0% found this document useful (0 votes)
41 views19 pages

E-Procure-Compression Flexure Testing Machine

The document is a tender notice from IIT Mandi for the supply and installation of a Compression & Flexure Testing Machine. It provides information on the tender number and date, last date for submission, specifications of the machine, and instructions for bidders on preparing and submitting bids, including the need for tender fees, EMD, and adherence to specifications. General terms and conditions are also outlined regarding undertaking acceptance of terms, OEM/authorization certificates, quantity variations, and bid opening dates.

Uploaded by

Love Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
41 views19 pages

E-Procure-Compression Flexure Testing Machine

The document is a tender notice from IIT Mandi for the supply and installation of a Compression & Flexure Testing Machine. It provides information on the tender number and date, last date for submission, specifications of the machine, and instructions for bidders on preparing and submitting bids, including the need for tender fees, EMD, and adherence to specifications. General terms and conditions are also outlined regarding undertaking acceptance of terms, OEM/authorization certificates, quantity variations, and bid opening dates.

Uploaded by

Love Sharma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 19

TENDER (E - PROCUREMENT MODE)

FOR

SUPPLY & INSTALLATION OF COMPRESSION & FLEXURE TESTING

MACHINE IN SCHOOL OF ENGINEERING

AT IIT MANDI

Tender No.: IITMANDI/S&P/PUR-307/2016-17/3270-71

Tender date: 21st March, 2017

Last Date ofsubmission:11th April,, 2017

Indian Institute of Technology Mandi


IIT Mandi, Administrative Block at Bamboo Hut, Near Director Office,
Kamand - 175005

Ph. No.: 01905-267145 email: [email protected] & [email protected]

Page 1 of 19
Indian Institute of Technology Mandi, Kamand invites online Bids for the supply,
erection, installation, commissioning, testing, demonstration and training of
“Compression & Flexure Testing Machine” as per specifications given in the
Annexure attached to the Tender form. All offers should be made in English and should
be written in both figures and words. Tender forms can be downloaded from the CPP
Portal (http://eprocure.gov.in/eprocure/app) & Institute website
http://iitmandi.ac.in/administration/tenderseoi.php.

The bidders are requested to read the tender document carefully and ensure
compliance with all specifications/instructions provided herein. Non-compliance with
specifications/instructions provided in this document may disqualify the bidders from
the tender exercise. The Director, IIT Mandi, Kamand reserves the right to select the
item (in single or multiple units) or to reject any quotation wholly or partly without
assigning any reason. Incomplete tenders, amendments and additions to tender after
opening or late tenders are liable to be ignored and rejected.

Instruction to bidder:

1. There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, organization name, location, date, value, etc. There is also an option
of advanced search for tenders, wherein the bidders may combine a number of
search parameters such as organization name, form of contract, location, date,
other keywords etc. to search for a tender published on the CPP Portal.

2. Bidder should take into account any corrigendum published on the tender docu-
ment before submitting their bids.

3. Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please
note the number of covers in which the bid documents have to be submitted, the
number of documents – including the names and content of each of the docu-
ments that need to be submitted. Any deviations from these may lead to rejection
of the bid.

4. The tenders will be received online through portal http://eprocure.gov.in/epro-


cure/app. In the Technical Bids, the bidders are required to upload all the docu-
ments in .pdf format. All quotation (both Technical and Financial) should be
submitted in the E-procurement portal.

5. Possession of a Valid Class II/III Digital Signature Certificate (DSC) in the form of
smart card/e-token in the company's name is a prerequisite for registration and
participating in the bid submission activities through
http://eprocure.gov.in/eprocure/app. Digital Signature Certificates can be ob-
tained from the authorized certifying agencies, details of which are available in
the web site https://eprocure.gov.in/eprocure/app under the link “Information
about DSC”.

Instruction for Preparation & Submission of bids:

1. Technical & Financial Bids should be submitted in .pdf format.

Page 2 of 19
2. All items listed below may not be necessarily ordered and the quantities
mentioned in the tender document are also approximate. Items and their
numbers to be ordered will be decided by the committee later at the time of
ordering. Hence, only those vendor quote, who are able to supply all item.
The vendor should quote for all items.

3. In case of Financial bids, a standard BOQ format has been provided in .pdf
format. Bidders are required to download the BOQ .pdf file and fill their financial
offer on the same BOQ format. After filling the same, submit it online in .pdf
format, without changing the financial template format. If the BOQ format file is
found to be modified by the bidder, the bid will be rejected.
4. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document / schedule and must, they can be in .pdf
formats. Bid documents may be scanned with 100 dpi with black and white
option.
5. The bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document.

6. The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.

7. Kindly add scanned .pdf of all relevant documents in a single .pdf file like,
compliance sheet, OEM/Principle Certificate etc.

8. Bidder should log into the site well in advance for bid submission so that he/she
upload the bid in time i.e. on or before the bid submission time. Bidder will be re-
sponsible for any delay due to other issues.
9. Upon the successful and timely submission of bids, the portal will give a success-
ful bid submission message & a bid summary will be displayed with the bid no.
and the date & time of submission of the bid with all other relevant details.

10. The technical and financial bids should be submitted online through portal
http://eprocure.gov.in/eprocure/app in original. The financial bid should in-
clude the cost of main equipment/item and its accessories. If there is any sepa-
rate cost for installation etc. that should be quoted separately.
11. Each bidder should be marked with the following reference on the top bids sub-
mitted online: “IITMANDI/S&P/PUR-307/2016-17/3270-71/Item Name.
dated 21st March, 2017”.
12.The printed literature and catalogue/brochure giving full technical details should
be included with the technical bid to verify the specifications quoted in the ten-
der. The bidders should submit copies of suitable documents in support of their
reputation, credentials and past performance in .pdf format.
13.The rates should be quoted in figures (typed or printed) and cutting should be
avoided. The final amount should be in figures as well as in words. If there are
cuttings, they should be duly initialed, failing which the bids are liable to be re-
jected.
14. Tender Cost: The bidder should submit a demand draft of Rs. 1,000/- (Rupees
One Thousand only) towards non-refundable tender fee, drawn in favour of
“The Registrar, IIT Mandi” payable at Mandi in a sealed envelope super-scribed
Page 3 of 19
as “Tender fee & NIT No.IITMANDI/S&P/PUR-307/2016-17/3270-71/Item
Name. dated 21st March, 2017” on or before last date & time of submission of
bids. In the absence of tender fee, the tender will not be accepted.

15. Earnest Money Deposit (EMD):

Bidder should furnish an EMD of a refundable amount of Rs. 1,20,000/-in the


shape of DD from a scheduled bank in India drawn in favour of “The Registrar,
IIT Mandi” payable at Mandi. This EMD should be submitted in sealed envelop
super-scribed as EMD & NIT No. “IITMANDI/S&P/PUR-307/2016-17/3270-
71/Item Name. dated 21st March, 2017”. The bidders should enclose a pre-re-
ceipted bill for the EMD to enable us to return the EMD of unsuccessful bidders.
Failure to deposit Earnest Money will lead to rejection of tender. In the event
of the awardee bidder backing out, EMD of that bidder will be forfeited.
Note: Both (tender fee & EMD) envelops should be placed in another
sealed envelope and addressed to:
“Assistant Registrar, Stores and Purchase”
Indian Institute of Technology Mandi (IIT Mandi),
Near Director Office, Kamand Distt. Mandil – 175005 (H.P), India”

This envelop having the tender fee & EMD should reach on or before the last
date & time of submission of bid.
16. EMD Examption: The Institute may accept bids without EMD from those bidders
who are registered with the Central Purchase Organization, National Small Indus-
tries Corporation (NSIC) or the concerned Ministry or Department as Manufac-
turer. To claim the exemption, the bidder must be offering goods manufactured
by themselves. Exemption will not be granted in case the bidder is acting as an
agent for some other vendor.
General Terms & Condition:
1. While sending rates, the firm shall give an undertaking to the effect that “the
terms/conditions mentioned in the enquiry letter/Tender Notice against
which the rates are being given are acceptable to the firm.” in .pdf format.
In case the firms do not give this undertaking, their rates will not be considered.

2. If the supplier/firm is an original equipment manufacturer (OEM)/authorized


dealer/sole distributor of any item, the certificate to this effect should submit
in .pdf format.

3. The quantity shown against each item is approximate and may vary as per de-
mand of the Institute at the time of placing order.
4. Any bids received after 3:00 P.M. on 11th April, 2017shall not be considered.
5. The Technical Bids will be opened on 12th April, 2017 at 03:00 P.M. The date &
time for opening of Financial Bids will be informed later on to the technically
qualified bidders.
6. The tenders will be received online through portal http://eprocure.gov.in/epro-
cure/app. All tender documents received after the specified date and time shall
not be considered.

Page 4 of 19
For any correspondence regarding tenders is on below address:
“Assistant Registrar, Stores and Purchase”
Indian Institute of Technology Mandi (IIT Mandi),
Near Director Office, Kamand Distt. Mandi – 175005 (H.P), India”
7. Arbitration Clause: In the event of any dispute or difference(s) between the
vendee Institute (IIT Mandi) and the vendor(s) arising out of non-supply of mate-
rial or supplies not found according to specifications or any other cause whatso-
ever relating to the supply or purchase order before or after the supply has been
executed, shall be referred to “The Director, IIT Mandi”, Kamand who may decide
the matter himself or may appoint arbitrator(s) under the arbitration and concili-
ation Act,1996. The decision of the arbitrator shall be final and binding on both
the parties.

• In case of a dispute between the purchaser and a foreign supplier, the dis-
pute shall be settled by arbitration in accordance with provision of sub-
clause above. But if this is not acceptable to the supplier then dispute
shall be settled in accordance with provisions of UNCITRAL (United Na-
tions Commission on International Trade Law) Arbitration Rules.

• The venue of the arbitration shall be the place from where the order is is-
sued.

• The place of arbitration and the language to be used in arbitral proceed-


ings shall be decided by the arbitrator.

• All disputes shall be subject to Mandi Jurisdiction only.

8. All tenders in which any of the prescribed conditions is not fulfilled or any con-
dition is putforth by the tenderer shall be summarily rejected.

9. The bidders or their authorized representatives may also be present during the
opening of the Technical Bid, if they desire so, at their own expenses.

Note: Price bids of only those bidders will be opened whose technical bids are
found suitable by the committee appointed for the purpose. Date and time of
opening of price bids will be decided after technical bids have been evaluated by
the committee. Information in this regard will be intimated only to the technically
qualified bidders. In exceptional situation, an authorized committee may negoti-
ate price with the qualified bidder quoting the lowest price before awarding the
contract.

10.Clarifications:

In case the bidder requires any clarification regarding the tender document, they
are requested to submit their queries on the e-mail i.e. [email protected] &
[email protected] on or before 03/04/2017.

11.Assistance to Bidders: Any queries relating to the tender document and the
terms & conditions contained therein should be addressed to tender Inviting Au-
thority for a tender or relevant contact person indicated in the tender.

Page 5 of 19
12. Pre – Qualification Criteria:

• The Bidder should be a manufacturer / authorized dealer. Letter of Autho-


rization from original equipment manufacturer (OEM) on the same and spe-
cific to the tender should be enclosed.
• An undertaking from the OEM is required stating that they would facilitate
the bidder on a regular basis with technology/product updates and extend
support for the warranty as well.
• OEM should be internationally reputed Branded Company.
• The bidder should submit at least three certificates of successful installation
of equipment of similar capacity at institutes of national/international re-
pute.
• Technical catalogues for all the components and accessories stated
should be provided as a part of the bid
• Bidders may also be called upon to deliver a presentation at IIT Mandi as a
part of the technical scrutiny process, subjected to the prima facie compli-
ance to desired specifications
• Non-compliance of tender terms, non-submission of required documents,
lack of clarity of the specifications, contradiction between bidder specifica-
tion and supporting documents etc. may lead to rejection of the bid.
• In the tender, either the Indian agent on behalf of the Principal/OEM or
Principal/OEM itself can bid but both cannot bid simultaneously for the
same item/product in the same tender.
• If an agent submits bid on behalf of the Principal/OEM, the same agent
shall not submit a bid on behalf another Principal/OEM in the same
tender for the same item/product.
• Furnishing of wrong/ambiguous information in the compliance state-
ment may lead to rejection of bid and further black listing of the bid-
der, if prima-facie it appears that the information in the compliance
statement was given with a malafide/fraudulent intent.

13. Prices:

• The Prices quoted should be inclusive of all taxes or duties, packing, forwarding,
freight, insurance, delivery and commissioning etc. at destination site (IIT Mandi,
Mandi/Kamand). IIT Mandi is registered with DSIR, Govt. of India and is ex-
empted from Custom / Excise Duty. Exemption Certificate to this effect will be
issued by IIT Mandi. Hence, Customs/Excise Duty exempted price should be
quoted. The rates shall be firm and final. Nothing extra shall be paid on any ac-
count.

• In case of imports/foreign supplier, the price should be quoted on ex-work


price/FOB/FCA basis only. Under special circumstance (e.g. perishable
chemicals), when the item is imported on CIP/CIF, please indicate CIF/CIP
charges separately upto Delhi indicating the mode of shipment. IIT Mandi

Page 6 of 19
will make necessary arrangements for the clearance of imported goods at
the Airport/Seaport.

• In case of imported equipment(s)/item(s), the agency commission, if any, payable


in Indian rupees should be mentioned separately. IAC shall be paid after satis-
factory installation & commissioning of the goods at the destination. For
imported equipment, the Letter of Credit will be opened for the amount excluding
agency commission in Indian Rupees. The firm should clearly mention the ad-
dress of foreign bank in the financial bid.
• In case of indigenous item, the vendor should clearly mention the final
FOR IIT Mandi, Kamand Campus Price, as applicable in their bid.

14.Validity:

The bid should be valid for acceptance up to a period of 180 Days. The Bidders
should be ready to extend the validity, if required without any additional financial
implications.

15. Delivery:

The Equipment should be delivered and installed within the period as specified in
the purchase order and be ready for use preferably within 12-14 weeks of the is-
sue of purchase order unless otherwise prescribed. If the bidder fails to deliver
and place any or all the Equipment or perform the service by the specified date,
penalty at the rate of 1% per week of the total order value subject to the maxi-
mum of 10% of total order value will be deducted.

16.Installation, Training & Demonstration:

Bidders need to provide adequate training to the nominated persons of IIT Mandi
at their cost. IIT Mandi will not bear any training expenditure. The supplier is re-
quired to carry out the installation and demonstration of the equipment within
one month of arrival of materials at the IIT Mandi site of installation, otherwise
the penalty clause will be the same as per the supply of material.

In case of any mishappening/damage to equipment and supplies during carriage


from the origin of equipment to the installation site, the supplier has to replace it
with new equipment/supplies immediately at his own cost. Supplier will settle his
claim with the insurance company as per his convenience. IIT Mandi will not be
liable to any type of losses in any form.

17.Insurance: For delivery of goods at the purchaser’s premises, the Insurance


shall be obtained by the supplier on “All Risk” basis. The insurance shall be
valid for a period of not less than 3 months after installation and commissioning.
In case of order placed on FOB/FCA basis, the purchaser shall arrange in-
surance. If order placed on CIF/CIP basis, the insurance should be up to
New Delhi.

18.Warranty Declaration:

Page 7 of 19
Bidders must give the comprehensive on-site warranty as required from the date
of successful installation of Equipment against any manufacturing defects and
also give the warranty declaration that “everything to be supplied by us hereunder
shall be free from all defects and faults in material, workmanship and shall be of
the highest quality and material of the type ordered, shall be in full conformity with
the specification and shall be complete enough to carry out the experiments, as
specified in the tender document.

Any deviation in the material, and the specifications from the accepted terms may
liable to be rejected and the bidders need to supply all the goods in the specified
form to the satisfaction/specifications specified in the order / contract and
demonstrate at their own cost.

 The Purchaser Shall Promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier
shall immediately within Two weeks arrange to repair or replace the de-
fective goods or parts thereof free of cost at the ultimate destination. The
Supplier shall take over the replaced parts/goods at the time of their re-
placement. No claim whatsoever shall lie to the Purchaser for the replace-
ment parts/goods thereafter. The period for correction of defects in the
warranty period is Two week. If the supplier having been notified fails to
remedy the defects within Two week, the purchaser may proceed to take
such remedial action as may be necessary, at the supplier’s risk and ex-
penses without prejudice to any other rights, which the purchase may
have against supplier under the contract.

 The warranty period should be clearly mentioned. The maintenance


charges (AMC) under different schemes after the expiry of the warranty
should also be mentioned. The comprehensive warranty will commence
from the date of the satisfactory installation/commissioning of the equip-
ment against the defect of any manufacturing, workmanship and poor
quality of the components.

 After the warranty period is over, Annual Maintenance Contract


(AMC)/Comprehensive Maintenance Contract (CMC) should be started.
The AMC/CMC Charges will not be included in computing the total cost
of the equipment.

19.Performance Bank Guarantee: A performance bank guarantee from a sched-


uled bank in India for an amount equal to 10% of the price for duration of two
months beyond the expiry of warranty period will be taken from the supplier or
Indian agent.

20.Terms of Payment: Payment will generally be made only after delivery and satis-
factory installation, testing, commissioning etc. This must be specified in the
tender/quotation.

• In case of imported supplies, payment (excluding Indian agency commission, if


any) will be made through irrecoverable Letter of Credit in two installments. 80
% of the money will be released on submission of shipping of documents. Re-

Page 8 of 19
maining 20 % will be released after successful installation of the instrument and
submission of a performance bank guarantee for 10% of the order value from a
nationalized bank, valid for 2 months beyond the expiry of the warranty. All the
bank charges within India will be borne by the Institute and outside India will be
borne by the Supplier.
• In case of required item quoted in INR, 80% payment will be made through E-
payment after receipt of material in good condition and Remaining 20% will be
released on successful installation of the instrument and on submission of a per-
formance bank guarantee for 10% of the order value from a nationalized bank,
valid for 2 months beyond the expiry of the warranty.

21.Tender expenses and documents: All costs incurred by the bidder in the prepa-
ration of the tender shall be at the entire expense of the bidder.

22.Tender Evaluation Criteria: The technical bids will be opened and evaluated by
a duly constituted committee. After evaluation of the technical bid, the financial
bid for only those offers which have qualified in the evaluation of technical bid
will be opened.

23.Return of EMD:

• The earnest money of unsuccessful bidders will be returned to them without any
interest within 15 working days after awarding the contract.
• The earnest money of the successful bidder will be returned to them without any
interest within 15 days after supply of material.

24.Manual and documentation: All the manuals necessary for operating and ser-
vicing the equipment (including details of electronic circuits) will have to be pro-
vided along with the instrument.

25.IIT Mandi reserves the right to cancel the tender at any stage (point of time) with-
out assigning any reason.

26.Bidders should go through the tender terms, conditions and specifications care-
fully and fill in the attached compliance statement accurately and unambigu-
ously. They should ensure that all the required documents are furnished along
with the bid.

Sd/-
Assistant Registrar
Stores & Purchase

Page 9 of 19
BID PARTICULARS

1. Name of the Supplier :

2. Address of the Supplier :

3. Availability of demonstration of equipment : Yes / No

4. Tender cost enclosed: : Yes/No if yes

D.D. No._____________ Bank________________ Amount__________________

5. EMD enclosed : Yes / No if Yes

D.D. No._____________ Bank________________

6. Name and address of the Officer/contact person to whom all references shall be made regarding
this tender enquiry.

Name :

Address :

Telephone No. :

Fax No. :

Mobile No :

e-Mail :

Web :

Page 10 of 19
< Organization Letter Head >>
DECLARATION SHEET
We, _______________________________________ hereby certify that all the
information and data furnished by our organization with regard to this tender
specification are true and complete to the best of our knowledge. I have gone
through the specification, conditions and stipulations in details and agree to
comply with the requirements and intent of specification.This is certified that
our organization has been authorized (Copy attached) by the OEM to
participate in Tender.We further certified that our organization meets all the
conditions of eligibility criteria laid down in this tender document. Moreover,
OEM has agreed to support on regular basis with technology / product updates
and extend support for the warranty.

We, further specifically certify NAME & ADDRESS OF


that our organization has not THE Vendor/ Manufacturer / Agent
been Black Listed/De Listed or
put to any Holiday by any
Institutional Agency/ Govt.
Department/Public Sector
Undertaking in the last three
years.
1 Phone
2 Fax
3 E - mail
4 Contact Person Name
5 Mobile Number
6 TIN Number
7 PAN Number
8 Kindly provide bank details
of the bidder in the following
format:
a) Name of the Bank
b) Account Number
c) Kindly attach scanned copy of
one Cheque book page to enable
us to return the EMD to
unsuccessful bidder

Page 11 of 19
Annexure A
Ref: -ENQUIRYNO:-IITMANDI/S&P/PUR-307/2016-17/ Compression & Flexure
Testing Machine

SPECIFICATIONS

General
The machine shall the calibrated for measuring ranges as per BS EN ISO 7500-
1:1999 and IS: 1828:Part1: 2005.

The setup should comprise of the following components:


1. Computerized control unit (1 no.):
• Comprising of a PC interface loaded with an interactive software for ex-
ercising fully automatic load, displacement and strain controlled testing
of specimen via appropriate hardware
• Capable of storing, analyzing and presenting key test data through the
software GUI
2. Compression frames (3 nos.):
• Capable of testing cement, mortar, concrete and masonry specimen
with loading capacities of 5000 kN (1 no.), 300 kN (1 no.), and 15 kN (1
no.)
3. Flexure frame (1 no.):
• Capable of testing cement, mortar, concrete and masonry specimen
with a loading capacity of 300 kN

The detailed technical specifications for the above are presented as follows.

A. Technical specifications for the computerized control unit:


Sr.
Particulars
No.
1 Hydraulics:
• Should be capable of implementing servo-hydraulic control
of load, displacement and strain
• Should be capable of producing a continuous and non-
pulsating oil flow of suitable pressure
• Should consist of oil-filter(s), oil-strainer(s), air-cooling sys-
tem, oil temperature indicator, oil level indicator, and a
drain plug
• Should have the provision of connecting to a minimum of

Page 12 of 19
four test-frames and run any one at a given time
• Should be capable of running on standard AC single or
three phase supply
• The noise rating of hydraulic power pack should be lesser
than 75 db
• The hydraulic power pack should be vibration free and com-
pact
2 Controller:
α. Should be based on a P.I.D. algorithm with an update rate of 10
kHz or better
β. Should take user specified values of test control parameters -
load, displacement and strain rates - through software GUI as set
points
χ. Should be capable of driving the hydraulics to generate maximum
and minimum loading rates of 15 kN/s and 0.1 kN/s respectively
or better
δ. Should be capable of driving the hydraulics to generate maximum
and minimum displacement rates of 0.09 mm/s and 0.01 mm/s
respectively or better
ε. Should be capable of providing a load resolution of 0.1 kN or bet-
ter at an accuracy of ±1% or better
φ. Should be capable of providing a displacement resolution of 0.001
mm or better at an accuracy of ±1% or better
γ. Should have a minimum of four input channels for data acquisi-
tion through load, displacement and strain transducers. Each
channel should be calibrated for flexible inputs
η. The data acquisition hardware should incorporate essential cir-
cuitry, chips and buses for signal conditioning, conversion and
transmission. The sampling of analogue signals should be at a
rate of 100 Hz or faster and corresponding digital signals should
be generated at a resolution of 16 bits or better
ι. Should be capable of automatically turning the pump on and off,
controlling the set pace rate and switching off the machine under
predetermined conditions of load, displacement or strain
ϕ. Should be capable of automatically releasing the pressure at the
end of every run and re-initialize the machine at the beginning of
every test

Page 13 of 19
3 PC interface:
A desktop system with -
α. Core i7 processor or better
β. 4 GB- DDR3 RAM or higher
χ. 500GB hard disk or higher
δ. Window 7 Professional with office (licensed copy)
ε. LED display 21’ monitor or better
φ. Wireless keyboard and mouse
γ. Color laser printer
η. 800 VA UPS
4 Legal and licensed software:
α. Should be compatible with Windows operating system
β. Should have a GUI with input fields for: loading, strain and dis-
placement rates; specimen shape and size
χ. Should be capable of real-time data acquisition, processing and
display of load-time and stress-strain curves
δ. Should be capable of archiving data in text or spreadsheet format
ε. Should be capable of printing test reports

B. Technical specifications for compression test frames:


Sr.
Particulars
No.
1 5000 kN:
a. The frame should have a column/plate type structure with safety
guard doors
b. The frame should have a single acting hydraulic cylinder at its
center
c. The frame should have a longitudinal stiffness of 3 MN/mm or
better
d. The loading platens should have a Rockwell hardness of 50 HRC
or better
e. The top platen should have a spherical ball seat arrangement and
the bottom platen should have suitable marking to facilitate the
centering of cubic and cylindrical specimen
f. Platen size: 300 mm or bigger
g. Minimum vertical clearance between platens: 500 mm
h. Minimum horizontal clearance: 425 mm
i. Suitable distance pieces should be provided to facilitate holding of
specimen of up to 100 mm height
j. The actuator should have a suitable transducer capable of meas-
uring load in range of 1% to 100% of the full-scale with a resolu-
tion of 0.1 kN and an accuracy of ±1% or better

Page 14 of 19
k. The actuator should have a suitable transducer capable of meas-
uring displacement of up to 50 mm at 0.001 mm resolution with
an accuracy of ±1% or better
l. Maximum travel of ram should be equal to 50 mm with suitable
travel limit switch
m. The frame should conform to the force transfer requirements as
per EN 12390-4
2 300 kN:
a. The frame should have a column/plate type structure with safety
guard doors
b. The frame should have a single acting hydraulic cylinder at its
center
c. The loading platens should have a Rockwell hardness of 50 HRC
or better
d. The top platen should have a spherical ball seat arrangement and
the bottom platen should have suitable marking to facilitate the
centering of cubic and cylindrical specimen
e. Platen size: 150mm or bigger
f. Minimum vertical clearance between platens: 200 mm
g. Minimum horizontal clearance: 200 mm
h. The frame should be capable of holding cubic specimen of up to
50 mm height, if required, through suitable accessories
i. The actuator should have a suitable transducer capable of meas-
uring load in range of 1% to 100% of the full-scale with a resolu-
tion of 0.1 kN and an accuracy of ±1% or better
j. The actuator should have a suitable transducer capable of meas-
uring displacement of up to 10 mm at 0.001 mm resolution with
an accuracy of ±1% or better
k. Maximum travel of ram should be equal to 50 mm with suitable
travel limit switch
3 15 kN:
1. The frame should have a column/plate type structure with
safety guard doors
2. The frame should have a single acting hydraulic cylinder at
its center
3. The loading platens should have a Rockwell hardness of 50
HRC or better
4. The top platen should have a spherical ball seat arrange-
ment and the bottom platen should have suitable marking
to facilitate the centering of cubic and cylindrical specimen
Page 15 of 19
5. Platen size: 150mm or bigger
6. Minimum vertical clearance between platens: 200 mm
7. Minimum horizontal clearance: 200 mm
8. The actuator should have a suitable transducer capable of
measuring load in range of 1% to 100% of the full-scale
with a resolution of 0.1 kN and an accuracy of ±1% or bet-
ter
9. Maximum travel of ram should be equal to 30 mm with
suitable travel limit switch
10. The frame should also facilitate three-point flexure
testing of prism specimen of 40 mm * 40 mm * 160 mm
size, through suitable accessories

C. Technical specifications for flexure test frame:


SI.No. Particulars
1 300 kN:
a. Working range: 3 to 300 kN
b. The frame should have a suitable structure with safety arrange-
ments
c. The frame should have a single acting hydraulic cylinder at its
center
d. The frame should be capable of implementing three-point and
four-point flexure tests
e. Minimum vertical clearance: 400 mm
f. Distance between loading rollers: Adjustable from 133 mm to 500
mm or higher over a suitable scale
g. Distance between support rollers: Adjustable from 400 mm to
1500 mm or higher over a suitable scale
h. The rollers should be made up of steel and have a diameter of 38
mm
i. The actuator should have a suitable transducer capable of meas-
uring load in range of 1% to 100% of the full-scale with a resolu-
tion of 0.1 kN and an accuracy of ±1% or better
j. The actuator should have a suitable transducer capable of meas-
uring displacements of up to 1000 mm at 0.001 mm resolution
with an accuracy of ±0.5% or better
k. Maximum travel of ram should be equal to 100 mm with suitable
travel limit switch
l. The frame should be capable of testing beam specimen of 0.5 to
1.5 m length or longer
Page 16 of 19
m. Suitable distance pieces should be provided to facilitate testing of
beam specimen with 100 mm and 150 mm depths

D. Accessories:
S. No. Particulars
1 Specimen holder for split tensile test of (Quantity - 1):
α. Cylindrical specimen with diameters in the range of 100 to 200
mm and of up to 300 mm length
β. Cubic concrete specimen of up to 150 mm size
χ. Should conform EN 12390-6:2009, ASTM C496
2 Electronic extensometer (Quantity - 2):
• Should be capable of testing cylindrical specimen of 150 mm
diameter and 300 mm height
• Gauge length: not less than 102 mm
• Should be capable of measuring strains to an accuracy of 2×
10-6 or better
• Conforming to EN 12390-13, EN 13412:2006, ASTM C 469,
ISO 1920-10:2010
3 Cylinder compressometer/ extensometer system (Quantity - 2)
• Should be capable of testing cylindrical specimen of 150 mm dia-
meter and 300 mm height
• Should be capable of measuring deformations with a resolution
0.01 microns of at an accuracy of ±1% or better
4 Clip guage (Quantity - 1) conforming to BS EN 14651:2005
5 Accessories for the flexural testing of fiber reinforced concrete
α. Auxiliary testing frame capable of holding beam specimen of fol-
lowing sizes:
• 100 mm × 100 mm × 500 mm
• 150 mm × 150 mm × 700 mm
β. Two displacement measuring transducers with working range of
0 to 10 mm and a resolution of 0.001 mm at an accuracy of ±1%
or better
χ. Conforming to BS EN 14488-3: 2006, ASTM C1609
6 Accessories for the testing of flexural toughness of fiber reinforced
concrete ( Quantity - 1)
a. Lower support frame and upper loading element for slab of 800
mm diameter and 75 mm thickness
b. Displacement transducers with working range of 0 to 50 mm
travel and a resolution of 0.01 mm at an accuracy of ±1% or bet-
ter
Page 17 of 19
c. Conforming to ASTM C 1550-12a

Page 18 of 19
COMPLIANCE STATEMENT FOR THE TENDER SPECIFICATIONS
INDIAN INSTITUTE OF TECHNOLOGY MANDI
HIMACHAL PRADESH-175005

Ref: -ENQUIRYNO:-IITMANDI/S&P/PUR-307/2016-17/Compression & Flexure


Testing Machin
Instructions:

1. You have to fill in all columns and ensure that you furnish all the required
information accurately and unambiguously.
2. If our specification contains any values, you have to provide your values against
the column in the same unit as we have specified.
3. Deviation in values, materials etc. from our specification may be explained in the
remarks column

Sr. Check list of documents/ YES/NO Remarks


NO Undertakings ? (Give explanation if
answer is No)
1 Is Tender fees attached?
2 Is EMD attached?(If applicable)
3 Isthe bidder original equipment
manufacturer (OEM)/authorised dealer?
4 If authorised dealer, recent dated
Certificate to this effect from OEM, attached
or not?
5 Undertaking from OEM regarding
technical support &extended warranty
period
6 Validity of180days or not?
7 Undertaking from bidder regarding
acceptance of tender terms &conditions
8 Whether list of reputed users(along with
telephone numbers of contact persons) for
the past three years specific to the
instrument attached.
9 Whether special educational discount for
Indian Institute of Technology (IIT) Mandi
(H.P) given.
10 Whether two weeks training of operator and
research students without any charges
offered.
11 Does the instrument complies with all the
required specifications as per annexure A.
Attach a separate sheet showing
compliance with the specifications and
explanations thereto if the equipment’s
varies from the requested specifications.
12 Whether free Installation, Commissioning
andApplication Training offered.
13 Whether three years comprehensive onsite
extended warranty offered.
14 Whether Annual maintenance after expiry of
comprehensive onsite warranty quoted
separately as optional.

Page 19 of 19

You might also like