Khwaja Fareed University of Engineering - Punjab ...

313
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan Tender Document Tender No. Tender Name: at Khwaja Fareed University of Engineering & Information Technology Rahim Yar Khan

Transcript of Khwaja Fareed University of Engineering - Punjab ...

Khwaja Fareed University of Engineering &

Information Technology, Rahim Yar Khan

Tender Document Tender No.

Tender Name:

at

Khwaja Fareed University of Engineering

& Information Technology

Rahim Yar Khan

Khwaja Fareed University of Engineering & Information

Technology, Rahim Yar Khan

TENDER NOTICE

Supply and Installation of Laboratory Equipment

Khwaja Fareed University of Engineering & Information Technology Rahim Yar Khan invites sealed bids / tenders for the Supply and

Installation of Advanced Laboratory Equipment:

Sr. No. Tender No. Tender Name

01 Lab-014 Retender of Supply of Communication Laboratory Equipment

02 Lab-015 Retender of Supply of Microprocessor & Microcontroller Laboratory Equipment

03 Lab-021 Retender for Supply of Workshop Lab. Equipment

04 Lab-032 Supply of Renewable and Alternative Energies Lab. Equipment

05 Lab-033 Retender for Supply of Manufacturing Process Lab. Equipment

06 Lab-041 Supply of Environmental Engineering Lab. Equipment

07 Lab-042 Supply of Earth Quacks Lab. Equipment

08 Lab-048 Retender for Supply of Measurement and Instruementation Laboratory Equipment

09 Lab-049

Retender of Supply of Industrial Electronics Lab Equipment

10 Lab-050 Retender for Supply of Signal Processing Lab. Equipment

11 Lab-051 Retender for Supply of High Voltage Lab. Equipment

12 Lab-052 Retender for Supply of Workshop Lab. Equipment

13 Lab-053 Retender for Supply of Electrical Machines Lab. Equipment

14 Lab-056 Supply of General Purpose Lab Equipment

15 Lab-057 Supply of Database/Software Engineering Lab. Equipment

16 Lab-058 Supply of Networking Lab. Equipment

17 Lab-059 Supply of Programming Lab. Equipment

18 Lab-062 Supply of Advanced Equipment for Undergraduate Labs. I, II & III

19 Lab-063 Supply of Advanced Chemistry Lab. Equipment

20 Lab-064 Supply of Advanced Lab. of Physics Equipment

21 Lab-065 Supply of Advanced Lab. Equipment CS&IT

22 Lab-066 Supply of Equipment for Research Lab. of Electrical Engineering Department

23 Lab-067 Supply of Undergraduate Mathematics Lab. Equipment

24 Lab-068 Supply of Advanced Mathematics Lab. Equipment

25 Lab-069 Supply of Thermodynamics Lab. Equipment

26 Lab-070 Supply of Hydraulics Machinery Lab. Equipment

27 Lab-071 Supply of Fluid Mechanics Lab. Equipment

28 Lab-072 Supply of Computer Lab. Equipment

29 Lab-073 Supply of Mechanics of Material Lab. Equipment

30 Lab-074 Supply of Machine Tools Lab. Equipment

31 Lab-075 Supply of Instrumentation and Control Lab. Equipment

32 Lab-076 Supply of I.C. Engines Lab. Equipment

33 Lab-077 Supply of Aerodynamics/Gas Dynamics Lab. Equipment

34 Lab-078 Supply of Power Plants Lab. Equipment

35 Lab-079 Supply of Advanced Material Testing Lab. Equipment

36 Lab-080 Supply of Advanced Manufacturing Lab. Equipment

37 Lab-081 Supply of Advanced Simulation Lab. Equipment

Interested eligible bidders may get the tendered items‘ specification after submission of written application along with tender fee Rs.

3000/- in form of Bank Draft/Pay order (non-refundable) wh ich shall be issued only during working hours immediately after publication of

this tender. A copy of the Bidding Documents is available for information and can be downloaded from the websites www.kfueit.edu.pk or

www.ppra.punjab.gov.pk. In case the bidding documents are downloaded from websites, the required cost of the bidding documents shall be paid at

the time of submission of bids.

Single stage two envelop bidding procedure shall be applied. The Bid Security / Earnest Money @ 2% of the Estimated Cost in the form

of Bank Draft in favor of KFUEIT, RYK is required to be submitted along with the Technical Bid, otherwise the offer shall be rejected for being

non-responsive. Sealed bids must reach the office of Director Procurement as per above schedule on or before 10-07-2017 at 1:30 pm. The bids shall be

opened on the same day at 2:00 pm.

Note: All assessments and KFUEIT procedure i.e. Receiving, opening and awarding etc. shall be governed by the Punjab Public

Procurement Rules.

Director Procurement

Khwaja Fareed University of Engineering & Information Technology

Abu Dhabi Road, Rahim Yar Khan Tel: 068-5882420 Email: [email protected]

INSTRUCTIONS TO BIDDERS

The Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan

intends to purchase " ___________________________Laboratory

Equipment‖. This tender is issued for the supply, installation, putting into operation and

demonstration of the working of the Laboratory Equipment as per the Schedule of requirements

given in this Tender Document.

1. Language of Tender

The Tender along with any accompanying literature shall be prepared in English

language only.

2. Submission of Tender

a) The Tender shall be enclosed in a double cover. The outer cover shall bear the address of

the Director Procurement, Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, Punjab, without any indication that it encloses a tender.

The inner cover shall be marked with the title of the Tender, number of the Tender and

the date of opening of the Tender, and must be sealed.

b) The Form for Tender, (Annexure-A) Tender Particulars (Annexure-B) and Forms of

Schedule to Tender (Annexure ―C1‖&‖C2‖) enclosed herewith, shall be submitted in

duplicate. The authorized person signing the tender documents must state his full name

and authorized position, designation underneath his signature.

c) The erasing and/or alterations, if any, in the Tender shall be authenticated by the

authorized person with his full signature.

d) The Tender shall be accompanied with the original quotations from the manufacturers,

in case the Tender is submitted through their authorized agents or distributors, and shall

be supported by credentials establishing the experience and standing of the manufacturers

and / or their authorized agents or distributors.

e) Ambiguous and incorrect answers and/or incorrect filling of Tender Documents will

render the tender liable to rejection.

f) Quotations through cable, telegraph, fax, or e-mail will not be considered.

g) The bidder shall not rely on any interpretation or correction given by any person

except the written addenda and/or corrigenda to documents issued by the Director

Procurement, Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan, Punjab.

3. Bid Security and Performance Guarantee

a) The bidder shall enclose with his/her tender a Bid Security issued by a

scheduled/commercial bank doing business in Pakistan, for an amount equivalent to 2%

of the total cost of the Laboratory Equipment/ Licensed Software offered as per the

Tender submitted by him/her. The Bid Security shall be in favour of the Khwaja Fareed

University of Engineering and Information Technology, Rahim Yar Khan, Punjab. The

security so furnished shall remain valid for a period 60 days beyond the period of

validity of the Tender or till it is revalidated/extended for a period mutually agreed upon

by the bidder and the Director Procurement, Khwaja Fareed University of Engineering

and Information Technology, Rahim Yar Khan, Punjab.

b) As soon as an award is made, the provisions in paragraphs 3. (c) and (d), hereunder, shall

operate.

c) If the Tender is rejected, the Bid Security will be returned to the bidder as soon as

possible after rejection.

d) The successful bidder shall have to give a Performance Guarantee, to the extent of

10% of the total value of the contract on the same conditions as the Bid Security. The

Performance Guarantee shall be retained by the Khwaja Fareed University of Engineering

and Information Technology, Rahim Yar Khan, Punjab, till the completion of the

guarantee period as per Clause 23 of the Conditions of Contract.

4. Quality of Equipment.

a) The Laboratory Equipment and other relevant materials (hereinafter called

“Equipment”) quoted and supplied against this ―Tender Notice‖ shall be strictly in

accordance with the Specifications attached with this Tender Document. The Equipment

shall be the product of an established manufacturer and shall conform to internationally

acceptable commercial standards, and shall be a model that has been successfully

operated over a reasonable period of time in educational institutions R&D organizations,

or relevant industry.

b) The bidder must also warrant the use of best material in the making of the Equipment.

c) The Equipment offered by the bidder must be of a quality suitable for the purposes and

operations for which they are required, and must be capable of rendering the required

performance and services at site in the local conditions of extreme climate, air, dust,

water, power and fuel at Rahim Yar Khan.

d) The Hardware for operation of the Equipment will be made available by the University.

e) The Equipment offered shall be complete with their standard accessories and must be

accompanied by their normal instructions book/manual/CD/DVDs.

f) Wherever possible or feasible, each item of Equipment offered must have its own

protection devices, e.g., overload protection by circuit breakers or fuses, or voltage

stabilizer for electric equipment.

g) Unless stipulated otherwise in the specifications for any item, the Equipment conforming

to International Standards will be acceptable.

h) The successful bidders may be asked to supply list of spares for 5 years satisfactory

operation of any item of the Equipment, prior to award of the contract.

5. Literature

The bidder must furnish with their bids catalogues giving full technical details of the

Equipment to enable the Director Procurement, Khwaja Fareed University of Engineering

and Information Technology, Rahim Yar Khan, to check their offers technically against

the prescribed specifications failing which the offers will be liable to rejection.

6. Principals Name, Certificate and Invoice

a) The bidder are requiried to mention in their quotations/offers the name and address of

their Principals along with a certificate authorizing them (bidder) to quote on their

(Principals) behalf as under:

―This is to certify that M/S.__________________________located

at______________________________________ have obtained quotations from us

against tender inquiry No._______ dated ______ from Khwaja Fareed University of

Engineering and Information Technology, Rahim Yar Khan, due for opening on

____________ and have agreed to make available the Equipment on the quotations and

terms and conditions of the tender‖.

The above condition does not apply to the manufacturers bidding directly.

b) The bidder must also furnish along with their offers their Principals original Proforma

Invoice failing which their offers will be rejected.

7. Country of Origin

The bidder must state in his Tender the country of origin of the Equipment offered.

8. Prices

a) CATEGORY-„A‟ Equipment Manufactured/Available in Pakistan without

Involving Import

The prices quoted must be total per unit in Pakistani Rupees as shown in Annexure “C-

1” and shall include:

i. All charges for packing, marking, handling, insurance, inspection, guarantees,

freight/transportation, agent‘s commission; and all duties, taxes, levies, octrois

etc; and.

ii. The cost of installation, putting into operation and demonstration of the working

of the Equipment in the premises of the Khwaja Fareed University of Engineering

and Information Technology, Rahim Yar Khan.

b) CATEGORY-“B”. Equipment Imported from approved Countries

The prices must be quoted for each item of Equipment in Annexure-“C2” separately for

each of the PARTS given below:

PART-1. Payment in Foreign currency

i. The C&F prices quoted by the Principals in the currency of the country of origin.

ii. For the purpose of comparison, the prices quoted shall be converted to equivalent

prices in Pakistani Rupees on the basis of the official bank rate prevalent on the

date of opening of the Financial Proposal.

PART-2 Payment in Pakistani Rupees

i. The agent‘s/Supplier / Contractor‘s commission in Pakistani Rupees.

ii. The insurance charges. The insurance will be arranged by the Supplier /

Contractor through the University. The University will assist the Supplier /

Contractor in obtaining the insurance at concessional rates, if any, as allowed by

the Government.

iii. The cost of installation, putting into operation and demonstration of the working

of the Equipment in the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan, in Pakistani Rupees.

iv. All the charges pertaining to handling and clearance of the Equipment at the port

including all taxes, levies, octrois etc. but excluding the customs duties for the

payment of which the Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan is exempted by the Government. However, if the

customs duties are charged for any items of the Equipment, the Khwaja Fareed

University of Engineering and Information Technology, Rahim Yar Khan will

make the payment.

v. The transportation charges for transporting the Equipment from the port to the

premises of the Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, including the charges for loading the Equipment at

the port and unloading the same at the Khwaja Fareed University of Engineering

and Information Technology, Rahim Yar Khan.

vi. For the purpose of evaluation/comparison of bids, as stated in Clause-15, the total

price for the Equipment under this Category shall be the sum of the amounts

mentioned for Parts 1 & 2 above.

(c) In addition to what is stated in para 8 (a) & (b) above, the prices given in Annexure C1 &

C2 shall also include the following for the Equipment of both the Categories-A & B.

(i) Supply, detailing, manufacture, factory testing, export preparation and all costs

incidental to shipping/transport up to the stage of installation in the premises of the

Khwaja Fareed University of Engineering and Information Technology, Rahim Yar

Khan.

(ii) Responsibility for any loss and/or damage at any stage from manufacturing to

installation in the premises of the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan.

(iii) Provision for clean on boards bills of landing.

(iv) The cost of export taxes, fees and charges levied and outgoing incurred on exporting

goods in the country of origin.

(v) The expenses on account of the certificate of origin, invoices or any other documents

issued in the country of origin.

9. Validity of Prices/Tender

a) The prices quoted shall be valid for a period of at least 120 days from the date of

opening of the tender.

b) Until the final Contract is executed, the successful bidder shall be bound by the terms

and conditions of this Tender Document.

10. Acceptance of the Terms

a) The submission of the tender against this tender notice by the bidder means that the

bidder has read and accepted the terms and conditions relating to all the tender

documents and annexure, and that he/she have thoroughly examined the

specifications and particulars in the tender inquiry. Further the tender shall be deemed

to be fully aware of the nature of the Equipment and the purpose for which they are

required and shall be bound to accept the Contract if placed with him/her on the basis

of the prices and of the delivery schedule as indicated in Clause 11 hereof within the

validity of his/her Tender.

b) If the Tender is awarded in favour of Proprietor/Principals who has no authorized

agent or distributor in Pakistan, he/she shall have to appoint a distributor or nominee

for the purpose of successful completion of the contract and to provide after-sales

service.

11. Delivery Period.

i. Shipment of Imported Items.

a) The shipment of the items of Equipment which are to be imported shall be started

as early as possible, the shipment schedule shall be submitted to the Director

Procurement, Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, and shall be negotiable and subject to approval by

the Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan.

b) The bidder must indicate in his/her offer, the port from where the Equipment will

be shipped.

ii. Delivery Period.

a) The entire Equipment must be delivered, installed and put into operation at the

Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan as early as possible after receiving the letter of award of the Contract.

b) The bidder shall give in the offer his/her own schedule for the delivery and

installation of various items of the Equipment which shall be negotiable and

subject to approval of the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan.

iii. Delay in the Delivery of the Equipment/Software.

a) For the Equipment delayed beyond the delivery period, as specified in the

Contract, or as approved by the Khwaja Fareed University of Engineering and

Information Technology as stated in Clause 11 ii b) above, there shall be levied

liquidated damages as specified in Clause 22 of the Conditions of Contract given

in this Tender Document.

b) The liquidated damages may be waived fully or partially by the Director

Procurement Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, with the approval of the Vice Chancellor of the

University, if there are reasonable grounds for such a delay.

12. Negotiations.

Under no circumstances will the negotiations take place with any bidder with regard to

Specifications and Prices quoted and read out at the public opening of the tenders and

with regard to the substance of the offer. The bidder cannot revise their prices after the

public opening of the tenders.

13. Rights of the University

a) The Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, reserves the right to reject any or all bids as mentioned in PPRA rules, or

not waive minor irregularities or errors in any offer. If it appears to the Khwaja

Fareed University of Engineering and Information Technology, Rahim Yar Khan, that

such irregularities or errors must be corrected in the offer in which they occur, the

same will be corrected prior to issue of the letter of intent which may be awarded

thereupon.

b) The Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, is neither bound to accept the lowest or any other offer nor is it bound to

assign reason for rejection of any offer.

c) The Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, reserve the right to award the contract to one bidder or divide it among

several bidders.

d) The Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, reserves the right to increase or decrease the quantity of the Equipment at

its discretion without assigning any reason whatsoever.

e) The Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, reserves the right to cancel the offer of the bidder whose bid has been

found / evaluated to be the lowest if it is revealed to the Khwaja Fareed University of

Engineering and Information Technology, that the bidder does not have the capability

or financial resources or facilities to carry out the Contract in accordance with the

terms and conditions of this Tender Document.

14. Evaluation of Bids.

i. Technical Evaluation

All bids shall be evaluated on technical and financial merit. The Company Evaluation

Criteria is attached at Annex „D‟ for reference. Technical evaluation process may include,

but not limited to the consideration of the following with respect to the functional

requirements given below:

a) Technical specifications of proposed item

b) Company Profile (Age of the company & financial strength of the bidder)

ii. Financial Evaluation

a) For the purpose of evaluation, the prices to be compared shall be the total prices

inclusive of all duties, taxes, freight charges etc. as stated in clause 8 titled ―Prices‖

above.

(i) For the items quoted in Annexure-C-1, the total prices as mentioned in Clause-8

(b) shall be compared.

(ii) For comparison of the items quoted in Annexure C-1 with those quoted in

Annexure C-2, the total prices as mentioned in Clause-8 (a) including the

charges/cost packing, making, handling, insurance, inspection guarantees,

clearance, freight/transportation upto the University‘s premises duties, taxes,

levies, etc.

15. Errors in the Bids.

(i) Any arithmetic errors found during evaluation of bids will be rectified on the

following basis:

a. 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 by the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan.

b. If there is a discrepancy between the words and figures, the amount in figures

shall prevail.

c. If there is any discrepancy between the total tender price entered in the Articles of

Agreement and the total shown in the Schedule of Prices, the amount stated in the

Articles of Agreement shall be corrected by the Khwaja Fareed University of

Engineering and Information Technology, Rahim Yar Khan in accordance with

the corrected schedule of Prices.

(ii) If the bidder does not accept the corrected amount of tender, his/her Tender

will be rejected and the Bid Security submitted with the tender shall be forfeited.

16. Foreign Exchange for Items of Equipment to be imported.

For the items of Equipment which are to be imported and for which the prices have been

quoted on C&F basis in Annexure C-2, the University will arrange payment in the foreign

currency, to the extent of the C&F amount, as stated in Clause 8 (b), through its bank in

Pakistan in accordance with the prevailing foreign exchange control rules/regulations of

the Government of Pakistan.

CONDITIONS OF CONTRACT

1. Scope of the Contract

a) The Scope of the Contract shall be the supply, delivery, installation, putting into

operation and demonstration of the working of the Equipment in the premises of

the Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan, Punjab, in accordance with the technical Specifications and Bill

of Quantities enclosed in this Tender Document.

b) The Supplier / Contractor shall within a period of fifteen days of the execution of

the agreement furnish to the University a detailed program for supply and

delivery of various items of the Equipment for necessary approval by the Khwaja

Fareed University of Engineering and Information Technology, Rahim Yar Khan.

2. Definition of Terms

In writing these Conditions of Contract, Specifications and Bill of Quantities, the

following words shall have the meanings hereby indicated, unless there is something in

the subject matter or Contract inconsistent with such constructions:

i. The University shall mean the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan, Punjab.

ii. The Director Procurement shall mean the Director Procurement of Khwaja Fareed

University of Engineering and Information Technology, Rahim Yar Khan, Punjab,

including his successor in office and assignees, empowered to act in all matters

pertaining to the University either directly or through the Director Procurement

Khwaja Fareed University of Engineering and Information Technology, Rahim Yar

Khan.

iii. The Supplier / Contractor or Supplier / Contractor shall mean the Bidder whose

Bid has been accepted by the University and shall include the Bidder‘s executors,

administrators, successors and permitted assignees.

iv. The Equipment shall mean and include all the Laboratory Equipment/ Licensed

Software, literature, materials and articles to be provided by the Supplier / Contractor

under the Contract.

v. The Contract shall mean the agreement signed by the Supplier / Contractor for the

supply, delivery, installation, putting into operation and demonstration for the

working of the Equipment, as stated under the Scope of the Contract above.

vi. The Contract Price shall mean the sum mentioned in or calculated in accordance

with the provisions of the Contract, which is to be paid to the Supplier / Contractor

for satisfactory execution of the Contract in accordance with these Conditions of

Contract.

vii. The Specifications shall mean the specifications annexed to or issued, herewith, and

shall include the schedule and drawings attached here to as well as the samples and

patterns if any.

viii. Month shall mean the Calendar month.

ix. Writing shall include any manuscript, type-written, printed or other statement

reproduced in any visible form and whether under seal or under hand.

3. Contract Documents.

a) The term Contract Document shall mean the following documents which shall

be deemed to form an integral part of the Contract:

i. Instructions to Bidder;

ii. Conditions of Contract;

iii. Articles of Agreement;

iv. Supplier/ Contractor‘s Proposal / Offer including the relevant

correspondences prior to signing of the agreement with all Annexure duly

filled in;

v. The Specifications of the Equipment; and

vi. Bill of Quantities with prices.

b) In the event of any conflict between the above mentioned documents, the present

Articles of Agreement and Conditions of Contract shall prevail.

4. Signing of the Contract Agreement

Within 15 days of the issue of the letter of intent, the successful bidder (bidders) will be

required to sign an agreement with the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan for the supply of such quantity, in whole or in

part, of the tendered Equipment as will be communicated to him / her (them) in the letter

of intent.

5. Packing, Marking and Handling

a) All the Equipment/Software, whether imported or locally manufactured /

available, shall be delivered to the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan, in safe and secure condition at the

risk and cost of the Supplier / Contractor.

b) The packing, marking and handling shall be so arranged by the Supplier /

Contractor as to prevent any loss of or damage to the Equipment.

c) In case any of the items of the Equipment are to be imported by the Supplier /

Contractor, the import shall be arranged by the Supplier / Contractor himself /

herself with such packing and marking and through such means as deemed fit by

him / her for safe and secure delivery at University. The packing of the equipment

shall be the usual export packing to ensure safe journey by air, sea, rail and road,

as the case may be, of the Equipment to destination. Each packing shall be clearly

marked in English with the following:

i. Port of Destination: KARACHI.

ii. Name of the Ship: ______________

iii. Name of the Consignee: DIRECTOR PROCUREMENT

KHWAJA FAREED UNIVERSITY OF

ENGINEERING AND INFORMATION

TECHNOLOGY, RAHIM YAR KHAN,

PUNJAB, PAKISTAN

i. Name of the Supplier / Contractor: SUPPLIER / CONTRACTOR‘S

NAME & ADDRESS

ii. Case Number & Contents: ___________________________

iii. Net Weight & Dimensions: (length, Breadth & Height)

iv. Gross Weight: (Kg.)

v. Number & Date of Contract: ________________________

vi. Marking: KFUEIT in a 6 in. x 4 in. rectangle

KFUEIT

6. Transportation and Shipment

a. For Equipment to be Imported

i. All those items of Equipment which are to be imported by the Supplier /

Contractor shall be shipped by whatever means the Supplier / Contractor

deems fit at his / her risk and cost. The Supplier / Contractor must keep

Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan, informed of the shipping arrangements, schedule of

shipping, arrival at the port, clearance from the port, and transportation

from the port to the University at Rahim Yar Khan.

ii. All costs of loading of the Equipment from the wharves at port of

shipment and also the cost of ship wharf age / berthing, demurrage

charges, stevedoring, handling charges and other port and river dues in

respect of shipment companies‘ vessels at the port of shipment and all

other expenditure up to the stage of placing the Equipment at rest on board

the ship and the freight charges shall be borne by the Supplier /

Contractor.

iii. Similarly all costs of unloading the Equipment at the wharves, wharf age /

berthing, demurrage, stevedoring, handling charges and other port dues at

the port of arrival in Pakistan and transportation from the port up to the

stage of placing the Equipment position in the premises of the University

shall be borne by the Supplier / Contractor. In order to facilitate the

clearance of the Equipment at the port of arrival, a clearing agent will be

engaged by the Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, in consultation with the Supplier /

Contractor, who will get the Equipment cleared with the assistance of the

Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan, and the Supplier / Contractor, and the clearing agent‘s

charges shall be borne by the Supplier / Contractor.

iv. All things being equal, Pakistan flag ships should be used, as far as

possible, for shipment of the Equipment. If no such ship is available, such

other ships may be used consistent with the execution of this Contract with

economy and efficiency.

v. The Equipment must be shipped under deck

vi. The Supplier / Contractor shall send by air mail / courier service or

personally deliver 4(four) sets of non-negotiable shipping documents

direct to the Director Procurement Khwaja Fareed University of

Engineering and Information Technology, Rahim Yar Khan, Punjab, so as

to reach him at least 8 (eight) days before arrival of the ship at the port in

Pakistan.

b. For Equipment Manufactured / Available in Pakistan

i. All those items of the Equipment which are to be manufactured in

Pakistan, or are to be supplied from the locally available stocks (whether

imported or manufactured in Pakistan), may be transported from the place

of manufacture or availability to Rahim Yar Khan, by any mode of

transportation as deemed convenient and suitable by the Supplier /

Contractor at his / her risk and cost.

ii. All costs of handling, loading, transportation, unloading and placing the

Equipment in position in the premises of the Khwaja Fareed University of

Engineering and Information Technology, Rahim Yar Khan, shall be

borne by the Supplier / Contractor.

7. Pre-shipment and After-fabrication Inspection

a) The pre-shipment inspection and / or the inspection of the Equipment

Principals/Proprietor at the premises, if desired by the Khwaja Fareed University

of Engineering and Information Technology, Rahim Yar Khan, shall be arranged

by the Supplier / Contractor at his / her own cost. The responsibility for the

quality, quantity, correctness and adherence to the Specifications etc. of the

Equipment shall lie solely and squarely on the Supplier / Contractor.

b) The Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan may, at its discretion, waive pre-shipment inspection and hence

issue the waiver in writing so that the Equipment could be shipped under

manufacturer‘s test certificate. This waiver shall be deemed as authorization to

ship for the purpose of negotiating the letter of credit under Clause 13 (b) ii.

c) The pre-shipment inspection and/or the waiver thereof shall in no any above the

Supplier / Contractor of any of his obligations under this Contract.

8. Insurance

The Supplier / Contractor shall arrange the insurance for the Equipment in whatever

way he / she deems fit at his / her risk and cost. The prices quoted in the offer of the

Supplier / Contractor shall include the cost of insurance. The Supplier / Contractor shall

have to inform Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan of the Insurance Arrangements made by him / her for the Equipment.

9. On-arrival Inspection

There shall be inspection of the Equipment by the representatives of the University after

arrival in the premises of the Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, in presence of the Supplier / Contractor or his authorized

representatives and the representatives of the insurance company. The inspection

report, which, inter-alia, should indicate the condition in which each item of the

Equipment has been received, shall be signed by the above representatives. The Supplier /

Contractor shall coordinate with the Director Procurement, Khwaja Fareed University of

Engineering and Information Technology, and the insurance company for arranging the

inspection at such date and time as is convenient to the above representatives.

10. Taking Over

Upon receipt of the Laboratory Equipment in the premises of the University and after

inspection, as stated in Clause 9 above, the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan, will issue a taking-over certificate in respect

of those items of Equipment which are received in acceptable condition. The taking-over

of the damaged items will be with-held until the same are repaired / replaced and are re-

inspected and found in acceptable condition.

11. Installation and Demonstration of Equipment/Software

a). Installation

i) After inspection and taking over of the Equipment, as stated in Clauses 9 and 10

above, if required the Supplier / Contractor shall install those items of

Equipment which are to be permanently positioned in place in the premises of the

Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan. For this purpose, the Supplier / Contractor shall co-ordinate with the

Director Procurement, Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, for making arrangements for the Hardware needed

for the installation.

ii) The cost of hardware for such installation shall be borne by the Supplier /

Contractor/ Contractor as per contract. The Supplier / Contractor shall provide,

along with his offer, the details of the hardware needed for each item of the

Equipment separately. The technical and other personnel needed for installation

of the Equipment shall be provided by the Supplier / Contractor at his cost. The

entire cost of installation, configuration, application except that of the needed

hardware, shall be borne by the Supplier / Contractor.

b) Demonstration

i) After installation of the Equipment, as stated in Clause 11 a) above, the complete

working of each item of Equipment for the purpose of performing the intended

Laboratory experiments, testing of specimens and recording of the test results etc.,

shall be demonstrated fully to the designated staff of the University by the

Supplier / Contractor or his technical personnel.

ii) The entire cost, including the T.A. / D.A. of the personnel involved in the

demonstration, shall be borne by the Supplier / Contractor.

12. Completion Certificate

After completion of the installation and demonstration, as stated in Clause 11 above, a

certificate is to be obtained by the Supplier / Contractor from the concerned Head of the

Department at University stating that the Equipment (item-wise) have been

satisfactorily installed and demonstrated by the Supplier / Contractor.

13. Terms of Payment

The Supplier / Contractor shall be paid for Equipment in the following manner:

a) CATEGORY A: Equipment Manufactured/Available in Pakistan

without involving import.

i. For all those items of Equipment for which the completion certificate has been

issued as stated in Clause 12 above, the University will pay to the Supplier /

Contractor total price of the items quoted by the Supplier / Contractor.

ii. The payment for those items of Equipment for which the completion certificate

has not been issued as stated in Clause 12 above, will be with-held and released

only after the damaged items are replaced / repaired, re-inspected and found in

satisfactory condition with consequent issuance of the completion certificate. The

payment will be made in the same manner as stated in Clause 13 a) i above.

b) CATEGORY-B: Equipment Imported from Approved Countries.

The payment for this category of Equipment will be made in two parts as under:-

PART-I. Payment in Foreign currency

i. An irrevocable letter of credit of the C&F price, in the currency quoted

by the Principals, will be opened in a bank in the country of origin in favor

of the Principals/Supplier / Contractor within 30 days after issuance of

Purchase Order and signing the Contract.

ii. The letter of credit amount will be paid against presentation of the

shipping documents to the bank through the above letter of credit. The

required shipping documents include:

Clean on board bill of lading;

Supplier / Contractor‘s detailed invoice showing description of the

Equipment, specifications, quantity, unit price and total price;

Detailed packing list;

Certificate of origin of the Equipment and

Certificate of pre-shipment/after-fabrication inspection or

authorization to ship the Equipment as per Clause-7.

PART-2. Payment in Pakistani Rupees

The Rupee component of the price of the Equipment, as stated in Clause 9b) of

“Instructions to Bidders” will be paid to the Supplier / Contractor in the following

manner:

i. For all those items of Equipment for which the taking over certificate has been

issued by the University, as stated in Clause 10 above, the University will pay

as per contract of the total price of the items quoted by the Supplier /

Contractor/ Contractor.

ii. The payment for those items of Equipment for which the completion

certificate has not been issued by the University, as stated in Clause 10 above,

will be withheld and released only after the damaged items are

replaced/repaired, re-inspected and found in satisfactory condition with

consequent issuance of the completion certificate. The payment will be made

in the same manner as stated in Clause 13 a)i above

14. Warranty / Guaranty

a) The Supplier / Contractor shall warranty that the Equipment shall be fit for the

purposes and operation mentioned in the relevant clauses of the ―Instructions to

the bidders‖ and ―Conditions of Contract‖, notwithstanding the fact that the entire

Equipment, or any item or part of the Equipment, bear or are found to bear a

patent or trade mark.

b) The Supplier / Contractor shall guarantee supply of good quality Equipment in

accordance with the Specifications and as stated in Clauses 4 and 5 of the

―Instructions to the bidders‖. Further, the Equipment shall be brand new and

absolutely free from all defects in material, quality and workmanship. In case of

defects, the defective Equipment, or the defective parts / components of the

Equipment thereof, shall be replaced by the Supplier / Contractor free of cost to

the University within reasonable time.

15. Breach of Contract

In case of breach of warranty /guarantee or Contract, the damages suffered by the

Khwaja Fareed University of Engineering and Information Technology, Rahim Yar

Khan, shall be recovered from the Supplier / Contractor out of any payment due to the

Supplier / Contractor and / or from the Performance Guarantee submitted by the Supplier

/ Contractor.

16. Supplier / Contractor‟s Default Liability

a) Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, may upon written notice of default to the Supplier / Contractor

terminate the Contract in the circumstances detailed hereunder:

i. If in the judgment of the University, the Supplier / Contractor fails to

make delivery of the Equipment within the time specified in the Contract

Agreement or within the period for which extension has been granted by

the University; and

ii. If, in the judgment of the University, the Supplier / Contractor fails to

comply with any of the other provisions of the Contract.

b) In the event the Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, terminates the Contract, in whole or in part, as

provided in Clause 16 a) above, the Khwaja Fareed University of Engineering and

Information Technology, Rahim Yar Khan, reserves the right to purchase, on

such terms and conditions as it may deem appropriate, Equipment similar to the

one terminated, and the Supplier / Contractor will be liable to the University for

any additional costs for such similar Equipment, and / or for liquidated damages

for delay, as defined in Clause 22 of the Conditions of Contract until such

reasonable time as may be required for the final supply of the Equipment.

c) If the Contract is terminated, as provided in Clause 16 a) above, Khwaja Fareed

University of Engineering and Information Technology, Rahim Yar Khan, in

addition to any other rights provided in this Clause, may require the Supplier /

Contractor to transfer title and deliver to the University under any of the

following cases in the manner and as directed by the University:

i) Any completed Equipment; and

ii) Such partially completed Equipment, drawings, information and

contract right (hereinafter called manufacturing material) as the Supplier /

Contractor has specifically produced or acquired for the performance of

such parts of the Contract as has been terminated.

d) The Khwaja Fareed University of Engineering and Information Technology,

Rahim Yar Khan, will pay to the Supplier / Contractor the Contract Price for

the completed Equipment delivered to and accepted by the Khwaja Fareed

University of Engineering and Information Technology, Rahim Yar Khan, and

also for the manufacturing materials delivered and accepted.

e) In the event the Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan, does not terminate the Contract, as provided in

Clause 16 a) above, the Supplier / Contractor shall continue with the performance

of his / her Contract, in which case the Supplier / Contractor shall be liable to the

Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, for Liquidated Damages for delay as set out in Clause 22 until the

Equipment are accepted.

17. Bankruptcy

If the Supplier / Contractor shall become bankrupt or have a receiving order made

against him / her or compound with his / her creditors, or being a corporation commence

to be wound up, not being a voluntary winding up for the purpose of amalgamation or

reconstruction, or carry on its business under a receiver for the benefit of its creditors or

any of them, University shall be at liberty to:

a) terminate the Contract forthwith by a notice in writing to the Supplier /

Contractor or to the liquidator or receiver or to any person in whom the Contract

may becomes vested, and to act in the manner provided in Clause 16 above as

though the last mentioned notice has been the notice referred in such Clause and

the Equipment have been taken out of the Supplier / Contractor‘s hand; and / or

b) give such liquidator, receiver, or other person the option of carrying out the

Contract subject to his / her providing a guarantee for the due and faithful

performance of the Contract upto an amount to be determined by the University.

18. Termination of Contract

a) If, for any cause as set forth in Clause 19 hereafter, the Supplier / Contractor find

it impracticable to continue operation or, if owing to force majeure or to any cause

beyond its control, the University finds it impossible to continue operation, then

prompt notification in writing shall be given by the party affected to the other.

b) If the delay or difficulties so caused cannot be expected to cease or become

avoidable, or if operation cannot be resumed within six months, then either party

shall have the right to terminate the Contract by giving ten (10) days written

notice to the other.

c) In the event of termination of the Contract under this Clause, payment will be

made to the Supplier / Contractor as follows:

i) The Supplier / Contractor shall be paid for all the Equipment for which the

completion certificate has been issued, as stated in Clause 12, and for all

the reimbursable expenses due and unpaid.

ii) The Supplier / Contractor shall also be paid reasonably for any work done

during the said six months period as well as for settlement of any financial

commitment made in connection with proper performance of the Contract

and which are not reasonably defrayed by payments under i) above.

iii) On termination of the contract for any cause, the Supplier / Contractor

shall see to the orderly suspension and termination of operations with due

consideration to the interests of the University with respect to completion,

safeguarding or storing of the Equipment produced for the performance of

the Contract and the salvage and resale thereof.

19. Force Majeure.

The Supplier / Contractor shall not be liable for any additional cost or for liquidated

damages for delay or any failure to perform the Contract arising out of force majeure or

cause beyond his / her control including acts of God, or of the public enemy, or of the

Government, fires, floods, epidemic quarantine restrictions, strikes, freight embargoes

and default of sub Supplier / Contractors due to any such cause (unless the Khwaja

Fareed University of Engineering and Information Technology, shall determine that the

Equipment to be furnished by the Supplier / Contractor might reasonably have been

obtained from other sources in sufficient time to allow the Supplier / Contractor to meet

the required time schedule), provided that the Supplier / Contractor shall within ten (10)

days from the beginning of such delay notify the Khwaja Fareed University of

Engineering and Information Technology, writing of the causes of the delay. The

University shall ascertain the facts and the extent of the delay and extend the time for

completing the supplies as in its judgment the findings justify.

20. Rejection

a) In the event any portion of the Equipment supplied by the Supplier / Contractor is

found before taking over to be defective in material or workmanship, or

otherwise not in conformity with the requirements of the Contract, the Khwaja

Fareed University of Engineering and Information Technology, shall have the

right to either reject or require, in writing, rectification of the Equipment. In the

later case, the Supplier / Contractor shall with utmost diligence, and at his own

expense, make good the defects so specified or replace the defective Equipment.

If the Supplier / Contractor fail to rectify or replace the rejected Equipment,

University may adopt any of the following options:

i) replace or rectify, at its option, such defective Equipment and charge to

the Supplier / Contractor the excess cost occasioned to the Khwaja Fareed

University of Engineering and Information Technology, plus (15%) fifteen

percent; or

ii) acquire the said Equipment at a reduced price considered equitable under

the circumstances; or

iii) Terminate the Contract as provided in Clause 18 of these Conditions of

Contract.

b) Nothing in this Clause shall affect any claim by the University under Clause 22

hereafter.

21. Extension of Time

If the completion of the Contract is delayed due to reason beyond the control of the

Supplier / Contractor, the Supplier / Contractor shall without delay request Khwaja

Fareed University of Engineering and Information Technology, in writing, of his claim

for an extension of time. Khwaja Fareed University of Engineering and Information

Technology, on receipt of such request may agree to extend the completion date as may

be reasonable in the circumstances of the case but without prejudice to other terms and

conditions of the Contract.

22. Delay in Delivery - Liquidated Damages

a) Should the progress of the Contract at any time be lagging behind the program

agreed between the University and the Supplier / Contractor, University will

notify the Supplier / Contractor in writing and the Supplier / Contractor shall there

upon take such steps as he / she may deem fit to expedite the progress of the

Contract. Non-issuance of this notice by the University shall not in any way

absolve the Supplier / Contractor of the liquidated damages as stated in Clause 22

b) below.

b) If the Supplier / Contractor fails to complete the Contract, in full or part, within

the time laid down in the Contract Agreement or any extension thereof, there shall

be deducted from the Contract Price, as liquidated damages, a sum of one half of

one percent (0.5%) of the Contract price of each unit of the delayed Equipment

for each calendar week of delay subject to the maximum of five percent (5%) of

the Contract Price of the unit or units so delayed, and such deduction shall be in

full satisfaction of the Supplier / Contractor‘s liability for the said failure.

23. Period of Guarantee

a) The term period of guarantee shall mean the period of twelve (12) months from

the date on which the Equipment have been put into operation and demonstrated

to Khwaja Fareed University of Engineering and Information Technology staff.

b) During the period of guarantee, the Supplier / Contractor shall remedy, at his /

her expense, all defects in design, materials, and workmanship that may develop

or are revealed under normal use of the said Equipment upon receiving written

notice from the University; the notice shall indicate in what respect the Equipment

are faulty.

c) The provisions of this Clause include all the expenses that the Supplier /

Contractor may have to incur for delivery and installation of such replacement

parts, material, and equipment as are needed for satisfactory operation of the

Equipment at the Khwaja Fareed University of Engineering and Information

Technology premises.

24. Non-assignment

The Supplier / Contractor shall not have the right to assign or transfer without the prior

approval of the Khwaja Fareed University of Engineering and Information Technology

the benefit and obligations of the Contract or any part thereof.

25. Expenditure under Contract

The Supplier / Contractor shall not make any expenditure for the purpose of this Contract

in any country not authorized by the Government of Pakistan.

26. Certificate Not to Affect the Rights of Khwaja Fareed University of Engineering and

Information Technology or the Supplier / Contractor

No certificate of the Khwaja Fareed University of Engineering and Information

Technology on account nor any sum paid on account by the Khwaja Fareed University of

Engineering and Information Technology nor any extension of time for the delivery of

the Equipment pursuant to Clause 19 shall affect or prejudice the rights of the Khwaja

Fareed University of Engineering and Information Technology against the Supplier

/ Contractor nor relieve the Supplier / Contractor of his obligation for due performance

of the Contract or be interpreted as approval of the Equipment supplied, and no certificate

shall create liability of the Khwaja Fareed University of Engineering and Information

Technology to pay for the alterations, amendments, variations etc. not ordered in writing

by the Khwaja Fareed University of Engineering and Information Technology or

discharge the Supplier / Contractor for the payment of damages or of any sum against the

payment of which he / she is bound to indemnify University nor shall such certificate nor

the acceptance by him / her of any sum paid affect or prejudice the rights of the

Supplier / Contractor against the University.

27. Payments Due from the Supplier / Contractor

All costs, ascertained damages or expenses for which under the Contract the Supplier /

Contractor is liable to University may be deducted by the University from any money due

or may become due to the Supplier / Contractor under the Contract or may be recovered

by action of law or otherwise from the Supplier / Contractor.

28 Legal Proceedings

The Contract and the Tender Documents are governed by the Laws of Pakistan and no

proceedings to or arising out of any of them shall be instituted in any courts other than

those situated at Rahim Yar Khan and Lahore, Punjab Pakistan.

29. Dispute

Should any question or dispute arise as to the material, design, construction or delay in

the supply of the Equipment or the purpose or the performance for which they are

required or are warranted, University shall nominate an independent certifier / expert

having knowledge of equipment, who will, after affording the parties to the dispute an

opportunity to present their contention, and after having tests made as the certifier deems

fit, certify whether there has been any breach of Contract or warranty and, if so, what sum

shall be paid to University in diminution or extinction of price, and such certificates shall

be final and binding and shall not be questioned and shall be acted upon in arbitral or

other legal proceedings. The award of the costs of the certifier will be within his / her

own discretion and shall be recoverable from the party against which the costs are

awarded.

30. Arbitration

All disputes and matters of difference whatsoever (other than those relating to the

certificate of expert certifier) between University and the Supplier / Contractor relating to

and arising out of the Contract and Tender Documents shall be referred to arbitration

under the arbitration act 1940 with amendments and re-amendments thereof, each party

nominating its own arbitrator. The umpire will be nominated by the arbitrators within the

first three arbitral hearings. The award of the arbitrators or of the umpire shall be

final and binding upon the parties. The arbitral proceedings shall be held at Rahim Yar

Khan, Punjab Pakistan.

ARTICLES OF AGREEMENT

This Agreement made this ___________ day of ___________ 2017, by and between the

Khwaja Fareed University of Engineering and Information Technology, located at Rahim Yar

Khan, Punjab, including his successors in office and Assignees / Agents, acting through the

Director Procurement, Khwaja Fareed University of Engineering & Information Technology,

hereinafter called the ―University‖, of the one part.

And _____________________________________________________________________ of

_____________________________________________________________________, located at

________________________________________________________, hereinafter called the

―Supplier / Contractor‖ which expression shall include their successors, legal representatives of

the second part.

Whereas the University requires equipment for the Laboratories for Electrical, Mechanical,

Information Technology & Computer Science and Basic Science Departments of KFUEIT,

Rahim Yar Khan, and whereas the Supplier / Contractor has agreed to supply, install, put into

operation and demonstrate the working of the said Equipment valued at Rs.

_________________________ (in figures and words) in the period of ________ months, subject

to the terms and conditions set forth, hereinafter, which have been accepted by the Supplier /

Contractor.

Now this Agreement witnesses as follows:

1. In this agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents which, for the purpose of identification, have been signed by

_____________________________________ on behalf of the Supplier / Contractor, (name and designation of the authorized person)

and by

______________________________________ on behalf of the University, all of (name and designation of the authorized person)

which shall be deemed to form and be read and construed as a part of this Agreement

viz.:

a) Instructions to Bidders;

b) Conditions of Contract;

c) Articles of Agreement

d) Supplier / Contractor‘s Offer including the relevant correspondence prior to signing

of this Agreement with all Annexure duly filled in;

e) The specifications of the equipment; and

f) Bill of Quantity with prices.

3. In consideration of the payment to be made to the Supplier / Contractor, the Supplier /

Contractor hereby covenants with the University to supply, deliver, install, put into

operation and demonstrate the working of the Laboratory Equipment/Licensed Software

in conformity in all respects of the Contract & the order form No. _____.

(name and designation of the authorized person)

4. The University hereby covenants to pay the Supplier / Contractor in consideration of the

supply, delivery, installation, putting into operation and demonstration of the working of

the Laboratory Equipment the contract price in the manner prescribed by the Contract and

approved by the University.

In Witness Thereof the parties have hereunto set their respective hands and seals, the day,

month and year first above written.

WITNESSES:

University ________________ Contractor/ Supplier

____________________

Witness No.1: Witness No.1:

Signature: _________________________ Signature: _________________________

Name: ___________________________ Name: ___________________________

Designation: ______________________ Designation: ______________________

Witness No.2. Witness No.2:

Signature: _________________________ Signature: _________________________

Name: ___________________________ Name: ___________________________

Designation: ______________________ Designation: ______________________

ANNEXURE

ANNEXURE “A”

FORM OF TENDER

(LETTER OF OFFER)

Tender Reference No. ___________________ Dated _____________________

Name of Contract: Supply, Installation, and successful Commission/ Operation and

Demonstration required for ________________________________at

the premises of Khwaja Fareed University of Engineering &

Information Technology, Rahim Yar Khan, Punjab.

The Director Procurement

Khwaja Fareed University of Engineering & Information Technology

Rahim Yar Khan, Punjab

Dear Sir,

1. Having examined the Tender Documents including Instructions to Bidders, Conditions of

Contract, Specifications, Schedule of Prices and Addenda Nos.

______________________________ for the execution of the above-named Contract, we,

the undersigned, being a company doing business under the name and

address______________________________________________________________ and

being duly incorporated under the laws of Pakistan hereby offer to execute and complete

such Contract and remedy any defects therein in conformity with the said Documents

including Addenda thereto for the Total Tender Price of

Rs._______________________________________ (in figures and words) or such other

sum as may be ascertained in accordance with the said Documents.

2. We understand that all the Schedules attached hereto form part of this Tender.

3. As security for due performance of the undertakings and obligations of this Tender, we

submit herewith a Bid Security referred to in Clause 3 of the Instructions to Bidders, in

the amount of Rs. _______________________________ (in words and figures) drawn in

favor of Khwaja Fareed University of Engineering and Information Technology, Rahim

Yar Khan, and valid for a period of 60 days beyond the period of validity of this Tender.

4. We undertake, if our Tender is accepted, to complete the whole of the work comprised in

the above-named Contact within the time stated in Clause 11 of the Instructions to

Bidders.

5. We agree to abide by this Tender for the period of 120 days beyond the date of opening

of the Tender, and it shall remain binding upon us and may be accepted at any time

before the expiration of this period.

6. Unless and until a formal Contract Agreement is signed, this Tender, together with your

acceptance thereof, shall constitute a binding contract between us.

7. We undertake, if our Tender is accepted, to execute the Contract Performance Guarantee

referred to in Clause 3 of the Instructions to Bidders for the due performance of the

Contract.

8. We understand that you are not bound to accept the lowest or any tender you may

receive.

9. We do hereby declare that this Tender is made without any collusion, comparison of

figures or arrangement with any other person or persons making a Tender for the above-

named Contract.

10. We confirm, if our Tender is accepted, that all partners of the joint venture shall be liable

jointly and severely for the execution of the Contract and the composition or the

constitution of the joint venture shall not be altered without the prior consent of the

Director Procurement, Khwaja Fareed University of Engineering and Information

Technology, Rahim Yar Khan. (Please delete this clause in case of Tender from a single

firm).

Dated this __________________ day of _______________________ 2017

Signature ___________ in the capacity of _____________ duly authorized

to sign Tender for and on behalf of _______________________________ (Name of Bidder in Block Capitals)

Address: ____________________________________________________

____________________________________________________________

Witness: Name: ______________________________________________________

Address: ____________________________________________________

____________________________________________________

Occupation: __________________________________________________

ANNEXURE-B

TENDER PARTICULARS

THE TENDERERS MUST SUPPLY THE FOLLOWING SPECIFIC INFORMATION

FOR EACH ITEM OR GROUP OF ITEMS OF THE EQUIPMENT:

1. Conformation of Equipment:

Whether the Equipment offered conforms to the particulars specified in the Schedules.

2. Manufacturing Details:

(i) Brand of Equipment.

(ii) Name and address of Manufacturer; and

(iii) Country of origin of Equipment.

3. Delivery Schedule: `

(i) Earliest date by which delivery can be effected;

(ii) Complete schedule of delivery; and

(iii) If the delivery period is different for different items, it must be indicated item

wise.

4. Packing Specification:

Whether the specifications for packing given in the Tender Documents will be adhered

to.

ANNEXURE “C1”

FORM OF SCHEDULE TO TENDER FOR EQUIPMENT

MANUFACTURED/AVAILABLE IN PAKISTAN WITHOUT INVOLVING IMPORT

Due by_______ hours on ________ ________ _______ (time) (date) (month) (year)

SCHEDULE TO TENDER NO. ___________________________ DATED________________

The Tender will be opened at ________ hours on ________ _________ ______ (time) (date) (month) (year)

Delivery on or before ________ _________ ______ (date) (month) (year)

Rates and amount to be quoted in Pakistani Rupees

S.

No.

Description

Of

Equipment

Detailed

Specifications

of Equipment

with Model No.

Quantity

Of

Equipment.

Unit Rate

Per Unit

Total

Price.

1 2 3 4 5 6 7

It is certifies that:

i) The Equipment offered above conform in all respects with the

particulars/specifications given in the Tender Documents‘ and

ii) All the terms and conditions of the Tender Documents are acceptable to us.

_____________________

(signature of the authorized person

___________________ SEAL

(name of the authorized person)

____________________ (name of the Tenderer)

ANNEXURE “C2”

FORM OF SCHEDULE TO TENDER FOR EQUIPMENT

IMPORTED FROM APPROVED COUNTRIES.

Due by_______ hours on ________ ________ _______ (time) (date) (month) (year)

SCHEDULE TO TENDER NO. ___________________________ DATED________________

The Tender will be opened at ________ hours on ________ _________ ______ (time) (date) (month) (year)

Delivery on or before ________ _________ ______ (date) (month) (year)

PART 1. The rates quoted in the Table below must be on C&F basis.

S.

No.

Description

Of

Equipment

Detailed

Specifications

Of Equipment

with Model No.

Quantity

Of

Equipment.

Unit

Rate

Per

Unit

Currency

Total

C&F

Price

Country of

Origin

1 2 3 4 5 6 7 8 9

PART 2. The rates quoted in the Table below must be in Pakistani Rupees

S.No. Description

of Equipment

Quantity

Of Equipment Unit

Rate

Per Unit

Total

Price.

1 2 3 4 5 6

(Continued on the next page)

ANNEXURE “C2”

NOTE:

In the Table below, the columns 1 to 4 and 7 are to be filled in by the Bidder before submitting

the Tender, while the columns 5, 6 and 8 are to be filled in jointly by the Director Procurement,

Khwaja Fareed University of Engineering and Information Technology, or his representative,

and the Bidder, or his representative, after opening of the Tender.

S.

No.

Description

of Equipment

Total

C&F Price

for Part 1

Currency Exchange

Rate

Total Price

for Part 1

(Rs.)

Total Price

for Part II

(Rs.)

Total Cost

(Rs.)

1 2 3 4 5 6 7 8

It is certified that:

i) The Equipment offered above conform in all respects with the

particulars/specifications given in the Tender Documents; and

ii) All the terms and conditions of the Tender Documents are acceptable

to us.

_______________________

(name of the Bidder)

______________________ SEAL

(signature of the authorized person)

_______________________ (name of the authorized person)

ANNEXURE “D”

Company Evaluation Criteria 1. Basic Evaluation

I. List of Previous/Current customers of related equipment, with contact person and telephone/fax

numbers.

II. Detailed product information

III. Copy of National Tax Registration Certificate

IV. Copy of Sales Tax Registration Certificate

V. Bank letter of financial standing

VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any

Government/Semi-Government Department to participate in bidding and to supply equipment. Failure

to submit such affidavit may lead to disqualification.

VII. Valid Manufacturers authorization letter

VIII. Detailed item specifications matched corresponding to the BOQ

IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ

X. Signed and stamped Tender document

ANNEXURE “E”

(INTEGRITY PACT)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.

PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN

CONTRACT WORTH RS. 100 THOUSAND OR MORE

Contract No.________________ Dated __________________

Contract Value: _____________________________________

Contract Title: __________________________________________________________

………………………………… [name of Supplier] hereby declares that it has not obtained or induced the

procurement of any contract, right, interest, privilege or other obligation or benefit from Khwaja Fareed

University of Engineering & Information Technology, Rahim Yar Khan or any administrative subdivision

or agency thereof or any other entity owned or controlled by Khwaja Fareed University of Engineering &

Information Technology, Rahim Yar Khan through any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to

give and shall not give or agree to give to anyone within or outside Khwaja Fareed University of

Engineering & Information Technology, Rahim Yar Khan either directly or indirectly through any natural

or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter,

shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder‘s fee or kickback, whether

described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a

contract, right, interest, privilege or other obligation or benefit in whatsoever form from Khwaja Fareed

University of Engineering & Information Technology, Rahim Yar Khan, except that which has been

expressly declared pursuant hereto.

[name of Supplier] certifies that it has made and will make full disclosure of all agreements and

arrangements with all persons in respect of or related to the transaction with Khwaja Fareed University of

Engineering & Information Technology, Rahim Yar Khan and has not taken any action or will not take any

action to circumvent the above declaration, representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this

declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other

obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and

remedies available to Khwaja Fareed University of Engineering & Information Technology, Rahim Yar

Khan under any law, contract or other instrument, be voidable at the option of Khwaja Fareed University of

Engineering & Information Technology, Rahim Yar Khan.

Notwithstanding any rights and remedies exercised by Khwaja Fareed University of Engineering &

Information Technology, Rahim Yar Khan in this regard, [name of Supplier] agrees to indemnify Khwaja

Fareed University of Engineering & Information Technology, Rahim Yar Khan for any loss or damage

incurred by it on account of its corrupt business practices and further pay compensation to Khwaja Fareed

University of Engineering & Information Technology, Rahim Yar Khan in an amount equivalent to ten

time the sum of any commission, gratification, bribe, finder‘s fee or kickback given by [name of Supplier]

as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest,

privilege or other obligation or benefit in whatsoever form from Khwaja Fareed University of Engineering

& Information Technology, Rahim Yar Khan.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

[Seal] [Seal]

SPECIFICATIONS/BOQ OF LABORATORY EQUIPMENT

Procurement of Retender of Supply of

Communication Laboratory Equipment of

Electrical Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-014

Procurement of Retender of Supply of Communication Laboratory Equipment of

Mechanical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Retender of Supply of Communication

Laboratory Equipment of Electrical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 014 Function Generators

Technical Specifications:

• Wide frequency range from 1Hz to 80MHz

• High 200MSa/s sampling rate

• 16-bit Amplitude Resolution

• Output from any section of 1M-point-long

waveform

• 4.3" high resolution LCD display/on-screen

help/Impedance switch

• Four ways to generate arbitrary waveform: Front

Panel Operation

• CSV file uploading, Direct Waveform

Reconstruction (DWR), Arbitrary

• Waveform Editing PC Software

• USB, RS-232, GPIB interface support

Points of Consideration

1. All items must be of American, Europe or Japanese manufacturer.

2. One- Year Parts and Labor warranty for all components on site.

3. Quoted hardware must be compatible with lab power supplies and other equipment as per requirement

4. The bidders should clearly mention Terms and Conditions of service agreements for the supplied hardware equipment after the expiry of initial warranty period.

5. In case of International Warranties, the local authorized dealers should mention their service and warranty setup, details of qualified engineers etc.

6. Please mention the country of origin / manufacturing / assembly of the quoted brand / model.

7. All items must be factory fitted & configured. Vendor / Assembler to provide verification of Serial numbers / AA numbers of Intel products.

The Purchaser reserves exclusive rights to decrease or

increase the quantity of Goods/Items/Equipment mentioned

in this tender document

10

02-014 Analog Multimeters

Minimum Performance Characteristics Power Supply: 2x1.5V (UM-3), 1x9V DC V Range: 0.1 V to 1000V AC V Range: 10V to 750V

10

R- Range: X1, X10, X100, X1K, X10K DC A: 50µA to 10A Diode and fuse Protection Points of Consideration

1. All items must be of American, Europe or Japanese manufacturer.

2. One- Year Parts and Labor warranty for all components on site.

3. Quoted hardware must be compatible with lab power supplies and other equipment as per requirement

4. The bidders should clearly mention Terms and Conditions of service agreements for the supplied hardware equipment after the expiry of initial warranty period.

5. In case of International Warranties, the local authorized dealers should mention their service and warranty setup, details of qualified engineers, etc

6. Please mention the country of origin / manufacturing / assembly of the quoted brand / model.

7. All items must be factory fitted & configured. Vendor / Assembler to provide verification of Serial numbers / AA numbers of Intel products.

The Purchaser reserves exclusive rights to decrease or

increase

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender of Supply of

Micrprocessor & Micrcontroller Laboratory

Equipment of Electrical Engineering

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-015

Procurement of Retender of Supply of Microprocessor & Microcontroller Laboratory

Equipment of Mechanical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Retender of Supply of Microprocessor &

Microcontroller Laboratory Equipment of Electrical

Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 015 MICROCONTROLLER 8-bit

kit/DEVELOPMENT BOARD

Technical Features:

Main Motherboard:

Socket for attaching 40-pin MCUs (PIC)

Socket for attaching 28-pin MCUs (PIC)

Socket for attaching 8/14/20-pin MCUs (PIC)

Eight SMD LEDs

Two push button switches

Potentiometer for analog inputs

USB-to-UART

Serial interface

16x2 Character LCD

Expansion Headers(for interfaces like 7

segment display , LCD, LED)

Headers for attaching compatible boards

20-pin in-line expansion connector

8 MHz crystal for device external oscillator

ICSP programming/debugging

external Reset

Micro USB socket for USB communication

and/or USB power

Supported IC:

Features:

High Performance 8-bit RISC Controller(PIC)

64MHz Operating Frequency

Operating Voltage Range: 1.8V to 3.6V

Programmable High/Low Voltage Detection

Serial Communication: MSSP, Enhanced

USART

Parallel Communication (PSP)

Analog-to-Digital Conversion

Analog Comparator

20 Interrupt Sources

35 or more I/O Pins

Programmer:

Features:

USB Support

Real-time execution

Windows compatible

05

Built-in over-voltage/short circuit

monitor

Firmware upgradeable from PC/web

download

Supports low voltage to 2.0 volts (2.0v

to 6.0v range)

Diagnostic LEDs (power, busy, error)

Read/write program and data memory

of microcontroller

Erase of program memory space with

verification

Freeze-peripherals at breakpoint

Programing flash(512K byte or more)

Header Information

02-015 8-BIT MICROCONTROLLER TRAINER

Technical Features:

Main Motherboard:

8-bit high performance microcontroller

32 KB Static RAM

Serial Ports

UARTs for Serial Interface

Built-in Signal Amplifier Module

Built-in Programmable Timer

Interrupt Support

Fault Switch Simulator

ROM Debugger

Parallel Digital I/O

LCD Display

Keyboard Interface

Expansion BUS Connectors

Battery Backup Function for RAM

Analog-to- Digital Converter

Experiments:

1. Study of LED Lighting

2. Study of Keypad

3. Study of Buzzer

4. Study of Relay

5. Study of Decoder

6. Study of 7-Segment Display

7. Study of Dot Matrix LED

8. Study of Pulse Width Modulation

9. Study of Stepper Motor

10. Study of EEPROM

11. Study of AD- DA conversion

12. Study of LCD Display

13. Study of Temperature Sensor

14. Study of light Sensor

15. Study of Matrix keyboard

16. Study of Interrupt

05

17. Study of Microcontroller IO Expansion

03-015 32-BIT MICROCONTROLLER KIT

Features:

training platform for embedded applications

Software development tools include assembler

and ‗C‘ compiler

Easy adaptability to different versions of

microcontroller in the same family

Main Motherboard:

60-80 MHz operations

256 KB Flash Memory

32 KB Static RAM

2 KB EEPROM

Eight UARTs

Four Synchronous Serial Interface (SSI)

Four Inter-Integrated Circuit (I2C)

Two Controller Area Network (CAN)

Universal Serial Bus (USB)

Micro Direct Memory Access (µDMA)

General-Purpose Timer (GPTM)

Two Watchdog Timer (WDT)

Hibernation Module (HIB)

Six General-Purpose Input/output (GPIO)

blocks

Pulse Width Modulator (PWM)

Quadrature Encoder Interface (QEI)

Two Quadrature Encoder Interface (QEI)

Analog-to- Digital Converter

Two Analog Comparator Controller

Sixteen Digital Comparator

JTAG and Serial Wire Debug (SWD)

External I/O Interface Board:

Servo Motor Connector

3-axis accelerometer

User Push Buttons

RGB Multicolor LED

Buzzer

Microphone

2-axis Joystick with Pushbutton

Light Sensor

Temperature Sensor

Components:

7- Segment Display

Keypad

Experiments:

1. Study of User Push Buttons

05

2. Study of RGB Multicolor LED

3. Study of Servo Motor

4. Study of Buzzer

5. Study of Microphone

6. Study of Analog Interfacing

7. Study of Light Sensor

8. Study of Temperature Sensor

9. Study of 2-axis Joystick with Pushbutton

Study of 3-axis accelerometer

04-15 Components

IC Programmer/Burner 5

ICs: 8051, 8052, PIC16F877A, PIC18F46K20, 555

Timers, MAX7219

20

each

Sensors(Heat, Light, Motion, accelerometer.

Humidity, temperature sensor)

10

each

Servo Motors 12

Stepper Motors 12

DC Motors (5V & 12V) 12

each

7-Segment Display 50

Keypads (4X4) 12

each

LEDs (8mm) (Red, Green, White, Yellow, Blue) 500

each

RGB LEDs (8mm) 100

Bread Board 30

16x2 LCDs 10

Connecting Wires 20

meter

Resistors (0,220,330,1K,10K) 500

each

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of

Workshop Laboratory Equipment of

Mechanical Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-021

Procurement of Retender for Supply of Workshop Laboratory Equipment of Mechanical

Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Retender for Supply of Workshop Laboratory

Equipment of Mechanical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 021 Central Lathe Machine

A Central Lathe Machine with following

specifications with in the given ranges is required:

Bed Length:

(6-8) ft.

Width of bed:

(350-450)mm

Height of center:

(300-400)mm

Swing over bed:

(600-800)mm

Swing over cross slide:

(300-530)mm

Swing in gap:

(865-1200)mm

Admit between centers:

(1000-1500)mm

Number of spindle speeds:

07-09 (Types)

RPM Range:

RPM 30-720

Spindle Hollow:

(65-90) mm

Metric Threads

Withworth Threads

D.P. and Module Threads

Number of Feeds:

30

Range of Long Feed:

0.2 to 3.0mm

Range of Transverse feed:

0.033 - 0.50 mm

Coolant Pump Motor:

0.3 H. P, 440 volt

Main motor:

1440 RPM, 440 volts, 04 H.P.

Electric Panel:

Magnetic Contactor

Phase Filer Relay (Phase Break, Overvoltage,

Under voltage, Phase Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

03

Accessories:

3 Jaw Self Centering chuck

4 Jaw Independent Chuck

Magnetic Chuck

Coolant Pump

Key Way Cutting Attachment

Taper Turning Attachment

Dog and Carrier

Drive Plate

Face Plate

Angle Plate

Ball Turning Attachment

Revolving dead Center

D.R.O (Digital Read Out System)

Origin of apparatus should be of Japan, USA, Spain,

Italy, Canada, Germany, UK or Equivalent

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Renewable and Alternative

Laboratory Equipment of Mechanical

Engineering Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-032

Procurement of Renewable and Alternative Laboratory Equipment of Mechanical

Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Renewable and Alternative Laboratory

Equipment of Mechanical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 032 Photovoltaic Solar Energy Equipment,

3KWP (Complete with all Accessories to

Perform Experiments)

Specifications:

Photovoltaic Solar Energy Equipment must be used

for study of conversion of solar energy into Electrical

Energy. Specification must be in accordance to given

data.

Total PV Module = 3 KW-5 KW

PV module capacity = 250 kwp-270 kwp

No. of Panels = 6 nos. or equivalent to it.

Solar PCU (Inverter ) = 3 KW-5 KW

Batteries (150 Ah X 12 V) = 6 Nos.

Space required = 150 sq. feet or equivalent to

it.

Supporting Structure = Galvanized Iron

Chanel

Intensity of light source (if attached), and conversion

efficiency of the cell must be to its maximum value.

Solar trackers, Converters, Inverters must be

accordingly to above specificationA personal

computer if required along with the software

compatible with the equipment should be provided.

Tool kit must be provided with the apparatus. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus. Origin of

apparatus should be of Japan, USA, Spain, Canada,

Germany or UK.

01

02-032 Solar cell test Unit(Complete with all

accessories to perform experiments)

Specifications:

Solar cell test Unit must have following

specifications or related to it. solar cell must

have

SMU(source measure unit) power = 100 W

Output Voltage / Current range = 5-20V /20-5

A

Temperature Range = -10o –130

oC

Setting time = <300 -400 s

Contact resistant = < 1 m-2mohm

Size = 200*200 mm

Timing accuracy = 0.01% + 1 ms

A personal computer if required along with the

01

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.Origin of

apparatus should be of Japan, USA, Spain, Canada,

Germany or UK.

03-032 Fuel Cell Demonstration Unit (Complete

with all accessories to perform

experiments)

Specifications:

Fuel Cell Demonstration Unit must use for the

conversion of chemical energy into Electrical Energy

Experimentation in laboratory. Unit must have

following specifications:

Unit must mounted on Anodized Aluminum

Structure& panel of Painted steel.

Capacity of cylinder of metal Hydride for the

Storage of H2 = 300 NL(normal liters)

Pressure regulator range = 0.50-0.55 bar (for

metal Hydride)

Pressure regulator range

for inlet = 200 bar-220 bar (for H2)

for outlet = 5-50 bar (for H2)

Purge Solenoid valve, Suitable tubes, and Hoses

with Safety factor =220 bar

Battery & Charger = 12V-15V

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and maintenance

manuals must be supplied with the apparatus. Origin

of apparatus should be of Japan, USA, Spain, Canada,

Germany or UK.

01

04-032 Computer Control Fuel Cell System

(Complete with all Accessories To Perform

Experiments)

Specifications:

Computer Control Fuel Cell System will have

specifications of fuel cell system with some additional

specification given below:

Flow sensor to measure the inlet H2 flow to

stack, range = 0.2-1.3 liter/min

Pressure sensor to measure the inlet H2 pressure

to stack inlet , range = 0-1 bar

Gas flow – anode = 0-1NL/min

Gas flow – cathode = 0-2.5NL/min

Operating gas pressure = 1.1-3.5 bar

Min. temperature of gasses = 10 °C ± 1°C

Humidification

01

Min. dew point = RT± 1° stationary

conditions

Max. dew point = 95 °C ± 1° stationary

conditions

Cell connectivity

Heaters = 2x 230V/10A±10%

Gas pressure usable for a piston compressed

cell = 16* bar ±50 mbar,

*depends on supplying compressed air

Voltage range ±5 V ± 0.05 % of range.

Useable maximum power = 100 W

Frequency range = 10 μHz - 1 MHz

Voltage AC Amplitude = Max 400 mV

Current AC Amplitude = Max 4 A

Weight 100 -120 kg

Safety measure and protection must be provided.

A personal Computer if required should be provided

with the software compatible with the equipment.

Tool kit must be provided with the unit. Instructor

manual, student manual, and maintenance manuals

must be supplied with the unit. Origin of apparatus

should be of Japan, USA, Spain, Canada, Germany

or UK.

05-032 Educational PEM Fuel Cell(Complete with

all Accessories To Perform Experiments)

Specifications:

Educational PEM Fuel Cell must be used for Converts

hydrogen and oxygen into electricity and water

experiment in Laboratory. Specifications must be as

follow

Output Voltage range = 0.5-0.7 V DC or equivalent

Output Current range = 0.4-0.5 A or equivalent

Power range = 250-270 mw or equivalent

Dimensions = 1.3" x 1.3" x 0.7" (32 x 32 x 10 mm) or

equivalent

Weight = 1-2oz or equivalent

Inner diameter Silicon Tubing must be provided for

installation.

A personal Computer if required should be provided

with the software compatible with the unit. Tool kit

must be provided with the unit. Instructor manual,

student manual, and maintenance manuals must be

supplied with the unit. Origin of apparatus should be of

Japan, USA, Spain, Canada, Germany or UK.

01

06-032 Educational Alkaline Fuel Cell (Complete

with all Accessories To Perform

01

Experiments)

Specifications:

Educational Alkaline Fuel Cell should have Anodized

Aluminum structure and panel in painted steel. Main

Metallic element in Stainless Steel. Alkaline system

must consist of tank, pump, and sensors.

Air system must consists of following items:

1.An air Blower computer control

2.CO2 absorber

3. Oxygen from air

Power output of the fuel cell must be measured and

study using the internal load.

Unit must be provided with Alarm, sensor and

emergency shutdown.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the unit. Origin of apparatus

should be of Japan, USA, Spain, Canada, Germany or

UK.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of

Manufacturing Process Lab. Equipment of

Mechanical Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-033

Procurement of Retender for Supply of Manufacturing Process Lab. Equipment of

Mechanical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Retender for Supply of Manufacturing Process

Lab. Equipment of Mechanical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 033 CNC Turning Centre/Lathe

(Industrial)(Complete with all Tooling and

Accessories to Perform Experiments)

Specifications:

Machine Length 1000mm to 1500mm, Machine Depth

600mm to 850mm, Machine Height 1000mm to

1600mm, Swing over bed 200mm to 300mm, Swing

over Cross Slide 75mm to 150mm, Distance Between

Centres 300mm to 450mm, Travel x-axis 150mm to

250mm, Travel z-axis 150mm to 250mm, Spindle

Speed 3500rpm to 4500rpm, Feed Rate 2500 mm/min

to 3500 mm/min, Spindle Bore 30mm to 40mm,

Spindle motor 2kW to 5kW, chip removal system must

be provided.

A personal computer if required along with the

software compatible with the equipment should be

provided.Tool kit must be provided with the apparatus.

Instructor manual, student manual, and maintenance

manuals must be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, UK or Equivalent.

01

02-033 CNC Machine Centre/Milling

(Industrial)(Complete with all Accessories

to Perform Experiments)

Specifications:

Machine Length 1000mm to 1500mm, Machine Depth

600mm to 850mm, Machine Height 800mm to

1200mm, Travel x-axis 250mm to 500mm, Travel y-

axis 100mm to 200mm, Travel z-axis 200mm to

300mm, Table to spindle 250mm to 400mm, Spindle

Speed 4000rpm to 6500rpm, Feed rate 4500mm/min

to 5500mm/min, 3D profiling 4000mm/min to 5000

mm/min, Spindle motor 1.3kW to 2kW, Chip

Removal system must be provided.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided with the

apparatus. Instructor manual, student manual, and

maintenance manuals must be supplied with the

apparatus.

Origin of apparatus should be of Japan, USA, Spain,

01

Canada, Germany, UK or equivalent.

03-033 EDM Die Sinking(Complete with all

Accessories to Perform Experiments)

Specifications:

CNC Electric Discharge Machine with Circular,

Vector, Spherical, and Helical orbital, Travel x-axis

275mm to 350mm, Travel y-axis 200mm to 300mm,

Travel z-axis 250mm to 350mm, Worktable (600-

650mm) x (300-400mm), Work piece size (800 x 500 x

300)mm or equivalent, Electrode Weight 100 kg to 130

kg, Electrode head to work (270mm to 550mm from

table), Oil filter tank capacity 325 liters to 375 liters

Following accessories should be provided

Alcohol Extingisher

Working lamp

Levelling Pad

Flushing Unit

Paper Filter

½ Drill Chuck

Tool Box

Clamp Jig

Oil cooling system

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, UK or equivalent.

01

04-033 CNC Plasma Arc System(Complete with

all accessories to perform experiments)

Specifications:

Cutting area (1000 to 1500mm) x (500 to 750mm),

Piercing Thickness 10mm to 20mm, Machine

Dimensions (Length: 2000mm to 2500mm, Width:

1000mm to 1500mm, Height: 1700mm to 2500mm),

Extractor Dimensions (Length: 500 to 750mm, Width:

700 to 1000mm, Height: 1200 to 1600mm), Extractor

Weight 400kg to 600kg, Compressor Size (Length:

1400 to 2000 mm, Width: 500 to 700mm, Height:

1000 to 1500mm), Compressed Air Requirement 6.5

bar to 7.5 bar, Axes Drives ( Precision ground linear

01

slides on all axes), Height Sensor and Red Dot Pointer

must be provided.

Following accessories should be provided

Air Filtration System

Standalone compressor for plasma source and

extract unit

Torch Consumables

Set of Replacement Filters

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus. If the multiple

models from the same manufacturer are available, it

will be appreciated if the quotation of each machine is

provided.Origin of apparatus should be of Japan, USA,

Spain, Canada, Germany, UK or equivalent.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Environmental Engineering

Laboratory Equipment of Civil Engineering

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-041

Procurement of Environmental Engineering Laboratory Equipment of Civil Engineering

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Environmental Engineering Laboratory

Equipment of Civil Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 041 WEIGHING BALANCE

Brand: Sartorius or

Equivalent

Weighing Capacity: 610g

Readability: 0.1g

Pan Size: 174x143mm

Resolution: 0.1g

Linearity: ±0.2g

Power Supply: 90-260 V, 50-60

HZ

03

02-041 BOD INCUBATOR

Brand: HACH or

Equivalent

Temperature Range: 10-45°C

Temperature Uniformity: ±0.5 @ 25°C

Capacity: 4CF

Accuracy: ±0.5°C at 20°C

Power: 50-60 HZ, 100-

240V AC

Dimensions (H x W X D): 965.2 mm x

469.9 mm x 482.6 mm

Weight: 61 lbs. (27.67

kg) net

01

03-041 COD INCUBATOR

Brand: HACH or

Equivalent

COD reactor with digital countdown timer

with automatic shut off and alarm signal

Compliance: CE, cTUVus

Heating Range: 35-160°C, 20-

150°C

Operating temperature range: 10-45°C

Power: 50-60 HZ, 100-

240 Volts AC

Temperature Range: 35-165°C

Temperature Stability: ±1-2°C

Reagent: All standard

reagents

Vial: Standard sample

vial

Calibration standards: All standard

calibration regents

03

04-041 SPECTROPHOTOMETER

Brand: Perkin Elmer or

Equivalent

01

Optical System: Double Beam

Wavelength range 190-1100nm

Spectral Band width: 0.5nm, 1nm,

2nm and 4nm (variable)

Wavelength accuracy: ±0.1 at D2 peak

656.1nm

Wavelength reproducibility: ±0.05 at D2

656.1nm

Lamp: WI and D2

Lamp

Photometric accuracy: ±0.0003 A at 1 A

Photometric repeatability: ±0.001 A at 1 A

Stability: <0.0002A/h (at

500nm, 2sec response)

Noise level: <0.00006A (at

500nm)

Baseline flatness: ±0.0005A, 2nm

slit (200-1100nm at 0 A, smooth 2,

240nm/min)

Stray Light (T%): 0.02% T at 220,

340, 370nm

Detector: Silicon Photo

diode

Power: AC 220V/50Hz

Accessories: Operational and installation

manuals, glass cell (16 no.), quartz cell (8 no.),

WI and D2 spare lamps (2 each)

Photometric display: upto four decimal for A,

upto 2 decimal for T%

Software: software must be compatible with

windows XP/Vista/7

PC: A compatible unbranded PC with laser

printer

05-041 DISTILLATION PLANT

Table top compact water distiller, made of

borosilicate glass. Mounted on a metallic case,

painted with epoxy resin.

Quartz heating element (INCOLOY), protected

against over temperature with safety

thermostat.

Production of high purity distilled water,

pyrogen free and low conductivity.

Water production: 4 liters/hour.

Conductivity: 2 uS/cm.

H2O consumption: 60 l/h.

Safety: EN-61010-1.

Power: 3000 W.

Weight: 5 kg.

Comes with reservoir with filling level and

distiller, automatic switch off when full, 10

01

liters.

06-041 CONDUCTIVITY METER/PH/DO APPARATUS

Brand: HACH or

Equivalent

AC and USB Operation: Included

Bench top: with

stand

Calibration curves display:

Calibration summary data

Compliance:

CE.WEEE

Conductivity Accuracy: ± 0.5 %

from (1µS/cm - 200 mS/cm)

Conductivity measurement: 5

different stability modes

Conductivity Measurement Range: 0.01

µS/cm to 200.0 mS/cm

Conductivity resolution: 5 digits

with 2 digits after decimal point

Digital (intelligent) electrode inputs: 2

Display: Display

readings from one or two probes

Display Lock Function: Continuous

measurement or press to read mode available

with averaging function for LDO

measurement.

DO Measurement Range: 0.01 to

20 mg/L (0 to 200%)

DO Resolution: 0.01

mg/L

Fixed Buffer Selection: IUPAC

standards

Inputs: M12

digital (2) for IntelliCAL probes

IP Rating: IP67

mV Accuracy: ± 0.1 mV

mV Measurement at Stable Reading: 5

stabilization settings

mV Measurement Range: -1500 to

1500 mV

mV Resolution: 0.1 mV

Operating Error Messages: Full text

messages

Operating Temperature: 0 to 60

°C

ORP Electrode Calibration:

Predefined ORP standards

Outputs: USB to

PC / flash stick

03

7-041 SUCTION FILTRATION ASSEMBLY

Filter support base of 47 mm, with glass hose and

silicone stopper

03

Features:

Erlenmeyer Flask 1000 Ml, W/ Glass Hose

Silicone Stopper With Hole

Filter Funnel 300 ml

Body With Fritted Disc

Clamp

8-041 OVEN

Air Convection: Natural (SLN)

Chamber Capacity: 56 L

Door Type: Solid

Temperature Range: +5ºC above

ambient temperature

…+300ºC

Controller: Microprocessor

with external LCD

Graphic display

Interior: Acid-proof

stainless steel according to

DIN 1.4301

Housing: stainless steel

Overall Dim3(WxHxD): 595x700x600

mm

Internal Dims(WxHxD): 460x540x450

mm

Nominal Power(W): 1600

Temperature Resolution: every 0.1

Temperature Fluctuation at +105ºC: ±0.2

Temperature Variation at +105ºC: ±0.1

Shelves: 2

Voltage: 230 V

01

9-041 FURNACE

T max. 1100°C.

Vacuumed ceramic fibre chamber.

Heating is from four sides.

Heating elements are integrated around a

chamber.

High quality thermo insulation materials.

Micro processor temperature controller.

Excess temperature controller.

Door interlock switch.

Ceramic bottom plate.

Short heating time.

Hermetic closing door.

Low power consumption.

High precision level.

Available connection to PC.

Capacity: 8.2 Litres

Max. Temperature: 1100°C

Internal Dimension: 200×300×133

mm

Overall Dimension: 440×620×510

01

mm

Power Supply: 230 V

Power: 1.8 KW

10-041 MICROSCOPE

Eyepieces: Secured wide field eyepieces WF 10x/18

with fixed pointer

Observation Tube: Binocular 30° inclined tube, 360°

rotation. Dioptrical adjustment for one eyepiece. Tube

length 160 mm Interpupillary distance between

eyepieces can be controlled from 55 to 75mm.

Nosepiece: Reversed nosepiece for 4 objectives. Ball-

bearing mechanism and click-stops

Objectives: Achromatic color coded semi-plan DIN

objectives 4x N.A. 0.10, 10x N.A. 0.25, S40x N.A.

0.65 and S100x N.A. oil. The S40x and S100x-oil

objectives are spring-mounted. (Antifungal)

Stages: A 130x130 mm stage with double layered

mechanical X-Y stage. The translation range of the

mechanical X-Y stage is 70x28 mm

Focus control: Coaxial coarse- and fine adjustment

knobs on both sides with 0.002 mm graduations.

Friction of focus control can be adjusted

Condenser: Height adjustable Abbe condenser N.A.

1.25 with iris diaphragm and filter holder

Illumination: LED illumination with intensity

control. Internal power supply and charger for 85-

230V /a 3 NiMH AA type batteries

Packaging: Complete with spare fuse, manual and

dustcover in styrofoam case. Models equipped with oil

objectives are delivered with 5 ml immersion oil

01

11-041 HOT PLATE

Dimension of work plate [mm]: 184x184

(7 inch)

Work plate material: Glass

ceramic

Motor type: Shaded

pole motor

Motor rating input [W]: 15

Motor rating output [W]: 1.5

Power [W]: 1030

Voltage [VAC]: 100-

120/200-240

Frequency [Hz]: 50/60

Stirring positions: 1

Max. stirring quantity[H2O],L: 10

Max. magnetic bar(L x Ø) [mm]: 80

Speed range [rpm]: 0-1500

Speed display: Scale

Heating output [W]: 1000

Heating temperature range [°C]: RT-550,

increment 5

Control accuracy of work plate [°C]: ±10

02

Safety temperature [°C]: 580

Temperature display: LED

Temperature display accuracy [°C]: ±1

External temperature sensor: PT1000

Control accuracy with external ±0.5

temperature sensor PT1000 [±°C]

Heating warning []: 50°C

Protection class according to IP21

DIN EN60529

Permissible ambient temperature []:5-40

Permissible relative humidity: 80%

12-041 SHAKER

Shaking Action: Orbital

Speed Range: 100-500

RPM

Timer: 1 to 1199

minutes

Orbit Diameter: 10mm

Operating Temperature Range: +4 - 40°C

Maximum Humidity: 80%

Plate Dimensions: 12 x 12

inches

Overall Dimensions: 17W x

15D x 12H inches Electrical supply: 100-

240V, 50/60Hz, 30W

Accessories:

Cat No. 18900027 (SK330.5) Universal

attachment with 4

bars

02

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Earth Quacks Laboratory

Equipment of Civil Engineering Department at

KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-042

Procurement of Earth Quacks Laboratory Equipment of Civil Engineering Department at

KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Earth Quacks Laboratory Equipment of Civil

Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 042 ACCELEROGRAPH

Two triaxial accelerometers ± 30 m/s2 (3g) in

metallic cases, to be fixed in two points of the

structure.

Power supply and packaging box up to 4

sensors, 8 USB outputs.

01

02-042 LVDT, STRAIN GAUGES, TRANSDUCERS 05

03-042 EARTHQUAKE COMPUTATIONAL SETUP INCLUDING

SOFT WARES AND HARD WARES.

Heavy frame, mechanically welded lacquered

sheet, mounted on anti-vibration blocks.

Swinging platen on spring posts with

indexable revolving plate.

Excitatory with adjustable frequency from 0 to

20 Hz, stroke 2 mm.

Different structures in stainless steel sheet

representing a building with its floors, struts,

suspension, pendulum mass and removable

braces.

Control panel with a disconnecting switch,

on/off switch, frequency adjustment (0 to 20

Hz).

Complete with software.

Specifications:

Visualize the evolution of accelerometers

signals.

Filter signals.

Calibrate each channel independently.

Measure the signal frequency.

Measure the amplitude of signals.

Measure the ration between channels

amplitudes.

01

04-042 ELECTRONIC TOTAL STATION

LASER POINTER, (TAKES DISTANCE WITH

PRISM)

1‖ READING, 5‖ ACCURACY, DOUBLE SIDE

DISPLAY,

DISTANCE RANGE WITH SINGLE PRISIM : 5000

METER. WITH TRIPLE PRISM: 6000 METER.

WITH REFLECTIVE SHEET:500 METER,

GUIDE LIGHT, INTERNAL MEMORY 10,000

POINTS + USB, FLASH MEMORY SLOT, BUILT IN

AREA CALCULATION SYSTEM, AUTOMATIC DUAL

AXIS COMPENSATOR WITH STANDARD

ACCESSORIES Accessories:

04

Single prism target set

Aluminuim tripod (Local)

Sokkia, Trimble, or equivalent or better

05-042 ELECTRONIC DIGITAL THEODOLITE

1‘‘ reading, 5 ― accuracy, double sided display with

standard accessories

Sokkia or equivalent/better

01

06-042 AUTOMATIC LEVEL

Magnification 28X, leveling accuracy 1.5mm with

standard accessories

TOPCON or equivalent better

04

07-042 FIBER GLASS TAPE 30M 08

08-042 STEEL TAPE 30M 08

09-042 STEEL TAPE 100M 06

10-042 METRIC CHAIN 06

11-042 ALUMINIUM LEVELLING STAFF

16 FT/5 METER LONG DOUBLE SIDED, 5-SECTION

WITH BUBBLE AND STAFF COVER (IMPORTED)

12

12-042 WOODEN LEVELLING STAFF 5 METER LONG

13-042 PRISMATIC COMPASS WITH STAND 06

14-042 THERMOMETER 12

15-042 ARROW 24

16-042 TROUGH COMPASS (PLASTIC ROUND) 12

17-042 RANGING ROD 6FT (GOOD QUALITY) 48

18-042 RANGING ROD 8FT (GOOD QUALITY) 48

19-042 PLANE TABLE DEODAR WOOD WITH STAND

Alidade, Plumbing Fork with Plumb Bob, Sprit Level,

Trough Compass

12

20-042 CIRCULAR BUBBLE 12

21-042 UMBRELLA (STANDARD SIZE) 12

22-042 SPRING BALANCE 10

Note: All items must be of North American, Western Europe or Japanese manufacturer. Local items are to

be quoted in FOR and made of Good Quality Material. The components and/or equipment shall be

newly manufactured, not used and refurbished or previously used for demonstration. All the

equipment shall be warranted for all necessary accessories and spare parts for safe operation for at

least 10 years from date of installation acceptance. The equipment shall be delivered with all

necessary supplies and accessories required for installation and start-up. Installation, operator

familiarization, and training for up to three analysts shall be included for all modules. The vendor

shall demonstrate and document upon installation that the system meets all performance

specifications, including the sensitivity specifications. The instrument shall not be accepted until

those performance specifications have been met. All instruments should have the specifications

mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of

Measurement and Instruementation Laboratory

Equipment of Electrical Engineering

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-048

Procurement of Retender for Supply of Measurement and Instruementation Laboratory

Equipment of Electrical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications Retender for Supply of Measurement and

Instruementation Laboratory Equipment of Electrical

Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 048 Instrument Trainer(s)

Base Platform for Instrumentation and

Measurement with Textbook

I. Integrated suite of 12 instruments

II. Oscilloscope (1.25 MS/s (single channel); 500

kS/s (two channels)), DMM (5 1/2 digits),

Function Generator [(0.186 Hz to 5 MHz

(sine); 0.186 Hz to 1 MHz (square and

triangle)], Variable Power Supply, Bode

Analyzer, Dynamic Signal Analyzer, Arbitrary

Waveform Generator, DIO, Impedance

Analyzer, Two Wire Current Voltage

Analyzer, Three Wire Current Voltage

Analyzer

III. Includes Basic Breadboard for Circuits and

Electronics

IV. Complete integration with software for

teaching circuits concepts

V. Area specific power cord is included

VI. DMM, oscilloscope and function generator

probes are included.

VII. Also contains textbooks on Instrumentation

and Control Systems

VIII. Fully programmable with software

IX. Onsite Training by OEM

X. Also contains a textbook on Computer-Based

Instrumentation

XI. having below features

i. An Introduction to the workstation and

progressive software

ii. Basic test, measurement, and DAQ

concepts

iii. Exercises and challenge problems

included with each lab

XII. Written by foreign author

Sensors Board for Instrumentation and

Measurement base platform

Introduce Students to Sensors and Their

05

Set

Applications

This Trainer is ideally suited to teach and demonstrate

the fundamentals of interfacing with mechatronic

sensors. Developed exclusively for standard Test and

measurement base platform and software, the system

introduces students to a wide variety of sensors

commonly used today, including pressure, flex,

infrared, visible light, magnetism and temperature

sensors; and techniques and limitations of their

practical applications. Students learn the fundamentals

of interfacing with mechatronic sensors,

including how to:

I. collect data from sensors

II. calibrate sensors

III. use sensors to identify natural frequency of

material

Features

I. 14 types of sensors:

i. Strain gage

ii. Piezo film sensor

iii. Rotary potentiometer

iv. Pressure sensor

v. Thermistor sensor

vi. Long range sensors: sonar and infrared

vii. Short range sensors: magnetic field and

optical

viii. Micro switch

ix. Push button

x. Optical switch

xi. Encoder

xii. Light Emitting Diodes

II. Plug-and-play design for quick and easy

lab setup

III. Compact

IV. Protective cover to shield the circuitry

V. Comprehensive digital resources

VI. Fully compatible with Software

VII. Fully documented system models and

parameters provided for Software

Readymade Curriculum Topics

I. Sensor behavior

II. Calibration

III. Using sensors to identify natural frequency of

material

IV. Strain gauge to measure deflection

V. Piezo film sensor to measure vibration

VI. Rotary potentiometer to measure position

VII. Pressure and thermistor sensors

VIII. Long range sensors: sonar and infrared

IX. Short range sensors: magnetic field and optical

X. Micro switch, push button, and optical switch

XI. Light emitting diodes (LEDs)

XII. Encoders

XIII. Switch debouncing

Actuators board for Instrumentation and

Measurement base platform The Actuators Board is ideally suited to introduce a

variety of actuators that are commonly used in

mechatronic systems today. Developed exclusively

for Standard test and Measurement platform and

software, the system teaches students about the

fundamentals of each actuator, their design

considerations, common specifications, interfacing

and operation. Students learn principles of

electromagnetic actuation, linear and PWM actuators,

brushed and brushless DC motors, stepper motors and

servos.

Features

I. Compact rotary servo system for Standard

Test and Measurement Base Platform

II. Plug-and-play design for quick and easy

lab setup

III. Two brushed DC motors with gears to

compare linear versus PWM amplifier

technology

IV. Brushless DC motor

V. Stepper motor

VI. Hobby servo motor

VII. Solenoid for coupling two brushed DC

motors

VIII. Separate photomicrosensors for each motor

IX. Built-in PWM amplifier

X. Built-in linear amplifier

XI. Visualization of internal actuator

mechanisms animated by hardware motion

XII. Comprehensive digital resources

XIII. Fully compatible with Software

XIV. Fully documented system models and

parameters provided for Software.

Readymade Curriculum Topics

I. Principles of electromagnetic actuation:

i. Magnetic fields of coiled

conductors

ii. Implementation of electromagnetic

field theory in solenoids

II. Principles of linear and pulse width

modulation (PWM) amplifiers

i. Actuator dead-band measurement

and compensation

ii. Linearity of an amplifier

III. Principles of brushed and brushless DC

motors

IV. Principles of stepper motors

i. Stepper motor control and

excitation modes

V. Introduction to servo motor position

control

Embedded Instrumentation Device with FPGA I. Affordable tool to teach and implement

multiple design concepts with one device

II. 10 analog inputs, 6 analog outputs, 40

digital I/O lines

III. Wireless, LEDs, push button,

accelerometer onboard

IV. Xilinx FPGA and dual-core ARM Cortex-

A9 processor

V. Programmable with Software; adaptable

for different programming levels

VI. Contains sensors and actuators kit

i. Barrel connector with leads

ii. Assorted capacitors

iii. Diodes

iv. 7-segment display

v. Mechanical rotary encoder

vi. Photo interruptor (light sensor with

LED)

vii. Assorted op-amps

viii. Assorted LEDs

ix. Small DC motor (1 VDC to 3 VDC,

no load speed: 6600 rpm)

x. Microphone with audio jack

xi. MXP Breadboard Accessory

xii. Potentiometer (500 kΩ)

xiii. Relay

xiv. Assorted resistors

xv. Piezoelectric sensor

xvi. Photocell

xvii. Hall effect sensors (latch and

switch)

xviii. Buzzer

xix. Assorted switches (DIP, slide, and

rotary)

xx. Thermistor (NTC: 10 kΩ, 25

degrees)

xxi. Assorted transistors

xxii. Force sensing resistor

xxiii. Wire kit

xxiv. Geared motor 19:1 (includes

encoder for rotation and speed, 12

V)

ii. Ultrasonic range finder (accurate

readings of 0 in. to 255 in. or 6.45

m)

iii. Compass

iv. Servo motor: standard (215 degrees

rotation)

v. Servo motor: continuous rotation

vi. Accelerometer (3 axis, digital - SPI

and I2C)

vii. Digilent Motor Adapter for myRIO

(compatible with gear motor and

servos)

viii. Gyroscope (3 axis, digital - SPI and

I2C)

ix. Infrared proximity sensor (10 cm to

80 cm)

x. Ambient light sensor (SPI)

It must include printed form training manual including

all detailed code, instruction and practical procedures,

layout/ circuit diagram.

02-048 Digital Multimeter

I. Bench Type Multi meter

i. 50,000 counts, VFD display

ii. Dual measurement/Dual display

iii. Selectable measurement spee

iv. ds, the maximum: 40 Readings/s for DCV

v. The basic precision of DC voltage: 0.02%

vi. Auto/manual Ranging

vii. True RMS (AC,AC+DC) measurements

viii. 11 different measurement functions

ix. Max./Min., REL, MX+B, 1/X, Ref%,

Compare, Hold, dB, dBm

x. Standard USB device interface

II. Handheld Digital Multimeter

4000 Counts Auto/Manual Ranging

Capacitance, Frequency Measurement

hFE Test / EF Function

Data Hold and Relative Mode

Auto Power Off

III. Clamp-on Meter

Clamp Meter offers high accuracy for current

measurements and its compact size allows

measurements in tight locations. The MA220's

functions include AC/DC voltage (600 volts),

AC/DC current (400 amps), Capacitance (100 µF),

Frequency (150 kHz), Temperature (-58 to 1830

degrees F / -50 to 1000 degrees C), and Duty Cycle

(0.5 to 99.0 percent). The MA220 also has a 4,000

count LCD display, data hold, auto zero on start up,

as well as auto ranging and auto power off. This

clamp meter has a 0.9-inch (23mm) jaw size that

accommodates conductors up to 30 0MCM. Comes

with test leads, Type K bead wire temperature probe,

case, two AAA batteries, and user guide.

10

03-48 Bench Analog Multimeter

The testing advantages of an analog meter with a

pocket-friendly size and detachable leads. This

10

compact and affordable multimeter is equipped with

measurement capabilities that are ideal for the

hobbyist, handyman, electronics tinkerer, or DIYer.

Use this meter to perform basic troubleshooting on

anything connected to an outlet, like refrigerators,

dryers, and other appliances, as well as electronic

devices found around the home and garage. The

38070 is great for automotive and marine electrical,

A/V projects, Arduino projects, and secondary home

wiring systems, such as security alarm and

thermostat circuits. Fans of analog meters will like

enjoy using it to more easily see minor or quick

electrical changes with a swing of the needle versus a

fluctuating digital readout. Analog meters like this

one are also useful for illustrating adjustments made

to a circuit between relative high and low settings.

Includes test leads, 1 AA battery, and user manual.

04-48 Moving Iron Voltmeter

(For AC and DC Measurement)

Moving iron voltage meter with 2 measurement ranges

Measurement ranges:

- 0 - 400 V

- 0 - 100 V

10

05-48 Moving Iron Ammeter

(For AC and DC Measurement)

i. Robust instrument for current monitoring in

continuous use.

ii. Ranging 0 – 5 Amp

10

06-48 C.T‟s and P.T‟s

CT‘s, or current transformers, and PT‘s, or potential

transformers are required to be used in metering to

step down current (Ratio 100:1 A ) and voltage

(600:100 V ) to safer and more manageable levels.

10

07-48 Earth Leakage C.Bs

Having high earth impedance.

It should be able to detect small stray voltages of

electrical equipment,

And can interrupt the circuit if a dangerous voltage

is detected.

10

08-48 RPM / Tachometer 10

Tachometer for RPM measurements. Make safe,

non-contact RPM measurements (2 to 99,999 RPM)

of rotating objects by pointing the integral laser (1.6-

ft. target distance) at the reflective tape placed on the

object to be measured. Complete with 9-Volt battery,

reflective tape and user manual.

09-48 Electro Dynamic Meter (KWH and W)

Single & 3 phase Analogue Meter

I. 2000 KWH meter comes with a pulse output

for use in Automatic Meter Reading systems.

II. The display can be reset to zero if desired from

the inside of the meter to simplify tracking of

power consumption.

III. Can display either the total KWH used, or the

instantaneous KW reading.

10

10-48 Electro Dynamic Meter (VAr)

The meters with electro dynamic movement can be

used for the following supply systems:

DC circuits,

single phase AC,

3 phase balanced load, 3 or 4 wire,

3 phase unbalanced load, 3 or 4 wire

Can measure power on current.

Off-set zero power meters

The power meters are housed in pressed steel cases

suitable to be mounted in switchboards, control panels,

machine tool consoles and/or mosaic grid panels.

10

11-48 Induction Meter

Induction type AC measurement

For W, KWH, KVAr, (0 - 400V)

10

12-48

LCR Bridge

I. 10Hz~200kHz

II. 3.5‖ color LCD

III. Consecutive test frequency

IV. Basic accuracy : 0.05%

V. Measuring speed up to 25ms

VI. Full frequency range or spot OPEN/SHORT

VII. DCR measurement and internal D.C. bias

voltage (±2.5V)

10

VIII. PASS/FAIL judgment

IX. Auto Level Control (ALC) function

X. BIN function provides 9BIN and 1AUX

XI. 10 steps listed tests to select different

frequency, voltage and current criteria

XII. interface : RS-232C, Handler and USB storage

13-48 LCR Meter

I. Test Frequency100Hz/120Hz/1k/10kHz

Selectable

II. 20,000/2,000 Counts Dual Display

III. Auto LCR Mode for DUT Measuring

IV. 0.2% Basic Accuracy

V. Measurement Parameter :

L,C,R,D,Q,ESR,θ,DCR

VI. Parallel/Series Testing Mode

VII. Sorting Mode for Quality Control

VIII. 2Wire or 5Wire Measurement Available

IX. Data Hold and Zero Mode Supported

X. Max/Min

XI. Auto Range, Auto Backlit

XII. Low Battery Indication

XIII. Auto Power off

10

14-48 Digital Storage Oscilloscope

I. 100MHz bandwidth selections, 4 Channels

II. 1GSa/s maximum sampling rate

III. 10M maximum memory depth for each

channel

IV. 7‖ 800 x 480 WVGA LCD display

V. 256 color gradient display function to

strengthen waveform performance

VI. 1Mpts FFT frequency domain signal display

VII. Zero Key function for horizontal time, vertical

voltage and triggering

10

15-48 Lux Meter

Foot Candle/Lux Meter which measures light level to

5000FC (foot-candles) and 50,000 Lux with a 5%

accuracy using a precision photo diode and color

correction filter. Meter features fast/slow response

time and an analog output (1mV per count) for

capturing readings to a recorder. Comes complete with

9-Volt battery.

10

16-48 Sound Level Meter

The sound level meter meets ANSI and IEC 651 Type

2 standards. Ideal for noise surveys in the workplace,

installing fire alarms and speaker systems and

enforcing noise ordinances. Measures from 35 to

130dB in 2-ranges with accuracy of plus or minus

1.5dB. Data hold and Max hold functions. Backlit

display allows use in dimly lit areas. Complete with

microphone wind screen and 9V battery.

10

17-48 Hygro Meter

The Hygro that measures Relative Humidity,

Temperature, Dew Point, and Wet Bulb and displays

any two parameters (Temperature and Humidity or

Dew Point, or Wet Bulb) simultaneously. Min/Max

function stores and recalls highest and lowest

readings. Timer function displays the elapsed time

(mins : secs and day : hour). Additional features

include: programmable auto power off time frame,

switchable °C/°F temperature units, Data Hold, Auto

power off, and Low battery and over-range indication.

Complete with built-in stand, protective holster, probe

sensor with 39 in. (1m) coiled cable.

10

18-48 Strain Gauge

High Capacity Strain Gauge. Measuring ranges from

0.05 to 100-kilograms, 0.05 to 220-pounds, 0.2 to 980

Newton. Basic accuracy of 0.5-percent. Tension or

Compression, Peak hold and Zero functions.

Positive/Reverse display for easy readability. Large

LCD with back light feature. Complete with tension

and compression adaptors.

10

19-48 Load Cells

Transducers (Different Types)

Include hydraulic load cells, pneumatic load cells,

piezoelectric load cellsand strain gauge load cells,

capacitive load cell, etc.

10

20-48 Contingencies Cables and Probes

(1 set)

10

21-48 Equipment Installations and Wiring

Including Labs Training

22-48 Multi Output DC Power Supply

I. 30V/3A x 2, 5V, 3A fixed

10

II. Independent Isolated Output

III. Digits LED Displays

IV. 0.01% Load and Line Regulation

V. Low Ripple and Noise

VI. Tracking Operation and Auto Series/Parallel

Operation

VII. Output ON/OFF Switch

VIII. Output Voltage and Current Setting when

Output Disable

23-48

Function Generator (25MHz)

I. 0.1Hz~25MHz within 0.1Hz Resolution

II. Sine, Square, Ramp, Noise and Arbitrary

waveform

III. 20MSa/s sampling, 10 bit vertical resolution

and 4k point memory for Arbitrary Waveform

IV. 1% ~ 99% adjustable duty cycle for Square

Waveform.

V. Waveform parameter setting through numeric

keypad entry & knob selection.

VI. Amplitude, DC Offset and other key setting

information shown on the 3.5‖ LCD screen

Simultaneously.

VII. USB Device interface for remote control and

waveform editing.

10

24-48 Consumable Items

I. Potentiometer(1ohm, 100ohm, 1kohm,

10kohm, 50kohm, 100kohm, 200kohm,

1000kohm)

II. Capacitors (standard ratings : 50 each)

III. Resistors (standard ratings : 50 each)

IV. Inductors (standard ratings : 50 each)

V. Fuses( 0.5A, 1A, 5A, 10A, 15A)

VI. Variable capacitors

VII. Variable inductors

25-48 Galvanometers

Table type education meters 10

26-48 Electro Dynamic Meter (VAr)

The meters with electro dynamic movement can be

used for the following supply systems:

DC circuits,

single phase AC,

3 phase balanced load, 3 or 4 wire,

3 phase unbalanced load, 3 or 4 wire

Can measure power on current.

Off-set zero power meters

The power meters are housed in pressed steel cases

suitable to be mounted in switchboards, control panels,

machine tool consoles and/or mosaic grid panels.

10

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of Industrial

Electronics Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-049

Procurement of Retender for Supply of Industrial Electronics Laboratory Equipment of

Electrical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications Retender for Supply of Industrial Electronics

Laboratory Equipment of Electrical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 049 Self-Commutated Converters

a. Switchable Valves and DC-to-DC Converters

The system must capable to perform following

experiments:

Thyristor with quenching circuit

Power MOSFETs

Insulated gate bipolar transistors (IGBTs)

On & Off -state characteristics

Control of DC choppers

Step-up and step-down converters

DC choppers using a thyristor with quenching circuit,

PWM

Control characteristic for constant load current

DC chopper using MOSFETs, PWM, PFM and two-

position control

Single-ended forward and push-pull converters

Half-bridge and full-bridge forward converters

DC choppers used for step-up conversion, PWM and

two-position control

Energy recovery operation with PWM, two-position

control, variable current set points

DC choppers with IGBT used as inverting step-up/step-

down controllers with PWM

b. Switched-Mode Power Supplies

The system must capable to perform following

experiments:

Step-down converters with various loads

Control of average values for voltage and current using

PWM

Current & voltage change over time with a resistive-

inductive load

Resistive-inductive load with freewheeling diode and

smoothing capacitor

Step-down converter with VI = 110 V, losses,

efficiency

Control using PWM

Measurement of voltage and current over time when

VI = 15 V and VI = 110 V

Measurement with intermittent choke current

Step-up/step-down converters with power factor

correction

Effect of hysteresis

Flyback converters

Measurement of voltage and current over time when

VI = 15 V

01

Set

1+4+1

1

Effect of RCD protective circuitry

c. Inverters

The system must capable to perform following

experiments:

Single ended forward converters

Control of average values for voltage and current using

PWM

Measurement of voltage and current over time when

VI = 30 V & VI = 115 V

Measurement of efficiency and voltage stability

Asymmetric half-bridge forward converter

Time characteristic when v = 0.75& 0.50

Time characteristic with duty cycle switch-over

Time characteristic for sinusoidal inverter

The system should comprising of following

Reference Variable Generator

Output: -10...+10 V & Supply voltage: ±15 V DC

Diode 1000V/10A

Silicon rectifier with RCD suppressor circuit, which can be

switched off or used as free-wheeling diode.

Load power electronics

RLC load for all 1 Φ& 3 Φ in power electronics.

3 x 100 Ω, with fuse1.25 A

1 x 1000 Ω, 220 mA

2 coils 50 mH, with tap at 12.5 mH, 2.5 A,

3 capacitors 4/8/16 µF, 450 V AC

Fuse Threefold Super-Fast

Set of 3 neozed fuses, ultra-rapid for protection of

semiconductor valves.

Control Software

Function generator 200 kHz

Rectifier B6, 3X400V/10A Rectifier in 3Φ bridge circuit

.

Capacitor 2X 1000 µF; 385V

Two electrolytic capacitors which are short-circuit -

proof and switch-proof

Nominal capacitance: 2 x 1000 µF

Nominal voltage: 385 V

Transformer for SMP‟S

Power transformer for power supplies.

With two fast rectifiers.

Single-phase, Push-pull rectification

- Half-bridge & Full-bridge

- The primary windings are equipped with thermal

circuit breakers

Primary side: Input voltage (Vin): 2 x 115 V

Secondary side: Output voltage (Vout): 2 x 15 V/4.5 A

Phase Control Noise Filter 3X4.5A

Single-stage, 3Φ interference-suppression filter, with

commutated circuits..

3 toroidal core chokes, 1.3 mH

3 X2-class capacitors, 0.47 µF

1 Y2-class capacitor, 30 nF

V = 3 x 230/400 V, 47...63 Hz

IN = 3 x 4.5 A

Control Unit PWM/PFM

Universal control unit for the assembly of switching DC

controllers, switched-mode power supplies and 1ɸ

inverters:

pulse width modulation (PWM),

pulse frequency modulation (PFM)

MOSFET 500V/10A

Enhancement-mode n-channel FET with fast-acting inverse

diode (FREDFET) and with RCD protective circuit which

can be switched off. For the assembly of DC controllers,

switched-mode power supplies of high pulse frequency.

Thyristor with Turn-Off Circuit 230V/8A

The turn-off circuit consists of ring-around coil with

blocking diode, a turn-off thyristor and turn-off capacitor.

All the thyristors and diodes have a RCD protective circuit

- Bottom of Form

Main thyristor and turn-off thyristor

- Repetitive peak forward off-state voltage (VDRM):

max. 800 V

- On-state current, mean value (IT AV): max. 13 A

- Circuit-commutated recovery time: (tQ): 35 µs

- Free-wheeling diode

- Repetitive peak forward off-state voltage (VDRM):

max. 1000 V

- On-state current, mean value (IT AV): max. 8 A

Shunts: 4 x 0.1 ohms, 1%

- Turn-off capacitor: 4 µF, 450 V

- Ring-around reactor: 1 mH

IGBT 1000V/10A

- The IGBT which demonstrates the behavior of an

enhancement mode field-effect transistor

- (MOSFET) at the input and the behavior of a bipolar

power transistor at the output. For use in rapid switching

applications with high voltages such as: DC controllers,

switch-mode power supplies and inverters.

- Collector-emitter reverse-bias voltage (VCES): max. 1000

V

- Collector current (IC AV): max. 10 A

- Collector-emitter saturation voltage (VCE SAT): 3.5 V

- Gate-emitter input capacitance (CGE): 1.8 nF

Multimeter Handheld

Adapter sockets, set of 2

Isolation Amplifier, Four Channel

Channels A, B, C, E:

Frequency range: DC...80 kHz

Voltage: max. 620 V DC/440 V AC

Attenuator, 3-stage: x1, x0.1, x0.01

Internal resistance: 1 MΩ

Accuracy: 2%

DC-Power Supply ± 15 V/3 A

Laboratory power supply with two separate and stabilised

fixed voltages. Short-circuit-proof.

Transformer 45/90, 3 N

Mains switch: cam switch, 3-pole

Mains voltage: 3 x 400 V, ±10%, 50...60 Hz

Rheostat 100 Ohm

Connection: 4-mm safety sockets

Resistance: 100 Ω

Resistor tolerance: 10%

Max. load:

Current (sustained): 1.8 A

Currentmax (15 mins.): 2.5 A

Rheostat 330 Ohm

Connection: 4-mm safety sockets

Resistance: 330 Ω

Resistor tolerance: 10%

Max. load:

Current (sustained): 1.0 A

Currentmax (15 mins.): 1.4 A

Shunt Wound Machine 0.3

DC shunt wound machine for motor and generator

operation. All windings are separately connected to 4 mm

safety sockets.

Shaft End Guard 0.1/0.3

Set of safety bridging plugs

Safety connecting leads, 32 A

Safety connecting lead 32 A

Experiment Manual Power Electronics and Drive

Technology

02-049 Digital Storage Oscilloscope

100MHz bandwidth selections, 2ch

1GSa/s maximum sampling rate

10M maximum memory depth for each channel

7‖ 800 x 480 WVGA LCD display

256 color gradient display function to strengthen waveform

performance

1Mpts FFT frequency domain signal display

Zero Key function for horizontal time, vertical voltage and

triggering

04

03-49 Induction Heating Trainer 02

04-49 Ultra low voltage 3 phase power supply

Outputs via 4mm safety sockets

6V/10V 3 phase star/delta

23V/40V 3 phase star delta

Current capacity 4A/2.3A each

Electronic protection for all phases

10

Power consumption less than 200VA

Supply connection: 400V 3ph 50/60 Hz

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of Signal

Processing Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-050

Procurement of Retender for Supply of Signal Processing Laboratory Equipment of

Electrical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications Retender for Supply of Signal Processing

Laboratory Equipment of Electrical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 050 DSP Trainers

Technical Specifications: MATLAB Interface

Sample program for DSP/BIOS

USB debugging with software which shows

RTDX data

Designed in portable Tec book format to learn

anywhere

Easily accessible peripherals like PPI

Interface, Memory Expansion, host Port

Interface (HPI).

Easily accessible Timers, External Interrupts,

EMIF Controls, MCBSP Channels.

Exhaustive learning material

IEEE 1284 compliant male-to-female cable

Installation CD for Code Composer Studio

Evaluation version

Experiments Included:

Complete set of Hardware and Software to

perform experimentations based on

Speech, Audio, Communication

Filter Designs

Fourier Transform

CCS/MATLAB interface using RTDX

Convolution applications

Real-time data exchange with external GUI

and DSP Processor

Noise Cancellation

Points of Consideration:

All items must be of American, Europe or Japanese manufacturer.

One- Year Parts and labor warranty for all components on site.

Quoted hardware must be compatible with lab power supplies and other equipment as per requirement

The bidders should clearly mention Terms and Conditions of service agreements for the supplied hardware equipment after the expiry of initial warranty period.

In case of International Warranties, the local authorized dealers should mention their service and warranty setup, details of qualified engineers, etc.

Please mention the country of origin / manufacturing / assembly of the quoted brand / model.

10

1

All items must be factory fitted & configured. Vendor / Assembler to provide verification of Serial numbers / AA numbers of Intel products.

The Purchaser reserves exclusive rights to decrease or

increase the quantity of Goods/Items/Equipment

mentioned in this tender document.

02-050 Audio Signal Generator

Technical Specification

Low distortion

10Hz ~ 1MHz audio in in five range steps

Sine and square wave output

Continuously variable amplitude

Selectable 10dB, 20dB, 30dB, 40dB and -50dB

attenuator

External sync input

Includes owner‘s manual, test leads and power

cord

Generator frequency: 10Hz ~ 1MHz, ±0.5dB

(600ohm load)

Sine wave output: 7V RMS (no load)

Distortion (x100 range): ≤0.1% (400Hz ~

20KHz)

Distortion (x10 range): ≤0.3%

(100Hz~100KHz)

Square wave output: 10V p-p (no load)

Rise/fall time: ≤200nsec

Overshoot: <2%

Output impedance: 600ohm

Power requirements: 120V/240VAC, 50/60Hz

Dimensions: 5 1⁄2" (W) x 7 3⁄4" (H) x 10" (D)

Points of Consideration

All items must be of American, Europe or Japanese manufacturer.

One- Year Parts and labor warranty for all components on site.

Quoted hardware must be compatible with lab power supplies and other equipment as per requirement

The bidders should clearly mention Terms and Conditions of service agreements for the supplied hardware equipment after the expiry of initial warranty period.

In case of International Warranties, the local authorized dealers should mention their service and warranty setup, details of qualified engineers, etc.

Please mention the country of origin / manufacturing / assembly of the quoted brand /

10

model.

All items must be factory fitted & configured. Vendor / Assembler to provide verification of Serial numbers / AA numbers of Intel products.

The Purchaser reserves exclusive rights to

decrease or increase the quantity of

Goods/Items/Equipment mentioned in this tender

document.

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of High

Voltage Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-051

Procurement of Retender for Supply of High Voltage Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications Retender for Supply of High Voltage Laboratory

Equipment of Electrical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 051 Insulation Tester

I. 10kV insulation test ability

II. Ranges:

i. <10MΩ

ii. 10 MΩ to 200 GΩ

iii. Ω to 2 TΩ

iv. >2 TΩ

III. Accuracy: up to 5% in 10 MΩ to 200 GΩ range

and up to 20% in 200 GΩ to 2 TΩ range

IV. Leakage current measurement

i. Range 1 nA to 2 mA

ii. Accuracy ±(5% + 2 nA)

V. Capacitance measurement

i. Range 0.01 μF to 15.00 μF

ii. Accuracy ±(15% rdg + 0.03 μF)

VI. Temperature (operating) 0°C to 50°C

VII. Charger Input (AC) 220 V AC 50 Hz

01

02-051 Earth Tester

I. 3-pole earth ground resistance and 2-pole ac

resistance of a conductor measurement

function

II. Measuring time < 10 s

III. Measuring range

i. 0.15 Ω to 20 Ω

ii. 200 Ω to 2 kΩ

IV. Uncertainty

± (6 % of measured value + 5D)

01

03-51 Micro Ohm Meter / Nano Volt Meter 01

I. DC Voltage (7 ½ digits resolution on all ranges)

i. Measurement Ranges mV to 100V

ii. Sensitivity 0.1 nV

iii. Input Resistance > 10 GΩ

II. Resistance (7 ½ digits resolution on all ranges)

i. 7 Measurement Ranges from 1Ω to 1 MΩ

ii. Sensitivity 0.1 mΩ

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of

Workshop Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-052

Procurement of Retender for Supply of Workshop Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications Retender for Supply of Workshop Laboratory

Equipment of Electrical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01-52 OSCILLOSCOPE

Technical Specifications: 100 – 200 MHz

Channel + External

1 - 2 GSa/s RT ET Sampling Rate

Input coupling: AC, DC, Ground

Independent Memory for Each Channel

VPO/SPO Technology

Large High Quality Wide TFT Display

Interfaces: USB Host; USB Device; RS-232;

Pass/Fail-Out, PC-remote Pict-Bridge (opt)

Split Screen Function

Serial Bus Analysis Software for I2C, SPI and UART

Include all accessories

Additional Probes sets for each unit.

10

02-52 FUNCTION GENERATOR

Technical Specifications: Wide frequency range from 1μHz to 10 MHz

2 Channel Sine, Square and triangles waveform,

Ramp, & Pulse

Display Type TFT – Large Color LCD

Arbitrary and sweep functions

Output: 4mVpp – 6Vpp

Output Current: ± 200 mA

Display Type: TFT- Color LCD

Supply Voltage: 100 - 240V

PWM, FSK, ASK Modulation

High performance with 14-bit resolution, up to 500

MS/s sample rate and up to 512 kpts memory

Linear & Logarithmic sweeps and burst operation.

USB and GPIB connectivity

Graphical waveform editing software for PC

All accessories must be included

Additional one Probes set for each unit.

10

03-52 HANDHELD DIGITAL MULTI-METER Resolution (AC & DC): 0.1 mV

Range (AC & DC): 0 – 600 V

20

04-52 REGULATED DC POWER SUPPLIES (30V, 5A) Voltage: 0~ 30V, Current: 0~ 5A variable dual supply

Fixed Supply: 5V, 3A

Backlight dual 3-Digits LCD display

Progressive current adjustment

Automatic conversion of stable voltage and current

Multi-loop type high precision voltage regulation

Stepped current regulation

With expansion outlet terminal

Short-circuit-proof

10

Include all the accessories

Provide one extra set of probes for each unit.

05-52 PERSONAL COMPUTER

Technical Specifications 5th Generation Intel® Core™ i7 5557U

LED 21 inches

Processor (4M Cache, up to 3.40 GHz,14Nm) or

higher

Manufacturer‘s Original Motherboard with Min 1

Mini HDMI 1.4a and 1 Mini Display Port 1.2 and

Onboard RAID 1/0 Option.

8GB DDR3L-1333 (1.35V)

240GB Solid State Drive or higher

Intel® Iris Graphics 6000 Series

Onboard 7 Channel HD Audio Integrated Gigabit

Ethernet (10/100/1000Mbps) & Wireless Module (Min.

AC Standard with Bluetooth 4.1 and Intel® Wireless

Display

10

06-52 SOLDERING STATION Operating Voltage: 230V@ 50Hz

Temperature Range: 50 – 450°C

Power Cord: 1 – 2 m (3 core cable) ground plug

Soldering Iron Stand and tip included

Ripple temperature < ± 5 °C

Power consumption < 100 W

Heater Type: Ni-chrome

Include all the accessories

10

07-52 ANALOG MULTI METER

Technical Specifications: Power Supply: 2 x1.5V (UM-3), 1 x 9V

DC V Range: 0.1 V to 1000V

AC V Range: 10V to 750V

R- Range: X1, X10, X100, X1K, X10K

DC A: 50 μA to 10A

Diode and fuse Protection

Provide one extra set of probes for each unit

Include all the accessories

05

08-52 LCR [MULTI METERS] Technical Specifications: Test Frequency: 100 Hz/120 Hz/1k/10 kHz Selectable

20,000/2,000 Counts Dual Display

Auto LCR Mode for DUT Measuring

0.2% Basic Accuracy

Measurement Parameter: L,C,R,D,Q,ESR,θ,DCR

Parallel/Series Testing Mode

Sorting Mode for Quality Control

2Wire or 5Wire Measurement Available

Data Hold and Zero Mode Supported

Max/Min

Auto Range, Auto Backlit

Low Battery Indication

Auto Power off

Include all the accessories

03

09-52 PCB MILLING AND DRILLING MACHINE

Technical Specifications: Material Size & Layout Area (X x Y x Z): at least 229

mm x 305 mm x 35/22 mm

Resolution (X/Y): 0.5 μm

Repeatability: ± 1 μm

Milling Speed up to 100,000 rpm software controlled

Tool Change: automatic

Milling width Adjustment: automatic

Drilling speed: 120 strokes/minute

Travel speed (X/Y) up to 150 mm/sec

X/Y drive: 3-phase stepper motor

Z-drive: 2-phase stepper motor

Dust extraction accessories

Compressed air supply: 6 bar

Include all the accessories

01

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Retender for Supply of Electrical

Machines Laboratory Equipment of Electrical

Engineering Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-053

Procurement of Retender for Supply of Electrical Machines Laboratory Equipment of

Electrical Engineering Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications Retender for Supply of Electrical Machines

Laboratory Equipment of Electrical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01-53 Hysteresis Motor

220 VAC, 1KW

05

02-53 Transformer Commercial Transformer

250KVA (11 KV/ 380 V)

(For Educational Training)

01

03-53 MOTOR-GENERATOR / CUT AWAY MODEL

OF ELECTRICAL MACHINES

I. SYNCHRONOUS MOTOR (CUT AWAY)

Motor is cut way to show slip ring, brushes, rotor,

stator, windings, poles, ball bearing and etc.

II. INDUCTION SQUIRREL CAGE MOTOR

(CUT AWAY)

Motor is cut way to show squirrel cage, brushes,

rotor, stator, windings, poles, ball bearing and etc.

III. OPENED TYPE COMPRESSOR TWINS

CYLINDER (CUT AWAY)

Opened/Sectioned Air Conditioning Compressor

IV. RECIPROCATING HERMETIC

COMPRESSOR (CUT AWAY)

Opened/Sectioned Air Conditioning Compressor

V. THREE PHASE SLIP RING MOTOR (cut

away)

Power: 1.5kW , Voltage: 415V , Type: 4 Pole

Speed: 15000rpm

VI. PRONY BRAKE

i. Prony brake with resistant ribbon

ii. Mechanical braking action and

dynamometer

iii. Power: 500W / Speed: 3000 rpm

VII. DC SHUNT WOUND MOTOR (Cut away)

i. Power: 100W

ii. Voltage: 240VDC

iii. Current: 0.5A

iv. Speed: 1600rpm

(With variable resistor 3k ohm)

VIII. DC MACHINE (Cutaway)

i. Power: 200W

ii. Voltage: 240VDC

iii. Current: 2A

iv. Speed: 1500rpm

(With variable resistor 3k ohm)

IX. RPM / TORQUE METER

i. Input Signal : NPN, PNP type voltage

01

pulse

ii. Accuracy : ±0.02%

iii. Measurement frequency range :

1Hz~25kHz

iv. Required: Torque & RPM Sensor (Code:

609-003)

X. TORQUE & RPM SENSOR

i. Torque : 0 ± 20Nm

ii. Voltage : ± 15VDC

iii. Signal : 60 pulse per turn

iv. Range : 5-15Khz

v. Accuracy : 0.5

vi. Required: RPM/Torque Meter (Code: 609-

001)

XI. DC DRIVE CONTROLLER

i. Input : 240VAC

ii. Output : 0-220VDC

iii. Required: DC Series Motor

XII. DC SERIES MOTOR (CUT AWAY)

i. Power : 1 HP

ii. Voltage : 200V

iii. Current : 4.9A

iv. Speed : 1500rpm

v. Required: DC Series Drive Controller

XIII. THREE PHASE SALIENT POLE SYNCHRONOUS

MOTOR (CUT AWAY)

i. Power: 300W

ii. Voltage: 415VAC

iii. Current: 1.17A

iv. Excitation Voltage 12VDC

v. Excitation Current: 0.3A Speed: 1800rpm

XIV. ELECTROMAGNETIC BRAKER

i. Maximum braking torque: 10Nm

ii. Maximum rotating speed: 6000 rpm

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of General Purpose Laboratory

Equipment of Computer Engineering & ICT

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-056

Procurement of General Purpose Laboratory Equipment of Computer Engineering & ICT

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of General Purpose Laboratory Equipment of

Computer Engineering & ICT Department Lab

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 056 Intel NUC Computer (Equivalent or

Better)

Computing

Board Form Factor UCFF (4" x 4")

Socket Soldered-down BGA

Internal Drive Form

Factor M.2 and 2.5" Drive

# of Internal Drives

Supported 2

Lithography 14 nm

TDP 28 W

DC Input Voltage

Supported 12-19 VDC

Recommended

Customer Price $475.00

Processor Included

Intel® Core™ i7-5557U

Processor (4M Cache, up to

3.40 GHz)

Warranty Period As mentioned in bidding

document

Memory Specifications

Memory Size

(dependent on

memory type)

8GB, Max upgradable

Memory Types DDR3L-1333/1600 1.35

V SO-DIMM

Graphics Specifications

Integrated Graphics ‡ Yes

Graphics Output

Mini-DP 1.2; Mini-HDMI

1.4a

Intel® Clear Video

Technology Yes

# of Displays

Supported ‡ 3

Expansion Options

PCI Express

Revision Gen2

PCI Express

Configurations ‡ M.2 slot with PCIe x4 lanes

M.2 Card Slot

(storage) 22x42/60/80

I/O Specifications

USB Revision 2.0, 3.0

40

# of USB Ports 6

USB 2.0

Configuration

(External + Internal)

0 + 2

USB 3.0

Configuration

(External + Internal)

2B 2F + 0

Total # of SATA

Ports 2

Max # of SATA 6.0

Gb/s Ports 2

HDD

1 x 240 GB SSD,

Random 4k Compressible

50k or better

RAID Configuration

2.5" HDD/SSD + M.2

SATA/PCIe SSD

(RAID-0 RAID-1)

Audio (back channel

+ front channel)

7.1 digital (mHDMI mDP);

L+R+mic (F)

Integrated LAN 10/100/1000

Integrated Wifi Intel® Wireless-AC

7265 + BT 4.2

Integrated Bluetooth Yes

Consumer Infrared

Rx Sensor Yes

Additional Headers 2x USB2.0, AUX_PWR

Advanced Technologies

Intel® Virtualization

Technology for

Directed I/O (VT-d)

Yes

Intel® HD Audio

Technology Yes

Intel® Rapid Storage

Technology Yes

Intel® Virtualization

Technology (VT-x) ‡ Yes

Intel® Platform Trust

Technology (Intel®

PTT)

Yes

Intel® Data Protection Technology

Intel® AES New

Instructions Yes

LED 21" LED with HDMi port

built-in.

02-056 LASER PRINTER (EQUIVALENT OR

BETTER) Print, Copy, Fax, Scan

Print speed black:

Normal: Up to 20 ppm

First page out (ready)

02

Black: As fast as 9.5 sec

Duty cycle (monthly, A4) Up to 8000 pages 30 10

Recommended monthly page volume

250 to 2000

Print technology

Laser

Print quality black (best)

Up to 600 x 600 dpi

Resolution technology

FastRes 600; FastRes 1200

Print languages

PCLm/PCLmS

Display

3.0-in color touch screen

Processor speed

600 MHz

Wireless capability

Yes, built-in WiFi 802.11b/g/n

Connectivity, standard

Hi-Speed USB 2.0 port built-in Fast Ethernet

10/100Base-TX network port Wireless

802.11b/g/n Memory, standard

128 MB

Paper handling input, standard

150-sheet input tray

Paper handling output, standard

100-sheet face-down bin

Maximum output capacity (sheets)

Up to 100 sheets

Duplex printing

Manual (driver support provided)

Media sizes supported

A4

A5

B5-Japanese envelopes (ISO DL, C5, B5, Com

#10, Monarch #7 3/4)

16K post cards (Standard #10, JIS single and

double)

Media sizes, custom

76 x 127 to 216 x 356 mm

Media types

Paper (plain, LaserJet), envelopes, transparencies,

labels, postcards

Media weight, supported

60 to 163 g/m²

Media weights, supported

ADF 60 to 90 g/m²

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Database/Software Engineering

Laboratory Equipment of Computer Engineering

& ICT Department Lab at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-057

Procurement of Database/Software Engineering Laboratory Equipment of Computer

Engineering & ICT Department Lab at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Database/Software Engineering Laboratory

Equipment of Computer Engineering & ICT Department Lab

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 057 Intel NUC Computer (Equivalent or

Better)

Computing

Board Form Factor UCFF (4" x 4")

Socket Soldered-down BGA

Internal Drive Form

Factor M.2 and 2.5" Drive

# of Internal Drives

Supported 2

Lithography 14 nm

TDP 28 W

DC Input Voltage

Supported 12-19 VDC

Recommended

Customer Price $475.00

Processor Included

Intel® Core™ i7-5557U

Processor (4M Cache, up to

3.40 GHz)

Warranty Period As mentioned in bidding

document

Memory Specifications

Memory Size

(dependent on

memory type)

8GB, Max upgradable

Memory Types DDR3L-1333/1600 1.35

V SO-DIMM

Graphics Specifications

Integrated Graphics ‡ Yes

Graphics Output

Mini-DP 1.2; Mini-HDMI

1.4a

Intel® Clear Video

Technology Yes

# of Displays

Supported ‡ 3

Expansion Options

PCI Express

Revision Gen2

PCI Express

Configurations ‡ M.2 slot with PCIe x4 lanes

M.2 Card Slot

(storage) 22x42/60/80

I/O Specifications

USB Revision 2.0, 3.0

40

# of USB Ports 6

USB 2.0

Configuration

(External + Internal)

0 + 2

USB 3.0

Configuration

(External + Internal)

2B 2F + 0

Total # of SATA

Ports 2

Max # of SATA 6.0

Gb/s Ports 2

HDD

1 x 240 GB SSD,

Random 4k Compressible

50k or better

RAID Configuration

2.5" HDD/SSD + M.2

SATA/PCIe SSD

(RAID-0 RAID-1)

Audio (back channel

+ front channel)

7.1 digital (mHDMI mDP);

L+R+mic (F)

Integrated LAN 10/100/1000

Integrated Wifi Intel® Wireless-AC

7265 + BT 4.2

Integrated Bluetooth Yes

Consumer Infrared

Rx Sensor Yes

Additional Headers 2x USB2.0, AUX_PWR

Advanced Technologies

Intel® Virtualization

Technology for

Directed I/O (VT-d)

Yes

Intel® HD Audio

Technology Yes

Intel® Rapid Storage

Technology Yes

Intel® Virtualization

Technology (VT-x) ‡ Yes

Intel® Platform Trust

Technology (Intel®

PTT)

Yes

Intel® Data Protection Technology

Intel® AES New

Instructions Yes

LED 21" LED with HDMi port

built-in.

02-057 LASER PRINTER (EQUIVALENT OR

BETTER

Print, Copy, Fax, Scan

Print speed black:

Normal: Up to 20 ppm

02

First page out (ready)

Black: As fast as 9.5 sec

Duty cycle (monthly, A4) Up to 8000 pages 30 10

Recommended monthly page volume

250 to 2000

Print technology

Laser

Print quality black (best)

Up to 600 x 600 dpi

Resolution technology

FastRes 600; FastRes 1200

Print languages

PCLm/PCLmS

Display

3.0-in color touch screen

Processor speed

600 MHz

Wireless capability

Yes, built-in WiFi 802.11b/g/n

Connectivity, standard

Hi-Speed USB 2.0 port built-in Fast Ethernet

10/100Base-TX network port Wireless

802.11b/g/n Memory, standard

128 MB

Paper handling input, standard

150-sheet input tray

Paper handling output, standard

100-sheet face-down bin

Maximum output capacity (sheets)

Up to 100 sheets

Duplex printing

Manual (driver support provided)

Media sizes supported

A4

A5

B5-Japanese envelopes (ISO DL, C5, B5, Com

#10, Monarch #7 3/4)

16K post cards (Standard #10, JIS single and

double)

Media sizes, custom

76 x 127 to 216 x 356 mm

Media types

Paper (plain, LaserJet), envelopes, transparencies,

labels, postcards

Media weight, supported

60 to 163 g/m²

Media weights, supported

ADF 60 to 90 g/m²

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Networking Laboratory Equipment

of Computer Engineering & ICT Department Lab at

KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-058

Procurement of Networking Laboratory Equipment of Computer Engineering & ICT

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Networking Laboratory Equipment of

Computer Engineering & ICT Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 058 Intel NUC Computer (Equivalent or

Better)

Computing

Board Form Factor UCFF (4" x 4")

Socket Soldered-down BGA

Internal Drive Form

Factor M.2 and 2.5" Drive

# of Internal Drives

Supported 2

Lithography 14 nm

TDP 28 W

DC Input Voltage

Supported 12-19 VDC

Recommended

Customer Price $475.00

Processor Included

Intel® Core™ i7-5557U

Processor (4M Cache, up to

3.40 GHz)

Warranty Period As mentioned in bidding

document

Memory Specifications

Memory Size

(dependent on

memory type)

8GB, Max upgradable

Memory Types DDR3L-1333/1600 1.35

V SO-DIMM

Graphics Specifications

Integrated Graphics ‡ Yes

Graphics Output

Mini-DP 1.2; Mini-HDMI

1.4a

Intel® Clear Video

Technology Yes

# of Displays

Supported ‡ 3

Expansion Options

PCI Express

Revision Gen2

PCI Express

Configurations ‡ M.2 slot with PCIe x4 lanes

M.2 Card Slot

(storage) 22x42/60/80

I/O Specifications

USB Revision 2.0, 3.0

40

# of USB Ports 6

USB 2.0

Configuration

(External + Internal)

0 + 2

USB 3.0

Configuration

(External + Internal)

2B 2F + 0

Total # of SATA

Ports 2

Max # of SATA 6.0

Gb/s Ports 2

HDD

1 x 240 GB SSD,

Random 4k Compressible

50k or better

RAID Configuration

2.5" HDD/SSD + M.2

SATA/PCIe SSD

(RAID-0 RAID-1)

Audio (back channel

+ front channel)

7.1 digital (mHDMI mDP);

L+R+mic (F)

Integrated LAN 10/100/1000

Integrated Wifi Intel® Wireless-AC

7265 + BT 4.2

Integrated Bluetooth Yes

Consumer Infrared

Rx Sensor Yes

Additional Headers 2x USB2.0, AUX_PWR

Advanced Technologies

Intel® Virtualization

Technology for

Directed I/O (VT-d)

Yes

Intel® HD Audio

Technology Yes

Intel® Rapid Storage

Technology Yes

Intel® Virtualization

Technology (VT-x) ‡ Yes

Intel® Platform Trust

Technology (Intel®

PTT)

Yes

Intel® Data Protection Technology

Intel® AES New

Instructions Yes

LED 21" LED with HDMi port

built-in.

02-058 Laser Printer (Equivalent or Better)

Print, Copy, Fax, Scan

Print speed black:

Normal: Up to 20 ppm

First page out (ready)

02

Black: As fast as 9.5 sec

Duty cycle (monthly, A4) Up to 8000 pages 30 10

Recommended monthly page volume

250 to 2000

Print technology

Laser

Print quality black (best)

Up to 600 x 600 dpi

Resolution technology

FastRes 600; FastRes 1200

Print languages

PCLm/PCLmS

Display

3.0-in color touch screen

Processor speed

600 MHz

Wireless capability

Yes, built-in WiFi 802.11b/g/n

Connectivity, standard

Hi-Speed USB 2.0 port built-in Fast Ethernet

10/100Base-TX network port Wireless

802.11b/g/n Memory, standard

128 MB

Paper handling input, standard

150-sheet input tray

Paper handling output, standard

100-sheet face-down bin

Maximum output capacity (sheets)

Up to 100 sheets

Duplex printing

Manual (driver support provided)

Media sizes supported

A4

A5

B5-Japanese envelopes (ISO DL, C5, B5, Com

#10, Monarch #7 3/4)

16K post cards (Standard #10, JIS single and

double)

Media sizes, custom

76 x 127 to 216 x 356 mm

Media types

Paper (plain, LaserJet), envelopes, transparencies,

labels, postcards

Media weight, supported

60 to 163 g/m²

Media weights, supported

ADF 60 to 90 g/m²

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Programming Laboratory

Equipment of Computer Engineering & ICT

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-059

Procurement of Programming Laboratory Equipment of Computer Engineering & ICT

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Programming Laboratory Equipment

of Computer Engineering & ICT Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 059 Intel NUC Computer (Equivalent or

Better)

Computing

Board Form Factor UCFF (4" x 4")

Socket Soldered-down BGA

Internal Drive Form

Factor M.2 and 2.5" Drive

# of Internal Drives

Supported 2

Lithography 14 nm

TDP 28 W

DC Input Voltage

Supported 12-19 VDC

Recommended

Customer Price $475.00

Processor Included

Intel® Core™ i7-5557U

Processor (4M Cache, up to

3.40 GHz)

Warranty Period As mentioned in bidding

document

Memory Specifications

Memory Size

(dependent on

memory type)

8GB, Max upgradable

Memory Types DDR3L-1333/1600 1.35

V SO-DIMM

Graphics Specifications

Integrated Graphics ‡ Yes

Graphics Output

Mini-DP 1.2; Mini-HDMI

1.4a

Intel® Clear Video

Technology Yes

# of Displays

Supported ‡ 3

Expansion Options

PCI Express

Revision Gen2

PCI Express

Configurations ‡ M.2 slot with PCIe x4 lanes

M.2 Card Slot

(storage) 22x42/60/80

I/O Specifications

40

USB Revision 2.0, 3.0

# of USB Ports 6

USB 2.0

Configuration

(External + Internal)

0 + 2

USB 3.0

Configuration

(External + Internal)

2B 2F + 0

Total # of SATA

Ports 2

Max # of SATA 6.0

Gb/s Ports 2

HDD

1 x 240 GB SSD,

Random 4k Compressible

50k or better

RAID Configuration

2.5" HDD/SSD + M.2

SATA/PCIe SSD

(RAID-0 RAID-1)

Audio (back channel

+ front channel)

7.1 digital (mHDMI mDP);

L+R+mic (F)

Integrated LAN 10/100/1000

Integrated Wifi Intel® Wireless-AC

7265 + BT 4.2

Integrated Bluetooth Yes

Consumer Infrared

Rx Sensor Yes

Additional Headers 2x USB2.0, AUX_PWR

Advanced Technologies

Intel® Virtualization

Technology for

Directed I/O (VT-d)

Yes

Intel® HD Audio

Technology Yes

Intel® Rapid Storage

Technology Yes

Intel® Virtualization

Technology (VT-x) ‡ Yes

Intel® Platform Trust

Technology (Intel®

PTT)

Yes

Intel® Data Protection Technology

Intel® AES New

Instructions Yes

LED 21" LED with HDMi port

built-in.

02-059 Laser Printer (Equivalent or Better)

Print, Copy, Fax, Scan

Print speed black:

Normal: Up to 20 ppm

02

First page out (ready)

Black: As fast as 9.5 sec

Duty cycle (monthly, A4) Up to 8000 pages 30 10

Recommended monthly page volume

250 to 2000

Print technology

Laser

Print quality black (best)

Up to 600 x 600 dpi

Resolution technology

FastRes 600; FastRes 1200

Print languages

PCLm/PCLmS

Display

3.0-in color touch screen

Processor speed

600 MHz

Wireless capability

Yes, built-in WiFi 802.11b/g/n

Connectivity, standard

Hi-Speed USB 2.0 port built-in Fast Ethernet

10/100Base-TX network port Wireless

802.11b/g/n Memory, standard

128 MB

Paper handling input, standard

150-sheet input tray

Paper handling output, standard

100-sheet face-down bin

Maximum output capacity (sheets)

Up to 100 sheets

Duplex printing

Manual (driver support provided)

Media sizes supported

A4

A5

B5-Japanese envelopes (ISO DL, C5, B5, Com

#10, Monarch #7 3/4)

16K post cards (Standard #10, JIS single and

double)

Media sizes, custom

76 x 127 to 216 x 356 mm

Media types

Paper (plain, LaserJet), envelopes, transparencies,

labels, postcards

Media weight, supported

60 to 163 g/m²

Media weights, supported

ADF 60 to 90 g/m²

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Advanced Equipment for

Undergraduate Labs. I, II & III Basic Sciences &

Humanities Department at KFUEIT, Rahim Yar

Khan

Detailed Evaluation for Tender No. Lab-062

Procurement of Advanced Equipment for Undergraduate Labs. I, II & III Basic Sciences &

Humanities Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Advanced Equipment for Undergraduate

Labs. I, II & III Basic Sciences & Humanities Lab

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 062 FT-IR Spectrometer Or

equivalent

FT-IR Spectrometer ( with built in Zinc Selenide

Optics For high humidity and built in

Diamond ATR)

Specifications:

Spectral range: 500 – 6,000 cm-1

with Zinc,

Selenide Optic

Spectral resolution: 0.8 cm-1

Signal-to-noise ratio: typically > 50,000:1

(1 min measurement time, spectral resolution 4 cm-

1)

Wavenumber accuracy: <0.05 cm-1 @ 2,000 cm-1

Wavenumber precision: <0.0005 cm-1 @ 2,000

cm-1

Photometric accuracy: better than 0.1% T

Temperature stability 100% line:<1% per °C

Interferometer: Rock Solid TM

, permanent

aligned, high stability

Optics: Sealed and desiccated, all mirrors gold

coated

Detector: High sensitivity DLATGS, room

temperature

A/D converter: True 24 bit dynamic range

Detector: High Senstivity DLATGS

Instrument qualification: Automated instrument test

functionality

Available measurement techniques: transmission,

ATR, reflection

Computer interface: Ethernet

Operating system: Windows XP or compatible

Spectrometer power: 100 – 240 VAC, 50 –

01

60 Hz, 20 W

O/MENTOR+OPUS/Mentor Software

- Multimedia FT-IR tutorial

- Measurement

- Data pre-processing routines

- Quick Compare spectra

- Spectra interpretation tool

- Free starter library

- Search Spectra in a library

- Create your own libraries

- QUANT (Lambert-Beer‘s Law)

- Analyze peak areas and heights

- Run, create and edit macros

With PC (latest) and Printer

spectra library

including license and Supporting FTIR libraries.

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Made in Germany or europion brand

02-062 TGA/DSC

Mettler-Toledo

DTA/DSC 3 Or equivalent

(Thermogravimetric Analyzer)Separation of broad

and overlapping weight losses

Temperature range RT to 1600 °C

Temperature accuracy ± 0.5 K

Temperature precision ± 0.3 K

Furnace temperature resolution 0.002 K

Heating time 10 min (RT to 1600 °C)

Cooling time 27 min (1600 to 100 °C)

01

Cooling time with helium 13 min, (1600 to

100 °C)

Sample volume ≤ 900 μL

Measurement range ≤1 g / ≤5 g

Resolution 0.1 μg

Weighing accuracy 0.005%

Special mode TGA/FTIR Operation

Calorimetric data

Sensor data DTA DSC

Surface material platinum ceramic

Number of thermocouples 2 6

Signal time constant at 900 °C 14s 14s

Sensitivity 0.2 mW 0.1 mW

Temperature resolution 0.0001K 0.00003K

Warranty: Minimum of two years of

comprehensive warranty including all

replacement parts, labour charges and services as

required without any additional cost from the date

of successful installation and commissioning of

the equipment.

With its all accessories

Made in Switzerland or europion brand

03-062 Digital Polarimeter ATAGO AP 300 Or

equivalent

Measurement scales

Angle of Rotation,International Sugar Scale (with

Automatic Temperature Compensation)

Measurement readings

Angle of Rotation, Specific Optical Rotation,

Concentration, and Purity.

Angle of Rotation : –89.99 to + 89.99°

International Sugar Scale : –130.00 to + 30.00°Z

Measurement accuracy

Angle of Rotation : Displayed value ±0.01°(–35.00

to +35.00°)

01

Relative precision ±0.2% (–35.01 to –89.99°,

+35.01 to + 89.99°)

International Sugar Scale :

Displayed value ±0.03°Z (–101.00 to +101.00°Z)

Relative precision ±0.2%

(–130.00 to –101.01°Z, +101.01 to +130.00°Z)

Length of observation tube Up to 200mm

Temperature accuracy ±0.5°C

Light source Halogen lamp

Accessories Observation tubes (100mm [5ml],

200mm [ 10ml]) (05 tubes each)

Power supply 220V

Display panel Backlit Color LCD

Output

(1) Digital Printer

(2) RS-232C input/output ports for connecting to a

computer system.

Warranty: Minimum of three years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Made in Japan or europion brand

04-062 HPLC Gradient – PC based Gradient Pump

Hydraulic system Dual piston in series pump with

servo-controlled variable stroke drive, power

transmission by gears and ball screws, floating

pistons

Settable flow range Set points 0.001 – 10 mL/min,

in 0.001 mL/min increments

Recommended flow range: 0.2 – 10.0 mL/min

Flow precision: ≤0.07 % RSD, or ≤0.02 min SD

Flow accuracy : ± 1 % or 10 μL/min

01

Operating range: up to (5000 psi) up to 5 mL/min

Pressure pulsation: < 2 % amplitude

Recommended pH range: 1.0 – 12.5

Gradient formation: Low pressure quaternary

mixing/gradient capability using proprietary high-

speed proportioning valve.

Delay volume: 600 – 900 μL,

Settable composition range :0 – 100 % in 0.1 %

increments

Composition precision: < 0.2 % RSD or < 0.04

min SD,

Degasser

Number of Channels: 04-Channel built in or

Separate

Internal Volume Per Channel: 1.5 mL

Material in contact with solvent: TFE/ PDD

Copolymer/PEF/ PEEK/ PPS

Diode Array Detector

Detection type: photodiode array

Light source: Deuterium and tungsten lamps

Data rate: up to 120 Hz

Wavelength range: 190 – 950 nm

Short term noise: < ± 0.7·10-5 AU at 254 and 750

nm

Drift: < 0.9·10-3 AU/h at 254 nm

Linear absorbance range: > 2 AU (5 %) at 265 nm

Wavelength accuracy: ± 1 nm Self-calibration

with deuterium lines, verification with holmium

oxide filter

Wavelength bunching 1 – 400 nm Programmable

in steps of 1 nm

Slit width 1, 2, 4 , 8, 16 nm Programmable slit

Diode width < 1 nm

Flo Cell: standard 13 uL volume , 10mm cell path

length and 1740 psi pressure .

Column Oven

Operating principle: Thermostatted column

compartment with dual, independent Peltier-

element.

Temperature range 10 °C below ambient

(minimum 4 °C) to 85 °C settable in steps of 0.1 K

Auto Sampler

Injection range: 0.1 – 100 μL in 0.1 μL

increments with 100 μLup to 60 MPa

0.1 – 900 μL in 0.1 μL increments with 900 μLup

to 40 MPa

Injection volume: 1 μL

Software

In software Edition,

Enterprise Content Manager (ECM) for Storage as

a permanent record.

Accessories

Columns: C18 4.6 x 250 5u

C18 4.6 x 150 5u

C8 4.6 x 50

Lamp: Deuterium and Tungsten

Vials: 2mL x 500

Valves: inlet valve and outlet valve

Computer & Printer

Compatible computer (latest) with Laser jet Printer

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

05-062 CHNSO Analyzer Perkin Elmer, Inc,

2400 Series II Or Equivalent

To determine weight percent Carbon, hydrogen,

01

Nitrogen, Sulfur, and Oxygen in samples

Analysis Mode Options: 1. CHN mode, 2. CHNS mode,

3. Oxygen mode

Mode performance (He carrier gas)

Accuracy (%) Precision

(%)

CHN <0.3 <0.2

CHNS <0.3 <0.2

Oxygen <0.3 <0.2

Analysis time Minutes

CHN 6

CHNS 8

Oxygen 4

Element Range (mgs)

C 0.001 - 3.6

H 0.001 - 1.0

N 0.001 - 6.0

S 0.001 - 2.0

O 0.001 - 2.0

Furnace Temperature

Zone Temperature ( o C)

Combustion 100 - 1100

Reduction 100 - 1000

Pyrolysis 100 - 1100

Sample >1800

Sample

Size upto 500mg

Type Solids and liquids

Sample Capsule Tin, aluminum, and

silver

220 V

With PC (latest version with Suitable window

compatible with instrument software)

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Made in USA or europion brand

06-062 Petroleum Testing Instruments ASTM complete set including AST complete set

including Tanaka or European Brand

1. Density Meter or Hydrometer (Diesel) 01

Density Meter or Hydrometer (petroleum) 01

Or preferably Digital Bench top Density meter

2. Flash Point 01

3. Pour Point /Cloud Point Testers 01

4. K. Visocometer 01

5. F. Distilation unit 01

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

01

each

07-062 Spectronic 20

Key Features:

Wavelength Range: 340 (or below) to 900nm ,

Selectable

Wavelength Accuracy: ±2.5nm near 525nm

Display: LED, %T, A, C, Factor, Wavelength

Wavelength Reproducibility: ± 0.3nm

Spectral Bandwidth: ≤ 0.2nm

Photometric Mode: Transmittance, Absorbance,

Energy

Photometric Range: 0 to 100%T, 0 to 1.95A, 0 to

02

1999C, (0.1 to 1000 Factor)

Photometric Accuracy: 0.002A (0 - 0.5A), 0.004A

(0.5 -1.0A), ±2%T

Detector: Silicon photo diode

Light Source: Tungsten Halogen and Deuterium arc

lamps

Power Supply: Switchable 120 - 230VAC 50 -

60Hz

Cuvet (cells) : 10 cells

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Equivalent or more advance

08-062 Bomb Calorimeter 6400 Automatic Isoperibol

Calorimeter Or Equivalent

Automated bucket and jacket fill as well as vessel

fill and rinse

Cooling: Automatic

Tests: 6-7 tests per hour

Bomb cylinder: Fixed bomb cylinder with

removable head for fast sample loading

Time: Operator time per test is 1 minute

Precision: 0.1% precision class instrument

Precision: 0.0001 ºC precision Resolution

Sample range: 5000 – 8000 calorie

Linearity: 0.05% Linearity across operating range

SD memory and TCP/IP network communications

USB Port for balance and printer connections

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

01

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

USA or any European brand

09-062 Refrectometer Digital RM40

Mettler-Toledo AG

Or Equivalent

Measuring range 1.3200 ... 1.7000

Repeatability (S.D. n=10):

nD 0.00005

Brix [% w/w] 0.05

Limit of error:

nD 0.0001

Brix [% w/w] 0.01

Temperature range [°C] 5 ... 100

Limit of error [°C] 0.03 - 0.10

Sample contacted materials: Sapphire, stainless

steel SUS316, perfluoroelastomer Minimal

sample volume: 0.4 mL

Typical measuring time: 20 s (5 s after reaching

temperature equilibrium) Dimensions (L x W x H

in mm): refractometers: 208 x 372 x 192.5,

Power supply: 220 V,

Standard Refrence material: Water, Dodecane

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Switzerland or any European brand

01

Glass Ware & Miscellaneous

10-062 Desicator Duran, order number 5429992

Or equivalent

For Drying of moist samples and storage of moisture-

sensitive substances.

With flat flag and knobbed lid, No conector, vacuum proof.

With borosilicate glass 3.3. Spare parts such as lids and

bases.

With height 235 mm and volume approximately 10 kg.

01

11-062 UV Lamp (Corded Handheld)

8-watt model

Available in all UV wavelengths (long-wave,

medium-wave, short-wave) Single and dual

wavelength combinations

Compact, lightweight and rugged anodized

aluminum housing

Convenient carrying handle that snaps off for

use with lamp stand

UV resistant Wood.cover (W x D): 33 x 25 cm

Unit dimension (W x L x H): 34 x 30 x 10 cm

03

12-062 Crystalizing Dishes DURAN® or equivalant

Autoclavable, Borosilicate 3.3 glass, to resist high

temperature upto 300 oC.

1. 100 ml capacity (quantity 10 )

2. 150 ml capacity (quantity 10 )

3. 200 ml capacity (quantity 05 )

4. Almost 1000 ml capacity (quantity 05 )

30

13-062 Buchner Funnel DURAN® or equivalant

1. Porcelin i, 50 ml (05) ii. 114 ml (05) iii, 150 ml (05)

2. Borosilicate 3.3 glass i, 70 ml (05) ii. 125 ml (05) iii, 220 ml (05)

30

14-062 Filtering flask DURAN® or equivalent

Erlenmeyer flask

i, 100 ml (05)

ii, 250 ml (05)

iii, 500 ml (05)

iv, 1000 ml (05)

20

14-062 Rubber Cones GUKO Aldrich or eqivalant

BRAND® rubber conical gasket for filter funnels and filter

flasks Top/bottom height (mm) Qty 21/12 18 mm (20) 36/21 24 mm (20)

100

53/33 34 mm (20) 78/58 35 mm (20) 89/66 40 mm (20)

15-062 Funnels

Conical shape

Glass

plastic

100

16-062 Sartorious Viva cone vials

2 ml with membrane surface area

0.95 cm2

Sampl

e kit

2000

vials

17-062 Parafilm

Width 100 mm

Length 75 m

10

18-062 Aluminium Foil

One side bright

One side matt.

Plain, soft

Width 300 mm

Length 150 m

20

19-062 Round Bottom Flasks

One neck flask

25 ml 50 flasks

50 ml 50 flasks

100 ml 50 flasks

250ml 20 flasks

500ml 20 flasks

1000ml 20 flasks

Two neck flask

25 ml 25 flasks

50 ml 50 flasks

100 ml 50 flasks

250ml 20 flasks

Three neck flask

25 ml 10 flasks

50 ml 20 flasks

100 ml 10 flasks

250ml 10 flasks

405

20-062 Cones with house connections

1. 14/23 20 conector

2. 29/32 20 conector

40

conect

or

21-062 Adaptor

Socket cone

29/32 14/23 10 Qty

45/40 29/32 10 Qty

20

22-062 Ground joint clamps

For ground joint clamps (10 each)

10

10

each

12

14

19

24

29

34

23-062 Fork clamp for spherical joints

13

19

29

35

40/41

4 clamps each

4

clamp

s each

24-062 Condensor

Length of jacket cone and socket 160 mm 14/23 20 Qty

250 mm 29/32 20 Qty

40

25-062 Spatula set

10 sets

10 sets

26-062 Forceps

105 mm

115 mm

130 mm

10 each

10

each

27-062 TLC tanks Size (L x W x H)

4 mm (85x35x95)

5 mm (60x35x105)

10 each

10

each

28-062 Lab Fridge

Temperature range 1-12 oC

Mains supply 220 V

Glass door, 6-8 shelves

Inside dimension (WxDxH)

1300 x 660 x 1300

01

29-062 Eye washer Eye washer solution containing Phosphate buffer

(500ml ) and sodium chloride solution (1000 ml)

05

30-062 UV Cuvette

Quartz, 10 mm x 10 mm 10

cells

31-062 TLC plates from Merck

TLC plates from Merck TLC

Plates

Chemicals

32-062 Acetone 10Lit

33-062 Acetic Acid 05Lit

34-062 Aluminium hydroxide Al(OH)3 2.5kg

35-062 Acetic Anhydride 2.5Lit

36-062 Ammonium oxalate 2.5 kg

37-062 Ammonium Acetate 2.5 kg

38-062 Anthranilic acid 2.5 kg

`39-062 Ammonium Hydrogen Phosphate (NH4)HPO4 2.5 kg

40-062 Ascorbic Acid 1.0 kg

41-062 Ammonium molybdate 2.5 kg

42-062 Ammonium hydroxide (NH4OH) 2.5 L

43-062 Ammonium hydrogen phosphate (NH4)2HPO4 2.5 kg

44-062 Ammonium carbonate (NH4)2CO3 2.5 kg

45-062 Ammonium oxalate 2.5 kg

46-062 Arsenic Sulphide (As2S3) 2.5 kg

47-062 Antimony Sulphide (Sb2S3) 2.5 kg

48-062 1-Bromoocatane 250 g

49-062 Bromothymol Blue 500 g

50-062 Barium carbonate 2.5 kg

51-062 2-Bromobenzaldehyde 50 g

52-062 3-Bromobenzaldehyde 50g

53-062 4-Bromobenzaldehyde 50g

54-062 3-Bromophenylhydrazine hydrochloride 50 g

55-062 4-Bromophenylhydrazine hydrochloride 50 g

56-062 2-tert-Butylphenylhydrazine hydrochloride 50 ml

57-062 3-tert-Butylphenylhydrazine hydrochloride 50 g

58-062 4-tert-Butylphenylhydrazine hydrochloride 50 g

59-062 Barium carbonate BaCO3 2.5 kg

60-062 Borax Na2B4O7.10H2O 2.5 kg

61-062 Cango Red 500 g

62-062 Cinnamyl alcohol 05 g

63-062 Chromium hydroxide (Cr(OH)3 2.5 kg

64-062 2-Chlorobenzaldehyde 25 g

65-062 3-Chlorobenzaldehyde 25 g

66-062 4-Chlorobenzaldehyde 25 g

67-062 Cadmium Nitrate Cd(NO3)2 2.5 kg

68-062 o-chlorobenzoic acid 250 g

69-062 Calcium Chloride 2.5 kg

70-062 2-Chlorophenylhydrazine hydrochloride 50 g

71-062 Copper Sulphide (CuS) 2.5 kg

72-062 Cobalt sulphide CoS 2.5 kg

73-062 Chromium Trioxide CrO3 2.5 kg

74-062 4-cyanophenylhydrazine hydrochloride 50 g

75-062 Chromyl Chloride (CrO2Cl2) 50 g

76-062 Dichloromethane 10 lit

77-062 Dimethyl Glyoxime (DMG) 2.5 kg

78-062 Diisopropylamine 500ml

79-062 Diethylether 10Lit

80-062 2, 5-Dichlorophenylhydrazine hydrochloride 50 g

81-062 2,4-Dichlorobenzaldehyde 25 g

82-062 Ethylacetate 5 lit

83-062 Ethylene Diamine tetreaacetic acid (EDTA) 2.5 kg

84-062 Ethylene 250ml

85-062 Europium oxide 100 g

86-062 Ethyl chloroformate 250ml

87-062 E-Cinnamaldehyde 250ml

88-062 Ferric Sulphate (FeSO4) 2.5 kg

89-062 2-Fluorobenzaldehyde 25 g

90-062 3-Fluorobenzaldehyde 25 g

91-062 4-Fluorobenzaldehyde 25 g

92-062 4-Chlorophenylhydrazine hydrochloride 25 g

93-062 3-chlorophenylhydrazine hydrochloride 25 g

94-062 4-Fluorophenylhydrazine hydrochloride 25 g

95-062 4΄- Fluroacetophenone 25 g

96-062 Gadolinium oxide 100 g

97-062 Hexane 10 lit

98-062 Hydrocinnamic acid 25g

99-062 Harmine 25 g

100-062 Harmaline 25 g

101-062 4-Hydroxybenzaldehyde 25g

102-062 Indigo red 250 g

103-062 Iodoethane (Ethyliodide ) 25 g

104-062 Iron Hydroxide (Fe(OH)3 2.5 kg

105-062 4-isopropyalphenylhydrazine hydrochloride 25 g

106-062 Lead Nitrate Pb(NO3)2 2.5 kg

107-062 Lead sulphide (PbS) 2.5 kg

108-062 Mg turnings 2.5 kg

109-062 Methanol (commercial) 10 lit

110-062 Menthol 250ml

111-062 Mercurous Sulphide 2.5 kg

112-062 Manganese dioxide 2.5 kg

113-062 Manganese Sulphide (MnS) 2.5 kg

114-062 Manganese chloride 2.5 kg

115-062 Mercury Sulphide (HgS) 2.5 kg

116-062 Mercurous Chloride (Hg2Cl2) 2.5 kg

117-062 Methoxyphenylhydrazine hydrochloride 25 g

118-062 Mohr,s Salt FeSO4.(NH4)2SO4.6H2O 2.5 kg

119-062 4-Methoxybenzaldehyde 500 g

120-062 Nitrobenzene 01 Lit

121-062 Nickle sulphide (NiS) 2.5 kg

122-062 Nickle Sulphate (NiSO4) 2.5 kg

123-062 Nessler‘s reagent (K2HgI4) 2.5 kg

124-062 1-Naphthaldehyde 500 g

125-062 Phenol 2.5 Lit

126-062 Phenylacetic acid 250 g

127-062 Phosphoric Acid 2.5 kg

128-062 Phenyglyoxal 250 g

129-062 Potassium Hydroxide 2.5 kg

130-062 Potassium ferrocyanide 2.5 kg

131-062 p-Phenetidine (4-Ethoxyaniline) 1.0 Lit

132-062 p-Acetamidophenol 2.5 kg

133-062 Potassium carbonate 2.5 kg

134-062 Potassium monohydrogen phosphate (K2HPO4) 2.5 kg

135-062 Picric Acid 2.5 kg

136-062 Potassium ferrocyanide K4[Fe(CN)6] 2.5 kg

137-062 Potassium ferricyanide K3[Fe(CN)6] 2.5 kg

138-062 Sulphuric Acid 2.5 Lit

139-062 Silver Chloride (AgCl) 2.5 kg

140-062 Sodium Sulphate 2.5 kg

141-062 Sodium Hydroxide 2.5 kg

142-062 Sodium Aluminate (NaOlO2) 250 g

143-062 Sodium cobaltinitrite Na3[Co(NO2)6 2.5 kg

144-062 Sodium azide 1.0 kg

145-062 Strontium carbonate SrCO3 2.5 kg

146-062 Sodium Hypochlorite (NaClO)

01

Kg/Lit

147-062 Sodium Hypobromide (NaBrO)

500ml

148-062 Sodium Hydrogen Phosphate (Na2HPO4) 2.5 kg

149-062 Stannous Chloride 2.5 kg

150-062 Silver Chloride 500 g

151-062 Selenium(IV) oxide 500 g

152-062 Tartaric acid 500 g

153-062 Tin(II) chloride 2.5 kg

154-062 Terbium oxide 100 g

155-062 Tebium oxide 100 g

156-062 Toluene 5 lit

157-062 Tryptamine 250 g

158-062 Thenoyltrifouroacetone 50 g

159-062 Tin Suphide (SnS) 2.5 kg

160-062 Tin Disulphide (SnS2) 2.5 kg

161-062 p-Tolylhydrazine hydrochloride 25 g

162-062 o-Tolylhydrazine hydrochloride 25 g

163-062 Urea 500 g

164-062 Xylene 2.5 Lit

165-062 Thiourea 250 g

166-062 Zinc sulphide ZnS 2.5 kg

167-062 Zinc Sulphate (ZnSO4) 2.5 kg

168-062 18-crown 6 50 g

169-062 Cesium Carbonate 01 Kg

170-062 Copper Iodide 2.5 kg

171-062 N-methylpyrolidine 01 lit

172-062 Sulpher meters 01Set

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Advanced Chemistry Lab

Equipment for Basic Sciences & Humanities

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-063

Procurement of Advanced Chemistry Lab Equipment for Basic Sciences & Humanities

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Advanced Chemistry Lab Equipment

for Basic Sciences & Humanities Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 063 MAGNET SYSTEM NMR Spectrometer (400

MHz, Nanobay Bruker AVANCE III HD 400MHz

NanoBay NMR Spectrometer or equivalent

High performance actively shielded ASCENDTM

400MHz superconducting magnet system, 54 mm

bore

operation field at 9.4 Tesla

strayfield: radial 0.5m / axial 1.0m

helium hold time >365 days

helium level meter with alarm function for low

helium level

nitrogen level sensor

magnet stand F version (Elastomer) for improved

stability

ULTRA LONG HOLD DEWAR 365 Days

SHIM SYSTEM/LOCK CHANNEL

- Bruker high performance Orthogonal Shim

System (BOSS 1) with 20 shim gradients, low

current and low heat dissipation design.

- Bruker Smart Magnet Control System (BSMS) for

shim and lock control and Digital LockTM

control

unit, including:

- digital lock frequency generation, variable

frequency for operation at selectable fixed field

- digital quadrature lock receiver

- fast field adjustments with sample-and-hold

circuit

- 2H amplifier with integrated lock switch for 2H

gradient shimming

- shim control boards (SCB) with ultra-stable high-

precision,

low-noise shim current sources

01

STAINLESS STEEL CABINET

conforms to the main requirements with regards to

electromagnetic compatibility and safety

regulations of the EU Member States.

ELECTRONICS

- Fast EthernetTM

based communication and control

system for bi-directional connection to the host

computer.

- Pulse generating system with a time based of

highest precision for the ultimate timing accuracy;

controls the entire spectrometer during NMR

experiment including frequency synthesizer,

transmitter, receiver and gradients, timing

resolution is 12.5 ns.

- Frequency generation for two rf-channels by

digital frequency synthesis, frequency range each

6-643 MHz; for generation of phase, amplitude and

frequency using Direct Digital Synthesis (DDS).

Provides <0.01 degree phase resolution and

<0.005 Hz frequency resolution. Covering the

entire NMR

frequency range at the specified field above 6

MHz.

Includes wave form memory for pulse shaping in

frequency, amplitude and phase and composite-

pulse

decoupling generator for synchronous and

asynchronous operation.

- Receiver control unit for NMR signal

accumulation with real-time digital filtering in

combination with oversampling technology. The

fast RISC coprocessor with buffer memory ensures

flexible real-time data management.

- High performance digitizer for superior and

highly flexible data

acquisition at ultimate digitizer dynamic range.

- Digital quadrature detection for complete

elimination of quad-spikes, artefacts in the centre of

the spectrum.

TRANSMITTER / DIGITAL RECEIVER DRU

2-Channel Amplifier System including:

- two high performance linear broadband amplifiers

(<14-400MHz each) for observation or decoupling;

pulse power 1H, max. 50W;

- pulse power 13C max. 135W Solid state power

control for both channels over the entire power

range; compact design.

Includes routing capabilities for frequency /

amplifier selection under full computer control.

- ATR transmitter/receiver system with high

dynamic range,

computer controlled indirect detection capability,

quadrature detection.

MULTILINKTM

HPPR PREAMPLIFIER

- 1H preamplifier, low noise GaAs design

- Broadband preamplifier

- 2H preamplifier for lock and 2H observation

- Microprocessor control

PC WORKSTATION AND SOFTWARE

WINDOWS 7 or Linux CENTOS 5 / 64 bit PC

equipped according to latest configuration:

e.g. Intel Xeon Quad Core E5-1620 / 3.6GHz

16 GB RAM, 1 TB Hard Disc

DVD +/-RW DL Drive, 24" TFT monitor

SOFTWARE:

Windows 7 or Linux CENTOS 5,

- TopSpin license for WINDOWS 7 or LINUX

including:

- NMR data acquisition (arbitrary dimensions) and

processing

(1D, 2D, 3D, 4D and 5D)

- TopGuide, menu guided acquisition setup

- NMRGuide for training of users in use of 1D and

2D

experiments with NMR literature library

- Icon NMR automation interface

Structure Analysis Software:

- Relaxation analysis (T1/T2)

- integration of 1D and 2D spectra

- deconvolution of 1D and 2D spectra

- NMRSIM for experiment simulation

- Daisy spectrum simulation software

- TopSpin interactive and automatic multiplet

analysis

- TopSpin solid state line shape analysis

- TopSpin integrated structure editor

PERIPHERAL DEVICES/USER INTERFACE

- Digital Temperature Control System

should Include B-SVT Electronics, cables, tubes

and a probe

VT interface (TC-2T) for probes using up to two

Thermocouple T styles sensors

Modular console integrated VT control system

- Controller regulator range: +/- 200°C

- Modular and intelligent Ethernet TM based VT

architecture (PnP)

- Up to 2 heater channels (with additional 2

channels possibllity)

- Up to 2 sensor / chiller channels (additional 3

channels possiblity)

- Software controlled shim cooling and flush gas

operation

- Temperature accuracy +/- 0.01°C

(with +/- 1°C room temperature stability, +18 to

40 ºC ambient)

- Applicable temperature range (without cooling

option, dew point 4°C)

- Min. temperature approx. + 30°C with 25°C input

gas temperature

- Max. temperature 200°C (> 400°C with optional

BVTB-3500)

- Extended monitoring and logging capabilities

(TopSpin 3.0)

- VT flow meter with approx. +/-5 % accuracy

- VT gas pressure meter with approx. +/- 5%

accuracy

- Gradient Spectroscopy & Gradient Shimming

Gradient accelerated spectroscopy kit (GRASP) in a

standard

basic configuration for generation of gradient of up

to 50 Gauss/cm

in combination with suitable probes equipped with

actively shielded Z-gradient coil; fast rise time;

with on board signal processor for real time

calculation of shaped gradients and 10 A (GAB)

current controlled amplifier;

with pre-emphasis

2. Helium transfer line 1

3. Nitrogen Refill Set (3

m length) 1

The corrugated plastic tubing for nitrogen refilling;

as set 3 meters long and with two small (5 cm)

pieces of silicon tubing that fit to the nitrogen inlet

ports.

It is also possible to order it by meter with part Nr.

22074 (corrugated plastic tube) and Nr. 40361

(silicon tubing).

4. shim system upgrade

(initial) 1

Shims System BOSS III upgrade

for standard bore magnets SB from BOSS I to

BOSS III included additional SCB20, for

NanoBay systems

5. Smart Probe BB(F)-H-D 5mm – AZ 1

Enhanced sensitivity probe compatible with

400MHz standard-bore magnets 5mm sample

diameters. For observation of 19F with 1H

decoupling or observation of any nucleus in the

range from 31P to 109Ag.

decoupling including:

- 2H lock channel

- standard set of R.F. Filters

- Automatic Tuning and Matching ATM

- Z-Gradient for high resolution probes, 50

Gauss/cm

6. HP Laser Printer 1

NMR Processing Software Modules

7. Software licence 1

NUS processing software module and licence

8. CMC-assist – Academia 1

CMC-Assist for 1D 1H interpretation & reports;

9. Low Temperature Accessory, Stainless Steel

1

Low temperature accessory with 26 l LN2 dewar,

evaporator and stainless steel transfer line flexible

evacuated) for operation with LN2 allows to

achieve the low limit temperature specifications of

high resolution probe heads; incling BSVT

interface Low temperature limit: ca. -120°C

effective temperature range depending on probe

head

10. Scroll Compressor SF1 8 IFD; 230 V / 60 Hz

1

Air compressor 8 bar, 160 l/min

Oil-free scroll compressor suitable for high

resolution NMR spectrometer

operation. Built-in refrigerant type dryer and

absorption dryer

270 litre tank and tubing included.

Maintenance free, for 1 phase / 230V / 60Hz.

11. 100 l liquid Nitrogen storage Dewar 1

self-pressurizing

12. Spinner 5

Spinner 5mm , (POM) standard quality

recommended up to 400 MHz

13. NMR Tubes 7" 5.0mm with cap 05 sets

NMR Tubes 7" 5.0mm with cap (100)

5mm NMR tube , including cap without code, no hole

length 178 mm (7") set of 50 pcs

14. Liquid Helium Gas & Nitrogen Gas for NMR

15. A/C 2

Generator 25KVA 1

Deutreted solvents

Acetone-d6 25 x25 g

Chloroform-d 50x100 g

Dimethyl Sulfoxide-d6 1000 g

Methanol-d

10x50 g

Pyridine-d5

10x50 g

Water, Deuterium Depleted 10x100g

Warranty: Minimum of three years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

Complete project including all accessories with

installation and running the instrument.

Made in Switzerland or europion brand

02-063 GCMS Gas Chromatography‟ Triple

Quadrupole Detector EVOQGC-TQ, Bruker

Daltonics Or equivalant

GCMS Features

Simple Tuning

Lens-Free‘ ion path for higher stability and

sensitivity

More Sensitivity

Active-Focusing q0 uses helium molecules to

increase ion transmission

Higher S/N

Elliptical ion-path design that results in virtually

zero neutral or chemical noise

Easy MRM Method Set Up

Simply type the name of the compound and the

MRM information auto-fills

Unrivaled NCI Performance

High capacity turbo-pump standard with every

EVOQ GC-TQ

Eliminate Re-injections

Extended Dynamic Range (EDR) detector with

Easy to Use Software Increases Productivity

436-GC

Compact design for those focused on routine

applications requiring maximum

throughput using one or two injectors Select up to

2 injectors: Split/Splitless (SSL), Programmable

Temperature Vaporization (PTV) Support one GC

detector and the mass spectrometer

High precision electronic pressure control

With one PC (latest with GCMS supportive

window or linux),

01

Laser Printer

including license and Supporting GSMC

libraries.

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Made in Germany or europion brand

03-063 Microwave reactor small scale microwave

synthesis Anton Paar Monowave 400 or

equivalent

850 unpulsed microwave output power

Simultaneous temperature measurement with IR

and

fiberoptic sensor

Highest accessible temperature/pressure

conditions

Up to 100 h reaction times

Special accessories

Fiber-optic temperature sensor Camera

24-postion autosampler Silicon carbide vessel

Wide-Neck vials

Technical specifications

Max. filling volume

10 mL vial

30 mL vial

4 mL vial

All sized vials ( 02 vials each)

Max. operation pressure 30 bar (435 psi)

Max. IR temperature 300 °C

Max. fiber-optic temperature 300 °C

Max. power 850 W

01

Vial material Borosilicate glass, silicon carbide

Camera Integrated

Seal material Teflon-coated silicone

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

04-063 Microscope OMAX 40X-2000X Or equivalent

Compound Microscope, Double Layer Mechanical

Stage,

Magnifications from 40X to 2000X.

Abbe NA1.25 condenser with iris diaphragm,

coaxial coarse & fine focus knobs and variable

intensity LED transmitted illumination system,

100-piece blank glass slides & 100-piece cover

slips

Port to connect USB digital camera to record what

you see in the microscope and saving it into your

computer as a picture or a video clip.

With its all accessories

01

05-063 Spectrofluorometer Fluoromax-4CP Or equivalent

Spectrometer Plane-grating Czery-Turner with

all wavelengths (Xe CW and Xe flash lamp sources

in dual lamp)

Excitation 200–950 nm, optimized in the UV

Emission 200–950 nm, optimized in the visible

Bandpass 0–30 nm, continuously adjustable from

computer

Wavelength Accuracy ± 0.5 nm

Scan Speed 80 nm/s

Integration Time 1 ms to 160 s

Emission Detector Photomultiplier, range 200–

01

850 nm

Reference Detector Photodiode selected for

stability

Water-Raman Signal 400,000 counts/second

minimum at 350 nm excitation, 397 nm emission, 5

nm bandpass, 1 s integration time

Signal-to-Noise Ratio 3000:1 (steady-state mode)

Nanosecond Lifetime Option Lifetime range 200

ps–0.1 ms (100 ps optional; may degrade CW

performance slightly)

Minimum resolution < 7 ps/channel

Excitation with interchangeable NanoLEDs:

265–785 nm

TCSPC detection

Delay variable 50 µs–10 s

Sampling time variable 50 µs–10 s

Excitation with broadband pulsed UV xenon lamp

Flash rate 0.05–25 Hz

Flash duration 3 µs FWHM; low-intensity tail >

30 µs

Flashes per data point 1–999

System Control PC , with its respective software

Sample Compartment (w x h x d)

5.5‖ x 7 ‖x 7‖; 14 cm

x 18 cm x 18 cm

Quartz Cuvette: (05)

4ml, 1cm x 1cm open top with cap.

Solid Sample Holder Designed for viewing front-

face fluorescence of thin films, powders, pellets,

paper, fibers, or microscopic slides. Variable

alignment angle.

Power Requirements: 2.5 A, 240 V

Warranty: Minimum of two years of

comprehensive warranty including all replacement

parts, labour charges and services as required

without any additional cost from the date of

successful installation and commissioning of the

equipment.

With its all accessories

Equivalent or with more advance features

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Advanced Lab. Of Physics

Equipment for Basic Sciences & Humanities at

KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-064

Procurement of Advanced Lab. Of Physics Equipment for Basic Sciences & Humanities at

KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Advanced Lab. Of Physics Equipment

for Basic Sciences & Humanities

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

BS Physics Lab Equipment

01- 064 To determine the modulus of rigity of a wire by static

method

(Complete with all accessories of approved Quality)

02

02-064 To calibrate a given thermocouple using a

potentiometer

(Complete with all accessories of approved Quality)

02

03-064 To determine the value of J(mechanical equivalent of

heat) by Callender and Barne‘s electrical method with

heat loss compensation

(Complete with all accessories of approved Quality)

02

04-064 To determine the wave length of sodium light by

newton‘s rings

(Complete with all accessories of approved Quality)

01

05-064 To determine the unknown low resistance by carey

Foster bridge

(Complete with all accessories of approved Quality)

05

06-064 To compare the capacitance of two capacitors by

ballistic galvanometer

(Complete with all accessories of approved Quality)

05

07-064 To determine the temperature co-efficient of a given

resistance.

(Complete with all accessories of approved Quality)

02

08-064 Setup of an RLC series circuit.

(Complete with all accessories of approved Quality) 04

09-064 Setup of an RLC parallel circuit.

(Complete with all accessories of approved Quality)

04

10-064 To study the voltage current characteristics of an

electric discharge in gases at low pressure

(Complete with all accessories of approved Quality)

02

11-064 Determination of frequency of the AC mains supply

by a sonometer

(Complete with all accessories of approved Quality)

02

12-064 Calibration of a voltmeter using a potentiometer

(Complete with all accessories of approved Quality) 04

13-064 To study the combinations of harmonic motion

(Lissajous figures).

(Complete with all accessories of approved Quality)

01

14-064 Determining the wavelength of standing sound waves

(Complete with all accessories of approved Quality) 03

15-064 To investigate the relationship between light intensity

and the distance by using photocell

(Complete with all accessories of approved Quality)

04

16-064 Determination of wavelength of sodium light by 01

Fresnel‘s bi-prism.

(Complete with all accessories of approved Quality)

17-064 To determine horizontal / vertical distance by sextant.

(Complete with all accessories of approved Quality 02

18-064 Determining the velocity of light using a periodical

light signal at a short measuring distance

(Complete with all accessories of approved Quality)

01

19-064 FRANK-HERTZ experiment.

(Complete with all accessories of approved Quality 01

20-064 Millikan Oil drop experiment

(Complete with all accessories of approved Quality) 01

Advanced Physics Lab Equipment

Scanning electron microscopy (SEM)

21-064 Electron gun :High stability Schottky field emission

gun with maximum source life time

Resolution: Capable of producing sharp and bright

images at maximum resolution of at least 1.5 nm at 30

kV and 4 nm at 1kV or better. Should have a flicker

free, fast imaging rate without drift

Optics and sample stage :Fitted with In-Lens SEI

and BEI Detectors, with latest Electron Optics for

diverse imaging capabilities. Live 3D Imaging, etc.

Standard formats of stored images, easy image

management, processing and measurements. Should

have multiple stub holder in specimen chamber to

analyze different samples at a time. Should have a

touch alarm to prevent the touching of sample and any

part of sample chamber.

Imaging, storage and calibration :Microscope must

be fitted with Auto Column functions. With

Electromagnetic Objective Aperture (EOA) assembly

without mechanical movement for maximum imaging

and analytical flexibility. 14. For ease of operation,

the system should be equipped with maximum Auto

functions i.e. Auto focus, Auto Contrast and

brightness, Auto Stigmator, etc. Equipped with an IR

CCD camera for live chamber view. Should be able to

perform an automated particle location and analysis.

Equipped with latest and maximum digital image

storage capability for best imaging at least 5,120 x

3,840 pixels. Calibration standards/specimens must be

supplied for imaging and analysis. Motorized,

computer controlled specimen stage with 5-axis stage

movements:

a. X = 125 mm; Y = 100mm; Z = 80mm

b. Rotation : continuous 360°

c. Tilt = -10° to +90°

d. Maximum specimen height: 80 mm

Operation, Remote diagnostic and online help :Following automated operations are required:

i) WD (focus) & stigmator

01

ii) Contrast and brightness

iii) Scanning speed

iv) Gun heating

v) Gun centering

vi) Column centering

vii) Vacuum control

viii) Compensation for kV

ix) Auto-diagnostics

Include the latest Intel core-i7 or better PC with at

least 24 inches widescreen high resolution LED

monitor and a laser jet printer.

Enabled with a Remote diagnostic support and online

help mechanism

Voltage range :Accelerating voltage range: up to

30kV

Probe Current :Probe current within a range of 1pA-

20nA

Magnification :The magnification range should be 5

X – 600,000 X

Vacuum :The vacuum system (both for the specimen

and gun chambers) should be quick, operating

automatically within 3 minutes from cold start up,

have lowest noise and clean (oil free) without

contamination. With an extended low vacuum mode

(ESEM) or Variable Pressure Operation for non-

destructive imaging of nonconducting, biological and

hydrated specimens. Equipped with high resolution SE

detector (in-lense) and a BSE detector (in-lense)

capable of imaging at very short working distances

without damage

Chamber size, Ports/expansion slots: The chamber

size should be at least 200mm diameter or bigger.

Maximum numbers of ports/expansion slots are

required for EDS or EDX, EBSD, EL and other

detectors and accessories/attachments.

Accessories : Should have an integrated EDS non-

dispersive X-ray microanalysis system for elemental

analysis, in point mode, line scan mode, area modes

and EDS multi-element mapping fully controlled

through the software. Should be able to perform most

accurate EDS analysis in Low vacuum mode. The X-

Ray Analysis system should be equipped with LN2

Free Large Area Silicon Drift Detector, SATW Light

Element Window, for detection of elements from Be4

to U92 . The system should be capable of providing

EDS spectra quickly and effectively and to

automatically scan for all elements in the periodic

table and to provide quick qualitative and quantitative

analysis for polished and unpolished bulk samples

with quick report generating software including

Templates. The ED System should be supplied with

the latest software including Microanalysis

encyclopaedia. The ED System should be fully

upgradeable for any future requirements i.e. WDS and

EBSD etc on one platform

Training : The supplier should provide the training on

the site free of cost.

Warranty : Minimum 3 years warranty for system

and all parts at site basis including all hidden cost.

Purchaser will not pay any amount during warranty

period.

Services : After sale service should be easily

available. Both SEM & EDS must be supported by

one vender

Compliance : Vendor should take all necessary

responsibility to quote for configuration to suit all the

above applications. It should be clear that all the

required features must be clearly mentioned, so that at

the time of making comparative statement – we must

not end up in any trouble.

X-Ray Diffraction Spectrometer

22-064 General: All kinds of safety protection for radiation,

electrical, electronic should be in built as per

International regulation / norms. 230V, 50 Hz single

phase operation as per standards. The system with true

plug & play functionality by fully automatic, real-time

component recognition and configuration as well as

conflict detection for all beam bath components incl.

IµS Micro focus X-ray source , all optical components

X-RAY Generator Unit:

(a) X-ray tube

The system should have IµS Micro focus X-ray source

instead of ordinary X-ray tube source to avoid power

consumption.

(b) X-ray power unit

Generator compatible to power the X-ray tube to its

full capacity with ability to vary voltage and current in

suitable steps. Quote the step size and the minimum

values of voltage and current. HT Stability better than

+/-0.01% for Mains stability +/- 10 %. A built in

control unit (microprocessor/microcontroller) to

control all important functions monitor tube life,

temperature, and status of other important parameters.

Flawless safety mechanism against over-voltage, over-

power, over-current, over-load, abnormal input mains

voltage, or temperature. Interlock on operation panel

etc. Options of X-ray power Manual and Auto start-

up/shutdown. Necessary software and hardware for

diagnostics capable of checking the equipment

parameters/calibration etc.

Optics: Fixed Slits as per powder applications

requirements.

Sample Stage: Rotating Sample Stage with spinner

01

with suitable sample holders for powder samples

(Quote option as replacement). Quote for sample

holders – 20 nos.

Goniometer: High Precision, vertical type

Goniometer with theta-theta or theta-2theta geometry.

The Goniometer should be equipped with suitable slit

assembled both on the primary and secondary sides to

enhance overall performance. Usable angular range -3

to 145 deg.

Achievable peak width should be <0.05deg or better.

Accuracy should be +/- 0.02deg or better. Automatic

x-ray tube recognition, by rotating to change from line

to fine focus, without alignment or removing tube.

Automatic Computerized change between Bragg-

Brentano and parallel beam

Detector system: Latest technology Silicon strip

detector with guaranteed no bad strip with 180 to 192

strips. maximum global count rate: >100,000,000 cps.

Cabinet: This unit to have a radiation-safe sample

cabinet. The cabinet should have safety requirement as

per international radiation & CE norms and should

have auto x-ray off upon accidental opening of cabinet

doors during the run. The system should be compact

and easy to move to other places.

Control software with license: Extensive analytical

software package (latest WINDOWS based) for data

handling and processing, qualitative and quantitative

analysis of various kinds of samples. Software should

be quoted with user license. Windows based software

packages to control all instrument parameters.

Supporting software for data analysis and structure

determination, phase identification of crystal structure

- Complete search/match program with background

subtracted data. Easy simulation and automatic

refinement / smoothening of measured data.

Peak search, integrated intensity, Kα1 and Kα2

separation, intensity ratio for quantitative analysis and

crystallite size etc. Compatible with ICDD data base.

Software should be quoted

with user license. Quote for ICDD data base

(Optional). A software package for teaching /

academic useful should be included (Optional).

Rietveld software package should be quoted

(Optional).

Computer systems: Branded latest configurations

high-end PC with high capacity Hard disk and

CD/DVD writer drive, 19‖ TFT Color monitor, Key

board, mouse, Laser jet branded printer. The PC

equipped with latest licensed windows operating

system should be quoted for data acquisition purposes.

Cooling and UPS system: Suitable Water chiller for

X-ray tube to operate in 25 ⁰C atmosphere. A

compatible UPS system must be provided.

Installation & commissioning : The instrument to be

installed tested and commissioned by representative of

supplier at our premises to the satisfaction of user free

of cost

Training The supplier should provide the training on

the site free of cost

Warranty: Minimum 3 years warranty for system and

all parts at site basis including all hidden cost.

Purchaser will not pay any amount during warranty

period.

Spares and Consumables: The spares and support

should be available for 10 years from the date of

installation and commissioning of the quoted model

and manufacturer should give in writing along with

offer.

Compliance: Vendor should take all necessary

responsibility to quote for configuration to suit all the

above applications. It should be clear that all the

required features must be clearly mentioned, so that at

the time of making comparative statement – we must

not end up in any trouble.

23-064 Digital pH meter Graphic display with on-screen instructions. 50-set

memory (pH, temp, date and time stamp). Automatic

calibration and buffer recognition. Water proof

housing. User-replaceable single or double junction

electrodes

02

24-064 Digital Hot Plate & magnetic stirrer

Heater should be constructed of aluminum. Top

should be constructed from ceramic and it must have

an enamel protective coating. Dimensions: 305 ×305

mm

02

25-064 Digital centrifuge system

A digital programmable centrifuge with following

specifications: Capacity:

8 tube (3 - 15 ml), 3500 rpm

Dimensions: 11L x 11W x 9.5H (inches)

110/220V auto switching

01

26-064 Tube Furnace 01

Tube Furnace: A programmable tube furnace with

following specs:

Temp: 1350 ° C with branded heating filament

Heated lengths: 200 - 1250 mm

Inner tube diameter: 40 - 150 mm

Extra port for gas (Carbolite Gero)

27-064 Ultrasonic Bath

A digital programmable ultrasonic bath of medium

size

01

28-064 Spin coater

A digital programmable spin coater provided with

vacuum setup and revolution speed of 8000 rpm.

01

29-064 Teflon Autoclaves

25mL Teflon Lined Hydrothermal Synthesis

Autoclave (5 items), 50mL Teflon Lined

Hydrothermal Synthesis Autoclave (5 items), 100mL

Teflon Lined Hydrothermal Synthesis Autoclave (5

items)

15

30-064 vacuum chamber

A glass vacuum chamber of medium size to protect

oxygen sensitive samples from air and moisture

01

31-064 Muffle Furnace

A programmable muffle furnace with following specs:

Temp: 1450°C with branded heating filament

Dimensions of chamber: 8 x 8 x 12 inches ( Volume

13 Liter)

01

EQUIPMENT PRICE FORM FOR ADVANCED LABORATORY OF PHYSICS

31-064 To determine the modulus of rigity of a wire by static

method 2

32-064

To calibrate a given thermocouple using a

potentiometer

2

33-064

To determine the value of J(mechanical equivalent of

heat) by Callender and Barne‘s electrical method with

heat loss compensation

2

34-064

To determine the wave length of sodium light by

newton‘s rings

1

35-064

To determine the unknown low resistance by carey

Foster bridge

5

36-064 To compare the capacitance of two capacitors by

ballistic galvanometer 5

37-064 To determine the temperature co-efficient of a given

resistance. 2

38-064 Setup of an RLC series circuit. 4

39-064 Setup of an RLC parallel circuit. 4

40-064 To study the voltage current characteristics of an

electric discharge in gases at low pressur 2

41-064 Determination of frequency of the AC mains supply

by a sonometer 2

42-064 Calibration of a voltmeter using a potentiometer 4

43-064 To study the combinations of harmonic motion

(Lissajous figures). 1

44-064 Determining the wavelength of standing sound waves 3

45-064 To investigate the relationship between light intensity

and the distance by using photocell 4

46-064 Determination of wavelength of sodium light by

Fresnel‘s bi-prism. 1

47-064 To determine horizontal / vertical distance by sextant. 2

48-064 Determining the velocity of light using a periodical

light signal at a short measuring distance 1

49-064 FRANK-HERTZ experiment. 1

50-064 Millikan Oil drop experiment 1

51-064 Scanning electron microscopy (SEM) 1

52-064

X-Ray Diffraction Spectrometer (XRD) 1

53-064 Digital pH meter 2

54-064 Digital Hot Plate & magnetic stirrer 2

55-064 Digital centrifuge system

1

56-064 Tube Furnace

1

57-064 Ultrasonic Bath

1

58-064 Spin coater

1

59-064 Teflon Autoclaves

15

60-064 vacuum chamber 1

61-064 Muffle Furnace 1

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Advanced Lab. Equipment for

CS & IT at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-065

Procurement of Advanced Lab. Equipment for CS & IT at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Advanced Lab. Equipment for CS & IT

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 065 Fixed RFID Reader

High Performance, UHF 4-port reader, Ethernet

Supported

02

02-065 RFID Sensor Hub

i. Microcontroller based motherboard with

integrated RFID module

ii. Universal power adapter

iii. Antenna adapter cable

iv. USB cables

v. Optional Bluetooth plug-in module

vi. Optional WiFi plug-in module

vii. Optional GPS plug-in module

viii. Optional PoE plug-in module

ix. Quickstart Guide with links to access hardware

and software reference design files.

x. SDK

xi. Sample applications (Keyboard wedge sample

application is pre-loaded into memory

01

03-065 Desktop RFID Reader

i. Support for EPC global Gen 2 (ISO 18000-6C)

with Anti-Collision and DRM

ii. Powered by USB connection to notebook or

desktop PC

iii. Reader Assistant software and applications

development tools

iv. Support for full 860 to 960 MHz UHF RFID

carrier frequency range to accommodate

worldwide regulations

v. Certifiable for operation in countries adopting

FCC, ETSI, KCC, TRAI, ACMA, SRRC

regulatory specifications (Open

(Customizable) 860-960 MHz)

vi. Tag Read Rate up to 50 tags/second

vii. Tag Read Distance Up to 1.2 m (4 feet) with

internal antenna

viii. Tag read distance up to 6.1 m (20 feet) with

external 6 dBi linear polarized external

antenna

ix. Operating temperature range -40 to +60º C

with appropriate duty cycle

x. High impact plastic case

xi. Dimensions: 97 mm L x 61 mm W x 25 mm H

(3.8 in L x 2.4 in W x 1.0 in H)

01

04-065 Fixed/Finished UHF RFID Reader DevKit

i. Reader specific power supply (as required)

ii. Sample RFID tags

iii. Reader and antenna specific cables

iv. Antenna (included with DevKit):

01

o M6: External wideband, 8.5 – 9.5 dBiC

o Astra-EX: Integrated monostatic, 7.5 –

8.5 dBiC

o Vega: External RHCP, 7.5 dBiC

o USB Reader: Internal linear polarized,

1 dBi

05-065 RFID GPS Interface Module

Sensor Hub Plug-in GPS Interface Module 03

06-065 RFID Antenna (FCC)

MTI-MT-262006/TRH/A/K(RHCP) 02

07-065 Antenna Cable

25 Feet (195 Series, RP-TNC male to RPC TNC

Male)

05

08-065 Antenna Cable

20Feet (195 series, RP-TNC male to RPC TNC

Femal)

05

09-065 RFID Tag

Omni-ID DURA 3000 50

10-065 Video Camera Drone

i. Flight Time: up to 60 minutes

ii. Camera: FPV 4K (or 2.7K) 15MP Camera

iii. Battery Type: 15.2V 4480mAh Lipo 4S

iv. Transmitter: DEVO Transmitter or tablet

device

v. Range: 3 to 5 Km

vi. Features: Track Modes, GPS-Assisted Hover,

Vision Positioning System, Automatic

Landing, Automatic Flight logs, Follow Me,

Altitude Set Height, Return to Home, Auto-

pilot and First Person View, Out of Control

return.

vii. Accessories: DJI-P3-Battery Intelligent

Battery for Phantom 3 Drones (White),

SanDisk Ultra 64GB Ultra Micro SDXC UHS-

I/Class 10 Card with Adapter, Remote

Controller with LCD Screen.4x Propeller Pair,

Intelligent Flight Battery, Battery Charger,

Power Cable, Safety Guidelines, Quick Start

Guide, Gimbal Clamp, 4x Vibration Absorber,

16GB Micro-SD Card, Micro-USB Cable, 2x

Anti-drop Kit, 4x Landing Pad, DJI USA

Warranty.

01

11-065 Laptop-i7 (7th

Generation)

Processor:

intel® Core™ i7-7700 HQ Processor (6M

Cache,

2.8 GHz)

Graphics: Integrated Graphics

Graphics Controller-Intel HD Graphics 630

Nvidia ® GeForce® GT920M

Discrete graphics adapter memory 6 GB

Display:

17.3 FHD (1920 x 1080) Anti Glare (16:9)

02

WLED

Dimensions:

Height: 0.92" (23.25mm) x Width: 14.96"

(380.0mm) x Depth: 10.23" (260.0mm)

50192

Memory:

16GB (1x8GB) 1600MHz DDR3L Memory

Camera: Yes

Battery:

65 Whr 6-cell Li-Ion (Cylindrical) with

Express

Charge™

Storage: 1000GB 7200RPM Hard Disk Drive

Weight: 2.06Kg

I/O Ports:

2x USB 3.0

1x USB 2.0

VGA HDMI

Optional Touch Fingerprint Reader

SD 3.0 Memory Card Reader

Communication:

Bluetooth 4.0 + BGN or AC Wlan (Dongle,

HDMI- VGA, USB3.0-RJ45 WiDi 5.0

12-065 Wireless Sensor Node

IRIS/MICA modules to enable the low-power

wireless sensor networks measurement system.

Available in 868/916 MHz or 2.4 GHz.

12

13-065 Wireless Sensor Base Station

IRIS/MICA module functioning as a base station

when connected to the USB PC interface.

03

14-065 Wireless Sensor Processor/Radio Board Gateway provides a USB Interface for data

communications.

03

15-065 Wireless Sensor Data Acquisition Board

high performance data acquisition board with up to

11 channels of 12-bit ADC analog input and onboard

temperature and humidity sensors.

03

16-065 Wireless Sensor Programming Board

Include TinyOS

SDK

03

17-065 Wireless Sensor Monitoring Software

Monitoring Software for historical and real-time

charting. Provides topology map, data export

capability, Mote programming and a command

interface to sensor

networks

01

18-065 3G/GPRS/GSM Shield for Arduino with GPS -

European version SIM5320E

16 acquisition channels

- GPS L1 C/A code

03

- Sensitivity

Tracking: -157dBm / Cold starts : -144dBm

-Time-To-First-Fix

Cold starts: 100s(typ) / Hot starts: 1s(typ)

- Accuracy: approx 2.5 meters

19-065 SIM808 Module GSM GPRS GPS Development

Board IPX SMA with GPS Antenna for ARDUINO

Raspberry Pi Support 2G 3G 4G SIM Card Is_customized : Yes

Power supply: 5-26V

When the power supply is less than 9V, needs 2A DC

Another channel power supply port is 3.5-4.2V,

suitable lithium battery

Computer debugging USB - TTL

1 channel TTL serial port, can switch GPS and GSM

function

Can realize GPS positioning, messaging, data and

other functions, the average standby at 80MA

Power consumption is about 10MA

With voice and microphone interface

Quad Band, globally available

1 channel GPS antenna interface, SMA interface for

connecting an active antenna (default), you can also

access the passive antenna

1 channel GSM antenna interface, SMA interface

1 channel Bluetooth antenna interface, SMA interface

1 channel voice interface, 1 channel mic interface

1 channel efficient LDO power supply, input voltage

is 5-26V. Note that when the input voltage is less than

9V, please ensure that the power supply can provide

current 2A. Another channel power supply input port

3.5-4.2V (suitable for lithium battery)

1 channel TTL level interface, perfectly compatible

with 5V, 3.3V, 2.85V level system

1 channel USB interface, allows easy updates to

SIM808

Important chip pin all leads out

03

20-065 Arduino Starter Kit

1 Projects Book (170 pages), 1 Arduino / Genuino

Uno, 1 USB cable, 1 Breadboard 400 points, 70 Solid

core jumper wires, 1 Easy-to-assemble wooden base,

1 9v battery snap, 1 Stranded jumper wires (black), 1

Stranded jumper wires (red), 6 Phototransistor, 3

Potentiometer 10kOhms, 10 Pushbuttons, 1

Temperature sensor [TMP36], 1 Tilt sensor, 1

alphanumeric LCD (16x2 characters), 1 LED (bright

white), 1 LED (RGB), 8 LEDs (red), 8 LEDs (green),

8 LEDs (yellow), 3 LEDs (blue), 1 Small DC motor

6/9V, 1 Small servo motor, 1 Piezo capsule

[PKM17EPP-4001-B0], 1 H-bridge motor driver

[L293D], 1 Optocouplers [4N35], 2 Mosfet

transistors [IRF520], 5 Capacitors 100uF, 5 Diodes

[1N4007], 3 Transparent gels (red, green, blue), 1

Male pins strip (40x1), 20 Resistors 220 Ohms, 5

Resistors 560 Ohms, 5 Resistors 1 k Ohms, 5

Resistors 4.7 k Ohms, 20 Resistors 10 k Ohms, 5

Resistors 1 M Ohms, 5 Resistors 10 M Ohms

01

21-065 Channel Electroglottograph with microphone

preamplifier

1. Larynx position indicator

2. Analog line level output

3. USB connectivity

4. Signal strength indicator

5. Research quality electret microphone

6. Microphone jack supporting both electret and

dynamic microphones

7. Headset electret microphone

8. Laryngeal position tracking signal output

9. Larynx Simulator

10. LED signal strength indicator

11. Selectable waveform polarity

12. Dual rechargeable battery system

13. LED electrode placement indicator on dual-

channel models.

14. Phase response compensator

15. Software: PhaseComp software

ADD ONs:

i. XLR microphone cable

ii. Usb Cord

iii. Set of two Velcro neck straps

iv. 35mm dual channel electrodes

v. Laboratory quality behringer ECM-8000

omnidirectional microphone

vi. M80 omnidirectional headset

microphone

vii. Power supply

viii. XLR microphone cable

ix. 3.5 mm male to male audio cable

x. Tube of electrode gel

xi. VV Signals EGG signal display software

05

22-065 Noise Cancelling Microphones

1. Standard 6 foot coiled cord, that retracts to only

1-1.5 foot

2. Upto 2-3 inch wide by 4-5 inch high microphone

body

05

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Equipment for Research Lab. Of

Electrical Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-066

Procurement of Equipment for Research Lab. Of Electrical Engineering Department at

KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Equipment for Research Lab. Of Electrical

Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 066 Solar PV emulator

1. Voltage range : 0 ~150V/600V/1000V/1500V

2. AC input voltage range : 200/220Vac,

380/400Vac , 440/480Vac

3. 3U/15kW high power density module with

easy master/slave parallel operation up to

1.5MW

4. Fast transient response solar array simulation

5. Simulation of multiple solar cell material's I-V

characteristic (fill factor)

6. Simulation of dynamic irradiation intensity and

temperature level from clear day to cloud

cover conditions

7. Shadowed I-V curve output simulation (up to

4096 data points)

8. Low leakage current (< 3mA)

9. Precision V & I measurements

10. Auto I-V program: 100 I-V curves & Dwell

time 1-15,000s

11. Static & dynamic MPPT efficiency test

(accumulated energy methods)

12. Data recorded via softpanel

13. Standard USB / RS232 / RS485 interface

14. Optional GPIB / Ethernet interface

15. Real time analysis of PV inverters' MPPT

tracking via softpanel

16. Free graphic user interface - softpanel for

operation

17. Real world weather simulation fast I-V curve

update rate : 1s

18. Support up to ten-channel SAS control for

multi-MPPT testing

19. Build-in dynamic MPPT test profile of

EN50530, Sandia, CGC/GF004 and NB/T

32004

01

02-066 Prototyping unit 1. Real time processor 2Ghz dual core or above.

2. Host communication co-processor with 800MHz

for communication with host PC.

3. 1 GB DRAM or more

4. 128MB flash memory or more

5. Autonomous booting of applications from flash

6. Integrated gigabit ethernet host interface

7. USB 2.0 interface for data logging

8. 2 X UART(RS232/422/485) interface

9. 1 X LVDS interface to connect with the

programmable generic interface PGI1

10. Programmable FPGA

02

11. Analog inputs

a. 8 14-bit channels, 10Msps, differential;

functionality: free running mode

b. 24 16-bit channels, 1 Msps, differential;

functionality single conversion and burst

conversion mode with different trigger and

interrupt options

c. -10 to 10 V input voltage range

12. Analog output

a. 16 16-bit channels, 1Msps settling time 1μs

b. -10 to 10 V output voltage range

c. Output current ±8mA

13. Digital I/O

a. 48 bidirectional channels

b. 2.5/3.3/5 V (single-ended); functionality:

bit I/O, PWM generation and measurement

(10 ns resolution), pulse generation and

measurement (10 ns resolution), 4 x SPI

Master

c. 12 bidirectional channels (RS422/485 type)

to connect sensors with differential

interfaces

d. Power supply : 100-240Vac 50/60HZ

03-066 Isolated channel oscilloscope

1. Four electrically isolated inputs

2. Sampling rate 1GS/s or more

3. Dedicated 999 count digital multimeter

4. Bandwidth 200MHz or above

5. 4 X BNC input

6. 1000 V CAT III/600 V CAT IV between

inputs, reference and ground

7. 2mV-100 V/div plus variable attenuation

8. Scope record mode : 30,000 points per input

02

04-066 Power Quality and energy analyzer

1. Voltage range 1-1000 V phase to neutral with

accuracy of ±0.1% of nominal voltage with

0.1V resolution.

2. Current measurement range 0.5A-600A with

accuracy of ±0.5% and resolution of 0.1A

3. Maximum measurement of 6000MW with

accuracy of ±1% and resolution of 0.1W to

1MW.

4. Power factor measurement with accuracy of

±0.1% and resolution of 0.001

5. Measurement of Energy and Energy loss

6. Measurement of Harmonics, Interharmonics

from 1-50 grouping.

7. 8GB SD card (SDHC compliant, FAT32

formatted) standard, up to 32 GB optionally

Screen save and multiple data memories for

storing data including recordings

Brightness: 200 cd/m 2 typ. using power adapter,

02

90 cd/m 2 typical using battery power Size: 127 x

88 mm (153 mm/6.0 in diagonal) LCD Resolution:

320 x 240 pixels Contrast and brightness: user-

adjustable, temperature compensated

05-066 Digital oscilloscope

1. Bandwidth: 200 MHz

2. 4 Channels

3. Max Memory Depth 1 Mpts

4. Sample Rate 2 GSa/s

Display Size 8.5 inch

5. ADC Bits-8 bits

6. Waveform Update Rate 50,000 wfms/s

7. Connectivity: USB Device x2, USB host x 1,

std. LAN, VGA, GPIB

8. Built-In Instruments:

9. 20 MHz function generator

10. Digital Volt Meter -2.5-digit DVM + 5-digit

counter

11. Education Kit for DSO X 2000 Series

Oscilloscopes

12. Additional 2 sets of Probes (Min. measurement

Range 200 MHz)

03

06-066 Logic Analyzer

1. 34 Channels (upgradable)

2. High-speed timing: up to 25 GHz (40 ps) with

128 Kb record Length

3. Maximum Timing sample Rate (Half/Full

channel):

a. 3.2 GHz / 1.6 GHz

4. Maximum Record Length: 2 – 4 Mb

5. Time stamp: 54 bits at 20 ps resolution (>4

days duration)

6. Analog MUX: 4 fixed channels

7. Probes:

a. P5910 - 17-channel General-purpose

probe

b. P5934 - 34-channel Mictor probe

8. PC specifications:

a. OS:

Microsoft® Windows® 7 Ultimate, 64-

bit

b. Processor: Intel® Core i3-2120,

3.3 GHz, 3M Cache

c. Chipset: Intel® Q67 chipset

d. Memory: 4 GB Total

e. Optical drive: Internal 4.7 GB

DVD±R/RW

f. External display port type: One (1)

DVI connector and one (1) VGA

connector

g. External display resolution: Up to

1920 × 1200 non-interlaced at 32-bit

01

color

h. USB port: Five (5) USB 2.0 ports and

two (2) USB 3.0 ports

9. Front panel display: Size: 15 in. (38.1 cm)

10. External Oscilloscopes Support

11. Software included

12. All accessories must be included

13. Additional one probe set

07-066 FPGA evaluation board

1. Evaluation board featuring the Kintex-7

XC7K325T-2FFG900C FPGA

2. 1 GB DDR3 memory SODIMM

3. 128 MB Linear Byte Peripheral Interface (BPI)

flash memory

4. 128 Mb Quad Serial Peripheral Interface (SPI)

flash memory

5. Secure Digital (SD) connector

6. USB JTAG via Digilent module

7. Clock generation

a. Fixed 200 MHz LVDS oscillator

(differential)

b. Inter-integrated circuit (I2C)

programmable LVDS oscillator

(differential)

c. SMA connectors (differential)

d. SMA connectors for GTX

transceiver clocking

8. GTX transceivers

a. FMC HPC connector (four GTX

transceivers)

b. FMC LPC connector (one GTX

transceiver)

c. SMA connectors (one pair each

for TX, RX, and REFCLK)

d. PCI Express (eight lanes)

e. Small form-factor pluggable plus

(SFP+) connector

f. Ethernet PHY SGMII interface

(RJ-45 connector)

9. PCI Express endpoint connectivity

10. SFP+ Connector

11. 10/100/1000 tri-speed Ethernet PHY

12. USB-to-UART bridge

13. High-Definition Multimedia Interface ™

(HDMI) technology codec

14. I2C bus

a. I2C mux

02

b. I2C EEPROM (1 KB)

c. USER I2C programmable LVDS

oscillator

d. DDR3 SODIMM socket

e. HDMI codec

f. FMC HPC connector

g. FMC LPC connector

h. SFP+ connector

15. Configuration options

a. Linear BPI flash memory

b. Quad SPI flash memory

c. USB JTAG configuration port

d. Platform cable header JTAG

16. Development Toolchain

a. configuration portFull seat

Vivado® Design Suite: Design

Edition (2016 or above with

SDK)

b. Xilinx Vivado® Design

Compatible Edition

08-066 SoC evaluation board

1. Zynq®-7000 All Programmable SoC

XC7Z020-CLG484-1

2. Memory

a. 512 MB DDR3

b. 256 Mb Quad-SPI Flash

c. 4 GB SD card

3. Onboard USB-JTAG Programming

4. 10/100/1000 Ethernet

5. USB OTG 2.0 and USB-UART

6. PS & PL I/O expansion (FMC, Pmod™

Compatible, XADC)

7. Multiple displays (1080p HDMI, 8-bit VGA,

128 x 32 OLED)

8. I2S Audio CODEC

9. Kit must Includes

a. Avnet ZedBoard 7020 baseboard

b. 12 V power supply

c. 4 GB SD Card

d. Micro-USB cable

e. USB Adapter: Male Micro-B to

02

Female Standard-A

f. Getting Started Guide

10. Development Toolchain

11. configuration portFull seat Vivado®

Design Suite: Design Edition (2016 or

above with SDK)

12. Xilinx Vivado® Design Compatible

Edition

13. Xilinx Vivado® Design Edition license

voucher (device locked to 7Z020)

09-066 Multi core evaluation board

1. Hardware Features

a. Double wide AMC form factor

providing access to Serial RapidIO,

XFI, CPRI, SGMII, and Hyperlink

Single Keystone 2 C66x multicore

processor

b. 2 GB ECC DDR3 on board

c. 2 GB ECC DDR3 1333 SO-DIMM

d. 512 MB NAND Flash

e. 128 Mb NOR Flash

f. 1Mb I2C EEPROM for local boot

(remote boot possible)

g. Dual 10/100/1000 Ethernet ports on

board

h. GPS Input

i. µSIM Connector

j. LCD Display

k. User programmable LEDs and DIP

switches

l. 60-pin JTAG emulator header

m. Board-specific Code Composer

StudioTM

n. Integrated Development Environment

o. Orcad and Gerber design file

2. Software Features:

a. Board-specific Code Composer

StudioTM

b. Integrated Development Environment

c. Orcad and Gerber design files

3. Kit Contents:

a. EVMK2HX Evaluation Module

b. Power adapter and power cord

c. USB cable for on-board JTAG

emulation (XDS200)

d. Mini-USB cable

e. Ethernet cable

f. RS-232 serial cable

02

g. Universal Plug Adapter

h. Documentation

4. Daughter Card

a. The adaptor card is a PCIe x4 lane

form-factor

b. One x4 lane PCIe PCB edge finger

connector

c. One AMC B+ style (170 pin) PCB

edge finger connector.

d. One AMC B+ style connector housing

(AMC Socket) to hold the EVM

e. Connector to provide DC power to the

FAN

10-066 PCB Milling and Drilling Machine

1. Maximum material size and layout 229 mm x

305 mm x 35/22 mm

2. Resolution (X/Y) 0.5 μm (0.02 mil)

3. Repeatability ± 0.001 mm (± 0.04 mil)

4. Precision of front-to-back alignment ± 0.02

mm (± 0.8 mil)

5. Milling spindle Max. 100,000 rpm, software

controlled

6. Tool change Automatic, 15 positions

7. Milling width adjustment Automatic

8. Tool holder 3.175 mm (1/8‖), automatic holder

9. Drilling speed 120 strokes/min

10. Travel speed (X/Y) Max. 150 mm/ s (6‖/s)

11. X/Y-drive 3-phase stepper motor

12. Z-drive 2-phase stepper motor

13. Dimensions (W x H x D) 670 mm x

540 mm x 840 mm 14. Power supply 90 - 240 V, 50 - 60 Hz, 450 W

15. Compressed air supply 6 bar (87 psi), 100

l/min (3.5 cfm)

16. Dust extraction accessory

01

11-066 Vector Network Analyzer

1. 1 MHz — 43.5 GHz, type Ruggedized K(m)

ports (compatible with 3.5 mm and SMA

connectors)

2. Time Domain with Time Gating

3. Extra external hard drive with preloaded

software (For MS46322A only)

4. Dynamic range > 100 dB

5. Sweep speed 130 µs/point, typical

6. Directivity 30 dB, 30 GHz — 43.5 GHz

01

12-066 Measurement System for

Impedance/capacitance/resistance

1. Agilent 4284A 20 - 1M Hz Precision LCR

meter (01 Unit)

2. Agilent 34970A Data Acquisition/Switch Unit

01

Set

(01 Unit) 3. Micromanipulators (01 Unit)

4. The micromanipulator co., model 450/550

device I-V characteristic measurement system

(01 Unit)

13-066 Research-level Data Acquisition System 1. Data Acquisition Bus 16 Channel (Similar to

National Instruments) (02 Unit)

2. Fast DAQ Cards (Data Aquisition Cards), both

12-bit 500 kSa/s and 16-bit 100 kSa/s (02

Unit) 3. GPIB Data Acquisition (General Purpose

Interface Bus) (02 Unit)

4. LabVIEW Software (Virtual Instruments) (01

Unit) 5. Mathematica site license (01 Unit)

01

Set

14-066 Partial discharge measurement

and analysis system (High-end)

IEC 60270- compliant PD measurement and automated reporting system. Theplug-and-play modular system consisting of measurement system, USB controller and dedicated analysis software. 1. Acquisition / Measurement Unit (01 Unit)

a. Continuous, uninterrupted acquisition of PD events

b. Frequency domain and time domain integration

c. Center frequency: 0 Hz ... 32 MHz d. Time domain: 100 ns ... 8 μs e. Input voltage: V input: 60 V rms

(max.) PD input: 10 V rms (max.)

f. PD event time resolution < 2 ns g. Measurement accuracy

Voltage:± 0.05 % of calibrated V value Frequency: ± 1 ppm PD level: ± 2 % of calibrated PD value

2. Fiber Optic Bus Controller (01 Unit)

a. USB 2.0 type B b. Fiber optical network

Must be suitable for the measurement unit mentioned above. 3. Lithium-Ion Battery pack with Charger (01

Unit) a. Power Rating 11.1 V nominal, 8 Ah

4. Measuring impedance (01 Unit) Quadripolesexternal measuring impedancesfor partial discharge

01

Set

measurements. Must include an integrated 90 VPeak overvoltage protection device

a. Max. currents 0.5 A or 2 A b. Frequency range(PD output)

20 kHz ... 5 MHz c. Low-arm capacitance 30 μF (for 0.5

A) and 120 μF (for 2 A) d. Output connectors

2 × BNC (PD & V), 1 × BNC (TTL signal)

5. Coupling capacitor (01 Unit) The coupling capacitor connects the PD Acquisition unit to the high-voltage test object.

a. Volts (phase-to-ground): 100kV b. C nominal: 1.0 nF (± 10%) c. QPD:< 1PC @100kV d. BNC connection suitability

6. Fiber optical cable of 20m length (01 Unit) 7. Data report / analysis software package (01

Unit)

15-066 Integrated Power System Engineering Software 1. PSS SINCAL (12.5 License or later) (01 Unit) 2. PSS NETOMAC(12.5 License or later) (01

Unit)

01

Set

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Undergraduate Mathemathics

Lab. Equipment at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-067

Procurement of Equipment for Supply of Undergraduate Mathemathics Lab. Equipment

at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Undergraduate Mathemathics Lab.

Equipment Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 067 Intel NUC Computer (Equivalent or

Better)

Computing

Board Form Factor UCFF (4" x 4")

Socket Soldered-down BGA

Internal Drive Form

Factor M.2 and 2.5" Drive

# of Internal Drives

Supported 2

Lithography 14 nm

TDP 28 W

DC Input Voltage

Supported 12-19 VDC

Recommended

Customer Price $475.00

Processor Included

Intel® Core™ i7-5557U

Processor (4M Cache, up to

3.40 GHz)

Warranty Period As mentioned in bidding

document

Memory Specifications

Memory Size

(dependent on

memory type)

8GB, Max upgradable

Memory Types DDR3L-1333/1600 1.35

V SO-DIMM

Graphics Specifications

Integrated Graphics ‡ Yes

Graphics Output

Mini-DP 1.2; Mini-HDMI

1.4a

Intel® Clear Video

Technology Yes

# of Displays

Supported ‡ 3

Expansion Options

PCI Express

Revision Gen2

PCI Express

Configurations ‡ M.2 slot with PCIe x4 lanes

M.2 Card Slot

(storage) 22x42/60/80

I/O Specifications

USB Revision 2.0, 3.0

50

# of USB Ports 6

USB 2.0

Configuration

(External + Internal)

0 + 2

USB 3.0

Configuration

(External + Internal)

2B 2F + 0

Total # of SATA

Ports 2

Max # of SATA 6.0

Gb/s Ports 2

HDD

1 x 240 GB SSD,

Random 4k Compressible

50k or better

RAID Configuration

2.5" HDD/SSD + M.2

SATA/PCIe SSD

(RAID-0 RAID-1)

Audio (back channel

+ front channel)

7.1 digital (mHDMI mDP);

L+R+mic (F)

Integrated LAN 10/100/1000

Integrated Wifi Intel® Wireless-AC

7265 + BT 4.2

Integrated Bluetooth Yes

Consumer Infrared

Rx Sensor Yes

Additional Headers 2x USB2.0, AUX_PWR

Advanced Technologies

Intel® Virtualization

Technology for

Directed I/O (VT-d)

Yes

Intel® HD Audio

Technology Yes

Intel® Rapid Storage

Technology Yes

Intel® Virtualization

Technology (VT-x) ‡ Yes

Intel® Platform Trust

Technology (Intel®

PTT)

Yes

Intel® Data Protection Technology

Intel® AES New

Instructions Yes

LED 21" LED with HDMi port

built-in.

or

Equivalent

02-067 Keyboard, Mouse and Display

Default: USB optical two button scroll, USB

Keyboard,

LED Display LED 18.5 compatible with Item no. 1

50

03-067 UPS (HOMAGE AXIOM HAX- 5002 OR

EQUIVALENT/BETTER) Specifications:

5000VA / 4200Watts / 48VDC / 220VAC / Pure

Sine Wave

Capable of starting electric motor 2.5HP

Input voltage range 175V - 280VAC (normal

range) 125V - 280VAC (generator/wide range)

Multi-function LCD with LED indications &

beeper alarms

Cost-effective as compared to generator

or

Equivalent

05

04-067 Laser Printer (for faculty)

Print, Copy, Fax, Scan

Print speed black:

Normal: Up to 22 ppm

First page out (ready)

Black: As fast as 9.5 sec

Duty cycle (monthly, A4) Up to 10000 pages 30 10

Recommended monthly page volume

150 to 1,500

Print technology

Laser

Print quality black (best)

Up to 600 x 600 dpi

Resolution technology

p to 600 x 600 dpi, HP FastRes 1200 (1200 dpi

quality)

Print languages

URF/PWG/PCLmS

Display

6.86 cm (2.7-in) touchscreen, LCD (colour

graphics)

Processor speed

600 MHz

Wireless capability

Yes, built-in WiFi 802.11b/g/n

Connectivity, standard

Hi-Speed USB 2.0 port built-in Fast Ethernet

10/100Base-TX network port Wireless

802.11b/g/n Memory, standard

256 MB

Paper handling input, standard

150-sheet input tray

Paper handling output, standard

100-sheet face-down bin

Maximum output capacity (sheets)

Up to 100 sheets

Duplex printing

Manual (driver support provided)

Media sizes supported

25

A4

A5

B5-Japanese envelopes (ISO DL, C5, B5, Com

#10, Monarch #7 3/4)

16K post cards (Standard #10, JIS single and

double)

Media sizes, custom

76 x 127 to 216 x 356 mm

Media types

Paper (plain, LaserJet), envelopes, transparencies,

labels, postcards

Media weight, supported

60 to 163 g/m²

Media weights, supported

ADF 60 to 90 g/m²

or

Equivalent

05-067 Multimedia

1. Lumens 2700 or more, resolution XGA (1024

x 768) or better, long-lasting lamp up to 6000

hours or more, audio output, Number of pixels,

2,359,296 (1024x768 x 3) pixels, Focus

manual, Contrast ratio 3000:1, HDMI, VGA

Video input, OSD language,

2. 6x8 screen for Multi Media Projector display

03

06-067 Laser Printer or better

2-line LCD control panel

2 Front door release button

100-sheet multipurpose tray 1

250-sheet input tray 2

150-sheet output bin

Power on/off button

Automatic two-sided printing1

USB port for job storage with PIN printing2

Hi-Speed USB 2.0 printing port

Ethernet port

Built-in wireless networking3

Built-in wireless direct printing4 and NFC

touch‑to‑print5

Rear door (access to print path)

Dust cover for tray 2—flips up when

legal-size/A4 is loaded

Two-sided printing Automatic

Networking Built-in 10/100/1000 Base-TX

Gigabit Ethernet

Print speed up to 38PPM

Print technology Laser

Print resolution 1200x1200, dpi

Standard connectivity 1 Hi-Speed USB 2.0; 1 Host

USB; 1 Gigabit Ethernet 10/100/1000T network

Network ready

Memory 128MB, Duty cycle Up to 80,000 pages;

02

Recommended monthly page volume:5 750 to 4,000

pages

07-067 Laser Color Printer or better 3-inch (7.6 cm) colour touch screen with

gesturing tilts up for easier viewing

50-sheet multipurpose tray 1

250-sheet tray 2

150-sheet output bin

Easy-access USB port to print files directly1

Built-in wireless direct printing2/NFC

touch-to-print3

Front door release button (access to

Jet Intelligence Toner cartridges)

Built-in automatic two-sided printing

USB port for job storage4 with PIN printing

Hi-Speed USB 2.0 printing port

Ethernet network port

Built-in wireless networking5

256 MB memory and 1.2 GHz processor

Rear door (access to print path)

Wireless option (802.11b/g/n)

Up to 28 PPM

Two-sided printing automatic

Standard connectivity Hi-Speed USB 2.0 port; built-in

Gigabit Ethernet 10/100/1000

Base-TX network port; Easy-access USB; Host USB

Memory 256 MB DRAM or better

Duty cycle Up to 50,000 pages; Recommended

monthly page volume:5 750 to 4,000 pages

01

08-067 Scanner

Scan Technology CIS (Contact Image Sensor),

Scan Type Flatbed; Colour Scanning: Yes

Scan Resolution Hardware: Up to 2400 x 4800 dpi

Optical: Up to 2400 dpi Enhanced: Up to 19200 dp

Scan File Format Windows & Linux: BMP, JPEG,

GIF, TIFF, TIFF Compressed, PNG, PCX, FlashPix

(FPX), PDF, PDF searchable, RTF, HTM, TXT; Mac:

TIFF, PICT, JPEG, GIF, FlashPix ,

Plain Text, PDF, HTML, Rich Text. Mac HP Scan

supports : TIFF, PNG, JPEG, JPEG

2000, PDF, PDF-Searchable, RTF, TXT: TIFF, PNG,

JPEG, JPEG 2000, PDF,

PDF-Searchable, RTF, TXT. Mac Image Capture

supports: TIFF, PNG, JPEG, JPEG

2000, GIF, BMP, PDF

Scan Input Modes Four front panel button (Scan,

Copy, Scan to PDF, Scan to e-mail);

Standard Connectivity 1 Hi-Speed USB 2.0.

Grayscale Levels/Bit Depth 256; Bit Depth: 48-bit

Energy Star yes

02

09-067 Split AC (DC inverter) 2 ton Mitsubishi 2 ton split AC (DC inverter) or better with

04

complete installation.

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Thermodynamics Lab. Equipment of Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-069

Procurement of Thermodynamics Lab. Equipment of Mechanical Engineering Department

at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Thermodynamics Lab. Equipment of

Mechanical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 069 Fuel Caloric Meter (Complete with all

Accessories to Perform Experiments) Complete set for the measurement of calorific values

of solid and liquid fuels. Main parts of the caloric

meter must include a calorimeter vessel, a doubled

walled outer vessel, ignition control unit, thermometer

etc.

Tool kit must be provided with the apparatus.

Instructor manual, student manual and maintenance

manuals must be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, Italy or UK.

01

02-069 . Single Stage/ Two Stage Reciprocating

Compressor Computer Controlled

(Complete with all Accessories to Perform

Experiments) A floor standing or bench mounted belt driven two

stage reciprocating air compressor that may be

operated as a single stage, two stage, two stage with

intercooling, two stage without intercooling. A high

pressure air receiver must be connected to the

compressor discharge. The thermocouples must record

all relevant temperatures and are connected to a

multiway selector switch. A computerized data

acquisition upgrade should be available that allows all

the system relevant parameters to automatically record

on a PC. The Computer controlled compressor test

unit must be able to observe ;

a) Variation of air flow rate with pressure ratio (with

and without intercooling)

b) Variation of volumetric efficiency with pressure

ratio (with and without intercooling)

c) Variation of isothermal efficiency with pressure

ratio (with and without intercooling)

d) Compressor performance relative to shaft power

(with and without intercooling)

So, a personal computer along with the software

compatible with the equipment should be provided.

Tool kit must be provided with the apparatus. Instructor

manual, student manual and maintenance manuals must

be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Spain,

01

Canada, Germany, Italy or UK.

03-069 Boyles Law Demonstrator (Complete with

all Accessories to Perform Experiments) Two sealed glass cylinders connected through a tube

mounted on a base board. One cylinder should be used

to pressurize the gas contained above oil in the

measuring cylinder while other cylinder should

perform the measuring function. The gas pressure

should be measured by the compound gauge fitted in

the measuring cylinder. The volume of the gas should

be measured with a graduated scale. Temperature of

the gas should be measured through a thermocouple

fitted in the measuring cylinder. A compressor

mounted on the base board should be used to adjust

the pressure of the gas above and below atmospheric

pressure. The compressor should be controlled

through a switch. The apparatus should be able to;

a) Demonstrate Boyle‘s for air and other gases

b) investigate characteristic equation of a gas

Tool kit must be provided with the apparatus. Instructor

manual, student manual and maintenance manuals must

be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, Italy or UK.

01

04-069 Single cylinder Steam Engine Model Educational model of a horizontal steam engine with

piston valve control. The manner of operation of the

engine and of built on centrifugal governor should be

shown by putting the model in motion by turning the

flywheel. Dimensions of the model should be

36*22*24 cm approx. or equivalent. Net weight 3-5 kg

or equivalent. Gross weight 5-10 kg or equivalent. The

model should be carefully sectioned for training

purpose. The model should be painted professionally

with different colors to better differentiate various

parts. The main parts of the model should be

galvanized for a longer life. Tool kit must be provided

with the apparatus. Instructor manual, student manual

and maintenance manuals must be supplied with the

demonstration model.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, Italy or UK.

01

05-069 Temperature Measurement Bench

(Complete with all Accessories to Perform

Experiments)

Investigation of 4 different temperature measuring

techniques in a range of 0-60oC. 4 different types of

thermometers should be attached with the bench.

These include Bimetallic Dial Thermometer, Liquid

01

expansion thermometer, Resistance thermometer and

K type thermocouple. 4 different measuring sections

should be selected individually with ball valves. Flow

rate should be measured with rotameter. There should

be a digital display of temperatures measured using

sensors. Water connections should be made using

quick-release couplings. Rotameter should have a

measuring range of 100-1700L/hr or equivalent.

Bimetallic dial thermometer should be of range 0-

60oC or equivalent, liquid expansion thermometer

should be of range 0-60oC or equivalent, Resistance

thermometer should be of range -50-450oC or

equivalent, K type thermocouple should be of range 0-

125oC or equivalent. The temperature measurement

bench should be able to observe;

a) Function, construction and applications of

Bimetallic Dial Thermometer, liquid expansion

thermometer, resistance thermometer and

thermocouples

b) Sensitivity, precision and measuring errors of

different thermometers

c) Installation methods, installation errors and

response etc.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided with the apparatus.

Instructor manual, student manual and maintenance

manuals must be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, Italy or UK.

06-069 Wankel Engine Model Rotating engine model with cutway carburetor. The

rotor (triangular piston) must be operated by the

driving shaft and rotates inside the stator thus clearly

showing the different phases. A small bulb should be

light up during compression phase to simulate the

petrol ignition. The engine should be operated

manually through a crank handle. Dimensions of the

model should be 20*40*30 cm or equivalent. Net

weight 3-7 kg or equivalent. Gross weight 5-10 kg or

equivalent. The model should be carefully sectioned for

training purpose. The model should be painted

professionally with different colors to better

differentiate various parts. The main parts of the model

should be galvanized for a longer life. Tool kit must be

provided with the apparatus. Instructor manual, student

manual and maintenance manuals must be supplied

with the demonstration model.

Origin of apparatus should be of Japan, USA, Spain,

01

Canada, Germany, Italy or UK.

07-069 Direct Injection 2 stroke Diesel Engine

Model A 2 stroke diesel engine model with direct injection,

complete with injection pump, fuel injector,

volumetric compressor, cooling system etc. A small

bulb should be light up during expansion phase in

order to simulate the active stage of the cycle. The

engine should be operated manually through a crank

handle. The model should have the dimensions

40*40*65 cm or equivalent. Net weight 5-10 kg or

equivalent. Gross weight 9-15 kg or equivalent. The

cutway model should be carefully sectioned for

training purpose. The model should be professionally

painted with different colors in order to differentiate

various parts, cross-sections, lubricating circuits,

cooling system, fuel system etc. Main parts of the

model should be chromium plated and galvanized for

a longer life. Tool kit must be provided with the

apparatus. Instructor manual, student manual and

maintenance manuals must be supplied with the

demonstration model.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, Italy or UK.

01

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Hydruics Machinery Lab.

Equipment of Mechanical Engineering

Department at KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-070

Procurement of Hydruics Machinery Lab. Equipment of Mechanical Engineering

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Hydruics Machinery Lab.

Equipment of Mechanical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 070 Single Stage Centrifugal Pump Test Set A self-contained single stage centrifugal pump test set

complete in all manners should be supplied with a

water reservoir, pump and control valves. Housing of

the pump must be transparent. Unit must be able to

demonstrate pressure and temperature and flow rate

with the help of sensors digitally. Unit must be able to

be linked with a PC via USB interface. Software

complete in all manners along with a PC capable of

running the software should be supplied with the unit.

The origin of manufacturers must be United Kingdom,

Germany, Thailand and Japan only.

01

02- 070 Axial Flow Pump Module A self-contained unit complete in all manners should

be supplied to demonstrate behavior and

characteristics of an axial flow pump, with an

independent water storage tank and power system.

Housing of the pump must be transparent. The unit

should be able to demonstrate the flow rate, pressure

and temperature on digital display. Module must be

able to be linked with a PC via USB interface.

Software for capturing all the data and a PC capable of

running the software must be supplied with the unit.

The origin of manufacturers must be United Kingdom,

Germany, Thailand and Japan only.

01

03-070 Vane Pump Module A self-contained module complete in all manners

should be able to demonstrate the characteristics of a

vane pump. Module must be supplied with an

independent water reservoir and power system.

Housing of the pump must be transparent. Module

should be able to demonstrate flow rate, pressure and

water temperature digitally. The origin of

manufacturers must be United Kingdom, Germany,

Thailand and Japan only.

01

04-070 Positive Displacement Pump Module A self-contained module complete in all manners

should be able demonstrate behavior and important

characteristics of a positive displacement pump. The

module should have independent water reservoir and

driving system. For demonstration, module must be

supplied with piston pump and gear pump as an

accessory. Housing of the pump must be transparent.

Module must be able to demonstrate flow rate,

pressure and water temperature digitally. Module must

be able to be linked with a PC via USB interface.

Software for capturing all the data and a PC capable of

01

running the software must be supplied with the unit.

The origin of manufacturers must be United Kingdom,

Germany, Thailand and Japan only.

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Fluid Machincs Lab. Equipment of Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-071

Procurement of Supply of Fluid Machincs Lab. Equipment of Mechanical Engineering

Department at KFUEIT, Rahim Yar Khan

(Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Fluid Machincs Lab. Equipment of Mechanical Engineering Department

Sr. No. DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT

01- 071 Fluid Properties Measurement Bench An independent unit complete in all manners should

contain various devices for examining fluid properties.

These devices should either be fixed on the bench or

free standing. Tank for storing water with proper

drainage system must be incorporated with in the

bench. The bench should contain wide range of

apparatuses to demonstrate various experiments

related to fluid properties such as fluid density and

specific gravity, capillary in tubes and between pipes,

Pascal‘s Law demonstration, Archimedes principle

demonstration etc. The manufacturer‘s origin must be

of United Kingdom, Germany or Japan only.

01

Note: All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Computer Lab

Equipment of Mechanical Engineering

Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-072

Procurement of Mechanics of Computer Laboratory Equipment of Mechanical Engineering

Department at KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Computer Laboratory Equipment of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-072 Computers

Desktop Computers with LCD monitor. Having

following specs

Intel® Core™ i7 processor (latest generation)

Windows 10 Home 64-bit

16 GB RAM

2 TB hard drive

Front - (2) USB 3.0, 5:1 Multi-Card Reader, (1)Audio Combo Jack Rear - Line in/out and Microphone Port, (1) VGA, (1) HDMI out, (4) USB 2.0, Network Port,

DC power.

Graphics card Min. 4 GB

Wired keyboard and mouse with each

22 in display

Built-in speaker

Security software installed

40

02-072 Software

Pro- E

MATLAB

AutoCAD

Primavera P6

1

03-072 Multimedia projector

Portable, 3000 lumens, XGA with screen (6‘*6‘)

and tripod.

1

04-072 Laser Printers

A4 laser printer and color laser printer, network

type.

2

05-072 Misc. 1. Document presenter

2. External hard 8 tera byte

3. External DVD writer

4. Blu-ray external writer

5. Blu-ray disk writable (10 pieces)

1

6. Latest USB 3.0 min 16 GB (10 pieces)

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Mechanics of Materials

Laboratory Equipment of Mechanical

Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-073

Procurement of Mechanics of Materials Laboratory Equipment of Mechanical Engineering

Department at KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Mechanics of Materials Laboratory

Equipment of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-073 Damped Torsional Oscillation (Complete

with all Tooling and Accessories to

Perform Experiments)

Experimental unit for Damped Torsional

Oscillations which includes

3 mass disks

4 freely positionable ball-bearing-mounted

units with clamping chucks

sealed oil damper

exciter unit with drive crank; exciter

amplitudes 1.4°, 1.8°, 2.4°

4 rotary angle sensors, 0.03V/°

electrical exciter control unit for setting and

displaying the exciter frequency and for

powering the rotary encoder

software for data acquisition

Stainless Steel Torsion Bar: (Length 1000-

1500mm), (Diameter 4mm-6mm)

Small Disks: (Diameter 120mm-180mm)

Large Disk: (Diameter 200mm-250mm)

Exciter Frequency (1Hz-20Hz)

Damper Coefficient (0.25Nm/rad/s to

3.5Nm/rad/s)

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided with the

apparatus. Instructor manual, student manual, and

maintenance manuals must be supplied with the

apparatus. Origin of apparatus should be of Japan,

Canada, Germany or UK.

01

02-073 Vickers Hardness Testing Machine

(Complete with all Accessories to

Perform Experiments)

The test force should be in the range from 0.001N

to 100N. The equipment with wider range will be

preferred.

The maximum x, y, z axes travel distance should be

mentioned.

The magnification of each lens and maximum

magnification must be mentioned. The equipment

with wider range will be preferred.

The equipment must have the capacity to export the

01

image of the indent.

The resolution of the camera must be mentioned.

The equipment with higher resolution will be

preferred.

It must be mentioned if the machine has the

expandable capacity for the knoop hardness test or

not.

Standard samples for calibration should be supplied.

In case of multiple models from the same

manufacturer meet the requirements, it will be

appreciated if quotation for each model is provided.

A software compatible with the camera, flexible and

easy to use. In case of multiple software from the

same manufacturer meet the requirements, it will be

appreciated if quotation for each is provided.

A complete set of operation manuals and

maintenance manuals for the machine, both in hard

copy form and soft copy on CD or DVD must be

provided.

A personal computer if required along with the

software compatible with the equipment should

be provided. Tool kit must be provided with the

apparatus. Instructor manual, student manual,

and maintenance manuals must be supplied with

the apparatus.

Origin of apparatus should be of Japan, USA,

Canada, Germany or UK.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Machine Tools

Laboratory Equipment of Mechanical

Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-074

Procurement of Supply of Machine Tools

Laboratory Equipment of Mechanical Engineering Department at KFUEIT, Rahim Yar

Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Machine Tools

Laboratory Equipment of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-

074 Tool Room Lathe With Instrumentation

(Complete with all Accessories to

Perform Experiments)

Mechanical Specifications

Center height:

200 –300mm

Swing over bed:

400 – 600mm

Swing over cross slide:

250 –340mm

Swing in gap:

600 – 800mm

Distance between centers:

800 – 1000mm

Spindle bore:

40 – 60mm

Speed range:

30-1600 RPM

Longitudinal feed range:

0.026-0.936mm/s

Main motor:

3 – 4 KW

Electric Panel:

Magnetic Contactor

Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

01

Volt Meter Digital

Indicator Lights

Accessories

3 Jaw Self Centering chuck

4 Jaw Independent Chuck

Magnetic Chuck

Coolant Pump

Key Way Cutting Attachment

Taper Turning Attachment

Dog and carrier

Drive Plate

Face Plate

Angle Plate

Ball turning Attachment

Revolving dead center

A personal computer if required along with the

software compatible with the equipment should be

provided.

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and maintenance

manuals must be supplied with the apparatus.

Origin of apparatus should be of Japan,

Canada, Germany, UK or equivalent.

02-074 Capstan Lathe (Complete with all

Accessories to Perform Experiments)

Standard Equipment must have:

Suitable electric 3 phase 440 volts

frequency 50 cycles with starter and fittings

Splash guard

One collets

Bar stopper

Spanner set

01

Coolant pump with assembly

Technical Specifications: (in mm otherwise

stated)

Spindle hollow:

42-62

Maximum collet capacity:

40 -60

Range of spindle speeds:

90-1050 or in between but should have

large flexibility of speed selection

similarly.

Effective strokes of turret slide:

165-180

Bore size in turret hex head:

25-32

Center of holes above turret slide:

55

Max. distance between spindle nose to

turret face: 375-430

Cross slide transverse travel:

95-150

Cross slide longitudinal travel:

300

Length of bed:

1050-1375

Width of bed:

178-230

Height of center above bed:

165-190

Floor space occupied:

2.5m x 1m to 3m x 1m or in between

Net weight of machine:

1850 kg Max

Accessories:

Vertical slide

Bar feeding attachment

Threading and cutting attachment

Tool holder

True chuck with chuck rate

Electric Panel:

Magnetic Contactor

Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

A personal computer if required along with the

software compatible with the equipment should be

provided.

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and

maintenance manuals must be supplied with the

apparatus.

Origin of apparatus should be of Japan,

Canada, Germany, UK or equivalent.

03-074 Surface Grinder (Complete with all

Accessories to Perform Experiments)

Base: The Machine should be Built of Heavy duty

cast iron with high Grade cast iron base, hand

Scraped to fine tolerance to achieve highest

Accuracy. Design should

Make Easy Movement of table Slide. By Providing

V-ways and flat ways duly hand Scraped to fine

Tolerance to Achieve Highest Accuracy.

Wheel Head: The Grinding Wheel spindle should

be hardened & grounded. The Spindle should Run

in Precision angular Contact Bearings and driven

by flange

Mounted Motor though Flexible Couplings,

Ensuring through Free Service for a long life.

01

Micro Feed System: Vertical Grinding wheel

Slide Movement down at right side in the body.

The Vertical wheel dial least count in 0.01 mm.

and

Micro feed least count in 0.002 mm.

Working surface of the table 225 x 450mm,

Maximum height from table to grinding wheel

275mm, Vertical feed least count 0.01mm, Micro

feed least count 0.002mm, Cross Feed Least count

0.05mm, Spindle speed 2800RPM, Size of

Grinding wheel ( Dia x Width x Bore) 200 x 13 x

31.75mm, Magnetic chuck 200 x 450 mm, Electric

motor 1 to 2 HP – 2800RPM,

Accessories:

Balancing stand and mandrel, Diamond dresser,

Lubrication pump, Tool kit, One grinding wheel

with flange.

Optional accessories:

Permanent magnetic chuck, Coolant equipment,

Machine lamp (230v AC),Wheel Flange unit

Electric Panel:

Magnetic Contactor

Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

A personal computer if required along with the

software compatible with the equipment should be

provided.

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and

maintenance manuals must be supplied with the

apparatus.

Origin of apparatus should be of Japan, Canada,

Germany, UK or equivalent.

04-074 Cylindrical Grinder(Complete with

all Accessories to Perform

Experiments)

The cylindrical Grinding Machine must be well

equipped with the finest machine tools

available to ensure the highest standard of

quality is maintained in production, giving

continued reliability in service and accuracy

of machining.

Specifications

General

Distance between centers (mm)

550/750 to 1000

Maximum swing over table (mm) 350

to 380

Maximum grinding diameter (mm) 330

to 360

Maximum loading between centers (kg) 60 to

150

Wheel head

Swiveling angle (R&L) +/-

15 deg

In feed travel (mm) 250

to 350

Hand feed travel (mm) 250

to 300

Automatic rapid travel (mm)

40 to 60

Automatic in feed increment (mm)

0.001 to 0.003

01

Hand wheel movement per division (mm)

0.005 to 0.009

Hand wheel movement per revolution (mm)

2 to 5

Grinding Head Motor Power (KW) 3.75

to 5.6

Grinding Spindle Speed

1650/1850/2100

Grinding Wheel

Diameter (mm) 375

to 405

Width (mm) 38-

75

Bore (mm) 132

to 152

Wheel speed (rpm)

1650/1850/2100

Table

Swiveling angle 4 to

9 Deg

Traverse speed (mm/min)

50-4000mm/min

Variable

Hand wheel movement per revolution (mm)

12.5 to15.5

Work Head

Swivel Angle 30 to

90 Deg

Spindle Speeds

50/75/100/150/200/25

0

Spindle Taper 4 MT to 5 MT

Electric Panel:

Magnetic Contactor

Phase Filer Really (Phase Break, Overvoltage,

Under voltage, Phase Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

A personal computer if required along with the

software compatible with the equipment

should be provided.

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and

maintenance manuals must be supplied

with the apparatus.

Origin of apparatus should be of Japan,

Canada, Germany, UK or equivalent.

05-074 Pillar Drill (Complete with all

Accessories to Perform Experiments)

Specifications:

It should be a small bench pillar drill, capable of

performing Drilling operations on the steels and

wooden plates. It should have a highly accurate

quill with the spindle running in genuine ball

bearings to ensure smooth and consistent drilling.

It must feature convenient drilling depth control.

The whole table assembly can be swiveled away to

allow the base to be used as a work support. The

drill should have a Quick adjust table height setting

and must be fitted with soft grip rubber feed

handles. Features include belt cover safety switch

and emergency stop switch and automatic

lubrication shall be provided.

Technical data:

Induction Motor power ranging from 200 to 500W.

Motor Speed ranging from 100 to 3000 rpm.

Drilling Capacity of the machine should be up to

15mm steel.

It should have a table tilting capacity of 45o - 0

o –

45o.

Accessories:

It should be equipped with up to 16 piece bit set

preferably consisting of twist drill bits, Auger bits,

and metal bits and countersinking bits ranging

from 5 to 50mm in size. It should also have a drill

stop collar set (respective of bit sizes) to gauge

depth when drilling. The machine should be

accompanied with a complete drill guide.

Electric Panel:

01

Magnetic Contactor

Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus. Origin of

apparatus should be of Japan, USA, Spain, Canada,

Germany or UK.

06-074 Shaper (Complete with all accessories to

perform experiments)

The Machine should be mounted on a slide (bed on

which machine will travel) which will be clamped

to the shop floor bed plates during operation. The

movement of the machine will be along the length

of the rotor on the slides through a feed gear box

with motor. Provision for automatic movement and

clamping to be provided. The Shaper should have a

customized Tool post.

Machine structure should be rigid so that vibrations

do not occur during the machining.

Machine slide (bed on which machine will travel)

should be of single piece cast iron block with

hardened and ground guideways.

Automatic lubrication for each slide shall be

provided.

Technical data:

Length of stroke : Max.500 mm

No. of speeds to Ram : To be indicated by the

party

No. of Ram cycles / min. : Max.140 strokes/min.

Steps to be indicated by the party

01

Motor Power : A.C. 7.5 H.P. Specs. & make to be

given by the party

Vertical Travel of tool post slide : 150 mm

(Manual feed only).

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and maintenance

manuals must be supplied with the apparatus.

Origin of apparatus should be of Japan, Canada,

Germany, UK or equivalent.

07-074 Universal Milling Machine (Complete

with all Accessories To Perform

Experiments)

Technical specifications

Working Surface of Table (mm): 1600 x 350 to

1800 x 400

T-Slot Numbers / Size (mm): 3 / 22 T Nut

T-Slot Centre (mm): 85 to 90

Swivel of Table: ± 45o

Longitudinal Travel (X) (mm): 1000 - 1200

Cross Travel (Y) (mm): 340 - 380

Vertical Travel (Z) (mm): 600 - 650

Number of Feeds: 12 - 18

Range of Longitudinal Feed / min: 23 - 420

Range of Cross Feed / min: 23 - 420

Range of Vertical Feed / min: 3 - 70

Number of Rapid Feed: 1

Rapid Long and Cross / min: 1050 to 1100

Rapid Vertical / min: 160 - 200

Number of Spindle Speeds: 10 - 12

Range of Spindle Speeds (RPM): 40 - 1200

Spindle Taper: ISO40 –

ISO50

Arbor Diameter (mm): 32 - 40

Main Motor (HP): 7.5 - 10

Feed Motor (HP): 2 - 3

Coolant Motor (HP): 0.1

Overall Dimensions (m): Max 2.1 x 1.8

x 2.55

Net / Gross Weight (Kgs.): Max 4500 /

5200

Electric Panel:

Magnetic Contactor

Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

01

Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

Standard Accessories:

Electric motor, Electric control penal, Coolant

pump, Steel Bellows, Manual Lubrication pump,

Instruction Manual

Additional Accessories:

Vertical head, Parking bracket, Slotting Attachment,

rack Cutting Attachment, Dividing Head, Rotary

Table, Milling Machine Vice, Boring Head, Digital

Read-out (DRO), Machine Lamp, Collet Adapter,

Collets

08-074 Tool and Cutter Grinder (Complete with

all Accessories To Perform Experiments)

The tool & cutter grinder must be designed & built

to serve the multitude of cutters available on the

market today. With a tilting wheel head, fixed

centers, swiveling table, universal work head, as

standard. This machine must make light work of the

most complicated cutter helping keep the machine

shop running.

Specifications

Maximum swing over table (mm):

250

Maximum grinding diameter (mm):

250

Maximum loading between centres (kg):

60

Table size (mm):

135 x 940 Approx

Swivelling angle of wheel head:

360 deg

Vertical travel of wheel head (mm):

250-300

Hand feed travel of table (mm):

01

400-500

Cross travel of saddle (mm):

250-350

Graduation for table swivel movement (deg):

+ or - 60

Tilt of wheel head (deg):

+ or - 15

Hand wheel movement per division (mm):

0.003-0.008

Floor space required (mm):

1500 x 2000 Approx

Net weight of machine (kgs):

1160 Approx

Electric Panel:

Magnetic Contactor

Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

Sequence)

Over Load relay

Circuit Breaker 440 volt

Ampere Meter Digital

Volt Meter Digital

Indicator Lights

Additional Attachments:

Face mill grinding attachment, radius grinding

attachment, helical grinding attachment, internal

grinding attachment, work head indexing

attachment, extended grinding wheel spindle,

surface grinding attachment, lathe & planer tool

attachment, wet grinding & dust collector.

A personal Computer if required should be provided

with the software compatible with the unit. Tool kit

must be provided with the unit. Instructor manual,

student manual, and maintenance manuals must be

supplied with the unit.

Origin of apparatus should be of Japan, Canada,

Germany, UK or equivalent.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Instrumentation and

Control Laboratory of Mechanical Engineering

Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-075

Procurement of Supply of Instrumentation and Control Laboratory

Laboratory Equipment of Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Instrumentation and Control

Laboratory of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-

075 Electro-pneumatic Trainer (Complete

with all Accessories to Perform

Experiments)

comprehensive trainer for demonstration and exercises in

pneumatics, electro-pneumatics and PLCs,2 perforated

metal panels for quick component fixing standard

industrial pneumatic and electro-pneumatic components

various multi-way valves, pressure, shut-off and flow

control valves electric limit switch, various proximity

switches, solenoid valves, signal board PLC with

programming software integrated power supply unit to

supply the electro-pneumatics and the PLC 2x

maintenance units + distributor block for simultaneous

use of both panels hoses, cables and tools to construct the

experiments miniature compressor for compressed air

supply

2 assembly panels, LxH: 1000-1200x600-800mm each,

Compressor tank: 20-30L, intake capacity: 40-60L/min,

power output: 30-35L/min at 6-10 bar max. pressure:

8bar,motor: 0.2-0.5kW, PLC with display inputs:

8,outputs: 4 EEPROM,programming software,Size of

components: nominal width 3, Pneumatic hose:

4/2mm,Power supply unit: 24VDC, 4A,230V, 50Hz, 1

phase,230V, 60Hz, 1 phase

120V, 60Hz, 1 phase

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation of

each machine is provided. Origin of apparatus should

be of Japan, Canada, Germany or UK.

1

02-075 Hydraulic Trainer (Complete with all

Accessories to Perform Experiments)

Training system providing an introduction to the

fundamentals of hydraulic control engineering,

BIBB concept, perforated metal panel for quick

component fixing

oil drip tray, standard industrial hydraulic

components, various multi-way valves, pressure

limiting, check, restrictor, flow control and non-

return valves, hydraulic motor, diaphragm

accumulator, weighted piston with guard, pressure

hoses with self-closing quick-couplers, drive unit

with gear pump

Assembly panel, LxH: 1300-1500x600-800mm

Drive unit with gear pump, working pressure: 80-

1

120 bar, flow rate: 3-5cm³ per revolution, power

output: 1-2 KW, speed: 1200-2000 rpm, Oil tank

capacity: 20-30L,Measuring tank: 2-5L ,

transparent, Diaphragm accumulator 1-2L, opening

pressure: 120-150bar, Pressure hoses, type 1SN DN

6, max. 210-230 bar, Emergency-off button

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation of

each machine is provided.Origin of apparatus should

be of Japan, Canada, Germany or UK.

03-075 Electro-hydraulic Trainer System

(Complete with all accessories to perform

experiments)

Together with hydraulic Bench additional set for electro

hydraulic trainer are as follows, 2 relays, 4 change over

contacts each

time relay, 2 change over contacts, 0…40sec, 4 way

solenoid valves 24VDC: 2x 4/2-way valve, 2x 4/3-way

valve, 2-4 electrical limit switches, 1 make contact,

electric switching elements, 2-3 break contacts, 2-3 make

contacts

Power supply: 24VDC, Components mounted on plates,

Set of measuring leads: 3-5mm plug, red, black, Electric

switching element: 2 push buttons, 1 switch

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation of

each machine is provided.Origin of apparatus should

be of Japan, Canada, Germany or UK

1

04-075 Temperature Instrumentation Bench

(Complete with all accessories to perform

experiments)

USB PC interface, 8 Pt100 (3-5 wire) inputs, Built

in display for selected channel or all channels auto-

scrolling, 0.008-0.15°C resolution. Self-calibration

feature. Select °C or °F

PC software included for remote control and measure,

logging and calibration

If the multiple models from the same manufacturer are

available, it will be appreciated if the quotation of each

machine is provided.Origin of apparatus should be of

Japan, Canada, Germany or UK.

1

05-075 Pressure Instrumentation Bench

(Complete with all accessories to perform

experiments)

1.5-2.5 L process tank, mounted above a 3-4L sump

tank,0-2 bar pressure range

Two discharge ports, one with remote controlled

solenoid valve and one with manually controlled

valve, Four interchangeable orifices for use with the

discharge valves, Variable-speed submersible

centrifugal pump used to pressurize the air by water

pressure, Capable of both analogue PID control

using the pump and time-proportioning PID control

using the solenoid valve, USB interface to PC, plus

connection terminals for interfacing to external

controllers, Supplied with educational software for

PID control as well as data logging.

If the multiple models from the same

manufacturer are available, it will be

appreciated if the quotation of each machine is

provided. Origin of apparatus should be of

Japan, Canada, Germany or UK.

06-075 Humidity Instrumentation Bench

(Complete with all accessories to perform

experiments) A self-contained unit with two electronic humidity

sensors and three analogue sensors. These include

direct reading psychrometer, hair hygrometer,

synthetic material hygrometer, capacitive sensor

hygrometer with temperature measurement, and

whirling (centrifugal) wet and dry bulb sensor. An

air duct and fan and simple air velocity meter allows

the effect of air velocity to be investigated. An

optional digital temperature wet and dry bulb sensor

is available. An optional 30-40 channel data

acquisition system and software is available for use

with the optional digital temperature wet and dry

bulb sensor and any other compatible transducers

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation

of each machine is provided.

Origin of apparatus should be of Japan,

,Canada, Germany or UK.

07-075 Pressure Sensor Calibration System

(Complete with all accessories to perform

experiments) calibration unit with dead-weight piston manometer

and hand-operated spindle

electronic pressure sensor with ceramic measuring

cell, integrated amplifier and voltage output, digital

display for output signal, additional pressure sensor

as cutaway model, set of weights, transmission

medium: hydraulic oil, process schematic on front

panel

Pressure sensor measuring range: 0…4 bar, supply:

24VDC

output signal: 0…10VDC, Piston manometer with

pressure piston

diameter: 10-15mm, number of weights: 4-8,

pressure graduations: 0,5 – 1,0 – 1,5 – 2,0 – 2,5bar,

Digital display: 4 1/2 digits, Hydraulic oil: HLP ISO

32

If the multiple models from the same

manufacturer are available, it will be

appreciated if the quotation of each

machine is provided. Origin of apparatus

should be of Japan, Canada, Germany or

UK. 08-075 Temperature Sensor Calibration System

(Complete with all accessories to perform

experiments

Best temperature measurement accuracy, PRTs,

thermocouples, and thermistors with best-in-class

accuracy:

PRTs ± 0.005 °C (using external Multiplexer),

Thermocouples: ± 0.5 °C (using High-Capacity

Module), Thermistors: ± 0.002 °C, Flexible

configuration for the bench top, Multiple modes of

operation, bench top digital millimetre, 2-wire and 4-

wire resistance without the need to configure the

channel, Real-time graphing, Data portability and

security, Automated sensor calibration, With the

Automated Test feature, you can automate sensor

calibration without a PC and software. Connected to a

Calibration drywell or fluid bath via the RS-232

interface.

Frequency 40 Hz to 500 Hz, Power Consumption 36

VA peak (24 W average), Operating temperature: 0 °C

to 50 °C, Memory Scan data RAM: 75,000 readings

with timestamp Data/Setup flash memory: 20 M,

Temperature Range −200 °C to 1200 °C

(depending on the sensor), Thermistor, RTDs

Temperature Range −200 °C to 400 °C (depending

on the sensor),

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation of

each machine is provided. Origin of apparatus should

be of Japan, Canada, Germany or UK.

09-075 Flow and Level Sensor Calibration

System (Complete with all accessories to

perform experiments) comparison and calibration of different flow meters,

water circuit with tank, pump and valve to adjust

flow rate, 2 measuring locations for vertical or

horizontal installation of the flow meters under test,

electromagnetic flow rate sensor for reference

measurement

1 differential pressure sensor and twin tube

manometers for measurement of pressure losses,

DC voltage source to supply the flow meters with

auxiliary power, flow meters available as

accessories

Tank: approx. 50-65L, Pump max. Flow rate:

approx. 200-250L/min, max. head: approx. 8-15m,

DC voltage source, voltage: 24VDC, current: 2,0A,

Accuracy of electromagnetic flow rate sensor, 0.5%

of final value, , Measuring ranges flow rate

(reference): 0…5000L/h, differential pressure

sensor: 0…4bar, twin tube manometers:

0…680mmWC, 230V, 50Hz, 1 phase, 230V, 60Hz,

1 phase

120V, 60Hz, 1 phase

UL/CSA optional

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation

of each machine is provided. Origin of apparatus

should be of Japan, Canada, Germany or UK

10-075 Process Control Plant with Industrial

Instrumentation and Service Module,

Computer controlled (Flow,

Temperature, Level and Pressure)

(Complete with all accessories to perform

experiments) base module for a flexible process automation

training system, large frame with aluminum rails,

frame for electrical modules, water circuit with

centrifugal pump and tank

switch cabinet with 24V power supply, practice-

oriented terminal blocks for wiring of the

instrumentation and control signals, 2x maintenance

unit and a pressure regulator for compressed air,

installation and connecting material including tools

for connecting accessory modules

Stainless steel storage tank: 60-85L, Centrifugal

pump max. Head: 15-25m, max. flow rate: 3-5m³/h.

power consumption: 300-400W, 24VDC supply for

components

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation

of each machine is provided. Origin of apparatus

should be of Japan, Canada, Germany or UK.

11-075 PLC TRAINING PANEL (Complete with

all accessories to perform experiments)

14DI 24 V DC/10DO 24V DC/ 2AI 0 – 10 V DC

DI/DO MODULE

5

8DI 24 V DC/ 8DO 24 V DC.

I/AO MODULE:

4AI 0 – 10 V DC /2AO 0 – 10 V DC.

POWER MODULE: 20/230 V AC, 24 V DC, 2.5

A ,The panel may include

sockets and switches ON/OFF/momentary for DI

signals,sockets for DO signals

sockets and 4 switches ON/ON/ON for AI

signals,sockets for AO signals

Sockets for internal 24 V DC power

supply,Sockets for connecting a measuring

instrument and a rotary switch to select the signal

(AI/AO signal).size 532 x 297 x 100 mm. Power

cable, Ethernet cable, User manual.

ACCESSORIES: 5 PCs (i7 quad core processors,

hard 500gb, Ram 4gb,) Switch, Safety connection

cables 4 mm,

Digital multi meter,, PROSIM 3D Panel,

programming software.

If the multiple models from the same manufacturer

are available, it will be appreciated if the quotation

of each machine is provided. Origin of apparatus

should be of Japan, Canada, Germany or UK.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of I.C Engines Laboratory

Equipment of Mechanical Engineering

Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-076

Procurement of Supply of I.C Engines Laboratory Equipment of

Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Machine Tools

Laboratory Equipment of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-

076 Variable Compression Ratio Petrol

Engine (Complete with all Accessories to

Perform Experiments)

Specifications:

Apparatus should be provided with variable

compression ratio to study the effects on engine

performance. The apparatus should consist of a 4-

stroke (Otto) single-cylinder gasoline with 3

cylinder loads interchangeable drives. A spark-

ignition engine test bench comprising of an Engine

(4-stroke, single-cylinder, air-cooled) supplied

with a carburetor with a variable mixing richness, a

variable-locking system, flywheel suitable for

Electronic indicating equipment and the cylinder

head threaded for the transducer, as well as two

cylinder heads of approximate compression ratios

of 5: 1, 6.5: 1 and 8: 1 or 4:1.

Directly coupled rotating disc dynamometer

capable of absorbing almost 5 kW power, starting

and controlling the engine at full speed.

Power supply network.

Reservoir with flexible panel, calibrated orifice,

passage connection with carburetor and manometer

for digital display.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

Origin of apparatus should be of Japan, Italy, USA,

Spain, Canada, Thailand, Germany or UK.

1

02-076 Cylinder Pressure Transducer (Spark

Plug Type)

(Complete with all Accessories to

Perform Experiments)

Specifications:

Apparatus should be able to observe cylinder

1

pressure measurements on internal combustion

engines. The apparatus should consist of a modified

spark plug carrying the actual pressure transducer,

pressure transducer should have a measuring range

of 0-200 bar or equivalent, maximum operating

temperature 200 degree centigrade (approx.), the

pressure transducer should be directly exposed to

combustion chamber pressure when the spark plug

inserted, the core component of the pressure

transducer is a heat resistant piezo-electric quartz

crystal which outputs a charge signal proportional to

the pressure. Transducer can be connected

separately to the 4 cylinder engine. Should have all

accessories to insert into a petrol engine.

Apparatus should be compatible with a 4 cylinder

petrol engine performance test facility.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

Origin of apparatus should be of Japan, Italy, USA,

Spain, Canada, Thailand, Germany or UK.

03-076 Fuel Line Pressure Transducer

(Complete with all accessories to perform

experiments)

Specifications:

Tank and fuel line pressure sensor able to measure

absolute or relative fuel pressure in advanced fuel

management and fuel handling system. It should be

readily available to be assembled directly to fuel

lines or fuel tank. It should be resistance to main

fuels like diesel and petrol should be guaranteed by

means of approved materials. The sensitive

element may be a ceramic material capable of

detecting absolute or relative pressure, integrating

a signal conditioning IC, which is directly

assembled on the sensor. Pressure range can be

0.1-25 bar approx., temperature range up to 200oC

(approx.), electric custom connection, analogue

and digital output, automotive designated, custom

1

calibration by conditioning IC. Transducer should

be readily available to be connected separately to a

4 cylinder engine.

Apparatus should be compatible with a multi-

cylinder petrol or diesel engine (especially one

having four cylinders).

It should have all the accessories required to insert it

into an engine. A personal computer if required

along with the software compatible with the

equipment should be provided. Tool kit must be

provided. Instructor manual, student manual, and

maintenance manuals must be supplied with the

apparatus.

Origin of apparatus should be of Japan, USA,

Spain, Canada, Italy, Thailand, Germany or UK.

04-

076 Exhaust Pressure Transducer

(Complete with all accessories to perform

experiments)

Specifications: Exhaust pressure sensor having the ability to

measure and observe the pressure of exhaust gas

system of engine, suitable for measuring the back

pressure in exhaust gas systems to protect engine

and turbocharger against overpressures. Pressure

range should be within 0-20 bar with maximum

pressure limit up to 30 bar. Chemical resistance is

guaranteed by means of approved materials. The

sensitive element should be a ceramic element

capable of detecting relative or absolute pressure,

integrating a signal conditioning IC, which is

directly assembled on the sensor. Transducer

should be able to be connected to engine cylinder

exhaust. All the active and sensing electronic

circuits should not be in contact with the exhausted

gas. Should have all accessories to insert it into an

engine.

Apparatus should be compatible with a four

cylinder petrol/ diesel engine.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

1

Origin of apparatus should be of Japan, Italy, USA,

Spain, Canada, Thailand, Germany or UK.

05-

076 EFI Petrol Engine Model

Specifications: A demonstration model for EFI which must show

full arrangement of electronic fuel injection system

and act as an efficient fuel management system. The

model should be able to show the phenomenon of

electronic fuel injection in a petrol engine. The

engine‘s electronic fuel injection system must

manage three things: how much air an engine has,

how much fuel is needed to mix with the air

(dependent on conditions), and what the proper

timing for the ignition of the mixture will be. The

EFI Test Bed is required to develop an

understanding in the operation, servicing, tune up,

diagnosis, fault finding and troubleshooting of these

engines.

Tool kit must be provided with the apparatus.

Instructor manual, student manual, and maintenance

manuals must be supplied with the apparatus.

Origin of apparatus should be of Japan, USA, Italy,

Canada, Germany, UK or Equivalent.

1

06-076 Lambda Checker (A/F Analyzer)

(Complete with all Accessories To

Perform Experiments) Specifications: The Lambda Analyzer is required to find out the

air to fuel ratio (𝞴) efficiently with the help of a

sensor. The sensor consists of a spark plug-sized

electrochemical cell which is placed directly in the

engine's exhaust. The cell responds to O2, CO, H2,

and UHCs in the exhaust to determine AFR,

Lambda, Equivalence Ratio, and %O2 for fuels of

any composition (i.e. H:C, O:C, and N:C ratios,

including H2). The sensor measures the air to fuel

ratio in a range of 5-350.

Sensor having varying electrical connections and up

to 4 wires, should be able to react to oxygen content

in exhaust system and produce a small voltage

depending on air/fuel seen at the time. The

apparatus should be able to control exhaust

emissions on a catalytic equipped vehicle. It should

be compatible with the apparatus of a four cylinder

petrol/ diesel engine performance unit.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

1

manual, student manual, and maintenance manuals

must be supplied with the unit.

Origin of apparatus should be of Japan, Italy,

USA, Spain, Canada, Germany, UK or

Equivalent.

07-076 Diesel Smoke Meter

(Complete with all Accessories To

Perform Experiments) Specifications: Diesel smoke meter capable of measuring smoke

capacity of diesel vehicle exhaust in % opacity and

K-value with measurement of rpm and engine oil

temperature. It should be able to measure the

Opacity within a range of 0-99.9% (0.10%

resolution approximately), k-value ranging 0-9.99

m-1

(0.01% m-1

resolution approximately), response

time physical <0.5 seconds, operates on a power

supply of up to 15V DC, 220V AC. It must be

accompanied with smoke sampling hose, smoke

sampling probe, oil temperature probe, battery

capable of DC operation and engine rpm

measurement. The accessories which must be

provided if available are smoke sampling probe,

vertical exhaust extension pipe, smoke test software

and interface cable. The apparatus should be able to

demonstrate smoke opacity of a diesel vehicle. It

should be compatible with a diesel engine

performance test facility.

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the unit.

Origin of apparatus should be of Japan, Italy,

USA, Spain, Canada, Germany, UK or

Equivalent.

1

08-076 CUTAWAY MODEL OF A 16 VALVE 4

CYLINDERS ENGINE WITH MULTI-POINT

ELECTRONIC INJECTION AND A

GEARBOX

(Complete with all Accessories To

Perform Experiments)

Specifications:

The cutaway model should have a carefully

sectioned engine body for training purposes,

professionally painted with different colors to

1

better differentiate the various parts, cross-sections,

lubricating circuits, fuel system, cooling system

etc.

Model specifications include 4 in line cylinders,

volume displacement of about 2000 cubic cm, twin

overhead camshaft, multipoint electronic injection

with ignition integrated control unit, vibration

damping balancing shafts, gear box with 5 forward

speeds and a reverse gear, each cylinder contains

four valves, a membrane clutch and a water

cooling facility must be provided.

The engine must operate electrically at 220 volts

and it must run at a reduced speed to let the student

easily understand and observe the operation of the

various mechanical parts. If possible parts should

be chromium and galvanized for an enhanced

lifetime.

Accessories:

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

Origin of apparatus should be of Japan, Italy, USA,

Canada, Germany or UK.

09-076 CUTAWAY MODEL OF A CAR CHASSIS

WITH DOUBLE SHAFT (DOHC) AND A

PETROL ENGINE CARBURETTOR

(Complete with all Accessories To

Perform Experiments)

Specifications:

The cutaway model should have a carefully

sectioned engine body for training purposes,

professionally painted with different colors to

better differentiate the various parts, cross-sections,

lubricating circuits, fuel system, cooling system

etc.

Model Specifications are 4-stroke 4 in-line

cylinders Volume Displacement: 2000cm3

Gearbox: 4/5 forward speeds + reverse, Hypoid

differential, camshaft in the crankcase, Vertical

twin carburetor, Water cooling, Spring single plate

clutch, McPherson front suspension, Front disc

1

brakes and rear drum brakes, Rack steering box,

Drive shaft with mechanical and flexible joint and

a rear leaf spring suspension

The engine must operate electrically at 220 volts

and it must run at a reduced speed to let the student

easily understand and observe the operation of the

various mechanical parts. If possible parts should

be chromium and galvanized for an enhanced

lifetime.

Accessories:

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

Origin of apparatus should be of Japan, Italy,

USA, Canada, Germany or UK.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Aero Dynamics/ Gas

Dynamics Laboratory Equipment of Mechanical

Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-077

Procurement of Supply of Aero Dynamics/ Gas Dynamics Laboratory Equipment of

Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Aero Dynamics/ Gas Dynamics

Laboratory Equipment of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-

077 Small Laboratory Wind Tunnel (must be

Computer Controlled) (Complete with all

Tooling and Accessories to Perform

Experiments)

A computer-controlled subsonic benchtop wind

tunnel with visible working section.

b) Special features:

Small computer controlled wind tunnel

Clear acrylic working section (150mm x 150mm x

455mm) for excellent visibility

c) A honeycomb flow straightener is incorporated at

the inlet, and a 9.4:1 contraction ratio

Inverter-controlled AC fan for accurate speed

control 30 m/s to 34 m/s air velocity

Multi-way or single-way quick-release connectors

between models and manometers

Models mounted in side wall of working section

incorporate quick-release catches

Complete with data logging and educational

software

Electronic watchdog allows for remote operation

Removable base to working section to allow the

insertion of large or complex models

Flow visualization facility should be provided

Accessories and instrumentation:

- Inclined Manometer Bank

- Electronic Manometer Bank

- Lift and Drag Balance

d) - Pitot Static Tube

-Wake Survey Rake

e) Optional Models:

- Lift and Drag Aerofoil

- Pressure Wing

- Drag Models

- Pressure Cylinder

f) - Bernoulli Apparatus

g) - Boundary Layer Plate

h) - Pressure Cylinder

i) - Project Kit

A personal computer if required along with the

software compatible with the equipment should be

1

provided. Tool kit must be provided with the

apparatus. Instructor manual, student manual, and

maintenance manuals must be supplied with the

apparatus.

Origin of apparatus should be of Japan, Canada,

Germany or UK.

02-077 Centrifugal Fan Demonstration Unit

(Complete with all Accessories to

Perform Experiments) A small-scale centrifugal fan demonstration unit,

comprising of an inlet duct, the fan, an outlet duct

and an adjustable aperture, all mounted on a

stainless steel base

Equipped with electronic measurement sensors for

fan head pressure, flow rate (via orifice plate) and

air temperature, Transparent cover plate on fan

volute for visibility, Supplied with both backward

and forward blades impeller,

Capable of being linked to a PC via a USB

interface console, Supplied with software

providing full instructions for setting up, operating,

calibrating and performing the teaching exercises.

Facilities for logging, processing and displaying

data graphically

- Maximum Head (0.6 kPa-0.8 kPa)

- Maximum Flow (200m3/h-300m

3/h)

- Nominal Motor Power (400W-600W)

- Rotation al Speed (2500rpm-3500rpm)

A personal computer if required along with the

software compatible with the equipment should

be provided. Tool kit must be provided with the

apparatus. Instructor manual, student manual,

and maintenance manuals must be supplied with

the apparatus.

Origin of apparatus should be of Japan,

Canada, Germany or UK.

1

03-077 Axial Fan Demonstration Unit (Complete

with all Accessories to Perform

Experiments)

A small-scale axial fan demonstration unit,

comprising of an inlet duct, the fan, an

outlet duct and an adjustable aperture, all mounted

on a stainless steel base, Equipped with electronic

measurement sensors for fan head pressure, flow

rate (via

orifice plate), fan speed and air temperature,

Transparent ducts give visibility of the fan in

operation, Capable of being linked to a PC via a

USB interface console,

Supplied with software providing full instructions

for setting up, operating, calibrating and performing

the teaching exercises. Facilities for logging,

processing and displaying data graphically

Maximum Head (0.05kPa-0.07kPa)

Maximum Flow (130m3/h-200m

3/h)

Nominal Motor Power (5W-10W)

Rotational Speed (2500rpm-3000rpm)

A personal computer if required along with the

software compatible with the equipment should be

provided. Tool kit must be provided. Instructor

manual, student manual, and maintenance manuals

must be supplied with the apparatus.

Origin of apparatus should be of Japan, Canada,

Germany or UK.

1

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Power Plant Laboratory

Equipment of Mechanical Engineering

Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-078

Procurement of Supply of Power Plant Laboratory Equipment of

Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Power Plant Laboratory

Equipment of Mechanical Engineering Department

Sr.

No.

DESCRIPTION / MINIMUM

REQUIREMENTS QTY RATE AMOUNT

01-

078 Diesel Thermal Power Station computer

Controlled (Lab Scale unit with all

accessories to perform experiments)

Diesel engine should be of 4 stroke or 2 stroke, must

have a rating of 15-25 kW, should be controlled by

automatic controller, Automatic Speed Controller

and Automatic Voltage Regulator, torque of 1500-

3000 rpm or above, oil sump capacity of 2-5 Liters,

Dry weight of 80-100 kg. Generator should have

synchronous speed of 1500 rpm, nominal frequency

of 50 Hz, Apparent power of 8 KVA, Voltage=

200-400V, Current = 10-12 amp, Power factor of

0.6-0.9.

A personal Computer should be provided with the

software compatible with the unit. Tool kit must be

provided with the unit. Instructor manual, student

manual, and maintenance manuals must be supplied

with the unit. Accessories complete in all respects.

Origin of apparatus should be of Japan, USA, Spain,

Canada, Germany, Italy, Thailand or UK.

components of diesel thermal power station must

include;

Diesel Engine: Diesel engine of compression ratio 10 to 20 directly

coupled to the generator should be provided.

Radiator, Dry battery and mobile bench should also

be provided.

Fuel Supply System: It should have one storage tank, fuel transfer pump.

It should also include strainer to remove solid

impurities from oil during transferring of oil from

main tank to small day tank. It should be of 20-40

litters‘ capacity.

Air Intake System: It supplies necessary air to engine for fuel

combustion. It should consist of a pipe to supply

fresh air to the engine. Filters should be provided to

remove the dust particles from the air. Air filter may

be of dry type made up of wool or cloth.

Exhaust System: Silencer (Muffler) is the main requirement of this

system to reduce noise.

Engine Cooling System:

It should be radiator cooled. Radiator could be water

1

or oil based.

Engine Lubricating System: It should have oil sump, oil pump and cooler.

Cooler is for reducing temperature of cooling oil. It

should be of 2-5 litters‘ capacity.

Control Module: Module should have speed and voltage controller. It

should also have alarm and operating conditions i.e.

over and under load, over and under frequency, over

current and reverse power protection. Maintenance

operation panel and backup protection panel.

Instrumentation Module: It should have Field DC analyzer for current voltage

and power measurements.

Grid power analyzer three-phase output voltage,

line currents, power factors, active powers,

reactive powers, apparent powers, frequency,

harmonics, measurements.

Data acquisition & measurement software with

compatible laptop.

02-078 Fossil Fuel Thermal Power Station (Lab

Scale unit complete with all accessories to

perform experiments) Fossil fuel thermal power station have machinery to

convert the heat energy of combustion into

mechanical energy .It must have following

components;

Boiler, Steam Turbine, Combustion Chamber to

burn coal, oil or natural gas (fossil fuel). The

apparatus must be able to perform necessary

laboratory calculations.

A personal Computer if required should be

provided with the software compatible with the

unit. Tool kit must be provided with the unit.

Instructor manual, student manual, and

maintenance manuals must be supplied with the

unit. Origin of apparatus should be of Japan,

USA, Spain, Canada, Germany, Italy, Thailand

or UK.

1

03-078 Combined Cycle Thermal Power Station

(Lab Scale unit complete with all

accessories to perform experiments)

It must be consisted of following compressor,

combustion chamber, gas turbine, steam generator

(boiler), steam turbine, condenser, generator and

pump etc. The apparatus must be able to perform

necessary laboratory calculations.

A personal Computer if required should be

provided with the software compatible with the

unit. Tool kit must be provided with the unit.

Instructor manual, student manual, and

maintenance manuals must be supplied with the

unit. Origin of apparatus should be of Japan,

USA, Spain, Canada, Italy, Thailand, Germany

or UK.

1

04-078 Hydroelectric Power Station (Lab Scale

unit complete with all accessories to

perform experiments)

The model should be Bench mounted with firm

foundations capable of withstanding vibration

produced during operation. It may be provided with

the base to be fixed in the floor using nuts and bolts

or masonry work. The model should be capable of

extension using output mechanical power at shaft to

be used for electric power of at least 200 W using

Generator. The model should help to investigate the

characteristic behavior of a simple-regulated Kaplan

turbine during operation. The trainer should be

provided with a closed water circuit with tank,

submersible pump and throttle valve for adjusting

the flow rate. The angle of attack of the rotor, and

thus the power output of the turbine, should be

changed by adjusting the guide vanes. The turbine

should load with a wear-free eddy current brake.

The speed must be captured by means of an

inductive, non-contact position sensor at the turbine

shaft. For determining the turbine power, the eddy

current brake should be equipped with a force

sensor for torque measurement. The pressures at the

inlet and outlet of the turbine, the temperature and

the flow rate must be recorded with sensors. The

recorded and measured values of pressure

temperature, flow rate, speed and torque should be

displayed digitally and processed further in a PC.

The PC capable of calculating the power output data

1

of the examined turbine and of representing them in

characteristic curves.

Technical Data

Submersible pump with motor

1. Range for the flow rate: 180 to 250m3/h

2. Pump head 8 to 12m

3. Nominal power: 2.5 to 3.5kW

Tank: approx. 350 to 500L

a) Rotor, 4 blades, fixed

external Ø: 120 to 180mm,

internal Ø: 60 to 80mm,

pitch: 70 to 80mm

Kaplan turbine

Output Range of Power 600-1200W

i. Speed Range : 2400-3700 Rev/min

ii. distributor

8 guide vanes, adjustable: -15° to 45°

external Ø: 120 to 180mm,

internal Ø: 60 to 80mm

Measuring ranges

b) Temperature: 20 to 80°C

c) Pressure (at turbine inlet): 0.2 to

1bar rel.

d) Pressure (at turbine outlet): -

1…0,6bar rel.

e) Flow rate: 10 to 300m3/h

f) Torque: 1 to 15 Nm

Approximately

g) Speed: 0 to 7000Rev/min

Electricity Requirements.

400V, 50Hz, 3 phases

Electric Safety Panel:

9. Magnetic Contactor

10. Phase Filer Really (Phase Break,

Overvoltage, Under voltage, Phase

Sequence)

11. Over Load relay

12. Circuit Breaker 440 volt

13. Ampere Meter Digital

14. Volt Meter Digital

15. Indicator Lights

The model must be provided with a computer with

Software for data acquisition installed in it. Model

should be connected via USB with operating

systems Windows 7, 8.1, 10 or above. Tool kit must

be provided with the apparatus. Instructor manual,

student manual, and maintenance manuals must be

supplied with the apparatus.

Origin of apparatus should be of Japan, Canada,

Italy, Thailand, Germany or UK.

05-078 Steam Power Station (Lab Scale unit

complete with all accessories to perform

experiments) A laboratory scale steam power plant with output

power of (1.5 – 3) kW is with following measuring

capabilities:

• Steam power plant and all its components.

• Starting steps, operation and running down

the steam power plant.

• The determination of temperature and

pressure of all parts of plant, boiler efficiency,

mechanical and thermal efficiency of the turbine,

condenser efficiency and the thermal cycles of the

steam power plant.

The specifications of the main components of the

plant are as follow:

1. Steam generator

Steam production (150 – 250) kg/hr

Fuel consumption (10 – 12) L/hr

Nominal pressure (10 – 12) bar

Fuel system: Oil

Safety devices and emergency stop/shut off valves.

2. Super heater

Output: 6-7 kW

3. Steam turbine

Single stage

Output power (1.5 – 3) kW

Speed 3000 rpm

4. Software.

Software for data acquisition via USB under

Windows 7 or up to date.

5. Generator

DC generator as a turbine load.

6. Feed water system

1

7. Water supply unit

8. Recovery and condensation unit

Cooling capacity (80 – 100) kW

9. Water treatment unit compatible with the unit

10. Control system

Monitoring and control of the system using

integrated PLC

11. A rigid (steel) frame which holds all the plants

items.

• Manuals of operation, maintenance and

faults.

• Computerize steam power plant, with all

necessary equipment.

• Spare parts for two years.

• Training for three weeks for three persons.

• Installation and commissioning for one

year.

A personal Computer should be provided with the

software compatible with the unit. Tool kit must be

provided with the unit. Instructor manual, student

manual, and maintenance manuals must be supplied

with the unit.

Origin: UK, Japan, Canada, Germany

06-078 Photovoltaic Power Station

SPV modules Capacity of photovoltaic solar module = 3KWp -

5KWp

Module capacity less than minimum watts should

not supply = 200W

SPV module conversion efficiency should be equal

to greater than (at STP) = 14- 20 % (higher value is

preferable)

SPV module should perform satisfactorily under

100% humidity with temperature range between = –

40 0C to 85

0C. Since the modules would be used in

a high voltage circuit, the high voltage insulation

test should be carried out on each module. Raw

materials and technology employed in the module

production processes should be certified. The

module frame should be made of a corrosion-

resistant material which should be electrolytically

compatible with the structural material used for

mounting the modules. The module should be

provided with a junction box with either provision

of external screw terminal connection or sealed type

and with arrangement for provision of by-pass

diode. The box should be hinged, weather proof lid

with captive screws and cable gland entry points.

SPV module mounting structure

1

Suitable number of PV panel structures should be

provided. Structures should be of flat-plate design

either I or L sections. Structural material should be

corrosion resistant and electrolytically compatible

with the materials used in the module frame, its

fasteners, and nuts and bolts. Galvanizing should

meet standards.

Structures should be supplied complete with all

members to be compatible for allowing easy

installation at the rooftop site.

The structures should be designed to allow easy

replacement of any module & can be either

designed to transfer point loads on the roof top or

UDL as per site conditions. Each structure should

have a provision to adjust its angle of inclination to

the horizontal as per the site conditions or installed

the tracker system if required. The structure should

be capable of withstanding a wind load of 200

km/hr after grouting & installation.

The front end of the solar array should be above the

ground = 2 ft (approx)

If prior civil work or support platform is absolutely

essential to install the structures, the supplier should

clearly and unambiguously communicate such

requirements along with their specifications in the

bid. Detailed engineering drawings and instructions

for such prior civil work should be carried out prior

to the supply of Goods.

The supplier should specify installation details of

the PV modules and the support structures with

appropriate diagrams and drawings. Such details

should include, but not limited to, the following:

b) Determination of true direction of maximum

absorption of radiations at the site.

c) Array tilt angle to the horizontal, with

permitted tolerance

d) Details with drawings for fixing the modules

e) Details with drawings of fixing the

junction/terminal boxes

f) Interconnection details inside the

junction/terminal boxes

g) Structure installation details and drawings

h) Electrical grounding (earthing)

i) Inter-panel/Inter-row distances with allowed

tolerances

j) The array structure shall support SPV

modules at a given orientation and absorb

and transfer the mechanical loads to the

rooftop columns properly. All nuts and bolts

shall be of very good quality stainless steel.

Safety precautions should be taken into

account as well.

Power Conditioning Unit (PCUs):

The PCUs required should be of 3-5 KVA Hybrid

with provision for battery back-up, should convert

DC power produced by SPV modules in to AC

power and adjust the voltage & frequency levels to

suit the local grid conditions. PCU should be housed

in suitable switch cabinet. The 3-5 KVA Hybrid

PCU with battery back- up should feed power to the

lighting / dedicated loads.

Technical Specification are mentioned below:

Control Type = Voltage source,

microprocessor assisted, output

regulation

Output voltage and tolerance = 1 phase,

230 V ac (+12.5 %, - 20 % V ac)

Frequency and its tolerance = 50 Hz (+3

Hz, -3 Hz)

Continuous rating = 3-5 KVA Hybrid

inverter

Nominal Power = 3-5 KVA

Total Harmonic Distortion = less than

3%

Operating temperature Range = 0 to 60 0C

PCU efficiency = 80-95 % and above at

full load

Other important Protections required in the PCU

should be in accordance with some given below

Mains (Grid) over-under voltage and

frequency protection

Fool proof protection against Islanding.

Included authentic tracking of the solar

arrays maximum power operation voltage

(MPPT).

Array ground fault detection.

PCU Power factor = 0.95

LCD and piezoelectric keypad operator

interface Menu driven

Automatic fault conditions reset for all

parameters like voltage, frequency and/or

black out.

PCU should be rated to operate at 0 -60 0C

unless provision for air conditioning is

included in PCU.

All parameters should be accessible through an

industrial standard communication link. Over load

capacity should be 150% of continuous rating.

The PCU should be self-commuted and should

utilize a circuit topology and components suitable

for meeting the specifications listed above at high

conversion efficiency and with high reliability.

The PCU should be Hybrid one and should give the

preference to feed the Loads from Solar Energy

being produced and should draw the additional

power from mains to meet the load requirements in

the case load is more than solar energy being

produced.

Conversely it should feed the solar power to the

Grid if the load is less than the solar energy

generated. It should also draw the Power from

Mains for charging of Battery Bank in case of Low

Battery conditions. The PCU should also have the

ability for automatic starting, transfer and no-break

transfer to an optional generator for extended grid

failure periods.

Since the PCU is to be used in solar photo voltaic

energy system, it should have high operational

efficiency. The idling current at no load must not

exceed 2 % of the full-load current.

In PCU there should be a direct current isolation

provided at the output by means of a suitable

isolating transformer.

The PCU generated harmonics measures at the point

of connection to the utility services when operating

at the rated power should not exceed a total

harmonic current distortion of 4 %.All conductors

shall be made of standard copper.

The PCU should not produce Electromagnetic

interference (EMI) which may cause malfunctioning

of electronic and electrical instruments including

communication equipment, which is located within

the facility in which the PCU is housed.

The PCU should have an appropriate display on the

front panel to display the instantaneous AC power

output and the DC voltage, current and power input.

Operational status of the PCU, alarms, trouble

indicators and AC and DC disconnect switch

positions should be communicated by appropriate

messages or indicator lights on the front of the PCU

enclosure.

Electrical safety, earthing and protection

in PCUs

Over Voltage Protection: Over Voltage Protection against atmospheric

lightning discharge to the PV array is required.

Protection is to be provided against voltage

fluctuations and internal faults in the power

conditioner, operational errors and switching

transients.

Earth fault supervision: An integrated earth fault device shall have to be

provided to detect eventual earth fault on DC side

and shall send message to the supervisory system.

Cabling practice:

Cable connections must be made using PVC Cu

cables, as per BIS standards. All cable connections

must be made using suitable terminations for

effective contact. Fast acting semiconductor type

current limiting fuses at the main bus bar to protect

from the grid short circuit contribution. The PCU

shall include an easily accessible emergency OFF

button located at an appropriate position on the unit.

Lightning Protection, earthing protection & other

protection should be consider while during

installation and working of the Power station

Plant Metering/Data Logging

On PV array energy production there should

be digital meters to log the actual value of

AC/DC Voltage, Current & Energy

generated by the PV system should be

provided.

Solar Irradiance an integrating pyranometer

(Class II or better) should be provided with

the sensor mounted in the plane of the array.

Readout should be integrated with data

logging system.

An integrated wind speed measurement unit

should also be provided.

Temperature Sensor: Integrated temp,

sensors for measuring the module surface

temp., inverter inside enclosure temp, and

ambient temp to be provided complete with

readouts integrated with the data logging

system

Maximum Power Point Tracker (MPPT)

Maximum power point tracker should be

integrated in the PCU to maximize energy

drawn from the array.

The MPPT should be microprocessor based

to minimize power losses. The details of

working mechanism of MPPT should be

mentioned. The MPPT must also have

provision (manual setting) for constant

voltage operation.

Array Junction Boxes / Main

Junction Boxes

The junction boxes should to be provided in

the PV yard for termination of connecting

cables. The J. Boxes Should be made of

FRP/Powder Coated Aluminum with full

dust, water & vermin proof arrangement. All

wires/cables must be terminated through

cable lugs. The J.Boxes Should be such that

input & output termination could be made

through suitable cable glands. Made of FRP

or cast aluminum/ copper.

Copper bus bars/terminal blocks housed in

the junction box with suitable termination

threads Conforming to IP65 standards and

IEC 62208 Hinged door with EPDM rubber

gasket to prevent water entry, Single

compression cable glands, Provision of

earthing Suitable capacity MOVs Should be

provided within the box to protect against

lighting.

Plant Control, Data Logging

system with remote monitoring Basically, this unit should perform the following

tasks.

Measurement and/or recording of

energy parameters.

Simple data logger or energy meter

to record the energy data on a pre-

determined interval basis.

Measurement & continuous

acquisition of ambient air

temperature, wind speed, solar

radiation, PV module temperature,

PCU output voltage and current,

output frequency

Operating state monitoring and

failure indication.

Representation of monitored data in

graphics mode or in tabulation mode.

Controlling & monitoring the entire

power system through remote

terminal.

Necessary hardwares & softwares

should be supplied by the contractor.

Both the softwares and hardwares

required for interfacing the plant

with office including CPUs, modems

UPS Should be supplied and

installed by the contractor. A

personal computer if required along

with the software compatible with

the equipment should be provided.

In remote control/ Instrumentation,

the microprocessor control unit

should have the provision for

installation of RS–232/485

communication link.

DC Distribution units

DC Distribution panel to receive the DC

output from the array field with analog

measurement meter for voltage, current and

power from different MJBs so as to check

any failure in the array field.

DC DPBs should have sheet from enclosure

of dust & vermin proof.

The bus bars has to make of copper of

desired size. Suitable capacity MCBs Should

be provided for controlling the DC power

output to the PCU along with necessary

surge arrestors.

AC Distribution units

AC Distribution Panel Board (DPB)

should control the AC power from

PCU, and should have necessary surge

arrestors.

Requirement/specifications of DCDB

and ACDB may be changed as per site

conditions. An ACDB to be provided

at the cable terminating point

emanating from 3-5 KVA PCU for

interconnection control of dedicated

electrical loads.

All switches at the, circuit

breakers, connectors should confirm

to IEC

60947, part I, II and III.

Battery Bank The battery bank is to be designed to provide the

backup power for feeding the dedicated loads in the

event of failure of grid supply. Specifications of

battery bank are given below

Storage Capacity = 80-100 V, 700- 900 Ah

@ C/10

Type = Tubular Gel batteries from reputed

manufacturers.

The battery cells should have high ampere hour

efficiency so as to quickly pick up the charge of the

order 95%. High watt hour efficiency of at least

85%.

The batteries should be solar photo voltaic

batteries of Tubular Gel type, low

maintenance, lead Acid and made of hard

rubber container.

Storage batteries should conform IEC 61427

/ IS 1651 / IS 133369 as per specifications.

The batteries should use 2 / 12V cells and

battery capacity is to be designed at C10 rate

with end cell cut off voltage of 1.85 V / cell.

Battery terminal should be provided with

covers.

Batteries should be provided with micro

porous vent plugs with floats.

Charging instructions should be provided

along with the batteries.

Suitable carrying handle should be provided.

A suitable battery rack with interconnections & end

connector should be provided to suitably house the

batteries in the bank. The features and dimensions

of the battery rack should be provided along with

the bid document.

a) The batteries should be suitable for

recharging by means of solar modules via

incremental / open circuit regulators.

Bidder should mention the design cycle life of

batteries at 80%, 40% and 20% depth of discharge

at 27 deg. C.

b) The batteries should be designed for

operating in ambient temperature of site in

the state of Assam.

The self-discharge of batteries should be less than 3

% per month at 20 deg. C and less than 6% per

month at 30 deg. C.

The charge efficiency should be more than 90% up

to 70% state of charge. The topping up frequency

should be 12 – 18 months. The batteries should

consist of individual cells, which could be carried

separately with ease while transporting.

· Offered batteries should comply to the

following:

10 % of DOD = 7200 cycles

50 % of DOD = 3000 cycles

80 % of DOD = 1200 cycles

The Battery Bank shall be designed to

provide 2 days (―2 No Sun‖ days)

autonomy.

Bidder should to provide battery sizing details along

with their offer. The distance between two batteries

may be kept 6 inches & vice versa.

Accessories There are some accessories mentioned below for

safety and proper working of the power station:

Cables requirement , Fire extinguisher in

accordance with BIS codes for electrical

short circuit fires along with sand buckets

Lightning arrester complete set.

Earthing complete set

Spares, Tool kit must be provided with the

unit. And tackles for operation and

maintenance

Fuses, Transfer Switches, Printed Circuit

Boards required for Power Plant

Providing training to engineers and site staff for

Operation and Maintenance Operation of the SPV

Power Plant for a period of 1 month from date of

commissioning of the plant. Engineering, electrical

drawings and installations and Operation, student

&Maintenance manuals must also provide by

supplier.

In addition to these parts, other necessary parts

should also be provided.

Origin of apparatus should be of Japan, Canada,

Germany or UK.

07-078 Heliothermic Solar Power Station

(Complete with all accessories to perform

experiments) A heliothermic solar thermal power plant, able to

convert solar energy into usable thermal energy.

This solar power plant should have tower to

receive the focused sunlight. It should use an array

of flat, movable mirrors (called heliostats), to focus

the sun's rays upon a collector tower (the

target). The heliostats must have the feature of

solar tracking. The receiver should be a thermal

receiver (CSP) which should be sitting on top of a

tall tower in which concentrated sunlight heats a

fluid preferably molten salt, as hot as 250 - 590 oC.

Ultimately this thermal receiver should able to

produce heat in form of a heated medium i.e. fluid

(preferably molten salt), steam or air (optional).

The hot fluid should be used immediately to make

steam for electricity generation or stored for later

use. The heat should be used to run a turbine to

produce electricity. It should be accompanied with

the possibility to store the heat in a thermal storage

and to use the heat at a later time independently

from the sunshine. Fluid preferably molten salt

retains heat efficiently, so it can be stored for days

before being converted into electricity.

The essential components include heliostats having

the feature of solar tracking, a receiver on a tower,

steam line, thermal storage tank and an electricity

generation unit. All these should be housed in a

small size demonstration unit which should be

capable of producing some power in the range of a

500W – 5000W.

A comprehensive instruction manual describing

how to carry out the laboratory teaching exercises

and their analysis as well as assembly, installation

and commissioning is included. This unit should

have all essential Cables and Accessories, for

normal operation. This unit should be supplied

1

with Required Services, Assembly and Installation,

Interface and Control Software (where needed),

Starting-up, Safety, Maintenance, Calibration &

Practices Manuals. Apparatus should be from Italy,

France, Australia, UK, Germany, Japan, Spain,

Canada and USA origin.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Advanced Material

Testing Laboratory Equipment of Mechanical

Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-079

Procurement of Supply of Advanced Material Testing Laboratory Equipment of

Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Advanced Material Testing

Laboratory Equipment of Mechanical Engineering Department

Sr.

No. Name and Specifications Qty

01-

079

100 KN Universal Testing Machine

Kindly consider the following:

1. Universal testing machine floor type unit for materials testing.

2. The machine must be able to perform tensile test, compression test and

bend/flexure test. All the accessories to perform the tests must be provided.

3. It must be an electromechanical system.

4. The machine must be capable of conducting the test with test force of 100 KN.

5. The accuracy of the test force at 100 KN must be mentioned. It should be 1% or

better.

6. The accuracy of the test force at 1 KN must be mentioned. It should be 1% or

better.

7. The accuracy of the extension/strain measurement must be provided.

8. The range of vertical speed during test must be provided.

9. The maximum effective vertical test space must be mentioned. This can be

reported as the maximum distance between the lower part of upper jig and the

upper part of lower jig for tensile test.

10. The minimum vertical test space must be mentioned. This can be reported as the

smallest ―distance between the shoulders‖ of the sheet type tensile sample of 1 mm

thickness, which can be tested. The figure 1 below is for reference. This can also be

reported as the minimum distance between the grips of the jigs for testing a sheet

type tensile sample of 1 mm thickness.

11. Grips for plate, sheet, square, cylindrical samples of various sizes must be

included.

12. The testing system must have full cyclic loading capacity in tensile, compression

and bend test modes. This includes:

Same load for multiple cycles.

Incremental load with the successive cycles. e.g. 1 KN max load for first cycle, 2 KN

for second cycle and so on. Figure 2 provides the schematic for this test.

Increment in the extension with the successive cycles. e.g. 1 mm extension for first

cycle, 2 mm for second cycle and so on. Figure 3 provides the schematic for this

test.

13. It should be mentionedif the machine has tension-compression low cycle fatigue

capacity or not. If yes, then give the specifications.

14. Standard test samples must be provided.

15. Complete operation of the machine and tests must be software compatible and can

be performed from the software. The data acquisition rate of the software must be

mentioned.

16. The software must have the capacity to export the data in popular formats e.g. csv,

Excel.

17. A complete copy of the software must be provided on DVD.

18. A complete manual for the software in hard copy form and soft copy on CD or

01

DVD must be provided.

19. The training of the personnel for machine operation and software must be

conducted by the company.

20. Full warranty of the machine must be at least 1 year. The machine with longer

warranty period will be preferred.

21. The details of the nearest service center for the machine must be provided.

22. A complete set of tool kit and accessories for different modes of testing must be

provided.

23. Accessories for different modes of testing should be easily

changeable/exchangeable.

24. A complete set of operation manuals and maintenance manuals for the machine,

both in hard copy form and soft copy on CD or DVD must be provided.

25. Complete installation of the machine must be done by the manufacturer. All test

modes should be demonstrated by the manufacturer‘s personnel after installation.

26. Origin of machine must be of Japan, USA, or Germany.

27. Any other specifications of the machine and software necessary should be

provided.

28. A reference list with number of the universal testing machines installed by the

manufacturer in Pakistan must be provided.

29. The manufacturer with the CE compliance certificate will be preferred.

30. In case of multiple models from the same manufacturer meet the requirements, it

will be appreciated if quotation for each model is provided.

31. In case of multiple software/versions from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

32. The equipment given in serial number 1 will be preferred if it has expandable

capability for add-ons given in serial numbers 2-8 below. The expandable options

quoted must be manufactured by the same company providing the main

equipment as per serial number 1.

Expandable add-ons

Please consider the following for the add-ons.

1. All add-ons must be fully compatible with the main equipment and software given

in serial number 1.

2. A complete set of operation manuals and maintenance manuals, both in Hard copy

form and soft copy on CD or DVD must be provided for any or all of the add-ons

purchased.

3. In case of multiple models from the same manufacturer meet the requirements, it

will be appreciated if quotation for each model is provided.

4. Detailed specifications of the add-ons must be provided

Figure 1. Tensile sample terminology

Figure 2 Schematic for cyclic loading. Figure is not to scale.

Figure 3 Schematic for cyclic loading. Figure is not to scale.

02-

079

A non-contact video extensometer add-on with all accessories. It must be compatible for

the cyclic testing. It must be installed by the manufacturer. 01

03-

079 The peel test add-on with all accessories. 01

04-

079 The wire test add-on with all accessories. 01

05-

079 The sheer test add-on with all accessories. 01

06-

079 The torsion test add-on with all accessories. 01

07- The fatigue test add-on with all accessories. 01

079

08-

079 Load cell add-on with the test force exceeding 100 KN and all accessories. 01

09-

079

Piezoelctric Measurement System

1. A complete piezoelectric measurement system for bulk ceramics.

2. This system must have the capacity for strain measurement.

3. This system must have the capacity for Ferroelctric measurement.

5. The system must have the capacity to measure the piezoelectric and

ferroelctricmeasurements upto 10 KV.

4. The displacement sensor should have a resolution of 0.1 micrometer or

better.

5. The ferroelctric measurements should have a resolution of 1 fC or better.

6. High voltage system upto 10 KV must be included. All

cables/interfaces/fixtures should be provided. This system must have good

safety features.

7. Poling system must be included.

8. Poling system should have the capacity to pole upto 10 KV.

9. Poling system should include silicone oil. Extra oil amounting equal or

more than the capacity of oil bath should be provided.

10. The operation of piezoelectric measurement system and tests should,

preferably, be software compatible and can be performed from the

software.

11. The software must have the capacity to export the data in popular formats

e.g. csv, Excel.

12. A complete copy of the software must be provided on DVD.

13. A complete manual for the software in hard copy form and soft copy on

CD or DVD must be provided.

14. The training of the personnel for piezoelectric measurement system

operation and software must be conducted by the company.

15. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

16. Complete installation of the machine should be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

17. Origin of machine must be of Japan, USA, Canada, Germany or UK.

18. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

01

10-

079

D33 meter for piezoelectric measurement

1. A d33 meter for piezoelectric measurement.

2. The range of measurement should be 1-1000 pC/N or wider.

3. The accuracy should be 5% or better.

4. All the accessories including cables and fixtures, necessary to perform the

tests must be supplied.

01

5. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

6. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

11-

079

Impedance Analyzer

1. An impedance analyzer for materials.

2. It should have a frequency range of 1-1000 kHz or better.

3. It should have frequency accuracy of 1% or better.

4. It should have the impedance range of about 50 milli-ohm to 25 mega-

ohm.

5. All the accessories including cables, probes, fixtures, required to perform

the test, must be provided.

6. The system must have the capacity to export the data in popular formats

e.g. csv, Excel.

7. A complete copy of the software must be provided on DVD.

8. A complete manual for the software in hard copy form and soft copy on

CD or DVD must be provided.

9. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

10. Complete installation of the machine should be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

11. Origin of machine must be of Japan, USA, Canada, Germany or UK.

12. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

13. If the machine has the capacity for high temperature measurements, it will

be appreciated if it is quoted separately.

01

12-

079

Metallurgical microscope

Kindly consider the following:

1. A metallurgical microscope with 50x-1000x magnification for microstructure

evaluation.

2. At least 5 objective lenses should be available for viewing.

3. It should have the capacity for polarized light.

4. A scale bar should be provided with the equipment.

5. A complete set of operation manuals and maintenance manuals for the machine,

both in hard copy form and soft copy on CD or DVD must be provided.

6. Origin of machine must be of Japan, Korea, USA, Canada, Germany or UK.

7. In case of multiple models from the same manufacturer meet the requirements, it

will be appreciated if quotation for each model is provided.

8. The microscope will be preferred if it has expandable capability for add-ons given

below. The expandable options quoted must be manufactured by the same

company providing the main equipment.

Add-ons for metallurgical microscope

01

1. A camera with a resolution of 3 mega pixels or better. In case of multiple cameras

from the same manufacturer meet the requirements, it will be appreciated if

quotation for each model is provided.

2. Camera must have full software compatibility.

3. A software compatible with the camera, flexible and easy to use. In case of

multiple software from the same manufacturer meet the requirements, it will be

appreciated if quotation for each is provided.

4. All add-ons must be fully compatible with the main equipment and software.

5. A complete set of operation manuals and maintenance manuals, both in Hard copy

form and soft copy on CD or DVD must be provided for any or all of the add-ons

purchased.

13-

079

Air conditioner

1. An air conditioner for cooling the lab.

2. It should be DC inverter AC with 1.5 ton capacity.

3. The compressor must be manufactured in Germany, Japan, Korea or USA.

4. Reputable international brands i.e. Samsung, LG, Toshiba, Daikin should be

supplied.

5. It should be fitted with PPR pipes.

6. Complete installation of the ACs should be done by the manufacturer or

supplier.

04

14-

079

UPS system

1. An uninterruptable power supply (UPS) system for the output of 15 kW.

2. The response time should be 1 ms or better.

3. The backup time should be 30 minutes for 15 kW load.

4. Long battery life and large cycle capacity batteries should be used. It will

be appreciated if the quotations for lead-acid, NiCd batteries and other

batteries are provided separately.

5. It should have the capacity for 3-phase connection.

6. The system should be maintenance free or work with minimal

maintenance.

7. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

8. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

9. Origin of machine must be of Japan, USA, Canada, Germany or UK.

10. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

11. The systems with longer warranty time will be preferred.

12. A reference list of installations in Pakistan should be provided.

01

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Advanced

Manufacturing Laboratory Equipment of

Mechanical Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-080

Procurement of Supply of Advanced Manufacturing Laboratory Equipment of

Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Advanced Manufacturing

Laboratory Equipment of Mechanical Engineering Department

Sr.

No. Name and Specifications Qty

01-

080

Cold Isostatic Press (CIP)

1. A cold Isostatic press with the 200 MPa capacity for pallet pressing.

2. It should be able to exert 200 MPa for 30 minutes or more.

3. The inner diameter of the vessel should be 70-100 mm.

4. The inner length of the vessel should be 250-700mm.

5. Extra compression fluid equal to the volume of vessel or more must be

provided with the machine.

6. All accessories to perform the tests should be supplied.

7. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

8. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

9. Origin of machine should, preferably, be of Korea, Japan, USA, Canada,

Germany or UK.

10. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

02-

080

Tube furnace 1600 oC

1. A tube furnace with the maximum continuous operation temperature of

1600 oC

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner diameter of the tube should be 70mm-100mm.

4. The total length of the tube should be 70cm-100cm.

5. The constant temperature zone must be at least 5 inches long. The furnace

with longer constant zone will be preferred.

6. The equipment should have stainless steel or equivalent quality vacuum

flanges and valves attached.

7. The working temperatures for vacuum, oxygen nitrogen, hydrogen, argon

atmospheres should be mentioned.

8. The materials used for heating element and tube must be reported.

9. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

10. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

11. The ceramic blocks which are placed at the ends of the tube for blocking

01

heat radiation, should have holes for the gas flow and temperature

calibration.

12. The temperature controller must have at least 5 dwell times.

13. The temperature controller should have accuracy of ±1C or better.

14. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

15. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

16. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

17. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

03-

080

Tube furnace 1400 oC

1. A tube furnace with the maximum continuous operation temperature of

1400 oC

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner diameter of the tube should be 70mm-100mm.

4. The total length of the tube should be 70cm-100cm.

5. The constant temperature zone must be at least 5 inches long. The furnace

with longer constant zone will be preferred.

6. The equipment should have stainless steel or equivalent quality vacuum

flanges and valves attached.

7. The working temperatures for vaccum, oxygen nitrogen, hydrogen, argon

atmospheres should be mentioned.

8. The materials used for heating element and tube must be reported.

9. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

10. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

11. The ceramic blocks which are placed at the ends of the tube for blocking

heat radiation, should have holes for the gas flow and temperature

calibration.

12. The temperature controller must have at least 5 dwell times.

13. The temperature controller should have accuracy of ±1C or better.

14. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

15. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

16. Origin of machine should, preferably, be of Japan, USA, Canada,

01

Germany or UK.

17. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

04-

080

Muffle/box furnace 1700 oC

1. A tube furnace with the continuous operation temperature of 1700 oC

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner chamber size should be from 100x100x100mm to

130x130x130mm.

4. The working temperatures for oxygen, nitrogen, argon atmospheres should

be mentioned.

5. The furnace with higher temperature uniformity will be preferred.

6. The materials used for heating element and chamber must be reported.

7. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

8. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

9. The temperature controller must have at least 5 dwell times.

10. The temperature controller should have accuracy of ±1C or better.

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

13. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

14. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

05-

080

Muffle/box furnace 1600 oC

1. A tube furnace with the continuous operation temperature of 1600 oC

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner chamber size should be from 150x150x150mm to

200x200x200mm.

4. The working temperatures for oxygen, nitrogen, argon atmospheres should

be mentioned.

5. The furnace with higher temperature uniformity will be preferred.

6. The materials used for heating element and chamber must be reported.

7. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

01

8. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

9. The temperature controller must have at least 5 dwell times.

10. The temperature controller should have accuracy of ±1C or better.

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

13. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

14. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

06-

080

Muffle/box furnace 1450 oC

1. A tube furnace with the continuous operation temperature of 1450 oC

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner chamber size should be from 150x150x150mm to

200x200x200mm.

4. The working temperatures for oxygen, nitrogen, argon atmospheres should

be mentioned.

5. The furnace with higher temperature uniformity will be preferred.

6. The materials used for heating element and chamber must be reported.

7. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

8. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

9. The temperature controller must have at least 5 dwell times.

10. The temperature controller should have accuracy of ±1C or better.

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

13. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

14. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

07-

080

Muffle/box furnace 1200 oC

1. A tube furnace with the continuous operation temperature of 1200 oC

01

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner chamber size should be from 150x150x150mm to

200x200x200mm.

4. The working temperatures for oxygen, nitrogen, argon atmospheres should

be mentioned.

5. The furnace with higher temperature uniformity will be preferred.

6. The materials used for heating element and chamber must be reported.

7. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

8. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

9. The temperature controller must have at least 5 dwell times.

10. The temperature controller should have accuracy of ±1C or better.

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

13. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

14. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

08-

080

Muffle/box furnace 1000 oC

1. A tube furnace with the continuous operation temperature of 1000 oC

2. The maximum temperature for 1 hour operation must be mentioned.

3. The inner chamber size should be 100x100x100mm.

4. The working temperatures for oxygen, nitrogen, argon atmospheres should

be mentioned.

5. The furnace with higher temperature uniformity will be preferred.

6. The materials used for heating element and chamber must be reported.

7. If any temperature range below maximum temperature is not suitable for

continuous operation, it must be reported. For example, operation at 700 oC for 24 hours.

8. 6 extra heating elements/rods should be provided, with the attachment

wires and high temperature insulation wool.

9. The temperature controller must have at least 5 dwell times.

10. The temperature controller should have accuracy of ±1C or better.

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

01

after installation.

13. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

14. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

09-

080

High Vacuum pump

1. Turbo high vacuum pump for the tube furnaces given above for vacuum

level better than 1E-5 torr.

2. It should be provided with all the accessories to work with the tube

furnace from 1600 oC to room temperature.

3. The continuous operation time for the pump should be mentioned.

4. Stainless steel or equivalent performance pipe should be used as connector

pipe to the furnace.

5. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

6. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

7. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

8. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

10-

080

Thermocouple for furnace calibration

1. A thermocouple for furnace calibration up to 1600 oC.

2. A digital temperature meter which shows the temperature reading must be

included.

3. The length of thermocouple should be 25 inches.

4. Thermocouple must be coated with ceramic and stable at calibration

temperature.

5. All accessories to perform the calibration must be supplied.

6. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

7. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

8. Origin of machine should, preferably, be of Korea, Japan, USA, Canada,

Germany or UK.

9. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

11-

080

High Purity Alumina coating material

1. A hard, high-temperature resistant coating material to fill the cracks in

refractory material

2. It should be able to withstand temperature exceeding 1700 oC.

3. The amount should be 500 g.

4. A complete set of manuals must be provided.

5. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

6. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

12-

080

Single crystals

1. Four pieces of KTaO3 single crystals with (100) orientation,

10x10x0.5mm size and polished from both sides.

2. Four pieces of KTaO3 single crystals with (110) orientation,

10x10x0.5mm size and polished from both sides.

3. Two pieces of KTaO3 single crystals with (111) orientation,

10x10x0.5mm size and polished from both sides.

4. Five pieces of SrTiO3 single crystals with (100) orientation, 10x10x0.5mm

size and polished from both sides.

5. Ten pieces of SrTiO3 single crystals with (110) orientation, 10x10x0.5mm

size and polished from both sides.

6. Five pieces of SrTiO3 single crystals with (111) orientation, 10x10x0.5mm

size and polished from both sides.

7. Price details for each type and orientation of single crystals must be

provided.

8. Origin of the single crystals must be of Japan, USA, Canada, Germany or

UK.

9. Partial bid can be placed for single crystals. However, suppliers with full

bid will be preferred.

01

13-

080

High purity powders

1. High purity powders of ceramics.

2. Sodium carbonate (NaCO3) powder with purity of 99.5% . 200 g or more.

3. Potassium carbonate (KCO3) powder with purity of 99%. 200 g or more.

4. Niobium oxide (Nb2O5) powder with purity of 99.9%. 500 g or more.

5. Titanium oxide (TiO2) powder with purity of 99.8%. 200 g or more.

6. Bismuth oxide (Bi2O3) powder with purity of 99.9%. 100 g or more.

7. Strontium carbonate (SrCO3) powder with purity of 99.5%. 100 g or more.

8. Zirconium oxide (ZrO2) powder with purity of 99.5%. 200 g or more.

9. Barium carbonate (BaCO3) powder with purity of 99.5%. 100 g or more.

10. Origin of the powders must be of Japan, USA, Canada, Germany or UK.

11. Partial bid can be placed for powders. However, suppliers with full bid

01

will be preferred.

14-

080

Hot plate with magnetic stirring

1. A hotplate with magnetic stirring and a temperature range of 25-300 oC.

2. It must be suitable for continuous operation of at least 5 hrs.

3. The plate size must be 6x6 inches or larger.

4. All accessories to do the operation must be supplied.

01

15-

080

Drying oven

1. A drying oven with the continuous operation temperature of at least 250 oC

2. It must have a temperature controller with multiple dwell times.

3. Internal size of the chamber should be 50x50x50cm.

4. It must be air cooled.

5. Special atmosphere or vacuum is not required.

6. All accessories to do the operation must be supplied.

01

16-

080

High Purity Alumina Crucibles

1. High purity Alumina crucibles for 1700 oC operation are required.

2. Five boat type alumina crucibles with approximate size of 100x40x20mm,

with lid.

3. Five boat type alumina crucibles with approximate size of 100x20x20mm,

with lid.

4. Five cup/cylinder type alumina crucibles with approximate size of 40mm

dia and 40mm height, with lid.

5. Five cup/cylinder type alumina crucibles with approximate size of 60mm

dia and 60mm height, with lid.

6. Five cup/cylinder type alumina/boron nitride crucibles with approximate

size of 12mm dia and 20mm height, with lid.

7. Five cup/cylinder type alumina/boron nitride crucibles with approximate

size of 15mm dia and 15mm height, with lid.

8. Origin of the crucibles should, preferably, be of Korea, Japan, USA,

Canada, Germany or UK.

9. Partial bid can be placed for crucibles. However, suppliers with full bid

will be preferred.

10. Price details for each type of crucibles must be provided.

01

17

Agate mortar and pestle

1. An agate mortar and pestle with 5-6 inch diameter.

2. Pestle length should be 4-5 inches.

3. The mortar and pestle with good surface finish will be preferred.

01

18

Digital weighing balance

1. A digital weighing balance with 0.1 mg (0.0001g) least count.

2. Maximum weighing capacity must be mentioned. The machine with

01

higher capacity will be preferred.

3. Pan size should be around 100mm.

4. The machine must come with the glass windshield.

5. A standard weight should be provided to check the accuracy after some

period of service time.

6. It must have the accessories for the Archimedes density measurement

7. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

8. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

9. Origin of machine must be of Japan, USA, Canada, Germany or UK.

10. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

19-

080

Digital weighing balance

1. A digital weighing balance with 0.1 g least count.

2. Maximum weighing capacity must be mentioned. The machine with

higher capacity will be preferred.

3. Pan size should be more than 150mm.

4. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

5. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

6. Origin of machine should, preferably, be of Korea, Japan, USA, Canada,

Germany or UK.

7. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

20-

080

Ultrasonic cleaner

1. An ultrasonic cleaner for cleaning the lab apparatus with water.

2. The tank size should be around 300Lx200Wx200H mm (12 liter).

3. It should be supplied with a stainless steel basket, which can be placed

inside the tank

4. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

5. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

6. Origin of machine should, preferably, be of Korea, Japan, USA, Canada,

Germany or UK.

7. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

01

provided.

21-

080

Glass desiccator

1. Three glass desiccators for humidity control.

2. It should have a diameter of 12-20 inches.

3. It should be provided with the silica gel.

4. It should be provided with vacuum grease.

5. It should not be operated by electricity

01

22-

080

Low speed diamond saw/cuter

1. A low speed diamond cutter for ceramics.

2. The diameter of the blade should be 4-6 inches.

3. 5 extra blades should be included.

4. The apparatus must have the capacity to use ethanol as cooling/cleaning

liquid.

5. It must have micrometer attached for horizontal movement of the sample.

6. The sample holding grip should be able to move on its axis, to adjust the

angle of the sample to the cutting edge of the saw blade.

7. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

8. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

9. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

23-

080

Fume hood

1. A general purpose fume hood to remove contamination.

2. It should have dimensions of at least 50 inch length, 30 inch width and 50

inch height.

3. I must have the capacity for long term continuous operation.

4. The suction system including blower must have the origin of Korea,

Japan, USA, Canada, Germany or UK.

5. The front sliding shield should be transparent.

6. The suction system must have the capacity to keep air flow inward the

fume hood, when the shield is 8 inches open.

7. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

8. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

9. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

01

provided.

24-

080

Silver paste

1. Silver paste for electrical contacts.

2. The quantity should be 100 grams or more.

3. Origin of paste from Korea, Japan, USA, Canada, Germany or UK will be

preferred.

01

25-

080

Bottle roller mixer

1. A bottle mixer with rollers for mixing of powders.

2. It should be able to rotate/roll a plastic jar/bottle of 2-4 inch diameter for

mixing of materials.

3. The rollers should have adjustable RPM speed upto 300 RPM or higher.

4. It should have at least three roller cylinders.

5. It should have the capacity for continuous operation.

6. All accessories to perform the mixing should be supplied.

7. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

8. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

9. Origin of machine from Korea, Japan, USA, Canada, Germany or UK will

be preferred.

01

26-

080

Grinding and polishing machine

1. A grinding and polishing machine for the materials.

2. The diameter of the wheel should be 8 inches.

3. The platen should be plain.

4. It should have adjustable RPM speed upto 400 RPM or higher.

5. It should have the capacity for the water/coolant flow on the grinding

paper.

6. The machine should be corrosion resistant.

7. Non-adhesive grinding paper holding ring band should be provided.

8. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

9. Origin of machine from Korea, Japan, USA, Canada, Germany or UK will

be preferred.

10. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

27-

080

Grinding papers

1. Silicon carbide grinding papers of multiple grit sizes for sample grinding.

01

2. The diameter of papers must be 8 inches.

3. All grit sizes are in European or P-grading.

4. Grinding papers of 5 different grit sizes of 400, 800, 1200 or 1500, 2000

or 2400, 4000 should be provided

5. 100 pieces of each size should be provided.

6. The papers should be non-adhesive.

7. Non-adhesive grinding paper holding ring band should be provided.

8. Origin of papers from Korea, Japan, USA, Canada, Germany or UK will

be preferred.

28-

080

Polishing metal disc and cloth

1. Polishing disc and cloth for diamond polishing of hard materials and

ceramics.

2. The diameter of metallic disc and cloth should be 8 inches

3. A Soft, low-nap rayon flock polishing cloth for use with diamond to polish

ceramics. The cloth could have adhesive back and a separate metallic disc

should be provided to paste cloth on it. Or, the cloth is readily attached to

a hard disc and this can be attached and removed from the polishing

wheel/platen easily. 5-10 polishing cloths with metal discs or hard backs

should be provided.

4. Water soluble diamond suspension mixed with a propylene glycol based

lubricant should be provided. 3, 1 and 0.25 micro-meter diamond particle

sizes should be provided. All three suspensions should be 500 ml each and

supplied with the spray bottles.

5. 500 ml of medium viscosity hexylene glycol based lubricant for diamond

polishing should be provided with spray bottle.

6. Origin of Korea, Japan, USA, Canada, Germany or UK will be preferred.

01

29-

080

Sample mounting material

1. Acrylic powder and liquid for mounting of samples.

2. It should have fast curing time.

3. It should be soluble in acetone

4. It should evaporate upon heating.

5. The powder should be 1 kg and liquid should be 1 liter.

6. Origin of Korea, Japan, USA, Canada, Germany or UK will be preferred.

7. 10 reusable mounting cups of 1 inch dia should be supplied.

8. Mounting wax should be supplied.

9. Clear mounting wax will be preferred.

10. 100 grams of Wax should be provided.

01

30-

080

Steel die mold

1. Steel die molds for pallet making.

2. It must be made by hardened steel have good surface finish.

3. The cavity should have Rockwell hardness of RC 60.

4. Two die molds with 10 mm diameter.

01

5. One die with 6mm diameter.

6. One die with rectangular cross-section of 10x10mm.

7. Partial bid can be placed for die molds. However, suppliers with full bid

will be preferred

31-

080

Sieve shaker

1. A sieve shaker for the separation of powders through sieving.

2. Time and vibration amplitude should be adjustable.

3. It should be provided with all the accessories to perform the sieving.

4. Ultrasonic sieving system will be preferred. In this case, an extra HF cable

should be provided with long length to keep the ultrasonic generator away

from the sieves.

5. At least, two sieves, a lid and a pan of 8 inches (or 200 mm) diameter

must be provided. The both sieves should have same aperture size and it

could be any size from150 to 180 micro-meter.

6. The height/depth of the sieves should be 2 inches (50 mm).

7. The sieves should be made of corrosion resistant materials e.g. stainless

steel.

8. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

9. Origin of machine should, preferably, be of Japan, USA, Canada,

Germany or UK.

10. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

01

32-

080

Air compressor.

1. A portable type air compressor with the air gun.

2. It should have 30 liter (8 gallon) air volume capacity.

3. Origin of Korea, Japan, USA, Canada, Germany or UK will be preferred.

01

33-

080

CNC Water Jet cutting M/C

1. Cutting material (Water + Abrasives)

2. Cutting bed length 2‘ x 2‘ to 3‘x 3‘

3. Cutting pressure 300 to 400 Mpa

4. Max. Working Pressure 270 MPa

5. Electric motor 3Phase, 220 VAC

6. Pressure Ratio 1:20/1:22

7. Max.Flow 2.5‐3 L/min

8. Cutting accuracy of 0.02 to 0.04mm per M of length

9. Cutting speed 5 to 8 m/min

10. Travel in Z-axis 140mm to 200mm

11. CNC software compatible to advanced 3 D softwares e.g. pro E, Auto

desk, Solid Works etc.

01

12. Along with standard accessories & After sale service

13. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

14. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

15. Origin of machine must be of Korea, Japan, USA, Denmark, Sweden,

Canada, Germany or UK.

16. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

34-

080

Coordinate measurement machine M/C

1. 5 to 6 axis CNC

2. Working table size 600mm x 700mm to 600mm x 800mm

3. X –axis 400 to 500mm

4. y-axis 400mm to 500mm

5. Z- axis 400mm to 500mm

6. Air bearing guide

7. Table material granite or other suitable

8. Max height of work piece 400mm to 500mm

9. Compatible 3d soft wares e.g. pro E, Solid works, Auto Desk

10. Along with standard accessories such as to convert the specs to drawings

& After sale service

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

13. Origin of machine must be of Korea, Japan, USA, Denmark, Sweden,

Canada, Germany or UK.

14. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

35-

080

3D printer

1. Building model 250mmX 250mm X 250 mm

2. Modelling material easily and cheaply available in local market (powder,

solid material) & should be provided with the Printer.

3. PC along with the compatible 3D softwares e.g. Pro E, solid works,

Autodesk etc& After sale service.

4. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

01

provided.

5. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

6. Origin of machine must be of Korea, Japan, USA, Denmark, Sweden,

Canada, Germany or UK.

7. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

36-

080

Plotter printer

1. Colour of width 36‖ to 42‖

2. Origin should be European (HP, EPSON, Canon)

3. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

4. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

5. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

01

37-

080

UPS system

13. A UPS system for the output of 15 kW.

14. The response time should be 1 ms or better.

15. The backup time should be 30 minutes for 15 kW load.

16. Long battery life and large cycle capacity batteries should be used. It will

be appreciated if the quotations for lead-acid, NiCd batteries and other

batteries are provided separately.

17. It should have the capacity for 3-phase connection.

18. The system should be maintenance free or work with minimal

maintenance.

19. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

20. Complete installation of the machine must be done by the manufacturer.

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

21. Origin of machine must be of Japan, USA, Canada, Germany or UK.

22. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

23. The systems with longer warranty time will be preferred.

24. A reference list of installations in Pakistan should be provided.

01

38-

080

Air conditioner

1. An air conditioner for cooling the lab.

2. It should be DC inverter AC with 1.5 ton capacity.

3. The compressor must be manufactured in Germany, Japan, Korea or USA.

4. Reputable international brands i.e. Samsung, LG, Toshiba, Daikin should

be supplied.

5. It should be fitted with PPR pipes.

6. Complete installation of the ACs should be done by the manufacturer or

supplier.

04

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor

Procurement of Supply of Advanced Simulation

Laboratory Equipment of Mechanical

Engineering Department at KFUEIT,

Rahim Yar Khan

Detailed Evaluation for Tender No. Lab-081

Procurement of Supply of Advanced Simulation Laboratory Equipment of

Mechanical Engineering Department at

KFUEIT, Rahim Yar Khan (Minimum Passing Score Required is 65 Points)

Sr. No Item Name and Description Marks Max Marks

1 Past Performance/Experience of the Bidder (Reg. with

GST/NTN) -- 10

1.1 1 – 3 year experience 2 --

1.2 4 – 8 year experience 4 --

1.3 9 – 15 years experience 6 --

1.4 Above 15 10 --

2 Relevant Experience -- 10

2.1 Project completed of similar nature in last ten years 2/project 6

2.2 Project in hand of similar nature 2/project 4

3 Financial Position/ Status -- 10

3.1 Last sales tax paid Form 4 --

3.2 Bank Certificate (satisfactory) 2 --

3.3 Statement Worth (Min 15 m) 4 --

4 After sale Services Available -- 10

5 Technical Evaluation of quoted items -- 60

5.1 Specification matched 30

5.2 Literature in printed shape attached 2.5

5.3 Reliability 2.5

5.4 Delivery schedule as per need 5

5.5 List of clients / where this equipment delivered 5

5.6 Satisfactory letter from clients in favour of such equipment 5

5.7 Guarantee / Warranty (as the case may be) 5

5.8 Provision of training to concerned user 2.5

5.9 Free Installation (if required) as per requirement 2.5

Total -- 100

Specifications of Supply of Advanced Simulation Laboratory

Equipment of Mechanical Engineering Department

Sr.

No. Name and Specifications Qty

01-

081

Computer

1. A computer for simulation work.

2. It must have Xeon v4E5 or E7 processor. The number of cores should be 8

or higher. The cache should be 24 MB or higher. The core speed should be

2.1 GHz or higher. The processor must have been launched in 2016 or

2017 year.

3. At least 64 GB RAM should be included.

4. NVIDIA Quadro graphics card with at least 8 GB memory, should be

included.

5. At least 256 GB solid state drive and 4 TB mechanical hard drive should

be included.

6. A 27 inch display screen should be included.

7. DVD writer, mouse, keyboard and similar components should be supplied.

8. Windows 10 pro should be installed.

9. Appropriate drives for all the components to work with maximum

efficiency should be installed.

10. All accessories and components required to run the simulation must be

supplied

11. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

12. Warranty of the complete system should be reported. The system with

longer warranty will be preferred.

13. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

03

02-

081

MATLAB

1. Complete MATLAB software for educational research purposes.

2. It should include Simulink

3. It should have perpetual/life time license.

4. It should be provided on DVD.

5. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

6. In case of multiple software suites from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

02

03-

081

ANSYS

1. ANSYS Software with complete Fluid Dynamics and Structural

02

Mechanics modules for educational research purposes.

2. It should have perpetual/life time license.

3. It should be provided on DVD

4. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

5. In case of multiple software suites from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

04-

081

Compress 2017

1. Compress 2017 software for designing pressure vessels and heat

exchangers for educational research purposes with all modules.

2. It should have perpetual/life time license.

3. It should be provided on DVD

4. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

5. In case of multiple software suites from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is provided.

02

05-

081

Air conditioner

1. An air conditioner for cooling the lab.

2. It should be DC inverter AC with 1.5 ton capacity.

3. The compressor must be manufactured in Germany, Japan, Korea or USA.

4. Reputable international brands i.e. Samsung, LG, Toshiba, Daikin should

be supplied.

5. It should be fitted with PPR pipes.

6. Complete installation of the ACs should be done by the manufacturer or

supplier.

04

06-

081

UPS system

25. AUPS system for the output of 15 kW.

26. The response time should be 1 ms or better.

27. The backup time should be 30 minutes for 15 kW load.

28. Long battery life and large cycle capacity batteries should be used. It will

be appreciated if the quotations for lead-acid, NiCd batteries and other

batteries are provided separately.

29. It should have the capacity for 3-phase connection.

30. The system should be maintenance free or work with minimal

maintenance.

31. A complete set of operation manuals and maintenance manuals for the

machine, both in hard copy form and soft copy on CD or DVD must be

provided.

32. Complete installation of the machine must be done by the manufacturer.

01

All test modes should be demonstrated by the manufacturer‘s personnel

after installation.

33. Origin of machine must be of Japan, USA, Canada, Germany or UK.

34. In case of multiple models from the same manufacturer meet the

requirements, it will be appreciated if quotation for each model is

provided.

35. The systems with longer warranty time will be preferred.

36. A reference list of installations in Pakistan should be provided.

Note:

All items must be of North American, Western Europe or Japanese manufacturer. The components

and/or equipment shall be newly manufactured, not used and refurbished or previously used for

demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for

safe operation for at least 10 years from date of installation acceptance. The equipment shall be

delivered with all necessary supplies and accessories required for installation and start-up.

Installation, operator familiarization, and training for up to three analysts shall be included for all

modules. The vendor shall demonstrate and document upon installation that the system meets all

performance specifications, including the sensitivity specifications. The instrument shall not be

accepted until those performance specifications have been met. All instruments should have the

specifications mentioned in the tender.

Signature of Contractor