Anda di halaman 1dari 39

Tender no.

GIKI/PD/FCE-635/17

GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI


(PROCUREMENT DEPARTMENT)
Reference GIKI tender advertisement (Tender # GIKI/PD/FCE-635/17) for
Laboratory Equipments for Civil Engineering Department

SCHEDULE OF REQUIREMENTS FOR PURCHASE OF LABORATORY


EQUIPMENTS FOR CIVIL ENGINEERING DEPARTMENT
The delivery of services and supply will be made in 2 months after issuance of Purchase Order (without
penalty) and with the prescribed penalty as per following schedule of requirement: -

MODE OF PENALTY NO OF DAYS TOTAL DELIVERY PERIOD


Without Penalty 60days 60days
With Penalty @ 0.35 % per day for 10 days on the 70 days 70 days
delayed completion of task (10 days after 60 days) (60+ 10)
After 10 days (70days) penalty @ 0.5% per day for each additional delayed day shall be charged

PRICE SCHEDULE FOR THE GOODS IS TO BE QUOTED SEPARTELY IN CIF,


C&F, FOR / DDP basis (In Pak rupees / other currency):
Name of Bidder: ________________________________________________________
Tender # GIKI/PD/FCE-635/17

Purchase Laboratory Equipment for Civil Engineering Department to be completed is tabulated as under:
Unit Total Bid
Price Cost Security
Unit
Tender Sr. with including CIF (2% of
Description/Specification Qty Price C&F
No. No. 17% GST (RS) Price the
(RS) Price
GST / FOR / Total
(RS) DDP Cost)
Equipment for Highway Engineering Lab
1 Automatic Digital Penetrometer 1
Automatic Digital Ring and Ball
2 1
Apparatus Touch-Screen Version
Tender # GIKI/PD/FCE-635/17

Cleveland Open Cap Flash and


Fire Point Tester EN 22592, ASTM
3 1
D92, AASHTO T48, IP 36/67, UNE
7075, NF T60-118, ISO 2592
Sieve Shaker, Electromagnetic
4 1
with Sieve Set
Los Angeles Abrasion Machine
5 with Accessories with sound proof 1
cabinet
6 1
Centrifuge Extractor, 3000 g
7 1
Specific Gravity Apparatus
Environmental Engineering Labs
1 10
Graduated Cylinder
2 10
Graduated Cylinder (500ml)
3 10
Graduated Cylinder (250ml)
4 10
Erlenmeyer flask (50 ml)
5 10
Erlenmeyer flask (100ml)
6 30
Volumetric Flask(250ml)
7 20
Volumetric Flask (500ml)
8 10
Titration Funnel Material (100ml)
9 10
Titration Funnel Material (250ml)
10 Lab refrigerator 1
11 Dessiccator 1
12 Laboratory Oven 1
13 BOD incubator 1
14 BOD Bottles 5
15 Beaker (500ml) 10
16 Beaker (250ml) 20
17 Beaker (100ml) 20
18 Beaker (50ml) 20
19 Pipette (2-20 µL) 10
20 Pipette (20-200 µL) 10
21 filter paper (0.45 µm) 10
22 filter paper (0.2 µm) 10
23 Imhoff cone 1
24 Benchtop Turbidity meter 1
25 Electronic weighing balance (120t) 1
26 Electronic weighing balance (500t) 1
27 Electronic weighing balance 1
28 DO meter 1
Combo pH and conductivity /TDS
meter and thermometer (Digital) •
29 1
Combination pH / EC / TDS tester
thermometer
30 Water bath 1
Equipment for Concrete and Materials Lab

Beaker with spout 10


1
Graduate cylinder with stopper 10
Slump Cone Test Set, Stainless
2 1
Steel Cone
Air Entrainment Meter, 7 Liters
3 1
Capacity
4 Moulds 20
5 50 mm Three Gang Cube Mould 5
6 Galvanized Steel Pan 1
Tensile Test on Mortar Briquettes,
7 Touch-Screen Version with 1
Software
8 Specific Gravity Apparatus 1
8 Drying Oven, 220 Liters 1
8” Diameter Coarse Sieve Set with
10 1
Certificate + Lid and Receiver
8” Diameter Fine Sieves with
11 1
Certificate
12 8” Diameter Sieves with Certificate 1
13 Sieve Shaker, Electromagnetic 1
14 Specific Gravity Apparatus 1
15 Electronic Weighing Balance 1
16 Electronic Weighing Balance 1
17 Poker Vibrator, Electric 1
18 Digital Concrete Test Hammer 1
Equipment for Fluid Mechanics& Hydraulics Lab
Piping Loss Test Set, Self-
1 contained Unit with Water 1
Circulating System
2 Dead Weight Pressure Tester 5
3 Hydrostatic Pressure 3
4 Flow Meters 3
5 Hydraulics Bench 3
6 Metacentric Height 2
7 Flow Through an Orifice 2
8 Impact of a Jet 3
8 Bernoulli’s Theorem Apparatus 3
10 Particle Drag Coefficients 1
11 Stop Watch 5
12 Orifice and Jet Flow 1
Equipment for Surveying Lab
1 Reflector Less Total Station 3
2 Laser Distance Measuring Tools 5
3 Global Positioning System 5
4 Theodolite 5
5 Auto Levels with Tripods 5
6 Metallic Ranging Rods 20
7 Staff Rods 15
8 Prismatic compass 5
9 Plumb Bobs 5
10 Measuring Tape 100 m long 5
Equipment for Soil Mechanics and Geotech Lab

Beaker with spout 15


1
Graduate cylinder with stopper 20
2 Drying Oven, 100 Liters 1
Dynamic Cone Penetrometer
3 (DCP)
1
4 Electronic Weighing Balances 1
5 Particle Size Analysis of Soils 1
6A Constant Head Permeameter 1
6B Falling Head Permeameter 1
Consolidation Apparatus with
7 1
Software
8 Liquid Limit Device (Motorized) 1
9 Plastic Limit Set 1
10 Shrinkage Limit Set 1
Standard Proctor Mould and
11 1
Rammer
Modified Proctor Mould and
12 1
Rammer
13 Sand Density Cone Apparatus 1
14 Sieve Shaker, Electromagnetic 1
8” Diameter Coarse Sieve Set with
15 Certificate + Lid and Receiver
1
8” Diameter Fine Sieve Set with
16 1
Certificate + Lid and Receiver
17 8” Diameter Sieve with Certificate 1
18 Speedy Moisture Tester 1
19 Cone Pyknometer 1
20 Specific Gravity Apparatus 1
21 Mercury 1
Semiautomatic Cone Digital
22 1
Penetrometer
23 Surface Soil Sampler, 100 mm ID 1

Equipment for Engineering Mechanics and Structures Lab

Deflection of Frames, Computer


1 1
Assisted with Software
Virtual Work, Computer Assisted
2 1
with Software
Strut Buckling Apparatus with
3 Digital Display of Displacement 1
and Computer Interface
Unsymmetical Cantilever,
4 1
Computer Assisted with Software
Torsion Testing Machine, 200 Nm,
5 with Torque Calibration Arm, 1
Computer Control with software
Deflection of Curved Bars,
6 Computer Assisted with Software
1
Torsion and Bending, Computer
7 1
Assisted with Software
Deflection of Beam and
8 Cantilevers, Computer Assisted 1
with Software
Servo-Hydraulic Universal Testing
Machine (UTM), 2000 kN, Class:
9 0.5, Suitable for Tensile, 1
Compression, Shear, Three Point
Bending/Flexural Tests

Issued by: Dy. Director Procurement

Signature of the Bidder: ________________________________


Stamp of Bidder: ______________________________________

Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Annexure-A
SPECIFICATIONS
TENDER NO. (GIKI/PD/ IT-635/17)
PURCHASE OF Laboratory Equipment for Civil Engineering Department
 Note: Alternate or equivalent models in accordance with the below mentioned specifications are
required from the manufacturers based in USA, Europe, Japan, Thailand, Malaysia only.

Tender Sr.
No. No. Description Qty Specification
Equipment for Highway Engineering Lab
Automatic Digital Penetrometer
EN 1426, ASTM D5, BS 2000, NF T66-004, NLT 124, AASHTO T49, UNI
4162, UNE 7013, CNR N° 24. Digital measure of the penetration values.
Measuring range: 50 mm, sensitivity 0.01 mm. Motorized approach of the
needle, driven by camera (needle diameter = 5 mm on the monitor).
Electric control of the approach. Electromechanical release and locking
Automatic Digital device of the needle. Motorized return of the needle. USB port for printer or
1 Penetrometer 1 PC connection. Supplied complete with needle, weights, sample cups
Automatic Digital Ring and Ball Apparatus Touch-Screen Version
EN 1427, ASTM D36, AASHTO T53, NF T66-008, BS 2000, DIN 52011,
UNE 7111, UNI 4161, CNR N.35, automatically determines the softening
point of asphalts and pitches. Two laser sensors detect the balls fall
determining the softening point. The bath temperature is measured by an
electronic system maintaining the gradient (5°C/min) as specified by the
Standards. Real time visualization of the Temperature (°C)-Time (sec)
graph along the entire test. A magnetic stirrer with electronic speed
adjustment from 0 to 160 rpm also ensures an uniform temperature in the
vessel during the test executionThe touch-screen graphical interface
Tender # GIKI/PD/FCE-635/17

allows an easy set up of the parameters and the immediate execution of


the test. High resolution color display, 1/4 VGA, offers all the functions of a
PC for the management and analysis of data, test results, and graphs. Two
test parameters can be selected by the microprocessor menu: Test on
boiled distilled water for softening point from 30 to 80°C. Test on glycerol
Automatic Digital for softening point from 80 up to 150°C. Real time visualization of the bath
Ring and Ball temperature, test progress, rpm of the stirrer. Unlimited memory, edit them
Apparatus through an Excel spreadsheet. The tester is basically composed by:
Touch-Screen Ceramic-glass heating plate with automatic cut off at the end of the test
2 Version 1 cycle.
Cleveland Open
Cap Flash and Cleveland Open Cap Flash and Fire Point Tester
Fire Point Tester EN 22592, ASTM D92, AASHTO T48, IP 36/67, UNE 7075, NF T60-118,
EN 22592, ISO 2592
ASTM D92, Complete with brass cup, thermometer IP 28C (ASTM 11C) range -6
AASHTO T48, +400°C., electric heater with thermo-regulator double line fuse. Power
IP 36/67, UNE supply: 230V, 1ph, 50/60Hz, 600W. Weight: 10 kg. Comes complete with
7075, NF T60- Flame gas device; complete with gas-stop valve controlled by a flame
3 118, ISO 2592 1 sensor and maximum thermostat with reset button
Sieve Shaker, Electromagnetic with Sieve Set
EN 932-5, ISO 3310-1. Activated by electromagnetic impulses and thanks
to the triple vibrating action (vertical, lateral and rotational) is
recommended to perform sieving tests where high precision and
performance are important and where continual and intense uses are
required
Electromagnetic shakeris of simple and sturdy construction can hold up to
10 sieves and can also suitable for wet sieving tests. It accepts sieves
having diameter 200 - 250 - 300 - 315 - 400 - 450 mm - 8” - 12” – 18.
Sieve Shaker, Includes 8” diameter coarse and fine sieve set with certificate + lid and
Electromagnetic receiver, ASTM No: 3”, 1 1-2”, 1”, 3-4”, 1-2”, 3-8”, 4, 8, 10, 20, 30, 40, 50,
4 with Sieve Set 1 60, 80, 100, 200
Los Angeles Abrasion Machine with Accessories with sound proof
cabinet
EN1097-2, ASTM C131, UNI 8520-19, EN 12697-17, EN 12697-43, NF
P18-573, UNE 83116, AASHTO T96, CNR N° 34, NLT 325. It comprises a
heavy steel cylinder of 711 mm inside diameter x 508 mm inside length,
mounted on a base frame. The cylinder rotates at 31÷33 rpm. The
machine is fitted with an automatic digital counter which can be preset to
the required number of revolutions of the drum. The cylinder is
counterbalanced so that the filling opening stays in position without tilting;
Los Angeles a push-button allows positioning such opening for the loading/unloading
Abrasion operations. Comes with set of 12 ABRASIVE CHARGES, conforming to
Machine with ASTM/AASHTO/CNR/UNI/UNE/NLT Standards. Set of 12 ABRASIVE
Accessories with CHARGES, conforming to EN/NF Standards. Security cabinet,
sound proof manufactured from sheet steel, internally lined with sound-proofing
5 cabinet 1 material for noise reduction, conforming to CE Safety Directive.
Centrifuge Extractor, 3000 g
EN 12697-1 clause B.1.5, EN 13108, ASTM D2172, AASHTO T164A
The separate control panel incorporates an electronic card fitted with AC
drive that automatically drives the bowl speed rotation ramp from 0 to 3600
rpm as requested by Standards, with automatic fast stop bowl rotation at
the end of the test. Equipped with a special explosion proof electric motor.
Centrifuge Supplied complete with speed regulator and digital display monitoring the
Extractor, 3000 frequency. Comes with bowl and cover 3000 g capacity, made of precision
6 g 1 machined cast aluminum. Filter disc, 3000 g capacity, pack of 100 pieces.
Specific Gravity Apparatus
EN 12390:7, BS 812:2, BS 1881:114, UNI 6394:2
Specific gravity frame, used for specific gravity determination of concrete,
aggregates etc Density basket, stainless steel, diameter 200 x 200 mm,
Specific Gravity mesh 3.35 mm, ASTM C127, AASHTO T85, BS 812:2. Digital balance, 15
7 Apparatus 1 kg capacity, 0.2 g readability, under balance weighting facility.
Environmental Engineering Labs
Graduated High quality glass cylinders which can endure heating over the open flame
1 Cylinder 10 of an alcohol lamp, lab burner, or hot plate
Graduated High quality glass cylinders which can endure heating over the open flame
2 Cylinder (500ml) 10 of an alcohol lamp, lab burner, or hot plate
Graduated High quality glass cylinders which can endure heating over the open flame
3 Cylinder (250ml) 10 of an alcohol lamp, lab burner, or hot plate
Erlenmeyer flask High quality flask which can endure heating over the open flame of an
4 (50 ml) 10 alcohol lamp, lab burner, or hot plate
Erlenmeyer flask High quality flask which can endure heating over the open flame of an
5 (100ml) 10 alcohol lamp, lab burner, or hot plate
Volumetric High quality flask which can endure heating over the open flame of an
6 Flask(250ml) 30 alcohol lamp, lab burner, or hot plate
Volumetric Flask High quality flask which can endure heating over the open flame of an
7 (500ml) 20 alcohol lamp, lab burner, or hot plate
Titration Funnel High quality flask which can endure heating over the open flame of an
8 Material (100ml) 10 alcohol lamp, lab burner, or hot plate
Titration Funnel Material: Glass ,capacity 50-100 ml
9 Material (250ml) 10
Upright, Single Door Capacity: 300 -
10 Lab refrigerator 1 500 liters
simple desiccator (Plastic/Glass or equivalent) with silica gel or other
equivalent desiccant .Plate size>300mm with facility for vacuum
desiccation
11 Dessiccator 1
EN 932-5 | ASTM C127 | ASTM D1559 | ASTM D698 | ASTM D558 |
ASTM D1557 | EN 1097-5 | ASTM C136 | ASTM D559 | ASTM D560 | BS
1924:1 Stainless steel, forced convection, digital laboratory oven, 250 litres
cap. 220 V, 60 Hz, 1 ph Having Digital PID temperature control system
High temperature uniformity and precision Over temperature protection
12 Laboratory Oven 1 Stainless steel internal and external lining “linen patterned” Forced
convection airflow
temp.range:2~-50 ℃ temp. tolerance(℃):≤±0.5℃ temp. uniformity℃: ≤±1
13 BOD incubator 1 temp. accuracy(℃):≤±0.5 volume (L):>150
14 BOD Bottles 5 Glass bottles for BOD measurement 300 ml
High quality glass beakers which can endure heating over the open flame
15 Beaker (500ml) 10 of an alcohol lamp, lab burner, or hot plate
High quality glass beakers which can endure heating over the open flame
16 Beaker (250ml) 20 of an alcohol lamp, lab burner, or hot plate
High quality glass beakers which can endure heating over the open flame
17 Beaker (100ml) 20 of an alcohol lamp, lab burner, or hot plate
High quality glass beakers which can endure heating over the open flame
18 Beaker (50ml) 20 of an alcohol lamp, lab burner, or hot plate
19 Pipette (2-20 µL) 10 single channel , borosilicate glass/Plastic (10 in numbers)
Pipette (20-200 single channel , borosilicate glass/Plastic
20 µL) 10
filter paper (0.45 Resistant to weak acids & base, 100 pcs
21 µm) 10
filter paper (0.2 Resistant to weak acids & base, 100 pcs
22 µm) 10
For sediment & settleable solids analysis .Pack of 4 cones with screw caps
23 Imhoff cone 1 and rack
Meets USEPA standards.2,3,4 or 5 point turbidity calibration Range
(accuracy):0-1000NTU(±2% of reading plus 0.02NTU)Resolution:0.1 NTU
Benchtop Method: Nephelometric method Power: Battery or compatible with
24 Turbidity meter 1 220VAV/50 Hz
Electronic Range (accuracy):120±0.0001g Resolution: 0.0001g Battery operated or
weighing Workable on 220V 1Ph 50~60 Hz.
25 balance (120t) 1
Electronic Range (accuracy):500±0.001g Resolution: 0.001g Battery operated or
weighing Workable on 220V 1Ph 50~60 Hz
26 balance (500t) 1
Electronic Range (accuracy):1000±0.1g Resolution: 0.1g Battery operated or
weighing Workable on 220V 1Ph 50~60 Hz
27 balance 1
DO range up to 300%(0-45mg/l)• Altitude compensation up to 4000 m•
Salinity compensation up to 40 g/L• Automatic temperature compensation•
Automatic calibration in air• PC compatible via USB• Battery powered or
Workable on 220V 1Ph 50~60 Hz.
28 DO meter 1
Temperature in °C or °F
EC (Electrical Conductivity) in micro Siemens
TDS (Total Dissolved Solids) in ppm
Measurement Stability Indicator
Replaceable pH Electrode
Combo pH and Automatic pH Calibration at standard and NIST Buffer Sets
conductivity Automatic Temperature Compensation (ATC)
/TDS meter and Adjustable Temperature Coefficient Factor
thermometer Rugged, Floating Waterproof Casing
(Digital) • Range and accuracy: [pH: 0-14±0.05 pH Electric Conductivity(TDS) :0 to
Combination pH 3,999 µS/cm (0-2000ppm/cm) ±2% full scale, Temperature :0.0 to 60.0
/ EC / TDS ±0.5 °C]
tester Resolution: [pH: 0.01 Electric Conductivity(TDS) :1µS/cm (1 ppm/cm)
29 thermometer 1 Temperature :0.1°C]
8 liter capacity Max. Temperature 100°C. Thermostatic control.
Made of stainless steel with double-wall and cover. Electric heating with
immersion heaters.
30 Water bath 1
Equipment for Concrete and Materials Lab
Beaker with Beakers with spout (10 each)
1 spout 10 1000 ml, 600 ml, 250 ml, 100 ml, 50 ml
Graduate
cylinder with Graduate cylinders with stopper (10 each)
stopper 10 1000 ml, 50 ml.
Slump Cone Test Set, Stainless Steel Cone
EN 12350-2, EN 12350-8:2011, ASTM C143, BS 1881:102, AASHTO
Slump Cone T119, NF P18-305, UNE 7103, UNI 9418. Slump cone stainless steel
Test Set, made. Tamping rod, diameter 16 x 600 mm. Slump cone funnel.
Stainless Steel Graduated slump scale engraved in 0.5 cm increments with sliding
2 Cone 1 measuring rod. Base, aluminum scoop, 500 cc and fine wire brush.
Air Entrainment Meter, 7 Liters Capacity
EN 12350-7, ASTM C231 type B, AASHTO T152. Precision pressure
Air Entrainment gauge 90 mm diameter and valves. Capacity: 7 liters. Air content range: 0 -
Meter, 7 Liters 100%. Gauge graduations: 0.1% up to 6% of the scale; 0.2% from 6% to
3 Capacity 1 10% of the scale. Calibration kit, accessories, plastic carrying case.
Moulds
4 Moulds 20 Cube mould, 150 mm cast iron. Steel cylinder mould, 6” x 12”.
50 mm Three
Gang Cube 50 mm Three Gang Cube Mould
5 Mould 5 Made from steel, hardness 55 HRB
Galvanized Galvanized Steel Pan
6 Steel Pan 1 Size: 910x910x76 mm.
Tensile Test on Mortar Briquettes,
Touch-Screen Version with Software
ASTM C190, ASTM C307, AASHTO T132. Maximum compression
capacity: 50 kN. Maximum tensile capacity: 25 kN. Automatic Load or
Displacement/Deformation Control. Adjustable testing speed from 0.01 to
51 mm/minute. Adjustable pace rate from 1 to 15000 N/sec. Maximum ram
travel: 100 mm. Daylight between columns: 380 mm. Maximum vertical
daylight: 850 mm. Driven by a motor “brushless with closed loop through
optic encoder” and controlled by a microprocessor. Stroke electric end
switches are applied to the load piston to save the machine from
accidental handlings. The stress is measured by an electric load cell; the
measurement and the displacement control of the crosshead are achieved
by the electronic device incorporated into the machine. Electronic control
Tensile Test on unit with Touch-Screen color display, that runs like a standard PC based
Mortar on Windows operating system for the management and analysis of data,
Briquettes, test results, graphs. The machine can be connected to a PC for remote
Touch-Screen test execution through suitable software. Power supply: 230V, 1Ph,
Version with 50/60Hz. Tensile/Compression strain load cell, 10 kN. Tensile jaws “8”
7 Software 1 shaped software for tensile test and briquette mould.
Specific Gravity Apparatus
EN 12390:7, BS 812:2, BS 1881:114, UNI 6394:2. Steel frame made, it
incorporates on its lower part a platform adjustable in height, holding a
water container. Cradle for holding concrete cube and cylinder. Density
basket, stainless steel, diameter 200 x 200 mm, mesh 3.35 mm, ASTM
Specific Gravity C127, AASHTO T85, BS 812:2. Digital balance, 15 kg capacity, 0.2 g
8 Apparatus 1 readability, under balance weighting facility.
Drying Oven, 220 Liters
Capacity: 220 Liters. Ventilation: Forced Ventilation. Exterior front part is
stainless steel made; while interior chamber, grid shelves and external
walls are made from zinc coated steel. Temperature from ambient to
200°C is controlled by a “digital thermo-regulator-indicator”. Equipped of a
Drying Oven, “dual safety thermostat”. The oven is supplied complete with two grid
8 220 Liters 1 shelves. Power: 230V 50/60Hz.
8” Diameter 8” Diameter Coarse Sieve Set with Certificate
Coarse Sieve + Lid and Receiver
Set with ASTM No: 3”, 1 1-2”, 1”, 3-4”, 1-2”, 3-8”,4+ Lid and Receiver. Conforms to
Certificate + Lid ISO 3310-1, EN 933-1, EN 933-2, BS410, UNE 7050, DIN 4187-1, UNI
10 and Receiver 1 2331, UNI 2333, ASTM E11.
8” Diameter Fine 8” Diameter Fine Sieves Set with Certificate
Sieves with ASTM No: 8, 10, 20, 30, 40, 50, 60, 80, 100, 200. Conforms to ISO 3310-
11 Certificate 1 1, EN 933-1, EN 933-2, BS410, UNE 7050, DIN 4187-1, UNI 2331, UNI
2333, ASTM E11
8” Diameter 8” Diameter Sieves with Certificate
Sieves with ASTM No: 100 and 200. Conforms to ISO 3310-1, EN 933-1, EN 933-2,
12 Certificate 1 BS410, UNE 7050, DIN 4187-1, UNI 2331, UNI 2333, ASTM E11.
Sieve Shaker, Electromagnetic
EN 932-5, ISO 3310-1. Electromagnetic impulses and triple vibrating
action (vertical, lateral and rotational). Hold up to 10 sieves and suitable for
wet sieving tests. Accepts sieves having diameter 200 - 250 - 300 - 315 -
400 - 450 mm - 8” - 12” - 18”. Separate digital control panel can adjust the
Sieve Shaker, sieving time from 1 to 999 minutes. Power supply: 230V, 50Hz, 1ph. Pan +
13 Electromagnetic 1 Lid, Diameter 200 mm. Pan + Lid, Diameter 300 mm.
Specific Gravity Apparatus
EN 12390:7, BS 812:2, BS 1881:114, UNI 6394:2. Steel frame made, it
incorporates on its lower part a platform adjustable in height, holding a
water container. Cradle for holding concrete cube and cylinder. Density
basket, stainless steel, diameter 200 x 200 mm, mesh 3.35 mm, ASTM
Specific Gravity C127, AASHTO T85, BS 812:2. Digital balance, 15 kg capacity, 0.2 g
14 Apparatus 1 readability, under balance weighting facility.
Electronic
Weighing Electronic Weighing Balance
15 Balance 1 2200 g x 0.01 g with traceable calibration certificate
Electronic
Weighing Electronic Weighing Balance
16 Balance 1 60 kg x 1 g with traceable calibration certificate.
Poker Vibrator, Electric
EN 12390-2, ASTM C31, ASTM C192, AASHTO T23, AASHTO T126, BS
1881:108, UNI 6137. Tip dimensions 25 mm diameter by 290 mm long.
Flexible shaft 2 meters long. Frequency: 12000 vibration/minute.
Poker Vibrator, Amplitude: 0.65 mm. Centrifugal force: 0.8 kN. Power supply: 230V, 1ph,
17 Electric 1 50/60Hz.
Digital Concrete Test Hammer
EN 12504: Part 2, ASTM C805, BS 1881:202, NF P18-417, DIN 1048, UNI
9189, UNE 83307. Microprocessor operated with advanced technology.
Display on graphic LCD 64x124 and download data to PC over 15000
tests. Automatic statistical processing and readings. Automatic conversion
of rebound index to equivalent compression strength in psi, N/mm2,
kg/cm2.Impact energy: 2,207 Joule (Nm). Measuring range: 10 – 120
N/mm2. Interface: USB. Power source: 6 rechargeable batteries AA NiMh
2400mA/hour. Battery life: 60 hours with automatic shut down. Complete
Digital Concrete with data transfer software, data transfer USB cable, battery charger,
18 Test Hammer 1 abrasive stone, carrying case.
Equipment for Fluid Mechanics& Hydraulics Lab
Piping Loss Test Set, Self-contained Unit with Water Circulating
System
For studying the friction losses in pipes, pipe fittings, and valves; and to
determine coefficients of discharge for primary flow measuring devices at
various flow rates. Pump: 0.55 kW. Maximum flow rate: Approximately 90 l
pm. Water storage tank: Approx 80 liters. Primary flow measuring devices
made from clear plastics: Venturimeter: D1 = 29 mm, D2 = 17 mm.
Orificemeter: D1 = 29 mm, D2 = 20 mm. Pitot tube: D = 19 mm. Friction
loss components: Linear pipes, PVC: 3/4, 1/2 and 3/8 in. Linear pipe,
stainless steel: 1/4 in. Valves: Gate, globe, ball and check. Short radius
Piping Loss Test bends: 2 each. Long radius bends: 2 each. Regular elbow: 1 each.45o
Set, Self- elbows: 2 each.45o Y: 1 each. Other components: Tee section, inline
contained Unit strainer, sudden expansion and sudden contraction. Measuring
with Water instruments: Water meter and stop watch. Water manometer with hand air
Circulating pump: 950 mm x 1 mm graduation. Mercury manometer: 950 mm x 1 mm
1 System 1 graduation
Dead Weight Pressure Tester
Dead Weight It consists of a precision machined stainless steel piston and cylinder with
2 Pressure Tester 5 calibrated weights. Pressure gauge: 4 inch, Bourdon tube, 0-3 kg/cm2 / 0-
30 N/cm2. Piston cross-section: 250 mm2. Piston weight: 500 g.
Calibration weights: 1 lot total 7,000 g
Hydrostatic Pressure
Quadrant Inner radius: 100 mm. Outer radius: 200 mm. Width: 75 mm.
Hydrostatic Depth scale: 1 mm graduation. Tank capacity: 6 liters. Weights: 1 lot total
3 Pressure 3 7.4 N.
Flow Meters
Variable area flow meter: upto 35 lpm. Venturi diameters: 29 mm inlet with
17 mm throat. Orifice plate diameter: 20 mm on 29 mm diameter tube.
Pitot tube: On 19 mm diameter tube. Water manometer: 8 tubes x 450 mm
4 Flow Meters 3 x 1 mm graduation.
Hydraulics Bench
Water is admitted at one end of the channel via a female quick coupling for
connection to an accessory which is mounted across the channel. The
accessory discharges water into the open channel which in turn discharges
water into the measuring tank A bull’s eye level is provided to indicate the
bench is level. The unit is on a steel frame on wheels. Centrifugal pump
with a maximum flow rate approximately 80 lpm. Bench top dimensions:
126 cm long x 77 cm wide. Open channel: 70 cm long x 25 cm wide x 17
cm deep. Measuring tank: Low flow 10 liters, high flow 45 liters. Main
storage tank: 165 liters. Accessories: Stop watch and outlet hose with
fittings for connection to accessory. Power supply: 220V, 1Ph, 50Hz.
Hydraulics Comes with variable area flow meter 75 lpm. With Learning Software for
5 Bench 3 Accessories.
Metacentric Height
Pontoon: 400 mm long x 200 mm wide x 100 mm high5 mm thick plastics.
Horizontal scale: 1 mm graduation. Mast height: 450 mm. Maximum angle
Metacentric of tilt: +/- 13ox 0.5o graduation. Vertical sliding weight: 500 g. Jockey
6 Height 2 weight: 200 g.
Flow Through an Orifice
Flow Through an Cylinder diameter: 150 mm. Standard orifice: 13 mm diameter, sharp edge.
7 Orifice 2 Maximum head: 370 mm. Traverse travel: 0.01 mm division.
Impact of a Jet
Cylinder diameter: 150 mm. Nozzle diameter: 7 mm. Target plate diameter:
36 mm. Target plates: Flat, 120o inward cone, 180o hemisphere, 120o
outward cone. Nozzle and target plate material: Plastics. Weights: 1 lot
8 Impact of a Jet 3 total 7.4 N.
Bernoulli’s Theorem Apparatus
Bernoulli’s Bernoulli’s theorem is applied on flow through a clear acrylic Venturi tube.
Theorem Diameters: 28 mm inlet with 14 mm throat. Water manometer: 8 tubes x
8 Apparatus 3 450 mm x 1 mm graduation. Total head probe: 3 mm tube.
Particle Drag Coefficients
Glass tubes: 2 each, 100 mm outside diameter x 1.5 m long. Tube top with
guides: 2 each. Ball spheres: Steel: 3 different diameters. Glass or
plastics: 2 different diameters. Streamlined object: Stainless steel,
Particle Drag diameter 6 and 9 mm. Fluorescent lamp: 40 W. Stop watch: 1 each
10 Coefficients 1 Particle cross section is no more than 1% of the tube cross section
11 Stop Watch 5 Stop Watch
Orifice and Jet Flow
Comparison of jet trajectory with that by theory of mechanics can also be
Orifice and Jet made. Orifice diameter: 4 mm and 8 mm. Trajectory probes: 8, stainless
12 Flow 1 steel. Maximum constant head: 420 mm. Cylinder diameter: 150 mm.
Equipment for Surveying Lab
1. Reflector Less Total Station (5 in numbers)
 Min Accuracy: 5 second
 Display reading 1second
 Display panel LCD 2 side’s display
 Plummet: laser plummet
Reflector Less  Min Distance accuracy: 2+2ppm
1 Total Station 3  Min Reflector less range: 350m
 Min Range with prism: 5000m
 Communication system: Mini USB, SD card, RS232 port
 Water proof: IP55
 Min Memory: 50000
 Built in surveying program:
 Coordinate: Stake out, Area, resection, point projection, line
stake out, traverse, acr stakeout, road calculation, MLM, REM,
(Instrument should be include with two batteries, one charger, one data
transfer cable and downloading
Laser Distance
2 Measuring Tools 5 Laser Distance Measuring Tools
Global
Positioning
3 System 5 Global Positioning System (GPS)
Theodolite
Instrument should be include with two batteries, one charger, tripod
4 Theodolite 5
Auto Levels with
5 Tripods 5 Auto Levels with Tripods
Metallic Ranging
6 Rods 20 Metallic Ranging Rods
7 Staff Rods 15 Staff Rods
Prismatic
8 compass 5 Prismatic compass
9 Plumb Bobs 5 Plumb Bobs
Measuring Tape
10 100 m long 5 Measuring Tape 100 m long
Equipment for Soil Mechanics and Geotech Lab
Beaker with Beakers with spout (15 each)
spout 15 1000 ml, 600 ml, 250 ml, 100 ml, 50 ml
Graduate
cylinder with Graduate cylinders with stopper (20 each)
1 stopper 20 1000 ml, 50 ml.
Drying Oven, 100 Liters
Capacity: 100 Liters. Ventilation: Forced Ventilation. Exterior front part is
stainless steel made; while interior chamber, grid shelves and external
walls are made from zinc coated steel. Temperature from ambient to
200°C is controlled by a “digital thermo-regulator-indicator”. Equipped of a
Drying Oven, “dual safety thermostat”. The oven is supplied complete with two grid
2 100 Liters 1 shelves. Power: 230V 50/60Hz.
Dynamic Cone Penetrometer (DCP)
TRL (Transport Research Laboratory, UK), ASTM D 6951-03. Portable
hand operated, designed to obtain a direct and rapid in-situ evaluation of
the structural strength of road pavement layers constructed with unbound
materials. Equipment housed in carrying case, consists of: drop sliding
Dynamic Cone hammer 8 kg weight, falling height of 575 mm, Impact anvil with driving
Penetrometer rod, Penetration rod with conical 60° point and 20 mm diameter, Bar
3 (DCP) 1 wrench, spanners, accessories.
Electronic
Electronic Weighing Balances
Weighing
60 kg x 1 g and 2200 g x 0.01 g with traceable calibration certificates.
4 Balances 1
Particle Size Analysis of Soils
ASTM D422, AASHTO T88, UNE 103.102. Hydrometer jar, 1000 ml (6
pieces). Soil hydrometer, 151H, range 0.995 to 1,038 g/ml with division
0.001. Glass tank, dimensions: 600x300x380 mm. Heater “Professional
Type” with thermostat, cooling coil, circulation unit. Glass thermometer, 0 -
50°C, subdiv. 0.5°C. Beaker, 250 ml. High speed stirrer, 10000 rpm,
complete. Sodium hexametaphosphate, 1000 g. Separate control panel,
Particle Size complete with On/Off switch and electric protections to get heater to CE
5 Analysis of Soils 1 safety directive. Soil hydrometer, 152H, range -5 to 60 g/l.
Constant Head Permeameter
BS 1377:5, ASTM D2434, AASHTO T215. Constant head permeability
cell, 75 mm diameter. Manometer tubes and stand, comprising three tubes
Constant Head of constant bore, graduated scale, tubing and connectors. Constant level
6A Permeameter 1 tank, made from acrylic plexiglass, wall mounting.
Falling Head Permeameter
CEN ISO/TS 17892-11. Permeameter stand with three manometer tubes,
stand with three manometer tubes each diameter 3, 4 and 6 mm for the
different degrees of permeability, soaking reservoir with cock, tubing and
connectors. Compaction permeameter 4” diameter – complete. De-airing
tank 20 liter capacity, made from acrylic plexi-glass. Water trap to collect
Falling Head the water condensation. Portable vacuum pump, 230V, 1ph, 50 Hz.
6B Permeameter 1 Rubber tubing, 3 m. Nylon tubing, 20 m.
Consolidation Apparatus with Software
ASTM D2435-80, ASTM D3877, ASTM D4546, BS 1377:5, AASHTO
T216, XP P94 090-1, XP P94-091, UNE 103-601, UNE 103-602, CEN-
ISO-TS 17892-5. Front loading oedometer (Qty: 03), rigidly manufactured
from aluminum alloy casting to provide a high degree of accuracy with any
frame distorsion under load. The load bridge group is supported in high
accuracy self-aligning seat balls. The beam provides three loading ratio:
9:1 10:1 11:1 and the beam assembly is fitted with an adjustable
counterbalance weight. Maximum load: 170 kg of slotted weights,
corresponding to 1870 kg using the beam ratio 11:1. The oedometer
accepts cells up to 100 cm2. Linear vertical displacement transducer, 10
mm travel + calibration (Qty: 03). Extension cable, 5 m long (Qty: 03).
Consolidation cell, diameter 50.47 mm, specimen area 20 cm 2 (Qty: 03).
Set of 64 kg of weights (Qty: 03). 8 Channels acquisition and processing
data system (expandable to 16 channels) colour “Touch Screen” display, it
Consolidation automatically performs test and data processing. Directly connected to PC
Apparatus with via USB, it prints the test certificate. Software, ASTM D2435-80, XP P94-
7 Software 1 090-1, CEN-ISO-TS 17892-5, BS 1377:5. Bench holding three apparatus.
Liquid Limit Device (Motorized)
ASTM D4318, UNI CEN ISO, TS 17892-12, AASHTO T89, UNI 10014, BS
1377:2, UNE 103 103-94. Unit comprises a removable brass cup which
through a cam device drops on a hard rubber base. Supplied complete
Liquid Limit with drops counter. Motor operated at 120 drops/min speed. Power supply:
Device 230V 1ph 50Hz. Grooving Tool to UNI/AASHTO.
8 (Motorized) 1
Plastic Limit Set
ASTM D4318, AASHTO T90, BS 1377:2, UNI 10014, UNE 103-104, NF
P94-051, CEN ISO-TS 17892-12. Set complete with carrying case
comprises: glass plate 300x250x10 mm. Rod caliper 3 mm diameter.
Mixing porcelain dish 120 mm diameter. Flexible spatula, 100 mm blade.
9 Plastic Limit Set 1 Aluminum moisture tins diameter 55x35 mm (Qty: 6).
Shrinkage Limit Set
ASTM D 427, AASHTO T 92, UNI 10014, UNE 103-108, NF XP94-060-1,
BS 1377:2. Complete with carrying case. The set comprises: Shrinkage
Dish, Diameter 45x12.7 mm (2 pieces). Crystallizing Dish, Diameter 57x32
mm. Shrinkage Prong Plate, Made of Plexi-glass Material with 3 Metal
Shrinkage Limit Prongs. Glass Evaporating Dish, Diameter 120 mm flat bottom. Graduated
10 Set 1 Cylinder 25 ml capacity. Flexible Spatula, 100 mm Blade.
Standard Proctor Mould and Rammer
Standard Mould internal diameter: 101.6 mm, body height: 116.4 mm, volume: 944
Proctor Mould ml, ASTM, AASHTO, NF, CNR. Rammer diameter: 50.8 mm, fall height:
11 and Rammer 1 304.8 mm, rammer weight: 2,495 kg, ASTM, AASHTO, CNR, UNE, NF.
Modified Proctor Mould and Rammer
Modified Proctor Mould internal diameter: 152.4 mm, body height: 116.4 mm, volume: 2124
Mould and ml, ASTM, AASHTO, NF, CNR. Rammer diameter: 50.8 mm, fall height:
12 Rammer 1 457.2 mm, rammer weight: 4,536 kg, ASTM, AASHTO, CNR, UNE, NF.
Sand Density Cone Apparatus
Sand Density ASTM D1556, AASHTO T191, CNR N° 22, UNE 7371, UNE 83109, NF
13 Cone Apparatus 1 P94-061-3. Apparatus consists of metal double cone assembly with valve
Ø 6.5” (165.1 mm). Metal base with fixed centre hole for cone housing. N°
2 Plastic jar, 5 liter. Galvanized against corrosion.
Sieve Shaker, Electromagnetic
EN 932-5, ISO 3310-1. Electromagnetic impulses and triple vibrating
action (vertical, lateral and rotational). Hold up to 10 sieves and suitable for
wet sieving tests. Accepts sieves having diameter 200 - 250 - 300 - 315 -
400 - 450 mm - 8” - 12” - 18”. Separate digital control panel can adjust the
Sieve Shaker, sieving time from 1 to 999 minutes. Power supply: 230V, 50Hz, 1ph. Pan +
14 Electromagnetic 1 Lid, Diameter 200 mm. Pan + Lid, Diameter 300 mm.
8” Diameter 8” Diameter Coarse Sieve Set with Certificate
Coarse Sieve + Lid and Receiver
Set with ASTM No: 3”, 1 1-2”, 1”, 3-4”, 1-2”, 3-8”,4+ Lid and Receiver. Conforms to
Certificate + Lid ISO 3310-1, EN 933-1, EN 933-2, BS410, UNE 7050, DIN 4187-1, UNI
15 and Receiver 1 2331, UNI 2333, ASTM E11.
8” Diameter Fine 8” Diameter Fine Sieves Set with Certificate
Sieve Set with ASTM No: 8, 10, 20, 30, 40, 50, 60, 80, 100, 200. Conforms to ISO 3310-
Certificate + Lid 1, EN 933-1, EN 933-2, BS410, UNE 7050, DIN 4187-1, UNI 2331, UNI
16 and Receiver 1 2333, ASTM E11.
8” Diameter 8” Diameter Sieves with Certificate
Sieve with ASTM No: 100 and 200. Conforms to ISO 3310-1, EN 933-1, EN 933-2,
17 Certificate 1 BS410, UNE 7050, DIN 4187-1, UNI 2331, UNI 2333, ASTM E11.
Speedy Moisture Tester
Speedy Moisture ASTM D4944, AASHTO T217, UNE 7804, BS 6576. Capacity: 6 g,
18 Tester 1 Moisture Range: 0 - 20%.
Cone Pyknometer
Cone EN 1097-6, BS 1377:2. Glass jar with aluminum cone and rubber seal,
19 Pyknometer 1 capacity 1 kg.
Specific Gravity Apparatus
EN 12390:7, BS 812:2, BS 1881:114, UNI 6394:2. Steel frame made, it
incorporates on its lower part a platform adjustable in height, holding a
water container. Cradle for holding concrete cube and cylinder. Density
basket, stainless steel, diameter 200 x 200 mm, mesh 3.35 mm, ASTM
Specific Gravity C127, AASHTO T85, BS 812:2. Digital balance, 15 kg capacity, 0.2 g
20 Apparatus 1 readability, under balance weighting facility.
Mercury
21 Mercury 1 500 ml.
Semiautomatic Cone Digital Penetrometer
CEN ISO/TS 17892-12, BS 1377:2, NF P94-052-1. Aluminum base with
leveling screws and spirit level. Chromed vertical rod with “micrometric
vertical displacement device”. Readings in mm and inch, with 0.1 mm
resolution. LCD 5 digits display, with zero set in any position. Slider, brass
made, equipped with a magnetic controller device with electronic digital
programmable timer that automatically releases the plunger head and
Semiautomatic ensures free falling of the cone during the 5-seconds test. Stainless steel
Cone Digital penetration test cone 35 mm long, 30° angle. Weight 20 g. Two brass cups
22 Penetrometer 1 diameter 55x35 mm and 70x45 mm. Power supply: 230V 1ph 50Hz.
Surface Soil Sampler, 100 mm ID
Surface Soil BS 1377:9. Set includes: Driving rammer for 100 mm diameter core cutter.
Sampler, 100 Driving dolly for 100 mm diameter core cutter. Core cutter (sampling tube)
23 mm ID 1 100 mm diameter by 130 mm length. Total Weight: 15.5 kg.
Equipment for Engineering Mechanics and Structures Lab
Deflection of Frames, Computer Assisted with Software
Allows comparison of experimental and theoretical deflections and
reactions of a rectangular portal and an “S” frame when loads are applied.
Portal frame: 1 each, 200x400 mm with 19x6 mm (approx) section. “S”
Deflection of frame: Center limb 300 mm and all other members150 mm. Moment load
Frames, cell. Horizontal force load cell. Load hangers: 2 each, 1 N. Weights: 1 lot,
Computer total 30 N. Digital indicator. Force indicator has four amplifier circuits with
Assisted with zero adjustment and can simultaneously indicate readings from four load
1 Software 1 cells. Comes with software and universal structural frame.
2 Virtual Work, 1 Virtual Work, Computer Assisted with Software
Computer Used for applying the principle of virtual work to the derivation of redundant
Assisted with reactions. Test beam: High tensile steel 19 x 3 (approx) x 700 mm.
Software Moment load cells. Vertical force load cell. Moment application device.
Pulley set for upward loading: 1 each. Load hangers: 4 each. Hanger
slider: 1 each. Weights: 1 lot, total 56 N. Dial/Digital indicators. Force
indicator has four amplifier circuits with zero adjustment and can
simultaneously indicate readings from four load cells. Comes with software
and universal structural frame.
Strut Buckling Apparatus with Digital Display of
Displacement and Computer Interface
Consists of two vertical columns where load is applied by a screw via a
sliding support. Load on the strut is measured by a load cell and deflection
is measured by a dial gauge/digital display. Basic frame: 2 columns and
sliding cross member with loading screw. Maximum strut length: 750 mm.
Load capacity: 1500 N. Load measurement: Force digital display. Dial
gauge: 0-20 mm x 0.01 mm graduation. Weight hanger and weights: 4x50
+ 2x100 + 3x200 g. Strut supports: Knife edge: 2 each. Built – in: 2 each.
Struts specimens: 6 each with knife edge ends: 3 (approx) x 20 mm mild
Strut Buckling steel. Lengths: 500, 550, 600, 650, 700 and 750 mm. 2 each with knife
Apparatus with edge ends: 6 (approx) x 20 x 750 mm brass and aluminum. Power supply:
Digital Display of 220V 1Ph 50Hz. Displacement digital display instead of dial gauge with
Displacement magnetic holder indicator. Computer interface includes displacement
and Computer sensor, computer interface unit and software for data display and analysis
3 Interface 1 by computer.
Unsymmetical Cantilever, Computer Assisted with Software
Used for studying a cantilever deflection and determining shear center
when the plane of loading does not co-inside with the axis of symmetry of
the cross section. Cantilever section made from extruded aluminum 500
Unsymmetical mm long. Angle section: 1 each, 25 x 25 x 3 mm (approx). Channel
Cantilever, section: 1 each, 25 x 25 x 3 mm (approx). Rectangular section: 1 each, 25
Computer x 9 mm. Load hanger: 1 each. Weights: 1 lot, total 30 N. Digital indicators
Assisted with with output for computer interface. Comes with software and universal
4 Software 1 base frame.
Torsion Testing Machine, 200 Nm, with
Torque Calibration Arm, Computer Control with Software
Consists of a torque applying unit and a torque measuring unit sliding on
two parallel tubes. Torque applying unit is a two stage reduction gear with
a hand wheel/DC motor and angular displacement measuring instruments.
Torque measuring unit has a torque arm with a two direction load cell.
Motor is automatically stopped when the specimen is broken. The torsion
shaft column can be slide on two parallel shafts to accommodate specimen
length. Maximum torque: 200 Nm. Gear box reduction ratio: 600:1. Drive
shaft ends:19 mm square, 2 each. Drive sockets: 12, 17 and 24 mm A/F, 2
each. Maximum specimen length: 350 mm. Angular displacement
measurement. Revolution counter: 5 digits resetable. Angular scale: 0-
360° x 1° graduation. Angle digital display: 0.1degree resolution. Torque
Torsion Testing measurement: Torque digital display, 0.1 Nm resolutions. Torque
Machine, 200 calibration arm and weights: 1 set. Power supply: 220V 1Ph 50Hz. 0.37
Nm, with Torque kW DC motor instead of hand wheel, maximum gear box output torque:
Calibration Arm, 750 Nm. Torque calibration arm with weight hanger (1 set). Hexagonal
Computer head specimen. Chuck grips with a wrench for round specimen. Computer
Control with control includes computer interface unit and software for data display,
5 software 1 analysis and control of speed and rotation direction by computer.
Deflection of Curved Bars, Computer Assisted with Software
Used for measurement of horizontal and vertical and vertical components
of curved bar deflections and comparison of measured values with
Deflection of theoretical ones. Curved bars, Steel 19 x 3 (approx) mm cross-section.
Curved Bars, Quadrant, 300 mm diameter. Semicircle, 300 mm diameter .Ring, 300 mm
Computer diameter. Load hanger: 1 each, 1 N. Weights: 1 lot, total 20 N. Digital
Assisted with indicators with output for computer interface. Comes with software and
6 Software 1 universal structural frame.
Torsion and Bending, Computer Assisted with Software
Used for torsion and bending tests on different materials. Bending
supports: 2 each round.2 each fixed with knife edge top. Load hanger: 1
Torsion and each. Weights: 1 lot total 20 N. Specimens: Round 6.0 (approx) mm
Bending, diameter x 650 mm long; 1 each for steel, aluminum and brass .Flat 3 x 25
Computer (approx) mm x 650 mm long;1 each for steel, aluminum and brass. Digital
Assisted with indicator with output for computer interface. Comes with software and
7 Software 1 universal base frame.
Deflection of Beam and Cantilevers, Computer Assisted with
Software
Deflection of Used for measurement of deflections and slopes of a beam under bending
Beam and or and compare with values calculated by differential equation. Test beam:
Cantilevers, Steel: 19 x 3 (approx) x 700 mm. 19 x 4.5 (approx) x 700 mm. Built-in/Knife
Computer edge supports: 2 each .Load hangers: 2 each, 1 N. Weights: 1 lot, total 28
Assisted with N. Digital indicators with output for computer interface. Comes with
8 Software 1 software and universal structural frame.
Servo-Hydraulic Universal Testing Machine
Capacity: 2000 kN In both Tension and Compression. Suitable for tensile,
compression, Shear, Three Point Bending/Flexural tests on metallic and
non-metallic test pieces. Computer controlled and closed-loop operation.
According to EN 10002-2, ASTM E4, ISO 7500-1, DIN 51221 and BS 1610
Standards. Load cell based. Class 0.5 from 2 to 100% of its capacity.
Upper for tensile testing and lower for compression and bending tests.
Load, strain and position-controlled mechanisms for loading. Piston stroke:
250 mm. Displacement transducer Encoder. Displacement: 250 mm.
Resolution 0.001 mm. Testing speed at maximum load: 0.001 - 50
mm/min.Maximum crosshead elevation speed: 200 mm/min. Free
horizontal clearance: 750 mm. Maximum distance between jaws: 1000
mm. Maximum distance between compression plates: 850 mm. Three
Phase 380 V + N+ G. 50/60 Hz.With Calibration certificate issued by
Laboratory accredited by ENAC. Extensometry channel for strain gage
based extensometers. Protective system for control electronics, avoids
damages to control elements due to: Low voltages and brownouts, high
voltages, short circuits. Filter for preventing high frequency disturbances
from the power grid. Protection covers for hydraulic group.
Instrumentalized control table, includes emergency stop and electrical
mains for computer and peripherals. Software for conducting test for
tensile, compression, bending, shear, etc. on all type of materials and
products: metals, plastics, composites, wood, wires, ropes, fabrics. New
generation ALL in ONE PC: with touch screen and Windows OS. Closing
loop time: 1 ms. Sampling frequency: 1 kHz (1000 reading/sec).
Resolution: 180.000 real points. Up to 4 synchronous channels. USB 2.0
or Ethernet connection to PC. UCRB basic remote control for crosshead
movements. Independent opening and closing of hydraulic gripping heads.
Hydraulic gripping heads with wedge closing system with an independent
opening/closing module for each head. Maximum tension force of 2000 kN.
Special Flat pyramid jaws flat samples 0-20 mm thickness, 1 set (4 jaws).
Flat pyramid jaws flat samples 10-40 mm thickness, 1 set (4 jaws). Flat
pyramid jaws flat samples 40-70 mm thickness, 1 set (4 jaws). Flat
pyramid jaws flat samples 70-85 mm thickness, 1 set (4 jaws). V-jaws for
Servo-Hydraulic round samples 16-31 mm Ø mm, 1 set (4 jaws). V-jaws for round samples
Universal 31-46 mm Ø mm, 1 set (4 jaws). V-jaws for round samples 46-61 mm Ø
Testing Machine mm, 1 set (4 jaws). V-jaws for round samples 61-76 mm Ø mm. 220 mm Ø
(UTM), 2000 kN, plates. Manufactured in hardened steel, HRC > 55. Three Point
Class: 0.5, Bending/Flexural Device Steel manufactured body with hardened rollers.
Suitable for Distance between lower supports: from 50 to 720 mm. Punch length: 160
Tensile, mm. Punch radius: 30 mm, 40 mm. Rollers length: 200 mm. Rollers
Compression, diameter: 70 mm. Shearing Test Device for cylindrical specimens up to 10
Shear, Three mm diameter. This device can be easily fixed into gripping heads of the
Point testing machine. Self-supporting. Hand-clamped, Measuring principle:
Bending/Flexural strain gauge, Should be removed before specimen fracture, Class 0,2
9 Tests 1 according to EN ISO 9513, Standard Lo: 30(25) and 50 mm, Maximum
travel: 2 mm, Samples dimensions: Flat: from 0 to 30x30mm, Round: from
0 to 30mm dia, Activation force: 10-60 cN, Weight: 190g, Calibration
certificate from Accredited laboratory. Instruments for measuring sample
diameter along with direct communication with UTM software, including
with communication cable. Measurement range: 0-150 mm, resolution:
±0.01 mm and measurement range: 0-25 mm, resolution: 0.001 mm,
reference lock and unlock preset.

 Note: Alternate or equivalent models in accordance with the below mentioned specifications are
required from the manufacturers based in USA, Europe, Japan, Thailand, Malaysia only.

Dy. Director (Procurement)


GIK Institute, Topi
TENDER BIDS SUBMISSION & OPENING DATE AND TIME
TENDER NO. (GIKI/PD/ FCE-635/17)

PURCHASE OF Laboratory Equipment for Civil Engineering Department

Date of
Date
Submission
Tender No. Description/Specification Opening of
of Tender
Tender
Documents

PURCHASE OF Laboratory Equipments for


GIKI/PD/ 29-12-2017 29-12-2017
Civil Engineering Department
FCE-635/17 03:00 pm 03:30 pm

Dy. Director Procurement


GIK Institute, Topi
GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI
TECHNICAL EVALUATION CRITERIA FOR TENDER NO. GIKI/PD/FCE-635/17 for PURCHASE OF
Laboratory Equipment for Civil Engineering Department
Specifications are available at Annex-A
Maximum
S. No. Item Name and Description Marks
Marks
Past Performance/ Experience of the Bidder (Reg with
1 -- 5
GST/NTN)
2 Relevant Experience -- 5
3 Financial Position/ Status -- 5
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 40
5.1 Specification attached at Annex-A
5.2 Literature in printed shape attached
5.3 Reliability
5.4 Delivery schedule as per need
5.5 List of clients / where such equipment delivered
5.6 Satisfactory letter from clients in favor of such equipment
5.7 Guarantee / Warranty (as the case may be)
5.8 Provision of training to concerned user
5.9 Free Installation (if required) as per requirement
6 Commercial quotes / Costs -- 35
TOTAL -- 100

Note: Please submit documents as per above mentioned criteria

Dy. Director Procurement


GIK Institute, Topi
GIK INSTITUTE OF ENGINEERING
SCIENCES AND TECHNOLOGY, TOPI

TENDER NO.
GIKI/IPD/FCE-635/17

TENDER DOCUMENT
CIF & C&F &
FOR / DDP BASIS

TENDER FEE NON-REFUNDABLE


Rs. 1000/-

PROCUREMENT DEPARTMENT
Ph: 0938-281026, Fax: 0938-281045
Email:shahzebali@giki.edu.pk
Web: www.giki.edu.pk
GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI
PROCUREMENT DEPARTMENT
INTRODUCTION:
GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI, having
(hereinafter referred to as the Purchaser) invites sealed bids from eligible bidder(s) under
two envelop bidding system (i.e. Technical and Financial Bids in separate envelops) for
supply and delivery of goods, materials, equipment and/or services described in the
Schedule of Requirement. All the Annexure from “C” to “L” are integral part of the Tender
Document and its compliance is mandatory and must be signed and stamped be the
vendor/supplier and attached with the relevant proposal, otherwise bids will be rejected.

1. INSTRUCTIONS TO BIDDER(S):
1.1. The bidder(s) shall bring samples of equipment or provide demo (if required by
GIKI) and bear all cost associated with the preparation and delivery of their
bids, and the Purchaser will in no case be responsible or liable for those costs.
1.2. In case of any doubt as to the meaning of any portion of the Specifications or
other Terms and Conditions, bidder(s) may seek clarification of the same in
writing, but not later than two weeks prior to deadline for submission of bid(s)
prescribed by the Purchaser.
1.3. At any time prior to the deadline for submission of bids, a modification in
bidding document in the form of an addendum can be issued in response to a
clarification requested by a respective bidder(s) or even whenever the
Purchaser considers it beneficial to issue such a clarification and/or
amendment to all bidder(s). The clarification/amendment issued (in general)
shall be placed on the GIK INSTITUTE web site for the intimation to all the
prospective bidder(s).
Bidder(s) are required to submit their bid(s), which will bear words
“CONFIDENTIAL” and for TENDER NO. GIKI/PD/FCE-635/17 per Tender
Notice.
1.4. The Purchaser will not take any responsibility for collecting the bids from any
Agency.
1.5. The Purchaser reserves the right to increase or decrease the quantities or may
cancel any or all items shown in the Schedule of Requirement without
assigning any reason thereof.
1.6. The Purchaser reserves the right to have the items inspected by its own
representative, or by 3rd party at its own cost (if required).
1.7. It must be indicated in the offer that the quotation fully conforms to Technical
Specifications and Terms and Conditions of the Tender.
1.8. The Purchaser reserves the right to accept or reject any bid and to annul the
bidding process and reject all the bids at any time prior to award of Purchase
Order without thereby incurring any liability to the affected bidder(s) or any
obligation there under. However, GIK Institute shall upon request communicate
to any bidder(s) who submitted a bid, the grounds for its rejection, but it is not
required to justify those grounds.
1.9. Unsolicited advice/clarifications and personal approaches by the bidder(s) at
any stage of evaluation are strictly prohibited and shall lead to disqualification.
1.10. In the event that the bidder(s) submits an alternative bid(s) whether in whole or
against any of the items, a group or sub-group in addition to its Main Bid, the
bids must be marked as “Main Bid” and “Alternative Bid”. Alternative bid(s)
which do not conform to the specifications, but meet the performance
prescribed in, or the objectives of, the specifications may be submitted.
However, only the Alternative Bid of the bidder(s) whose Main Bid is the lowest
evaluated bid will be considered.
1.11. A bidder, who wishes to have its Alternative Bid(s) considered on an equal
basis with all other (Main) Bids, must submit a Bid Bond for each Alternative
Bids, an Alternative Bid must be submitted in a sealed envelope clearly
marked “Alternative Bid”, separate from the Main Bid.
1.12. The bidder(s) are expected to examine all instructions, forms, terms and
specifications in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or submission of a bid not substantially
responsive to Bidding Documents in all respect will result in the rejection of the
bid(s).
1.13. All prospective bidder(s) are advised to read carefully all terms & conditions
mentioned in the Tender Documents prior to filling / submission of their
quotation.
1.14. Black listing procedure of the Company is attached as Appendix-L. The
bidders, contractors, suppliers, agents, consultants, partnership or firms shall
be dealt accordingly.

2. BID PRICES:
2.1. Firm bid prices shall be quoted in Annexure-B duly filled-in, stamped and
signed by authorized representative of Bidder(s). Prices must be quoted as per
format of Schedule of Requirement (SOR) and separately in CIF, C&F and
FOR / DDP basis.
2.2. Bidding Forms and Bid Summery Sheets from Annexure – “C” to “F” and “H” to
“K” must also be duly filled-in, stamped and signed by authorized
representative of bidder(s).
2.3. Prices must be quoted in Pakistani currency inclusive of all taxes and duties,
indicating unit price and total bid prices. GST must be quoted separately along
with copy of GST Certificate. Bids offering prices in foreign currency will be
rejected. Conditional bid / bid having any price adjustment formula will be
rejected.
2.4. Prices must be quoted including all charges like handling, loading,
transportation and un-loading, Octroi and Zila Tax etc. for delivery of material
at Purchaser’s stores located at required delivery location.
2.5. Quoted prices will be valid for 120 days from the opening date of the Financial
Bid.
2.6. Technical brochure/literature confirming Size, Brand & Country of Origin of
quoted items/material must be attached with the Technical Bid (where deemed
necessary).
2.7. Any quotation not confirming to Clause 2.1 to 2.6 shall be rejected without any
right of appeal.
2.8. Discount (if any) shall only be entertained on Schedule of Requirement of
Bidding Document (Financial Proposal). If the discount is mentioned elsewhere
in the bid, the same shall not be entertained.
2.9. Tender submitted without Tender Fee Rs 1,000/- (in shape of challan form/
pay order/Demand Draft) & earnest money CDR should be rejected at the time
of opening of Tender. Earnest money & challan form will be submitted against
each Tender separately.

3. BID SECURITY MONEY:


3.1. The sealed bids complete in all respect must reach in the office of Deputy
Director Procurement GIK Institute along with Bid Security Money 2% of the
total cost in the name of GIK INSTITUTE OF ENGINEERING SCIENCES AND
TECHNOLOGY, TOPIin shape of CDR to be attached with financial offer.
3.2. Short Bid Security Money or Crossed Cheque as Bid Security Money is not
acceptable.
3.3. The Bid Security Money of un-successful bidder(s) will be returned after award
of Purchase Order to successful bidder(s). The Bid Security Money of
successful bidder(s) will be discharged / returned upon bidder(s) furnishing the
executing the order/contract (Subject to the satisfactory report without any
objection from the end user).
3.4. The Bid Security Money of bidder(s) whose bid is rejected under Clause 2.7
will be returned forth-with.
3.5. The Bid Security Money shall be forfeited:
3.6.1. If a bidder withdraws its bid during the period of bid validity.

4. SEALING AND MARKING OF BIDS:


4.1. The bidder(s) shall furnish Technical & Financial Bid(s) in two separate sealed
envelopes.
4.2. Technical Bids will be opened first.
4.3. Earnest money as mentioned in Press Tender Notice must be enclosed with
Financial Bid.

4.4. Financial Bids of technically non responsive bidder(s) will be returned after
award of Purchase Order to successful bidder(s).

4.5. The bid shall be submitted in a sealed envelope marked as under:


PROCUREMENT DEPATMENT
GIK INSTITUTE OF ENGINEERING SCIENCES AND TECHNOLOGY, TOPI
4.7. The envelope shall also bear the word “CONFIDENTIAL” and following
identifications:-
TENDER NO. GIKI/PD/FCE-635/17

DON’T OPEN BEFORE (AS PER SCHEDULE MENTIONED IN THE TENDER NOTICE/SOR)
TECHNICAL/FINANCIAL BID(s) (INDICATE ONE ON EACH ENVELOPE)
4.8. If the envelope is not marked, as instructed above, the Purchaser will assume
no responsibility for the misplacement or premature opening of bid(s).

5. DEADLINE FOR SUBMISSION OF BIDS:


5.1. The bids must be delivered at the Procurement Department, GIK Institute, Topi
on or before as per schedule mentioned in Press Tender Notice and the same
will be opened accordingly.

6. LATE BIDS:
6.1. Any bid received by the Purchaser after the prescribed deadline for submission
of bids mentioned in Press Tender Notice will not be accepted and returned
un-opened to the bidder(s).

7. BID OPENING:
7.1. The purchaser will open the Technical / Commercial Bids internally.
7.2. The Purchaser will examine the bids to determine whether they are complete,
no computational errors have been made, the required sureties have been
furnished, documents have been properly signed, and the bids are generally in
order.
7.3. Arithmetical errors found will be corrected as follows:
7.4.1. Where there is a discrepancy between amount in figures and word, the
amount in word will prevail.
7.4.2. Where there is a discrepancy between the unit price and the total
amount derive from the multiplication of the unit price and the quantity,
the unit price as quoted will govern, unless there is an obvious gross
arithmetical error in unit price, in which event, the extended amount
quoted would prevail.
7.4.3. In case the due date of bids opening falls on a holiday, the bids shall be
opened on the next working day.

8. DETERMINATION OF RESPONSIVENESS:
8.1. After opening of the bids, the purchaser will determine whether each bid is
substantially responsive to the requirements of the bidding documents.
8.2. For the purpose of this clause, a substantially responsive bid is one, which
conforms to all the terms and conditions of the bidding documents without
material deviation. A material deviation is one which means in-consistent with
the bidding document, affects in any substantial way the scope, quality or
prescribed delivery schedule or which limits in any substantial way, the
Purchaser’s right or the bidder’s obligation under the contract.
8.3. A bid determined to be a non-responsive will be rejected by the purchaser and
shall not subsequently be made responsive by the bidder(s) by correction of
the non-conformity.
8.4. The purchaser may waive any minor deviation non-conformity or irregularity in
a bid, which does not constitute a material deviation, provided that the waiver
does not prejudice or affect the relative standing order of other bidder(s).
8.5. To assist in determining a bid’s responsiveness the bidder(s) may be asked for
a clarification of his bid. The bidder(s) is not permitted, however, to change bid
price or substance of his bid.

9. ISSUANCE OF PURCHASE ORDER (PO):


9.1. The Purchaser will issue Purchase Order to the successful bidder(s) whose bid
is determined to be technically responsive and financially lowest evaluated.

10. PAYMENT:
10.1 Payment will be made as follows after inspection and acceptance of goods,
materials and equipment etc:
10.1.1 Payment after delivery
10.1.2 Payment Against Delivery
10.1.3 Part Delivery Part Payment
10.1.4 ____% advance payment against Bank Guarantee
11. DELIVERY SCHEDULE:
11.1 Delivery of required material against this tender is to be completed as soon as
possible from the date of receipt of firm Purchase Order.

12. EXTENSION IN THE DELIVERY PERIOD:


12.1 Delivery of the goods shall be made by the supplier in accordance with the
delivery schedule given in Purchase Order.
12.2 The supplier may claim extension of the time limits as set forth in the Purchase
Order in case of:-
12.3 Changes in the specifications of goods, material & equipment by the
Purchaser.
12.4 Delay in provision of clarifications regarding material, drawings and services by
the Purchaser.
12.5 Force Majeure pursuant to Clause # 15.
12.6 Justified reasons subject to a written request high-lighting the same within a
period of seven working days prior to expiry of delivery period mentioned in
Purchase Order.
12.7 It should be noted that a request for extension in delivery period shall be
considered only if the supplier agrees in writing to pay any increase in taxes or
any other charges levied by the Government during the extended delivery
period. Purchaser shall not bear any additional price increase during the
extended period.
12.8 In case of extension in delivery period, the supplier will extend validity of
Performance Bond accordingly at his cost.
12.9 If the supplier fails to supply the ordered material for any reason, within
stipulated time, the Performance Bond shall be forfeited and material shall be
purchased from elsewhere at his risk and cost.

13. LIQUIDATED DAMAGES:


13.1 If you fail to supply the material in the above specified period, GIK Institute
reserves the right to blacklist you for future business or forfeit the security money
or impose penalty @ 0.35% per day of the contract value or may impose any
other financial penalty as deemed fit.

13.2 Even after imposition of LDs, if the supplier fails to materialize the delivery
(material and or services); the Purchaser reserves the right to cancel Purchase
order/contract and to forfeit the earnest money (if applicable) after intimating the
supplier for such cancellation / forfeiture.

14. FORCE MAJEURE:


14.1 The supplier shall not be liable for penalty for delay in delivery of ordered
goods, if, and to the extent delay in delivery or other failure to perform his
obligation under the Purchase Order, of being the result of occurrence of Force
Majeure i.e. causes such as natural calamities, war, civil disturbance, military
action, fire as well as other circumstance proved to the satisfaction of the
Purchaser to be beyond the reasonable control of the supplier, which may
impede the fulfillment of the obligations under the Purchase Order.
14.2 The supplier shall notify the Purchaser promptly of the occurrence of Force
Majeure and submit his case in writing within 07 days of such occurrence.
14.3 If any of the party is prevented to fulfill its assumed obligations by Force
Majeure of constant duration of at least one month, the party shall meet for
negotiation. If no satisfactory agreement is reached within a period of two
months from the Commencement of the Force Majeure conditions, either party
shall have the right to cancel the Purchase Order with immediate effect.

15. INSPECTION AND TEST:


15.1 The Purchaser’s representative(s) shall have the right to inspect and/or test
the goods to confirm their conformity with respect to specifications
mentioned in the Purchase Order. The representative of Procurement Cell
will witness the inspection (where so required).
15.2 Should any inspected or tested goods fail to conform to the specifications
the purchaser shall reject them and supplier shall replace the rejected
goods. All costs incurred on such replacement shall be entirely born by the
supplier.
15.3 Rejected material shall be moved/replaced by the supplier within 07 days
from the receipt of letter/fax issued by the Procurement Department. The
supplier shall be liable for the storage charges @ ½% (half percent) of the
cost of rejected material on every day basis, if the same is not removed
within seven days.
15.4 Acceptance/rejection of the material by 3rd party (where required) will be
final and binding on both the parties.
16. WARRANTY:
16.1 The supplier shall warrant that all goods supplied under Purchase Order
shall be according to specifications given in Purchase Order and approved
drawings/design etc. Any deviation in material, drawing/design (where
applicable) will be replaced by the supplier at his cost.
16.2 The Purchaser shall promptly notify the supplier in writing, of any claims
arising under this warranty.
16.3 The supplier will invariably provide warranty/guarantee of spare and
consumables.

17. QUALIFICATION OF SELECTED BIDDER(S)S:


17.1 The Purchaser will determine to its satisfaction whether the bidder(s)
selected as having submitted the lowest evaluated, technically responsive
bid qualifies to satisfactorily perform the order.
17.2 The determination will take into account the bidder(s) financial, technical &
production capabilities, availability of items ordered for. The bidder(s) shall
provide necessary documents as proof along with the bid.
17.3 Any affirmative determination will be a pre-requisite for award of the
Purchase Order to the bidder(s). A negative determination will result in
rejection of the bid.
17.4 The Purchaser reserves the right at the time of award of order to increase
or decrease to a reasonable extent in the quantity of goods specified in the
Tender Document without any change in price or other terms and
conditions.
18. You are encouraged to inform Procurement Department on the following
addresses/ contacts, in case where any GIK Institute employee ask for any type
of favor whether monetary or in kind:-

DESIGNATION ADDRESS TEL # FAX # E. MAIL


0938-281026
Dy. Director
Procurement Ghulam Ishaq Khan (Ex: 2466, 0939-281045 shahzebali@giki.edu.pk
Institute, Topi. 2213)
ANNEXURE - C

BIDDING FORM (TECHNICAL BID)

Director Procurement
GIK Institute of Engineering Sciences
and Technology,
Topi

Gentlemen,

1. Having examined the Bidding Documents including the specifications, the receipt
of which is hereby acknowledged, we the undersigned offer to supply & deliver
«Description» in conformity with drawings, specifications of goods and conditions of
Tender Document.

2. We undertake if our bid is accepted, to commence delivery within 30 days (Please


specify days) from the date of receipt of your firm Purchase Order.

3. If our bid is accepted, we will provide the Performance Bond equal to 10% of the
Purchase Order excluding GST, for due performance of the purchase order.

4. We agree to abide by all the terms & conditions of the tender for the period of 120
days from the opening of financial proposal & it shall remain binding upon us and may be
accepted at any time before the expiry of that period or any extension thereof agreed by
us.

5. Until a formal Purchase Order is placed, this bid, together with your written
acceptance thereof, shall constitute a binding contract between us. We under-stand that
you are not bound to accept the lowest priced or any bid you may receive.

Dated this ______________________ day of _______________ 20_____

(Signature) (In
the capacity of)

Duly authorized to sign Bid for and on behalf of ______________________________________

(Signature of Witness)
Name: - __________________________________
Address: - ________________________________
________________________________
ANNEXURE -D

BIDDING FORM (FINANCIAL BID)

Director Procurement
GIK Institute of Engineering Sciences
and Technology,
Topi

Gentlemen,

1. Having examined the Bidding Documents including the specifications, the receipt of
which is hereby acknowledged, we the undersigned offer to supply & deliver «Description»
in conformity with drawings, specifications of goods and conditions of Tender for the sum of
Rs.______________________ (Total bid amount in words) (inclusive of all taxes) or such
other sum as may be ascertained in accordance with the said conditions.

2. Until a formal Purchase Order is placed, this bid, together with your written
acceptance thereof, shall constitute a binding contract between us. We understand that you
are not bound to accept the lowest priced or any bid you may receive.

Dated this ____________________ day of ____________ 20_____

(Signature)
(In the capacity of)

Duly authorized to sign Bid for and on behalf of ______________________________________

(Signature of Witness)
Name: - __________________________________
Address: - ________________________________
________________________________
ANNEXURE – E
BID SUMMARY SHEET

TENDER NO. GIKI/PD/FCE-635/17

(TO BE ATTACHED WITH TECHNICAL BID)

Bidder Name
1. Address, Phone & Fax No E-
mail address

Manufacturer Name & Country


2.
of Origin:

Items Quoted:(give serial no.


3.
only):

4. Price Validity:
5. Offered Delivery Period:
6. GST Registration No:
7. Bidding form (Annexure-C attached with Technical bid: Yes ( ) No ( )

8. Any Deviation:

Signature
______________________

Name &
Designation__________________________
ANNEXURE – F

BID SUMMARY SHEET

TENDER NO. GIKI/PD/FCE-635/17

(TO BE ATTACHED WITH FINANCIAL BID)


1. Bidder Name ______________________________________
Address, Phone & Fax NO.________________________________
E-mail address ______________________________________

2. Manufacturer Name &________________________________________


Country of Origin:_____________________________________________

3. Items Quoted:(give serial no. only): ____________________________________

4. Price Validity: __________________________________________


Rs
5. Total FOR («DeliverTo») Price: ____________
(Inclusive of all taxes except GST)
Total FOR («DeliverTo») Price (With
6. GST): Rs ____________

7. Offered Delivery Period: _______________________________________

8. Payment Terms: _____________________________________________

9. GST Registration No. _________________________________________

10. Bidding Form (Annexure-C-1 attached with financial bid): Yes No

11. Any Deviation: ______________________________________________

Signature
______________________

Name &
Designation__________________________
ANNEXURE - G

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.


CERTIFICATE

Submitted to GIK Institute with the reference to Purchase Order No. ____________
hereby declares its intention not to obtain or induce the procurement of any contract, right,
interest, privileges or other obligation or benefit from Government of Pakistan or any
administrative subdivision or agency thereof or any corrupt business practice.

Without limiting the generality of the foregoing, the Seller/ Supplier represents and warrants
that it has fully declared the brokerage, commission, fees etc., paid or payable to anyone
and not given or agreed to give and shall not be given or agree to give to anyone within or
outside Pakistan either directly or indirectly through any national or juridical person,
including its affiliate, agent, associate, broker, consultant, briber, finder’s fee or kickback,
whether described as consultant fee or otherwise, with the object of obtaining or including
the procurement of a contract right, interest, privilege or other obligation or benefit in
whatsoever form from GOP except that privilege or other obligation or benefit in
whatsoever form from GOP except that which has been expressly declared pursuant
hereto.

The Seller/ Supplier certificate that it has made and will make full disclosure of all
agreement and arrangements with all persons in respect of or related to the transaction
with GOP and has not taken any action or will not take any action to circumvent the above
declaration, representation or warranty.

The Seller/ Supplier accepts full responsibility and strict liability for making any false
declaration not making full disclosure, mis-representing facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any
contract, right interest. Privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other rights and remedies available to GOP under
any law, contract or other instrument, be void able at the option of GOP.

Notwithstanding any rights and remedies exercised by GOP in this regard, the Seller/
Supplier agrees to indemnify GOP for any loss or damage incurred by it on account of its
corrupt business practices and further pay compensation to GOP in an amount equivalent
to ten times the sum of any commission, gratification, bribe, tinder’s fee or kickback given
by the Seller/ Supplier as aforesaid for the purpose of obtaining or inducing the
procurement of any contract, right, interest, privilege or other obligation or benefit in
whatsoever form from GOP.

For & On Behalf of


Seller/
Supplier
ANNEXURE - H

(WHERE APPLICABLE, TO BE SUBMITTED ON DEMAND OF GIK INSTITUTE)

FAIR PRICE CERTIFICATE

WE M/S_____________________________________________ HEREBY
CERTIFY THAT PRICES QUOTED BY US AGAINST GIK INSTITUTE TENDER NO.
GIKI/PD/FCE-635/17 THE LOWEST AND MOST COMPETITIVE AS GENERALLY
APPLICABLE TO ALL OTHER BUYERS AND OR SOLD THROUGH OUR AGENTS AS
PER PREVAILING INTERNATIONAL MARKET AS ON THE DATE OF QUOTE AND IF IT
IS ESTABLISHED AT ANY STAGE THAT THESE WERE HIGHER WE SHALL BE HELD
RESPONSIBLE AND AGREE TO PAY IMMEDIATELY THE DIFFERENTIAL TO GIK
INSTITUTE, TOPI.

SIGNATURE AND SEAL OF THE


MANUFACTURER/SOLE AGENT/AUTHORIZED DEALER

NOTE: FAIR PRICE CERTIFICATE W ILL BE REQUIRED, IN CASE SINGLE


BID IS FOUND TECHNICALLY RESPONSIVE IN THE RESPECTIVE
TENDER.
ANNEXURE - I
(On official letter-head of the contractor)
To be signed by the Chief Executive of the bidding
company or a representative duly authorized by
board resolution.

Integrity and Ethics Undertaking

We hereby commit and undertake to observe the following principles during our
participation in the contract execution:

a) That we will not directly or through any other person or firm, offer, promise or
give to any of the employees of GIK INSTITUTE involved in or relevant to the
execution of the contract any gain, pecuniary benefit or facilitation payment in
order to obtain in exchange any advantage of any kind whatsoever during the
execution of contract or at any stage thereafter.
b) That we did not enter with any bidder into any undisclosed agreement or
understanding either formal or informal to restrict competitiveness or to cartelize
in the bidding process.
c) That we will ensure that the remuneration of agents (if engaged) is appropriate
and for legitimate services only.
d) That we will not use subcontracts, purchase orders or consulting agreements as
means of channeling payments to employees of GIK INSTITUTE.
e) That we will not and have not committed any offence under the Pakistan Penal
Code, Prevention of Corruption Act or National Accountability Ordinance to
achieve any advantage, gain or benefit during the tender process or the
execution of contract.

We further understand and acknowledge that any violation or transgression of the above
mentioned principles will attract disqualification from doing business with GIK INSTITUTE
and may also result in permanent exclusion from future contact award processes.

We also accept and undertake to respect and uphold GIK INSTITUTE’s absolute right to
resort to and impose such disqualification, debarment or exclusion.

For and on behalf of ___________


Tender No. ____________
Contract No ________________
ANNEXURE - J

(On official letter-head of the bidder)


To be signed by the Chief Executive of the
bidding company or a representative duly
authorized by board resolution.

Integrity and Ethics Undertaking

We hereby commit and undertake to observe the following principles during our
participation in the tender process and during the contract execution:

a) That we will not directly or through any other person or firm, offer promise
or give to any of the employees of GIK INSTITUTEinvolved in the tender
process or execution of the contract any gain, pecuniary benefit or
facilitation payment in order to obtain in exchange any advantage of any
kind whatsoever during the tender process or during the execution of
contract.

b) That we have not and will not enter with other bidders into any
undisclosed agreement or understanding either formal or informal to
restrict competitiveness or to cartelise in the bidding process.
c) That we will ensure that the remuneration of agents (if engaged)is
appropriate and for legitimate services only.
d) That we will not use subcontracts, purchase orders or consulting
agreements as means of channeling payments to employees of
GIK Institute.
e) That we will not commit any offence under the Pakistan Penal Code,
Prevention of Corruption Act or National Accountability Ordinance to
achieve any advantage, gain or benefit during the tender process or the
execution of contract.

We further understand and acknowledge that any violation or transgression of the


above mentioned principles will attract disqualification from the tender process and
may also result in permanent exclusion from future contact award processes.

We also accept and undertake to respect and uphold Institute’s absolute right to
resort to and impose such disqualification, debarment or exclusion.

For and on behalf of _________

Tender No. GIKI/PD/FCE-635/17


ANNEXURE - K
Form 4
Mandatory for participation in Bidding Process

AFFIDAVIT

I,____________________________ S/o ____________________________ aged


___________ years ____________ working as Proprietor/Managing Partner/Director of M/s
___________________________________________________________________ having its
registered office at________________________________________________________ do
hereby solemnly affirm and declare on oath as under:

1. That I am competent to swear this affidavit being proprietor/one or the partners/


Director of M/s _________________
2. That M/s ________________________________________________ is a
proprietorship/partnership firm/company is participating in tender process conducted
by Institute.

3. That I hereby confirm and declare that none of my/our group/sister


concern/associate company is participating/ submitting this tender.
4. That I hereby confirm and declare that my/our firm/company M/s
____________________________ and myIour firm/group/company/ sister concern /
associate company have not been black listed/de-listed any Institutional
agencies/Govt. Deptt/ Public Sector Undertaking.
5. That there is no change in the Name & Style, Constitution and Status of the firm,
after Pre-qualification.
6. That I further undertake that in case any of the facts contained above and in-our
application is round other-wise or incorrect or false at any stage, my/our
firm/company/ group/sister concerns/ associate companies shall standdebarred
from the present and future tenders of the GIK INSTITUTE.

(Signature of the Proprietor/ Managing Partner/Director with Seal)

DEPONENT

Verified at _______________ on _____________________ that the contents of


paras 1 to 6 of this affidavit are true and correct to best of my knowledge and no part
of this is false and nothing material has been concealed or falsely stated therein.
(Signature of the Proprietor/ Managing Partner/ Director with Seal)
DEPONENT

(Signature & Seal of Notary)


ANNEXURE - L
BLACK LISTING PROCEDURE
1. Blacklisting
Blacklisting means; temporarily or permanently, barring an entity or a person against
whom proceedings have been initiated including but not limited to bidder, contractor,
supplier, agent, consultant, company, partnership or firm; hereinafter referred to as,
Respondent from participating in any future procurement of goods and services. The
Respondent(s) individually or collectively as a consortium may stand blacklisted if
found to have been involved in any or all of the following acts:

a) Undermines or adversely affects the operations of the company through


any of the following:
• Withdrawing a bid during the bid validity period;
• Failure or refusal to:
i.
sign the Contract;
ii.
accept Purchase Order / Service Order Terms;
iii.
execute work;
iv.
submit 2% earnest money as per tender terms;
v.
make supplies as per specification agreed;
vi.
fulfill contractual obligations as per contract;
vii.
meet purchase order / service order terms and conditions; and/or,
viii.
to remedy underperformance as per contractual obligations.
ix.
Or any other non-compliance of obligations vital for the execution /
compliance of the contract.
b) Repeated non-performance.
c) Indulgences in corrupt or fraudulent practices while obtaining or attempting
to obtain contracts in the company.
d) Convicted of fraud, corruption. tax evasion or criminal misappropriation by
a court of competent forum.
e) Notified blacklisted/debarred/cross debarred by any public sector
organization or international agency. In this regards the contractor has to
submit a certificate that he or his principal is not declared blacklisted /
debarred I cross debarred by any public sector organization or
international agency
f) Furnished information that was false and materially inaccurate or
submitted forged or fake documents.
2. Debarment of Natural Terms.
The following shall stand disqualified and debarred from participating in GIK
INSTITUTE tenders or contracts pursuant to black listing proceedings:
i. In case of a company; all directors including its Chairman, Chief
Executive and Chief Financial Officer.
ii. In case of partnership; all partners
3. Debarment of Associated Companies or Entities
Where a company or an entity has been blacklisted, all its associated or subsidiary
undertaking whether by way of common directorship, common management and
control, shareholding or direct or indirect control through directors of blacklisted entity
etc shall also stand disqualified from participating in GIK INSTITUTE tenders or
contracts
4. Proceedings for blacklisting
a) Director Procurement on his own accord or on receipt of information or a
complaint shall refer the matter to the Procurement Committee.
b) The Committee after examining the material placed before it shall determine
whether it is necessary and appropriate to initiate formal black listing
proceedings.
c) In case the Committee decides to initiate blacklisting proceedings
Respondent shall be formally intimated in writing about the nature of
complain/matter and initiation of blacklisting proceedings.
d) The Respondent shall be intimated by giving a 15days’ notice through courier
services, registered post or fax or email and, shall be provided an opportunity
of furnishing response either through written representation or personal
hearing or both.
e) In case the Respondent fails to furnish his defense or representation the
committee may proceedexparte on the basis of information, record and
material available before it provided that two subsequent notices at seven
working days intervals have been given.
f) The Committee shall complete its proceedings within 60 days from the date of
first notice given pursuant to paragraph (d) above.
g) The Respondent against whom blacklisting proceedings have been initiated
may be represented through:
i. In case of an individual or sole proprietorship; in person.
ii. In case of a firm or partnership; by the Chief executive or the Managing
Partner, duly authorized.
iii. In case of a company; by the Chief Executive or a Director or any officer
duly authorized by the Company
5. Findings & Decisions:
a) The Committee after finalizing its proceedings shall record its findings in
writing and decide one of the following measures for implementation:
i. Temporarily debarred, specifying the time period;
ii. Blacklisted if the Respondent fails to take remedial action within the
specified time; or,
iii. Blacklisted.
b) The order of the Committee shall be communicated in writing as per Form
3.
c) The documents, deliberations reduced in writing and all records of
proceedings are to be maintained for five years by the Procurement Cell
6. Appeal
a) The Respondent may appeal within 15 days working days of intimation of
decision of the Committee to the Pro-Rector (Admin & Fin) in writing of any
irregularity in the decision of the Committee.
b) If there exists any substance in the appeal the Pro-Rector (Admin & Fin)
after recorded reasons may direct that Committee may review the case by
providing opportunity of hearing to the Respondent provided that the
review shall be completed within 30 days.
c) The Committee shall record its findings in writing and refer the same to the
Pro-Rector (Admin & Fin) for appropriate orders.

Dy. Director Procurement


GIK Institute, Topi

Anda mungkin juga menyukai