khwaja fareed university of engineering & information...
TRANSCRIPT
Khwaja Fareed University of Engineering & Information
Technology, Rahim Yar Khan
Tender Document
Tender No. : _________
Tender Name: _________________________________
______________________
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
2
TABLE OF CONTENTS
TENDER NOTICE ............................................................................................................................ 3
INSTRUCTIONS TO BIDDERS ..................................................................................................... 4
CONDITIONS OF CONTRACT ................................................................................................... 11
ARTICLES OF AGREEMENT ..................................................................................................... 23
ANNEXURE ..................................................................................................................................... 25
SPECIFICATIONS/BOQ OF LABORATORY EQUIPMENT.................................................. 34
3
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
TENDER NOTICE
Supply and Installation of Laboratory Equipment, Air-Conditioners and Furniture
Khwaja Fareed University of Engineering & Information Technology Rahim Yar Khan requires sealed bids / tenders for the Supply
and Installation of Laboratory Equipment, Air Conditioners and Furniture:
Sr. No. Tender No. Tender Name
01 Lab-013 Supply of Control Systems Laboratory Equipment
02 Lab-014 Supply of Communication Laboratory Equipment
03 Lab-015 Supply of Micro Processor & Micro Controller Laboratory Equipment
04 Lab-016 Supply of Power Systems Laboratory Equipment
05 Lab-017 Supply of Engineering Mechanics Laboratory Equipment
06 Lab-018 Supply of I.C. Engines Laboratory Equipment
07 Lab-019 Supply of Mechanics of Materials Laboratory Equipment
08 Lab-020 Supply of Strengthening of Thermodynamics Laboratory Equipment
09 Lab-021 Supply of Workshops Laboratory Equipment
10 Lab-022 Supply of Undergraduate Laboratory of Physics Equipment
11 Lab-023 Supply of Advanced Physics Laboratory Equipment
12 Lab-024 Supply of Undergraduate Laboratory of Chemistry Equipment
13 Lab-025 Supply of Fluid Mechanics Laboratory Equipment
14 Lab-026 Supply of CAD/CAM Laboratory Equipment
15 Lab-027 Supply of Air Conditioning & Refrigeration Laboratory Equipment
16 Lab-028 Supply of Heat Transfer Laboratory Equipment
17 Lab-029 Supply of Power Plants Laboratory Equipment
18 Lab-030 Supply of Metrology & Quality Assurance Laboratory Equipment
19 Lab-031 Supply of Equipment for Strengthening of Engineering Mechanics & Mechanics of Material Laboratory
20 Lab-032 Supply of Renewable and Alternative Laboratory Equipment
21 Lab-033 Supply of Manufacturing Process Laboratory Equipment
22 Lab-034 Supply of Mechanical Vibrations Laboratory Equipment
23 IT-009 Supply and Installation of IT Equipment
24 Misc-027 Supply and Installation of Air Conditioners (Split Type Inverter AC)
25 Misc-028 Supply of Furniture Items
Interested eligible bidders may get the tendered items‘ specification after submission of written application along with tender fee Rs. 3000/- in
form of Bank Draft/Pay order (non-refundable) wh ich shall be issued only during working hours immediately after publication of this tender. A
copy of the Bidding Documents is available for information and can be downloaded from the websites www.kfueit.edu.pk or
www.ppra.punjab.gov.pk. In case the bidding documents are downloaded from websites, the required cost of the bidding documents shall be paid at the
time of submission of bids.
Single stage two envelop bidding procedure shall be applied. The Bid Security / Earnest Money @ 2% of the Estimated Cost in the form
of Bank Draft in favor of KFUEIT, RYK is required to be submitted along with the Technical Bid, otherwise the offer shall be rejected for being non-
responsive.
Sealed bids must reach the office of Director Procurement as per above schedule on or before 10-04-2017 at 10:30 am. The bids shall be opened
on the same day at 11:00 am.
Note: All assessments and KFUEIT procedure i.e. Receiving, opening and awarding etc. shall be governed by the Punjab Public
Procurement Rules.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan
Tel: 068-5882420 Email: [email protected]
4
INSTRUCTIONS TO BIDDERS
The Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan
intends to purchase "Supply of __________________________________________________‖.
This tender is issued for the supply, installation, putting into operation and demonstration of the
working of the Laboratory Equipment as per the Schedule of requirements given in this Tender
Document.
1. Language of Tender
The Tender along with any accompanying literature shall be prepared in English language
only.
2. Submission of Tender
a) The Tender shall be enclosed in a double cover. The outer cover shall bear the address of
the Director Procurement, Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, Punjab, without any indication that it encloses a tender. The
inner cover shall be marked with the title of the Tender, number of the Tender and the date
of opening of the Tender, and must be sealed.
b) The Form for Tender, (Annexure-A) Tender Particulars (Annexure-B) and Forms of
Schedule to Tender (Annexure ―C1‖&‖C2‖) enclosed herewith, shall be submitted in
duplicate. The authorized person signing the tender documents must state his full name and
authorized position, designation underneath his signature.
c) The erasing and/or alterations, if any, in the Tender shall be authenticated by the
authorized person with his full signature.
d) The Tender shall be accompanied with the original quotations from the manufacturers, in
case the Tender is submitted through their authorized agents or distributors, and shall be
supported by credentials establishing the experience and standing of the manufacturers and /
or their authorized agents or distributors.
e) Ambiguous and incorrect answers and/or incorrect filling of Tender Documents will
render the tender liable to rejection.
f) Quotations through cable, telegraph, fax, or e-mail will not be considered.
g) The bidder shall not rely on any interpretation or correction given by any person except
the written addenda and/or corrigenda to documents issued by the Director Procurement,
Khwaja Fareed University of Engineering and Information Technology, Rahim Yar Khan,
Punjab.
3. Bid Security and Performance Guarantee
a) The bidder shall enclose with his/her tender a Bid Security issued by a
scheduled/commercial bank doing business in Pakistan, for an amount equivalent to 2% of
the total cost of the Laboratory Equipment/ Licensed Software offered as per the Tender
submitted by him/her. The Bid Security shall be in favour of the Khwaja Fareed University
5
of Engineering and Information Technology, Rahim Yar Khan, Punjab. The security so
furnished shall remain valid for a period 60 days beyond the period of validity of the
Tender or till it is revalidated/extended for a period mutually agreed upon by the bidder and
the Director Procurement, Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, Punjab.
b) As soon as an award is made, the provisions in paragraphs 3. (c) and (d), hereunder, shall
operate.
c) If the Tender is rejected, the Bid Security will be returned to the bidder as soon as possible
after rejection.
d) The successful bidder shall have to give a Performance Guarantee, to the extent of 10%
of the total value of the contract on the same conditions as the Bid Security. The
Performance Guarantee shall be retained by the Khwaja Fareed University of Engineering
and Information Technology, Rahim Yar Khan, Punjab, till the completion of the guarantee
period as per Clause 23 of the Conditions of Contract.
4. Quality of Equipment.
a) The Laboratory Equipment and other relevant materials (hereinafter called “Equipment”)
quoted and supplied against this ―Tender Notice‖ shall be strictly in accordance with the
Specifications attached with this Tender Document. The Equipment shall be the product of
an established manufacturer and shall conform to internationally acceptable commercial
standards, and shall be a model that has been successfully operated over a reasonable period
of time in educational institutions R&D organizations, or relevant industry.
b) The bidder must also warrant the use of best material in the making of the Equipment.
c) The Equipment offered by the bidder must be of a quality suitable for the purposes and
operations for which they are required, and must be capable of rendering the required
performance and services at site in the local conditions of extreme climate, air, dust, water,
power and fuel at Rahim Yar Khan.
d) The Hardware for operation of the Equipment will be made available by the University.
e) The Equipment offered shall be complete with their standard accessories and must be
accompanied by their normal instructions book/manual/CD/DVDs.
f) Wherever possible or feasible, each item of Equipment offered must have its own protection
devices, e.g., overload protection by circuit breakers or fuses, or voltage stabilizer for
electric equipment.
g) Unless stipulated otherwise in the specifications for any item, the Equipment conforming to
International Standards will be acceptable.
h) The successful bidders may be asked to supply list of spares for 5 years satisfactory
operation of any item of the Equipment, prior to award of the contract.
6
5. Literature
The bidder must furnish with their bids catalogues giving full technical details of the
Equipment to enable the Director Procurement, Khwaja Fareed University of Engineering
and Information Technology, Rahim Yar Khan, to check their offers technically against the
prescribed specifications failing which the offers will be liable to rejection.
6. Principals Name, Certificate and Invoice
a) The bidder are requiried to mention in their quotations/offers the name and address of their
Principals along with a certificate authorizing them (bidder) to quote on their (Principals)
behalf as under:
―This is to certify that M/S.__________________________located
at______________________________________ have obtained quotations from us against
tender inquiry No._______ dated ______ from Khwaja Fareed University of Engineering
and Information Technology, Rahim Yar Khan, due for opening on ____________ and have
agreed to make available the Equipment on the quotations and terms and conditions of the
tender‖.
b) The above condition does not apply to the manufacturers bidding directly.
c) The bidder must also furnish along with their offers their Principals original Proforma
Invoice failing which their offers will be rejected.
7. Country of Origin
The bidder must state in his Tender the country of origin of the Equipment offered.
8. Prices
a) CATEGORY-„A‟ Equipment Manufactured/Available in Pakistan without
Involving Import
The prices quoted must be total per unit in Pakistani Rupees as shown in Annexure “C-1”
and shall include:
i. All charges for packing, marking, handling, insurance, inspection, guarantees,
freight/transportation, agent‘s commission; and all duties, taxes, levies, octrois etc;
and.
ii. The cost of installation, putting into operation and demonstration of the working of
the Equipment in the premises of the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan.
b) CATEGORY-“B”. Equipment Imported from approved Countries
The prices must be quoted for each item of Equipment in Annexure-“C2” separately for
each of the PARTS given below:
7
PART-1. Payment in Foreign currency
i. The C&F prices quoted by the Principals in the currency of the country of origin.
ii. For the purpose of comparison, the prices quoted shall be converted to equivalent
prices in Pakistani Rupees on the basis of the official bank rate prevalent on the date
of opening of the Financial Proposal.
PART-2 Payment in Pakistani Rupees
i. The agent‘s/Supplier / Contractor‘s commission in Pakistani Rupees.
ii. The insurance charges. The insurance will be arranged by the Supplier / Contractor
through the University. The University will assist the Supplier / Contractor in
obtaining the insurance at concessional rates, if any, as allowed by the Government.
iii. The cost of installation, putting into operation and demonstration of the working of
the Equipment in the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, in Pakistani Rupees.
iv. All the charges pertaining to handling and clearance of the Equipment at the port
including all taxes, levies, octrois etc. but excluding the customs duties for the
payment of which the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan is exempted by the Government. However, if the
customs duties are charged for any items of the Equipment, the Khwaja Fareed
University of Engineering and Information Technology, Rahim Yar Khan will make
the payment.
v. The transportation charges for transporting the Equipment from the port to the
premises of the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, including the charges for loading the Equipment at
the port and unloading the same at the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan.
vi. For the purpose of evaluation/comparison of bids, as stated in Clause-15, the total
price for the Equipment under this Category shall be the sum of the amounts
mentioned for Parts 1 & 2 above.
(c) In addition to what is stated in para 8 (a) & (b) above, the prices given in Annexure C1 &
C2 shall also include the following for the Equipment of both the Categories-A & B.
(i) Supply, detailing, manufacture, factory testing, export preparation and all costs incidental
to shipping/transport up to the stage of installation in the premises of the Khwaja Fareed
University of Engineering and Information Technology, Rahim Yar Khan.
(ii) Responsibility for any loss and/or damage at any stage from manufacturing to
installation in the premises of the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan.
(iii) Provision for clean on boards bills of landing.
8
(iv) The cost of export taxes, fees and charges levied and outgoing incurred on exporting
goods in the country of origin.
(v) The expenses on account of the certificate of origin, invoices or any other documents
issued in the country of origin.
9. Validity of Prices/Tender
a) The prices quoted shall be valid for a period of at least 120 days from the date of
opening of the tender.
b) Until the final Contract is executed, the successful bidder shall be bound by the terms
and conditions of this Tender Document.
10. Acceptance of the Terms
a) The submission of the tender against this tender notice by the bidder means that the
bidder has read and accepted the terms and conditions relating to all the tender
documents and annexure, and that he/she have thoroughly examined the specifications
and particulars in the tender inquiry. Further the tender shall be deemed to be fully
aware of the nature of the Equipment and the purpose for which they are required and
shall be bound to accept the Contract if placed with him/her on the basis of the prices
and of the delivery schedule as indicated in Clause 11 hereof within the validity of
his/her Tender.
b) If the Tender is awarded in favour of Proprietor/Principals who has no authorized agent
or distributor in Pakistan, he/she shall have to appoint a distributor or nominee for the
purpose of successful completion of the contract and to provide after-sales service.
11. Delivery Period.
i. Shipment of Imported Items.
a) The shipment of the items of Equipment which are to be imported shall be started as
early as possible, the shipment schedule shall be submitted to the Director
Procurement, Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, and shall be negotiable and subject to approval by the
Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan.
b) The bidder must indicate in his/her offer, the port from where the Equipment will be
shipped.
ii. Delivery Period.
a) The entire Equipment must be delivered, installed and put into operation at the
Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan as early as possible after receiving the letter of award of the Contract.
b) The bidder shall give in the offer his/her own schedule for the delivery and
installation of various items of the Equipment which shall be negotiable and subject
to approval of the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan.
9
iii. Delay in the Delivery of the Equipment/Software.
a) For the Equipment delayed beyond the delivery period, as specified in the Contract,
or as approved by the Khwaja Fareed University of Engineering and Information
Technology as stated in Clause 11 ii b) above, there shall be levied liquidated
damages as specified in Clause 22 of the Conditions of Contract given in this Tender
Document.
b) The liquidated damages may be waived fully or partially by the Director
Procurement Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, with the approval of the Vice Chancellor of the
University, if there are reasonable grounds for such a delay.
12. Negotiations.
Under no circumstances will the negotiations take place with any bidder with regard to
Specifications and Prices quoted and read out at the public opening of the tenders and with
regard to the substance of the offer. The bidder cannot revise their prices after the public
opening of the tenders.
13. Rights of the University
a) The Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, reserves the right to reject any or all bids as mentioned in PPRA rules, or not
waive minor irregularities or errors in any offer. If it appears to the Khwaja Fareed
University of Engineering and Information Technology, Rahim Yar Khan, that such
irregularities or errors must be corrected in the offer in which they occur, the same will
be corrected prior to issue of the letter of intent which may be awarded thereupon.
b) The Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, is neither bound to accept the lowest or any other offer nor is it bound to assign
reason for rejection of any offer.
c) The Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, reserve the right to award the contract to one bidder or divide it among several
bidders.
d) The Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, reserves the right to increase or decrease the quantity of the Equipment at its
discretion without assigning any reason whatsoever.
e) The Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, reserves the right to cancel the offer of the bidder whose bid has been found /
evaluated to be the lowest if it is revealed to the Khwaja Fareed University of
Engineering and Information Technology, that the bidder does not have the capability or
financial resources or facilities to carry out the Contract in accordance with the terms
and conditions of this Tender Document.
10
14. Evaluation of Bids.
i. Technical Evaluation
All bids shall be evaluated on technical and financial merit. The Company Evaluation Criteria is
attached at Annex „D‟ for reference. Technical evaluation process may include, but not limited
to the consideration of the following with respect to the functional requirements given below:
a) Technical specifications of proposed item
b) Company Profile (Age of the company & financial strength of the bidder)
ii. Financial Evaluation
a) For the purpose of evaluation, the prices to be compared shall be the total prices
inclusive of all duties, taxes, freight charges etc. as stated in clause 8 titled ―Prices‖
above.
(i) For the items quoted in Annexure-C-1, the total prices as mentioned in Clause-8 (b)
shall be compared.
(ii) For comparison of the items quoted in Annexure C-1 with those quoted in Annexure
C-2, the total prices as mentioned in Clause-8 (a) including the charges/cost packing,
making, handling, insurance, inspection guarantees, clearance, freight/transportation
upto the University‘s premises duties, taxes, levies, etc.
15. Errors in the Bids.
(i) Any arithmetic errors found during evaluation of bids will be rectified on the
following basis:
a. If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected by the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan.
b. If there is a discrepancy between the words and figures, the amount in figures shall
prevail.
c. If there is any discrepancy between the total tender price entered in the Articles of
Agreement and the total shown in the Schedule of Prices, the amount stated in the
Articles of Agreement shall be corrected by the Khwaja Fareed University of
Engineering and Information Technology, Rahim Yar Khan in accordance with the
corrected schedule of Prices.
(ii) If the bidder does not accept the corrected amount of tender, his/her Tender
will be rejected and the Bid Security submitted with the tender shall be forfeited.
16. Foreign Exchange for Items of Equipment to be imported.
For the items of Equipment which are to be imported and for which the prices have been
quoted on C&F basis in Annexure C-2, the University will arrange payment in the foreign
currency, to the extent of the C&F amount, as stated in Clause 8 (b), through its bank in
Pakistan in accordance with the prevailing foreign exchange control rules/regulations of the
Government of Pakistan.
11
CONDITIONS OF CONTRACT
1. Scope of the Contract
a) The Scope of the Contract shall be the supply, delivery, installation, putting into
operation and demonstration of the working of the Equipment in the premises of the
Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, Punjab, in accordance with the technical Specifications and Bill of Quantities
enclosed in this Tender Document.
b) The Supplier / Contractor shall within a period of fifteen days of the execution of the
agreement furnish to the University a detailed program for supply and delivery of
various items of the Equipment for necessary approval by the Khwaja Fareed
University of Engineering and Information Technology, Rahim Yar Khan.
2. Definition of Terms
In writing these Conditions of Contract, Specifications and Bill of Quantities, the following
words shall have the meanings hereby indicated, unless there is something in the subject
matter or Contract inconsistent with such constructions:
i. The University shall mean the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan, Punjab.
ii. The Director Procurement shall mean the Director Procurement of Khwaja Fareed
University of Engineering and Information Technology, Rahim Yar Khan, Punjab,
including his successor in office and assignees, empowered to act in all matters
pertaining to the University either directly or through the Director Procurement Khwaja
Fareed University of Engineering and Information Technology, Rahim Yar Khan.
iii. The Supplier / Contractor or Supplier / Contractor shall mean the Bidder whose Bid
has been accepted by the University and shall include the Bidder‘s executors,
administrators, successors and permitted assignees.
iv. The Equipment shall mean and include all the Laboratory Equipment/ Licensed
Software, literature, materials and articles to be provided by the Supplier / Contractor
under the Contract.
v. The Contract shall mean the agreement signed by the Supplier / Contractor for the
supply, delivery, installation, putting into operation and demonstration for the working
of the Equipment, as stated under the Scope of the Contract above.
vi. The Contract Price shall mean the sum mentioned in or calculated in accordance with
the provisions of the Contract, which is to be paid to the Supplier / Contractor for
satisfactory execution of the Contract in accordance with these Conditions of Contract.
vii. The Specifications shall mean the specifications annexed to or issued, herewith, and
shall include the schedule and drawings attached here to as well as the samples and
patterns if any.
viii. Month shall mean the Calendar month.
12
ix. Writing shall include any manuscript, type-written, printed or other statement
reproduced in any visible form and whether under seal or under hand.
3. Contract Documents.
a) The term Contract Document shall mean the following documents which shall be
deemed to form an integral part of the Contract:
i. Instructions to Bidder;
ii. Conditions of Contract;
iii. Articles of Agreement;
iv. Supplier/ Contractor‘s Proposal / Offer including the relevant
correspondences prior to signing of the agreement with all Annexure duly
filled in;
v. The Specifications of the Equipment; and
vi. Bill of Quantities with prices.
b) In the event of any conflict between the above mentioned documents, the present
Articles of Agreement and Conditions of Contract shall prevail.
4. Signing of the Contract Agreement
Within 15 days of the issue of the letter of intent, the successful bidder (bidders) will be
required to sign an agreement with the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan for the supply of such quantity, in whole or in
part, of the tendered Equipment as will be communicated to him / her (them) in the letter of
intent.
5. Packing, Marking and Handling
a) All the Equipment/Software, whether imported or locally manufactured / available,
shall be delivered to the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, in safe and secure condition at the risk and cost of
the Supplier / Contractor.
b) The packing, marking and handling shall be so arranged by the Supplier / Contractor
as to prevent any loss of or damage to the Equipment.
c) In case any of the items of the Equipment are to be imported by the Supplier /
Contractor, the import shall be arranged by the Supplier / Contractor himself /
herself with such packing and marking and through such means as deemed fit by
him / her for safe and secure delivery at University. The packing of the equipment
shall be the usual export packing to ensure safe journey by air, sea, rail and road, as
the case may be, of the Equipment to destination. Each packing shall be clearly
marked in English with the following:
i. Port of Destination: KARACHI.
ii. Name of the Ship: ______________
iii. Name of the Consignee: DIRECTOR PROCUREMENT
13
KHWAJA FAREED UNIVERSITY OF
ENGINEERING AND INFORMATION
TECHNOLOGY, RAHIM YAR KHAN,
PUNJAB, PAKISTAN
i. Name of the Supplier / Contractor: SUPPLIER / CONTRACTOR‘S
NAME & ADDRESS
ii. Case Number & Contents: ___________________________
iii. Net Weight & Dimensions: (length, Breadth & Height)
iv. Gross Weight: (Kg.)
v. Number & Date of Contract: ________________________
vi. Marking: KFUEIT in a 6 in. x 4 in. rectangle
KFUEIT
6. Transportation and Shipment
a. For Equipment to be Imported
i. All those items of Equipment which are to be imported by the Supplier /
Contractor shall be shipped by whatever means the Supplier / Contractor
deems fit at his / her risk and cost. The Supplier / Contractor must keep
Khwaja Fareed University of Engineering and Information Technology,
Rahim Yar Khan, informed of the shipping arrangements, schedule of
shipping, arrival at the port, clearance from the port, and transportation from
the port to the University at Rahim Yar Khan.
ii. All costs of loading of the Equipment from the wharves at port of shipment
and also the cost of ship wharf age / berthing, demurrage charges,
stevedoring, handling charges and other port and river dues in respect of
shipment companies‘ vessels at the port of shipment and all other
expenditure up to the stage of placing the Equipment at rest on board the ship
and the freight charges shall be borne by the Supplier / Contractor.
iii. Similarly all costs of unloading the Equipment at the wharves, wharf age /
berthing, demurrage, stevedoring, handling charges and other port dues at the
port of arrival in Pakistan and transportation from the port up to the stage of
placing the Equipment position in the premises of the University shall be
borne by the Supplier / Contractor. In order to facilitate the clearance of the
Equipment at the port of arrival, a clearing agent will be engaged by the
Khwaja Fareed University of Engineering and Information Technology,
Rahim Yar Khan, in consultation with the Supplier / Contractor, who will get
the Equipment cleared with the assistance of the Khwaja Fareed University
of Engineering and Information Technology, Rahim Yar Khan, and the
Supplier / Contractor, and the clearing agent‘s charges shall be borne by the
Supplier / Contractor.
iv. All things being equal, Pakistan flag ships should be used, as far as possible,
for shipment of the Equipment. If no such ship is available, such other ships
may be used consistent with the execution of this Contract with economy and
efficiency.
14
v. The Equipment must be shipped under deck
vi. The Supplier / Contractor shall send by air mail / courier service or
personally deliver 4(four) sets of non-negotiable shipping documents direct
to the Director Procurement Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan, Punjab, so as to reach him at
least 8 (eight) days before arrival of the ship at the port in Pakistan.
b. For Equipment Manufactured / Available in Pakistan
i. All those items of the Equipment which are to be manufactured in Pakistan,
or are to be supplied from the locally available stocks (whether imported or
manufactured in Pakistan), may be transported from the place of manufacture
or availability to Rahim Yar Khan, by any mode of transportation as
deemed convenient and suitable by the Supplier / Contractor at his / her risk
and cost.
ii. All costs of handling, loading, transportation, unloading and placing the
Equipment in position in the premises of the Khwaja Fareed University of
Engineering and Information Technology, Rahim Yar Khan, shall be borne
by the Supplier / Contractor.
7. Pre-shipment and After-fabrication Inspection
a) The pre-shipment inspection and / or the inspection of the Equipment
Principals/Proprietor at the premises, if desired by the Khwaja Fareed University of
Engineering and Information Technology, Rahim Yar Khan, shall be arranged by the
Supplier / Contractor at his / her own cost. The responsibility for the quality,
quantity, correctness and adherence to the Specifications etc. of the Equipment shall
lie solely and squarely on the Supplier / Contractor.
b) The Khwaja Fareed University of Engineering and Information Technology, Rahim
Yar Khan may, at its discretion, waive pre-shipment inspection and hence issue the
waiver in writing so that the Equipment could be shipped under manufacturer‘s test
certificate. This waiver shall be deemed as authorization to ship for the purpose of
negotiating the letter of credit under Clause 13 (b) ii.
c) The pre-shipment inspection and/or the waiver thereof shall in no any above the
Supplier / Contractor of any of his obligations under this Contract.
8. Insurance
The Supplier / Contractor shall arrange the insurance for the Equipment in whatever way
he / she deems fit at his / her risk and cost. The prices quoted in the offer of the Supplier /
Contractor shall include the cost of insurance. The Supplier / Contractor shall have to
inform Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan of the Insurance Arrangements made by him / her for the Equipment.
9. On-arrival Inspection
There shall be inspection of the Equipment by the representatives of the University after
arrival in the premises of the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, in presence of the Supplier / Contractor or his authorized
15
representatives and the representatives of the insurance company. The inspection report,
which, inter-alia, should indicate the condition in which each item of the Equipment has
been received, shall be signed by the above representatives. The Supplier / Contractor shall
coordinate with the Director Procurement, Khwaja Fareed University of Engineering and
Information Technology, and the insurance company for arranging the inspection at such
date and time as is convenient to the above representatives.
10. Taking Over
Upon receipt of the Laboratory Equipment in the premises of the University and after
inspection, as stated in Clause 9 above, the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan, will issue a taking-over certificate in respect of
those items of Equipment which are received in acceptable condition. The taking-over of
the damaged items will be with-held until the same are repaired / replaced and are re-
inspected and found in acceptable condition.
11. Installation and Demonstration of Equipment/Software
a). Installation
i) After inspection and taking over of the Equipment, as stated in Clauses 9 and 10
above, if required the Supplier / Contractor shall install those items of Equipment
which are to be permanently positioned in place in the premises of the Khwaja
Fareed University of Engineering and Information Technology, Rahim Yar Khan.
For this purpose, the Supplier / Contractor shall co-ordinate with the Director
Procurement, Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, for making arrangements for the Hardware needed
for the installation.
ii) The cost of hardware for such installation shall be borne by the Supplier /
Contractor/ Contractor as per contract. The Supplier / Contractor shall provide, along
with his offer, the details of the hardware needed for each item of the Equipment
separately. The technical and other personnel needed for installation of the
Equipment shall be provided by the Supplier / Contractor at his cost. The entire cost
of installation, configuration, application except that of the needed hardware, shall
be borne by the Supplier / Contractor.
b) Demonstration
i) After installation of the Equipment, as stated in Clause 11 a) above, the complete
working of each item of Equipment for the purpose of performing the intended
Laboratory experiments, testing of specimens and recording of the test results etc.,
shall be demonstrated fully to the designated staff of the University by the Supplier /
Contractor or his technical personnel.
ii) The entire cost, including the T.A. / D.A. of the personnel involved in the
demonstration, shall be borne by the Supplier / Contractor.
12. Completion Certificate
After completion of the installation and demonstration, as stated in Clause 11 above, a
certificate is to be obtained by the Supplier / Contractor from the concerned Head of the
16
Department at University stating that the Equipment (item-wise) have been satisfactorily
installed and demonstrated by the Supplier / Contractor.
13. Terms of Payment
The Supplier / Contractor shall be paid for Equipment in the following manner:
a) CATEGORY A: Equipment Manufactured/Available in Pakistan without
involving import.
i. For all those items of Equipment for which the completion certificate has been
issued as stated in Clause 12 above, the University will pay to the Supplier /
Contractor total price of the items quoted by the Supplier / Contractor.
ii. The payment for those items of Equipment for which the completion certificate has
not been issued as stated in Clause 12 above, will be with-held and released only
after the damaged items are replaced / repaired, re-inspected and found in
satisfactory condition with consequent issuance of the completion certificate. The
payment will be made in the same manner as stated in Clause 13 a) i above.
b) CATEGORY-B: Equipment Imported from Approved Countries.
The payment for this category of Equipment will be made in two parts as under:-
PART-I. Payment in Foreign currency
i. An irrevocable letter of credit of the C&F price, in the currency quoted by
the Principals, will be opened in a bank in the country of origin in favor of
the Principals/Supplier / Contractor within 30 days after issuance of Purchase
Order and signing the Contract.
ii. The letter of credit amount will be paid against presentation of the shipping
documents to the bank through the above letter of credit. The required
shipping documents include:
Clean on board bill of lading;
Supplier / Contractor‘s detailed invoice showing description of the
Equipment, specifications, quantity, unit price and total price;
Detailed packing list;
Certificate of origin of the Equipment and
Certificate of pre-shipment/after-fabrication inspection or
authorization to ship the Equipment as per Clause-7.
PART-2. Payment in Pakistani Rupees
The Rupee component of the price of the Equipment, as stated in Clause 9b) of
“Instructions to Bidders” will be paid to the Supplier / Contractor in the following
manner:
i. For all those items of Equipment for which the taking over certificate has been
issued by the University, as stated in Clause 10 above, the University will pay as
17
per contract of the total price of the items quoted by the Supplier / Contractor/
Contractor.
ii. The payment for those items of Equipment for which the completion certificate
has not been issued by the University, as stated in Clause 10 above, will be
withheld and released only after the damaged items are replaced/repaired, re-
inspected and found in satisfactory condition with consequent issuance of the
completion certificate. The payment will be made in the same manner as stated
in Clause 13 a)i above
14. Warranty / Guaranty
a) The Supplier / Contractor shall warranty that the Equipment shall be fit for the
purposes and operation mentioned in the relevant clauses of the ―Instructions to the
bidders‖ and ―Conditions of Contract‖, notwithstanding the fact that the entire
Equipment, or any item or part of the Equipment, bear or are found to bear a patent
or trade mark.
b) The Supplier / Contractor shall guarantee supply of good quality Equipment in
accordance with the Specifications and as stated in Clauses 4 and 5 of the
―Instructions to the bidders‖. Further, the Equipment shall be brand new and
absolutely free from all defects in material, quality and workmanship. In case of
defects, the defective Equipment, or the defective parts / components of the
Equipment thereof, shall be replaced by the Supplier / Contractor free of cost to the
University within reasonable time.
15. Breach of Contract
In case of breach of warranty /guarantee or Contract, the damages suffered by the Khwaja
Fareed University of Engineering and Information Technology, Rahim Yar Khan, shall be
recovered from the Supplier / Contractor out of any payment due to the Supplier /
Contractor and / or from the Performance Guarantee submitted by the Supplier / Contractor.
16. Supplier / Contractor‟s Default Liability
a) Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, may upon written notice of default to the Supplier / Contractor terminate the
Contract in the circumstances detailed hereunder:
i. If in the judgment of the University, the Supplier / Contractor fails to make
delivery of the Equipment within the time specified in the Contract
Agreement or within the period for which extension has been granted by the
University; and
ii. If, in the judgment of the University, the Supplier / Contractor fails to
comply with any of the other provisions of the Contract.
b) In the event the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, terminates the Contract, in whole or in part, as
provided in Clause 16 a) above, the Khwaja Fareed University of Engineering and
Information Technology, Rahim Yar Khan, reserves the right to purchase, on such
terms and conditions as it may deem appropriate, Equipment similar to the one
terminated, and the Supplier / Contractor will be liable to the University for any
additional costs for such similar Equipment, and / or for liquidated damages for
delay, as defined in Clause 22 of the Conditions of Contract until such reasonable
time as may be required for the final supply of the Equipment.
18
c) If the Contract is terminated, as provided in Clause 16 a) above, Khwaja Fareed
University of Engineering and Information Technology, Rahim Yar Khan, in
addition to any other rights provided in this Clause, may require the Supplier /
Contractor to transfer title and deliver to the University under any of the following
cases in the manner and as directed by the University:
i) Any completed Equipment; and
ii) Such partially completed Equipment, drawings, information and contract
right (hereinafter called manufacturing material) as the Supplier / Contractor
has specifically produced or acquired for the performance of such parts of the
Contract as has been terminated.
d) The Khwaja Fareed University of Engineering and Information Technology, Rahim
Yar Khan, will pay to the Supplier / Contractor the Contract Price for the
completed Equipment delivered to and accepted by the Khwaja Fareed University of
Engineering and Information Technology, Rahim Yar Khan, and also for the
manufacturing materials delivered and accepted.
e) In the event the Khwaja Fareed University of Engineering and Information
Technology, Rahim Yar Khan, does not terminate the Contract, as provided in
Clause 16 a) above, the Supplier / Contractor shall continue with the performance of
his / her Contract, in which case the Supplier / Contractor shall be liable to the
Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, for Liquidated Damages for delay as set out in Clause 22 until the
Equipment are accepted.
17. Bankruptcy
If the Supplier / Contractor shall become bankrupt or have a receiving order made
against him / her or compound with his / her creditors, or being a corporation commence to
be wound up, not being a voluntary winding up for the purpose of amalgamation or
reconstruction, or carry on its business under a receiver for the benefit of its creditors or any
of them, University shall be at liberty to:
a) terminate the Contract forthwith by a notice in writing to the Supplier / Contractor
or to the liquidator or receiver or to any person in whom the Contract may becomes
vested, and to act in the manner provided in Clause 16 above as though the last
mentioned notice has been the notice referred in such Clause and the Equipment
have been taken out of the Supplier / Contractor‘s hand; and / or
b) give such liquidator, receiver, or other person the option of carrying out the
Contract subject to his / her providing a guarantee for the due and faithful
performance of the Contract upto an amount to be determined by the University.
18. Termination of Contract
a) If, for any cause as set forth in Clause 19 hereafter, the Supplier / Contractor find it
impracticable to continue operation or, if owing to force majeure or to any cause
beyond its control, the University finds it impossible to continue operation, then
prompt notification in writing shall be given by the party affected to the other.
19
b) If the delay or difficulties so caused cannot be expected to cease or become
avoidable, or if operation cannot be resumed within six months, then either party
shall have the right to terminate the Contract by giving ten (10) days written notice
to the other.
c) In the event of termination of the Contract under this Clause, payment will be made
to the Supplier / Contractor as follows:
i) The Supplier / Contractor shall be paid for all the Equipment for which the
completion certificate has been issued, as stated in Clause 12, and for all the
reimbursable expenses due and unpaid.
ii) The Supplier / Contractor shall also be paid reasonably for any work done
during the said six months period as well as for settlement of any financial
commitment made in connection with proper performance of the Contract
and which are not reasonably defrayed by payments under i) above.
iii) On termination of the contract for any cause, the Supplier / Contractor shall
see to the orderly suspension and termination of operations with due
consideration to the interests of the University with respect to completion,
safeguarding or storing of the Equipment produced for the performance of
the Contract and the salvage and resale thereof.
19. Force Majeure.
The Supplier / Contractor shall not be liable for any additional cost or for liquidated
damages for delay or any failure to perform the Contract arising out of force majeure or
cause beyond his / her control including acts of God, or of the public enemy, or of the
Government, fires, floods, epidemic quarantine restrictions, strikes, freight embargoes and
default of sub Supplier / Contractors due to any such cause (unless the Khwaja Fareed
University of Engineering and Information Technology, shall determine that the Equipment
to be furnished by the Supplier / Contractor might reasonably have been obtained from other
sources in sufficient time to allow the Supplier / Contractor to meet the required time
schedule), provided that the Supplier / Contractor shall within ten (10) days from the
beginning of such delay notify the Khwaja Fareed University of Engineering and
Information Technology, writing of the causes of the delay. The University shall ascertain
the facts and the extent of the delay and extend the time for completing the supplies as in
its judgment the findings justify.
20. Rejection
a) In the event any portion of the Equipment supplied by the Supplier / Contractor is
found before taking over to be defective in material or workmanship, or otherwise
not in conformity with the requirements of the Contract, the Khwaja Fareed
University of Engineering and Information Technology, shall have the right to either
reject or require, in writing, rectification of the Equipment. In the later case, the
Supplier / Contractor shall with utmost diligence, and at his own expense, make
good the defects so specified or replace the defective Equipment. If the Supplier /
Contractor fail to rectify or replace the rejected Equipment, University may adopt
any of the following options:
i) replace or rectify, at its option, such defective Equipment and charge to the
Supplier / Contractor the excess cost occasioned to the Khwaja Fareed
20
University of Engineering and Information Technology, plus (15%) fifteen
percent; or
ii) acquire the said Equipment at a reduced price considered equitable under
the circumstances; or
iii) terminate the Contract as provided in Clause 18 of these Conditions of
Contract.
b) Nothing in this Clause shall affect any claim by the University under Clause 22
hereafter.
21. Extension of Time
If the completion of the Contract is delayed due to reason beyond the control of the Supplier
/ Contractor, the Supplier / Contractor shall without delay request Khwaja Fareed University
of Engineering and Information Technology, in writing, of his claim for an extension of
time. Khwaja Fareed University of Engineering and Information Technology, on receipt of
such request may agree to extend the completion date as may be reasonable in the
circumstances of the case but without prejudice to other terms and conditions of the
Contract.
22. Delay in Delivery - Liquidated Damages
a) Should the progress of the Contract at any time be lagging behind the program
agreed between the University and the Supplier / Contractor, University will notify
the Supplier / Contractor in writing and the Supplier / Contractor shall there upon
take such steps as he / she may deem fit to expedite the progress of the Contract.
Non-issuance of this notice by the University shall not in any way absolve the
Supplier / Contractor of the liquidated damages as stated in Clause 22 b) below.
b) If the Supplier / Contractor fails to complete the Contract, in full or part, within the
time laid down in the Contract Agreement or any extension thereof, there shall be
deducted from the Contract Price, as liquidated damages, a sum of one half of one
percent (0.5%) of the Contract price of each unit of the delayed Equipment for
each calendar week of delay subject to the maximum of five percent (5%) of the
Contract Price of the unit or units so delayed, and such deduction shall be in full
satisfaction of the Supplier / Contractor‘s liability for the said failure.
23. Period of Guarantee
a) The term period of guarantee shall mean the period of twelve (12) months from the
date on which the Equipment have been put into operation and demonstrated to
Khwaja Fareed University of Engineering and Information Technology staff.
b) During the period of guarantee, the Supplier / Contractor shall remedy, at his / her
expense, all defects in design, materials, and workmanship that may develop or are
revealed under normal use of the said Equipment upon receiving written notice from
the University; the notice shall indicate in what respect the Equipment are faulty.
c) The provisions of this Clause include all the expenses that the Supplier / Contractor
may have to incur for delivery and installation of such replacement parts, material,
and equipment as are needed for satisfactory operation of the Equipment at the
Khwaja Fareed University of Engineering and Information Technology premises.
21
24. Non-assignment
The Supplier / Contractor shall not have the right to assign or transfer without the prior
approval of the Khwaja Fareed University of Engineering and Information Technology the
benefit and obligations of the Contract or any part thereof.
25. Expenditure under Contract
The Supplier / Contractor shall not make any expenditure for the purpose of this Contract in
any country not authorized by the Government of Pakistan.
26. Certificate Not to Affect the Rights of Khwaja Fareed University of Engineering and
Information Technology or the Supplier / Contractor
No certificate of the Khwaja Fareed University of Engineering and Information Technology
on account nor any sum paid on account by the Khwaja Fareed University of Engineering
and Information Technology nor any extension of time for the delivery of the Equipment
pursuant to Clause 19 shall affect or prejudice the rights of the Khwaja Fareed
University of Engineering and Information Technology against the Supplier /
Contractor nor relieve the Supplier / Contractor of his obligation for due performance of
the Contract or be interpreted as approval of the Equipment supplied, and no certificate shall
create liability of the Khwaja Fareed University of Engineering and Information Technology
to pay for the alterations, amendments, variations etc. not ordered in writing by the Khwaja
Fareed University of Engineering and Information Technology or discharge the Supplier /
Contractor for the payment of damages or of any sum against the payment of which he / she
is bound to indemnify University nor shall such certificate nor the acceptance by him / her
of any sum paid affect or prejudice the rights of the Supplier / Contractor against the
University.
27. Payments Due from the Supplier / Contractor
All costs, ascertained damages or expenses for which under the Contract the Supplier /
Contractor is liable to University may be deducted by the University from any money due or
may become due to the Supplier / Contractor under the Contract or may be recovered by
action of law or otherwise from the Supplier / Contractor.
28 Legal Proceedings
The Contract and the Tender Documents are governed by the Laws of Pakistan and no
proceedings to or arising out of any of them shall be instituted in any courts other than those
situated at Rahim Yar Khan and Lahore, Punjab Pakistan.
29. Dispute
Should any question or dispute arise as to the material, design, construction or delay in the
supply of the Equipment or the purpose or the performance for which they are required or
are warranted, University shall nominate an independent certifier / expert having
knowledge of equipment, who will, after affording the parties to the dispute an opportunity
to present their contention, and after having tests made as the certifier deems fit, certify
whether there has been any breach of Contract or warranty and, if so, what sum shall be paid
to University in diminution or extinction of price, and such certificates shall be final and
binding and shall not be questioned and shall be acted upon in arbitral or other legal
22
proceedings. The award of the costs of the certifier will be within his / her own discretion
and shall be recoverable from the party against which the costs are awarded.
30. Arbitration
All disputes and matters of difference whatsoever (other than those relating to the
certificate of expert certifier) between University and the Supplier / Contractor relating to
and arising out of the Contract and Tender Documents shall be referred to arbitration under
the arbitration act 1940 with amendments and re-amendments thereof, each party
nominating its own arbitrator. The umpire will be nominated by the arbitrators within the
first three arbitral hearings. The award of the arbitrators or of the umpire shall be final
and binding upon the parties. The arbitral proceedings shall be held at Rahim Yar Khan,
Punjab Pakistan.
23
ARTICLES OF AGREEMENT
This Agreement made this ___________ day of ___________ 2017, by and between the Khwaja
Fareed University of Engineering and Information Technology, located at Rahim Yar Khan,
Punjab, including his successors in office and Assignees / Agents, acting through the Director
Procurement, Khwaja Fareed University of Engineering & Information Technology, hereinafter
called the ―University‖, of the one part.
And _____________________________________________________________________ of
_____________________________________________________________________, located at
________________________________________________________, hereinafter called the
―Supplier / Contractor‖ which expression shall include their successors, legal representatives of
the second part.
Whereas the University requires equipment for the Laboratories for Electrical, Mechanical,
Information Technology & Computer Science and Basic Science Departments of KFUEIT, Rahim
Yar Khan, and whereas the Supplier / Contractor has agreed to supply, install, put into operation
and demonstrate the working of the said Equipment valued at Rs. _________________________
(in figures and words) in the period of ________ months, subject to the terms and conditions set
forth, hereinafter, which have been accepted by the Supplier / Contractor.
Now this Agreement witnesses as follows:
1. In this agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents which, for the purpose of identification, have been signed by
_____________________________________ on behalf of the Supplier / Contractor, (name and designation of the authorized person)
and by
______________________________________ on behalf of the University, all of (name and designation of the authorized person)
which shall be deemed to form and be read and construed as a part of this Agreement viz.:
a) Instructions to Bidders;
b) Conditions of Contract;
c) Articles of Agreement
d) Supplier / Contractor‘s Offer including the relevant correspondence prior to signing of
this Agreement with all Annexure duly filled in;
e) The specifications of the equipment; and
f) Bill of Quantity with prices.
3. In consideration of the payment to be made to the Supplier / Contractor, the Supplier /
Contractor hereby covenants with the University to supply, deliver, install, put into
operation and demonstrate the working of the Laboratory Equipment/Licensed Software in
conformity in all respects of the Contract & the order form No. _____.
(name and designation of the authorized person)
24
4. The University hereby covenants to pay the Supplier / Contractor in consideration of the
supply, delivery, installation, putting into operation and demonstration of the working of the
Laboratory Equipment the contract price in the manner prescribed by the Contract and
approved by the University.
In Witness Thereof the parties have hereunto set their respective hands and seals, the day, month
and year first above written.
WITNESSES:
University ________________ Contractor/ Supplier ____________________
Witness No.1: Witness No.1:
Signature: _________________________ Signature: _________________________
Name: ___________________________ Name: ___________________________
Designation: ______________________ Designation: ______________________
Witness No.2. Witness No.2:
Signature: _________________________ Signature: _________________________
Name: ___________________________ Name: ___________________________
Designation: ______________________ Designation: ______________________
25
ANNEXURE
26
ANNEXURE “A”
FORM OF TENDER
(LETTER OF OFFER)
Tender Reference No. ___________________ Dated _____________________
Name of Contract: Supply, Installation, and successful Commission/ Operation and
Demonstration required for ____________________________Equipment
at the premises of Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan, Punjab.
The Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Rahim Yar Khan, Punjab
Dear Sir,
1. Having examined the Tender Documents including Instructions to Bidders, Conditions of
Contract, Specifications, Schedule of Prices and Addenda Nos.
______________________________ for the execution of the above-named Contract, we,
the undersigned, being a company doing business under the name and
address______________________________________________________________ and
being duly incorporated under the laws of Pakistan hereby offer to execute and complete
such Contract and remedy any defects therein in conformity with the said Documents
including Addenda thereto for the Total Tender Price of
Rs._______________________________________ (in figures and words) or such other
sum as may be ascertained in accordance with the said Documents.
2. We understand that all the Schedules attached hereto form part of this Tender.
3. As security for due performance of the undertakings and obligations of this Tender, we
submit herewith a Bid Security referred to in Clause 3 of the Instructions to Bidders, in the
amount of Rs. _______________________________ (in words and figures) drawn in favor
of Khwaja Fareed University of Engineering and Information Technology, Rahim Yar
Khan, and valid for a period of 60 days beyond the period of validity of this Tender.
4. We undertake, if our Tender is accepted, to complete the whole of the work comprised in
the above-named Contact within the time stated in Clause 11 of the Instructions to Bidders.
5. We agree to abide by this Tender for the period of 120 days beyond the date of opening of
the Tender, and it shall remain binding upon us and may be accepted at any time before the
expiration of this period.
6. Unless and until a formal Contract Agreement is signed, this Tender, together with your
acceptance thereof, shall constitute a binding contract between us.
7. We undertake, if our Tender is accepted, to execute the Contract Performance Guarantee
referred to in Clause 3 of the Instructions to Bidders for the due performance of the
Contract.
8. We understand that you are not bound to accept the lowest or any tender you may receive.
27
9. We do hereby declare that this Tender is made without any collusion, comparison of figures
or arrangement with any other person or persons making a Tender for the above-named
Contract.
10. We confirm, if our Tender is accepted, that all partners of the joint venture shall be liable
jointly and severely for the execution of the Contract and the composition or the constitution
of the joint venture shall not be altered without the prior consent of the Director
Procurement, Khwaja Fareed University of Engineering and Information Technology,
Rahim Yar Khan. (Please delete this clause in case of Tender from a single firm).
Dated this __________________ day of _______________________ 2015
Signature ___________ in the capacity of _____________ duly authorized
to sign Tender for and on behalf of _______________________________ (Name of Bidder in Block Capitals)
Address: ____________________________________________________
____________________________________________________________
Witness: Name: ______________________________________________________
Address: ____________________________________________________
____________________________________________________
Occupation: __________________________________________________
28
ANNEXURE-B
TENDER PARTICULARS
THE TENDERERS MUST SUPPLY THE FOLLOWING SPECIFIC INFORMATION FOR
EACH ITEM OR GROUP OF ITEMS OF THE EQUIPMENT:
1. Conformation of Equipment:
Whether the Equipment offered conforms to the particulars specified in the Schedules.
2. Manufacturing Details:
(i) Brand of Equipment.
(ii) Name and address of Manufacturer; and
(iii) Country of origin of Equipment.
3. Delivery Schedule: `
(i) Earliest date by which delivery can be effected;
(ii) Complete schedule of delivery; and
(iii) If the delivery period is different for different items, it must be indicated item
wise.
4. Packing Specification:
Whether the specifications for packing given in the Tender Documents will be adhered to.
29
ANNEXURE “C1”
FORM OF SCHEDULE TO TENDER FOR EQUIPMENT
MANUFACTURED/AVAILABLE IN PAKISTAN WITHOUT INVOLVING IMPORT
Due by_______ hours on ________ ________ _______ (time) (date) (month) (year)
SCHEDULE TO TENDER NO. ___________________________ DATED________________
The Tender will be opened at ________ hours on ________ _________ ______ (time) (date) (month) (year)
Delivery on or before ________ _________ ______ (date) (month) (year)
Rates and amount to be quoted in Pakistani Rupees
S.
No.
Code/
Item
No.
Description
Of
Equipment
Detailed
Specifications
of Equipment
with Model No.
Quantity
Of
Equipment.
Unit Rate
Per Unit
Total
Price.
1 2 3 4 5 6 7 8
It is certifies that:
i) The Equipment offered above conform in all respects with the particulars/specifications
given in the Tender Documents‘ and
ii) All the terms and conditions of the Tender Documents are acceptable to us.
_____________________
(signature of the authorized person
___________________ SEAL
(name of the authorized person)
____________________ (name of the Tenderer)
30
ANNEXURE “C2”
FORM OF SCHEDULE TO TENDER FOR EQUIPMENT
IMPORTED FROM APPROVED COUNTRIES.
Due by_______ hours on ________ ________ _______ (time) (date) (month) (year)
SCHEDULE TO TENDER NO. ___________________________ DATED________________
The Tender will be opened at ________ hours on ________ _________ ______ (time) (date) (month) (year)
Delivery on or before ________ _________ ______ (date) (month) (year)
PART 1. The rates quoted in the Table below must be on C&F basis.
S.
No.
Code/
Item
No.
Description
Of
Equipment
Detailed
Specifications
Of Equipment
with Model No.
Quantity
Of
Equipment.
Unit Rate
Per Unit Currency
Total
C&F
Price
Country of
Origin
1 2 3 4 5 6 7 8 9 10
PART 2. The rates quoted in the Table below must be in Pakistani Rupees
S.No. Code/
Item No.
Description
of
Equipment
Quantity
Of Equipment Unit
Rate
Per Unit
Total
Price.
1 2 3 5 6 7 8
(Continued on the next page)
31
ANNEXURE “C2”
NOTE:
In the Table below, the columns 1 to 5 and 8 are to be filled in by the Bidder before submitting the
Tender, while the columns 6, 7 and 9 are to be filled in jointly by the Director Procurement, Khwaja
Fareed University of Engineering and Information Technology, or his representative, and the
Bidder, or his representative, after opening of the Tender.
S.
No.
Code/
Item
No.
Description
of Equipment
Total
C&F
Price for
Part 1
Currency Exchange
Rate
Total Price
for Part 1
(Rs.)
Total Price
for Part II
(Rs.)
Total Cost
(Rs.)
1 2 3 4 5 6 7 8 9
It is certified that:
i) The Equipment offered above conform in all respects with the
particulars/specifications given in the Tender Documents; and
ii) All the terms and conditions of the Tender Documents are acceptable
to us.
_______________________
(name of the Bidder)
______________________ SEAL
(signature of the authorized person)
_______________________ (name of the authorized person)
32
ANNEXURE “D”
Company Evaluation Criteria 1. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and telephone/fax numbers.
II. Detailed product information
III. Copy of National Tax Registration Certificate
IV. Copy of Sales Tax Registration Certificate
V. Bank letter of financial standing
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by any
Government/Semi-Government Department to participate in bidding and to supply equipment. Failure to
submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‗A‘
IX. Detailed project implementation schedule which includes the delivery of items mentioned in the BOQ
X. Signed and stamped Tender document
33
ANNEXURE “E”
(INTEGRITY PACT)
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.
PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACT WORTH RS. 100 THOUSAND OR MORE
Contract No.________________ Dated __________________
Contract Value: _____________________________________
Contract Title: __________________________________________________________
………………………………… [name of Supplier] hereby declares that it has not obtained or induced the
procurement of any contract, right, interest, privilege or other obligation or benefit from Khwaja Fareed
University of Engineering & Information Technology, Rahim Yar Khan or any administrative subdivision or
agency thereof or any other entity owned or controlled by Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan through any corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and
shall not give or agree to give to anyone within or outside Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan either directly or indirectly through any natural or juridical person,
including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder‘s fee or kickback, whether described as consultation
fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest,
privilege or other obligation or benefit in whatsoever form from Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan, except that which has been expressly declared pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements
with all persons in respect of or related to the transaction with Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan and has not taken any action or will not take any action to
circumvent the above declaration, representation or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making
full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration,
representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit
obtained or procured as aforesaid shall, without prejudice to any other rights and remedies available to Khwaja
Fareed University of Engineering & Information Technology, Rahim Yar Khan under any law, contract or
other instrument, be voidable at the option of Khwaja Fareed University of Engineering & Information
Technology, Rahim Yar Khan.
Notwithstanding any rights and remedies exercised by Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan in this regard, [name of Supplier] agrees to indemnify Khwaja
Fareed University of Engineering & Information Technology, Rahim Yar Khan for any loss or damage
incurred by it on account of its corrupt business practices and further pay compensation to Khwaja Fareed
University of Engineering & Information Technology, Rahim Yar Khan in an amount equivalent to ten time
the sum of any commission, gratification, bribe, finder‘s fee or kickback given by [name of Supplier] as
aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or
other obligation or benefit in whatsoever form from Khwaja Fareed University of Engineering & Information
Technology, Rahim Yar Khan.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: …………………… Signature: …………………………
[Seal] [Seal]
34
SPECIFICATIONS/BOQ OF LABORATORY EQUIPMENT
35
Procurement of Control System Laboratory
Equipment of Electrical Engineering Department
Labs at KFUEIT, Rahim Yar Khan
LAB. CODE
013/EED/CSL.
36
Detailed Evaluation for Tender No. Lab-013
Procurement of Control System Laboratory Equipment of Electrical Engineering
Department Labs at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
37
Specifications of Control System Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
013/EED
/CSL/01
SERVO FUNDAMENTALS TRAINER
Mechanical unit in open board format that
carries the mechanics of the system plus
support electronics. The unit must have the
following features:
• Permanent magnet motor with armature
current sensing.
• Tachogenerator 2.5 volts/1000 rpm
• Magnetic eddy current brake.
• Input and output potentiometers.
• Switchable three figure LCD display of
speed or voltage.
•Two-phase incremental position & speed
encoder.
• Six bit absolute encoder (Gray code).
• Power amplifier – linear and pwm.
• Self–test for motor drive.
Electronic unit in open board format
providing all electronic circuitry required to
perform a wide range of analogue and digital
control assignments from basic principles
through to transfer function analysis. The unit
must have the following features:
• Front panel mimic diagram.
• Four input error amplifier.
• Analogue and digital controllers, both able
to implement full PID with variable gains.
• Digital controller uses embedded
microprocessor with minimum sample rate of
125 Hz.
• Interface for incremental and absolute
encoders with led indicators.
• Single amplifier configurations possible.
• Four channel A/D data acquisition system.
• Microprocessor has two channel A/D and
one channel D/A, including pwm.
• Variable amplitude sweep function
generator with sine, square and triangle
outputs.
• USB2 interface for data acquisition and
controller configuration.
Real-time Windows-based software that
provides all required real-time instrumentation
and teaching assignments. Instruments to
02
38
include data logger and transfer-function
analyser. Complete with background and
theory material together with step by step
connection and practical instructions.
A suitable power supply
Experiments Included Operational Amplifiers
Analogue Transducers
Motor and Eddy Current Brake
Positive and Negative Feedback
Gain and Stability
Velocity Feedback
Following Error
System Time Constant
Closed Loop Position and Speed Control
Analogue Controllers (PID)
Feed-Forward Systems
Analogue to Digital Conversion
Digital Speed and Position Measurement
Absolute and Incremental Encoders
Digital Controllers
Open and Closed Loop Transfer Functions
Points of Consideration All items must be of North American, western
Europe or Japanese manufacturer.
One- Year Parts and Labour warranty for all
components on site.
Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
The bidders should clearly mention Terms and
Conditions of service agreements for the
supplied hardware equipment after the expiry of
initial warranty period.
In case of International Warranties, the local
authorized dealers should mention their service
and warranty setup, details of qualified
engineers, etc
Please mention the country of origin /
manufacturing / assembly of the quoted brand /
model. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel products.
The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document
013/EED
/CSL/02
COMPLETE MODULAR SERVO SYSTEM
Operational Amplifier Unit: A general purpose
amplifier with multiple inputs and various
feedbacks
03
39
Attenuator Unit: Twin calibrated potentiometers
Pre-Amplifier Unit :2 input channels, push-pull
output, Gain = 25,switched defined time constant
network
Servo Amplifier: Power Supply: input 220 AC, 50hz. Output
24vDC 2A. 15v, 150mA dc op. 9v-0-9v at source
freq for ac op
DC Motor Unit: Permanent magnet motor. Must
include, inertia Disk, Hexagonal spacer with hubs
& collars and a 30mm long shaft
Simulated Relay Unit:
Input & Output Potentiometers: Semi-
precision, servo-type potentiometers, mounted and
fitted with calibrated position indicating dials
Differential Synchro: A compatible and relevant
synchro of standard mechanical dimensions
Loading Unit: Complete with Brake disc (thin). A
fitting for the shaft mounts the aluminum disc
which runs between the poles of a separately
mounted permanent magnet
Sample and Hold Unit: Consists of zero order
hold circuit and compatible pulse generator with
operating range of 0.1 to 100Hz
Synchro Transformer Unit: A compatible and
relevant synchro of standard mechanical
dimensions and fitted with calibrated position-
indicating dial including a stroboscopic disc; must
be coupled directly to the motor low-speed output
shaft by the Feedback coupler provided
Modulator/Demodulator: Synchro Transmitter Unit: A compatible and
relevant synchro of standard mechanical
dimensions. Must include auxiliary drive motor,
the armature of which is energized by an emitter
follower, the speed being controlled by a
potentiometer. The maximum speed = 80 rev/min.
ac Motor: A two-phase ac induction motor which
connects via a 12-way plug to the servo-amplifier
ac Pre-Amplifier:
ac Compensator Unit:
Reduction Gear Tacho Unit: a 30/1 ratio speed
reduction gearbox and a dc tacho-generator driven
from the high speed input shaft
PID Unit: A proportional plus integral plus
derivative control unit
Experiments Included:
Operational Amplifiers
Motor Speed Characteristics
DC Error Channel
Simple Position Control
40
Closed-Loop Position Control
Simple Speed Control
Deadband and Step Response
Velocity Feedback
Analysis of Simple Position Control
Speed Response
Position Response
Closed-Loop Frequency Response
Measurement of Motor Time Constant
Measurement of Velocity Error Constant
Frequency and Transient Response
Measurement of Following Error
Stability Considerations and the Use of
Lead
Lag and Combined Networks
Tacho-Generator Feedback and its Effects
on System Performance Including
Acceleration Feedback
Linearization of System
Points of Consideration
1. All items must be of North American, Western
Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms and
Conditions of service agreements for the supplied
hardware equipment after the expiry of initial
warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their service
and warranty setup, details of qualified engineers,
etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand /
model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this tender
document
013/EED
/CSL/03 SIMULATION COMPUTERS
500 GB hard disk or more
8gb DDR3 RAM or more
I7, 6th
gen or equivalent
21-inch widescreen LED or better.
10
41
Suitable peripherals, specifically HIDs
Points of Consideration
1. All items must be of North American, Western
Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms and
Conditions of service agreements for the supplied
hardware equipment after the expiry of initial
warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their service
and warranty setup, details of qualified engineers,
etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand /
model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this tender
document
013/EED
/CSL/04
LINEAR INVERTED PENDULUM TRAINER
Experiments:
Introduction
Inverted Pendulum Classification
Inverted Pendulum Properties
Controller Design Method
Encoder Principle and Application
1-Stage Linear Inverted Pendulum System Model
1-Stage Linear IP Root Locus Control Experiment
1-Stage Linear Inverted Pendulum Frequency
Response
1-Stage Linear IP PID Control Experiment
PID Control Experiment
State Space Pole Placement Control Experiment
Linear Quadratic LQR Optimal Control Experiment
1-Stage Linear IP Swing Up Experiment
Technical Features:
Motor: DC
Optical Encoder: 1000 lines/revolution
Rotary Potentiometer
Intelligent Motion Controller
PID control module
Digital Encoder module
01
42
DC power supply module
Points of Consideration
1. All items must be of North American, western
Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms and
Conditions of service agreements for the supplied
hardware equipment after the expiry of initial
warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their service
and warranty setup, details of qualified engineers,
etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand /
model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this tender
document
013/EED
/CSL/05 CONTROL TRAINER PID BASED
Experiments Included:
Study of the Rotational Sensor
Study of the Temperature Sensor
Study of the Photo Sensor
ON-OFF, P, PI, PD and PID Closed Loop Control
of the Temperature
P, PI, PD and PID Closed Loop Control of the
Rotational Sensor
ON-OFF, P, PI, PD and PID Closed Loop Control
of the Photo Sensor
Technical Features:
Thermal Sensors: PT100, Bi-metallic Direct
Reading
Rotational Sensor Interface: F/V Converter with
Offset and Gain Control
Temperature Sensor Interface: DC Amplifier
with Offset and Gain Control
Photo Sensor Interface: CDS based sensor with
disturbance control
ON/OFF Control: Comparator with Hysteresis
Control
02
43
Analog Source: 0 ~ +10V, 0 ~ ±10V
PID Controller: Proportional, Integral &
Differential Control with Feedback
PWM Controller / Driver: DC to PWM Driver
with DC Level Offset Control
Motor Driver: Motor Driver with opto-interrupter
sensor output
Heater Driver: DC to PWM Driver with DC Level
Offset Control
Points of Consideration
1. All items must be of North American, Western
Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms and
Conditions of service agreements for the supplied
hardware equipment after the expiry of initial
warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their service
and warranty setup, details of qualified engineers,
etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand /
model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this tender
document
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
44
Procurement of Communication Laboratory
Equipment of Electrical Engineering Department
Labs at KFUEIT, Rahim Yar Khan
LAB. CODE
014/EED/CL.
45
Detailed Evaluation for Tender No. Lab-014
Procurement of Communication Laboratory Equipment of Electrical Engineering
Department Labs at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
46
Specifications of Communication Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
014/EED
/CL/01
COMMUNICATION TRAINERS
• A self-contained, open-based
telecommunications trainer Hardware Kit
• All modules operate from +5 V and ±15V
dc supplied from the systems power supply
provided
• To be used for teaching the principles of
modulation and coding principles.
• The board to operate with a Real Time
Access Terminal (RAT) enabling connection
to a PC via a USB or Peripheral port.
• To be supplied with interactive software
which includes teaching curricula and PC-
based instrumentation
• The PC-based instruments to be allowed to
be opened all at the same time in a Windows
environment.
• PC-based instruments to include all of the
following: Oscilloscope, Spectrum Analyzers,
Frequency Meter, Voltmeter, Bode Plot, Phase
Meter and Gain Phase Meter.
• The Phase Meter can be used as a
constellation meter in 16, 64 and 256 QAM
experiments.
• Curriculum to cover analogue and digital
modulation.
• To be supplied with an experimental
manual.
Experiments Included:
• Signals in the Time and Frequency domains
• Sampling and Time Division Multiplexing
• Amplitude Modulation
• Double side band DSBSE Modulation and
Demodulation
• AM with Suppressed Carrier
• SSB Generation with an IQ Modulator
• PCM Encoding and Decoding
10
47
• Phase Locked Loop
• Amplitude Shift Keying (ASK)
• Frequency Modulation with an IQ
Modulator
• Frequency Shift Keying (FSK)
• Phase Modulation
• Phase Shift Keying (PSK)
• Multi-state Phase Shift Keying
• Quadrature Amplitude Modulation (QAM)
• NRZ, RZ and Manchester Encoding and
Decoding
Points of Consideration
1. All items must be of American, Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for
all components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the
local authorized dealers should mention
their service and warranty setup, details of
qualified engineers, etc.
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
014/EED
/CL/02
OSCILLOSCOPE
Technical Specifications:
1. 350MHz with 4 Channels
2. 5GSa/s RT or 100GSa/s ET Sampling Rate
3. Independent Memory for Each Channel
4. VPO Technology
5. Large 8-inch 800x600 Display
6. Split Screen Function
7. 3 Built-in Impedances (50Ω/75Ω/1MΩ)
07
48
8. Power Analysis Software (Optional)
9. Serial Bus Analysis Software for I2C, SPI
and UART (Optional)
Points of Consideration
1. All items must be of American, Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for
all components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the
local authorized dealers should mention
their service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
014/EED
/CL/03
SPECTRUM ANALYZER
Technical Specifications:
1. Frequency Range: 9kHz ~ 3GHz
2. High Frequency Stability: 0.025ppm
3. 3dB RBW: 1Hz ~ 1MHz
4. 6dB EMI Filter: 200Hz, 9kHz, 120kHz,
1MHz
5. Phase Noise: -88dBc/Hz @1GHz, 10kHz
Offset
6. Built-in Measurement Functions: 2FSK
Analysis, AM/FM/ASK/FSK
Demodulation & Analysis, EMC Pretest,
P1dB point, Harmonic, Channel Power,
N-dB bandwidth, OCBW, ACPR, SEM,
TOI, CNR, CTB, CSO, Noise Marker,
Frequency Counter, Time Domain Power,
02
49
Gated Sweep
7. Built-in Spectrogram and Topographic
Display Modes
8. 886MHz IF Output for User‘s Extended
Applications
9. Remote Control Interface: LAN, USB,
RS-232, GPIB (Optional)
10. Built-in Preamplifier, 50dB Attenuator,
and Sequence Function
11. Optional 6GHz Power Sensor, Tracking
Generator, Battery Back
Points of Consideration
1. All items must be of American, Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for
all components on site.
3. Quoted hardware must be compatible
with lab power supplies and other
equipment as per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the
local authorized dealers should mention
their service and warranty setup,
6. details of qualified engineers, etc
7. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
8. All items must be factory fitted &
configured. Vendor / Assembler to
provide verification of Serial numbers /
AA numbers of Intel products.
014/EED
/CL/04
FUNCTION GENERATOR
Technical Specifications :
1. Wide frequency range from 1Hz to
80MHz
2. High 200MSa/s sampling rate
3. 16-bit Amplitude Resolution
4. Output from any section of 1M-point-long
waveform
07
50
5. 4.3" high resolution LCD display/on-
screen help/Impedance switch
6. Four ways to generate arbitrary
waveform: Front Panel Operation
7. CSV file uploading, Direct Waveform
Reconstruction (DWR), Arbitrary
8. Waveform Editing PC Software
9. USB, RS-232, GPIB interface support
Points of Consideration
1. All items must be of American, Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for
all components on site.
3. Quoted hardware must be compatible
with lab power supplies and other
equipment as per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the
local authorized dealers should mention
their service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to
provide verification of Serial numbers /
AA numbers of Intel products.
014/EED
/CL/05
DIGITAL MULTIMETERS
Experiments Included:
Minimum Performance Characteristics
AC Volts: 200mV — 750V
DC Volts: 200mV — 750V
AC Current: 2001A — 10A
DC Current: 2001A — 10A
Resistance: 200ohm — 20M ohm
Frequency: 2KHz — 10MHz
Capacitance: 2nf — 20uf
Points of Consideration
1) All items must be of American, Europe or
10
51
Japanese manufacturer.
2) One- Year Parts and Labour warranty for all
components on site.
3) Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4) The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5) In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6) Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7) All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
8) The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document.
014/EED
/CL/06
ANALOG MULTIMETERS
Minimum Performance Characteristics
Power Supply: 2x1.5V (UM-3), 1x9V
DC V Range: 0.1 V to 1000V
AC V Range: 10V to 750V
R- Range: X1, X10, X100, X1K, X10K
DC A: 50uA to 10A
Diode and fuse Protection
Points of Consideration
1. All items must be of American, Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all components on site.
3. Quoted hardware must be compatible with lab power supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions of service agreements for the supplied hardware equipment after the expiry of initial warranty period.
5. In case of International Warranties, the local
10
52
authorized dealers should mention their service and warranty setup, details of qualified engineers, etc
6. Please mention the country of origin / manufacturing / assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor / Assembler to provide verification of Serial numbers / AA numbers of Intel products.
014/EED
/CL/07
AM / FM RADIO TRAINER
Specification:
Tunable center frequency from 50 MHz to
2.2 GHz; 40 MHz real-time bandwidth
option
2x2 MIMO with the ability to expand to
higher channel count systems
DSP-focused Software based FPGA
programmable with the software FPGA
Module
Optimized RF performance with the
software FPGA Module High-speed, low-
latency PCI Express x4, 800 MB/s
connection to the host
Windows 7,8/Vista/XP compatibility, 2-
year extendable warranty
Included Accessories
1. PCIe - MXI Express Interface Kit
2. International Power Cords for USRP RIO
3. 2 x 144 MHz, 400 MHz, 1200 MHz , Tri
Band Vertical Antenna
Points of Consideration 1. All items must be of American, Europe or
Japanese manufacturer. 2. One- Year Parts and Labour warranty for all
components on site. 3. Quoted hardware must be compatible with
lab power supplies and other equipment as per requirement
4. The bidders should clearly mention Terms and Conditions of service agreements for the supplied hardware equipment after the expiry of initial warranty period.
5. In case of International Warranties, the local authorized dealers should mention their service and warranty setup, details of qualified engineers, etc
02
53
6. Please mention the country of origin / manufacturing / assembly of the quoted brand / model.
7. All items must be factory fitted & configured. Vendor / Assembler to provide verification of Serial numbers / AA numbers of Intel products.
014/EED
/CL/08
REGULATED DC POWER SUPPLIES
(30V,3A)
Minimum Performance Characteristics
Triple-Output DC Power Supply,
30V/3A(Variable) 12V/0.5A(Fixed),
5V/0.5A(Fixed)
Digital Volt and Ampere meters.
Fine and course voltage adjustment 0-30V Current adjustment: 0-3A.
Points of Consideration 1. All items must be of American, Europe or
Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
10
014/EED
/CL/08
SIMULATION COMPUTERS
Specifications:
500 GB hard disk or more
8gb DDR3 RAM or more
I7, 6th gen or equivalent
21-inch widescreen LED or better.
Suitable peripherals, specifically HIDs
Points of Consideration 1.All items must be of American, Europe or
05
54
Japanese manufacturer.
2.One- Year Parts and Labour warranty for
all components on site.
3.Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4.The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5.In case of International Warranties, the
local authorized dealers should mention
their service and warranty setup, details of
qualified engineers, etc
6.Please mention the country of origin /
manufacturing /assembly of the quoted
brand / model.
7.All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
55
Procurement of Micro Processor & Micro
Controller Laboratory Equipment of Electrical
Engineering Department Lab. at KFUEIT, Rahim
Yar Khan
LAB. CODE
015/EED/MPMCL.
56
Detailed Evaluation for Tender No. Lab-015
Procurement of Micro Processor & Micro Controller Laboratory Equipment of Electrical
Engineering Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
57
Specifications of Micro Processor & Micro Controller Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
015/EED
/MPMC
L/01
MICROPROCESSOR TRAINING SYSTEM
(8086)
Technical Features:
Motherboard:
High speed Intel 8086/80186 Compatible
Processor
Compatible with latest Microsoft windows
16KB or more Flash/EPROM
64 Digital I/O lines or more
2XRS-232 Ports with USB – USART
interface
Software for program uploading / execution
Watchdog Timer
3X16 Bit Timer Channels or more
Selected PC BIOS Functions
Full Address/Data Expansion Bus
Software:
Borland C/C++ 4.5 or later Compiler
Sample Code
.net based control program
External I/O Interface Board:
8-Bit A/D Converter
8-Bit D/A Converter
128X64 Graphical LCD or equivalent
16X4 Character LCD or more
Four 7-Segment Displays or more
8-Bit Monitor LEDs or equivalent
DC Motor with optical encoder, direction
control & PWM control
Stepper motor with drive circuit
R/C Servo motor with drive circuit
Programmable Peripheral Interface 82C55
4X4 Matrix Keypad with 5-way joystick
16X8 Dot Matrix LED Display
Experiments Included:
1. Controlling the Processor I/O Ports
2. Programmable Peripheral Interface (PPI)
3. Address Decoding of an I/O Device
4. Study of USART 0/1 Device
5. Controlling Character LCD
6. Controlling Graphical LCD
7. Controlling Keypad and Joystick
8. Direction Control of DC Motor
10
58
9. Direction Control of Stepper Motor
10. To Control Direction of R/C Servo Motor
11. Control of 8-Bit A/D Converter
12. Control of 8-Bit D/A Converter
13. To Study Working of Dot Matrix Led
Display
Points of Consideration
1. All items must be of North American, western
Europe or Japanese manufacturer.
2. One Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for the
supplied hardware equipment after the expiry
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document.
015/EED
/MPMC
L/02
32-BIT MICROPROCESSOR TRAINER
Technical Features:
Motherboard:
High speed 32-bit microprocessor
Compatible with latest Microsoft windows
415K Flash or more
60 Digital I/O lines or more
1 RS-232 Port with USB – USART
interface
PC Console Port for program uploading /
execution
3 PC Compatible Counter/Timer Channels
Watchdog Timer
Programmable Hardware Clock Generator
Calendar
Selected PC BIOS Functions
05
59
Full Address/Data Expansion Bus
Battery Backup for Clock/Calendar
External I/O Interface Board:
128X64 Graphical LCD or equivalent
16X4 Character LCD or equivalent
4X 7-Segment Displays or equivalent
16-Bit Monitor LEDs or equivalent
DC Motor with optical encoder, direction
control & PWM control
Stepper motor with drive circuit
R/C Servo motor with drive circuit
Programmable Peripheral Interface 82C55
4X3 Matrix Keypad with 5-way joystick
16-bit Relay Driver
2X SPI – USART devices
Application Modules:
8-Channel 12-Bit A/D Board
4-Channel 12-Bit D/A Board
16X8 Dot Matrix LED Display Board
8-Channel Relay Control Board
Experiments Included:
1. Controlling the Processor I/O Ports
2. Programmable Peripheral Interface (PPI)
3. Communication with PC using UART
4. Address Decoding of an I/O Device
5. Controlling Character LCD
6. Controlling Graphical LCD
7. Controlling Keypad and Joystick
8. Direction Control of DC Motor
9. Direction Control of Stepper Motor
10. To Control Direction of R/C Servo Motor
11. Study of SPI-UART Device
12. Control of 8-Channel 12-Bit A/D Converter
13. Control of 4-Channel 12-Bit D/A Converter
14. To Study Working of Dot Matrix Led
Display
15. Control of SPDT Relays using 16-Bit Relay
Driver
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for the
supplied hardware equipment after the expiry
60
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document
015/EED
/MPMC
L/03
MICROCONTROLLER 8-BIT
KIT/DEVELOPMENT BOARD
Technical Features:
Main Motherboard:
Socket for attaching 40-pin MCUs
(PIC/8051/AVR)
Socket for attaching 28-pin MCUs
(PIC/8051/AVR)
Socket for attaching 8/14/20-pin MCUs
(PIC/8051/AVR)
Eight SMD LEDs
Two push button switches
Potentiometer for analog inputs
USB-to-UART
Serial interface
16x2 Character LCD
Expansion Headers(for interfaces like 7
segment display , LCD, LED)
Headers for attaching compatible boards
20-pin in-line expansion connector
8 MHz crystal for device external oscillator
ICSP programming/debugging
external Reset
Micro USB socket for USB communication
and/or USB power
Supported IC:
Features:
High Performance 8-bit RISC
Controller(PIC/AVR)
64MHz Operating Frequency
Operating Voltage Range: 1.8V to 3.6V
05
61
Programmable High/Low Voltage Detection
Serial Communication: MSSP, Enhanced
USART
Parallel Communication (PSP)
Analog-to-Digital Conversion
Analog Comparator
20 Interrupt Sources
35 or more I/O Pins
Programmer:
Features:
USB Support
Real-time execution
Windows compatible
Built-in over-voltage/short circuit monitor
Firmware upgradeable from PC/web
download
Supports low voltage to 2.0 volts (2.0v to
6.0v range)
Diagnostic LEDs (power, busy, error)
Read/write program and data memory of
microcontroller
Erase of program memory space with
verification
Freeze-peripherals at breakpoint
Programing flash(512K byte or more)
Header Information
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for the
supplied hardware equipment after the expiry
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc.
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
62
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document.
015/EED
/MPMC
L/04
8-BIT MICROCONTROLLER TRAINER
Technical Features:
Main Motherboard:
8-bit high performance microcontroller
32 KB Static RAM
Serial Ports
UARTs for Serial Interface
Built-in Signal Amplifier Module
Built-in Programmable Timer
Interrupt Support
Fault Switch Simulator
ROM Debugger
Parallel Digital I/O
LCD Display
Keyboard Interface
Expansion BUS Connectors
Battery Backup Function for RAM
Analog-to- Digital Converter
Experiments:
1. Study of LED Lighting
2. Study of Keypad
3. Study of Buzzer
4. Study of Relay
5. Study of Decoder
6. Study of 7-Segment Display
7. Study of Dot Matrix LED
8. Study of Pulse Width Modulation
9. Study of Stepper Motor
10. Study of EEPROM
11. Study of AD- DA conversion
12. Study of LCD Display
13. Study of Temperature Sensor
14. Study of light Sensor
15. Study of Matrix keyboard
16. Study of Interrupt
17. Study of Microcontroller IO Expansion
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
05
63
and Conditions of service agreements for the
supplied hardware equipment after the expiry
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc.
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document.
015/EED
/MPMC
L/05
32-BIT MICROCONTROLLER KIT
Features:
training platform for embedded applications
Software development tools include
assembler and ‗C‘ compiler
Easy adaptability to different versions of
microcontroller in the same family
Main Motherboard:
60-80 MHz operations
256 KB Flash Memory
32 KB Static RAM
2 KB EEPROM
Eight UARTs
Four Synchronous Serial Interface (SSI)
Four Inter-Integrated Circuit (I2C)
Two Controller Area Network (CAN)
Universal Serial Bus (USB)
Micro Direct Memory Access (µDMA)
General-Purpose Timer (GPTM)
Two Watchdog Timer (WDT)
Hibernation Module (HIB)
Six General-Purpose Input/output (GPIO)
blocks
Pulse Width Modulator (PWM)
Quadrature Encoder Interface (QEI)
Two Quadrature Encoder Interface (QEI)
Analog-to- Digital Converter
Two Analog Comparator Controller
Sixteen Digital Comparator
JTAG and Serial Wire Debug (SWD)
05
64
External I/O Interface Board:
Servo Motor Connector
3-axis accelerometer
User Push Buttons
RGB Multicolor LED
Buzzer
Microphone
2-axis Joystick with Pushbutton
Light Sensor
Temperature Sensor
Components:
7- Segment Display
Keypad
Experiments:
1. Study of User Push Buttons
2. Study of RGB Multicolor LED
3. Study of Servo Motor
4. Study of Buzzer
5. Study of Microphone
6. Study of Analog Interfacing
7. Study of Light Sensor
8. Study of Temperature Sensor
9. Study of 2-axis Joystick with Pushbutton
10. Study of 3-axis accelerometer
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for the
supplied hardware equipment after the expiry
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc.
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
65
tender document.
015/EED
/MPMC
L/06
SIMULATION COMPUTERS
500 GB hard disk or more
8gb DDR3 RAM or more
I7, 6th
gen or equivalent
21-inch widescreen LED or better.
Suitable peripherals, specifically HIDs
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for the
supplied hardware equipment after the expiry
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc.
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document.
10
015/EED
/MPMC
L/07
DIGITAL MULTI-METER:
Minimum Performance Characteristics
AC Volts: 200mV ~750V
DC Volts: 200mV ~750V
AC Current: 200mA ~10A
DC Current: 200mA ~ 10A
Resistance: 200 ohm ~20M ohm
Frequency: 2KHz ~10MHz
Capacitance: 2nf ~20uf
07
015/EED
/MPMCCOMPONENT
IC Programmer/Burner
05
66
L/08 IC: 8051,
IC: 8052,
IC: PIC16F877A,
IC: PIC18F46K20,
IC: 555 Timers,
IC: MAX7219
Sensor: Heat
Sensor: Light
Sensor: Motion
Sensor: Accelerometer
Sensor: Humidity
Sensor: Temperature
Servo Motors
Stepper Motors
DC Motor 5 V
DC Motor 12 V
7-Segment Display
Keypads (4X4)
LEDs (8mm): Red
LEDs (8mm): Green
LEDs (8mm): White
LEDs (8mm): Yellow
LEDs (8mm): Blue
RGB LEDs (8mm)
Bread Board
16x2 LCDs
Connecting Wires
Resistor: 0
Resistor: 220
Resistor: 330
Resistor: 1 K
Resistor: 10 K
20
20
20
20
20
20
10
10
10
10
10
10
12
12
12
12
50
12
500
500
500
500
500
100
30
10
20 mt
500
500
500
500
500
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
67
Procurement of Power Systems Laboratory
Equipment of Electrical Engineering Department
Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
016/EED/PTDL.
68
Detailed Evaluation for Tender No. Lab-016
Procurement of Power Systems Laboratory Equipment of Electrical Engineering Department
Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
69
Specifications of Power Systems Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
016/EED
PTDL/01
TRAINER FOR POWER GENERATION
SYSTEM
Programmable Automation Controller or
equivalent based platform for Power
Generation System
Menu driven navigation through Labs
Interactive monitoring and control over any
modeled process
Export of results in MS Excel Format
Complete integration with PAC and Lab
VIEW relevant software platform
Instrumentation and Measurement Platform
Real Time Controller with 1.33 GHz Dual-
Core CPU and 70T FPGA
250 Vrms L-N, 400 Vrms L-L, Analog
Input, 3 Channel Module
4-Channel Current Input Module 5 Arms
measurement (14 A peak), 50 kS/s/ch
simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch
Digital Output (500 µs) Module
Experiments Covered
1. Power Generation Principles
2. Mechanical Energy
3. Generator Excitation
4. Rectifier Diode
5. Load Characteristics
6. Frequency Regulation
7. Voltage Regulation
8. Reactive Power Compensation
9. Unbalance
10. Over current Protection
11. Overvoltage Protection
12. Under voltage Protection
13. Under/over Frequency Protection
14. Reverse Power Protection
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
01
70
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
9. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document
016/EED
PTDL/02
TRAINER FOR POWER TRANSMISSION
SYSTEM
Programmable Automation Controller or
equivalent based platform for Power
Transmission System
Menu driven navigation through Labs
Interactive monitoring and control over any
modeled process
Export of results in MS Excel Format
Complete integration with PAC and Lab
VIEW relevant software platform
Instrumentation and Measurement Platform
Real Time Controller with 1.33 GHz Dual-
Core CPU and 70T FPGA
250 Vrms L-N, 400 Vrms L-L, Analog
Input, 3 Channel Module
4-Channel Current Input Module 5 Arms
measurement (14 A peak), 50 kS/s/ch
simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch
Digital Output (500 µs) Module
Experiments Covered
1. Phase Sequence
2. Real Power and Reactive Power
3. Phase Angle and Voltage Drop Between
Sender and Receiver
4. Determination of the Voltage
Transformation Ratio of the Transformer
operating at no-load
5. Measurement of the effect of the load type
01
71
and magnitude on the performance of the
secondary voltage
6. Measurement of the voltages in no‐load
operation
7. Transmission losses
8. Power Line Series Compensation
9. Measurement of current and voltage ratios
of a transmission line with mixed
ohmic‐inductive and pure inductive loads
10. Measurement of the current and voltage
ratios of a transmission line with mixed
ohmic‐capacitive and pure capacitive loads
11. Measurement of the current and voltage
ratios of a transmission line during a
three‐phase short‐circuit
12. Measurement of the earth‐fault current and
the voltage rise of the faulty phases
13. Measurement of the fault currents of
asymmetrical short‐circuits
14. Measurement of the current and voltage
ratios of a transmission line during a
three‐phase short‐circuit
15. Earth-fault protection
16. Line distance protection
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
72
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document
016/EED
PTDL/03
TRAINER FOR POWER DISTRIBUTION
SYSTEM
Programmable Automation Controller or
equivalent based platform for Power
Distribution System
Menu driven navigation through Labs
Interactive monitoring and control over any
modeled process
Export of results in MS Excel Format
Complete integration with PAC and Lab
VIEW relevant software platform
Instrumentation and Measurement Platform
Real Time Controller with 1.33 GHz Dual-
Core CPU and 70T FPGA
250 Vrms L-N, 400 Vrms L-L, Analog
Input, 3 Channel Module
4-Channel Current Input Module 5 Arms
measurement (14 A peak), 50 kS/s/ch
simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch
Digital Output (500 µs) Module
Experiments Covered
1. Operating of a Switching Station with Two
Busbars and Different Voltages
2. Busbar Transfer with Interruption of the
Power Supply to the Consumer
3. Busbar Coupling and Bus Transfer without
Interruption of the Power Supply to the
Consumer
4. Switching Sequence for Disconnectors and
Power Circuit Breakers
5. Busbar Changeover without Interruption f
the Branch
6. Investigation of Single-, Double- or Triple-
Pole Short Circuit
7. Overcurrent Protection
8. Transformer Differential Protection
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
01
73
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
8. The Purchaser reserves exclusive rights to
decrease or increase the quantity of
Goods/Items/Equipment mentioned in this
tender document
016/EED
PTDL/04
TRAINER FOR POWER SYSTEM
PROTECTION RELAYS
PXI and PAC or equivalent based platform
for Power Protection System
Menu driven navigation through Labs
Interactive monitoring and control over any
modeled process
Export of results in MS Excel Format
Complete integration with PAC and Lab
VIEW relevant software platform
Instrumentation and Measurement Platform
Dual core PXI Express controller with PXI
Express Chassis
24V Industrial Digital I/O module with
sourcing and sinking
61/2
digit PXI DMM and Tipple output
programmable DC power supply
Real Time Controller with 667MHz Dual-
Core CPU and Artix 7 FPGA
250 Vrms L-N, 400 Vrms L-L, Analog
Input, 3 Channel Module
4-Channel Current Input Module 5 Arms
measurement (14 A peak), 50 kS/s/ch
simultaneous inputs
24 V, 16 Ch Digital Input (7 µs), 16 Ch
Digital Output (500 µs) Module
Experiments Covered
1. Indicating Relay
01
74
2. Auxiliary Relay
3. Time Relay
4. Under voltage Relay
5. Overvoltage Relay
6. Overcurrent Relay
7. Reverse Power Protection
8. Line Distance Protection
9. Under voltage Protection
10. Under voltage Protection (with Generator)
11. Overvoltage Protection
12. Overvoltage Protection (with Generator)
13. Under and Overvoltage Protection
14. Under and Overvoltage Protection (with
Generator)
15. Overcurrent Protection
16. Overcurrent Protection (with Generator)
17. Study of 3-Phase Overcurrent, 3-Phase
Directional
18. Current Cutoff Protection
19. Current Cutoff Protection (with Generator)
20. Overcurrent and Current Cutoff Protection
21. Overcurrent and Current Cutoff Protection
(with Generator)
22. Transformer Differential Protection
23. Thermal Relay Protection
24. Study of the 3-Phase Undercurrent
Protection
25. Study of the Earth Overcurrent Protection
26. Study of the Voltage Controlled
Overcurrent
27. Study of the Negative Phase Sequence
Overcurrent
28. Study of the Residual Overvoltage
Protection
29. Study of Over/Under Frequency protection
30. Study of Directional Power Protection
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
75
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
016/EED
PTDL/05
ADDITIONAL PROTECTION RELAYS
Features
The inputs should be protected for over-voltage,
AC and DC.
Protection Relays
Over Voltage Relay
Under Voltage Relay
Over Current Relay
Under Current Relay
Time Relay
Indicating Relay
Auxiliary Relay
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
01
016/EED
PTDL/06
TRAINER FOR POWER QUALITY
ANALYSIS
The trainer should be equipped with:
A complete set of Power Quality Analyzer ready-
to-run system
01
76
Software for logging, analysis, and client software
for live viewing of power quality data
Hardware:
400MHz, 256MB RAM, 512MB
nonvolatile storages for data logging
Simultaneous 24-bit ADC technology
with sample rate up to 50kS/s per
channel Antialiasing Filters
Software:
Power and Energy Monitor (IEC 61000-4-30
Standard)
Voltage Monitor including Flicker meter (EN
50160 Standard)
Symmetrical component analyzer of 3-phase
system (IEC EN 61000-4-15)
Half period RMS Monitor
Harmonics Measurement (IEC 6100-4-7 Standard)
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with lab
power supplies and other equipment as per
requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for the
supplied hardware equipment after the expiry
of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted brand
/ model.
7. All items must be factory fitted & configured.
Vendor / Assembler to provide verification of
Serial numbers / AA numbers of Intel
products.
016/EED
PTDL/07
EQUIPMENTS AND INSTALLATIONS&
WIRING
Connecting wires should be provided with
all trainers
Complete accessories should be provided
with each system
Installation & Commissioning should be
01
77
included with each system
Training should be provided on each system
Points of Consideration
1. All items must be of North American,
Western Europe or Japanese manufacturer.
2. One- Year Parts and Labour warranty for all
components on site.
3. Quoted hardware must be compatible with
lab power supplies and other equipment as
per requirement
4. The bidders should clearly mention Terms
and Conditions of service agreements for
the supplied hardware equipment after the
expiry of initial warranty period.
5. In case of International Warranties, the local
authorized dealers should mention their
service and warranty setup, details of
qualified engineers, etc
6. Please mention the country of origin /
manufacturing / assembly of the quoted
brand / model.
7. All items must be factory fitted &
configured. Vendor / Assembler to provide
verification of Serial numbers / AA
numbers of Intel products.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
78
Procurement of Engineering Mechanics
Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
017/MED/EML.
79
Detailed Evaluation for Tender No. Lab-017
Procurement of Engineering Mechanics Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
80
Specifications of Engineering Mechanics Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
017/ME
D/EML/
01
BEARING FRICTION APPARATUS
(COMPLETE WITH ALL ACCESSORIES TO
PERFORM EXPERIMENTS)
Specifications:
Floor standing unit to investigate journal bearing
performance. Variable speed arbor with inverter
drive, digital tachometer, digital temperature
measurement by thermocouple, set of bearing with
shaft sleeves, loading by weights and lever system.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
01
017/ME
D/EML/
02
CONSERVATION OF ANGULAR
MOMENTUM APPARATUS (COMPLETE
WITH ALL ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
(a) Flywheel Apparatus Vertical shaft
Wall mounted unit to investigate acceleration and
inertia. Wall bracket carrying ball bearing mounted
shaft with precision machine steel flywheel, load
cord and load hanger.
(b) Moment of Inertia Apparatus
Wall mounted unit with a set of flywheels, wide
rim flywheel, flywheel with variable radius of
gyration, light cord, load hanger and spanners.
(c) Linear and Angular Speed Apparatus
Apparatus is used to determine the relationship
between linear and angular speed. Wall mounted
unit to investigate the relationship between linear
and angular speed. Three steps shaft on axel, each
step with fine cord and adjustable mass, hand wheel
with locking pin.
A personal Computer if required should be provided
with the software compatible with the unit.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
01
81
017/ME
D/EML/
03
EXTENSION OF WIRES (HOOK‟S LAW
APPARATUS) (COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications: Wall mounted apparatus to determine Hook‘s Law
and Young‘s Modulus of Elasticity. Wires with
different materials (e.g; Copper, Aluminum, Brass,
Steel etc.) should be provided.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
017/ME
D/EML/
04
EXTENSION OF SPRINGS APPARATUS
(COMPLETE WITH ALL ACCESSORIES
TO PERFORM EXPERIMENTS)
Specifications: It is a wall mounted apparatus. Single coiled
extension springs with looped ends up to 150-
200mm long and 35-40mm in diameter. Integral
extension scale and indicator for accurate extension
measurements. The indicator can be moved up and
down the load hanger shaft. Calibrated weights set
and hanger should also be provided. Variety of
other springs with varying lengths and diameters
can also be provided. Set of five extension springs
should be provided. Set of conical springs with
adopter and load hangers should also be provided.
Extension springs of different materials (e.g; Brass,
Steel, Aluminum, Copper etc.) should be supplied.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
017/ME
D/EML/
05
COMPRESSION OF SPRINGS APPARATUS
(COMPLETE WITH ALL ACCESSORIES TO
PERFORM EXPERIMENTS)
Specifications: It is a wall mounted apparatus. A single coiled
compression spring with industry standard ground
ends up to 150-200mm long and 35-40 mm
diameter. At the upper end of the spring, rests a
profiled boss attaches to the load hanger. An
integral compression scale and adjustable
compression indicator should be provided. Variety
of other springs with varying lengths and diameters
01
82
can also be provided. . Set of five compression
springs should be provided. Set of conical springs
with adopter and load hangers should also be
provided. Compression springs of different
materials (e.g; Brass, Steel, Aluminum, Copper
etc.) should be supplied.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
017/ME
D/EML/
06
WHEEL AND AXLE APPARATUS
(COMPLETE WITH ALL ACCESSORIES TO
PERFORM EXPERIMENTS)
Specifications: It is a wall mounted apparatus. Cords, two pulleys,
load hangers (calibrated), calibrated weight sets.
Both the wheels should be attached to the wall
base. The larger wheel diameter should be of range
135-150mm and smaller wheel diameter should be
of range 65-75mm.Apparatus should be able to
perform the Experimental determination of velocity
ratio and comparison with calculated value;
Determination of variation with load of effort;
Determination of variation with load of efficiency.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus.Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
83
Procurement of I.C. Engines Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
018/MED/ICEL.
84
Detailed Evaluation for Tender No. Lab-018
Procurement of I.C. Engines Laboratory Equipment of Mechanical Engineering Department
Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
85
Specifications of I.C. Engines Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
018/ME
D/ICEL/
01
VARIABLE COMPRESSION RATIO
PETROL ENGINE (COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Air cooled single cylinder petrol engine test bed with
5 different compression ratios adjustable by varying
combustion chamber geometry, adjustable ignition
point and mixture composition, should be mounted
on a base plate, force transmission to brake via
pulley, should have fuel hose and exhaust gas
temperature sensor, fuel hose with self-release and
quick release coupling, suitable bore, stroke, power
output, 5 compression ratios like 1:10, 1:8, 1:7, 1:5,
1:4 etc. or equivalent. Engine should be able to
observe influence of compression ratio, mixture
composition, ignition timing on engine
characteristics and exhaust gas temperature.
A personal computer if required along with the
software compatible with the equipment should be
provided.
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus.
Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
01
018/ME
D/ICEL/
02
SINGLE CYLINDER 2 STROKE
PETROL ENGINE (COMPLETE
WITH ALL ACCESSORIES TO
PERFORM EXPERIMENTS)
Specifications:
Single Cylinder 2 stroke Petrol Engine Test Bed
with complete instrumentation for measurement of
Engine power Output, RPM, Air fuel ratio,
Computerized PV diagram, Effect of variable
compression ratio, Ignition Retard and Advance
etc.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
01
86
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
018/ME
D/ICEL/
03
CYLINDER PRESSURE
TRANSDUCER (SPARK PLUG TYPE)
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Modified spark plug carrying the actual pressure
transducer, pressure transducer should have
measuring range 0-200 bar or equivalent, maximum
operating temperature 200 degree centigrade
(approx.), the pressure transducer should directly
exposed to combustion chamber pressure when the
spark plug inserted, the core component of the
pressure transducer is a heat resistant piezo-electric
quartz crystal which outputs a charge signal
proportional to the pressure. Transducer can be
connected separately to the 4 cylinder engine.
Should have all accessories to insert into an engine.
Apparatus should be able to observe cylinder
pressure measurements on internal combustion
engines.
Apparatus should be compatible with the apparatus
given in serial no.8.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
018/ME
D/ICEL/
04
FUEL LINE PRESSURE
TRANSDUCER (COMPLETE WITH
ALL ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Tank and fuel line pressure sensor able to measure
absolute or relative fuel pressure in advanced fuel
management and fuel handling system, should be
assembled directly to fuel lines or fuel tank,
resistance to main fuels like diesel and petrol
should be guaranteed by means of approved
materials, the sensitive element is a ceramic
material capable of detecting absolute or relative
01
87
pressure, integrating a signal conditioning IC,
which is directly assembled on the sensor, pressure
range can be 0-100 bar or equivalent, temperature
range up to 200oC (approx.), electric custom
connection, analogue and digital output, automotive
designated, custom calibration by conditioning IC.
Transducer can be connected separately to 4 cylinder
engine. Should have all accessories to insert into an
engine.
Apparatus should be compatible with the apparatus
given in serial no.7&8.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
018/ME
D/ICEL/
05
EXHAUST PRESSURE TRANSDUCER
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Pressure exhaust sensor having ability to measure
and observe the pressure of exhaust gas system of
engine. Pressure range can be 0-20 bar or equivalent
with electric connections. Transducer can be
connected separately to cylinder engine. Should
have all accessories to insert into an engine.
Apparatus should be compatible with the apparatus
given in serial no.7&.8.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
018/ME
D/ICEL/
06
EFI PETROL INJECTION ENGINE
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
A demonstration model for EFI which must show
full arrangement of electronic fuel injection system.
01
88
The apparatus should be able to show the
phenomenon of electronic fuel injection in a petrol
engine.
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus. Origin
of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
018/ME
D/ICEL/
07
4 CYLINDER DIESEL ENGINE
PERFORMANCE TEST FACILITY
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
A four cylinder water cooled diesel engine test bed,
complete with services and ancillaries required to
run the engine in laboratory environment. Variable
load dynamometer which acts as a brake, enabling
direct measurement of engine torque. Supported on a
framework. The frame must also have fuel tank,
battery and electrical enclosures. Starter throttle and
dynamometer can be controlled from a computer.
Maximum power output should be of 40-80kW or
equivalent. Measurement and display of engine load,
air temperature, intake air consumption, speed,
diesel consumption. The engine should be able to
measure air flow rate, fuel flow rate, efficiency and
fuel consumption characteristics at varying speed
and load, calculation of brake specific fuel
consumption, analysis of load characteristics at
constant speed, determination of volumetric
efficiency, determination of air/fuel ratio,
determination of brake thermal efficiencies, analysis
of part load torque, speed characteristics,
determination of brake mean effective pressures,
measurement of maximum torque and maximum
power allowing of full load power against speed
curves to be plotted. Should be supplied with engine
manufacturer‘s diagnostic software. Must have
ports to attach fuel line pressure transducer, exhaust
gas analyzer, exhaust pressure transducer, Lambda
Checker, diesel smoke meter etc.
A personal Computer if required should be provided
with the software compatible with the equipment.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
01
89
or UK.
018/ME
D/ICEL/
08
4 CYLINDER PETROL ENGINE
PERFORMANCE TEST FACILITY
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
A four cylinder water cooled petrol engine test bed
complete with services and ancillaries required to
run the engine in laboratory environment. . Variable
load dynamometer which acts as a brake, enabling
direct measurement of engine torque. Dynamometer
completely integrated with the engine, mounted
within the frame of engine. Starter throttle and
dynamometer can be controlled from a computer.
Supplied with engine manufacturer‘s diagnostic
software. Standard instrumentation includes sensors
for engine speed, torque, air flow, cooling water
temperature (inlet and outlet of heat exchanger),
cooling water flow etc. Must allow injection and
ignition characteristics to be varied. Measurement of
cylinder pressure. Must have nominal power output
40-60 kW or equivalent. Must have ports to attach,
fuel line pressure transducer, exhaust gas analyzer,
exhaust pressure transducer, Lambda checker,
cylinder pressure transducer etc.
A personal Computer if required should be
provided with the software compatible with the
unit. Tool kit must be provided with the unit.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
unit. Origin of apparatus should be of Japan, USA,
Spain, Canada, Germany or UK.
01
018/ME
D/ICEL/
09
EXHAUST GAS ANALYZER
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
An exhaust gas analyzer with the following
measuring capacities or equivalent ;
CO2 (0-20%), CO (0-10%); O2 (0-25%); HC (0-
1000ppm); NO(0-5000ppm); response time 10-30
seconds; resolution HC 1ppm; CO 0.01-1%; CO2
0.01-1%; O2 0.01%; NO 1ppm; The apparatus
should be able to analyze all these exhaust gases
01
90
and components clearly and accurately. The
response time of analyzer should be as small as
possible. Transducer can be connected separately to
the engine. . Should have all accessories to insert
into 4 cylinder engine. It should be compatible with
the apparatus given in serial no.7&.8.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
018/ME
D/ICEL/
10
LAMDA CHECKER (COMPLETE
WITH ALL ACCESSORIES TO
PERFORM EXPERIMENTS)
Specifications:
Sensor having varying electrical connections and up
to 4 wires, should be able to react to oxygen content
in exhaust system and produce a small voltage
depending on air/fuel seen at the time, voltage will
be varied from 0-1 volts, may have a heater element
with operating temperature of 600oC or equivalent.
May be a zirconia oxygen sensor able to produce its
own output voltage when difference in oxygen
content is seen between two electrodes. The
apparatus should be able to control exhaust
emissions on a catalytic equipped vehicle. It should
be compatible with the apparatus given in serial
no.7&.8.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
01
018/ME
D/ICEL/
11
DIESEL SMOKE METER
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Diesel smoke meter capable of measuring smoke
capacity of diesel vehicle exhaust in % capacity and
K-value with measurement of rpm and engine oil
01
91
temperature. Capacity should be 0-99.9% (0.10%
resolution), k-value 0-9.99 m-1
(0.01% m-1
resolution
); response time physical <0.5 seconds, engine oil
temperature 0-1500C, power supply 12V DC, 230V
AC, Power 300W AC/100W DC (without heater),
smoke sampling hose, smoke sampling probe, oil
temperature probe, battery capable of DC operation
and engine rpm measurement, optional accessories
are smoke sampling probe, vertical exhaust
extension pipe, smoke test software and interface
cable, thermal printer etc. the apparatus should be
able to demonstrate smoke capacity of a diesel
vehicle. It should be compatible with the apparatus
given in serial no.7.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
92
Procurement of Mechanics of Material Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
019/MED/MOML.
93
Detailed Evaluation for Tender No. Lab-019
Procurement of Mechanics of Material Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
94
Specifications of Mechanics of Material Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
019/ME
D/MOM
L/01
BRINELL HARDNESS TESTER
(COMPLETE WITH ALL ACCESSORIES TO
PERFORM EXPERIMENTS)
Specifications:
A hardness testing machine able to determine
hardness of ferrous, nonferrous test pieces and
alloys. A penetrating indenter (ball, Diamond) of
specific diameter to press the surface of the test
piece with a specific force. A personal computer if
required along with the software compatible with
the equipment should be provided.
Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
01
019/ME
D/MOM
L/02
BRINELL MICROSCOPE
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
A Brinell microscope with suitable range of
measurements; easy to read reticle, reticle scale
length of wider range, self-contained light source,
divisions are 0.1mm or equivalent, Highest quality
optics, portable, easy to use should be provided with
the apparatus.
Digital interface with PC data acquisition and
evaluation software should be supplied.
Demonstration accessories should be changed easily
and quickly. Necessary tools and accessories should
be supplied.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manuals, student manuals, and
maintenance manuals must be supplied with the unit.
Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
Note: It should be compatible with apparatus
given in 019/MED/MOML/01 (Above).
01
019/ME
D/MOM100 KN UNIVERSAL TESTING
MACHINE (COMPLETE WITH ALL
01
95
L/03 ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Universal bench top unit for materials testing. Force
generation using hand operated hydraulic system to
have maximum test force 100 kN, and maximum
stroke upto 150-600 mm or equivalent. Elongation
of specimen is monitored using linear displacement
transducer. Extensometer should be available for
Modulus of Elasticity testing accessories to be
changed easily and quickly. Digital interface with
PC data acquisition and evaluation software should
be supplied. Demonstration accessories should be
changed easily and quickly. Necessary tools and
accessories should be supplied.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
unit. Origin of apparatus should be of Japan, USA,
Spain, Canada, Germany or UK.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
96
Procurement of Strengthening of Thermodynamics
Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
020/MED/SOTL.
97
Detailed Evaluation for Tender No. Lab-020
Procurement of Strengthening of Thermodynamics Laboratory Equipment of Mechanical
Engineering Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
98
Specifications of Strengthening of Thermodynamics Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
020/ME
D/SOTL/
01
FUEL CALORIC METER
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Complete set for the measurement of calorific
values of solid, liquid and gaseous fuels.
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus. Origin
of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
01
020/ME
D/SOTL/
02
SINGLE STAGE/ TWO STAGE
RECIPROCATING COMPRESSOR
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
Single/Two Stage Reciprocating Compressor Test
Rig for laboratory use, with pressure ratio = 20~30
Bars, Air receiver, Injector with moisture trap and
Instrumentation for the measurement of
(a) Pressures (b) Temperature (c) Flow rate (d)
Rotational Speed (e) Power input etc.
With Computer interface for data acquisition with
computer.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
01
020/ME
D/SOTL/
03
ROTARY COMPRESSOR
COMPUTER CONTROLLED
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
01
99
EXPERIMENTS)
Specifications:
A rotary compressor (vane or blower or screw) type
with all accessories and parts with computer
controlled facility should be provided. Different
parts like lobes, vanes, inlet and outlet ports should
be separated with different colors to observe
equipment clearly.
A personal computer along with the software
compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
020/ME
D/SOTL/
04
STEAM TURBINE MODEL
(COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
A steam turbine model with clear visibility of all
parts like inlet, control valve, nozzle control
chamber, rotor disc, rotor, blade carrier, outlet,
stator etc. with different colors to observe the
working of turbine should be provided.
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
01
020/ME
D/SOTL/
05
SINGLE CYLINDER STEAM ENGINE
MODEL
Specifications:
Single cylinder vertical steam model engine with
clear visibility of all parts like cylinder cover,
piston head, piston rings, piston rod, cylinder body,
connection rod, crankshaft coupling, crankshaft,
valve steam head etc. with different colors. Tool kit
must be provided with the apparatus. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
020/ME NOZZLE PERFORMANCE STUDY 01
100
D/SOTL/
06
UNIT (COMPLETE WITH ALL
ACCESSORIES TO PERFORM
EXPERIMENTS)
Specifications:
A series of convergent and convergent-divergent
nozzles may be installed in one of two locations in
a high pressure measuring chamber. A pressure
regulator, throttle valve and back pressure valve
allow the air flow rate, inlet and discharge pressure
to be varied. Includes convergent – divergent ducts
designed to produce Mach 1.0 at the throat and
supersonic velocities downstream. Inlet and outlet
air pressures, temperatures and air flow rate should
be recorded. Requires the Compressible Flow
Range base unit for operation. The apparatus
should be able to perform following;
Visual demonstration of nozzle choking;
Determination of the effect of inlet and back
pressure on mass flow rate through nozzles;
Comparison of mass flow rate with theoretical
values; Measurement of the velocity of a jet issuing
from a nozzle operating at a variety of inlet and
back pressures; Calculation of nozzle efficiencies;
Determination of jet reaction and specific thrust at a
range of inlet and back pressures. Electrical facility
should be 20-240 volts, single phase, 50 Hz with
earthed/ ground, line current up to 10 A at 230 V.
Compressed air should be of flow 900 kN/m2
(9
bar gauge) or equivalent at up to 4400 litre/min or
equivalent free air.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
Note:
The components and/or equipment shall be newly manufactured, not used and refurbished or previously used for
demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for safe operation for at
least 10 years from date of installation acceptance. The equipment shall be delivered with all necessary supplies and
accessories required for installation and start-up. Installation, operator familiarization, and training for up to three analysts
shall be included for all modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted until those
performance specifications have been met. All instruments should have the specifications mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
101
Procurement of Workshops Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
021/MED/WL.
102
Detailed Evaluation for Tender No. Lab-021
Procurement of Workshops Laboratory Equipment of Mechanical Engineering Department
Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
103
Specifications of Workshops Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
021/MED
/WL/01 POWER HACKSAW
Specifications:
A Hydraulic Power Hacksaw machine with
following specifications within the given ranges is
required:
Stroke (Adjustable): 200-250mm
Number of Stroke per minute:
75 (±5%)
Electric motor:
2 H.P. R.P.M.1440, 440 volt
Coolant Pump Motor
0.3 H.P. 440 volt
Blade Size:
(400x40x2)mm (±10% for each dimension)
Capacity of round bar:10‖
Capacity of square bar: 08"
Job Holding Vice at 45 and 90 angle
Accessories:
Cutting Blade:
(400x40x2)mm, 24 Blades (±10% for each
dimension)
Electric Panel:
Magnetic Contactor
Phase Filer Relay (Phase Break,
Overvoltage, Under voltage, Phase
Sequence)
Over Load Relay
Circuit Breaker 440 volt
Ampere Meter Digital
Volt Meter Digital
Lights Indicators
01
021/MED
/WL/02
HIGH SPEED PILLAR DRILLING MACHINE
Specifications:
A High Speed Pillar Drilling Machine with
following specifications within the given ranges is
required:
Max. drilling dia.(steel):
3-35mm
Max. stroke of the spindle:
150-200mm
01
104
Number of speed step of the spindle:
08-10
Spindle speed range:
60-1500 R.P.M
Feed range of the spindle:
0.1,0.2,0.3,0.4,0.5 mm/r
Dia. of column:
100-130mm
Rotation degree of worktable and its bracket in c
ross
direction:
±45°
Universal Vice:
150-200 mm
Power and speed of the main motor:
2 H.P, 440 volt
Power and flow rate of the coolant pump motor:
0.3H. P,440 volt
Electric Panel:
Magnetic Contactor
Phase Filer Relay (Phase Break,
Overvoltage, Under voltage, Phase
Sequence)
Over Load relay
Circuit Breaker 440 volt
Ampere Meter Digital
Volt Meter Digital
Lights Indicators
021/MED
/WL/03
UNIVERSAL MILLING MACHINE
Specifications:
A Universal Milling Machine with following
specifications within the given ranges is required:
Working Surface:
(1270 x 300) mm
T-Slot Number/Size:
(3 x 16) mm
Swivel: ±45
Number of Feeds:
≥10
Number of spindle speeds:
≥09
Range of Spindle Speeds:
R.P.M 630- 700
Coolant Pump Motor:
0.3 H.P. 440 volt
Main motor:
1440 RPM 440 volt 3 H.P.
01
105
Manual and D.R.O (Digital Read Out System)
Sliding (vertically and horizontally) should be
electrically mechanized.
Accessories:
Vertical Head
Slotting Head
Rotary Table
Indexing Head Complete set
Tail Stock
Screw Jack
V Block
Angle Plate
Step Block with Clamps
Arbor A, B, C Type
Colet Check Set (mm)
Flying Cutter Head Arbor
Parallel Bar Rectangular
Moveable Vice with Different Degrees
Universal Vice
T Bolt M16
Cutter Set:
End Mill Cutter set
Involute Gear Cutter Set (Module and DP)
Side and Face Cutter
Angular Cutter Single and Double
Formed Cutter Convex and Concave
Metal Slitting Saw
Plain Milling Cutter
T-Slut Cutter
Wood Rough Cutter
Electric Panel:
Magnetic Contactor
Phase Filer Relay (Phase Break,
Overvoltage, Under voltage, Phase
Sequence)
Over Load relay
Circuit Breaker 440 volt
Ampere Meter Digital
Volt Meter Digital
Lights Indicators
021/MED
/WL/04
CENTRAL LATHE MACHINE
Specifications:
A Central Lathe Machine with following
specifications within the given ranges is required:
Bed Length:
03
106
(6-8) ft.
Width of bed:
(350-450)mm
Height of center:
(300-400)mm
Swing over bed:
(600-800)mm
Swing over cross slide:
(300-530)mm
Swing in gap:
(865-1200)mm
Admit between centers:
(1000-1500)mm
Number of spindle speeds:
07-09 (Types)
RPM Range:
RPM 30-720
Spindle Hollow:
(65-90) mm
Metric Threads
Withworth Threads
D.P. and Module Threads
Number of Feeds:
30
Range of Long Feed:
0.2 to 3.0mm
Range of Transverse feed:
0.033 - 0.50 mm
Coolant Pump Motor:
0.3 H. P, 440 volt
Main motor:
1440 RPM, 440 volts, 04 H.P.
Electric Panel:
Magnetic Contactor
Phase Filer Relay (Phase Break, Overvoltage,
Under voltage, Phase Sequence)
Over Load relay
Circuit Breaker 440 volt
Ampere Meter Digital
Volt Meter Digital
Indicator Lights
Accessories:
3 Jaw Self Centering chuck
4 Jaw Independent Chuck
Magnetic Chuck
Coolant Pump
Key Way Cutting Attachment
Taper Turning Attachment
Dog and Carrier
107
Drive Plate
Face Plate
Angle Plate
Ball Turning Attachment
Revolving dead Center
D.R.O (Digital Read Out System)
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall be
delivered with all necessary supplies and accessories required for installation and start-up. Installation,
operator familiarization, and training for up to three analysts shall be included for all modules. The
vendor shall demonstrate and document upon installation that the system meets all performance
specifications, including the sensitivity specifications. The instrument shall not be accepted until those
performance specifications have been met. All instruments should have the specifications mentioned in the
tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
108
Procurement of Undergraduate Laboratory of
Physics Equipment of Basic Sciences Department
at KFUEIT, Rahim Yar Khan
LAB. CODE
022/BSD/ULP.
109
Detailed Evaluation for Tender No. Lab-022
Procurement of Undergraduate Laboratory of Physics Equipment of Basic Sciences
Department at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
110
Specifications of Undergraduate Laboratory of Physics
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
022/BSD/
ULP/01
HALL EFFECT IN COPPER(CU)
Specifications:
Hall Effect, Cu, Carrier board
Coil, 300turns
Iron core, U shaped, Laminated
Pole pieces, plane, 30×30×48mm, 1 pair
Power Supply, Stabilized, 0…30 V-/20A
Power Supply, universal
Universal measuring amplifier
Teslameter, digital
Hall probe, tangential, with protective cap
Digital multimeter
Meter 10/30 mV, 200˚C
Universal clamp with joint
Tripod base
Support rod, square, 1=250mm
Right angle clamp
Connecting cable, 4mm plug, 32A, red, l=75cm
Connecting cable, 4mm plug, 32A, blue, l=75cm
Connecting cable, 4mm plug, 32A, black, l=75cm
Equivalent or Better
01
022/BSD/
ULP/02
BAND GAP OF GERMANIUM
Specifications:
Hall effect module
Intrinsic conductor, Ge, carrier board
Power supply, 12V, 5 Amp AC
Tripod base
Support rod, square, L=2.5 cm
Right angle clamp
Digital Multimeter
Connecting cables
Equivalent or Better
01
022/BSD/
ULP/03
DETERMINATION OF CAPACITANCE OF
DIFFERENT METAL SPHERES
Specifications:
Conductor ball, d=2cm
Conductor ball, d=4cm
Conductor ball, d=12cm
Hemispheres, Cavendish type
01
111
Hollow plastics ball, with eyelet
Capillary tube, L=25cm
Copper wire, d=0.05cm
Insulating stem
High value resistor, 10MΩ
High voltage supply unit V=0-10KV
Auxiliary Capacitor C=10nF
A universal measuring amplifier
Multi-range meter
Digital multimeter connecting cord V=30kV,
L=100cm
Screened cable, BNC, L=75cm
Adapter, BNC socket
Connector, T type, BNC
Vernier caliper, plastic
Barrel base
Equivalent or Better
022/BSD/
ULP/04
TO DETERMINE DIELECTRIC CONSTANT
OF DIFFERENT MATERIALS
Specifications:
Plate capacitor, d 260mm
Plastic plate 2833283mm
Glass plates f. current conductors
High value resistor, 10MOhm
Universal measuring amplifier
High voltage supply unit, 0-10kV
PEK capacitor/case 1/0.22 mmF/160 V
Voltmeter, 0.3-300 VDC, 10-300 VAC
Connecting cord, 100mm, green-yell
Connecting cord, 500mm, red
Connecting cord, 500mm, blue
Connecting cord, 50KV, 500mm
Screened cable, BNC, 1750mm
Adapter, BNC socket-4mm plug
Connector, T type, BNC
Adapter, BNC-plug/socket 4mm
Equivalent or Better
01
022/BSD/
ULP/05
TO STUDY THE TEMPERATURE
DEPENDENCE OF THE RESISTANCE OF
DIFFERENT MATERIALS
Specifications:
Immersion probe
Immersion thermostat TC10
Accessory set for TC10
Bath for thermostat, Makrolon
01
112
Carbon resistor 2.2 KΩ, 1 W
Connection box
Connecting cable, 4mm plug, 32 A, blue, l=50cm
Connecting cable, 4mm plug, 32 A, red, l=75cm
Connecting cable, 4mm plug, 32 A, blue, l=75cm
Power Supply 12V/2A(max)
Equivalent or Better
022/BSD/
ULP/06
TO FIND THE REDUCTION FACTOR OF
TANGENT GALVANOMETER
Specifications:
Tangent Galvanometer
Reversing Key
Simple Key
Milliammeter (0-50 mA)
Rheostate
Battery of 2 V
Connecting Wire
Equivalent or Better
01
022/BSD/
ULP/07
TO DETERMINE THE E/M OF ELECTRON
BY DEFLECTION METHOD
Specifications:
Magic eye (tuning indicator) of type EM-34
Power Supply(0.250V)
Voltmeter
Ammeter
Circular Disc (such as a circular coin)
Equivalent or Better
01
022/BSD/
ULP/08
TO DRAW THE B-H CURVE OF
FERROMAGNETIC MATERIAL USING
GALVANOMETER
Specifications:
Toroid
Ammeter
Connecting wires
Rheostat
Ballistic galvanometer
Power supply 10V
Equivalent or Better
02
022/BSD/
ULP/09
TO FIND THE VARIATION OF
PHOTOELECTRIC CURRENT WITH THE
01
113
INTENSITY OF LIGHT
Specifications:
Photo cell fitted in box having lamp and meter rod
Microammeter
Connecting wires
220 V source(Ac)
Equivalent or Better
022/BSD/
ULP/10
TO DETERMINE THE WAVELENGTH OF
NA LIGHT BY DIFFRACTION GRATING
AND SPECTROMETER
Specifications:
Spectrometer
Sodium Lamp
Diffraction grating
Magnifying Glass
Equivalent or Better
01
022/BSD/
ULP/11
FERROMAGNETIC HYSTERESIS
Specifications:
U core with yoke
Clamping device with spring clip
Coil 500 turns
Function generator
Sensor-CASSY 2
Cassy lab 2
Resistor 10 ohm,STE 2/19
Plug in board section STE
Connecting lead 19 A, 50cm, black
Connecting lead 19 A, 100cm, black
Equivalent or Better
01
022/BSD/
ULP/12
FARADAY EFFECT
Specifications:
U core with yoke
Clamping device with spring clip
Coil 500 turns
Function generator
Sensor-CASSY 2
Cassy lab 2
02
114
Resistor 10 ohm,STE 2/19
Plug in board section STE
Connecting lead 19 A, 50cm, black
Connecting lead 19 A, 100cm, black
Equivalent or Better
022/BSD/
ULP/13
ZEEMAN EFFECT WITH CCD CAMERA
Specifications:
Zeeman effect with CCD Camera including
measurement software
Equivalent or Better
02
022/BSD/
ULP/14
FABRY-PEROT INTERFEROMETER-
OPTICAL RESONATOR MODES
Specifications:
Fabry-perot interferometer- optical Resonator
Modes
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/15
OP-AMP BOARD WITH VIRTUAL
INSTRUMENTATION PLATFORM
Specifications:
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/16
KERR EFFECT
Specifications:
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/17
THE INTENSITY OF CHARACTERISTICS
X-RAYS AS A FUNCTION OF ANODE
CURRENT AND ANODE VOLTAGE
Specifications:
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/18
DIGITAL POWER SUPPLY 15
115
Specifications:
Description: Power Supply, 0-32 V, 3 Amp DC
Number of Outputs: 1
Maximum Power: 96W
Current Read back Resolution: 10mA
PWS2323 or equivalent/better
022/BSD/
ULP/19
EARTH‟S MAGNETIC FIELD
Specifications:
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/20
MAGNETIC FIELD INSIDE A CONDUCTOR
Specifications:
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/21
RECORDING AND RECONSTRUCTIONS OF
HOLOGRAMS
Specifications:
(Complete with all accessories)
Equivalent or Better
02
022/BSD/
ULP/22
INDUCTANCE OF SOLENOIDS WITH
COBRA3
Specifications:
(Complete with all accessories)
Equivalent or Better
02
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously used for
demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for safe
operation for at least 10 years from date of installation acceptance. The equipment shall be delivered with all
necessary supplies and accessories required for installation and start-up. Installation, operator familiarization,
and training for up to three analysts shall be included for all modules. The vendor shall demonstrate and
document upon installation that the system meets all performance specifications, including the sensitivity
specifications. The instrument shall not be accepted until those performance specifications have been met. All
instruments should have the specifications mentioned in the tender.
Signature of Contractor Signature
Director Procurement
116
Procurement of Advanced Physics Laboratory
Equipment of Basic Sciences Department at
KFUEIT, Rahim Yar Khan
LAB. CODE
023/BSD/APL
117
Detailed Evaluation for Tender No. Lab-023
Procurement of Advanced Physics Laboratory Equipment of Basic Sciences Department at
KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
118
Specifications of Advanced Physics Laboratory Equipment
ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
023/BSD/
APL/01
DIGITAL OSCILLOSCOPE
Specifications:
Analog Bandwidth: 50 MHz
Sample Rate: 1GS/s
Record Length:2.5k points
Analog Channels: 2
TBS1052B-EDU or Equivalent /Better
30
023/BSD/
APL/02
DIGITAL OSCILLOSCOPE
Specifications:
Analog Bandwidth: 100 MHz
Sample Rate: 1GS/s
Record Length:1 M points
Analog Channels: 4
Digital Channels: 16
MSO2014B or Equivalent / Better
01
023/BSD/
APL/03
FUNCTION GENERATOR
Specifications:
Analog Bandwidth: 20MHz-25MHz
Analog Channels: 2
Output Frequency: 1 uHz to 25 MHz
Record Length: 8k points
Sample Rate: 125MS/s
Vertical Resolution: 14-bit
AFG1022 or DG1022 or Equivalent/Better
10
023/BSD/
APL/04
TRAINER (BREAD BOARD)
Specifications:
K&H ETS 7000A or
A-tek, AT800/AT801
or Equivalent/Better
30
023/BSD/
APL/05
DIGITAL MULTIMETER
Specifications:
Fluke 170 series(175 or 177) or
Amprobe-Fluke AM 530 or Equivalent/Better
20
119
023/BSD/
APL/06
COMPUTER FOR LAB
Specifications:
Intel Core i5 4th
Gen
RAM: 8GB
HDD: 1TB SATA
Keyboard and Optical mouse
Multiformat DVD-RW,
LED: 20‖
DOS, Branded Hp/Dell or Equivalent/Better
05
023/BSD/
APL/07
PRINTER LASER JET OR
EQUIVALENT/BETTER
Specifications:
Print speed black: Normal Up to 38 ppm
First page out (ready) Black: As fast as 5.7 sec
Print quality black (best): Up to 4800 x 600
enhanced dpi, FastRes 1200
Resolution technology: FastRes 1200, ProRes
1200, 600 dpi
Duty cycle (monthly, A4): Up to 80,000 pages
Recommended monthly page volume: 750 to 4000
Print technology: Laser
Processor speed: 1200 MHz
Print languages: PCL 5, PCL 6, postscript level 3
emulation, direct PDF (v 1.7) printing, URF,
PCLM, PWG
Display: 2-line backlit LCD graphic display
Memory Specification:
Memory, standard: 128MB DRAM
Maximum memory: 128MB DRAM
Hard disk: None
Connectivity:
ePrint capability: Yes
Mobile printing capability: ePrint, Apple
AirPrint™, Mopria™- certified, Google Cloud
Print 2.0, Mobile Apps
Wireless capability: No
Connectivity standard:
1 Hi-Speed USB 2.0
1 Host USB
1 Gigabit Ethernet 10/100/1000T network
Network ready: Standard (built-in Gigabit Ethernet)
Minimum system requirements:
Windows 10 (32-bit/64-bit), Windows 8.1
01
120
(32-bit/64-bit), Windows 8 (32-bit/64-bit),
Windows 7 (32-bit/64-bit): 1 GHz
processor, 1 GB RAM (32-bit) or 2 GB
RAM (64-bit), 400 MB available hard disk
space, CD/DVD-ROM or Internet, USB or
Network port
Windows Vista (32-bit): 1 GHz 32-bit (x86)
processor, 1 GB RAM (32-bit), 400 MB
available hard disk space, CD/DVD-ROM
or Internet, USB or Network port
Windows XP (32-bit) SP2: Pentium 233
MHz processor, 512 MB RAM 400 MB
available hard disk space, CD/DVD-ROM
or Internet, USB or Network port
Windows Server 2003 (32-bit) (SP1 or
greater), Windows Server 2003 R2 (32-bit),
Windows Server 2008 (32-bit) (SP1 or
greater): 1 GHz 32-bit (x86) processor, 1
GB RAM (32-bit), 400 MB available hard
disk space, CD/DVD-ROM or Internet,
USB or Network port
Windows Server 2008 (64-bit) (SP1 or
greater), Windows Server 2008 R2 (64-bit),
Windows Server 2008 R2 (64-bit) (SP1): 1
GHz 64-bit (x64) processor, 2 GB RAM
(64-bit), 400 MB available hard disk space,
CD/DVD-ROM or Internet, USB or
Network port
OS X 10.8 Mountain Lion
OS X 10.9 Mavericks
OS X 10.10 Yosemite
Internet
USB
1 GB available hard disk space
OS compatible hardware (For OS hardware
requirements see http://www.apple.com)
Power & Operating Requirement:
Power:
110-volt input voltage: 110 to 127 VAC (+/-
10%), 50/60 Hz (+/- 2 Hz)
220-volt input voltage: 220 to 240 VAC (+/-
10%), 50/60 Hz (+/- 2 Hz) (Not dual
121
voltage, power supply varies by part number
with #option code identifier)
Power consumption:
591 watts (Active Printing), 6.1 watts
(Ready), 2.8 watts (Sleep), 0.6 watts (Auto-
On/Auto-Off, via USB connectivity), 0.1
watts (Shutdown or Off)
Energy efficiency:
ENERGY STAR® certified
Blue Angel
EPEAT® Silver
Operating temperature range: 15 to 32.5°C
Operating humidity range: 30 to 70% RH
Acoustic power emissions (ready): Inaudible
Acoustic pressure emissions bystander (active,
printing) 54 dB(A)
Dimension & Weight:
Minimum dimensions (W x D x H): 381 x 357 x
216 mm
Maximum dimensions (W x D x H): 381 x 634 x
241 mm
Weight: 8.58 kg
Package dimensions (W x D x H): 443 x 274 x 464
mm
Package weight: 11.36 kg
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
122
Procurement of Undergraduate Laboratory of
Chemistry Equipment of Basic Sciences
Department at KFUEIT, Rahim Yar Khan
LAB. CODE
024/BSD/ULC
123
Detailed Evaluation for Tender No. Lab-024
Procurement of Undergraduate Laboratory of Chemistry Equipment of Basic Sciences
Department at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
124
Specifications of Undergraduate Laboratory of Chemistry
Equipment
ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
023/BSD/
ULC/01
ATOMIC ABSORPTION
SPECTROPHOTOMETER-PC BASED
Specifications:
- Single Beam or Double Beam Mode free
selectable
- Photometer with quartz-coated wide-range optics
holographic
grating with 1.800 lines/mm,
- Automated slit setting - slit width 0,2; 0,5; 0,8;
1,2 nm,
- Wide range photomultiplier - wavelength range
185...900 nm,
fully automatic 8 place lamp turret with two
independent heating
circuits for preheating operation (HCL or Super
lamp) automatic
lamp adjustment
- Possibility for using of coded lamps by RfID
write and read unit
Accessories:
Compatible Computer with 19 inches LED and
Laser Printer Made in Germany or any other
European brand.
01
023/BSD/
ULC/02
FLAME PHOTOMETER (NA, K, LI, CA, MG)
Specifications:
Industrial digital single channel with unobstructed
samples work area with following features
- Safety features including Fail safe flame detection
and shut off, with low air pressure indicator.
- High sensitivity with fine manual control of air,
and stable Flame design.
- With ease of use resulting from auto ignition and
flame optimization. Peak picker for presenting
unambiguous readings
with selected filter indicator. With built in Sodium,
Potassium, Lithium, Calcium and Barium Filters.
Minimum Detection Level @ 3 x noise
Na 0.1 ppm
K 0.1 ppm
Li 0.1 ppm
Ca 2 ppm
01
125
Ba 20 ppm
Specificity Na, K and Li interference is <0.5% value of
element under analysis,
Aspiration rate 3 – 6 mL/min,
Speed of Analysis/Time to stability 20 seconds,
Complete with compressor (but without Gas
Cylinder),
Operated on 220 Volts,
Made in England or any other European country.
023/BSD/
ULC/03
ROTARY EVAPORATOR
Specifications:
Hand / Motor lift Hand lift
Rotation speed (rpm) 20 – 280
Rotation speed setting Scale
Drive Brushless DC motor with
electronic speed control
Heating capacity (W) 1,300
Temp. range heating bath (°C) 20 – 210
Temperature range accuracy (°C) ±1
Overheat protection bath (°C) Cut-off at 5°C over
set Temperature via separate PT 1000
Bath temperature setting Digital
Heating bath temperature control Electronic / Digital
Secondary over temp. Cut off (°C) 250
Material heating bath (mm) Stainless steel
AISI 316L
Volume heating bath (I) 4.5Liers
Instrument is supplied with 1Litre evaporating and
Receiving Flask as standard.
With Glassware set operated on 220
Volts, Made in Germany or any other European country
a. Vacuum Pump
Technical Specification
Number of Head / Stages 2
Maximum Pumping Speed 0.75 m3h/0.9 m
3h
Ultimate Vacuum 12 mbar
Ultimate Vacuum with Gas Ballast 20 mbar
Operated on 220 Volts
Made in Germany or any other European country
b. Chiller
Technical Features:
Operating temperature range: -20 to 40°C
Temperature adjustment: Digital
Temperature indication: Digital
internal temperature sensor: PT100
Resolution of display: 0.1K
Refrigeration machine: air-cooled, CFC-free
01
126
Circulation Pump: Built in
Max. Delivery (pressure): 20 l/min.
Complete Set with accessories
Made in Germany or any other European brand
023/BSD/
ULC/04
FUME HOOD WITH BUILT
IN GAS & WATER VALVES
Specifications:
Recommended Maximum Exhaust Required
Fume Hood
Air volume for minimum face velocity
Exhaust Air Volume of 0.5 m/s or 100 fpm
at full-open1170 cm / 690 cfm
Hood sash position:
Recommended Minimum Exhaust
Required Fume Hood
Air volume for minimum face velocity
Exhaust Air Volume
of 0.5 m/s or 100 fpm
at half-open 585 cmh / 344 cfm
Hood sash position:
Inner Exhaust Outlet Diameter: 252 mm / 10.0‖
Outer Exhaust Outlet Diameter: 266 mm / 10.5‖
Light Intensity at Work Surface: 780 Lux / 72 foot
candes
Construction:
Main body: Phenolic resin laminates
Support frame: Aluminium extrusions with an
oven-baked epoxy powder coated finish.
Interior baffle system: henolic resin laminates
Airfoil: Stainless steel grade 304
Complete unit with base storage cabinet.
02
023/BSD/
ULC/05
HOT PLATE (WITH MAGNETIC STIRRER)
Specifications:
Temperature range: up to 370°C,
Variable Speed Control: up to 1500rpm
Heating Plate Ø: 155mm,
Stirring capacity: 15 litre
Power:
630 Watt, with PTFE followers, operated on 220
volts
Made in Italy or any other European country
03
023/BSD/ HEATING MANTLE 03
127
ULC/06 Specifications:
Control method: proportional voltage control Case
construction: steel, with chemically, Resistant
powder coating. Thermal insulation: asbestos-free
ceramic cool, (Fiber glass). Heating element: Ni-
chrome wire. Heating element temperature range
upto 450ºC max. Capacity 500ml
Made in Korea or Equivalent
023/BSD/
ULC/07
HEATING MANTLE
Specifications:
Control method: proportional voltage control Case
construction: steel, with chemically, Resistant
powder coating. Thermal insulation: asbestos-free
ceramic cool, (Fiber glass). Heating element: Ni-
chrome wire. Heating element temperature range up
to 450ºC max. Capacity 1000ml
Made in Korea or Equivalent
03
023/BSD/
ULC/08
HEATING MANTLE
Specifications:
Control method: proportional voltage control Case
construction: steel, with chemically, Resistant
powder coating. Thermal insulation: asbestos-free
ceramic cool, (Fiber glass). Heating element: Ni-
chrome wire. Heating element temperature range up
to 450ºC max. Capacity 5000ml
Made in Korea or Equivalent
02
023/BSD/
ULC/09
OVEN MEMMERT
(300 O
C) 55L
Specifications:
Temperature range 5°C above ambient up to
+300°C
Single DISPLAY
natural convection
adjustment of pre-heated fresh air admixture
by air flap control in 10% steps for each
segment individually
self-diagnostics for fault analysis
digital timer adjustable from 1 minute to 99
days, 23 hours
Multiple Over temperature Protection with
audible and visual alarm
Interior Stainless Steel & Textured Stainless
03
128
Steel Casing
Operated on 220volts,
Capacity 55 Litre with single stainless steel tray
Made in Germany or any other European country
023/BSD/
ULC/10
MUFFLE FURNACE BENCH TOP LOCAL
Specifications:
Temperature range up to 1200°C
Internal Chamber Size: 5L
Operated on 220 Volts
03
023/BSD/
ULC/11
DIGITAL PH METER
Specifications:
Digital Bench Model Microprocessor Controlled
With parallel Temperature indication, PH Range
-2.0 to 20.0 ±0.005pH, PH
Resolution 0.005pH, MV Range ±1200.0mV,
Accuracy mV ±- 0.3mv, Automatic Temperature
Compensation, Temperature Range –5 to +105.0°C,
Temperature accuracy ±0.1°C with two/three Point
Calibration System, Battery operated as well as
operated With 220 Volts Complete with following
accessories:-
a) Black Electrode stand with base.
b) Plastic Beaker 50 ml.
c) 3MKCL Solution 50 ml.
d) Calibration Standard solutions PH 4, 7 &
10 50ml each.
e) PH Electrode precision Type with Built in
Temperature
Sensor.
Complete Package
Made in Germany or any other European Brand
04
023/BSD/
ULC/12
MELTING POINT APPARATUS DIGITAL
Specifications:
Digital selection & display of temperature
- High accuracy
- Easy to operate with plateau facility
- Ideal for educational use
- Supplied with calibration certificate
Technical Specification: Number of samples 2
Temperature range Ambient to 300°C
Temperature accuracy ± 1.0°C at 20°C, ± 2.5°C at
300°C
03
129
Display Three digit LED
Temperature resolution 1°C
Sensor Platinum resistance PT100
Ramp rates 20°C per minute to plateau
20°C per minute to melt
Net weight 1.8 kg
Electrical supply 230V, 50Hz, 75W
Complete unit with pack of 100 melting point
tubes, closed at both ends, Made in England OR
any other European country.
023/BSD/
ULC/13
BALANCE ANALYTICAL
DIGITAL TOP LOADING, DIRECT
Specifications:
Communication to Windows, capacity200 gm,
Readability
0.1mg, Linearity ±0.2mg, built in weight for
internal calibration,
built in clock, with Analogue Bar Graph display,
weighing
below hook, various viewing units, seventeen
different units mode, built in RS 232C, For
computer connection and Data/IO
Connector for Electronic Printer, complete unit
operated on 220 Volts, Shimadzu Japan or
Equivalent
03
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
130
Procurement of Fluid Mechanics Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
025/MED/FML.
131
Detailed Evaluation for Tender No. Lab-025
Procurement of Fluid Mechanics Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
132
Specifications of Fluid Mechanics Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
025/MED
/FML/01 HYDROGEN BUBBLE FLOW
VISUALIZATION SYSTEM
Specifications:
A bench top compact unit comprising of a flow tank,
hydrogen bubble generator, designed for direct flow
visualization of fluid mechanics phenomena. Unit
must contain platinum wire as cathode. Moreover
shallow water channel fitted with indirect LED
illumination along the experimental section should
be part of the unit. Unit must contain various acrylic
models such as rectangle plate, straight plate, curved
plate, aero-foil section, cylinder (various sizes) and
different models for change in cross section. For
electrical services an electronic console
incorporating display, control for pump, source
lamp, hydrogen bubbles generator, cables with all
the accessories. These are required for normal
operations. Camera for visualization with
appropriate interface and software, Control Software
for remote operation of the Electronic Console via
computer should be the part of the package. A
Personal computer capable of running control
software should also be separately provided.
Equipment should be of Germany, UK, America,
Canada, Japan and Spain origin based
manufacturers.
01
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
133
Procurement of CAD/CAM Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
026/MED/CCL.
134
Detailed Evaluation for Tender No. Lab-026
Procurement of CAD/CAM Laboratory Equipment of Mechanical Engineering Department
Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
135
Specifications of CAD/CAM Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
026/MED
/CCL/01 COMPUTERS
Specifications:
Desktop Computers with LCD monitor and Operating
system installed. Having following specs
1. Intel® Core™ i7 processor with latest
generation
2. Minimum 8 GB RAM 3. Minimum 1TB hard drive 4. Front - (2) USB 3.0, 5:1 Multi-Card Reader,
(1)Audio Combo Jack
Rear - Line in/out and Microphone Port, (1)
VGA, (1) HDMI out, (4) USB 2.0, Network
Port, DC power 5. Graphics card at least 2GB 6. Wired keyboard and mouse with each 7. 22 inch display 8. Built-in speaker 9. Security software installed
30
026/MED
/CCL/02
CNC MILLING MACHINES
Specifications:
Tabletop training type, CNC milling machine with at
least 3-6 programmable axes.
Machine should be complete in all manners,
provided with the tool kit and should be of UK,
Spain, Canada, Japan, USA and Germany.
02
026/MED
/CCL/03
CNC LATHE MACHINES
Specifications:
Tabletop training type, CNC milling machine with at
least two programmable axes.
Machine should be complete in all manners,
provided with the tool kit and should be of UK,
Spain, Canada, Japan, USA and Germany.
02
026/MED
/CCL/04
DOCUMENT PRESENTER
Specifications:
Maximum original size A3, with flexible light and
01
136
camera arms and memory card option.
026/MED
/CCL/05
MULTIMEDIA PROJECTOR
Specifications:
Portable, 3000 lumens, XGA with screen (6‘*6‘) and
tripod.
01
026/MED
/CCL/06
PRINTERS
Specifications:
A4 laser printer and color laser printer, network
type.
02
026/MED
/CCL/07
SOFTWARE‟S
Specifications:
Engineering software for design analysis and
simulation. Following are the software‘s with latest
versions.
1. ANSYS (Mechanical APDL, Fluent, CFX)
2. PRO-E
3. MATLAB
4. Auto CAD
01
each
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
137
Procurement of Air Conditioning & Refrigeration
Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
027/MED/ACFL.
138
Detailed Evaluation for Tender No. Lab-027
Procurement of Air Conditioning & Refrigeration Laboratory Equipment of Mechanical
Engineering Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
139
Specifications of Air Conditioning & Refrigeration Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
027/MED/
ACFL/01 RECIRCULATING AIR
CONDITIONING UNIT
Specifications:
Floor standing unit, should have a recirculation
facility via an enclosed chamber. Comprehensive
Air Conditioning teaching system, complete with
initial heating stage, humidifier,
chiller/dehumidifier, final heating stage, climatic
chamber with window, return duct and adjustable
recirculation. Unit also have computer controlled via
USB interface, with complete educational software
including data logging, graph plotting with real time
updates, mimic diagrams, data export. Educational
software, replicating the psychometric chart
calculations.
Essential Accessories
Complete lab manuals, Personal Computer (PC),
running Windows 7 or above, with spare USB port.
All the accessories must be provided. Apparatus
should be from UK, Germany, Japan, Spain, Canada
and USA origin.
02
027/MED/
ACFL/02
AIR CONDITIONING UNIT
Specifications:
A complete, upgradeable, instrumented air
conditioning laboratory unit. The base unit should
comprises a variable speed radial acting axial flow
fan, duct with steam humidifier, electrical pre-
heaters, direct expansion cooling coil/de-
humidifier, electrical re-heaters and orifice plate for
airflow measurement. Air-cooling is also provided
by vapor compression refrigeration system with
pressure, temperature and refrigerant flow
measurement. Having the construction of a full
cycle diagram and the balancing of refrigerant
system energy balance against the airside energy
transfer. Air condition is recorded before and after
each process using precision wet and dry bulb
thermometers. Instrumentation should able to
allows the electrical power to each resistive load to
be measured and balanced against the air enthalpy
change and mass flow.
02
140
Essential Accessories
Complete lab manuals, Personal Computer (PC),
running Windows 7 or above, with spare USB
port. All the accessories must be provided.
Apparatus should be from UK, Germany, Japan,
Spain, Canada and USA origin.
027/MED/
ACFL/03
REFRIGERATION LABORATORY UNIT
Specifications:
A fully instrumented refrigerant R134a vapor
compression refrigerator with belt driven
compressor, electrically heated evaporator,
thermostatic expansion valve and water cooled
condenser. Operating parameters should be varied
by adjustment of condenser cooling water flow
and electrically heated evaporator supply voltage.
Unit should contain components having a low
thermal mass resulting in immediate response to
control variations and rapid stabilization.
Instrumentation should include all relevant
temperatures, condenser pressure, evaporator
pressure, refrigerant and cooling water flow rates,
evaporator and motor power, motor torque and
compressor speed.
02
027/MED/
ACFL/04
THERMO ELECTRIC HEAT PUMP UNIT
Specifications:
Fully instrumented semi-conductor thermo-electric
device demonstrating both power generation and
refrigeration from the same bench mounted
module. Can able to use in specialized applications
including the cooling of high performance
electronics the unit teaches the refrigeration
technologies relating to thermo-electric devices.
These include Refrigeration Effect, Generating
Effect, Heat pump Effect, Lenz and Seebeck
Effects. All the accessories must be provided.
Apparatus should be from UK, Germany, Japan,
Spain, Canada and USA origin.
Essential Accessories
Complete lab manuals. All the accessories must be
provided. Apparatus should be from UK, Germany,
Japan, Spain, Canada and USA origin.
01
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
141
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
142
Procurement of Heat Transfer Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
028/MED/HTL.
143
Detailed Evaluation for Tender No. Lab-028
Procurement of Heat Transfer Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
144
Specifications of Heat Transfer Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
028/MED
/HTL/01 HEAT TRANSFER COMPUTER
CONTROLLED SERIES SERVICE
UNIT BENCH
Specifications:
A bench top service unit complete in all manner
designed to interface to a range of heat transfer
accessories. It should able to provide a variable,
stabilized 0-24V DC supply to the heater of the heat
transfer accessory, with a current capability of 9A or
above.Also provide a drive signal for a
proportioning solenoid valve used for flow control
and a control signal to a variable speed blower used
for generating airflow.
Apparatus should contain instrumentation inputs for
heater voltage, heater current, air flow, water flow,
radiation and light meter. Integral USB interface and
educational software for all accessories. Outputs can
be controlled manually from the front panel, or
controlled by the software from a user supplied PC.
This unit should also contain watchdog circuit for
operator and equipment safety in case of computer
or interface failure when being controlled remotely
A comprehensive instruction manual describing how
to carry out the laboratory teaching exercises in non-
steady state heat transfer and their analysis as well as
assembly, installation and commissioning is
included. This unit should have all essential Cables
and Accessories, for normal operation. This unit
should be supplied with Required Services,
Assembly and Installation, Interface and Control
Software (where needed), Starting-up, Safety,
Maintenance, Calibration & Practices Manuals.All
the accessories must be provided. Apparatus should
be from UK, Germany, Japan, Spain, Canada and
USA origin.
The following heat transfer accessories should
be available for use under manual control:
i) Unsteady State Heat Transfer Module
01
145
Bench-top unit able to allow practices and exercises
to be performed in unsteady state heat transfer. The
shapes are installed in special holder at the center of
the top cover of the large tank. The holder should
have a temperature sensor that enters in the water
bath at the same time as the shape.
ii) Radiation Errors in Temperature
Measurement Module
Bench-top unit able to demonstrate how temperature
measurements can be influenced by sourcesof
thermal radiation.
iii) Extended Surface Heat Transfer Module
Bench-top unit designed to demonstrate the
temperature profiles and heat transfer characteristics
for an extended surface. It can able to study the
effect of adding fins to a body in order to extend its
surface for a change in the cooling rate. Fins of
different materials and cross section shapes should
be to analyze the effect of cooling.
iv) Three Axes Heat Transfer Module
Bench-top unit designed which enables to carry out
heat transfer experiments and exercises studying the
direction in three axes.
v) Metal to Metal Heat Transfer Module
Bench-top unit able to study of the heat transfer of
different metallic materials situated in series.
vi) Isolated Material Heat Transfer Module
Bench-top unit able to study the thermal conduction
resistance of different thermal insulating materials.
vii) Ceramic Heat Transfer Module
Bench-top unit able to study of the heat transfer of
different ceramic materials.
028/MED
/HTL/02 COMPUTER CONTROLLED HEAT
EXCHANGERS TRAINING SYSTEM
Specifications:
A range of small scale heat exchangers complete in
all manners, able to illustrate the principles and
01
146
techniques of indirect heat transfer between fluid
streams. It should havecentrifugal pump with speed
control from computer, range: 0 - 3 liters/min,two
flow sensors, one for hot water and the other for cold
water, range: 0 - 6.5 liters/min,control valve for the
cold water. Ball valves that, depending on how we
manipulate them, give us parallel or crosscurrent
flux in the exchanger.Unit also contain regulation
pressure valve to avoid the introduction of too much
pressure in the exchangers, stared at 0.6 bar,flexible
tubes to connect with the different exchangers,
cables and accessories, for normal operation.
Different types of heat exchanger can be mounted on
a common bench-top service unit. The equipment
shouldable to control by a user supplied personal
computer, which serves as the operator interface.
Full data logging, control and educational software
should be supplied with the equipment. In addition,
the equipment shouldbe fitted with failsafe systems,
including a watchdog circuit, which allows for safe
operation from a remote computer. All the
accessories must be provided. Apparatus should be
from UK, Germany, Japan, Spain, Canada and USA
origin.
The following heat exchanger should be available
with unit
i) Plate Heat Exchanger
This Plate Heat Exchanger should allow the study of
heat transfer between hot and cold water through
alternate channels formed between parallel plates.
The exchanger allows measuring cold and hot
temperatures at the inlet and outlet of the exchanger.
ii) Shell & Tube Heat Exchanger
It should consist of a group of tubes inside the heat
exchanger. The hot water flows through the internal
tubes and the cooling water circulates through the
space between the internal tubes and the shell.
iii) Turbulent Flow Heat Exchanger
This Turbulent Flow Heat Exchanger should able to
study the heat transfer between hot water that
circulates through an internal tube and cold water
that flows through the annular zone between the
internal and the external tube. This exchanger should
147
able to measure cold water and hot water
temperatures at different points of the exchanger.
iv) Coil Vessel Heat Exchanger
This heat exchanger should able to allow the study
of heat transfer between hot water flowing through a
coil and cold water contained in the vessel.
v) Jacketed Vessel Heat Exchanger
This Jacketed Vessel Heat Exchanger should able
to allow the heat transfer between hot water
flowing through a jacket and the cold water
contained in a vessel.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
148
Procurement of Power Plants Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
029/MED/PPL.
149
Detailed Evaluation for Tender No. Lab-029
Procurement of Power Plants Laboratory Equipment of Mechanical Engineering Department
Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
150
Specifications of Power Plants Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
029/MED
/PPL/01 WIND POWERED POWER STATION
Specifications:
It must have a source of wind to supply wind to the
wind turbine. Wind turbine consisted of two to three
propeller blades. It should be moveable power plant
set up. Should be consisted of accumulator for storing
electrical energy. Measurement of wind velocity
should be possible. There should also be arrangement
of measurement of velocity of rotor. A control unit
should be given to display measured data. Wind
velocity should be of range 0 to 50 m/s. Rotor speed
should be in range of 0 to 3000 min-1
. Rotor diameter
should be 1000 to 1200 mm. Hub height above
ground level should be of 5000 mm (approx.).
Maximum output should be 500 W. It should have the
feature of rectifier and mechanical capacity controller.
Following experiments can be performed; conversion
of kinetic wind energy into electrical energy, design
and function of a wind power plant in stand-alone
operation, energy balance of a wind power plant
under real wind conditions.
A personal Computer if required should be provided
with the software compatible with the unit. Tool kit
must be provided with the unit. Instructor manual,
student manual, and maintenance manuals must be
supplied with the unit. Origin of apparatus should be
of Japan, USA, Spain, Canada, Germany or UK.
01
029/MED
/PPL/02 STEAM POWER STATION
Specifications:
A laboratory sized steam turbine power plant must
have following components;
Oil-fired steam generator with electric superheater,
Single-stage axial turbine with Curtis wheel, vacuum
or exhaust operation, DC generator as turbine load,
water-cooled condenser, Feed water treatment, plant
monitored and controlled with integrated PLC.
Steam generator must have; steam output: 200kg/h
at 11 bar, max. Fuel consumption: 12L/h, heat-up
time: 8min max. Pressure: 13bar. Superheater must
have; power:6- 7kW, Single-stage axial turbine with
Curtis wheel and hydraulic speed regulator, power:
01
151
max. 15kW at 3000min-1
, Water cooled condenser
must have; cooling capacity:90- 100kW, Measuring
ranges should be, temperature: 9x 0...400°C, 2x
0...100°C, cooling water flow rate: 0-167L/min,
pressure: 3x 0...16bar, 1x -1...1bar, torque: 0-20Nm,
speed: 0-4000min-1
. L*W*H= 3500*2000*2450 mm
(approx.) , Weight should be 1900-2000 kg.
Equipment should be of 3 phases, 200-230 volts, 50
Hz. Apparatus should be able to observe;
Steam power plant and its components, Start-up,
operation and shut down of a steam power plant,
Closed steam-water circuit with feed water
treatment. Also it should be able to determine;
Boiler efficiency, mechanical/thermal efficiency of
the turbine, condenser efficiency, specific fuel
consumption of the plant.
A personal Computer if required should be provided
with the software compatible with the unit. Tool kit
must be provided with the unit. Instructor manual,
student manual, and maintenance manuals must be
supplied with the unit. Origin of apparatus should be
of Japan, USA, Spain, Canada, Germany or UK.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
152
Procurement of Metrology & Quality Assurance
Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
030/MED/MQAL.
153
Detailed Evaluation for Tender No. Lab-030
Procurement of Metrology & Quality Assurance Laboratory Equipment of Mechanical
Engineering Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
154
Specifications of Metrology & Quality Assurance Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
030/ME
D/MQA
L/01
MEASUREMENT INSTRUMENTS AND
FOLLOWING RELATED
ACCESSORIES:
Specifications:
1. Steel Rule
2. Vernier Caliper
3. Vernier Height Gauge
4. Micrometer
5. Digital Vernier Caliper
6. Digital Micrometer
7. 60 degree Vee-blocks
8. 45 degree Vee-blocks
9. Vernier Depth Gauge
10. Sine Bar
11. Sine Centre
12. Universal Bevel Protractor
13. Cast Iron Surface Plate
14. Granite Surface Plate
15. Glass Surface Plates
02
each
030/ME
D/MQA
L/02
FLOATING CARRIAGE MICROMETER
WITH ALL ACCESSORIES.
01
030/ME
D/MQA
L/03
GEAR TOOTH VERNIER CALIPER WITH
BENCH VICE AND ALL OTHER
ACCESSORIES
01
030/ME
D/MQA
L/04
MECHANICAL COMPARATOR-WITH DIAL
INDICATOR WITH ALL ACCESSORIES
01
030/ME
D/MQA
L/05
DIAL CALIBRATION TESTER WITH ALL
ACCESSORIES
01
030/ME
D/MQA
L/06
PIN GAUGE WITH A SET OF PINS FROM
1.550 - 6.725 MM
01
030/ME
D/MQA
L/07
SLIP GAUGES SET WITH MICROMETER,
MICROMETER STAND, CLEANING CLOTH
AND INCLUDING FOLLOWING GAUGES:
1. Snap gauges
2. Plug gauge
3. Thread gauges
01
155
4. Profile gauge
5. Ring gauge
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
156
Procurement of Strengthening of Engineering
Mechanics & Mechanics of Material Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
031/MED/SEMMML.
157
Detailed Evaluation for Tender No. Lab-031
Procurement of Strengthening of Engineering Mechanics & Mechanics of Material
Laboratory Equipment of Mechanical Engineering Department Lab. at KFUEIT, Rahim Yar
Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
158
Specifications of Strengthening of Engineering Mechanics &
Mechanics of Material Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
031/MED
/SEMM
ML/01
Polari scope (Complete with all
Accessories to Perform Experiments)
Specifications:
Polari scope must produce the mechanical stress
curves through photo elasticexperiments. Product
must include the following characteristics
2 linear polarizing filters (polarizer and
analyzer)
2 quarter-wave filters for generating circular
polarized light
All filters should have 360° angle scale &
should indicate the main optical axis.
Filters should mounted on bearings and can
be pivoted.
white light must be produced by a
fluorescent tube and two incandescent bulbs
Monochromatic light should be generated by
sodium vapour lamp
Frame cross-members should be vertically
adjustable.
Pressure or tensile forces must be generated
by a threaded spindle
Finished polycarbonate (PC) models should be
provided as accessories for the demonstration.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
01
031/MED
/SEMM
ML/02
Rockwell Hardness Testing machine
(Complete with all accessories to perform
experiments)
Specifications:
A Rockwell hardness machine for measuring
Rockwell hardness of the materials with suitable
range should be supplied. Hardness of metal and
alloys of all types (hard and soft) must be measurable
01
159
by the Apparatus. Specimen should be in different
shape (flat, round or irregularetc.). Weights should
also be selected automatically. Variation of Rockwell
scale must be there. Range of indentersshould be
there as well.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
031/MED
/SEMM
ML/03
Vickers Hardness Testing
Machine(Complete with all accessories to
perform experiments)
Specifications:
Vickers hardness tester for metals, alloys and
ceramics e.g. lead, hardened steel.
The test force range must be at least from 1N to
200N. The equipment with wider range will be
preferred.
It must be a high precision automatic loading
system.
The magnification of each lens and maximum
magnification must be mentioned.
The maximum x, y, z axes travel distance should be
mentioned.
Test blocks and anvils should be supplied.
The machine must be software compatible.
All manuals must be supplied in soft copy on
CD/DVD and hard copy form.
The equipment must have the capacity to export the
image of the indent.
The resolution of the camera must be mentioned.
It must be mentioned if the machine has the
expandable capacity for the knoop hardness test or
not.
Additional specifications of the apparatus and
software must be provided.
A personal computer along with the software
compatible with the equipment should be provided.
Tool kit must be provided with the unit. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
01
160
031/MED
/SEMM
ML/04
Creep Testing Machine(Complete with
all accessories to perform Experiments)
Specifications:
Product should have the bench top unit for studying
the effect of creep in different test specimens.
Surrounding of the test specimen should have
containment tube and lid which would allow the
surrounding specimen temperature to be adjusted hot
or cold. Temperature should be recorded using the
thermometer and controlled using the special
thermal/ice packs. A dial gauge to measure the
extension of the specimen during testing must also be
provided. Polypropylene specimens should also be
supplied as standard. Specimens in nylon and PVC
should also be provided.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
031/MED
/SEMM
ML/05
Curved Bar Apparatus(Complete with all
accessories to perform experiments)
Specifications:
Apparatus should be a bench mounted having base
supports and a variety of curved bars in the form of
ring, Semi-circle or quadrant/davit should be
provided. Load should be applied by specially
designed weight hangers so that the specimen can
bend. Horizontal and vertical deflections should be
measured by dial gauges rigidly attached to the base
and surrounding pillars. The bars should be readily
changed and the position of dial gauges could be
relocated to measure the deflection of the new
configuration(s). All specimens, weight hangers and a
set of calibrated weights should also be provided.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
161
031/MED
/SEMM
ML/06
Rotating Fatigue Machine(Complete with
all Accessories To Perform Experiments)
Specifications:
Apparatus should be designed to introduce the
students to the effect of fatigue. It should be able to
sinusoidal variation of bending stress on specimens.
The loading system should cancel its own self weight
so enabling any desired value of bending stresses are
to be applied. A small micro switch should stop the
motor when failure occur, arevolution counter should
register the cycles to failure. There should be a safety
guard to shield all rotating parts. Test specimens must
alsobe provided.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
031/MED
/SEMM
ML/07
Combined bending and Torsion
Apparatus(Complete with all Accessories
To Perform Experiments)
Specifications:
Apparatus is required to demonstrate the student, the
levels of combined bending and torsion to cause
elastic failure in different materials, and to compare
them with various theories of failure. The apparatus
should use specially machined ‘necked‘ specimens to
clamp at one end to the base plate and at the other end
to a counterbalanced circular loading plate. Regular
interval graduations on the loading plate should allow
a special hanger to locate. The special hanger will
enable pure bending,pure torque or a combination of
both to be applied. A set of calibrated weights must
be provided along with a set of test Specimens.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
162
031/MED
/SEMM
ML/08
Torsion of Spiral Spring (Complete with
all Accessories To Perform Experiments)
Specifications:
Spiral springs should provide a resisting or restoring
torque to a shaft when it is rotated through an
angular displacement. They should exhibit similar
stiffness characteristics to linear springs, except that
the effect of torque rather than force. The stiffness of
spiral spring depends on its physical dimension and
rigidity of steel strip from which it is formed. So
physical dimension and characteristics must be
accordingly to standards. With this apparatus the
student should be able to easily calculate the
theoretical stiffness of the spring, and to compare the
value with simple experimental results.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the unit.
Instructor manual, student manual, and maintenance
manuals must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
031/MED
/SEMM
ML/09
Various Types of Truss Apparatus
(Complete with all accessories to perform
experiments)
Specifications:
(a) Fink Truss
Bench mounted truss with pin-jointed frame and leaf
spring balances for individual member force
measurement. Spring balance reaction measurement.
Loading by three captive load hangers and digital
caliper.
(b) Roof Truss
Bench mounted unit to investigate force distribution
within a truss. Pin jointed frames with leaf spring
balances. Adjustable tie and right-handed end
support and digital caliper.
(c) Redundant Truss
Bench mounted truss with pin-jointed frame.
Additional member with good or definite lack of fit.
Loading by two captive load hangers.
(d) Portal Frame
Portal frame for experiments on square, rectangular
01
163
and unsymmetrical portals. Hinged or built-in ends.
Horizontal and vertical reactions measure by spring
balance. Displacement by dial indicator. Bending
moment system.
(e) Forces Triangle Apparatus
Apparatus is used to resolve simple static coplanar
forces. Bench mounted steel table with leveling
screws on table legs and protractor attached to table
top for angular measurement. Three pulleys clamp
units with ball bearing pulleys, load cords, load
hangers and load ring.
(f) Warren Girder
Bench mounted truss with pin-jointed frame and leaf
spring balances for individual member force
measurement. Spring balance reaction measurement.
Loading by three captive load hangers and digital
caliper.
(g) Polygon of Forces Apparatus
The apparatus should be used for a wide variety of
experiments on force system. Wall or bench
mounted unit, with a set of load cords, hooks,
pulleys with clumps, hangers, cord ring, board clip. Tool kit must be provided. Instructor manual,
student manual, maintenance manual must be
provided. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
164
Procurement of Renewable and Alternative
Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
032/MED/RAL.
165
Detailed Evaluation for Tender No. Lab-032
Procurement of Renewable and Alternative Laboratory Equipment of Mechanical
Engineering Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
166
Specifications of Renewable and Alternative Laboratory
Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
032/MED/
RAL/01 Photovoltaic Solar Energy Equipment,
3KWP (Complete with all Accessories to
Perform Experiments)
Specifications:
Photovoltaic Solar Energy Equipment must be used
for study of conversion of solar energy into
Electrical Energy. Specification must be in
accordance to given data.
Total PV Module = 3 KW-5 KW
PV module capacity = 250 kwp-270 kwp
No. of Panels = 6 nos. or equivalent to it.
Solar PCU (Inverter ) = 3 KW-5 KW
Batteries (150 Ah X 12 V) = 6 Nos.
Space required = 150 sq. feet or equivalent
to it.
Supporting Structure = Galvanized Iron
Chanel
Intensity of light source (if attached), and
conversion efficiency of the cell must be to its
maximum value. Solar trackers, Converters,
Inverters must be accordingly to above
specificationA personal computer if required along
with the software compatible with the equipment
should be provided.
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and maintenance
manuals must be supplied with the apparatus.
Origin of apparatus should be of Japan, USA, Spain,
Canada, Germany or UK.
01
032/MED/
RAL/02 Wind Energy Equipment, HAWT &
VAWT Units(Complete with all
Accessories to Perform Experiments)
Specifications:
Wind Energy horizontal or Vertical axis wind
turbine Equipment must be mounted on an anodized
Aluminum Structure & panel of painted steel.
Specification of equipment must be equivalent to
following vales:
Stainless steel tunnel dimension =
2000*550*550 mm or equivalent
01
167
Tunnel must include two transparent windows of
dimensions = 1000*130 mm or equivalent. Aero
generator must have following specifications:
Diameter Range = 500-550 mm
Starting air speed Range = 2-2.5 m/s
Maximum power output Range = 55-66 W
Voltage = 12 V -15V
Maximum Charging current Range = 5-7 A
Number of blades in different range = 2, 6, 8
(modification in blades to simulate different
weather conditions). Blades must be
adjustable in rang 360o.
Maximum Flow rate of fan must in range =
5500- 6000 m3/h
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus.Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
032/MED/
RAL/03 Solar Thermal Trainer(Complete with
all Accessories to Perform Experiments)
Specifications:
Solar Thermal Trainer must use to transfer solar
energy into Thermal Energy. Main Components will
be Thermal solar collector, Accumulator tank, Solar
simulator, Pumping System and other accessories
according to specifications given below of Solar
Thermal Unit :
Pipes of copper wrapped with insulation to connect
panel and tank.
Area of panel must be round about 1.5 -2 m2.
Material of unit could be tamper glass or
accordingly. Tank must have supporting heating
group, Contact thermostat to control the temperature
and pressure(temperature range = 100-120oC &
Pressure Range = 8-10 bar)
Pump Flow rate range = 1-2 liter/min
Pump Pressure range = 0.5- 0.6 bar
Wheels for mobility must be present
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus.Origin of
apparatus should be of Japan, USA, Spain, Canada,
01
168
Germany or UK.
032/MED/
RAL/04 Solar Hot Water Collector (Complete
with all accessories to perform
experiments)
Specifications:
Solar Hot Water Collector unit must have
following specifications ar equivalent to given
vales:
Capacity LPD = 100-120 Liter per day
Number of collector = 1-2
Installation area (East- West ) = 1100 –
1200 mm
Collector box = Aluminum with extruded
section
Absorber Material = Copper with Selective
coating( Nickel Plated & Black Chrome)
Storage tank Material = SS-304 grade
/copper
Outer cover of tank = Aluminum
Insulation for tank = Rock Wool /Glass
Wool
Glazing = toughened glass -4mm thickness
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus.Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
032/MED/
RAL/05 Solar cell test Unit(Complete with all
accessories to perform experiments)
Specifications:
Solar cell test Unit must have following
specifications or related to it. solar cell must
have
SMU(source measure unit) power = 100 W
Output Voltage / Current range = 5-20V /20-
5 A
Temperature Range = -10o –130
oC
Setting time = <300 -400 s
Contact resistant = < 1 m-2mohm
Size = 200*200 mm
Timing accuracy = 0.01% + 1 ms
A personal computer if required along with the
01
169
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus.Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
032/MED/
RAL/06 Fuel Cell Demonstration Unit (Complete
with all accessories to perform
experiments)
Specifications:
Fuel Cell Demonstration Unit must use for the
conversion of chemical energy into Electrical
Energy Experimentation in laboratory. Unit must
have following specifications:
Unit must mounted on Anodized Aluminum
Structure& panel of Painted steel.
Capacity of cylinder of metal Hydride for
the Storage of H2 = 300 NL(normal liters)
Pressure regulator range = 0.50-0.55 bar (for
metal Hydride)
Pressure regulator range
for inlet = 200 bar-220 bar (for H2)
for outlet = 5-50 bar (for H2)
Purge Solenoid valve, Suitable tubes, and
Hoses with Safety factor =220 bar
Battery & Charger = 12V-15V
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
01
032/MED/
RAL/07 Computer Control Fuel Cell System
(Complete with all Accessories To
Perform Experiments)
Specifications:
Computer Control Fuel Cell System will have
specifications of fuel cell system with some
additional specification given below:
Flow sensor to measure the inlet H2 flow to
stack, range = 0.2-1.3 liter/min
Pressure sensor to measure the inlet H2
pressure to stack inlet , range = 0-1 bar
Gas flow – anode = 0-1NL/min
Gas flow – cathode = 0-2.5NL/min
01
170
Operating gas pressure = 1.1-3.5 bar
Min. temperature of gasses = 10 °C ± 1°C
Humidification
Min. dew point = RT± 1° stationary
conditions
Max. dew point = 95 °C ± 1° stationary
conditions
Cell connectivity
Heaters = 2x 230V/10A±10%
Gas pressure usable for a piston compressed
cell = 16* bar ±50 mbar,
*depends on supplying compressed air
Voltage range ±5 V ± 0.05 % of range.
Useable maximum power = 100 W
Frequency range = 10 μHz - 1 MHz
Voltage AC Amplitude = Max 400 mV
Current AC Amplitude = Max 4 A
Weight 100 -120 kg
Safety measure and protection must be provided.
A personal Computer if required should be
provided with the software compatible with the
equipment. Tool kit must be provided with the unit.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
unit. Origin of apparatus should be of Japan, USA,
Spain, Canada, Germany or UK.
032/MED/
RAL/08 Educational PEM Fuel Cell(Complete
with all Accessories To Perform
Experiments)
Specifications:
Educational PEM Fuel Cell must be used for
Converts hydrogen and oxygen into electricity and
water experiment in Laboratory. Specifications must
be as follow
Output Voltage range = 0.5-0.7 V DC or equivalent
Output Current range = 0.4-0.5 A or equivalent
Power range = 250-270 mw or equivalent
Dimensions = 1.3" x 1.3" x 0.7" (32 x 32 x 10 mm)
or equivalent
Weight = 1-2oz or equivalent
Inner diameter Silicon Tubing must be provided for
installation.
A personal Computer if required should be
provided with the software compatible with the
unit. Tool kit must be provided with the unit.
Instructor manual, student manual, and
01
171
maintenance manuals must be supplied with the
unit. Origin of apparatus should be of Japan, USA,
Spain, Canada, Germany or UK.
032/MED/
RAL/09 Educational Alkaline Fuel Cell
(Complete with all Accessories To
Perform Experiments)
Specifications:
Educational Alkaline Fuel Cell should have
Anodized Aluminum structure and panel in painted
steel. Main Metallic element in Stainless Steel.
Alkaline system must consist of tank, pump, and
sensors.
Air system must consists of following items:
1.An air Blower computer control
2.CO2 absorber
3. Oxygen from air
Power output of the fuel cell must be measured and
study using the internal load.
Unit must be provided with Alarm, sensor and
emergency shutdown.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
01
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
172
Procurement of Manufacturing Process
Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
033/MED/MPL.
173
Detailed Evaluation for Tender No. Lab-033
Procurement of Manufacturing Process Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
174
Specifications of Manufacturing Process Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
033/MED
/MPL/01 CNC Turning Centre/Lathe
(Industrial)(Complete with all Tooling
and Accessories to Perform Experiments)
Specifications:
CNC operated, Horizontal Spindle rotation, 3 to 6
axes, Bed Length 5-7 feet, Bed Width 350-450mm,
Height of Centre 300-400mm, Swing over Bed 600-
800mm, Swing in Gap 865-1200mm, Swing over
Cross slide 300-530mm, Admit between Centers
1000-1500mm, No. of Spindle Speeds 07-09, RPM
30-720, Spindle Hollow 65-90mm, Type of Threads
(Metric, Whitworth, DP, Module), No. of Feeds 30,
Range of Long feed 0.2-3mm, Range of Transverse
Feed 0.033-0.50, Coolant Pump Motor 0.3HP & 440
volt, Main Motor (1440 rpm,4HP,440volt), Complete
Electrical Panel
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus.
If the multiple models from the same manufacturer
are available, it will be appreciated if the quotation of
each machine is provided. Origin of apparatus should
be of Japan, USA, Spain, Canada, Germany or UK.
01
033/MED
/MPL/02 CNC Machine Centre/Milling
(Industrial)(Complete with all
Accessories to Perform Experiments)
Specifications:
CNC Operated, Working Surface (1270x300mm), T-
slot No./size (3x16mm), Swivel ±45, No. of feeds
10, No. of Spindle Speeds 09, Range of Spindle
Speeds 630-700rpm, Coolant Pump Motor (0.3 HP,
440volt), Main Motor (1440 rpm, 440 volt, 3HP),
Complete Electrical Panel
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
01
175
maintenance manuals must be supplied with the
apparatus.
If the multiple models from the same manufacturer
are available, it will be appreciated if the quotation
of each machine is provided. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
033/MED
/MPL/03 EDM Die Sinking(Complete with all
Accessories to Perform Experiments)
Specifications:
3 to 4 axes with high precision, x-axis traverse 600-
1000mm, y-axis traverse 350-600mm, z-axis
traverse 300-500mm, Worktable 1250 x 700mm,
Work piece Weight 500-1000 kg, Max. Work piece
Size (1800 x 1000 x 500), Electrode Weight 200-
350kg, Electrode Head to Work 420~900, Oil filter
Tank, Tank Capacity 200-350 liters, Paper Filter 2-3,
Outside Dimensions (2300 x 1400 x 580).
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus.
If the multiple models from the same manufacturer
are available, it will be appreciated if the quotation
of each machine is provided. Origin of apparatus
should be of Japan, USA, Spain, Canada, Germany
or UK.
01
033/MED
/MPL/04 CNC Plasma Arc System(Complete with
all accessories to perform experiments)
Specifications:
Dimensions ( h x l x w)mm 2000x 900 x 750,
Machine Weight 200-500 kg, Clean Cut 50-125mm,
Parting Cut 60-150mm, Torch Cooling Water, Duty
Cycle 100%, Input Voltage 380-415V, Rated Input
60-124 KVA, Output Current DC 300-800A, Plasma
Gas Air or Nitrogen, Pressure 1-3 bar, Flow
CFM/LPM 1/28.3
Air Compressor Specs: CFM/LPM 15/425, Pressure
7-11 bar, Motor 5-7HP, Cylinder Twin
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
01
176
manual, student manual, and maintenance manuals
must be supplied with the apparatus. If the multiple
models from the same manufacturer are available, it
will be appreciated if the quotation of each machine
is provided. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
177
Procurement of Mechanical Vibrations Laboratory
Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
LAB. CODE
034/MED/MVL.
178
Detailed Evaluation for Tender No. Lab-034
Procurement of Mechanical Vibrations Laboratory Equipment of Mechanical Engineering
Department Lab. at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
179
Specifications of Mechanical Vibrations Laboratory
Equipment ITEM
CODE # DESCRIPTION / MINIMUM REQUIREMENTS QTY RATE AMOUNT
034/ME
D/MVL/
01
COMPOUND PENDULUM APPARATUS
(Complete with all Accessories to
Perform Experiments)
Specifications:
It should be capable of performing Experiments on
the oscillation of pendulums, comparison of physical
and mathematical pendulums. It should haverod
pendulum (physical pendulum) made of
metal, mounted on sliding knife edge bearing.
Thread pendulum (mathematical). Additional weight
for rod pendulum can be moved. Base plate for wall
mounting and thread pendulum should be provided.
Technical data:
Base plate for pendulum:
- length: up to 2000mm, nylon cord as thread or a
material with similar physical properties,
D≤50mm and mass: Up to 0.52kg
Pendulum Rod:
- length: 800 to 1000mm, D=8-12mm, mass: Up
to 0.45kg, made of steel or of a similar material
Additional weight:
- Additional weight such as steel balls should
have diameter maximum 50 mm and mass
equals to 0.49kg
Base plate should have the following dimensions:
- wxh: Approximately 250x200mm or similar
l x w x h = Approximately 250 x 80 x 2000
mm(or similar)
Weight: Approximately 5 kg
Accessories:
The Apparatus should be equipped with 1 base
plate,1 thread pendulum,1 rod pendulum with
additional weight,1 Allan key, AF 2.5 and 1
instruction manual.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided with the
apparatus. Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
01
180
USA, Spain, Canada, Germany or UK.
034/MED/
MVL/02
CRITICAL SPEED INVESTIGATION
APPARATUS (Complete with all Accessories
to Perform Experiments)
Specifications:
The Apparatus should have tabletop experiment for
investigating critical bending speeds on rotors,
Max. two resonance speeds, illustration of self-
centering, Rotor shaft 6x500mm, high-strength
steel, Two weights for attachment at any point, 80 -
100mm, Approximately 1kg each, steel or similar,
Two pendulum ball bearings for positioning at any
point for support of the rotor shaft, Elec. motor
0.25 - 5kW, controlled electronically, Speed 300-
3000rpm, two speeds (can be preset), can be
switched at any time, setting with two 10-speed
potentiometers, digital display, Locking catch on
rotor, play: upto3mm, Protective hood made of
transparent plastic, l x w x h 1150x375x355mm
approximately or similar.
Technical data:
Motor:
- Speed range: 300-3000rpm, Motor output:
0.25kW
Experimental rotor shaft:
- Diameter 6-8 mm, Length 400-600 mm,
material steel and capable of withstanding
torsions.
Weights:
- 80-100mm, 1kg, steel Min. spacing of weights:
50mm, Support: pendulum ball bearing,
Adjustable bearing spacing: 300-470mm,Catch
play: up to 3mm
Dimensions:
It Should be bench mounted having height for
average height persons to visualize the process and
perform the experiments. Weight Should be
approx. 50 kg
Connections:
230V , ~50Hz
1 experimental apparatus, complete, 1 steel shaft,
2 weights, 1 experiment instructions
01
034/MED/
MVL/03
FREE AND FORCED VIBRATIONS
APPARATUS (Complete with all Accessories
01
181
to Perform Experiments)
Specifications:
The apparatus gives the basic understanding of
mechanical vibration: natural, damped and forced
vibrations. The apparatus consists of a bar-type
oscillator, three helical springs, unbalance exciter
with DC motor, 0.75-0.80kg displacement exciter
with DC motor, electronic control unit with digital
display, exciter frequency adjustable oil-filled
damper, electrically driven drum recorder,
amplitude meter with electric contact for triggering
equipment and a storage system to house the
components.
Technical data:
Bar-type oscillator:
- LxWxH: 700x25x12mm, 1.6kg
Helical springs:
- 0.7N/mm- 3.25N/mm (of different values)
Exciter frequency:
- 0-50Hz (electronically controlled)
Unbalance of the unbalance exciter: 0-1000mmg
Stroke of the displacement exciter: 15-25mm
Damper constant: 5-15Ns/m, oil-filled
Mechanical chart recorder:
- Feed of 15-25 mm/s, paper width of80-120mm
LxWxH: 1.000x420x900mm
Frame opening WxH: 870x650mm
Weight: approx. 52kg
Exciter control unit:
- 230V, 50/60Hz, 1 phase or 120V, 60Hz/CSA,
1 phase
Accessories:
The apparatus must be supplied with one frame,
one bar-type oscillator, 3 helical springs, 1
unbalance exciter, 1 displacement exciter, 1 exciter
control unit, 1 damper, 1 amplitude meter, 1 drum
recorder, 1 storage system and a manual.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
034/MED/
MVL/04
FREE AND DAMPED TORSIONAL
VIBRATIONS APPARATUS (Complete with
01
182
all Accessories to Perform Experiments)
Specifications:
The apparatus provides the Supplementary
experiment of the universal vibration system. The
apparatus consists of three torsion bars, two weight
discs, an adjustable ball-bearing chuck and an
Open type oil-filled damper.
Technical data:
Torsion bars:
- made of stainless steel, diameters: 2.5-7.5mm
and length: 800-900mm
Weight discs:
- small: at a Diameter of about 150-160 mm
approx. 2.7kg
- large: at a Diameter of about 220-230mm
4.8kg approximately
Chuck:
- Diameter=0.5-8.0mm, l x w x h: approx. 250 x
250 x 1100 mm (set-up)Weight: approx. 27 kg
Accessories:
The apparatus must be supplied with three bars,
three discs, three bearing blocks, one cone, one
clamping device, one damper, one recording
device, a set of tools and an instruction manual.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
034/MED/
MVL/05
EXPERIMENTAL SET FREE VIBRATIONS
OF A BAR APPARATUS (Complete with all
Accessories to Perform Experiments)
Specifications:
The apparatus provides with the Investigation of
the free vibration of a barand it involves Elastic
bending bar with movable weight. The Bar should
be mounted to all 4 sides of the frame. The
apparatus consists of an Inductive Position sensor
to measure oscillation amplitudes and a Fixable
meter rule.
01
183
Technical data:
Bending bar:
- l x w x h: 635x20x3mm, material may be
AlMgSi0.5F22 or of similar physical
properties, weight of approximately 5-7 kg
Set of weights:
- 10 weights of about 100g
Sensor output signal:
- analogue voltage level and proportional to
position
Accessories:
The apparatus must be supplied with a beam,
one sensor, one set of weights, one clamp fixing,
one ruler, a storage system and an instruction
manual.
A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided. Instructor
manual, student manual, and maintenance manuals
must be supplied with the apparatus. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
034/MED/
MVL/06
BIFILAR/TRIFILAR SUSPENSION
APPARATUS
(Complete with all accessories to perform
experiments)
Specifications:
The apparatus should be able to perform Rotary
and pendulum oscillation experiments
with 3 different bodies on bifilar / trifilar
pendulums. It should contain quick-action clamp
for the suspension cords, a bar/beam made of
galvanised steel, a cylinder made of
galvanised steel, a hollow cylinder i.e. circular ring
made of galvanised steel and a suspension cord
length up to 2000mm possible.
Technical data:
Bars:
- Dimension of bars/beams should be lxwxh:
40x40x160mmapprox. and a mass of 1.5-3kg
Cylinder:
- Dxh = (140-180) x (15-24) mm and a mass of
about 2-4kg
Hollow cylinder:
01
184
- outer diameter of about140-180mm and inner
diameter: 80-120mm, height of about 40-
45mm and a mass of about 3-5kg
Cord/ thread length: up to 2000mm
Base plate:
- l x wxh =(150-250)mm x (200-300)mm x (up
to 2000) mm and a weight of approximately
12kg
Accessories:
The apparatus must be supplied with a base plate, a
beam, a cylinder, a stopwatch, a hollow cylinder, 3
cords and an instruction manual.
Tool kit must be provided with the apparatus.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
apparatus. Origin of apparatus should be of Japan,
USA, Spain, Canada, Germany or UK.
034/MED/
MVL/07
VIBRATION OF SPIRAL SPRING
APPARATUS
(Complete with all Accessories To Perform
Experiments)
Specifications:
The apparatus is required to Investigate the
vibrations of a spiral spring-rotating mass system
and should consist of an axis mounted on ball
bearings, two levers with sliding weights, a spiral
spring, an integrated angle measuring scale
mounted on axis and a wall mounting plate made of
anodised aluminium.
Technical data:
Spiral spring:
- Spring of a cross-section of about 10x1mm,
stiffness of about c=230-240Nmm-1
, effective
length of approximately 800mm, inside radius
= 10mm and the outside radius = 50mm
approx.
Weights:
- The weights should be made of stainless steel
having amass of 0.5kg and of a diameter of
approximately 50mm.
Levers:
- The levers should be made of stainless steel
having a diameter of about 8mm, length =
154mm approx. and an arm radius of the
rotating mass: 35-150mm.
01
185
Angle measuring scale:
- The resolution of angle measuring scale should
be 1o and should have a range of 0
o...360°
Base plate:
- l x w x h = 250 x 200 x 366 mm (or in the
same ratio) and Weight approx. = 6 kg
Accessories:
The apparatus must be supplied with 1 kinetic
model, 1 Allan key, AF 3 and an instruction
manual. A personal Computer if required should be
provided with the software compatible with the
equipment. Tool kit must be provided with the unit.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
unit. Origin of apparatus should be of Japan, USA,
Spain, Canada, Germany or UK.
034/MED/
MVL/08
UNIVERSAL VIBRATION APPARATUS
(Complete with all Accessories to Perform
Experiments)
Specifications:
The apparatus is an instructional and experimental
vibration system and is required to perform the
experiments on damping, resonance, two-weight
system and vibration absorption system. It consists
of six pendulum oscillators, two bar-type
oscillators, a spring-mass oscillator, an electrical
imbalance exciter, an electronic exciter control unit
with digital frequency display and TTL output for
triggering external units, an adjustable absorber
with leaf spring and an oil-filled damper.
Technical data:
RigidBar:
- LxWxH: 700x25x12mm, 1.6kg
Flexible Bar:
- An approximate dimension of LxWxH =
25x4x700mm and a mass of 0.5-0.6kg
Tension / compression springs
- There should be three springs (compression
and tension) of spring constant values ranging
0.75-3.0N/mm
Imbalance exciter:
- The exciter should be having a frequency of 0-
50Hz and about a 100cmg
Damper:
01
186
- There should be an Oil-filled damper with a
damping coefficient of about 5-15Ns/m
Absorber:
- leaf spring, of a dimension of wx h =
20x1.5mm, total weight of approx.
1.1kgadjustable 5-50Hz
Groove width of frame: 10mm
Drum recorder: 20mm/s, width 100mm
Polar diagram recorder:
- Recorder having a Diameter, D=100mm and
further approximate dimensions of LxWxH:
1.010x760x1.800mm
Opening in frame: WxH = 870x650mm
Weight: approx. 150kg
Control unit:
- 230V, 50/60Hz, 1 phase or 120V, 60Hz/CSA,
1 phase
Accessories:
The apparatus must be supplied with 1 frame and
laboratory trolley, 6 pendulums, 2 bars, 3 springs, 1
exciter control unit, 1 imbalance exciter,1 damper,
2 recording devices and an experiment instructions
manual.
A personal Computer if required should be
provided with the software compatible with the
unit. Tool kit must be provided with the unit.
Instructor manual, student manual, and
maintenance manuals must be supplied with the
unit. Origin of apparatus should be of Japan, USA,
Spain, Canada, Germany or UK.
034/MED/
MVL/09
TORSIONAL VIBRATIONS APPARATUS
(Complete with all Accessories to Perform
Experiments)
Specifications:
The apparatus is an experimental unit for
investigating torsional vibration and torsional
stiffness in demonstrations and student
experiments. The apparatus should consist of a
frame made of aluminium with rubber feet, a steel
torsion bar, a corrosion-resistant, three mass discs,
four ball bearing mounted bearing units with
chucks and a three-hole flange (the bearing units
can be positioned as required) and a sealed oil
damper. The apparatus further consists of an
exciter with a drive crank(excitation amplitudes
1.4°, 1.8°, 2.4° approx.), four angle of rotation
sensors (of approx. 0.03V/degree), an electrical
01
187
exciter control unit with digital frequency display,
10-turn potentiometer and supply for the shaft
encoders, a LabVIEW software for data acquisition
via USB+CD under Windows XP or Windows 7.
Technical data:
Torsion test bar:
- Bar should have a length of 1200-1400mm and
a diameter D = 5-7mm and should be made of
corrosion-resistant steel having a stiffness
approx. 1.0Nm/rad/m
Weights:
- D=140-165mm approx., in a range of 2.5-
3.0kg
- D=220-240mm approx., in a range of 4.5-
5.0kg
Exciter frequency: 1-20Hz(range)
Damping coefficient: 0.25-3.5 Nm/rad/s
LxWxH: 1400x410x400mm
Weight: approx. 50kg
Control Unit:
- 230V, 50/60Hz, 1 phase or 120V, 60Hz/CSA,
1 phase
Accessories:
The apparatus must be supplied with 1 frame, a
control unit,4 bearing units, 1 torsion bar, 3 mass
discs, 1 exciter, 1 rotary damper, 1 control unit, 1
set of cables, 1 hexagon screw driver, AF 4, 1
LabVIEW software CD + USB cable and an
instructions manual. A personal computer if required along with the
software compatible with the equipment should be
provided. Tool kit must be provided.Instructor
manual, student manual, and maintenance manuals
must be supplied with the unit. Origin of
apparatus should be of Japan, USA, Spain, Canada,
Germany or UK.
034/MED/
MVL/10
SHIP VIBRATION APPARATUS
(Complete with all Accessories to Perform
Experiments)
Specifications:
The apparatus is required to investigate the
vibration behavior of a model ship in air or in water
(with additional tank). The apparatus should be
provided with a frame with height adjustable to
01
188
cross beam.The apparatus should be capable of
producing a high natural frequency of cross beam
due to closed box beam section with high rigidity
and low weight. This should consist of a Plastic
model ship with elliptical half-breadth plan and 9
deck stringers. Moreover, the apparatus should be
provided with a Capacitive acceleration sensor with
measuring amplifier, Exciter with co-ordinate
power amplifier and function generator (sinusoidal,
triangular or rectangular signal) and an exciter. It
may also include representation of measuring
values on an oscilloscope possible (not
compulsory).
Technical data:
- Electrodynamics type with permanent magnet,
max. force: up to 9.0 N, frequency range: 5-
12,000Hz,
Function generator:
-frequency, amplitude and offset adjustable, output:
0...10Vpp, 50 Ohm
Acceleration sensor: measuring range: +/-5g,
frequency range: 0...400Hz
Model ship should have the dimensions as follows:
- deck stringer with fastening holes for sensors and
suspension,l x w x h: 1800 x 400 x 1700 mm
(frame) or similar to facilitate the visual aids
- l x w x h: 1200 x 200 x 150 mm (model ship)
Approximately,Weight: approx. 50 kg,230V, 50Hz,
1 phase
Accessories:
The apparatus must be supplied with 1 frame,
1 model ship, 4 tension springs, 1 measuring
amplifier, 1 power amplifier, 1 exciter, 1 function
generator, 2 multi-meters, 1 acceleration sensor, 1
set of cables and an instructions manual.
Note: The components and/or equipment shall be newly manufactured, not used and refurbished or previously used for
demonstration. All the equipment shall be warranted for all necessary accessories and spare parts for safe
operation for at least 10 years from date of installation acceptance. The equipment shall be delivered with all
necessary supplies and accessories required for installation and start-up. Installation, operator familiarization,
and training for up to three analysts shall be included for all modules. The vendor shall demonstrate and
document upon installation that the system meets all performance specifications, including the sensitivity
specifications. The instrument shall not be accepted until those performance specifications have been met. All
instruments should have the specifications mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
189
Procurement of IT Equipment of Information
Technology and Computer Science Department at
KFUEIT, Rahim Yar Khan
LAB. CODES
Lab Code Lab Name
009/ITCS/ITD Procurement of Equipment for IT Department
009/ITCS/GPL Procurement of General Purpose Lab Equipment
009/ITCS/DBSEL Procurement of Data Base/ Software Engineering Lab. Equipment
009/ITCS/NL Procurement of Networking Lab. Equipment
009/ITCS/PL Procurement of Programming Lab. Equipment
009/ITCS/MEL Procurement of Microprocessor/Embedded Lab. Equipment
009/ITCS/ECL Procurement of Electronics/Circuit Lab. Equipment
009/ITCS/ME Procurement of Miscellaneous Lab. Equipment
009/ITCS/NRL Procurement of Advanced Network Research Lab. Equipment
190
Detailed Evaluation for Tender No. IT-009
Procurement of IT Equipment of Information Technology and Computer Science Department
at KFUEIT, Rahim Yar Khan
(Minimum Passing Score Required is 65 Points)
Sr. No Item Name and Description Marks Max Marks
1 Past Performance/Experience of the Bidder (Reg. with
GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2 Relevant Experience -- 10
2.1 Project completed of similar nature in last ten years 2/project 6
2.2 Project in hand of similar nature 2/project 4
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 15 m) 4 --
4 After sale Services Available -- 10
5 Technical Evaluation of quoted items -- 60
5.1 Specification attached at Annex-A 30
5.2 Literature in printed shape attached 2.5
5.3 Reliability 2.5
5.4 Delivery schedule as per need 5
5.5 List of clients / where this equipment delivered 5
5.6 Satisfactory letter from clients in favour of such equipment 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Provision of training to concerned user 2.5
5.9 Free Installation (if required) as per requirement 2.5
Total -- 100
191
Specifications of IT Equipment ITEM
CODE #
DESCRIPTION / MINIMUM
REQUIREMENTS QTY RATE AMOUNT
009/ITCS
/ITD/01
INTEL NUC
Specifications:
5th Generation Intel® Core™ i7 5557U
Processor (4M Cache, up to 3.40 GHz,14Nm) or
higher
Manufacturer‘s Original Motherboard with Min 1
Mini HDMI 1.4a and 1 Mini
Display Port 1.2 and Onboard RAID 1/0 Option.
8GB DDR3L-1333 (1.35V)
240GB Solid State Drive or higher
Intel® Iris Graphics 6000 Series
Onboard 7 Channel HD Audio
Integrated Gigabit Ethernet (10/100/1000Mbps)
& Wireless
Module (Min. AC Standard with
Bluetooth 4.1 and Intel® Wireless Display
support)
Standard USB Keyboard and 2-Buttons
Optical Mouse with Scroll and Mouse Pad
Mini/Tiny PC Chassis (UCFF 4" x 4‖
Maximum)
Chassis should feature
100
009/ITCS
/ITD/02
LAPTOPS (DELL LATITUDE 15 3000
SERIES OR EQUIVALENT/BETTER)
Specifications:
Processor:
intel® Core™ i7-7200U Processor (4M Cache,
2.50 GHz)
Operating System:
Windows 10 Pro, 64-bit
Graphics:
Nvidia® GeForce® GT920M
Display:
15.6‖ FHD (1920 x 1080) Anti Glare (16:9)
WLED
Dimensions:
Height: 0.92" (23.25mm) x Width: 14.96"
(380.0mm) x Depth: 10.23" (260.0mm)
50
192
Memory:
16GB (1x8GB) 1600MHz DDR3L Memory
Camera:
Yes
Battery:
65 Whr 6-cell Li-Ion (Cylindrical) with Express
Charge™
Storage:
1000GB 7200RPM Hard Disk Drive
Weight:
4.54lbs (2.06Kg)
I/O Ports:
2x USB 3.0
1x USB 2.0
VGA
HDMI
RJ-45
Optional Touch Fingerprint Reader
SD 3.0 Memory Card Reader
Communication:
Bluetooth 4.0 + BGN or AC Wlan (Dongle,
HDMI- VGA, USB3.0-RJ45
WiDi 5.0
009/ITCS
/ITD/03
LAPTOPS (DELL VOSTRO OR
EQUIVALENT/BETTER)
Specifications:
Processor:
intel® Core™ i5-6200U Processor (4M Cache,
2.30 GHz)
Operating System:
Windows 10 Pro, 64-bit
Graphics:
Intel HD Graphics Card
Display:
15.6‖ HD LED (1366x768) (16:9)
Dimensions :
Height: 0.94" (23.75mm) x Width: 14.96"
(380.0mm) x Depth: 10.23" (260.0mm)
Memory:
8GB, 1600MHz DDR3L Memory
Camera:
Yes
50
193
Battery:
40 Whr 4-cell Li-Ion
Storage:
500GB 5400RPM Hard Disk Drive (SATA)
Weight:
2.24Kg
I/O Ports:
2x USB 3.0
1x USB 2.0
VGA
HDMI
RJ-45
SD 3.0 Memory Card Reader
Wi-Fi: 802.11b/g/n
Color: Black
009/ITCS
/ITD/04
MULTIFUNCTION PRINTERS (HP
LASERJET PRO (M127FW OR
EQUIVALENT/BETTER)
Specifications:
Print, Copy, Fax, Scan
Print speed black:
Normal: Up to 20 ppm
First page out (ready)
Black: As fast as 9.5 sec
Duty cycle (monthly, A4)
Up to 8000 pages
Recommended monthly page volume
250 to 2000
Print technology
Laser
Print quality black (best)
Up to 600 x 600 dpi
Resolution technology
FastRes 600; FastRes 1200
Print languages
PCLm/PCLmS
Display
3.0-in color touch screen
Processor speed
600 MHz
Wireless capability
Yes, built-in WiFi 802.11b/g/n
Connectivity, standard
30
194
Hi-Speed USB 2.0 port
built-in Fast Ethernet 10/100Base-TX
network port
Wireless 802.11b/g/n
Memory, standard
128 MB
Paper handling input, standard
150-sheet input tray
Paper handling output, standard
100-sheet face-down bin
Maximum output capacity (sheets)
Up to 100 sheets
Duplex printing
Manual (driver support provided)
Media sizes supported
A4
A5
B5-Japanese
envelopes (ISO DL, C5, B5, Com #10,
Monarch #7 3/4)
16K
post cards (Standard #10, JIS single and
double)
Media sizes, custom
76 x 127 to 216 x 356 mm
Media types
Paper (plain, LaserJet), envelopes,
transparencies, labels, postcards
Media weight, supported
60 to 163 g/m²
Media weights, supported ADF
60 to 90 g/m²
009/ITCS
/ITD/05
PHOTOCOPIER (CANON IMAGE
RUNNER ADVANCE 6575I OR
EQUIVALENT/BETTER)
Specifications:
Print Resolution 1200 x 1200 dpi
2400 dpi equivalent x 600 dpi
Scan Resolution 600 x 600 dpi
Color Scan feature
Out Put Cassettes: 11"x17", Legal, Letter,
Letter R, Executive, Statement R,
04
195
Custom Size (51/2"x71/8" to 113/4" x
191/4")
Automatic Tray less Duplexing
(Up to 11" x 17")
USB 2.0 (Host) x2, USB 2.0 (Device)
100 User Inboxes, 1 Memory RX
Inbox, 50 Confidential Fax Inboxes
Wireless LAN (IEEE 802.1x adapter)
1.45GB RAM or higher
Copy, Print (UFR II), Scan, Send, Store
Print (PCL5e/6, Adobe® PostScript®
009/ITCS
/ITD/06
UPS (HOMAGE AXIOM HAX- 5002 OR
EQUIVALENT/BETTER)
Specifications:
5000VA / 4200Watts / 48VDC / 220VAC / Pure
Sine Wave
Capable of starting electric motor 2.5HP
Input voltage range 175V - 280VAC (normal
range) 125V - 280VAC (generator/wide range)
Multi-function LCD with LED indications &
beeper alarms
Cost-effective as compared to generator
10
009/ITCS
/ITD/07
Server (Data Center)(Lenovo System x 3650-
M5 or Equivalent/Better)
Specifications:
Rack Ready 2U
Intel Xeon Processor E5-2698 v3 16C
2.3GHz 40MB Cache 2133MHz 135W
x1 or equivalent
2U Cable Management Arm (CMA)
RAID with 2GB Flash/RAID 5
Upgrade x1
32GB Memory (2Rx4, 1.2V) PC4-
17000 2133MHz RDIMM x 8
RAID SAS/SATA Controller x1
Minimum 6x 960GB SSD
SATA Multi-Burner x1
Quad Port GbE Adapter x1
2x 10GbE Adapter
Minimum 750W AC Power Supply
(200-240V) x2 (for redundancy)
02
196
Power cable for C13 based PDU
009/ITCS
/GPL/01
DESKTOP COMPUTER
Specifications:
1. Core i7, Intel 6th generation Q170 Chipset.
2. 8-GB DDR4 SD-RAM, Non-ECC dual-
channel 2133 MHz.
3. 1TB 7200 rpm Hard Drive (WD).
4. Standard Branded Keyboard and mouse.
5. USB ports 3.0 and 2.0 sported.
6. HDMI in and out sported.
7. Audio in/out port sported.
8. 45-RJ Ethernet Port. 802.11a/b/g/n.
50
009/ITCS
/GPL/02
LASER PRINTER
Specifications:
1) Print Quality up to 1200*1200dpi
2) Resolution Technology 600dpi
3) Print Technology Laser, Processor Speed 800
MHz
4) Memory 256 MB
5) Display 3.5" (8.89 cm) touch screen control
panel, CGD (Color Graphic Display)
6) Connectivity
i) 1 Hi-Speed USB 2.0
ii) 1 Host USB
iii) 1 Ethernet 10/100/1000T network
iv) 1 Walk-up USB
v) 1 Wireless 802.11b/g/n
02
009/ITCS
/GPL/03
NETWORK SWITCH
Specifications:
1. Switch Port density – Uplinks (48 x
10/100/1000 Ethernet Ports)
2. Max Number of Stacks (9)
3. Authentication Method (Kerberos, Secure
Shell (SSH), RADIUS, TACACS+)
4. DRAM Memory (256 MB)
5. Flash Memory (128 MB Flash)
6. Interfaces
48 x 10Base-T/100Base-TX/1000Base-T - RJ-
45 - PoE
USB : 1 x 4 PIN USB Type A
1 x console - mini-USB Type B - management
1 x RS-232 - RJ-45 - management
1 x 10Base-T/100Base-TX - RJ-45
management
01
197
Network stack device : 2 x
009/ITCS
/GPL/04
MULTIMEDIA PROJECTOR
Specifications:
1) Lens Manual zoom (1.6x) (throw ratio: 1.2-
1.9:1), manual focus, F 1.60-2.12, f
15.30-24.64 mm
2) Screen size (diagonal) 0.76-7.62 m (30-300
in), 4:3 aspect ratio
3) Resolution 1,024 x 768 pixels*3
4) Built-in speaker
5) Terminals
a) HDMI IN (HDMI 19-pin x 1)
b) COMPUTER 1 IN (D-sub HD 15-pin
(female) x 1 (RGB/YPBPR/YCBCR x 1))
c) COMPUTER 2 IN / MONITOR OUT (D-
sub HD 15-pin (female) x 1 (RGB x 1),
(input/output selectable using on-screen
menu))
d) VIDEO IN (Pin jack x 1 (Composite
VIDEO))
e) S-VIDEO IN (Mini DIN 4-pin x 1 (S-
VIDEO))
f) AUDIO IN 1 (M3 x 1 (L-R x 1))
g) AUDIO IN 2 (MIC IN) (M3 x 1 (L-R x 1)
for audio input or for microphone
connection (variable))
h) AUDIO IN 3 (Pin jack x 2 (L, R x 1))
i) AUDIO OUT (M3 x 1 (L-R x 1) for
output (variable))
j) LAN (RJ-45 x 1 (for network connection,
10BASE- T/100BASE-TX, compliant
with PJ Link™))
k) SERIAL IN (D-sub 9-pin (female) x 1 for
external control (RS-232C
compliant))USB Type A, USB Type B
01
009/ITCS
/GPL/05
DOCUMENT CAMERA
Specifications:
1) Video
a) Effective Pixels: 1920 x 1080, 2
megapixels
b) Pick-up Device: 1/2.7" CMOS sensor
c) Frame Rate: 30 fps max.
2) Optical System
a) Lens: F-number: 3.4-5
b) Maximum Capture Area: 11.7" x 20.7"
(at 1080p)
01
198
11.7" x 16.5" (at XGA)
c) Zoom: 10x digital zoom, 12x optical
zoom
d) Focus: Automatically with one-touch
button
e) Camera Head Rotation: 180 degrees
(Horizontal/Vertical)
3) Interfaces
a) HDMI
b) Computer In (VGA)
c) Display Out (VGA)
d) USB-B (for connection to PC/Mac®)
e) SD Card Slot
009/ITCS
/GPL/06
SOUND SYSTEM
Specifications:
Ceiling Speakers
1. Dimensions - Cut-Out Diameter (9 3/8
(23.81cm) ")
2. Dimensions - Mounting Depth
(includes 1/2 drywall)" (3 1/8
(7.94cm) ")
3. Dimensions - Overall Depth (3 5/8
(9.21cm) ")
4. Dimensions - Overall Diameter (10
3/4 (27.30cm) ")
5. Driver Complement Mid / Woofer –
Diameter (8 (20.32cm) ")
6. Driver Complement Mid / Woofer –
Type (Dynamic Balance driver with
mineral-filled polymer cone with
rubber surround)
7. Driver Complement Tweeter –
Diameter (1 (2.54cm) ")
8. Electrical – Efficiency (90 dB)
9. Electrical - Lower -3dB Limit (50 Hz)
10. Electrical - Recommended Amplifier
Power (20 - 100 watts per channel)
11. Electrical - Total Frequency Response
(35Hz - 20kHz)
Wireless Microphone
1. Battery Life (Up to 8 hours)
2. Battery Requirements (2 AA alkaline
or rechargeable batteries)
Amplifier
1. Voltage Trigger Input Accepts 3-
24VAC/DC
2. 12-volt Control Out
01
199
3. Removable Line Cord
4. At least 5 years Warranty
5. Rack Mount Ears Included
6. Tested And Certified To US, Canada,
EU , And Australian Safety And EMC
Standards
7. Overall Dimensions: 17.25"
(43.81cm) Wide 5.75" (14.47cm)
High (including Feet) 16.25"
(41.11cm) Deep
8. Weight: 35 Lb. (15.8 Kg)
009/ITCS
/GPL/07
SERVER
Specifications:
Processor: Intel Xeon processor E5-2400 v2,
Core 10.
Processor Sockets: 2.
Internal Interconnect: Intel Quick Path
Interconnect (QPI) link: 8.0 GT/s.
Cache L2: 2.5MB per core
Cache L3: 10 MB per core (eDRAM)
RAM: 16 GB DDR3 (minimum)
HDD: 10 TB
Slots: minimum 06 PCIe Gen2, one at least PCIe
Gen3.
Interfaces: Latest connectivity interfaces
and integrity ports.
Network Interface: High bandwidth PCI
Adapters.
CD/DVD RW (Combo).
01
009/ITCS
/DBSEL/
01
DESKTOP COMPUTER
Specifications:
1. DELL Core i7, Intel 6th generation Q170
Chipset.
2. 8-GB DDR4 SD-RAM, Non-ECC dual-
channel 2133 MHz.
3. 1TB 7200 rpm Hard Drive (WD).
4. Standard Branded Keyboard and mouse.
5. USB ports 3.0 and 2.0 sported.
6. HDMI in and out sported.
7. Audio in/out port sported.
8. 45-RJ Ethernet Port. 802.11a/b/g/n.
50
009/ITCS
/DBSEL/
02
LASER PRINTER
Specifications:
02
200
1) Print Quality up to 1200*1200dpi
2) Resolution Technology 600dpi
3) Print Technology Laser, Processor Speed 800
MHz
4) Memory 256 MB
5) Display 3.5" (8.89 cm) touchscreen control
panel, CGD (Color Graphic Display)
6) Connectivity
i) 1 Hi-Speed USB 2.0
ii) 1 Host USB
iii) 1 Ethernet 10/100/1000T network
iv) 1 Walk-up USB 1 Wireless
802.11b/g/n
009/ITCS
/DBSEL/
03
NETWORK SWITCH
Specifications:
1. Switch Port density – Uplinks (48 x
10/100/1000 Ethernet Ports)
2. Max Number of Stacks (9)
3. Authentication Method (Kerberos, Secure
Shell (SSH), RADIUS, TACACS+)
4. DRAM Memory (256 MB)
5. Flash Memory (128 MB Flash)
6. Interfaces
48 x 10Base-T/100Base-TX/1000Base-T - RJ-45
- PoE
USB : 1 x 4 PIN USB Type A
1 x console - mini-USB Type B - management
1 x RS-232 - RJ-45 - management
1 x 10Base-T/100Base-TX - RJ-45 -
management
Network stack device : 2 x
01
009/ITCS
/DBSEL/
04
MULTIMEDIA PROJECTOR
Specifications:
1) Lens Manual zoom (1.6x) (throw ratio: 1.2-
1.9:1), manual focus, F 1.60-2.12, f
15.30-24.64 mm
2) Screen size (diagonal) 0.76-7.62 m (30-300
in), 4:3 aspect ratio
3) Resolution 1,024 x 768 pixels*3
4) Built-in speaker
5) Terminals
a) HDMI IN (HDMI 19-pin x 1)
b) COMPUTER 1 IN (D-sub HD 15-pin
(female) x 1 (RGB/YPBPR/YCBCR x
1))
c) COMPUTER 2 IN / MONITOR OUT (D-
sub HD 15-pin (female) x 1 (RGB x 1),
01
201
(input/output selectable using on-screen
menu))
d) VIDEO IN (Pin jack x 1 (Composite
VIDEO))
e) S-VIDEO IN (Mini DIN 4-pin x 1 (S-
VIDEO))
f) AUDIO IN 1 (M3 x 1 (L-R x 1))
g) AUDIO IN 2 (MIC IN) (M3 x 1 (L-R x 1)
for audio input or for microphone
connection (variable))
h) AUDIO IN 3 (Pin jack x 2 (L, R x 1))
i) AUDIO OUT (M3 x 1 (L-R x 1) for
output (variable))
j) LAN (RJ-45 x 1 (for network connection,
10BASE- T/100BASE-TX, compliant
with PJLink™))
k) SERIAL IN (D-sub 9-pin (female) x 1 for
external control (RS-232C compliant))
l) USB Type A, USB Type B
009/ITCS
/DBSEL/
05
DOCUMENT CAMERA
Specifications:
1) Video
a) Effective Pixels: 1920 x 1080, 2
megapixels
b) Pick-up Device: 1/2.7" CMOS sensor
c) Frame Rate: 30 fps max.
2) Optical System
a) Lens: F-number: 3.4-5
b) Maximum Capture Area: 11.7" x 20.7"
(at 1080p)
11.7" x 16.5" (at XGA)
c) Zoom: 10x digital zoom, 12x optical
zoom
d) Focus: Automatically with one-touch
button
e) Camera Head Rotation: 180 degrees
(Horizontal/Vertical)
3) Interfaces
a) HDMI
b) Computer In (VGA)
c) Display Out (VGA)
d) USB-B (for connection to PC/Mac®)
e) SD Card Slot1
01
009/ITCS
/DBSEL/
06
SOUND SYSTEM
Specifications:
Ceiling Speakers
01
202
1. Dimensions - Cut-Out Diameter (9
3/8 (23.81cm) ")
2. Dimensions - Mounting Depth
(includes 1/2 drywall)" (3 1/8
(7.94cm) ")
3. Dimensions - Overall Depth (3 5/8
(9.21cm) ")
4. Dimensions - Overall Diameter
(10 3/4 (27.30cm) ")
5. Driver Complement Mid / Woofer
– Diameter (8 (20.32cm) ")
6. Driver Complement Mid / Woofer
– Type (Dynamic Balance driver
with mineral-filled polymer cone
with rubber surround)
7. Driver Complement Tweeter –
Diameter (1 (2.54cm) ")
8. Electrical – Efficiency (90 dB)
9. Electrical - Lower -3dB Limit (50
Hz)
10. Electrical - Recommended
Amplifier Power (20 - 100 watts
per channel)
11. Electrical - Total Frequency
Response (35Hz - 20kHz)
Wireless Microphone
1. Battery Life (Up to 8 hours)
2. Battery Requirements (2 AA
alkaline or rechargeable batteries)
Amplifier
1. Voltage Trigger Input Accepts 3-
24VAC/DC
2. 12-volt Control Out
3. Removable Line Cord
4. At least 5 years Warranty
5. Rack Mount Ears Included
6. Tested And Certified To US,
Canada, EU , And Australian
Safety And EMC Standards
7. Overall Dimensions: 17.25"
(43.81cm) Wide 5.75" (14.47cm)
High (including Feet) 16.25"
(41.11cm) Deep
8. Weight: 35 Lb. (15.8 Kg)
009/ITCS
/DBSEL/
07
SERVER
Specifications:
01
203
Processor: Intel Xeon processor E5-2400 v2,
Core 10.
Processor Sockets: 2.
Internal Interconnect: Intel Quick Path
Interconnect (QPI) link: 8.0 GT/s.
Cache L2: 2.5MB per core
Cache L3: 10 MB per core (eDRAM)
RAM: 16 GB DDR3 (minimum)
HDD: 10 TB
Slots: minimum 06 PCIe Gen2, one atleast PCIe
Gen3.
Interfaces: Latest connectivity interfaces
and integrity ports.
Network Interface: High bandwidth PCI
Adapters.
CD/DVD RW (Combo).
009/ITCS
/NL/01
DESKTOP COMPUTER
Specifications:
1. DELL Core i7, Intel 6th generation Q170
Chipset.
2. 8-GB DDR4 SD-RAM, Non-ECC dual-
channel 2133 MHz.
3. 1TB 7200 rpm Hard Drive (WD).
4. Standard Branded Keyboard and mouse.
5. USB ports 3.0 and 2.0 sported.
6. HDMI in and out sported.
7. Audio in/out port sported.
8. 45-RJ Ethernet Port.
9. 802.11a/b/g/n.
50
009/ITCS
/NL/02
LASER PRINTER
Specifications:
1) Print Quality up to 1200*1200dpi
2) Resolution Technology 600dpi
3) Print Technology Laser, Processor Speed 800
MHz
4) Memory 256 MB
5) Display 3.5" (8.89 cm) touchscreen control
panel, CGD (Color Graphic Display)
6) Connectivity
i) 1 Hi-Speed USB 2.0
ii) 1 Host USB
iii) 1 Ethernet 10/100/1000T network
iv) 1 Walk-up USB
v) 1 Wireless 802.11b/g/n
02
009/ITCS
/NL/03
NETWORK SWITCH 01
204
Specifications:
Cisco Catalyst 3750-X series
48 ports
1. Switch Port density – Uplinks (48 x
10/100/1000 Ethernet Ports)
2. Max Number of Stacks (9)
3. Authentication Method (Kerberos, Secure
Shell (SSH), RADIUS, TACACS+)
4. DRAM Memory (256 MB)
5. Flash Memory (128 MB Flash)
6. Interfaces
48 x 10Base-T/100Base-TX/1000Base-T - RJ-
45 - PoE
USB : 1 x 4 PIN USB Type A
1 x console - mini-USB Type B - management
1 x RS-232 - RJ-45 - management
1 x 10Base-T/100Base-TX - RJ-45 -
management
Network stack device : 2 x
009/ITCS
/NL/04
MULTIMEDIA PROJECTOR
Specifications:
1) Lens Manual zoom (1.6x) (throw ratio: 1.2-
1.9:1), manual focus, F 1.60-2.12, f
15.30-24.64 mm
2) Screen size (diagonal) 0.76-7.62 m (30-300
in), 4:3 aspect ratio 3) Resolution 1,024 x 768 pixels*
3
4) Built-in speaker
5) Terminals
a) HDMI IN (HDMI 19-pin x 1)
b) COMPUTER 1 IN (D-sub HD 15-pin
(female) x 1 (RGB/YPBPR/YCBCR x
1))
c) COMPUTER 2 IN / MONITOR OUT (D-
sub HD 15-pin (female) x 1 (RGB x 1),
(input/output selectable using on-screen
menu))
d) VIDEO IN (Pin jack x 1 (Composite
VIDEO))
e) S-VIDEO IN (Mini DIN 4-pin x 1 (S-
VIDEO))
f) AUDIO IN 1 (M3 x 1 (L-R x 1))
g) AUDIO IN 2 (MIC IN) (M3 x 1 (L-R x 1)
for audio input or for microphone
connection (variable))
h) AUDIO IN 3 (Pin jack x 2 (L, R x 1))
i) AUDIO OUT (M3 x 1 (L-R x 1) for
01
205
output (variable))
j) LAN (RJ-45 x 1 (for network connection,
10BASE- T/100BASE-TX, compliant
with PJLink™))
k) SERIAL IN (D-sub 9-pin (female) x 1 for
external control (RS-232C compliant))
l) USB Type A, USB Type B
009/ITCS
/NL/05
DOCUMENT CAMERA
Specifications:
1) Video
a) Effective Pixels: 1920 x 1080, 2
megapixels
b) Pick-up Device: 1/2.7" CMOS sensor
c) Frame Rate: 30 fps max.
2) Optical System
a) Lens: F-number: 3.4-5
b) Maximum Capture Area: 11.7" x 20.7"
(at 1080p)
11.7" x 16.5" (at XGA)
c) Zoom: 10x digital zoom, 12x optical
zoom
d) Focus: Automatically with one-touch
button
e) Camera Head Rotation: 180 degrees
(Horizontal/Vertical)
3) Interfaces
a) HDMI
b) Computer In (VGA)
c) Display Out (VGA)
d) USB-B (for connection to PC/Mac®)
e) SD Card Slot1
01
009/ITCS
/NL/06
SOUND SYSTEM
Specifications:
Ceiling Speakers
1. Dimensions - Cut-Out Diameter (9
3/8 (23.81cm) ")
2. Dimensions - Mounting Depth
(includes 1/2 drywall)" (3 1/8
(7.94cm) ")
3. Dimensions - Overall Depth (3 5/8
(9.21cm) ")
4. Dimensions - Overall Diameter
(10 3/4 (27.30cm) ")
5. Driver Complement Mid / Woofer
– Diameter (8 (20.32cm) ")
6. Driver Complement Mid / Woofer
01
206
– Type (Dynamic Balance driver
with mineral-filled polymer cone
with rubber surround)
7. Driver Complement Tweeter –
Diameter (1 (2.54cm) ")
8. Electrical – Efficiency (90 dB)
9. Electrical - Lower -3dB Limit (50
Hz)
10. Electrical - Recommended
Amplifier Power (20 - 100 watts
per channel)
11. Electrical - Total Frequency
Response (35Hz - 20kHz)
Wireless Microphone
1. Battery Life (Up to 8 hours)
2. Battery Requirements (2 AA
alkaline or rechargeable batteries)
Amplifier
1. Voltage Trigger Input Accepts 3-
24VAC/DC
2. 12-volt Control Out
3. Removable Line Cord
4. At least 5 years Warranty
5. Rack Mount Ears Included
6. Tested And Certified To US,
Canada, EU , And Australian
Safety And EMC Standards
7. Overall Dimensions: 17.25"
(43.81cm) Wide 5.75" (14.47cm)
High (including Feet) 16.25"
(41.11cm) Deep
8. Weight: 35 Lb. (15.8 Kg)
009/ITCS
/NL/07
SERVER
Specifications:
Processor: Intel Xeon processor E5-2400 v2,
Core 10.
Processor Sockets: 2.
Internal Interconnect: Intel Quick Path
Interconnect (QPI) link: 8.0 GT/s.
Cache L2: 2.5MB per core
Cache L3: 10 MB per core (eDRAM)
RAM: 16 GB DDR3 (minimum)
HDD: 10 TB
Slots: minimum 06 PCIe Gen2, one atleast PCIe
Gen3.
01
207
Interfaces: Latest connectivity interfaces
and integrity ports.
Network Interface: High bandwidth PCI
Adapters.
CD/DVD RW (Combo).
009/ITCS
/PL/01
DESKTOP COMPUTER
Specifications:
1. DELL Core i7, Intel 6th generation Q170
Chipset.
2. 8-GB DDR4 SD-RAM, Non-ECC dual-
channel 2133 MHz.
3. 1TB 7200 rpm Hard Drive (WD).
4. Standard Branded Keyboard and mouse.
5. USB ports 3.0 and 2.0 sported.
6. HDMI in and out sported.
7. Audio in/out port sported.
8. 45-RJ Ethernet Port.
9. 802.11a/b/g/n.
50
009/ITCS
/PL/02
LASER PRINTER
Specifications:
1) Print Quality up to 1200*1200dpi
2) Resolution Technology 600dpi
3) Print Technology Laser, Processor Speed 800
MHz
4) Memory 256 MB
5) Display 3.5" (8.89 cm) touchscreen control
panel, CGD (Color Graphic Display)
6) Connectivity
i) 1 Hi-Speed USB 2.0
ii) 1 Host USB
iii) 1 Ethernet 10/100/1000T network
iv) 1 Walk-up USB
v) 1 Wireless 802.11b/g/n
02
009/ITCS
/PL/03
NETWORK SWITCH
Specifications:
1. Switch Port density – Uplinks (48 x
10/100/1000 Ethernet Ports)
2. Max Number of Stacks (9)
3. Authentication Method (Kerberos, Secure
Shell (SSH), RADIUS, TACACS+)
4. DRAM Memory (256 MB)
5. Flash Memory (128 MB Flash)
6. Interfaces
48 x 10Base-T/100Base-TX/1000Base-T - RJ-
01
208
45 - PoE
USB : 1 x 4 PIN USB Type A
1 x console - mini-USB Type B - management
1 x RS-232 - RJ-45 - management
1 x 10Base-T/100Base-TX - RJ-45 -
management
Network stack device : 2 x
009/ITCS
/PL/04
MULTIMEDIA PROJECTOR
Specifications:
1) Lens Manual zoom (1.6x) (throw ratio: 1.2-
1.9:1), manual focus, F 1.60-2.12, f
15.30-24.64 mm
2) Screen size (diagonal) 0.76-7.62 m (30-300
in), 4:3 aspect ratio 3) Resolution 1,024 x 768 pixels*
3
4) Built-in speaker
5) Terminals
a) HDMI IN (HDMI 19-pin x 1)
b) COMPUTER 1 IN (D-sub HD 15-pin
(female) x 1 (RGB/YPBPR/YCBCR x
1))
c) COMPUTER 2 IN / MONITOR OUT (D-
sub HD 15-pin (female) x 1 (RGB x 1),
(input/output selectable using on-screen
menu))
d) VIDEO IN (Pin jack x 1 (Composite
VIDEO))
e) S-VIDEO IN (Mini DIN 4-pin x 1 (S-
VIDEO))
f) AUDIO IN 1 (M3 x 1 (L-R x 1))
g) AUDIO IN 2 (MIC IN) (M3 x 1 (L-R x 1)
for audio input or for microphone
connection (variable))
h) AUDIO IN 3 (Pin jack x 2 (L, R x 1))
i) AUDIO OUT (M3 x 1 (L-R x 1) for
output (variable))
j) LAN (RJ-45 x 1 (for network connection,
10BASE- T/100BASE-TX, compliant
with PJLink™))
k) SERIAL IN (D-sub 9-pin (female) x 1 for
external control (RS-232C compliant))
l) USB Type A, USB Type B
01
009/ITCS
/PL/05
DOCUMENT CAMERA
Specifications:
1) Video
a) Effective Pixels: 1920 x 1080, 2
01
209
megapixels
b) Pick-up Device: 1/2.7" CMOS sensor
c) Frame Rate: 30 fps max.
2) Optical System
a) Lens: F-number: 3.4-5
b) Maximum Capture Area: 11.7" x 20.7"
(at 1080p)
11.7" x 16.5" (at XGA)
c) Zoom: 10x digital zoom, 12x optical
zoom
d) Focus: Automatically with one-touch
button
e) Camera Head Rotation: 180 degrees
(Horizontal/Vertical)
3) Interfaces
a) HDMI
b) Computer In (VGA)
c) Display Out (VGA)
d) USB-B (for connection to PC/Mac®)
e) SD Card Slot1
009/ITCS
/PL/06
SOUND SYSTEM
Specifications:
Ceiling Speakers
1. Dimensions - Cut-Out Diameter (9
3/8 (23.81cm) ")
2. Dimensions - Mounting Depth
(includes 1/2 drywall)" (3 1/8
(7.94cm) ")
3. Dimensions - Overall Depth (3 5/8
(9.21cm) ")
4. Dimensions - Overall Diameter
(10 3/4 (27.30cm) ")
5. Driver Complement Mid / Woofer
– Diameter (8 (20.32cm) ")
6. Driver Complement Mid / Woofer
– Type (Dynamic Balance driver
with mineral-filled polymer cone
with rubber surround)
7. Driver Complement Tweeter –
Diameter (1 (2.54cm) ")
8. Electrical – Efficiency (90 dB)
9. Electrical - Lower -3dB Limit (50
Hz)
10. Electrical - Recommended
Amplifier Power (20 - 100 watts
per channel)
11. Electrical - Total Frequency
Response (35Hz - 20kHz)
01
210
Wireless Microphone
1. Battery Life (Up to 8 hours)
2. Battery Requirements (2 AA
alkaline or rechargeable batteries)
Amplifier
1. Voltage Trigger Input Accepts 3-
24VAC/DC
2. 12-volt Control Out
3. Removable Line Cord
4. At least 5 years Warranty
5. Rack Mount Ears Included
6. Tested And Certified To US,
Canada, EU , And Australian
Safety And EMC Standards
7. Overall Dimensions: 17.25"
(43.81cm) Wide 5.75" (14.47cm)
High (including Feet) 16.25"
(41.11cm) Deep
8. Weight: 35 Lb. (15.8 Kg)
009/ITCS
/MEL/01
DESKTOP COMPUTER
Specifications:
1. Core i7, Intel 6th generation Q170
Chipset.
2. 8-GB DDR4 SD-RAM, Non-ECC dual-
channel 2133 MHz.
3. 1TB 7200 rpm Hard Drive (WD).
4. Standard Branded Keyboard and mouse.
5. USB ports 3.0 and 2.0 sported.
6. HDMI in and out sported.
7. Audio in/out port sported.
8. 45-RJ Ethernet Port.
9. 802.11a/b/g/n.
50
009/ITCS
/MEL/02
TRAINERS
Specifications:
Microprocessor Trainer Kit based on 32 bit
Microprocessor operating at maximum available
frequency.
Kitconsists of power-full Monitor EPROM,
RAM,
I/O Lines, Timer/Counter, Serial, LCD Display
and Keyboard for Man to Machine Interface.
16KB of RAM with Battery Backup, 16K
Monitor EPROM.
Peripheral like 3x 8255, 8253, 8259, 8251 RS-
40
211
232 interface.
20x2 Alphanumeric LCD Display with Backlite
with 101 ASCII Keyboard.
In-Built Power Supply of +5V/1.5A,
±12V/250mA
User manuals with sample programs.
Attractive wooden enclosure.
On-board single line assembler and dissembler.
009/ITCS
/MEL/03
NETWORK SWITCH
Specifications:
1. Switch Port density – Uplinks (48 x
10/100/1000 Ethernet Ports)
2. Max Number of Stacks (9)
3. Authentication Method (Kerberos, Secure
Shell (SSH), RADIUS, TACACS+)
4. DRAM Memory (256 MB)
5. Flash Memory (128 MB Flash)
6. Interfaces
48 x 10Base-T/100Base-TX/1000Base-T - RJ-45
- PoE
USB : 1 x 4 PIN USB Type A
1 x console - mini-USB Type B - management
1 x RS-232 - RJ-45 - management
1 x 10Base-T/100Base-TX - RJ-45 -
management
Network stack device : 2 x
01
009/ITCS
/MEL/04
MULTIMEDIA PROJECTOR
Specifications:
1) Lens Manual zoom (1.6x) (throw ratio: 1.2-
1.9:1), manual focus, F 1.60-2.12, f
15.30-24.64 mm
2) Screen size (diagonal) 0.76-7.62 m (30-300
in), 4:3 aspect ratio 3) Resolution 1,024 x 768 pixels*
3
4) Built-in speaker
5) Terminals
a) HDMI IN (HDMI 19-pin x 1)
b) COMPUTER 1 IN (D-sub HD 15-pin
(female) x 1 (RGB/YPBPR/YCBCR x
1))
c) COMPUTER 2 IN / MONITOR OUT (D-
sub HD 15-pin (female) x 1 (RGB x 1),
(input/output selectable using on-screen
menu))
d) VIDEO IN (Pin jack x 1 (Composite
VIDEO))
01
212
e) S-VIDEO IN (Mini DIN 4-pin x 1 (S-
VIDEO))
f) AUDIO IN 1 (M3 x 1 (L-R x 1))
g) AUDIO IN 2 (MIC IN) (M3 x 1 (L-R x 1)
for audio input or for microphone
connection (variable))
h) AUDIO IN 3 (Pin jack x 2 (L, R x 1))
i) AUDIO OUT (M3 x 1 (L-R x 1) for
output (variable))
j) LAN (RJ-45 x 1 (for network connection,
10BASE- T/100BASE-TX, compliant
with PJLink™))
k) SERIAL IN (D-sub 9-pin (female) x 1 for
external control (RS-232C compliant))
l) USB Type A, USB Type B
009/ITCS
/MEL/05
SOUND SYSTEM
Specifications:
Ceiling Speakers
1. Dimensions - Cut-Out Diameter (9
3/8 (23.81cm) ")
2. Dimensions - Mounting Depth
(includes 1/2 drywall)" (3 1/8
(7.94cm) ")
3. Dimensions - Overall Depth (3 5/8
(9.21cm) ")
4. Dimensions - Overall Diameter
(10 3/4 (27.30cm) ")
5. Driver Complement Mid / Woofer
– Diameter (8 (20.32cm) ")
6. Driver Complement Mid / Woofer
– Type (Dynamic Balance driver
with mineral-filled polymer cone
with rubber surround)
7. Driver Complement Tweeter –
Diameter (1 (2.54cm) ")
8. Electrical – Efficiency (90 dB)
9. Electrical - Lower -3dB Limit (50
Hz)
10. Electrical - Recommended
Amplifier Power (20 - 100 watts
per channel)
11. Electrical - Total Frequency
Response (35Hz - 20kHz)
Wireless Microphone
1. Battery Life (Up to 8 hours)
2. Battery Requirements (2 AA
alkaline or rechargeable batteries)
01
213
Amplifier
1. Voltage Trigger Input Accepts 3-
24VAC/DC
2. 12-volt Control Out
3. Removable Line Cord
4. At least 5 years Warranty
5. Rack Mount Ears Included
6. Tested And Certified To US,
Canada, EU , And Australian
Safety And EMC Standards
7. Overall Dimensions: 17.25"
(43.81cm) Wide 5.75" (14.47cm)
High (including Feet) 16.25"
(41.11cm) Deep
8. Weight: 35 Lb. (15.8 Kg)
009/ITCS
/ECL/01
BASIC CIRCUIT TRAINERS
Specifications:
Input power Source: AC Line: 230VAC @ 50Hz
(typical)
FIX Supply DC: +5V DC, -5V DC, +12V DC, -12V
DC
VARIABLE SUPPLY DC: 0~ +15V DC, 0
~ -15V
DC
FIX Supply AC: 2V-0-2V, 12V-0-12V, 15V-0-15V
Potentiometers: 1 k0 and 10 k0 — uncommitted
(wire wound)
Resistors: Uncommitted with 2mm bnc
connectors. Different values can be connected
through patch cords.
Capacitors: Uncommitted with 2mm bnc
connectors. Different values can be connected
through patch cords.
Inductors: Uncommitted with 2mm bnc connectors.
Different values can be connected through patch
cords.
Galvanometer: Analogue Scale
Accessories: 2mm patch cords, Power Cord,
User Manual
Experiments included:
Resistor Characteristics
Using An Ohmmeter
DC Voltage/Measurement
DC Current Measurement
Ohm's Law
Power in DC Circuit
Series-Parallel Network and Kirchhoff's Law
10
214
Superposition, Thevenin's and Norton's Theorems
Maximum Power Transfer Theorem
DC RC Circuit and Transient Phenomena
AC Voltage Measurement
AC Current Measurement
AC RC Circuit
AC RL Circuit
AC RLC Circuit
Power in AC Circuit
DC and AC Bridges.
009/ITCS
/ECL/02
OSCILLOSCOPES (DSO-100M 1-1Z)
Specifications:
Bandwidth 100 MHz
Real Time Sampling Rate 1 GSa/s (single
channel)
Channels 2
Memory Up to 2.4 Mps
Display 5.7" TFT Color LCD
Trigger Types Edge, Pulse Width, Video, Slope,
Alternate
Math Functions FFT plus 3 arithmetic math
functions -
PC and printer Connectivity RS232, LAN, USB
Host Port, USB Device Port.
20
009/ITCS
/ECL/03
REGULATED DC POWER SUPPLIES
(30V,3A)
Specifications:
Triple-Output DC Power Supply,
30V/3A(Variable) 12V/0.5A(Fixed),
5V/0.5A(Fixed) Digital Volt and Ampere meters.
Fine and course voltage adjustment 0-30V
Current adjustment: 0-3A.
40
009/ITCS
/ECL/04
FUNCTION GENERATORS (3MHZ)
Specifications:
Generates Sine, Triangle & Square waveforms
from 0.5Hz to 3MHz 20Vpp output into open
circuit (10Vpp into 50 Ohms)
TTL Output <30nS
Voltage Control Generator (VCG) input
100% DC offset
Variable amplitude output plus 20dB attenuator
Frequency Characteristics
Waveforms: Sine, Square, Triangle, Ramp,
20
215
±Pulse Tuning Range: Variable Multiplication
factor Resolution: 0.01Hz
Operating Modes Normal, Sweep, VCF
Output Characteristics
Impedance: 50 ±2%
Attenuation:-40dB ±2%
DC Offset: Variable: ±10V open circuit, ±5V
into 50 ohms
Sine Wave Distortion: Less than 2% (1Hz -
100kHz)
Harmonic Ratio: <30dB, 100kHz to 3MHz
Frequency Response: <0.1dB, up to 100kHz,
<1dB, 100kHz to 3MHz.
Triangular Wave
Symmetry: 50%
Frequency Range: 0.5Hz to 3.5MHz
Symmetry: 80% (Rise Wave) to 20% (Fall
Wave) <5%, 1Hz to 100kHz Rising Wave
linearity: <2%, 1Hz to 100kHz
Square Wave
Symmetry: 50% <2%, 1Hz to 100kHz
Rise Time: <90nS, (20Vp-p, No Load)
009/ITCS
/ECL/05
DIGITAL MULTIMETER
Specifications:
Minimum Performance Characteristics
AC Volts: 200mV — 750V
DC Volts: 200mV — 750V
AC Current: 2001A — 10A
DC Current: 2001A — 10A
Resistance: 200ohm — 20M ohm
Frequency: 2KHz — 10MHz
Capacitance: 2nf — 20uf
10
009/ITCS
/ECL/06
ANALOG MULTIMETERS
Specifications:
Minimum Performance Characteristics
Power Supply: 2x1.5V (UM-3), 1x9V
DC V Range: 0.1 V to 1000V
AC V Range: 10V to 750V
R- Range: X1, X10, X100, X1K, X10K
DC A: 50uA to 10A
Diode and fuse Protection
10
009/ITCS
/ECL/07
SOLDERING STATIONS
Specifications:
Minimum Performance Characteristics
10
216
Soldering station consists of Soldering Iron,
Protective stand, with temperature control. Tip
cleaning foam.
• Temperature range 200-4802C
• Temperature stability ±12C at idle
temperature
Soldering Iron
• Power consumption 40W (26V)
Heating element Ceramic heater
009/ITCS
/ME/01
DESKTOP COMPUTER
Specifications:
1. DELL Core i7, Intel 6th generation Q170
Chipset.
2. 8-GB DDR4 SD-RAM, Non-ECC dual-
channel 2133 MHz.
3. 1TB 7200 rpm Hard Drive (WD).
4. Standard Branded Keyboard and mouse.
5. USB ports 3.0 and 2.0 sported.
6. HDMI in and out sported.
7. Audio in/out port sported.
8. 45-RJ Ethernet Port.
9. 802.11a/b/g/n.
15
009/ITCS
/ME/02
LASER PRINTER
Specifications:
1) Print Quality up to 1200*1200dpi
2) Resolution Technology 600dpi
3) Print Technology Laser, Processor Speed 800
MHz
4) Memory 256 MB
5) Display 3.5" (8.89 cm) touchscreen control
panel, CGD (Color Graphic Display)
6) Connectivity
i) 1 Hi-Speed USB 2.0
ii) 1 Host USB
iii) 1 Ethernet 10/100/1000T network
iv) 1 Walk-up USB
v) 1 Wireless 802.11b/g/n
10
009/ITCS
/ME/03
PRINTER (HEAVY DUTY)
Specifications:
1) Resolution (black) Up to 1200 x 1200 dpi
2) Print Technology Laser
3) Display 3.5" (8.89 cm) touchscreen, LCD
(color graphics)
05
217
4) Processor speed 800 MHz
5) Connectivity 1 Hi-Speed USB 2.0 Device; 1
Hi-Speed USB 2.0 Host; 1 Gigabit Ethernet
10/100/1000Base-TX; 1 Telecom; 1 Phone
6) Memory 256 MB
7) Print speed (Up to 40 ppm)
8) Print technology (Laser)
9) Display (8" color touchscreen)
10) Processor speed (1.2 GHz)
11) Connectivity
i. 2 Hi-Speed USB 2.0 Host
ii. 1 Hi-Speed USB 2.0 Device
iii. 1 Gigabit/Fast Ethernet 10/100/1000Base-
TX network
iv. Hardware Integration Pocket
v. Fax
12) Memory card compatibility (DDR3 Memory
DIMM)
13) Memory, standard (1.25 GB (printer), 500
MB (scanner))
14) Maximum memory (2.0 GB (printer), 500
MB (scanner))
15) Fax transmission speed (3 sec per page)
16) Fax resolution (Up to 300 x 300 dpi (400 x
400 dpi for received faxes only))
17) Copy resolution (black text) (Up to 600 x 600
dpi (flatbed), 600 x 450 dpi (ADF))
18) Copy resolution (color text and graphics) (Up
to 600 x 600 dpi (flatbed), 300 x 600 dpi
(ADF))
009/ITCS
/ME/04
PHOTO COPIER
Specifications:
Warm up time: 10 seconds
First output speed: 6.5 seconds
Continuous output speed: 20
Memory: 128 MB
Dimensions (WxDxH): 586.8 X 568 X
430.5
Power Source: 220V-240V, 50/60Hz
Paper Input Capacity: Standard: 1 x 250-
sheet paper tray, 100-sheet multi-bypass tray
Maximum: 1350 Sheets
Recommended paper size Paper
tray(s): A5 - A3, Bypass tray: A6 - A3
Paper Output Capacity: Maximum: 350
sheets
Paper Weight: Paper tray(s): 60-105 g/²
01
218
Bypass tray: 60-162 g/²
Duplex unit: 64-90 g/²
Copying Process: Laser beam scanning and
electro photographic printing:
Multiple Copies: Up to 99 copies
Resolutions 600 dpi
Zoom: From 50 to 200%
Languages: GDI
Resolutions: 600 x 600 dpi
Interface: Standard: USB 2.0
Option: Ethernet 10 base-T / 100 base-TX
Network protocol: TCP/IP (IPv4), IPP
Supported Environments: Windows®
XP/Vista/7/Server2003/Server 2008/ Server 2008
R2/ Open SUSE(KDE & Gnome) / Ubuntu
(Gnome)/ Ubuntu(KDE)
009/ITCS
/ME/05
WIRELESS ROUTER
Specifications:
Linksys WRT1900ACS Dual-Band Gigabit Wi-
Fi
1) Wi-Fi Technology:
AC1900 Dual-band Gigabit, 600+1300 Mbps
2) Network Standards:
i) 802.11b
ii) 802.11a/g
iii) 802.11n
iv) 802.11ac
3) Wi-Fi Speed:
AC1900 (N600 + AC1300)
4) Wi-Fi Bands:
2.4 GHz and 5 GHz (simultaneous dual band)
5) Wi-Fi Range:
Very large homes
6) Number of Ports:
1x USB 3.0 port, 1x USB 2.0 port, 1x eSATA
port
7) Number of Ethernet Ports:
i) 1x Gigabit WAN port
ii) 4x Gigabit LAN ports
8) Antennas:
4x external, dual-band, detachable antennas
9) Processor:
1.6 GHz dual-core ARM-based
10) Memory:
128MB Flash; 512MB DDR3 RAM
11) LEDs:
Power, Internet, 2.4 GHz, 5 GHz, LAN 1–4
(10/100Mbps or 1Gbps), USB 3.0, USB 2.0,
03
219
eSATA, Wi-Fi Protected Setu.
009/ITCS
/ME/06
SERVER
Specifications:
Processor: Intel Xeon processor E5-2400 v2,
Core 10.
Processor Sockets: 2.
Internal Interconnect: Intel Quick Path
Interconnect (QPI) link: 8.0 GT/s.
Cache L2: 2.5MB per core
Cache L3: 10 MB per core (eDRAM)
RAM: 16 GB DDR3 (minimum)
HDD: 10 TB
Slots: minimum 06 PCIe Gen2, one atleast PCIe
Gen3.
Interfaces: Latest connectivity interfaces
and integrity ports.
Network Interface: High bandwidth PCI
Adapters.
CD/DVD RW (Combo).
02
009/ITCS
/NRL/01
FIXED RFID READER
Specifications:
i. ThingMagic Mercury 6
ii. High Performance, UHF 4-port reader
02
009/ITCS
/NRL/02
FIXED RFID READER
Specifications:
THINGMAGIC SARGAS RFID Reader
i. 2-Port, Networked, UHF RFID Reader
ii. 2-Port UHF RFID Reader
02
009/ITCS
/NRL/03
SENSOR HUB
Specifications:
THINGMAGIC Mercury xPRESS
i. Microcontroller based motherboard with
integrated RFID module
ii. Universal power adapter
iii. Antenna adapter cable
iv. USB cables
v. Optional Bluetooth plug-in module
(Roving Networks RN42XV)
01
220
vi. Optional WiFi plug-in module (Roving
Networks RN171XV)
vii. Optional GPS plug-in module (SkyNav
SIKM58)
viii. Optional PoE plug-in module (Thing
Magic Proprietary)
ix. Quick start Guide with links to access
hardware and software reference design
files.
Software Development Tools
i. xPRESS SDK
ii. Sample applications (Keyboard wedge
sample application is pre-loaded into
memory
Hardware Development Tools
i. Schematic diagrams
ii. Layout files
iii. Gerber files
iv. Bills of material
v. Component data sheets
009/ITCS
/NRL/04
Desktop RFID Reader
Specifications:
ThingMagic USB Pro RFID Reader include:
i. Support for EPC global Gen 2 (ISO
18000-6C) with Anti-Collision and DRM
ii. Powered by USB connection to notebook
or desktop PC
iii. ThingMagic Reader Assistant software
and applications development tools
iv. Support for full 860 to 960 MHz UHF
RFID carrier frequency range to
accommodate worldwide regulations
v. Certifiable for operation in countries
adopting FCC, ETSI, KCC, TRAI,
ACMA, SRRC regulatory specifications
(Open (Customizable) 860-960 MHz)
vi. Tag Read Rate up to 50 tags/second
vii. Tag Read Distance Up to 1.2 m (4 feet)
with internal antenna
viii. Tag read distance up to 6.1 m (20 feet)
with external 6 dBi linear polarized
01
221
external antenna
ix. Operating temperature range -40 to +60º
C with appropriate duty cycle
x. High impact plastic case
xi. Dimensions: 97 mm L x 61 mm W x 25
mm H (3.8 in L x 2.4 in W x 1.0 in H)
009/ITCS
/NRL/05
FIXED/FINISHED UHF RFID READER
DEVKIT
Specifications:
i. Reader specific power supply (as
required)
ii. Sample RFID tags
iii. Reader and antenna specific cables
iv. Antenna (included with DevKit):
M6: External wideband, 8.5 – 9.5
dBiC
Astra-EX: Integrated monostatic, 7.5
– 8.5 dBiC
Vega: External RHCP, 7.5 dBiC
USB Reader: Internal linear
polarized, 1 dBi
01
009/ITCS
/NRL/06
GPS INTERFACE MODULE
Specifications:
ThingMagic Xpress Sensor Hub Plug-in GPS
Interface Module
03
009/ITCS
/NRL/07
RFID ANTENNA (FCC)
Specifications:
MTI-MT-262006/TRH/A/K(RHCP)
02
009/ITCS
/NRL/08
ANTENNA CABLE
Specifications:
25 Feet (195 Series, RP-TNC male to RPC TNC
Male)
05
009/ITCS
/NRL/09
ANTENNA CABLE
Specifications:
20Feet (195 series, RP-TNC male to RPC TNC
Femal)
05
222
009/ITCS
/NRL/10
RFID TAG
Specifications:
Omni-ID DURA 3000
50
009/ITCS
/NRL/11 DELL XPS 15 9550-4444SLV SIGNATURE
EDITION LAPTOP
Specifications:
Display
15.6 in 4K UHD LED Infinity Edge touch
screen (3840 x 2160), 10-finger multi-touch
support
Processor
Intel Core i7-6700HQ 2.60 GHz with Intel
Turbo Boost Technology up to 3.50 GHz
Memory
16GB DDR4 2133 MHz
Hard drive size
512GB SSD
Operating system
Windows 10 Home, 64-bit
PC type
Laptop
Optical drive
None
Media drive
6-in-1 card reader
(SD/SDHC/SDIO/SDXC/SDXC with
UHS/MMC with UHS)
Audio
Waves MaxxAudio Pro
Video
NVIDIA GeForce GTX 960M with 2GB
graphics memory, Intel HD Graphics 530
Ports
2 USB 3.0 (powered) • 1 USB 3.1 Type-C
with Thunderbolt • HDMI • Headphone
output/Microphone input combo
Battery
6-cell 84WHr (up to 10 hours)*
Camera
02
223
Integrated webcam
Wireless
802.11a/g/n/ac (Miracast enabled)
Bluetooth
Bluetooth 4.1
Dimensions
14.06 x 9.27 x 0.45-0.66 in (357.00 x 235.00
x 11.00-17.00 mm)
Weight
4.50 lbs (2.04 kg)
Color
Silver
Other
Model number: XPS 9550-4444SLV • Backlit
keyboard • Precision touchpad • TPM 1.2 •
Keyboard travel: 1.3 mm • Touchpad dimensions:
105 x 80 mm • Security lock slot
009/ITCS
/NRL/12
NVIDIA TITAN X
Specifications:
GPU Engine Specs:
3584NVIDIA CUDA® Cores
1417Base Clock (MHz)
1531Boost Clock (MHz)
Memory Specs:
10 GbpsMemory Speed
12 GB GDDR5XStandard Memory Config
384-bitMemory Interface Width
480Memory Bandwidth (GB/sec)
Technology Support:
Yes Simultaneous Multi-Projection
Yes VR Ready
Yes NVIDIA Ansel
Yes - SLI HB Bridge Supported NVIDIA
SLI® Ready
Yes NVIDIA G-SYNC™-Ready
Yes NVIDIA GameStream™-Ready
3.0NVIDIA GPU Boost™
12 API with feature level 12_1Microsoft
DirectX
Yes Vulkan API
4.5OpenGL
01
224
PCIe 3.0Bus Support
Windows 7-101, Linux, FreeBSDx86OS
Certification
Display Support:
7680x4320@60HzMaximum Digital
Resolution2
DP 1.43, HDMI 2.0b, Dual Link-DVI
Standard Display Connectors
Yes Multi Monitor
2.2HDCP
Graphics Card Dimensions:
4.376"Height
10.5"Length
2-SlotWidth
Thermal and Power Specs:
94Maximum GPU Temperature (in C)
250 W Graphics Card Power (W)
600 W Recommended System Power (W)4
1 8-pin and 1 6-pinSupplementary Power
Connectors
1 - Windows 10 requires November 2015
update or newer.
2 - 7680x4320 at 60Hz RGB 8-bit with dual
Display Port connectors or 7680x4320 at
60Hz YUV420 8-bit with one Display Port
1.3 connector.
3 – Display Port 1.2 Certified, Display Port
1.3/1.4 Ready.
4 - Recommendation is made based on PC
configured with an Intel Core i7 3.2 GHz
processor. Pre-built system may require less
power depending on system configuration.
009/ITCS
/NRL/13
WSN-PRO2110CB
Specifications:
CLASSROOM KIT (Hardware + Software),
TinyOS,
SDK (Kit Detail is as follows;
i. SN21140 sensor: Sensor Nodes includes
MTS400 board and iris motes.
ii. BU2110: Base Stations
iii. XM2110CB: Processor/Radio Board
01 (Kit
Custom
izable)
12
03
03
225
iv. MDA300: Data Acquisition Board
v. MIB520: Programming Board
vi. CD Works: include user Manual, mote
view, usb driver
03
03
CD
009/ITCS
/NRL/14
ESTINET SIMULATOR
Specifications:
i. 9.0+OpenFlow 1.0&1.3+VANET without
source code
ii. Research Software Simulator
01
Note:
The components and/or equipment shall be newly manufactured, not used and refurbished or previously
used for demonstration. All the equipment shall be warranted for all necessary accessories and spare
parts for safe operation for at least 10 years from date of installation acceptance. The equipment shall
be delivered with all necessary supplies and accessories required for installation and start-up.
Installation, operator familiarization, and training for up to three analysts shall be included for all
modules. The vendor shall demonstrate and document upon installation that the system meets all
performance specifications, including the sensitivity specifications. The instrument shall not be accepted
until those performance specifications have been met. All instruments should have the specifications
mentioned in the tender.
Signature of Contractor Signature
Director Procurement
KFUEIT, Rahim Yar Khan
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Misc-027
Supply & Installation of Air Conditioners (Split Type Inverter AC)
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
TENDER DOCUMENT
TENDER No. Misc-027
Supply & Installation of Air Conditioners (Split Type Inverter AC)
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan
intends to purchase "Supply & Installation of Air Conditioners (Split Type Inverter
AC)‖ as provided at Annex „A‟. The supplier will be responsible for supply, installation,
delivery, commissioning of all specified items, wherever required, at the Khwaja
Fareed University of Engineering & Information Technology, Rahim Yar Khan. This
document provides complete instructions for bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall
include two separately sealed envelopes of Technical Proposal and
Financial Proposal before 10:30 AM on 10-04-2017. Technical Proposals will be
opened on same day at 11:00 PM in the presence of representatives of responding
bidders, if any, and Financial Proposals will be opened after completion of technical
evaluation. The exact time and place for opening of financial proposals will be
informed to technically qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director
Procurement
Khwaja Fareed University of Engineering & Information
Technology Abu Dhabi Road, Rahim Yar
Khan. Tel. # 068-5882420
2.3. Any queries regarding this proposal should be directed to the designated
Technical
Contact Person listed
below.
Dr. Zaheer Ahmed, Tel. # 068-5882420, Email: [email protected]
2.4. All bids must be submitted by filling the Annex „B‟. Same should be enclosed in
the financial proposal. Bidder must use the same numbers and labels used in
this
Request for
Proposal.
2.5. The original Tender Document duly signed and officially sealed by the bidder
must be submitted in whole with the proposals. Any conditional, ambiguous,
incomplete, supplementary or revised offer after the opening of tender shall not be
entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their
technical proposals in the order given below:
i. The Name and Address
ii. Profile of company (Including Financial Profile)
iii. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
iv. Detailed product information
v. Copy of National Tax Registration Certificate
vi. Copy of Sales Tax Registration Certificate
vii. Bank letter of financial standing
viii. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding
and to supply equipment. Failure to submit such affidavit may lead to
disqualification.
ix. Any additional information the bidder may like to furnish e.g.
repair/maintenance other concerned facility
x. Detailed item specifications corresponding to the BOQ as given at Annex „A‟
xi. Detailed project implementation schedule which includes the delivery of
items mentioned in the BOQ
xii. Signed and stamped Tender document
xiii. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
i. Equipment prices duly entered on the form in the attached BOQ
ii. Validity period of the quoted price
iii. Any other Terms and Conditions
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/
Manufacturer and in case of Manufacturer; they should have a documentary proof to
the effect that they are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes
& Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall
not be considered without Earnest Money. Bank guarantee will not be accepted.
Bank draft for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks
after announcement of award and returned to successful bidder after signing the
contract. If the selected bidder fails to sign the contract with in stipulated time,
Earnest Money will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided
by the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of
the contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid
for 12 months beyond delivery period. This performance guarantee will be released
after the completion of warranty/guarantee period, along with the satisfactory
completion report which will be intimated to the Seller and the Director Procurement
KFUEIT, Rahim Yar Khan for their onward issuance of No Objection Certificate
(NOC) for the release of performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all
proposals without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the
allocated funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all
concerned and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions /
specifications of the Tender Document with written intimation to all the participants
who have purchased the Tender Document.
5.11. Delivery period will be 45 days from the date of issuance of purchase
order/supply order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with
the terms and conditions laid down in the contract, the Performance Guarantee
shall be
forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject the
item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by delay in
the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national and
international laws.
5.17. In case any supplies/material is found not in conformity with the specifications
provided in the tender, either on account of inferior quality, defective workmanship,
faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier
will replace the same free of charges or pay the full cost of replacement.
5.18. All the proposals submitted will become the property of the University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of the
original offer within the validity period shall entitle the KFUEIT Rahim Yar Khan to
forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan and/or putting a
ban on the future inquires or taking any other suitable action against the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University of
Engineering & Information Technology, Rahim Yar Khan during the office hours with a
copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from the
current production and covered under normal warranty/guarantee etc. as mentioned in the
quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex „C‟ for reference. Technical evaluation process may include, but
not limited to the consideration of the following with respect to the functional requirements
given ahead:
a. Technical specifications of proposed item
b. Company Profile
I. Age of the company
II. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms &
Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature………………………………………………………………………………
Stamp………………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ………………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
Annex „A‟
Supply & Installation of Air Conditioners (Split Type Inverter AC)
Sr. No Item Name Specifications/Minimum Requirements Qty.
01 Supply and
Installation of Air
Conditioners (Split
Type Inverter AC)
Air Conditioners with following equivalent/better
specification is required:
Air Conditioner (AC)
Additional Features
Wall Mounted Spilt Air Conditioner
Energy efficient with high EER
Auto Restart / Auto Sleep
Copper Pipe
Memory Function
Quiet Design
Dry Mould Proof
Multi Fan Speed
Copper Condenser; golden fins with inner groove copper
tube
High Quality Compressor
Full cooling Watts
Fins Cure
Reserve Crystalline Technology
Evaporator; hydrophilic fins with inner groove copper
tube
Cool technology providers instant to user by focusing on
cooling the living space through smart airflow and 2 times
faster vertical air swing
Activated by a one touch key on the remote controller
Room cooled up to 28 percent faster and saves energy up
to 26 percent
3M micro protection filter traps harmful microscopes
substances through strong electronic charge on its surface
thus ensuring clean air and enhanced cooling
Technical Specifications
Cooling Capacity; 1.5 Ton
Operating Current; 6.6 amp
Technology; Conventional
Cooling; 18000 btu
Aggregate Rating; 4 based on 1 votes
Electricity input; 230V/ 50Hz
Air flow rate; 5.6mm
Coefficient of performance; 3(minimum)
Noise level; Less then 45db
92
Annex „B‟
Supply & Installation of Air Conditioners (Split Type Inverter
AC)
(Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes,
installation and Shipment
charges)
01 Supply and Installation of Air
Conditioners (Split Type Inverter AC) 92
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
Annex „C‟
Company Evaluation Criteria 2. Basic Evaluation
XI. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
XII. Detailed product information
XIII. Copy of National Tax Registration Certificate
XIV. Copy of Sales Tax Registration Certificate
XV. Bank letter of financial standing
XVI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-barred by
any Government/Semi-Government Department to participate in bidding and to supply
equipment. Failure to submit such affidavit may lead to disqualification.
XVII. Valid Manufacturers authorization letter
XVIII. Detailed item specifications corresponding to the BOQ as given at Annex ‗A‘
XIX. Detailed project implementation schedule which includes the delivery of items mentioned in the
BOQ
XX. Signed and stamped Tender document
2. Detailed Evaluation (Minimum Passing Score Required is 65 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO# 027 FOR SUPPLY
& INSTALLATION OF AIR CONDITIONERS (SPLIT TYPE INVERTER AC)
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max
Marks
1 Past Performance/Experience of the Bidder (Reg.
with GST/NTN) -- 10
1.1 1 – 3 year experience 2 --
1.2 4 – 8 year experience 4 --
1.3 9 – 15 years experience 6 --
1.4 Above 15 10 --
2
Similar Projects Undertaken (Firm‟s similar
projects undertaken in Pakistan – Completion
certificate/Documentary proof/evidence required)
-- 15
2.1 More than 100 ACs 15 --
2.2 75-100 ACs 12 --
2.3 50-75 ACs 09 --
2.4 Less than 50 ACs 06 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 2 m) 4 --
4 After sale Services Available -- 15
5 Technical Evaluation of quoted items -- 50
5.1 Specification attached at Annex-A 15
5.2 Literature in printed shape attached 5
5.3 Reliability 5
5.4 Delivery schedule as per need 5
5.5 List of clients / where ACs delivered 5
5.6 Satisfactory letter from clients in favour of such ACs 5
5.7 Guarantee / Warranty (as the case may be) 5
5.8 Free Installation 5
Total -- 100
Khwaja Fareed University of Engineering &
Information Technology, Rahim Yar Khan
Tender Document
Tender No. Misc-028
Supply of Furniture Items
at
Khwaja Fareed University of Engineering
& Information Technology
Rahim Yar Khan
TENDER DOCUMENT
TENDER No. Misc-028
Supply of Furniture Items
at
Khwaja Fareed University of Engineering and Information Technology
TENDER PRICE Rs. 1000/-
Last date of submission: __________________
FOR OFFICE USE ONLY
Serial No ___________________________________________________
Sold to: M/S ______________________________________________
Date of Sale _____________________
Bank Challan No. __________________
Date __________________
1. Overview
Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan
intends to purchase "Supply of Furniture Items‖ as provided at Annex „A‟. The supplier
will be responsible for supply, installation, delivery, commissioning of all specified
items, wherever required, at the Khwaja Fareed University of Engineering & Information
Technology, Rahim Yar Khan. This document provides complete instructions for
bidders intending to participate in this Tender.
2. Instructions for Bidders
2.1. Response to the Tender (Bid) should be submitted in one part which shall
include two separately sealed envelopes of Technical Proposal and
Financial Proposal before 10:30 AM on 10-04-2017. Technical Proposals will be
opened on same day at 11:00 PM in the presence of representatives of responding
bidders, if any, and Financial Proposals will be opened after completion of technical
evaluation. The exact time and place for opening of financial proposals will be
informed to technically qualified bidders.
2.2. Responding bidder shall deliver two sealed copies of the bid. Each copy being
physically separate, bound, sealed and labeled. Proposals shall be delivered at the
address given below.
Director Procurement
Khwaja Fareed University of Engineering & Information Technology
Abu Dhabi Road, Rahim Yar Khan.
Tel. # 068-5882420
2.3. Any queries regarding this proposal should be directed to the designated
Technical Contact Person listed below.
Dr. Zaheer Ahmed, Tel. # 068-5882420, Email: [email protected]
2.4. All bids must be submitted by filling the Annex „B‟. Same should be enclosed in
the financial proposal. Bidder must use the same numbers and labels used in
this Request for Proposal.
2.5. The original Tender Document duly signed and officially sealed by the bidder
must be submitted in whole with the proposals. Any conditional, ambiguous,
incomplete, supplementary or revised offer after the opening of tender shall not be
entertained.
3. Technical Proposal Format
Bidders are required to include the following documents/information in their
technical proposals in the order given below:
xiv. The Name and Address
xv. Profile of company (Including Financial Profile)
xvi. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
xvii. Detailed product information
xviii. Copy of National Tax Registration Certificate
xix. Copy of Sales Tax Registration Certificate
xx. Bank letter of financial standing
xxi. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding
and to supply equipment. Failure to submit such affidavit may lead to
disqualification.
xxii. Any additional information the bidder may like to furnish e.g.
repair/maintenance other concerned facility
xxiii. Detailed item specifications corresponding to the BOQ as given at Annex „A‟
xxiv. Detailed project implementation schedule which includes the delivery of
items mentioned in the BOQ
xxv. Signed and stamped Tender document
xxvi. Bank Draft of the Earnest Money
4. Financial Proposal Format
Financial Proposal must include the following in the order given below:
iv. Equipment prices duly entered on the form in the attached BOQ
v. Validity period of the quoted price
vi. Any other Terms and Conditions
5. Terms & Conditions
5.1. This invitation for bids is open to all national original Manufacturers/ authorized Sole
Agents of Foreign Principals in Pakistan for supply of goods.
5.2. The bidder must possess valid authorization from the Foreign Principals/
Manufacturer and in case of Manufacturer; they should have a documentary proof to
the effect that they are original Manufacturer of the required goods.
5.3. All prices should be quoted in Pak Rupees and inclusive of all Government Taxes
& Levies.
5.4. A bank draft equal to 2% of the estimated cost should accompany the Tender as
Earnest Money drawn in favor of KFUEIT Rahim Yar Khan. The Tender shall
not be considered without Earnest Money. Bank guarantee will not be accepted.
Bank draft for Earnest Money should be placed with the Technical proposal.
5.5. Earnest Money for bidders not selected will be returned a minimum of two weeks
after announcement of award and returned to successful bidder after signing the
contract. If the selected bidder fails to sign the contract with in stipulated time,
Earnest Money will be forfeited.
5.6. A Bank draft of 5% of the total amount as Performance Guarantee will be provided
by the supplier in favor of KFUEIT, Rahim Yar Khan within 10 days after signing of
the contract on judicial stamp paper of the value PKR. 1200/-which shall remain valid
for 12 months beyond delivery period. This performance guarantee will be released
after the completion of warranty/guarantee period, along with the satisfactory
completion report which will be intimated to the Seller and the Director Procurement
KFUEIT, Rahim Yar Khan for their onward issuance of No Objection Certificate
(NOC) for the release of performance guarantee.
5.7. KFUEIT Rahim Yar Khan reserves the right to accept / reject any or all
proposals without assigning any reason thereof.
5.8. The quantity of an order may vary depending on the quoted prices and the
allocated funds.
5.9. The decision of the KFUEIT procurement committee will be binding on all
concerned and will in no case be challenged in any forum.
5.10. KFUEIT Rahim Yar Khan reserves the right to modify the conditions /
specifications of the Tender Document with written intimation to all the participants
who have purchased the Tender Document.
5.11. Delivery period will be 45 days from the date of issuance of purchase
order/supply order.
5.12. Delivery shall be completed according to the agreed upon schedule.
5.13. In case the selected bidder fails to execute the contract strictly in accordance with
the terms and conditions laid down in the contract, the Performance Guarantee
shall be forfeited.
5.14. The University will get the item inspected at KFUEIT Rahim Yar Khan and reject
the item, if not found according to the stated specifications.
5.15. The University reserves the right to claim compensation for the losses caused by
delay in the delivery of equipment.
5.16. It is the sole responsibility of the bidder to comply with local, national
and international laws.
5.17. In case any supplies/material is found not in conformity with the
specifications provided in the tender, either on account of inferior quality, defective
workmanship, faulty design, faulty packing or is short supplied, or wrongly
supplied, the supplier will replace the same free of charges or pay the full cost of
replacement.
5.18. All the proposals submitted will become the property of the
University.
5.19. All prices should be valid for at least 60 days. Withdrawal or any modification of
the original offer within the validity period shall entitle the KFUEIT Rahim Yar
Khan to forfeit the Earnest Money in favor of the KFUEIT Rahim Yar Khan
and/or putting a ban on the future inquires or taking any other suitable action against
the bidder.
5.20. Delivery of the items will be free of charge at Khwaja Fareed University
of Engineering & Information Technology, Rahim Yar Khan during the office hours
with a copy of Delivery Challan.
5.21. Items being ordered should be brand-new and according to order specification from
the current production and covered under normal warranty/guarantee etc. as mentioned
in the quote. Brochures mentioned and product details must be attached.
6. Tender Evaluation Criteria
All bids shall be evaluated on technical and financial merit. The Company Evaluation
Criteria is attached at Annex „C‟ for reference. Technical evaluation process may include,
but not limited to the consideration of the following with respect to the functional
requirements given ahead:
c. Technical specifications of proposed item
d. Company Profile
III. Age of the company
IV. Financial strength of the bidder
Financial Evaluation process will be based on the consideration of the quoted price.
7. Undertaking
On behalf of the company it is certified that we agree to the all the Instructions and Terms
& Conditions given in this Tender Document
Name of bidder…………………………………………………………………………………
Authorized person………………………………………………………………………………...
Authorized signature……………………………………………………………………………
Stamp……………………………………………………………………………………………
Office Address……………………………………………………………………………………
Tel No ……………………………………………………………………………………………
Fax No ……………………………………………………………………………………………
Annex „A‟
Supply of Furniture Items
Sr.
No Item Name Specifications/Minimum Requirements Sample Image Qty.
01 Executive
Table with
Side Rack
Table Size: Length x Width x Height
= 1830 x 915 x 760 mm
Side Rack: Length x Width x Height
= 920 x360 x 760 mm
Top, Structure Top frame made of high
density chipboard
38 mm thick pressed with texture
Formica on both sides,
3 drawers running on imported three
step 1.2 mm thick ball
railing with soft closing effect with
upper/top drawer lockable
Shishem wood half round lipping on
all edges with through back finish with
NC. Lacquer.
Side rack made of 20 mm thick high-
density chipboard,
Pressed with Formica, on both sides,
with one shelf, shishem wood half
round lipping on all edges with
through back.
07
02 Office
Table for
Teacher/
Officers
Table Size: Length x Width x Height
= 5‟x3‟x2.5‟ ft
Top structure, through back & drawer
boxes made of high density chipboard,
Pressed with both side shisham veneer
board,
3 drawers running on imported three
step 1.2 mm thick ball
railing with soft closing effect
Upper/Top drawer lockable
Finished with nitrocellulose (NC)
lacquer
75
03 Office
Table for
Staff
Table Size: Length x Width x Height
= 4‟x2‟x2.5‟ ft
Top structure, through back & drawer
boxes made of high density chipboard,
Pressed with both side shisham veneer
board,
1 drawers running on imported three
step 1.2 mm thick ball railing with soft
closing effect
Upper/Top drawer lockable with
sliding tray in centre space
Finished with nitrocellulose (NC)
100
lacquer
04 Central
Table Size: 1200 x 600 x 450 mm H
Structure made of solid seasoned
shisham wood,
finished with NC lacquer,
5 mm thick tented glass on top,
One shelf underneath top surface made
of 5 mm thick tented glass
07
05 Office
Chair for
Teacher/
Officers
Revolving Chair with arms
Structure with arms made of heavy duty
plastic
Adjustable lumbar support
Instant seat height adjustment.
Seat/back arms cushion with best
quality foam and dark black color with
best quality raxine cushioning, Back
Rest etc.
Fixed on 5-star revolving & tilting
hydraulic pedestal
150
06 Chair for
Chairman/
HOD
Structure of solid seasoned shishem
wood
Seat /back cushioned with green
leatherette
Finished with NC lacquer
Complete with imported hydraulic
pedestal.
07
07 Office
Chair for
Staff
Revolving Chair with arms
Structure with arms made of heavy duty
plastic
Adjustable lumbar support
Instant seat height adjustment.
Seat/back arms cushion with best
quality foam and dark black color with
best quality tapestry cloth, Back Rest
etc.
Fixed on 5-star revolving & tilting
hydraulic pedestal
285
08 Visitors
Chairs for
Chairman
Office
Structure made of Solid seasoned
shishem wood
Seat back cushion with green
leatherate,
Finished with N.C. Lacquer
42
09 Visitors
Chairs for
Teachers/
Officers
Office
Structure made of Solid seasoned
shishem wood
Seat back cushion with black fine
quality rexine,
Finished with N.C. Lacquer
243
10 Steel Almirah
Steel Almirah of the size
78”x36”x18”
2 steel doors for the files/books/library
Four shelves making five
compartments,
20 gauge over all with locking
arrangement and complete in all
respect
263
11 Steel
Almirah Steel Almirah of the size
78”x36”x18”
2 steel doors for the files/books/library
with glass panel
Four shelves making five
compartments,
20 gauge over all with locking
arrangement and complete in all
respect
50
12 Steel File
Cabinet Overall Size:- 18‖ x 24‖ x 54‖(H)
Made of mild steel sheet of 20 gauge
04-Nos drawers with center locking
system
(Imported lock) having with four
handles insides with Name tags
(pockets) Outside Finished
with Silver Paint.
150
13 Rostrum
with
University
Monogra
m
Size: 765x660x1270mm H
made of high density chipboard
pressed with shishem veneer on both
sides
Two shelfs finished with
Nitrocellulose NC lacquer
42
14 Laborator
y Tables Size: 1600x800x760mm H
Top high-density chipboard pressed
with one side formica and other side
veneer
Structure made of 38x38mm 18 gauge
pipe
Finished with NC silver paint.
40
15 Stools for
Laborator
y/Worksho
p
Size: 315 x 315 x 530mm H.
Structure made of mild steel square
pipe 20x20mm 18 gauge finished with
NC silver paint seat strips made of
solid seasoned shishem wood finished
with NC lacquer
592
16 Stools for Laboratory /Workshop
Frame MS Round
18 Gauge
Seat cushioned with parachute cloth
round seat of standard size
50
17 Computer
Chairs
Revolving
Seat/back arms cushion with best
quality foam and dark blue color with
best quality tapestry cloth, Back Rest
etc.
Fixed on 5-star revolving & tilting
hydraulic pedestal
200
18 Computer
Chairs Structure mild steel sq. pipe 20x20mm
18 gauge finished with NC silver paint
Seat/back cushion with best quality
foam and light blue color with best
quality tapestry cloth, Back Rest etc.
100
19 Chair for
Students Chair structure made of mild steel
square pipe 20/20mm (Mild steel/cold
rolled IIL Karachi)
Wall thick 1.2mm. Finished with N.C.
Silver Powder coating having 20 x
20mm rubber
Shoe good quality fixed in chair legs.
Seat/back stips & tablo arm shishem
seasoned wood finished with NC
lacquer.
1150
Annex „B‟
Supply of Furniture Items (Bid Form)
Sr.
No. List of item Qty. Rate
Total Price
(inclusive of all taxes,
installation and
Shipment charges)
01 Executive Table with Side Rack 07
02 Office Table for Teacher/
Officers 75
03 Office Table for Staff 100
04 Central Table 07
05 Office Chair for Teacher/
Officers 150
06 Chair for Chairman/HOD 07
07 Office Chair for Staff 285
08 Visitors Chairs for Chairman
Office 42
09 Visitors Chairs for Teachers/
Officers Office 243
10 Steel Almirah 263
11 Steel Almirah 50
12 Steel File Cabinet 150
13 Rostrum with University
Monogram 42
14 Laboratory Tables 40
15 Stools for Laboratory/Workshop 592
16 Stools for Laboratory/Workshop 50
17 Computer Chairs Revolving 200
18 Computer Chairs 100
19 Chair for Students 1150
TOTAL: _______________________
Total In Words:
___________________________________________________________________________
Annex „C‟
Company Evaluation Criteria 3. Basic Evaluation
I. List of Previous/Current customers of related equipment, with contact person and
telephone/fax numbers.
II. Detailed product information
III. Copy of National Tax Registration Certificate
IV. Copy of Sales Tax Registration Certificate
V. Bank letter of financial standing
VI. An affidavit on Rs 100/- Stamp Paper that currently they are not black listed or de-
barred by any Government/Semi-Government Department to participate in bidding and
to supply equipment. Failure to submit such affidavit may lead to disqualification.
VII. Valid Manufacturers authorization letter
VIII. Detailed item specifications corresponding to the BOQ as given at Annex ‗A‘
IX. Detailed project implementation schedule which includes the delivery of items
mentioned in the BOQ
X. Signed and stamped Tender document
2. Detailed Evaluation (Minimum Passing Score Required is 65 Points)
TECHNICAL EVALUATION CRITERIA FOR TENDER NO# 028 FOR SUPPLY OF
FURNITURE ITEMS
Name of Item:-
Specifications are available at Annex-A
Sr. No Item Name and Description Marks Max Marks
1 (Certificate of incorporation/registration under the laws
of Pakistan – Documentary proof/evidence required) -- 10
1.1 1 – 3 year 2 --
1.2 4 – 8 year 4 --
1.3 9 – 15 years 6 --
1.4 Above 15 years 10 --
2
Similar Projects Undertaken (Firm‟s similar projects of
same scope undertaken in Pakistan – Completion
certificate/Documentary proof/evidence required) for
the amount more than Rs. 2 Million
-- 15
2.1 More than 15 projects 15 --
2.2 10-14 projects 12 --
2.3 05-09 projects 09 --
2.4 Less than 05 projects 06 --
3 Financial Position/ Status -- 10
3.1 Last sales tax paid Form 4 --
3.2 Bank Certificate (satisfactory) 2 --
3.3 Statement Worth (Min 05 m) 4 --
4
Company‟s own manufacturing facility/factory/plant
value with land, building and machinery only (audit
report, list of machine and company profile to be
attached)
-- 15
4.1 Rs. 80 Million and above 15 --
4.2 Rs. 60 Million and above 12 --
4.3 Rs. 40 Million and above 09 --
4.4 Less than Rs. 20 Million 06
5 Technical Evaluation of quoted items -- 50
5.1 Specification attached at Annex-A 10 --
5.2 Literature in printed shape attached 2.5 --
5.3 Free Sample Provision and demonstration at KFUEIT 10
5.4 Reliability 2.5 --
5.5 Delivery schedule as per need 5 --
5.6 Detail of clients / where furniture delivered 5 --
5.7 Satisfactory letter from clients in favour of such furniture 5 --
5.8 Guarantee / Warranty (as the case may be) 5 --
5.9 Free Service and Maintenance (if required) as per
requirement 5 --
Total -- 100