supply, installation and commissioning of lab & teaching ...

85
Page | 1 UNIVERSITY OF PERADENIYA INVITATION FOR BIDS (IFB) SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS Bid No: LS/02/21/NCB/03 Bid Closing Date : 30 / 11 / 2021 Bid Closing Time : 1.00 p. m

Transcript of supply, installation and commissioning of lab & teaching ...

Page | 1

UNIVERSITY OF PERADENIYA

INVITATION FOR BIDS (IFB)

SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS &

ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS

Bid No: LS/02/21/NCB/03

Bid Closing Date : 30 / 11 / 2021

Bid Closing Time : 1.00 p. m

Page | 2

1. The Chairman, University Procurement Committee on behalf of the University of Peradeniya invites sealed bids from eligible and qualified bidders for supply of below mentioned items to the University of Peradeniya.

Bid No: LS/02/21/NCB/03

Package

Item No

Description Quantity

PLANT MACHINERY & TOOLS

A 1 CNC Milling Centre Retrofitting ( Purchasing three servo motor s, motor

controllers and control panels)

1 No

B 1 Incinerator 1 No

LAB & TEACHING EQUIPMENT

C 1 Supply, delivery, installation & commissioning of Online Teaching

Solution

1 Set

D 1 Multimedia projector 02 Nos

E 1 CNC tool kit 1 Set

F 1 Accelerometer and charge amplifier kit 1 Set

G 1 Micro-controllers & Sensor modules 1 Set

H 1 Michelle pad apparatus 1 No

I 1 Chemical Reactors Teaching Equipment Modern reactor system (fully

Computerized which can be operated remotely)

1 No

2 Continuous Stirred tank reactor (CSTR) compatible with Chemical

Reactors Teaching Equipment Modern Reactor System (fully

Computerized which can be operated remotely)

1 No

3 Plug flow reactor compatible with Chemical Reactors Teaching

Equipment Modern reactor system (fully Computerized which can be

operated remotely)

1 No

J 1 Polarized Light microscope with Image Capturing System 1 No

K 1 Microsoft HOLOLENS 2 Nos

L 1 Dual Channel Digital Storage Oscilloscopes 17 Nos

M 1 Laboratory Grade Switching ADJUSTABLE DC Power Supply 17 Nos

N 1 Soldering Station 15 Nos

UNIVERSITY OF PERADENIYA

SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS

TO THE UNIVERSITY OF PERADENIYA

INVITATION FOR BIDS (IFB)

Page | 3

O 1 Marcet Boiler 01 No

COMPUTERS & ACCERSORIES

P 1 High End workstation with GPU Accelerator 1 No

2 Computer workstations 2 Nos

3 Laptop Computers 4 Nos

4 All in one Computers 10 Nos

NETWORKING

Q 1 Upgrading network of the department of Computer engineering 1 No

1. Bidders are allowed the option to bid for one or more or all packages. Bidders shall quote for all

the items in each package for which a bid submitted and for the total quantity required under

each package, to qualify for evaluation.

2. Interested eligible bidders may obtain further information from the Deputy Bursar/Local Supplies, University of Peradeniya on contact No. 081-2392417.

3. Additional details are provided in the Bidding Document.

4. A complete set of Bidding Documents in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of Rs.7,500.00 for each bid to the Shroff Counter, at the Senate Building, University of Peradeniya from 9.00 a.m. to 3.00 p.m. on normal working days from 05.11.2021 to 29.11.2021. The bidding documents can also be downloaded from the University Website i.e. www.pdn.ac.lk. Those who are obtaining bidding documents from the University Website should submit the tenders along with a Bank Draft drawn in favour of the “Bursar, University of Peradeniya” for Rs. 7,500.00 as the non-refundable fee.

5. Bids must be delivered to the Chairman, University Procurement Committee, Senate House, University of Peradeniya, Peradeniya on or before 1.00 p.m. on 30.11.2021 Late bids will be rejected. Bids will be opened in the presence of the bidder or bidders’ representatives who choose to attend in person at 1.30 p.m on 30.11.2021 at the Committee Room of the Senate Building, University of Peradeniya. All Bids should be marked as ‘’Supply, installation and Commissioning of Lab & Teaching Equipment, Computers & Accessories, Networking and Plant Machinery & Tools – No LS/02/21/NCB/03’’ on the top left hand corner of the envelope

6. All bids shall be accompanied by a Bid Security for an amount of 1% of the bid value obtained

from a bank approved by the Central Bank of Sri Lanka, valid up to 30.03.2022 written in favour of the Vice-Chancellor, University of Peradeniya or a receipt obtained from the Shroff, University of Peradeniya after making a cash payment for an amount as explained above.

CHAIRMAN UNIVERSITY PROCUREMENT COMMITTEE UNIVERSITY OF PERADENIYA

Page | 4

පේරාපෙණිය විශ්ව විෙයාලය, ශ්‍රී ලංලාවාව பேராதனைே் ேல்கனலக்கழகம், இலங்னக

UNIVERSITY OF PERADENIYA, SRI LANKA

LOCAL SUPPLIES UNIT

…………………………………………………………….

……………………………………………………………

Dear Sir,

SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS - NO. LS/02/21/NCB/03

The Chairman, University Procurement Committee, University of Peradeniya invites sealed bids for the Supply of items mentioned in the below schedule to the University of Peradeniya from reputed vendors up to 1.00 p.m on 30.11.2021. under the general terms and conditions set out below.

SCHEDULE I

Package

Item No

Description Quantity

PLANT MACHINERY & TOOLS

A 1 CNC Milling Centre Retrofitting ( Purchasing three servo motor s, motor

controllers and control panels)

1 No

B 1 Incinerator 1 No

LAB & TEACHING EQUIPMENT

C 1 Supply, delivery, installation & commissioning of Online Teaching

Solution

1 Set

D 2 Multimedia projector 02 Nos

E 1 CNC tool kit 1 Set

F 1 Accelerometer and charge amplifier kit 1 Set

G 1 Micro-controllers & Sensor modules 1 Set

H 1 Michelle pad apparatus 1 No

I 1 Chemical Reactors Teaching Equipment Modern reactor system (fully

Computerized which can be operated remotely)

1 No

2 Continuous Stirred tank reactor (CSTR) compatible with Chemical

Reactors Teaching Equipment Modern Reactor System (fully

Computerized which can be operated remotely)

1 No

දුරවථනඅාව ததானலபேசிஇல

Telephone Nos. 081-2392417/13

ෆැක්ස්

ததானலநகல்

Fax

ඔපේඅාවය

உங்கஇல Your No.

මපේඅාවය

எை்னுஇல My No.

දිනය

திததி Date

විද්යුත්තැපෑල,

மிை்தமயில் [email protected] E mail

Page | 5

3 Plug flow reactor compatible with Chemical Reactors Teaching

Equipment Modern reactor system (fully Computerized which can be

operated remotely)

1 No

J 1 Polarized Light microscope with Image Capturing System 1 No

K 1 Microsoft HOLOLENS 2 Nos

L 1 Dual Channel Digital Storage Oscilloscopes 17 Nos

M 1 Laboratory Grade Switching ADJUSTABLE DC Power Supply 17 Nos

N 1 Soldering Station 15 Nos

O 1 Marcet Boiler 01 No

COMPUTERS & ACCERSORIES

P 1 High End workstation with GPU Accelerator 1 No

2 Computer workstations 2 Nos

3 i5 Laptop Computers 4 Nos

4 All in one Computers 10 Nos

NETWORKING

Q 1 Upgrading network of the department of Computer engineering 1 No

GENERAL TERMS AND CONDITION

[1] Bids must be sent in the prescribed form annexed (Annexure I) hereto. All the bidders should sign and send the document attached to the annexure I containing the General Terms and Conditions along with the documents listed in the clause 16 hereto. The cost for the bidding documents once paid shall not be refunded.

[2] Bids should be addressed to the Chairman, Procurement Committee, University of Peradeniya, Peradeniya.

[3] Bids should be sent in duplicate with all the blanks in the documents duly perfected, signed and dated, in two separate sealed covers, distinctly marked as (a) and (b) below, otherwise it is likely to be rejected.

(a) ORIGINAL - SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS - NO. LS/02/21/NCB/03

(b) DUPLICATE - SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS - NO. LS/02/21/NCB/03 Both sealed envelopes should be enclosed in one securely sealed cover and should be forwarded by registered post or deposited in the Official Tender Box kept at the Registrar’s Office of the University of Peradeniya addressed only to the Chairman, Procurement Committee, University of Peradeniya, Peradeniya on or before 30.11.2021 at 1.00 p.m

Page | 6

The Bid document thereof is not received by the date and time specified, the Bid shall not be accepted on any account. Bids will be opened at 1.30 p.m on 30.11.2021, (soon after the closing of bids) at the Committee Room, University of Peradeniya. The bidder or one representative is permitted to be present at the opening of the bids, at which time, name of the bidder, amount of the bids, if discounts are declared in bid form, amount of the discount will be read out. Those who are obtaining the bidding documents from the University Website i.e. www.pdn.ac.lk should send their documents along with a Bank Draft for the value of 7,500.00 in favour of the Bursar, University of Peradeniya as a non-refundable fee. If not the bids shall be rejected.

[4] Any alterations made in the bid must bear the signature of the bidder and all bids containing alterations not so signed shall be treated as informal and rejected.

[5] Bids submitted in illegible manner shall also be rejected.

[6] Qualification of a bidder All bidders shall possess legal right to supply of goods under this procurement. All bidders shall produce a copy of the Business Registration Certificate/ Certificate of Incorporation (if the bidder is a Company) No Bidder whose name is black listed at the Treasury shall be qualified to submit a bid. A bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Any attempt on the part of the bidders or their agents to influence the officials of the University in their favour by personal canvassing with the Officers concerned or any other party shall cause to disqualify the Bidders.

[7] Bid Validity Bids shall be valid for 90 days from the date of closing of the bid

[8]

The successful bidder shall supply the ordered equipment within 90 days’ time, from the date of confirmed the order.

[9] Clarifications may be sought from you on technical/Commercial aspects, if felt necessary.

[10] The Bidder shall undertake to supply equipment according to the specifications given.

[11] The bidder shall quote only in Sri Lankan Rupees.

[12] Bidders should be prepared to accept orders subject to the penalty clause for forfeiture of Performance Security in the event of default in supplies or failure to supply within the stipulated period or supply of poor equipment. Bidders shall invariably specify in their bidding documents the delivery conditions including the time required for the supply of equipment quoted for.

[13] Bidders are allowed the option to bid for one or more or all packages. Bidders shall quote for all the items in each package for which a bid submitted and for the total quantity required under each package, to qualify for evaluation.

[14] Evaluation a) Evaluation will be carried out for each package separately.

b) Bidder should indicate relevant cost in maintenance of equipment listed in annexure V,

which will have to be incurred by the University, after warranty period. The cost of maintenance of the relevant items may be considered in evaluation.

Page | 7

[15] The final acceptance of the bid rests entirely with the University. The University of Peradeniya shall

not bind itself to accept the lowest or any bid and it reserves the right of accepting or rejecting any of the Bids. The Bidders on their part should be prepared to supply the items ordered from them which they have quoted in the bidding documents.

[16] The bidding document must be consisted of the following documents as a part of the Bid: 1. General Terms and Conditions of the Bid (Annexure I) 2. Bid Submission Form (Annexure II) 3. Specifications (Annexure III) 4. Price Schedule (Annexure IV) 5. Cost of Maintenance (Annexure V) 6. Bid Security(Annexure VI) 7. Copy of the Business Registration Certificate/Certificate of incorporation 8. Audited Financial Statement 9. Any other documents.

[17] The bidders should be prepared to provide the item if requested by the University for further evaluation. All the items supply under the purview of this Tender should strictly be conformed the quality of the equipment and the specifications.

[18] The substantial responsive bids will be referred to the Technical Evaluation Committee for further evaluation and recommendation and subsequently to the Procurement Committee for a decision.

[19] Bids should be firm and subject to no variation for fluctuation of prices.

[20] The successful bidder will be notified by the registered post, the acceptation of his/her bid by the University. The successful Bidder shall also execute an agreement, for the due fulfilment of the contract within the period to be specified in the letter of acceptance. If the bidder within ten days of being noticed declines or fails to enter into an Agreement on the basis of the Procurement and / or fails to submit the Performance Security referred to in paragraph 24 of these Conditions, his/her bid shall be rejected and will be considered as a defaulted supplier.

[21] The official purchase order will be placed with the successful bidder after submitting the Performance Security referred to in paragraph 24 of the conditions.

[22]

Fully priced copies of the Schedule of prices/rates duly signed and should be submitted along with the documents. Any alterations made in the quotations must bear the signature of the bidder and all bids containing alterations not so signed shall be treated as informal and will be rejected.

[23] Bid Security The bids shall be accompanied by a Bid Security for an amount of 1% of the bid value obtained from a bank approved by the Central Bank of Sri Lanka valid up to 30.03.2022 written in favour of the Vice-Chancellor, University of Peradeniya or a receipt obtained from the Shroff, University of Peradeniya after making a cash payment for an amount as explained above. (Insurance Bond will not be accepted). All bids send without the Bid Security shall be treated as informal and be rejected.

[24] Performance Security: Before a formal Agreement is signed, the successful bidder shall be required to furnish a Performance Security for 10% of the contract sum from a bank approved by the Central Bank of Sri Lanka (Insurance Bond will not be accepted) in the name of the Vice-Chancellor, University of Peradeniya and to mortgage and hypothecate the same to the Vice-Chancellor, University of Peradeniya as security with an approved Bank in favour of the Vice-Chancellor, University of Peradeniya. The validity date should be one month beyond the completion date of the contract and for the payment of all claims to which the Vice-Chancellor, University of Peradeniya may be entitled under the provisions of the Agreement to be entered into.

Page | 8

Yours faithfully, Chairman University Procurement Committee, University of Peradeniya

[25] Forfeiture of Performance Security:

(a) The equipment which will be supplied should strictly be in good quality and they are found to be not in good quality the order shall be rejected and the Performance Security shall be forfeited to the University. The University shall not be responsible for paying any expenses or losses incurred by the supplier/s in supplying of inferior quality items.

(b) In cases where a successful bidder, after having made partial supplies fails to fulfil the

contracts in full, all or any of the furniture not supplied may at the discretion of the procuring entity, be purchased by means of another procurement/quotations or by negotiation or from the next higher bidder who had offered to supply already and the loss, if any, caused to the University shall thereby together with such sums as may be fixed by the University towards the damages, be recovered from the defaulting bidder by forfeiting the performance security.

[26] [27]

Any other information may be obtained from the Deputy Bursar/Local Supplies, University of Peradeniya on any working day between 9.00 a.m. to 4.00 p.m. T’phone No. 081-2392417. The bidder shall indicate the amount of VAT, separately in the bidding document, in addition to the net value of the bids, along with the VAT Registration number. If the bidder is not registered for VAT, the net value of the bids should be indicated in the bidding documents and a letter obtained from the Commissioner of Inland Revenue Department certifying that the bidder has not registered for VAT, should be attached with the bid documents. If the bidder has not indicated the VAT Registration Number or not submitted a letter obtained from the Department of Inland Revenue bids shall not be considered for evaluation and shall be rejected.

[28] Please note to send your documents with all the annexure set out in the clause 16 above. Bids without annexure shall be rejected.

[29] The Procurement Committee reserves the right to reject any or all bids received in this connection, or altogether cancel this procurement. The decision of the Procurement Committee shall be final and conclusive.

[30] The University of Peradeniya shall not be responsible for or pay any expenses or losses, which may be incurred by the bidder in preparation of this procurement.

[31] Brochures and Catalogues should be provided.

[32] If the bidder is not the manufacturer of the quoted item, bidder should submit a Manufacturer's Authorization Letter along with the bid. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer.

Page | 9

ANNEXURE I

GENERAL TERMS AND CONDITIONS

[1] Bids should be addressed to the Chairman, Procurement Committee, University of Peradeniya, Peradeniya.

[2] Bids should be sent in duplicate with all the blanks in the documents duly perfected, signed and dated, in two separate sealed covers, distinctly marked as (a) and (b) below, otherwise it is likely to be rejected.

(a) ORIGINAL - SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS - NO. LS/02/21/NCB/03

(b) DUPLICATE - SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY & TOOLS - NO. LS/02/21/NCB/03

Both sealed envelopes should be enclosed in one securely sealed cover and should be forwarded by registered post or deposited in the Official Tender Box kept at the Registrar’s Office of the University of Peradeniya addressed only to the Chairman, Procurement Committee, University of Peradeniya, Peradeniya on or before 30.11.2021 at 1.00 p.m. The Bid document thereof is not received by the date and time specified, the Bid shall not be accepted on any account. Bids will be opened at 1.30 p.m on 30.11.2021 (soon after the closing of bids) at the Committee Room, University of Peradeniya. The bidder or one representative is permitted to be present at the opening of the bids, at which time, name of the bidder, amount of the bids, if discounts are declared in bid form, amount of the discount will be read out. Those who are obtaining the bidding documents from the University Website i.e. www.pdn.ac.lk should send their documents along with a Bank Draft for the value of Rs. 7,500.00 in favour of the Bursar, University of Peradeniya as a non-refundable fee. If not the bids shall be rejected.

[3] Any alterations made in the bid must bear the signature of the bidder and all bids containing alterations not so signed shall be treated as informal and rejected.

[4] Bids submitted in illegible manner shall also be rejected.

[5] Qualification of a bidder All bidders shall possess legal right to supply of goods under this procurement. All bidders shall produce a copy of the Business Registration Certificate/ Certificate of Incorporation (if the bidder is a Company) No Bidder whose name is black listed at the Treasury shall be qualified to submit a bid. A bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Any attempt on the part of the bidders or their agents to influence the officials of the University in their favour by personal canvassing with the Officers concerned or any other party shall cause to disqualify the Bidders.

………………..…………………………………… Seal and the signature of the bidder

Page | 10

[6] Bid Validity Bids shall be valid for 90 days from the date of closing of the bids.

[7] The successful bidder shall provide the ordered equipment within 90 days’ time, from the date of confirmed the order.

[8] Clarifications may be sought from you on technical/Commercial aspects, if felt necessary.

[9] The Bidder shall undertake to supply equipment according to the specifications given.

[10] The bidder shall quote only in Sri Lankan Rupees.

[11] Bidders should be prepared to accept orders subject to the penalty clause for forfeiture of Performance Security in the event of default in supplies or failure to supply within the stipulated period or supply of poor equipment. Bidders shall invariably specify in their bidding documents the delivery conditions including the time required for the supply of equipment quoted for.

[12] Bidders are allowed the option to bid for one or more or all packages. Bidders shall quote for all the items in each package for which a bid submitted and for the total quantity required under each package, to qualify for evaluation.

[13] Evaluation a) Evaluation will be carried out for each package separately.

b) Bidder should indicate relevant cost in maintenance of equipment listed in annexure V,

which will have to be incurred by the University, after warranty period. The cost of maintenance of the relevant items may be considered in evaluation.

[14] The final acceptance of the bid rests entirely with the University. The University of Peradeniya shall

not bind itself to accept the lowest or any bid and it reserves the right of accepting or rejecting any of the Bids. The Bidders on their part should be prepared to supply the items ordered from them which they have quoted in the bidding documents.

[15] The bidding document must be consisted of the following documents as a part of the Bid: 1. General Terms and Conditions of the Bid (Annexure I) 2. Bid Submission Form (Annexure II) 3. Specifications (Annexure III) 4. Price Schedule (Annexure IV) 5. Cost of Maintain (Annexure V) 6. Bid Security(Annexure VI) 7. Copy of the Business Registration Certificate/Certificate of incorporation 8. Audited Financial Statement 9. Any other documents.

[16] The bidders should be prepared to provide the item if requested by the University for further

evaluation. All the items supply under the purview of this Tender should strictly be conformed the quality of the equipment and the specifications.

…………………..…………………………………… Seal and the signature of the bidder

Page | 11

[17]

The substantial responsive bids will be referred to the Technical Evaluation Committee for further evaluation and recommendation and subsequently to the Procurement Committee for a decision.

[18] Bids should be firm and subject to no variation for fluctuation of prices.

[19] The successful bidder will be notified by the registered post, the acceptation of his/her bid by the University. The successful Bidder shall also execute an agreement, for the due fulfilment of the contract within the period to be specified in the letter of acceptance. If the bidder within ten days of being noticed declines or fails to enter into an Agreement on the basis of the Procurement and / or fails to submit the Performance Security referred to in paragraph 24 of these Conditions, his/her bid shall be rejected and will be considered as a defaulted supplier.

[20] The official purchase order will be placed with the successful bidder after submitting the Performance Security referred to in paragraph 24 of the conditions.

[21]

Fully priced copies of the Schedule of prices/rates duly signed and should be submitted along with the documents. Any alterations made in the quotations must bear the signature of the bidder and all bids containing alterations not so signed shall be treated as informal and will be rejected.

[22] Bid Security The bids shall be accompanied by a Bid Security for an amount of 1% of the bid value obtained from a bank approved by the Central Bank of Sri Lanka valid up to 30.03.2022 Written in favour of the Vice-Chancellor, University of Peradeniya or a receipt obtained from the Shroff, University of Peradeniya after making a cash payment for an amount as explained above. (Insurance Bond will not be accepted). All bids send without the Bid Security shall be treated as informal and be rejected.

23] Performance Security: Before a formal Agreement is signed, the successful bidder shall be required to furnish a Performance Security for 10% of the contract sum from a bank approved by the Central Bank of Sri Lanka (Insurance Bond will not be accepted) in the name of the Vice-Chancellor, University of Peradeniya and to mortgage and hypothecate the same to the Vice-Chancellor, University of Peradeniya as security with an approved Bank in favour of the Vice-Chancellor, University of Peradeniya. The validity date should be one month beyond the completion date of the contract and for the payment of all claims to which the Vice-Chancellor, University of Peradeniya may be entitled under the provisions of the Agreement to be entered into.

[24] Forfeiture of Performance Security:

(a) The equipment which will be supplied should strictly be in good quality and they are found to be not in good quality the order shall be rejected and the Performance Security shall be forfeited to the University. The University shall not be responsible for paying any expenses or losses incurred by the supplier/s in supplying of inferior quality items.

(b) In cases where a successful bidder, after having made partial supplies fails to fulfil the

contracts in full, all or any of the furniture not supplied may at the discretion of the procuring entity, be purchased by means of another procurement/quotations or by negotiation or from the next higher bidder who had offered to supply already and the loss, if any, caused to the University shall thereby together with such sums as may be fixed by the University towards the damages, be recovered from the defaulting bidder by forfeiting the performance security.

…………………..…………………………………… Seal and the signature of the bidder

Page | 12

[25] [26]

Any other information may be obtained from the Deputy Bursar/Local Supplies, University of Peradeniya on any working day between 9.00 a.m. to 4.00 p.m. T’phone No. 081-2392417. The bidder shall indicate the amount of VAT, separately in the bidding document, in addition to the net value of the bids, along with the VAT Registration number. If the bidder is not registered for VAT, the net value of the bids should be indicated in the bidding documents and a letter obtained from the Commissioner of Inland Revenue Department certifying that the bidder has not registered for VAT, should be attached with the bid documents. If the bidder has not indicated the VAT Registration Number or not submitted a letter obtained from the Department of Inland Revenue bids shall not be considered for evaluation and shall be rejected.

[27] Please note to send your documents with all the annexure set out in the clause 15 above. Bids without annexure shall be rejected.

[28] The Procurement Committee reserves the right to reject any or all bids received in this connection, or altogether cancel this procurement. The decision of the Procurement Committee shall be final and conclusive.

[29] The University of Peradeniya shall not be responsible for or pay any expenses or losses which may be incurred by the bidder in preparation of this procurement.

[30] If the bidder is not the manufacturer of the quoted item, bidder should submit a Manufacturer's Authorization Letter along with the bid. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer.

…………………..…………………………………… Seal and the signature of the bidder

Page | 13

UNIVERSITY OF PERADENIYA SUPPLY, INSTALLATION AND COMMISSIONING OF LAB & TEACHING EQUIPMENT, COMPUTERS & ACCESSORIES, NETWORKING AND PLANT MACHINERY &TOOLS

- NO. LS/02/21/NCB/03 - BID SUBMISSION FORM

To: Chairman, Procurement Committee, University of Peradeniya, Peradeniya. Having examined the instructions to Bidders, General Conditions, Specifications and Bidding Data Sheets/Offer Sheets for the Supply of items in conformity with the said General Conditions, Specifications and Bidding Data Sheets/Offer for the cost mentioned below. (Please indicate all inclusive cost with VAT)

Package

Item No.

Description Qty. Total Price in Figure Rs. Cts.

Total Price in Words

A 1 CNC Milling Centre Retrofitting ( Purchasing three servo motor s,

motor controllers and control panels)

1.1 Servo motor CNC with AC servo driver 03 Nos

1.2 Spindle motor kit 01 No

1.3 VFD inverter driver 01 No

B 1 Incinerator 1 No

C 1 Supply, delivery, installation & commissioning of Online Teaching

Solution

1 Set

1.1 Full HD PTZ Camera 01 No

1.2 Full HD WEB Camera 02 Nos

1.3 Wireless Audio System 01 No

1.4 Interactive Display 01 No

1.5 Laptop 01 No

1.6 LED Studio Light 01 No

ANNEXURE II

Page | 14

1.7 Other Accessories

D 1 Multimedia projector 02 Nos

E 1 CNC tool kit 1 Set

F 1 Accelerometer and charge amplifier kit 1 Set

G Micro-controllers & Sensor modules 01 set

1. Micro-controllers

1.1 4 GB (RAM) 15 Nos

1.2 8 GB (RAM) 05 Nos

2 Sensor modules

2.1 Temperature sensors 20 Nos

2.2 pressure sensors 20 Nos

2.3 cameras 20 Nos

2.4 Humidity Sensor 20 Nos

2.5 magnetometer 20 Nos

2.6 accelerometers etc. 20 Nos

2.7 Raspberry Pi Analog IC 8 channel input 05 Nos

2.8 Raspberry Pi Analog IC 4 channel input 15 Nos

2.9 Colour Sensor – TCS 230 10 Nos

2.10 Colour Sensor – TCS 3200 10 Nos

Page | 15

H 1 Michelle pad apparatus 1 No

I 1 Chemical Reactors Teaching Equipment Modern reactor system

(fully Computerized which can be operated remotely)

1 No

2 Continuous Stirred tank reactor (CSTR) compatible with Chemical

Reactors Teaching Equipment Modern Reactor System (fully

Computerized which can be operated remotely)

1 No

3 Plug flow reactor compatible with Chemical Reactors Teaching

Equipment Modern reactor system (fully Computerized which can

be operated remotely)

1 No

J 1 Polarized Light microscope with Image Capturing System 1 No

K 1 Microsoft HOLOLENS 2 Nos

L 1 Dual Channel Digital Storage Oscilloscopes 17 Nos

M 1 Laboratory Grade Switching ADJUSTABLE DC Power Supply 17 Nos

N 1 Soldering Station 15 Nos

O 1 Marcet Boiler 01 No

P 1 High End workstation with GPU Accelerator 1 No

2 Computer workstation – Type 1 1 No

3 Computer workstation – Type 2 1 No

4 Laptop Computers 4 Nos

5 All in one Computers 10 Nos

Page | 16

Q 1 Upgrading network of the department of Computer engineering 1 Set

1.1 Layer 2 switch: 48G PoE 2SFP+ Switch 01 No

1.2 Layer 2 switch: 24G PoE 2SFP+ Switch 01 No

1.3 SFP + transceiver – Type 1 01 No

1.4 SFP + transceiver – Type 2 01 No

1.5 Wi-Fi Access Point 01 No

1.6 Fiber Cabling

1.7 UPS – 1 kVA 01 No

We agree to abide by this quotation for the period of 90 calendar days from the date fixed for receiving the same and it shall remain binding upon us and may accepted at any

time before the expiration of that period.

Unless and until a formal Agreement is prepared and executed this quotation together with your written acceptance thereof, shall constitute a binding contract between us.

We understand that you are not bound to accept the lowest and that you reserve the right to reject any or all quotations or to accept any part of quotation in the best interest of

the University without assigning any reasons thereof.

Name of Bidder : …………………………………………………………….

Seal : ……………………………………………………………

Signature of Bidder : .……………………………………………………………

Name and Title of the Signatory : ……………………………………………………

Telephone and Fax Nos. : Telephone Nos. : …………………………….

Fax Nos. : …………………………....

Name of Witness :…………………………………………………..............

Signature of Witness :……………………………………………………………….

Address :………………………………………………………………. Date :………………………………………………………………..

Page | 17

ANNEXURE III

SPECIFICATIONS FOR SUPPLY , INSTALLATION AND COMMISSIONING OF LAB AND TEACHING EQUIPMENT, COMPUTER & ACCESSORIES, NETWORKING & PLANT MACHINERY AND TOOLS - NO. LS/07/21/NCB/03

01. Plant Machinery and Tools

Package ‘’A’’ - Item 1.: CNC Milling Centre Retrofitting (Purchasing three servo motors, controllers and control panels) – 01 No

Servo motor CNC with AC servo driver – 03 Nos

Item Specification Conformity Bidder response(please specify(

yes No

Brand & Model Please specify

Type AC Servo Drive + Motor

Country/Region of Manufacture

Please Specify

Power 3.8 kW

Nominal Rated Input Voltage:

200 V, 208 V, 220 V, 230 V, 240 V

Shaft Diameter 22 mm

Rated Speed(rpm 2500 rpm

Rated Torque(N.m) 15 Nm

Max Torque 33 Nm

Moment Coefficient 1.11 Nm/A

Dimensions (mm) Please see the attached drawing

LA 231

LB 57

LC 5

LD 14

LE 110

LF 130

LG 145

LZ 9

S 22

H 24.5

W 6

Package Content 1 x Motor

1x AC Servo Drive

1 x Encoder Cable

1 x Power Cable

1 x RS 232 or RS 485 cable

Warranty One year or above

Page | 18

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal

Page | 19

Spindle motor kit (01no) & VFD inverter driver (01no)

Item Specification Conformity Bidder response(please specify) yes No

Spindle motor kit – 01 No

Brand & Model

Please specify

Type

SPINDLE MOTOR + VFD INVERTER DRIVER

Country/Region of Manufacture

Please Specify

Spindle power 4.5 kW

spindle motor voltage 220 V-230 V

Spindle motor current: 16.5 A

Rated Speed (rpm

18000 rpm

Lubrication Grease

Collet ER 32

warranty One year or above

VFD inverter driver – 01 No

inverter VFD input Single phase AC 220 +/- 220V 50/60 Hz

inverter VFD output 0 to 220 V 0 to 1000 HZ

Output Current(A) 21 A

inverter VFD power: 5.5 kW

Dimensions 120 x 328 mm

warranty One year or above

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 20

Package ‘’B’’ - Item 1 : Incinerator – 01 No

Item Specification Conformity Bidder response ( please specify)

yes No

Make Please specify

Brand & Model Please specify

Country of Origin Please specify

Country of Manufacture Please specify

Type Double-chamber pyrolytic incinerator package unit for easy installation at site. All components shall be made out of steel with adequate and appropriate thermal insulation.

Building, housing and installation

Supplier shall supply and install appropriate building / shelter to install the incinerator.

- The works include foundation, walls and roofing - Building/ housing shall have appropriate waste storage

compartment Supplier shall indicate land area requirement

Feeding Mechanism Manual feeding - Automatic burner shut down option shall be available when

feeding and emergency door opening.

Operating capacity Up to 50.0 kg/hour of throughput of waste having following characteristics;

- Feeding rate should be 20 kg or more for one batch, achieving minimum of 50.0kg/ hour capacity.

- Average lower calorific value of 1,050 kCal/kg - Primary/ feeding chamber volume should be minimum of 1.25

m3 or appropriate larger size to handle feeding volume.

Type of waste to be incinerated

Infectious waste, sharps, plastic items/ polythene, body parts, contaminated paper/cardboard and other combustible healthcare waste

External burners for chambers

Suitable diesel/ LPG fired burners for each chamber as appropriately. - Burner shall be of the low NOx type. - Burner shall consist of automatic controls with safety

measures.

Primary chamber temperature

850 ± 50 0C - The temperature should be modulated through automatic

temperature measurements and burner adjustments.

Secondary chamber temperature

1200 ± 50 0C The temperature should be modulated through automatic

Page | 21

temperature measurements and burner adjustments.

Residence time in secondary chamber

More than 2 seconds

Waste destruction capacity Destruction is > 95 % by volume and > 90% by weight (excluding non-combustible residue)

Combustion efficiency ≥ 99.99%

Fuel type, storage and consumption

- Diesel or LPG - Maximum allowable diesel consumption rate is 18 Liters per

hour (or equal to 15 kg of LPG per hour) - Should be installed with 200 liters of storage tank, piping and

flow mechanism (or equivalent LPG storage and feeding system)

- Maximum allowable diesel consumption rate is 18 L per hour (or equal to 15 kg of LPG per hour) should be installed with 200 L of storage tank, piping and flow mechanism (or equivalent LPG storage and feeding system)

Control panel - Digital controllers - Display to show real time temperature of all combustion

chambers - Controller shall be equipped with emergency shutdown

options - Options for temperature adjustments within said temperature

ranges - All wiring, electrical and electronic components shall be

supplied by the supplier

Chimney - Should be cylindrical and made of welded and flanged stainless steel with necessary supports and other ancillaries.

- Chimney height should comply with the National Environmental (Stationary Sources Emission Control) Regulations, No. 01 of 2019

- A Flue gas sampling port, ladder and platform should be Incorporated to the chimney

Air pollution control - The incinerator should be equipped with suitable air pollution control devices such as cyclone separators, filters. If scrubbers are used, a system to handle slurries generated by the scrubber should be provided.

Vibration & Noise - All necessary control devices should be incorporated and the standard operating noise level should be below 60dB (A)

Page | 22

- Noise level at the boundary should be maintained in comply with limits stipulated in the gazette No 924/12 dated 23.05.1996

Waste handling equipment/ accessories (Trolleys, Wheely bins etc.)

- Ash collection trays, rake or scoop - All other essential tools and accessories

Spare/ replacement parts At least one set of all critical spare parts should be supplied with the incinerator. The supplier must provide a list of these spare parts with the offer/bid

Electrical power supply 220-240V/380-415V, 50Hz

Operational & maintenance manual

To be essentially provided by the supplier in hard copy form (In English)

After sales and service - Supplier shall provide minimum one year of free after sale services

- Supplier shall come into an agreement for life time after sale services and repairs

Any other relevant technical Information/ Literature available

Should be provided

Design The supplier must offer only designs that have been in service for at least two (02) years, and proof should be provided for verification of this claim.

Performance guarantee - The supplier shall guarantee that the system offered adequately meets the requirements stated in this specification.

- A proof of compliance with National Environmental (Stationary Sources Emission Control) Regulations, No. 01 of 2019 shall be provided with the bid

- The supply and installation will be recognized as satisfactory, only after conducting an emission test through authorized independent authority.

After sales service Agreement

The supplier should provide details of after sales service arrangements.

Product Experience - Bidder Should have minimum of 10 Years experience in selling the quoted similar products in Sri Lanka.

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :……………………………… Company Seal:

Page | 23

Lab & Teaching Equipment

Package ‘’ C’’ Item 1: Supply, Delivery, Installation & Commissioning of Online Teaching Solution – 01 Set

Item Specification Conformity Bidder response (please specify)

Yes No

01. Full HD PTZ Camera – 01 Nos

Make Please specify

Model Please specify

Country of Manufacture Please specify

Camera Features

Resolution up to (FHD) 1920x1080 with frame rate up to 60 fps.

Auto focus technology

Low noise and high SNR

Audio input Support AAC, MP3, PCM audio coding.

Super silent pan-tilt

Network interface, support H.265 compression

Camera, Lens Parameter

Sensor 1/2.8” high quality HD CMOS sensor

Effective Pixels 16: 9, 2.07 megapixel or better

Video Format DVI/ HDMI/ 3G-SDI/ HD BaseT U2 interface

View Angle 3.3°(tele)- -54.7°(wide)or Better Angle

Optical Zoom 20X (f=5.5 to 110mm) or Better

AV F1.6 – F3.5 or Better

Digital Zoom 10 X or Better

Minimum Illumination 0.5 lux or Better

DNR 2D & 3D DNR

Page | 24

Focus System Auto/Manual

White Balance Auto / Manual/ One Push/

3000K/ 4000K/5000K/6500K

Electronic Shutter Auto/Manual

BLC ON/OFF

WDR OFF/ Dynamic level adjustment

Video Adjustment Brightness, Color, Saturation, Contrast, Sharpness or Better

Input/ Output Interface

Video Interfaces USB 2.0, LAN, RS 232( input & output), A-IN

Video Output Interfaces HDMI、3G-SDI、LAN、USB3.0、USB2.0

Image Stream Double stream output

Video Compression Format H.264, H.265

Control Protocol VISCA/Pelco-D/Pelco-P;Baud Rate:115200/9600/4800/2400bps

Audio Input Interface A-IN:Double track 3.5mm linear input

Audio Compression Format AAC/MP3/G.711A

Network Interface Network Interface 100M IP port(100BASE-TX)

Network Protocol RTSP,RTMP,ONVIF,GB/T28181

Control Interface RS232 (input & output),RS485

Power 220V AC - DC12V/1.5A power adapter

PTZ Parameter

Pan Rotation -170° to +170° or Higher

Tilt Rotation -30° to +90° or Higher

Pan Control Speed 0.1 to 60°/sec or better

Tilt Control Speed 0.1 to 30°/sec or better

Preset Number 255 or Better

Accessories

12V/1.5A power supply

RS 232 control line,

USB 2.0 connection line

Remote controller

Page | 25

Tripod with 162 cm maximum work height

Warranty One Year comprehensive

02. Full HD WEB Camera - 02 Nos

Make Please specify

Model Please specify

Country of Manufacture Please specify

Camera Features

High-definition Images Required with high quality CMOS sensor +

Camera Should be able to fix on a Tripod Stand

Field of view should be Minimum 109°

Required Video Adjustments

Device Should work without any drivers

Camera Parameters

Sensor HD CMOS sensor

Effective Pixels 2.07 megapixels or better

Video Format Range 1920x1080 to 160x120

View angle 109°(Horizontal) or higher

Focal length 2.90mm or better

Focus Fixed

Aperture Fixed

Backlight contrast able to ON/OFF

Minimum illumination 0.5 Lux

Exposure Exposure parameter could be adjusted; support auto exposure

Input /Output Interface

Video Interfaces USB2.0

Video Compression Format Compression Format MJPEG、YUV、H.264、H.265

Page | 26

Audio Input Interface Built-in high sensitive 2 mics

Accessories

Tripod Stand Tripod with 162 cm maximum work height

warranty One Year comprehensive

03. Wireless Audio system – 01 Nos

Make Please specify

Model Please specify

Country of Manufacture Please specify

Camera Features Should Work without any additional drivers

Should supports Windows, Android, IOS, Linux systems

Voice technical parameters

Acoustic Echo cancellation : >65dB or better

Echo length cancellation:≥400ms or better

Bidirectional noise compression :<25dB or better

Automatic Direction finding Technology of Intelligent

microphone

Automatic gain control

Audio parameters

Microphone frequency response:100 Hz -21 KHz or better

Speaker frequency response:100 Hz-21 KHz or better

Speaker volume: 95 dB or better

Microphone sound-pickup diameter: 6 m , 360 degrees full range or

better

Bluetooth Required

Remote Control

Yes

Distance 10m or better

Reception Angle 360°

Page | 27

Volume Adjustment 16-level or higher

Power Please specify

Warranty One Year comprehensive

04. Interactive Display – 01 Nos

Make Please specify

Model Please specify

Country of Manufacture Please specify

Type interactive display equipped with a patented electromagnetic pen

Pen Type Stylus Pen should work without using Batteries

Display size 13.3”

Resolution: 1920 x 1080 or better

Static Contrast Ratio: 800:1 or better

Brightness: 300 cd/m2 or better

Viewing Angles: 178° horizontal, 178° vertical or better

Colors: 262 K or better

Color Space Support: 6 bit or better

Light Source: LED light-bar or better

Active Area (in.): 11.6 x 6.5 or higher

Backlight Life (Hours): 15,000

Interfaces 2 x USB 3.1 Type C, 1 x Mini HDMI

Required Accessories Protection cover

USB-C to USB-C cable (1M)

USB-C to USB-A cable (1M)

Mini HDMI to HDMI cable (1M)

Replacement tool of Pen tip

Pen tips Minimum 3

warranty One Year comprehensive

Page | 28

05. Laptop – 01 Nos

Make Please specify

Model Please specify

Country of Origin Please specify

Country of Manufacture Please specify

Processor 11thGeneration Intel® Core™ i5 processor or better

Chipset Intel Chipset

Memory Minimum of 8GB, Dual channel DDR4 SDRAM expandable up to 32 GB

Hard Disk 128 GB NVME M.2 SSD(for os) and 1TB SATA drive Or 512 GB PCIe® NVMe™ Value M.2 SSD

Audio Integrated High definition audio

Speakers Integrated Speakers

Screen 15.6" diagonal FHD (1920 x 1080)

Web CAM 720p HD camera

Video Intel HD Graphics

Keyboard Spill-resistant windows keyboard

Wireless Wireless (802.11 n/ac or later)

Network Gigabit Ethernet port

Bluetooth Bluetooth v4.0 or higher

I/O Ports 1 RJ-45

External Display (VGA or HDMI)

Headphone / microphone combo jack

1 USB 3.1 Type-C

2 USB 3 Type-A or more

Other: Please specify

Battery type 3-cell, 45 Wh or better

Operating System Genuine Windows 10 Professional 64 bit with OS recovery partition

Software Required Software with License to Complete the Solution - Online Lecturing + Lab experiment solution Antivirus Software with license

Warranty 03 Years comprehensive manufacturers’ warranty (Labour, Parts, Onsite backup)

Page | 29

06. LED Studio Light – 01 Nos

Make Please specify

Model Please specify

Country of Manufacture Please specify

Color Accuracy Standard Please specify

Color Temperature 3200K to 5600K (+-300K)

Dimming 10 to 100% or better

Power Consumption 12W or better

Accessories Tripod Light Stand

Batteries

Warranty One Year comprehensive

07. Other Accessories

Cables 5 x 10 m USB cables 1 x 5 m HDMI cable

Mouse Wireless mouse

USB HUB type 1 Output 4 USB 2.0 and input USB type-C

USB HUB type 2 Output 4 USB 2.0 and input USB type-A

Warranty One Year

Installation Installation, commissioning and testing based on client requirement

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 30

(USB 10m Cable)

(USB 10m Cable)

Camera

Tripod Stand

Camera Tri pod Stand

(USB 10m Cable)

Camera Tri pod Stand

(USB 10m Cable)

Tri pod Light Stand

02. Full HD WEB Camera - I 01. Full HD PTZ Camera

02. Full HD WEB Camera - II

5. Laptop

06. LED Studio Light

03. Wireless Audio system

04. Interactive

Display

(HD

MI 5

m C

ab

le)

Page | 31

Package ‘’ D’’ - Item 2 Multimedia Projectors with Screen – 02 Nos

Item Specification Conformity Bidder response)please specify)

yes No

Make Please specify

Model Please specify

Country of Origin Please specify

Country of Manufacture Please specify

Type Please specify

Projection System 3LCD Technology

LCD Panel 0.55 inch

Color Light output 3,600 Lumen- 2,400 Lumen (economy)

Wight Light output 3,600 Lumen

Resolution XGA ,1024 x 768, 4:3

Lamp UHE, 210W,6,000h- 12,000 h durability

Contrast Ratio 15,000 : 1

Projection Ratio 1.48 - 1.77 : 1

Zoom Factor. 1.2

Image Size 30”- 300”

Projector Lens F number 1.49-1.72

Focal Distance 16.9mm - 20.28mm

Focus Manual

Interfaces USB 2.0 type A and B

VGA in

USB Wi-Fi

HDMI in

Cinch Audio in

Wireless LAN

Security Kensington lock, wireless LAN unite lock

Features Automatic Keystone correction Built-in Speaker

Video Color Modes Blackboard, Cinema, Dynamic, SRGB Presentation

Input Voltage AC 100 V - 240 V, 50 Hz - 60 Hz

Weight Less than 3 Kg

Warranty 2 Years Lamp-12 months or 1000 hours

Page | 32

USB wireless Wi-Fi connector

Wireless connector for MM projector

Project Screen Size 120” x 90”

Wall mounting

Motorize

Remote Controller

Installation Please Specify

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 33

Package ‘’ E’’ - Item 1: CNC Tool kit- 01 Set

Item Specification Conformity (Bidder response ) please specify

yes No

Brand & Model

Vertex or Equivalent

Order no Vertex s.n Qty

Touch Point Sensor VPS302S C103 01

Drill Chuck BT182 C49 01

Dial Indicator VMB106 B58 01

52Pcs Steel Clamping kit CK16 A59 01

Coupling Nut 2615M A60 10

Flange Nut 4515 A60 20

Ground Parallels VP128A A65 01

Clamping Studs 1353M A61 04

1354M 04

1355M 04

1356M 04

1357M 04

1358M 04

13510M 04

Step Block 5114 A62 02

5124 02

5134 02

5215 02

5225 02

5235 02

Step Clamp 6113 A62 02

6214 02

Pivot Clamp VCB405 04

Right Angle Plate VR12 A73 01

Morse Taper Adapter V1-104 C45 01

V1-105 01

V1-106 01

V1-107 01

Pull Stud BT503 C52 10

Square SS312 B28 01

Page | 34

Horizontal Levelling Instrument VLI-300 B80 01

Magnetic V Block VCP-30-01 B55 01

Shoulder End Mill SAE-50 F3 01

Insert Box TPMN160308 01

Drilling & Milling cutter C16-DM16-175 F5 01

Insert Box CPMT080204Z 01

Face Milling cutter TP100 F2 01

Insert Box TPMN2204 01

Solid Carbide End Mills VE124-1.0 F28 04

VE124-2.0 04

VE126-4 04

VE126-6 04

VE123-8 02

VE126-10 02

VE126-12 02

VE126-14 02

VE126-16 02

VE126-20 02

Finishing End Mills VE165-6 F29 02

VE165-8 02

VE165-10 02

VE165-12 02

VE165-16 02

VE165-20 02

Rounding End Mills VFF09-6 F32 02

VFF09-8 02

VFF09-10 02

VFF09-12 02

VFF09-20 02

Ball Nose End Mill VB263-3 F34 01

VB263-4 01

VB263-6 01

VB263-8 01

VB263-10 01

VB263-12 01

VB263-16 01

VB263-20 01

Chamfer Tool 6 Pcs Kit CTH-A F10 01

Face Mil Arbor VF-105 C44 01

Page | 35

Collet Chuck Kit (Pull stud M16) V-782 C22 01

White BT Taper Shank

BT Taper Shank Arbor V-777 C21 03

BT Taper Shank Arbor V-703B C20

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 36

Package ‘’F’’ - Item 1: Accelerometer and charge amplifier kit – 1 Set

Item Specification Conformity Bidder response (please specify)

yes No

Model Please specify

Make Please specify

Sensitivity: 100 mV/ g

Measuring range: 50 g

Frequency response: 0.5 to 10,000 Hz

Max transverse sensitivity: ≤5%

Operating Temp. Range: -40 to 120 0C

Mounting Resonant Frequency: 40,000 Hz

Mounting: M5

Operating voltage: +18 to -28 V

Operating current: +2 to 10 mA

DC Bias Voltage: 12±2 V

Warranty One Year

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 37

Package ‘’G’’ - Item 1: Micro-Controllers & Sensor modules

Item Specification Qty Conformity Bidder response (please specify)

Micro-Controllers yes No

Raspberry Pi 4 Microcontroller Board

4 GB (RAM) 15

8 GB (RAM) 5

Sensor Modules

Temperature sensors Compatibility with Raspberry Pi 4 20

pressure sensors Compatibility with Raspberry Pi 4 20

cameras Compatibility with Raspberry Pi 4, Minimum 8 Mp

20

Humidity Sensor Compatibility with Raspberry Pi 4 20

magnetometer Compatibility with Raspberry Pi 4 20

accelerometers etc. Compatibility with Raspberry Pi 4 20

Raspberry Pi Analog IC 8 channel input

MCP3008 10/12-bit ADC 05

Raspberry Pi Analog IC 4 channel input

ADS 1115 16 - bit ADC 15

Colour Sensor TCS 230 10

TCS 3200 10

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 38

Package ‘’H’’ - Item 1: Michelle Pad Apparatus – 01 No

Item Specification Conformity Bidder response(please specify)

yes No

Brand & Model

Please specify

Key Features Proven design, based on a machine created by the Department of Mechanical Engineering, Imperial College, London

Accurately mimics a Michelle tilting pad, fluid-lubricated slider bearing

Helps to prove Reynold’s equation for pressure gradient in a fluid film

Includes a variable speed motor control

Fully adjustable pad (tilt) angle

Includes oil and a viscometer

Standard Features Supplied with comprehensive user guide

Manufactured in accordance with the latest European Union directives

ISO9001 certified manufacturer

Electrical supply Single-phase 230 VAC 50 Hz

Operating environment Laboratory

Operating temperature range

+5°C to +40°C

Sound Levels Less than 70 dB(A)

Net dimensions and weights

Main unit: 650 mm x 650 mm x 400 mm and 20 kg Motor speed control: 90 mm x 260 mm x 300 mm and 4.2 kg

warranty Five-year warranty

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 39

Package ‘’ I’’ - Item 1: Chemical Reactors Teaching Equipment Modern reactor system – 01 No

Item Specification Conformity Bidder response (please specify)

yes No

Brand & Model

Please specify

Application A self-contained bench top service unit designed to provide services for up to five different chemical reactors which are easy and safe for students to use in the laboratory environment.

Essential features This Chemical reactor teaching unit should be provides the services required to run the various reactor types. It should be included a hot water re-circulator used to control the temperature of the reactions, glass feed vessels for the reactants, two peristaltic pumps to pump the reagents to the reactors, computer software for data logging, Sensors and instrumentation.

This Base unit should be included with fully computer controlled feature , supplied with software to allow the user to vary the feed pump speeds and flow rates, vary the heater power in the hot water, implement a PID control loop ensuring stable temperatures, switch on and off the hot water pump and to control the speed of the stirrers used on some of the reactors.

Educational software of the base unit should be compatible use at least five chemical reactors for different chemical process analysis. Critical parameters of each process should be compatible to read within the software.

All the temperatures and flow rates should be displayed on a diagrammatic representation of the equipment.

The feed pump speeds adjustable between 0 - 100%.

Controllable Stirrer speeds

PID controlled Hot water temperature.

Data logging should be compatible to spreadsheet format

Graph plotting facility

Processing of measured values to obtain calculated values

Measured and Calculated data should compatible to save in Microsoft Excel format

Page | 40

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

All the other related data should display within the software.

Should Compatible with Following Reactor Types > Continuous stirred tank reactor > Tubular reactor > Batch reactor > Plug flow reactor > Laminar flow reactor

Two number of peristaltic feed pumps

Variable flow rates : 0-140 ml/min

Two peristaltic feed pumps with individually variable flow rates, 0 - 140 ml/min

Temperature Controller for Reactor: PID

Number of Thermocouples: 02

Conductivity Sensor: Dual Range

PC Interface: USB

Power Source: 230 VAC/50 Hz

Compliance to internationally accepted standards and should be supplied with CE Certificates

Warranty 3 years of comprehensive warranty.

Page | 41

Package ‘’ I’’ - Item 2: Continuous Stirred tank reactor (CSTR) compatible with Chemical Reactors Teaching Equipment Modern Reactor System – 01 No

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Item Specification Conformity Bidder response (please specify)

yes No

Brand & Model Please specify

Application This Unit should be a small-scale demonstration version for educational & Research purposes. It should be flexible in use and can be used for both continuous and batch reactions. The volume of the reactor is adjustable & holding of volumes using an adjustable standpipe allowing different hold-up volumes and residence times to be investigated. The temperature probe and conductivity probe can be positioned in the reactor vessel.

Essential features Determining of the reaction rate constant in a Continuous Stirred Tank Reactor

Evaluation of effect of varying the temperature on reaction rate

Evaluation of Effect of varying the reactor volume

Evaluation Effect of varying the mixing speed

Evaluation of Effect of varying the feed rate

Evaluation of Effect of varying the flow rate on conversion

Determination of the Residence Time using tracer techniques

Determining of the effect of inadequate mixing on the reaction rate

Evaluation of empirical rate expressions from experimental data

Stirred tank reactor should be compatible with the Base Unit mentioned Package ‘’I’’ - Item No 1

Adjustable volume : Approx. 0.5 - 2.0L

Agitator: variable-speed square blade turbine agitator

Material of the vessel: Borosilicate glass and PVC

Heat transfer coil: stainless steel

Type of Reactor Baffle: Removable type

Fitting points for temperature and conductivity sensors

Compliance to internationally accepted standards and should be supplied with CE Certificates

Warranty 3 years of comprehensive warranty.

Page | 42

Package ‘’I’’ - Item 3: Plug flow reactor compatible with Chemical Reactors Teaching Equipment Modern reactor system – 01 No

Item Specification Conformity Bidder response (please specify)

yes No

Brand & Model Please specify

Application Plug flow reactor should be compatible to demonstrate step and pulse changes for plug flow characterization and steady-state conversion for a second order reaction. It is a tubular packed column reactor made of clear acrylic and mounted on a steel frame. A static premixer at the bottom of the column provides premixing of the reagents entering the reactor to improve the flow distribution.

Essential features

A clear acrylic sensor block is mounted on the floor standing frame and houses the CEXC conductivity and temperature sensors.

The reagents are fed to the reactor by the CEXC feed pumps using PTFE tubing. A six-port injection valve fitted to the CEXC is used to provide the step or pulse input changes of the reagents

Determination of the residence time distribution of a Plug Flow reactor the exit of the reactor

Study of the reactor response to different perturbations

Step and pulse change

Effect of flow rate and feed concentration on the determination of flow pattern

Demonstration of the flow pattern in the reactor and comparison with the theoretical model

Determination of the steady-state conversion of a second order reaction

Effect of flow rate and feed concentration on the steady-state conversion

Visual demonstration of the reactor response with tracer techniques

Visual monitoring of the steady-state conversion for a chemical reaction

This small-scale plug flow reactor should be compatible to demonstrate both flow pattern characterization and steady-state conversion in a packed tubular reactor with axial dispersion

Length of the reactor column: 1044mm

Working Volume of the Reactor column: 1L

Type of the injection valve mounted on a base plate and a feed vessel: six-port type

The reactor assembly should be mounted on a painted frame and includes a sensor block for the conductivity and temperature sensors from the base unit.

Page | 43

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Monitoring of flow visualization in the reaction using colors. Reactor should be compatible with the base unit & the software mentioned under Package ‘’I’’ - Item No 1

Instruction Manual with operating procedures.

Compliance to internationally accepted standards and should be supplied with CE Certificates

Warranty 3 years of comprehensive warranty.

Page | 44

Package ‘’J’’ - Item 1: Polarized Light microscope with Image Capturing System- 01 No

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Item Specification Conformity Bidder response (please specify)

yes No

Brand & Model

Please specify

Application Digital LCD Microscope with camera for Training, Teaching and Laboratory work.

Essential feature The Digital LCD Microscope comes with a built camera that can be directly connected to a PC. Images and Video can be saved directly to the PC. Both the traditional eyepieces and the LCD screen can be used for convenient and comfortable viewing.

Display Between 8” - 10” HD LCD Screen

Eyepiece Wide Field Eyepiece WF 10 x 18

Head Binocular Head - Inclined 30°

Infinity 4x , 10x, 40x, 60x, 100x (with oil)

Sensor High Quality 12 MP or more

Image Resolution 2560 x 1920 or better

Lamp Halogen Lamp 6V/ 30W

Other accessories HDMI Connector, SD Card, Camera Software

Power supply 230 V

Free services during warranty period

Compliance to internationally accepted standards and Should be supplied with CE Certificates

Warranty 3 years or more

Page | 45

Package ‘’K’’ - Item 1: Microsoft HoloLens – 02 Nos

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Item Specification Conformity Bidder response (please specify)

yes No

Make Microsoft

Model Please specify

Country of Origin Please specify

Country of manufacture

Please specify

Resolution 2k 3:2 light engines

Holographic density

>2.5k radiant (light points per radian)

Eye tracking 2 IR cameras

Depth 1-MP time-of-flight (ToF) depth sensor

Camera 8-MP stills, 1080p30 video

Hand tracking Two-handed fully articulated model, direct manipulation

Eye tracking Real-time tracking

Memory 4-GB LPDDR 4 x system DRAM

Storage 64-GB UFS 2.1

Wi-Fi Wi-Fi 5 (802.11 ac 2x2)

Bluetooth 5

USB USB Type-C

Battery life 2 hours or more of active use

Charging USB-PD for fast charging

Cooling Passive (No Fans)

Warranty 2 Years

Page | 46

Package ‘’L’’ - Item 1: Dual Channel Digital Storage Oscilloscopes – 17 Nos

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name……………………………………….. Authorized Person Signature :……………………………… Date :……………………………… Company Seal:

Item Specification Conformity Bidder response (please specify)

yes No

Brand & Model Please specify

Bandwidth 50MHz or above

Channel 2

Essential features Supports Plug-and-Play USB Storage Device to Communicate with PC

Automatic Waveform and Status Setup

Automatic Measurement of 28 Waveform Parameters

Automatic Cursor Tracing and Measurement Function

Unique Waveform Recording and Replay Function

Multiple Mathematical Calculation Functions for Waveform

Edge, Pulse and Alternate Trigger Functions

Pass / Fail Detection

Power Source 100 to 240V AC, 50 Hz

Safety Rating CAT II 300V

Sample Rate 1GS/s or better

Rise Time ≤7nS ≤3.5nS

Memory Depth 25 kpts

Waveform Acquisition Rate ≥ 2000 wfms/s

Vertical Sensitivity 1mV/div to 20V/div

Time-Based Range 2ns/div to 50s/div

Storage Setup, Wave, Bitmap

Trigger Modes Edge Pulse, Alternate

Interfaces USB OTG

Time-Based Range 2ns/div to 50s/div

Display 7 Inches TFT LCD, WVGA (800 x 480)

Parameter Setting input method Numeric Keypad Entry & Knob Selection

Accessories Probe x 2 (1x, 10x Switchable), Power Cord, USB Cable, PC Software CD, Instruction Manual

Warranty One year or more

Page | 47

Package ‘’ M’’ - Item 1: Laboratory Grade Switching ADJUSTABLE DC Power Supply – 17 Nos

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Item Specification Conformity Bidder response (please specify)

yes No

Brand & Model

Please specify

Channels Single channels

Output Voltage Range 0 V-40 V

Output Current Range 0 A- 5 A

Operating Voltage 220 to 240V AC, 50 Hz

Fine output voltage control Should be included

Output current limiting and control Should be included

Output Over voltage protection OVP Should be included

Reverse polarity protection Should be included

Short circuit protection Should be included

Over temperature protection Should be included

Cooling system Thermostatic control fan

Indicators Constant current (CC) Constant Voltage (CV)

Display type Digital LED

Meter accuracy 1% +2 digits

Ripple and noise (p-p) 30mV or below

Measuring leads, power cord Should be Included

Warranty One Year manufacturing Warranty.

Page | 48

Package ‘’ N’’ - Item 1: Soldering Station – 15 Nos

Item Specification Conformity Bidder response (please specify)

yes No

Make

Please specify

Model Please specify

Country of Origin Please specify

Country of Manufacture Please specify

Soldering station display HD, LCD, Digital, with backlight.

Power Consumption Between 60W -100W

Operating Voltage AC220 to 240V, 50 Hz

Temperature Range 150°C to 450°C (302°F to 842°F)

Temperature Control 3 Programmable Preset Temperature button.

Heater Voltage 24V to 28V A/C

Should be Included Soldering Iron Soldering Iron Stand Sponge Power Cord

Temperature Stability ±2°C or Below

Temperature Accuracy ±15°C or Below

Tip to Ground Impedance 2Ω or Above

Tip to Ground Potential 5mV or Below

Warranty One Year Warranty.

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 49

Package ‘’ 0’’ - Item 1: Marcet Boiler – 01 No

Item Specification Conformity

Bidder response (please specify)

Yes No

Make Please specify

Model Please specify

Country of Origin Please specify

Country of Manufacture Please specify

Type Saturated Steam – the Marcet Boiler

Description Marcet Boiler is a simple experiment to show the relationship between pressure and temperature for saturated (wet) steam for comparison with published results.

Operating environment Laboratory

Learning Outcomes Variation of saturated steam pressure with temperature

Confirmation of the Antoine equation

Approximate packed volume & weight :

0.5 m3 and 50 kg

Vessel Capacity Approximately 1.75 liters

Heater Capacity 1 kW nominal

Digital display Shows temperature in Kelvin (absolute) and Celsius

Shows pressure in Pascal’s (absolute) and bar (absolute)

Mechanical pressure gauge Pressure in bar (for reference only)

Nominal maximum experiment pressure

10 bar (absolute)

Net dimensions & weight: 800 mm wide x 410 mm front to back x 640 mm high and 40 kg

Sound Levels Less than 70 dB(A)

Standard Features Supplied with comprehensive user guide(English)

ISO 9001 certified manufacturer

Made in accordance with the latest European Union directives

Warranty 3 Years or more

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :……………………………… Company Seal:

Page | 50

03.COMPUTER ACCESSORIES

Package ‘’P’’ - Item 1: High End workstation with GPU Accelerator - 01 No

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name……………………………………….. Authorized Person Signature :……………………………… Date :……………………………… Company Seal:

Item Specification Conformity Bidder response (please specify)

yes No

Make (please specify)

Model (please specify)

Certification (please specify)

Country of Origin (please specify)

Country of Manufacture (please specify)

Type Workstation

Form factor Tower

Processor Intel Xeon Silver 4215 R (3.2 GHz, 4.0 GHz Turbo, 8C, 9.6 GT/s 2UPI, 11 MB Cache, HT (130W)) DDR4 -2400 or Higher

Chipset Intel C620 Series

Memory Minimum of 128GB DDR4 2933MHz RDIMM ECC

Storage (minimum) M.2 512GB PCIe NVMe Class 40 Solid State Drive (For OS) 8TB 7200RPM SATA 3.5in ( 4TB x 2) or more

Graphics Dual NVLink Nvidia RTX A6000, 48GB Dedicated with 4DP

Optical drive 16 X DVD-RW drive

Network Integrated Gigabit Ethernet

I/O Ports 6 x USB 3.1 G1 Type A or more 1 x RJ45 or more

Monitor 24" FHD (1920 x 1080)

Other Keyboard and mouse

Operating System Ubuntu Linux 20.04

ENERGY STAR ENERGY STAR Qualified

Warranty 5 Years comprehensive manufacture warranty (Labour, Parts, Onsite)

Product Experience Bidder Should have minimum of 10 years experience in selling the quoted Similar Products in Sri Lanka. Manufacturer should have minimum of 10 years experience in manufacturing of the same Brand (Attach proof)

Service and repair Bidder Should have certified technical team for server/workstation maintenances ( Technical staff profile should be attached )

The bidder should be an authorized service provider for the quoted product line (Corporate client). An authorized letter from the principal supplier should be attached.

Page | 51

Package ‘’ P’’ - Item 2 Computer Workstations – 02 Nos

Workstation Type 01 Qty: 01 No

Item Specification Conformity Bidder response)please specify)

Make (please specify) yes No

Model (please specify)

Certification (please specify)

Country of Origin (please specify)

Country of Manufacture (please specify)

Type Workstation

Form factor Tower

Processor Intel Xeon Processor W-2255 (10C, 3.7GHz 4.7GHz Turbo HT 19.25MB (165W)) DDR4-2933

Chipset Intel C series

Memory Minimum of 32GB 2x16GB DDR4 2933MHz RDIMM ECC Memory

Storage (minimum) M.2 512GB PCIe NVMe Class 40 Solid State Drive (For OS)

4TB 7200RPM SATA 3.5in or more

Graphics NVIDIA® Quadro® K1200 , 4GB (4 GB dedicated) or best

Optical drive 16 X DVD-RW drive

Monitor 24" FHD (1920 x 1080)

Network Integrated Gigabit Ethernet

I/O Ports 6 x USB 3.1 G1 Type A or more 1 x RJ45 or more

Other Keyboard and mouse

Operating System Windows 10 Professional for Workstations (6 Cores Plus) License

ENERGY STAR ENERGY STAR Qualified

Warranty 5 Years comprehensive manufacture warranty (Labor, Parts, Onsite)

Product Experience Bidder Should have minimum of 10 years experience in selling the quoted Similar Products in Sri Lanka. Manufacturer should have minimum of 10 years experience in manufacturing of the same Brand (Attach proof)

Service and repair Bidder Should have certified technical team for server/workstation maintenances ( Technical staff profile should be attached )

The bidder should be an authorized service provider for the quoted product line (Corporate client). An authorized letter from the principal supplier should be attached.

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name……………………………………….. Authorized Person Signature :……………………………… Date :……………………………… Company Seal:

Page | 52

Workstation Type 2 Qty: 01 No

Item Specification Conformity Bidder response)please specify)

Make (please specify) yes No

Model (please specify)

Certification (please specify)

Country of Origin (please specify)

Country of Manufacture (please specify)

Type Workstation

Form factor Tower

Processor Intel Xeon Processor W-2245 (8C, 3.9GHz 4.7GHz Turbo HT 16.5MB, (155W)) DDR4-2933

Chipset Intel C series

Memory Minimum of 64GB 2x32GB DDR4 2933MHz RDIMM ECC Memory

Storage (minimum) M.2 512GB PCIe NVMe Class 40 Solid State Drive (For OS)

4TB 7200RPM SATA 3.5in or more

Graphics NVIDIA® Tesla® K40, 12GB (12 GB dedicated) or best

Optical drive 16 X DVD-RW drive

Monitor 24" FHD (1920 x 1080)

Network Integrated Gigabit Ethernet

I/O Ports 6 x USB 3.1 G1 Type A or more

1 x RJ45 or more

Other Keyboard and mouse

Operating System Windows 10 Professional for Workstations (6 Cores Plus) License

ENERGY STAR ENERGY STAR Qualified

Warranty 5 Years comprehensive manufacture warranty (Labor, Parts, Onsite )

Product Experience Bidder Should have minimum of 10 years experience in selling the quoted Similar Products in Sri Lanka. Manufacturer should have minimum of 10 years experience in manufacturing of the same Brand (Attach proof)

Service and repair Bidder Should have certified technical team for server/workstation maintenances ( Technical staff profile should be attached )

The bidder should be an authorized service provider for the quoted product line (Corporate client). An authorized letter from the principal supplier should be attached.

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :……………………………… Company Seal:

Page | 53

Package ‘’P’’ - Item 3 Laptop Computers - 04 Nos

Item Specification Conformity Bidder response(please specify(

yes No

Make

Please specify

Model Please specify

Country of Origin Please specify

Country of Manufacture Please specify

Type Please specify

Processor 11thGeneration Intel® Core™ i5 processor or (8M cache ) or better

Chipset Intel Chipset

Memory Minimum of 8GB, Dual channel DDR4 SDRAM expandable up to 32 GB

Hard Disk 128 GB NVME M.2 SSD or better(for os)

1TB SATA drive with 5400RPM or better

Optical Drivers DVD-R/W (Same Brand, Quoted Separately)

Audio Integrated High definition audio

Speakers Integrated Speakers

Screen 15.6" diagonal FHD (1920 x 1080)

Web CAM 720p HD camera

Video Intel HD Graphics

Keyboard Spill-resistant windows keyboard

Wireless Wireless (802.11 n/ac or later)

Bluetooth Bluetooth v4.0 or higer

I/O Ports 1 RJ-45

External Display (VGA or HDMI)

Headphone / microphone combo jack

1 USB 3.1 Type-C

2 USB 3

Other: Please specify

Power Adapter Please specify

Battery type 3-cell, 45 Wh Li-ion or better

Drive Software Hardware Drivers should be included

Operating System Genuine Windows 10 Professional 64 bit with OS recovery partition

Software Antivirus Software with license

Carrying Case Caring Case should be from the same Brand

Page | 54

Warranty 03 Years comprehensive manufacturers’ warranty (Labour, Parts, Onsite backup) from the date of invoice.

Product Experience Product brand must be an internationally reorganized brand.

Bidder should have minimum of 10years experience in selling the quoted similar products in Sri Lanka.

Manufacturer should have minimum of 10years experience in manufacturing of the same Brand. (Attach proof)

The bidder should be an authorized service provider for the quoted product line (Corporate client) An authorized letter from the principal supplier should be attached.

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 55

Package ‘’P’’ - Item 4 All in One Computer - 10Nos

Item Specification Conformity (Bidder response)please specify

Make (please specify) yes No

Model (please specify)

Certification (please specify)

Country of Origin (please specify)

Country of Manufacture (please specify)

Type All in One with Touch Screen

Processor 10th Generation Intel® Core™ i7 (2.9 GHz, up to 4.7 GHz with Intel® Turbo Boost Technology, 16 MB L3 cache, 8 cores) or higher

Chipset Intel Q470 Chipset

Memory Minimum of 16 GB DDR4 - 3200 MHz RAM (2 x 8 GB) Memory expandable up to 64GB

Hard disk 256 GB PCIe® NVMe™ M.2 SSD for OS

1 TB SATA drive with 7200 RPM or better

Optical drive DVD-RW SATA drive

Sound Integrated sound

Video Integrated graphics

Web Cam 720p HD webcam

Monitor 23.8' WLED FHD monitor (Res 1920 X 1080 ) with Touch

Network Interface Integrated Gigabit Ethernet WiFi 6 + Bluetooth 5

I/O Ports 5 USB 3.1 ports (1 side panel, 4 rear) and

1 x USB Type-C

1 x Combo audio port

1 x RJ 45

3-in-1 memory card reader

2 x DP

1 X HDMI

Mouse 2-Button Optical Scroll Mouse USB

Keyboard USB – US English keyboard (Same Brand)

Operating System Windows 10 Professional 64 bit OEM License with OS Recovery partition

Software Antivirus software with 3-year subscription

Energy efficiency compliance

ENERGY STAR® certified

Warranty 3 Years comprehensive Manufacture warranty

Page | 56

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

(Labor, Parts, Onsite) from the date of invoice.

Product Experience Bidder Should have minimum of 10 years experience in selling the quoted Similar Products in Sri Lanka. Manufacturer should have minimum of 10 years experience in manufacturing of the same Brand(Attach proof)

The bidder should be an authorized service provider for the quoted product line (Corporate client). An authorized letter from the principal supplier should be attached.

Page | 57

04. NETWORKING

Package ‘’ Q’’ - Item 1 Upgrading network of the department of Computer engineering- 01 No

Item Specification Conformity Bidder response(please specify)

Layer 2 switch: 48G PoE 2SFP+ Switch yes No

Make Please Specify

Model Please Specify

Country of Origin Please Specify

OSI Layer Please Specify

Interfaces

Ports 48 x autosensing 100/1000 ports PoE

Uplink/Additional ports 2 x SFP+ fixed 1000/10000 SFP+ ports

Console Port Type RJ45/ Micro USB / USB Type C

Performance

Switch Fabric Capacity 130 Gbps or more

Throughput 100 Mbps or more

PoE Power Please specify

Latency

100 Mb Latency: < 7 µs

1000 Mb Latency: < 2 µs

10 Gbps Latency: < 4 µs

Management

Fully manageable

Command-line interface

Web browser

Configuration menu

Warranty Three year comprehensive warranty

Item Specification Conformity Bidder response(please specify)

Layer 2 switch: 24G PoE 2SFP+ Switch yes No

Make Please Specify

Model Please Specify

Country of Origin Please Specify

OSI Layer Please Specify

Page | 58

Interfaces Ports 24 x autosensing 100/1000 ports PoE

Uplink/Additional ports 2 x fixed 1/10G SFP+ Ports

Console Port Type RJ45/ Micro USB / USB Type C

Performance

Switch Capacity 80 Gbps or higher

Throughput 60 Mbps or higher

SDRAM 256 MB or higher

Flash 128 MB or higher

Packet Buffer Size 1.5 MB or higher

PoE Power Please specify

Latency

100 Mb Latency: < 7 µs

1000 Mb Latency: < 2 µs

10 Gbps Latency < 2 µs

Management

Fully manageable

Command-line interface

Web browser

Configuration menu

Warranty Three year comprehensive warranty

Item Specification Conformity Bidder response(please specify)

SFP+ transceiver – Type 1 yes No

1000/10000Base-LX (for single mode)

LC interface

Compatibility with above mentioned L2 Switches

Warranty : One year comprehensive warranty

Page | 59

Item Specification Conformity Bidder response(please specify)

SFP+ transceiver – Type 2 yes No

1000/10000Base-LX (for single mode)

LC interface

Compatibility with HP 5406Rzl2 (J9850A) switch and J9537A Module

Warranty : One year comprehensive warranty

Item Specification Conformity Bidder response( please specify(

Wi-Fi Access Point yes No

Make Please specify

Model Please specify

Country of Origin Please specify

Frequency band 2.4 GHz, 5 GHz

Network Interface Two 10/100/1000 Ethernet ports, one with 802.3af Power over Ethernet (PoE)

Power Over Ethernet (PoE) Interface Standard 802.3af Power over Ethernet (PoE)

Supported Radio Technologies / Frequency bands IEEE 802.11 b/g/n: 2.4 – 2.484 GHz

IEEE 802.11n/ac: 5.15 – 5.25 GHz; 5.25 – 5.35 GHz; 5.47 – 5.725 GHz; 5.725 – 5.85 GHz

Channelization 20MHz, 40MHz, 80MHz

Radio Chains / Spatial Streams Please specify

Antennas Please specify

Antennas Gain Please specify

Transmit Power Please specify

Please specify

Wireless data rate 802.11n/ac: 6.5Mbps – 173.4Mbps (20MHz) 13.5Mbps – 400Mbps (40MHz) 29.3Mbps – 867Mbps (80MHz) 802.11a: 54, 48, 36, 24, 18, 12, 9 and 6Mbps 802.11b: 11, 5.5, 2 and 1 Mbps 802.11g: 54, 48, 36, 24, 18, 12, 9 and 6 Mbps

Controller licenses License should compatible with Ruckus SmartZone™ 100 License duration should be perpetual

Ethernet Ports Please specify

Console Port Please specify

POE capability/port Please specify

Page | 60

Redundant power Please specify

Vendor Qualification, Warranty & Other

Experience Vender Should have minimum of 5 years’ experience in selling the quoted brand in Sri Lanka – attached proof

Certifications Vender should have at least one certified vendor for the quoted product by the manufacture – attached proof

Authorization Manufacture Authentication Letter from the distributor agent stating the capability authorization for sale support of the quoted product – attached proof

Warranty Minimum 5 years manufacture warranty. Vendor must replace faulty/ malfunctioning APs within 1 week of notice. If the vendor is unable to provide such a guarantee for replacement, 10+% additional APs (if the AP quantity exceeds 10 Nos) should be included in the proposal

Support All the products must have at least 5-year 24/7 support guarantee

Accessories Vendor need to supply PoE Adaptor with necessary cables for each AP quoted. (Please quote separately)

Installation

Mounting Mounts to hard wall/ceiling with outlet box including security Trox screw. Padlock support will be preferred.

Cabling Vendor must complete the end-to-end (nearest switch to AP) cabling for each AP using CAT 6A F/UTP cables.

Vendor must place RJ-45 Wall outlets near each AP

Vendor must provide required patch cords for each AP

Page | 61

SPECIFICATIONS FOR FIBER CABLING

Item Specification Conformity Bidder response( please specify(

SM Optical Fiber (Indoor) yes No 9/125 μm water-blocked loose tube Single-mode fiber Polyethylene sheath and nylon jacket Attenuation: less than 0.4 dB/km (at 1310nm), less than 0.25 dB/km (at 1550nm) Bandwidth: At least 100GHz (1310nm), At least 100GHz (at 1500nm) Maximum Bending Radius: 200mm

Item Specification Conformity Bidder response( please specify(

Fiber Optic Patch Panel yes No Sliding 1U patch panel with defined stop for the drawer Fiber input: 2 No’s minimum Fully preassembled with couplings and splice trays Un-detachable knurled nut to fix the drawer to the housing Fixed front panel, not exchangeable Housing material: Steel Surface: Powder coated, slightly structured

Item Specification Conformity Bidder response( please specify(

Fiber termination yes No Fibers must be directly terminated on to SC connectors Fusion splicing of factory-made SC pig-tails permitted only if fully automated fusion splicing equipment is used Pigtails:9/125,0.9, SC, LSZH, Semi Tight Pre terminated compatible with SC snap in adapter plates

Item Specification Conformity Bidder response( please specify(

Fiber patch cords (SC-SC) yes No 9/125 μm single-mode fiber SC-SC duplex connectors with ceramic ferrule 2m length Less than 0.50dBm insertion loss at each end PVC jacket and internal strength member

Page | 62

Item Specification Conformity Bidder response( please specify(

Fiber patch cords (LC-SC) yes No 9/125 μm single-mode fiber SC-LC duplex connectors with ceramic ferrule 2m length Less than 0.50dBm insertion loss at each end PVC jacket and internal strength member

Item Specification Conformity Bidder response( please specify(

Conduits for Fiber at indoor yes No Must use separate PVC conduits to lay fibers at indoor. Diameter: 1 inch minimum Labelling: Waterproof labels at each 1 meter

OTHER

Item Specification Conformity Bidder response( please specify(

UPS – 1 kVA yes No Output power rating of 1 kVA Output voltage 220V/240V +-5%, Frequency 50Hz +- 0.5Hz Input voltage range 180V-260V AC, 50Hz Line-interactive operation 10 minute backup time at full load, and 20 minute backup time at 50% load Sealed type batteries Audible alarms to indicate battery operation RS-232 interface and matching cable for remote shutdown

Page | 63

Item Specification Conformity Bidder response( please specify(

Warranty and Conditions yes No Warranty:20-years minimum for UTP /Fiber cabling Bidder should have at least 10 years’ experience in the relevant field in Sri Lanka Certificate of business registration ICTAD certificate (at least EM2 or above) Annual turnover should be not less than 100M (should be provide Audited financial reports for last 3 years) Details of 5 major projects worth not less than 20million each, carried out from same category during last 5 years. Certified installer certificate for quoted brand. Manufacture Authoritarian letters for quoted items The bidder or its subsidiaries or affiliated companies should not be blacklisted by any government institution during the past 5-years

Note :Bidders are requested to fill conformity column stating “Yes” or “No’’ and please specify all the required information in the last Column.

Authorized Person name………………………………………..

Authorized Person Signature :……………………………… Date :………………………………

Company Seal:

Page | 64

SPECIFICATIONS FOR INSTALLATION AND TESTING OF FIBER & F/UTP CABLES 1. Optical Fiber Installation

1. All fibers shall be installed as a single cable between patch panels. No joints, however formed are allowed along

the fiber cables between patch panels.

2. At least 1m slack is left within the fiber optic patch panel to enable re-termination in future.

3. Two meters of cable must be coiled and left secured within the rack or just outside the rack.

4. Only some of the fibers at each location should be terminated, as indicated in the BOQ.

5. Since trenches may not be waterproof, the Bidder shall ensure that the cable specified is capable of functioning

without degradation, even if it is submerged in water. The Bidder shall verify that the cable to be used complies

with all safety and fire regulations in force.

6. Suitable mechanical fuses shall be utilized to ensure that the cable installation is done within the manufacturer’s

specifications.

7. When installed, all cables should be clearly marked at the end points showing the destination site of fiber.

Individual fibers in each cable should be color-coded.

8. Fibers shall not be spliced at any point between the fiber patch panels at each site.

2. Optical Fiber Testing

1. The Bidder must provide and certify hard copy OTDR (Optical Time Domain Reflectometer) traces for:

a) All individual fibers of all cables

b) In both directions

c) At both 1310nm and 1550nm wavelengths

2. For the purpose of testing, 5m test leads with LC connectors should be used. The Bidder must test each test-fiber

as specified below. The University reserves the right to observe all aspects of the testing procedures. A hard copy

of all OTDR traces obtained in the presence of a representative of the University must be submitted to such

representative immediately after such testing.

3. The complete test results shall be submitted with the full documentation set requested by the client on

completion of the installation.

Warranty Specifications

UOP seeks warranty for the installed cable plant from the OEM equipment supplier. Bidder shall ensure that the OEM norms for supply, installation, testing and documentation as specified by the OEM supplier shall be adhered to, provided those are in line with TIA / EIA standards and UOP requirement specifications. The warranty shall be provided by the OEM vendor to UOP. The duration of the warranty shall be for a minimum of 15 years and shall cover the system performance, application assurance and the costs of the supply of components and installation. A Sample Warranty certificate shall be provided by the bidder along with the bid.

Documentation Specifications

The successful bidder shall after completion of the installation, submit a detailed documentation of the cable plant.

The documentation shall cover, in the minimum, the following

a) As-built diagrams of the campus Network, with building and floor wise distribution of users and connectivity including fibers

b) Test results for UTP c) Consolidated BOM with manufacturer’s part Nos. and quantities used d) Warranty certificate from OEM supplier

Page | 65

Annexure IV

PRICE SCHEDULE (Package A)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

PLANT MACHINERY AND TOOLS

A 1 CNC Milling Centre Retrofitting

(Purchasing three servo motors,

controllers and control panels)

1.1 Servo motor CNC with AC servo driver 03 Nos

1.2 Spindle motor kit 01 No

1.3 VFD inverter driver 01 No

Grand Total (Package A)

Page | 66

Annexure IV

PRICE SCHEDULE (Package B)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

PLANT MACHINERY AND TOOLS

B 1 Incinerator 1 No

Installation, commissioning and testing

Chargers (If any)

Grand Total (Package B)

Page | 67

Annexure IV

PRICE SCHEDULE (Package C)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : ………………………………………………… VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

C 1 Supply, delivery, installation &

commissioning of Online Teaching Solution

1 Set

1.1 Full HD PTZ Camera 01 No

1.2 Full HD PTZ Camera 02 Nos

1.3 Wireless Audio System 01 No

1.4 Interactive Display 01 No

1.5 Laptop 01 No

1.6 LED Studio Light 01 No

1.7 Other Accessories

Installation Chargers (If any)

Grand Total (Package C)

Page | 68

Annexure IV

PRICE SCHEDULE (Package D)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

PLANT MACHINERY AND TOOLS

D 1 Multimedia projector 2 Nos

Installation Chargers (If any)

Grand Total (Package D)

Page | 69

Annexure IV

PRICE SCHEDULE (Package E)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

E 1 CNC tool kit 1 Set

Grand Total (Package C)

Page | 70

Annexure IV

PRICE SCHEDULE (Package F)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

F 1 Accelerometer and charge amplifier kit 1 Set

Grand Total (Package F)

Page | 71

Annexure IV

PRICE SCHEDULE (Package G)

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

G Micro-controllers

1 4 GB (RAM) 15 Nos

2 8 GB (RAM) 05 Nos

Sensor modules

1 Temperature sensors 20 Nos

2 pressure sensors 20 Nos

3 cameras 20 Nos

4 Humidity Sensor 20 Nos

5 magnetometer 20 Nos

6 accelerometers etc. 20 Nos

Page | 72

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

7 Raspberry Pi Analog IC 8 channel input 05 Nos

8 Raspberry Pi Analog IC 4 channel input 15 Nos

9 Colour Sensor – TCS 230 10 Nos

10 Colour Sensor – TCS 3200 10 Nos

Grand Total (Package G)

Page | 73

Annexure IV

PRICE SCHEDULE (Package H)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

H 1 Michelle pad apparatus 01 No

Installation Chargers (If any)

Grand Total (Package H)

Page | 74

Annexure IV

PRICE SCHEDULE (Package I)

Signature of Bidder : ………………………………………………… Name and Title of the Signatory : ………………………………………………… VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in

Figure (without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

I 1 Chemical Reactors Teaching Equipment

Modern reactor system (Fully

Computerized which can be operated

remotely)

01 No

2 Continuous Stirred tank reactor (CSTR)

compatible with Chemical Reactors

Teaching Equipment Modern Reactor

System (Fully Computerized which can be

operated remotely)

01 No

3 Plug flow reactor compatible with Chemical

Reactors Teaching Equipment Modern

reactor system (Fully Computerized which

can be operated remotely)

01 No

Installation Chargers (If any)

Grand Total (Package I)

Page | 75

Annexure IV

PRICE SCHEDULE (Package J)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

J 1 Polarized Light microscope with Image

Capturing System 01 No

Grand Total (Package J)

Page | 76

Annexure IV

PRICE SCHEDULE (Package K)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

K 1 Microsoft HOLOLENS 02 Nos

Grand Total (Package K)

Page | 77

Annexure IV

PRICE SCHEDULE (Package L)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

L 1 Dual Channel Digital Storage

Oscilloscopes 17 Nos

Grand Total (Package L)

Page | 78

Annexure IV

PRICE SCHEDULE (Package M)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

M 1 Laboratory Grade Switching ADJUSTABLE

DC Power Supply 17 Nos

Grand Total (Package M)

Page | 79

Annexure IV

PRICE SCHEDULE (Package N)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

N 1 Soldering Station 15 Nos

Grand Total (Package N)

Page | 80

Annexure IV

PRICE SCHEDULE (Package O)

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

LAB AND TEACHING EQUIPMENT

O 1 Marcet Boiler 01 No

Installation Chargers (If any)

Grand Total (Package L)

Page | 81

Annexure IV

PRICE SCHEDULE (Package P )

Signature of Bidder : …………………………………………………

Name and Title of the Signatory : …………………………………………………

VAT Registration No. :…………………………………………………

Company Seal : ………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

COMPUTER ACCESSORIES

P 1 High End Workstation with GPU

Accelerator 01 No

2 Computer workstation

Workstation Type 01 01 No

Workstation Type 02 01 No

3 Laptop Computers 04 Nos

4 All in one Computers 10 Nos

Grand Total (Package P)

Page | 82

Annexure IV

PRICE SCHEDULE (Package Q )

Signature of Bidder : ………………………………………………… Name and Title of the Signatory : ………………………………………………… VAT Registration No. :…………………………………………………

Company Seal : …………………………………………………

Package

Item No

Description 1

Quantity if,

2 Unit Price in Figure

(without VAT)

Rs.

3

VAT Rs.

4 Unit Price in

Figure (with VAT)

(2 + 3) Rs.

5 Total Price in

Figure (with VAT)

(1 x 4) Rs.

6 Total price (with VAT)

in words

NETWORKING

Q 1 Upgrading network of the Department of

Computer Engineering

01 Set

1.1 Layer 2 switch: 48G PoE 2SFP+ Switch 01 No

1.2 Layer 2 switch: 24G PoE 2SFP+ Switch 01 No

1.3 SFP + transceiver – Type 1 01 No

1.4 SFP + transceiver – Type 2 01 No

1.5 Wi-Fi Access Point 01 No

1.6 Fiber Cabling

1.7 UPS – 1 kVA 01 No

Installation, commissioning & testing

Chargers (If any)

Grand Total (Package Q)

Page | 83

Annexure V

Cost of Maintenances

Bidder should indicate relevant cost in maintenance of equipment concerned which will have to be incurred by the University, after warranty period.

The projected prices have to be recorded in the schedule given below. All figures therein should be indicated per site basis, for the respective duration after the period of

warranty. The Bidder is hereby informed that the figures given here are binding upon the Bidder, which will form a basis for a maintenance agreement in case the Bidder is

being selected to perform the contract.

Package No.

Item No.

Name of Item Quantity per site

Maintenance Cost per Annum after the warranty period (to include cost of spare parts, material, labour, travelling & accommodation etc.)

1st Year

2nd Year

3rd

Year

4th

Year

5th

Year

B 1 Incinerator

N 1 Marcet Boiler

H

1 Chemical Reactors Teaching Equipment Modern reactor system (fully Computerized which can be operated remotely)

2 Continuous Stirred tank reactor (CSTR) compatible with Chemical Reactors Teaching Equipment Modern Reactor System (fully Computerized which can be operated remotely)

3 Plug flow reactor compatible with Chemical Reactors Teaching Equipment Modern reactor system (fully Computerized which can be operated remotely)

Page | 84

ANNEXURE VI SPECIMEN FORM OF BID SECURITY [This Bank Security form shall be filled in accordance with the instructions indicated in brackets]

................................................................................................................................................

[insert issuing agency’s name, and address of issuing branch or office]

Beneficiary: ...........................................................................................................................

[insert (by PE) name and address of Employer/Purchaser]

Date: ............................................... [insert (by issuing agency) date]

BID SECURITY NO.: .............................................. [insert (by issuing agency) number]

We have been informed that ......................................................................................................

[insert (by issuing agency) name of the Bidder; if a joint venture, list complete legal names of partners] (hereinafter

called “the Bidder”) has submitted to you its bid dated .......................

[insert (by issuing agency) date] (hereinafter called “the Bid”) for the execution/supply [select appropriately] of [insert

name of Contract] under Invitation for Bids No. ..................................... [insert IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Security.

At the request of the Bidder, we ....................................................................... [insert name of issuing agency] hereby

irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ..........................................

[insert amount in figures] .................................

....................................................................................................................................................

[insert amount in words] upon receipt by us of your first demand in writing accompanied by a written statement

stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

has withdrawn its Bid during the period of bid validity specified; or

(b) does not accept the correction of errors in accordance with the Instructions to

Bidders (hereinafter “the ITB”) of the IFB; or

(c) having been notified of the acceptance of its Bid by the Employer/Purchaser

during the period of bid validity, (i) fails or refuses to execute the Contract

Form, if required, or (ii) fails or refuses to furnish the Performance Security,

in accordance with the ITB.

This Security shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the Contract signed by

the Bidder and of the Performance Security issued to you by the Bidder; or (b) if the Bidder is not the successful bidder,

upon the earlier of (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful,

otherwise it will remain in force up to .................................... (insert date)

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

date. ........................................

.......................................................................................

[signature(s) of authorized representative(s)

081-2392415

Page | 85

ANNEXURE VI

SPECIMEN FORM FOR PERFORMANCE SECURITY ---------------------------------- [Issuing Agency’s Name, and Address of Issuing Branch or Office] -------------------------------------

Beneficiary: -------------------------- [Name and Address of Employer] -----------------------

Date: -----------------------------

PERFORMANCE SECURITY No.: ---------------------------------------------

We have been informed that ------------------ [name of Contractor/Supplier] (hereinafter called “the Contractor” ) has

entered into Contract No ---------------------- [reference number of the contract] dated --------------- with you, for the -------

--------- [insert “construction” / “Supply”] of -------------------- [name of contract and brief description of Works]

(hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, a performance security is required.

At the request of the Contractor, we -------------------- [name of Agency] hereby irrevocably undertake to pay you any

sum or sums not exceeding in total an amount of -------------------------------- [amount in figure] (---------------------------------

--------------------------------------------------- [amount in words], such sum being payable in the types and proportions of

currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a

written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing

to prove or to show grounds for your demand or the sum specified herein.

This security shall expire, no later than the ........... day of ......., 20...... [insert date, 30 days beyond the scheduled

contract completion date] and any demand for payment under it must be received by us at this office on or before that

date.

....................................................

[signature(s)]