Tender Document Temperature Readout/TC/RTD Etc

Tender Document Temperature Readout/TC/RTD Etc

Fluid Control Research Institute, Kanjikode West, Palakkad

Tender Document – “Temperature Readout/TC/RTD Etc.”

TENDER DOCUMENT

Temperature Readout/TC/RTD/WELL-DRYBLOCK

FLUID CONTROL RESEARCH INSTITUTE
KANJIKODE WEST – 678 623, PALAKKAD, KERALA
(Under Ministry of Heavy Industries & Public Enterprises – Govt. of India)
Phone: (91) 491-2566120 / 2566206 / 2569009 Fax: 2566326
E-mail: ,
Website:
VOLUME I OF III
TECHNICAL SPECIFICATION OF Temperature Readout/TC/RTD/WELL-DRYBLOCK
Last Date for Submission of the Tender: 05-01-2018

CONTENTS

Sl No.
/
Description
/
Page No.
I
/ Scope / 4
II
/ Other Features & Requirements / 8
III
/ Data with the Offer / 8
IV
/ Inspection and Testing / 8
V
/ Package & Marking / 8
VI
/ Guarantee / 9
VII
/ Technical Check List / 10
VIII
/ Bidder Technical Questionnaire / 11
IX / Technical Deviations / 12
X / Similar Orders Executed / 13
  1. Scope

This specification covers the requirements for Supply, Installation, commissioning & Training of “Temperature Readout/TC/RTD Etc.as per the details given below: Qty Required : 1 No. each

1.TEMPERATURE READOUT
1 / Input Channels / 1 or 2
2 / Data Logging / Optional
3 / Sensor Types (Input) / 4-wire PRTs or Thermocouples or both
4 / Thermocouple input Types / E, J, K, N, T, R, S
5 / Power requirements / Battery operated
6 / Size / Hand held type
7 / Millivolt Range and Accuracy / –10 mV to 75 mV ± (0.005 % + 5 μV)
8 / Resistance Range and Accuracy / 0 Ω to 400 Ω ± (0.004 % + 0.002 Ω)
200 Ω to 50 kΩ± (0.01 % + 0.5 Ω)
50 kΩ to 500 kΩ± (0.03 %)
9 / PRT equivalent temperature accuracy (readout only)
At 0 °C / ≤ ± 0.02°C
At 600 °C / ≤ ± 0.04°C
10 / Accessories: (standard/optional) / Mating connectors for TC/4-wire PRT
Instruction Manual
Traceable Calibration Certificate (ISO 17025)
2. REFERENCE TC
1 / Thermocouple Type / K-Type or N-Type
2 / Sheath Material / INC 600
3 / Nominal Sheath Diameter, mm / 6mm
4 / Ungrounded / Ungrounded
5 / Nominal Probe Length / 450 mm
6 / Temperature measurement / up to 1200°C continuously
7 / Transition joint temperature limit / up to 800°C or higher
8 / Spring strain relief / At transition joint
9 / Rated Lead wire temperature / ≥ 800°C
10 / Lead Length / 1000 mm (40")
11 / Accessories: (standard/optional) / Mating connectors for TC
Instruction Manual
Traceable Calibration Certificate (ISO 17025)
3. REFERENCE RTD
1 / RTD / Pt-100, 4-wire
2 / Temperature Range / -200 to 600°C
3 / Transition and Cable to / 260°C
4 / Probe Transition / Includes a Strain Relief Spring at the cable exit
5 / High-Accuracy, Wire / Wire wound 100 ohm, Class 'A' IEC 751
6 / Lead Wire Style / 4-Wire
7 / Nominal Probe Length / 450 mm
8 / Lead Length / 1000 mm
9 / Accessories: (standard/optional) / Mating connectors for 4-wire PRT
Instruction Manual
Traceable Calibration Certificate (ISO 17025)
4. PORTABLE METROLOGY WELL/DRY BLOCK
1 / Temperature range at 23 °C / –95 °C to 140 °C
2 / Accuracy / ± 0.05 °C full range
3 / Stability / ± 0.015 °C full range
4 / Axial uniformity / ± 0.05 °C full range
5 / Radial gradient / ±0.01 °C full range
6 / Immersion (well) depth / 160 mm or more
7 / Power requirements / 200 V to 230 V (± 10 %) 50Hz
8 / PROCESS ELECTRONICS / OPTIONAL
9 / Accessories:
(standard/optional) / Instruction Manual
Traceable Calibration Certificate (ISO
17025)
5. PORTABLE IR THERMOMETER CALIBRATOR/IR SOURCE -LOW TEMPERATURE
1 / Temperature range / –30 °C to 150 °C at 23 °C ambient
2 / Accuracy / ± 0.4 °C
3 / Stability / ± 0.1 °C
4 / Target Emissivity / ≥ 0.95 (± 0.02 from 8 to 14 µm)
5 / Resolution / 0.1 °C
6 / Power / 230 V ac (± 10%), 5 A,50Hz
7 / Accessories:
(standard/optional) / Instruction Manual
Traceable Calibration Certificate (ISO 17025)
6. PORTABLE IR THERMOMETER CALIBRATOR/IR SOURCE-HIGH TEMPERATURE
1 / Temperature range (@ 23 °C ambient, 0.95 emissivity) / 50 °C to 500 °C or higher
2 / Accuracy / ±1°C, ±0.25% rdg
3 / Stability / ± 0.40 °C at 500 °C
4 / Uniformity (5.0 in dia of center of target) / ± 1.00 °C at 500 °C
5 / Uniformity (2.0 in dia of center of target) / ± 0.50 °C at 500 °C
6 / Nominal emissivity / ≥0.95
7 / Thermometer emissivity compensation / 0.9 to 1.0
8 / Power / 230 V ac (± 10%), 5 A, 50Hz
9 / Accessories:
(standard/optional) / Instruction Manual
Traceable Calibration Certificate (ISO 17025)
7. IR THERMOMETER
1 / Measuring temperature range / -35 to 500°C or higher
2 / Accuracy (T amb = 23 ± 3°C) / ±1% rdg
3 / Field of Vision / 12:1 ratio or higher
4 / Repeatability / ± (1% rdg + 1 digit) or better
5 / Resolution / 0.1°C or better
6 / Spectral Response / 8 to14 μm
7 / Thermocouple Input / Type K preferred
8 / Display / Backlit multifunction LCD display
9 / Emissivity / 0.10 to 1.00
10 / Ambient Target Temperature Compensation / Set and enabled via keypad
LASER SIGHTING / Red Laser Dot or Circle
11 / Max. Output Optical Power / <1mW at ambient temperature
12 / Classification / Class 2, EN60825-2 or equivalent (optional)
13 / FDA Classification / Complies with 21 CFR (optional)
14 / Laser Configuration / Dot/Circle switchable
15 / Laser Status / Flashing or continuous, set via keypad (optional)
DISTANCE MEASURING / Built in (optional)
16 / Accuracy / 1% of Rdg or 3 cm (0.1') whichever is greater
17 / Operating Ambient temperature / 0°C to 50°C
18 / Operating Relative humidity / 95%
19 / Power / Battery operated
20 / Accessories: (standard/optional) / ac adapter
Sighting Scope Magnification
Tripod Mount
Wrist Strap
Soft Carrying Case
Instruction Manual
Traceable Calibration Certificate (ISO 17025)

II. Other Features & requirements:

  1. Warranty details to be provided
  2. Details of maintenance support to be provided.

III. Data with the Offer

Supplier shall submit following data with the bid.

  1. List of deviation from the above specifications.
  2. Detailed specification sheets, for each item/module in the offer.
  3. Manufacture’s complete descriptive and illustrative catalogue / literature

Incase of failure to submit the documents listed above, the offer may be rejected without any information.

  1. All documents shall be in English
  2. Final documents are to be submitted in CD

IV. Inspection and Testing

  1. FCRI reserves the right to test and inspect the item at the vendor’s works inline with inspection test plan.
  2. If the witness inspection is not carried out by FCRI, the tests shall be completed by the vendor and documents for the same submitted for scrutiny.
  3. Acceptance will be subject to satisfactory performance of the items during the test at FCRI on full load. The claimed backup time, on load, noise, performance, waveform & harmonics, etc to be satisfied during installation / commissioning runs on load

V.Package & Marking

Packing shall be done in a manner to reduce the volume of package.

Detailed packing list in waterproof envelope shall be inserted in the package together with equipment.

Items shall be marked as per relevant standards if required as applicable.

Items shall be suitably protected to avoid any damage during transit and storage

VI. Guarantee

Supplier shall guarantee that the instrument comply with the requirements stated in the requisition and in the purchase order. Supplier shall replace or repair all parts found to be defective due to inadequate engineering or quality of material. Supplier shall replace the instrument without delay, if the defect or malfunctioning cannot be eliminated.

The supplier must clearly and separately provide complete details of contact and address the technical support person exclusively to attend any service and maintenance issues.

Any defects occurring within the time period specified shall be repaired making all necessary modifications/repair/replacement of defective parts free of charge to FCRI.

VII.Technical Check List (As applicable)

Sl No. / Description / Response Yes/No
1 / GA Drawing with dimension and details of equipment
2 / Bill of material
3 / Make model no. and decoding details
4 / Technical literature
5 / Data sheets
6 / Materials as per data sheets and specifications
7 / Sign & Stamp of the tender, data sheets, drawings etc.
8 / Contents / index page number for attached documents/ drawings/ certificate
9 / Submitted filled technical questionnaire
10 / Details of manufacture inspection, venue details of setup, facility at works
11 / Make of the various items as per the approved vendor
12 / Items and vendor list for approval of FCRI for the items
13 / Estimated shipping weight & volume of each item

Name & Designation

Place:

Date:

Authorized Signature

Office Seal

VIII.BidderTechnical Questionnaire

Bidder shall fill in and submit along with unpriced bid document.

Sl No. / Description / Response Yes/No
1 / Deviation
  1. Job specifications
  2. Instrument specifications as per data sheets
  3. Scope of supply as material requisition
If Yes include the list of deviations.
2 / Spare parts including consumable items required .
3 / List of commissioning spares
4 / Special calibration kits, mounting accessories and equipment with technical details required, if any, for erection, commissioning and maintenance of the instruments.
5 / Relevant technical catalogues in English with model decoding details, drawings etc.
6 / If applicable, sizing, noise calculations and certified curves for instruments should be presented.
7 / Estimated power utility consumption / special cable requirements, for the instruments quoted, if any.
8 / Customer reference list in India and abroad.

Note: If the response is ‘NO’, please enclose reasons

Name & Designation

Place:

Date:

Authorized Signature

Office Seal

1

Document No: PUR/FCRI/LT/17175/2017-2018

Fluid Control Research Institute, Kanjikode West, Palakkad

Tender Document – “Temperature Readout/TC/RTD Etc.”

IX. Technical Deviations

I. Deviation

List of deviations from requisition / specifications / standards / drawings.

Sl No. / Documents / Deviation
No. Title / Clause

II. No Deviation is required

Name & Designation

Place:

Date:

Authorized Signature

Office Seal

X. Similar Orders Executed

Sl. No. / Description / Name & Postal Address / Phone / Value of order / Delivery date as per Contract / Actual Delivery Date

Note:

Copies of purchase order/completion certificate for the above supply to be enclosed. Later 5 years need to be indicated here.

Name & Designation

Place:

Date:

Authorized Signature

Office Seal

VOLUME II OF III

GENERAL CONDITIONS

CONTENTS

Sl. No. / Description / Pages
1 / Bidders Eligibility Criteria / 16
2 / General Information to Tenders / 17
3 / Instructions to Tenders / 18
4 / Tender Notice / 19
5 / Format - Letter of Authority / 20
6
7
8 / Format for Bank Guarantee EMD
Format for Bank Guarantee SD
Form for Contract cum Performance Bank Guarantee / 21
22
23-24
9 / Details of Indian Agent / 25
10 / Commercial Check List / 26
11 / Scope of Contract / 27
12 / General Rules and Directions for Guidance / 37
13 / Award of Contract / 44
14 / Preambles / 45

I. Bidders Eligibility Criteria:

1.Invitation for Bids is open to bidders who qualify the eligibility criteria.

2.The bidder should have executed at least one job of similar nature either in India or abroad in the preceding 3 years reckoned from bid due date.

3.The bidder shall not have been declared as ineligible by FCRI for corrupt or fraudulent practices as defined in ITB.

4.Bid should be from original manufacturers. Bids from selling agents / authorized distributors/ authorized dealers/ will be considered, provided bids are supplied with authority letter from the concerned manufacturers valid at the time of bidding. Warranty cover will be provided by such bidder.

II. General Information ToTenderers

Name of the Institution : M/s. Fluid Control Research Institute, Kanjikode West

Name of work: Temperature Readout/TC/RTD/ Etc.

Tender reference : PUR/FCRI/LT/17175/2017-18

Cost of Tender Form: Rs.400.00 or USD 10.00

EMD (Rs): 40,000.00

EMD (USD): 650.00

Due date for submission: 05-01-2018

Signature of the tenderer:

Name:

Designation:

Address:

Date:

Place:

III. Instructions to Tenderers

1. The following three documents constitute the complete tender specifications

Technical Tender Specification

Tender Document – General Conditions

Price Schedule

2. Full signatures are required in the following:

a) Index Page

b) Tender Form

c) Price Schedule

3. Initials are required in all other pages including preambles.

4. The rates should be quoted in words also.

5. The conditions of tender ought to be read carefully.

6. The tender should be submitted in two (2) parts in separate sealed envelope superscribing the tender reference, name of work, due date and nature of bid (priced or unpriced).

Part I – The Unpriced Bid

a)Tender documents duly completed along with unpriced schedule of quantities, all technical and commercial details.

b)List of deviations / modifications or variations, if any, to the specifications and terms & conditions.

c)Profile of the Firm / Company.

d)An affidavit stating, “None of the supply/works carried out by me were not cancelled owing to my fault”.

e)All necessary documents mentioned in Scope of Contract (X) & General Rules (XI)

f)All necessary items mentioned in Volume – I

g)EMD by way of RTGS/NEFT in favour of Fluid Control Research Institute, payable at Palakkad or Bank Guarantee in INR issued by a Public Sector Bank in FCRI format.

h)Tender fee by way of RTGS/NEFT in favour of Fluid Control Research Institute, payable at Palakkad

Part II – The priced bid

One set of the schedule of quantities and rates duly signed on all pages

(To be submitted in the Priced Bid format).

The Tender fee and EMD should be submitted before submission of quotation, and the receipt of RTGS/NEFT should be attached along with the technical bid. If the EMD is by Bank Guarantee, the same should be attached along with the technical bid.

IV. Tender Notice

To

Dear Sir,

Sub:

  1. Sealed item rate tenders are invited from reputed manufacturers/ suppliers/ exclusive Indian agents for the following work intended vide technical tender enclosed
  2. The following documents have been enclosed:

a)Technical tender specification

b)Tender document – General Conditions

c)Price Schedule

  1. The unpriced bids will be opened and evaluated by FCRI authorities. The priced bids will be opened at FCRI in presence of the qualified tenderers or a single authorized representative of the tenderer. The exact date of opening will be informed later.
  2. No consideration will be given to any tender received after due time and date.
  3. After finalization of the purchase, an amount of @10% of the total tendered value must be deposited by the successful tenderer as ‘Security Deposit’for the due fulfillment of the contract, before releasing the purchase order. The Security Deposit will be returned to the successful supplier after receipt of material at FCRI. Security deposit should be submitted within 10 days from the date of receipt of Scanned Copy of Procurement order. Delivery period will be counted from the date of receipt of scanned copy of Procurement order.
  4. The Earnest Money will be retained as a part of the Security Deposit and balance amount must be deposited by the way of RTGS/NEFT in favour of Fluid Control Research Institute or Bank Guarantee in INR, from a public Sector Bank in FCRI format.
  5. The security deposit will bear no interest.
  6. The tenderer will submit his tender after carefully examining all the Tender Documents.
  7. The tender shall be valid for acceptance for a minimum period of SIX MONTHS from the date of its opening.

Place: Name & Designation

Date:

Authorized Signature

Office Seal

V.Letter of Authority for Attending Price Bid Opening and Subsequent Negotiations.

Date:

Fluid Control Research Institute,

Kanjikode West, Palakkad,

Kerala, India – 678 623

Dear Sir,

Sub:

Bid No.…………………….……for …………………………………………………………………………….

M/s …………………………………………. hereby authorize following personnel to attend the price bid opening and for subsequent discussions/registration/correspondence and communication against above Bid.

  1. Name & Designation …………………………………………… Signature ………………………………..
  1. Name & Designation ………………………………………….. Signature ………………………………..

We confirm that we shall be bound by all commitments made by aforementioned authorized representatives.

Tanking you

Yours faithfully,

Place: Name & Designation

Date:

Authorized Signature

Office Seal

Note: -

This letter of authority should be on bidder’s letterhead and should be signed by a person competent having the power of attorney to bind the bidder.

Not more than two persons are permitted to attend techno–commercialnegotiations/price bid opening.

VI. Form for Bank Guarantee for Earnest Money Deposit

(To be issued by a Public Sector Bank)

(Stamp in accordance with the Stamp Act)

Ref…………...... Bank Guarantee No…………......

Date......

To,

Fluid Control Research Institute

Kanjikode West, Palakkad,

Kerala, India – 678623

Dear Sir(s),

TENDER NO.______FOR______

WHEREAS...... (hereinafter called the Bidder has submitted his Bid no. …………………. Dated……...... for ...... (hereinafter called 'the bid')

KNOW ALL MEN by these presents that WE...... ………………………… are bound unto Fluid Control Research Institute (An autonomous body under Govt. of India, Ministry of Heavy Industries & Public Enterprises), Kanjikode West, Palakkad, Kerala, India – 678623 (herein after called FCRI) IN THE SUM OF...………………………for which payment well and truly to be made to FCRI, the Bank binds itself its successor and assigns by these presents. Sealed with the Common Seal of the Bank this... day of...

THE CONDITIONS OF THIS OBLIGATION ARE:

  1. If the Bidder withdraws his Bid during the period of Bid validity specified by the Bidder on the Bid Form ; or
  2. If the Bidder, having been notified of the acceptance of his bid by FCRI during the period of bid validity but

a)Fails or refuses to execute the Contract Form, if required; or

b)Fails or refuses to furnish the PERFORMANCE SECURITY in accordance with the instructions to bidder.

We undertake to pay FCRI upto the above amount upon receipt of its first written demand, without FCRI having to substantiate its demand, provided that in its demand FCRI will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions.

The Guarantee will remain in force upto ______and any demand in respect thereof should reach the BANK not later than the above date.

(Signature of the BANK)

Signature of the Witness

Name & Address of Witness:

Date:

VII. Form for Bank Guarantee for Security Deposit

(To be issued by a Public Sector Bank in INR)

(Stamp in accordance with the Stamp Act)

Ref...... Bank Guarantee No......

Date......

To,

Fluid Control Research Institute

Kanjikode West, Palakkad,

Kerala, India – 678623

Dear Sir(s),

TENDER NO.______FOR______

PURCHASE ORDER NO. ______dt______

WHEREAS...... (hereinafter called the Bidder has submitted his Bid no. …………………. Dated……...... for ...... (hereinafter called 'the bid')

KNOW ALL MEN by these presents that WE...... ………………………… are bound unto Fluid Control Research Institute (An autonomous body under Govt. of India, Ministry of Heavy Industries & Public Enterprises), Kanjikode West, Palakkad, Kerala, India – 678623 (herein after called FCRI) IN THE SUM OF...………………………for which payment well and truly to be made to FCRI, the Bank binds itself its successor and assigns by these presents. Sealed with the Common Seal of the Bank this... day of...

THE CONDITIONS OF THIS OBLIGATION ARE :

  1. If the Bidder fails to perform as per the above mentioned Purchase Order; or
  2. If the Bidder, having been notified of the acceptance of his bid by FCRI during the period of bid validity but

a)Fails or refuses to execute the Contract Form, if required; or

b)Fails or refuses to furnish the PERFORMANCE SECURITY in accordance with the instructions to bidder.

We undertake to pay FCRI upto the above amount upon receipt of its first written demand, without FCRI having to substantiate its demand, provided that in its demand FCRI will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions.

The Guarantee will remain in force upto ______and any demand in respect thereof should reach the BANK not later than the above date.

(Signature of the BANK)

Signature of the Witness

Name & Address of Witness:

Date

VIII. Form of Performance Bank Guarantee