Metal 3D Printer
Metal 3D Printer
EMD Amount (2% of estimated amount) : Rs. 9,80,000/- (Rs. Nine lakh eighty thousand)
Time for Supply of item : Four months after release of Purchase order
Date & Venue of Pre-Bid Conference : On 31/07/2019 at 3.00pm Board Room, NITK
Last Date and Time for submission of tender : 08/08/2019, before 3.00PM
Page 1 of 31
NATIONAL INSTITUTE OF TECHNOLOGY KARNATAKA, SURATHKAL
Central Research Facility
POST SRINIVASNAGAR, MANGALURU – 575 025
Phone: (0824) 2474000 Fax: (0824) 2474033
E- mail: [email protected] Website: http://www.nitk.ac.in
Tender Notification No: NITK/CRF/M3D/04 Date: 09/07/2019
NOTICE INVITING TENDER (NIT)
The National Institute of Technology Karnataka, Surathkal (in short – NITK, Surathkal) is an autonomous institute
under Ministry of HRD Govt of India imparting Technical Education and engaged in Research Activities. It is proposed
to procure equipment for Central Research Facility.
Sealed Tenders are invited for the following items in two cover system (i.e., Technical bid and financial bid) subject
to the following terms and conditions, from the reputed manufacturers or it's authorized dealers so as to reach this office
on or before scheduled date and time. The tender (Technical bid) will be opened on the same day if possible in the
presence of bidders or their authorized agents who may choose to be present. The financial bid of only such bidders
whose technical bid is accepted shall be opened on the same day or later pre-informed date.
Note: Institute shall not be responsible for any postal delay about non-receipt /non-delivery of the bids or due to the the
wrongaddressee.
Sd/-
Chairman, CRF
Page 2 of 31
SECTION 1: INSTRUCTION TO BIDDER (ITB)
1. The bid should be submitted in two cover system (sealed)-Technical Bid and Financial Bid
2. Technical Bid: Documents related to the Technical Bid should be submitted in sealed envelope and duly super-
scribed as “Envelope No. 1 – Technical Bid”. Full name and address of the bidder should be mentioned on the
envelope and should be addressed to The Director, NITK, Surathkal
i) The EMD will be returned to the BIDDERs(s) whose offer is not accepted by NITK within one
Page 3 of 31
month from the date of the placing of the purchase order(s) on the selected BIDDER(s).In case
of the BIDDER(s) whose offer is accepted the EMD will be returned on submission of
Performance Security in the form of Bank Guarantee (BG). However, if the return of EMD is
delayed for any reason, no interest/penalty shall be payable to the BIDDERs.
ii) The successful BIDDER, on the award of contract/order, must send the contract/order
acceptance in writing, within 15 days of award of contract/order failing which the EMD will be
forfeited.
iii) The EMD shall be forfeited in case a successful BIDDER fails to furnish the Performance
Security.
4. Financial bid : The bidders should submit their financial bid as per the formatgiven in Section 4 of the Notice
Inviting Tender in the sealed envelope. This envelope should be duly superscribed as “Envelope No. 2 –
Financial bid”. Full name and address of the bidder should also be mentioned on the envelope and should be
addressed to The Director, NITK, Surathkal
After evaluation of technical bid, the technically successful biddershall be intimated to witness the opening of their
financial bid along with date, time andvenue through e-mail. Financial bid of only those bidders’ will be opened
who are declared “Technically Successful or Technically Responsive”.
Note that both the sealed envelopes, No. 1 and 2, should be submitted in a single sealed envelope duly
superscribed with the following details.
(i) Tender Notification Number (ii) “Tender for the supply of……..” (iii) Not to Open before (Date and Time)
Mention “Kind Attention: Contact Person’s Name and Phone Number”, and submit at the address given
in the Notice Inviting Tender.
5. Bid Evaluation:
On the due date, the Technical bids will be opened and referred to the Purchase Committee which is duly
constituted by the Director, NITK. The committee will go through the technical aspects of the tender and
recommend shortlisted firms. The recommendation of the committee is final and binding on all the parties. The
committee may visit the manufacturing site to assess the capabilities to manufacture the tendered items as per
the specifications. In case of any remarks/default noted, the EMD will be forfeited even if pre-qualified.
6. Quoting of Price(s):
a. Indian bidder should quote firm prices in Indian rupee only unless otherwise specified elsewhere in this
tender. Prices quoted in any other currency shall not be considered.
Page 4 of 31
b. In case of Global Tender, Price quoted should be in Indian Rupees/US Dollar/Euro/Pound Sterling/Yen or in
a currency under Reserve Bank of India’s notified basket of currencies and must include delivery at NITK,
Surathkal including loading/unloading.
c. For the purpose of price evaluation, if the bid is submitted in Foreign Currency, then the bid price shall be
converted to Indian Rupees as per the RBI Exchange Rate prevailing on the day of opening of the price bid.
7. The Bid will be accepted only from the manufacturers (OEM) or its authorized supplier.
8. The incomplete or conditional tender will be rejected.
9. The Institute reserves the right to cancel at any time after acceptance of the tender with a notice. The Supplier
shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or
advantage which might have derived from the execution of the supply.
10. Performance Security The successful bidder shall deposit a performance security of 10% of the quoted price in
the form of Bank Guarantee (ANNEXURE -G)/Demand Draft/Fixed Deposit Receipt of any scheduled bank drawn
in favour of The Director, NITK Surathkal, Mangaluru payable at Mangaluru. In case the bidder fails to deposit
the said performance Security within the stipulated period, including the extended period if any, the Earnest
Money Deposited by the bidder shall be forfeited automatically without any notice. Please note the following
points:
a) Successful bidder should submit performance Security as prescribed above to the purchase Section, NITK
Surathkal, on or before 30 days from the date of issue of order acknowledgment.
b) Performance Security shall be for the due and faithful performance of the contract and shall remain binding,
notwithstanding such variations, alterations for extensions of time as may be made, given, conceded or
agreed to between the successful bidder and the purchaser under the terms and conditions of acceptance
to tender.
c) The successful bidder is entirely responsible for the due performance of the contract in all respects according
to the terms and conditions of the tender.
d) The validity of the Performance Security must cover the warranty period plus two months.
e) In case of imported goods, the Indian agent has to furnish Performance Bank Guarantee in Indian Rupees
only from Scheduled Bank.
11. The validity of bids: The rate quoted should be valid for a minimum of 180 days. No claim for escalation of the
rate will be considered after opening the Tender.
12. Warranty/Guarantee & On-site skill support: On-site comprehensive warranty will be effective from the date
of successful installation and commissioning. The OEMs/Authorized Distributors and Dealers must attach a
certificate of sales and service facilities, escalation support for on-call service or station engineer etc.
Page 5 of 31
13. Imports: In case, equipment is to be imported, the Indian agent should furnish authorization certificate by the
principles abroad for submission of the bid in response to this Notice Inviting Tender.
14. Clarification of Tender Document: Through pre-bid conference (Under Section 1, Point No. 35).
15. Amendment of Tender document: At any time prior to the last date for receipt of bids, Institute may for any
reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the
Tender document by an amendment. Further, Institute may at its own discretion extend the last date for the
receipt of bids.
16. The bids shall be written in English language and any information printed in another language shall be
accompanied by an English translation, in which case for the purpose of interpretation of the bid, the English
translation shall govern.
17. The Institute reserves the right of accepting any bid other than the lowest or even rejecting all the bids. The
decision of the Purchase Committee is final in all matters of tender and purchase.
18. Cancellation of Tender: Notwithstanding anything specified in this tender document, NITK Surathkal in its
sole discretion, unconditionally and without having to assign any reasons, reserves the rights:
a) To accept OR reject lowest tender or any other tender or all the tenders.
b) To accept any tender in full or in part.
c) To reject the tender offer not conforming to the terms of the tender.
d) To give purchase preference to Public Sector undertakings when applicable as per Govt. Policy/ Guidelines.
19. Delivery Period: The Delivery Period/Time shall be deemed to be the essence of the Contract and delivery must
be completed not later than such date(s). If the Supplier does not perform its obligations within the Delivery
Period/Date mentioned in the Contract, the same would constitute the breach of the Contract and the Institute
shall have the right to cancel or withdraw the Contract for the unsupplied portion after the expiry of the original or
extended delivery date or period stipulated in the Contract. Such cancellation of contract on account of non -
performance by the Supplier would entitle the Buyer to forfeit the EMD / Performance Security besides other
actions such as debarment from the Institute as per GFR 2017.
20. Liquidated Damages: Timely delivery is the essence of contract and hence if the Supplier fails to deliver Goods
within the original/extended delivery period(s) specified in the contract, the Institute will be entitled to
deduct/recover the Liquidated Damages for the delay, unless covered under Force Majeure conditions aforesaid,
@ 1% per week or part of the week of delayed period as pre-estimated damages not exceeding 5% of the
contract value without any controversy/dispute of any sort whatsoever.
21. Terms of Payment:
a. Payment within 30 days from the date of delivery and Acceptance Certificate of concerned
Department/Section/Purchase Section.
Page 6 of 31
b. Payment shall be made by Cheque or such other mode/electronic fund transfer offered by the Bank. NITK,
Surathkal will not pay advance payment to party. Any request for Advance payment will be rejected
summarily. In case if it is necessary, the advance payment will be paid strictly against Bank Guarantee only.
c. Payment will be made by Standard Payment terms and conditions of NITK, Surathkal as per tender document
only. Any request for a change in payment terms and conditions will not be accepted.
d. If the above conditions are not acceptable then tender will be rejected.
22. Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their bid as to the nature of the installation site, the means of access to the site and in general shall
themselves obtain all necessary information as to risks, contingencies and other circumstances which may
influence or affect their tender. A bidder shall be deemed to have full knowledge of the site whether he inspects
it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. Submission
of a bid by a bidder implies that he has read this notice and all other contract documents and has made himself
aware of the scope and specifications of the installation to be done and local conditions and other factors having
a bearing on the execution of the bid.
23. If there are varying or conflicting provisions made in any one document forming part of the contract, the Accepting
Authority shall be the deciding authority with regard to the intention of the document and his decision shall be
final and binding on the bidder.
24. The rate quoted by the bidder shall be firm throughout the contract period and there shall be no revision of
the rates for any reasons whatsoever. It should be clearly understood that any claim for changes will not be
entertained in any case once the bids are opened.
25. One bid per bidder: Each bidder shall submit only one bid either by himself or by representing a firm.
26. Cost of bid: The bidder shall bear all costs associated with the preparation and submission of his bid. The
Institute in no case shall be responsible or liable for those costs.
27. The bidder shall not make or cause for any alteration, erasure or obliteration to the text of the tender document.
28. The Institute will declare a bidder ineligible, either indefinitely or for a specified period of time, at the sole discretion
of the Institute, for the award of contract/ participating in any other tender, if at any time the Institute determines
that he has furnished false information/ engaged in corrupt or fraudulent practices.
29. If any overpayment is detected as a result of the post-payment audit, it shall be recovered by the Institute from
the Supplier out of his Performance Security.
30. Determination of successful bidder: The technically qualified bidder whose offer is evaluated as the lowest
total bid shall be the successful bidder subject to its meeting the statutory requirements.
31. Price variation: The rate quoted by the bidder shall be firm throughout the contract period. No price variation
clause is applicable to this contract.
Page 7 of 31
32. CANVASSING:
a) Canvassing in connection with tenders is strictly prohibited and the Tenders submitted by the Tenderers who
resort to canvassing shall be liable to rejection.
b) Subject to the provisions concerning clarification of Bids, no Bidder shall contact the purchase committee on
any matter relating to its bid from the time of the bid opening up to the time that the contract is awarded.
c) Any effort by the Bidder or Bidder’s representative however described to influence the purchase committee
in any way concerning scrutiny, consideration, evaluation of the Bid(s) or decision concerning award of
contract shall entail rejection of Bid and action against the bidder as deemed fit.
d) The purchase committee will deal with the Bidder on a Principal basis, without involvement in any manner in
India or abroad of any agent or consultant or associate or other person howsoever described.
34. Legal Matter: All Domestic and International disputes are subject to Mangaluru Jurisdiction only.
35. Pre-Bid Conference:
a) All prospective bidders are requested to kindly submit their queries through E-mail to
[email protected] and cc to [email protected] , so as to reach the buyer, on or before
22/07/2019 before 4.00pm.
b) A Pre-bid Conference shall be held as indicated in Invitation to Bid. All prospective bidders are requested
to kindly attend the Pre-bid Conference. In order to facilitate NITK for the proper conduct of the Pre-bid
Conference, all prospective bidders are requested to kindly submit their queries through E-mail to the
indicated mail address (with Tender No. and Date) so as to reach the Buyer as indicated in Invitation to
Bid.
c) NITK shall answer the queries during the pre-bid conference, which would become a part of the
proceedings of the Pre-bid Conference. These proceedings will, in turn, become a part of
clarifications/amendments to the bidding documents and would become binding on all the prospective
bidders. These proceedings would also be hosted on NITK website www.nitk.ac.in for the benefit of all
prospective bidders. Before formulating and submitting their bids, all prospective bidders are advised to
surf through the NITK website after the Pre-bid Conference, in order to enable them to take cognizance of
the changes made in the bidding document.
d) Any Statement made at the pre-bid conference shall not modify the terms of the bidding documents unless
such statement is made part of clarification in the proceeding of Pre-Bid Conference
Page 8 of 31
SECTION 2: CONDITIONS OF CONTRACT.
1. The rate quoted should be FOR NITK, Surathkal for Indian supplier.
2. In case of import CIF rates should be quoted. All components of expenditure to arrive by air at Bangalore need to be
explicitly specified. If shipped by sea, nearest sea port is Mangaluru/Chennai. In both cases, the item should be
landed at NITK Surathkal and this responsibility is with the bidder.
4. The rate quoted should be on per unit basis. Taxes and other charges should be quoted separately, considering
exemptions, if any.
5. Rate quoted should be inclusive of Testing, Commissioning and Installation of Equipment and Training.
6. Payment: No advance payment will be made. Payment will be made only after the supply of the item in good and
satisfactory condition and receipt of performance security by supplier.
In case of Imports, the payment will be made through LC. Performance security needs to be submitted at the
time of LC commitment.
7. Guarantee and Warranty period should be specified for the complete period conforming to the Section 3 of this tender
document.
8. Period requirement for the supply and installation of Equipment should be specified conforming to the Section 3 of
this tender document.
Page 9 of 31
SECTION 3: SCHEDULE OF REQUIREMENTS, SPECIFICATIONS AND ALLIED DETAILS
Quantity : 01
Page 10 of 31
NATIONAL INSTITUTE OF TECHNOLOGY KARNATAKA, SURATHKAL
Other charges
Sl. Description of the Item Excise/Customs Total Price
Qty. in Units Unit Price (Rs.) Discount % GST (%) if any (please
No. and Specification Duty % (Rs.)
specify details)
Note: Price Bid should be submitted in given format only. For additional information/extra items above format may be typed and used.
Place:
Date:
Page 11 of 31
NATIONAL INSTITUTE OF TECHNOLOGY KARNATAKA, SURATHKAL
# HSN Code: Harmonised System of Nomenclature Code no. and # SAC Code: Service Accounting Code no.
1. Validity of the bid: 180 days from the date of submission of the quotation or tender.
2. Mode of Shipment: __________________________
3. Port of Shipment: ___________________________
Place:
Date: Signature and Seal of the Bidder
Page 12 of 31
SECTION 5: CONTRACT FORM
1. (Name of the Supplier’s Firm) hereby abide to deliver by the delivery schedule mentioned in section 3 tender
document for supply of the items if the purchase order is awarded.
2. The item will be supplied conforming to the specifications stated in the tender document without any defect and
deviations.
3. Warranty will be given for the period mentioned in the tender document and service will be rendered to the
satisfaction of NITK, Surathkal during this period.
___________________________________________
Page 13 of 31
ANNEXURE – A
Name of
Sl. Compliance Whether YES or Deviations if any to be indicated
specification/Part/Accessories Specifications of the quoted Model / Item
No. NO in unambiguous terms
of tender enquiry
Page 14 of 31
ANNEXURE – B
Previous Supply Orders Executed
Page 15 of 31
ANNEXURE – C
FORMAT OF DECLARATION
(To be submitted on Letterhead)
I/We Mr./Ms.________________, S/o/ of Mr. _______ aged about _________ years, resident of _______________
, working as ---------(designation) for ------------------- (name and address of the bidding agency).
1. That I am working as ------- /proprietor of the ------ (name of the firm) and authorized to sign this declaration.
2. That the firm M/s---- (complete address of the firm) has not abandoned or suspended any contract work of
any organization/ department so far/ during the previous five financial years.
3. That the firm M/s---- (complete address of the firm) has not been blacklisted/ debarred for competing in
tenders by any organization/ department so far/ during the previous five financial years.
4. I solemnly confirm that the facts stated above are true and nothing has been concealed.
Page 16 of 31
Annexure-‘D’
This Integrity Agreement is made at Surathkal on this ………… day of ….……….….20 …….
BETWEEN
National Institute of Technology Karnataka, Surathkal, an Institute of National Importance (under NIT Act -2007)
represented through The Registrar, NITK, Surathkal (hereinafter referred as the ‘Buyer’, which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted assigns)
AND
……………………………………………………………………………………………………………………………
(Name and Address of the Individual/firm/Company)
Through ……………………………………………………………... (Hereinafter referred to as the “Bidder/Contractor”
and which expression shall unless repugnant to the meaning or context hereof include its succession and permitted
assigns)
Preamble
WHEREAS NITK Surathkal has floated the Tender (Tender No: NITK/CRF/M3D/04 dated 09/07/2019) (Hereinafter
referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for “Metal 3D
Printer”
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement
(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as
integral part and parcel of the Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as
follows and this witness as under:
Page 17 of 31
Article 1: Commitment of NITK Surathkal
i. NITK Surathkal commits to take all measures necessary to prevent corruption and to observe the following
principles:
(a) No employee of NITK Surathkal, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled to.
(b) NITK Surathkal will, during the Tender process, treat all Bidder(s) with equity and reason. NITK
Surathkal will, in particular, before and during the Tender process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential/additional information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.
(c) NITK Surathkal shall endeavour to exclude from the Tender process any person, whose conduct
in the past has been of biased nature.
ii. If NITK Surathkal obtains information on the conduct of any of its employee which is a criminal offence
under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the
principles herein mentioned or if there be a substantive suspicion in this regard, NITK Surathkal will inform
the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.
1) It is required that each Bidder/Contractor (including their respective officers, employees and agents)
adheres to the highest ethical standers, and report to the Government / Department all suspected acts of
fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the
tendering process and through the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commit himself to take measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the Tender process and during the
Contact execution:
a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principal/Owner’s employees involved in the Tender process or execution of the
Contract or to any third person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever during the Tender process
or during the execution of the Contractor.
Page 18 of 31
b. The Bidder(s)/Contractor(s) will not enter with other Bidder(s)into an undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offense under the relevant IPC/PC Act. Further the
Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition or personal gain),
or pass on to others, any information or documents provided by the Principal/Owner as
d. part of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
e. The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and address of
agents/representatives in India if any. Similarly, Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and address of foreign agents/representatives if any. Either the Indian agent on
behalf of the foreign principals or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participates in a tender on behalf of one manufacturer, he shall
not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
f. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the Contract.
iii. The Bidder(s)/Contractor(s) will not instigate third persons to commit offenses outlined above or be an
accessory to such offenses.
iv. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a wilful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of obtaining
unjust advantage by or causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Government interests.
v. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive practices
(means the act of obtaining something, compelling an action or influencing a decision through intimidation,
there or the use of force directly or indirectly, where potential or actual injury may befall upon a person,
his/her reputation or property to influence their participation in the tendering process).
Page 19 of 31
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to NITK Surathkal under law or the Contract or its
established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach
of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidders/Contractor accepts and undertakes to respect
and uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Contractor(s), either before awarded or during execution of Contract has committed
a transgression through a violation of Article 2 above or in any other form, such as to put his
reliability or credibility in question, the Principal/Owner after giving 14 day notice to the contractor
shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determinate the Contract - if already executed, or exclude the Bidders/Contractor from
future contract award processes. The imposition and duration of the exclusion will be determined
by the severity of transgression and determined by the Principal/Owner. Such exclusion may be
forever or for a limited period as decided by NITK Surathkal.
1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other Company
in any country conforming to the anticorruption approach or with Central Government or State Government
or any other Central/State Public Enterprises in India that could justify his exclusion from the Tender
process.
2) If the Bidder makes an incorrect statement on this subject, he can be disqualified from the Tender process
or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed
fit by the Principal/Owner.
3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke
the exclusion prematurely.
Page 20 of 31
Article: 5 Equal Treatment of all Bidder/Contractors/Subcontractors
2) The Principal/Owner will enter into pacts on identical terms as this one with all Bidders and Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender
process, from the Tender process.
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12 months
after the completion of work under the contractor or till the continuation of defect liability period, whichever is more
and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the
lapse of this pacts as specified above, under it is discharged/determined by the Competent Authority of NITK,
Surathkal.
1) This Pact is subject to Indian Law, place of performance and jurisdiction is Mangaluru, the Headquarters
of NITK Surathkal, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or
more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid.
In this case, the parties will strive to come to an agreement to their original intensions.
5) It is agreed on term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity Agreement / Pact, any action was taken by the Owner/Principal in accordance
with this Integrity Agreement/Pact or interpretation thereof shall not be subject to arbitration.
Page 21 of 31
Article 8: LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging
to such parties under the Contract/ or law and the same shall be deemed to be cumulative and not alternative to
such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will
have precedence over the Tender/Contract documents with regard any of the provisions covered under this Integrity
Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above
mentioned in the presence of following witnesses:
……………………………………………………….. ……..……..……………………………………………..
(For and on behalf of NITK Surathkal) ( For and on behalf of bidder/ contractor)
WITNESSES:
1. …………………………………….
(Signature, name, and address)
2. …………………………………….
(Signature, name, and address)
Page 22 of 31
Annexure - E
Formatfor Bank Account details of the bidder
Complete address
Contact number
Email address
Bank name
Branch name
MICR number
Account type
Account Number
I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all
for reasons of incomplete or incorrect information, I would not hold the Institute responsible for this.
I have read the option invitation letter and agree to discharge responsibility expected of me as a participant under the scheme.
Page 23 of 31
ANNEXURE - F
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred) (TO BE ESTABLISHED
THROUGH ANY OF THE NATIONAL BANKS (WHETHER SITUATED AT MANGALURU OR OUTSTATION) WITH A
CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT MANGALURU OR ANY SCHEDULED BANK
(OTHER THAN NATIONALISED BANK) SITUATED AT MANGALURU. BONDS ISSUED BY CO-OPERATIVE BANKS ARE
NOT ACCEPTED.)
To,
Registrar,
National Institute of Technology Karnataka,
Srinivasnagar P.O., Surathkal
Mangaluru – 575025
LETTER OF GUARANTEE
WHEREAS National Institute of Technology Karnataka (Buyer) have invited Tenders vide Tender
No............................... Dt. ............................. for purchase of ........................................................ AND WHEREAS the said tender
document requires that any eligible successful tenderer (seller) wishing to supply the equipment / machinery, etc. in response thereto
shall establish an irrevocable Performance Guarantee Bond in favour of “The Registrar, National Institute of Technology
Karnataka, Surathkal” in the form of Bank Guarantee for Rs ................................ (10% (ten percent) of the purchase value) and
valid till one year or upto warranty period whichever is later from the date of issue of Performance Guarantee Bond may be
submitted within 30 (Thirty) days from the date of Order Acknowledgement as a successful bidder.
NOW THIS BANK HEREBY GUARANTEES that in the event of the said tenderer (seller) failing to abide by any of the conditions
referred in tender document/purchase order/performance of the equipment/machinery, etc. this Bank shall pay to National Institute
of Technology Karnataka, Surathkal on demand and without protest or demur Rs ........................ (Rupees............... .......................).
This Bank further agrees that the decision of National Institute of Technology Karnataka, Surathkal (Buyer) as to whether the said
Tenderer (Seller) has committed a breach of any of the conditions referred intender document/purchase order shall be final and
binding.
We, .................................................. (name of the Bank & branch) hereby further agree that the Guarantee he rein contained shall
not be affected by any change in the constitution of the Tenderer (Seller) and/ or National Institute of Technology Karnataka,
Surathkal (Buyer).
Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed Rs. ......................... (Indian
Rupees ..................................... only).
2. This Bank Guarantee shall be valid up to ..........................(date) and
3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only and only if National Institute
of Technology Karnataka (NITK) Surathkal serve upon us awritten claim or demand on or before ..........................(date).
This Bank further agrees that the claims if any, against this Bank Guarantee, shall be enforceable at our branch office at
........................................ situated at .............................. (Address of local branch).
Yours truly,
Signature and seal of the guarantor:
Name of Bank &Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond will not be returned to the Bank. Bank is
requested to take appropriate necessary action on or after expiry of bond period.
Page 24 of 31
ANNEXURE -G
FORMAT FOR EARNEST MONEY DEPOSIT / BID BOND
(To be typed on Non-judicial stamp paper of value Indian Rupees One Hundred)
(TO BE ESTABLISHED THROUGH ANY OF THE NATIONALBANKS (WHETHER SITUATED AT MANGALURU OR
OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT MANGALURU OR ANY
SCHEDULED BANK (OTHER THAN NATIONALISED BANK) SITUATED AT MANGALURU. BONDS ISSUED BY CO-
OPERATIVE BANKS ARE NOT ACCEPTED)
LETTER OF GUARANTEE
To
Registrar,
National Institute of Technology Karnataka,
Srinivasnagar P.O., Surathkal
Mangaluru – 575025
IN ACCORDANCE WITH YOUR TENDER for supply of ….............................., M/s..............................
(hereinafter called the “Bidder”) having its Registered Office at ....................................... , wish to participate in the said bid
for the supply .................................................................................................................... as an irrevocable Bank Guarantee
against Earnest Money Deposit for an amount of Rs. …................... (Rupees...............................) valid upto (180
days from the date of
issue of Bank Guarantee), is required to be submitted by the bidder as a condition precedent for participating in the said
bid, which amount is liable to be forfeited by the Purchaser on (1) the withdrawal or revision of the offer by the bidder
within the validity period, (2) Non acceptance of the Letter of Indent/Purchase order by the Bidder when issued within the
validity period, (3) failure to execute the contract as per contractual terms and condition with in the contractual delivery
period and (4) on the happening of any contingencies mentioned in the bid documents.
This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at our branch office at
........................................situated at ........................................ (Address of local branch).
Yours truly,
Signature and seal of the guarantor: Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond will not be returned to the Bank. Bank
is requested to take appropriate necessary action on or after expiry of bond period
Page 25 of 31
Annexure-H
Detailed Technical Specifications
Machine Specifications for Metal 3D printer based on Directed Energy Deposition (Powder-Fed Additive
Manufacturing) Technology
Sl.
Description Specification Comments
No.
1. General Features • The proposed Metal 3D printer based on Direct • Laser powder fed system
Energy Deposition (DED) Technology will be used for
R&D activities pertaining to various metallic
engineering components
• The machine should contain full 5-Axis motion DED
based Laser Additive Manufacturing capability
• Machine should have capability to build 3D metallic
parts with or without controlled atmosphere
• The machine should have the capability to fabricate:
metallic parts with complex external and internal
features layer-by-layer, metallic parts with multiple
layers of different metals (Functionally Graded
Materials (FGM’s)).
• The machine must also be capable of repairing worn
out/damaged metal parts.
2 Bidder • The supplier should submit a
• The offers are only invited from reputed original
Qualification point-wise confirmation to
Criteria equipment manufacturers and their authorized
the below specifications with
vendors. In later case, a certificate of authorization
authorized
from the original vendor must be provided along with
signatory/company’s
the offer. Offers not complying with this condition are
letterhead in tabular format
liable to be rejected.
and any deviation has to be
specified clearly in the offer
3. Laser System The Laser should be from a reputed manufacturer with • Laser power should be
global presence for more than 10 years adequate to melt all
• Laser Type: Solid state fiber laser materials indicated below
• Laser Power at workstation: 1 KW or more • Beam profile information at
• Laser mode: Multimode source end must be
• Operating Mode: Continuous (CW) provided
• Power tunability: 10 - 100% of Laser Power • Indicate if pulse modulation
• Laser power stability: < 2.5% over 2 hours is possible or not. If yes,
• Wall plug efficiency: > 25% provide details
• Optical fibre core diameter & minimum length: 100 • Must be demonstrated in
microns & 10 meters acceptance test with
• Type of end connector for optical fibre: Quartz Block mutually agreed
Holder (QBH) methodology
• Safety Standard Compliance: The laser and its • Indicate information on scan
components should conform to relevant EN/ CE/ UL/ speed
BIS regulatory standards for Safety and Emission
• Should have capability to use the Laser without
powder flow (For Laser Surface Melting applications)
• A laser power measuring meter should be provided
4. Deposition Head • Coaxial Powder feeder in laser spot • Indicate mechanism of
and Powder • At least 2 powder feeders (hoppers) with capability to powder flow from hopper to
feeder system control the flow by means of programming for head
Functionally Graded Materials (FGM’s)
Page 26 of 31
• System should have provision for upgrading with • Each powder feeder unit
additional powder feeders in future programmable for custom
blending of materials
• Indicate method of flow rate
control, with range and
variability
• Indicate hopper volume and
hopper shape
• Indicate information on
powder feed rate
5. Chiller and • Chiller unit suitable for the offered 1 kW fibre laser • Specify the make and
Interconnecting capable of providing sufficient cooling for the whole model of chiller unit
Tubes laser system, beam delivery, processing heads etc.,
in a closed loop control method with tropical version
for Indian weather conditions
• Chiller should be OEM certified
• It should include sufficient length of interconnecting
tubes for the installation at site
6. Powder • The machine should work with any available • Indicate size distribution,
Specifications commercial powder in market, including one made shape factors and flowability
indigenously
• Powder Size: 45 to 150 micron diameter
7. Build Size • Build size should be at least X= 200 mm, Y = 200 • Indicate information on
mm, Z = 200 mm layer thickness
8. Motion System • Machine should have 5-Axis capability (X, Y, Z, • Specify the repeatability and
Rotary and Tilt) accuracy for each degree of
• The machine should have high positional accuracy freedom
and repeatability • Must be demonstrated in
acceptance test with
mutually agreed
methodology
9. Controlled • Inert environment for the specified build volume • Indicate oxygen level during
Atmosphere essential process
Glove Box • The machine setup should have a provision of sealed • Must indicate the
system doors with glove ports and safety interlocks consumption of Inert gas
• Closed loop atmospheric control • Indicate Inert gas pressure
• The machine should have capability to be used with needed during deposition
or without controlled atmosphere. • Comment on relation
• Inert gas recirculation system to be provided between powder density
• Argon gas cylinders for purging the machine at the and inert gas flow rate
start of operation (Immediately after installation) • Indicate if fume extractor
should be provided. will be provided for open
atmosphere processing
• Must be demonstrated in
acceptance tests with part
built out of Titanium
10. Materials • Materials that can be processed should include • Bidder shall demonstrate
Aluminium alloys, Titanium alloys, Nickel base builds with Copper and
Superalloys, Steels, Copper, etc., Titanium with mutually
• 10 Kilograms of the following metal powders (gas- agreed methodology in
atomized) need to be supplied as starter materials each case
1) IN625 (Inconel 625) • A sample bench mark part
2) IN718 (Inconel 718) file will be given during the
3) TiAl (Titanium Aluminide) installation to to determine
4) SS304 (Stainless Steel 304) the quality and output of the
Page 27 of 31
Metal 3D printer with 500
micron accuracy
11. Workstation • The controller should preferably be Siemens
Controller Sinumerik 840D solution line or similar
12. CAM Software • The machine should include a Computer Aided • Provide detailed description
Manufacturing (CAM) or a Slicing software package. with all features of software
• The software package should have capability to • Indicate compatibility with
generate deposition path for each layer other CAD systems
• The software should be able to generate optimized • Indicate whether the
tool paths for repair software permits to stop
• Software should have the capability to generate tool during deposition and edit
paths for all deposition strategies (Forward, reverse, the program
circular, chess board, zig-zag, user-defined, etc.,) • All features of software
• Slicing software for Functionally Graded Materials must be demonstrated in
(FGM’s) must be included acceptance tests with
• Laser, workstation, controller and CAM software mutually agreed
should be compatible to each other with seamless methodology
information, data and signal transfer
• The software license should be perpetual in nature
with maintenance and upgradation for at least 5
years
13. Process
• Optical camera for process monitoring
Monitoring
14. Essential Spare • Essential spare parts (Nozzles tips (5 numbers), • Cost for the same should
Parts and Tool filters ( 1 set), O-ring ( 1 set), pipe fittings ( 1 set), be indicated separately and
Kit valves (1 set), gaskets for hopper ( 1 set) and will be used for cost
focusing lens ( 2 numbers) etc.,) must be provided comparison
additionally along with the full machine
• Tool kit should be provided with the supplied system
15. Warranty and Comprehensive warranty for three years from the date of
AMC installation. Subsequent two years must be covered by
Annual Full-Service Agreement which includes
• System Online & Telephone Support
• Limited Application Online & Telephone Support
• Software Updates & System Field Change Orders
• One Preventative Maintenance Visit by the
manufacturer and four visits by Indian Agent, per
annum
• In case of a breakdown for more than 72 Hours after
lodging a formal complaint, the warranty period will
be proportionally extended
• A certificate from OEM for extending warranty and
AMC should be submitted
16. Service and • On-site service support with OEM trained engineers • The bidder must submit
Maintenance must be available in India documents in support of
• The bidder shall confirm his capability to support the each of the mentioned
spares, maintenance, and calibration and after sales criterion
service of the complete system after commissioning,
during and after the warranty period, either directly or
through authorized service representative positioned
in India
• The details of the on-site service support agency
including the service personnel details /training and
infrastructure details must be provided along with bid
Page 28 of 31
17. Customer Base • Should have supplied to reputed
Industry/Universities/Research Laboratories in India
or Abroad (at least two) during the last three years
• The vendor should submit the list of earlier supplies
indicating the full name & full address of the
purchaser, model no. & date of installation and
contact details (phone no., email id etc.) of the
system in-charge
• The purchaser reserves the right to contact the
earlier purchasers for the performance feedback
18. Pre-dispatch Test • The following measurements/tests will be carried out
Reports by the original equipment manufacturer at his works
and test certificate/reports clearly indicating the
equipment model number and serial number will be
submitted to NITK for review and acceptance. The
system should be dispatched only after written
acceptance of the test reports by the purchaser:
• Testing of all the parameters specified in the tender
specification clause no’s: 3,4,7,8,9
• Full functionality of the system with continuous
operation at full power for a minimum period of two
hours without degrading system performance as per
the tender specification
19. Installation and The system will be finally accepted only after the
Acceptance conformance of the following criteria:
Page 29 of 31
• Do’s and Don’t’s table for the machine should be
provided
22. Electrical Power • Operation Voltage: 3-phase, 415 V ± 10% • If any special precautions
and Ambient • Frequency : 50 Hz ± 3% are to be taken bidder is to
Conditions • Operating Temperature Range : +15 to 40 comply with that
ºC
• Humidity (Ambient Temperature range < 40 ºC) :
10 to 90%
Desirable options
Page 30 of 31
Annexure-‘I’
BIDDERS to indicate whether the following are enclosed/mentioned by striking out the non- relevant option and the
relevant technical bid documents should be in order.
Sl. Document
Documents Content
No. Attached
5 (Yes /No)
Copy of Balance Sheet Pg. No.
List of Owner/partners of the firm and their contact numbers (Bidder (Yes /No)
6 Information) Pg. No.
Contract form given in section 5 (Yes /No)
7 Technical Bid Pg. No.
Format of compliance statement of specification as per
(Yes /No)
8 Annexure-‘A’ Pg. No.
(Yes /No)
9 Previous Supply Order as per Annexure-‘B’
Pg. No.
Declaration of abandoned or suspended any awarded service & (Yes /No)
10 Blacklist Certificate. Annexure ‘C’ Pg. No.
(Yes /No)
11 Integrity Pact. Annexure ‘D’
Pg. No.
Page 31 of 31