tender document for purchase of two port vector network analyzer · 2019-03-27 · d) a standard...

36
1 Tender Document for Purchase of two port vector network analyzer Tender Enquiry No: IITJMU/SP-077/2018 Dated: 27/03/2018 IIT Jammu Jagti, PO Nagrota, NH-44, Jammu - 181 221 J&K, India [email protected], [email protected]

Upload: others

Post on 22-Jan-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

1

Tender Document for Purchase of two portvector network analyzer

Tender Enquiry No: IITJMU/SP-077/2018 Dated: 27/03/2018

IIT JammuJagti, PO Nagrota,

NH-44, Jammu - 181 221 J&K, [email protected],

[email protected]

Page 2: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

2

Notice Inviting Quotation (E-Procurement Mode)

Sub: Notice Inviting Tender for Purchase of two port vector network analyzerIndian Institute of Technology Jammu invites tenders from reputed Manufacturers/ AuthorizedDealers /Tenderer for procurement of above mentioned item.

All interested vendors are requested to send their bid for supply of the above item as per detailed technicalspecification given and price bid as per the Price Bid format. The Important information related to tenderare as follows:

1. SCHEDULE

Date of Issue/Publishing 27/03/2019 (14:00 Hrs)

Document Download/Sale Start Date 27/03/2019 (14:00 Hrs)

Last Date and Time for receipt of queries 10/04/2019 (16:00 Hrs)

Document Download/Sale End Date 18/04/2019 (16:00 Hrs)

Last Date and Time for Uploading of Bids 18/04/2019 (16:00 Hrs)

Last Date for Submission of Hard Copies 22/04/2018 (16:00 Hrs)

Date & Time of Opening of Technical Bids 23/04/2019 (14:00 Hrs)

Date of Opening of Commercial Bids will be informed later

EMD Rs 1,60,000/- INR (Rupees One Lakh SixtyThousand Only)Bank Name: ICICI BANKBranch Address: K.C Plaza Residency Road Jammu180001Bank Account No.: 026601003416IFSC Code: ICIC0000266(This is mandatory that UTR Number is provided in theoffline quotation/bid)

Performance Security 10%

Warranty 3 Years

No. of Covers (1/2/3/4) 02

Bid Validity days 90 days (From last date of opening of tender)

Address for Communication/ Submission ofTechnical Bid

Tender BoxAdmin Block, South SideIndian Institute of Technology JammuJagti, PO Nagrota, NH-44 Jammu-181221

Contact No. 8082169986,8082828215

Email Address [email protected],[email protected]

Page 3: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

3

2. Instructions to Bidders

Instructions for Online Bid SubmissionDepartment of Expenditure has issued the directive to publish the tender document on the Central PublicProcurement Portal (URL:http://eprocure.gov.in/eprocure/app). The bidders are required to submit softcopies of their bids electronically on the CPP Portal using valid Digital Signature Certificates. Belowmentioned instructions are meant to guide the bidders for registration on the CPP Portal, prepare theirbids in accordance with the requirements and submitting their bids online on the CPP Portal. For moreinformation, bidders may visit the CPP Portal http://eprocure.gov.in/eprocure/app. Tender document canalso be downloaded from IIT Jammu Website (www.iitjammu.ac.in/)

2.1 Registration Processa) Bidders to enroll on the e-Procurement module of the portal http://eprocure.gov.in/eprocure/app

by clicking on the link “Click here to Enroll”. Enrolment on the CPP Portal is free of charge.b) The bidders to choose a unique username and assign a password for their accounts. Bidders are

advised to register their valid email address and mobile numbers as part of the registrationprocess. These would be used for any communication from the CPP Portal.

c) Bidders to register upon enrolment their valid Digital Signature Certificate (Class II or Class IIICertificates with signing key usage) issued by any Certifying Authority recognized by CCAIndia with their profile.

d) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible toensure that they do not lend their DSCs to others which may lead to misuse. Foreign bidders areadvised to refer “DSC details for Foreign Bidders” for Digital Signature requirements on the portal.

e) Bidder then logs in to the site through the secured log-in by entering their user ID / password andthe password of the DSC / eToken.

2.2 Tender Documents Searcha) Various built in options are available in the CPP Portal to facilitate bidders to search active tendersby several parameters. These parameters include Tender ID, organization, location, date, value, etc.b) There is also an option of advanced search for tenders, wherein the bidders may combine anumber of search parameters such as organization name, form of contract, location, date, otherkeywords etc. to search for a tender published on the CPP Portal.c) Once the bidders have selected the tenders they are interested in; they may download therequired documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case thereis any corrigendum issued to the tender document.d) The bidder should make a note of the unique Tender ID assigned to each tender, in case theywant to obtain any clarification / help from the Helpdesk.

2.3 Bid Preparationa) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.b) Please go through the tender advertisement and the tender document carefully to understand

the documents required to be submitted as part of the bid.c) Please note the number of covers in which the bid documents have to be submitted, the

number of documents - including the names and content of each of the document that needto be submitted. Any deviations from these may lead to rejection of the bid.

Page 4: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

4

d) Bidder, in advance, should get ready the bid documents to be submitted as indicated in thetender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats.Bid documents may be scanned with 100 dpi with black and white option.

e) To avoid the time and effort required in uploading the same set of standard documents whichare required to be submitted as a part of every bid, a provision of uploading such standarddocuments (e.g. PAN card copy, annual reports, auditor certificates etc.) has been providedto the bidders. Bidders can use “My Space” area available to them to upload suchdocuments. These documents may be directly submitted from the “My Space” area whilesubmitting a bid, and need not be uploaded again and again. This will lead to a reduction inthe time required for bid submission process

2.4 Bid Submissiona) Bidder to log into the site well in advance for bid submission so that he/she upload the bid

in time i.e. on or before the bid submission time. Bidder will be responsible for any delaydue to other issues.

b) The bidder to digitally sign and upload the required bid documents one by one as indicatedin the tender document.

c) Bidder to select the payment option as “on-line” to pay the tender fee/ EMD whereverapplicable and enter details of the instrument.

d) A standard BoQ format has been provided with the tender document to be filled by all thebidders. Bidders to note that they should necessarily submit their financial bids in theprescribed format and no other format is acceptable. In some cases, Financial Bids can besubmitted in PDF format as well.

e) The server time (which is displayed on the bidders’ dashboard) will be considered as thestandard time for referencing the deadlines for submission of the bids by the bidders,opening of bids etc. The bidders should follow this time during bid submission.

f) All the documents being submitted by the bidders would be encrypted using PKI encryptiontechniques to ensure the secrecy of the data, which cannot be viewed by unauthorizedpersons until the time of bid opening.

g) The uploaded tender documents become readable only after the tender opening by theauthorized bid openers.

h) Upon the successful and timely submission of bids, the portal will give a successful bidsubmission message & a bid summary will be displayed with the bid no. and the date &time of submission of the bid with all other relevant details.

i) Kindly add scanned PDF of all relevant documents in a single PDF file of compliance sheet.

2.5. ONLINE SUBMISSION:A) Cover-1: Techno-commercial bid:Online bids should be submitted containing scanned copy of following document in Cover1:

i) All Documents establishing conformity to the Eligibility Criteria as mentioned at Clause 4.7 of T&C.ii) Scan copy EMD submitted through NEFT/RTGSiii) Pre-Contract Integrity Pact if applicable.iv) ECS Form.v) Copy of PAN.

Page 5: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

5

vi) Details of Past Experience.vii) Bid Performa.viii) Declaration regarding applicability of Micro, Small & Medium Enterprise under MSMEDAct, 2006 along with copy of certificate [if applicable].ix)Declaration regarding applicability of Start-Ups under Start-Up India Initiative alongwith copy of certificate [if applicable].x) GST:a) Up-to-date Sales Tax clearance certificate, GST Registration number of the firm will have toaccompany the quotation.(b) GST Deduction at source as per Order/ notification of the Govt.(c) GST No of IIT Jammu is 0IAABTI4921M1ZT(d) HSN/SAC No of the items must be clearly mentioned in the quotation along with GST No.(e) As per Notification No. 45/2007- Central Tax (Rate) dated 14.11.2017 and 47/2017-IntegratedTax (Rate) dated 14.11.2017, issued by Ministry of Finance, IIT Jammu will avail 5% GST rate, onthe items, as mentioned in the Notification.

B) Cover-2: FINANCIAL BID (PRICE-BID)The Financial Bid (Price Bid) shall be submitted in electronic form only in conformity with thetender specifications on the portal only by the time & date as specified in NIT. The financial cover shallcontain price bid in the enclosed “Price Bid format” i.e. in pdf format. Submission of the FinancialBid (Price Bid) by any other means shall not be accepted by the Institute in any circumstances. In case,if any cell is left blank and no rate is quoted against any of the item(s) by the Bidder, rate of suchitem(s) shall be treated as “0” (Zero) and considered included in the cost of the bid and no separateclaim whatsoever will be entertained on this account. Online submission of the bid will not bepermitted on the portal after expiry of submission time and the Bidder shall not be permitted tosubmit the same by any other mode.

2.6 OFFLINE SUBMISSIONS:1. Hard copy / Supporting documentsHard copy of following supporting documents forming part of Techno-Commercial bids shall besubmitted offline (i.e. physically) in separate sealed envelope bearing on the top the reference of theTender specification to “Registrar, IIT Jammu, Jagti, Tehsil Nagrota, NH 44, Jammu - 181221,Tel: 8082828215, Email: [email protected] on or before the due date & time ofsubmission as per NIT. The scanned copy(ies) of all the offline documents (hard copies) are to beuploaded online on the portal.

i) All Documents establishing conformity to the Eligibility Criteria as mentioned at Clause 4.7 ofT&C.ii) Scan copy EMD submitted through NEFT/RTGSiii) Pre-Contract Integrity Pact if applicable.iv) ECS Form.v) Copy of PAN.

Page 6: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

6

vi) Details of Past Experience.vii) Bid Performa.viii) Declaration regarding applicability of Micro, Small & Medium Enterprise under

MSMED Act, 2006 along with copy of certificate [if applicable].ix) Declaration regarding applicability of Start-Ups under Start-Up India Initiative

along with copy of certificate [if applicable].x) GST:

a) Up-to-date Sales Tax clearance certificate, GST Registration number of the firm will have toaccompany the quotation.(b) GST Deduction at source as per Order/ notification of the Govt.(c) GST No of IIT Jammu is 0IAABTI4921M1ZT(d) HSN/SAC No of the items must be clearly mentioned in the quotation along with GST No.(e) As per Notification No. 45/2007- Central Tax (Rate) dated 14.11.2017 and 47/2017-IntegratedTax (Rate) dated 14.11.2017, issued by Ministry of Finance, IIT Jammu will avail 5% GST rate, onthe items, as mentioned in the Notification.

These envelope(s) shall not contain anything else. This part of bid should not contain any “Priceinformation”.

2. If any discrepancy is found between the Hard Copies of the offline documents viz. DD towardsCost of bid document & DD / BG towards Bid Security, and scanned copy of same uploaded onlinethen the online bid shall be liable for rejection.

3. The online bid (Techno-commercial Bid and Price Bid) shall be submitted up to the due date & timeindicated in the NIT or any extension thereof. Offline in Physical Form shall be received by the Instituteat the address specified in Invitation for Bids (Notice Inviting e-Tender) not later than The time andDate stated in the Invitation for Bids or any extension thereof. In the event of the specified date forsubmission of Offline documents being declared a holiday for the Institute, the same will be received upto the appointed time on next working day. However, the date and time for online submission of theBids shall continue to be the date and time specified or amended, if any.

2.7 Assistance to Biddersa) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contactperson indicated in the tender.

b) Any queries relating to the process of online bid submission or queries relating to CPPPortal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number forthe helpdesk is 1800 233 7315.

2.8. General Instructions to The Bidders1. The tenders will be received online through portal https://eprocure.gov.in/eprocure/app. In theTechnical Bids, the bidders are required to upload all the documents in .pdf format.2. Possession of Valid Class II/III Digital Signature Certificate (DSC) in the form of smart card/ e-Token in the company’s name is a prerequisite for registration and participating in the bid submissionactivities through https://eprocure.gov.in/eprocure/app. Digital Signature Certificates can be obtainedfrom the authorized certifying agencies, details of which are available in the web sitehttps://eprocure.gov.in/eprocure/app under the link `Information about DSC’.Bidders are advised to follow the instructions provided in the `Instructions to the Bidders for the e-Submission of the bids online through the Central Public Procurement Portal for e-Procurement athttps://eprocure.gov.in/eprocure/app.

Page 7: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

7

Department of Electrical EngineeringIndian Institute of Technology Jammu

Jagti, PO Nagrota, NH-44 Jammu-181221

3. Invitation for Tender Document for of Two-port vector network analyserIndian Institute of Technology Jammu invites online Bids (Technical bid and Commercial bid) fromeligible and experienced OEM (Original Equipment Manufacturer) OR OEM Authorized Dealer forPurchase of Two Port Vector network analyser (warranty period as stated at “Schedule”) on sitecomprehensive warranty from the date of receipt of the material as per terms & conditions specifiedin the tender document, which is available on CPP Portal http://eprocure.gov.in/eprocure/app

Technical Specifications for Bench Top High Performance Vector Network Analyzer

Sl.No. Parameters Specifications

1. Frequency Range 50 MHz to 40 GHz (or better)2. No. of Test Ports Two3. Source Attenuation 60dB (or better) at both ports4. Receiver Attenuation 30dB (or better) at both ports5. No. of independent internal sources One

6. ResolutionFrequency Range 1 HzPower 0.01 dB

7. Frequency Reference Stability ±1X10E-7/year8. Test Port Connector 2.4/2.92 mm (male) connector

9.SourceOutputPower

Max. Leveled Power(All ports)

+10dBm (or better) @20 GHz+4dBm (or better) @40 GHz

Minimum settablePower at both ports

-30dBm or better

Power Sweep (withrespect to minimumsettable power)

≥ 35dB @20 GHz≥25dB @40 GHz

10.Power Accuracy over fullfrequency range

+0.5dB (or better)

Power Level Linearity +0.5dB (or better)

11. Dynamic Range≥ 125dB @20 GHz≥ 110dB @40 GHz

12.

Errortermsover fullfrequencywithcalibration kit

Directivity≥ 35dB@20 GHz≥ 30dB @40 GHz

Load and SourceMatch

≥ 35dB@ 20GHz≥ 30dB@ 40GHz

Reflection TrackingError

≤ ±0.1dB @ 20 GHz≤ ±0.2dB @ 40 GHz

Transmission TrackingError

≤ ±0.1dB @ 20 GHz≤ ±0.2dB @ 40 GHz

Cross Talk betweenports

≤-120dB @ 20 GHz≤-100dB @ 40 GHz

13.Source Harmonics@ Max. outputpower level over full frequencyrange

≤ -15dBc @ 20GHz≤ -20dBc @ 40GHz

14. IF Bandwidth 1Hz to 1MHz (or better)

15. No. of Trace Points 60000 (or more)

16. Max. input damage power level ≥25dBm RF, 7V DC

Page 8: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

8

17. Interface GPIB, LAN, USB, Parallel

18. VGA/DVI Video Output Should be available

19. Internal Storage 50 GB (or more)

20. Calibration Kit, Adapters

a. 40GHz Mechanical calibration kit with SOLT (m/f) standards.b. 2.4mm (m) to 2.4mm (m) adapter [or 2.92mm (m) to 2.92mm

(m) adapter]c. 2.4mm (f) to 2.4mm (f) adapter [or 2.92mm (f) to 2.92mm (f)

adapter]d. 2.4mm (m) to 2.4mm (f) adapter [or 2.92mm (m) to 2.92mm

(f) adapter]

21.25 inch Precision flexible test portcable set with 2.4mm/2.92 mmconnector

Two sets

22. Display ≥ 10 inches Color LCD with touch screen23. Display Results S11, S12, S21, S22, a, b, R1, R2, arbitrary ratio24. Result Display Format Log/linear magnitude, SWR, Phase, group delay, Smith chart, Polar

25.

External Bias network (2 Qty.):supplying dc bias to the centerconductor of the coax connector,while blocking the dc to the RFport

a. 40VDC/ 500mA /50 ohm, Cable: SMB (f) to BNC (m)b. Insertion loss: 0.8 dB (<10 GHz), 1.5 dB (< 30 GHz), 3.2 dB (<

40 GHz)c. Maximum SWR: 20 dB (<10 GHz), 15 dB (< 20 GHz),10 dB (<

40 GHz)26. Power requirements (nominal) 220 V to 240 V AC, 50 to 60 Hz27. Operating Temperature Range 10O to 40O C28. Operating System Windows 7 or later29. Inbuilt Controller 2GHz, i7 processor or better30. Warranty 3 Year standard onsite warranty

31. Adapters and Accessories

a. 2.4 mm to 2.92mm (all combination of 4 adapters)b. 3.5mm to N type (all combination)c. Power amplifier, 10 MHz to 26.5 GHz, 20dB gaind. Coaxial coupler, 2 to 40 GHz, 2.4 mm (f), 10dB couplinge. Coaxial coupler, 10 to 40 GHz, 2.92 mm (f), 10dB couplingf. Coaxial coupler, 1 to 26.5 GHz, 3.5 mm (f), 10dB coupling

32. General Requirements

a. Operational, calibration & service manual should be providedwith instrument.

b. Vendor has to provide the point by point compliance for theabove specifications along with page number of datasheet/product literature.

c. Vendor should quote both in foreign exchange and Indianrupees with separate terms and conditions.

d. Vendor should also quote for 3 years/5years calibration plan. Itwill be total responsibility of vendor to get it calibrated inIndia.

e. Onsite installation and training for minimum two days shouldbe provided.

f. The leaflet/catalogue should be attached along with the tenderdocument.

g. Only authorized representative of the manufacturingcompany/OEM should quote. If the quotation is fromauthorized distributors/dealers, they should submit evidence tothat effect along with quotation.

h. The firm must have its NABL service center in India formaintenance of the equipment

Page 9: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

9

4. TERMS & CONDITIONS

4.1 Due date: The tender has to be submitted online on or before the due date. The offers receivedafter the due date and time will not be considered.

4.2 Preparation of Bids: The offer/bid should be submitted in two bid systems (i.e.) Technical bidand financial bid. The technical bid should consist of all technical details along withcommercial terms and conditions. Financial bid should indicate item wise price for the itemsmentioned in the technical bid. Financial Bids to be submitted in PDF format.The Technical bid should be submitted Online and Offline and the financial bid should besubmitted Online only.

4.3 EMD (if applicable): The Bidder should submit an EMD in the form of Account Payee DemandDraft, Fixed Deposit Receipt, Banker’s Cheque, NEFT/RTGS or Bank Guarantee from any of theCommercial Banks in the name of “Indian Institute of Technology Jammu” payable at Jammu. Thebid security is normally to remain valid for a period of forty-five days beyond the final bid validityperiod. The Technical Bid without EMD would be considered as UNRESPONSIVE and will not beaccepted. The EMD will be refunded without any interest to the unsuccessful Bidders after theaward of contract. Refer to Schedule (at page 2 of this document) for its actual place of submission.NSIC / MSME registered bidders must submit copy of valid NSIC / MSME RegistrationCertificate for exemption of EMD & Tender fee.

4.4 Refund of EMD: The EMD will be returned to unsuccessful tenderers only after the Tendersare finalized. In case of successful Tenderer, it will be retained till the successful and completeinstallation of the equipment.

4.5 Opening of the tender: The online bid will be opened by a committee duly constituted for thispurpose. Online bids (complete in all respect) received along with EMD (if any) will be opened asmentioned at “Annexure: Schedule” in presence of bidders representative if available. Only onerepresentative will be allowed to participate in the tender opening. Bid received without EMD(if present) will be rejected straight way. The technical bid will be opened online first and it willbe examined by a technical committee (as per specification and requirement). The financialoffer/bid will be opened only for the offer/bid which technically meets all requirements as perthe specification, and will be opened subsequently for further evaluation.

4.6 Acceptance/ Rejection of bids: The Institute reserves the right to reject any bid not fulfillingthe eligibility criteria.

4.7 Eligibility Criteria:(i) Tenderer should be the manufacturer / authorized dealer. Letter of Authorization fromoriginal equipment manufacturer (OEM) specific to the tender should be enclosed.(ii) An undertaking from the OEM is required stating that they would facilitate the tenderer ona regular basis with technology/product updates and extend support for the warranty as well.(Ref. Annexure-II)(iii) OEM should be Nationally/Internationally reputed Company.(iv) Non-compliance of tender terms, non-submission of required documents, lack of clarity ofthe specifications, contradiction between tenderer specification and supporting documents etc.may lead to rejection of the bid.(v) In the tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itselfcan bid but both cannot bid simultaneously for the same item/product in the same tender.

Page 10: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

10

(vi) If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit abid on behalf of another Principal/OEM in the same tender for the same item/product.(vii) Manufacturer/Supplier should have experience of installing at least five similar Two PortVector Network Analyzer in Indian Government Organizations, IITs, NITs, GovernmentEngineering Colleges, or Government PSU’s. Proof of such supplies along with the names of theusers and their contact numbers should be submitted.

(viii) Pre-qualification criteria

b. The firm must have its NABL service center in India for maintenance of the equipment

4.8 Performance Security: The supplier shall require to submit the performance security in the formof irrevocable bank guarantee issued by any commercial bank for an amount which is stated at the“Schedule” of the tender document within 15 days from the date of receipt of the purchase order/LCand should be kept valid for a period of 60 days beyond the date of completion of warranty period.Where the performance bank guarantee is obtained by a foreign bank, it shall be got confirmed by aSchedule Indian bank and shall be governed by Indian Laws and be subject to the jurisdiction ofcourts at Jammu. In exceptional case or on the request of the Indenting Officer competent authoritymay allow starting of PBG Period from the date of installation, in which case submission of PBGvalid till 60 days after the warranty period may be made within 21 days from the date of installation.

4.9 Force Majeure: The Supplier shall not be liable for forfeiture of its performance security, liquidateddamages or termination for default, if and to the extent that, it’s delay in performance or other failureto perform its obligations under the Contract is the result of an event of Force Majeure.(i) For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplierand not involving the Supplier's fault or negligence and not foreseeable. Such events may include,but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars orrevolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.(ii) If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser inwriting of such conditions and the cause thereof. Unless otherwise directed by the Purchaser inwriting, the Supplier shall continue to perform its obligations under the Contract as far as isreasonably practical, and shall seek all reasonable alternative means for performance notprevented by the Force Majeure event.

4.10 Risk Purchase Clause: In event of failure of supply of the item/equipment within the stipulateddelivery schedule, the purchaser has all the right to purchase the item/equipment from the othersource on the total risk of the supplier under risk purchase clause.

4.11 Packing Instructions: Each package will be marked on three sides with proper paint/indelibleink, the following:(i) Item Nomenclature(ii) Order/Contract No.(iii) Country of Origin of Goods(iv) Supplier’s Name and Address(v) Consignee details(vi) Packing list reference number

a. Only authorized representative of the manufacturing company/OEM should quote. If thequotation is from authorized distributors/dealers, they should submit evidence to that effectalong with quotation.

Page 11: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

11

4.12 Delivery and Documents:Delivery of the goods should be made within 12 to 16 weeks from the date of placement of purchaseorder. Within 24 hours of shipment, the supplier shall notify the purchaser and the insurance company bycable/telex/fax/e mail the full details of the shipment including contract number, railway receipt number/AAP etc. and date, description of goods, quantity, name of the consignee, invoice etc. The supplier shallmail the following documents to the purchaser with a copy to the insurance company:(i) 4 Copies of the Supplier invoice showing contract number, goods' description, quantity(ii) unit price, total amount;(iii) Insurance Certificate if applicable;(iv) Manufacturer's/Supplier's warranty certificate;(v) Inspection Certificate issued by the nominated inspection agency, if any(vi) Supplier’s factory inspection report; and(vii) Certificate of Origin (if possible by the beneficiary);(viii)Two copies of the packing list identifying the contents of each package.(ix) The above documents should be received by the Purchaser before arrival of the Goods(except where the Goods have been delivered directly to the Consignee with all documents)and, if not received, the Supplier will be responsible for any consequent expenses.

4.13 Liquidated Damages (L.D):If a supplier fails to execute the order in time as per the terms and conditions stipulated therein,it will be open to the purchaser to recover liquidated damages for delay in delivery andinstallation from the supplier at the rate 0.5% of the value of the order per week subject to amaximum of 10% of the total order value. The L.D charges can be increased in case of grossviolation of the Purchase Order terms as decided by the Director of the Institute.

4.14 Prices: The price should be quoted in net per unit (after breakup) and must include allpacking anddelivery charges. The offer/bid should be exclusive of taxes and duties, which will be paid by thepurchaser as applicable. However, the percentage of taxes & duties shall be clearly indicated.The price should be quoted without custom duty and excise duty, since IIT Jammu is exemptedfrom payment of Excise Duty and is eligible for concessional rate of custom duty. Necessarycertificate will be issued on demand.

In case of imports, the price should be quoted on FOB Basis only. Under specialcircumstances (eg. perishable chemicals), when the item is imported on CIF/CIP, please indicateCIF/CIP charges separately up to IIT Jammu indicating the mode of shipment. IIT Jammu willmake necessary arrangements for the clearance of imported goods at the Airport/Seaport. Hencethe price should not include the above charges.In case of CIF/CIP shipments, kindly provide the shipment information at least 2 days inadvance before landing the shipment along with the documents i.e. invoice, packing list,forwarder Name, address, contact No. in India to save demurrage charges (imposed by IndianCustoms). Otherwise these charges will be recovered from the supplier/Indian Agent.Progress of Supply: Wherever applicable, supplier shall regularly intimate progress of supply,in writing, to the Purchaser as under:

(i) Quantity offered for inspection and date;(ii) Quantity accepted/rejected by inspecting agency and date;

(iii) Quantity dispatched/delivered to consignees and date;(iv) Quantity where incidental services have been satisfactorily completed with date;(v) Quantity where rectification/repair/replacement effected/completed on receipt of anycommunication from consignee/Purchaser with date;(vi) Date of completion of entire Contract including incidental services, if any; and(vii) Date of receipt of entire payments under the Contract (In case of stage-wise inspection,details required may also be specified).

4.15

Page 12: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

12

4.16 Resolution of Disputes: The dispute resolution mechanism would be as follows:(i) In case of Dispute or difference arising between the Purchaser and a domestic supplierrelating to any matter arising out of or connected with this agreement, such disputes or differenceshall be settled in accordance with the Indian Arbitration & Conciliation Act, 1996, the rules thereunder and any statutory modifications or re-enactments thereof shall apply to the arbitrationproceedings. The dispute shall be referred to the Director, Indian Institute of Technology (IIT)Jammu and if he is unable or unwilling to act, the sole arbitration of some other personappointed by him willing to act as such Arbitrator. The award of the arbitrator so appointedshall be final, conclusive and binding on all parties to this order.(ii) In the case of a dispute between the purchaser and a Foreign Supplier, the dispute shallbe settled by arbitration in accordance with provision of sub-clause (i) above. But if this is notacceptable to the supplier then the dispute shall be settled in accordance with provisions ofUNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules.(iii) The venue of the arbitration shall be the place from where the order is issued.

4.17 Applicable Law: The place of jurisdiction would be Jammu (J&K)

4.18 Right to Use Defective GoodsIf after delivery, acceptance and installation and within the guarantee and warranty period, theoperation or use of the goods proves to be unsatisfactory, the Purchaser shall have the right tocontinue to operate or use such goods until rectifications of defects, errors or omissions by repair orby partial or complete replacement is made without interfering with the Purchaser’s operation.

4.19 Transfer and Subletting: The supplier shall not sublet, transfer, assign or otherwise part withthe acceptance to the tender or any part thereof, either directly or indirectly, without the priorwritten permission of the Purchaser.

4.20 Supplier IntegrityThe Supplier is responsible for and obliged to conduct all contracted activities in accordancewith the Contract using state of the art methods and economic principles and exercising allmeans available to achieve the performance specified in the contract.

4.21 Installation & DemonstrationThe supplier is required to do the installation and demonstration of the equipment within twoweeks of the arrival of materials at the IIT Jammu, site of installation, otherwise the penaltyclause will be the same as per the supply of materials.In case of any damage to equipment and supplies during the carriage of supplies from the originof equipment to the installation site, the supplier has to replace it with new equipment/suppliesimmediately at his own risk. Supplier will settle his claim with the insurance company as per hisconvenience. IIT Jammu will not be liable to any type of losses in any form.

4.22 Insurance: For delivery of goods at the purchaser’s premises, the insurance shall be obtained by thesupplier in an amount equal to 110% of the value of the goods from "warehouse to warehouse" (finaldestinations) on “All Risks" basis including War Risks and Strikes. The insurance shall be valid fora period of not less than 3 months after installation and commissioning. In case of orders placedon FOB/FCA basis, the purchaser shall arrange Insurance. If orders placed on CIF/CIP basis,the insurance should be up to IIT Jammu.

4.23 Warranty:(i) Warranty period shall be (as stated at “Schedule “of this tender) from date of installation of Goodsand acceptance at IIT Jammu. The Supplier shall, in addition, comply with the performance and/orconsumption guarantees specified under the contract. If for reasons attributable to the Supplier, these

Page 13: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

13

guarantees are not attained in whole or in part, the Supplier shall at its discretion make such changes,modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attainthe contractual guarantees specified in the Contract at its own cost and expense and to carry outfurther performance tests. The warranty should be comprehensive on site.(ii)The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.Upon receipt of such notice, the Supplier shall arrange to repair or replace the defective goods or partswithin 3 days free of cost in IIT Jammu. The Supplier shall take over the replaced parts/goods at the timeof their replacement. No claim whatsoever shall lie on the Purchaser for the replaced parts/goodsthereafter. The period for correction of defects in the warranty period is 03 days.If the supplier having been notified fails to remedy the defects within 03 days, the purchaser mayproceed to take such remedial action as may be necessary, at the supplier’s risk and expenses andwithout prejudice to any other rights, which the purchaser may have against the supplier underthe contract.(iii) The warranty period should be clearly mentioned. The maintenance charges (AMC) underdifferent schemes after the expiry of the warranty should also be mentioned. The comprehensivewarranty will commence from the date of the satisfactory installation/commissioning of the equipmentagainst the defect of any manufacturing, workmanship and poor quality of the components.(iv) After the warranty period is over, Annual Maintenance Contract (AMC)/ComprehensiveMaintenance Contract (CMC) up to next two years should be started. The AMC/CMC charges willnot be included in computing the total cost of the equipment.(v)Minimum 36 months’ warranty should be provided for the system. During warranty any partthat needs to be replaced should be done by supplier on a door delivery basis free of cost. IITJammu will bear no costs towards, freight, insurance, clearance charges, local taxes andcustoms duties for parts that are needed to be replaced in warranty.

4.24 Governing LanguageThe contract shall be written in English language. English language version of the Contractshall govern its interpretation. All correspondence and other documents pertaining to theContract, which are exchanged by the parties, shall be written in the same language.

4.25 Applicable LawThe Contract shall be interpreted in accordance with the laws of the Union of India and alldisputes shall be subject to place of jurisdiction.

4.26 Notices(i) Any notice given by one party to the other pursuant to this contract/order shall be sent to theother party in writing or by cable, telex, FAX or e mail and confirmed in writing to the other party’saddress.(ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

4.27 TaxesSuppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc.,incurred until delivery of the contracted Goods to the Purchaser. However, GST in respect of thetransaction between the Purchaser and the Supplier shall be payable extra, if so stipulated in the order.

4.28 DutiesIIT Jammu is exempted from paying custom duty under notification No.51/96 (partially or full) andnecessary “Custom Duty Exemption Certificate” can be issued after providing following informationand Custom Duty Exemption Certificate will be issued to the shipment in the name of theInstitute, no certificate will be issued to third party:a) Shipping details i.e. Master Airway Bill No. and House Airway No. (if exists)b) Forwarder details i.e. Name, Contact No., etc.IIT Jammu is exempted from paying Excise Duty and necessary Excise Duty ExemptionCertificate will be provided for which following information are required.

Page 14: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

14

(i) Quotation with details of Basic Price, Rate, Tax & Amount on which ED isapplicable. (ii)Supply Order Copy(iii) Performa-Invoice Copy.

4.29 Payment:(i) For Indigenous supplies, 100% payment shall be made by the Purchaser against delivery,inspection, successful installation, commissioning and acceptance of the equipment at IIT Jammu ingood condition and to the entire satisfaction of the Purchaser and on production of unconditionalperformance bank guarantee as specified in Clause 4.8 of tender terms and conditions.(ii) For imported items Payment will be made through irrevocable Letter of Credit (LC). Letter ofCredit (LC) will be established in favor of foreign Supplier after the submission of performancesecurity. The letter of credit (LC) will be established on the exchange rates as applicable on the dateof establishment. For Imports, LC will be opened for 100% FOB/CIF value. 80% of the LC amountshall be released on presentation of complete and clear shipping documents and 20% of the LCamount shall be released after the installation and demonstration of the equipment at the IIT Jammusite of installation in faultless working condition for period of 60 days from the date of thesatisfactory installation and subject to the production of unconditional performance bank guaranteeas specified in Clause 4.8 of tender terms and conditions.(iii) Indian Agency commission (IAC), if any shall be paid after satisfactory installation &commissioning of the goods at the destination at the exchange rate prevailing on the date ofnegotiation of LC documents, subject to DGS&D registration for restricted items.(iv) All the bank charges within India will be borne by the Institute and outside India will beborne by the Supplier.

4.30 User list: Brochure detailing technical specifications and performance, list of industrial andeducational establishments where the items enquired have been supplied must be provided.(Ref. Annexure-III)

4.31 Manuals and Drawings:(i) Before the goods and equipment are taken over by the Purchaser, the Supplier shall supplyoperation and maintenance manuals. These shall be in such details as will enable the Purchaserto operate, maintain, adjust and repair all parts of the works as stated in the specifications.(ii) The Manuals shall be in the ruling language (English) in such form and numbers as stated inthe contract.(iii) Unless and otherwise agreed, the goods equipment shall not be considered to be completed forthe purposes of taking over until such manuals and drawing have been supplied to the Purchaser.

4.32 Application Specialist: The Tenderer should mention in the Techno-Commercial bid theavailability and names of Application Specialist and Service Engineers in the nearest regionaloffice. (Ref. to Annexure-III)

4.33 Site Preparation: The supplier shall inform to the Institute about the site preparation, if any,needed for the installation of equipment, immediately after the receipt of the purchase order.The supplier must provide complete details regarding space and all the other infrastructuralrequirements needed for the equipment, which the Institute should arrange before the arrival ofthe equipment to ensure its timely installation and smooth operation thereafter.The supplier may visit the Institute and see the site where the equipment is to be installed andmay offer his advice and render assistance to the Institute in the preparation of the site and otherpre-installation requirements.

Page 15: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

15

4.34 Spare PartsThe Supplier may be required to provide any or all of the following materials, notifications, andinformation pertaining to spare parts manufactured or distributed by the Supplier. Such spareparts as the Purchaser may elect to purchase from the Supplier, providing that this election shallnot relieve the Supplier of any warranty obligations under the Contract; and In the event oftermination of production of the spare parts; Advance notification to the Purchaser of thepending termination, in sufficient time to permit the Purchaser to procure needed requirements;and following such termination, furnishing at no cost to the Purchaser, the blueprints, drawingsand specifications of the spare parts, if requested.Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares. Otherspare parts and components shall be supplied as promptly as possible but in any case within sixmonths of placement of order.

4.35 Defective Equipment: If any of the equipment supplied by the Supplier is found to be substandard,refurbished, un-merchantable or not in accordance with the description/specification or otherwisefaulty, the committee will have the right to reject the equipment or its part. The prices of suchequipment shall be refunded by the Supplier with 18% interest if such payments for such equipmenthave already been made. All damaged or unapproved goods shall be returned at suppliers cost andrisk and the incidental expenses incurred thereon shall be recovered from the supplier. Defectivepart in equipment, if found before installation and/or during warranty period, shall be replacedwithin 7 days on receipt of the intimation from this office at the cost and risk of supplier includingall other charges. In case supplier fails to replace above item as per above terms & conditions, IITJammu may consider "Banning" the supplier.

4.36 Termination for Default(i) The Purchaser may, without prejudice to any other remedy for breach of contract, bywritten notice of default sent to the Supplier, terminate the Contract in whole or part:a. If the Supplier fails to deliver any or all of the Goods within the period(s) specified in theorder, or within any extension thereof granted by the Purchaser; orb. If the Supplier fails to perform any other obligation(s) under the Contract.c. If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulentpractices in competing for or in executing the Contract.(ii) For the purpose of this Clause:a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value toinfluence the action of a public official in the procurement process or in contract execution.b. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurementprocess or the execution of a contract to the detriment of the Borrower, and includes collusive practiceamong Tenderer (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition;’”(iii) In the event the Purchaser terminates the Contract in whole or in part, the Purchaser mayprocure, upon such terms and in such manner, as it deems appropriate, Goods or Servicessimilar to those undelivered, and the Supplier shall be liable to the Purchaser for any excesscosts for such similar Goods or Services. However, the Supplier shall continue the performanceof the Contract to the extent not terminated.

Page 16: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

16

4.37 Shifting: Once our new Academic Block will be ready, the supplier has to shift and reinstall theinstrument free of cost (if required).

4.38 Downtime: During the warranty period, not more than 1% downtime will be permissible. Forevery day exceeding permissible downtime, penalty of 1/365 of the 1% FOB value will beimposed. Downtime will be counted from the date and time of the filing of complaint with inthe business hours.Supplier should clearly mention about their service set up in India (preferably in Northern partof India) for prompt service support. The manufacturer and/or their Indian representative musthave at least three qualified and factory trained service MS engineer in India to be able to attendto service at IIT Jammu within 72 hours on submitting a complaint. Training certificates fromthe manufacturer have to be provided with the tender. During the warranty period, only factorytrained and certified engineers are acceptable to attend the service.In case the Equipment / System remains non-operational for more than 5 days then warrantyperiod will be extended for the equivalent period for which Equipment /System remained non-operational. Warranty extension in such case shall be done without prejudice to any other Term& condition of the contract.IIT Jammu would like to enter in service agreement through which IIT Jammu will receivereplacement of defective spares/part (if any, that are not covered under warranty) immediatelyso as to minimize the down time. Order, if any, required to be placed for such spares/parts willbe done by IIT Jammu in due course of time.

4.39 Training of Personnel: The supplier shall be required to undertake to provide the technicaltraining to the personnel involved in the use of the equipment at the Institute premises,immediately after completing the installation of the equipment if applicable.

4.40 Compliance certificate: This certificate must be provided indicating conformity to the technicalspecifications. (Annexure-I)

4.41 Genuine Pricing: Vendor is to ensure that quoted price is not more than the price offered to anyother customer in India to whom this particular item has been sold, particularly to IIT/Institutesand other Government Organization. Copy of the latest price list for the quoted item, applicablein India, must be enclosed with the offer.

4.42 Comparison of Bids1. Only the short-listed bids from the technical evaluation shall be considered for

commercial comparison.2. L1 will be decided on the basis of the total of Section (A) as quoted in the price bid.3. The bids shall be evaluated on the basis of the total price of Section (A) including all

taxes and duties.4. For the purpose of comparison of prices on equal basis, the prices quoted in foreign

currency (if any) by bidders shall be converted to equivalent Indian Rupees. The exchangerate as on the date of opening of technical bids shall be considered for the purpose ofcomparison.

Page 17: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

17

4.43 Award of ContractIIT Jammu shall award the contract to the eligible bidder whose technical bid has been accepted anddetermined as the lowest evaluated commercial bid based on the total of Section(A) calculated of all items + taxes etc. of the Price Bids. However, IIT Jammu reserves the rightand has sole discretion to reject the lowest evaluated bid.

If more than one bidder happens to quote the same lowest price, IIT Jammu reserves the right todecide the criteria and further process for awarding the contract, decision of IIT Jammu shall befinal for awarding the contract.

Page 18: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

18

Annexure -I

COMPLIANCE SHEET

Sl.No.

Parameters SpecificationsCompliance

Yes/No

1. Frequency Range 50 MHz to 40 GHz (or better)2. No. of Test Ports Two3. Source Attenuation 60dB (or better) at both ports4. Receiver Attenuation 30dB (or better) at both ports5. No. of independent internal sources One

6.Resolution

Frequency Range 1 HzPower 0.01 dB

7. Frequency Reference Stability ±1X10E-7/year8. Test Port Connector 2.4/2.92 mm (male) connector

9.SourceOutputPower

Max. Leveled Power (All ports)+10dBm (or better) @20 GHz+4dBm (or better) @40 GHz

Minimum settable Power at bothports

-30dBm or better

Power Sweep (with respect tominimum settable power)

≥ 35dB @20 GHz≥25dB @40 GHz

10.Power Accuracy over full frequency range +0.5dB (or better)Power Level Linearity +0.5dB (or better)

11. Dynamic Range≥ 125dB @20 GHz≥ 110dB @40 GHz

12.

Errortermsoverfullfrequencywithcalibration kit

Directivity≥ 35dB@20 GHz≥ 30dB @40 GHz

Load and Source Match≥ 35dB@ 20GHz≥ 30dB@ 40GHz

Reflection Tracking Error≤ ±0.1dB @ 20 GHz≤ ±0.2dB @ 40 GHz

Transmission Tracking Error≤ ±0.1dB @ 20 GHz≤ ±0.2dB @ 40 GHz

Cross Talk between ports≤-120dB @ 20 GHz≤-100dB @ 40 GHz

13.Source Harmonics@ Max. output powerlevel over full frequency range

≤ -15dBc @ 20GHz≤ -20dBc @ 40GHz

14. IF Bandwidth 1Hz to 1MHz (or better)

15. No. of Trace Points 60000 (or more)

16. Max. input damage power level ≥25dBm RF, 7V DC

17. Interface GPIB, LAN, USB, Parallel

18. VGA/DVI Video Output Should be available

19. Internal Storage 50 GB (or more)

20. Calibration Kit, Adapters

a. 40GHz Mechanical calibration kitwith SOLT (m/f) standards.

b. 2.4mm (m) to 2.4mm (m) adapter[or 2.92mm (m) to 2.92mm (m)adapter]

c. 2.4mm (f) to 2.4mm (f) adapter [or2.92mm (f) to 2.92mm (f) adapter]

Page 19: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

19

d. 2.4mm (m) to 2.4mm (f) adapter [or2.92mm (m) to 2.92mm (f) adapter]

21.25 inch Precision flexible test port cable setwith 2.4mm/2.92 mm connector

Two sets

22. Display≥ 10 inches Color LCD with touchscreen

23. Display ResultsS11, S12, S21, S22, a, b, R1, R2,arbitrary ratio

24. Result Display FormatLog/linear magnitude, SWR, Phase,group delay, Smith chart, Polar

25.

External Bias network (2 Qty.): supplyingdc bias to the center conductor of the coaxconnector, while blocking the dc to the RFport

a. 40VDC/ 500mA /50 ohm, Cable:SMB (f) to BNC (m)

b. Insertion loss: 0.8 dB (<10 GHz), 1.5dB (< 30 GHz), 3.2 dB (< 40 GHz)

c. Maximum SWR: 20 dB (<10 GHz),15 dB (< 20 GHz),10 dB (< 40 GHz)

26. Power requirements (nominal) 220 V to 240 V AC, 50 to 60 Hz27. Operating Temperature Range 10O to 40O C28. Operating System Windows 7 or later29. Inbuilt Controller 2GHz, i7 processor or better30. Warranty 3 Year standard onsite warranty

31. Adapters and Accessories

a. 2.4 mm to 2.92mm (all combinationof 4 adapters)

b. 3.5mm to N type (all combination)c. Power amplifier, 10 MHz to 26.5

GHz, 20dB gaind. Coaxial coupler, 2 to 40 GHz, 2.4

mm (f), 10dB couplinge. Coaxial coupler, 10 to 40 GHz, 2.92

mm (f), 10dB couplingf. Coaxial coupler, 1 to 26.5 GHz, 3.5

mm (f), 10dB coupling

32. General Requirements

a. Operational, calibration & servicemanual should be provided withinstrument.

b. Vendor has to provide the point bypoint compliance for the abovespecifications along with pagenumber of data sheet/productliterature.

c. Vendor should quote both in foreignexchange and Indian rupees withseparate terms and conditions.

d. Vendor should also quote for 3years/5years calibration plan. It willbe total responsibility of vendor toget it calibrated in India.

e. Onsite installation and training forminimum two days should beprovided.

f. The leaflet/catalogue should beattached along with the tenderdocument.

g. Only authorized representative of the

Page 20: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

20

manufacturing company/OEMshould quote. If the quotation is fromauthorized distributors/dealers, theyshould submit evidence to that effectalong with quotation.

h. The firm must have its NABLservice center in India formaintenance of the equipment

Page 21: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

21

ANNEXURE-II<< Organization Letter Head >>DECLARATION SHEET

We, _______________________________________ hereby certify that all the information anddata furnished by our organization with regard to these tender specifications are true and completeto the best of our knowledge. I have gone through the specifications, conditions and stipulations indetails and agree to comply with the requirements and intent of specification.

This is certified that our organization has been authorized (Copy attached) by the OEM toparticipate in Tender.We further certify that our organization meets all the conditions of eligibilitycriteria laid down in this tender document. Moreover, OEM has agreed to support on regular basiswith technology / product updates and extend support for the warranty.

We, further specifically certify that our organization has not been Black Listed/De Listed or put toany Holiday by any Institutional Agency/ Govt. Department/ Public Sector Undertaking in the lastthree years.

The prices quoted in the financial bids are subsidized due to academic discount given to IIT Jammu.

NAME & ADDRESS OFTHE Vendor/ Manufacturer / Agent

PhoneFaxE-mailContact Person NameMobile NumberTIN NumberPAN Number(In case of on-line payment of TenderFees)

UTR No. (For Tender Fee)(In case of on-line payment of EMD)

UTR No. (For EMD)

(Signature of the Tenderer)

Name:

Seal of the Company

Page 22: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

22

ANNEXURE-III

LIST OF GOVT. ORGANIZATION/DEPARTMENT.

List of Government Organizations for whom the Tenderer has undertaken such work duringlast three years (must be supported with work orders)Name of the organization Name of Contact Contact

Person No.

Name of application specialist / Service Engineer who have the technical competency tohandle and support the quoted product during the warranty period.Name of the organization Name of Contact Contact

Person No.

Signature of Tenderer

Name: ___________________________

Designation: ______________________

Organization Name: _______________

Contact No.: ______________________

Page 23: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

23

ANNEXURE- IV

FORMAT FOR PERFORMANCE BANK GUARANTEE

(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred) (TO BE ESTABLISHEDTHROUGH ANY OF THE NATIONAL BANKS (WHETHER SITUATED AT JAMMU OR OUTSTATION) WITH ACLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT JAMMU OR ANY SCHEDULED BANK(OTHER THAN NATIONALISED BANK) SITUATED AT JAMMU. BONDS ISSUED BY CO-OPERATIVE BANKSARE NOT ACCEPTED.)

To,Indian Institute of Technology Jammu,Jammu-181221India

LETTER OF GUARANTEE

WHEREAS Indian Institute of Technology Jammu, Jammu (Buyer) have invited Tendersvide TenderNo……………………………………………………dt………………………………….for purchase of ........................................................ and whereas the said tender documentrequires that any eligible successful tenderer (seller) wishing to supply the equipment/machinery etc. in response thereto shall establish an irrevocable Performance Guarantee Bond in favorof “Indian Institute of Technology Jammu,” in the form of Bank Guaranteefor Rs ................................ and valid till three years from the date of issue of PerformanceBank Guarantee may be submitted within 21 (Twenty-One) days from the date of acceptance as asuccessful tenderer.

NOW THIS BANK HEREBY GUARANTEES that in the event of the said tenderer(seller) failing to abide by any of the conditions referred in tender document / purchase order /performance of the equipment / machinery, etc. this bank shall pay to Indian Institute ofTechnology, Jammu on demand and without protest or demur Rs ........................(Rupees......................................).

This bank further agrees that the decision of Indian Institute of Technology, Jammu (Buyer) as towhether the said Tenderer (Seller) has committed a breach of any of the conditions referred in tenderdocument / purchase order shall be final and binding.

We, .......................................... (name of the bank & branch) hereby further agree that theguarantee herein contained shall not be affected by any change in the constitution of the Tenderer(Seller) and/ or Indian Institute of Technology Jammu, Jammu(Buyer).

Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed Rs. ......................... (Indian Rupeesonly).

Page 24: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

24

2. This Bank Guarantee shall be valid up to ..........................(date) and

3. We are liable to pay the guaranteed amount or any part thereof under this bank guaranteeonly and only if Institute serve upon us a written claim or demand on or before .................(date).

This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceableat our branch office at ........................................ situated at .............................. (Address of localbranch).

Yours truly,

Signature and seal of the guarantor:

Name of Bank:

Address:

Date:

Instruction to Bank: Bank should note that on expiry of Guarantee Period, the OriginalGuarantee will not be returned to the Bank. Bank is requested to take appropriate necessaryaction on or after expiry of bond period.

Page 25: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

25

ANNEXURE-VMANDATE FORM FOR ELECTRONIC FUND TRANSFER/RTGS TRANSFER

Date: / /The RegistrarIndian Institute of Technology JammuJammu

Sub: Authorization for release of payment / dues from Indian Institute of Technology Jammu throughElectronic Fund Transfer/RTGS Transfer.1. Name of the Party/Firm/Company/Institute:2. Address of the Party:

City_______________________________________Pin Code___________________________________E-Mail ID__________________________________Mob No: ___________________________________

Permanent Account Number___________________

3. Particulars of BankBank Branch NameNameBranch Branch CityPlacePIN Branch CodeCodeMICRNo(9 Digit number appearing on the MICR Bank of the Cheque supplied by the Bank, please attach aXerox copy of a cheque of your bank for ensuring accuracy of the bank name, branch name andcode number)

IFS Code:(11 digit alphanumericcode)Account Savings Current Cash CreditTypeAccountNumber:

DECLARATIONI hereby declare that the particulars given above are correct and complete. If any transaction delayedand not effected for reasons of incomplete or incorrect information I shall not hold Registrar, IndianInstitute of Technology Jammu responsible. I also undertake to advise any change in the particulars ofmy account to facilitate updating of records for purpose of credit of amount through NEFT/RTGSTransfer.Place: _________________Date: _________________

Signature & Seal of the Authorized Signatory of the Party

Page 26: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

26

Certified that particulars furnished above are correct as per our records

Bankers Stamp: Date: ______________

Signature of the Authorized Official from the BankN.B: Please fill in the information in CAPITAL LETTERS, computer typed; please TICK whereverit is applicable.

Page 27: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

27

ANNEXURE-VI(to be printed on Supplier's letterhead)INTEGRITY PACT

General

This pre-bid pre-contract Agreement hereinafter called the Integrity Pact is madeon…………………. day of the month of .................................., between, on one hand, thePresident of India acting through Registrar, Indian Institute of Technology, Jammu hereinaftercalled the “BUYER” of the first part and M/s....................................represented by Shri.............................., Director /Chief Executive Officer/ General Manager hereinafter called the“TENDERER/Seller” of the second part.

WHEREAS the BUYER proposes to procure .......................................................(Name of theStores/Equipment/Item) and the TENDERER/Seller is willing to offer/has offered the stores andWHEREAS the TENDERER is a private company/public company/Governmentundertaking/partnership/registered export agency, constituted in accordance with the relevant lawin the matter and the BUYER is an Autonomous Body/Department of the Government of Indiaperforming its functions on behalf of the President of India.

NOW, THEREFORE, to avoid all forms of corruption by following a system that is fair,transparent and free from any influence/prejudiced dealings prior to, during and subsequent to thecurrency of the contract to be entered into with a view to enabling the BUYER to obtain thedesired said stores / equipment at a competitive price in conformity with the definedspecifications by avoiding the high cost and the distortionary impact of corruption on publicprocurement, and Enabling Tenderer to abstain from bribing or indulging in any corrupt practicein order to secure the contract by providing assurance to them that their competitors will alsoabstain from bribing and other corrupt practices and the BUYER will commit to preventcorruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:1. Commitments of the BUYER:1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectlywith the contract, will demand, take a promise for or accept, directly or through intermediaries,any bribe, consideration, gift, reward, favor or any material or immaterial benefit or any otheradvantage from the TENDERER, either for themselves or for any person, organization or thirdparty related to the contract in exchange for an advantage in the bidding process, bid evaluation,contracting or implementation process related to the Contract.

1.2 The BUYER will, during the pre-contract stage, treat all Tenderer alike, and will provideto all Tenderer the same information and will not provide any such information to any particularTENDERER which could afford an advantage to that particular TENDERER in comparison toother Tenderer.

1.3 All the officials of the Buyer will report to the appropriate Government office anyattempted or completed breaches of the above commitments as well as any substantial suspicionof such a breach.

1.4 In case any such preceding misconduct on the part of such official (s) is reported by theTENDERER to the BUYER, with full and verifiable facts and the same is prima facie found tobe correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit,

Page 28: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

28

including criminal proceedings may be initiated by the BUYER and such a person shall bedebarred from further dealings related to the contract process. In such a case while an enquiry isbeing conducted by the BUYER the proceedings under the contract would not be stalled.

2. Commitments of TENDERER:The TENDERER commits itself to take all measures necessary to prevent corrupt practices,unfair means and illegal activities during any stage of its bid or during any pre-contract or postcontract stage in order to secure the contract or in furtherance to secure it and in particularcommit itself to the following:

2.1 The TENDERER will not offer, directly or through intermediaries, any bribe,consideration, gift, reward, favor, any material or immaterial benefit or other advantage,commission, fees, brokerage or inducement to any official of the BUYER, connected directly orindirectly with the bidding process, or to any person, organization or third party related to thecontract in exchange for any advantage in the bidding, evaluation, contracting andimplementation of the Contract.2.2 The TENDERER further undertakes that it has not given, offered or promised to give,directly or indirectly any bribe, gift, consideration, reward, favor, any material or immaterialbenefit or other advantage, commission, fees, brokerage or inducement to any official of theBUYER or otherwise in procuring the Contract or forbearing to do or having done any act inrelation to the obtaining or execution of the Contract or any other Contract with the Governmentfor showing or forbearing to show favor or disfavor to any person in relation to the Contract orany other Contract with the Government.2.3 Tenderer shall disclose the name and address of agents and representatives and IndianTenderer shall disclose their foreign principals or associates.

2.4 Tenderer shall disclose the payments to be made by them to agents / brokers or any otherintermediary, in connection with this bid/contract.

2.5 The TENDERER further confirms and declares to the BUYER that the TENDERER isthe original manufacturer/ integrator/ authorized government sponsored export entity of thedefense stores and has not engaged any individual or firm or company whether Indian or foreignto intercede, facilitate or in any way to recommend to the BUYER, or any of its functionaries,whether officially or unofficially to the award of the contract to the TENDERER, nor has anyamount been paid, promised or intended to be paid to any such individual, firm or company inrespect of any such intercession, facilitation or recommendation.

2.6 The TENDERER, either while presenting the bid or during pre-contract negotiations orbefore signing the contract, shall disclose any payments he has made, is committed to or intendsto make to officials of the BUYER or their family members, agents, brokers or any otherintermediaries in connection with the contract and the details of services agreed upon for suchpayments.

2.7 The TENDERER will not collude with other parties interested in the contract to impairthe transparency, fairness and progress of the bidding process, bid evaluation, contracting andimplementation of the contract.

2.8 The TENDERER will not accept any advantage in exchange for any corrupt practice,unfair means and illegal activities.

Page 29: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

29

2.9 The TENDERER shall not use improperly, for purposes of competition or personal gain,or pass on to others, any information provided by the BUYER as part of the businessrelationship, regarding plans, technical proposals and business details, including informationcontained in any electronic data carrier. The TENDERER also undertakes to exercise due andadequate care lest any such information is divulged.

2.10 The TENDERER commits to refrain from giving any complaint directly or through anyother manner without supporting it with full and verifiable facts.

2.11 The TENDERER shall not instigate or cause to instigate any third person to commit anyof the actions mentioned above.

2.12 If the TENDERER or any employee of the TENDERER or any person acting on behalfof the TENDERER, either directly or indirectly, is a relative of any of the officers of theBUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stakein the TENDERER's firm, the same shall be disclosed by the TENDERER at the time of filing oftender. The term relative for this purpose would be as defined in Section 6 of the Companies Act1956.

2.13 The TENDERER shall not lend to or borrow any money from or enter into any monetarydealings or transactions, directly or indirectly, with any employee of the BUYER.

3. Previous Transgression3.1 The TENDERER declares that no previous transgression occurred in the last three yearsimmediately before signing of this Integrity Pact, with any other company in any country inrespect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise inIndia or any Government Department in India that could justify TENDERER's exclusion fromthe tender process3.2 The TENDERER agrees that if it makes incorrect statement on this subject, TENDERERcan be disqualified from the tender process or the contract, if already awarded, can be terminatedfor such reason.

4. Earnest Money Deposit4.1 While submitting bid, the TENDERER shall deposit an amount mentioned in tenderdocument as Earnest Money, with the Institute through the following instruments:

4.1.1 The tenderer should submit an EMD amount in the form of Account Payee DemandDraft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee from any of the CommercialBanks. The Technical Bid without EMD would be considered as UNRESPONSIVE and will notbe accepted. The EMD will be refunded without any interest to the unsuccessful tenderer afterthe award of contract.

4.2 No interest shall be payable by the BUYER to the TENDERER on Earnest Money for theperiod of its currency.

Page 30: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

30

4.3 In case of successful TENDERER, EMD will be returned within 30 days from the date ofsubmission of Performance Bank Guarantee.

5. SECURITY DEPOSIT /PERFORMANCE GUARANTEE:5.1 Performance Bank Guarantee is mandatory.

5.2 Successful tenderer/ tenderer should submit performance guarantee as prescribed above tobe received in the office Registrar, Stores & Purchase Section on or before 30 days from the dateof issue of order acknowledgement. The performance bank guarantee to be furnished in the formof Bank Guarantee as per Annexure-III of the tender documents, for an amount covering 10% ofthe purchase order value.

5.3 The Performance Bank Guarantee should be established in favor of Indian Institute ofTechnology Jammu” through any Bank situated at Jammu or outstation with a clause toenforced the same on their local branch at Jammu. Performance Bank Guarantee shall be for thedue and faithfully performance of the contract and shall remain binding, notwithstanding suchvariations, alterations for extensions of time as may be made, given, conceded or agreed tobetween the successful tenderer and the purchaser under the terms and conditions of acceptanceto tender.

5.4 The successful tenderer is entirely responsible for due performance of the contract in allrespects according to the speed, intent and meaning of the terms and conditions and specificationand all other documents referred to in the acceptance of tender.

5.5 The performance bank guarantee shall be kept valid during the period of contract andshall continue to be enforceable for a period of two years from the date of orderacknowledgement.

6. Sanctions for Violations6.1 Any breach of the aforesaid provisions by the TENDERER or any one employed by it oracting on its behalf (whether with or without the knowledge of the TENDERER) shall entitlethe BUYER to take all or any one of the following actions, wherever required:

6.1.1 To immediately call off the pre-contract negotiations without assigning any reasonor giving any compensation to the TENDERER. However, the proceedings with the otherTENDERER(s) would continue.6.1.2 The Earnest Money Deposit (in pre-contract stage) and/or SecurityDeposit/Performance Bank Guarantee (after the contract is signed) shall stand forfeitedeither fully or partially, as decided by the BUYER and the BUYER shall not be required toassign any reason therefore.6.1.3 To immediately cancel the contract, if already signed without giving anycompensation to the TENDERER.6.1.4 To recover all sums already paid by the BUYER, and in case of an IndianTENDERER with interest thereon at 2% higher than the prevailing Prime Lending Rate ofState Bank of India, while in case of a TENDERER from a country other than India withinterest thereon at 2% higher than the LIBOR. If any outstanding payment is due to theTENDERER from the BUYER in connection with any other contract for any other stores,such outstanding payment could also be utilized to recover the aforesaid sum and interest.6.1.5 To encash the advance bank guarantee and performance guarantee/warranty bond,if furnished by the TENDERER, in order to recover the payments, already made by theBUYER, along with interest.

Page 31: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

31

6.1.6 To cancel all or any other contracts with the TENDERER. The TENDERER shallbe liable to pay compensation for any loss or damage to the BUYER resulting from suchcancellation/rescission and the BUYER shall be entitled to deduct the amount so payablefrom the money(s) due to the TENDERER.6.1.7 To debar the TENDERER from participating in future bidding processes of theGovernment of India for a minimum period of two years, which may be further extended atthe discretion of the BUYER.6.1.8 To recover all sums paid in violation of this pact by the TENDERER(s) to anymiddleman or agent or broker with a view to securing the contract.6.1.9 In cases where irrevocable Letters of Credit have been received in respect of anycontract signed by the BUYER with the TENDERER, the same shall not be opened.6.1.10 Forfeiture of Performance Bank Guarantee in case of a decision by the BUYER toforfeit the same without assigning any reason for imposing sanction for violation of thisPact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1.1 to6.1.10 of this Pact also on the Commission by the TENDERER or any one employed by it oracting on its behalf (whether with or without the knowledge of the TENDERER), of an offenceas defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 orany other statute enacted for prevention of corruption.

6.3 The decision of the BUYER to the effect that a breach of the provisions of this pact hasbeen committed by the TENDERER shall be final and conclusive on the TENDERER. However,the TENDERER can approach the independent monitor(s) appointed for the purposes of thispact.7. Fall ClauseThe TENDERER undertakes that it has not supplied/is not supplying similar product/systems orsubsystems at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India or PSU and if it is found at any stage that similarproduct/system or subsystem was supplied by the TENDERER to any other Ministry/Departmentof the Government of India or PSU at a lower price, then that very price, with due allowance forelapsed time, will be applicable to the present case and the difference in the cost would berefunded by the TENDERER to the BUYER, if the contract has already been concluded.

8. Independent monitors8.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors)for this pact in consultation with the Central Vigilance Commission (Chief Vigilance Officer,Indian Institute of Technology Jammu).8.2 The task of the Monitor shall be to review independently and objectively, whether and towhat extent the parties comply with the obligations under this pact.8.3 The Monitor shall not be subject to instructions by the representatives of the parties andperforms their functions neutrally and independently.8.4 Both the parties accept that the Monitor have the right to access all the documentsrelating to the project/procurement, including minutes of the meetings.8.5 As soon as the Monitor notices, or believes to notice, a violation of this pact, he will soinform the Authority designated by the BUYER.8.6 The TENDERER(s) accepts that the Monitor has the right to access without restriction toall project documentation of the BUYER including that provided by the TENDERER. TheTENDERER will also grant the Monitor, upon his request and demonstration of a valid interest,unrestricted and unconditional access to his project documentation. The same is applicable to

Page 32: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

32

subcontractors. The Monitor shall be under contractual obligation to treat the information anddocuments of the TENDERER/Subcontractor(s) with confidentiality.8.7 The BUYER will provide to the Monitor sufficient information about all meetings amongthe parties related to the project provided such meetings could have an impact on the contractualrelations between the parties. The parties will offer to the Monitor the option to participate insuch meetings.8.8 The Monitor will submit a written report to the designated Authority of BUYER/Secretary in the Department/within 08 to 10 weeks from the date of reference or intimation tohim by the BUYER / TENDERER and, should the occasion arise, submit proposals forcorrecting problematic situations.

9. Facilitation of InvestigationIn case of any allegation of violation of any provisions of this pact or payment of commission,the BUYER or its agencies shall be entitled to examine all the documents including the Books ofAccounts of the TENDERER and the TENDERER shall provide necessary information &documents in English and shall extend all possible help for the purpose of such examination.

10. Law and Place of JurisdictionThis Pact is subject to Indian Law. The place of performance and Jurisdiction is the Seat of the

BUYER.

11. Other Legal ActionsThe actions stipulated in this Integrity Pact are without prejudice to any other legal action thatmay follow in accordance with the provisions of the extant law in force relating to any civil orcriminal proceedings.12. Validity12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 3 yearsor the complete execution of the contract to the satisfaction of both the BUYER and theTENDERER/ Seller, including warranty period, whichever is later. In case TENDERER isunsuccessful, this Integrity Pact shall expire after six months from the date of the signing of thecontract.12.2 Should one or several provisions of this pact turn out to be invalid, the remainder of thispact remains valid. In this case, the parties will strive to come to an agreement to their originalintentions.12.3 Validity of the bid 90 days from the date of submission of quotation/tender.

13. The parties hereby sign this Integrity Pact.BUYER TENDERERIIT Jammu Signature with sealDate & Place: Date & Place:Witness Witness1. ___________________________ 1. _______________________(Indenter)

Page 33: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

33

Annexure -VII

Training Requirement: Users should be imparted training at site and two hard copies ofcomplete manual and its soft copy should be provided.

1. Product Description Purchase of two port vector network analyzer.

2. No of Attendees 4

3. No. of Days 2

4. Type of Training a) Maintenance / Calibration.b) Software training.

Page 34: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

34

BID SUBMISSION

Online Bid Submission:

The Online bids (complete in all respect) must be uploaded online in two Envelops as explainedbelow: -

Envelope – 1(Following documents to be provided as single PDF file)

Sl.No. Documents Content File

Types1.

TechnicalBid

Compliance Sheet as per Annexure – I .PDF2. Organization Declaration Sheet as per Annexure – II .PDF3. List of organizations/ clients where the same products have been

supplied (in last three years) along with their contact number(s).(Annexure-III)

.PDF

4. Manufacturer Authorization Form (Annexure IV) .PDF

5. Mandate Form for Electronic Fund Transfer/RTGS Transfer (AnnexureV)

.PDF

6. Integrity Pact (Annexure VI)7. Training Requirement (Annexure VII)8. Technical supporting documents in support of all claims made at

Annexure-I

.PDF

Envelope – 2Sl.

No. TYPES Content FileType

1. FinancialBid

Price bid .PDF

Page 35: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

35

Price BidDepartment of Electrical Engineering

Indian Institute of Technology Jammu(For Indigenous Item)

Reference No: Date:

Sr. Description of Item Qty. Make & Unit Discount GST Other Charges (IfNo. Model No. Price % % any)

1Purchase of two port vectornetwork analyzer 1

Total (Section-A)Optional Items (Section-B)

Sr. Description of Item Qty. Make & Unit Discount GST Other Charges (IfNo. Model No. Price % % any)

Total (Section -B)

Grand Total (Section A+B)

Total Price(INR)

Total Price(INR)

As per Notification No. 45/2007- Central Tax (Rate) dated 14.11.2017 and 47/2017-Integrated Tax (Rate) dated 14.11.2017, issuedby Ministry of Finance, IIT Jammu will avail 5% GST rate, on the items, as mentioned in the Notification.

Page 36: Tender Document for Purchase of two port vector network analyzer · 2019-03-27 · d) A standard BoQ format has been provided with the tender document to be filled by all the bidders

36

Price BidDepartment of Electrical Engineering

Indian Institute of Technology Jammu(For Imported Item)

Reference No: Date:Sr. Description of Item Qty. Make & Unit Price Discount Shipping Other CIF TotalNo. Model No. FOB/FCA % Charges Charges (If Value Bid

any) Price(INR)

1Purchase of two port

vector network analyzer 1

Total (Section-A)

Optional Items (Section-B)Sr. Description of Item Qty. Make & Unit Price Discount Shipping Other CIF TotalNo. Model No. FOB/FCA % Charges Charges (If Value Bid

any) Price(INR)

Total (Section-B)

Grand Total (Section A+B)

The price should be quoted without custom duty and excise duty, since IIT Jammu is exempted from payment of Excise Dutyand is eligible for concessional rate of custom duty. Necessary certificate will be issued on demand.