amount of Sri Lankan Rupees or equivalent as specified below.

Lot No. 01 – Dept: of Agriculture & Plantation Engineering - Rs. 150,000.00 Lot No. 02 – Electrical & Computer Engineering - Rs. 50,000.00 Lot No. 03 - Dept: of Mechanical Engineering - Rs. 250,000.00 Lot No. 04 - Dept: of Textile & Apparel Technology - Rs. 75,000.00 Lot No. 05 - Dept: of Civil Engineering - Testing & Monitoring Equipment - Rs. 75,000.00 Lot No. 06 - Dept: of Civil Engineering – Environment Testing & Monitoring Equipment –Rs. 100,000.00b) At the bidder’s option, be in the form of either, a bank guarantees, an irrevocable

letters of credit or cashier’s or certified cheques from a reputed / registered bank in Sri Lanka / Bidder’s country and shall be issued infavour of the Ministry of Higher Education and accompanied with the bid.

c) Be substantially in accordance with the form of bid security included in Section IV or other form acceptable to the Purchaser / approved by the Purchaser prior to bid submission;

d) Be payable promptly upon written demand by the Purchaser in case any of the conditions listed in ITB Clause 21.6 are invoked;

e) Be submitted in its original form; copies will not be accepted; and f) Be remain valid for a period of 28 days beyond the original bid validity period (118

days from the date of bid opening), or beyond any period of extension subsequently requested under ITB Clause 21.2

Bids, which are not secured as above, shall be treated as non-responsive and rejected.

In addition to the original of the Bid, the number of copies is: One

ITB 22.2 The written confirmation of Authorization to sign on behalf of the Bidder shall consist of: A power of Attorney, Letter of Authority showing the name, position and signature of the person giving the authority and the person to whom the authority is given and authenticated by the company seal. If not submitted, treated as non-responsive and the bid shall be rejected.

D. Submission and Opening of Bids

ITB 23.1 Bidders are not allowed to submit their bids electronically.

ITB 23.3 (c)

The additional identification marks are: Not Applicable

ITB 24.1 For bid submission purposes only, the Purchaser’s address is:

The Project Director

Distance Education Modernization Project

1st & 2nd Floors

35/10, Nawala Road

Page 26: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-26

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Colombo 05

Sri Lanka

ITB 24.1 The deadline for bid submission is: Date: November 29, 2007

Time: 1400 hrs

ITB 27.1 The bid opening shall take place at: Distance Education Modernization Project

2nd Floor, 35/10

Nawala Road

Colombo 05

Sri Lanka

Date: November 29, 2007

Time: 1400 hrs

ITB 27.1 If electronic bid submission is permitted in accordance with ITB 23.1, the specific bid opening procedures shall be: Not Applicable

E. Evaluation, and Comparison of Bids

ITB 34.1 Bid prices quoted in different currencies shall be converted into: Sri Lankan Rupees The source of exchange rate shall be: Middle Exchange Rate of Central Bank of Sri Lanka

The date for the exchange rate shall be: Date of Bid Opening

ITB 35.1 A margin of preference shall not apply.

F. Award of Contract

ITB 41.1 The maximum percentage by which quantities may be increased is: 15%

The maximum percentage by which quantities may be decreased is: 15%

Page 27: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-27

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section III. Evaluation and Qualification Criteria

Section III- (a). Evaluation Criteria

1. Scope

1.1 Related Services (Local Handling and Inland Transportation)

Expenses for transportation, insurance for transportation and any other incidental costs, if declared in the price Schedule (Related Services) for delivery of the goods up to final destination as per the delivery addresses specified in the Section VI will be added to the CIF/EXW price for evaluation. If a bidder has declared “Free of Charge” the local handling charges will be taken as Zero. In the case where a bidder has not declared any thing for Related Services, the highest cost declared by any of the bidders will be added to the CIF/EXW price of the bidder who has not declared the Related Services.

1.2 Minor Omissions or Missing Items

Pursuant to Sub-Clause 32.3 of the Instructions to Bidders, the cost of all quantifiable nonmaterial nonconformities or omissions from the contractual and commercial conditions shall be evaluated. The Purchaser will make its own assessment of the cost of any nonmaterial nonconformities and omissions for the purpose of ensuring fair comparison of Bids.

2. Multiple Contracts

Laboratory items are grouped into five lots. Each lot shall be evaluated separately and they will be compared with the aggregate discounted combined price in case any bidder has offered combined discounts, in order to arrive at the least cost combination for the Purchaser by taking into account of discounts offered by Bidders in case of award of multiple contracts.

3. Technical Criteria

The cost of all quantifiable deviations or deficiencies from the technical requirements as specified in section VI - Schedule of Supply shall be evaluated. The Purchaser will make its own assessment of the cost of these deviations or deficiencies for the purpose of ensuring fair comparison of Bids.

4. Economic Criteria

4.1 Adjustment for Deviations from the Terms of Payment

Deviations from the Terms of Payment as specified in Special Conditions of Contract, Sub-Clause 16.1, are not permitted. Bids with deviations to the terms of payment shall be treated as non-responsive and rejected.

4.2 Adjustment for Deviations in the Delivery and Completion Schedule

Deviations from the Delivery and Completion Schedule specified in section VI - Schedule of Supply, are not permitted. Bids with deviations to the Delivery and Completion Schedule shall be treated as non-responsive and rejected.

Page 28: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-28

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section III- (b) Qualification Criteria 1 Experience Criteria

The bidder shall include data and information in its bid showing that the bidder:

(d) Has successfully completed as main supplier of goods similar to those included in the Contract at least two (02) contracts of value/scope of supply and complexity comparable to the proposed Contract, during the last three-year period ending on the deadline for bid submission.

(e) At the time of awarding the contract, the purchaser to determine to its satisfaction, even if the bidder has submitted lowest evaluated & substantially responsive bid shall consider the above experience whether the bidder is qualified to perform the contract satisfactory. The details above (a) shall be given in following table. Year One

Description Contract 1 Contract 2

Name of the Client

Name of the item supplied

Quantity supplied

Contract price

Date of commencement

Date of completion Year Two

Year Three

Description Contract 1 Contract 2

Name of the Client

Name of the item supplied

Quantity supplied

Contract price

Date of commencement

Date of completion

Description Contract 1 Contract 2

Name of the Client

Name of the item supplied

Quantity supplied

Contract price

Date of commencement

Date of completion

Page 29: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-29

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

2 Supply Capacity

Capability to supply the Goods of the size and in the quantity and complete the supply within the terms as specified in Section VI - Schedule of Supply.

2.1 Operating and Maintenance Costs

• Number of services offering and their details within the warranty • Number of services offering and their details after the warranty period • Terms and Conditions of any other after sales service facilities Available after sales facilities (Island wide)

Description Available Technical Staff Name & Address

Branches if any Service centers if any Authorized agents if any

• Bidder shall provide the satisfactory information regarding how, who and when the services, maintenance and repairs will be done.

(f) At the time of deciding to award the contract, non availability of details with regard to the supply capacity and maintenance facilities shall be taken in to account by the purchaser to determine to its satisfaction, even if the bidder has submitted lowest evaluated & substantially responsive bid whether bidder is qualified to perform the contract satisfactory

3 Financially Stability.

The bidder shall submit audited balance sheets for the last three financial years to determine its financial stability. Financial stability shall be taken in to account by the purchaser to determine to its satisfaction, even if the bidder has submitted lowest evaluated & substantially responsive bid is qualified to perform the contract satisfactory at the time of deciding to award the contract.

4. Litigation History

Bidders are required to submit details of litigation, arbitration and other claims, whether pending, threatened or resolved in the last three years, with the exception of immaterial claims with a cumulative impact of not more than 10% of the bidder’s total assets. The Purchaser may disqualify bidders in the event that the total amount of pending or threatened litigation, arbitration or other claims represent more than 50% of the bidder’s total assets.

Page 30: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-30

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section IV. Bidding Forms

Table of Forms

Bid Submission Sheet............................................................................................................ 31

Price Schedule For Goods To Be Offered From Within The Purchaser's Country....... 33

Price Schedule For Goods To Be Offered From Outside The Purchaser's Country...... 46

Price Schedule For Related Services ................................................................................... 60

Form of Bid Security ............................................................................................................ 61

Form of Bid-Securing Declaration ...................................................................................... 62

Manufacturer’s Authorization ............................................................................................ 63

Page 31: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-31

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Bid Submission Sheet

Date: ICB No.: MEH /ADB/DEMP/ICB/03/07 Invitation for Bid No.: Same as above Alternative No.: Not Applicable

To: _______________________________________________________________________ We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Document, including

Addenda No.: ; (b) We offer to supply in conformity with the Bidding Document and in accordance with the

delivery schedule specified in the Schedule of Supply, the following Goods and Related Services: ;

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

;

(e) Our Bid shall be valid for a period of ____________________________ days from the

date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our Bid is accepted, we commit to obtain a Performance Security in the amount of

_______percent of the Contract Price for the due performance of the Contract;

Category Total Price In Word Lot - 01 Lot - 02 Lot - 03 Lot - 04 Lot - 05 Lot - 06 Total

Page 32: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-32

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

(g) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following eligible countries _____________________________;

(h) We are not participating, as Bidders, in more than one Bid in this bidding process, other

than alternative offers in accordance with the Bidding Document; (i) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any

part of the Contract, has not been declared ineligible by the ADB; (j) The following commissions, gratuities, or fees have been paid or are to be paid with

respect to the bidding process or execution of the Contract:

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(k) We understand that this Bid, together with your written acceptance thereof included in

your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed.

(l) We understand that you are not bound to accept the lowest evaluated bid or any other bid

that you may receive. Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 33: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-33

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Price Schedule For Goods To Be Offered From Within The Purchaser's Country

Name of Bidder _____________________ IFB Number ______________ Page ___ of ___ Lot No. – 01 - Department of Agricultural & Plantation Engineering

1 2 3 4 5 6 7 8 9

Item Description Country of

Origin

Domestic Value

Added in Percent

Quantity and Unit of

Measurement

Unit Price EXW

Total EXW Price per

item

Sales and Other Taxes

Per Item

Total Price per Item including

Taxes 5 x 6 7 + 8

1. Chin Block 01 Nos.

2. Pallet Truck 01 Nos.

3. Strain gauges 01 Nos.

4. Laboratory type strain indicator

01 Nos.

5. Watt meter 01 Nos.

6. Portable conductivity meter

01 Nos.

7. Water quality system portable pH meter with 3 ion sensor

01 Nos.

8. Digital Balance 02 Nos.

9. Microscope (Binocular) 01 Nos.

10. Laboratory Oven 01 Nos.

11. Water testing kit with main consumables.

01 Nos.

12. Munsell Soil colour Charts

01 Nos.

13. Smart Water Analysis Laboratory Kit

01 Nos.

14. Wire rope tensioner 01 Nos.

15. Infra red LASER thermometer

01 Nos.

16. Multi function handheld meter

01 Nos.

17. Laminar Flow Cabinet 01 Nos.

18. Mechanical shaker 01 Nos.

19. Autoclave 01 Nos.

Page 34: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-34

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

20. Pipette Can 03 Nos.

21. Petri dish Can 03 Nos.

22. Electronic Top Loading Balance

01 Nos.

23. Heating Magnetic Stirrer

01 Nos.

24. pH Meter (bench top) 01 Nos.

Tool Set

DISSECTING. Stainless. Straight with blint points 125 mm Length

05 Nos.

Forceps: Dissecting forceps (stainless, straight with fine points & guide pin 125 mm

05 Nos.

SCALPELS.SOLID, stainless steel, 35mm Blade

05 Nos.

SCALPEL BLADES, swann-morton , to fit handles No 3&7Lin packets of5 ,0.54/pkt D106016

05 Nos.

25.

SCALPEL Handle , swann-morton , t handle N03

05 Nos.

26. Incubator 01 Nos.

27. Micro biological safety cabinet

01 Nos.

28. Haemocyto meter set 01 Nos.

29. Microscope 06 Nos.

30. Multipurpose universal centrifuge

01 Nos.

31. Thermal Cyclers 01 Nos.

32. Electrophoresis Equipment

01 Nos.

33. UV Trans Illuminator 01 Nos.

34. Fume hood 01 Nos.

35. Shaking water bath 01 Nos.

Micro Pipette

0.1-2μ1 range :5-50 02 Nos. 36.

10- 100μ1 range :50-500

02 Nos.

Eppendorf tube

0.5ml - 1000pkt 01 Nos. 37. 1.5ml - 1000pkt 01 Nos.

Page 35: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-35

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

38. Pipette Tips 01 Nos.

39. Pipette stand 05 Nos.

40. Filter flask 01 Nos.

41. Slides with biology (prepared)

01 Nos.

42. Motor and pestle 03 Nos.

43. Refrigerator- Deep Freezer

01 Nos.

44. Kjeldahl Digestion Apparatus GERHARDT

01 Nos.

45. Aluminum refrigeration vessel for liquid nitrogen

01 Nos.

46. Low cost incubators 01 Nos.

47. General purpose steel reversible try carts

01 Nos.

Autoradiography

Autoradiography Film Size 8"xlO", Qtylbx 100

01 Nos.

Autoradiography Aluminum cassettes Size 8"xI0"

01 Nos.

Calcium tungstate intensifying screens Regular Screens Size 8"x I 0" Qty/pk 2

01 Nos. 48.

Non - Radioactive Autoradiography pens Description Normal energy-level pen

01 Nos.

49. Laboratory de stoner 01 Nos.

50. Four wheel tractor 01 Nos.

51. GPS 01 Nos.

52. Solar Sensor/Pyranometer sensor

01 Nos.

53. Manual Hoes 01 Nos.

54. Manual Ploughs 01 Nos.

55. Pump 01 Nos.

56. Thresher 01 Nos.

57. Biogas Generator 01 Nos.

58. Wind Mill 01 Nos.

59. PV Unit 01 Nos.

Page 36: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-36

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

60. Laboratory Refrigerator 01 Nos.

61. Dehydrator 01 Nos.

62. Centrifugal seed blower 01 Nos.

63. Grain moisture analyzer

01 Nos.

64. Digital Grainmaster 01 Nos.

65. Seed Counter 01 Nos.

66. Brix Meter/ Refractometer

01 Nos.

67. Chromameter (Colour meter) Minolta CR300/ CR400

01 Nos.

68. Fruit Firmness Tester (Penitrometer) Mechanical Fruit Firmness Tester

01 Nos.

Total Amount

Lot No. 02 – Dept: of Electrical & Computer Engineering

1 2 3 4 5 6 7 8 9

Item Description Country of

Origin

Domestic Value

Added in Percent

Quantity and Unit of

Measurement

Unit Price EXW

Total EXW Price per

item

Sales and Other Taxes

Per Item

Total Price per Item including

Taxes 5 x 6 7 + 8

1. DC power supplies 40 Nos. 2. Signal generators 30 Nos. 3. Digital Multimeters 20 Nos. 4. Analogue Multimeters 30 Nos. 5. Oscilloscope 30 Nos. 6. Moving Iron 10 Nos.

Total Amount

Lot No . 03 – Dept: Mechanical Engineering

1 2 3 4 5 6 7 8 9

Item

Description Country of Origin

Domestic Value

Added in Percent

Quantity and Unit

of Measurem

ent

Unit Price EXW

Total EXW

Price per item

Sales and Other Taxes

Per Item

Total Price per

Item including

Taxes 5 x 6 7 + 8

1Gas Welding Cutting Set including Trolley

Page 37: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-37

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Oxy-accytelene Gas welding set with all accessories and trolley

08 Nos.

Gas welding torch and standard kit including spark lighter, nozzle cleaner and torque wrench

08

Complete Set

Horse and fittings

08 Pair Oxygen regulators

08 Nos. Acetylene regulator

08 Nos.

Flash back arrestors -For Oxygen

08 Nos.

- For Acetylene

08 Nos. 2 Soldering Iron 30 Nos.

C-Clamp

32mm-20mm 15 Nos.

45mm-38mm

15 Nos.

3

60mm-45mm 15 Nos.

4 Tinker Hammer 10 Set

Ball Pein Hammer

0.5 06 Nos.

1 12 Nos.

1.5 16 Nos.

4 05 Nos.

5

7 04 Nos Hacksaw Frame - Fixed frame with butterfly nut

30 Nos. 6

Blades

72 Nos.

7 Bench shear 03 Nos.

Arc Welding set 08 Nos.

8

Slag Chipping hammer 16 Nos.

Welding Safety Devices

Arc welding shield

40 Nos.

9

Safety Goggles 40 Nos.

Page 38: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-38

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Goggles for Oxy-accytelene gas welding

40 Nos.

Gas welding apron

40 Nos.

Leather Gloves

- Medium Elbow length five finger

25 Pairs

10

- Large; Elbow length five finger

25 Pairs.

Lathe Machine with basic accessories

06 Complete

kit

Four jaw chuck

03 Nos.

Face plate 03 Nos. Travelling and standing steady

03 Nos.

11

Driving plate 03 Nos.

12 Bench Drill 03 Com.

Kit

Power saw

03 Com. Unit

13

Blades 144 Nos.

14 Bench Grinder 03 Nos.

15 Vernier Caliper 15 Nos.

16 Surface gauge 06 Nos.

17 Odd leg caliper 06 Nos.

18 Divider 06 Nos.

19 Steel ruler 30 Nos.

20 Hacksaw 20 Nos.

21 Ball pein hammer 20 Nos.

22 Centre punch 15 Nos.

23 Tri square 06 Nos.

24 Vee block 06 Nos.

25 Scriber 30 Nos.

26 Steel wire brush 45 Nos.

27 Flat bastard hand file 50 Nos.

Page 39: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-39

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

28 Flat second out hand file 50 Nos.

29 Stock and die 15 Nos.

30 Tap and wrench 15 Nos.

31 Bench vice 15 Nos.

32 Granite surface block 03 Nos.

33 Barral shape wooden mallete

15 Nos.

34 Tinker hammer 15 Nos.

35 Soldering iron (copper bouth)

40 Nos.

36 Tinker snip (straight) 15 Nos.

37 Micrometer 06 Nos.

38 Tool point gauge 03 Nos.

39 Outside caliper 08 Nos.

40 Inside caliper caliper 08 Nos.

Straight shank drill bit

10.5 mm

20 Nos.

5 mm

20 Nos.

6 mm

10 Nos.

41

3.5 mm 10 Nos.

42 Straight shank drill bit set

04 Nos.

43 Taper shank drill bits 01 Nos.

44 Surface Grinder 01 Set

45 Tool And Cutter Grinder 01 Set

46 Timan's Stakes and Holder base

03 Set

47

CNC Lathe

01 Nos.

Total Amount

Page 40: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-40

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Page 41: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-41

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Lot No - 04 - Dept of Textile & Apparel Technology

1 2 3 4 5 6 7 8 9 Item Description Country

of Origin

Domestic Value

Added in Percent

Quantity and Unit of

Measurement

Unit Price EXW

Total EXW Price per

item

Sales and Other Taxes

Per Item

Total Price per

Item including

Taxes 5 x 6 7 + 8 1. Single needle lock

stitch machine with automatic thread trimmer

05 Nos.

2. Single needle lock stitch machine (Fully programmable)

01 Nos.

3. Double needle lock-stitch machine

01 Nos.

4. Bottom covering stitch machine

01 Nos.

5. Bar Tacking Machine 01 Nos. 6. Single needle, eyelet

holing machine 01 Nos.

7. Computer-controlled, High-speed, Lockstitch, Button Sewing Machine

01 Nos.

8. High Speed, 1 Needle, 3 Thread Industrial Overlock Machine

01 Nos.

9. 1 Needle 1 Thread Blind Stitch Machine

01 Nos.

10. Down Turn Feller

01 Nos.

11. Up Turn Feller

01 Nos.

12. J Type Swing Hemmer

01 Nos.

13. Plain Hemmer

01 Nos.

14. Single fold Bias Binder

01 Nos.

15. Belt Loop folder

01 Nos.

16. Corner Gauge

01 Nos.

17. Swing Gauge

01 Nos.

18. Computerised Handloom

01 Nos.

19. Infrared Non-contact Thermometer

01 Nos.

20. USB, 10x digital camera eyepiece

01 Nos.

21. Fabric Circular Sample Cutter

01 Nos.

22. Double bed hand Knitting machine

01 Nos.

Total Amount

Page 42: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-42

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Lot No - 05 – Dept: of Civil Engineering – Testing & Monitoring Instruments

1 2 3 4 5 6 7 8 9

Item Description Country of

Origin

Domestic Value

Added in Percent

Quantity and Unit of

Measurement

Unit Price EXW

Total EXW Price per

item

Sales and

Other Taxes

Per Item

Total Price per

Item including

Taxes 5 x 6 7 + 8 1. Universal Testing

Machine 01 Nos.

Electronic Balances 1. Top pan Balance readability 2100 g x 0.01 g

01 Nos.

2. Top pan Balance readability 310 g x 0.001g

01 Nos.

2.

3.Analytical Balance readability 210 g x 0.00001 220 – 240 V, 50 Hz, 1 Ph

01 Nos.

Mechanical Balances Triple Beam Balance - 310 x 0.01 g

01 Nos

2610 x 0.1

. 01 Nos.

3.

SolutionBalance15kg x 5

01 Nos.

4. Vehicle Detector 02 Nos.

5. Consolidation Apparatus Conforming to BS 1377

02 Nos.

6. Hydraulic consolidation BS1377

02 Nos.

7. Direct shear apparatus 01 Nos.

8. Oven 01 Nos.

9. Oven 01 Nos.

10. Magnetic Stirrer 01 Nos.

11. Transducer Load Rings 01 each

12. Pressure Transducers 01 each

Pressure Transducers - 0 – 1 bar x 1 mbar,

02 Nos.

13.

0 – 10 bar x 1 mbar supply voltage 5 –12 v DC, x 5 burst

02 Nos.

14. Pressure Meter

04 Nos.

15. Pressure Indicator 02 Nos.

16. Liquid flow sensor Flow rate 0.1 to 10 Liters / Minutes,

02 Nos.

Page 43: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-43

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

and 1 to 50 liters / Min. 02 Nos.

17. Hook and Point Guages 06 Nos.

18. Manometers 06 Nos.

Pressure guage 0 to 100 m water x 0.01m

05 Nos.

bourdon tube 0 to 20 m water x 1mm

05 Nos.

0 to 50 m water x 1mm

05 Nos. 19.

Vacuum Guage Bourdon tube 0 to 10 m water x 1mm

05 Nos.

20. Sieve Shaker 01 Nos.

Provin rings 2 kN 02 Nos. 3 kN

02 Nos.

10 kN 02 Nos.

20 kN

02 Nos.

28 kN 02 Nos.

21.

50 kN 02 Nos.

22. Poker Vibrator 01 Nos.

23. Vibrating Table 01 Nos.

24. Specimen Cutting machine

01 Nos.

25. Moisture tester 01 Nos.

26. Digital Concrete Test Hammer

01 Nos.

27. Mortar mixer 01 Nos.

28. Extensometer 01 Nos.

29. Corrosion analyser 01 Nos.

30. Tri –Axial Test Accessories Conform to BS and ASTM standards

01 Nos.

31. Data Logger 01 Nos.

Load Cells 1000 kN, .01 Nos. 500 kN, 01 Nos. 100kN, 01 Nos.

32.

10 kN 01 Nos Diaplacement Transducers (pye gauges)

0 – 10 mm range with 0.01 sensitivity

01 Nos.

33.

0 - 5 mm range with 0.001 sensitivity

01 Nos.

Page 44: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-44

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

0 - 2 mm range with 0 .001 sensitivity

01 Nos.

Total Amount

Lot No - 06 – Dept: of Civil Engineering – Environmental Testing & Monitoring Equipment

1 2 3 4 5 6 7 8 9 Item Description Country

of Origin

Domestic Value

Added in Percent

Quantity and Unit of

Measurement

Unit Price EXW

Total EXW Price per

item

Sales and Other Taxes

Per Item

Total Price per Item including

Taxes 5 x 6 7 + 8 1.

Kjeldhal nitrogen analysis system

01 Nos.

2. Anaerobic Digester 01 Nos. 3. Anaerobic Digester 01 Nos. 4. Incubator

01 Nos.

5. Weather Station 01 Nos. 6. Water quality

monitoring system

01 Nos.

7. Total Nitrogen Analyzer

01 Nos. 8. Sampling Tubes 12 Nos. 9. Uv visible

spectrophotometer 01 Nos.

10. Centrifuge 01 Nos. 11. Shaking Water Bath -

01 Nos.

12. Autoclaves (See note at end)

01 Nos. 13. Laboratory type fume

hood 01 Nos.

14. Homogeniser 01 Nos. 15. HPLC SYSTEM 01 Nos. 16.

Turbiditimeter 01 Nos. 17. Refregerator 01 Nos. 18. Sound Level Meter 01 Nos.

Global Positioning System (GPS)

02 Nos

19.

Software

01 No. Total Amount

Page 45: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-45

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Notes: Column 4: In accordance with margin of preference ITB Clause 35, if applicable. Domestic Value Added comprises domestic labor, the domestic content of materials, domestic

overheads and profits from the stage of mining the raw material until final assembly. Column 6: Incoterm in accordance with ITB Clause 14 Currency in accordance with ITB Clause 15 Price shall include all customs duties and sales and other taxes already paid or payable on the

components and raw materials used in the manufacture or assembly of the item or the custom duties and sales and other taxes already paid on previously imported items.

Column 8: Payable in the Purchaser’s country if Contract is awarded Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 46: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-46

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Price Schedule For Goods

To Be Offered From Outside The Purchaser's Country Name of Bidder _____________________ IFB Number ______________ Page ___ of ___ Lot No. – 01 – Dept. of Agricultural & Plantation Engineering

1 2 3 4 5 6 7 8 Item Description Country

of Origin

Quantity and Unit of Measureme

nt

Unit Price CIF (...)

or CIP (...)

Unit Price FOB (...)

or FCA (...)

Total Price CIF or CIP

per Item

Total Price FOB or FCA

per Item

4 x 5 4 x 6 1. Chin Block

01 Nos.

2. Pallet Truck

01 Nos.

3. Strain gauges

01 Nos.

4. Laboratory type strain indicator

01 Nos.

5. Watt meter

01 Nos.

6. Portable conductivity meter

01 Nos.

7. Water quality system portable pH meter with 3 ion sensor

01 Nos.

8. Digital Balance

02 Nos.

9. Microscope (Binocular)

01 Nos.

10. Laboratory Oven

01 Nos.

11. Water testing kit with main consumables.

01 Nos.

12. Munsell Soil colour Charts

01 Nos.

13. Smart Water Analysis Laboratory Kit

01 Nos.

14. Wire rope tensioner

01 Nos.

Page 47: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-47

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

15. Infra red LASER thermometer

01 Nos.

16. Multi function handheld meter

01 Nos.

17. Laminar Flow Cabinet

01 Nos.

18. Mechanical shaker

01 Nos.

19. Autoclave

01 Nos.

20. Pipette Can

03 Nos.

21. Petri dish Can

03 Nos.

22. Electronic Top Loading Balance

01 Nos.

23. Heating Magnetic Stirrer

01 Nos.

24. pH Meter (bench top)

01 Nos.

Tool Set

DISSECTING. Stainless. Straight with blint points 125 mm Length

05 Nos.

Forceps: Dissecting forceps (stainless, straight with fine points & guide pin 125 mm

05 Nos.

SCALPELS.SOLID, stainless steel, 35mm Blade

05 Nos.

SCALPEL BLADES, swann-morton , to fit handles No 3&7Lin packets of5 ,0.54/pkt D106016

05 Nos.

25.

SCALPEL Handle , swann-morton , t handle N03

05 Nos.

26. Incubator

01 Nos.

27. Micro biological safety cabinet

01 Nos.

28. Haemocyto meter set

01 Nos.

29. Microscope 06 Nos.

Page 48: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-48

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

30. Multipurpose

universal centrifuge 01 Nos.

31. Thermal Cyclers

01 Nos.

32. Electrophoresis Equipment

01 Nos.

33. UV Trans Illuminator

01 Nos.

34. Fume hood

01 Nos.

35. Shaking water bath

01 Nos.

Micro Pipette

0.1-2μ1range :5-50 02 Nos.

36.

10-100μ1range :50-500

02 Nos.

Eppendorf tube

0.5ml - 1000pkt 01 Nos.

37.

1.5ml - 1000pkt 01 Nos. 38. Pipette Tips

01 Nos.

39. Pipette stand 05 Nos.

40. Filter flask

01 Nos.

41. Slides with biology

(prepared) 01 Nos.

42. Motor and pestle

03 Nos.

43. Refrigerator- Deep Freezer

01 Nos.

44. Kjeldahl Digestion Apparatus GERHARDT

01 Nos.

45. Aluminum refrigeration vessel for liquid nitrogen

01 Nos.

46. Low cost incubators

01 Nos.

47. General purpose steel reversible try carts

01 Nos.

Page 49: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-49

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Autoradiography

Autoradiography Film Size 8"xlO", Qtylbx 100

01 Nos.

Autoradiography Aluminum cassettes Size 8"xI0"

01 Nos.

Calcium tungstate intensifying screens Regular Screens Size 8"x I 0" Qty/pk 2

01 Nos. 48.

Non - Radioactive Autoradiography pens Description Normal energy-level pen

01 Nos.

49. Laboratory de stoner

01 Nos.

50. Four wheel tractor

01 Nos.

51. GPS

01 Nos.

52. Solar Sensor/Pyranometer sensor

01 Nos.

53. Manual Hoes

01 Nos.

54. Manual Ploughs

01 Nos.

55. Pump

01 Nos.

56. Thresher

01 Nos.

57. Biogas Generator

01 Nos.

58. Wind Mill

01 Nos.

59. PV Unit

01 Nos.

60. Laboratory Refrigerator

01 Nos.

61. Dehydrator 01 Nos.

62. Centrifugal seed blower

01 Nos.

Page 50: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-50

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

63. Grain moisture analyzer

01 Nos.

64. Digital Grainmaster

01 Nos.

65. Seed Counter

01 Nos.

66. Brix Meter/ Refractometer

01 Nos.

67. Chromameter (Colour meter) Minolta CR300/ CR400

01 Nos.

68. Fruit Firmness Tester (Penitrometer) Mechanical Fruit Firmness Tester

01 Nos.

Total Amount

Lot No. 02 – Dept: of Electrical & Computer Engineering

1 2 3 4 5 6 7 8

Item Description Country of

Origin

Quantity and Unit of

Measurement

Unit Price CIF (...)

or CIP (...)

Unit Price FOB (...)

or FCA (...)

Total Price CIF or CIP

per Item

Total Price FOB or FCA

per Item

4 x 5 4 x 6 1. DC power supplies 40 Nos.

2. Signal generators 30 Nos.

3. Digital Multimeters 20 Nos.

4. Analogue Multimeters 30 Nos.

5. Oscilloscope 30 Nos.

6. Moving Iron 10 Nos.

Total Amount

Page 51: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-51

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Lot No - 03 – Dept: Mechanical Engineering

1 2 3 4 5 6 7 8

Item Description Country of

Origin

Quantity and Unit of Measureme

nt

Unit Price CIF (...)

or CIP (...)

Unit Price FOB (...)

or FCA (...)

Total Price CIF or CIP

per Item

Total Price FOB or FCA

per Item

4 x 5 4 x 6 Gas Welding Cutting Set including Trolley

Oxy-accytelene Gas welding set with all accessories and trolley

08 Nos.

Gas welding torch and standard kit including spark lighter, nozzle cleaner and torque wrenc

08

Complete Set

Horse and fittings

08 Pair

Oxygen regulators

08 Nos.

Acetylene regulator

08 Nos.

Flash back arrestors -For Oxygen 08 Nos.

1.

- For Acetylene 08 Nos.

2. Soldering Iron 30 Nos.

C-Clamp

32mm-20mm 15 Nos.

45mm-38mm 15 Nos.

3.

60mm-45mm 15 Nos.

4. Tinker Hammer 10 Set

Ball Pein Hammer

0.5 06 Nos.

1 12 Nos .

1.5 16 Nos.

5.

4 05 Nos.

Page 52: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-52

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

7 04 Nos.

Hacksaw Frame - Fixed frame with butterfly nut

30 Nos.

6. Blades

72 Nos.

7. Bench shear 03 Nos.

Arc Welding set 08 Nos.

8. Slag Chipping hammer 16 Nos.

Welding Safety Devices

Arc welding shield

40 Nos.

Safety Goggles 40 Nos.

Goggles for Oxy-accytelene gas welding

40 Nos.

9.

Gas welding apron

40 Nos.

Leather Gloves

- Medium Elbow length five finger

25 Pairs

10.

- Large; Elbow length five finger

25 Pairs.

Lathe Machine with basic accessories

06 Nos.

Four jaw chuck

03 Nos.

Face plate

03 Nos.

Travelling and standing steady

03 Nos.

11.

Driving plate 03 Nos.

12. Bench Drill 03 Com. Kit

13. Power saw 03 Com.

Unit

Page 53: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-53

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Blades

144 Nos.

14. Bench Grinder 03 Nos.

15. Vernier Caliper 15 Nos.

16. Surface gauge 06 Nos.

17. Odd leg caliper 06 Nos.

18. Divider 06 Nos.

19. Steel ruler 30 Nos.

20. Hacksaw 20 Nos.

21. Ball pein hammer 20 Nos.

22. Centre punch 15 Nos.

23. Tri square 06 Nos.

24. Vee block 06 Nos.

25. Scriber 30 Nos.

26. Steel wire brush 45 Nos.

27. Flat bastard hand file 50 Nos.

28. Flat second out hand file 50 Nos.

29. Stock and die 15 Nos.

30. Tap and wrench 15 Nos.

31. Bench vice 15 Nos.

32. Granite surface block 03 Nos.

33. Barral shape wooden mallete 15 Nos.

34. Tinker hammer 15 Nos.

35. Soldering iron (copper bouth) 40 Nos.

Page 54: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-54

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

36. Tinker snip (straight) 15 Nos.

37. Micrometer 06 Nos.

38. Tool point gauge 03 Nos.

39. Outside caliper 08 Nos.

40. Inside caliper caliper 08 Nos.

Straight shank drill bit

10.5 mm 20 Nos.

5 mm 20 Nos.

6 mm 10 Nos.

41.

3.5 mm 10 Nos.

42. Straight shank drill bit set 04 Nos.

43. Taper shank drill bits 01 Nos.

44. Surface Grinder 01 Set

45. Tool And Cutter Grinder 01 Set

46. Timan's Stakes and Holder base 03 Set

47. CNC Lathe 01 Nos.

Total Amount

Page 55: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-55

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Lot No - 04 - Dept of Textile & Apparel Technology

1 2 3 4 5 6 7 8

Item Description Country of

Origin

Quantity and Unit of

Measurement

Unit Price CIF (...)

or CIP (...)

Unit Price FOB (...)

or FCA (...)

Total Price CIF or CIP

per Item

Total Price FOB or FCA

per Item

4 x 5 4 x 6 1. Single needle lock

stitch machine with automatic thread trimmer

05 Nos.

2. Single needle lock stitch machine (Fully programmable)

01 Nos.

3. Double needle lock-stitch machine 01 Nos.

4. Bottom covering stitch machine 01 Nos.

5. Bar Tacking Machine 01 Nos.

6. Single needle, eyelet holing machine 01 Nos.

7. Computer-controlled, High-speed, Lockstitch, Button Sewing Machine

01 Nos.

8. High Speed, 1 Needle, 3 Thread Industrial Overlock Machine

01 Nos.

9. 1 Needle 1 Thread Blind Stitch Machine 01 Nos.

10. Down Turn Feller 01 Nos.

11. Up Turn Feller 01 Nos.

12. J Type Swing Hemmer

01 Nos.

13. Plain Hemmer 01 Nos.

14. Single fold Bias Binder

01 Nos.

15. Belt Loop folder 01 Nos.

16. Corner Gauge 01 Nos.

17. Swing Gauge 01 Nos.

18. Computerised Handloom 01 Nos.

Page 56: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-56

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

19. Infrared Non-contact Thermometer 01 Nos.

20. USB, 10x digital camera eyepiece 01 Nos.

21. Fabric Circular Sample Cutter 01 Nos.

22. Double bed hand Knitting machine 01 Nos.

Total Amount

Lot No - 05 – Dept: of Civil Engineering – Testing & Monitoring Instruments

1 2 3 4 5 6 7 8

Item Description Country of

Origin

Quantity and Unit of

Measurement

Unit Price CIF (...)

or CIP (...)

Unit Price FOB (...)

or FCA (...)

Total Price CIF or CIP

per Item

Total Price FOB or

FCA per Item

4 x 5 4 x 6 1. Universal Testing Machine 01 Nos.

Electronic Balances

1. Top pan Balance readability 2100 g x 0.01 g

01 Nos.

2. Top pan Balance readability 310 g x 0.001g

01 Nos.

2. 3.Analytical Balance

readability 210 g x 0.00001 220 – 240 V, 50 Hz, 1 Ph

01 Nos.

Mechanical Balances Triple Beam Balance - 310 x 0.01 g

01 Nos

2610 x 0.1 01 Nos. 3.

SolutionBalance15kg x 5

01 Nos.

4. Vehicle Detector 02 Nos. 5. Consolidation Apparatus

Conforming to BS 1377 02 Nos.

6. Hydraulic consolidation BS1377

02 Nos.

7. Direct shear apparatus 01 Nos. 8. Oven 01 Nos. 9. Oven 01 Nos.

10. Magnetic Stirrer 01 Nos. 11. Transducer Load Rings 01 each 12. Pressure Transducers 01 each

13. Pressure Transducers - 0 – 1 bar x 1 mbar,

02 Nos.

Page 57: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-57

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

0 – 10 bar x 1 mbar supply voltage 5 –12 v DC, x 5 burst

02 Nos.

14. Pressure Meter

04 Nos.

15. Pressure Indicator 02 Nos. Liquid flow sensor Flow rate 0.1 to 10 Liters / Minutes,

02 Nos.

16.

and 1 to 50 liters / Min. 02 Nos. 17. Hook and Point Guages 06 Nos. 18. Manometers 06 Nos.

Pressure guage 0 to 100 m water x 0.01m

05 Nos.

bourdon tube 0 to 20 m water x 1mm

05 Nos.

0 to 50 m water x 1mm 05 Nos.

19.

Vacuum Guage Bourdon tube 0 to 10 m water x 1mm

05 Nos.

20. Sieve Shaker 01 Nos. Provin rings 2 kN

02 Nos.

3 kN

02 Nos.

10 kN

02 Nos.

20 kN

02 Nos.

28 kN 02 Nos.

21.

50 kN 02 Nos. 22. Poker Vibrator 01 Nos. 23. Vibrating Table 01 Nos. 24. Specimen Cutting machine 01 Nos. 25. Moisture tester 01 Nos.

26. Digital Concrete Test Hammer

01 Nos.

27. Mortar mixer 01 Nos. 28. Extensometer 01 Nos. 29. Corrosion analyser 01 Nos. 30. Tri –Axial Test

Accessories Conform to BS and ASTM standards

01 Nos.

31. Data Logger 01 Nos. Load Cells 1000 kN, 01 Nos. 500 kN, 01 Nos. 100kN, 01 Nos.

32.

10 kN 01 Nos.

33. Diaplacement Transducers (pye gauges)

Page 58: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-58

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

0 – 10 mm range with 0.01 sensitivity

01 Nos.

0 - 5 mm range with 0.001 sensitivity

01 Nos.

0 - 2 mm range with 0 .001 sensitivity

01 Nos.

Total Amount

Lot No - 06 – Dept: of Civil Engineering – Environmental Testing & Monitoring

Equipment

1 2 3 4 5 6 7 8

Item Description Country of

Origin

Quantity and Unit of

Measurement

Unit Price CIF (...)

or CIP (...)

Unit Price FOB (...)

or FCA (...)

Total Price CIF or CIP

per Item

Total Price FOB or FCA

per Item

4 x 5 4 x 6 1.

Kjeldhal nitrogen analysis system 01 Nos.

2. Anaerobic Digester 01 Nos.

3. Anaerobic Digester 01 Nos.

4. Incubator 01 Nos.

5. Weather Station 01 Nos.

6. Water quality monitoring system

01 Nos.

7. Total Nitrogen Analyzer 01 Nos.

8. Sampling Tubes 12 Nos.

9. Uv visible spectrophotometer 01 Nos.

10. Centrifuge 01 Nos.

11. Shaking Water Bath - 01 Nos.

12. Autoclaves (See note at end) 01 Nos.

13. Laboratory type fume hood 01 Nos.

14. Homogeniser 01 Nos.

Page 59: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-59

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

15. HPLC SYSTEM 01 Nos.

16. Turbiditimeter 01 Nos.

17. Refrigerator 01 Nos.

18. Sound Level Meter 01 Nos.

Global Positioning System (GPS) 02 Nos

19. Software 01 No.s.

Total Amount

Notes: Column 5 and 6 : Incoterm in accordance with ITB Clause 14 Currency in accordance with ITB Clause 15 Column 6: Only to be used if the Purchaser wishes to reserve transportation and insurance to domestic

companies or other designated sources. Identification of the lowest evaluated bid must be on the basis of the CIF or CIP price, but the Purchaser may sign the contract on FOB or FCA terms and make its own arrangement for transportation and/or insurance.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 60: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-60

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Price Schedule For Related Services

To Be Offered From Outside And Within The Purchaser's Country

Name of Bidder _____________________ IFB Number ______________ Page ___ of ___

1 2 3 4 5 6

Description

Country of

Origin

Unit Price Total Price per Item

(a) (b) (a) (b)

ItemNo.

Quantit

y and

Unit of Measure-ment

Foreign Currency

Local Currency Foreign Currency

Local Currency

4 x 5(a) 4 x 5(b) 01 Expenses for clearance

of goods from harbour. (except duties/taxes).

02 Transportation

03 Insurance (if aplicable)

04 Charges for delivery up to final destination (delivery site)

05 Any other expences would be involved in delivery of goods up to final destination & acceptance of same.

Total Amount

Notes :

Column 5 and 6: Currencies in accordance with ITB Clause 15

Prices are to be quoted inclusive of all custom duties, sales and other similar taxes applicable in the Purchaser’s country and payable on the Related Services, if the Contract is awarded to the Bidder

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 61: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-61

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Form of Bid Security

[insert Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: [insert Name and Address of Purchaser]

Date: [insert date]

BID GUARANTEE No.: [insert number]

We have been informed that [insert name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated [insert date] (hereinafter called "the Bid") for the execution of [insert name of contract] under Invitation for Bids No. [insert IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures][insert amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the performance security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

Name In the capacity of Signed Duly authorized to sign the Bid Security for and on behalf of Date

Page 62: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-62

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)] Bid No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of [insert number of months or years] starting on [insert date], if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the Form of Bid; or

(b) having been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]

Name: [insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Corporate Seal (where appropriate)

[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.]

Page 63: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-63

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Manufacturer’s Authorization

Date:

ICB No.: MEH /ADB/DEMP/ICB/03/07

Invitation for Bid No.: Same as above

Alternative No.: Not Applicable

To: WHEREAS___________________________________________________ who are official manufacturers of ____________________________________________________ having factories at _______________________________________________________________ do hereby authorize ____________________________________________________ to submit a Bid in relation to the Invitation for Bids indicated above, the purpose of which is to provide the following Goods, manufactured by us ______________________________ and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract, with respect to the Goods offered by the above firm in reply to this Invitation for Bids. Name

In the capacity of:

Signed

Duly authorized to sign the Authorization for and on behalf of

Date

Page 64: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-64

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section V. Eligible Countries

List of Eligible Countries of the Asian Development Bank

Afghanistan Mongolia Armenia Myanmar Australia Nauru, Republic of Austria Nepal Azerbaijan Netherlands Bangladesh New Zealand Belgium Norway Bhutan Pakistan Brunei Darussalam Palau Cambodia Papua New Guinea Canada Philippines China, People's Republic of Portugal Cook Islands Samoa Denmark Singapore Fiji Islands, Republic of Solomon Islands Finland Spain France Sri Lanka Georgia Sweden Germany Switzerland Hong Kong, China Taipei, China India Tajikistan Indonesia Thailand Ireland Timor – Leste, Democratic Republic of Italy Tonga Japan Turkey Kazakhstan Turkmenistan Kiribati Tuvalu Korea United Kingdom Kyrgyz United States of America Lao People's Democratic Republic Uzbekistan Luxembourg Vanuatu Malaysia Viet Nam, Socialist Republic of Maldives Marshall Islands Micronesia, Federal States of

Page 65: Bid Doc Ousl-Eng

Section VI. Schedule of Supply 6-65

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section VI. Schedule of Supply

Contents

1. 2.Delivery and Completion Schedule ...................................................................... 74

2. 3.Technical Specifications ........................................................................................ 75

3. 2.Specifications for Signal Generators.................................................................... 82

Page 66: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-66

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

a). List of Goods

Lot No. – 01 - Dept. of Agricultural & Plantation Engineering

Item No

Item Description Unit of Measure

ment

Quantity

1. Chin Block Nos. 01 2. Pallet Truck Nos. 01 3. Strain gauges Nos. 01 4. Laboratory type strain indicator Nos. 01 5. Watt meter Nos. 01 6. Portable conductivity meter Nos. 01

7. Water quality system portable pH meter with 3 ion sensor

Nos. 01

8. Digital Balance Nos. 02 9. Microscope (Binocular) Nos. 01 10. Laboratory Oven Nos. 01 11. Water testing kit with main consumables. Nos. 01 12. Munsell Soil colour Charts Nos. 01 13. Smart Water Analysis Laboratory Kit Nos. 01 14. Wire rope tensioner Nos. 01 15. Infra red LASER thermometer Nos. 01 16. Multi function handheld meter Nos. 01 17. Laminar Flow Cabinet Nos. 01 18. Mechanical shaker Nos. 01 19. Autoclave Nos. 01 20. Pipette Can Nos. 03 21. Petri dish Can Nos. 03 22. Electronic Top Loading Balance Nos. 01 23. Heating Magnetic Stirrer Nos. 01 24. pH Meter (bench top) Nos. 01

Tool Set

DISSECTING. Stainless. Straight with blint points 125 mm Length

05

Forceps: Dissecting forceps (stainless, straight with fine points & guide pin 125 mm

05

SCALPELS.SOLID, stainless steel, 35mm Blade 05

SCALPEL BLADES, swann-morton , to fit handles No 3&7Lin packets of5 ,0.54/pkt D106016

05

25.

SCALPEL Handle , swann-morton , t handle N03

Nos.

05 26. Incubator Nos. 01

1.List of Goods and Related Services

Page 67: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-67

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

27. Micro biological safety cabinet Nos. 01 28. Haemocyto meter set Nos. 01 29. Microscope Nos. 06 30. Multipurpose universal centrifuge Nos. 01 31. Thermal Cyclers Nos. 01 32. Electrophoresis Equipment Nos. 01 33. UV Trans Illuminator Nos. 01 34. Fume hood Nos. 01 35. Shaking water bath Nos. 01

Micro Pipette

0.1-2μ1range :5-50 02 36. 10-100μ1range :50-500

Nos. 02

Eppendorf tube

0.5ml - 1000pkt Nos. 01 37.

1.5ml - 1000pkt Nos. 01 38. Pipette Tips Nos. 01 39. Pipette stand Nos. 05 40. Filter flask Nos. 01 41. Slides with biology (prepared) Nos. 01 42. Motor and pestle Nos. 03 43. Refrigerator- Deep Freezer Nos. 01 44. Kjeldahl Digestion Apparatus GERHARDT Nos. 01 45. Aluminum refrigeration vessel for liquid nitrogen Nos. 01 46. Low cost incubators Nos. 01 47. General purpose steel reversible try carts Nos. 01

Autoradiography

Autoradiography Film Size 8"xlO", Qtylbx 100 01

Autoradiography Aluminum cassettes Size 8"xI0" 01 Calcium tungstate intensifying screens Regular Screens Size 8"x I 0" Qty/pk 2

01 48.

Non - Radioactive Autoradiography pens Description Normal energy-level pen

Nos.

01

49. Laboratory de stoner Nos. 01 50. Four wheel tractor Nos. 01 51. GPS Nos. 01 52. Solar Sensor/Pyranometer sensor Nos. 01 53. Manual Hoes Nos. 01 54. Manual Ploughs Nos. 01 55. Pump Nos. 01 56. Thresher Nos. 01 57. Biogas Generator Nos. 01 58. Wind Mill Nos. 01 59. PV Unit Nos. 01

Page 68: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-68

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

60. Laboratory Refrigerator Nos. 01 61. Dehydrator Nos. 01 62. Centrifugal seed blower Nos. 01 63. Grain moisture analyzer Nos 01

64. Digital Grainmaster Nos 01 65. Seed Counter Nos 01 66. Brix Meter/ Refractometer Nos 01

67. Chromameter (Colour meter) Minolta CR300/ CR400

Nos 01

68. Fruit Firmness Tester (Penitrometer) Mechanical Fruit Firmness Tester

Nos 01

Lot No - 02 – Dept: of Electrical & Computer Engineering

Item No

Item Description Unit of Measure

ment

Quantity

1. DC power supplies Nos. 40

2. Signal generators Nos. 30 3. Digital Multimeters Nos. 20 4. Analogue Multimeters Nos. 30 5. Oscilloscope Nos. 30 6. Moving Iron Nos. 10

Lot No - 03 – Dept: Mechanical Engineering

Item No

Item Description Unit of Measure

ment

Quantity

Gas Welding Cutting Set including Trolley Oxy-accytelene Gas welding set with all accessories and trolley

Nos.

08

Gas welding torch and standard kit including spark lighter, nozzle cleaner and torque wrenc

Complete set

08

Horse and fittings Pairs 08 Oxygen regulators Nos. 08 Acetylene regulator Nos. 08 Flash back arrestors - For Oxygen Nos. 08

1.

For Acetylene Nos. 08 2. Soldering Iron Nos. 30

Page 69: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-69

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

C-Clamp 32mm-20mm Nos. 15

45mm-38mm Nos. 15 3.

60mm-45mm Nos. 15 4. Tinker Hammer Set. 10

Ball Pein Hammer 0.5 Nos. 06 1 Nos. 12 1.5 Nos. 16 4 Nos. 05

5.

7 Nos. 04 Hacksaw Frame - Fixed frame with butterfly nut Nos. 30

6. Blades 72 7. Bench shear Nos. 03

Arc Welding set 08 8.

Slag Chipping hammer Nos. 16

Welding Safety Devices Arc welding shield

40

Safety Goggles 40 Goggles for Oxy-accytelene gas welding 40

9.

Gas welding apron

Nos.

40 Leather Gloves - Medium Elbow length five finger Pairs 25 10. - Large; Elbow length five finger Pairs 25 Lathe Machine with basic accessories Nos. 06 Four jaw chuck Nos. 03 Face plate Nos. 03 Travelling and standing steady Nos. 03 11. Driving plate

Nos. 03

12. Bench Drill Complete Kit

03

Power saw

Complete Units

03 13.

Blades Nos. 144

14. Bench Grinder Nos. 03 15. Vernier Caliper Nos. 15 16. Surface gauge Nos. 06 17. Odd leg caliper Nos. 06 18. Divider Nos. 06 19. Steel ruler Nos. 30 20. Hacksaw Nos. 20

Page 70: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-70

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

21. Ball pein hammer Nos. 20 22. Centre punch Nos. 15 23. Tri square Nos. 06 24. Vee block Nos. 06 25. Scriber Nos. 30 26. Steel wire brush Nos. 45 27. Flat bastard hand file Nos. 50 28. Flat second out hand file Nos. 50 29. Stock and die Nos. 15 30. Tap and wrench Nos. 15 31. Bench vice Nos. 15 32. Granite surface block Nos. 03 33. Barral shape wooden mallete Nos. 15 34. Tinker hammer Nos. 15 35. Soldering iron (copper bouth) Nos. 40 36. Tinker snip (straight) Nos. 15 37. Micrometer Nos. 06 38. Tool point gauge Nos. 03 39. Outside caliper Nos. 08 40. Inside caliper caliper Nos. 08

Straight shank drill bit 10.5 mm 20 5 mm 20 6 mm 10

41.

3.5 mm

Nos.

10 42. Straight shank drill bit set Set 04 43. Taper shank drill bits Set 01 44. Surface Grinder Nos. 01 45. Tool And Cutter Grinder Nos. 01 46. Timan's Stakes and Holder base Set. 03 47. CNC Lathe Nos. 01

Lot No - 04 - Dept of Textile & Apparel Technology

Item No

Item Description Unit of Measure

ment

Quantity

1. Single needle lock stitch machine with automatic thread trimmer Nos. 05

2. Single needle lock stitch machine (Fully programmable) Nos. 01

3. Double needle lock-stitch machine Nos. 01

4. Bottom covering stitch machine Nos. 01

5. Bar Tacking Machine Nos. 01

Page 71: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-71

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

6. Single needle, eyelet holing machine Nos. 01

7. Computer-controlled, High-speed, Lockstitch, Button Sewing Machine Nos. 01

8. High Speed, 1 Needle, 3 Thread Industrial Overlock Machine Nos. 01

9. 1 Needle 1 Thread Blind Stitch Machine Nos. 01 10. Down Turn Feller Nos. 01 11. Up Turn Feller Nos. 01 12. J Type Swing Hemmer Nos. 01 13. Plain Hemmer Nos. 01 14. Single fold Bias Binder Nos. 01 15. Belt Loop folder Nos. 01 16. Corner Gauge Nos. 01 17. Swing Gauge Nos. 01 18. Computerised Handloom Nos. 01 19. Infrared Non-contact Thermometer Nos. 01 20. USB, 10x digital camera eyepiece Nos. 01 21. Fabric Circular Sample Cutter Nos. 01 22. Double bed hand Knitting machine Nos. 01

Lot No - 05 – Dept: of Civil Engineering – Testing & Monitoring Instruments

Item No

Item Description Unit of Measure

ment

Quantity

1. Universal Testing Machine Nos. 01 Electronic Balances 1.Top pan Balance readability 2100 g x 0.01 g

2. Top pan Balance readability 310 g x 0.001g 01 2. 3.Analytical Balance readability 210 g x 0.00001 220 – 240 V, 50 Hz, 1 Ph

Nos. 01

Mechanical Balances - 01 Triplpe Beam Balance 310 x 0.01 g 01

2610 x 0.1 g 01 3.

Solution Balance 15 kg x 5

Nos.

01

4. Vehicle Detector Nos. 02

5. Consolidation Apparatus Conforming to BS 1377

Nos. 02

6. Hydraulic consolidation BS1377

Nos. 02

7. Direct shear apparatus Nos. 01 8. Oven Nos. 01

Page 72: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-72

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

9. Oven Nos. 01 10. Magnetic Stirrer Nos. 01 11. Transducer Load Rings Nos. 01 each 12. Pressure Transducers Nos. 01 each

Pressure Transducers - 0 – 1 bar x 1 mbar,

02

13. 0 – 10 bar x 1 mbar supply voltage 5 –12 v DC, x 5 burst

Nos. 02

14. Pressure Meter Nos. 04 15. Pressure Indicator Nos. 02

Liquid flow sensor Flow rate 0.1 to 10 Liters / Minutes,

02 16.

and 1 to 50 liters / Min. Nos.

02

17. Hook and Point Guages Nos. 06 18. Manometers Nos. 06

Pressure guage 0 to 100 m water x 0.01m

05

bourdon tube 0 to 20 m water x 1mm 05 0 to 50 m water x 1mm

05 19.

Vacuum Guage Bourdon tube 0 to 10 m water x 1mm

Nos.

05

20. Sieve Shaker Nos. 01 Proving rings 2 kN 02 3 kN 02 10 kN 02 20 kN 02 28 kN 02

21.

50 kN

Nos.

02 22. Poker Vibrator Nos. 01 23. Vibrating Table Nos. 01 24. Specimen Cutting machine Nos. 01

25. Moisture tester Nos. 01

26. Digital Concrete Test Hammer Nos. 01 27. Mortar mixer Nos. 01 28. Extensometer Nos. 01 29. Corrosion analyser Nos. 01

30. Tri –Axial Test Accessories Conform to BS and ASTM standards

Nos. 01

31. Data Logger Nos. 01

Page 73: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-73

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Load Cells 1000 kN, 01 500 kN, 01 100kN, 01

32.

10 kN

Nos.

01 Diaplacement Transducers 0 – 10 mm range with 0.01 sensitivity 01

0 - 5 mm range with 0.001 sensitivity

01 33.

0 - 2 mm range with 0 .001 sensitivity

Nos.

01

Lot No - 06 – Dept: of Civil Engineering – Environmental Testing & Monitoring Equipment

Item No

Item Description Unit of Measure

ment

Quantity

1. Kjeldhal nitrogen analysis system

Nos. 01

2. Anaerobic Digester Nos. 01

3. Anaerobic Digester Nos. 01.

4. Incubator

Nos. 01

5. Weather Station Nos. 01 6. Water quality monitoring system Nos. 01 7. Total Nitrogen Analyzer Nos. 01 8. Sampling Tubes Nos. 12 9. Uv visible spectrophotometer Nos. 01 10. Centrifuge Nos. 01

11. Shaking Water Bath -

Nos. 01

12. Autoclaves (see note at end)

Nos. 01

13. Laboratory type fume hood Nos. 01 14. Homogeniser Nos. 01 15. HPLC SYSTEM Nos. 01

16. Turbiditimeter Nos. 01 17. Turbiditimeter Nos. 01 18. Sound Level Meter Nos. 01 19. Global Positioning System (GPS) Nos. 02

Page 74: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-74

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Software Nos. 01

b). List of Related Services

Item No Name of Related Services Description

01

Inland delivery from port of Colombo to final destination for CIF offers.

1.1. Expenses for clearance of goods from harbour. (except duties/taxes).

1.2. Transportation 1.3. Insurance (if aplicable). 1.4. Charges for delivery up to final destination

(delivery site) 1.5. Any other expences would be involved in

delivery of goods up to final destination & acceptance of same.

02

Inland delivery from Show Room, Factory, where house or off-the-self to final destination for EXW offers. (If applicable only)

2.1. Transportation 2.2. Insurance (if aplicable). 2.3. Charges for delivery up to final destination

(delivery site) 2.4 Any other expenses would be involved in

delivery of goods up to final destination & acceptance of same

1. 2.Delivery and Completion Schedule The delivery period shall start as of ___________________________________________.

Lot No

Description of Goods

or Related Services

Delivery Schedule (Duration)

Location Required Arrival Date of

Goods or Completion

Date for Related Services

01

Dept: of Agriculture & Plantation Engineering

02

Dept: of Electrical & Computer Engineering

03

Dept: of Mechanical Engineering

04 Dept: of Textile & Apparel Technology

Within 03 months form the date of

opening of the L/C for CIF offers

Within 02 months from the date of

signing of the Contract for EXW

offers

Open University of Sri Lanka,

Nawala Nugegoda, Sri Lanka

Page 75: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-75

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

05 Dept: of Civil Engineering – Testing & Monitoring instruments

06 Dept: Civil Engineering – Environmental Testing & Monitoring Equipment

2. 3.Technical Specifications

Lot No. 01 - Dept: of Agriculture & Plantation Engineering

No.

Item Specifications Bidder Response

1. Chin Block I tone, test load 1250 kg, 2.5 m long

2. Pallet Truck 1 ton capacity, with hydraulic lifting mechanism and casters

3. Strain gauges 10 general purpose strain gauges with installation kit (adhesives, soldering kit etc)

4. Laboratory type strain indicator

1.0 micro strain resolution

5. Watt meter Voltage range 10-1000v, currant range 50 mA-10MA, power range 250 mw-10 kW

6. Portable conductivity meter

Range 0 to 200 milliohms, 9 v battery

7. Water quality system portable pH meter with 3 ion sensor

Measurement of 13 parameters pH, dissolved oxygen, conductivity salinity, total dissolved solids, temperature, turbidity, nitrate chloride, calcium, fluoride, potassium, ammonia,

8. Digital Balance Range 2000g x 0.1g, 6.5" x 5.5" stainless steel balance

9. Microscope (Binocular)

Magnifications 100 x 400, 1000 x with wf 10 x eyepieces, 125 x500, 1250 x with 12.5 x eyepieces, focuser = rack, and, pinion type, stage size; 118 mm x 118 mm with transverse (50 mm) viewing angle; 45 degrees

10. Laboratory Oven Range 35oC – 250oC, capacity 50 liters

11. Water testing kit with main consumables.

Measurement of Thermotolerant (faecal) coil form count, Turbidity, Chlorines, &Total coil form count, Dimensions : 370 x 140 x 260 mm Weigh : Approx 10 Kg Incubator : Temperature 44 0 C, power 12V (internal battery charger supplied Capacity 16x47 mm Petri dish The kit is supplied.

Page 76: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-76

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

With consumables for 200 tests. 12. Munsell Soil

colour Charts Classifying the colour of various soils. Chart size: 4 – ¼” x 7 -1/4”. Chip size: ½” x 5/8”

13. Smart Water Analysis Laboratory Kit

Measures 24 water quality parameters, analyses test sample colour reactions and provides direct readouts for 15 factors.

14. Wire rope tensioner

‘Tirtor’ winch , 1 ton

15. Infra red LASER thermometer

Hand held, -50 – 1000 oC, resolution 0.1 oC, 2% accuracy

16. Multi function handheld meter

Temperature range -200 to 1000 oC, accuracy .01 oC RH measurement range 1-100% , Accuracy 1% Pressure measurement rang 2 bar 10bar and bar CO measurement 0 to 500ppm CO2 measurement 0 to 10000ppm Rpm measurement range 20 to 20000rpm Memory space 15 KB

17. Laminar Flow Cabinet

Dimension (IN) : 740 x 600 x 620 (H) mm, Dimension (OUT):870 x 790 x 1950 (H) mm , Illumination: F. L. 20W x 2 EA , Sterilization: U .V G . 20W x 2 EA, Blower: 1/3 HP , Main /PRE filter: HEPA Filter (0.3/lm 99.99%) / Nylon Filter, Exhaust filter: HEPA Filter (0.3 /lm 99.99%) , Purity / Wind velocity: Class100/0.3-0.45m/sec , Air volume /Flow rate: 22-25m3/min / Exhaust 30% , Recirculation 70% , Door type / Material: Balance Weight type'? Sliding Door tempered Glass ,Material (IN) / (OUT): SUS 304 Polishing Plate / SCP - I with Power Coating, Noise / Utility: Less than 60 bd / Hour meter, Consent, Gascock, Vacuum cock, Power :500W

18. Mechanical shaker

Dimension (OUT) 280 x 330 x70 (H) mm, Platform size: 225 x300(H) mm, Flask holder :250 x 9 EA ) Standard, Speed control: Digital Automatic Feedback Controller, Speed range: 20 - 350 RPM,RPM meter: Digital RPM meter, Timer: Digital Timer 99 hr 59 min. or Infinity, Motor: Motorless, Belt less, Stroke: 25 - 50 mm, Power: 230V, 50 Hz

19. Autoclave Chamber size: 0300 x 620 (h) mm, Capacity: 45 liters, Temp. Range: Ambient 5°C - 132°C, Temp. Accuracy::!: 0.5 @ 121°C, Chamber material: Stainless steel, Safety device: Low water automatic cut off safety valve, Release valve, Emergency exhaust valve, Door safety catcher, Accessories: 02 nos of sterilization baskets included, Temp. & Pressure Indication: Microprocessor control digital pressure & temp. Display.

20. Pipette Can Cylindrical for holding pipettes vertically for

Page 77: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-77

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

autoclaving with lid. Stainless steel. Size 457 x 64-mm dia 02.

21. Petri dish Can For Petri dishes up to 100 mm dia, 255H x 115 D mm, Stainless steel box

22. Electronic Top Loading Balance

Weighting Range: 220g, Readability:1 mg (0.00l g), Pane Size:100 x 100 mm

23. Heating Magnetic Stirrer

Stirring Capacity: Max. 3 lit, Motor Rating input: 9w, Motor Rating Output: 4w, Speed: Max. 1800 rpm, Plate Size: 180 x 180 mm, Temp. Range: Max. 400°C, Heating Power: 600w, Power Supply: 240v AC, 50/60 Hz

24. pH Meter (bench top)

Range: pH 0 - 14.00 pH, 0 - 14.00 pH, mV 0 - ± 600.0 and 0 - ± 1500 mV (auto Ranging), Temp. - 10.0 - 120.0 °C, Resolution: pH ± 0.001pH, mV 0.1 mV& 1 mV, Temp ± 0.2 °C, Accuracy: pH ± 0.01pH and ± 0.002 pH, mV ± 0.15 mV &: ± 1 mV, Temp.± 0.2°C

25. Tool Set DISSECTING. Stainless. Straight with blint points 125 mm Length Forceps: Dissecting forceps (stainless, straight with fine points & guide pin 125 mm SCALPELS.SOLID, stainless steel, 35mm Blade SCALPEL BLADES, swann-morton , to fit handles No 3&7Lin packets of5 ,0.54/pkt D106016 SCALPEL Handle , swann-morton , t handle N03

26. Incubator Capacity: 60 liter, Temp. Range: Amb. + 5 °c - 70°C, Temp. Accuracy: :!: 0.1 °c at 40°C Temp. Uniformity: :!: 0.4 °c at40°C, Temp. controller, Digital PID auto - tuning, Material: Stainless Steel, Safety device: CLS - control system power: 230V AC, 60Hz

27. Micro biological safety cabinet

Dimension (OUT) :852 x 760 x 1410 (W x D x H) mm, Dimension (IN): 732 x 580 x 700 (W x D x H) mm, Air speed:670 m3 I h, Noise level: less than 55 dBA, Filter: HEPA > 99.999% efficiency

28. Haemocyto meter set Consist of Haemoglobin tub, Haemoglobin pipette,

pipette for water, Elastic pipette bulb, Rod and container in a box.

29. Microscope Eyepiece: WF 10X, Automatic Objective: 4X 10X 40X(S), Tungsten lamp, Condenser: Single lens with disc diaphragm, Coaxial coarse and fine adjustment.

30. Multipurpose universal centrifuge

Speed range: 250 to 13,500 rpm : Maximum RCF : 17, 310xg (using rotor 17305-58) : Timer: 1 to 60 minutes: Dimensions:13 7/8 Wx 13"Hx 17 ¾ "D :

Page 78: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-78

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Shpg wt :69 1b (31.3 kg) : Cord and plug: both models include a 5 ft cord with plug: Rotor 01, Twelve x 15-ml tubes, 6000, 4306xg 17 dia x 120 L : Rotor 02 , 24x 1.5/2.0-ml tubes, 13500 , 17,310 xg with fitted tubes.

31. Thermal Cyclers Temp. Control range: 4 °C to 99°C, Temp. Uniformity across the block: ± 0.6 °C, Control accuracy: ± 0.2 °C, Temp. Control speed:3 °C/s (heating) & 2 °C/s (cooling), Heating & cooling via pelier technology, Heated lid included, Auto calibration in tendem with temperature validation system, Auto restart within 3 minutes of power failure, RS 232 interface, Power 230V / 50 - 60Hz

32. Electrophoresis Equipment

Exterior dimensions:27xI7.5 x 10cm (LxWxH), Trays for 7x 15cm, 10x 15cm and 15x 15 cm, 20- teeth combs with 1.5 mm thickness, 300 Power Supply System 220 V

33. UV Trans Illuminator

Filter size: 20 x 20 cm, Wavelength: 312 nm, power: 230V AC, 50Hz

34. Fume hood Fume hood size: 48-inch, Blower: 1/3 hp motor, Construction: Epoxy-coated steel, Ductwork size 10”, Fixtures Optional electrical outlet, air/gas/vacuum/water service connection, and cup sink and faucet, Light :One 100 watt incandescent , Switches: No-blower models: two Standard models: two XPRF models: none, Dimensions 48"W x 48" H x 25"D

35. Shaking water bath

Capacity: 17 liter, Temp. Range: Amb. + 5 °C - 100°C, Temp. Accuracy:± 0.1 °C at 50°C, Heat up time: 50 °C within 40 min, Temp. controller: Digital PID auto - tuning, Material: Heater: Incoloy shealth 0.8 kW, insulation: Glass wool, Sensor: pt 100, Safety Device: CLS – control system, Power: 230 V AC, 60 Hz

36. Micro Pipette • 0.1-2μ1 range :5-50 • 10- 100μ1 range :50-500

37. Eppendorf tube 0.5ml 1000pkt 1.5 ml 1000pkt

38. Pipette Tips Volume: 0.5 – 10 10μl, Colour: clear 1000pkt 39. Pipette stand Polypropylene pipette, has 8 x 16 mm 8x 8 mm holes

on the tiers. Autoclavable. Dimensions are 200 x 75 mm and height is 150 mm

40. Filter flask Glass, 17D x Il mmH, Flask Volume: 500ml 41. Slides with

biology (prepared)

Amoeba, E, Euglena, E, Hydra, with bud, E, Fasciola (liver fluke),E, Human blood film, Artery and vein,TS, Lung, VS, Ileum, TS, Testis TS, Ovary, TS, Spirogyra,E ,Mucor, conjugation, E , Marchantia

Page 79: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-79

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

(Liverwort)developed sporogonium,Marchantia, thallus, antheridia, VS, marchantia, thallus,archegoina, VS, Mnium (moss), antheridia, VS,Mnium, archegonia, VS, Dryopteris (Fern), prothallus,E, Allium (Onion),root apex,LS Zea(Maize), root, TS, Cucurbita, stem, LS , Helianthus (Sunflower), root, TS, Helianthus, leafTS, Helianthus, stemTS, Zea,stem,TS

42. Motor and pestle Porcelain Morter, porcelain Pestle, Diameter: 100mm 43. Refrigerator-

Deep Freezer Alarm: audible and visual with high and low set points, heavy - gauge steel cabinet, Temperature: Control microprocessor Accuracy 1°C, Four - digit display, Capacity: 1.7 cu ft, minimum temperature: -43°C , Interior dimensions 18'W x 13"H x 12"D , power230v 50Hz

44. Kjeldahl Digestion Apparatus GERHARDT

Block digestion units for Kjeldahi flasks. 50-100ml (micro), 250ml (semi micro) and 500-750ml (macro), Lacquered sheet metal housing enameled cover. Trough-shaped tubular heating elements built into stainless steel reflectors. , Flask 50ml :Heat units 6 :External600W x 300H x 250D:Rating 1800

45. Aluminum refrigeration vessel for liquid nitrogen

liquid nitrogen capacity (L):9.3, Static holding time (days): 93, Evaporation rate(U day): 0.10, No. storage canisters: 6, Capacity(0.25 ml straws): 1560, Overall height(mm) 450, Diameter(mm)358

46. Low cost incubators

Capacity: 0.8(cu ft), Accuracy: :J: 1.0 DC, Uniformity: :J: 5°C, Dimensions (WxHxD) ,lnteriorI2"x lO"x 10", Exterior13 "x 15"2x 111/4" : Shelf Positions 6, Shelves included I, Power(V AC,Hz) 120,60 :Watts 300, Shpg wt Ib (kg) 29 (13.2)

47. General purpose steel reversible try carts

Shelf area (Lx W) 36"x24", No. Shelves 2, Shelf Clearance IT' Capacity Ib (kg) 500 (227) , Caster dia 5" , Overall height 36" , Shpg wt Ib (kg) 59 (26.8)

48. Autoradiography Autoradiography Film Size 8"xlO", Qtylbx 100 Autoradiography Aluminum cassettes Size 8"xI0" Calcium tungstate intensifying screens Regular Screens Size 8"x I 0" Qty/pk 2 Non - Radioactive Autoradiography pens Description Normal energy-level pen

49. Laboratory de stoner

Motor fan 0.75 kW

50. Four wheel tractor

with ploughs, seeders & planters

51. GPS With USB interface and software 52. Solar

Sensor/PyranometBasic Sensor: cosine corrected silicon photocell detector, Spectral response: 350nm to 1100nm,

Page 80: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-80

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

er sensor Response time: 10ns, Maximum irradiance: 2000W/m2, Sensitivity: 15μV/W/m2, Temperature coefficient: 0.2%oC, Stability ±0.2%, Cosine correction: Typical errors<3% up to 80o angle of incidence.

53. Manual Hoes hoe hilling & cultivator, diamond head, oscillating head with 7 inch blade

54. Manual Ploughs jet-5/aht- 7 single plough 55. Pump Total head 25m, max delivery volume 800L/min,

suction head 10m, coupled with air cooled 4 stroke diesel engine.

56. Thresher Axial flow type for paddy 57. Biogas Generator Garbage tank: 8' x 10' h (brick wall) 8' 5" tick

reinforcement concrete base, gas storage tank

58. Wind Mill ez, wire universal 90 amp wind / PV voltage controller whispe h-80, w/solar controller

59. PV Unit 12V, 60 W 60. Laboratory

Refrigerator 49 cu ft, adjustable temperature (O0-10oC), dimensions 38"L x52"w x 84" h, factory set 4oC 8 adjustable shelves, 2 bottom rack

61. Dehydrator 550 watt fruit vegetables, 0.6 square ft drying aria I 7”'L x II. 75"w: x 10.4"h tern 93°- 158° f6 trays

62. Centrifugal seed blower

Dim: 23"L x 23" w x 18" h, voltage 220v 60 Hz, wt 481 lb.

63. Grain moisture analyzer

shown with IDP -562 optional printer, large capacity inlet hopper full function, alphanumeric key pad selection keys to guide user theory operational menus.

64. Digital Grainmaster

Digital display of moisture and temperature, with integrated grinder - compressor unit, grin cup, sample spoon, brush and' quick check' in addition to the 0 - 100 relative scale, the 15 per- programmed calibrations; Wheat , Barley, Oats, Oilseed Rape Canola, linseed, peas, com, sunflower, coffee, Soya, rice, paddy, beans

65. Seed Counter 66. Brix Meter/

Refractometer Range 0-45% For Juice, Coffee, Industrial fluids Model PR 101a 0-45% Or Model PR 32a 0-31% Minimum scale Brix 0.1% Accuracy Brix ± 0.1% Measuring time ~ 2.0 seconds Minimum sample size 0.1 ml Temperature range 10-40 c C

Page 81: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-81

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Power 006P dry battery (9V)

71. Chromameter (Colour meter) Minolta CR300/ CR400

Receptor: 6 silicon photocell Spectral response ≈ CIE 1931standard observer curve Light source: Pulsed xenon lamp Measuring are : 50mm2 Data Processor: DP301

72.

Fruit Firmness Tester (Penitrometer) Mechanical Fruit Firmness Tester

- Dual graduation - Compact 2 3/8 diameter - Weight (10 ounce) - Accuracy ± 2 graduation - Set of spare tip (05) - 5/16”, 7/16 stainless steel plunger tips - Carrying case - Wagner model FT FFT Mounted on Test

stand

Lot No. 02 - Dept: of Electrical & Computer Engineering

1. Specifications for DC Power Supply with Two Independent Variable Outputs and One 5V Fixed Output (Bench Type)

Features

If the supplier/vender offers the exact minimum requirement, can say complied/yes. If not, must give the full detail. Any ambiguity may lead to consider not complied

Bidder Response

Make Should be indicated by the vender Model Should be indicated by the vender Country Should be indicated by the vender

Independent two rails DC 0 V to 30 V 0 to 2 A

Fixed rails + 5V Fixed supply, max. 2A

Operating Modes

The two independent rails most are capable of giving series connection & parallel connection.

Line regulation ≤ 0.01 % + 3 mV Load regulation ≤ 0.01% + 5 mV

Constant Voltage Operation Ripple ≤ 0.05 mV r.m.s.

Line regulation ≤ 0.2 % + 3 mA Load regulation ≤ 0.2% + 3 mA

Constant Current Operation Ripple ≤ 3mA r.m.s. Panel Meters/Display

Vender should indicate (Analog or Digital)

Power Source AC 240 % 10% 50/60 Hz Isolated Outputs

Overload and short circuit protected with adjustable short circuit current limit

Safety Vender should indicate Efficiency Vender should indicate

Page 82: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-82

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Working Temp, Humidity

Vender should indicate

Additional Vender should indicate Manuals & Circuit Diagrams

i) Service manuals including Circuit Diagrams ii) Operating manuals

Compliance with Standards

All hardware should comply with current safety standards for radiation and electrical safety and also for RFI. Vendors should indicate the relevant standards to which their equipment are conforming.

Warranty Three years comprehensive. Vender should provide replacement equipment if the unit is taken out for repairs and vender must do the transportation of the unit to and from OUSL.

3. 2.Specifications for Signal Generators Features

If the supplier/vender offers the exact minimum requirement, can say complied/yes. If not, must give the full detail. Any ambiguity may lead to consider not complied

Bidder Response

Make Should be indicated by the vender Model Should be indicated by the vender Country Should be indicated by the vender

X 1 range: 20 Hz – 200 Hz X 2 range: 200 Hz – 2 kHz X 3 range: 2 kHz – 20 kHz

Frequency Range

X 4 range: 20 kHz – 200 kHz

Frequency Indicator

Dial scale or digital display

Frequency Accuracy

±(3% +1Hz)(at max. output)

SINE WAVE CHARACTERISTIC Output Voltage 5V r.m.s.±10% (As measured at 1 kHz under max.

output) (at 600Ω load)

Frequency Response

20Hz ~ 200 kHz ±0.5dB (at 600Ω load) Reference frequency 1kHz

Distortion Factor

500Hz ~ 20kHz 0.02% or less 100Hz ~ 100kHz 0.05% or less 50Hz ~ 200kHz 0.3% or less 20Hz ~ 200kHz 0.5% or less or should be indicated by the vender

Page 83: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-83

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

SQUARE WAVE CHARACTERISTIC

Output Voltage

10V pp or more (at 600Ω load)

Overshoot 2% or less (at 1kHz, maximum output) Sag 5% or less (at 50Hz) Rise & Fall Time

Less than 200ns

Duty Ratio 50% ±5% EXT SYNCHRONIZATION CHARACTERISTIC Synchronizing Range

Approx. 1 % for 1.5V or more

Maximum Allowable Input

10 V r.m.s

Input Impedance

Approx. 20 kΩ

OUTPUT

Output Impedance

600Ω ±10%

Output Attenuator

0, -10, -20, -30, -40, -50dB 6 ranges (accuracy ±1dB at 600Ω load) or should be indicated by the vender

GENERAL Power Source 230V AC ±10% 50/60Hz Dimensions Vender should indicate Weight Vender should indicate Accessories Test lead & instruction manual (Vender should

indicate)

Additional Vender should indicate Manuals & Circuit Diagrams

i) Service manuals including Circuit Diagrams ii) Operating manuals

Compliance with Standards

All hardware should comply with current safety standards for radiation and electrical safety and also for RFI. Vendors should indicate the relevant standards to which their equipment are conforming.

Warranty Three years comprehensive. Vender should provide a replacement equipment if the unit is taken out for repairs and vender must do the transportation of the unit to and from OUSL.

3.Specifications for Digital Multimeter

If the supplier/vender offers the exact minimum Bidder

Page 84: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-84

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Features requirement, can say complied/yes. If not, must give the full detail. Any ambiguity may lead to consider not complied

Response

Make Should be indicated by the vender Model Should be indicated by the vender Country Should be indicated by the vender Auto Ranging Should be indicated by the vender Power off Auto or Manul Display Area Should be indicated by the vender Basic Accuracy 0.3%( DCV) DC Voltage 400mV/4V/40V/400V/1000V AC Voltage 4V/40V/400V/750V DC Current 4mA/40mA/400mA/10A AC Current 4mA/40mA/400mA/10A Resistance 400Ohm/4kOhm/400kOhm/4000kOhm/40MOhm Frequency Should be indicated by the vender Capacitance Should be indicated by the vender Continuity Buzzer sound at approx. less than 40Ohm Safety Vender should indicate Efficiency Vender should indicate Working Temp, Humidity

Vender should indicate

Additional Vender should indicate Manuals & Circuit Diagrams

i) Service manuals including Circuit Diagrams ii) Operating manuals

Compliance with Standards

All hardware should comply with current safety standards for radiation and electrical safety and also for RFI. Vendors should indicate the relevant standards to which their equipment are conforming.

Warranty One year comprehensive. Vender should provide replacement equipment if the unit is taken out for repairs and vender must do the transportation of the unit to and from OUSL.

4. Specifications for Analog Multimeter

Features

\If the supplier/vender offers the exact minimum requirement, can say complied/yes. If not, must give the full detail. Any ambiguity may lead to consider not complied

Bidder Response

Make Should be indicated by the vender Model Should be indicated by the vender Country Should be indicated by the vender Power off Switch

Yes or No

Meters Should be indicated by the vender

Page 85: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-85

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Basic Accuracy Should be indicated by the vender DC Voltage 10V/30V/100V/300V/1000V AC Voltage 10V/30V/100V/300V/1000V DC Current 100uA/3mA/30mA/300mA/10A AC Current 4mA/40mA/400mA/10A Resistance Rx1/Rx10/Rx100/Rx1K/Rx10K Battery Checker

Yes or No

Continuity Buzzer sound at approx. less than 40Ohm Safety Vender should indicate Efficiency Vender should indicate Working Temp, Humidity

Vender should indicate

Overload Protected Movement

Vender should indicate

Additional Test & Type Check NPN/PNP Transistor, Others are Vender should indicate

Manuals & Circuit Diagrams

i) Service manuals including Circuit Diagrams ii) Operating manuals

Compliance with Standards

All hardware should comply with current safety standards for radiation and electrical safety and also for RFI. Vendors should indicate the relevant standards to which their equipment are conforming.

Warranty One year comprehensive. Vender should provide a replacement equipment if the unit is taken out for repairs and vender must do the transportation of the unit to and from OUSL.

5. Specifications for 20 MHz Oscilloscope

Features

If the supplier/vender offers the exact minimum requirement, can say complied/yes. If not, must give the full detail. Any ambiguity may lead to consider not complied

Bidder Response s

Make Should be indicated by the vender Model Should be indicated by the vender Country Should be indicated by the vender

Type of cathode Ray Tube

Should be indicated by the vender

Acceleration Voltage

2Kv

Page 86: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-86

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Vertical Axis (for both CH1 and CH2) Sensitivity 10 mV/div ~ 20 V/div ± 5% Attenuator 10 mV/div to 20V/div in 11 calibrated ranges in 1-2-5

sequence. Variable between ranges. ± 5% on all ranges.

Input Impedance

1 MΩ ± 5%

Input Capacitance

22 pF ± 3 pF

Frequency Response

DC DC –10 MHz (less than – 3dB)

Rising Time Less than 35 nsec. Overshoot Less than 3% (at 100 kHz (square wave) Cross – Talk Better than 70 dB at 1 KHz Operating mode

CH1 Channel 1 only, CH2 Channel 2 only, DUAL 2 – Channel (CHOP and ALT are automatically selected by SWEEP TIME/DIV) 0.5μ s/ - div ~ 0.5 ms/div ALT (alternate sweep) 1 ms/div ~ 0.5 s/div: CHOP (200 KHz switching)

CHOP Frequency

200 KHz ± 20%

Maximum input Voltage

600 Vp-p or 300 V (DC+AC Peak)

Sweep Circuit Sweep System Triggered and automatic in automatic mode is

obtained without input signal

Sweep Time 1 μ s/div to 0.5 s/div in 18 calibrated range, in 1-2-5 sequence. Variable between ranges . Sweep time accuracy: ± 5%

Magnifier 5 times ± 10% (PUUL x 5 MAG)

Linearity 3% or less distoration (1μ s/div ~ us/div ~ 0.5 s/div) 5% or less distoration (1μ s/div ~ 2 μ s/div)

Triggering Source INT: Change over by MODE Switch (DUAL: CH1

input signal only), EXT: EXT TRIG input signal, NOR: positive and negative, TV: negative and positive (THV and TVV are automatically switched by SWEEP TIME/DIV) THV (TV-line): 1 μ s/div ~ 50 μ s/div TVV (TV-Frame):0.1 ms/div ~ 0.5 s/div

Triggering Voltage

CH1 and CH2…Amplitude on CRT screen, more than 1 div

Triggering Range

INT: 20 Hz ~ 10 MHz, EXT: DC ~ 10 MHz

Horizontal Axis (CH2 input)

Page 87: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-87

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Operating Mode

X-Y mode is selected by SWEEP TIME/DIV, CH1: Y axis, CH2: X axis

Sensitivity Same as CH2 (10 mV/div ~ 20 V/div ± 5%) Frequency Response

DC DC – 1 MHz (less than –3dB)

Input Impedance

Same as CH2 (1 MΩ ± 5%)

Input Capacitance

Same as CH2 (22 pF ± 3%)

Calibrating Voltage

1 Vp-p ± 5% (50/60 Hz square ware)

Intensity Modulation

Input Voltage TTL level Input Impedance

10 KΩ ± 20%

Trace Rotation Trace angle is adjustable by panel surface ajuster Power Supply & Code

Operating on. 230 ± 10% AC 50 Hz. Vendor should supply all the cables necessary with BS 1363 standard plug tops The Vendor should specify the permissible tolerance in the input voltage

Power Supply Voltage

100/117/220/240V± 10%, 50/60Hz

Power Consumption

20 W

Safety Vender should indicate Efficiency Vender should indicate Working Temp, Humidity

Vender should indicate

Additional Vender should indicate Manuals & Circuit Diagrams

i) Service manuals including Circuit Diagrams ii) Operating manuals

Compliance with Standards

All hardware should comply with current safety standards for radiation and electrical safety and also for RFI. Vendors should indicate the relevant standards to which there equipment is conforming.

Warranty One year comprehensive. Vender should provide replacement equipment if the unit is taken out for repairs and vender must do the transportation of the unit to and from OUSL.

6. Specifications for Moving Iron

Features

If the supplier/vender offers the exact minimum requirement, can say complied/yes. If not, must

Bidder Response s

Page 88: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-88

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

give the full detail. Any ambiguity may lead to consider not complied

Make Should be indicated by the vender Model Should be indicated by the vender Country Should be indicated by the vender Accuracy: Class 1.5 (Class 2.5 - 60A and above) AC Ratings: 1A to 100A direct connected (D48SD-40A max) 1A or 5A CT operated 30V to 600V direct connected Burden: 0.7VA typical for 1A or 5A CT operated at 50Hz 1.2VA max for up to 30A 2.4VA max for 40A to 100A 6VA max for voltmeters up to 600V Frequency: Calibrated at 50Hz Specify for frequencies 15Hz up to 400Hz Scaling: Standard ammeter and voltmeter scales. (2x and 6x overload ammeter scales available Damping: Heavily damped movements available Additional Test & Type Check NPN/PNP Transistor,

Others are Vender should indicate

Manuals & Circuit Diagrams

i) Service manuals including Circuit Diagrams ii) Operating manuals

Compliance with Standards

All hardware should comply with current safety standards for radiation and electrical safety and also for RFI. Vendors should indicate the relevant standards to which their equipment are conforming.

Warranty One year comprehensive. Vender should provide a replacement equipment if the unit is taken out for repairs and vender must do the transportation of the unit to and from OUSL.

Lot No. 03 - Dept: of Mechanical Engineering

Item Specifications Bidder Response

General Description Oxy-accytelene Gas welding set with all accessories and trolley

Welding Range 0.5 mm - 5 mm thickness

1. Gas Welding Cutting Set including Trolley

Gas welding torch and standard kit including spark lighter, nozzle cleaner and torque wrench

Nozzle size 01 - 07

Page 89: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-89

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Horse and fittings Appropriate two colours, with each of minimum length of 5 meters

Oxygen regulators 2 stages Acetylene regulator 2 stages Flash back arrestors For Oxygen For Acetylene

General Description Soldering Iron with plated copper tip

Power rating 150 W

AC230 Volts. Approx 2 meter wire with the plug

2. Soldering Iron

Hard wood hanlde and the stand to place the Soldering Iron

Drop forged body with steel screw

Jaw Opening Throat depth 32mm 28mm 45mm 38mm

3. C-Clamp

60mm 45mm

Sheet Metal worker's hammer. Polished face and pein

Size of square face - 3/4, 7/8, 1.0 (inches)

4. Tinker Hammer

Other face Circular With weights of 0.5 1 1.5 4

5. Ball Pein Hammer

7 Fixed frame with butterfly nut

Heavy duty Adjustable 250 - 300

6. Hacksaw Frame

Blades Hand operated, bench mounting with hold down attachements.

Sheets up to 2 mm; solid bas upt to 13 mm

7. Bench shear

Length of the blade approximately 300mm

Arc Welding set 8.

General Description

A.C oil / air cooled Arc Welding Set

Page 90: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-90

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Operating current 210 Amps.(minimum)

Single phase 230 Volts, 50 Hz Minimum current 40 Amps.

Maximum current 210 Amps.

Electrode size 1.6 mm to 5.0 mm

Open circuit voltage 48Volts

Mounted on Castors

Slag Chipping hammer

Welding Safety Devices

Arc welding shield

Hand held welding shield with fibre glass casing and handle; Oval flexible frame with ventilation holes and lage inter changeble lenses.

Lens dimensions 110 x 60mm

With Protective glasss

Safety Goggles Clear glaases suitable for slag chipping

Goggles for Oxy-accytelene gas welding

Swivel type outer frame with tinted glasss and inner frame with plain glass

9.

Gas welding apron Out of leather Medium

Leather Gloves 10.

Leather work gloves. Semi lined. Palm, knuckle and finger tips of grained leather. Glove top and gauntlet cuff of fabric with elastic

Mediom Elbow length five finger

Page 91: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-91

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Leather work gloves. Semi lined. Palm, knuckle and finger tips of grained leather. Glove top and gauntlet cuff of fabric with elastic

Large; Elbow length five finger

Lathe Machine with basic accessories

Swing over bed 280mm Distance between centres 750 mm

Speed range 40 to 1500 RPM Horizontal feed 0.025to 0.2 mm/Rev Thread cutting facility

0.25 to 6mm (24 different pitches)

chasing dial for lead screw

lead screw 6mm pitch Emergency foot pedel (foot brake)

Spindle bored to pass Standard 3 jaw chuck Compound slide Taper turning attachemnt

4 way tool post tool holders HSS tool bits 6mm x 6mm (tool set)

Coolant pump 3 phase motor Dead centre Revolving centre Lamp

Drill chuck for lathe drilling

13 mm Live centre and reducing sleeve for spindle nose

Following lathe accessories in numbers shown against them in addition to above

Four jaw chuck Face plate Travelling and standing steady

11.

General Description

Driving plate

Page 92: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-92

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Power supply Three phase, 440 Volts, 50Hz

Warranty Months 24

Bench Drill

Bench drill with allaccessories

Drill chuck size 2 -13mm Minimum Spindle movement 60mm

Rotating speed 380 to 2800RPM Table size 250 mm x 250 mm Table lowered and raised by means of gear rack.

Table to be lowered and raised by 400mm

Table swing 360o Suitable holding device which can be moved on the table

12.

General Description

Power supply Single phase, 230 Volts, 50Hz

Power saw

Power saw complete with material hoding device with facility for angle cutting

Speed Strokes Maximum diameter of solid bar /pipe 100mm

Three phase motor, 440 Volts, 50 Hz

13.

Blades Bench Grinder

Bench Grinder with two grinding wheels side by side

Grinding whee diameter 200mm

Width of the grinding wheel 25 mm

14.

General description

Power supply Single phase, 230 Volts, 50Hz

Page 93: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-93

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

15. Vernier Caliper

For inside, outside and depth measuring; Knife edge jaws measuring length 125 mm scale both in mm x inches least count 0.05 mm

16. Surface gauge

Spindle height - 240 mm Base size 75 x 65 mm

17. Odd leg caliper 150 mm

18. Divider Length 200 mm

19. Steel ruler Length 150 mm both mm x inches scale least count 0.5 mm bright finish

20. Hacksaw Fixed frame with butterfly nut for blade adjustment Blade size 300 Depth of frame (bow) 85 mm

21. Ball pein hammer Weight 400 grams

22. Centre punch Length 100 mm point angle 60o diameter 10 mm knurled body

23. Tri square Size of blade 150 mm 24. Vee block 100 x 70 x 100 mm to angle 25. Scriber 180 mm length Round knurled tungsten carbide

points double ended

26. Steel wire brush Wire groom 3 to 5 rows Wooden handle 27. Flat bastard

hand file Length 300 mm with handle

28. Flat second out hand file Length 300 mm with handle

29. Stock and die M12 x 1.75 High speed steel 30. Tap and wrench M x 12 x 1.75 High speed steel 31. Bench vice 150 mm jaw length 100 mm jaw opening 32. Granite surface

block 450 x 300 x 100

33. Barral shape wooden mallete 40 mm f x 100 mm height 300 mm wooden handle

34. Tinker hammer 100g cross pein 35. Soldering iron

(copper bouth) 1 1/2" x 1"

36. Tinker snip (straight) 250 mm

37. Micrometer Measuring range 0 - 25 mm Scale - both is mm x inches least count - 0.01 mm

38. Tool point gauge For metric, British and pipe threads 39. Outside caliper 150 mm spring loaded

Page 94: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-94

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

40. Inside caliper caliper 150 mm spring loaded

High speed steel 10.5 mm 5 mm 6 mm

41.

Straight shank drill bit

3.5 mm High speed steel 42. Straight shank

drill bit set 3mm to 13 mm in steps of 1 mm High speed steel 8 mm to 12 mm in steps of 0.5 mm 13 to 25 mm

43. Taper shank drill bits

in steps of 1 mm Surface Grinder Table Size 8” x 20”200 x 500 mm T slots (no. x width) 1 x 9/16”1 x 14 mm

Grinding wheel sizeOD x Width x ID

8-2/3” x 1” x 3”220 x 25 x 75 mm

Max. longitudinal travel 25.6” / 650 mm

Max. cross transverse travel 10” / 250 mm

Max. vertical travel 14” / 360 mm

From table surface to spindle centerline (max)

18.5” / 470 mm

Max. work piece weight 400 lb / 180 kg

Movement

Longitudinal table speed (infinitely variable, hydraulic

9.8’ – 75.5’ / min.3 – 23 m / min.

Auto crossfeed increment 0.23” – 0.7” 6 – 18 mm

Rapid cross traverse 65.2” / min. 1656 mm / min.

HandwheelCross traverse Per Grad.Per rev.

0.0004” / 0.01 mm

0.06” / 1.5 mm VerticalDownfeed

Rapid power elevation 22” / min.558 mm / min.

Hand wheel downfeed per Grad 0.00008”/0.002mm

Per Rev 0.008” / 0.2 mm

44.

Page 95: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-95

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Spindle Drive Spindle speed (60 hz)

Spindle motor power (3 ph)

Motors Hydraulic motor Crossfeed motor Coolant pump motor

Vertical elevation motor

Warranty 24 Month Tool And Cutter Grinder

General Description

Tool and cutter grinder (for sharpening and reconditioning) tools with complex shape

Workhead Swing over main slide max. dia.: 304 mm

Collet work dia max.: 32 mm Collet work dia min.: 3 mm Lead generated by spiral lead machanism

min.: 0°~45°

Length between spindle nose and tail center

max.: 125 mm

Wheelhead grinding wheel dia.

max.: Ø100 mm

Wheelhead longitudinal slide travel

: 152 mm

Wheelhead cross slide travel : 190 mm

Workhead speed : 436 rpm Wheelhead spindle speed:

4000, 5729, 8000 rpm

Workhead motor:

12. Wheelhead motor:

45.

Warranty 24 Month

Page 96: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-96

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

46.

Timan's Stakes and Holder base

Stakes to be used for bending and shaping metal sheets upto SWG 20 as per given details; Working surfaces shold be hardened and polished to perfection

Each set has fives stakes and the base to accommodate the stakes

CNC Lathe Approximate values

General Description

Computer Numerical Control Lathe - 3 Axes

Max. swing dia. mm (in.) 380 (15)

Swing saving over saddle mm (in.) 300 (12)

Max. turning dia. mm (in.) 300 (12)

Max. turning length mm(in.) 400 (15) / 600 (24)

Bar capacity mm(in.) 51 (2) Chuck size mm(in.) 210 (8)

Spindle nose A2-6 Hole through spindle mm(in.) 62 (2.4)

Bearing dia. of spindle mm(in.) 100 (4)

Spindle

Spindle speed rpm 30 ~ 3000 (45 ~ 4500) Tool station 12 Cutting tool shank mm(in.) 25 (1)

Turret

Tool hole dia. mm(in.) 32 (1.3)

X-axis mm(in.) 200 (7.9) Travel Z-axis mm(in.) 400 (15) / 600 (24) Rapid traverse x-axis m/min 20

Rapid traverse z-axis m/min 24

Cutting feed rate mm/rev 0.001 / 500

Ball screw size, x-axis mm Dia. 32 x L10

47.

Feed

Ball screw size, z-axis mm Dia. 32 x L12

Page 97: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-97

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Servo motor, x-axis kw 3

Servo motor, z-axis kw 3

Max. stroke mm(in.) 400 (15) / 600 (24) Spindle inside taper MT # 5 Tail stock Sliding method Ele. motor & Hydraulic Spindle motor 50 % ED kw(HP) 22 / 18.5

CS-axis

Positioning angle deg/setr 5

Tools and accessories

All cutting tools, attachments, lubrication oil, cutting oil etc. and accessories for basic operations.

Documents All operational, maintenance and repair manuals

Warranty 24 Month Lot No. 04 - Dept: of Textile & Apparel Technology

Item No.

Name of Equipment Specifications

Bidder Respons

e 1. Single needle lock

stitch machine with automatic thread trimmer

For light- to medium-weight materials, Max. sewing speed: 4,000rpm, Max. stitch length: 5mm, Needle bar stroke: 30.7mm, Lift of the presser foot: By hand : 5.5 mm, By knee : 15 mm, auto : 10 mm, No lubrication, Exclusive no-lubrication hook, Needle: Nm65~Nm110, Bobbin thread winder: Built-in the machine head, Direct-drive system, Automatic reverse feed, Single-phase, 240V

Page 98: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-98

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

2. Single needle lock stitch machine (Fully programmable)

Lock stitch pattern tacking sewing machine with programmable facilities, 20,000 stitches pattern, Needle DP X5, DP X17, Stepping presser foot height: 18mm, Double hook, Stitch length 0.05 to 12.7mm, Thread trimmer, thread wiper, max. sewing speed 2500 rpm, sewing area minimum 200 x 100mm, Single phase 240V, Pattern editing functions: line, curve, circle, arc, zigzag stitch, double stitch, multiple stitch, parallel stitch, offset, resizing, rotating, etc., Data storage media: floppy drive, Feeding mechanism: Intermittent feed, Software for the machine, (fully programmable ) , With athread trimmer and servomotor, 240V

3. Double needle lock-stitch machine

Feed system: Needle-feed, For medium-weight materials, Max. sewing speed: 3,000rpm, Max. stitch length: 5mm (normal/reverse feed), Thread take-up:Slide type, Needle bar stroke: 33.4mm, Lift of the presser foot: By hand: 5.5mm, By knee: 12mm, By knee lifter with wiper: 9mm, Hook: Vertical-axis regular hook, Needle#11~#18, Organized split needle bar mechanism, Fully automatic lubrication system, Automatic reverse feed function, Single-phase 240V, With organized split needle bar, automatic thread trimmer complete with servomotor

4. Bottom covering stitch machine

Three needles, Five thread, For elastic tape attachment, Needle gauge: 6.4, Stitch length: 1 - 3.6mm, Presser lifting: 8mm, Max. sewing speed: 6500 rpm, Needle#9~#14, Stitch pitch adjustment by dial, automatic lubrication, Differential feed adjustment by micro adjustment mechanism, top and bottom thread trimmer, auto lifter , micro lifter, , Single-phase 240V,3 needle, 5 thread, flat bed, bottom/top feed machine for elastic tape attaching, 240v

5. Bar Tacking Machine

Max. sewing speed: 3,000rpm, Stitch length: 0.1~10mm (0.1mm step), Needle bar stroke: 41.2mm, Lift of the work clamp foot: Standard 14mm (17mm when the reverse-rotation needle-up function), Auto-lifter, Needle thread tension: Electronic thread tension control system, Needle: #11 -#21, Standard shuttle hook, Enlarging / Reducing facility: 20~200% (1% step), Pattern enlargement /reduction done by increasing / decreasing the stitch length, Bobbin thread counter, AC servomotor (direct-drive system), 240V

Page 99: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-99

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

6. Single needle, eyelet holing machine

For combined use for lateral and longitudinal buttonholing for men's and ladies' wear, Thread trimming style: Longer remaining thread, Stitch system: 1-needle, double chain stitch, Max. sewing speed: 2,200rpm (100rpm step), Sewing length: 10~38mm (with thread trimmer), 10~50mm (in case lopper thread trimming device is removed), Stitch bite width: 2.0~3.2mm, Taper bar length: 0mm, 3~15mm, Work clamp height: 13mm (max. 16mm), Method for changing stitch shape: By selecting a program, Buttonhole cutting method: Cut-after, Feed system: Intermittent feed by a stepping motor, Method to drive the cloth-cutting knife: Vertically driven by stepping motor, Needle: Nm90~Nm110, Lubrication: Automatic, Single phase, 240V,With needle thread trimmer, 240v

7. Computer-controlled, High-speed, Lockstitch, Button Sewing Machine

Round-shaped, flat button (2-holed, 4-holed) For medium-sized button: 12~18mm, Thickness 1.8 to 3.5 mm, Stitch length 0.1~10mm (0.1mm step) Needle bar stroke 45.7mm Lift of the work clamp foot Max. 13mm Max. 11mm Auto-lifter Provided as standard (stepping motor type) Needle thread tension Active tension (electronic thread tension control system), Hook Standard shuttle hook Number of stitches that can be stored in memory Max. 20,000 stitches , Vibration system Button feed - Horizontal forced button-Sewing machine motor 450W compact AC servomotor (direct-drive system)

8.

High Speed, 1 Needle, 3 Thread Industrial Overlock Machine

Sewing Speed: Max. 6,500 spm - Stitch Length: 3.6m -Presser Foot Lift:Max. 6.5mm – Over-edging Width:4.0, 4.8mm - Differential Feed Ratio:Gathering: max 1:2.9 Stretching

9. 1 Needle 1 Thread Blind Stitch Machine

Sewing Speed: 3000-3500 stitches/min., Stitch length: 5- 8 mm, Needle Plate Opening 4.5 -8.5mm, with Spring Loaded Presser Foot, with Differential Feed or Upper Feed, with Stitch Depth Regulator, with Automatic Stitch Fastening Device and Thread Trimmer, with Support Arm and Tiltable Work Plate.

10. Down Turn Feller Single Turn 3/8″ or 9.5mm width

11. Up Turn Feller Single Turn 3/8″ or 9.5mm width

12. J Type Swing Hemmer

Double Turn, Hem size - 10 mm

13 Plain Hemmer Double Turn 3/8″ width or 9.5 mm

14. Single fold Bias Binder

Single Turn Tape size – 22 mm, Finished size 6 mm

Page 100: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-100

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

15. Belt Loop folder Tape size 22 mm, Finished size 11mm 16. Corner Gauge Standard size 17. Swing Gauge Standard size 18. Computerised

Handloom Weaving width 50cm 24 shafts with 1000 healds 2 warp beams with ratchet handle and lease rods Sliding beater with open removable shuttle boxes Computerised control Ability to interface with a PC Compatibility with WeaveMaker Pro 7.93 Pointcarre and other design software Operating on 230 ± 10% AC 50 Hz with BS1363 Plugs

19. Infrared Non-contact Thermometer

Accurate temperature measurement at a distance with laser-sighting option Temperature range –18 to 315 oC Resolution 1 oC Accuracy ±2% full scale Response time 1 second Power source 9v alkaline battery

20. USB, 10x digital camera eyepiece

Replaceable any standard 23mm compound microscope eyepiece and includes an adapter for use with 30mm stereo microscope eyepieces. Software allows viewing, editing, and saving still and video images., Bright color images up to 640x480-pixel resolution, up to 30 frames per second. Automatic brightness and fine-focus ensure sharp images every time. It includes the digital camera eyepiece, USB cable, adapter for stereo eyepieces, and software. Compatibility with Widows XP system Warranty.

21. Fabric Circular Sample Cutter

Ability to cut accurate area of 100cm2 circular sample of any type of materials including Woven, Non-woven and Knitted textiles, Carpet, Film, Foam, Paper and Board. Cutting depth up to 5mm With cutting Board and 100 spare blades

22. Double bed hand Knitting machine

Gauge: 4.5mm Standard Could be able to produce variety of rib stitches, including Pile Knitting, Double Face (float free lining), Plating Rib, 1x1 rib, 2x2, big ribs, cable ribs, tubular/circular (seamless stockings or pillows), Shaker Stitch, English Rib, Tuck Rib, etc. semi-automatic patterning capabilities Include needles and all Accessories Extra 200 needles

Operating on 230 ± 10% AC 50 Hz with BS1363 Plugs

Page 101: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-101

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Lot No. 05 - Dept: of Civil Engineering – Testing & Monitoring Instruments

Item Specifications Bidder Response

1. Universal Testing Machine

2000 KN Universal Testing Machine, with all necessary accessories such as Loading platens test holding chucks/Grips, with digital display, PC addressable Load/Displacement data and control with Serial, Parallel or USB port, network connectability to UTP LAN.

2. Electronic Balances

1. Top pan Balance readability 2100 g x 0.01 g 2. Top pan Balance readability 310 g x 0.001g 3. Analytical Balance readability 210 g x 0.00001

220 – 240 V,50 Hz, 1 Ph

3. Mechanical Balances

Triple Beam Balance 310 x 0.01 g 2610 x 0.1 g Solution Balance 15 kg x 5g

4. Vehicle Detector Pneumatic type Vehicle Detector capable of vehicle classifying, and counting, data recording with sufficient memory capacity. Data retriever with PC compatibility with USB, Serial or Parallel ports with supporting software for Win. 98, 2000, XP Rubber Tubes - 200 meters, with clips, grips, Road Nails and Plugs

5. Consolidation Apparatus Conforming to BS 1377

Front Loading Consolidation Apparatus / Oedometer Fixed Ring Consolidation Ring 50 mm and 70 mm dia. complete with Cutting Ring , Specimen tamper , Porous Discs Set of 50 Kg Slotted Weights

6. Hydraulic consolidation BS1377

Consolidation Cells 75.7 mm complete with accessories for pore pressure measurement Porous Discs, Diaphragms , O-ring seals, porous liners , vertical settlement, pressure and volume change measurement with data logging facility with PC based windows software

7. Direct shear apparatus

Direct / residual Shear apparatus complete with Shear box assembly 60 mm square complete with all the accessories Specimen cutter, Porous Discs, Specimen Extrusion Tool etc. Speed Range 0.0001 to 9.999 mm/ minutes, with Dial gauges and dial gauge assembly, Floor mounting Stand Set of

Page 102: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-102

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

weights 50 Kg 8. Oven Approx. 225 L capacity, temperature range 40-300°c

fan circulated ovens 220-240v ,

9. Oven Approx. 225 L Capacity. 20 to 110 0C, Fan circulated 220 – 240 V,50 Hz, 1 Ph

10. Magnetic Stirrer stainless plate , Speed range 100- 1000 RPM, 220 – 240 V,50 Hz,1Ph.

11. Transducer Load Rings

Capacity 2 kN – 01 3 kN – 01 10 kN - 01 28 kN - 01

12. Pressure Transducers

1000 kPa 1700 kPa

13. Pressure Transducers

0 – 1 bar x 1 mbar, 0 – 10 bar x 1 mbar supply voltage 5 –12 v DC, x 5 burst pressure with pressure connection

14. Pressure Meter

Portable, Battery operated, pressure meter for measuring single or differential pressures of air or water, Measuring capacity up to pressures of 1m water with Sensitivity 1mm water with connections to flexible hoses

15. Pressure Indicator Pressure indicator compatible with above Transducers

16. Liquid flow sensor

Flow rate 0.1 to 10 Liters / Minutes, and 1 to 50 liters / Min.

17. Hook and Point Guages

Digital hook and Point guages 150 mm x 0.1 mm with stand

18. Manometers Pressurized water manometers, 1m with manometer connections, air bleed valve manifold with self sealing pressure tappings

19. Pressure guage Differential pressure Guages 0 to 100 m water x 0.01m bourdon tube 0 to 20 m water x 1mm 0 to 50 m water x 1mm Vacuum Guage Bourdon tube 0 to 10 m water x 1mm

20. Sieve Shaker Sieve Shaker to accept up to 8 sieves of 200mm dia .and 6 seives of 300 mm Dia. BS 410, power Supply 230 V ,50 Hz, 1Ph.

21. Proving rings Clamped boss Load rings 2 kN 3 kN 10 kN 20 kN 28 kN 50 kN

22. Poker Vibrator Portable electrically operated, tip diameter 25 mm length 200 mm or more, operated by 230V single

Page 103: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-103

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Phase 23. Vibrating Table Table dimensions 800 x 400 mm (approx.),

Electrically operated (230V Single phase) 3000 vibrations/min. Should comply with BS 1881.

24. Specimen Cutting machine

Mitre saw type (adjustable angles in two planes), which accepts standard cutting disks up to 450 mm dia. Electrically operated (230V Single phase)

25. Moisture tester Electronic, non-destructive moisture tester for concrete and other materials.

26. Digital Concrete Test Hammer

Portable, ‘Schmidt’ type rebound test hammer for non-destructive testing of concrete, with computer interface (RS232 or USB)

27. Mortar mixer Electrically operated (230V Single phase) mortar mixer with 5 litre mixing bowl and beaters, in compliance with EN 196 standard

28. Extensometer Universal Electronic Extensometer with 50 mm base and +- 5 mm travel, connectable to a data logger for measurement transfer.

29. Corrosion analyser

Non-destructive Corrosion Analysing instrument to BS 1881:201. Electronic, interfaceable with a computer

30. Tri –Axial Test Accessories Conform to BS and ASTM standards

Tri-axial test accessories for drained and untrained, quick and consolidated tests comprises with 50 mm Tri axial Cell 1700kPa with 5 pressure /drainage ports, with valves - 01 50mm base adaptor with twin pore pressure ports - 01 50mm pressure Pad - 02 50 mm rubber Membrane pack of 10 - 02 50 mm Membrane Sealing Rings pack of 10 - 01 50mm Porous Disc Pack of 2 - 02 50mm Filter paper Drains Pack of 50 - 02 Valves, no Volume change fitted with connectors and sealing ring - 06 Digital Pressure Guage for Pore water Pressure Measurement 1750 kPa - 01 Oil /Water Constant Pressure System (0 to 1700kPa) with Guage - 02. Pressure Transducer / Pressure indicating Panel 1700kPa - 02 Universal pump and pressure indicating Panel 1700

Page 104: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-104

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

kPa - 01 6-way pressure Distribution Panel with rotary

hand pump - 01 Vacuum gauge Nylon Tubing 1700kPa to connect compressor to pressure panel - 30 meters Nylon Tubing to connect pressure Panel (3500 kPa)

- 100 meters Connector 6 mm with sealing washer - 50 Nos. Connector 5 to 6 mm connector - 50 Nos.

31. Data Logger Multi Channel Analog / Digital Data Logger, with more than 10 channel on board expandable to more than 50 channels, In built memory, on board digital display, Serial and parallel addressable interfaces (USB, RS 232C, Parallel etc). Data logger should be able to read LVDTs, Thermocouples, Resistive Strain Guages, Pressure Transducers, Resistance, Temperature,Current,Voltage etc. Operating Supply voltage 220 – 240 V, 50 Hz, 1 Ph,

32. Load Cells Electric Resistance type Load Cells 1000 kN, 500 kN, 100kN, 10 kN,

33. Displacement Transducers

Surface Displacement Transducers (pye gauges) 0 – 10 mm range with 0.01 sensitivity 0 - 5 mm range with 0.001 sensitivity 0 - 2 mm range with 0 .001 sensitivity

Lot No. 06 - Dept: Civil Engineering – Environmental Testing & Monitoring Equipment Sr. No.

Item Specifications

Bidder Response

1. Kjeldhal nitrogen analysis

system

HEATING DIGESTER 06 place Heating Block with programmable electronic controller. System should be complete with extraction hood, Stainless Steel glassware rack, stand for glassware handle, and drop collector and heat shield. Should provide digestion tubes (200ml - 300ml) Also system should be used for the COD measurement by using Air refrigerators and COD digestion tubes Technical Specifications Temp. Setting: Ambient 450oC with 1oC resolution Temp. Ramp: Should be able to program for different ramp

Page 105: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-105

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Temp. Stability: +0.5 at 100oC and +2 at 400oC Temp. Calibration: Automatic Internal memory: 20 internal programs with 4 temperature ramps Display: Digital for Actual temperature residual reaction time Timer: 0 to 999 minutes with 1 minutes increment and continuous operation Heating Time: Approx. 30 Minutes from ambient to 220 oC Temp. Precision: +0.5 oC Temp. Homogeneity in the block: +0.5 oC Safety & End of cycle indication: Acoustic signals with automatic switch off or temperature cutoff by thermostat

Accessories 24 Nos. of Kjeldhal Digestion Tube, 300ml Kjeldhal tablets K2SO4/Se 1000/pk should provide STEAM DISTILLATION UNIT The system should be suitable for steam distillation purpose for estimation of Total KJELDHAL Nitrogen Should be able to use with 250 - 300 ml Sample Tubes as well as 100 - 200 ml Tubes. Visual and sound signal to indicate the end of cycle and visual signals to indicate the operating stage. Facilities to interrupt cooling water supply automatically during idle periods before distillation to reduce the water consumption. The unit should comply with International Quality Standard like ISO, BS, DIN etc., Display: LCD display of programming parameters Internal Memory: 10 No. Of program should be stored System should be able to used with Kjeldhal digestion tubes with diameters 100ml to 300ml and Kjeldhal flasks of 500 ml System should have programming facility on following operations; Sample dilution programmable: 0 – 200ml Sodium Hydroxide Addition: 0 – 200 ml Distillation Time: 2 minutes to 30

minutes with 1 second increment or continuously Sample Discharge

Reproducibility: +1% Recovery rate: >99.5% Limit of detection: >2 mg nitrogen

Page 106: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-106

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Cooling Water Consumption: 8L/min. Power Consumption: 2100W Auto Zeroing burette with stand, Burette capacity 25ml Fume collection & Neutralization System Scrubber Unit - For condensation & Neutralization of acidic fume emitting from digester. Should complete with Neutralization solution container, Cooling condenser and 10/pk of activated carbon filters and activated carbon filter Pump for Scrubber Unit - Should provide the necessary vacuum for scrubber unit, Air Flow Rate of 35L/min. with flow regulation. Power 230V, 50 Hz AC

2. Anaerobic Digester

Laboratory type Anaerobic Digester Reactors: Two, identical Nominal capacity: 5 litres Temperature: control: 200W heating jacket Feed pumps: Two, identical peristaltic pumps -variable speed Gas collection Two, identical -vessels: linear scale, 0-5 litre capacity

3. Aerobic Digester Laboratory type Aerobic Digester reactor: 10 litre capacity pH meter : Range ;0.00 to 14.00 Dissolved Oxygen Meter: range 0 – 100% saturation, Resolution 2% Reactor Heater 200W Air compressor 0 – 3.0 litres / Minute Feed Pump 0 – 40 litres / day

4. Incubator

Refrigerated incubator Capacity approx. 225 litres. Temperature range 50C to 50 0C Power supply 220 – 240 V, 50 Hz, 1 Ph, BS1363 plug top

5. Weather Station Wall Mounted weather Station to measure Humidity 10 - 100 % RH (hair Hygrometer) Temperature 0 to 50 0C maximum /minimum Pressure 950 – 1100 mbar (aneroid barometer) and Hand held Anemometer

6. Water quality monitoring system

Portable waterproof water quality monitoring System Measuring Ranges Dissolved Oxygen 0 –19.99 mg/L, Conductivity 0.9 to 9.9 ms /m, 9 to 9.99 ms/cm 0.09 to 0.99 S/m, 0.9 to 9.9 ms/cm

Page 107: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-107

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

0 to 99 ms/cm, 0 to 0.99 Ms/cm Turbidity 0-1000 mg/L or NTU PH 0-14 Temperature 0 to 60 0C Water Depth 0 to 100 m Salinity 0 to 4% TDS 0 to 0.65 g/L, 0 to 6.5 g/L, 5 to 65 g/L Specific Gravity 0 to 50 ORP -1999 to 1999 mV Ion 0.1 to 0.9 g/L, to 9.9 g/L & 10 to 99 g/L

7. Total Nitrogen Analyzer

Total Nitrogen Analyzer for water, waste water etc With samplers for solids, liquids and Gases Measuring Range 0 – 50 mg/L Power Supply 220 – 230 V, 50 Hz, 1ph

8. Sampling Tubes Water Sampling Tubes for obtaining water samples up to 12 meters

9. UV VISIBLE SPECTROPHOTOMETER

Dual beam UV/Vis spectrophotometer with central PC control using Windows 95® based user interface Full wavelength range of the instrument to be covered using a single light source. Lifetime

of the light source must be guaranteed for a minimum of 3years. The supplier must be

manufacturing according to a Quality system certified to ISO-9001.

Optical system Double beam , Grating 30 x 35 mm, 1200 lines/mm,

Detectors Photo multiplier tube Spectral bandwidth 1.5 nm

Stray light (%T) < 0.02 % at 220 nm and < 0.05 % at 370 nm

Wavelength range 190-900 nm Wavelength reproducibility ± 0.08 nm

Wavelength Accuracy + 0.2nm Photometric accuracy (Abs ± 0.003 at 1.0 Abs

Photometric range ± 3.7 Abs Photometric display ± 9.9999 Abs , ± 200.00 % Photometric Reproducibility (Abs <0.0004 A at 546.1 nm) Photometric stability 0.0003 Abs/Hour after warm up. PC warm up of 30 mins Maximum scan rate 3 000 nm/min. Maximum data collection rate 1800 per minute

Page 108: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-108

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Sample compartment Large sample compartment for easy access to samples from front & top. (W x D x H). 140x390x130 mm or bigger Operating system Based on Microsoft Windows Calibration Curve Fits Linear, Linear direct and Quadratic curve fits Standards Up to 30 standards Replicates Must allow up to 5 replicates on each sample Baseline Correction Must allow unlimited storage of Baseline scans for retrieval and re-use at any time Must provide both 0% and 100% correction ACCESSORIES Supply with six sets of optically matched glass sample cells 10mm path length, six sets of optically matched quartz sample cells 10mm, Multi position cell holder

10. Centrifuge Centrifuge with Rotors to support 50 ml and 100 ml tubes Speed control Range 0 – 6000 RPM x 100 RPM increments Run time 0 – 60 minutes 1 minute increments with 1. Polypropylene Tubes with caps 50 ml - 100 Nos. 2. Glass Tubes with caps 100 ml - 250 Nos. Power Supply 220 –240V, 50 Hz, 1 Ph.

11. Shaking Water Bath -

Platform approx. 10 x 11”, 0 to 70 degrees C, +/- 0.2 deg. C control stainless steel interior, 50-150 oscillations/min/60Hz, 0-60min timer, Test tube holder for 120 tubes included.

Controls for speed of shaking and temp control. Consists of

Stainless steel hot plate is corrosion-proof, scratch-proof and allows for aggressive fluids with thermostatic control,Heat indicators, Speed control, Digital display, Stirring magnets 220 – 240 V,50 Hz, 1 Ph

12. Autoclaves (see note at end)

Portable Autoclave 30 L capacity, Internal Temperature 1210 0 C, 220 -240 V, 50 Hz, 1 Ph

13. LABORATORY System shall be complying with latest International

Page 109: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-109

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

TYPE FUME HOOD

Safety Standards ANSI / ASHRAE for operator safety. Cabinet shall be tested for Tracer gas containment, Face velocity, and Smoke visualization tests for operator’s protection. Dimensions: Internal work zone 1100 x 680 x 1200 mm External 1200 x 875 x 1500 mm (LxDxH) Sash Opening: 500 mm max. Air Exhaust: Exhaust air volume max. of 1300 m3/Hr. and minimum of 650 m3/Hr. with face velocity of 0.5m/sec. at full sash opening Internal illumination 780 Lux. Construction: Main body and worktop shall be made of phenolic resin laminates. Performance against chemical resistant should comply current standards. Support frame shall be made of Aluminium extrusion with an oven-baked epoxy powder coated finish. System shall be controlled by a Microprocessor controller which is having following facilities.

Audio and visual alarms for low / unsafe air flow velocities. Should display air flow velocity on LCD screen continuously. Ambient temperature display, 24 hour time display and stop watch. In built temperature composition function for air flow sensor. Administrative identification lock cord could be set for authorized access.

Service & Storage Water Tap with sink with remote control tap operation A base cabinet for chemical storage. It shall be provided with a ducting unit with PVC ducting. Exhaust blower should have following features –

Plastic impeller with highly chemical resistant casing. Motor speed shall be not less than 1500 r.p.m. Power consumption of the fan shall be not less than 3500 W. Propeller should be injection molded with minimum 20 forward curved blades.

Power supply: 220 – 240V, single-phase power supply. Installation: Ducting should be done by the

Page 110: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-110

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

supplier

14. Homogeniser Ultrasonic homogeniser 220 – 240 V,50 Hz, 1 Ph

15. HPLC

SYSTEM (High Performance Liquid Chromatograph) HPLC System for the analysis of pesticide residuals and general HPLC components in water samples.

Quaternary Pump with In-Line Degasser

Flow Range 0.01 to 10.0 ml/min. with min. 0.01 ml/min. steps Flow Precision: 0.3% RSD at 1.0 µl/min MeoH/H2O Flow Accuracy: +0.5% at 1.0 ml/min. Isopropyl Alcohol Operating Pressure: 6000 psi. Compositional accuracy: +0.5% absolute Compositional Pressure: +0.1% absolutes Delay Volume: 700 µl, +1µl/ATM pressure Pressure pulsation: less than 2% at 150 Atm Proportioning mode: 1,2 or 4 /selectable Mixing: Dynamic Mixing Mode Display: Backlit LCD No. of Relays :6 time programmable Gradient Function: Facilities to use 3 or 4 solvents and 4th solvent to flush buffers from the system before shut down Degassing: In-line degasser should be built in to the system Construction of material: All solvent/sample paths and pump heads should be made of Ti, Au, and polymeric material for corrosion resistant Injector: Manual Injector with sample loops 2µl, 5µl,

10µl, 20µl, 100µl, 500µl and 01 ml Diode Array Detector: The system should be dual beam optics consisting Dual Path length Flow cell. Should be capable of quickly configure with flow cells from microbore columns to preparative columns flow rates. Wavelength Range: 190nm ~ 950nm Wavelength Accuracy: +1 nm. Resolution: 1 nm. Slit Width: Programmable 1, 2, 4, 8 and 16 nm. Photodiodes: 2048 photodiodes. Diode Width: < 1nm. Noise: �x 10-5 AU Light source: Deuterium & Halogen. Fluorescence Detector: Detector should be consist of:

Continuous Xenon Lamp. Dual monochromator Optics.

Page 111: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-111

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Wavelength Range: 200 ~ 900 nm. Wavelength Accuracy: �3 nm Wavelength Reproducibility: �0.5 nm. Light source: 150W continuous Xenon Lamp.

Detector : Fluorescence Detector Light Source : 150W continuous Xenon source Lamp Emission Range : 200 to 730 nm Emission Slit width : 15 or 20 nm Need Scanning facility 12ul illuminated Flow cell 350:1 S/N ratio for raman type of water Monochromator : Dual monochromator Operational Mode : Fluorescence, Phosphorescence or

Chemiluminexcence Software, Computer and Printer

PC based Data system with Windows 98, 2000 or NT for reporting data. PC system with the following or better configuration Pentium IV processor operating at 1 GHz with 128 MB RAM. 30 GB HD, 3.5 Floppy drive, 52x speed CD ROM drive, 16 bit audio board, Ultra – VGA 15” colors monitor and Laser printer with 600 dpi resolution

Columns Should supply HPLC Columns for the analysis of pesticide residual and other environmental pollutants in water Accessories Start up consisting of sample loops (5µl, 10µl, 20µl, 50µl, 100µl) 02 each, plungers, plunger seals, Line filters, Solvent filtration kit, Tubing, set of ferrules

Auto Sampler Sample Capacity: 96 x 2.5 ml vials, 24 x 10ml Dispenser : 50 µl standard syringe and 1000µl Injection Volume : 1 – 5000 µl Injection Methods: Programmable 09 methods in memory No. of Needle Wash : Programmable with integrated reservoir Vial Detection : By sensor Injection re-produceability : <0.3% RSD for full loop and partial loop fill Carryover : <0.05% Sample cooling facility : Should be able to used sample cooler from 4 oC to 15 oC

Page 112: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-112

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

16. Turbiditimeter Portable Turbidimeter Ranges 0 to 10 , 0 to 100 , 0 1000 NTU Or

0 to 1000 NTU auto ranging

resolution 0.01 sensor submersible in test sample

17. Refrigerator(last priority)

Double door approx. 25 cu. .ft with freezer

18. Sound Level Meter

Portable Sound/ noise level meter, 30 to 130 dB with resolution 0.1 dB with calibrator, and data storage and data transfer facility.

19. Global Positioning System GPS)

12 channel GPS chart plotting receiver with digital map uploading ( cartographical map uploading) & displaying capability. The display should be high contrast high resolution with back lighting (180*240 or higher). Update rate should be 1/sec or better & accuracy better than 15m. Should include USB interface cable & external car power supply cable, battery & battery charger, manual etc. Should include Mapdata software for one GPS only.

Notes:

Unless specified against each specification / requirement what is stated above are considered as minimum

All bids should provide original manufacturer’s catalogues in English Language and each and every parameter/feature should be highlighted on the relevant page/s of the catalogue/s. The page/s of catalogue/s, where such a parameters/features is/are printed, should be identified against the relevant specification/requirement.

All Equipments/Machines should be brand new and supplied by the manufacturers through local agents.

Successful bidder shall supply the equipments/machines with the user manual and the repair manual issued by the manufacturer/s.

Bidders shall not use the words “Yes”, “No”, or “Comply” but shall write in words the specifications of the proposed makes and models apprpropriately against the space in the compliance sheet/bidder’s response columns. Whenever, the space provided is insufficient, written on separate sheets arranged on the same format is required.

Bidder shall not modify or delete any written specifications on the left hand side of the compliance sheet/ bidder’s response column.

Page 113: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-113

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section VII. General Conditions of Contract

Table of Clauses

1. Definitions.............................................................................................................. 7-114 2. Contract Documents................................................................................................... 7-3 3. Corrupt Practices........................................................................................................ 7-3 4. Interpretation.......................................................................................................... 7-116 5. Language................................................................................................................ 7-118 6. Joint Venture, Consortium or Association............................................................. 7-118 7. Eligibility ............................................................................................................... 7-118 8. Notices ................................................................................................................... 7-118 9. Governing Law ...................................................................................................... 7-119 10. Settlement of Disputes ........................................................................................... 7-119 11. Scope of Supply ..................................................................................................... 7-119 12. Delivery.................................................................................................................. 7-119 13. Supplier’s Responsibilities .................................................................................... 7-119 14. Purchaser’s Responsibilities .................................................................................. 7-119 15. Contract Price......................................................................................................... 7-119 16. Terms of Payment .................................................................................................. 7-120 17. Taxes and Duties.................................................................................................... 7-120

Page 114: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-114

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

18. Performance Security............................................................................................. 7-120 19. Copyright ............................................................................................................... 7-121 20. Confidential Information ....................................................................................... 7-121 21. Subcontracting ....................................................................................................... 7-122 22. Specifications and Standards ................................................................................. 7-122 23. Packing and Documents......................................................................................... 7-123 24. Insurance ................................................................................................................ 7-123 25. Transportation ........................................................................................................ 7-123 26. Inspections and Tests ............................................................................................. 7-123 27. Liquidated Damages .............................................................................................. 7-124 28. Warranty ................................................................................................................ 7-125 29. Patent Indemnity .................................................................................................... 7-125 30. Limitation of Liability............................................................................................ 7-126 31. Change in Laws and Regulations........................................................................... 7-127 32. Force Majeure ........................................................................................................ 7-127 33. Change Orders and Contract Amendments............................................................ 7-128 34. Extensions of Time ................................................................................................ 7-128 35. Termination............................................................................................................ 7-128 36. Assignment .............................................................................................................. 7-18 Definitions The following words and expressions shall have the meanings hereby

assigned to them:

(h) “Contract” means the Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

(i) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.

(j) “Contract Price” means the price payable to the Supplier as specified in the Agreement, subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.

(k) “Day” means calendar day.

(l) “Delivery” means the transfer of the Goods from the Supplier to the Purchaser in accordance with the terms and conditions set forth in the Contract.

(m) “Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms

Page 115: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-115

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

and conditions set forth in the Contract.

(n) “Eligible Countries” means the countries and territories eligible as listed in Section V.

(o) “GCC” means the General Conditions of Contract.

(p) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.

(q) “Purchaser’s Country” is the country specified in the Special Conditions of Contract (SCC).

(r) “Purchaser” means the entity purchasing the Goods and Related Services, as specified in the SCC.

(s) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other similar obligations of the Supplier under the Contract.

(t) “SCC” means the Special Conditions of Contract.

(u) “Subcontractor” means any natural person, private or government entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

(v) “Supplier” means the natural person, private or government entity, or a combination of the above, whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier.

(w) “The ADB” is the Asian Development Bank.

(x) “The Site,” where applicable, means the place named in the SCC.

Contract Documents

Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.

Corrupt Practices ADB’s Anticorruption Policy requires borrowers (including beneficiaries of ADB-financed activity), as well as bidders, suppliers, and contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the ADB:

Page 116: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-116

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

(y) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(z) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(aa) will sanction a party or its successor, including declaring ineligible, either indefinitely or for a stated period of time, to participate in ADB-financed activities if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, an ADB-financed contract.

The Supplier shall permit the ADB to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the ADB, if so required by the ADB.

Interpretation If the context so requires it, singular means plural and vice versa.

Incoterms

Page 117: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-117

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

The meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms.

(bb) EXW, CIF, CIP, and other similar terms, shall be governed by the rules prescribed in the current edition of Incoterms, published by the International Chamber of Commerce at the date of the Invitation for Bids or as specified in the SCC.

Entire Agreement

The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract.

Amendment

No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

Nonwaiver

(cc) Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(dd) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

Severability

If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the

Page 118: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-118

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Contract.

Language The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in the language specified in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the SCC, in which case, for purposes of interpretation of the Contract, this translation shall govern.

The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

Joint Venture, Consortium or Association

Unless otherwise specified in the SCC, if the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or association shall not be altered without the prior consent of the Purchaser.

Eligibility The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted or incorporated, and operates in conformity with the provisions of the laws of that country.

All Goods and Related Services to be supplied under the Contract and financed by the ADB shall have their origin in Eligible Countries. For the purpose of this Clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components.

Notices Any Notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.

A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.

Page 119: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-119

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Governing Law The Contract shall be governed by and interpreted in accordance with the laws of the Purchaser’s country, unless otherwise specified in the SCC.

Settlement of Disputes

The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

If the parties fail to resolve such a dispute or difference by mutual consultation within twenty-eight (28) days from the commencement of such consultation, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC.

Scope of Supply Subject to the SCC, the Goods and Related Services to be supplied shall be as specified in Section VI, Schedule of Supply.

Unless otherwise stipulated in the Contract, the Scope of Supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Delivery and Completion of the Goods and Related Services as if such items were expressly mentioned in the Contract.

Delivery Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Section VI, Schedule of Supply. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.

Supplier’s Responsibilities

The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 11, and the Delivery and Completion Schedule, as per GCC Clause 12.

Purchaser’s Responsibilities

Whenever the supply of Goods and Related Services requires that the Supplier obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.

The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with GCC Sub-Clause 14.1.

Contract Price The Contract Price shall be as specified in the Agreement subject to any additions and adjustments thereto, or deductions

Page 120: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-120

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

therefrom, as may be made pursuant to the Contract.

Prices charged by the Supplier for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.

Terms of Payment The Contract Price shall be paid as specified in the SCC.

The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 12 and upon fulfillment of all the obligations stipulated in the Contract.

Payments shall be made promptly by the Purchaser, no later than sixty (60) days after submission of an invoice or request for payment by the Supplier, and the Purchaser has accepted it.

The currency or currencies in which payments shall be made to the Supplier under this Contract shall be specified in the SCC.

Taxes and Duties For goods supplied from outside the Purchaser’s country, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the Purchaser’s country.

For goods supplied from within the Purchaser’s country, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in the Purchaser’s Country, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

Performance Security

The Supplier shall, within twenty-eight (28) days of the notification of Contract award, provide a Performance Security for the due performance of the Contract in the amounts and currencies specified in the SCC.

The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

The Performance Security shall be denominated in the currencies of the Contract, or in a freely convertible currency acceptable to the Purchaser, and shall be in one of the forms stipulated by the Purchaser in the SCC, or in another form acceptable to the

Page 121: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-121

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Purchaser.

The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than twenty-eight (28) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC.

Copyright The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

Confidential Information

The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.

The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the design, procurement, or other work and services required for the performance of the Contract.

The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to information that:

(ee) the Purchaser or Supplier need to share with the ADB or other institutions participating in the financing of the Contract;

(ff) now or hereafter enters the public domain through no fault of that party;

(gg) can be proven to have been possessed by that party at the time of disclosure and which was not previously

Page 122: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-122

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

obtained, directly or indirectly, from the other party; or

(hh) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.

The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.

Subcontracting The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.

Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.

Specifications and Standards

Technical Specifications and Drawings

(ii) The Supplier shall ensure that the Goods and Related Services comply with the technical specifications and other provisions of the Contract.

(jj) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

(kk) The Goods and Related Services supplied under this Contract shall conform to the standards mentioned in Section VI, Schedule of Supply and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods.

Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Section VI, Schedule of Supply. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser

Page 123: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-123

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

and shall be treated in accordance with GCC Clause 33.

Packing and Documents

The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit.

The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.

Insurance Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured, in a freely convertible currency from an eligible country, against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.

Transportation Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in accordance with the Incoterms specified in Sections VI, Schedule of Supply.

Inspections and Tests

The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in Sections VI, Schedule of Supply.

The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the Goods, or in another place in the Purchaser’s country as specified in the SCC. Subject to GCC Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.

The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

Page 124: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-124

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.

The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications, codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.

The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.

The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 26.4.

The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 26.6, shall release the Supplier from any warranties or other obligations under the Contract.

Liquidated Damages

Except as provided under GCC Clause 32, if the Supplier fails to deliver any or all of the Goods or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the Contract Price for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in the SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 35.

Page 125: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-125

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Warranty The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

Subject to GCC Sub-Clause 22.1, the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.

Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment or loading in the country of origin, whichever period concludes earlier.

The Purchaser shall give Notice to the Supplier stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.

Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

Patent Indemnity The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of:

(ll) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located;

Page 126: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-126

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

and

(mm) the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.

If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

If the Supplier fails to notify the Purchaser within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

Limitation of Liability

30.1 Except in cases of gross negligence or willful misconduct :

(nn) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use,

Page 127: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-127

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(oo) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the SCC, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the Supplier to indemnify the Purchaser with respect to patent infringement.

Change in Laws and Regulations

Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in the place of the Purchaser’s country where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15.

Force Majeure The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by

Page 128: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-128

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

the Force Majeure event.

Change Orders and Contract Amendments

The Purchaser may at any time order the Supplier through Notice in accordance GCC Clause 8, to make changes within the general scope of the Contract in any one or more of the following:

(pp) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(qq) the method of shipment or packing;

(rr) the place of delivery; and

(ss) the Related Services to be provided by the Supplier.

If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Supplier’s receipt of the Purchaser’s change order.

Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

Extensions of Time

If at any time during performance of the Contract, the Supplier or its Subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 12, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 27, unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.

Termination Termination for Default

Page 129: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-129

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

(tt) The Purchaser, without prejudice to any other remedy for breach of Contract, by Notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(i) if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34; or

(ii) if the Supplier fails to perform any other obligation under the Contract.

(uu) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt, fraudulent, collusive, or coercive practices, as defined in GCC Clause 3, in competing for or in executing the Contract.

Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving Notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser.

Termination for Convenience

(vv) The Purchaser, by Notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

(ww) The Goods that are complete and ready for shipment within twenty-eight (28) days after the Supplier’s receipt

Page 130: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-130

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

of the Notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

To have any portion completed and delivered at the Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier.

Assignment Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

Section VIII. Special Conditions of Contract The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. GCC 1.1(j) The Purchaser’s country is: Sri Lanka

GCC 1.1(k) The Purchaser is: Ministry of Higher Education

GCC 1.1 (q) The Site is: Open University of Sri Lanka.

GCC 4.2 (b) The version of Incoterms shall be: Incoterms 2000

GCC 5.1 The language shall be: English

GCC 6.1 The individuals or firms in a joint venture, consortium or association shall be jointly and severally liable.

GCC 8.1 For notices, the Purchaser’s address shall be: Project Director Distance Education Modernization Project 1st & 2nd Floors 35/10, Nawala Road Colombo 05 Sri Lanka. Telephone : 94 – 011- 2368564 Facsimile : 94 – 011 - 5357907 E-mail :[email protected] & [email protected]

Page 131: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-131

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

GCC 9.1 The governing law shall be: Laws of Democratic Socialist Republic of Sri Lanka

GCC 10.2 The formal mechanism for the resolution of disputes shall be: Settled by arbitration in accordance with the provision of the Arbitration Act No. 11 of 1995 of Sri Lanka

GCC 11.1 The scope of supply shall be defined in : Section VI - Schedule of Supply

GCC 12.1 Details of shipping and documents to be furnished by the Supplier shall be: For Goods supplied from outside the Purchaser’s Country as per Incoterms CIF” Upon shipment, the Supplier shall notify the Purchaser and the Insurance Company by fax or e-mail details of the shipment, including contact numbers, description of Goods, quantities, name of the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The Supplier shall send the following documents to the Purchaser, with a copy to the Insurance Company; a) 04 copies of the Supplier’s invoice showing the description of the

Goods, quantity, unit price and total amount; b) Original and 03 copies of the negotiable, clean, on-board bill of lading

marked “freight prepaid” and 04 copies of non-negotiable bill of lading;

c) 04 copies of the packing list identifying contents of each package; d) Insurance Certificate; e) Manufacturer’s or Supplier’s warranty certificate; f) Supplier’s factory inspection report; and g) Certificate of Origin. The Purchaser shall receive the above documents at least one week before arrival of the Goods at the port or place of arrival and if not received, the Supplier will be responsible for any consequent expenses. The Purchaser will give specific instructions on forwarding arrangements of documents to L C opening bank in Sri Lanka in the Irrevocable Letter of Credit to be established in favour of the selected supplier. For Goods from within the Purchaser’s country as per Incoterm EXW: Upon delivery of the items to the Open University of Sri Lanka the Supplier shall notify and send the following documents to the Project Director, Distance Education Modernization Project. a) Original copy of the Supplier’s invoice showing the description of the

Goods, quantity, unit price and total amount; b) A set of copy of delivery notes identifying contents of each lot, serial

Page 132: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-132

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

numbers of each item; c) Manufacturer’s or Supplier’s warranty certificate; d) Supplier’s factory inspection report; and e) Certificate of origin as applicable.

GCC 15.2 The price adjustment shall be: Not Applicable

GCC 16.1 The terms of payment shall be: For Goods and Related Services supplied from outside the Purchaser’s Country – CIF basis a) 80% on shipment of the Goods and submission of documents as

described at GCC 12.1 (a) b) Balance 20% on acceptance of Goods (after inspection - GCC 26.2) For Goods and Related Services supplied from within the Purchaser’s Country – EXW basis a) 100% on completion of delivery and acceptance of Goods (after

inspection – GCC 26.2) Duties of the Bidder or Local Agent and the Purchaser CIF portion of the bid quoted in foreign currency shall be paid through a Letter of Credit established by the Purchaser in favour of the Bidder. Bidder or Local Agent should attend to all Custom & Ports Authority Cargo Clearance formalities, transport and delivery of the vehicles at the respective sites as specified Section VI – Schedule of Supply Costs of local transportation, insurance, other incidentals and local agent’s commission will be paid on acceptance by the Purchaser. The Purchaser will pay total duty, taxes and levies to the Sri Lanka Customs directly on confirmation of such charges officially by the Sri Lanka Customs. Incidental expenses if any shall be met by Supplier. Demurrage charges incur due to non-collection of cargo during the free period given, shall also been born by the Supplier.

GCC 16.4 The currencies for payments shall be made in the currency or currencies specified in Bid Form/ Price Schedules

GCC 18.1 The Supplier shall provide a Performance Security of 10 percent of the Contract Price in the Currency of Contract to cover the delivery period and warranty obligations.

GCC 18.3 The Performance Security shall be in the following form: A bank guarantee issued by a reputed bank in the Purchaser’s Country or Bidder’s Country, acceptable to the Purchaser, in the format included in Section IX – Contract Forms or any other format acceptable to the Purchaser or a cashier’s or certified cheque or cash.

Page 133: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-133

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

GCC 18.4 Discharge of Performance Security shall take place: within 28 days following the expiry date of the performance security.

GCC 23.2 The packing, marking and documentation within and outside the packages shall be: a) Name & Address of the Purchaser b) IFB No. c) Reference number of Letter of Credit d) Other standard symbols and markings to prevent damages during the

shipment /transportation

GCC 24.1 The insurance coverage shall be in accordance with pursuant to GCC sub-clause 24.1. The Supplier must insure the Goods in an amount equal to 110 percent of the CIF or EXW price of the Goods from “Warehouse” to “Warehouse” on “All Risks” basis, including war risks and strikes”.

GCC 25.1 Obligations for transportation of the Goods shall be in accordance with: Incoterms 2000

GCC 26.2 Tests and Inspections specified in Section VI, Schedule of Supply, shall be carried out at the following times or milestones, and places:

Manufacturer’s / Factory inspections and tests report prior to delivery of goods in respect of the specifications and quantity, shall be arranged by the Supplier and expenses for such inspection, test reports are to be borne by the bidder. Final acceptance of the Goods shall be arranged by the Purchaser at the final destination of the Goods at the Open University of Sri Lanka.

GCC 27.1 The liquidated damage shall be: 0.5 % per week or part thereof

GCC 27.1 The maximum amount of liquidated damages shall be: 10 % of the Contract Value

GCC 28.3 The period of validity of the Warranty shall be: One year. But under special circumstances if manufacturer gives warranty for more than one year for a specific item/items and if it is/those are in the list, that warranty period will be applied.

GCC 28.5 The Supplier shall correct any defects covered by the Warranty within: Two weeks of being notified by the Purchaser of the occurrence of such defects

GCC 30.1 The amount of aggregate liability shall be: 10 % of the Contract Value

Page 134: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-134

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Section IX. Contract Forms

Table of Forms

Agreement ......................................................................................................................... 9-135

Performance Security ........................................................................................................ 9-136

Advance Payment Security ............................................................................................... 9-137

Page 135: Bid Doc Ousl-Eng

Section IX. Contract Forms 9-135

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Agreement THIS AGREEMENT made the ________ day of ________________________, _____, between ______________________________________of __________________________ (hereinafter “the Purchaser”), of the one part, and __________________________________ of ______________________________ (hereinafter “the Supplier”), of the other part:

WHEREAS the Purchaser invited bids for certain Goods and Related Services, viz., ____________________________________________________________________ and has accepted a Bid by the Supplier for the supply of those Goods and Related Services in the sum of ________________________________________________________ (hereinafter “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Purchaser’s Notification to the Supplier of Award of Contract; (b) the Bid Submission Sheet and the Price Schedules submitted by the Supplier; (c) the Special Conditions of Contract; (d) the General Conditions of Contract; (e) the Schedule of Supply; and (f) _________________________________________________________.

This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Related Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Related Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of ________________________ on the day, month and year indicated above.

Signed by ________________________________________________ (for the Purchaser) Signed by __________________________________________________ (for the Supplier)

Page 136: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-136

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Performance Security

Date: Contract Name and No. :

To: WHEREAS _______________________________________ (hereinafter “the Supplier”) has undertaken, pursuant to Contract No. ____________ dated ________________, _______ to supply __________________________________________ (hereinafter “the Contract”). AND WHEREAS it has been stipulated by you in the aforementioned Contract that the Supplier shall furnish you with a security ____________________ issued by a reputable guarantor for the sum specified therein as security for compliance with the Supplier’s performance obligations in accordance with the Contract. AND WHEREAS the undersigned _____________________________________________ ______________________, legally domiciled in ________________________________ ____________________________________________, (hereinafter “the Guarantor”), have agreed to give the Supplier a security: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ____________________________________________________ and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract, without cavil or argument, any sum or sums within the limits of __________ ____________ as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This security is valid until the ___________________ day of __________________, _____. Name

In the capacity of

Signed

Duly authorized to sign the security for and on behalf of

Date

Page 137: Bid Doc Ousl-Eng

Section IV. Bidding Forms 4-137

ADB Standard Bidding Document Procurement of Goods Single-Stage: One-Envelope

Advance Payment Security

Date: Contract Name and No. :

To: In accordance with the payment provision included in the Contract, in relation to advance payments, _________________________________________________ (hereinafter called “the Supplier”) shall deposit with the Purchaser a security consisting of ____________________, to guarantee its proper and faithful performance of the obligations imposed by said Clause of the Contract, in the amount of ___________________________. We, the undersigned ________________________________________________, legally domiciled in __________________________________________________ (hereinafter “the Guarantor”), as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligor and not as surety merely, the payment to the Purchaser on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding __________________________________ _________________________________________________________. This security shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until _________________________, _______. Name

In the capacity of

Signed

Duly authorized to sign the security for and on behalf of

Date