the meru national polytechnic east africa skills for...
Post on 08-Aug-2020
10 Views
Preview:
TRANSCRIPT
THE MERU NATIONAL POLYTECHNIC
EAST AFRICA SKILLS FOR TRANSFORMATION &
REGIONAL INTEGRATION PROJECT
TENDER FOR SUPPLY OF EQUIPMENT AND TOOLS
INCLUDING INSTALLATION, TESTING , COMMISSIONING
& TRAINING OF TRAINERS ON USE OF EQUIPMENT FOR
THE BUILDING TECHNOLOGY FLAGSHIP CENTRE
REQUEST FOR BIDS
RFB NO.: KE-MERUPOLY-166157-GO-RFB
Project No.: P163399
Issued On: 24th June, 2020
Request for Bids
Goods (One-Envelope Bidding Process)
Country: Republic of Kenya
Name of Project: East Africa Skills for Transformation and Regional Integration Project (EASTRIP)
Contract Title: Supply of equipment and tools including installation, testing , commissioning & training of trainers on use of equipment.
Loan/Credit No.: P163399
RFB Reference No.: KE-MERUPOLY- 166157 -GO-RFB
Issued on: 24th June, 2020
1. The Meru National Polytechnic has received financing from the World Bank toward the cost of the East Africa Skills for Transformation and Regional Integration Project (EASTRIP), and intends to apply part of the proceeds toward payments under the contract for the Purchase of Equipment, furniture and associated fittings
2. The Meru National Polytechnic now invites sealed Bids from eligible Bidders for the Supply
of Equipment, furniture and associated fittings to the Polytechnic (Meru, Kenya)
3. Bidding will be conducted through International competitive procurement using a Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” of July, 2016 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from the Procurement Officer,
The Meru National Polytechnic, through info@merunationalpolytechnic.ac.ke or po@merunationalpolytechnic.ac.ke and inspect the bidding document during office hours
[0800 to 1700 hours] at the address given below.
5. The bidding document in English may be obtained by interested Bidders from our offices situated at the address given below during official working hours or downloaded from our
website. www.merunationalpolytechnic.ac.ke or www.worldbank.org for free.
6. Bids must be delivered to the address below on or before 14th August, 2020 at 10.00 a.m.
Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly
opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on 14th August, 2020 at 10.30 a.m
7. All Bids must be accompanied by a Bid Security of Kenyan Shillings Five Million (KES
5,000,000.00) or its equivalent in a freely convertible currency
8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.
9. The address(es) referred to above is (are): Yours sincerely,
Procurement Officer, For: The Chief Principal, Meru National Polytechnic, Postal Address: P.O. Box 111, Meru, Kenya
Code: 60200 City: Meru Tel: +254 793937581 Website: www.merunationalpolytechnic.ac.ke
Email:info@merunationalpolytechnic.ac.ke
5
PART 1 – Bidding Procedures
Section I – Instructions to Bidders (ITB) 7
Section I - Instructions to Bidders
Contents
PART 1 – Bidding Procedures ......................................................................................... 5
Section I - Instructions to Bidders........................................................................................7
A. General....................................................................................................................... 9
1. Scope of Bid............................................................................................................ 9 2. Source of Funds....................................................................................................... 9
3. Fraud and Corruption............................................................................................. 10 4. Eligible Bidders..................................................................................................... 10 5. Eligible Goods and Related Services ...................................................................... 13
B. Contents of Request for Bids Document.................................................................... 13
6. Sections of Bidding Document ............................................................................... 13 7. Clarification of Bidding Document......................................................................... 14 8. Amendment of Bidding Document ......................................................................... 14
C. Preparation of Bids ................................................................................................... 14
9. Cost of Bidding ..................................................................................................... 14 10. Language of Bid .................................................................................................... 15 11. Documents Comprising the Bid.............................................................................. 15 12. Letter of Bid and Price Schedules ........................................................................... 16
13. Alternative Bids .................................................................................................... 16 14. Bid Prices and Discounts ....................................................................................... 16 15. Currencies of Bid and Payment .............................................................................. 18 16. Documents Establishing the Eligibility and Conformity of the Goods and Related
Services ................................................................................................................ 19 17. Documents Establishing the Eligibility and Qualifications of the Bidder .................. 19 18. Period of Validity of Bids ...................................................................................... 20 19. Bid Security .......................................................................................................... 21
20. Format and Signing of Bid ..................................................................................... 22
D. Submission and Opening of Bids............................................................................... 24
21. Sealing and Marking of Bids .................................................................................. 24 22. Deadline for Submission of Bids ............................................................................ 24
23. Late Bids............................................................................................................... 25 24. Withdrawal, Substitution, and Modification of Bids ................................................ 25 25. Bid Opening .......................................................................................................... 25
E. Evaluation and Comparison of Bids.......................................................................... 26
26. Confidentiality ...................................................................................................... 26
Section I – Instructions to Bidders (ITB) 8
27. Clarification of Bids .............................................................................................. 27 28. Deviations, Reservations, and Omissions ................................................................ 27 29. Determination of Responsiveness ........................................................................... 27
30. Nonconformities, Errors and Omissions ................................................................. 28 31. Correction of Arithmetical Errors ........................................................................... 28 32. Conversion to Single Currency............................................................................... 29 33. Margin of Preference ............................................................................................ 29
34. Evaluation of Bids ................................................................................................. 29 35. Comparison of Bids ............................................................................................... 30 36. Abnormally Low Bids ........................................................................................... 31 37. Qualification of the Bidder..................................................................................... 31
38. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids....................... 32 39. Standstill Period .................................................................................................... 32 40. Notification of Intention to Award ......................................................................... 32
F. Award of Contract ..................................................................................................... 32
41. Award Criteria....................................................................................................... 32 42. Purchaser’s Right to Vary Quantities at Time of Award .......................................... 33 43. Notification of Award ............................................................................................ 33 44. Debriefing by the Purchaser ................................................................................... 34
45. Signing of Contract................................................................................................ 34 46. Performance Security............................................................................................. 35 47. Procurement Related Complaint ............................................................................. 35 Section II - Bid Data Sheet (BDS) ..................................................................................... 37
Section III - Evaluation and Qualification Criteria .............................................................. 43 Section IV - Bidding Forms............................................................................................... 48 Section V - Eligible Countries ........................................................................................... 67 Section VI - Fraud and Corruption..................................................................................... 69
PART 2 – Supply Requirements .................................................................................... 71
Section VII - Schedule of Requirements ............................................................................ 72
PART 3 - Contract ......................................................................................................... 79
Section VIII - General Conditions of Contract ................................................................... 80
Section IX - Special Conditions of Contract ..................................................................... 101 Section X - Contract Forms ................................................................................................. 1
Section I – Instructions to Bidders (ITB) 9
Section I. Instructions to Bidders
A. General Scope of Bid 1.1 In connection with the Specific Procurement Notice, Request
for Bids (RFB), specified in the Bid Data Sheet (BDS), the Purchaser, as specified in the BDS, issues this bidding document for the supply of Goods and, if applicable, any
Related Services incidental thereto, as specified in Section VII, Schedule of Requirements. The name, identification and number of lots (contracts) of this RFB are specified in the
BDS.
1.2 Throughout this bidding document:
(a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax, including if specified
in the BDS, distributed or received through the
electronic-procurement system used by the Purchaser) with proof of receipt;
(b) if the context so requires, “singular” means “plural” and vice versa; and
(c) “Day” means calendar day, unless otherwise specified as “Business Day”. A Business Day is any day that is an official working day of the Borrower. It excludes the Borrower’s official public holidays.
Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) specified in the BDS has applied for or received financing (hereinafter called “funds”) from the International Bank for Reconstruction and Development or the International
Development Association (hereinafter called “the Bank”) in an amount specified in the BDS, toward the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract for which this
bidding document is issued.
2.2 Payment by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the Loan (or other financing)
Agreement. The Loan (or other financing) Agreement prohibits a withdrawal from the Loan account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by
decision of the United Nations Security Council taken under
Section I – Instructions to Bidders (ITB) 10
Chapter VII of the Charter of the United Nations. No party other than the Borrower shall derive any rights from the Loan (or other financing) Agreement or have any claim to
the proceeds of the Loan (or other financing).
Fraud and
Corruption
1.1 The Bank requires compliance with the Bank’s Anti-Corruption Guidelines and its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions
Framework, as set forth in Section VI.
1.2 In further pursuance of this policy, Bidders shall permit and shall cause their agents (where declared or not), subcontractors, subconsultants, service providers, suppliers,
and their personnel, to permit the Bank to inspect all accounts, records and other documents relating to any initial selection process, prequalification process, bid submission, proposal submission, and contract performance (in the case
of award), and to have them audited by auditors appointed by the Bank.
Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, a state-owned enterprise or institution subject to ITB 4.6, or any combination
of such entities in the form of a joint venture (JV) under an existing agreement or with the intent to enter into such an
agreement supported by a letter of intent. In the case of a joint
venture, all members shall be jointly and severally liable for the execution of the entire Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on
behalf of any and all the members of the JV during the Bidding process and, in the event the JV is awarded the Contract, during contract execution. Unless specified in the BDS, there is no limit on the number of members in a JV.
4.2 A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest for the purpose of this Bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is under common control with another Bidder; or
(b) receives or has received any direct or indirect subsidy
from another Bidder; or
(c) has the same legal representative as another Bidder; or
Section I – Instructions to Bidders (ITB) 11
(d) has a relationship with another Bidder, directly or through common third parties, that puts it in a position to influence the Bid of another Bidder, or influence the
decisions of the Purchaser regarding this Bidding process; or
(e) or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the works that are the subject of the Bid; or
(f) or any of its affiliates has been hired (or is proposed to be
hired) by the Purchaser or Borrower for the Contract implementation; or
(g) would be providing goods, works, or non-consulting
services resulting from or directly related to consulting services for the preparation or implementation of the project specified in the BDS ITB 2.1 that it provided or were provided by any affiliate that directly or indirectly
controls, is controlled by, or is under common control with that firm; or
(h) has a close business or family relationship with a
professional staff of the Borrower (or of the project implementing agency, or of a recipient of a part of the loan) who: (i) are directly or indirectly involved in the preparation of the bidding document or specifications
of the Contract, and/or the Bid evaluation process of such Contract; or (ii) would be involved in the implementation or supervision of such Contract unless the conflict stemming from such relationship has been
resolved in a manner acceptable to the Bank throughout the Bidding process and execution of the Contract.
4.3 A firm that is a Bidder (either individually or as a JV member)
shall not participate in more than one Bid, except for permitted alternative Bids. This includes participation as a subcontractor. Such participation shall result in the disqualification of all Bids in which the firm is involved. A firm that is not a Bidder or a
JV member, may participate as a subcontractor in more than one Bid.
4.4 A Bidder may have the nationality of any country, subject to the restrictions pursuant to ITB 4.8. A Bidder shall be deemed
to have the nationality of a country if the Bidder is constituted, incorporated or registered in and operates in conformity with the provisions of the laws of that country, as evidenced by its articles of incorporation (or equivalent documents of
Section I – Instructions to Bidders (ITB) 12
constitution or association) and its registration documents, as the case may be. This criterion also shall apply to the determination of the nationality of proposed subcontractors or
subconsultants for any part of the Contract including related Services.
4.5 A Bidder that has been sanctioned by the Bank, pursuant to the Bank’s Anti-Corruption Guidelines, in accordance with
its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework as described in Section VI paragraph 2.2 d., shall be ineligible to be prequalified for, initially selected for, bid for, propose for, or be awarded a
Bank-financed contract or benefit from a Bank-financed contract, financially or otherwise, during such period of time as the Bank shall have determined. The list of debarred firms and individuals is available at the electronic address specified
in the BDS.
4.6 Bidders that are state-owned enterprises or institutions in the Purchaser’s Country may be eligible to compete and be awarded a Contract(s) only if they can establish, in a manner
acceptable to the Bank, that they (i) are legally and financially autonomous (ii) operate under commercial law, and (iii) are not under supervision of the Purchaser.
4.7 A Bidder shall not be under suspension from Bidding by the
Purchaser as the result of the operation of a Bid–Securing Declaration or Proposal-Securing Declaration.
4.8 Firms and individuals may be ineligible if so indicated in Section V and (a) as a matter of law or official regulations, the
Borrower’s country prohibits commercial relations with that country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of goods or the contracting of works or services required; or (b) by an act
of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country, or any
payments to any country, person, or entity in that country.
4.9 A Bidder shall provide such documentary evidence of eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.
4.10 A firm that is under a sanction of debarment by the Borrower from being awarded a contract is eligible to participate in this
Section I – Instructions to Bidders (ITB) 13
procurement, unless the Bank, at the Borrower’s request, is satisfied that the debarment;
(a) relates to fraud or corruption; and
(b) followed a judicial or administrative proceeding that afforded the firm adequate due process.
Eligible Goods and
Related Services
5.1 All the Goods and Related Services to be supplied under the Contract and financed by the Bank may have their origin in
any country in accordance with Section V, Eligible Countries.
5.2 For purposes of this ITB, the term “goods” includes commodities, raw material, machinery, equipment, and
industrial plants; and “related services” includes services such as insurance, installation, training, and initial maintenance.
5.3 The term “origin” means the country where the goods have
been mined, grown, cultivated, produced, manufactured or processed; or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its
components.
B. Contents of Request for Bids Document Sections of Bidding
Document
6.1 The bidding document consist of Parts 1, 2, and 3, which include all the sections indicated below, and should be read
in conjunction with any Addenda issued in accordance with ITB 8.
PART 1 Bidding Procedures Section I - Instructions to Bidders (ITB)
Section II - Bidding Data Sheet (BDS)
Section III - Evaluation and Qualification Criteria
Section IV - Bidding Forms
Section V - Eligible Countries
Section VI - Fraud and Corruption
PART 2 Supply Requirements
Section VII - Schedule of Requirements
PART 3 Contract
Section VIII - General Conditions of Contract (GCC)
Section IX - Special Conditions of Contract (SCC)
Section I – Instructions to Bidders (ITB) 14
Section X - Contract Forms
6.2 The Specific Procurement Notice, Request for Bids (RFB),
issued by the Purchaser is not part of this bidding document. 6.3 Unless obtained directly from the Purchaser, the Purchaser
is not responsible for the completeness of the document, responses to requests for clarification, the Minutes of the
pre-Bid meeting (if any), or Addenda to the bidding document in accordance with ITB 8. In case of any contradiction, documents obtained directly from the Purchaser shall prevail.
6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding document and to furnish with its Bid all information or documentation as is required by the bidding document.
Clarification of
Bidding
Document
7.1 A Bidder requiring any clarification of the bidding document shall contact the Purchaser in writing at the Purchaser’s address specified in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such
request is received prior to the deadline for submission of Bids within a period specified in the BDS. The Purchaser shall forward copies of its response to all Bidders who have acquired the bidding document in accordance with ITB 6.3,
including a description of the inquiry but without identifying its source. If so specified in the BDS, the Purchaser shall also promptly publish its response at the web page identified
in the BDS. Should the clarification result in changes to the
essential elements of the bidding document, the Purchaser shall amend the bidding document following the procedure under ITB 8 and ITB 22.2.
Amendment of
Bidding
Document
8.1 At any time prior to the deadline for submission of Bids, the
Purchaser may amend the bidding document by issuing addenda.
8.2 Any addendum issued shall be part of the bidding document and shall be communicated in writing to all who have
obtained the bidding document from the Purchaser in accordance with ITB 6.3. The Purchaser shall also promptly publish the addendum on the Purchaser’s web page in accordance with ITB 7.1.
8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of Bids, pursuant to ITB 22.2.
C. Preparation of Bids Cost of Bidding 9.1 The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the Purchaser
Section I – Instructions to Bidders (ITB) 15
shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Bidding process.
Language of Bid 10.1 The Bid, as well as all correspondence and documents
relating to the Bid exchanged by the Bidder and the Purchaser, shall be written in the language specified in the
BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are
accompanied by an accurate translation of the relevant passages into the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.
Documents
Comprising the
Bid
11.1 The Bid shall comprise the following:
(a) Letter of Bid prepared in accordance with ITB 12;
(b) Price Schedules : completed in accordance with ITB 12 and ITB 14;
(c) Bid Security or Bid-Securing Declaration, in accordance with ITB 19.1;
(d) Alternative Bid: if permissible, in accordance with ITB 13;
(e) Authorization: written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 20.3;
(f) Qualifications : documentary evidence in accordance
with ITB 17 establishing the Bidder’s qualifications to perform the Contract if its Bid is accepted;
(g) Bidder’s Eligibility: documentary evidence in accordance with ITB 17 establishing the Bidder’s
eligibility to bid;
(h) Eligibility of Goods and Related Services: documentary evidence in accordance with ITB 16, establishing the eligibility of the Goods and Related
Services to be supplied by the Bidder;
(i) Conformity: documentary evidence in accordance with ITB 16 and 30, that the Goods and Related Services conform to the bidding document; and
(j) any other document required in the BDS.
11.2 In addition to the requirements under ITB 11.1, Bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all members. Alternatively, a
letter of intent to execute a Joint Venture Agreement in the
Section I – Instructions to Bidders (ITB) 16
event of a successful Bid shall be signed by all members and submitted with the Bid, together with a copy of the proposed Agreement.
11.3 The Bidder shall furnish in the Letter of Bid information on commissions and gratuities, if any, paid or to be paid to agents or any other party relating to this Bid.
Letter of Bid and
Price Schedules
12.1. The Letter of Bid and Price Schedules shall be prepared
using the relevant forms furnished in Section IV, Bidding Forms. The forms must be completed without any alterations to the text, and no substitutes shall be accepted except as provided under ITB 20.3. All blank spaces shall be filled in
with the information requested.
Alternative Bids 13.1. Unless otherwise specified in the BDS, alternative Bids shall not be considered.
Bid Prices and
Discounts
14.1 The prices and discounts quoted by the Bidder in the Letter
of Bid and in the Price Schedules shall conform to the requirements specified below.
14.2 All lots (contracts) and items must be listed and priced separately in the Price Schedules.
14.3 The price to be quoted in the Letter of Bid in accordance with ITB 12.1 shall be the total price of the Bid, excluding any discounts offered.
14.4 The Bidder shall quote any discounts and indicate the
methodology for their application in the Letter of Bid, in accordance with ITB 12.1.
14.5 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to
variation on any account, unless otherwise specified in the
BDS. A Bid submitted with an adjustable price quotation shall be treated as nonresponsive and shall be rejected, pursuant to ITB 29. However, if in accordance with the
BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.
14.6 If so specified in ITB 1.1, Bids are being invited for individual lots (contracts) or for any combination of lots (packages). Unless otherwise specified in the BDS, prices quoted shall correspond to 100 % of the items specified for
each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer discounts for the award of
Section I – Instructions to Bidders (ITB) 17
more than one Contract shall specify in their Bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Discounts shall be
submitted in accordance with ITB 14.4 provided the Bids for all lots (contracts) are opened at the same time.
14.7 The terms EXW, CIP, and other similar terms shall be governed by the rules prescribed in the current edition of
Incoterms, published by the International Chamber of Commerce, as specified in the BDS.
14.8 Prices shall be quoted as specified in each Price Schedule included in Section IV, Bidding Forms. The disaggregation
of price components is required solely for the purpose of facilitating the comparison of Bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered. In quoting prices, the Bidder shall
be free to use transportation through carriers registered in any eligible country, in accordance with Section V, Eligible Countries. Similarly, the Bidder may obtain insurance services from any eligible country in accordance with
Section V, Eligible Countries. Prices shall be entered in the following manner:
(a) For Goods manufactured in the Purchaser’s Country:
(i) the price of the Goods quoted EXW (ex-works,
ex-factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used
in the manufacture or assembly of the Goods;
(ii) any Purchaser’s Country sales tax and other taxes which will be payable on the Goods if the Contract is awarded to the Bidder; and
(iii) the price for inland transportation, insurance, and other local services required to convey the Goods to their final destination (Project Site) specified in the
BDS.
(b) For Goods manufactured outside the Purchaser’s Country, to be imported:
(i) the price of the Goods, quoted CIP named place of destination, in the Purchaser’s Country, as
specified in the BDS;
Section I – Instructions to Bidders (ITB) 18
(ii) the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final
destination (Project Site) specified in the BDS;
(c) For Goods manufactured outside the Purchaser’s Country, already imported:
(i) the price of the Goods, including the original
import value of the Goods; plus any mark-up (or rebate); plus any other related local cost, and custom duties and other import taxes already paid or to be paid on the Goods already imported;
(ii) the custom duties and other import taxes already paid (need to be supported with documentary evidence) or to be paid on the Goods already imported;
(iii) the price of the Goods, obtained as the difference between (i) and (ii) above;
(iv) any Purchaser’s Country sales and other taxes which will be payable on the Goods if the
Contract is awarded to the Bidder; and
(v) the price for inland transportation, insurance, and other local services required to convey the Goods from the named place of destination to their final
destination (Project Site) specified in the BDS.
(d) for Related Services, other than inland transportation and other services required to convey the Goods to their final destination, whenever such Related Services
are specified in the Schedule of Requirements, the price of each item comprising the Related Services (inclusive of any applicable taxes).
Currencies of Bid
and Payment
15.1 The currency(ies) of the Bid and the currency(ies) of payments
shall be the same. The Bidder shall quote in the currency of the Purchaser’s Country the portion of the Bid price that corresponds to expenditures incurred in the currency of the Purchaser’s Country, unless otherwise specified in the BDS.
15.2 The Bidder may express the Bid price in any currency. If the Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but
shall use no more than three foreign currencies in addition to the currency of the Purchaser’s Country.
Section I – Instructions to Bidders (ITB) 19
Documents
Establishing the
Eligibility and
Conformity of the
Goods and
Related Services
16.1 To establish the eligibility of the Goods and Related Services in accordance with ITB 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms,
included in Section IV, Bidding Forms.
16.2 To establish the conformity of the Goods and Related Services to the bidding document, the Bidder shall furnish as
part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section VII, Schedule of Requirements.
16.3 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item by item description of the essential technical and performance characteristics of the Goods and Related Services,
demonstrating substantial responsiveness of the Goods and Related Services to the technical specification, and if applicable, a statement of deviations and exceptions to the provisions of the Section VII, Schedule of Requirements.
16.4 The Bidder shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing
functioning of the Goods during the period specified in the BDS following commencement of the use of the goods by the Purchaser.
16.5 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements, are intended to be descriptive only and not
restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior
to those specified in the Section VII, Schedule of Requirements.
Documents
Establishing the
Eligibility and
Qualifications of
the Bidder
17.1 To establish Bidder’s eligibility in accordance with ITB 4,
Bidders shall complete the Letter of Bid, included in Section IV, Bidding Forms.
17.2 The documentary evidence of the Bidder’s qualifications to
perform the Contract if its Bid is accepted shall establish to the Purchaser’s satisfaction:
(a) that, if required in the BDS, a Bidder that does not
manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the
Section I – Instructions to Bidders (ITB) 20
form included in Section IV, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these
Goods in the Purchaser’s Country;
(b) that, if required in the BDS, in case of a Bidder not doing business within the Purchaser’s Country, the
Bidder is or will be (if awarded the Contract) represented by an Agent in the country equipped and able to carry out the Supplier’s maintenance, repair and spare parts-stocking obligations prescribed in the
Conditions of Contract and/or Technical Specifications; and
(c) that the Bidder meets each of the qualification criterion
specified in Section III, Evaluation and Qualification Criteria.
Period of Validity of
Bids
18.1. Bids shall remain valid for the Bid Validity period specified
in the BDS. The Bid Validity period starts from the date fixed for the Bid submission deadline (as prescribed by the Purchaser in accordance with ITB 22.1). A Bid valid for a shorter period shall be rejected by the Purchaser as
nonresponsive.
18.2. In exceptional circumstances, prior to the expiration of the Bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and
the responses shall be made in writing. If a Bid Security is requested in accordance with ITB 19, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder
granting the request shall not be required or permitted to modify its Bid, except as provided in ITB 18.3.
18.3. If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial Bid validity period, the Contract
price shall be determined as follows:
(a) in the case of fixed price contracts, the Contract price shall be the Bid price adjusted by the factor specified in
the BDS;
(b) in the case of adjustable price contracts, no adjustment shall be made;
(c) in any case, Bid evaluation shall be based on the Bid price without taking into consideration the applicable
correction from those indicated above.
Section I – Instructions to Bidders (ITB) 21
Bid Security 19.1. The Bidder shall furnish as part of its Bid, either a Bid-Securing Declaration or a Bid Security, as specified in the BDS, in original form and, in the case of a Bid Security, in
the amount and currency specified in the BDS. 19.2. A Bid Securing Declaration shall use the form included in
Section IV, Bidding Forms. 19.3. If a Bid Security is specified pursuant to ITB 19.1, the Bid
Security shall be a demand guarantee in any of the following forms at the Bidder’s option: (a) an unconditional guarantee issued by a bank or non-
bank financial institution (such as an insurance, bonding or surety company);
(b) an irrevocable letter of credit;
(c) a cashier’s or certified check; or
(d) another security specified in the BDS,
from a reputable source, and an eligible country. If an unconditional guarantee is issued by a non-bank financial institution located outside the Purchaser’s Country, the issuing non-bank financial institution shall have a correspondent
financial institution located in the Purchaser’s Country to make it enforceable unless the Purchaser has agreed in writing, prior to Bid submission, that a correspondent financial institution is not required. In the case of a bank guarantee, the Bid Security
shall be submitted either using the Bid Security Form included in Section IV, Bidding Forms, or in another substantially similar format approved by the Purchaser prior to Bid submission. The Bid Security shall be valid for twenty-eight
(28) days beyond the original validity period of the Bid, or beyond any period of extension if requested under ITB 18.2.
19.4. If a Bid Security is specified pursuant to ITB 19.1, any Bid not accompanied by a substantially responsive Bid Security
shall be rejected by the Purchaser as non-responsive. 19.5. If a Bid Security is specified pursuant to ITB 19.1, the Bid
Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s signing
the Contract and furnishing the Performance Security pursuant to ITB 46.
19.6. The Bid Security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has
signed the Contract and furnished the required Performance Security.
19.7. The Bid Security may be forfeited or the Bid Securing Declaration executed:
Section I – Instructions to Bidders (ITB) 22
(a) if a Bidder withdraws its Bid during the period of Bid validity specified by the Bidder in the Letter of Bid, or any extension thereto provided by the Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 45; or
(ii) furnish a Performance Security in accordance with ITB 46.
19.8. The Bid Security or Bid- Securing Declaration of a JV must be in the name of the JV that submits the Bid. If the JV has not been legally constituted into a legally enforceable JV at the time of Bidding, the Bid Security or Bid-Securing
Declaration shall be in the names of all future members as named in the letter of intent referred to in ITB 4.1 and ITB 11.2.
19.9. If a Bid Security is not required in the BDS, pursuant to ITB
19.1, and (a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letter of Bid; or (b) if the successful Bidder fails to: sign the Contract in
accordance with ITB 45; or furnish a performance security in accordance with ITB 46;
the Borrower may, if provided for in the BDS, declare the Bidder ineligible to be awarded a contract by the Purchaser
for a period of time as stated in the BDS.
Format and Signing
of Bid
20.1 The Bidder shall prepare one original of the documents comprising the Bid as described in ITB 11 and clearly mark it “ORIGINAL.” Alternative Bids, if permitted in accordance
with ITB 13, shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the
copies, the original shall prevail.
20.2 Bidders shall mark as “CONFIDENTIAL” information in their Bids which is confidential to their business. This may include
proprietary information, trade secrets, or commercial or financially sensitive information.
20.3 The original and all copies of the Bid shall be typed or
written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the Bid. The name and position held
by each person signing the authorization must be typed or
Section I – Instructions to Bidders (ITB) 23
printed below the signature. All pages of the Bid where entries or amendments have been made shall be signed or initialed by the person signing the Bid.
20.4 In case the Bidder is a JV, the Bid shall be signed by an authorized representative of the JV on behalf of the JV, and so as to be legally binding on all the members as evidenced by a
power of attorney signed by their legally authorized representatives.
20.5 Any inter-lineation, erasures, or overwriting shall be valid
only if they are signed or initialed by the person signing the Bid.
Section I – Instructions to Bidders (ITB) 24
D. Submission and Opening of Bids Sealing and Marking
of Bids
21.1. The Bidder shall deliver the Bid in a single, sealed envelope (one-envelope Bidding process). Within the single envelope
the Bidder shall place the following separate, sealed envelopes:
(a) in an envelope marked “ORIGINAL”, all documents comprising the Bid, as described in ITB 11; and
(b) in an envelope marked “COPIES”, all required copies of the Bid; and,
(c) if alternative Bids are permitted in accordance with ITB 13, and if relevant:
i. in an envelope marked “ORIGINAL -ALTERNATIVE”,
the alternative Bid; and
ii. in the envelope marked “COPIES – ALTERNATIVE
BID” all required copies of the alternative Bid.
21.2. The inner and outer envelopes, shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB 22.1;
(c) bear the specific identification of this Bidding process indicated in ITB 1.1; and
(d) bear a warning not to open before the time and date for
Bid opening.
21.3 If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the
misplacement or premature opening of the Bid.
Deadline for
Submission of
Bids
22.1. Bids must be received by the Purchaser at the address and no later than the date and time specified in the BDS. When so
specified in the BDS, Bidders shall have the option of submitting their Bids electronically. Bidders submitting Bids electronically shall follow the electronic Bid submission procedures specified in the BDS.
22.2. The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the bidding document in accordance with ITB 8, in which case all rights and obligations of the Purchaser and Bidders previously subject
to the deadline shall thereafter be subject to the deadline as extended.
Section I – Instructions to Bidders (ITB) 25
Late Bids 23.1. The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB 22. Any Bid received by the Purchaser after the deadline for
submission of Bids shall be declared late, rejected, and returned unopened to the Bidder.
Withdrawal,
Substitution, and
Modification of
Bids
24.1. A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice, duly signed
by an authorized representative, and shall include a copy of the authorization (the power of attorney) in accordance with ITB 20.3, (except that withdrawal notices do not require copies). The corresponding substitution or modification of
the Bid must accompany the respective written notice. All notices must be: (a) prepared and submitted in accordance with ITB 20 and
21 (except that withdrawal notices do not require
copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,”
or “MODIFICATION;” and (b) received by the Purchaser prior to the deadline
prescribed for submission of Bids, in accordance with ITB 22.
24.2. Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.
24.3. No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Letter of Bid or any extension thereof.
Bid Opening 25.1. Except as in the cases specified in ITB 23 and ITB 24.2, the Purchaser shall, at the Bid opening, publicly open and read out all Bids received by the deadline at the date, time and place specified in the BDS in the presence of Bidders’
designated representatives and anyone who chooses to attend
Any specific electronic Bid opening procedures required if electronic bidding is permitted in accordance with ITB 22.1, shall be as specified in the BDS.
25.2. First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding Bid shall not be opened, but returned to the Bidder. If the withdrawal envelope does not contain a copy of the “power
of attorney” confirming the signature as a person duly authorized to sign on behalf of the Bidder, the corresponding Bid will be opened. No Bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at Bid opening.
Section I – Instructions to Bidders (ITB) 26
25.3. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be
opened, but returned to the Bidder. No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at Bid opening.
25.4. Next, envelopes marked “MODIFICATION” shall be opened and read out with the corresponding Bid. No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request
the modification and is read out at Bid opening. 25.5. Next, all remaining envelopes shall be opened one at a time,
reading out: the name of the Bidder and whether there is a modification; the total Bid Prices, per lot (contract) if
applicable, including any discounts and alternative Bids; the presence or absence of a Bid Security, if required; and any other details as the Purchaser may consider appropriate.
25.6. Only Bids, alternative Bids and discounts that are opened and
read out at Bid opening shall be considered further in the evaluation. The Letter of Bid and the Price Schedules are to be initialed by representatives of the Purchaser attending Bid opening in the manner specified in the BDS.
25.7. The Purchaser shall neither discuss the merits of any Bid nor reject any Bid (except for late Bids, in accordance with ITB 23.1).
25.8. The Purchaser shall prepare a record of the Bid opening that
shall include, as a minimum: (a) the name of the Bidder and whether there is a
withdrawal, substitution, or modification; (b) the Bid Price, per lot (contract) if applicable, including
any discounts; (c) any alternative Bids; (d) the presence or absence of a Bid Security or Bid-
Securing Declaration, if one was required.
25.9. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed
to all Bidders.
E. Evaluation and Comparison of Bids Confidentiality 26.1 Information relating to the evaluation of Bids and
recommendation of contract award, shall not be disclosed to
Bidders or any other persons not officially concerned with the Bidding process until the information on Intention to
Section I – Instructions to Bidders (ITB) 27
Award the Contract is transmitted to all Bidders in accordance with ITB 40.
26.2 Any effort by a Bidder to influence the Purchaser in the evaluation or contract award decisions may result in the rejection of its Bid.
26.3 Notwithstanding ITB 26.2, from the time of Bid opening to the time of Contract Award, if any Bidder wishes to contact the Purchaser on any matter related to the Bidding process, it should do so in writing.
Clarification of Bids
27.1 To assist in the examination, evaluation, comparison of the Bids, and qualification of the Bidders, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid.
Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change, including
any voluntary increase or decrease, in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the Bids, in accordance with
ITB 31.
27.2 If a Bidder does not provide clarifications of its Bid by the date and time set in the Purchaser’s request for clarification,
its Bid may be rejected.
Deviations,
Reservations, and
Omissions
28.1 During the evaluation of Bids, the following definitions apply:
(a) “Deviation” is a departure from the requirements specified in the bidding document;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the requirements specified in the bidding document; and
(c) “Omission” is the failure to submit part or all of the information or documentation required in the bidding
document.
Determination of
Responsiveness
29.1 The Purchaser’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself, as defined in ITB 11.
29.2 A substantially responsive Bid is one that meets the requirements of the bidding document without material deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:
Section I – Instructions to Bidders (ITB) 28
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Goods and Related Services specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the
bidding document, the Purchaser’s rights or the Bidder’s obligations under the Contract; or
(b) if rectified, would unfairly affect the competitive
position of other Bidders presenting substantially responsive Bids.
29.3 The Purchaser shall examine the technical aspects of the Bid
submitted in accordance with ITB 16 and ITB 17, in particular, to confirm that all requirements of Section VII, Schedule of Requirements have been met without any material deviation or reservation, or omission.
29.4 If a Bid is not substantially responsive to the requirements of bidding document, it shall be rejected by the Purchaser and may not subsequently be made responsive by correction
of the material deviation, reservation, or omission.
Nonconformities,
Errors and
Omissions
30.1 Provided that a Bid is substantially responsive, the Purchaser may waive any nonconformities in the Bid.
30.2 Provided that a Bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in
the Bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.
30.3 Provided that a Bid is substantially responsive, the Purchaser shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of a missing
or non-conforming item or component in the manner specified
in the BDS.
Correction of
Arithmetical
Errors
31.1 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the
opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in
Section I – Instructions to Bidders (ITB) 29
which case the line item total as quoted shall govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount
expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.
31.2 Bidders shall be requested to accept correction of arithmetical
errors. Failure to accept the correction in accordance with ITB 31.1, shall result in the rejection of the Bid.
Conversion to Single
Currency
32.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be converted in a single currency as specified
in the BDS.
Margin of
Preference
33.1 Unless otherwise specified in the BDS, a margin of
preference shall not apply.
Evaluation of Bids 34.1 The Purchaser shall use the criteria and methodologies listed in this ITB and Section III, Evaluation and Qualification criteria. No other evaluation criteria or methodologies shall
be permitted. By applying the criteria and methodologies, the Purchaser shall determine the Most Advantageous Bid. This is the Bid of the Bidder that meets the qualification criteria and whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and (b) the lowest evaluated cost.
34.2 To evaluate a Bid, the Purchaser shall consider the following: (a) evaluation will be done for Items or Lots (contracts),
as specified in the BDS; and the Bid Price as quoted
in accordance with ITB 14; (b) price adjustment for correction of arithmetic errors in
accordance with ITB 31.1; (c) price adjustment due to discounts offered in
accordance with ITB 14.4; (d) converting the amount resulting from applying (a) to
(c) above, if relevant, to a single currency in accordance with ITB 32;
(e) price adjustment due to quantifiable nonmaterial nonconformities in accordance with ITB 30.3; and
Section I – Instructions to Bidders (ITB) 30
(f) the additional evaluation factors are specified in Section III, Evaluation and Qualification Criteria.
34.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in Bid evaluation.
34.4 If this bidding document allows Bidders to quote separate prices for different lots (contracts), the methodology to determine the lowest evaluated cost of the lot (contract) combinations, including any discounts offered in the Letter of
Bid, is specified in Section III, Evaluation and Qualification Criteria.
34.5 The Purchaser’s evaluation of a Bid will exclude and not
take into account:
(a) in the case of Goods manufactured in the Purchaser’s Country, sales and other similar taxes, which will be
payable on the goods if a contract is awarded to the Bidder;
(b) in the case of Goods manufactured outside the
Purchaser’s Country, already imported or to be imported, customs duties and other import taxes levied on the imported Good, sales and other similar taxes, which will be payable on the Goods if the contract is
awarded to the Bidder;
(c) any allowance for price adjustment during the period of execution of the contract, if provided in the Bid.
34.6 The Purchaser’s evaluation of a Bid may require the consideration of other factors, in addition to the Bid Price quoted in accordance with ITB 14. These factors may be
related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of Bids, unless
otherwise specified in the BDS from amongst those set out in Section III, Evaluation and Qualification Criteria. The criteria and methodologies to be used shall be as specified in ITB 34.2(f).
Comparison of Bids
35.1 The Purchaser shall compare the evaluated costs of all substantially responsive Bids established in accordance with ITB 34.2 to determine the Bid that has the lowest evaluated
cost. The comparison shall be on the basis of CIP (place of final destination) prices for imported goods and EXW prices,
Section I – Instructions to Bidders (ITB) 31
plus cost of inland transportation and insurance to place of destination, for goods manufactured within the Borrower’s country, together with prices for any required installation,
training, commissioning and other services. The evaluation of prices shall not take into account custom duties and other taxes levied on imported goods quoted CIP and sales and similar taxes levied in connection with the sale or delivery
of goods.
Abnormally Low
Bids
36.1 An Abnormally Low Bid is one where the Bid price, in combination with other constituent elements of the Bid, appears unreasonably low to the extent that the Bid price
raises material concerns with the Purchaser as to the capability of the Bidder to perform the Contract for the offered Bid price.
36.2 In the event of identification of a potentially Abnormally Low Bid, the Purchaser shall seek written clarification from the Bidder, including a detailed price analyses of its Bid price in relation to the subject matter of the contract, scope,
delivery schedule, allocation of risks and responsibilities and any other requirements of the bidding document.
36.3 After evaluation of the price analyses, in the event that the
Purchaser determines that the Bidder has failed to demonstrate its capability to perform the contract for the offered Bid price, the Purchaser shall reject the Bid.
Qualification of the
Bidder
37.1 The Purchaser shall determine, to its satisfaction, whether the eligible Bidder that is selected as having submitted the lowest evaluated cost and substantially responsive Bid, meets the qualifying criteria specified in Section III,
Evaluation and Qualification Criteria. 37.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17. The
determination shall not take into consideration the qualifications of other firms such as the Bidder’s subsidiaries, parent entities, affiliates, subcontractors (other than specialized subcontractors if permitted in the bidding
document), or any other firm(s) different from the Bidder. 37.3 An affirmative determination shall be a prerequisite for
award of the Contract to the Bidder. A negative determination shall result in disqualification of the Bid, in
which event the Purchaser shall proceed to the Bidder who offers a substantially responsive Bid with the next lowest evaluated cost to make a similar determination of that Bidder’s qualifications to perform satisfactorily.
Section I – Instructions to Bidders (ITB) 32
Purchaser’s Right to
Accept Any Bid,
and to Reject
Any or All Bids
38.1 The Purchaser reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids at any time prior to Contract Award, without thereby incurring any
liability to Bidders. In case of annulment, all Bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.
Standstill Period 39.1 The Contract shall not be awarded earlier than the expiry of the
Standstill Period. The Standstill Period shall be ten (10) Business Days unless extended in accordance with ITB 44. The Standstill Period commences the day after the date the Purchaser has transmitted to each Bidder the Notification of
Intention to Award the Contract. Where only one Bid is submitted, or if this contract is in response to an emergency situation recognized by the Bank, the Standstill Period shall not apply.
Notification of
Intention to
Award
40.1 The Purchaser shall send to each Bidder the Notification of Intention to Award the Contract to the successful Bidder. The Notification of Intention to Award shall contain, at a minimum, the following information:
(a) the name and address of the Bidder submitting the successful Bid;
(b) the Contract price of the successful Bid;
(c) the names of all Bidders who submitted Bids, and their Bid prices as readout, and as evaluated;
(d) a statement of the reason(s) the Bid (of the unsuccessful Bidder to whom the notification is addressed) was unsuccessful, unless the price information in c) above already reveals the reason;
(e) the expiry date of the Standstill Period;
(f) instructions on how to request a debriefing and/or submit a complaint during the standstill period.
F. Award of Contract
Award Criteria 41.1 Subject to ITB 38, the Purchaser shall award the Contract to
the Bidder offering the Most Advantageous Bid. The Most Advantageous Bid is the Bid of the Bidder that meets the qualification criteria and whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
Section I – Instructions to Bidders (ITB) 33
Purchaser’s Right to
Vary Quantities
at Time of Award
42.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section VII,
Schedule of Requirements, provided this does not exceed the percentages specified in the BDS, and without any change in the unit prices or other terms and conditions of the Bid and the bidding document.
Notification of
Award
43.1 Prior to the expiration of the Bid Validity Period and upon expiry of the Standstill Period, specified in ITB 39.1 or any extension thereof, and upon satisfactorily addressing any complaint that has been filed within the Standstill Period,
the Purchaser shall notify the successful Bidder, in writing, that its Bid has been accepted. The notification of award (hereinafter and in the Contract Forms called the “Letter of Acceptance”) shall specify the sum that the Purchaser will
pay the Supplier in consideration of the execution of the Contract (hereinafter and in the Conditions of Contract and Contract Forms called “the Contract Price”).
43.2 Within ten (10) Business Days after the date of transmission
of the Letter of Acceptance, the Purchaser shall publish the Contract Award Notice which shall contain, at a minimum, the following information:
(a) name and address of the Purchaser;
(b) name and reference number of the contract being awarded, and the selection method used;
(c) names of all Bidders that submitted Bids, and their Bid prices as read out at Bid opening, and as evaluated;
(d) names of all Bidders whose Bids were rejected either as nonresponsive or as not meeting qualification criteria, or were not evaluated, with the reasons therefor;
(e) the name of the successful Bidder, the final total
contract price, the contract duration and a summary of its scope; and
(f) successful Bidder’s Beneficial Ownership Disclosure Form, if specified in BDS ITB 45.1.
43.3 The Contract Award Notice shall be published on the
Purchaser’s website with free access if available, or in at least one newspaper of national circulation in the Purchaser’s Country, or in the official gazette. The
Section I – Instructions to Bidders (ITB) 34
Purchaser shall also publish the contract award notice in UNDB online.
43.4 Until a formal Contract is prepared and executed, the Letter
of Acceptance shall constitute a binding Contract.
Debriefing by the
Purchaser
44.1 On receipt of the Purchaser’s Notification of Intention to Award referred to in ITB 40.1, an unsuccessful Bidder has three (3) Business Days to make a written request to the
Purchaser for a debriefing. The Purchaser shall provide a debriefing to all unsuccessful Bidders whose request is received within this deadline.
1.2 Where a request for debriefing is received within the
deadline, the Purchaser shall provide a debriefing within five (5) Business Days, unless the Purchaser decides, for justifiable reasons, to provide the debriefing outside this timeframe. In that case, the standstill period shall
automatically be extended until five (5) Business Days after such debriefing is provided. If more than one debriefing is so delayed, the standstill period shall not end earlier than five (5) Business Days after the last debriefing takes place.
The Purchaser shall promptly inform, by the quickest means available, all Bidders of the extended standstill period
1.3 Where a request for debriefing is received by the Purchaser later than the three (3)-Business Day deadline, the Purchaser
should provide the debriefing as soon as practicable, and normally no later than fifteen (15) Business Days from the date of publication of Public Notice of Award of contract. Requests for debriefing received outside the three (3)-day
deadline shall not lead to extension of the standstill period.
1.4 Debriefings of unsuccessful Bidders may be done in writing or verbally. The Bidders shall bear their own costs of attending such a debriefing meeting.
Signing of Contract 1.5 The Purchaser shall send to the successful Bidder the Letter of Acceptance including the Contract Agreement, and, if specified in the BDS, a request to submit the Beneficial Ownership Disclosure Form providing additional
information on its beneficial ownership. The Beneficial Ownership Disclosure Form, if so requested, shall be submitted within eight (8) Business Days of receiving this request.
Section I – Instructions to Bidders (ITB) 35
1.6 The successful Bidder shall sign, date and return to the Purchaser, the Contract Agreement within twenty-eight (28) days of its receipt.
1.7 Notwithstanding ITB 45.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Purchaser, to the country of the Purchaser, or to the use of the products/goods, systems or services to be
supplied, where such export restrictions arise from trade regulations from a country supplying those products/goods, systems or services, the Bidder shall not be bound by its Bid, always provided however, that the Bidder can demonstrate
to the satisfaction of the Purchaser and of the Bank that signing of the Contact Agreement has not been prevented by any lack of diligence on the part of the Bidder in completing any formalities, including applying for permits,
authorizations and licenses necessary for the export of the products/goods, systems or services under the terms of the Contract.
Performance
Security
1.8 Within twenty-eight (28) days of the receipt of Letter of
Acceptance from the Purchaser, the successful Bidder, if required, shall furnish the Performance Security in accordance with the GCC 18, using for that purpose the Performance Security Form included in Section X, Contract
Forms, or another Form acceptable to the Purchaser. If the Performance Security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the
successful Bidder to be acceptable to the Purchaser. A foreign institution providing a bond shall have a correspondent financial institution located in the Purchaser’s Country, unless the Purchaser has agreed in writing that a correspondent financial institution is not required.
1.9 Failure of the successful Bidder to submit the above-
mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the Bidder offering the next Most Advantageous Bid.
Procurement Related
Complaint
1.10 The procedures for making a Procurement-related Complaint are as specified in the BDS.
Section II – Bid Data Sheet (BDS) 37
Section II - Bid Data Sheet (BDS)
The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
ITB
Reference A. General
ITB 1.1 The reference number of the Request for Bids (RFB) is : KE-MERUPOLY-166157-GO-RFB
The Purchaser is: THE MERU NATIONAL POLYTECHNIC
The name of the RFB is: SUPPLY OF EQUIPMENT, FURNITURE AND
ASSOCIATED FITTINGS
The number and identification of lots (contracts) comprising this RFB is:
Lot No. Name
1 Supply, installation, testing and commissioning of Equipment for the Building Technology Flagship Centre
2 Training of trainers on use of equipment for a period of 12 months
This tender shall constitute a single Bid (Contract) for Supply of Equipment
as detailed on the List of Goods and Delivery Schedule forming part of this document.
ITB 1.2(a) N/A
ITB 2.1 The Borrower is: Government of Kenya
Loan or Financing Agreement amount: US$ 10.8 Million
The name of the Project is: EAST AFRICA SKILLS FOR
TRANSFORMATION AND REGIONAL INTEGRATION PROJECT (EASTRIP)
ITB 4.1 Maximum number of members in the Joint Venture (JV) shall be: No limit
ITB 4.5 A list of debarred firms and individuals is available on the Bank’s external website: http://www.worldbank.org/debarr.
B. Contents of Bidding Document
Section II – Bid Data Sheet (BDS) 38
ITB 7.1 For Clarification of Bid purposes only, the Purchaser’s address is:
Attention: The Chief Principal, The Meru National Polytechnic,
Address:, P.o Box 111- 60200
Location : Along Meru – Nanyuki Rd.
City: Meru
ZIP Code: 60200
Country: Kenya
Telephone: ++254793937581
Electronic mail address: info@merunationalpolytechnic.ac.ke or po@merunationalpolytechnic.ac.ke
Requests for clarification should be received by the Purchaser no later than: 14
days.
Web page: www.merunationalpolytechnic.ac.ke
C. Preparation of Bids
ITB 10.1 The language of the Bid is: English
All correspondence exchange shall be in English language.
Language for translation of supporting documents and printed literature is English.
ITB 11.1 (j) The Bidder shall submit the following additional documents in its Bid:
Catalogue/Brochure of the equipment offered with detailed technical literature/specifications, as supporting literature.
ITB 13.1 Alternative Bids shall not be considered.
ITB 14.5 The prices quoted by the Bidder shall not be subject to adjustment during the performance of the Contract.
ITB 14.6 Bids are being invited for a single Bid (Contract). Prices quoted for each item of a lot shall correspond at least to 100 percent of the quantities specified for this item of a lot.
ITB 14.7 The Incoterms edition is:
Incorterms 2010
ITB 14.8
(b)(i) and (c)(v)
Place of destination: Meru National Polytechnic, Meru.
Section II – Bid Data Sheet (BDS) 39
ITB 14.8
(a)(iii), (b)(ii) and (c)(v)
Final Destination (Project Site): Meru National Polytechnic, Meru, Kenya.
ITB 15.1 The Bidder is required to quote in the currency of the Purchaser’s Country the
portion of the Bid price that corresponds to expenditures incurred in that currency.
ITB 16.4 Period of time the Goods are expected to be functioning (for the purpose of spare parts): Five (5) Years
ITB 17.2 (a) Manufacturer’s authorization is: required
In place of manufacture’s authorization, the bidder may produce
dealership certificate/agreement. Manufacturer’s authorization obtained from a dealer/distributor is not acceptable.
ITB 17.2 (b) After sales service is: required for a minimum period as indicated in ITB
16.4 above
ITB 18.1 The Bid validity period shall be 150 days.
ITB 18.3 (a) The Bid price shall be adjusted by the following factor(s):
The local currency portion of the Contract price shall be adjusted by a factor
reflecting local inflation during the period of extension, and the foreign
currency portion of the Contract price shall be adjusted by a factor reflecting
the international inflation (in the country of the foreign currency) during the
period of extension
ITB 19.1
A Bid Security shall be required.
A Bid-Securing Declaration shall not be required.
If a Bid Security shall be required, the amount and currency of the Bid Security shall be
Kenyan Shillings Five Million (KES 5,000,000.00) or its equivalent in a
freely convertible currency in any of the following forms at the Bidder’s
option:
(a) an unconditional guarantee issued by a reputable commercial bank
(b) an irrevocable letter of credit issued by a commercial bank;
(c) banker’s cheque issued by a commercial bank
Bid security shall be valid for twenty- eight (28) days beyond the validity period (i.e. 178 days after the bids submission deadline).
Section II – Bid Data Sheet (BDS) 40
ITB 19.3 (d) Other types of acceptable securities: None
ITB 20.1 In addition to the original of the Bid, the number of copies is: Two copies
ITB 20.3 The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Notarized Power of Attorney.
D. Submission and Opening of Bids
ITB 22.1
For Bid submission purposes only, the Purchaser’s address is:
Attention: The Chief Principal , Meru National Polytechnic,
Street Address: P.o Box 111, Meru
Location: Meru National Polytechnic, Meru
City: Meru, Kenya
ZIP/Postal Code: 60200
The deadline for Bid submission is:
Date:. 14th August 2020
Time: 10.00 a.m. local time
Bidders shall not have the option of submitting their Bids electronically. As a result of the current situation, in regards to the COVID-19 pandemic, bidders are allowed to use courier services to submit their documents but it is the responsibility of the bidder to ensure that the documents reach before the deadline date and time.
ITB 25.1 The Bid opening shall take place at:
Physical Address:
Meru National Polytechnic, Meru,
P.O. Box 111, Meru, Kenya
Code: 60200
City: Meru
Date:. 14th August, 2020
Time: 10.30 a.m.
ITB 25.6 The Letter of Bid and Price Schedules shall be initialed by at least three
representatives of the Purchaser and one representative of the bidders conducting Bid opening.
Section II – Bid Data Sheet (BDS) 41
E. Evaluation and Comparison of Bids
ITB 30.3 The adjustment shall be based on the highest price of the item or component as
quoted in other substantially responsive Bids. If the price of the item or component cannot be derived from the price of other substantially responsive Bids, the Purchaser shall use its best estimate.
ITB 32.1
The currency that shall be used for Bid evaluation and comparison purposes to
convert at the selling exchange rate all Bid prices expressed in various currencies into a single currency is: Kenya shillings.
The source of exchange rate shall be: Central Bank of Kenya selling rate.
The date for the exchange rate shall be: Bid submission Date
ITB 33.1 A margin of domestic preference shall not apply.
ITB 34.2(a) Evaluation will be done for the entire bid
Bids will be evaluated lot by lot. If a Price Schedule shows items listed
but not priced, their prices shall be assumed to be included in the prices
of other items. An item not listed in the Price Schedule shall be assumed
to be not included in the Bid, and provided that the Bid is substantially
responsive, the average or highest price (as specified in the BDS) of the
item quoted by substantially responsive Bidders will be added to the Bid
price and the equivalent total cost of the Bid so determined will be used for price comparison.
ITB 34.6 The adjustments shall be determined using the following criteria, from amongst those set out in Section III, Evaluation and Qualification Criteria:
(a) Deviation in Delivery schedule: No.
(b) Deviation in payment schedule: No.
(c) The cost of major replacement component, mandatory spare parts, and service: No.
(d) The availability in the Purchaser’s Country of spare parts and after-sales services for the equipment offered in the Bid : No.
(e) Life cycle costs: the costs during the life of the goods or equipment No.
(f) The performance and productivity of the equipment offered; No.
F. Award of Contract
ITB 42 The maximum percentage by which quantities may be increased is: 25%
The maximum percentage by which quantities may be decreased is: 25%
Section II – Bid Data Sheet (BDS) 42
ITB 45. 1 The successful Bidder shall submit the Beneficial Ownership Disclosure Form.
ITB 47.1 The procedures for making a Procurement-related Complaint are detailed in the
“Procurement Regulations for IPF Borrowers (Annex III).” If a Bidder wishes to make a Procurement-related Complaint, the Bidder should submit its complaint following these procedures, in writing (by the quickest means available, that is either by email, to:
For the attention: The Principal;
Title/position: Chief principal
Procuring Agency: Meru National Polytechnic,
Email address: info@merunationalpolytechnic.ac.ke / po@merunationalpolytechnic.ac.ke
In summary, a Procurement-related Complaint may challenge any of the following:
1. the terms of the Bidding Documents; and
2. the Purchaser’s decision to award the contract.
Section IV – Bidding Forms 43
Section III - Evaluation and Qualification Criteria
Contents
1. Margin of Preference (ITB 33)................................................................................... 44
2. Evaluation (ITB 34).................................................................................................... 44
3. Qualification (ITB 37) ................................................................................................ 46
Section IV – Bidding Forms 44
1. Margin of Preference (ITB 33): Not Applicable
If the Bidding Data Sheet so specifies, the Purchaser will grant a margin of preference to goods
Most Advantageous Bid
The Purchaser shall use the criteria and methodologies listed in Section 2 and 3 below to determine the Most Advantageous Bid. The Most Advantageous Bid is the Bid of the Bidder that meets the qualification criteria and whose Bid has been determined to be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
2. Evaluation (ITB 34) :
Section IV – Bidding Forms 45
The Purchaser’s evaluation of a Bid may take into account, in addition to the Bid Price quoted in accordance with ITB 14.8, one or more of the following factors as specified in ITB 34.2(f) and in BDS referring to ITB 34.6, using the following criteria and methodologies.
(a) Delivery schedule. (As per Incoterms specified in the BDS)
The Goods specified in the List of Goods are required to be delivered within the acceptable time range (after the earliest and before the final date, both dates inclusive) specified in Section VII, Schedule of Requirements. No credit will be given to deliveries
before the earliest date, and Bids offering delivery after the final date shall be treated as nonresponsive. Within this acceptable period, NO adjustment will be added, for evaluation purposes only, to the Bid price of Bids offering deliveries later than the “Earliest Delivery Date” specified in Section VII, Schedule of Requirements.
(b) Deviation in payment schedule.
Bidders shall state their Bid price for the payment schedule outlined in the SCC. Bids shall be evaluated on the basis of this base price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in Bid price they wish to offer
for such alternative payment schedule. The Purchaser may consider the alternative payment schedule and the reduced Bid price offered by the Bidder selected on the basis of the base price for the payment schedule outlined in the SCC.
(c) Cost of major replacement components, mandatory spare parts, and service. [insert one of the following]
The list of items and quantities of major assemblies, components, and selected spare parts, likely to be required during the initial period of operation specified in the BDS 16.4, is in the List of Goods. An adjustment equal to the total cost of these items, at the unit prices quoted in each Bid, shall be added to the Bid price, for evaluation purposes only.
(d) Availability in the Purchaser’s Country of spare parts and after sales services for
equipment offered in the Bid. An adjustment equal to the cost to the Purchaser of establishing the minimum service facilities and parts inventories if quoted separately, shall be added to the Bid price, for evaluation purposes only.
(e) Life Cycle Costs
If specified in BDS 34.6, an adjustment to take into account the additional life cycle costs for the period specified below, such as the operating and maintenance costs of the Goods, will be added to the Bid price, for evaluation purposes only. The adjustment will be evaluated in accordance with the methodology specified below and the following information:
(i) number of years for life cycle cost determination : 5 years
9.3 Alternative Bids (ITB 13.1) An alternative if permitted under ITB 13.1, will be evaluated as follows: “A Bidder may submit an alternative Bid only with a Bid for the base case. The
Purchaser shall only consider the alternative Bids offered by the Bidder whose Bid for the base case was determined to be the Most Advantageous Bid.”
Section IV – Bidding Forms 46
3. Qualification (ITB 37)
3.1 Qualification Criteria (ITB 37.1)
After determining the substantially responsive Bid which offers the lowest-evaluated cost in
accordance with ITB 34, and, if applicable, the assessment of any Abnormally Low Bid (in accordance with ITB 36) the Purchaser shall carry out the post-qualification of the Bidder in accordance with ITB 37, using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder’s qualifications.
(a) If the Bidder is a manufacturer:
(i) Financial Capability
The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):
Bidder must submit audited financial statements for the immediate last 3 years
Must demonstrate a minimum average annual turnover of US$
1,000,000.00 (One million US dollars) calculated as total certified payments received for contracts in progress or completed within the last 5 years
(ii) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):
Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last Three (3) years prior to the
applications submission deadline.
Participation as contractor, management contractor, or subcontractor, in at least Two (2) contracts within the last Ten (10) years, with a average contract value of at least 10 Million USD (10 Million USD-), that have been
successfully completed or on the final stage of completion in scope of
Technical Vocational Education Training area.
In possession of TVET Project execution experience of at least 10 years;
Accomplished Equipment supply for at least 10 TVET Institutions;
(iii) Documentary Evidence
The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirement:
Training in TVET Commercial usage
(b) If Bidder is not a manufacturer:
Section IV – Bidding Forms 47
If a Bidder is not a manufacturer, but is offering the Goods on behalf of the Manufacturer under Manufacturer's Authorization Form (Section IV, Bidding Forms), the Manufacturer shall demonstrate the above qualifications (i), (ii), (iii)
and the Bidder shall demonstrate that it has successfully completed at least Ten (10) contracts of similar goods in the past Five (5) years.
Section IV – Bidding Forms 48
Section IV - Bidding Forms
Table of Forms
Letter of Bid ..................................................................................................................... 49
Bidder Information Form .................................................................................................. 52
Bidder’s JV Members Information Form ............................................................................ 53
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported ........ 55
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported..... 56
Price Schedule: Goods Manufactured in the Purchaser’s Country ........................................ 57
Price and Completion Schedule - Related Services ............................................................... 58
Form of Bid Security ......................................................................................................... 59
Form of Bid Security (Bid Bond) ........................................................................................ 61
Form of Bid-Securing Declaration ...................................................................................... 63
Manufacturer’s Authorization............................................................................................ 65
Section IV – Bidding Forms 49
Letter of Bid
INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE DOCUMENT
The Bidder must prepare this Letter of Bid on stationery with its letterhead clearly showing the Bidder’s complete name and business address.
Note: All italicized text is to help Bidders in preparing this form.
Date of this Bid submission: [insert date (as day, month and year) of Bid submission] RFB No.: [insert number of RFB process] Request for Bid No.: [insert identification]
Alternative No.: [insert identification No if this is a Bid for an alternative] To: [insert complete name of Purchaser]
(a) No reservations: We have examined and have no reservations to the bidding document, including Addenda issued in accordance with Instructions to Bidders (ITB 8);
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in accordance with ITB 4;
(c) Bid/Proposal-Securing Declaration: We have not been suspended nor declared ineligible by the Purchaser based on execution of a Bid-Securing Declaration or Proposal-Securing Declaration in the Purchaser’s Country in accordance with ITB 4.7;
(d) Conformity: We offer to supply in conformity with the bidding document and in
accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods: [insert a brief description of the Goods and Related Services];
(e) Bid Price : The total price of our Bid, excluding any discounts offered in item (f) below is:
Option 1, in case of one lot: Total price is: [insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies]; Or
Option 2, in case of multiple lots: (a) Total price of each lot [insert the total price of each lot in words and figures, indicating the various amounts and the respective currencies]; and (b) Total price of all lots (sum of all lots) [insert the
total price of all lots in words and figures, indicating the various amounts and the respective currencies];
(f) Discounts : The discounts offered and the methodology for their application are: (i) The discounts offered are: [Specify in detail each discount offered.]
Section IV – Bidding Forms 50
(ii) The exact method of calculations to determine the net price after application of discounts is shown below: [Specify in detail the method that shall be used to apply the discounts];
(g) Bid Validity Period: Our Bid shall be valid for the period specified in BDS 18.1 (as amended, if applicable) from the date fixed for the Bid submission deadline specified in
BDS 22.1 (as amended, if applicable), and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(h) Performance Security: If our Bid is accepted, we commit to obtain a performance security in accordance with the bidding document;
(i) One Bid per Bidder: We are not submitting any other Bid(s) as an individual Bidder, and we are not participating in any other Bid(s) as a Joint Venture member, or as a subcontractor, and meet the requirements of ITB 4.3, other than alternative Bids submitted in accordance with ITB 13;
(j) Suspension and Debarment: We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service providers for any part of the contract, are not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the World Bank Group or a debarment imposed
by the World Bank Group in accordance with the Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and other development banks. Further, we are not ineligible under the Purchaser’s Country laws or official regulations or pursuant to a decision of the United Nations Security Council;
(k) State-owned enterprise or institution: [select the appropriate option and delete the other] [We are not a state-owned enterprise or institution] / [We are a state-owned enterprise or institution but meet the requirements of ITB 4.6];
(l) Commissions, gratuities, fees: We have paid, or will pay the following commissions,
gratuities, or fees with respect to the Bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity]
Name of Recipient Address Reason Amount
(If none has been paid or is to be paid, indicate “none.”)
(m) Binding Contract: We understand that this Bid, together with your written acceptance thereof included in your Letter of Acceptance, shall constitute a binding contract
between us, until a formal contract is prepared and executed; (n) Purchaser Not Bound to Accept: We understand that you are not bound to accept the
lowest evaluated cost Bid, the Most Advantageous Bid or any other Bid that you may receive; and
(o) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf engages in any type of Fraud and Corruption.
Name of the Bidder: *[insert complete name of the Bidder]
Section IV – Bidding Forms 51
Name of the person duly authorized to sign the Bid on behalf of the Bidder: **[insert complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid] Signature of the person named above : [insert signature of person whose name and
capacity are shown above] Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.
**: Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney shall be attached
with the Bid Schedules.
Section IV – Bidding Forms 52
Bidder Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process] Alternative No.: [insert identification No if this is a Bid for an alternative]
Page ________ of_ ______ pages
1. Bidder’s Name [insert Bidder’s legal name]
2. In case of JV, legal name of each member: [insert legal name of each member in JV]
3. Bidder’s actual or intended country of registration: [insert actual or intended country of registration]
4. Bidder’s year of registration: [insert Bidder’s year of registration]
5. Bidder’s Address in country of registration: [insert Bidder’s legal address in country of registration]
6. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
7. Attached are copies of original documents of [check the box(es) of the attached original documents]
Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of the legal entity named above, in accordance with ITB 4.4.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
In case of state-owned enterprise or institution, in accordance with ITB 4.6 documents establishing:
Legal and financial autonomy
Operation under commercial law
Establishing that the Bidder is not under the supervision of the Purchaser 8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership. [If required under BDS ITB 45.1, the successful Bidder shall provide additional information on beneficial ownership, using the Beneficial Ownership Disclosure Form.]
Section IV – Bidding Forms 53
Bidder’s JV Members Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. The following table shall be filled in for the Bidder and for each member of a Joint Venture].
Date: [insert date (as day, month and year) of Bid submission] RFB No.: [insert number of Bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
Page ________ of_ ______ pages
1. Bidder’s Name: [insert Bidder’s legal name]
2. Bidder’s JV Member’s name: [insert JV’s Member legal name]
3. Bidder’s JV Member’s country of registration: [insert JV’s Member country of
registration]
4. Bidder’s JV Member’s year of registration: [insert JV’s Member year of registration]
5. Bidder’s JV Member’s legal address in country of registration: [insert JV’s Member
legal address in country of registration]
6. Bidder’s JV Member’s authorized representative information
Name: [insert name of JV’s Member authorized representative]
Address: [insert address of JV’s Member authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized representative]
Email Address: [insert email address of JV’s Member authorized representative]
7. Attached are copies of original documents of [check the box(es) of the attached original documents]
Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITB 4.4.
In case of a state-owned enterprise or institution, documents establishing legal and financial autonomy, operation in accordance with commercial law, and that they are not under the
supervision of the Purchaser, in accordance with ITB 4.6.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
[If required under BDS ITB 45.1, the successful Bidder shall provide additional information on
beneficial ownership for each JV member using the Beneficial Ownership Disclosure Form.]
Section IV – Bidding Forms 54
Price Schedule Forms [The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]
Section IV – Bidding Forms 55
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported
(Group C Bids, goods to be imported)
Currencies in accordance with ITB 15
Date: _________________________
RFB No: _____________________ Alternative No: ________________
Page N ______ of ______
1 2 3 4 5 6 7 8 9
Line
Item
N
Description of Goods Country of
Origin
Delivery
Date as defined by
Incoterms
Quantity and
physical unit Unit price
CIP [insert place of destination]
in accordance with ITB 14.8(b)(i)
CIP Price per line
item (Col. 5x6)
Price per line item for
inland transportation and other services required in
the Purchaser’s Country to convey the Goods to their
final destination specified in BDS
Total Price per Line item
(Col. 7+8)
[insert
number of the
item]
[insert name of good] [insert
country of origin of the
Good]
[insert
quoted Delivery
Date]
[insert number
of units to be supplied and
name of the physical unit]
[insert unit price CIP
per unit] [insert total CIP
price per line item]
[insert the corresponding
price per line item]
[insert total price of the line item]
Supply, installation, testing and commissioning of
Equipment for the Building Technology
Flagship Centre (According to the
schedule of requirements – Annex 1 & 2)
Total Price
Name of Bidder _____________________________ Signature of Bidder _____________________________ Date ___________________________________
Section IV – Bidding Forms 56
Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported*
(Group C Bids, Goods already imported)
Currencies in accordance with ITB 15
Date: _________________________
RFB No: _____________________ Alternative No: ________________
Page N ______ of ______
1 2 3 4 5 6 7 8 9 10 11 12
Line Item
N
Description of
Goods
Country
of Origin
Delivery
Date as defined by
Incoterms
Quantity
and physical
unit
Unit price
including Custom Duties
and Import Taxes paid, in
accordance with ITB
14.8(c)(i)
Custom Duties
and Import Taxes paid per unit in
accordance with ITB 14.8(c)(ii) ,
[to be supported by documents]
Unit Price net
of custom duties and
import taxes, in accordance
with ITB 14.8 (c) (iii)
(Col. 6 minus Col.7)
Price per line
item net of Custom Duties
and Import Taxes paid, in
accordance with ITB 14.8(c)(i)
(Col. 58)
Price per line item
for inland transportation and
other services required in the
Purchaser’s Country to convey
the goods to their final destination, as
specified in BDS in accordance with
ITB 14.8 (c)(v)
Sales and other
taxes paid or payable per item
if Contract is awarded (in
accordance with ITB 14.8(c)(iv)
Total Price per line
item (Col. 9+10)
Total Bid Price
Name of Bidder _________________________ Signature of Bidder _________________________________ Date __________________________________
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local agent or representative and all local costs except import duti es and taxes, which have been and/or have to be paid by the
Purchaser. For clarity the Bidders are asked to quote the price including import duties, and additionally to provide the impo rt duties and the price net of import duties which is the difference of those values.]
Section IV – Bidding Forms 57
Price Schedule: Goods Manufactured in the Purchaser’s Country
Purchaser’s Country
______________________
(Group A and B Bids)
Currencies in accordance with ITB 15
Date: _________________________
RFB No: _____________________ Alternative No: ________________
Page N ______ of ______
1 2 3 4 5 6 7 8 9 10
Line
Item
N
Description of Goods Delivery Date
as defined by Incoterms
Quantity
and physical
unit
Unit price
EXW Total EXW
price per line item
(Col. 45)
Price per line item for
inland transportation and other services required in
the Purchaser’s Country to convey the Goods to their
final destination
Cost of local labor,
raw materials and components from
with origin in the Purchaser’s Country
% of Col. 5
Sales and other taxes payable
per line item if Contract is awarded (in accordance with
ITB 14.8(a)(ii)
Total Price per
line item (Col. 6+7)
[insert
number of the
item]
[insert name of Good] [insert quoted
Delivery Date]
[insert
number of units to
be supplied
and name of the
physical unit]
[insert EXW
unit price] [insert total
EXW price per line item]
[insert the corresponding
price per line item]
[Insert cost of local
labor, raw material and components
from within the Purchase’s country
as a % of the EXW price per line item]
[insert sales and other taxes
payable per line item if Contract is awarded]
[insert total
price per item]
Total Price
Name of Bidder _________________________ Signature of Bidder ___________________________ Date ______________________________________
Section IV – Bidding Forms 58
Price and Completion Schedule - Related Services
Currencies in accordance with ITB 15
Date: _________________________
RFB No: _____________________ Alternative No: ________________
Page N ______ of ______
1 2 3 4 5 6 7
Service
N
Description of Services (excludes inland transportation and other services required in the Purchaser’s Country
to convey the goods to their final destination)
Country of Origin
Delivery Date at place of Final destination
Quantity and physical unit Unit price Total Price per Service (Col. 5*6 or estimate)
[insert number of
the Service ]
[insert name of Services] [insert country of origin of the
Services]
[insert delivery date at place of final
destination per Service]
[insert number of units to be supplied and name of the physical unit]
[insert unit price per item]
[insert total price per item]
Training of trainers on use of equipment for a period of 12 months
Total Bid Price
Name of Bidder ____________________________ Signature of Bidder ___________________________________ Date ________________________________
Section IV – Bidding Forms 59
Form of Bid Security
(Bank Guarantee)
[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Purchaser to insert its name and address]
RFB No.: [Purchaser to insert reference number for the Request for Bids]
Alternative No.: [Insert identification No if this is a Bid for an alternative]
Date: [Insert date of issue]
BID GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that ______ [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or
the names of all members thereof] (hereinafter called "the Applicant") has submitted or will submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of ________________ under Request for Bids No. __________ _ (“the RFB”).
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be supported by a Bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of ___________ (____________) upon receipt by us of the Beneficiary’s complying demand, supported by the
Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period or any extension thereto provided by the Applicant, (i) has failed to sign the contract agreement, or (ii) has failed to furnish the performance security, in
Section IV – Bidding Forms 60
accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.
This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the Contract agreement signed by the Applicant and the performance security issued
to the Beneficiary in relation to such Contract agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the Bidding process; or (ii) twenty-eight days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.
_____________________________
[Signature(s)]
Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.
Section IV – Bidding Forms 61
Form of Bid Security (Bid Bond)
[The Surety shall fill in this Bid Bond Form in accordance with the instructions indicated.]
BOND NO. ______________________
BY THIS BOND [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety], authorized to transact business in [name of country of Purchaser], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name of Purchaser] as Obligee (hereinafter called “the Purchaser”) in the sum of [amount of Bond]1
[amount in words], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents.
WHEREAS the Principal has submitted or will submit a written Bid to the Purchaser dated the ___ day of ______, 20__, for the supply of [name of Contract] (hereinafter called the “Bid”).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Principal’s Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the Principal; or
(b) having been notified of the acceptance of its Bid by the Purchaser during the Bid Validity Period or any extension thereto provided by the Principal; (i) failed to execute the Contract agreement; or (ii) has failed to furnish the Performance Security, in accordance with the Instructions to Bidders (“ITB”) of the Purchaser’s bidding
document. then the Surety undertakes to immediately pay to the Purchaser up to the above amount upon receipt of the Purchaser’s first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred.
The Surety hereby agrees that its obligation will remain in full force and effect up to and
including the date 28 days after the date of expiration of the Bid Validity Period set forth in the Principal’s Letter of Bid or any extension thereto provided by the Principal.
IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this ____ day of ____________ 20__.
Principal: _______________________ Surety: _____________________________ Corporate Seal (where appropriate)
1 The amount of the Bond shall be denominated in the currency of the Purchaser’s Country or the equivalent
amount in a freely convertible currency.
Section IV – Bidding Forms 62
_______________________________ ____________________________________ (Signature) (Signature)
(Printed name and title) (Printed name and title)
Section IV – Bidding Forms 63
Form of Bid-Securing Declaration – Not applicable
[The Bidder shall fill in this Form in accordance with the instructions indicated.]
Date: [date (as day, month and year)] Bid No.: [number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [complete name of Purchaser]
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid-Securing Declaration.
We accept that we will automatically be suspended from being eligible for bidding or
submitting proposals in any contract with the Purchaser for the period of time of [number of months or years] starting on [date], if we are in breach of our obligation(s) under the Bid conditions, because we:
(a) have withdrawn our Bid during the period of Bid validity specified in the Letter of Bid; or
(b) having been notified of the acceptance of our Bid by the Purchaser during the period of Bid validity, (i) fail or refuse to sign the Contract; or (ii) fail or refuse to furnish the Performance Security, if required, in accordance with the ITB.
We understand this Bid Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid.
Name of the Bidder*
Name of the person duly authorized to sign the Bid on behalf of the Bidder** _______
Title of the person signing the Bid ______________________
Signature of the person named above ______________________
Date signed ________________________________ day of ___________________, _____
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder attached to the Bid
Section IV – Bidding Forms 64
[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of all members to the Joint Venture that submits the Bid.]
Section IV – Bidding Forms 65
Manufacturer’s Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its Bid, if so indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process] Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser] WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the
Goods], and to subsequently negotiate and sign the Contract. We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract, with respect to the Goods offered by the above firm.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer] Title: [insert title]
Dated on ____________ day of __________________, _______ [insert date of signing]
Section V – Eligible Countries 67
Section V - Eligible Countries
Eligibility for the Provision of Goods, Works and Non Consulting Services in
Bank-Financed Procurement
In reference to ITB 4.8 and ITB 5.1, for the information of the Bidders, at the present time
firms, goods and services from the following countries are excluded from this Bidding process:
Under ITB 4.8(a) and ITB 5.1: [insert a list of the countries following approval by the Bank to apply the restriction or state “none”].
Under ITB 4.8(b) and ITB 5.1: [insert a list of the countries following approval by the Bank to apply the restriction or state “none”]
Please refer to the website of the UN Security Council http://www.un.org/sc/committees/
Section VI – Fraud and Corruption 69
Section VI - Fraud and Corruption
(Section VI shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.
2.2 To this end, the Bank: a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
ii. “fraudulent practice” is any act or omission, including misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence improperly the actions of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive,
or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
Section VI – Fraud and Corruption 70
b. Rejects a proposal for award if the Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-
consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring misprocurement, if the Bank determines at any time that representatives of the Borrower or of a recipient of
any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines, and in accordance with the Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such firm or individual ineligible (i) to be awarded or
otherwise benefit from a Bank-financed contract, financially or in any other manner;1 (ii) to be a nominated2 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by
the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers), consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel,
permit the Bank to inspect3 all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.
1 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the
bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact -finding activities
undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits,
such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms.
Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and
information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as
relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining
third party verification of information.
Part 2 – Supply Requirements 71
PART 2 – Supply Requirements
Section VII – Schedule of Requirements 72
Section VII - Schedule of Requirements
Contents
1. List of Goods and Delivery Schedule ..........................................................................73
2. List of Related Services and Completion Schedule .....................................................74
3. Technical Specifications..............................................................................................76
4. Drawings .....................................................................................................................77
5. Inspections and Tests ..................................................................................................78
Section VII – Schedule of Requirements 73
1. List of Goods and Delivery Schedule
Line
Item
N
Description of Goods Quantity Physica
l unit
Final
Destination (Project Site)
as specified
in BDS
Delivery (as per Incoterms) Date
Earliest
Delivery Date
Latest Delivery
Date
Bidder’s offered Delivery date [to be
provided by the
Bidder]
(following the
date of
effectiveness of
the Contract)
(number of days
following the
date of
effectiveness of
the Contract)
[insert the number of
days following the
date of effectiveness
of the Contract]
1. See Annex 1 & 2
2.
Section VII – Schedule of Requirements 74
2. List of Related Services and Completion Schedule
Service
Description of Service
Quantity1
Physical Unit
Place where Services shall be performed
Final Completion
Date(s) of
Services
[insert Service
No]
[insert description of Related Services] [insert quantity of items to be
supplied]
[insert physical unit for the items]
[insert name of the Place]
[insert required
Completion Date(s)]
Registration of machinery with relevant
Authority as will be guided by the Purchaser
- Units Meru National
Polytechnic, Meru, Kenya
within two (2)
weeks of
delivery of the
goods by the
Supplier
Installation, Testing and Commissioning - Units Meru National
Polytechnic, Meru,
Kenya 2 months
Conducting training to operators/trainers
& managers by the Supplier upon delivery of the equipment on operation and maintenance/servicing of the supplied equipment
- Units Meru National
Polytechnic, Meru,
Kenya 12 monthss
Section VII – Schedule of Requirements 75
Carrying out mandatory after sale
services including scheduled maintenance services, supply of
replacement parts and consumables, and repairing of noted defects during the Warranty period of minimum two (2) years at no cost to the Purchaser or Users
Units Meru National
Polytechnic, Meru,
Kenya
For the whole
Warranty
period
stipulated in
the SCC
correspondin
g to GCC 28.3
1. If applicable
Section VII – Schedule of Requirements 76
3. Technical Specifications
Summary of Technical Specifications . The Goods and Related Services shall comply with following Technical Specifications and Standards:
Item No Name of Goods or Related Service
Technical Specifications and Standards
See Annex 2
See Annex 2
Detailed Technical Specifications and Standards [See Annex 2].
Section VII – Schedule of Requirements 77
4. Drawings
Included in the detailed specifications (ANNEX 1.
Section VII – Schedule of Requirements 78
5. Inspections and Tests
The following inspections and tests shall be performed: [insert list of inspections and tests]
(i) Pre-shipment inspection by the current agent contracted by the Meru National
Polytechnic to provide these services, and
(ii) Normal inspections and tests at the time of handing over at final destination for
damage, quality and quantity in accordance with the specifications
Part 3 - Contract 79
PART 3 - Contract
Section VIII – General Conditions of Contract 80
Section VIII - General Conditions of Contract
Table of Clauses
1. Definitions .................................................................................................................82
2. Contract Documents .................................................................................................83
3. Fraud and Corruption ..............................................................................................83
4. Interpretation ...........................................................................................................83
5. Language...................................................................................................................84
6. Joint Venture, Consortium or Association ...............................................................84
7. Eligibility...................................................................................................................84
8. Notices.......................................................................................................................84
9. Governing Law .........................................................................................................85
10. Settlement of Disputes...............................................................................................85
11. Inspections and Audit by the Bank ...........................................................................85
12. Scope of Supply.........................................................................................................86
13. Delivery and Documents ...........................................................................................86
14. Supplier’s Responsibilities ........................................................................................86
15. Contract Price...........................................................................................................86
16. Terms of Payment .....................................................................................................86
17. Taxes and Duties .......................................................................................................87
18. Performance Security ...............................................................................................87
19. Copyright ..................................................................................................................87
20. Confidential Information ..........................................................................................87
21. Subcontracting ..........................................................................................................88
Section VIII – General Conditions of Contract 81
22. Specifications and Standards ....................................................................................88
23. Packing and Documents............................................................................................89
24. Insurance ..................................................................................................................89
25. Transportation and Incidental Services....................................................................89
26. Inspections and Tests ................................................................................................90
27. Liquidated Damages .................................................................................................91
28. Warranty ..................................................................................................................91
29. Patent Indemnity ......................................................................................................92
30. Limitation of Liability...............................................................................................93
31. Change in Laws and Regulations..............................................................................93
32. Force Majeure...........................................................................................................93
33. Change Orders and Contract Amendments .............................................................94
34. Extensions of Time....................................................................................................95
35. Termination ..............................................................................................................96
36. Assignment................................................................................................................97
37. Export Restriction ....................................................................................................97
Section VIII – General Conditions of Contract 82
Section VIII - General Conditions of Contract
Definitions 1.1 The following words and expressions shall have the meanings hereby assigned to them: (a) “Bank” means the World Bank and refers to the
International Bank for Reconstruction and Development (IBRD) or the International Development Association (IDA).
(b) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.
(c) “Contract Documents” means the documents listed in the Contract Agreement, including any amendments thereto.
(d) “Contract Price” means the price payable to the Supplier as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.
(e) “Day” means calendar day. (f) “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract. (h) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.
(i) “Purchaser’s Country” is the country specified in the
Special Conditions of Contract (SCC). (j) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC. (k) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation, training and initial maintenance and other such obligations of the Supplier under the Contract.
(l) “SCC” means the Special Conditions of Contract.
(m) “Subcontractor” means any person, private or government entity, or a combination of the above, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.
(n) “Supplier” means the person, private or government entity, or a combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement.
Section VIII – General Conditions of Contract 83
(o) “The Project Site,” where applicable, means the place named in the SCC.
Contract
Documents
2.1 Subject to the order of precedence set forth in the Contract
Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole.
Fraud and Corruption
The Bank requires compliance with the Bank’s Anti-Corruption Guidelines and its prevailing sanctions policies and procedures as set forth in the WBG’s Sanctions Framework, as set forth in Appendix to the GCC.
The Purchaser requires the Supplier to disclose any commissions or fees that may have been paid or are to be paid to agents or any
other party with respect to the Bidding process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.
Interpretation 4.1 If the context so requires it, singular means plural and vice versa. 4.2 Incoterms
(a) Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms specified in the SCC.
(b) The terms EXW, CIP, FCA, CFR and other similar terms, when used, shall be governed by the rules prescribed in the current edition of Incoterms specified in the SCC and published by the International Chamber of Commerce in
Paris, France. 4.3 Entire Agreement
The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of the parties with respect thereto made prior to the date of Contract.
4.4 Amendment No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.
4.5 Nonwaiver
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
Section VIII – General Conditions of Contract 84
the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which
it is being waived. 4.6 Severability
If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.
Language 5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in the language specified in the SCC. Supporting documents and printed literature that are part of the
Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified, in which case, for purposes of interpretation of the Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation, for documents provided by the Supplier.
Joint Venture,
Consortium or Association
6.1 If the Supplier is a joint venture, consortium, or association, all of
the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture, consortium, or association. The composition or the constitution of
the joint venture, consortium, or association shall not be altered without the prior consent of the Purchaser.
Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed
to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the Contract
and financed by the Bank shall have their origin in Eligible Countries. For the purpose of this Clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture,
processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.
Notices 8.1 Any notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the SCC.
Section VIII – General Conditions of Contract 85
The term “in writing” means communicated in written form with proof of receipt.
8.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later. Governing Law 9.1 The Contract shall be governed by and interpreted in accordance
with the laws of the Purchaser’s Country, unless otherwise specified in the SCC.
9.2 Throughout the execution of the Contract, the Supplier shall comply with the import of goods and services prohibitions in the Purchaser’s Country when (a) as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country; or
9.2 (b) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that country or any payments to any country, person, or entity in that country.
Settlement of Disputes
10.1 The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection iwith the Contract.
10.2 If, after twenty-eight (28) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance
with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract. Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in
the SCC. 10.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree;
and (b) the Purchaser shall pay the Supplier any monies due the
Supplier.
Inspections and
Audit by the Bank
11.1 The Supplier shall keep, and shall make all reasonable efforts to
cause its Subcontractors to keep, accurate and systematic accounts and records in respect of the Goods in such form and details as will clearly identify relevant time changes and costs.
11.2 Pursuant to paragraph 2.2 e. of Appendix to the General
Conditions the Supplier shall permit and shall cause its
Section VIII – General Conditions of Contract 86
subcontractors and subconsultants to permit, the Bank and/or persons appointed by the Bank to inspect the Site and/or the accounts and records relating to the procurement process,
selection and/or contract execution, and to have such accounts and records audited by auditors appointed by the Bank if requested by the Bank. The Supplier’s and its Subcontractors’ and subconsultants’ attention is drawn to Sub-Clause 3.1 which
provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility pursuant to the Bank’s prevailing
sanctions procedures). Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as specified
in the Schedule of Requirements.
Delivery and
Documents
13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Schedule of Requirements. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.
Supplier’s Responsibilities
14.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 12, and the Delivery and Completion Schedule, as per GCC Clause 13.
Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its Bid, with the exception of any price adjustments authorized in the SCC.
Terms of Payment 16.1 The Contract Price, including any Advance Payments, if applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 13 and upon fulfillment of all other obligations stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no case later than sixty (60) days after submission of an invoice or request for payment by the Supplier, and after the Purchaser has accepted it.
16.4 The currencies in which payments shall be made to the Supplier under this Contract shall be those in which the Bid price is expressed.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the SCC, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the SCC, for the
Section VIII – General Conditions of Contract 87
period of delay until payment has been made in full, whether before or after judgment or arbitrage award.
Taxes and Duties 17.1 For goods manufactured outside the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the Purchaser’s Country.
17.2 For goods Manufactured within the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.
17.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in the Purchaser’s Country, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.
Performance
Security
18.1 If required as specified in the SCC, the Supplier shall, within
twenty-eight (28) days of the notification of contract award, provide a performance security for the performance of the Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the
Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
18.3 As specified in the SCC, the Performance Security, if required, shall be denominated in the currency(ies) of the Contract, or in a
freely convertible currency acceptable to the Purchaser; and shall be in one of the format stipulated by the Purchaser in the SCC, or in another format acceptable to the Purchaser.
18.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than twenty-eight (28) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC.
Copyright 19.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any
third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party
Confidential Information
20.1 The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge
to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination
of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other
Section VIII – General Conditions of Contract 88
information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.
20.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes
unrelated to the contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the performance of the Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to information that: (a) the Purchaser or Supplier need to share with the Bank or
other institutions participating in the financing of the
Contract; (b) now or hereafter enters the public domain through no fault
of that party; (c) can be proven to have been possessed by that party at the
time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.
Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified
in the Bid. Such notification, in the original Bid or later shall not relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses 3
and 7.
Specifications and Standards
22.1 Technical Specifications and Drawings (a) The Goods and Related Services supplied under this
Contract shall conform to the technical specifications and
standards mentioned in Section VI, Schedule of Requirements and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to
the Goods’ country of origin. (b) The Supplier shall be entitled to disclaim responsibility for
any design, data, drawing, specification or other
Section VIII – General Conditions of Contract 89
document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.
(c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Schedule of
Requirements. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33.
Packing and Documents
23.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation,
rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling
facilities at all points in transit. 23.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including
additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.
Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured—in a freely convertible
currency from an eligible country—against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.
Transportation and
Incidental Services
25.1 Unless otherwise specified in the SCC, responsibility for arranging transportation of the Goods shall be in accordance with the specified Incoterms.
25.2 The Supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:
(a) performance or supervision of on-site assembly and/or start-up of the supplied Goods;
(b) furnishing of tools required for assembly and/or maintenance of the supplied Goods;
(c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods;
Section VIII – General Conditions of Contract 90
(d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the
Supplier of any warranty obligations under this Contract; and
(e) training of the Purchaser’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.
25.3 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates
charged to other parties by the Supplier for similar services
Inspections and Tests
26.1 The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the Goods’ final destination, or in another place in the Purchaser’s Country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including,
but not limited to, all traveling and board and lodging expenses. 26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications codes and standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
Section VIII – General Conditions of Contract 91
respect of the Delivery Dates and Completion Dates and the other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection. 26.7 The Purchaser may reject any Goods or any part thereof that fail
to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 26.6, shall release the Supplier from
any warranties or other obligations under the Contract.
Liquidated Damages
27.1 Except as provided under GCC Clause 32, if the Supplier fails to deliver any or all of the Goods by the Date(s) of delivery or perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed Goods or
unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to
GCC Clause 35. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of
the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided
otherwise in the Contract. 28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.
28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion
thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes
earlier. 28.4 The Purchaser shall give notice to the Supplier stating the nature
of any such defects together with all available evidence thereof,
Section VIII – General Conditions of Contract 92
promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.
28.5 Upon receipt of such notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may
have against the Supplier under the Contract. Patent Indemnity 29.1 The Supplier shall, subject to the Purchaser’s compliance with
GCC Sub-Clause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of: (a) the installation of the Goods by the Supplier or the use of
the Goods in the country where the Site is located; and (b) the sale in any country of the products produced by the
Goods. Such indemnity shall not cover any use of the Goods or any part
thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with
any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the
Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight (28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.
29.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or
Section VIII – General Conditions of Contract 93
claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.
29.5 `The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Supplier may
suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection
with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.
Limitation of
Liability
30.1 Except in cases of criminal negligence or willful misconduct,
(a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing
defective equipment, or to any obligation of the supplier to indemnify the Purchaser with respect to patent infringement
Change in Laws
and Regulations
31.1 Unless otherwise specified in the Contract, if after the date of 28 days prior to date of Bid submission, any law, regulation, ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in the place of the Purchaser’s Country where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery
Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15.
Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to
Section VIII – General Conditions of Contract 94
the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may
include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure event.
Change Orders and
Contract
Amendments
33.1 The Purchaser may at any time order the Supplier through notice in accordance GCC Clause 8, to make changes within the general
scope of the Contract in any one or more of the following: (a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically manufactured for the Purchaser;
(b) the method of shipment or packing; (c) the place of delivery; and (d) the Related Services to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost of,
or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery/Completion Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Supplier’s receipt of the Purchaser’s change order.
33.3 Prices to be charged by the Supplier for any Related Services that
might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.
33.4 Value Engineering: The Supplier may prepare, at its own cost, a value engineering proposal at any time during the performance of the contract. The value engineering proposal shall, at a minimum, include the following;
(a) the proposed change(s), and a description of the difference to the existing contract requirements;
Section VIII – General Conditions of Contract 95
(b) a full cost/benefit analysis of the proposed change(s) including a description and estimate of costs (including life cycle costs) the Purchaser may incur in
implementing the value engineering proposal; and (c) a description of any effect(s) of the change on
performance/functionality. The Purchaser may accept the value engineering proposal if the proposal demonstrates benefits that:
(a) accelerates the delivery period; or
(b) reduces the Contract Price or the life cycle costs to the Purchaser; or
(c) improves the quality, efficiency or sustainability of the Goods; or
(d) yields any other benefits to the Purchaser, without compromising the necessary functions of the Facilities.
If the value engineering proposal is approved by the Purchaser and results in:
(a) a reduction of the Contract Price; the amount to be
paid to the Supplier shall be the percentage specified in the PCC of the reduction in the Contract Price; or
(b) an increase in the Contract Price; but results in a reduction in life cycle costs due to any benefit
described in (a) to (d) above, the amount to be paid to the Supplier shall be the full increase in the Contract Price.
33.5 Subject to the above, no variation in or modification of the terms
of the Contract shall be made except by written amendment signed by the parties.
Extensions of Time 34.1 If at any time during performance of the Contract, the Supplier or its subcontractors should encounter conditions impeding timely
delivery of the Goods or completion of Related Services pursuant to GCC Clause 13, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the
Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26,
unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.
Section VIII – General Conditions of Contract 96
Termination 35.1 Termination for Default (a) The Purchaser, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the
Supplier, may terminate the Contract in whole or in part: (i) if the Supplier fails to deliver any or all of the Goods
within the period specified in the Contract, or within any extension thereof granted by the Purchaser
pursuant to GCC Clause 34; (ii) if the Supplier fails to perform any other obligation
under the Contract; or (iii) if the Supplier, in the judgment of the Purchaser has
engaged in Fraud and Corruption, as defined in paragrpah 2.2 a of the Appendix to the GCC, in competing for or in executing the Contract.
(b) In the event the Purchaser terminates the Contract in whole
or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall
be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.
35.2 Termination for Insolvency. (a) The Purchaser may at any time terminate the Contract by
giving notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser
35.3 Termination for Convenience. (a) The Purchaser, by notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify
that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
(b) The Goods that are complete and ready for shipment within twenty-eight (28) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods,
the Purchaser may elect: (i) to have any portion completed and delivered at the
Contract terms and prices; and/or
Section VIII – General Conditions of Contract 97
(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts
previously procured by the Supplier. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior written consent of the other party.
Export Restriction 37.1 Notwithstanding any obligation under the Contract to complete all export formalities, any export restrictions attributable to the Purchaser, to the country of the Purchaser, or to the use of the products/goods, systems or services to be supplied, which arise
from trade regulations from a country supplying those products/goods, systems or services, and which substantially impede the Supplier from meeting its obligations under the Contract, shall release the Supplier from the obligation to provide
deliveries or services, always provided, however, that the Supplier can demonstrate to the satisfaction of the Purchaser and of the Bank that it has completed all formalities in a timely manner, including applying for permits, authorizations and
licenses necessary for the export of the products/goods, systems or services under the terms of the Contract. Termination of the Contract on this basis shall be for the Purchaser’s convenience pursuant to Sub-Clause 35.3.
Section VIII – General Conditions of Contract 98
APPENDIX TO GENERAL CONDITIONS
Fraud and Corruption
(Text in this Appendix shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders (applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and Corruption.
2.2 To this end, the Bank:
a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
Section VIII – General Conditions of Contract 99
b. Rejects a proposal for award if the Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly
or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring misprocurement, if the Bank determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such firm or individual ineligible (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;1 (ii) to be a
nominated2 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),
consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel, permit the Bank to inspect3 all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.
1 For the avoidance of doubt, a sanctioned part y’s ineligibility to be awarded a contract shall include, without limitation, (i)
applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in
its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder
to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 3 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact -finding activities undertaken
by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating
the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes
but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or e lectronic
format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other
relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
Section IX – Special Conditions of Contract 101
Section IX - Special Conditions of Contract
The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
GCC 1.1(i) The Purchaser’s Country is: Republic of Kenya
GCC 1.1(j) The Purchaser is: The Meru National Polytechnic
GCC 1.1 (o) The Project Site(s)/Final Destination(s) is/are: Meru National
Polytechnic, Meru, Kenya.
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms. If the meaning of any trade term and the rights and obligations of the parties
thereunder shall not be as prescribed by Incoterms, they shall be as prescribed by: Incoterms
GCC 4.2 (b) The version edition of Incoterms shall be Incoterms 2010
GCC 5.1 The language shall be: English
GCC 8.1 For notices , the Purchaser’s address shall be:
The Chief Principal Meru National Polytechnic, Postal Address: P.O. Box 111, Meru, Kenya Code: 60200
City: Meru Tel: +254793937581 Email: info@merunationalpolytechnic.ac.ke/po@merunationalpolytechnic.ac.ke
GCC 9.1 The governing law shall be the law of: Republic of Kenya
GCC 10.2 The rules of procedure for arbitration proceedings pursuant to GCC Clause 10.2 shall be as follows:
Clause 10.2 (a) shall be retained in the case of a Contract with a foreign
Supplier and clause 10.2 (b) shall be retained in the case of a Contract with a national of the Purchaser’s Country.
(a) Contract with foreign Supplier:
GCC 10.2 (a)—Any dispute, controversy or claim arising out of or relating to this Contract, or breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force.
(b) Contracts with Supplier national of the Purchaser’s Country:
In the case of a dispute between the Purchaser and a Supplier who is a national of the Purchaser’s Country, the dispute shall be referred to adjudication or arbitration in accordance with the
Details of Shipping and other Documents to be furnished by the Supplier are
laws of the Purchaser’s Country.
GCC 13.1 Details of Shipping and other Documents to be furnished by the Supplier
are
For Goods supplied from Abroad: Upon shipment, the Supplier shall notify the Purchase and the Insurance
Company by cable the full details of the shipment, including Contract number, description of Goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The Supplier shall mail the following documents to the Purchaser,
with a copy to the Insurance Company. (i) five (5) copies of the Supplier’s invoice showing Good’s
description, quantity, unit
(ii) original and five (5) copies of the negotiable, clean, on-board bill of lading marked “freight prepaid” and five (5) copies of non-negotiable bill of lading
(iii) five (5) copies of the packing list identifying contents of each
package
(iv) Insurance Certificate
(v) Manufacturer’s or Supplier’s warranty certificate
(vi) Inspection certificate, issued by the nominated inspection agency,
and the Supplier’s factory inspection report; and
(vii) Certificate of Origin
For Goods supplied from within the Purchaser’s Country:
Upon delivery of the Goods to the transporter, the Supplier shall notify
the Purchaser and mail the following documents to the Purchaser:
(i) five (5) copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount;
(ii) delivery note, railway receipt, or truck receipt
(iii) Manufacturer’s or Supplier’s warranty certificate;
(iv) Inspection certificate issued by the nominated inspection agency, and the Supplier’s factory inspection report; and
(v) Certificate of Origin
The above documents shall be received by the Purchaser before arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses.
GCC 15.1 The prices charged for the Goods supplied and the related Services performed shall not be adjustable.
GCC 16.1 GCC 16.1—The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:
Payment for Goods supplied from abroad:
Payment of foreign currency portion shall be made in -------- (to insert foreign currency(ies) in the Contract Price) in the following manner:
(i) Advance Payment: Ten (10) percent of the Contract Price shall be paid within thirty (30) days of signing of the Contract, and upon submission
of claim and a bank guarantee for equivalent amount valid until the Goods are delivered and in the form provided in the bidding documents or another form acceptable to the Purchaser.
(ii) On Shipment: Eighty (80) percent of the Contract Price of the Goods shipped shall be paid through irrevocable confirmed letter of credit
opened in favor of the Supplier in a bank in its country, upon submission of documents specified in GCC Clause 13.
(iii) On Acceptance: Ten (10) percent of the Contract Price of Goods received shall be paid within thirty (30) days of receipt of the Goods upon submission of claim supported by the acceptance certificate issued by the Purchaser.
Payment of local currency portion shall be made in Kenyan Shillings within thirty (30) days of presentation of claim supported by a certificate
from the Purchaser declaring that the Goods have been delivered and that all other contracted Services have been performed.
Payment for Goods and Services supplied from within the Purchaser’s country:
Payment for Goods and Services supplied from within the Purchaser’s
country shall be made in the currency of bid or equivalent in Kenyan Shillings, as follows:
(i) Advance Payment: Ten (10) percent of the Contract Price shall be paid within thirty (30) days of signing of the Contract against a simple receipt and a bank guarantee for the equivalent amount and in the form
provided in the bidding documents or another form acceptable to the Purchaser.
(ii) On Delivery: Eighty (80) percent of the Contract Price shall be paid on receipt of the Goods and upon submission of the documents specified in GCC Clause 13.
(iii) On Acceptance: The remaining ten (10) percent of the Contract
Price shall be paid to the Supplier within thirty (30) days after the date of the acceptance certificate for the respective delivery issued by the Purchaser.
GCC 16.5 The payment-delay period after which the Purchaser shall pay interest to the supplier shall be [60] days.
The interest rate that shall be applied is 1 % per month
GCC 18.1 A Performance Security shall be required
Performance Security shall be: 10% of the contract price
GCC 18.3 If required, the Performance Security shall be in the form of: a Bank
Guarantee
If required, the Performance security shall be denominated in the currencies of payment of the Contract, in accordance with their respective portions of the Contract Price.
GCC 18.4 Discharge of the Performance Security shall take place: not later than
twenty-eight (28) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations
GCC 23.2 The packing, marking and documentation within and outside the packages shall be:
The Principal,
Meru National Polytechnic,
P.O. BOX 111 – 60200
MERU
well packaged to prevent damage or deterioration during transit to their final destination
GCC 24.1 The insurance coverage shall be as specified in the Incoterms.
If not in accordance with Incoterms, insurance shall be as follows:
The Insurance shall be in an amount equal to 100 percent of the contract
value of the Goods from “warehouse” to “Till Acceptance of goods at the final destination” on “All Risks” basis, including War Risks and Strikes.
Add GCC Clause 24.2 as under:
GCC 24.2 Should any loss or damage occur, the Supplier shall a) initiate and pursue claim till settlement on behalf of
purchaser, and
b) promptly make arrangements for repair and/or replacement of any damaged items/lost in transit items irrespective of
settlement of claim by the underwriters.
GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the Incoterms.
If not in accordance with Incoterms, responsibility for transportations shall be as follows: Not Applicable
GCC 25.2 Incidental services to be provided are:
(i) Furnishing of tools required for assembly and/or maintenance of
the supplied goods;
(ii) Furnishing of a detailed operations and maintenance manual in
English language for each appropriate unit of the supplied goods;
(iii) Clearing the goods at the port of entry including handling (Off-
loading/reloading), wharfage, storage, etc
(iv) Registration of the supplied Machines with relevant Authority
before handing-over to Purchaser;
(v) Conducting initial training to operators/drivers & managers by the
Supplier at a suitable Workshop/Depot upon delivery of the
equipment on operation and maintenance/servicing of the
supplied equipment
Carrying out mandatory after sale services including scheduled
maintenance services, supply of replacement parts and consumables, and
repairing of noted defects during the Warranty period of minimum two
(2) years at no cost to the Purchaser or Users
GCC 26.1 The inspections and tests shall be:
(i) re-shipment inspection by the current agent contracted by the
Government to provide these services, and
(ii) Normal inspections and tests at the time of handing over at final
destination for damage, quality and quantity in accordance with the
specifications
GCC 26.2 The Inspections and tests shall be conducted at: The Meru National
Polytechnic, Meru, Kenya.
GCC 27.1 The liquidated damage shall be: 0.5% per week
GCC 27.1 The maximum amount of liquidated damages shall be: [10]% of the contract price
GCC 28.3 The warranty period shall be 2 years from date of acceptance of the Goods. The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under the Contract. If, for reasons
attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:
(a) make such changes, modifications, and/or additions to the
Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with GCC 26.7,
GCC 28.5, GCC 28.6
The period for repair or replacement shall be: 28 days.
Section X - Contract Forms
Table of Forms
Notification of Intention to Award.........................................................................2
Beneficial Ownership Disclosure Form .................................................................6
Letter of Acceptance ..............................................................................................9
Contract Agreement ............................................................................................10
Performance Security ..........................................................................................12
Advance Payment Security ..................................................................................16
Notification of Intention to Award
[This Notification of Intention to Award shall be sent to each Bidder that submitted
a Bid.]
[Send this Notification to the Bidder’s Authorized Representative named in the
Bidder Information Form]
For the attention of Bidder’s Authorized Representative
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
[IMPORTANT: insert the date that this Notification is transmitted to Bidders. The
Notification must be sent to all Bidders simultaneously. This means on the same
date and as close to the same time as possible.]
DATE OF TRANSMISSION: This Notification is sent by: [email/fax] on [date]
(local time)
Notification of Intention to Award Purchaser: [insert the name of the Purchaser]
Project: [insert name of project]
Contract title: [insert the name of the contract]
Country: [insert country where RFB is issued]
Loan No. /Credit No. / Grant No.: [insert reference number for loan/credit/grant]
RFB No: [insert RFB reference number from Procurement Plan]
This Notification of Intention to Award (Notification) notifies you of our decision
to award the above contract. The transmission of this Notification begins the
Standstill Period. During the Standstill Period you may:
a) request a debriefing in relation to the evaluation of your Bid, and/or
b) submit a Procurement-related Complaint in relation to the decision to award
the contract.
1. The successful Bidder
Name: [insert name of successful Bidder]
Address: [insert address of the successful Bidder]
Contract price: [insert contract price of the successful Bid]
2. Other Bidders [INSTRUCTIONS: insert names of all Bidders that submitted
a Bid. If the Bid’s price was evaluated include the evaluated price as well as
the Bid price as read out.]
Name of Bidder Bid price Evaluated Bid price
(if applicable)
[insert name] [insert Bid price] [insert evaluated price]
[insert name] [insert Bid price] [insert evaluated price]
[insert name] [insert Bid price] [insert evaluated price]
[insert name] [insert Bid price] [insert evaluated price]
[insert name] [insert Bid price] [insert evaluated price]
3. Reason/s why your Bid was unsuccessful
[INSTRUCTIONS: State the reason/s why this Bidder’s Bid was unsuccessful.
Do NOT include: (a) a point by point comparison with another Bidder’s Bid or (b) information that is marked confidential by the Bidder in its Bid.]
4. How to request a debriefing
DEADLINE: The deadline to request a debriefing expires at midnight on [insert date] (local time).
You may request a debriefing in relation to the results of the evaluation of your Bid. If you decide to request a debriefing your written request must be made within three (3) Business Days of receipt of this Notification of Intention to Award.
Provide the contract name, reference number, name of the Bidder, contact details; and address the request for debriefing as follows:
Attention: [insert full name of person, if applicable]
Title/position: [insert title/position]
Agency: [insert name of Purchaser]
Email address : [insert email address]
Fax number: [insert fax number] delete if not used
If your request for a debriefing is received within the 3 Business Days deadline, we will provide the debriefing within five (5) Business Days of receipt of your request. If we are unable to provide the debriefing within this period, the Standstill
Period shall be extended by five (5) Business Days after the date that the debriefing is provided. If this happens, we will notify you and confirm the date that the extended Standstill Period will end.
The debriefing may be in writing, by phone, video conference call or in person. We shall promptly advise you in writing how the debriefing will take place and confirm the date and time.
If the deadline to request a debriefing has expired, you may still request a debriefing. In this case, we will provide the debriefing as soon as practicable, and
normally no later than fifteen (15) Business Days from the date of publication of the Contract Award Notice.
5. How to make a complaint
Period: Procurement-related Complaint challenging the decision to award shall be submitted by midnight, [insert date] (local time).
Provide the contract name, reference number, name of the Bidder, contact details; and address the Procurement-related Complaint as follows:
Attention: [insert full name of person, if applicable]
Title/position: [insert title/position]
Agency: [insert name of Purchaser]
Email address : [insert email address]
Fax number: [insert fax number] delete if not used
At this point in the procurement process, you may submit a Procurement-related Complaint challenging the decision to award the contract. You do not need to have
requested, or received, a debriefing before making this complaint. Your complaint must be submitted within the Standstill Period and received by us before the Standstill Period ends.
Further information:
For more information see the Procurement Regulations for IPF Borrowers (Procurement Regulations)[https://policies.worldbank.org/sites/ppf3/PPFDocuments/Forms/DispPage.aspx?docid=4005] (Annex III). You should read these provisions before
preparing and submitting your complaint. In addition, the World Bank’s Guidance “How to make a Procurement-related Complaint” [http://www.worldbank.org/en/projects-operations/products-and-services/brief/procurement-new-framework#framework] provides a useful explanation of the process, as well as a sample letter of complaint.
In summary, there are four essential requirements:
1. You must be an ‘interested party’. In this case, that means a Bidder who submitted a Bid in this bidding process, and is the recipient of a Notification of Intention to Award.
2. The complaint can only challenge the decision to award the contract.
3. You must submit the complaint within the period stated above.
4. You must include, in your complaint, all of the information required by the Procurement Regulations (as described in Annex III).
6. Standstill Period
DEADLINE: The Standstill Period is due to end at midnight on [insert date]
(local time).
The Standstill Period lasts ten (10) Business Days after the date of transmission of this Notification of Intention to Award.
The Standstill Period may be extended as stated in Section 4 above.
If you have any questions regarding this Notification please do not hesitate to contact
us.
On behalf of the Purchaser:
Signature: ______________________________________________
Name: ______________________________________________
Title/position: ______________________________________________
Telephone: ______________________________________________
Email: ______________________________________________
Beneficial Ownership Disclosure Form
RFB No.: [insert number of RFB process]
Request for Bid No.: [insert identification]
To: [insert complete name of Purchaser]
In response to your request in the Letter of Acceptance dated [insert date of letter of
Acceptance] to furnish additional information on beneficial ownership: [select one
option as applicable and delete the options that are not applicable]
(i) we hereby provide the following beneficial ownership information.
Details of beneficial ownership
Identity of Beneficial Owner
Directly or indirectly holding 25% or more
of the shares
(Yes / No)
Directly or indirectly holding
25 % or more of the Voting Rights
(Yes / No)
Directly or indirectly having the right to
appoint a majority of the board of the directors or an
equivalent governing
body of the Bidder
(Yes / No)
[include full name
(last, middle, first),
INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE FORM
This Beneficial Ownership Disclosure Form (“Form”) is to be completed by the successful
Bidder1. In case of joint venture, the Bidder must submit a separate Form for each member.
The beneficial ownership information to be submitted in this Form shall be current as of the
date of its submission.
For the purposes of this Form, a Beneficial Owner of a Bidder is any natural person who
ultimately owns or controls the Bidder by meeting one or more of the following conditions:
directly or indirectly holding 25% or more of the shares
directly or indirectly holding 25% or more of the voting rights
directly or indirectly having the right to appoint a majority of the board of
directors or equivalent governing body of the Bidder
nationality, country of residence]
OR
(ii) We declare that there is no Beneficial Owner meeting one or more of the
following conditions:
directly or indirectly holding 25% or more of the shares
directly or indirectly holding 25% or more of the voting rights
directly or indirectly having the right to appoint a majority of the board of
directors or equivalent governing body of the Bidder
OR
(iii) We declare that we are unable to identify any Beneficial Owner meeting one or
more of the following conditions. [If this option is selected, the Bidder shall provide
explanation on why it is unable to identify any Beneficial Owner]
directly or indirectly holding 25% or more of the shares
directly or indirectly holding 25% or more of the voting rights
directly or indirectly having the right to appoint a majority of the board of
directors or equivalent governing body of the Bidder]”
Name of the Bidder: *[insert complete name of the Bidder]_________
Name of the person duly authorized to sign the Bid on behalf of the Bidder:
**[insert complete name of person duly authorized to sign the Bid ]___________
Title of the person signing the Bid: [insert complete title of the person signing the
Bid]______
Signature of the person named above : [insert signature of person whose name and
capacity are shown above]_____
Date signed [insert date of signing] day of [insert month], [insert year]_____
* In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.
In the event that the Bidder is a joint venture, each reference to “Bidder” in the Beneficial Ownership
Disclosure Form (including this Introduction thereto) shall be read to refer to the joint venture member.
** Person signing the Bid shall have the power of attorney given by the Bidder. The power of attorney
shall be attached with the Bid Schedules.
Letter of Acceptance
[use letterhead paper of the Purchaser]
[date]
To: [name and address of the Supplier]
Subject: Notification of Award Contract No. . . . . . . . . ..
This is to notify you that your Bid dated [insert date] for execution of the [insert
name of the contract and identification number, as given in the SCC] for the
Accepted Contract Amount of [insert amount in numbers and words and name of
currency], as corrected and modified in accordance with the Instructions to Bidders is
hereby accepted by our Agency.
You are requested to furnish (i) the Performance Security within 28 days in
accordance with the Conditions of Contract, using for that purpose one of the
Performance Security Forms and (ii) the additional information on beneficial
ownership in accordance with BDS ITB 45.1 within eight (8) Business days using the
Beneficial Ownership Disclosure Form, included in Section X, - Contract Forms, of
the Bidding Document.
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Contract Agreement
Contract Agreement
[The successful Bidder shall fill in this form in accordance with the instructions
indicated]
THIS AGREEMENT made
the [insert: number] day of [insert: month], [insert: year].
BETWEEN
(1) [insert complete name of Purchaser], a [insert description of type of
legal entity, for example, an agency of the Ministry of .... of the
Government of {insert name of Country of Purchaser}, or corporation
incorporated under the laws of {insert name of Country of Purchaser}]
and having its principal place of business at [insert address of
Purchaser] (hereinafter called “the Purchaser”), of the one part, and
(2) [insert name of Supplier], a corporation incorporated under the laws of
[insert: country of Supplier] and having its principal place of business
at [insert: address of Supplier] (hereinafter called “the Supplier”), of
the other part:
WHEREAS the Purchaser invited Bids for certain Goods and ancillary services, viz.,
[insert brief description of Goods and Services] and has accepted a Bid by the Supplier
for the supply of those Goods and Services
The Purchaser and the Supplier agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as
part of this Agreement. This Agreement shall prevail over all other contract
documents.
(a) the Letter of Acceptance
(b) the Letter of Bid
(c) the Addenda Nos._____ (if any)
(d) Special Conditions of Contract
(e) General Conditions of Contract
(f) the Specification (including Schedule of Requirements and Technical
Specifications)
(g) the completed Schedules (including Price Schedules)
(h) any other document listed in GCC as forming part of the Contract
3. In consideration of the payments to be made by the Purchaser to the Supplier as
specified in this Agreement, the Supplier hereby covenants with the Purchaser to
provide the Goods and Services and to remedy defects therein in conformity in all
respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the
provision of the Goods and Services and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of [insert the name of the Contract governing law
country] on the day, month and year indicated above.
For and on behalf of the Purchaser
Signed: [insert signature]
in the capacity of [insert title or other appropriate designation]
In the presence of [insert identification of official witness]
For and on behalf of the Supplier
Signed: [insert signature of authorized representative(s) of the Supplier]
in the capacity of [insert title or other appropriate designation]
in the presence of [insert identification of official witness]
Performance Security
Option 1: (Bank Guarantee)
[The bank, as requested by the successful Bidder, shall fill in this form in accordance
with the instructions indicated]
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [insert name and Address of Purchaser]
Date: _ [Insert date of issue]
PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the
letterhead]
We have been informed that _ [insert name of Supplier, which in the case of a joint venture shall
be the name of the joint venture] (hereinafter called "the Applicant") has entered into
Contract No. [insert reference number of the contract] dated [insert date] with the
Beneficiary, for the supply of _ [insert name of contract and brief description of Goods and related
Services] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a
performance guarantee is required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay
the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in
figures]
( ) [insert amount in words] ,1 such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of the
Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in
the demand itself or in a separate signed document accompanying or identifying the
demand, stating that the Applicant is in breach of its obligation(s) under the Contract,
1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract
Amount specified in the Letter of Acceptance, and denominated either in the currency (ies) of the
Contract or a freely convertible currency acceptable to the Beneficiary.
without the Beneficiary needing to prove or to show grounds for your demand or the
sum specified therein.
This guarantee shall expire, no later than the …. Day of ……, 2…2, and any demand
for payment under it must be received by us at this office indicated above on or before
that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article
15(a) is hereby excluded.
_____________________
[signature(s)]
Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.
2 Insert the date twenty-eight days after the expected completion date as described in GC Clause 18.4.
The Purchaser should note that in the event of an extension of this date for completion of the
Contract, the Purchaser would need to request an extension of this guarantee from the Guarantor.
Such request must be in writing and must be made prior to the expiration date established in the
guarantee. In preparing this guarantee, the Purchaser might consider adding the following text to
the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension
of this guarantee for a period not to exceed [six months] [one year], in response to the Beneficiary’s
written request for such extension, such request to be presented to the Guarantor before the expiry
of the guarantee.”
Option 2: Performance Bond
By this Bond [insert name of Principal] as Principal (hereinafter called “the Supplier”)
and [insert name of Surety] as Surety (hereinafter called “the Surety”), are held and
firmly bound unto [insert name of Purchaser] as Obligee (hereinafter called “the
Supplier”) in the amount of [insert amount in words and figures], for the payment of
which sum well and truly to be made in the types and proportions of currencies in which
the Contract Price is payable, the Supplier and the Surety bind themselves, their heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS the Supplier has entered into a written Agreement with the Purchaser dated
the day of , 20 , for [name of contract and brief
description of Goods and related Services] in accordance with the documents, plans,
specifications, and amendments thereto, which to the extent herein provided for, are by
reference made part hereof and are hereinafter referred to as the Contract.
NOW, THEREFORE, the Condition of this Obligation is such that, if the Supplier shall
promptly and faithfully perform the said Contract (including any amendments thereto),
then this obligation shall be null and void; otherwise, it shall remain in full force and
effect. Whenever the Supplier shall be, and declared by the Purchaser to be, in default
under the Contract, the Purchaser having performed the Purchaser’s obligations
thereunder, the Surety may promptly remedy the default, or shall promptly:
(1) complete the Contract in accordance with its terms and conditions; or
(2) obtain a Bid or Bids from qualified Bidders for submission to the Purchaser
for completing the Contract in accordance with its terms and conditions, and
upon determination by the Purchaser and the Surety of the lowest responsive
Bidder, arrange for a Contract between such Bidder and Purchaser and make
available as work progresses (even though there should be a default or a
succession of defaults under the Contract or Contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion
less the Balance of the Contract Price; but not exceeding, including other
costs and damages for which the Surety may be liable hereunder, the amount
set forth in the first paragraph hereof. The term “Balance of the Contract
Price,” as used in this paragraph, shall mean the total amount payable by
Purchaser to Supplier under the Contract, less the amount properly paid by
Purchaser to the Supplier; or
(3) pay the Purchaser the amount required by Purchaser to complete the
Contract in accordance with its terms and conditions up to a total not
exceeding the amount of this Bond.
The Surety shall not be liable for a greater sum than the specified penalty of this Bond.
Any suit under this Bond must be instituted before the expiration of one year from the
date of the issuing of the Taking-Over Certificate.
No right of action shall accrue on this Bond to or for the use of any person or corporation
other than the Purchaser named herein or the heirs, executors, administrators,
successors, and assigns of the Purchaser.
In testimony whereof, the Supplier has hereunto set his hand and affixed his seal, and
the Surety has caused these presents to be sealed with his corporate seal duly attested
by the signature of his legal representative, this day of
20 .
SIGNED ON on behalf of
By in the capacity of
In the presence of
SIGNED ON on behalf of
By in the capacity of
In the presence of
Advance Payment Security
Demand Guarantee
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Insert name and Address of Purchaser]
Date: [Insert date of issue]
ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference
number]
Guarantor: [Insert name and address of place of issue, unless indicated in the
letterhead]
We have been informed that [insert name of Supplier, which in the case of a joint
venture shall be the name of the joint venture] (hereinafter called “the Applicant”) has
entered into Contract No. [insert reference number of the contract] dated [insert date]
with the Beneficiary, for the execution of [insert name of contract and brief description
of Goods and related Services] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an
advance payment in the sum [insert amount in figures] () [insert amount in words] is
to be made against an advance payment guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay
the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in
figures]
( ) [insert amount in words]1 upon receipt by us of the Beneficiary’s complying
demand supported by the Beneficiary’s statement, whether in the demand itself or in a
separate signed document accompanying or identifying the demand, stating either that
the Applicant:
1 The Guarantor shall insert an amount representing the amount of the advance payment and
denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a
freely convertible currency acceptable to the Purchaser.
(a) has used the advance payment for purposes other than toward delivery of
Goods; or
(b) has failed to repay the advance payment in accordance with the Contract
conditions, specifying the amount which the Applicant has failed to repay.
A demand under this guarantee may be presented as from the presentation to the
Guarantor of a certificate from the Beneficiary’s bank stating that the advance payment
referred to above has been credited to the Applicant on its account number [insert
number] at [insert name and address of Applicant’s bank].
The maximum amount of this guarantee shall be progressively reduced by the amount
of the advance payment repaid by the Applicant as specified in copies of interim
statements or payment certificates which shall be presented to us. This guarantee shall
expire, at the latest, upon our receipt of a copy of the interim payment certificate
indicating that ninety (90) percent of the Accepted Contract Amount, has been certified
for payment, or on the [insert day] day of [insert month], 2 [insert year], whichever is
earlier. Consequently, any demand for payment under this guarantee must be received
by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No.758, except that the supporting statement under Article
15(a) is hereby excluded.
.
____________________
[signature(s)]
Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.
ANNEXX 1 : LIST OF ITEMS
Item No.
Equipment List Qty Unit Unit PriceKES) Sub Total (KES)
CEL-BM-1
Mortar Consistometer 3 unit
CEL-BM-2
Mortar Gradation Meter 3 piece
CEL-BM-3
Test Mold 3 piece
CEL-BM-4
Tools: Ruler, Tamping Rod, Plastering Trowel, Etc.
10 set
CEL-BM-5
Brick Calipers 6 piece
CEL-BM-6
Steel Ruler 6 piece
CEL-BM-7
Material Testing Machine 1 unit
CEL-BM-8
Tool Kit: Brick Cutter, Plastering Trowel, Measuring Tape, Etc.
1 set
CEL-BM-9
Universal Testing Machine (Stretching and Bending)
1 unit
CEL-BM-10
Vanier Caliper 3 piece
CEL-BM-11
Rebar Marking Machine 1 unit
CEL-BM-12
Tools: Cold-Bent Pressure Head, Steel Ruler, Micrometer, Etc.
1 set
CEL-BM-13
Compression Testing Machine
3 unit
CEL-BM-14
Oven 3 unit
CEL-BM-15
Platform Scale 6 unit
CEL-BM-16
Water Balance 3 unit
CEL-BM-17
Standard Sieve 6 unit
CEL-BM-18
Jigging Sieve 6 unit
CEL-BM-19
Volumetric Cylinder 6 piece
CEL-BM-20
Needle Gauge, Sheet Gauge 6 piece
CEL-BM-21
Volumetric Flask 12 piece
CEL-BM-22
Crushing Index Value Tester 6 piece
CEL-BM-23
Tools: Tray, Plastering Roller, Ruler, Thermometer, Etc.
1 set
CEL-BM-24
Cement Mortar Mixer 3 unit
CEL-BM-25
Cement Mortar Vibrating Platform
3 unit
CEL-BM-26
Cement Mortar Bending Tester
3 unit
CEL-BM-27
Test Mold 6 set
CEL-BM-28
Cement Paste Mixer 3 unit
CEL-BM-29
VICAT Apparatus 6 piece
CEL-BM-30
Boiling Tank 1 unit
CEL-BM-31
Le Chatelier Clamp 12 piece
CEL-BM-32
Vibrating Platform 1 unit
CEL-BM-33
Standard Concrete Curing Box
1 unit
CEL-BM-34
Slump Cone 3 piece
CEL-BM-35
Vebe Consistometer 3 unit
CEL-BM-36
Tools: Stopwatch, Measuring Cylinder, Steel Ruler, Plastering Trowel, Iron Plate, Iron, Shovel, Etc.
1 set
CEL-BM-37
Asphalt Penetrometer 3 unit
CEL-BM-38
Constant Temperature Water Tank
2 unit
CEL-BM-39
Asphalt Ductilometer 1 unit
CEL-BM-40
Asphalt Softening Point Meter
3 unit
CEL-BM-41
Tools: Thermometer, Stopwatch, Flat Glass Bottle, Electric Furnace, Scraper, Etc.
1 set
CEL-BM-42
Testbed 10 unit
CEL-BM-43
Rack (Four-Stage Iron Rack) 4 unit
CEL-BM-44
Stool 30 unit
CEL-CO-1
Laboratory Concrete Mixer 2 unit
CEL-CO-2
Slump Test Device 3 set
CEL-CO-3
Vibrator Rod 2 unit
CEL-CO-4
Permeability Tester 3 unit
CEL-CO-5
Measurement Tools for Volume and Density
3 set
CEL-CO-6
Density&Water Absorptivity Tester
3 set
CEL-CO-7
Organic Impurity Tester 3 unit
CEL-CO-8
Sample Separator 3 unit
CEL-CO-9
Vibrating Screen 3 unit
CEL-CO-10
Abrasion Tester 1 unit
CEL-CO-11
Digital Point Load Tester 3 unit
CEL-CO-12
Impact Testing Machine 1 unit
CEL-CO-13
Cement Mixer 1 unit
CEL-CO-14
Cement Standard Consistency Meter
1 piece
CEL-CO-15
Le Chatelier Clamp 3 set
CEL-CO-16
Boiling Tank 1 unit
CEL-CO-17
Cement Mortar Mixer 1 unit
CEL-CO-18
Cement Sand Vibrating Platform
1 unit
CEL-CO-19
Cement Standard Constant Temperature and Humidity Curing Box
1 unit
CEL-CO-20
Negative Pressure Sieve Analyzer
1 unit
CEL-CO-21
Permeability Specific Surface Area Meter
1 unit
CEL-CO-22
Concrete Pressure Bleeding Meter
1 unit
CEL-CO-23
Rebound Hammer 3 piece
CEL-CO-24
Nonmetallic Ultrasonic Detector
1 unit
CEL-CO-25
Floor Thickness Detector 1 unit
CEL-CO-26
Concrete Reinforcement Detector
2 unit
CEL-CO-27
Compression Tension Machine
1 unit
CEL-CO-28
Computer Controlled Pressure Tester
1 unit
CEL-CO-29
Testbed 10 unit
CEL-CO-30
Stool 30 unit
CEL-SM-1
Oven 1 unit
CEL-SM-2
On-Site CBR Test Apparatus 3 unit
CEL-SM-3
CBR Tester 3 unit
CEL-SM-4
Manual Liquid Limit Tester 3 unit
CEL-SM-5
Electric Liquid Limit Tester 3 unit
CEL-SM-6
Liquid Plastic Limit Tester 3 unit
CEL-SM-7
Strain Controlled Quadruple Direct Shear Testing Apparatus
1 unit
CEL-SM-8
Screening Machine/Grading Machine
1 unit
CEL-SM-9
Standard Sieve 3 piece
CEL-SM-10
Soil Hydrometer 3 piece
CEL-SM-11
Triple Consolidation Instrument
3 unit
CEL-SM-12
Soil Dilatometer 3 piece
CEL-SM-13
Plate Load Tester 1 unit
CEL-SM-14
Ring Knife 10 piece
CEL-SM-15
Automatic Compactor 1 unit
CEL-SM-16
Permeability Testing Machine
3 unit
CEL-SM-17
Standard Heavy-Duty Penetration Test
1 unit
CEL-SM-18
Sand Density Meter 3 piece
CEL-SM-19
Expansion Rate Tester 3 unit
CEL-SM-20
Volume Tester 3 set
CEL-SM-21
Sand Filling Tube 3 set
CEL-SM-22
Soil Divider 1 unit
CEL-SM-23
Strain Controlled Triaxial Instrument
1 unit
CEL-SM-24
Soil Sampler 1 unit
CEL-SM-25
Electric Balance 0.01g 1 unit
CEL-SM-26
Electric Balance 0.001g 1 unit
CEL-SM-27
Multifunctional Electric Demolding Machine
1 unit
CEL-SM-28
Testbed 10 unit
CEL-SM-29
Stool 30 unit
CEL-ES-1
Theodolite 3 unit
CEL-ES-2
Total Station 3 unit
CEL-ES-3
Electronic Level 3 unit
CEL-ES-4
Electronic Rangefinder 3 piece
CEL-ES-5
Auto Level 3 unit
CEL-ES-6
GPS Receiver 3 set
CEL-ES-7
Compass 3 unit
CEL-ES-8
Sighting Rod 10 piece
CEL-ES-9
Level Ruler 3 piece
CEL-ES-10
Triple Prism 3 set
CEL-ES-11
Measuring Umbrella-2M 3 piece
CEL-ES-12
Prism Pole 3 piece
CEL-ES-13
Special Measuring Ruler for Engineering
3 set
CEL-ES-14
Pin 30 piece
CEL-ES-15
Drawing Table 5 unit
CEL-ES-16
Remote Sensing Software (Education Version)
1 set
CEL-ES-17
GIS (Software + Hardware) 1 set
CEL-ES-18
Collimator 1 unit
CEL-SB-1
Mortar Mixer 3 unit
CEL-SB-2
12-Line Horizontal Laser 15 piece
CEL-SB-3
Sieve 5 piece
CEL-SB-4
Tile 30 piece
CEL-SB-5
Shovel 30 piece
CEL-SB-6
Ash Bucket 30 piece
CEL-SB-7
Guiding Rule and Thread Hammer
30 piece
CEL-SB-8
Spirit Level 30 piece
CEL-SB-9
Feeler Gauge 30 piece
CEL-SB-10
Mesh 30 piece
CEL-SB-11
Iron Trowel 30 piece
CEL-SB-12
Plastic/Wood Trowel 30 piece
CEL-SB-13
Hawk 30 piece
CEL-SB-14
Solar Angle of Float 30 piece
CEL-SB-15
Lunar Angle of Float 30 piece
CEL-SB-16
Small Trowel 30 piece
CEL-SB-17
Square Ruler 30 piece
CEL-SB-18
Scraper (Wood or Aluminium Alloy)
30 piece
CEL-SB-19
Masonry Saw 3 piece
CEL-SB-20
Vibrating Table 3 unit
CEL-SB-21
Rammers 3 piece
CEL-SB-22
Block Making Machineer 1 unit
CEL-SB-23
Manuel Block Making Machine
3 unit
CEL-SB-24
Site Dumper 1 piece
CEL-SB-25
Scaffold&Platform 1 set
CEL-SB-26
Hoisting Equipment 1 unit
CEL-SB-27
Concrete Vibrator 3 piece
CEL-SB-28
Gauge Rods 3 piece
CEL-RE-1
Rebar Straightening Machine 2 unit
CEL-RE-2
Rebar Cutting Machine 2 unit
CEL-RE-3
Rebar Bending Machine 2 unit
CEL-RE-4
Rebar Stirrup Bender 2 unit
CEL-RE-5
Rebar Electroslag Pressure Welder
2 unit
CEL-RE-6
Rebar Butt Welder 1 unit
CEL-RE-7
Arc Welding Machine 2 unit
CEL-RE-8
Rebar Sleeve Extrusion Connection Machine
1 unit
CEL-RE-9
Straight Thread Sleeve Threading Machine
1 unit
CEL-RE-10
Rebar Workbench Table 10 unit
CEL-RE-11
Straightening Wrench(8mm) 30 piece
CEL-RE-12
Straightening Wrench(12mm)
30 piece
CEL-RE-13
Wire Cutter 5 piece
CEL-RE-14
Tie Hook 30 piece
CEL-RE-15
Steel Ruler 30 piece
CEL-CA-1
Computer 31 unit
CEL-CA-2
Multimedia Platform 1 unit
CEL-CA-3
Projector and Curtain 1 set
CEL-CA-4
Student Desks and Chairs 15 set
CEL-CA-5
Switches 2 unit
CEL-CA-6
Switchboard Cabinet 1 unit
CEL-CA-7
Integrated Wiring 1 unit
CEL-CA-8
Multi-Functional Machine 1 unit
CEL-PM-1
Server 1 set
CEL-PM-2
Project Cost Management Software
31 node
CEL-PM-3
Project Management Software
31 node
CEL-DR-1
Projector and Curtain 1 set
CEL-DR-2
Computer 1 unit
CEL-DR-3
Multimedia Platform 1 unit
CEL-DR-4
Drawing Platform for Student
30 set
CEL-DR-5
Drawing Platform for Teacher
1 set
CEL-DR-6
Engineering Drawing Model 1 set
CEL-DR-7
Engineering Drawing Model Display Cabinet
2 unit
CEL-MO-1
Computer 1 unit
CEL-MO-2
Multimedia Platform 1 unit
CEL-MO-3
Projector and Curtain 1 set
CEL-MO-4
Testbed 15 unit
CEL-MO-5
Stool 30 piece
CEL-MO-6
Tool Cabinet 3 unit
CEL-MO-7
Building/Sand Table Model Making Tools
10 set
CEL-WP-1
Computer 1 unit
CEL-WP-2
Multimedia Platform 1 unit
CEL-WP-3
Projector and Curtain 1 set
CEL-WP-4
Electrical Tools (Standard Version)
10 set
CEL-WP-5
Plumber's Kit 10 set
CEL-WP-6
Electric Hammer 3 piece
CEL-WP-7
Heating Machine 3 piece
CEL-WP-8
Tool Cabinet (Shelf) 3 piece
CEL-WP-9
Fitter Console 6 piece
CEL-WP-10
Stool 30 piece
CEL-WP-11
Grinding Wheel Cutting Machine
3 unit
CEL-WP-12
Electric Welding Machine 3 unit
CEL-WP-13
Electric Pipe Bender (With Full Set Of Moulds)
2 unit
CEL-WP-14
Electric Bushing (Pipe Cutting) Machine
2 unit
CEL-WP-15
Manual Pipe Bender 3 unit
CEL-WP-16
Manual Pressure Test Pump 3 piece
CEL-WP-17
Drill 3 piece
CEL-WP-18
Gas Welding and Gas Cutting Equipment
3 set
CEL-WP-19
Pipe Vice 3 piece
CEL-WP-20
Water Supply and Drainage System Simulation Room
1 set
CEL-WP-21
Electrical Installation Simulation Room
1 set
CEL-WP-22
Solar Thermal Training Platform
1 unit
CEL-PI-1
Fixed Threading Die 1/2-2 Inches
6 set
CEL-PI-2
Tie Pliers 6 piece
CEL-PI-3
Pipe Bender (Manual) 1 unit
CEL-PI-4
Thread Cutting Machine 1 unit
CEL-PI-5
Adjustable Threading Die 1/2-2 Inches
6 set
CEL-PI-6
Pipe Bender (Electric) 1 unit
CEL-PI-7
Plate Shears (Max To No. 16) 1 unit
CEL-PI-8
Arc Welder 2 set
CEL-PI-9
Oxyacetylene Equipment 2 set
CEL-PI-10
P.P.R Welder 2 unit
CEL-PI-11
Nail Gun (Of Various Sizes) 3 unit
CEL-PI-12
Heavy Vise 20 unit
CEL-PI-13
Centrifugal Pump 2 unit
CEL-PI-14
Bathtub With Column Tap 2 set
CEL-PI-15
Portable Toilet With Storage Tank
2 set
CEL-PI-16
Kitchen Sink 2 set
CEL-PI-17
Basin With A Column Tap 2 set
CEL-PI-18
Bucket/Water Tank With Built-In Heater
2 set
CEL-PI-19
Pipeline Robot 1 unit
CEL-PI-20
Periscope 1 unit
CEL-PI-21
Tube Thermometer 5 piece
CEL-PI-22
Pipeline Pressure Gauge 5 piece
CEL-PI-23
Working Table 20 unit
CEL-PI-24
Stool 30 unit
CEL-EL-1
Speaker 2 piece
CEL-EL-2
Intell igent Microphone System
1 set
CEL-EL-3
Teaching Platform 1 unit
CEL-EL-4
Intell igent Classroom System 1 set
CEL-EL-5
Projector 1 unit
CEL-EL-6
Electric Curtain 1 piece
CEL-EL-7
Writing Glass Whiteboard 2 piece
CEL-EL-8
Computer 1 unit
CEL-EL-9
Touch Display Terminal 1 unit
CEL-EL-10
Camera 1 unit
CEL-EL-11
Panoramic Camera 1 unit
CEL-EL-12
Professional Recording and Broadcasting System
1 set
CEL-EL-13
Remote Interactive Terminal 1 unit
CEL-EL-14
Intell igent Access Control System
1 set
CEL-EL-15
Clock 2 piece
CEL-EL-16
Mobile Desk for 2 Persons 6 piece
CEL-EL-17
Mobile Desk for 3 Persons 6 piece
CEL-EL-18
Chair 30 piece
CEL-EL-19
Interior Renovation 1 set
CEL-EL-20
LED Lights 24 piece
CEL-CAR-1
Sliding Table Saw 1 unit
CEL-CAR-2
Planer 1 unit
CEL-CAR-3
Pressure Plane 1 unit
CEL-CAR-4
Swing Blade cirular Saw Machine
1 unit
CEL-CAR-5
Single Blade Longitudinal Saw Machine
1 unit
CEL-CAR-6
Vertical Milling 1 unit
CEL-CAR-7
Router 1 unit
CEL-CAR-8
Circular Tenon Machine 1 unit
CEL-CAR-9
Mortise Machine 1 unit
CEL-CAR-10
Band Saw 1 unit
CEL-CAR-11
Pneumatic Saw 1 unit
CEL-CAR-12
Door and Window Assembly Machine
1 unit
CEL-CAR-13
Hand Sanding Machine 1 unit
CEL-CAR-14
Vibrating Sander 1 unit
CEL-CAR-15
Vacuum Cleaner A 8 unit
CEL-CAR-16
Vacuum Cleaner B 1 unit
CEL-CAR-17
Knife Sharpener 1 unit
CEL-CAR-18
Portable Sander 10 unit
CEL-CAR-19
Portable Woodworking Edge Trimmer (Small)
1 piece
CEL-CAR-20
Portable Woodworking Edge Trimmer (Large)
1 piece
CEL-CAR-21
Percussion Drill (Rechargeable Hand Drill)
10 piece
CEL-CAR-22
Jointing Machine 1 unit
CEL-CAR-23
Mortise Machine 1 unit
CEL-CAR-24
Vertical Belt Sander 1 unit
CEL-CAR-25
Garland Saw 1 unit
CEL-CAR-26
Electric Screw Gun 2 piece
CEL-CAR-27
Constant Temperature Drying Room
1 unit
CEL-CAR-28
Multifunctional Saw 1 unit
CEL-CAR-29
Electronic Balance 10 unit
CEL-CAR-30
Physical Balance 10 piece
CEL-CAR-31
Wood Moisture Tester 10 unit
CEL-CAR-32
Relative Hygrometer 10 piece
CEL-CAR-33
Air Compressor 1 unit
CEL-CAR-34
Spray Gun 6 piece
CEL-CAR-35
Shelves 20 piece
CEL-CAR-36
Material Cart 5 piece
CEL-CAR-37
Forklift (Manual Hydraulic) 3 unit
CEL-CAR-38
Carpenter's Table 6 unit
CEL-CAR-39
Testbed 5 unit
CEL-CAR-40
Stool 30 unit
CEL-WT-1
Membrane Separation Experimental Device
2 set
CEL-WT-2
Ion-Exchange Softening and Desalting Experimental Device
2 set
CEL-WT-3
Electric Biological Experimental Device
2 set
CEL-WT-4
3D Layout Model of Sewage Treatment Plant
1 set
CEL-WT-5
Comprehensive Training Device for Drinking Water Treatment System
2 set
CEL-WT-6
Integrated Training Platform for Water Monitoring and Treatment Technology
1 set
CEL-WT-7
Testbed 10 unit
CEL-WT-8
Stool 30 unit
CEL-FO-1
Steel Pipe 5 piece
CEL-FO-2
Gloves 60 pair
CEL-FO-3
Butt Fastener 300 piece
CEL-FO-4
Cross Fasteners 400 piece
CEL-FO-5
Swivel Coupler 400 piece
CEL-FO-6
Scaffolding 50 piece
CEL-FO-7
Protective Net 50 piece
CEL-FO-8
Steel Tube Straightening Machine
1 unit
CEL-FO-9
Gate Type Scaffold 30 piece
CEL-FO-10
Wrench 30 piece
CEL-FO-11
Steel Rule 30 piece
CEL-FO-12
Rebar Cutter 1 unit
CEL-FO-13
Writing Board 1 piece
CEL-FO-14
Multimedia Teaching Platform
1 unit
CEL-FO-15
Computer 1 unit
CEL-FO-16
Projector and Cutain 1 set
CEL-TOOL-1
Portable coring machine 2 unit
CEL-TOOL-2
Wrench 10 set
CEL-TOOL-3
Electric Tapping Machine 3 unit
CEL-TOOL-4
Portable Pipe Cutting Machine
3 unit
CEL-TOOL-5
Argon Arc Welding Machine 2 unit
CEL-TOOL-6
Spot Welding Machine 2 unit
CEL-TOOL-7
Center Punch 20 piece
CEL-TOOL-8
Center Punching Machine 10 piece
CEL-TOOL-9
Hacksaw 30 piece
CEL-TOOL-10
Soldering Iron 5 piece
CEL-TOOL-11
Axe 5 piece
CEL-TOOL-12
Sample Divider (Fixed) 20 piece
CEL-TOOL-13
Sample Splitter (Elastic) 15 piece
CEL-TOOL-14
Steel Tape 30 piece
CEL-TOOL-15
Hexagon Socket Wrench 2 set
CEL-TOOL-16
Combination Pliers 10 piece
CEL-TOOL-17
Digital Steel Seal 2 set
CEL-TOOL-18
Sheet Metal Slotting Machine
1 unit
CEL-TOOL-19
Hand Saw 10 piece
CEL-TOOL-20
Platooninsert 10 piece
CEL-TOOL-21
Cable 3 piece
CEL-TOOL-22
Monkey Wrench (10/12/14/18)
15 set
CEL-TOOL-23
Movable Pipe Tongs (8,10,12,14,18,24,36,48)
10 set
CEL-TOOL-24
Plate Wrench (Silver Thread) 20 piece
CEL-TOOL-25
Portable Blower 3 piece
CEL-TOOL-26
Aluminum Ladder 2 piece
CEL-TOOL-27
Reamer 10 piece
CEL-TOOL-28
Mallet 30 piece
CEL-TOOL-29
Straight Iron Shears 20 piece
CEL-TOOL-30
Sheet Metal Shears 15 piece
CEL-TOOL-31
Aviation Shear (Right Elbow) 15 piece
CEL-TOOL-32
Round Head Hammer 30 piece
CEL-TOOL-33
Straight Hammer 15 piece
CEL-TOOL-34
Portable Angle Grinder 2 piece
CEL-TOOL-35
Reamer 5 piece
CEL-TOOL-36
Pipe Cutter 20 piece
CEL-TOOL-37
Portable Tripod Vise 30 piece
CEL-TOOL-38
Vise 30 piece
CEL-TOOL-39
Welding Helmet 30 piece
CEL-TOOL-40
Gas Welding Goggles 30 piece
CEL-TOOL-41
Mortar Consistency Meter 2 piece
CEL-TOOL-42
Crack Width Viewer 1 unit
CEL-TOOL-43
Ink Fountain 30 piece
CEL-TOOL-44
Mason Hammer 20 piece
CEL-TOOL-45
Cold Chisel 10 set
CEL-TOOL-46
Brick Knife 5 piece
CEL-TOOL-47
Plumb 20 piece
CEL-TOOL-48
Spirit Level 20 piece
CEL-TOOL-49
Goggles 20 piece
CEL-TOOL-50
Angle Square 20 piece
CEL-TOOL-51
Safety Helmet 40 piece
ANNEX 2: DETAILED SPECIFICATIONS
Table of Contents
List of Training Rooms ........................................................................................ 35
Building Materials Training Room ......................................................................... 36
Concrete Training Room ........................................................................................ 42
Soil Mechanics Training Room .............................................................................. 49
Engineering Survey Practice Room ........................................................................ 55
Steel Building Plaster Training Room..................................................................... 65
Rebar Training Room ............................................................................................ 68
Project Cost &CAD & Architectural Decoration Designing Training Room............. 69
Project Management and Construction Training Room (Software)........................... 72
Drawing Room ...................................................................................................... 77
Modeling Training Room ....................................................................................... 81
Water and Power Supply Training Room ................................................................ 83
Pipeline Training Room ......................................................................................... 92
E - learning classroom............................................................................................ 97
Carpenter Training Room..................................................................................... 108
Water Treatment Training Room .......................................................................... 112
Frame Operator Training Room............................................................................ 117
Tools ................................................................................................................... 118
Section X - Contract Forms 35
List of Training Rooms
No. Code Name of Training Room
1 CEL-BM Building Materials Training Room 2 CEL-CO Concrete Training Room
3 CEL-SM Soil Mechanics Training Room 4 CEL-ES Engineering Survey Practice Room
5 CEL-SB Steel Building Plaster Training Room
6 CEL-RE Rebar Training Room 7 CEL-CA Project Cost &CAD & Architectural Decoration Designing Training Room
8 CEL-PM Project Management and Construction Training Room (Software)
9 CEL-DR Drawing Room 10 CEL-MO Modeling Training Room
11 CEL-WP Water and Power Supply Training Room
12 CEL-PI Pipeline Training Room 13 CEL-EL E - Learning Classroom
14 CEL-CAR Carpenter Training Room
15 CEL-WT Water Treatment Training Room 16 CEL-FO Frame Operator Training Room
17 CEL-TOOL Tools
Section X - Contract Forms 36
Building Materials Training Room
Item Code No. Item Item Description / Specification QTY Unit
CEL-BM-1 Mortar
Consistometer
1. Measuring range:
1) Sink depth: 0—14.5cm
2) Sink volume: 0—229.3m³
3) Min scale value (sink depth): 1mm
2. Cone dimension:
1) Cone angle: 30°
2) Height: 145mm
3) Cone bottom diameter: 75mm
4) Total weight of cone and scale: 300±2g
3 unit
CEL-BM-2 Mortar Gradation
Meter
1. Inner diameter: 150mm
2. Upper body height: 200mm
3. Lower body height: 100mm
3 piece
CEL-BM-3 Test Mold 1. 70.7×70.7×70.7mm 3 piece
CEL-BM-4
Tools: Ruler,
Tamping Rod,
Plastering
Trowel, Etc.
1. Ruler: Steel ruler: 50cm
2. Tamping rod: Φ14mm
3. Plastering trowel: 300 * 95mm
10 set
CEL-BM-5 Brick Calipers 1. Division value =0.5mm 6 piece
CEL-BM-6 Steel Ruler 1. Division value =1mm 6 piece
CEL-BM-7 Material Testing
Machine
1. Adopting high precision digital tiny-flux valve to improve the
control of constant loading rate.
2. Equipped with closed-loop force control system to improve the
control of constant loading rate
3. Maximum compressive rigidity : 300 kn
4. Maximum flexural rigidity : 10 kn
5. Relative error: ±1.0%
6. Repeatability relative error: 1.0%
7. Zero relative error: ±0.1%
8. Zero drift: ≦±0.1%
9. Distance between upper and lower platen :190 mm
10. Bearing plate diameter : φ140 mm
11. Compressive strength constant loading rate : 0.3~0.9 kn/s
12. Flexural strength constant loading rate : 10~100 n/s
13. Compressive rigidity piston stroke : 90 mm
14. Flexural rigidity piston stroke : 70 mm
15. Flexural section length : 40 mm
16. Flexural distance between the bearing span : 100 mm
17. Configuration:
Main machine * 1
Computer * 1
Cement flexural rigidity fixture *1
Grip Fixture for Compression*1
1 unit
CEL-BM-8
Tool Kit: Brick
Cutter, Plastering
Trowel,
Measuring Tape,
Etc.
1. Brick cutter:The cutter head is made of high quality alloy steel,
which is flexible.
2. Plastering trowel:300*95mm
3. Measuring range:3m
1 set
CEL-BM-9 Universal Testing
Machine
1. Adjusting the test space by rotating the double-screw
synchronously to lift the movable beam 1 unit
Section X - Contract Forms 37
Item Code No. Item Item Description / Specification QTY Unit
(Stretching and
Bending)
2. Implementing fuse in both main circuit and control circuit to
prevent excessive current.
3. Connecting thermal relay before oil pump motor and lifting motor
to prevent overloading.
4. Equipped with distance excessive protection. When the working
cylinder is elevated to the limit position, the oil pump motor
should be shut down automatically.
5. Maximum test force : 1000 kN
6. Effective measurement range :10%~100%
7. Relative error: ±1%
8. Maximum tensile test space:610 mm
9. Maximum compression test space :510 mm
10. Flat test piece clamping thickness :0-40 mm
11. Circular test piece clamping thickness :20-60 mm
12. Piston stroke :170 mm
13. Size of upper and lower platen : φ220/φ230 mm
14. Bending test roller spacing :100~500 mm
15. Tension and compression space between pillar :580 mm
16. Maximum rising speed of counter :100 mm/min
17. Maximum lifting speed of moving beam :240 mm/min
18. Configuration:
Main machine * 1
Control cabinet * 1
Platen * 1
Flexural support *1
Flat-tooth jig *1
Circular clamp *2
Embedded bolt *4
High pressure tubing *3
CEL-BM-10 Vanier Caliper 1. Accuracy:0.1mm 3 piece
CEL-BM-11 Rebar Marking
Machine 1. Marking interval: 10mm 1 unit
CEL-BM-12
Tools: Cold-Bent
Pressure Head,
Steel Ruler,
Micrometer, Etc.
1. Cold-bent pressure head:Φ6-Φ128,32pcs in total
2. Steel ruler:50cm
3. Micrometer:0-25mm, accuracy 0.001mm
1 set
CEL-BM-13 Compression
Testing Machine
1. Digital display of load value
2. Equipped with function of holding maximum load.
3. Automatic data protection under circumstance of power failure.
4. Hydraulic pump: axial five plunger ultra-high-pressure pump,
driven by direct-connection motor.
5. Oil valve: equipped with safety valve.
6. Oil valve handwheel: used to adjust the oil supply rate in the
cylinder to achieve the required loading rate.
7. Maximum test force:500kn
8. Effective measuring range:10%~100%
9. Accuracy of loading indication: within±1%
10. Maximum piston stroke:50mm
11. Piston diameter: φ250mm
12. Rated pressure of hydraulic pump:40mpa
13. Net distance of upper and lower pressure plates:320mm
14. Dimension of pressure bearing plate:320×260mm
3 unit
Section X - Contract Forms 38
Item Code No. Item Item Description / Specification QTY Unit
CEL-BM-14 Oven
1. Precise structure, sensitive and accurate temperature control, easy
to operate.
2. Adopting automatic temperature control system to maintain
constant temperature in the working cabinet.
3. Working temperature: Room temperature~200℃
4. Temperature sensitivity: ±1℃
5. Working cabinet dimension:500×600×750mm
6. Main equipment configuration:
Main machine * 1
Partition * 2
3 unit
CEL-BM-15 Platform Scale 1. Capacity:100kg,
2. Sensitivity: 5g 6 unit
CEL-BM-16 Water Balance 1. Capacity: 10kg
2. Sensitivity: 5g 3 unit
CEL-BM-17 Standard Sieve 1. 90mm-2.36mm
2. 0.075mm-9.5mm 6 unit
CEL-BM-18 Jigging Sieve
1. Matching sieve: φ300 / φ200mm
2. Sieve stack height: 400mm
3. Swing times: 221 times / minute
4. Pendulum width: 12.5mm
5. Shock times: 147 times / minute
6. Main equipment configuration:
Main machine * 1
Controller * 1
6 unit
CEL-BM-19 Volumetric
Cylinder 1. 1l,3l,5l 6 piece
CEL-BM-20 Needle Gauge,
Sheet Gauge
1. Pore width of flake grain grade: 3, 5.2, 7.2, 9, 11.3, 14.3mm.
2. Spacing of flake grain: 18,31.2, 43.2, 54,67.8, 85.8mm 6 piece
CEL-BM-21 Volumetric Flask 1. 500ml 12 piece
CEL-BM-22 Crushing Index
Value Tester
1. Inner diameter of pressure bucket:150mm
2. Height of pressure bucket:125mm
3. Diameter of pressure head:149mm
6 piece
CEL-BM-23
Tools: Tray,
Plastering Roller,
Ruler,
Thermometer,
Etc.
1. Tray:400*300*20mm
2. Plastering roller:soft fur,100*35mm
3. Ruler:50cm
4. Thermometer:0-100℃
1 set
CEL-BM-24 Cement Mortar
Mixer
1. Mixing blade width(mm):135
2. Mixing and stirring shaft coupling thread(mm):m18*1.5
3. Stirring pot volume(l):5
4. Stirring pot thickness(mm):1.5
5. Gap between mixing blade and stirring pot(mm):3±1
6. Main equipment configuration:
Main machine * 1
Controller * 1
Stirring pot * 1
3 unit
CEL-BM-25 Cement Mortar
Vibrating
Platform
1. Total weight of vibrating parts:20kg±0.5kg
2. Drop distance:15mm±0.3mm
3. Vibration frequency:60times/60s±2s
3 unit
CEL-BM-26 Cement Mortar
Bending Tester
1. Tester scale: equipped with a conversion table, which is used to
convert between the flexural strength and resistance of soft cement 3 unit
Section X - Contract Forms 39
Item Code No. Item Item Description / Specification QTY Unit
mortar.
2. Adoptable for flexural strength test of cement mortar prismatic
test block 40mm×40mm×160mm.
3. Double-arm lever type.
4. Overall insulation resistance higher than 2m.
5. Display mode: digital
6. Max flexural rigidity of single lever:6000n
7. Max flexural rigidity of double lever:6000n
8. Diameter of load roller and support roller: φ10mm
9. Spacing of support rollers:100mm
10. Storey height of display rack:46mm
11. Sensitivity: adjust the lever balance for double lever, and put 1g at
500mm from the fulcrum.
12. Lever angle:>1/50°
CEL-BM-27 Test Mold 1. 40*40*160mm 6 set
CEL-BM-28 Cement Paste
Mixer
1. Rotation speed:
Low gear of rotating axle: 62 ± 5r / min.
High gear of rotating axle: 125 ± 10r/min.
Low gear of stirring blade: 140 ± 5r/min.
High gear of stirring blade: 285 ± 10r/min.
2. Stirring blade width: 111mm
3. Stirring blade and rib shaft coupling rib: M16 × 1
4. Stirring pot inner diameter* large depth: 160 × 139 mm
5. Pot thickness: 1mm
6. Distance between stirring blade and pot: 2 ± 1mm
3 unit
CEL-BM-29 VICAT Apparatus
1. Total weight of sliding part: 300±1g
2. Standard consistency test rod: 1 piece.
Effective length 50mm ± 1mm, diameter 10mm ± 0.5mm
3. Test needle for initial setting: 2 pieces.
Effective length 50mm ± 1mm diameter 1.13mm ± 0.5mm
4. Test needle for final setting: 1 piece.
Effective length 30mm ± 1mm, diameter 1.13mm ± 0.5mm
6 piece
CEL-BM-30 Boiling Tank 1. All stainless steel with inner tank volume of around 31L.
2. Heating power: 4kW for two sets. 1 unit
CEL-BM-31 Le Chatelier
Clamp
Test machine:
1. Weight of special weight: 300g
2. Minimum pitch of maximum scale plate: 0.5 mm
Clamp:
3. Maximum expansion value of the distance between the two tips:
less than 17.5±2.5mm under 300 g load
4. Returning to normal state 10mm after removing the load
12 piece
CEL-BM-32 Vibrating
Platform
1. Table size : 1000*1000 mm
2. Vibration frequency: 2860/min
3. Amplitude : 0.3~0.6 mm
1 unit
CEL-BM-33
Standard
Concrete Curing
Box
1. Test temperature: 20 ± 1℃
2. Temperature precision: ± 1℃
3. Control humidity: ≧ 95% rh
4. Compressor power: 138 W
5. Heater power: 800 W
6. Number of layers: 6
7. Size of test molds:
6 groups of 40 × 40 × 160 mm test molds on each layer
1 unit
Section X - Contract Forms 40
Item Code No. Item Item Description / Specification QTY Unit
3 groups of 150 × 150 × 150 mm test molds on each layer
4 groups of 100 × 100 × 100 mm test molds on each layer
CEL-BM-34 Slump Cone
1. Slump cone: upper diameter: φ100mm
2. Bottom diameter: φ200mm
3. Height:300mm
4. Consisted of a slump cone, a tamping rod, a funnel and a scale
3 piece
CEL-BM-35 Vebe
Consistometer
1. Slump cone
2. Top inner diameter:100±2mm
3. Bottom inner diameter:200±2mm
4. Height:300±2mm
5. Vibaring platform frequency:50 ±3hz
6. Non-loaded amplitude of vibaring platform (container
included):0.5±0.05mm
7. Pressure weight:2750±50g
3 unit
CEL-BM-36
Tools: Stopwatch,
Measuring
Cylinder, Steel
Ruler, Plastering
Trowel, Iron
Plate, Iron,
Shovel, Etc.
1. Stopwatch:Digital display
2. Measuring cylinder:10ml,25ml,50ml,100ml,500ml,1L
3. Steel ruler:20cm
4. Plastering trowel:300*95mm
5. Iron shovel:160*185mm
1 set
CEL-BM-37 Asphalt
Penetrometer
1. Temperature measuring range: -50~125.0℃
2. Temperature accuracy: ±0.1℃
3. Temperature control range: room temperature~90℃
4. Penetration time: start up for 5s, and you can set yourself
5. Penetration range:0-40mm
6. Penetration accuracy: ±0.01mm
7. Time range:0-60s
8. Time accuracy: ±0.1s
9. Ambient temperature:5~40℃
10. Ambient humidity: <85%rh
11. Main equipment configuration:
12. The main machine * 1
13. Aquarium * 1
14. Needle * 3
15. Great cup * 1
16. Tripod * 1
17. Hammer rod, weight *1
3 unit
CEL-BM-38
Constant
Temperature
Water Tank
1. Control temperature: room temperature~100℃
2. Power of electric heating tube:1kW 2 unit
CEL-BM-39 Asphalt
Ductilometer
1. Test space: 1.5m accuracy:1mm
2. Temperature control range: -5~80℃
3. Accuracy: ±0.1℃
1 unit
CEL-BM-40 Asphalt Softening
Point Meter
1. Temperature measuring range: -5~125℃
2. Test range:5~90℃
3. Measuring accuracy:0.1℃
4. Heating rate:5±0.5℃/min
5. Heating mode: magnetic agitation
6. Test mode: automatic, manual
7. Timing range:0-99min and 99sec
3 unit
Section X - Contract Forms 41
Item Code No. Item Item Description / Specification QTY Unit
8. Heating medium: distillation water
9. Main equipment configuration:
Main machine * 1
Heat the line *1
Test frame*1
Stir * 1
1000 ml cup * 1
Test ring, ball *1
CEL-BM-41
Tools:
Thermometer,
Stopwatch, Flat
Glass Bottle,
Electric Furnace,
Scraper, Etc.
1. Thermometer:0-200℃
2. Stopwatch:Digital display
3. Flat glass bottle:Φ75mm High temperature resistance
4. Electric furnace:Single,1KW
5. Scrape:75*210mm
1 set
CEL-BM-42 Testbed
1. Dimension (l×w×h): 1800*750*850mm
2. Table-board: ≥12.7mm, using solid physiochemical board, with
thickness of edge 25.4mm, arc chamfer, acid and alkali resistant.
3. Steel frame: capable of bearing 250-400kg, not easily deformable.
4. Cabinet: with thickness of board ≥18mm and waterproof sealing.
5. Cabinet door and drawer: with thickness of board ≥18mm, and
edges processed by hot sealing technique.
6. Handle: PVC handle.
7. Hinge: opening angle 110°, cabinet door can be opened and closed
more than 100,000 times.
8. Drawer guideway: silent guideway on both sides of the drawer,
which is processed by baking paint.
9. Footing: adjustable height ±25mm.
10. Back board: thickness no less than 9mm
10 unit
CEL-BM-43 Rack (Four-Stage
Iron Rack)
1. Dimension: 2000*50*2000mm
2. Number of layers: 4
3. Capacity of each layer: 120kg
4 unit
CEL-BM-44 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome
plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a
landing pad.
5. Height: 47-52cm.
30 unit
Section X - Contract Forms 42
Concrete Training Room
Item Code No. Item Item Description / Specification QTY Unit
CEL-CO-1 Laboratory
Concrete Mixer
1. Consisted of a frame, stirring device, drive system, discharge
system and electrical control system.
2. Stirring device: consisted of stirring cylinder, stirring shaft and
stirring shovel.
3. Drive system: consisted of motor, reducer and coupling.
4. Discharging system: manual operation, consisted of turbine,
worm, handwheel composition.
5. Electrical control system: with timing function.
6. Feed capacity: 96L
7. Discharge capacity: 60L
8. Maximum discharge capacity: 66L
9. Stirring time: ≦45s
10. Rotating speed of stirring shaft: 45 r/min
2 unit
CEL-CO-2 Slump Test
Device
1. Slump tube:
Top diameter: Φ 100 mm
Bottom diameter: Φ 200 mm
Tube height: 300 mm
2. Tamper: Φ 16 mm and 600 mm length
3. Consisted of slump cylinder, funnel, tamper and ruler, four pieces
in total
3 set
CEL-CO-3 Vibrator Rod 1. Diameter: 50 mm
2. Length: 6 m 2 unit
CEL-CO-4 Permeability
Tester
1. Volume of measuring cylinder: 600Ml
2. Accuracy: 2 ml
3. Inner diameter of standard ring: 150mm
4. Weight: 2.5kg each, 4 pieces in total
5. Water height: 600 mm
3 unit
CEL-CO-5
Measurement
Tools for Volume
and Density
1. Volume: 1L, 2L, 3L, 5L, 7L, 10L, 15L, 20L, 30L, 50L 3 set
CEL-CO-6
Density&Water
Absorptivity
Tester
1. Consisted of: Hydrostatical balance, basket, overflow tank, oven,
towel, thermometer, standard sieve, enamel plate, brush 3 set
CEL-CO-7 Organic Impurity
Tester
1. Range and precision: 0.001-9999
2. Stability: drift less than 0.003 within 3min
3. Linear error: ≤3% (0.03, detection of copper sulfate)
4. Repeatability error: ≤0.5% (0.005, potassium dichromate solution)
5. Sensitivity:
red light ≥4.5 ×10-5
blue light ≥3.17×10-3
6. Wavelength range:
red light 680±8nm
blue light 440±8nm
7. Test speed: less than 60 minutes (including pretreatment time) for
soil organic matter
8. Test capacity: 10 soil samples at the same time per hour (including
pretreatment time)
9. Main configuration:
3 unit
Section X - Contract Forms 43
Item Code No. Item Item Description / Specification QTY Unit
Main Machine * 1
Triangle * 1 bottle
Volumetric flask * 1
Funnel * 1
Measuring cylinder * 1
Filter paper * 1
Aluminum box * 1
Washing bottle * 1
CEL-CO-8 Sample Separator 1. Cell: 15 mm
Stainless steel material 3 unit
CEL-CO-9 Vibrating Screen
1. Vibration frequency: 42Hz
2. Vibration mode: up and down vibration
3. Vibration amplitude: 1.5mm
4. Set time: 0-60min
5. Vibration motor power: 25W
3 unit
CEL-CO-10 Abrasion Tester
1. Load range (KN) 0.20—0.40
2. Load classification (KN) 0.10
3. Allowable value of relative error of indication ±1.0%
4. Horizontal rotary speed (r/min) 17.5±0.5
5. Speed ratio of spindle and rotary table: 35:
6. Eccentricity between spindle and rotary table (mm): 40±0.20
7. Allowable value of verticality error between spindle and rotary
table (mm) 0.50/1000 8
8. Hardness of grinding head work piece ≥HRC60
Noise less than 90dB
1 unit
CEL-CO-11 Digital Point
Load Tester
1. Maximum output of jack: 100kN (10T)
2. Rated load capacity of sensor: 100kN
3. The piston diameter: Φ 32 mm
4. Maximum piston stroke: 140mm
5. Maximum spacing of loading points: 90mm
6. Maximum allowable sample width: 90mm
7. Minimum length of sample allowed along loading direction: 40mm
8. Reading mode: LCD display, electronic peak memory
9. Measurement error: ≤ 1% f.s.
10. Operating temperature: -20 ~ 45℃
3 unit
CEL-CO-12 Impact Testing
Machine
1. Maximum impact energy: 300J,150J
2. Dial graduation range and value:
Range of energy: 0~300J,0~150J
Per graduation value: 2J, 1J
3. Pendulum impact energy: 300J, 150J
Pendulum moment:160.7695N.m, 80.3848N.m
4. Pendulum preparing angle:150º
5. Distance between pendulum center and impact point: 750mm
6. Impact velocity: 5.2m/s
7. Span of specimen seat: 40mm
8. End face radius of specimen fixture: 1~1.5mm
9. Tilt angle of specimen fixture support: 0º
10. Radius of impact knife: 2~2.5mm
11. Angle of impact knife: 30º±1º
12. Thickness of impact knife:16mm
13. Main configuration:
1 unit
Section X - Contract Forms 44
Item Code No. Item Item Description / Specification QTY Unit
Main engine *1, pendulum *1, span sample *1, sample pair middle
block *1, disconnector *1, wrench *1, hexagon wrench *1, anchor
screw *4, clamp (including clamp holder) *1, protective net *1,
manual control box: *1
CEL-CO-13 Cement Mixer
1. Low gear of rotating axle: 62 ± 5r / min.
2. High gear of rotating axle: 125 ± 10r / min.
3. Low gear of stirring blade: 140 ± 5r / min.
4. High gear of stirring blade: 285 ± 10r / min.
1 unit
CEL-CO-14
Cement Standard
Consistency
Meter
1. Total weight of the sliding part: 300g
2. Sliding part displace distance: 70mm
3. Net weight ≈3.8㎏
4. Sliding lever: 1pc. 12 mm + 0.02 mm to 0.10 mm
5. Standard consistency test rod: 1 piece. Effective length 50mm ±
1mm, diameter 10mm ± 0.5mm
6. Test needles for initial setting: 2 pieces. Effective length 50mm ±
1mm diameter 1.13mm ± 0.5mm
7. Test needles for final setting: 1 piece. Effective length 30mm ±
1mm, diameter 1.13mm ± 0.5mm
8. Reading pointer: 1 piece
1 piece
CEL-CO-15 Le Chatelier
Clamp
Test machine:
1. Weight of special weight: 300g
2. Minimum pitch of maximum scale plate: 0.5 mm
Clamp:
1. Maximum expansion value of the distance between the two tips:
less than 17.5±2.5mm under 300 g load
2. Returning to normal state 10mm after removing the load
3 set
CEL-CO-16 Boiling Tank
1. Maximum boiling temperature : 100℃
2. Tank volume: 31L
3. Heating time : 30±5 min (from 20℃ to 100℃)
Constant boiling time: 3h±5min
1 unit
CEL-CO-17 Cement Mortar
Mixer
1. Stirring pot volume: 5 L.
2. Stirring leaf width: 135mm.
3. The gap between the stirring pot and the stirring blade: 3±1mm.
1 unit
CEL-CO-18
Cement Sand
Vibrating
Platform
1. Total weight of vibration part : 20±0.5 kg
2. Drop distance : 15±0.3 mm
3. Vibration frequency : 60±2 per/s
4. Motor speed : 60 r/min
1 unit
CEL-CO-19
Cement Standard
Constant
Temperature and
Humidity Curing
Box
1. Effective volume: ≥580×575×1180mm
2. Temperature setting: 20℃ (adjustable)
3. Temperature uniformity: ±2℃
4. Temperature control: automatic
5. Humidity control: automatic
6. Working room humidity: ≥ 95%
7. Refrigeration power: ≥138W
8. Heater power: ≥ 500W
1 unit
CEL-CO-20 Negative Pressure
Sieve Analyzer
1. Screen mesh hole edge length: 0.08mm.
2. Negative pressure screen inner diameter: Φ 150 mm.
3. Height of negative pressure screen: 25mm.
4. Adjustable range of negative pressure: -4000 ~ -6000Pa
5. Automatic screening time (adjustable range of control) 0 ~ 599s.
1 unit
Section X - Contract Forms 45
Item Code No. Item Item Description / Specification QTY Unit
CEL-CO-21
Permeability
Specific Surface
Area Meter
1. Diameter of inner cavity of breathable cylinder:
φ 12.7+ 0.05mm
2. Height of test material layer in the inner cavity of the breathable
cylinder :(15±0.5) m
3. Number of perforated plate holes: 35
Perforated panel aperture: φ 1.0mm
Perforated board thickness: 1-0.10mm
1 unit
CEL-CO-22 Concrete Pressure
Bleeding Meter
1. Maximum range of pressure gauge: 6MPa.
2. Minimum indexing deviation: less than 0.1MPa.
3. Inner diameter of cylinder: 125±0.02mm.
4. Internal height of cylinder: 200±0.2mm.
5. Diameter of working piston: 125mm.
6. Working piston pressure: 3.2MPa.
7. Mesh aperture: 0.315mm.
8. Main configuration:
One pressure gauge, one oil pump, one concrete capacity cylinder
1 unit
CEL-CO-23 Rebound
Hammer
1. Pointer length: 20.0±0.2 mm
2. Pointer friction: 0.65±0.15 N
3. Spherical radius of the tip of the ballistic rod: 25±1.0 mm
4. Elastic spring stiffness: 785.0±40.0 N/m
5. Release position of the hammer: at the mark "100" of the scale line
6. Working length of spring: 61.5.0±0.3 mm
7. Impact length of hammer: 75±0.3
8. Starting position of the hammer: at the scale "0"
3 piece
CEL-CO-24
Nonmetallic
Ultrasonic
Detector
1. Main machine:
Acoustic time measurement range: 0 ~ 640K ° s
Sound-time reading accuracy: ±0.05 s
Amplitude reading range: 0 ~ 177dB
Gain accuracy: 3%
Amplifier bandwidth: 5Hz ~ 500kHz
Transmission voltage: 250, 500, 1000V multi-range adjustable
Sampling period: adjustable at 0.05, 0.1, 0.2, 0.4, 0.8, 1.6, 3.2, 6.4
Operation mode: button + photoelectric knob
Trigger mode: signal trigger, external trigger
Reception sensitivity: ≤10 μv
Signal acquisition mode: continuous signal, transient signa
Channel number: double channel
Channel isolation: no less than 42 dB
Maximum penetration distance: 10m
Software: automatic calculation of concrete-filled steel tube
defects, rock mass (concrete test block) parameters, ultrasonic
rebound strength measurement, concrete defect measurement,
foundation pile integrity testing, impact echo thickness
measurement (expansion function).
Universal interface: parallel port, USB port
2. Power supply: The built-in lithium battery can provide continuous
power for 6 hours.
External large-capacity battery, which can work continuously for
8-10 hours.
3. Operating temperature: -10℃ ~ +50℃
4. Working humidity: ≤ 90%RH
5. Main configuration:
1 unit
Section X - Contract Forms 46
Item Code No. Item Item Description / Specification QTY Unit
Main Machine * 1
Plane transducer *1
Signal lines * 1
Instrument box * 1
CEL-CO-25 Floor Thickness
Detector
1. Intelligent interpretation and automatic locking. digital display of
thickness value without manual comparison
2. Calibration range of medium: 0.900-1.100
3. Thickness measurement range: 40mm ~ 1000mm
4. Test accuracy:
40mm ~ 600mm ±1mm
601 mm to 1000 mm + / - 2 mm
5. Data storage capacity: 400,000 measurement data
6. Serial number: generated automatically
7. Data transmission mode: USB
8. Working environment requirements:
Ambient temperature: -10℃ ~ +40℃
Relative humidity: <90%RH
9. Power supply: rechargeable battery, power supply time up to 8
hours
10. Main configuration:
Main Machine *1, transmitting probe *1, receiving probe *1,
intercom *1, probe connection *1, data transmission line *1,
extension rod *1, software disc *1
1 unit
CEL-CO-26
Concrete
Reinforcement
Detector
1. Error of rebar spacing: ±2 mm, displayed by rebar distribution grid
(plan and section)
2. Measuring range of protective layer thickness (nominal):
range 1 (nominal): 6mm ~ 90mm.
range 2 (nominal): 7mm ~ 200mm.
3. Calibration range of protective layer thickness: 0 ~ ±10 mm.
4. Rebar diameter measurement (nominal) range: 6 ~ Ф 50 mm.
5. Maximum allowable error of rebar thickness measurement: ≤±1,
≤±2, ≤±4
Thickness of protective layer:
range 1 (nominal) range (mm) 6 ~ 59/60 ~ 69/70 ~ 90
range 2 (nominal) range (mm) 7 ~ 79/80 ~ 119/120 ~ 20
6. Maximum allowable error range of rebar diameter measurement:
±1 bar specification.
7. Working environment:
working temperature: -10℃ ~ +50℃
Relative humidity: ≤ 90% RH
8. Power supply: built-in rechargeable lithium battery, power supply
time up to 50 hours
9. Main configuration:
Main machine*1, probe*1, data transmission line*1, scanning
car*1
2 unit
CEL-CO-27 Compression
Tension Machine
1. Equipped with high precision sensor, high precision displacement
sensor, high precision electronic drawing instrument and high-
resolution acquisition system.
2. Equipped with integrated hydraulic servo control system, with
stable and reliable loading, intelligent operation, automatic
elevation, positioning, targeting and calibration, implementation
such as force, displacement, deformation and its hybrid control.
1 unit
Section X - Contract Forms 47
Item Code No. Item Item Description / Specification QTY Unit
3. Equipped with intelligent indication of working status, automatic
compensation, positioning and pressure maintaining systems,
good performance on data processing and comprehensive self-
diagnosis.
4. Maximum Test Force :1000 kN
5. Effective Measurement Range :10%-100% kN
6. Relative Error: ±1%
7. Maximum Tensile Test Space :690 mm
Maximum Compression Test Space :620 mm
8. Flat Test Piece Clamping Thickness :0-30 mm
9. Circular Test Piece Clamping Thickness :20-60 mm
10. Piston Stroke :150 mm
11. Size of Upper and Lower Platen : Φ220/Φ230 mm
12. Bending Test Roller Spacing :100~500 mm
13. Tension and Compression Space Between Pillar:570
14. Maximum Rising Speed of Counter:100 mm/min
15. Maximum Lifting Speed of Moving Beam :240 mm/min
16. Main configuration:
Main engine *1, control cabinet *1, computer *1, measurement
and control system *1, lower pressure plate *1, anti-bending
support *1, plain tooth jig *1, circular jig *2, embedded bolt *4,
high-pressure tubing *2, hydraulic clamp pipe *4
CEL-CO-28
Computer
Controlled
Pressure Tester
1. Equipped with closed-loop force control system to achieve
constant loading rate
2. Maximum test force: 2000 kN
3. Loading speed: 0.3~0.8 MPa
4. Loading rate accuracy: ± 5%
5. Effective measurement range: 10%~100%
6. Load indication accuracy: better than ± 1% of indication
7. Distance between upper and lower pressure plate: 320 mm
8. Bearing plate size: 300 × 260 mm
9. Piston: Stroke: 50 Diameter: Φ250 mm
10. Maximum fluid pressure: 40 MPa
11. Main configuration:
Main Machine * 1
Control cabinet * 1
Computer * 1
Measurement and control system *1
Platen * 1
1 unit
CEL-CO-29 Testbed
1. Dimension (l×w×h): 1800*750*850mm
2. Table-board: ≥12.7mm, using solid physiochemical board, with
thickness of edge 25.4mm, arc chamfer, acid and alkali resistant.
3. Steel frame: capable of bearing 250-400kg, not easily deformable.
4. Cabinet: with thickness of board ≥18mm and waterproof sealing.
5. Cabinet door and drawer: with thickness of board ≥18mm, and
edges processed by hot sealing technique.
6. Handle: PVC handle.
7. Hinge: opening angle 110°, cabinet door can be opened and closed
more than 100,000 times.
8. Drawer guideway: silent guideway on both sides of the drawer,
which is processed by baking paint.
9. Footing: adjustable height ±25mm.
10 unit
Section X - Contract Forms 48
Item Code No. Item Item Description / Specification QTY Unit
10. Back board: thickness no less than 9mm
CEL-CO-30 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome
plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a
landing pad.
5. Height: 47-52cm.
30 unit
Section X - Contract Forms 49
Soil Mechanics Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-SM-1 Oven
1. Working temperature: room temperature +10-250℃
2. Temperature uniformity: ±2.5%
3. Precision: 0.1℃
4. Inner size: ≥500×600×750mm ,225L
5. Temperature control method: PID
1 unit
CEL-SM-2 On-Site CBR
Test Apparatus
1. Hydraulic jack: 100KN and ball socket
2. Force measuring ring: 60KN
3. Penetration rod: Φ 50mm, length 200mm
4. Bearing plate: 1.25kg/piece, 4 pieces
5. Measuring device: platform and dial indicator
6. Main configuration:
Loading plate * 4
Hydraulic jack and ball seat * 1
Dial indicator * 1
Proving ring * 1
The injection rod * 1
Rack * 1
3 unit
CEL-SM-3 CBR Tester
1. Load: 50KN
2. Load speed: 1.0mm/min
3. Penetration rod: ф 50mm × 100mm
4. Workbench: 170mm
5. Table stroke: 50mm
6. Test piece mold: ф 152mm × 170mm
7. Main configuration:
Dial indicator * 1
Proving ring * 1
Rack * 1
3 unit
CEL-SM-4 Manual Liquid
Limit Tester
1. Manual Operation
2. Made of Brass 3 unit
CEL-SM-5 Electric Liquid
Limit Tester
1. Electric drive
2. Falling frequency: 120 times / min (allowable error 15%)
3. Built-in hit counter
3 unit
CEL-SM-6 Liquid Plastic
Limit Tester
1. Cone top angle: 30 °
2. Cone mass: 76g, 100g
3. Measuring range: 0-25mm resolution: 0.1mm delay time 5 ± 0.5s
4. Main configuration:
Main machine * 1
Pulp cup * 2
Try cone * 3
Counterweight * 1
3 unit
CEL-SM-7
Strain Controlled Quadruple Direct
Shear Testing
Apparatus
1. Max. Vertical Load:400kPa
2. Vertical Loading Classification: 50,100,200,300,400(kPa)
3. Lever Ratio:1:12
4. Quantity of Shear Box: 4
5. Area of Soil Sample:30cm2
6. Max. Horizontal Loading: 1.2kN (With bearing tracking
mechanism)
7. Shear rate: 0.02~4.8mm/min, stepless speed regulation
8. Other functions: fast shear, slow shear, reciprocating shear
9. If the apparatus is controlled by the computer, it can achieve
1 unit
Section X - Contract Forms 50
Item Code No. Item Item Description/Specification QTY Unit
automatic collection and processing with the collector and sensor.
10. Instrument configuration:
NO. Name Specifications Qty
1 Main machine ZJ Type 1
2 Shear box 4
3 Weight 1.275Kg 4
4 Weight 2.55Kg 6
5 Hanging scaffold
parts 1.275Kg 4
6 Stainless steel ring
cutter Ф61.8*20mm 4
7 Porous stone Ф61.8*10mm 8
8 Watch rod, watch
clip 4
9
Force ring
components (holdup
chart)
1.2KN 4
10
Shear box, plastic
guide rail and steel
bal
4
11 Bedplate 1
12 Dial indicator 0-10mm 4
CEL-SM-8
Screening
Machine/Grading Machine
1. Vibration frequency: 42Hz
2. Vibration mode: up and down vibration
3. Vibration amplitude: 1.5mm
4. Setting time range: 0-60min.
5. Vibration motor power: 25W
1 unit
CEL-SM-9 Standard Sieve
1. Sieving frame material: stainless steel structure with top cover and
chassis
2. Sieving net material: stainless steel and copper
3. Sieving machine weight: seven section sieve≥ 4kg ,nine section
sieve ≥ 9kg
4. Mesh: 20-0.75mm
5. Specification of analysis sieve: diameter 300mm × height 75mm
(7 sections), diameter 200mm × height 50mm (9 sections)
6. Double-layer punching frame, 8 sets of seven section sieve
(0.075mm, 0.25mm, 0.5mm, 1mm, 2mm, 5mm, 10mm) and 8 sets
of nine section sieve(0.075mm, 0.1mm, 0.25mm, 0.5mm, 1mm,
2mm, 5mm, 10mm, 20mm)
3 piece
CEL-SM-10 Soil Hydrometer
1. Bubble volume (vb): actual number of tests cm3
2. Distance from the center of the bubble to the lowest scale (Lo):
actual number of tests cm
3. Total length of scale: actual number of test cm
3 piece
CEL-SM-11
Triple
Consolidation Instrument
1. Pressure range:
12.5kPa-1600kPa/30cm2
12.5kPa-800kPa/50cm2
2. Lever Ratio: 10:1 and 12:1
3. Testing sample specification:30cm2, 50cm2
4. Instrument structure: all steel structure
5. Consolidated containers: 3 sets (corrosion resistant and watertight
3 unit
Section X - Contract Forms 51
Item Code No. Item Item Description/Specification QTY Unit
stainless steel)
6. Instrument configuration:
NO. Name Specifications Qty
1 Main machine WG 1
2
Consolidated container
components (seven-piece
set)
Stainless steel 3
3 Stainless steel ring cutter Ф61.8*20mm 3
4 Stainless steel ring cutter Ф79.8*20mm 3
5 Porous stone Ф83*10mm 3
6 Porous stone Ф61.8*10mm 3
7 Porous stone Ф79.8*10mm 3
8 Scale rod, scale clip 3
9 Preload weight 25.5g 3
10 Preload weight 51 g 3
11 Weight 5.1Kg 18
12 Weight 2.55Kg 9
13 Weight 1.275Kg 3
14 Weight 0.637Kg 3
15 Weight 0.319Kg 3
16 Hanging scaffold parts 0.319Kg 3
17 Soil sample module 30cm2 3
18 Dial indicator 0-10mm 3
CEL-SM-12 Soil Dilatometer
1. Earth cutting ring knife: Φ 61.8x20mm
2. Horizontal adjustment: bottom adjustment screw
3. Guide ring: prevent expansion
4. Dial indicator: 0-10 mm
3 piece
CEL-SM-13 Plate Load Tester
1. Diameter of load plate: 300mm
2. Maximum load of Jack: 5T
3. Jack stroke: 120mm
4. Bridge span: 3000mm
5. Rated pressure of electric oil pump: 70MPa
6. Pressure test range: 0-25MPa
7. Displacement test range: 0-10 mm
8. Main configuration:
load board* 1
Oil pump * 1
pressure gauges *1
Level ruler * 1
Universal table base *1
1 unit
CEL-SM-14 Ring Knife 1. Φ50.4x50(mm) 10 piece
CEL-SM-15 Automatic Compactor
1. Heavy Compaction Test: hammer weight 4.5Kg, Drop height
457mm, compaction cylinder Φ152x116mm, protective cylinder
152×50mm
2. Light compaction test: 2.5Kg hammer weight, drop height:
305mm, compaction cylinder Φ102x116mm, protective cylinder
102×50mm
3. Diameter of hammer head: Φ51mm
4. Hammer hits: 30 times / minute (6 hammer hits along the side of
1 unit
Section X - Contract Forms 52
Item Code No. Item Item Description/Specification QTY Unit
the cylinder and then 1 hammer hit in the middle)
5. Main equipment configuration:
NO. Name specifications Qty
1
CNC multi function
electric compactor main
machine
SKDJ-1 1
2 A light hammer Φ51mm(2.5Kg) 1
3 Hammer core 2Kg 1
4 The compaction cylinder Φ152x116mm 1
Φ102x116mm 1
5 protective cylinder Φ152x50mm 1
Φ102x50mm 1
6 Upright rod 1
7 lining 1
8 High qual ty block 1
9 Add soil spade 1
CEL-SM-16 Permeability
Testing Machine
1. Seepage bucket: Φ 100x Φ 400mm
2. Distance between pressure pipes: 100mm ± 0.44mm 3 unit
CEL-SM-17
Standard Heavy-
Duty Penetration
Test
1. Weight of the hammer:63.5Kg
2. Drop distance:760mm
3. Penetration sensor: Ф74×60
1 unit
CEL-SM-18 Sand Density
Meter
1. Metal container cylinder A: 250cm3 volume, inner diameter
Φ5cm, height 12.75cm
2. Metal container cylinder B: volume 1000cm3, inner diameter
Φ10cm, height 12.75cm
3. Hammer mass: 1.25Kg ± 5g
4. Hammer drop height: 457.2mm
5. Hammer diameter: Φ4.9cm, Φ9.9cm
3 piece
CEL-SM-19 Expansion Rate
Tester
1. Funnel without neck: the diameter of upper port is 60mm, and the
diameter of lower port is 5mm
2. Volume of soil measuring cup: 10ml, inner diameter: 20mm,
height: 31.8mm
3. Agitator disc with hole: diameter 18mm
3 unit
CEL-SM-20 Volume Tester 1. 1-30L 3 set
CEL-SM-21 Sand Filling
Tube 1. Ф200mm 3 set
CEL-SM-22 Soil Divider 1. Slot width (mm): 7, 13, 15, 19, 25, 30, 38, 50, 64
2. Number of slots: 14, 12, 12, 10, 10, 10, 8, 8, 8 1 unit
CEL-SM-23
Strain Controlled
Triaxial
Instrument
1. Specimen size: Φ39.1 ×80mm
2. Vertical load: 10KN, and the maximum load is 10KN
3. Strain rate: 0.016-1.6mm/min
4. Table stroke: 0-50mm
5. Confining pressure: 0-2mpa
6. Hole pressure: 0-2mpa
7. Volume change: 0-50ml, minimum indexing: 0.1ml
8. Instrument configuration
NO. Name specifications Qty
1 Triaxial instrument main
machine (maximum load:
TSZ10-1.0 1
1 unit
Section X - Contract Forms 53
Item Code No. Item Item Description/Specification QTY Unit
10KN)
2 Triaxial control cabinet TSZ10-1.0 1
3 Proving ring 1KN 1
3KN 1
4 Triaxial pressure chamber Φ39.1x80mm 1
5 Triaxial saturator Φ39.1x8 mm 3
6 Three bearing film drums Φ39.1x80mm 1
7 Triaxial split film Φ39.1x80mm 1
8 Triaxial sample compactor Φ39.1x80mm 1
9 Triaxial latex film Φ39.1x80mm 5
10 Porous stone Φ39.1x5mm 4
11 Pressure pad Φ39.1x5mm 2
12 Drain and undrain pressure
ca s
Φ39.1mm 1
13 Soil cutting disc 1
14 Dial indicator 0-30mm 1
15 Drum seal washer 10
CEL-SM-24 Soil Sampler
1. Drilling barrel: soil sample cup with inner liner volume of 100ml
2. Drill pipe: metal structure with scale
3. Bulldozer: used to push out soil samples
1 unit
CEL-SM-25 Electric Balance
0.01g 1. Accuracy: 500g / 0.01g 1 unit
CEL-SM-26 Electric Balance
0.001g 1. Accuracy: 500g / 0.001g 1 unit
CEL-SM-27
Multifunctional
Electric
Demolding Machine
1. Maximum axial load: 150kN
2. Maximum stroke: 250mm
3. Electric lifting rate: 170mm / min
4. Mold size of test piece: Φ 50, Φ 100, Φ 101.6, Φ 102, Φ 150, Φ
152 (mm)
1 unit
CEL-SM-28 Testbed
1. Dimension (L×W×H): 1800*750*850mm
2. Table-board: ≥12.7mm, using solid physiochemical board, with
thickness of edge 25.4mm, arc chamfer, acid and alkali resistant.
3. Steel frame: capable of bearing 250~400kg, not easily deformable.
4. Cabinet: with thickness of board ≥18mm and waterproof sealing.
5. Cabinet door and drawer: with thickness of board ≥18mm, and
edges processed by hot sealing technique.
6. Handle: PVC handle.
7. Hinge: Opening Angle 110°, cabinet door can be opened and
closed more than 100,000 times.
8. Drawer Guideway: silent guideway on both sides of the drawer,
which is processed by baking paint.
9. Footing: adjustable height ±25mm.
10. Back board: thickness no less than 9mm
10 unit
CEL-SM-29 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome
plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a
landing pad.
30 unit
Section X - Contract Forms 54
Item Code No. Item Item Description/Specification QTY Unit
5. Height: 47-52cm.
Section X - Contract Forms 55
Engineering Survey Practice Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-ES-1 Theodolite
1. Telescope parameters
1) Magnification: 30×
2) Effective aperture: 47mm
3) Resolving power: 3.75"
4) Minimum focus: 1.5 m
5) Field of view: 1°30 '
2. Angle measurement
1) Method: absolute encoding
2) Diameter: 79mm
3) Accuracy: 2"
4) Minimum reading: 1 ", 5 ", 10"
3. Physical parameters
1) Laser plummet: Red laser, Class Ⅱ
2) Operation range: BDC 1600mAh, working for at least 20 hours
after full charge
3) Standard configuration for every set
4) Main machine*1, lithium battery * 2, charger*1, tripod*1,
portable plastic case * 1
3 unit
CEL-ES-2 Total Station
1. Telescope:
1) Imaging: Erect.
2) Field of view: 1°30 '.
3) Resolving power: 4 ".
4) Magnification: 30×
2. Range parameters
1) Measuring time (fine / quick / tracking): 1.5s, 1S, 0.5s
2) Accuracy: ± (2mm + 2 × 10-6D)
3) In the reflector mode, the range is 3000M/ single prism.
4) In the reflectorless mode, the range is 7500M/ single prism and
600 meters without prism
3. Accuracy of Angle measurement
1) Accuracy: 2 ".
2) Minimum reading: 1 "/5" /10"
4. Compensator
1) Laser plummet, dual-axis compensator, can support diagonal
eyepiece.
2) Compensation range: ±3 '.
3) Setting accuracy: 1"
5. Communication
Bluetooth, panel interface Standard RS232, SD card, USB pen
drive, mini-B, ASCⅡ data format
6. Working range
It can be used for at least 10 hours.
7. Standard configuration for every set
Main machine*1, lithium battery*2, charger*1, data cable*1, 8GB
memory card*1, prism group mainframe*2, prism pole*1, prism
bipod*1, tribrach*1, tripod*2, portable plastic case * 1
3 unit
CEL-ES-3 Electronic
Level
1. Height measurement accuracy
(1) Digital reading: 0.8mm
(2) Optical reading: 1.5mm
2. Distance measurement accuracy
3 unit
Section X - Contract Forms 56
Item Code No. Item Item Description/Specification QTY Unit
Electronic reading:
D≤10m: 10mm.
D > 10 m: D * 0.002
3. Measuring
Electronic reading: 3m-110m
4. Minimum value
(1) Height: 1 mm / 0.1 mm
(2) Distance: 1 cm
5. Measurement time: less than 3 seconds under general conditions
6. Telescope parameters
(1) Magnification: 32×
(2) Resolution: 128 * 64 pixels
(3) Field of view: 1°20 '
(4) Multiplication factor: 100
(5) Additive constant: 0
7. Compensator
(1) Type: magnetic damping pendulum compensator
(2) Compensation range: >±15 '
(3) Setting accuracy: 0.50 "/1 '
8. Standard configuration for every set
Main machine*1, tripod*1, bar code ruler*1, plumb*1, portable
plastic case * 1
CEL-ES-4 Electronic
Rangefinder
1. Measurement accuracy: ±2.0mm
2. Measuring range: 0.05-80m
3. Measurement range of tilt sensor: 360°
4. Supports quadruple digital zoom
5. Battery: AAA L86 2* 1.5v
6. Data interface: Bluetooth
3 piece
CEL-ES-5 Auto Level
1. Standard deviation per kilometer: 1.5mm
2. Imaging: Erect
3. Magnification: 32×
4. Multiplier: 100
5. Additive constant: 0
6. Compensator: X-style air damping compensator
7. Compensation Range: ±15 '
8. Setting accuracy: ±0.5"
9. Field of view: 1° 20 '.
10. Minimum focusing distance: 1 meter.
11. Standard configuration
Main machine*1, tripod*1, tower ruler*1, plumb*1, portable plastic
case * 1
3 unit
CEL-ES-6 GPS Receiver
1. Measurement performance
(1) Channels: 220.
(2) Signal tracking:
BDS: B1, B2, B3.
GPS: L1C/A, L2C, L2E, L5.
GLONASS: L1C/A, L1P, L2C/A, L2P.
SBAS: L1C/A, L5(for SBAS satellites supporting L5).
Galileo: E1 BOC, E5A, E5B, E5AltBOC.
QZSS, WAAS, MSAS, EGNOS, GAGAN (Satellite
difference positioning)
(3) GNSS features:
3 set
Section X - Contract Forms 57
Item Code No. Item Item Description/Specification QTY Unit
Positioning output frequency 1Hz-20Hz.
Initialization time less than 10 seconds.
Initialization reliability > 99.99%.
2. Positioning accuracy
(1) Code differential GNSS positioning:
Horizontal: ± 0.25m +1 ppm.
Vertical: ±0.50 m +1ppm.
(2) SBAS differential positioning accuracy: typical < 5m 3DRMS
(3) Static GNSS surveying:
Horizontal: ± 2.5mm + 0.5ppm.
Vertical: ±5 mm+ 0.5 ppm
(4) Real Time Kinematic (RTK) surveying:
Single baseline: (< 30km)
Horizontal: ± 8mm + 1ppm.
Vertical: ±15 mm+ 1ppm
The network RTK:
Horizontal: ±8 mm+ 0.5 ppm
Vertical: ±15 mm+ 0.5 ppm RTK
Initilization time: 2 ~ 10 seconds
3. Communication and data storage
(1) I/O port: 5-pin LEMO interface, 1*USB2.0 interface: data
download and communication, 1* network/radio antenna
interface +RS232, 1*SIM card slot, 1*Micro SD card slot.
(2) Radio modem:
a) Standard built-in radio:
Transmitting power: 1W/2W/4W adjustable
Frequency: 403-473MHz
Supporting at least 3 well-known communication
protocols such as SATEL 3AS, TrimTalk450S, Hi-
Target9600, Hi-Target19200
Working range: 3-5km typically, 8-10km optimal
b) External transmitting radio:
Transmitting power: 5W/10W/20W/30W adjustable
Frequency: 460MHz
Channels: 116
Operating distance: 8-10km typically, 15-20km optimal
Built-in radio communication mode should be
compatible with at least three well-known brands GNSS
receiver communication protocols.
c) Cellular mobile: 4 G network communication module,
support HSPA + / HSPA/UMTS/EDGE/GPRS/GSM
(2100/1900 / AWS1700/1800/900/850/800).
d) Dual-mode Bluetooth: Bluetooth® 4.0/2.1+EDR, 2.4ghz.
e) WIFI: 802.11b /g/n, wireless access points and clients,
using 64-,128-, and 256-bit WEPTKIP or AES Keys.
f) NFC fast connection.
g) Data format:
Differential data formats: sCMRx, CMR, CMR+, RTCM
2.1, 2.2, 2.3, 3.0, 3.1, 3.2.
GPS output data format: NMEA 0183(GSV, AVR, RMC,
HDT, VGK, VHD, ROT, GGK, GGA, GSA, ZDA, VTG,
GST, PJT, PJK, BPQ, GLL, GRS, GBS), binary code:
Section X - Contract Forms 58
Item Code No. Item Item Description/Specification QTY Unit
GSOF
Network mode support: VRS, FKP, MAC, NTRIP
protocol support.
4. Featured support function
Support for electronic bubbles, tilt survey, quasi-dynamic survey,
voice broadcasting can be DIY into any language
5. The receiver shall provide the following certificates and reports
CE, FCC, IP67, NGS, mil-std-810g
6. Working hours of the GNSS RTK receiver
Static mode: 12 hours or more
RTK Rover mode (UHF/ Data controller Internet differential/ 3G):
10 hours or more
RTK Base mode: 8 hours or more
7. Working temperature
Operating temperature: -40℃~+75℃.
Storage temperature -55℃~+85℃
8. Controller parameter
System: Android 6.0,
Processor: MTK6737, 1.5GHz, 4 core or higher
Storage: RAM: 2GB, 16 GB (expandable to 128GB external
Micro-SD)
Communication mode: Bluetooth, USB Type-C, NFC, Wi-Fi:
802.11b/g
9. Standard configuration for every set
Main machine *2, lithium battery*4, Main machine charger* 2,
steel tape ruler*1, external radio*1, external radio external power
cable*1, external radio transmitting antenna*1, tribrach*1,
tripod*1, portable plastic box*2, controller*1, controller
bracket*1, controller data cable*1, controller battery*1, controller
charger*1, centering pole*1, controller field software*1, GNSS
data post processing software * 1
10. Supporting controller field software:
(1) Road functions
a) Support importing *.xml data to generate road data
b) Intersection method supports back curve, virtual
intersection and folded line
c) Support the calculation function of transition curves,
which can calculate transition parameters, starting radius
and ending radius
d) Desktop road editing software is provided to support the
design function of construction structures
(2) Other functions
a) The collected features can be displayed in groups
b) Code data supports importing and exporting XML, CSV
and TXT formats
c) One-button restore software settings and measurement
configuration
d) The software supports shortcut button code collection
function, that is, the detail survey interface of the Q-code
digital key function can be used
e) The measurement interface can display the number of
satellites and the number of common satellites visible in
Section X - Contract Forms 59
Item Code No. Item Item Description/Specification QTY Unit
the current fixed solution state of the Rover station in
real-time
f) The coordinate system supports importing the Trimble
DC file.
g) Support coordinate conversion and frame conversion
batch conversion function, and support export results
h) Surface stakeout supports importing CASS SJW format.
i) Support output the *.hdx data of legend-coded data
j) Support AR stakeout and quasi-dynamic collection
functions, in static mode, the RINEX format data and raw
data can be stored at the same time.
GNSS data post processing software:
1. Static baseline processing supports GPS/BDS/GLONASS/Galileo
multi-constellation data processing.
2. Static baseline solution supports automatic selection of appropriate
observation model solution.
3. Network adjustment supports "one-key" adjustment, which can
automatically complete all kinds of adjustment calculations.
4. Constraint adjustment can automatically calculate 7 parameters or
4 parameters to achieve coordinate conversion.
5. CosaGPS supports HGO baseline vector files.
6. Dynamic baseline solution supports Stop&Go mode solution
function and PPK (post-processing RTK) mode solution function.
7. Stop&Go and PPK modes can interact with controller software
project.
8. Support satellite ephemeris forecast, precise satellite ephemeris
download, Rinex conversion tool, receiver management, coordinate
conversion, static file splicing.
9. Accuracy converging of positioning information received in
occluded areas or multipath effects.
CEL-ES-7 Compass
1. Measurement direction, horizontal angle, vertical angle, height
difference, distance.
2. Magnification: 16 × (positive image)
3. Needle length: 67mm
4. Lens diameter: 22mm
5. Dial unit: 1 °
6. Line-of-sight multiplication constant: 100
7. Horizontal line of sight plus constant: 0
8. Field of view angle: 2°30’
9. Cursor scale: 5 ’
10. The shortest distance: 2.5m
3 unit
CEL-ES-8 Sighting Rod 1. Specification: 2m
2. Material: aluminum alloy 10 piece
CEL-ES-9 Level Ruler
1. Specifications: 5 meters
2. Full shrinkage: 1.2 meters
3. Material: aluminum alloy
3 piece
CEL-ES-10 Triple Prism
1. Prism coefficient: - 30
2. Applicable to all total stations
3. Connector with tube bubble and optical point counter
3 set
CEL-ES-11 Measuring
Umbrella-2M 1. Specification: 2m 3 piece
Section X - Contract Forms 60
Item Code No. Item Item Description/Specification QTY Unit
CEL-ES-12 Prism Pole 1. 1.Specifications: 2.15 m
2. 2. Diameter: 25mm 3 piece
CEL-ES-13
Special
Measuring
Ruler for
Engineering
1. Specification: 30m
2. Material: Nylon coated steel tape measure 3 set
CEL-ES-14 Pin
1. Specification: 60cm
2. Diameter: 6mm
3. Color: alternate with red and white
30 piece
CEL-ES-15 Drawing Table
1. Dimension: ≥ 90*60*80cm.
2. Adopting double-sided steel rectangular tube 30*30mm (thickness
1.0mm) collapsible bracket structure. Using high quality 25mm
thick melamine desktop board (900*600*25mm), adjustable dip
Angle 0°-80°.
3. The stools are made of steel and plastic with diameter ≥30 cm.
4. Listing
Special drawing platform for students:
(1) ifting bench of plastic steel (1 piece)
(2) student drawing table (1)
(3) no. 1 wooden drawing board (1 piece)
(4) matching T-square (1)
5 unit
CEL-ES-16
Remote
Sensing
Software
(Education
Version)
1. Operating platform
The platform software supports WINDOWS operating system and
lives demonstration.
2. Data loading
(1) Mass data rendering: supporting GB level vector data to open
in seconds, tens of millions of level factor data real-time
rendering, can load vector data no upper limit, no longer
subject to the size of hardware memory.
(2) Supporting IMG, TIF, HDC and other raster-image importing
and browsing without limit of storage size and graphic size (at
least greater than 4GB), and two browsing operation time is
less than 2 seconds.
(3) Supporting multiple vector data formats. MDB, SHP and
other standard geographic data can be opened, edited and
stored directly without conversion, making the data universal
adaptable.
(4) Supporting the expression of various complex vector data
types (point, line, surface, text, multi-point, multi-line,
composite line, hash, block, etc.).
(5) Supporting optional loading and smooth quick browsing
module of mass point cloud data.
(6) Equipped with professional data library, supporting direct
editing and querying data in the library, without database
conversion.
3. Custom module
(1) Abundant symbolized display: it supports the display of
symbolized vector data of national surveying and mapping
standards. It can also customize symbols according to
requirements and directly reference the symbolized database
data to ensure the consistency and integrity of graphics and
attributes.
1 set
Section X - Contract Forms 61
Item Code No. Item Item Description/Specification QTY Unit
(2) Visual symbolic customized software, from which it is no
longer difficult to make symbols, and there is no need to be as
familiar with making rules as other software.
(3) The operation habit is similar to that of CAD software.
(4) Define and change the shortcut key scheme according to the
operator's usage habits.
4. 3D data processing
(1) Support real-time collection of 3D point coordinates by
importing DSM data based on orthophoto image and provide
rolling screen analysis function of image and vector layer.
(2) Support contour processing, support automatic extraction of
elevation points to generate triangular mesh, generate contour
lines or manually obtain contour lines, and provide line fitting
options and covering effect.
(3) Provide three-dimensional mapping function, support the
loading orthogonal projection image and tilt model data (osgb,
osg, obj, ive, manipulated, 3 ds), integrated aerial module, do
not need glasses and handwheel, support DLG data collection,
based on the raw measurement, white film generated, Multi-
point measurement of houses, elevation measurement, set up
datum, cubic and surface area calculation, image modification,
two three-dimensional, such as a 2D and 3D window linkage
function support live demonstration.
(4) Support the processing of viewing and browsing other features
during drawing and collection, and the drawing can be
suspended at any time, and the operation can be continued
when necessary.
5. Extended application
(1) Support multi-language secondary development: support
various high-level languages such as JAVA, C#, C++ and
scripting languages such as JavaScript, python, etc.
(2) Provide secondary development interface based on standard
configuration and existing application system. All modules can
be dismantled according to requirements and embedded into
other software platforms as components or embedded into the
WEB for mixed development.
(3) The teaching practice version of the school or training room
can be provided, and the teaching function can be customized
to limit the data export and output of the results
(4) Support the authorized version of network dongle node.
6. Registration method
Multiple authorization methods, supporting online software
registration and hardware registration.
7. Qualification certificate
Software copyright certificate.
CEL-ES-17 GIS (Software
+ Hardware)
The software platform
1. Data preprocessing tools
(1) Provide a complete grid preprocessing tool, and customize the
fine degree of the preprocessing results
(2) Support raster-image import browsing of img, Geotif, JPG and
other images without storage size and graphic size limit (at
least greater than 4GB), and the operation time of two
1 set
Section X - Contract Forms 62
Item Code No. Item Item Description/Specification QTY Unit
browsing operations is less than 2 seconds
(3) Support loading more than 30,000 vector objects and can
perform normal browsing operations. Vector objects support
color block and transparent display mode
(4) Support grid and vector data superposition display of the above
two data quantities, and the superposition accuracy is within
1cm, which can control the display order of the layer and
whether the layer is visible
(5) Support massive coordinates and attribute storage
management of point, line and surface vector data, establish
spatial index, support integer, floating point, text, radio and
multi-choice menu, multimedia file, date, time and other types
of attribute information storage, and can record GPS satellite
information and associate with spatial objects
(6) Support online loading of Google map
2. Collection method
(1) Support a variety of offset collection functions, and can also
collect data when the satellite signal is weak
(2) Support GNSS, hand-drawing and coordinate smoothing
collection methods, graphically display the scatter smoothing
process, to facilitate the judgment and eliminate the rough
deviation of floating points
3. Other functions
(1) Coordinate conversion module: support coordinate conversion
under arbitrary spatial projection
(2) Support custom data dictionary, add, delete, change of various
layers, including its symbol style editing support
(3) Support the startup software to automatically load the previous
project content, directly into the working state, or support the
option to open another project content
(4) Provide high-precision CORS connection function to realize
high-precision differential operation
(5) Support to display and hide any layer according to the custom
scale, support to zoom in the pull box
(6) Support directional navigation guidance of target position, and
realize signal prompt of direction and distance
(7) Provide data conversion functions of SHP, mapgis, DXF, mif,
KML, doc and XLS
4. Extend the applications
Provide free secondary development kit based on mobile terminals
(obtain copyright), including dynamic link library, usage
instructions and development examples
Hardware platform
1. Positioning characteristic
(1) Channels: 72, GPS(L1+L2), GLONASS(L1OF+L2OF),
BEIDOU(B1+B2), GALILEO(E1+E5)
(2) First positioning time: 25 seconds (typically)
(3) Single point positioning accuracy: 3-5 m
(4) SBAS positioning accuracy: at least 1 meter
(5) RTK positioning accuracy: ≤0.2m
(6) Data update frequency: 1-5Hz
Section X - Contract Forms 63
Item Code No. Item Item Description/Specification QTY Unit
2. Hardware features
(1) Operating system: Android 6.0, compatible with third-party
software
(2) Processor: 2.0GHz, eight-core high speed processor
(3) Storage capacity: ram3/4GB, ROM 32/64GB, expandable to
128GB external expansion
(4) Screen display: 5.5-inch hd capacitive touch screen
(5) Screen resolution: 1920 x 1280, visible under the sunlight
(6) Touch: 5 touch, support capacitive glove operation
(7) Built-in camera: 13-megapixel rear, auto focus, highlighted
LED flash
3. Data communication
(1) Communication mode: 4G (TD-LTE,FDD-LTE, TD-
SCDMA, CDMA ( EVD0,2000 ) WCDMA, GSM ( GPRS )
(2) CDMA (EVD0,2000) WCDMA, GSM (GPRS)
(3) Wi-fi: IEEE 802.11b/g/n, AP, WAPI
(4) Bluetooth: Bluetooth V4.0, BLE
(5) USB: TypeC, with OTG function
4. Power supply characteristics
(1) Battery capacity: 3.7v, 5500mAh non-removable internal
battery
(2) Charging mode: Support quick charging protocol, full charge
within 3 hours.
(3) Working hours: 10-12 hours
5. Physical features
(1) Three protection levels: IP67, 1.5 m free fall resistance
(2) Operating temperature: -40~+85°C
(3) Storage temperature: -50~+85°C
6. Other applications
(1) AGPS spiral antenna, module scanning: qr code scanning,
NFC, RFID (optional)
(2) Sensors: gravity sensor, electronic compass, barometer
7. Industry customization
Data collection, editing and input integration scheme
8. Hardware platform certification
Provide IP67 waterproof certificate and CE certification
information (CE certification and related test report)
CEL-ES-18 Collimator
1. The nunbers of parallel light pipe: Two parallel light tubes include
horizontal angle and top angle
2. Angle system:
Horizontal angle 90°【270°】,
Depression angle 120°, (±30')
3. The length of parallel light pipe barrel: 565mm
4. Effective ratio: 1:10
5. Effective aperture: 55mm
6. Focal length: 550mm
7. Accuracy (Reticle lattice value):
The minimum value: 30″
The large grid value: 10'
8. The adjustable range of parallel light pipe:
The cross wire ≥60'
The vertical wire ≥60'
1 unit
Section X - Contract Forms 64
Item Code No. Item Item Description/Specification QTY Unit
9. Visual range: 15-20cm
10. Lifting platform center instrument locking spiral:
Support dual-use of the M16 conversion of metric and imperial
system.
11. Elevating stage of the maximum working range≥350mm (including
optical path aperture)
12. Magnification ratio: 5.7-7×
13. Angle of view: 10 ° 20'
14. Resolution: 3″
Section X - Contract Forms 65
Steel Building Plaster Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-SB-1 Mortar Mixer
1. Volume: 600L
2. Motor power: ≥ 4KW
3. Stirring capacity:450 kg
4. Reversible
3 unit
CEL-SB-2 12-Line
Horizontal Laser
1. Laser: 4 horizontal /4 vertical /2 upper cross /2 lower cross, green
light, diagonal function
2. Automatic anping: ±3°
3. Wall distance: 7mm
4. Accuracy: ± 1.5 mm / 7 m
5. Working distance: 25m
6. Battery capacity: 4000mA, lithium battery charging
7. Dust proof: level 5
8. Waterproof: grade 4
9. Accessories: tripod
15 piece
CEL-SB-3 Sieve
1. Material: stainless steel
2. Aperture: 3 mm
3. Specification: 1 * 1.8 m
5 piece
CEL-SB-4 Tile 1. Single face 30 piece
CEL-SB-5 Shovel 1. Steel
2. Handle length: 1.2-1.5 m 30 piece
CEL-SB-6 Ash Bucket 1. Plastic material
2. Caliber: 28-32cm 30 piece
CEL-SB-7 Guiding Rule and
Thread Hammer
1. Road level:3m
2. Line fall:6m 30 piece
CEL-SB-8 Spirit Level 1. 1000mm 30 piece
CEL-SB-9 Feeler Gauge 1. 0.02-1.0mm 30 piece
CEL-SB-10 Mesh 1. 240*110mm 30 piece
CEL-SB-11 Iron Trowel 1. Big size 30 piece
CEL-SB-12 Plastic/Wood
Trowel 1. Big size 30 piece
CEL-SB-13 Hawk 1. plastic 30 piece
CEL-SB-14 Solar Angle of
Float 1. external corner 30 piece
CEL-SB-15 Lunar Angle of
Float 1. internal corner 30 piece
CEL-SB-16 Small Shovel
Small Trowel 1. Small size and suitable for one-handed operation 30 piece
CEL-SB-17 Square Ruler 1. Training tool 30 piece
CEL-SB-18 Scraper (Wood or
Aluminium Alloy) 1. Training tool 30 piece
CEL-SB-19 Masonry Saw 1. Portable 3 piece
CEL-SB-20 Vibrating Table
1. Specification: 1000×1000mm
2. Vibration frequency: 2860 times /min
3. Amplitude: 0.3-0.6 mm
3 unit
CEL-SB-21 Rammers
1. Impact frequency ≥10Hz
2. Air capacity: ≤15L/S
3. Piston stroke: 120mm
3 piece
Section X - Contract Forms 66
Item Code No. Item Item Description/Specification QTY Unit
4. Piston diameter: 30mm
CEL-SB-22 Block Making
Machineer
Complete set of equipment includes: main machine*1, mixer*1,
conveyor belt*1, 1 set of molds (specification specified by the
customer), brick carts*2, 1 set of accessories
1. Main Machine Specifications:
(1) Seismic force 30-50 KN
(2) Molding cycle: 15-20s
(3) Power>24kW
2. Mixer Specifications:
(1) Feeding capacity:800L
(2) Discharging capacity:500L
(3) Capacity ≥15 m3/h
(4) Max. aggregates diameter: ≤40mm
(5) Power :11KW
3. Belt Conveyor
Length:6000mm, width:500mm
4. spare parts
Proximity switch, ABB cross switch, Intermediate relay, High
strength screw, High strength nut, Wrench, Combination
wrench, Combination wrench, Circlip pliers, Circlip pliers,
Triangle belt, Spring, Type O circle, chain, Coupling, Oil seal
of oil cylinder, inner hexagon spanner, PTFE TAPE, Grease oil
mouth, Tools Kit
5. Production Efficiency
Theoretical production efficiency
No Size Output (block /8
hours)
picture
1 400×200×200mm 5760-7680
2 240×115×90mm 17280-23040
3 230×110×70mm 37440-49920
4 200×100×60mm 23040
5 200×163×60mm 17280
1 unit
Section X - Contract Forms 67
Item Code No. Item Item Description/Specification QTY Unit
CEL-SB-23 Manuel Block
Making Machine
1. Form in 60s.
2. Brick type:
standard brick 240×115×50mm (6 pieces/time),
hollow brick 390×190×190mm (2 pieces/time),
hollow brick 240×190×190mm (2 pieces/time),
round hole hollow brick 390×150×190mm (3 pieces/time),
hollow brick 390×100×190mm (3 pieces/time)
3. Configuration: main machine*1, hollow brick mold *1 (size to
be selected by the customer)
3 unit
CEL-SB-24 Site Dumper 1. Steel plate thickness: ≥2mm
2. Double round 1 piece
CEL-SB-25 Scaffold&Platform
1. Configuration:
A set of scaffolding consists of: 2 shelves /2 pairs of pull rods /1
pedal /4 connecting rods /4 pins /4 split pins
2. Size: 1700×950×1800mm
1 set
CEL-SB-26 Hoisting
Equipment
1. Load bearing: 1000kg.
2. Line length: 30m
3. Continuous operation
1 unit
CEL-SB-27 Concrete Vibrator 1. Diameter of 50 mm
2. Length of 6 meters 3 piece
CEL-SB-28 Gauge Rods 1. Length: 4-5 m 3 piece
Section X - Contract Forms 68
Rebar Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-RE-1
Rebar
Straightening
Machine
1. Working range: 5-10mm
2. Processing range: 300mm-99.99m
3. Working speed: 35m/min
4. Motor speed: 1440r/min
2 unit
CEL-RE-2 Rebar Cutting
Machine
1. Working range:
Round steel (Ub ≤235) Mpa,
Ⅲ grade rebar
2. The processing scope:
round steel: Φ 6-40 mm
Ⅲ rebar: Φ 6 - 32 mm
3. Working speed: 32 times /min
4. Motor speed: 2880r/min
2 unit
CEL-RE-3 Rebar Bending
Machine
1. Working range:
round steel (Ub ≤235) Mpa
Ⅲ grade rebar
2. Processing range: Φ 6-40 mm
3. Working speed:
high speed stage 10r/min
The low level 5 r/min
4. Motor speed: 1440r/min:
2 unit
CEL-RE-4 Rebar Stirrup
Bender
1. Working range: round steel (Ub ≤235Mpa)
2. The processing scope: Φ 6-25 mm
3. Working speed: spindle speed: 28r/min
4. Motor speed: 1440r/min
2 unit
CEL-RE-5
Rebar Electroslag
Pressure Welder
1. Welding steel bar diameter: 8 ~ 32mm
2. Rated welding voltage: 40v 2 unit
CEL-RE-6 Rebar Butt
Welder
1. Capacity: 100 kva
2. Maximum welding distance of electrode: 90mm 1 unit
CEL-RE-7 Arc Welding
Machine
1. Input capacity: 15KVA
2. Output current: 35-350A
3. Including: welding handle, mask, eye mask, gloves and other
accessories.
2 unit
CEL-RE-8
Rebar Sleeve
Extrusion
Connection Machine
1. Extrusion connection range: 16mm – 40mm
2. Working pressure: not less than 60MPa 1 unit
CEL-RE-9
Straight Thread
Sleeve Threading
Machine
1. Diameter range of processed reinforcement: 16 mm – 40 mm
2. Maximum processing length of thread: not less than 80mm
3. Degree of automation: semi-automatic
1 unit
CEL-RE-10
Rebar
Workbench
Table
1. 2 station Settings
2. Overall dimensions: length (1800~2200mm), width (1500mm),
height (750mm)
3. Wooden desktop with thickness ≥5cm
10 unit
CEL-RE-11 Straightening
Wrench(8mm)
1. Specification: 8 mm
2. Handle long: 60-100 cm 30 piece
CEL-RE-12 Straightening
Wrench(12mm)
1. Specification: 12 mm
2. Handle long: 60-100 cm 30 piece
Section X - Contract Forms 69
Item Code No. Item Item Description/Specification QTY Unit
CEL-RE-13 Wire Cutter 1. 8" 5 piece
CEL-RE-14 Tie Hook 1. Total length: 240mm
2. Stainless steel 30 piece
CEL-RE-15 Steel Ruler 1. 5m 30 piece
Project Cost &CAD & Architectural Decoration Designing Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-CA-1 Computer
1. CPU: Intel core i5-9500 3.0G 6C CPU or above
2. Main board chipset: Inter B360 chipset or above
3. Memory: ≥8G DDR4 2133MHZ, supporting dual channels of
memory
4. Hard disk: 1≥256GB SSD M.2 2280 NVMe TLC+1TB SATA HD
7200RPM 3.5"" SATA3
5. Optical drive: DVD-RW
6. Video card: 2G or above independent video card
7. Sound card: motherboard integrated sound card
8. Network card: mainboard integration 10-100-1000m or above
9. Interfaces ≥4 USB 3.0 ports, ≥2 PS/2 ports, ≥1 VGA port, ≥2
HDMI ports, ≥1 COM port, ≥1 rj-45 port, audio input/output port.
10. Expansion slots ≥1 PCIe X16,2PCIeX1, ≥3 SATA interfaces
11. Chassis: ≥18L vertical chassis,
12. Operating system: Original factory pre-installed authentic win10
PRO English version.
13. Display: ≥19.5-inch widescen LCD display, Low blu-ray, pixel
ratio 16:9, resolution 1920*1080 and above, contrast 1000:1 and
above, response time ≤5ms, VGA and DVI interface.
14. Service requirements: the original packaging, the whole machine
free warranty, three years free on-site service, free technical
support for five years.
31 unit
CEL-CA-2 Multimedia
Platform
1. Overall dimensions: length ≥1180mm, width ≥730mm, total
height ≥980mm (upper dimensions), length ≥800mm, width
≥620mm, table height ≥866mm (lower dimensions)
2. Adopting split design, which is convenient for transportation.
3. Equipped with access door, ventilation, heat dissipation,
equipment debugging door (front door), door for computer host
and CD driver.
4. Supporting 17 ~ 22-inch LCD, central control, host, DVD, speaker
amplifier, physical booth installation.
5. The dustproof glass in the ins tallation position of the display is the
toughened glass of the automobile, which is of high safety.
6. After closing, all interfaces are not exposed.
7. Equipped with leakage protection switch and anti-static grounding
device.
8. Equipped with two speakers’ holes. The platform is equipped with
fixed holes.
9. With chairs.
10. Service requirements: three-year warranty.
1 unit
Section X - Contract Forms 70
Item Code No. Item Item Description/Specification QTY Unit
CEL-CA-3 Projector and
Curtain
1. Brightness (lumen): ≥2800 lumens
2. Projection resolution: ≥1024*768dpi
3. Contrast: 3001-5000:1
4. Projection method: positive projection
5. Projection screen: 30-300 inches
6. Calibration range: ±30 degrees
7. Transmission ratio: 1.47-1.77:1
8. Curtain: 100-inch electric curtain,
9. screen ratio: 4:3,
10. Tripod is required
1 set
CEL-CA-4 Student Desks
and Chairs
1. Student desk: the thickness of the desktop board is ≥2.5cm.
desktop size: 140cm*60cm, desktop with 2 wire box cover, white
paint steel frame table foot, desktop to ground: 75cm (±0.2cm).
2. Chassis: rear chassis, lockable design, can hide the host various
lines, convenient management of the machine room. Cabinet
perforated steel plate can be effectively used for heat dissipation
of main engine.
Students' square stool: steel and wood structure, size and students'
table matching.
15 set
CEL-CA-5 Switches
1. Standard 19-inch 1U high rack equipment, can be mounted on the
rack, the number of curing gigabit electric interfaces ≥24.
2. Exchange capacity ≥48Gbps.
3. Packet forwarding rate ≥ 35.7mpps.
4. The products are silent and fanless to save energy.
5. MAC address table ≥8K.
6. Equipped with hardware on-off flow control switch, which can
turn on or off the flow control function of the whole machine.
Operating temperature range is 0~50°C
2 unit
CEL-CA-6 Switchboard
Cabinet
1. Product type: switch cabinet
2. Cabinet capacity :24U
3. Cabinet standard: international standard
4. Doors and locks: there are locks
5. Materials and process: SPCC high quality cold-rolled steel plate,
surface sandblasting, degreasing, fire proof rust, electrostatic
spraying
6. Plate thickness: installation of column 2.0mm, frame 1.2mm, door
plate 0.8mm
7. Dimension :600×1000×1200mm
8. toughened glass door for the front door of the cabinet, ventilation
mesh back door. Cabinet standard with five output power line plug
1, 1 piece of fixed tray, 4 supporting feet, 4 casters, 2 fans.
9. Service requirements: three years free warranty
1 unit
CEL-CA-7 Integrated Wiring
1. Comprehensive wiring: strong installation, weak installation.
Network wire (six kinds of network wire without oxygen copper
can reach 10 years warranty), network wire into the table need to
cover the hose, power line, socket and accessories and other
1 unit
Section X - Contract Forms 71
Item Code No. Item Item Description/Specification QTY Unit
comprehensive wiring.
2. Auxiliary materials (standard: PVC pipe, PVC groove, label, PVC
elbow and other auxiliary materials)
3. The network wire into the cabinet shall be arranged by a
distribution frame and connected to the switch with six types of
jumper wires of overtested products
120 nodes including desktop computer, server and switch.
CEL-CA-8 Multi-Functional
Machine
1. Product type: four-in-one (print, copy, scan) function. Printing
technology: black and white laser. Processing size A4.
2. Black and white printing speed ≥20 pages/min.
3. Memory capacity ≥128MB
Print resolution HQ1200, 600×600dpi.
1 unit
Section X - Contract Forms 72
Project Management and Construction Training Room (Software)
Item Code No. Item Item Description/Specification QTY Unit
CEL-PM-1 Server Server especially used for the Following Softwares 1 set
CEL-PM-2
Project Cost
Management
Software
Consisted of: Takeoff for Architecture and Structure, Takeoff for
Rebar, Takeoff for Mechanical & Electrical, Tender Series for Bills
of Quantities.
Takeoff for Architecture and Structure
Definition:
TAS is BIM-based quantity takeoff software for architecture and
structure, which helps all participants in the construction industry
(owners, consultants, contractors, etc.) to calculate quantities rapidly
and accurately, check quantities easily and intuitively, and work
efficiently and collaboratively in the full life cycle of construction
projects, thus improving the work efficiency and cost management of
enterprises.
Requirements:
1. Interface in English
2. Internationally verified BIM pricing and quantity calculation
platform with international service capability
Features:
1. BIM‐based quantity takeoff software
2. Create and reuse 3D models rapidly
3. Intelligent quantity calculation
4. Flexible Quantity Extraction
5. Convenient check
6. Interconnection
Functions:
1. 3D model display,Information extraction
2. Auto‐identify 2D drawings,One‐click to import 3D models
3. Built‐in measurement rules,One‐click to generate quantities
4. Built‐in reports, flexible and adjustable
5. Reversely‐checkable model,Visible calculation
6. Support the collaboration with TRB, TBQ and Excel
Benefits:
1. Information saved in BIM models, checkable and traceable,
Interconnect with upstream and downstream. Reusable BIM
models help to reduce repeated work
2. Improve quantity takeoff efficiency
3. Reduce human‐made errors, get accurate quantities rapidly
4. Convenient quantity extraction
5. Verify quantities rapidly
6. Efficient collaboration improves work efficiency
Takeoff for Rebar
Definition:
TRB is BIM-based quantity takeoff software for rebar, which helps all
participants in the
construction industry (owners, consultants, contractors, etc.) to
calculate rebar quantities rapidly and accurately in the full life cycle of
construction projects. The 3D visualization of rebar, quantity extraction
via various reports, and collaborative integration of quantities and rates
make the rebar quantity takeoff professional, precise, intelligent and
31 node
Section X - Contract Forms 73
Item Code No. Item Item Description/Specification QTY Unit
efficient.
Requirements:
1. Interface in English
2. Internationally verified BIM pricing and quantity calculation
platform with international service capability
Features:
1. Quick Modeling
2. BIM-based Quantity Calculation
3. Convenient Check
4. Flexible Quantity Extraction
Functions:
1. Intelligent identification, Model sharing
2. Built-in measurement rules, Instant change processing
3. BIM-base 3D rebar
4. Various reports, Adjustable formats
Description:
1. Support various modeling approaches to build models and
calculate quantities rapidly, Identify DWG, PDF and JPG files
intelligently or draw models manually based on drawings, Support
sharing models with Cubicost TAS to complete quantity takeoff
for architecture, structure and rebar rapidly through one-time
modeling.
2. Equipped with built-in localized rebar quantity calculation rule
library. Through the verification of customers from multiple
countries, the calculation accuracy is proved to be adequate in
meeting the local calculation needs, Convenient to deal with
changes: Once changes occur, you can deal with them instantly by
only adjusting model info and performing calculation again.
3. Auto quantity takeoff based on BIM models, intuitive 3D rebar,
3D models and built-in rules, the calculation result is professional
and precise. The checking process is also intuitive and convenient.
4. Provide various report templates, export them to Excel easily, offer
multiple quantity check methods and customizable design to meet
diversified requirements for quantity extraction, Support
importing local BQ, picking quantities for BQ rapidly, and
generating BQ reports directly. Share data with Cubicost TBQ to
extract. quantities and produce tenders rapidly
Takeoff for Mechanical & Electrical
Definition
TME is BIM-based quantity takeoff software for mechanical &
electrical, which helps all participants in the construction industry
(owners, consultants, contractors, etc.) to calculate MEP quantities
rapidly and accurately in the full life cycle of construction projects.
Requirements:
1. Interface in English
2. Internationally verified BIM pricing and quantity calculation
platform with international service capability
Functions &Features:
1. BIM BASED
Deal with variations quickly by only adjusting BIM model and
performing calculation again.
Section X - Contract Forms 74
Item Code No. Item Item Description/Specification QTY Unit
2. QUICK MODELING
Support importing PDF and DWG files and generate BIM models
automatically by identifying MEP devices in different disciplines.
3. 3D VIEWS OF MEP
Makes it realistic and intuitive to check quantities.
4. COMPLETE WIRING
Check wiring specifications in trays by only one click, taking off
quickly.
Tender Series for Bills of Quantities
Definition:
Cubicost TBQ, the digital cost management solution makes cost
management more efficient, intelligent and professional for your
enterprise.
Requirements:
1. Interface in English
2. Internationally verified BIM pricing and quantity calculation
platform with international service capability
Features & Functions:
1. Efficient solution for project bidding
2. Import tender documents by one click.
3. Identify PDF tenders instantly and fill in automatically.
4. Real time linkage with BIM models
5. Sufficient system for building up and analyzing the cost.
6. Efficient team collaboration
7. Assist to develop the digital center of cost management for your
enterprise.
CEL-PM-3
Project
Management
Software
1. Technical parameters:
(1) The system adopts B/S mode for software deployment. The
software architecture is open, provides a complete and
standardized development interface, and can meet the needs
of mainstream platform and cross-platform rapid application
development.
(2) 2. Platform requirements: It is required to support various
current operating system environments. Web servers,
application servers, and database management systems are
required to support mainstream products in the industry.
provide specific security functions such as user management,
rights management, and unified authentication. Various
security measures including encryption and signature are
adopted. Design security from the levels of physical security,
network security, system security, and application security.
(3) Network application: The application is deployed on the host,
the server centrally processes the application and
management data (data concentration), and can access the
system through the local area network and the Internet.
2. Functional requirements
(1) Project approval: establish the project approval and record the
basic information of the project, including project name, type,
ground work date, contract cost, contract commencement
date, contract completion date, actual commencement date,
actual completion date, uploaded project effect diagram, etc.
31 node
Section X - Contract Forms 75
Item Code No. Item Item Description/Specification QTY Unit
(2) Appoint a project manager, set up a project department,
conduct project planning and establish various management
system specifications.
(3) Bidding management: through the efficient integration of
supplier resources and the standardization of bidding process,
ensure the completion of project schedule, cost and quality
indicators, including the management of supplier resource
base, product base, material and equipment price base, and
the whole process management of bidding business. Effective
monitoring and early warning of bidding progress, complete,
standardized and transparent bidding process management.
(4) Construction site management: including resumption of
work, stoppage, image progress, video, timely upload of
information and broadcast release, integration of mobile
terminal APP with computer terminal, formation of
measurement payment, project progress, quality, inspection,
design, change, visa, Work contact list, negotiation list, site
acceptance, engineering report, construction log, weekly
construction report, monthly construction report, project
meeting, Real-time monitoring of project construction
sequence, project progress and completion of each stage
(5) Contract management: Unified management of the project's
related procurement and subcontracting, including receipt
and payment, and invoicing.
(6) Capital plan: carry out the plan management for the collection
and expenditure of project funds
(7) Material management: from requisition to purchase order, on
- site receipt, return and data analysis.
(8) Human resources: including personnel management and
account management.
(9) Non-contract management: reimbursement and review of
overhead expenses.
(10) Quality management: from process quality to sub-project
quality, sub-project quality, unit project quality system
control. System to achieve quality standards, quality
objectives, quality assessment, quality inspection affairs and
other aspects of management.
(11) Safety management and safety management should pay
attention to process management and provide comprehensive
management means for safe production and civilized
construction. The content covers all aspects of construction
site safety management, including safety norms, safety
affairs, safety supervision, safety measures, safety testing,
and safety accident handling.
(12) System administration: includes process setup and system
administration
3. Language: All English interface version.
4. Mobile terminal: support online examination and approval, online
settlement, online payment and project on-site online office
To conform to the teaching rigor suitable for the actual operation
of students, understand the importance of the construction process
of interdependence and collaboration
Section X - Contract Forms 76
Section X - Contract Forms 77
Drawing Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-DR-1 Projector and
Curtain
1. Brightness (lumen): ≥2800 lumens
2. Projection resolution: ≥1024*768dpi
3. Contrast: 3001-5000:1
4. Projection method: positive projection
5. Projection screen: 30-300 inches
6. Calibration range: ±30 degrees
7. Transmission ratio: 1.47-1.77:1
8. Curtain: 100-inch electric curtain
9. screen ratio: 4:3
10. Tripod is required
1 set
CEL-DR-2 Computer
1. CPU: Intel core i5-9500 3.0G 6C CPU or above
2. Main board chipset: Inter B360 chipset or above
3. Memory: ≥8G DDR4 2133MHZ, supporting dual channels of
memory
4. Hard disk: 1≥256GB SSD M.2 2280 NVMe TLC+1TB SATA HD
7200RPM 3.5"" SATA3
5. Optical drive: DVD-RW
6. Video card: 2G or above independent video card
7. Sound card: motherboard integrated sound card
8. Network card: mainboard integration 10-100-1000m or above
9. Interfaces ≥4 USB 3.0 ports, ≥2 PS/2 ports, ≥1 VGA port, ≥2
HDMI ports, ≥1 COM port, ≥1 rj-45 port, audio input/output port.
10. Expansion slots ≥1 PCIe X16,2PCIeX1, ≥3 SATA interfaces
11. Chassis: ≥18L vertical chassis,
12. Operating system: Original factory pre-installed authentic win10
PRO English version.
13. Display: ≥19.5-inch widescen LCD display, Low blu-ray, pixel
ratio 16:9, resolution 1920*1080 and above, contrast 1000:1 and
above, response time ≤5ms, VGA and DVI interface.
14. Service requirements: the original packaging, the whole machine
free warranty, three years free on-site service, free technical
support for five years.
1 unit
CEL-DR-3 Multimedia
Platform
1. Overall dimensions: length ≥1180mm, width ≥730mm, total
height ≥980mm (upper dimensions), length ≥800mm, width
≥620mm, table height ≥866mm (lower dimensions)
2. Adopting split design, which is convenient for transportation.
3. Equipped with access door, ventilation, heat dissipation,
equipment debugging door (front door), door for computer host
and CD driver.
4. Supporting 17 ~ 22-inch LCD, central control, host, DVD, speaker
amplifier, physical booth installation.
5. The dustproof glass in the installation position of the display is the
toughened glass of the automobile, which is of high safety.
6. After closing, all interfaces are not exposed.
7. Equipped with leakage protection switch and anti-static grounding
device.
8. Equipped with two speakers’ holes. The platform is equipped with
fixed holes.
9. With chairs.
10. Service requirements: three-year warranty.
1 unit
Section X - Contract Forms 78
Item Code No. Item Item Description/Specification QTY Unit
CEL-DR-4 Drawing Platform
for Student
Dimension: ≥ 90*60*80cm.
1. Adopting double-sided steel rectangular tube 30*30mm (thickness
1.0mm) collapsible bracket structure. Using high quality 25mm
thick melamine desktop board (900*600*25mm), adjustable dip
Angle 0°-80°.
2. The stools are made of steel and plastic with diameter ≥30 cm.
3. Listing
(1) Special drawing platform for students:
(2) ifting bench of plastic steel (1 piece)
(3) student drawing table (1)
(4) no. 1 wooden drawing board (1 piece)
(5) matching T-square (1)
30 set
CEL-DR-5 Drawing Platform
for Teacher
1. Dimension: ≥20*90*80cm.
2. Adopting double-sided steel rectangular tube 30*30mm (thickness
1.0mm) collapsible bracket structure. Using high quality 25mm
thick melamine desktop board (900*600*25mm), adjustable dip
Angle 0°-80°.
3. The stools are made of steel and plastic with diameter ≥30 cm.
4. Listing:
(1) 120cm T ruler
(2) 120×90cm zero drawing board
(3) precision drawing instruments (12 pieces)
(4) basic drawing skills wall charts (16)
(5) swivel chair
(6) 25cm curve board
(7) 30cm multi-purpose beveled triangular board
(8) box cutters
(9) three-edged scale
(10) multi-function template
(11) Great circle
(12) stainless steel multi-purpose wipe picture
(13) draw a round template
1 set
CEL-DR-6 Engineering
Drawing Model
1. Axonometric projection (8 kinds), 8 kinds of combined shape
model, as shown in the figure, new material plexiglass, color
contrast, structure is clear, equal scale. The proportional size of
appearance is 240×180×180mm
2. Center projection and parallel projection (3), divided into center
projection model, parallel projection (orthographic projection)
model, parallel projection (oblique projection) model, new
material plexiglass, calcium plastic plate (3mm), color contrast,
clear structure, equal scale. size 250×250×220mm
1 set
Section X - Contract Forms 79
Item Code No. Item Item Description/Specification QTY Unit
3. Orthographic projection of the shape (3 kinds), new material
plexiglass, calcium plastic plate (3mm), color contrast, clear
structure, equal scale,300×220×180mm.
4. Three projective surface system, new material plexia, calcium
plastic plate (3mm), color contrast, structure is clear, equal
scale,250×250×220mm.
5. Projection of triangular prism, new material plexiglass, calcium
plastic plate (3mm), color contrast, clear structure, equal
scale,250×250×200mm.
6. The projection of the body in the three-plane system (3 types) is
divided into rectangular projection model, six-pyramid projection
model, four-prism projection model, new material plexiglass,
calcium plastic plate (3mm), color contrast, clear structure, equal
scale,250×250×200mm
7. Three projections of positive cylinder, new material plexiglass,
Section X - Contract Forms 80
Item Code No. Item Item Description/Specification QTY Unit
calcium plastic plate (3mm), color contrast, clear structure, equal
scale,250×250×200mm
8. Combination of body (3 kinds), new material plexiglass, calcium
plastic plate (3mm), color contrast, clear structure, equal
scale,220×180×180mm
9. Two intersecting lines, a basic, common projection. The projection
of two lines at a intersecting position. Space two straight lines are
neither parallel, also do not intersect, say these two straight lines
are crossed two straight lines, brand new material plexia, calcium
plastic plate (3mm), color contrast, structure is clear, equal scale
scaling,300×220×220mm
10. Find the intersecting line between the plane and the four pyramids,
the new material plexia, the calcium plastic plate (3mm), the color
contrast is clear, the structure is clear, the scale is equal to
300×220×220mm
CEL-DR-7
Engineering
Drawing Model
Display Cabinet
1. Customized according to the drawing model
2. Steel glass door with key
Size: 1000*400*2000mm, the upper cabinet has four floors and
the lower cabinet is 600mm high
2 unit
Section X - Contract Forms 81
Modeling Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-MO-1 Computer
1. CPU: Intel core i5-9500 3.0G 6C CPU or above
2. Main board chipset: Inter B360 chipset or above
3. Memory: ≥8G DDR4 2133MHZ, supporting dual channels of
memory
4. Hard disk: 1≥256GB SSD M.2 2280 NVMe TLC+1TB SATA HD
7200RPM 3.5"" SATA3
5. Optical drive: DVD-RW
6. Video card: 2G or above independent video card
7. Sound card: motherboard integrated sound card
8. Network card: mainboard integration 10-100-1000m or above
9. Interfaces ≥4 USB 3.0 ports, ≥2 PS/2 ports, ≥1 VGA port, ≥2
HDMI ports, ≥1 COM port, ≥1 rj-45 port, audio input/output port.
10. Expansion slots ≥1 PCIe X16,2PCIeX1, ≥3 SATA interfaces
11. Chassis: ≥18L vertical chassis,
12. Operating system: Original factory pre-installed authentic win10
PRO English version.
13. Display: ≥19.5-inch widescen LCD display, Low blu-ray, pixel
ratio 16:9, resolution 1920*1080 and above, contrast 1000:1 and
above, response time ≤5ms, VGA and DVI interface.
14. Service requirements: the original packaging, the whole machine
free warranty, three years free on-site service, free technical
support for five years.
1 unit
CEL-MO-2 Multimedia
Platform
1. Overall dimensions: length ≥1180mm, width ≥730mm, total
height ≥980mm (upper dimensions), length ≥800mm, width
≥620mm, table height ≥866mm (lower dimensions)
2. Adopting split design, which is convenient for transportation.
3. Equipped with access door, ventilation, heat dissipation,
equipment debugging door (front door), door for computer host
and CD driver.
4. Supporting 17 ~ 22-inch LCD, central control, host, DVD, speaker
amplifier, physical booth installation.
5. The dustproof glass in the installation position of the display is the
toughened glass of the automobile, which is of high safety.
6. After closing, all interfaces are not exposed.
7. Equipped with leakage protection switch and anti-static grounding
device.
8. Equipped with two speakers’ holes. The platform is equipped with
fixed holes.
9. With chairs.
10. Service requirements: three-year warranty.
1 unit
CEL-MO-3 Projector and
Curtain
1. Brightness (lumen): ≥2800 lumens
2. Projection resolution: ≥1024*768dpi
3. Contrast: 3001-5000:1
4. Projection method: positive projection
5. Projection screen: 30-300 inches
6. Calibration range: ±30 degrees
7. Transmission ratio: 1.47-1.77:1
8. Curtain: 100-inch electric curtain,
9. screen ratio: 4:3
10. Tripod is required
1 set
Section X - Contract Forms 82
Item Code No. Item Item Description/Specification QTY Unit
CEL-MO-4 Testbed
1. Dimension (l×w×h): 1800*750*850mm
2. Table-board: ≥12.7mm, using solid physiochemical board, with
thickness of edge 25.4mm, arc chamfer, acid and alkali resistant.
3. Steel frame: capable of bearing 250-400kg, not easily deformable.
4. Cabinet: with thickness of board ≥18mm and waterproof sealing.
5. Cabinet door and drawer: with thickness of board ≥18mm, and
edges processed by hot sealing technique.
6. Handle: PVC handle.
7. Hinge: opening angle 110°, cabinet door can be opened and closed
more than 100,000 times.
8. Drawer guideway: silent guideway on both sides of the drawer,
which is processed by baking paint.
9. Footing: adjustable height ±25mm.
10. Back board: thickness no less than 9mm
15 unit
CEL-MO-5 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome
plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a
landing pad.
30 piece
CEL-MO-6 Tool Cabinet
1. Specification: 1800mm (height) *1000mm (width) *500mm
(depth). Material: cold rolled steel plate, electrostatic powder
coating. Laminate: adjustable laminate. Door: two or four doors
with square hole tool hanging plate, with key lock, bearing 80KG.
3 unit
CEL-MO-7
Building/Sand
Table Model
Making Tools
1. PVC foam board, A4 cutting pad, curved scissors, art knife, file,
screwdriver, tweezers, small brush, model separator, model cutting
pliers, steel ruler, pen tool
10 set
Section X - Contract Forms 83
Water and Power Supply Training Room
Item Code
No. Item Item Description/Specification
QT
Y Uni
t
CEL-WP-1 Compute
r
1. CPU: Intel core i5-9500 3.0G 6C CPU or above
2. Main board chipset: Inter B360 chipset or above
3. Memory: ≥8G DDR4 2133MHZ, supporting dual channels of memory
4. Hard disk: 1≥256GB SSD M.2 2280 NVMe TLC+1TB SATA HD 7200RPM
3.5"" SATA3
5. Optical drive: DVD-RW
6. Video card: 2G or above independent video card
7. Sound card: motherboard integrated sound card
8. Network card: mainboard integration 10-100-1000m or above
9. Interfaces ≥4 USB 3.0 ports, ≥2 PS/2 ports, ≥1 VGA port, ≥2 HDMI ports, ≥1
COM port, ≥1 rj-45 port, audio input/output port.
10. Expansion slots ≥1 PCIe X16,2PCIeX1, ≥3 SATA interfaces
11. Chassis: ≥18L vertical chassis,
12. Operating system: Original factory pre-installed authentic win10 PRO English
version.
13. Display: ≥19.5-inch widescen LCD display, Low blu-ray, pixel ratio 16:9,
resolution 1920*1080 and above, contrast 1000:1 and above, response time
≤5ms, VGA and DVI interface.
14. Service requirements: the original packaging, the whole machine free warranty,
three years free on-site service, free technical support for five years.
1 unit
CEL-WP-2
Multime
dia
Platform
1. Overall dimensions: length ≥1180mm, width ≥730mm, total height ≥980mm
(upper dimensions), length ≥800mm, width ≥620mm, table height ≥866mm
(lower dimensions)
2. Adopting split design, which is convenient for transportation.
3. Equipped with access door, ventilation, heat dissipation, equipment debugging
door (front door), door for computer host and CD driver.
4. Supporting 17 ~ 22-inch LCD, central control, host, DVD, speaker amplifier,
physical booth installation.
5. The dustproof glass in the installation position of the display is the toughened
glass of the automobile, which is of high safety.
6. After closing, all interfaces are not exposed.
7. Equipped with leakage protection switch and anti-static grounding device.
8. Equipped with two speakers’ holes. The platform is equipped with fixed holes.
9. With chairs.
10. Service requirements: three-year warranty.
1 unit
CEL-WP-3
Projector
and
Curtain
1. Brightness (lumen): ≥2800 lumens
2. Projection resolution: ≥1024*768dpi
3. Contrast: 3001-5000:1
4. Projection method: positive projection
5. Projection screen: 30-300 inches
6. Calibration range: ±30 degrees
7. Transmission ratio: 1.47-1.77:1
8. Curtain: 100-inch electric curtain,
9. screen ratio: 4:3
10. Tripod is required
1 set
CEL-WP-4
Electrical
Tools
(Standard
Version)
1. Kit includes: multimeter, drill bit, cross screwdriver, batch head screwdriver,
screwdriver, screws a word parts box, pipe wrench, adjustable wrench, pen
knife, claw hammer, digital pen, saws, batch head suit, level, electrical
insulation tape, precision screwdriver, wire stripping pliers, inner hexagon
10 set
Section X - Contract Forms 84
Item Code
No. Item Item Description/Specification
QT
Y Uni
t spanner, impact drill, pliers, long nose pliers, 3 m tape, etc.
CEL-WP-5 Plumber'
s Kit
1. Kit includes: 1/2 "six-party sleeve (a variety of specifications), with insulation
protection test pencil, 32 suite 1/4" batch head suit, 1/2 "universal joint head,
1/2" extension rod, stainless steel blade, electrical tape, double open end wrench
(a variety of specifications), carpenter pencil, wooden folding rule, aluminum
level, screwdriver, round head file, oval flat head chisel, pointed chisel, general
pagoda type wrench, on both sides of the plug-in quartet group of head, birdbath
wrench, plumbing cross wrenches, plumbing special spanner, stainless steel
water pump pliers, chick pipe wrench, pipe cutter, mini pipe cutter, etc.
10 set
CEL-WP-6 Electric
Hammer
1. Type: double use
2. No-load speed: 1000r/min. Maximum diameter of drill hole: 28mm net weight:
5.0kg.
3 piec
e
CEL-WP-7 Heating
Machine
1. Specification: 20-63mm (six sets). Ambient temperature: -20℃~50℃. Relative
humidity: 45~95%.
2. Heating temperature: 260±5℃.
3 piec
e
CEL-WP-8
Tool
Cabinet
(Shelf)
1. Size: 2000*50*2000mm
2. Number of layers: 4
3. Load-bearing capacity of each layer: 120kg
3 piec
e
CEL-WP-9 Fitter
Console
1. Specifications 1200 * 800 * 750 mm. Desktop: 50mm high pressure molding
fiberboard, above the wear resistant material. Load bearing: 220KG.
2. Support: 1.2mm thick and high-quality seamless steel tube, the surface of which
goes through the processes of derusting and phosphating, electrostatic spraying
and high-temperature curing.
6 piec
e
CEL-WP-10 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a landing pad.
5. Height: 47-52cm.
30 piec
e
CEL-WP-11
Grinding
Wheel
Cutting
Machine
1. Grinding wheel size: 355mm. Rated speed: 3800r/min '. 3 unit
CEL-WP-12
Electric
Welding
Machine
1. Suitable for electrode diameter: 1.6-4.0mm. 3 unit
CEL-WP-13
Electric
Pipe
Bender
(With
Full Set
of
Moulds)
1. Bending wall thickness: 0.5~1.5mm.
2. Bearing: central shaft φ42mm, side shaftφ38mm 2 unit
CEL-WP-14
Electric
Bushing
(Pipe
Cutting)
Machine
1. Cutter: automatic centering, 1/ "-2"
2. Range of set threads: 15-50mm.
3. Speed: 23 r/min.
4. Processing range: 1/2 "-2".
5. Reamer: blade type, 1/2 "-2"
2 unit
CEL-WP-15
Manual
Pipe
Bender
1. Model No.: 2 inches. Maximum pressure: 16T. Maximum stroke: 230mm.
Work scope: 22-60mm. Pipe wall thickness: 2.75-4.5mm.
2. Die material: ductile iron.
3 unit
Section X - Contract Forms 85
Item Code
No. Item Item Description/Specification
QT
Y Uni
t
CEL-WP-16
Manual
Pressure
Test
Pump
1. Pressure: 2.5Mpa. Flow rate: 13ml/ time. 3 piec
e
CEL-WP-17 Drill 1. No-load speed: 1900r/min.
2. Maximum drill diameter: 160mm. 3
piec
e
CEL-WP-18
Gas
Welding
and Gas
Cutting
Equipme
nt
1. Set includes: Gas gas joint, oxygen cylinder, gas bottle, welding and cutting
gun, oxygen gas joint, welding torch pipe. 3 set
CEL-WP-19 Pipe Vice 1. Model: 2 heavy duty. opening range: 10-90mm. 3 piec
e
CEL-WP-20
Water
Supply
and
Drainage
System
Simulatio
n Room
General Requirements:
It meets the requirements of vocational schools for the training of structure,
composition and principle of water supply and drainage system. The simulation room
should be as real as possible to facilitate students' practice and teachers'
demonstration.
1. Equipped with integral sanitary equipment and pipeline, showing all the
structure and direction of concealed pipeline.
2. Integrated with demonstration of the suvito drainage system and the drainage
riser to facilitate the understanding of composition, structure and principle of
the suvito drainage system.
3. Using transparent pipes in key parts to show the water flow in pipes.
4. Presenting the appearance, structure, principle, installation position and form of
inlet pipe, outlet pipe, vertical pipe, horizontal pipe, cleaning port, inspection
port and water seal of the water supply and drainage system.
5. Demonstrating all sanitary ware and water supply and drainage equipment.
6. Equipped with dynamic demonstration software of water supply and drainage
system.
Training Subjects:
1. Training and demonstration of water supply method in office building.
2. Training and demonstration of water supply method in residential building.
3. Training to understand the structure and function of horizontal pipe and vertical
pipe.
4. Training on the principle and function of water supply and drainage system in
mop pool, vertical urinal, hanging urinal and urinal.
5. Training on the principle and function of water supply and drainage system in
self-closing valve flush squatting toilet, vertical basin, the overall bathroom.
Equipment Configuration:
1. Office building: ordinary type
The water inlet pipe enters the frame and goes vertically to second floor passed
the water meter to supply the mop pool, hanging urinals and self-closing flush
valves with buttons. The water outlet(drain) pipe is connected on this floor and
water enters the riser.
2. Residential building: one-house one-meter type
Water metering wells are set for the water inlet pipes, and water distributors are
arranged on the top. There are 6 risers on the first floor, 5 risers on the second
floor, and 4 on the second floor.
1 set
Section X - Contract Forms 86
Item Code
No. Item Item Description/Specification
QT
Y Uni
t 3. Equipment on first floor
Sanitary appliances on the first floor are: a squatting pan with a self-closing
flush with a water trap, a vertical basin with a water trap, and an overall
bathroom (with a transparent board with a shower head and a floor drain.
Transparent solar tube and equipped with solar model), connected to the
drainage horizontal pipe according to the actual project, then connected to the
drainage riser of the office building, and then merged and concentratedly
discharged.
Specifications:
1. Overall size: 1500×1000×2400mm.
2. Frame material: 304 stainless steel.
3. Requirement of water inlet: 0.05MPa ~ 0.75MPa.
4. Safety protection: with automatic leakage protection device and grounding
protection.
CEL-WP-21
Electrical
Installati
on
Simulatio
n Room
General Requirements:
1. It meets the training requirements of vocational schools for repairing
electricians and indoor electrical installers.
2. The device shall be made of steel mesh plate and special profiles. The size needs
to be reasonable so that it is safe and sensibilize the students about on -site
environment.
3. The device is equipped with corresponding distribution boxes, lighting kits,
electrical components, smart household devices, electrical tools, PVC pipes,
trunkings, etc. It can realize the installation of electrical power lines, electrical
control lines, lighting distribution lines, PLC, inverter control lines , etc.
Specifications:
1. Working power: three-phase five-wire.
2. Working environment: using insulated floor (or use insulated carpet).
3. Installation of training equipment: mesh plate.
4. Maximum power consumption: ≤1.5kW.
5. Dimensions:
Training device: 2m × 1.8m × 2.2m.
Training platform: 1.5m × 0.75m × 1.1m
6. Weight: ≦ 300kg.
7. Safety protection measures: ground protection, over current, overload, leakage
protection.
8. Main structure of the equipment: distribution box, lighting kit, electrical control
box, motor, sensor, line equipment, electrical tools, etc.
9. Others: Equipped with cables, pipes, tools, computer carts, materials, etc. that
can form a complete device.
Training Subjects:
1. Training for indoor electrical installation
1) installation of meter box. 2) installation of distribution box. 3) installation of
fluorescent lamp. 4) installation of incandescent lamp. 5) installation of ceiling
lamp. 6) installation of energy-saving lamp. 7) installation of high-pressure
sodium lamp. 8 ) Handling and layout of PVC pipes. 9) Threading of PVC
pipes. 10) Installation of switches and sockets. 11) Installation of junction
boxes. 12) Line distribution design. 13) Study and training of construction
specifications. 14) Safe construction Requires learning and training. 15)
Control of one lamp in two places. 16) Construction training for trunking
wiring. 17) Construction training for concealed projects. 18) Installation of
isolation switches. 19) Wiring training for power distribution lines
1 set
Section X - Contract Forms 87
Item Code
No. Item Item Description/Specification
QT
Y Uni
t Combination and installation training of metal bridges.
Laying training of plastic trunking.
Laying practice of metal wire tube.
2. Training for Factory electrical control
(1) Installation of electrical control box
(2) Electrical control circuit installation training
a) The control circuit connection of three-phase asynchronous motor for
direct starting and stopping.
b) Connection of three-phase AC asynchronous motor forward and
reverse control circuits.
c) Connection of Y- △ start control circuit of three-phase AC
asynchronous motor.
d) Connection of three-phase AC asynchronous motor energy
consumption braking control circuit.
e) Connection of three-phase AC asynchronous motor reversely
connected to the brake control circuit.
f) Connection of the reverse brake control circuit with the centrifugal
switch.
g) Connection of sequence control circuit of multiple motors
h) Connection of the motor's round-trip control circuit.
i) Speed regulation experiment of DC motor.
j) The connection of the two control circuits.
k) Connection of two-speed motor speed control circuit.
(3) Training of ordinary lathe control circuit connection.
(4) Training of electric hoist control circuit connection.
(5) Fault setting and troubleshooting of typical machine tool control circuit
(no less than 15 faults).
3. PLC and inverter training
(1) Basic operation of the inverter.
(2) Training of inverter protection and alarm function.
(3) Inverter controlled Open-loop speed control of motor.
(4) PLC-controlled motor starting in sequence.
(5) PLC-controlled three-phase asynchronous motor Y- △ starting circuit.
Equipment Configuration:
1. Indoor distribution box:
Metal distribution box, iron spraying process, thickness ≥1.2mm, size not less
than 500 × 400 × 250mm3, requires three-phase four-wire active energy meter
415V / 5A (20A). leakage protection, 3P + N 10A. 32A fuse-type isolation
switch. panel-mounted power indicator, internal terminal block and other
accessories.
2. Lighting kit:
Configuration: fluorescent tube 240V / 20W 0.6 meters. energy-saving lamps
240V / 9W. incandescent bulbs 240V / 40W. ceiling lamps 240V / 20W. high-
pressure sodium lamps. one three-level socket. one two-pole one and three-
pole socket 1. 1 double-control fluorescent large-plate switch 1. two single-
control fluorescent large-plate switch 4. four-position dual-control fluorescent
large-plate switch 2. 86 cassettes 4. 86 switch boxes 5. accessories.
3. Electrical control box
Section X - Contract Forms 88
Item Code
No. Item Item Description/Specification
QT
Y Uni
t Metal electric control box, iron spraying process, thickness ≥1.2mm, size not
less than 800 × 600 × 250mm3. Requires one 63A / 3P molded case circuit
breaker (20A rated current, 400V working voltage). 3P / 9A AC contactor
(240V), including auxiliary contacts F4-22, 3. AC240V time relay (power off
delay ) 1. 1 AC240V time relay (power-on delay). thermal overload relay: rated
current 25A, 0.63-1A with base, 2. switching power supply: 100W, DC24V /
4.5A, 1. Siemens SMART PLC host SR20 1. analog expansion module 2AI /
1AO, 1. V20 / 0.37kW inverter, 1. 240V indicator lights (red and green) 5 each.
button switches: 5 red, 5 green. emergency stop switch : Self-locking, one
normally closed, one. Rotary switch: two-speed self-locking, three. Rotary
switch: three-speed self-locking, three. Spring terminal blocks, U-shaped rail
accessories 1 set.
4. Machine tool electrical training assessment unit
C6140 lathe, electric hoist electrical circuit operation, fault detection and
maintenance. Main machine tools and electrical appliances such as circuit
breakers, fuses, contactors, thermal relays, transformers, operation buttons, and
indicators are installed on the panel.
The system is equipped with an intelligent assessment system, including an
LCD screen, an operation keyboard, and a fault point setting button. It can be
connected with the training and evaluation host to perform the training and
evaluation of machine tool electrical fault setting and troubleshooting. It is
required to set the fault and evaluation through the computer. Wireless
managers and credit cards can be used.
5. Motor mounting platform
(1) Motor mounting platform: 1 set, aluminum alloy profile structure, with
roller, size: ≥1000 × 300 × 500mm3, wall thickness ≥1.5mm.
(2) Three-phase AC asynchronous motors: two, 415V / △, PN: 60W.
(3) Three-phase AC asynchronous motor: one, 415V / △, PN: 60W, with
speed relay.
(4) DC motor: 1 DC240V.
6. Sensor bracket:
4 travel switches, 1 each for capacitive s ensor, inductive sensor and
photoelectric sensor.
7. Conduit equipment:
PVC pipe, PVC pass-through, PVC cup sparse, tube card, 1 set: Specification
Φ16mm. PVC trunking: 30 × 50mm, PVC. 4 strands. multi-strand flexible
wires: 1.5 mm², copper wire, 1 roll each of red, green and yellow. 0.4 mm²,
copper wires, 1 roll each of red and black. cable tray: 4 strands, 500 mm /
strand. Mesh format, width 150mm, height 50mm, galvanized surface. Cold-
pressed terminals: 1.5 mm², 300 pieces.
8. Tools
Item Specifications Qty
Needle-nose
pliers
Specifications: 6 ", cutting wire diameter: copper
wire φ2.2 mm, iron wire φ2.0 mm, hard wire φ1.6
mm
1
Section X - Contract Forms 89
Item Code
No. Item Item Description/Specification
QT
Y Uni
t Wire stripper Specification: 6 ", stripping capacity: 0.2-0.8mm 1
Crimping Tool 1
Wire cutters 1
Slotted
screwdriver
3 inches 1
Phillips
screwdriver
3 inches 1
Digital
multimeter
Three 1
Aluminum
Herringbone
Ladder
1.5 metres
1
Flat file Middle tooth flat file 8 inch 1
Steel tape 3 meters 300
Electrician knife Multipurpose 105 1
Steel ruler 300mm 1
adjustable
wrench
6 inches 1
hexagonal
wrench
Specification: 1.5, 2, 2.5, 3, 4, 5, 6, 8, 10mm 1
Handsaw 1
Hand saw blade Fine teeth 3
Pipe bender Φ16 PVC elbow 1
Claw hammer
with wooden
handle
20 "
1
Power strip Quadruple 1
Hand drill 350W, 240V 1
9. Operation Room
(1) Electrical installation training operation room: using aluminum alloy
profile frame, size 2m × 1.8m × 2.2m. mesh wall: 4 mesh walls.
(2) Electrical installation workbench (including 6-inch bench vise): profile,
thickness 1.5mm, size (length × width × height): 1800 × 800 × 840mm3,
load ≥100kg.
(3) Computer tables and chairs: Size (length × width × height): 800 × 600 ×
750mm3. chair with backrest, black fabric seat, stainless steel foot stand.
(4) Component cabinet: Size (length × width × height): 850 × 390 ×
1800mm3.
(5) Tool cart: three floors, movable.
CEL-WP-22
Solar
Thermal
Training
Platform
General Requirements:
The system features perfect configuration, modular design, and flexible assembly
with each experimental bench as a unit. The solar water heaters, heat collectors,
vacuum tubes, heat collecting tubes, etc. are all applied to the field application
products, so that students can deeply understand the field application of solar thermal
systems.
1 unit
Section X - Contract Forms 90
Item Code
No. Item Item Description/Specification
QT
Y Uni
t 1. Solar energy system: solar heat collector, hot water storage tank, frequency
conversion pump
2. Control system: solar controller
3. Heating system: floor coil
4. Solar water system performance tester
5. Supporting pipe fittings
6. Working mode: 1) Solar energy 2) Solar energy + domestic hot water
Functions:
1. Demonstrating the basic principles of solar energy system, so that students can
understand the purpose of each component.
2. Demonstrating solar water heating system and solar heating system.
3. Analyzing the feasibility and economy of using solar energy to prepare
domestic hot water and solar energy heating under different outdoor conditions,
demonstrating basic laws and facilitating data acquisition.
4. Analyzing the optimal ratio of the area of the solar collector and the volume of
the hot water storage tank for solar radiation heating under same thermal load
condition by adjusting the surface of the solar collector and the volume of the
hot water storage tank to find.
5. Analyzing the COP of the heat pump system throughout the year to determine
the proportion of the solar + water source heat pump air-conditioning cold and
heat source system according to the different inlet and outlet temperatures,
6. Equipped with the simulation operation and indication unit of the system, which
can demonstrate the system principle, function indication and simulation
operation.
Performance Tester for Solar Hot Water System
Meet the requirements of professional hot water engineering testing instruments, can
detect the hot water engineering design indicators and construction quality
acceptance standards. At the same time, the product can also work in hot water
projects for a long time, monitor the entire system online, diagnose and alarm the
thermal performance of the system at any time, and provide operating data.
1. Test range: domestic solar water heater/solar hot water project
2. Operating environment: ambient temperature: -40℃ ~ 60℃. Relative humidity
≤90%
3. Main technical specifications:
solar radiation
Number of channels: 2 channels (total radiation). measurement
range: 0 ~ 2000W / m2. measurement accuracy: less than 5%.
display resolution: 1 W / m2. display content: instantaneous
value, hour total, daily total, etc.
Temperature of water tank
Number of channels: 3. Measurement range: -20 ~ 150 ℃.
Measurement accuracy: ± 0.2 ℃. Display resolution: 0.1 ℃,
stainless steel package, ¢ 4 * 40mm, fully sealed, anti-
corrosion, and water.
Temperature of
environment
Number of channels: 1 channel. Measurement range: -40 ~
70 ℃. Measurement accuracy: ± 0.2 ℃. Display resolution:
0.1 ℃, stainless steel package, ¢ 4 * 40mm, fully sealed,
corrosion-resistant, water-repellent, with radiation shield.
In&out water flow
Number of channels: 2 channels. Measurement range: 0.2 ~ 1.2
(cubic meters / hour). Water temperature resistance: 0-120
degrees. Measurement accuracy: <0.5%.
Section X - Contract Forms 91
Item Code
No. Item Item Description/Specification
QT
Y Uni
t
Wind speed Number of channels: 1 channel. measurement range: 0 to 70 m /
s. measurement accuracy: ± 0.3 m / s.
Configuration:
1. Solar panel heat collector, with an area of about 1.5m2.
2. One fixed-top platform (adjustable tilt angle).
3. One hot water storage tank (heat insulation 50mm rubber and plastic 0.3m3).
4. Water pump, DN15 pipeline 1 set.
5. Solar collector controller, 1 set.
6. Solar site construction: roof 3m2, 1 set.
7. Floor heating coil construction: 3 m2, 1 set inside the house.
8. Solar hot water system performance tester 1 set.
9. Total solar radiation sensor 1.
10. Temperature sensor (-40 ~ 150 ℃, accuracy: ± 0.1 ℃, stainless steel package)
3.
11. Ambient temperature sensor (with radiation shield) 1.
12. One digital wind speed sensor.
13. Flow sensor: 0.2 ~ 1.2 cubic meters / hour, water temperature resistance 0-
120 ℃. accuracy 0.5%, working pressure 25MP, signal output: pulse, 2 sets.
14. Sensor bracket (steel Structure) 1 set. 1 set of mounting accessories.
Training Subjects:
1. Principle of solar thermal energy conversion
2. Solar heat collecting tube characteristic test
3. Influence of environment on light-to-heat conversion
4. Solar water heater function experiment
5. Piping connection experiment of solar water heating system
6. Working principle of flat plate collector
Section X - Contract Forms 92
Pipeline Training Room
Item Code
No. Item Item Description/Specification
QT
Y Uni
t
CEL-PI-1
Fixed
Threading
Die 1/2-2
Inches
1. Thread processing range: 1 / 2 "- 2"
2. Used for cutting mild steel pipes and not copper 6 set
CEL-PI-2 Tie Pliers 1. Stainless steel material, suitable for cutting width less than 25mm, cutting
thickness less than 1.2mm, can cut copper, iron, aluminum, stainless steel 6
piec
e
CEL-PI-3
Pipe
Bender
(Manual)
1. Applicable to 22-114mm outer diameter, 21t output, 380mm working stroke,
2.75-6mm pipe wall thickness, configuration mold: 22mm, 28mm, 34mm,
42mm, 48mm, 60mm, 75.5mm, 89mm, 108mm, 114mm (10 pieces)
1 unit
CEL-PI-4
Thread
Cutting
Machine
1. Cutting range: 75-400mm
2. Cutting thickness:
Steel-10mm
Plastic - 35 mm
1 unit
CEL-PI-5
Adjustable
Threading
Die 1/2-2
Inches
1. Thread processing range: 1 / 2 "- 2"
2. Used for cutting mild steel pipes and not copper 6 set
CEL-PI-6
Pipe
Bender
(Electric)
1. Bending diameter range: less than or equal to 76mm (wall thickness: 2-3mm),
bending angle number: 9, spindle speed: 3-5rpm 1 unit
CEL-PI-7
Plate
Shears
(Max To
No. 16)
1. Thickness of the shearable plate:4mm
2. Width of the shearable plate: 1600mm 1 unit
CEL-PI-8 Arc Welder
1. Capacitance configuration: 8 large 820uf capacitors
2. suitable for welding rod 4.0 / 5.0, welding thickness 2-15mm
3. equipped with foot mark 20 flat welding wire, foot mark 20 flat ground wire,
800A welding clamp, mask, ground clamp.
2 set
CEL-PI-9
Oxyacetyle
ne
Equipment
1. 40L oxygen cylinder (complete set with cart)
2. 40L acetylene cylinder (complete set with cart)
3. welding aid generator,
4. Φ10mm oxygen pipe: 28m
5. Φ10mm acetylene pipe:28m
6. Working pressure:20kg,
7. Blasting pressure: 80kg
8. 300 type oxyacetylene cutting torch. (without gas)
2 set
CEL-PI-10 P.P.R
Welder
1. Six sets of die head specifications 20, 25, 32, 40, 50, 63, heating temperature
280 ℃ 2 unit
CEL-PI-11
Nail Gun
(Of Various
Sizes)
1. Working pressure: 0.4-0.8Mpa
2. Applicable nail length: 18-64mm
3. Nail slot capacity: 75pcs, nozzle: 8mm,
3 unit
CEL-PI-12 Heavy Vise
1. Jaw width: 200mm
2. Clamping length: 170mm
3. Throat depth: 85mm
20 unit
CEL-PI-13 Centrifugal
Pump
1. Horizontal pipeline centrifugal pump,
2. Rated power :15kw,
3. Rated lift: 50m,
4. Maximum flow: 50m3 / h,
2 unit
Section X - Contract Forms 93
Item Code
No. Item Item Description/Specification
QT
Y Uni
t 5. Caliber :80mm
CEL-PI-14
Bathtub
with
Column
Tap
1. Acrylic bathtub, round and full, 360 degrees without convex angle, about
1.6m long 2 set
CEL-PI-15
Portable
Toilet with
Storage
Tank
Specification:
1. Size: ≥1.28 * 1.28 * 2.3m
2. Sewage discharge method: direct discharge
3. Interior decoration: ceramic squatting toilet, flushing water tank, wash basin,
exhaust fan, switch, lighting,
2 set
CEL-PI-16 Kitchen
Sink
1. Stainless steel integral kitchen sink, size 500 * 435 * 800mm, equipped with
downpipe, adjustable feet, faucet 2 set
CEL-PI-17
Basin with
A Column
Tap
1. Stainless steel integral kitchen sink, size 500 * 435 * 800mm, equipped with
downpipe, adjustable feet, faucet 2 set
CEL-PI-18
Bucket/Wat
er Tank
with Built-
In Heater
1. Electric bucket
2. Volume:68L
3. Temperature: adjustable from 30 ℃ to 110 ℃ Full chassis heating system
2 set
CEL-PI-19 Pipeline
Robot
1. Digital high definition: Above 200w pixel movement, clear and adjustable
picture quality, front and back pictures are displayed on the same screen and
can be switched freely.
2. Master wireless control
3. Output of on-site report: During the detection process, the detection report is
issued on site.
4. Two side six-wheel independent drive, 360 ° turn in place. System locked
rotor, over-current automatic protection, stable hardware performance.
5. It supports 200-3000mm pipeline test, 250mm lifting height, and multi
diameter test.
6. The system has automatic overcurrent protection and stable hardware.
7. IP68, 10m waterproof.
8. Applicable aperture range: 200-3000mm
9. Working temperature - 10 ℃ ~ 50 ℃, non icing state
10. Obstacle crossing load capacity: 45 ° slope, 10cm step load ≥ 80kg
11. Single stroke length: Standard 120m cable, length can be customized
12. Moving speed up to 32m / min
13. Lateral anti tilt capacity 40 °
14. Number of tires: Six-wheel double drive, turning in place
15. Rotating camera
16. Lens rotation / reset axial 0-360°, horizontal plus or minus 90 ° / one button
automatic reset
17. Lens pixel 2 megapixel forward / 2 megapixel back
18. Auto focus and zoom function, can be adjusted manually. 10x optical
magnification.
19. Lens light: LED, all light sources are continuously adjustable.
20. Winding coil
(1) Count high-precision (± 0.1mm) encoder, which is used to measure the
pay off length of cable
(2) Retraction and setting out / safety measures: remote control distance
over 50m, electric cable reel, motor-driven automatic retraction and
setting out, and with manual retraction and setting out function /
1 unit
Section X - Contract Forms 94
Item Code
No. Item Item Description/Specification
QT
Y Uni
t emergency stop button
(3) Mobile mode: Equipped with corresponding mobile wheel
(4) Power supply mode: Civil power and mobile battery
(5) cable: 2-core cable with an outer diameter of 8mm and a maximum
tensile resistance of 200kg.
(6) Fautomatic multi-layer automatic wire arrangement, support one-key
automatic wire collection, or manual wire collection
21. Software function, On site interpretation: for pipeline defects , real-time video
recording, on-site judgment of pipeline defect type for preservation.
22. Protection device: Install high-strength stainless steel anti-collision bar to
effectively protect the camera unit.
23. Compatible with 3D imager, sonar, manipulator, tree root cutting machine,
toxic gas detector and other sensors.
24. One click report generation: the collected field defect pipeline data is
imported into the special report software to generate the field detection
25. Device configuration
Item Designation Specifications Qty
Main parts of
robot
Holder 1
Robot chassis 1
Robot hoist 1
Wire cable car 1
Standard
accessories
Control handle 1
4-inch solid wheel (with bolts) diameter:
110MM(DN200-300) 6
5-inch round 6
9 "hollow wheel diameter:
230MM(DN500-3000) 4
6 "solid wheel diameter:
150mm(DN400-600) 6
tool cabinet / 1
Cable car charger / 1
Rectangular block / 1
320A hook 320A 1
The wire 20MM 10M 1
Software 1
CEL-PI-20 Periscope
1. With the unique high-definition imaging equipment of wireless technology,
the highest 2.1-megapixel high-definition camera has 1080p output image
quality.
1 unit
Section X - Contract Forms 95
Item Code
No. Item Item Description/Specification
QT
Y Uni
t 2. The camera lens is equipped with one button heating and defogging function.
The camera has a built-in gyroscope, which can be reset automatically with
one button
3. The equipment as a whole is dustproof and waterproof, the protection grade
of the equipment body is IP68. dustproof, waterproof, and explosion-proof
grade: Exd II PXl.
4. The control terminal is a hand-held touch tablet computer terminal.
5. The periscope can be controlled by Android mobile app.
6. High strength extension rod is adopted, and the length can be customized
according to the demand.
7. High brightness LED lighting, illumination up to 100 meters.
8. Equipped with high-precision laser rangefinder, the farthest detection
distance is 100 meters.
9. Periscope is electrically pitched with body horizontality automatic
adjustment technology.
10. Periscope applicable diameter: 150-3000mm
11. Defrosting function: one-key electric defrosting
12. Battery: pluggable type lithium battery, can perform a quick charge and
replaced at any time, to ensure long time detection task, single battery
capacity of 3500 ma, not less than 2.5 hours working time
13. Control: Pitch range adjustable ≧ 110 degrees, elevate ≧ 20 degrees, 90
degrees overlook ≧, vertical 180 degrees can be seen
14. Lens:40 x optical zoom, or higher or greater 12 x digital zoom
15. Laser range: p - 100 - m 0.9, + 0.3 m or less.
16. Device configuration
Item Designation Specifications Qty
Main parts of robot
main engine 1
laser ranging Accuracy:
± 0.5 M 1
Telescopic rod
Including anti-collision rod, telescopic
rod contraction length 1.2m, expansion
length 5m
1
Extension of the
rod
The contraction length is 1.2m and the
expansion length is 3m 1
The host cell 11.1V 3.5Ah 3
The standard accessorie Terminal sleeve 1
Software 1
CEL-PI-21
Tube
Thermomet
er
1. Bimetal thermometer, 0-100 degrees 5 piec
e
CEL-PI-22
Pipeline
Pressure
Gauge
1. Pipeline pressure gauge 0-1.6 Mpa 5 piec
e
CEL-PI-23 Working
Table
1. Specification (L×W×H): 1500*750*800mm
2. The table should be with a central well and made of wood and steel to receive
the bench vices
20 unit
CEL-PI-24 Stool 1. Specifications (∮ * H): ∮ 300 x 470-520 - mm 30 unit
Section X - Contract Forms 96
Item Code
No. Item Item Description/Specification
QT
Y Uni
t 2. Bench surface: engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a landing pad.
5. Height: 47-52cm.
Section X - Contract Forms 97
E - learning classroom
Item Code No. Item Item Description/Specification QTY Unit
CEL-EL-1 Speaker
1. ≥6-inch wall-mounted teaching speaker.
2. Rated impedance≥8Ω.
3. Frequency response≥55Hz-20KHz.
4. Sensitivity≥96dB.
5. Coverage Angle≥80°(Horizontal) ≥50°(Vertical).
6. Maximum sound pressure level (SPL)≥120dB.
7. Connector: Speakon NL4x2.
8. Speaker Body and Exterior: Body of medium density fiberboard
(MDF).
2 piece
CEL-EL-2
Intelligent
Microphone
System
Can meet the needs of classroom sound amplifying and receiving,
which consists of a digital audio processing equipment, a hanging
microphone, a hanging rod, special cables, etc.
Technical Requirements for the digital audio processing
equipment:
1. With height≤1U, the equipment is installed in classroom podium,
which integrates an audio processing module, a digital power
amplifying module and a built-in digital amplifier software.
2. Feedback Control (AFC): Amplitude of acoustic gain
increase≥15dB
3. Echo Cancellation (AEC):
Length of Ending Sound after Echo Cancellation>512ms.
Amplitude of Echo Cancellation>60dB.
Rate of Convergence>60dB/S.
The sound is requested to be clear and loud, no howling sound, no
noise, no intermittent sound, no loss of words, no sound diminish,
etc.
4. Adaptive Background Noise Suppression (ANS): Signal to Noise
Ratio (SNR)≥18dB.
5. Automatic Gain Control (AGC): Gain Control Amplitude: -12dB-
+12dB.
6. SNR≥95dB.
7. Signal Processing Delay<8ms.
8. Input Sensitivity≥250mV.
9. Frequency Response for All Audio Processing Parts:20Hz-
20kHz(±3dB).
10. Microphone (MIC) Input: At least (≥) 4 wired MIC inputs are
available. the input level: -55dBu - -14dBu. 48V Phantom power
supply is available. It has at least (≥) 2 Bluetooth MIC inputs, and
wired MIC and Bluetooth MIC can be switched freely.
11. Courseware Audio Input: Compatible with RCA or 3.5mm stereo
socket jack input.
12. REC Audio Output: Compatible with RCA or 3.5mm stereo socket
jack output.
13. Debug Control Port: Compatible with debugging via serial port or
network port.
14. It has the function of effectively filtering the interfering noise from
the air conditioner, electric fan, etc. in the classroom, without
affecting the sound amplifying effect.
Technical Requirements for Hanging Microphones:
1. Frequency Range:20-20KHz.
1 set
Section X - Contract Forms 98
Item Code No. Item Item Description/Specification QTY Unit
2. Sensitivity≥-35dB(18mV/Pa).
3. Directivity: Super Cardioid, the length≤150mm. the
diameter≤20mm.
4. Maximum sound pressure level (SPL)≥135dB.
5. Signal to Noise Ratio (SNR)≥75dB.
6. Resistant to mobile phone, electromagnetic and high-frequency
interference.
7. The exposed portion of the overhead microphone should not
exceed 8cm.
8. Special cable, hanging rod, etc. will be installed together.
CEL-EL-3 Teaching
Platform
1. Overall dimensions: length ≥1180mm, width ≥730mm, total
height ≥980mm (upper dimensions), length ≥800mm, width
≥620mm, table height ≥866mm (lower dimensions)
2. Adopting split design, which is convenient for transportation.
3. Equipped with access door, ventilation, heat dissipation,
equipment debugging door (front door), door for computer host
and CD driver.
4. Supporting 17 ~ 22-inch LCD, central control, host, DVD, speaker
amplifier, physical booth installation.
5. The dustproof glass in the installation position of the display is the
toughened glass of the automobile, which is of high safety.
6. After closing, all interfaces are not exposed.
7. Equipped with leakage protection switch and anti-static grounding
device.
8. Equipped with two speakers’ holes. The platform is equipped with
fixed holes.
9. With chairs.
10. Service requirements: three-year warranty.
1 unit
CEL-EL-4
Intelligent
Classroom
System
This system includes intelligent terminal host, LCD control panel,
Internet of Things control device, etc.
Requirements for Terminal Host:
1. Achieve intelligent control of multimedia equipment, projector,
computer, amplifier, and all-in-one machine.
2. Realize intelligent control of Internet of Things devices, lights, air
conditioners, fans, electric curtains, etc.
3. Support the local and remote control of the equipment in the
classroom, and switch on and off the remote multimedia
equipment, Internet of Things devices through network.
4. With video and audio decoding function, receive the video and
audio stream signal from remote network and directly decode and
output.
5. Read and detect the information of the access device in the
classroom, such as reading the used time of the projector.
6. Requirements for Host Audio and Video Ports:
(1) Video Input: HDMI≥4 Channels, VGA≥1 Channel.
(2) Video Output: HDMI≥3 Channels, VGA≥1 Channel.
(3) Mixed switching of VGA and HDMI is supported.
(4) HDMI display will prioritize when the same channel signal is
input.
(5) Audio Input: MIC≥1 Channel, 3.5 Line Input≥1 Channel.
(6) Audio Output:3.5mm Line Output≥1 Channel.
1 set
Section X - Contract Forms 99
Item Code No. Item Item Description/Specification QTY Unit
7. Requirements for Host Control Port:
(1) RS232 Control Ports≥4PCS, IO Input with≥3 Channels is
achieved by single port,
(2) IO output with≥3 Channels is achieved by single port.
(3) 12V On-Off port≥2 .
(4) 10M/100Mbps/1000Mbps RJ45 Network Ports for adaptive
Ethernet network switch≥6 Channels.
(5) Power Interface≥3 Channels.
8. USB Port≥6PCS, including Input Port≥4PCS, Output Port≥4PCS,
with KVM Auto Switch function.
9. Host uses CPU with≥4 Cores and 1.5GHz, so as to run a variety of
applications.
10. The host is embedded with Android Operating System(AOS), the
AOS Operation Interface, and frequently used software such as
WORD, Excel, PPT, Youku, Browser, Player, etc., so that when the
classroom computer fails it can quickly switch to the Android
Operating System for teaching.
11. The host supports the control of the third party recording and
broadcasting system, which can record, pause, stop, open the live
broadcast and other operations on the third party recording and
broadcasting system.
12. Built-in embedded WEB operating system, can view the use of the
terminal host and the basic information, can be configured and
operated on the terminal host, such as display device information
device status software panel projector configuration and other
functions.
13. Built-in wireless projection system, an all-in-one integral system.
Functions:
(1) Support the projection function of Windows, Android IOS,
MAC device, support Miracast and Airplay Protocols.
(2) Support Dual-View Display on single screen meanwhile
supporting wireless projection function (Miracast).
(3) Support direct wireless projection by scanning code.
(4) With queuing strategy and control mode, the projection
authorization control is realized.
(5) Support for inline whiteboard annotation function.
14. Support the import of electronic curriculum, and automatically
open and close the curriculum by one key.
15. The host supports the real-time encoding function of courseware
and has the H.264 encoding function to realize the real-time
encoded transmission of courseware.
Requirements for LCD Control Panel:
1. ≥7 Inch LCD capacitive touch screen controller.
2. Color≥65536.
3. Display Size≥154mm(W)*85mm(H).
4. Resolution≥1024*600Pixels.
5. Brightness Control≥100 Grade.
6. Clear function layout, support the touch control and grouping
function.
7. Panel keys can be set: single-key on&off, single-key on, single-key
off, combined-key on&off, combined-key on, combined-key off,
Section X - Contract Forms 100
Item Code No. Item Item Description/Specification QTY Unit
etc. The short press and long press functions can also be set.
8. Control a variety of control targets, including lighting loop, scene,
logic control, etc. Through the one-key scene control function, the
lighting, curtain in the classroom can be uniformly set to meet the
needs of teaching.
9. In order to meet the diverse requirements of teachers, the panel has
programming functions.
10. The unified control of multimedia equipment (computer, projector,
etc.) Internet of Things (lighting, etc.) can be realized on one
control panel.
Requirements for Internet of Things Equipment:
1. Realize the mutual control between different communication
protocols.
2. Equipped with Internet of Things gateway, 485 serial port server,
three-phase smart electricity meter 7P, smart circuit breaker (4P),
three-in-one smart sensor (temperature, humidity, illumination),
intelligent power switch, zero fire module, LED lamp control
power drive module.
3. IOT Gateways:
(1) ZigBee To WIFI Smart Gateway, Ethernet Port, USB Port for
Power Supply.
(2) Supports ZHA/ZLL/Through Communication Protocol.
(3) External antenna, strong ability through the wall.
(4) Support kinetic energy switch.
(5) Support 433M communication.
4. 485 Serial Port Server:
(1) Port Standard: RJ45.
(2) Rate 10/100Mbps, MDI/MDIX cross direct automatic
switching.
(3) With 1.5KV electromagnetic isolation function, the housing
is isolated for protection.
(4) Network Protocol IP, TCP, UDP, ARP, ICMP, DHCP, DNS,
HTTPD Client.
(5) Cache Memory Sender: 6K Bytes. Receiver: 4K Bytes.
(6) Port Standard RS-485: 3 Lines (A+, B+ ,GND).
5. Three-Phase Smart Electricity Meter 7P.
(1) Communication Port:RS-485.
(2) Communication Protocol: MODBUS-RTU. DL/T645.
(3) LCD Display Screen can indicate active power, voltage,
current, power and frequency.
(4) Power status of five LED indicators (ABC), reverse, active
power pulse signal (red).
6. Smart Circuit Breaker (4P)
Pole Number :4P
Current: Optional from 16 to 63A
Communication Mode: RS-485
Communication Protocol: MODBUS-RTU
7. Three-in-one smart sensor (temperature, humidity, illumination)
(1) Temperature: measuring resolution 0.01℃, measuring range
0~60℃, measuring accuracy ±0.5℃.
Section X - Contract Forms 101
Item Code No. Item Item Description/Specification QTY Unit
(2) Humidity: measuring resolution 0.04%, measuring range
0~100%RH, measuring accuracy ±3%RH.
(3) Illumination: measuring range 0-6535Lux or 0-200000Lux.
(4) Working Environment: working temperature 0~50℃,
working humidity:15%RH-90%RH (no condensation).
(5) Preheating Time≤5Mins.
CEL-EL-5 Projector
1. Brightness (ISO lumen): ≥4200 lumens
2. Projection resolution: ≥1024*768
3. Contrast: ≥ 12000:1
4. Projection lens: ≥ lens optical zoom 1.6 times
5. Projection screen: 30-300 inches
6. Size: 30-300 inches
7. Projection distance: ≥0.86-13.85m
8. Color: ≥ full color (16.77 million colors)
9. Screen ratio: 4:3
1 unit
CEL-EL-6 Electric Curtain
120-inch electric curtain, screen ratio: 4:3, brightness gain average in
2.4 above, vision no less than 60 degrees, anti-glare, environmental
protection curtain.
1 piece
CEL-EL-7 Writing Glass
Whiteboard
1. Installed in the back wall of the classroom for students to write and
discuss after class.
2. Size≥1500*1000mm. Thickness≥3mm, with aluminum pen holder
and board wiper.
3. The surface is reinforced riot glass, the metal bottom layer, the
surface layer back is highly sensitive white paint.
The edges are 5D-Radian without scraping the hand.
2 piece
CEL-EL-8 Computer
1. CPU: Intel core i5-9500 3.0G 6C CPU or above
2. Main board chipset: Inter B360 chipset or above
3. Memory: ≥8G DDR4 2133MHZ, supporting dual channels of
memory
4. Hard disk: 1≥256GB SSD M.2 2280 NVMe TLC+1TB SATA HD
7200RPM 3.5"" SATA3
5. Optical drive: DVD-RW
6. Video card: 2G or above independent video card
7. Sound card: motherboard integrated sound card
8. Network card: mainboard integration 10-100-1000m or above
9. Interfaces ≥4 USB 3.0 ports, ≥2 PS/2 ports, ≥1 VGA port, ≥2
HDMI ports, ≥1 COM port, ≥1 rj-45 port, audio input/output port.
10. Expansion slots ≥1 PCIe X16,2PCIeX1, ≥3 SATA interfaces
11. Chassis: ≥18L vertical chassis,
12. Operating system: Original factory pre-installed authentic win10
PRO English version.
13. Display: ≥19.5-inch widescen LCD display, Low blu-ray, pixel
ratio 16:9, resolution 1920*1080 and above, contrast 1000:1 and
above, response time ≤5ms, VGA and DVI interface.
14. Service requirements: the original packaging, the whole machine
free warranty, three years free on-site service, free technical
support for five years.
1 unit
CEL-EL-9 Touch Display
Terminal
1. Screen Type: Capacitive touch screen.
2. Size≥21.5 inches.
3. Resolution≥1920x1080.
4. Surface Hardness≥7H High Hardness Reinforced Glass.
5. Effective Touch Area≥476.64×268.11mm.
1 unit
Section X - Contract Forms 102
Item Code No. Item Item Description/Specification QTY Unit
6. Dot Pitch≤0.24825mm.
7. Brightness≥250cd/m2.
8. Dynamic Contrast Ratio (DCR)≥50000000:1
9. Response Time≤5ms.
10. Viewing Angle≥178/178°.
11. Input Port: HDMI, Display Port.
12. Other Ports≥USB×2, AUDIO OUT.
CEL-EL-10 Camera
1. ≥8000000 Pixels, Max resolution ratio≥4096×2160.
2. The camera is a non-cloud camera, which adopts EPTZ tracking
method.
3. Two-Channel Output: With two-channel output function, two
1080P images can be output at the same time.
4. 3.5mm audio port≥2PCS.
5. With built-in smart detection system, the camera can not only
collect video but also provide tracking system. The built -in
tracking system adopts image recognition technology to accurately
locate the teacher's position, and can track and shoot in real time,
and can shoot in close-up mode. The tracking process is smooth,
and the visual experience is comforting.
6. Support for H.265, H.264 Encoding.
7. Support a variety of audio compression standards:
G.711/G.722.1/G.726/MP2L2/AAC/PCM.
8. Minimum Illumination Support: Color: 0.009 Lux @ (F1.2, AGC
ON). Black and White: 0.0009 Lux @ (F1.2, AGC ON).
9. EPTZ electronic tracking technology is adopted, which ensures no
noise.
10. With support for network port, the effective transmission distance
reaches up to 200 meters, which fully meets the needs of all kinds
of high-quality long-distance transmission.
11. With digital wide dynamic function, the picture exposure is
uniform, sense of layering is strong. Even under a high contrast
between light and dark (such as backlight), a clear capture of the
image can still be ensured.
12. It should support for multiple power modes
AC24V/DC12V/PoE(802.3af).
1 unit
CEL-EL-11 Panoramic
Camera
1. ≥4 million pixels, the resolution≥1920x1080.
2. Support for HD - SDI HD video output and IP network output.
3. Support for H.265/H.264/MJPEG compression algorithm.
4. The 3D smart positioning function ensures fast positioning and
capture of the target.
5. Horizontally 350° continuous rotation, vertically 0°-90°
continuous rotation, which ensures no blind zone for monitoring.
6. The maximum speed of horizontal preset point can reach 60 °/s,
and the maximum speed of vertical preset point can reach 50 °/s.
7. The horizontal keying speed is 0.1°-60°/s, and the vertical keying
speed is 0.1°-50°/s.
1 unit
CEL-EL-12
Professional
Recording and
Broadcasting
System
This system includes recording and broadcasting host and the software
thereof.
Requirements for recording and broadcasting host:
1. Pure embedded integrated built-in storage architecture ensures the
stability and reliability of the system, which integrates video and
audio encoding, recording, storage, directing, live broadcast,
1 set
Section X - Contract Forms 103
Item Code No. Item Item Description/Specification QTY Unit
learning on demand (LOD), switching, management and other
functions in one host, thus without any need to cooperate with the
use of encoding box, non-PC architecture.
2. VIDEO IN: HD-SDI≥4 Channels, HDMI≥1 Channel. VGA≥1
Channel, POE Port≥4 Channels. VIDEO OUT: HDMI≥2
Channels. VGA≥2 Channels. Ethernet Port≥2 Channels. USB3.0
Port≥2 Channels.
3. ≥5 channels of 1080P/25/30/50/60 HD video input signals can be
seamless switched, overlaid and spliced. This includes four
channels of HD 1080 video and one channel of computer signal.
4. Support ≥2 HDMI movie picture output ports, one of which can
directly output the guide picture to the projection, large-screen
display and non-coding equipment, with no delay and no non-
network port. The max resolution is 1920*1080. the other of which
is used to display the director's local operation interface.
5. Support ≥1 HDMI computer picture ring-out port. Even if the
recording equipment is not turned on, the computer signals input
from the HDMI and VGA can also be looped out.
6. The front panel of the cabinet has an LCD screen with at least 3.2
inches, which can display the recording and broadcasting status
and related parameters, and can quickly set the IP, recording and
broadcasting parameters by pressing the panel button, and can
start/end recording, etc..
7. At least two SATA ports are required, each of which supports
≥4TB hard disk, and can automatically identify the hard disk's
working information, while the non-working hard disk is in a
dormant state.
8. The recording mode supports the movie mode, resource mode,
picture in picture mode, and there are at least 2 pictures, 3 pictures
and 4 pictures optional when recording in the resource mode.
9. The device supports the broadcasting function, and has two modes
of automatic and manual broadcasting. The broadcasting strategy
can be set (whether the students' panoramic transition or the dual
screen of teachers and students, etc.), and courseware detection is
supported.
10. The host has an audio processing module, which provides 2
channels of 48V phantom MIC IN and 1 channel of 12V single-
terminal MIC IN Ports and supports automatic noise reduction.
Requirements for Recording and Broadcasting System Software:
1. The host is embedded with a management system, which is
compatible with Internet Explorer, Chrome and another general
browser. It supports that Chrome Browser adopts HTLM5
technology, with no need to install any plug-in, the director screen
response is fast and low-latency.
2. B/S structure of the director platform integrates video directing
and monitoring, switching, audio adjustment, recording/live
broadcast, start/pause/stop control, special effects, special
subtitles, school LOGO, opening and ending settings, cloud
control, tracking settings, recording watch, live broadcast
monitoring and other functions.
3. Embedded with automatic director algorithm can realize automatic
and semi-automatic manual direction, support camera cloud
Section X - Contract Forms 104
Item Code No. Item Item Description/Specification QTY Unit
control and setting and calling of presets.
4. With manual control cloud, zoom adjustment and other camera
control functions, each camera supports the setting of 8 or more
presets.
5. With built-in teaching computer screen change detection
algorithm, moving the mouse, PPT page turning by teacher can be
detected with no need to install any program on the teaching
computer, and VGA image can be cut in direction picture. At the
same time, it supports the user to set the change detection area of
the computer manually, and supports the drawing of up to 5 change
detection areas, so as to avoid the error switching of recording and
broadcasting screens caused by the automatic operation of the
program on the computer.
6. A variety of built-in live streaming servers
support\RTMP\RTSP\HLS\UDP. Support the pull flow of live
streaming clients and support the push flow of other external live
streaming servers. Support multi-stream synchronous live
streaming, which is convenient for users to choose the appropriate
live stream according to different scenes to watch.
7. With built-in live broadcast client, click the live broadcast watch
button to see the live broadcast screen. At the same time, mobile
devices can directly watch the live broadcast on mobile devices by
scanning the QR code on the live broadcast viewing page.
8. The recording and broadcasting device has a built-in micro media
publishing function, which can push the recording and
broadcasting picture to the display receiving end of all designated
groups in real time through the network.
9. The system is built with simple non-editing function, which can
support audio and video content interception, merging, adding
background music and so on.
10. The system records the resource file, supports the local hard disk
storage, and cloud resource management platform to share and
supports the direct upload to the third-party FTP server.
11. Users can directly login to the web side, view their own resources,
support online search, play, download, delete and other operations.
12. Support automatic acquisition of video related PPT directory,
automatically generate PPT index. Click the relevant index, and
video automatically start play from the clicking point.
13. In order to adapt to different application scenarios, any resource
screen should be configured to allow access to the director screen,
whether a separate live broadcast is needed.
14. The power start mode can be set for the recording and broadcasting
device, which supports the device to start up, shut down and record
at preset time.
15. Support access to ONVIF, RTSP network video stream, support
automatic search of ONVIF devices in network and display for
user authentication.
16. The system can provide abundant the status information of signal
source (whether there is signal input, signal resolution, signal
format) and system information status (CPU, memory usage),
which is convenient for the manager to get a comprehensive
understanding of the running status of the recording and
Section X - Contract Forms 105
Item Code No. Item Item Description/Specification QTY Unit
broadcasting host in real time and facilitate later maintenance.
17. Software provides flexible user access control functions. Different
access rights can be designated for different users, which can be
divided into system administrators, general users and students. The
system administrator has all the rights. General users can add
student users, support users to add or delete rights and reset
passwords and can also online search the current login user
information of the recording and broadcasting device.
CEL-EL-13
Remote
Interactive
Terminal
1. Video Communication Standards: H.323 Protocol, SIP Protocol.
2. Video Standards: H.263, H.264, H264 HP.
3. Image Acquisition Resolution: 1080p/30, 1080i, 720p.
4. Video Encoding Format: Standard: 720×576, 640×480, 352×288,
320×240, 176×144, 160×120. HD:1920*1080, 1280*720,
960*540.
5. Audio Standards: GIPS, G.722.1, G.723.1, ILBC, ISAC.
6. Audio Technology: Automatic Gain Control (AGC), rapid
adaptation of echo control (AEC), noise reduction (NR), enhanced
speech excitation (VAD), multiplex sound mixing technology.
Maximum number of concurrent audio channels for conference
audio: 12 channels.
7. Video Input: HDMI, COMPONENT.
8. Video Output: VGA, HDMI, DVI (support dual screen)
9. Data Port : Camera Control Port : RS232 . USB Port: 4 X USB3.0 .
10. Audio Input: MIC IN, LINE IN.
11. Network Port: 1 X 1000M Self Adaptive LAN.
12. Operation Mode: Wireless Mouse.
13. Working Temperature: 0–+40℃, Humidity: 15–80%.
1 unit
CEL-EL-14 Intelligent Access
Control System
1. Device Appearance: ≥7-inch LCD touch screen, ≥2-megapixel
binocular camera, face recognition distance 0.3m-1.5m, and
support photo and video anti-fake function.
2. Equipment Capacity: Support a white list of at least 20,000 faces,
1: N face comparison time <0.2S/person, and support at least
50,000 cards and at least 50,000 records.
3. Authentication Method: Support face, card, password (work
number + password) and its combination for authentication. Read
Mifare Card (IC card) number, CPU serial number and ID card
number. Support QR code recognition.
4. Communication Mode: Uplink Communication is TCP/IP, support
Ehome transmission across public network. Support external
RS485, Wiegand sub-reader (do not support external fingerprint
reader). Baseline support the standard Wigan 34.
5. Video Intercom: Support remote video preview function, output
video stream through RTSP protocol, and the encoding format is
H.264.
6. Input Port: LAN≥1, RS485≥1, Wiegand≥1, USB≥1, Door
Magnetic≥1, Alarm Input≥2, Anti-Dismantling≥1, Door
Button≥1.
7. Output Port: Electric lock ≥1, Alarm Output *1
8. Use Environment: Indoor and outdoor environment: avoid direct
sunlight to the lens.
9. Installation Type: Standard installation with metal hanging plate,
open installation is preferred with 86 bottoms boxes.
1 set
Section X - Contract Forms 106
Item Code No. Item Item Description/Specification QTY Unit
CEL-EL-15 Clock
1. Power: Battery.
2. Movement: Sweep
3. Dial Material: PVC.
4. Mirror Material: Glass.
5. Clock Diameter≥28cm.
2 piece
CEL-EL-16 Mobile Desk for
2 Persons
1. The top surface and back plate: the top surface is made of flame
retardant, acid and alkali resistant, wear-resistant, waterproof and
high-hardness melamine impregnated fireproof plate, and the
sealing edge is made of high-quality PVC with a thickness of at
least 2.0mm.
2. Base Material: The high-quality medium density board is used,
which is treated through moisture-proof, insect-proof and anti-
corrosive measures. It has the advantages of high strength, high
rigidity, no deformation and all physical and chemical properties
meeting national standards.
3. Foot Stand: The high-density seamless iron tubes are used. The
steel foot is at least 1.5mm thick and made of first-grade cold rolled
steel, which is formed at a time. It has been acid-and-phosphor
treated for anti-corrosion, and thus is highly acid-and-alkali
resistant and organic solvent.
4. Electrostatic Spray: 1) The steel parts are added by emulsifiers and
alkaline additives, derusted by phosphoric acid, and phosphorized
and passivated by zinc film. 2) Matte thermosetting epoxy
polyester powder cured at high temperature (spraying thickness
0.025~0.03mm, hardness≥0.4mm, impact strength≥3.92J with no
peeling, cracking or wrinkling etc., adhesion=Grade 1,
glossiness≧65%, resistant to corrosion and salt water for 24H, no
rust, no bubble, no crack.)
5. Collapsible, easy to store, easy to move with the universal wheel.
It can also lock, safe and stable, and is silent without damaging the
ground.
6. Steel tube rack, strong and durable.
7. Size≥1200mm (length) x 400mm (depth) x 75cm (height), and the
color is at buyer's choice
6 piece
CEL-EL-17 Mobile Desk for
3 Persons
1. The top surface and back plate: the top surface is made of flame
retardant, acid and alkali resistant, wear-resistant, waterproof and
high-hardness melamine impregnated fireproof plate, and the
sealing edge is made of high-quality PVC with a thickness of at
least 2.0mm.
2. Base Material: High quality medium density plate is used. It is
moisture-proof, insect-proof and anti-corrosive after treatment,
and has the advantages of high strength, high rigidity, no
deformation.
3. Foot Stand: High density seamless iron tubes are used. The steel
foot is at least 1.5mm thick, and is made of first-grade cold rolled
steel and formed at a time. It has been acid-and-phosphor treated
for anti-corrosion, and thus is highly acid-and-alkali resistant and
organic solvent.
4. Electrostatic Spray: 1) The steel parts are added by emulsifiers and
alkaline additives, derusted by phosphoric acid, and phosphorized
and passivated by zinc film. 2) Matte thermosetting epoxy
polyester powder cured at high temperature (spraying thickness
6 piece
Section X - Contract Forms 107
Item Code No. Item Item Description/Specification QTY Unit
0.025~0.03mm, hardness≥0.4mm, impact strength≥3.92J with no
peeling, cracking or wrinkling etc., adhesion=Grade 1,
glossiness≧65%, resistant to corrosion and salt water for 24H, no
rust, no bubble, no crack.)
5. Collapsible, easy to store, easy to move with the universal wheel.
It can also lock, safe and stable, and is silent without damaging the
ground.
6. Steel tube rack, strong and durable.
7. Size≥1800mm (length) x 400mm (depth) x 75cm (height), and the
color is at buyer's choice
CEL-EL-18 Chair
1. Chair back and chair surface: They conform to the principle of
ergonomics, and are bend-resistant, wear-resistant and impact-
resistant, which are formed at a time using PP engineering plastics.
2. Chair foot: Thickened 1.5mm thick steel tubes are used, which are
uniformly plated and keep bright.
3. Size≥410*410*445mm, and the color is at buyer’s choice
30 piece
CEL-EL-19 Interior
Renovation
1. Install Accessories and Accessories
2. 10-hole socket, 12V adapter, 3.5 audio cable, 3.5 one-to-two audio
cable, 32 tube, 1/2-inch cable duct, 5-hole panel, HDMI cable 20
meters, HDMI jumper, network cable, etc.
3. Ceiling: Aluminum gusset plates are used for ceiling, Light steel
keel
4. High-quality pure solid wood flooring
1 set
CEL-EL-20 LED Lights 1. Eye protection LED EOT lighting is used. 24 piece
Section X - Contract Forms 108
Carpenter Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-CAR-1 Sliding Table
Saw
1. Maximum working length: 3200mm
2. Maximum working thickness: 80mm
3. The main saw blade size: 300 × Ø 30 mm
4. Scoring saw blade size: 120 × Ø 20 mm
5. Main saw spindle speed: 4000/5000/6000r/min
6. Scoring saw spindle speed: 8000r/min
1 unit
CEL-CAR-2 Planer
1. Working Table size: ≥1800 × 350mm
2. Maximum planing width: 300mm
3. Maximum planing depth: 5mm
4. 4. Spindle speed: ≥6000r/min
1 unit
CEL-CAR-3 Pressure Plane
1. Maximum planing width: 410mm
2. Maximum planing thickness: 180mm
3. Minimum planing thickness: 5mm
4. Maximum cutting output: 4mm
5. Minimum working length: 220mm
6. Feeding speed: 9m/min
1 unit
CEL-CAR-4
Swing Blade
cirular Saw
Machine
1. Maximum blade diameter: 350mm
2. The spindle speed: ≥Ø3000r/min
3. The main spindle diameter: 25.4 mm ⌀
4. Maximum processing thickness: 70mm (45°)/100mm (90°)
1 unit
CEL-CAR-5
Single Blade Longitudinal
Saw Machine
1. The thickness of cutting: 5-85mm
2. Minimum cutting length: 200mm
3. The biggest size of saw blade: Ø 355 × 50.8× 5 mm
4. Feeding speed: 0-31m/min
5. Saw spindle speed: ≥3200rpm
1 unit
CEL-CAR-6 Vertical Milling
1. Working table size: 1130×670mm
2. Maximum milling thickness: 120mm
3. The main spindle diameter: Ø 35 mm
4. Spindle speed: 6000/8000/10000rpm
1 unit
CEL-CAR-7 Router
1. Maximum milling thickness: 50mm
2. Maximum milling cutter diameter: 20mm
3. Diameter of knife clip: 12.7mm
4. Working table size: 650 ×580mm
5. Maximum tilting of the table: 45 degrees
6. Lifting range of working table: 50mm
7. Spindle speed: 18000r/min
1 unit
CEL-CAR-8 Circular Tenon
Machine
1. Main Spindle speed: 9000r/min
2. Square tenon working size: 140 × 80mm
3. Processing width of transverse waist round tenon (single/double
table): 430mm/140mm
4. Processing width of vertical waist round tenon: 80mm
5. Diameter of circular tenon processing: 80mm
1 unit
CEL-CAR-9 Mortise Machine
1. Maximum mortising width: 120mm
2. Maximum mortising depth: 60mm
3. Main Spindle speed: 12000rpm
1 unit
CEL-CAR-10 Band Saw
1. Saw wheel diameter: 500 mm Ø
2. Maximum working thickness: 140mm
3. Maximum cutting width: 400mm
4. Saw blade length: 4050mm
5. Diameter of saw wheel: 500mm
1 unit
Section X - Contract Forms 109
Item Code No. Item Item Description/Specification QTY Unit
6. Saw blade linear speed: 1300r/min
CEL-CAR-11 Pneumatic Saw
1. The saw blade diameter: 400 mm Ø
2. Working table size: 660×700mm
3. The main spindle diameter: Ø25.4mm
4. Main spindle speed: ≥2500r/min
1 unit
CEL-CAR-12
Door and
Window
Assembly
Machine
1. Working table size: 2400 × 1200mm
2. Maximum combination size: 2200 ×1000mm 1 unit
CEL-CAR-13 Hand Sanding
Machine
1. Sliding table size: 2300×1200mm
2. Belt size: 6750 ×150mmmm 1 unit
CEL-CAR-14 Vibrating Sander
1. Belt size: 2900 × 180mm
2. Speed of driving wheel: 1050rpm
3. belt working range:30m
1 unit
CEL-CAR-15 Vacuum Cleaner
A
1. Diameter of bag: 480mm
2. Barrel diameter: 480mm
3. Air volume: 3200m3/h
4. Suction port: 3 ×100mm
8 unit
CEL-CAR-16 Vacuum Cleaner
B
1. Push way: push by hand
2. Maximum working efficiency: 3680m2/h
3. Capacity of dust collection box: 48L
1 unit
CEL-CAR-17 Knife Sharpener
1. Maximum size of cutting-edge milling cutter:200 × 360mm
2. Maximum size of sharpening saw blade: 630mm
3. Diameter of grinding wheel: 125mm
1 unit
CEL-CAR-18 Portable Sander 1. Carpentry polishing tool 10 unit
CEL-CAR-19
Portable
Woodworking Edge Trimmer
(Small)
1. Small size 1 piece
CEL-CAR-20
Portable
Woodworking Edge Trimmer
(Large)
1. Big size 1 piece
CEL-CAR-21
Percussion Drill (Rechargeable
Hand Drill)
1. Maximum hole diameter: 20mm
2. Maximum collet diameter: 10mm 10 piece
CEL-CAR-22 Jointing
Machine
1. Maximum panel length: 2500mm
2. Maximum stitching width: 1250mm
3. Splicing thickness: 10-100mm
4. Cycle splicing page: 14 pages
1 unit
CEL-CAR-23 Mortise Machine
1. Maximum morterising width: 25.4mm
2. Maximum pressing width: 200mm
3. Maximum morterising depth: 100mm
4. Maximum workpiece thickness: 230mm
1 unit
CEL-CAR-24 Vertical Belt
Sander
1. Belt size: 1524 x 200mm
2. Speed of main driving wheel: 2250r/min 1 unit
CEL-CAR-25 Garland Saw
1. Maximum working width:700mm
2. Maximum working thickness: 100mm
3. Maximum working range: 65mm
4. Saw blade length: 330mm
1 unit
Section X - Contract Forms 110
Item Code No. Item Item Description/Specification QTY Unit
CEL-CAR-26 Electric Screw
Gun
1. Number of screws: 100pcs
2. Air pressure: 3.5-6kgf/cm2
3. Use of nozzles: 6mm
2 piece
CEL-CAR-27
Constant
Temperature
Drying Room
1. Drying box Size:2800mm×2000mm×2000mm
2. Operating temperature of drying box: 40℃°-80℃
3. The available temperature in the drying box can be automatically
adjusted according to the actual requirements of customers.
1 unit
CEL-CAR-28 Multifunctional
Saw 1. Practical woodworking tools 1 unit
CEL-CAR-29 Electronic
Balance
1. Range: 10000g
2. Readability: 0.1g 10 unit
CEL-CAR-30 Physical Balance 1. 1000g 10 piece
CEL-CAR-31 Wood Moisture
Tester 1. Portable 10 unit
CEL-CAR-32 Relative
Hygrometer
1. Temperature measurement range: -20℃-60℃ (-4℉-140℉)
2. Temperature measurement accuracy: ±0.5℃(0-45℃)±1℃(-20℃-
0℃,45℃-60℃)
3. Temperature resolution: 0.1℃/℉
10 piece
CEL-CAR-33 Air Compressor 1. Displacement: 1m3/min
2. Cooling method: air cooling 1 unit
CEL-CAR-34 Spray Gun 1. Practical woodworking tools 6 piece
CEL-CAR-35 Shelves
1. Size: 2000*50*2000mm
2. Number of layers: 4
3. Load-bearing capacity of each layer: 120kg
20 piece
CEL-CAR-36 Material Cart 1. Bearing capacity: 500kg 5 piece
CEL-CAR-37 Forklift (Manual
Hydraulic) 1. 3t 3 unit
CEL-CAR-38 Carpenter's
Table 1. Assemble size:1560×1560×815mm 6 unit
CEL-CAR-39 Testbed
1. Dimension (l×w×h): 1800*750*850mm
2. Table-board: ≥12.7mm, using solid physiochemical board, with
thickness of edge 25.4mm, arc chamfer, acid and alkali resistant.
3. Steel frame: capable of bearing 250-400kg, not easily deformable.
4. Cabinet: with thickness of board ≥18mm and waterproof sealing.
5. Cabinet door and drawer: with thickness of board ≥18mm, and
edges processed by hot sealing technique.
6. Handle: PVC handle.
7. Hinge: opening angle 110°, cabinet door can be opened and closed
more than 100,000 times.
8. Drawer guideway: silent guideway on both sides of the drawer,
which is processed by baking paint.
9. Footing: adjustable height ±25mm.
10. Back board: thickness no less than 9mm
5 unit
CEL-CAR-40 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome
plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a
landing pad.
5. Height: 47-52cm.
30 unit
Section X - Contract Forms 111
Section X - Contract Forms 112
Water Treatment Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-WT-1
Membrane
Separation
Experimental
Device
Includes reverse osmosis (RO), nano filtration (NF), ultrafiltration (UF)
and microporous filtration (MF), which are four membrane separation
technologies driven by pressure difference.
1. Technical performance
(1) Working environment: Ambient temperature 0℃ ~ +40℃
relative humidity < 85% (25℃) altitude < 4000m
(2) Unit capacity: < 3kVA
2. System composition
(1) Object system (stainless steel frame): Membrane separation
device: Reverse osmosis device, nano-filtration device,
ultrafiltration device, microfiltration device, coarse filter,
activated carbon absorber, horizontal multi-stage centrifugal
water pump, vertical multi-stage centrifugal water pump,
clean water tank, original water tank, pressure gauge, liquid
flow meter, pipe, valve, etc.
(2) Control system: Consists of power supply control box,
leakage protection device, control switch, etc.
(3) Equipment configuration: Conductivity meter, water quality
hardness meter
3. Experimental projects
(1) Microporous filtration experiment
(2) Separation experiment of ultrafiltration membrane module
(3) Separation experiment of reverse osmosis membrane module
(4) Backwashing experiment of packing
(5) Ultrafiltration membrane cleaning and maintenance
experiment
(6) Reverse osmosis membrane cleaning and maintenance
experiment
(7) Separation experiment of nano-filtration membrane module
2 set
CEL-WT-2
Ion-Exchange
Softening and
Desalting
Experimental
Device
1. ITechnical performance
(8) Working environment: Ambient temperature 0℃ ~ +40℃
relative humidity < 85% (25℃) altitude < 4000m
(9) Unit capacity: < 2kVA
2. System composition
(1) Object system (stainless steel frame): Composed of water
pump, stainless steel original water tank, stainless steel clean
water tank, Plexiglass ion exchange column, liquid flow
meter, regenerative liquid distribution device, pipeline, valve,
etc.
(2) Control system: Composed of power supply control box,
leakage protection device, control switch, AC voltmeter, etc.
(3) Instrument configuration:
(4) Conductivity meter, electronic analytical balance, precise
acidity meter, water hardness meter, blast drying oven
3. Experimental projects
(1) Deepen the understanding of exchange capacity of strong acid
cation exchange resin.
(2) Master the test method for the determination of exchange
capacity of strong acid cation exchange resin.
(3) Master the operation experiment of ion exchange device
2 set
Section X - Contract Forms 113
Item Code No. Item Item Description/Specification QTY Unit
(4) Determination of exchange capacity of strong acid cation
exchange resin
(5) Softening test
(6) Desalination experiment
CEL-WT-3
Electric
Biological
Experimental
Device
1. Technical performance
(1) Working environment: ambient temperature 0℃ ~ +40℃
relative humidity < 85% (25℃) altitude < 4000m
(2) Device capacity: < 2kVA
2. System composition
(3) Object system (stainless steel frame): composed of plexiglass
disc, rotating shaft, plexiglass oxidation tank, water pump,
valve, water distribution pipe, flow meter, stainless steel
original water tank, stainless steel clean water tank, speed
digital display meter, drive system, mixer, etc.
(4) Control system: composed of power supply control box,
leakage protection device, control switch, mixer governor,
etc.
(5) Equipment configuration: water quality COD detector,
precision acidity meter.
3. Experimental projects
(1) Biological rotary table experiment
(2) Understand and master the structure and principle of
biological rotary table
(3) Experiment of hanging film technology of biological rotary
table
(4) Deepen the understanding of sewage purification mechanism
of biological rotary table
2 set
CEL-WT-4
3D Layout Model
of Sewage
Treatment Plant
1. Technical performance
(1) Working environment: ambient temperature 0℃ ~ +40℃
relative humidity < 85% (25℃) altitude < 4000m
(2) Device capacity: < 2kVA
2. System composition
(1) Controlled object (stainless steel frame): it is composed of
indicator light, regulating sedimentation tank, second
sedimentation tank, grid, aeration tank, anaerobic tank,
pipeline, sludge digester tank, pump room, office building,
power supply room, green trees and grass, road surface, etc.
(2) Control system: power control box, button switch, etc.
3. Experimental projects
(1) Structural planning of sewage treatment plant
(2) Sewage treatment process demonstration
(3) Structural operation process of sewage treatment plant
1 set
CEL-WT-5
Comprehensive
Training Device
for Drinking
Water Treatment
System
1. ITechnical performance
(1) Working environment: Ambient temperature 0℃ ~ +40℃
relative humidity < 85% (25℃) altitude < 4000m
(2) Device capacity: < 2kVA
(3) Water treatment: 60L/h
(4) Control mode: Manual / automatic switch
(5) Pipe connection: card sleeve type
(6) Adjustable raw water mixer
2. System composition
(1) Object system (stainless steel frame) : Composed of Stainless
2 set
Section X - Contract Forms 114
Item Code No. Item Item Description/Specification QTY Unit
steel original water tank, Stainless steel intermediate water
tank Stainless steel cleaning tank, stainless steel water tank,
the flushing cistern, mechanical flocculation pool, pool,
horizontal sedimentation tanks, inclined plate sedimentation
tank, v-shaped filter, no valve, filter, tank, separator, sink,
sterilization tank, ultraviolet sterilization device, metering
pump, water pump, air compressor, vacuum pump, mixer,
flow meter, filter material, the filter head, pipes and valves
(2) Control system: composed of Power supply control cabinet,
leakage protector, control switch, AC voltmeter, speed
control panel, timer
3. Experimental projects
(1) Understand the unit operation techniques commonly used in
drinking water treatment in small and medium-sized cities
and towns
(2) Master the processing process of the processing system
(3) Observe the running state of sewage, sludge and air in the
treatment process
CEL-WT-6
Integrated
Training Platform
for Water
Monitoring and
Treatment
Technology
1. Technical performance
(1) Working environment: The ambient temperature range is 0℃
~ +40℃, and the relative humidity is < 85% (25℃).
(2) System capacity: < 2.0kva
(3) Safety protection: With leakage voltage, leakage current
protection device, safety in line with national standards.
(4) Taken the grille 20, adopts the active link.
(5) IOT cloud monitoring platform, which can realize monitoring
equipment, monitoring data, alarm monitoring, video
monitoring, project configuration and be provided with the bid
software interface.
2. System composition
It is mainly composed of water source system, treatment system,
electrical control system and online sensor data acquisition system.
(1) The water source system consists of water storage tank, steel
frame platform, valve and float ball valve.
(2) The treatment system consists of steel platform, grille
regulating tank, sedimentation tank, dosing tank, bioreactor,
secondary sedimentation tank, sand filter tank, SBR reaction
tank, water pump, fan, solenoid valve, gate valve, ball valve,
flow meter, air pump, stirring motor, aeration head, etc. The
components are made of transparent plexiglass.
(3) The electrical control system includes electrical control
cabinet, leakage protector, switch button, fuse indicator, touch
screen, PLC controller, relay, monitoring software, etc.
(4) Online sensor includes online PH sensor, online dissolved
oxygen sensor, online conductivity sensor, online ORP sensor
and other sensors.
3. Experimental projects
(1) Correct use of on-line monitoring instruments
Able to correctly use online monitoring instruments and
meters, complete the calibration of designated
environmental monitoring instruments (DO instrument, pH
instrument, etc.), monitor the relevant units and record the
1 set
Section X - Contract Forms 115
Item Code No. Item Item Description/Specification QTY Unit
corresponding data to achieve the predetermined functional
requirements.
(2) Preparation and determination of water samples
Configure the relevant water quality and conduct water
quality measurement, calculate the relevant data and
complete the dosing.
(3) Design and calculation of sewage treatment process
Through the training platform and related technical
requirements, select and design a reasonable water treatment
system, connect the corresponding process flow chart and
elevation chart. According to the data and formula, calculate
the corresponding value.
(4) Connection of sewage treatment equipment components and
pipelines
According to the system process assembly drawings and
assembly process requirements, carry out the mixer, aeration
pipe, aerator, packing, metering devices, sensors and other
devices assembly and sewage pipe connection.
(5) Circuit design and connection of power system of water
treatment platform
According to the system process assembly drawing and the
assembly process requirements, carry out the assembly of
mixer, aeration pipe, aeration head, filler, metering device,
sensor and other devices and connect them with sewage
pipe.
(6) Design and connection of automatic control system for
sewage treatment equipment.
Perform programming or program revision, debugging,
operation and testing for sewage treatment system to achieve
the predetermined function.
(7) Commissioning and operation of sewage treatment
equipment
Power on operation, perform overall debugging of power
system and control system to ensure normal operation, and
record online monitoring data in the form.
CEL-WT-7 Testbed
1. Dimension (l×w×h): 1800*750*850mm
2. Table-board: ≥12.7mm, using solid physiochemical board, with
thickness of edge 25.4mm, arc chamfer, acid and alkali resistant.
3. Steel frame: capable of bearing 250-400kg, not easily deformable.
4. Cabinet: with thickness of board ≥18mm and waterproof sealing.
5. Cabinet door and drawer: with thickness of board ≥18mm, and
edges processed by hot sealing technique.
6. Handle: PVC handle.
7. Hinge: opening angle 110°, cabinet door can be opened and closed
more than 100,000 times.
8. Drawer guideway: silent guideway on both sides of the drawer,
which is processed by baking paint.
9. Footing: adjustable height ±25mm.
10. Back board: thickness no less than 9mm
10 unit
CEL-WT-8 Stool
1. Specifications (∮ * H) : ∮ 300 x 470-520 - mm
2. Bench surface : engineering plastic with thickness 6mm.
3. Steel bracket, the steel thickness of the pipe body: 1mm chrome
30 unit
Section X - Contract Forms 116
Item Code No. Item Item Description/Specification QTY Unit
plated.
4. Bottom seat: a five-cone foot, equipped with a stepping and a
landing pad.
5. Height: 47-52cm.
Section X - Contract Forms 117
Frame Operator Training Room
Item Code No. Item Item Description/Specification QTY Unit
CEL-FO-1 Steel Pipe
1. Diameter: 48, length: 6M
2. Steel tube wall thickness: 2.3mm-2.5mm, surface treatment with
white zinc plating
5 piece
CEL-FO-2 Gloves 1. Suitable for training 60 pair
CEL-FO-3 Butt Fastener
1. Anti-rust treatment on the fastener surface.
2. When the steel pipe is clamped with fasteners, the minimum
distance of the opening shall be no less than 5mm
300 piece
CEL-FO-4 Cross Fasteners
1. Anti-rust treatment on the fastener surface.
2. When the steel pipe is clamped with fasteners, the minimum
distance of the opening shall be no less than 5mm
400 piece
CEL-FO-5 Swivel Coupler
1. The fastener surface shall be treated withsubject to anti-rust
treatment.
2. The moving part of the fastener shallshould be able to rotate
flexibly.
3. When the steel pipe is clamped with fasteners, the minimum
distance of the opening shall be no less than 5mm
400 piece
CEL-FO-6 Scaffolding 1. Size(L*W*H):1.85M*0.5M*0.05M
2. White zinc plating on the surface 50 piece
CEL-FO-7 Protective Net 1. 6M* 1.8m (high density type) 50 piece
CEL-FO-8
Steel Tube
Straightening
Machine
1. Diameter range of straightening: 48mm-51mm
2. Straightening effect: <6°
3. Walking speed: 13M/min
4. Product function: straightening, descaling, antirust and painting
1 unit
CEL-FO-9 Gate Type
Scaffold
1. Configuration: a set of scaffolding consists of: 2 shelves /2 pairs
of pull rods /1 pedal /4 connecting rods /4 pins /4 split pins
2. Size: 1700×950×1800mm
30 piece
CEL-FO-10 Wrench 1. Training tool 30 piece
CEL-FO-11 Steel Rule 1. 0-1000mm 30 piece
CEL-FO-12 Rebar Cutter
1. Cutting diameter range:
Ordinary carbon steel: 6-32mm
Ⅱ level rebar: 6 to 32 mm
1 unit
CEL-FO-13 Writing Board 1. Size: 90*180cm
2. Single 1 piece
CEL-FO-14
Multimedia
Teaching
Platform
1. Overall dimensions: length ≥1180mm, width ≥730mm, total
height ≥980mm (upper dimensions), length ≥800mm, width
≥620mm, table height ≥866mm (lower dimensions)
2. Adopting split design, which is convenient for transportation.
3. Equipped with access door, ventilation, heat dissipation,
equipment debugging door (front door), door for computer host
and CD driver.
4. Supporting 17 ~ 22-inch LCD, central control, host, DVD, speaker
amplifier, physical booth installation.
5. The dustproof glass in the installation position of the display is the
toughened glass of the automobile, which is of high safety.
6. After closing, all interfaces are not exposed.
7. Equipped with leakage protection switch and anti-static grounding
device.
8. Equipped with two speakers’ holes. The platform is equipped with
fixed holes.
1 unit
Section X - Contract Forms 118
Item Code No. Item Item Description/Specification QTY Unit
9. With chairs.
10. Service requirements: three-year warranty.
CEL-FO-15 Computer
1. CPU: Intel core i5-9500 3.0G 6C CPU or above
2. Main board chipset: Inter B360 chipset or above
3. Memory: ≥8G DDR4 2133MHZ, supporting dual channels of
memory
4. Hard disk: 1≥256GB SSD M.2 2280 NVMe TLC+1TB SATA HD
7200RPM 3.5"" SATA3
5. Optical drive: DVD-RW
6. Video card: 2G or above independent video card
7. Sound card: motherboard integrated sound card
8. Network card: mainboard integration 10-100-1000m or above
9. Interfaces ≥4 USB 3.0 ports, ≥2 PS/2 ports, ≥1 VGA port, ≥2
HDMI ports, ≥1 COM port, ≥1 rj-45 port, audio input/output port.
10. Expansion slots ≥1 PCIe X16,2PCIeX1, ≥3 SATA interfaces
11. Chassis: ≥18L vertical chassis,
12. Operating system: Original factory pre-installed authentic win10
PRO English version.
13. Display: ≥19.5-inch widescen LCD display, Low blu-ray, pixel
ratio 16:9, resolution 1920*1080 and above, contrast 1000:1 and
above, response time ≤5ms, VGA and DVI interface.
14. Service requirements: the original packaging, the whole machine
free warranty, three years free on-site service, free technical
support for five years.
1 unit
CEL-FO-16 Projector and
Cutain
1. Brightness (lumen): ≥2800 lumens
2. Projection resolution: ≥1024*768dpi
3. Contrast: 3001-5000:1
4. Projection method: positive projection
5. Projection screen: 30-300 inches
6. Calibration range: ±30 degrees
7. Transmission ratio: 1.47-1.77:1
8. Curtain: 100-inch electric curtain
9. screen ratio: 4:3,
10. Tripod is required
1 set
Tools
Item Code No. Item Item Description/Specification QTY Unit
CEL-TOOL-1 Portable coring machine
1. Maximum core diameter: 150mm
2. Maximum depth of core drilling: 400mm
3. Spindle speed: 500~1000 r/min
Machine weight: 30 kg
2 unit
CEL-TOOL-2 Wrench 1. Double end box wrench, 6-32mm 10 set
CEL-TOOL-3 Electric Tapping
Machine
1. Range of sleeve: 1/2 "-4"
2. Power: ≥ 750 W 3 unit
CEL-TOOL-4 Portable Pipe Cutting
Machine
1. Cutting range: 15-220mm
2. Cutting thickness:
Steel -8mm
Plastic - 15 mm
3. Speed: 3200 r/min
3 unit
CEL-TOOL-5 Argon Arc Welding
Machine
1. Frequency: 50 Hz
2. Insulation grade: F 2 unit
Section X - Contract Forms 119
Item Code No. Item Item Description/Specification QTY Unit
3. Welding thickness range: 0.3mm-6.0mm
4. Rated load duration: 60%
5. Enclosure protection class: IP21
CEL-TOOL-6 Spot Welding Machine
1. Welding thickness range :( 1.5+1.5) mm
2. Rated load duration (): 20 %
3. Welding time: 0.02-1.98s
2 unit
CEL-TOOL-7 Center Punch
1. Head shape: pointy
2. Working end diameter: 4mm
3. Stem diameter: 8 mm
4. Total length: 120 mm
20 piece
CEL-TOOL-8 Center Punching
Machine
1. Head shape: pointy
2. Working end diameter: 5mm
3. Stem diameter: 10 mm
4. Total length: 150 mm
10 piece
CEL-TOOL-9 Hacksaw
1. Material: steel + rubber grip
2. Applicable saw blade length :310mm
3. Total length: 520mm
30 piece
CEL-TOOL-10 Soldering Iron 1. Temperature range: 100~480℃
2. Insulation resistance: above 100 m 5 piece
CEL-TOOL-11 Axe 1. ≥800g 5 piece
CEL-TOOL-12 Sample Divider (Fixed) 1. 150mm 20 piece
CEL-TOOL-13 Sample Splitter (Elastic) 1. 150mm 15 piece
CEL-TOOL-14 Steel Tape 1. 5m 30 piece
CEL-TOOL-15 Hexagon Socket
Wrench 1. 1.5mm-10mm 2 set
CEL-TOOL-16 Combination Pliers 1. Size: 8 inches 10 piece
CEL-TOOL-17 Digital Steel Seal 1. 2 sets (word height 3mm, 5mm) 2 set
CEL-TOOL-18 Sheet Metal Slotting
Machine
1. Diameter of saw blade: 185mm
2. Maximum cutting capacity: 63mm
3. Number of turns: 3500rpm
1 unit
CEL-TOOL-19 Hand Saw 1. The length is less than 500mm 10 piece
CEL-TOOL-20 Platooninsert 1. 5 m ,6 inserts 10 piece
CEL-TOOL-21 Cable 1. 2.5mm²*50m 3 piece
CEL-TOOL-22 Monkey Wrench
(10/12/14/18) 1. 10/12/15/18 inches 15 set
CEL-TOOL-23 Movable Pipe Tongs
(8,10,12,14,18,24,36,48) 1. 8,10,12,14,18,24,36,48 inches 10 set
CEL-TOOL-24 Plate Wrench (Silver
Thread) 1. 12 inches 20 piece
CEL-TOOL-25 Portable Blower 1. Air output: 0-3.6m /min, charging type 3 piece
CEL-TOOL-26 Aluminum Ladder 1. 6m 2 piece
CEL-TOOL-27 Reamer 1. 1/4-2inches 10 piece
CEL-TOOL-28 Mallet 1. 50mm 30 piece
CEL-TOOL-29 Straight Iron Shears 1. Size: 10 inches 20 piece
CEL-TOOL-30 Sheet Metal Shears 1. Size: 11 inches 15 piece
CEL-TOOL-31 Aviation Shear (Right
Elbow) 1. Size: 10 inches 15 piece
CEL-TOOL-32 Round Head Hammer 1. 1 pound 30 piece
Section X - Contract Forms 120
Item Code No. Item Item Description/Specification QTY Unit
CEL-TOOL-33 Straight Hammer 1. 200g 15 piece
CEL-TOOL-34 Portable Angle Grinder 1. Portable, no-load rate is not less than 10000rpm 2 piece
CEL-TOOL-35 Reamer 1. 4-32 cm, straight flute 5 piece
CEL-TOOL-36 Pipe Cutter 1. Applicable to pipe diameter 3-42mm, cut PPR pipe 20 piece
CEL-TOOL-37 Portable Tripod Vise 1. Model no. 2 inches
2. Opening range: 10-90mm. 30 piece
CEL-TOOL-38 Vise 1. 3 inches 30 piece
CEL-TOOL-39 Welding Helmet 1. handheld 30 piece
CEL-TOOL-40 Gas Welding Goggles 1. Suitable for electric welding, argon arc welding, gas
welding and cutting 30 piece
CEL-TOOL-41 Mortar Consistency
Meter
1. Measurement range: sinking depth 0-14.5 cm sinking
volume 0-229.3 cm3
2. Scale value (sinking depth) 1 mm
3. Geometric parameters of the cone:
cone angle: 30 degrees
height: 145 mm.
cone base diameter: 77 mm
Cone and slide bar weighs 300g in total (±2g)
2 piece
CEL-TOOL-42 Crack Width Viewer 1. Measuring range: 0.02mm~2.00mm.
2. Accuracy of 0.01 mm 1 unit
CEL-TOOL-43 Ink Fountain 1. 20m 30 piece
CEL-TOOL-44 Mason Hammer 1. 4 pounds 20 piece
CEL-TOOL-45 Cold Chisel
1. Stone chisel: 10,12,16mm
2. Cylinder punch: 1.5,3,4,5,6,8mm
3. Center punch: 6,8mm
4. Taper punch: 2mm
10 set
CEL-TOOL-46 Brick Knife 1. Single side, manganese steel 5 piece
CEL-TOOL-47 Plumb 1. 6m magnetic pendant 20 piece
CEL-TOOL-48 Spirit Level 1. 3ft (1000mm) 20 piece
CEL-TOOL-49 Goggles 1. Meet the labor protection requirements 20 piece
CEL-TOOL-50 Angle Square
1. Material: stainless steel
2. Size: 150*300mm, 250*500mm
3. Each 10pieces
20 piece
CEL-TOOL-51 Safety Helmet 1. Meet the labor protection requirements 40 piece
top related