View
216
Download
2
Category
Preview:
Citation preview
1
Cost Rs. 500 /-
SCHEDULE OF TENDER
(ADVERTISED TENDER ENQUIRY)
ICAR–CENTRAL INSTITUTE OF POST HARVEST ENGG. &
TECHNOLOGY, PO: PAU, LUDHIANA – 141 004
Tender No. 73-1/P&S/15
Dt. 09.02.2016
For and on behalf of the Secretary, ICAR, the Director, ICAR-CIPHET invites sealed tenders under Two Bid System
(Technical and Commercial Bid) on the prescribed forms Chapter -IV and V, for the purchase of the following stores as detailed
in this schedule to tender. However, Director, ICAR-CIPHET reserves the right not to purchase any equipment.
Description of stores required Qty.
(A) MOFPI-FTL : (1) Amino Acid Analyzer (B) ICAR-National Fellow Project : (2) Fluid Bed coater/dryer (3) Membrane emulsification system (4) Multi
point stirrer (5) pH meter (6) Spray dryer (7) Main motor drive (C) DST SERB Project: (8) Compression Molding Machine (D) PHTME Testing Centre Project : (9) Dynamometer (10) Universal Testing Machine (UTM) (11) Hunter Colorimeter (12) Digital Tachometer [6 No.(3 contact type and 3 non-contact type) ] (13) Digital Hardness testing machine (Brinell type) (14) Hot Air Oven (2 nos) (15) Grain moisture meter (2 nos) (16) Digital moisture meter (17) Infrared based moisture meter (18) Fuel meter (19) Bulk Density Apparatus (20) ISI Test sieves (21) Friction and Slip Tester (22) Cone Penetrometer (Digital recording type) -2 Nos. (23) Flat bed Trolley (24) Motor operated Flat Bed Trolley (25) Spray Pattern Distribution System (26) Spray Patternator (27) Motor Operated Portable Crane (28) Sound measurement system (29) Vibration measurement system (30) Torque Measurement System (31) Metal crack detector system (32) (i) Food Grain
Silo (ii) Food Grain Silo/bin (33) (i) Centrifugal Pump Test Rig (Variable/Constant speed); (ii) Reciprocating Pump Test Rig; (iii) Pump Test Ring for centrifugal pump; (iv) Pelton Wheel Turbine Test Rig; (v) Gear Pump test Ring – One each (34) Cyclone separator (35) Tractor-Trolley (36) (i) Personal Computers (ii) I-Pad (iii) Scanner (iv) Colour Printer – One each (37) Impact Tester (38) Goniometer with computer, software and
air conditioner (E) CRP on Health Foods : (39) Vacuum oven dryer (40) Incubator-cum-shaker (41) Sonicator (42) Rotary Vaccum evaporator
AS MENTIONED
AGAINST EACH
2
2. THIS TENDER ENQUIRY HAS THE FOLLOWING CHAPTERS AND ANNEXURES:
Schedule to Tender
Chapter I : Instructions to Bidders
Chapter II : Conditions of Tender /Contract
Chapter III : Schedule of Requirement
Chapter IV : Proforma for Technical Bid
Chapter V : Proforma for financial bid
Annexure -I Performance Statement for last 3 years
Annexure-II Certificate for compliance of instructions
Annexure-III Checklist for tenders
3. You are requested to study the tender documents completely and ensure all documents and Annexures are
correctly filled in, signed and stamped where applicable and then submit your offer.
4. Tenderers are advised to carefully go through all the conditions and documents attached with this tender enquiry,
before filling in the tender. All tender documents attached with the tender are sacrosanct for considering any offer as a
complete offer. All tender documents must be duly completed, signed by authorized signatory on each page and
returned with the offer. (from Page 01 to 21)
5. This tender is not transferable.
Signature of Tenderer with office seal Sr. Admn. Officer
3
Chapter-I
Instructions to Bidders
(THIS TENDER SET IS NOT TRANSFERABLE)
1. Name of Stores : Store Section, Room No. 10
Tender Cost : Rs. 500/- (Rs. Five Hundred only) for each equipment
Those who downloaded the tender set from the ICAR-CIPHET website must submit the cost of tender through a Bank Draft/Bankers
Cheque in favour of ICAR-Unit, CIPHET payable at SBI LUDHIANA at the time of submission of tender. Tender documents submitted
without the cost of tender form will be rejected.
2. Last time & Date of Sale : 24/02/2016 upto (12.00 Noon) for S. No. 2 to 42
of Tender Document 01/03/2016 upto (12.00 Noon) for S. No. 1
3. Last Date & Time of : 24/02/2016 upto (12.00 Noon) for S. No. 2 to 42
Receipt of Tender 01/03/2016 upto (12.00 Noon) for S. No. 1
4. Time, Date & Venue of Opening : 24/02/2016 upto (12.00 Noon) for S. No. 2 to 42 in Committee Room
of Technical Bid of Tender 01/03/2016 upto (12.00 Noon) for S. No. 1 in Committee Room
5. Place of Submission of : : TENDER BOX placed in the office of the SAO Room No. 10,
Tender Documents ICAR-CIPHET, PO: PAU, Ludhiana – 141 004
i) The envelope containing tender documents must be clearly
superscribed with the Tender No., Item No., Name of Equipment, and
Date of Opening.
ii) The Institute will not be responsible for tenders submitted at any other place.
Tenders not received within the due date will not be considered under any
circumstances or for any reason.
iii) Tenderers are requested to study the tender documents completely and ensure
all documents, forms and annexure to the tender are completely and
correctly filled in, signed and stamped where applicable, all necessary
literature, brochures and pamphlets have been attached and then to submit
their offer. Incomplete tender documents shall be rejected straightway without
any reference to the tenderers. Leaving any column not filled in or with
cuttings will lead to rejection of the tender.
6. Earnest Money Deposit : Rs._______________ (Rs. ____________________________________________ only) in the
(EMD) and Validity form of crossed Demand Draft/Pay Order/Fixed Deposit receipt/Bank Guarantee in
favour of ICAR Unit CIPHET, Payable at SBI, Ludhiana from any Commercial Bank.
7. OFFER VALIDITY : 90 days from date of opening of tender.
In the absence of any indication in the tender documents submitted of the date up to
which the offer has been kept valid, it will be taken that the offer will remain open for
acceptance for the period specified in the Schedule to Tender.
8. Extension of validity & : If the validity of the tender is extended, the validity of the Earnest Money Earnest money will
also have to be suitably extended by the tenderer failing which their tender shall not be
considered by the purchaser after the expiry of the said period.
Signature of Tenderer with office seal
4
9. Eligibility for Responding : i) Only those firms should respond who are the manufacturers or authorized dealers/agents of
the stores specified in the tender specifications.
ii) The foreign manufacturers of the tendered stores will have to specify in the tender
document, details of the sales service to be provided after expiry of warranty period.
iii) Indian agents of foreign manufacturers/principal are allowed to participate in the tender
subject to the following conditions: -
a) The Indian agent will submit along with the tender documents a copy of latest authority
letter/agreement from the foreign manufacturer /principal.
b) Such agreement/authority with the foreign manufacturers/principal should be a long- term
agreement and not merely for the present tender.
c) If the agreement is only for the present tender, the offer received is liable to be rejected.
d) The Indian agent will provide details of the after sales service and post contractual support
i.e. repair, maintenance, supply of spare parts etc. that he will carry out.
e) Offers from firms whose business activities are limited to procuring items from
manufacturers, both Indian and Foreign and supplying the same to the purchaser, and having
no after sales service backup will not be entertained.
f) Where the quoting party /Indian representative claims to be subsidiary or branch office or an
authorized representative or principal foreign manufacturer /supplier in India, then a copy of
approval from RBI/Ministry concerned for operating business in India as subsidiary /branch
/liaison or joint –venture may be submitted with offer. The Indian agent of foreign
manufacturer should be enlisted with DGS&D for all items except for the prohibited items
as per the Foreign Trade Policy of Govt. of India. A copy of the current Enlistment
Certificate with DGS&D may be enclosed to the items specified for this.
g) The tenderer must submit last two years income tax return and copy of PAN Card
h) The tenderer must have latest VAT/Sales Tax Clearance certificate alongwith copy of
Registration certificate under Sales Tax.
i) The firm must have trade registration certificate
j) The tender from principal firm and authorized agent/dealer will not be accepted
together.
k) The tenderder must submit the blacklisting certificate indicated that their firm is not
blacklisted from any Govt. Organization.
10. Opening of Tender : Tendering firms can authorize a representative to be present at the opening
of the tender. The representative must bring with him a letter of authority from the firm
to be present at the opening of tender. However, in the case of Limited Tender/quotations it
is not applicable. The Limited Tender/quotations will be opened by the Committee.
10 (A) : The purchaser has the right to have a demonstration of the equipment/item in his premises. The
supplier has to abide by this condition. The demonstration has to be arranged by the supplier at
his own cost.
10 (B) : In the case of consumable materials, the firm has to provide sample(s) and in the case of
fabrication prototype has to be provided by the firm.
11. Delivery Required By : For Indian manufacturer - Within 30 days from the Date of issue of award letter or as
specified in the supply order.
For Foreign firms – 90 days from the date of opening of letter of credit (LC).
12. Terms of Delivery : For Indian\manufacturer / suppliers:-FOR ICAR-CIPHET, Ludhiana / Abohar
For Foreign manufacturer / suppliers: - On FOB/FCA Basis
13. Inspection after Receipt of Goods: The inspection will be done by the Committee in the presence of firm’s representative. The
successful tenderer will have to provide at his own cost and arrangement technically qualified
personnel at the consignee’s location for joint inspection. These personnel must be able to
unpack, assemble and demonstrate the use of the equipment fully and identified each
Part/Machines supplied. Any consumables that are essential will be provided by the supplier
free of cost.
In case of receipt of materials in damaged condition the suppliers will have to arrange
the replacement of goods free of cost. All expenses in this regard will be borne by the
supplier.
5
14. Packing & Marking : The packing and preservation of the supplied goods shall be airworthy/ seaworthy /roadworthy
(as the case may be) so that it may provide their safety during transit period. The seller shall
guarantee that the packing is strong enough to withstand the safety of the goods during
transport. The packing should satisfy the security seal in the clearing warehouse and shall carry
the fragile or other markings as required.
Each packing case shall have labels as follows:
Contract No._______________________
Consignee: Name of the
Division/Unit_________________________________
Signature of Tenderer with office seal
6
Purchaser: Director,
ICAR-CIPHET, Ludhiana – 141 004
All damages which may occur as a result of defective packing shall be borne by the seller.
15. Compliance Statement : The firms must submit compliance statement -cum- technical bid in the format given in
Chapter -IV failing which their offer will be treated as incomplete and is liable to be
rejected.
16. Earnest /Security Deposit : Rs.________________ (Rs._____________________________________only) to be deposited
alongwith Technical bid. in the form of Crossed Demand Draft/Pay Order/ Fixed Deposit
receipt/ Bank Guarantee in the name of the ICAR Unit CIPHET, payable at SBI Ludhiana
from any Commercial Bank. No other form of deposit will be accepted.
There will be no exemption for paying earnest money. However, Firms registered with the
Central Purchase Organization/NSIC only are exempt from submitting bids without EMD
(proof of registration must be attached therefore without which it will not be considered).
In case, therefore, if any tenderer fails to deposit the Earned Money the tender will be rejected
straightway.
EMD, Tender Fee and technical specification must be enclosed separately with
each tender item. The collectively for the same will not be considered for
consolidated item.
17. Guarantee/Warranty : Comprehensive onsite warranty is required. Warranty Terms period will start from the date of
installation of items. In case at installation stores/part of stores are found defective /damaged
during or after delivery to consignee, the suppliers will replace or repair the store under
warranty at consignee’s location in India free of cost or if any case it is required to sent back to
the foreign manufacturer. Bank Guarantee equivalent to the cost of equipment is required to be
submitted before lifting the store. All expenses in this regard will be borne by the supplier.
18. Performance Security : The successful bidder will have to submit a Performance security of equivalent to 10% of
the Contract /Order value before the issue of award letter valid till 60 days + the period of
expiry of the Warranty/ Guarantee period in shape of crossed Demand Draft/Pay order/Fixed
Deposit Receipt/Bank Guarantee from a commercial bank in favour of the ICAR Unit
CIPHET, payable at SBI Ludhiana. The performance security will remain valid till expiry of
warranty period. This will be released beyond 60 days after completion of warranty period.
19. Liquidated Damages : In case the firm does not complete the supply within the laid down agreed delivery period as
per contract, liquidated damages will be charged @ 0.5% per week or part thereof subject to a
maximum of 10% of the contract value. However, the Institute reserves the right to either
further extend or cancel the contract after expiry of delivery date and recover the liquidated
damages from the dues of the firm by legal means.
20. Dispute settlement : The dispute arising out of this contract shall be subject to the jurisdiction of Indian laws &
court at Ludhiana. Sole arbitrator is appointed by the Secretary, ICAR, New Delhi. His
decision will be final and binding to both parties (Supplier and Purchaser).
21. Submission of the proposal : The tenderers must submit the tenders in TWO BID SYSTEM
(A) TWO BID SYSTEM i) The tenderers should submit the tenders in TWO BID SYSTEM i.e. the Tenderers should
give the price bid as per Chapter -V in a separate sealed cover and the technical details/
bid as per Chapter -IV in a separate sealed cover along with detailed specifications of the
store offered supported by leaflets, Brochure, if any.
ii) Both the above mentioned cover should be sealed separately and thereafter be kept in
one big cover and again sealed.
iii) This big cover should also be superscribed with the Tender No., Stores and date of
Tender opening.
iv) Composite bid i.e. rates indicated in the technical bid openly in tender is liable to be
ignored.
v) Only the first cover i.e. Technical Bid shall be opened on the date of tender opening.
vi) Price bids of only those offers, which will be technically acceptable, will be opened
subsequently.
Signature of Tenderer with office seal
7
A. TECHNICAL BID
a) The FIRST COVER should contain the following:
i) Tender documents duly completed and signed but WITHOUT INDICATING THE
RATE QUOTED.
ii) The technical details of the models offered along with the supporting original technical
literature, leaflets, brochures etc. as per Chapter-IV
iii) Earnest Money
iv) Cost of tender form Rs. 500/- for each equipment if downloaded from website.
v) Details of supplies of similar equipment as per Annexure-III along with copies of supply
orders.
vi) Latest agreement /authorization from the foreign firms in case Indian agent is submitting
tender on its behalf.
vii) Trade registration certificate from the RBI/Ministry/department concerned.
viii) Last two income tax return and copy of PAN card.
ix) Latest Sales Tax clearance certificate alongwith copy of Registration
Certificate under Sales Tax.
x) Technical bulletin with specifications clearly stated with model.
B. SECOND COVER should contain the following:
i) Details of rates, taxes, duties, discounts, if any, quoted by the bidder, should be submitted as
per Chapter-V.
ii) Any documents in support of price bid.
iii) For Indian manufacturer rate should be at F.O.R. destination.
iv) For foreign supplier rates should be at FOB basis.
NOTE: a) The word “TECHNICAL BID” should be written clearly and prominently on the
first cover, name of stores and date of opening. Similarly, the word “PRICE BID” should be
written clearly and prominently on the second envelop along with, Name of Store.
b) Full name and status of the person signing the tender documents must be clearly mentioned
in the Tenders.
(B) Single Bid System The bid is to be submitted in single bid system in the case of consumable/ spares /other
goods/fabricated goods etc.
(C) Quotation/Tender unsealed or having overwriting and cutting without proper
attestation and signature will not be considered.
22. Evaluation of the Proposal : A two stage procedure will normally be adopted: -
i) Stage-I:
a) Evaluation of Technical Bids to assess their suitability against the laid down parameters.
b) Tenderers must ensure that they enclose all original technical literature and detailed
documentary proofs which specifically bring out the compliance of the equipment being
offered against the specifications. If necessary the Tenderers may be directed to give a
presentation for evaluation by a technical committee constituted for the purpose.
c) In case it is not possible to verify compliance of equipment as per technical bid due to lack
of adequate documents, in original no reference will be made to tenderer and the bid will not
be considered further and treated as cancelled.
ii) Stage-II
Financial Evaluation
a) The price bids of only those firms found meetings the laid down specifications at stage I
shall be opened, evaluated and considered further.
III) It is in the tenderers interest to include all relevant and detailed technical data as
supporting documents along with their bid.
8
23. Mode of Payment : A. FOR INDIGENOUS SUPPLIES: -
Payment on bill basis after supply, satisfactory installation, commissioning and performance of
the equipment at Ludhiana/Abohar and after certification by our Scientists concerned.
B. FOR IMPORTS: - The payment shall be made through irrevocable Letter of Credit (L.C.).
90% net FOB/FCA prices will be paid against invoice, inspection certificate (where
applicable), shipping documents etc. and balance within 21 – 30 days of successful installation
and commissioning at the consignee’s premises and acceptance by the consignee. Entire 100%
agency commission will be paid after all other payments have been made to the supplier in
terms of the contract. Payment to the Indian agent will strictly be made in Indian rupees after
satisfactorily commissioning of equipment.
All bank charges outside India will be borne by the supplier. In case the delivery date of the
contract is extended to take care of delay in supply, for which the suppler is responsible, the
tenure of the letter of credit so extended, the expense incurred therefore such extension is to be
borne by the supplier.
24. A legal agreement/contract shall be executed with the contractor/firm by the Institute before installation of all/any type of
instrument/machine as per the instructions of the Indian Council of Agricultural Research (ICAR).
Signature of Tenderer with office seal
9
25. Training : THE TENDERERS SHALL PROVIDE TRAINING TO THE USER AS PER
THE TERMS & CONDITIONS OF THE CONTRACT AS HAS BEEN
SPECIFIED IN TECHNICAL & FINANCIAL BIDS FREE OF COST AT THE
TIME OF INSTALLATION/COMMISSION OF EQUIPMENT AT THE
CONSIGNEES/ USERS LOCATION. AS SPECIFIED BY THE PURCHASER.
ALL EXPENSES IN THIS REGARD WILL BE BORNE BY THE SUPPLIER.
26. Insurance : As applicable in the case of imported goods.
For indigenous item it will be responsibility of the supplier to supply the
material in good condition on FOR basis without involving the risk of the
purchaser.
CHAPTER-II
CONDITIONS OF TENDER/CONTRACT
1. All annexures, attached with the Tender should be duly filled in and supported with requisite documents for considering any offer as
a complete offer.
2. Director, ICAR-CIPHET, Ludhiana, reserves the right to cancel/reject any or all the tenders without assigning any reason.
3. Director, ICAR-CIPHET, Ludhiana, also reserves the right not to purchase any equipment mentioned in the tender.
In case of open tender form downloaded from website tenderers must enclose Demand Draft of tender cost Rs. 500/- (Rs. Five
Hundred only) in favour of ICAR Unit CIPHET payable at SBI, Ludhiana for each equipment. The tender received without required
Bank Draft shall be rejected.
4. EARNEST MONEY DEPOSIT:- EMD of Rs._________ (Rs. __________________________________ only) must be deposited in
the form of crossed Demand Draft/Pay Order / fixed deposit receipt/ Bank Guarantee in favour of ICAR Unit CIPHET payable at SBI,
Ludhiana from any Commercial Bank. No other form of deposit will be accepted. Technical bid without supported with earnest
money, therefore will be rejected.
There will be no exemption for paying earnest money. However, Firms registered with the Central Purchase Organization/NSIC only
are exempt from submitting bids without EMD (proof of registration must be attached therefore without which it will not be
considered).
a) No interest shall be payable by the purchaser on the EMD deposited by the tenderer.
b) The EMD deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates from the
tender in any respect within the period of validity of his tender.
c) If the successful tenderer fails to furnish the performance security as required in the contract within the stipulated
period, the Earnest Money shall be liable to be forfeited by the purchaser.
d) EMD of the unsuccessful tenders shall be returned after finalization of tender.
5. The firm must supply the user list and latest client satisfaction certificate of the equipment to the IIT’s, IISC and ICAR
Institutes, otherwise tender will not be considered.
6. GUARANTEE/WARRANTY
I. Except otherwise provided in the invitation to tender the contractor hereby declares that the
goods/stores/articles/equipment sold/supplies to the purchaser/consignee under this contract shall be of best
quality and workmanship and new in all respects and shall be strictly in accordance with the specification and
particulars mentioned/contained in the contract. The contractor hereby guarantees that the said
goods/stores/articles would continue to confirm to the description and quality aforesaid for a period of Twenty
Four months from the date of receipt of goods/articles/equipment in good condition at site by the consignees in
case of supply contract and Twenty Four months from the date of installation and satisfactory taking over of the
goods/stores/articles/equipment at site by consignee where installation and commission is involved and
notwithstanding the fact that the purchase /inspection authority has inspected and/or approved the said
goods/stores/articles equipment or such if during the 24 months the said goods/stores/articles/equipment be
discovered not to confirm to the description and quality aforesaid or not giving satisfactory performance or have
deteriorated and the decision of the purchase /consignee in that behalf shall be final and biding on the
contractor/seller and the purchaser shall be entitled to call upon the contractor/seller to rectify the
goods/stores/articles/equipment or such specified period as may be allowed by the purchaser in his discretion
10
on application made thereof by the contractor/seller, and in such an event, the above period shall apply to the
goods/stores/articles/equipment rectified from the date of rectification mentioned in the warranty thereof,
otherwise the contractor/seller shall pay the purchaser such compensation as may arise by reason of the breach
of warranty therein contained.
II. Guarantee that they will supply the spare parts, if and when required on agreed basis for an agreed price. The
agreed basis could be and including but without limitation an agreed discount on the catalogue price or an agreed
percentage of profit on landed cost.
III. Warranty to the effect that before going out of production for the spare parts they will give adequate advance
notice to the purchaser of the equipment so that the later may undertake the balance of lifetime requirements.
NOTE: - In case of any discrepancy in the period of guarantee/ warranty mentioned anywhere else in this
Tender document, the stipulations as mentioned in the chapter III (specification of the equipment/ item to
be purchased ) would prevail.
7. Price: - The price quoted shall be on firm and fixed basis and should be reasonable living no scope for any further
negotiation on price.
A. For goods manufactured in India: - on FOR basis (including all kind of charges and taxes)
i) Installation commissioning charges, if any
B. For goods manufacture abroad: - The price of the goods should be quoted on FOB basis excluding the Indian
agent commission if any.
Installation commissioning charges, if any
The Institute is exempted from payment of excise duty. Hence, excise duty will not be paid to the firm.
Sales tax we are not authorized to issue Sales Tax Form C&D;
The Institute is exempted from payment of Custom Duty
7 (A) AMC of Equipment: After the warranty/Guarantee term is over, the firm should mention the charges of AMC atleast for first three
years.
NOTE: - In case of any discrepancy in the period of and/or AMC mentioned anywhere else in this Tender document,
the stipulations as mentioned in the chapter III (specification of the equipment/ item to be purchased) would
prevail.
8. Penalty for use of undue influence:-
The seller should undertake that he has not given offered or promised to give directly or indirectly any gift,
consideration, reward, commission, fees brokerage of inducement to any person in service of the Purchaser or
otherwise in procuring, the contract or forbearing top do or for having done or for borne to do any act in relation or
execution of the contract or any other contracts with the Institute for showing or for bearing to show favour or
disfavor to any person in relation to the contract or any other contract in the ICAR-CIPHET. Any breach of the
aforesaid undertaking by the seller or any one employed by him or acting his behalf whether with or without the
knowledge the seller or the commission of any offers by the seller or any one employed or acting on his behalf, as
defined in Chapter-IX of the IPC, 1860 or the Prevention of Corruption Act, 1947 or any other Act enacted for the
Prevention of Corruption shell entitle the purchase to cancel the contract and all or any other contract with the
Institute seller and recover from the seller the amount of any loss arising from such cancellation. A decision of the
purchaser or his nominee to the effect that a breach of the undertaking had been committed shall be final and
binding on the seller.
Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the seller towards
any officer /employee of the purchaser or to any other person in a position to influence any officer /employees of
the purchaser for showing any favour in relation to this or any other contract sell render
9. LAWS GOVERNING THE CONTRACTS : - The contracts shall be governed by the laws of India for the time
being in force. The contract shall be interpreted in accordance with these laws.
10. Jurisdiction of Court: - The court of the Ludhiana shall have a Jurisdiction to decide any dispute arising out of
or in respect of contract.
11. Force Majeure Clause : - The Supplier shall not be liable for forfeiture of its performance security, liquidated
damages or termination for default, if and to the extent that, it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force Majeure. For purposes of this Clause, “Force
Majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence
and not foreseeable. Such event may include, but are not limited to, acts of the Purchaser either in its sovereign
or contractual capacity, wars or revolutions, fires, floods. Epidemics, quarantine restrictions, strikes, lockout or
any act of war. Notice of the happening of any such event is given by either party to the other within 15 days
from the date of occurring thereof. However either party at its discretion can terminate the contract in such
cases.
11
12. Termination of contracts:- Time shall be the essence of the contract. The purchaser shall have the right to
terminate the contract without any notice in part or in full in any of the following cases.
a) The delivery of the material is delayed for causes not attributed to Force Majeure after the scheduled date of
delivery.
b) The seller is declared bankrupt or becomes insolvent.
c) The delivery material is delayed due to causes of Force Majeure by more than reasonable time.
d) In case Performance Security is not furnished within the time period specified by the purchaser.
Supply in the case of successful Tenderer should strictly confirm to the specifications of the equipment being
purchased.
Any change in Address /Telephone/Fax/e-mail of the tenderer should immediately be informed. The state of non-
communication by the firm will make the offer liable for rejection.
13. The successful bidder will have to provide the original proforma invoice from the foreign principal (duly signed in
ink), in case of imported item/equipment, within 15 days of the date of receipt of purchase order, otherwise the
purchase order will automatically stand cancelled without any further communication.
14. Govt. Regulations: - It shall also be confirmed that there are no Govt. restrictions or limitation in the country of
the supplier or countries from which sub-components are being procured and/or for the export of any part of the
system being supplied. Supplies/Contracts shall provide a certificate this effect.
15. Late /Delayed tenders shall not be considered at all. These will be returned to the firm as it is at their expenses.
Post tender revision/correction shall also not be considered.
16. Acceptance or rejection of offer: - The Director, ICAR-CIPHET, Ludhiana reserves the right to accept or reject
any tender in part or full without assigning any reason thereof. The successful bidder should submit order
acceptance letter within 10 days from the date of issue.
17. Page Numbering & Signatures: - Every page of the tender must be numbered and signed by the authorized
signatory giving his/her name and designation below the signature.
18. In case of imported equipments, the tenderer will have to submit Tax Residency Certificate and no
permanent establishment in India certificate. If there is permanent establishment in India, then bidder will
have to pay TDS as per rules.
Signature of Tenderer with office seal Sr. Admn. Officer
12
Chapter-III
ICAR-CIPHET, Ludhiana
Specification of the equipment / item (in detail) to be purchased.
1
2
3
4
5
6
Signature of Tenderer with office seal
13
Chapter-IV
ICAR-CIPHET, Ludhiana
TECHNICAL BIDS
(To be sealed in separate Cover)
Specification of the equipment / item(in detail) to be purchased.
S.N
Details of Technical Specifications
Whether
complied
with
YES/NO
If yes, please
attach Tech
literature of the
equipment duly
printed &
clearly specify
page No of
Bulletin which
specifically
confirm this
If no, attach
deviation
statement
Remark
s (if any)
N.B.:- All the bidders are requested to provide true statement in the columns. Concealing of facts will liable to be
rejected the tender completely. No communication will be made in this regard.
All the bidders are requested to submit the copies of all the supporting documents separately if they are
participating in more than one equipment.
Signature of Tenderer with office seal
14
Chapter-V
ICAR-CIPHET, Ludhiana
PROFORMA FOR PRICE BID
(Compulsory to be filled up with details by the bidder& sealed in
separate cover)
S.
No
Details of Specifications Rate/Unit Net Price
1.
2.
3.
4.
5.
6. Optional accessory
I) Ex factory price offer (excluding agency commission, to be
invariably separately shown and if nothing is claimed reasons thereof
must be indicated failing which the bid will not be considered)
II) Training Cost, if any
Packaging & handling charges
FOB Price excluding agency commission
Any payment to be paid in Indian Rupees towards agency commission,
supply of Indian made item and other charges like VAT /S.T.
Name of items: -
1.__________________________________
2.__________________________________
3.__________________________________
4.__________________________________
VAT + S.T.__________________________
Total
*Components to be supplied locally to be clearly indicated.
Signature of Tenderer with office seal
15
Annexure-I
PERFORMANCE STATEMENT FOR LAST 3 YEARS Must be enclosed of all the quoted equipments, otherwise the tender will not be
considered.
S.
No.
Name of the
items
Name of the
office by whom
order was placed
Order No. &
date (Please
enclose copy
of supply
orders)
Value of
supply
order
Delivered in
time or not
If not
please
specify
the
reason
Attach
satisfactory
working
report from
each office
(Yes/No)
Signature of Tenderer with office seal
16
Annexure-II
CERTIFICATE TO BE SIGNED BY THE TENDERER
CERTIFICATE
It is certified that I have read and understood and will comply all instructions contained in tender
enquiry and its schedule. All pages of schedule to tender from page ____________________ to
___________________ have been filled properly and signed.
Signature of tenderer: -_____________________
Name in block letters: _____________________
Name of firm:_____________________________
Full address:______________________________
______________________________
______________________________
______________________________
i) Telephone No._______________________
ii) Mobile No.__________________________
iii) Fax No._____________________________
iv) Email id____________________________
v) Website____________________________
Signature of Tenderer with office seal
17
Annexure-III
Check list for Tenderers
Before submission of tender documents, Tenderers should check they have complied with the following
requirements: -
Sl. No. Requirements to be checked before submission of the tender Compiled
(Please indicate)
Yes after
complying with the
requirement)
1. Cost of Tender has been enclosed with tender document, if downloaded from website. If not, then
supporting documents proving exemption to this enclosed.
2. Earnest money Deposit (EMD) has been enclosed.
3. Copy of valid enlistment certificate with DGS&D in the case of Indian Agent enclosed only in case
the bid is for item falling in the restricted list of the Export & Import Policy of Govt. of India.
4. Copy of trade registration certificate from the RBI /Ministry or department concerned in the case
of foreign subsidiary firm
5. Enclose sales tax registration certificate and PAN No.
6. Complete tender documents have been enclosed, after signature & stamping on ALL pages.
7. Signatures of witness with full name and address have been added whenever required on tender
document.
8. Proposal has been submitted in two bid systems – Technical Bid & separate price Bid as per tender
enquiry.
9. Offer validity as required in tender has been accepted & clearly mentioned in tender document.
10. Delivery Terms & Period as per tender have been accepted and mentioned in tender.
11. Payment Terms as per tender have been accepted and mentioned in tender.
12. Compliance statement as per chapter-IV has been enclosed along with supporting technical
documents /proof for each point/parameter clearly showing it is complied with or not.
13. Performance statement for 3 years as required in tender, in the laid down format as per annexure-I,
has been enclosed. If not, reasons to be specifically given in writing.
14. Warranty terms as per tender accepted.
15. Annexure-II regarding compliance of all conditions mentioned in the tender form has been
enclosed.
16. Status of tenderer has been clearly written in tender – manufacturer or manufactures authorized
agent. If authorized agent, valid latest agreement authority letter/agreement for the stores quoted
from the manufacturer has been enclosed.
17. Free Training on use of equipment after supply, as specified tender, has been accepted in writing.
18. Technical and financial bid along with necessary documents have been sealed in separate envelops
and both envelops again sealed in a big envelops with prescribed writing on envelops.
19. The tenderer has clearly mentioned in writing that business dealings with their firms have not been
banned by any Govt./Private agency.
20. If the tenderer wants to mention any specific condition, it must be mentioned on the
covering/forwarding letter only which will be placed on the first page of the technical bid. Such
condition mentioned in any other document shall not be given any consideration.
21. The tender from principal firm and authorized agent/dealer will not be accepted together.
Signature of Tenderer with office seal
18
Specification of the equipments
Sr. No Name of Equipment
Specifications No.
1. Amino Acid
Analyser
An automatic computer controlled ultra fast high performance
liquid chromatography system equipped with a suitable
quaternary gradient solvent delivery system with Auto sampler,
Column compartment, PDA Detector, Florescence Detector &
Data acquisition, preferably with both pre-column and post-
column derivatization assembly and setup for hydrolyzing,
purifying and concentrating food sample (Cereals, pulses,
oilseeds) before injecting into the system.
Gradient pump
Should be capable of working in Gradient operation (up
to 4 solvents) with quaternary pump
Should provide error free programming of pump
parameters including flow rates, operating pressure
limits, compressibility compensation, calibration and
diagnostics.
Online vacuum degasser for gradient operation
Programmable flow rate range: 2.0 ml/min or better
Max. operating pressure: 15000 or better
Flow precision: 0.075% RSD or less
Flow rate accuracy: ±1.0% or better
Dwell volume: < 400µL
Automatic Piston Seal washing or purging facility should be
available
The pump should have GLP features like maintenance
feedback for continuous tracking of instrument usage with
user settable limits and feedback messages
Auto sampler
Injection volume range : 0.1-10µL or more
Auto dilution & reagent transfer facility should be
available in sampler
Auto sampler with Heating (4-40 Degrees C in 0.1ºC
increment) & cooling facility
Auto sampler carryover should not be more than
0.005% RSD or better
Sample delivery precision <1.0% RSD or better
Should accommodate up to 25-100 samples
capacity or more, microplates and/or Standard vials
of 2 mL
Injection Needle Wash: Integral, active and
programmable
Fluorescence Detector
Wavelength Range: 200 – 900 nm or better (may include
photomultiplier)
Bandwidth: 20 nm or better
Wavelength Accuracy : ± 3 nm or better
19
Wavelength Repeatability: ± 0.25 nm or better
Sensitivity: S/N> 800 or more
Light Source: Hg/ Xe Lamp
Flow cell volume: 4 μL or less
Data Acquisition Rate : Upto 80 Hz or more
Photo Diode Array ( PDA) Detector
Wavelength range: 190–800 nm or better
Light source: Pre-aligned Deuterium lamp
Wavelength accuracy: +/-1 nm or better
Optical resolution : 1.2 nm or better
Peak purity software should be provided
Flow cell volume: 4 μL or less
Data acquisition rate: Upto 80 Hz or more
Column Oven
Column Temp Control: 20ºC to 80ºC or better
Temperature increment: 0.8ºC or better
Column Tracking: Electronic column information
management tracks and archives usage history
Column Temp Stability: ±0.3ºC or better
Compartment Temp Accuracy: ±0.5ºC or better
Column dimensions:Column oven should be able to
accommodate 30 cm column
Columns
C18 Analytical Column (5Micron) suitable for amino acids,
mycotoxin/ aflatoxins and vitamins– 02Nos
C18Analytical Column (2-3 Micron)-02Nos
C-8Analytical Column (5Micron)– 01Nos
All compatible accessories including Kit/cell necessary
for mycotoxins/aflatoxins analysis
Accessories and software
All accessories (including sample loops, online filters, tubings
etc.) toolkits, connections and original software to control and
operate the whole Instrument
All genuine spare parts necessary for smooth functioning of the
system should be provided
Operating Manuals
System compatible amino acid analysis kit (Minimum 100
Samples)
Kit should include standards (20 amino acids), reagents,
derivatizing reagents, tubing’s, column and solvents etc.
required for derivatization and amino acid analysis.
Sample purification kit
Sample purification kit for amino acid analysis from food matrix
(Cereals, Pulses, Oilseeds)
Supply of pre-maintenance kit
Operating conditions (Environmental)
Operating temperature range: 4.0 to 35.0 °C or better
Operating humidity range: 20% to 70% or more
20
Power requirements: 100 to 240 V AC; frequency 50 Hz or
better
Computer
Branded Dell /HP/ Lenovo/IBM Desktop computer with
original windows software (7 or higher) having Core i5
or better processor, 4GB RAM, 500GB Hard disk. DVD-
RW Drive
HP Laser printer
Online 5 KVA UPS with 30 min or more back up
Warranty
2 years of warranty from the date of installation should be
provided with the system
Training of minimum three scientists in handling and trouble
shooting of the Equipment at the supplier lab’s at company
expenses
Free of cost visit of company application expert/engineer
for method development and establishing the amino acid
analysis technique in the Institute under the warranty
period
Customer satisfactory performance certificate from
minimum 5 user of Government institutions/organisations
with installation in last 5 year
Optional
AMC for 3 years after expiry of warranty
C18 Analytical Column (5Micron) suitable for amino acids,
mycotoxin/ aflatoxins and vitamins– 02Nos
Setup for hydrolyzing, purifying and concentrating food
sample (Cereals, pulses, oilseeds) before injecting into the
system 2. Fluid Bed
coater/dryer Fluid Bed processor (a) Batch Size : 200 gm or more (up to 1 kg).
(b) Product Container : Useful volume : above 200 ml Container should be made of
transparent plastic/SS316L grade or better quality. Preferrably with portion of toughened
glass/ transparent plastic to ensure visibility of process.
(c) Spray Nozzle: Binary (Two Fluid) nozzle for atomizing liquids with nozzle aperture
size 0.4 to 1.0mm.
(d) Controls & Display : Air pressure, filter blowing pressure and temperature.
(e) Filter Cleaning: By air purging / blowing.
(f) Peristaltic Pump & Compressor : The equipment has to be supplied peristaltic pump and
compatible air compressor.
(g)Power: A/C Single/3 phase220–240V 50Hz
(h) Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
(i) User list, at least two contact details of users who can vouch for satisfactory and
continuous performance of fluid bed processor for last two years (without these the offer
may become invalid).
Test runs with food components at ICAR-CIPHET.
(j) Bidder to specify space, wattage and other utilities required
(k) GMP Compliance Preferable.
(l) Optional(with separate price):
i) Spray congealing accessory to cool molten material with cool or chilled air
ii) If bottom and top spray accessories are available, one of them to be quoted as
optional item
01
21
3. Membrane
emulsification
system
Membrane emulsification system S.S. 316 Mounted Module with S.S. Housing fitted with inlet and outlet pressure indicator
suitable for Tubular ceramic/glass membranes with suitable pump for emulsification of fats
using microfiltration membranes.
Membrane area: 0.4 - 0.5 m2
Membranes (preferably monoporous)
Glass/Ceramic tubular : 0.2 Micron Quantity: One
Glass/Ceramic tubular : 0.1 Micron Quantity: One
Glass/Ceramic tubular : 0.05 Micron Quantity: One
Warranty / Extended Warranty : 02 (two) years from the date of installation and final
acceptance
The bidder should provide other accessories like wall or piping system for individually
controlling testing units.
Test runs at ICAR-CIPHET.
Optional items: (with separate prices)
i) Completely hydrophobic MF membranes of sizes as mentioned above (to
pump oil through membrane in to water on outside for making oil in water
emulsion to encapsulate functional food ingredients)
ii) spare tubings and pressure gauges etc suitable for above module
01
4. Multi point
stirrer
-For stirring 5 or 6 beakers or flasks simultaneously without heating
-Temp.: ambient to 100°C
-Speed range : 0 – 1200 rpm
- speed control: 10 rpm steps
-Stirring quantity max. per stirring position : 300-500 ml water
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
Test runs at ICAR-CIPHET.
The bidder or his principal should have manufactured and supplied at least 10 such
systems (IITs, IISc, NITs, IISERs).
Performance certificates from at least two of above users (with contact details of users who
can vouch for satisfactory and continuous performance for last two years). Without these
the offer may become invalid.
01
5. pH meter Bench top pH meter
pH Measuring Range: -2.000 to 20.000
pH resolution: 0.001
Temp range -10 to 100 degrees
pH accuracy +/- 0.002
Calibration Points: five points
8 predefined and 1 user defined Buffer groups
Automatic Buffer recognition
Automatic, Manual & Timed endpoints format
Password protection for System settings, Login & deletion of data
Data storage of up to 1000 measurements
GLP compliant print formats
Sensors should be available with chip based memory for auto recognition and
storing calibration data
Certified IP54 for dust and water protection
Connectivity with computer for data storage
Optional sensor should be available for measuring pH in micro volumes like PCR
tubes, NMR vials,96 well plates for volumes as low as 5 µl (separate prices for all
optional items)
Optionally additional electrode to be quoted
22
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
Test runs at ICAR-CIPHET.
The bidder or his principal should have manufactured and supplied at least 10 such systems
(IITs, IISc, NITs, IISERs). Performance certificates from at least two of above users (with
contact details of users who can vouch for satisfactory and continuous performance for last
two years). Without these the offer may become invalid.
6. Spray dryer Benchtop/table top spray dryer
Capacity 100–500 ml/h
Temp. range of Inlet air 30°C–300°C
Control accuracy ± 1°C
Feed pump 30–2000 ml/h
in steps of 1% of pump capacity
controlled through PLC.
Consumption of dryer air 20–100 m3 /h
Spray system two fluid nozzles
Spray direction downwards co-current
Power A/C Single/3 phase220-240V 50Hz
Auto deblocking provision with variable timing
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
GMP Compliance
Test runs with maltodextrin solution at ICAR-CIPHET.
Performance certificates from users (IITs, NITs, IISERs) with at least two contact details of
users who can vouch for satisfactory and continuous performance of benchtop spray dryer
for last two years (without these the offer may become invalid).
Optional: Spray congealing accessory to cool molten material sprayed with cool or chilled
air (with separate price)
01
7. Main motor
drive Main motor drive to run different attachments
Main motor : 1 hp or less
Variable Speed : 0-400 rpm
Electronic/plc based control
It should be able to run different attachments such as pan coater, double cone
mixer, piston type homogenizer (for making emulsions)
A/C Single/3 phase 220-240V 50Hz
Bidder to specify space, wattage and other utilities required.
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
Optional items of compatible capacities for small lab scale i.e. up to 1 kg per batch (with
separate prices):
i. pan coater
ii. double cone mixer
iii. piston type homogenizer
Test runs at ICAR-CIPHET.
The bidder or his principal should have manufactured and supplied at least 5 such systems.
Performance certificates from at least two of above users (with contact details of users who
can vouch for satisfactory and continuous performance for last two years). Without these
the offer may become invalid.
01
8. Compression
Molding
Machine
Compression Molding Machine, both plates heated and cooled
Capacity/ Clamp Force: 20 to 50 tons
Plate size: 10” x 10” to 30” x 30”
Heated plates Between 100 to 400C with electric heatings digital PID temperature
controllers and Programmable ramping controllers, Air-cooled heat exchanger
Audible or visual alarms, Automatic transition from closing to pressing speed, Clamp area
01
23
guards with keyed interlock
Closing speed 70 IPM (approx.)
Contact gauge for quieter & more energy efficient operation
Digital display of clamp force, Electrically / Motor Operated
Electronic force control, Extended tie rods
Extra heat zones in platen(s), High speed hydraulic package
Low pressure system, Lower sliding platens, Mechanical eject
Mold heat temperature controllers and plugs, Power operated safety gate (in lieu of
standard manual gate
Pressing speed 5 IPM, Pressing speed control, Pressure relief valve with analog pressure
gauge, Shuttle platens
Tilting platens, Water cooled platens,
Work table, Pressure adjustment valves
Easy accessibility for quick maintenance
Appropriate for bio-composite sheet making and plastic sheet making.
Internally Reputed manufactures such as Wabash etc
9. Dynamomet
er
Max. Power 20-25KW/4000 to 12000RPM Max. speed @1200RPM = 1.5 BHP Max.
Torque 95N-m@1000 to 2000 RPM
The dynamometer should supply with water filter with magnetic separator - A pressure
switch, Suitable for absorbing and measuring power in both direction - Load cell weaning
mechanism
Standard Mechanical Accessories - Universal engine mounting test bed type, Cardan shaft
with guard, Dynamometer calibration kit - Magnetic pickup, Gravimetric fuel consumption
meter
Latest performance certificates from reputed institutes like IITs/NITs and other highly
reputed institutes
01
10. Universal
Testing
Machine
(UTM)
Universal Testing Machine (UTM)
Dual Column, Electromechanical universal testing machine suitable for testing tensile,
compression and flexural/ Peel testing etc. of polymers and composites, metal, concrete
blocks with or without an environmental testing chamber.
Universal Testing Machine capable to work up to 50kN on different load cells such as 2, 5,
10, 25, 30, 50 kN Load force capacities etc.
100:1 force range (i.e. use the load cell to 1.0% of capacity with no loss of accuracy)
Load accuracy of 0.5% of indicated load
500Hz data acquisition rate (appropriate compatible software)
100Hz data acquisition rate (appropriate compatible software as per company policy)
Automatic transducer recognition
Appropriate vertical test space
Computer Interface Via USB or Ethernet, Full software control, Application Software
Suitable and should be compatible with OS or Controlled by PC Must be there
Optional grips and fixtures
Optional temperature chambers but must work at Room Temperature.
Along with one 2 Ton AC with digital, remote control and stabiliser of standard make
companies.
10KVA power backup system for at least one hour of reputed company.
Latest performance certificates from reputed Institutes like IITs/NITs and other highly
reputed Institutes.
01
11. Hunter
Colorimeter
Handheld Colorimeter, about 30 mm port size; 20-30mm viewed area,
d/8 (diffuse) or 45/0 optical geometry,
30 mm to 3.0 mm measurement area,
Fully portable, one-handed operation, customisable LCD display, With 45°/0° or diffuse/8°
geometry and large area or small area view,
Displays color data, color difference data, color plot, spectral data, spectral data difference,
spectral plot, spectral difference plot, Includes all commonly used color scales and indices
Averages up to 20 sample readings
Stores: 100 standards and 800 sample measurements,
Operating Environment: 5° to 40°C, 10 % to 90 % RH, Storage Environment: -20° to
65°C, 10 % to 90 % RH.
Suitable for a wide range of sample types, fabrics, paper, powders, granules and liquids
01
24
when measured through a sample cup.
Latest performance certificates from reputed institutes like IITs/NITs and other highly
reputed institutes
12. Digital
Tachometer
Combination Contact/ Laser Photo Tachometer
Range (rpm) : 2 to10, 000 or more rpm (photo mode/contact mode)
Resolution: 0.1-0.5 rpm (< 10,000 rpm); 1-2rpm (> 10,000 rpm)
Sampling Time: 0.5- 1.0 Sec > 120-140 rpm
Accuracy: 0.05- 0.1% rdg +1 digit (photo mode/contact mode)
06 (3
contact
type
and 3
non-
contact
type)
13. Digital
Hardness
testing
machine
(Brinell
type)
Max. Load, kgf : 150, Load range, kgf: 10, 60,100,150, Initial load, kgf: 10
The testing machine confirms to IS 2281-1968 for Brinnel, Digital Hardness
testing machine, Automatic load selection, manual operation with facility of
brinnel test. With standard accessories and LCD display
01
14. Hot Air
Oven
Internal Chamber Size: approx. 600 x 600 x 900 mm
Temperature Range: up to 250°C, Housing Triple walled chamber required,
Inner and outer chamber should be made of stainless steel sheets. Inter
space in between the walls should be tightly packed with special grade glass
wool. ILS Trays / sleeves- 3 to 4 (stainless steel trays), Door Insulated
double walled door with smooth locking arrangements at the front.
Power Supply: Single / Three phase, Temperature Accuracy: ± 1 °C,
Temperature controller: Digital temp. Indicator cum Controller with
Thermocouple Timer and alarm arrangement required
Warranty: 2 years
02
15. Grain
moisture
meter
Measurement Principle: Capacitance (Di-electric)
Product calibrations: Wide variety of seed and grains
Sample volume: 200-300 ml
Measurement Range: 1-5%
Response time: Instant
Accuracy: ± 0.5%
Resolution: 0.1 - 0.2%
Temperature: 0-50°C
Humidity: 0-90%
Display: Backlit LCD
02
16. Digital
moisture
meter
Measurement Range: 5 – 100 %
Response time: Instant
Accuracy: ± 0.5%
Resolution: 0.1 - 0.2 %
Temperature: 0-50°C
Humidity: 0-90%
Display: LCD
01
17. Infrared
Based
moisture
meter
Moisture Range 0% to 100%
Measuring Accuracy of Moisture: 0.5-1.0 % Amount of Samples ≥ 0.5- 1.0
g
Weight of Measurement Samples: Up to 60 g
Readability of Moisture: 0.01- 0.02 %
Temperature Indication Ranges: Room Tempera ture to160°C
Temperature of the Sample: -40°C to 50°C
Temperature of the Working Environment: -5°C to 50°C. Relative
Humidity: ≤ 80% R.Η
Power Supply: 220 v± 10% Frequency 50 Hz ± 1Hz or so.
01
18. Fuel meter Capacity: 1 to 50 l/h with motor having capacity upto 80 kW;
Measurable Parameters: Total fuel consumption, Instant fuel consumption,
Engine operating time in various mode (idling, optimal, Overload); Display-
Electronic; protection from unauthorized interference and tampering
01
19. Bulk
Density
Bulk Density Apparatus Display: 4 digit seven segment Bright Red LED
Maximum Counts: 9999
25
Apparatus
Keyboard: 6 Soft Touch Membrane Keys
Cylinders: 2 Nos. 50/100 MI Cylinders
Drop Height: 25 mm. Approx.
Power: 230 V 10 % AC 50 Hz
Dimensions: 600×450×200 mm (Approx.) (L×B×H)
Accessories: 50 ml Cylinders - 2 Nos., Instruction Manual & Dust Cover etc
01
20. ISI Test
sieves
Frame Dia.: 8 inches
Particle Size Range: 20 µm to 40 mm
Motion: Vibratory
No. of Sieves: 12 sieves and one pan
Electric Volts: 230 V/ 50 Hz.
Material of sieves: Brass
Test sieves opening size: 20, 40, 63, 125, 250, 500 µm & 1, 2, 4, 10, 25, 40
mm
Motor Operated
Noiseless
01
21. Friction and
Slip Tester
Advanced features for measuring Automatic calculation of static and kinetic
coefficient of friction. Selectable speed from 5 to 40 cm per minute or more.
Selectable travel distance from 5 to 25 cm, Load cell: 10 newtons or so,
Digital display, storage and editing of up to 100 readings, selectable units
(COF or grams), Settable limits Statistics-average, standard deviation,
high/low results. Report printout with built in printer Graph Master ,
compatible output, Static/kinetic coefficient of friction calculated in one
operation. Direct drive arm with unique skid control Sled-connecting
mechanism ensures level pulling action.Large color display shows all results
and settings. Optional heated platen available. Measure the sliding
resistance of sheet like materials including plastic film, packaging film
laminates, paper, paperboard and coated surfaces. Paper, Flexible
Packaging, Foils, Rubber, Plastics, Wood, Linoleum, Metal, Printing,
Coatings, Composites. Includes calibration fixtures.
01
22. Cone
Penetromete
r (Digital
recording
type)
Measurement depth range: minimum 80 cm
Parameter to be measured : Depth, penetrator resistance force
Measuring accuracy : ±1%
Required all Accessories and software.
02
23. Flat bed
Trolley
Capacity, kg: 1000; Size platform(feet) (Body): Minimum 10 x 6 x 2 ft
Size of chassis: 3750 X 850 mm or higher
Size of axle: 75 x 75 mm square bar
Suspension: Leaf spring 42”[70 x 13 mm main leaf and 70 x 11
mm assembly] or strong
Platform floor MS sheet: 4 mm MS sheet
Side panel: Heavy duty box type 2.5 mm MS sheet ; Rim (disc): Center plate
lock ring type heavy duty; Tyre size: 9.00 x 20; Hydraulic cylinder capacity,
ton: 10; Braking system: As per Automotive Industry Standard (AIS) 043
with provision of service & parking brake
01
24. Motor
operated
Flat Bed
Trolley
Product Size: 1500x1000x1100 or less
Plate Size: 1300 x 1000 mm or less
Plate height: 300 mm or less
Maximum capacity: 500 kg
Motor operated
01
25. Spray
Pattern
Distribution
System
Test rig sprayer & Hand pump sprayer As per BIS Standard ; mounted on M.S.
Structure duly powder coated. The Unit Comprises of
M.S. Frame Stand with pressure gauge accumulator; Suction & discharge pipe ;
a. Sum Tank & measuring Tank, 1 HP DC motor of 1500 rpm with dimmerstat
arrangement for attaching pressure assembly to Knapsack / Hand pump Tank ;
Digital counter for stroke measurement ; Sprayer Pump ; Pressure Gauge ; Main
Switch
Test rig for foot and rocker sprayer As per BIS Standard; mounted on M.S.
01 set
26
Structure duly powder coated. The Unit Comprises of
Foot & Rocker pump on MS Frame; Pressure gauge accumulator; Suction pipe
& discharge pipe ; Sum &Measuring Tank ; Main Switch 1 HP D.C. Motor ; 4A
Dimmer State ; Hand valve arrangement for changing pump ; Stop clock; Strap
drop.
Tank impact test rig As per BIS Standard; mounted on M.S. Structure duly
powder coated. The Unit Comprises of ;
M. S. Metallic Fabricated Frame ; Double acting pneumatic Cylinder's 3 No. ;
Canti Lever Assembly ; Belt Assembly ; Test tank Assembly ; Limit switch ;
Pressure gauge ; Flow Control Valve ; Electro Pneumatic Solenoid Valve with
Air Compressor ;
Test rig for Fatigue on compression sprayer As per BIS Standard; mounted on
M.S. Structure duly powder coated. The Unit Comprises of ;
M.S. Fabricated Stand with air Compressor single cylinder single phase ; Air
filter Solenoid Valve, Three way valve, Limit switch ; Pneumatic cylinder ;
Digital counter with timer Pressure Gauge; Three separate line for three Nozzle
Test Rig for Trigger Type cut off device As per BIS Standard ; mounted on M.S.
Structure duly powder coated. The Unit Comprises of ;
M.S. Fabricated Frame 1000 X 700 X 1500 approx ; Air Compressors Single
Cylinder Single Phase;Pragmatic Cylinder ;Pressure Regulator ; Pressure Gauge
; Limit Switch ; Electrical Cut Out (6A) Solenoid Switch ;Spray Nozzle ; Unit
with Powder Coated ; STP pump with pipe Assembly.
Nozzle performance test rig. As per BIS Standard; mounted on M.S. Structure
duly powder coated.The Unit Comprises of;
M. S. Fabricated Stand Assembly ; M.S. 'V' channels Spray collecting
Assembly. glass test tube 18 No. with Oil seals for collecting spray water. ;
Rota meter (Water) Acrylic Body.
LPM 100 ; Glass test tube tiling assembly ; STP spray Nozzle ; pressure gauge.
Fabricated Structure App. Size = 900 X 700 • 1200 MM.
Spray launce pressure test rig As per BIS Standard ; mounted on M.S. Structure
duly powder coated. The Unit Comprises of;
M. S. Fabricated Stand Assembly; 1 HP DC Motor 4 A, DC Dimmer Assembly ;
Cam and Flange Assembly ; Connecting rod Assembly ; Electrical Switch ; Air
Foot Pump.
Reciprocating Pump test bench As per BIS Standard; mounted on M.S.
Structure duly powder coated. The Unit Comprises of;
Reciprocating Pump of 1 HP single phase 1500 rpm with 4A dimmer stat ;
Vacuum Gauge at suction line ; Pressure Gauge at Discharge line Measuring
input to electric Motor by Energy meter, ; Output of Pump performance can be
estimated at three different speed by using pulley; Recirculation type unit ; M.
S. Stand Assembly Measuring Tank of Size : 500 x 400 x 400mm with FRP
Coated ; M.S. sum Tank 900 x 600 x 600mm
Test set up of mist blower; mounted on M.S. Structure duly powder coated. The
unit comprises of;
Round type duct ; Pitot Tube ; U Tube manometer ; Blower switch ; Single
phase 1 HP centrifugal blower Leakage.
Test for delivery line; mounted on M.S. Structure duly powder coated. It is
comprises of:
1 HP HTP Pump 3 phase 1500 rpm Motor with starter ; Air compressor
assembly Air filter ; Pressure gauge regulator with pressure gauge Pneumatic
cylinder ; Solenoid Valve, limit switch ; Nozzle sprayer assembly Sum Tank
Hand valve ; Separate line for leakage purpose.
26. Spray
Patternator
Patternator/ Patternation: Mechanical / digital, Tables to evaluate the liquid
distribution provided by a nozzle or array of nozzles. collect the sprayed
material at many locations across the spray plume and the level of each
collection bin is recorded.
01 set
27
Spraying nozzles: 5 to 10, provision to adjustable flow rate, height and
width. Appropriate image frame for measuring droplet/ particle size,
Droplet Velocity, volume Flux, Volume Distribution, Spray Angle, Droplet
Shape, Spray Impact, etc.
Test rig for Fatigue on compression sprayer As per BIS Standard. The Unit
Comprises of SS/MS Fabricated Frame 1000 X 700 X 1500 approx. Foot &
Rocker pump mounted on Frame; Pressure gauge accumulator; Suction pipe
& discharge pipe; Sum &Measuring Tank; Main Switch 1 HP D.C./AC
Motor; Hand valve arrangement for changing pump; Stop clock.
Strap drop and tank impact test rig As per BIS Standard. Limit switch;
Pressure gauge; Flow Control Valve; Electro Pneumatic Solenoid Valve Air
Compressor
27. Motor
Operated
Portable
Crane
Capacity: 10 TON or higher
Type: Four cylinder diesel engine, water cooled. Engine Power: Min.45
BHP@2200RPM
Transmission: Heavy duty, sliding mesh type gear box with 6 forward and 2
reverse speed ; Travel speed: without load 25 kmph
Clutch: Heavy duty friction type, single plate
Fuel Tank: about 45 litre; Hoist mechanism: Four fall, hydraulic winch and
rope diameter
13 mm or so. Power steering; Standard accessories: All weather cabin, front
Bumper, lift cylinder guard, turn & reverse lamp and other optional
accessories
01
28. Sound
Measuremen
t System
Sound level meters OLED display
Calibration prompt for compliant, accurate measurements Simultaneous
measurement of all key noise parameters
20dB(A) to 140dB(A)
Dynamic measurement range
01
29. Vibration
Measuremen
t System
Display 3-1/2 digit LCD with bar-graph
Frequency range 10Hz to 1KHz (frequency sensitivity meets ISO -2954)
Sampling time one (1) second approx.
Data output Isolated PC Interface
Data Hold Freezes displayed reading
Min/Max Memory Meter stores highest and lowest readings for later recall
Data Logger Store up to 500 readings
Data logger Sample Time 0 (manual), 1, 2, 5, 10, 30, 60, 600, 1800 and
3600 sec.
Pickup thread size 10-32 UNF
Auto Power OFF Meter automatically shuts off after 10 minutes of
inactivity
Low battery indication Battery symbol appears on the LCD
Power supply 9V Battery
Power consumption 8mA DC approx.
Operating Temperature 0 to 50oC
Operating Humidity: 80% RH
Dimensions Meter: 180 x 72 x 32mm (7.1 x 2.8 x 1.3")
Probe: 18mm (0.75”) diameter x 40mm (1.6”)
Functions: Acceleration (RMS or Peak)/Velocity (RMS or
Peak)/Displacement (Peak to Peak)
Vibration Severity: 0.5 to 199.9 mm/s
Accuracy: ±5 % + 2 digits
01
30. Torque
Measuremen
t System
Shaft Dia: 5 inch, Capacity 50000 Nm, least Count 20 Nm. Shaft Dia: 4
inch, Capacity 5000 Nm, least Count 5 Nm.
Excitation Voltage 10 VDC Max.15 VDC
Nominal output 2.0 mV/V
Non-linearity < ± 0.2% FSO
Non- Repeatability < ± 0.1% FSO
Creep(30minutes) < ± 0.5% FSO
Zero Balance ± 2.0% FSO
01 set
28
Input Resistance 390 Ohms
Output Resistance 350 Ohms
Insulation Resistance (50 VDC) >1000 Mega Ohms; Cable Length ( 4 Core
Screened) 5 Mtr.
Safe Overload 150% of RC
Ultimate Overload 200% of RC
Temp. Compensated Range 0-60º C
Temp. Effected on output < 0.0015% FSO/C
Temp. Effected on Zero < 0.020% FSO/C
Rotational Angular Deflection < 0.2 at FSO
Finish & Construction Shaft Mounted
Environmental Protection IP 65 – Gauge Area
RPM Max 1000
DATA ACQUISITION SYSTEM
Channel 4 Channel; Accuracy 1%; Interface RS 232Port;
31. Metal crack
detector
system
Magnetic crack detector machine 4000 Amps. HWDC with S.S
Tank, Digital Meter.
Mode: Automatic (Auto clamping, Magnetic, Spray, De-clamp)
Machine is suitable for disc dia up to 900 mm & thickness
approx 20 mm.
Shaft dia up to 150 mm & length up to 3000 mm. Cycle time 6 -
8 second and UV-LED light Assy.
With required standard accessories and installation & testing of
Machine
01
32. Food Grain
Silo
1) Food Grain Silo: Made of Galvanized sheet of 120 GSM GI Sheet for inside
and 275 GSM GI Sheet for outside; Capacity: 2000 kg, Long term storage
Legs of MS pipes/channel suitably reinforced with angle iron/pipe bracing
Discharge height of about 1250 mm, aeration system, Electrically operated
discharge gate, Vertical bucket elevator of matching height. With Bag stacker
for loading and unloading of filled bags in trucks, containers and godowns etc.
01
2) Food Grain Silo/bin: Made of Galvanized sheet of 120 GSM GI Sheet for
inside and 275 GSM GI Sheet for outside; Capacity: 2000 kg, Long term
storage
Legs of MS pipes/channel suitably reinforced with angle iron/pipe bracing
Discharge height of about 1250 mm, aeration s ystem, Electrically operated
discharge gate, Vertical bucket elevator of matching height. With dryer of
indirect heating type
Includes centrifugal/axial fan for Uniform/even drying, Thermostatically
controlled temperature, Oil burner (Automatic) with sensi tive thermostat,
solenoid valve and sequence controller; Drying bin dimension: 1900 mm Dia. ×
2742 mm Length. Blower Capacity 11000 at 20 mm WGSP
Blower Motor Power 3 HP
01
33. Centrifugal
Pump Test
Rig
(Variable/C
onstant
speed);
Reciprocatin
g Pump Test
Rig; Pump
Test Ring
for
centrifugal
pump;
Pelton
Wheel
1) Centrifugal Pump Test Rig: Centrifugal pump:-1”x1” size,
Motor – Variable Speed P.M. D. C. motor with conforming to ISI and of
reputed brand; Speed Controller for Motor. Sump tank: 950x450x450 mm or
so; Measuring Tank: 450x350x450 mm or so; Energy meter for motor input
measurement. Pressure & vacuum gauge for measurement of head.
Good quality Stop watch; Floor space of 1 m. x 1 m. Electricity: 230V AC,
50 Hz.
01
2) Reciprocating Pump Test Rig: Reciprocating pump:-3/4” x 3/4” size
provided with 1 H.P. D. C. Motor & speed controller with conforming to ISI
and of reputed brand, Sump tank- 950x450x450 mm or less, Measuring
tank-450x350x450 mm or so. Energy meter for motor input measurement,
Pressure & vacuum gauge for measurement of head. Good quality Stop
watch Floor space: 3mx3m, Electricity : 230V AC , 50 Hz.
01
3) Pump Test Ring for centrifugal pump: Series & Parallel ,Pump (2
units) Type: centrifugal pump; Maximum head : 22 m H2O; Maximum flow :
01
29
Turbine
Test Rig;
Gear Pump
test Ring
90-100 LPM ; Circulation Tank Cylindrical, transparent tank Volume : 20 -
25 L ; Pressure gauge Delivery side: 0 to 12 bar Suction side : -1 to 6 bar;
Rotameter Size : 1” Range : 0 to 160 LPM
4) Pelton Wheel Turbine Test Rig: Steel Tank: 128cm × 92cm × 2.0cm;
Motor – Pump, single-Phase, 5.5/7.5 KW/HP Motor -27/42 m Head, 910/630
lpm Discharge, Centrifugal Pump; Flow-meter; With Readout meters;
Turbine/pump – Motor Set; Gun Metal Packing With Rope and Lip Seal
01
5) Gear Pump test Ring: Pump: Speed 1500 RPM (Max.) Capacity 1HP,
Head 5kg/cm2 (max.) Medium Flow : Clear oil Drive : 1HP DC Motor with
Thyristor controlled DC Drive for variable speed Sump Tank : Capacity 35
Ltrs(approx.) Flow measurement : Using Measuring Tank (capacity 20 Ltrs),
and Electronic Stop Watch Pressure Gauge : Bourdon type Vacuum Gauge :
Bourdon type Tanks made of : Stainless Steel Control Panel comprises of:
RPM measurement : RPM Indicator with Proximity sensor Energy
measurement : Electronic energy meter On/off switch Mains indicator etc
With good quality painted rigid MS Structure.
01
34. Cyclone
separator
Cyclone separator : Material Stainless Steel, Dia- 100 mm
Solid discharge Silo: Material Stainless Steel, suitable capacity with
discharge control valve.
Blower: ID Fan Blower with 1 HP provided motor
Air flow measurement: Flow meter with manometer
Solids collector: Transparent PVC container fixed with cyclone
Fine dust collector: Bag of Nylon cloth fixed on exit of air
Control panel comprises of
Standard make On/Off switch, Mains indicator etc.
01
35. Tractor-
Trolley
Four Wheeled, Hydraulic Tractor Trolley, Measurement approximately-
Length of trolley: 3700mm, Width of trolley: 1800mm, Height of doors:
500mm
Bottom plate: 6mm thick or more
Side door Plate: 3mm thick
Axel: 100mm x 100mm thick
Wheel Plates: 8mm thick
Tyre Size: 7.50 x 16; Hydraulic Cylinder for lifting trolley with help of
tractor; Capacity: 10-20 tons, appropriate attachment to attach to tractor etc.
From repute manufactures.
01
36. Personal
Computers
All-in-One (3rd Gen Ci5 or 7/ 4GB/ 500GB/ Win8) may be with 1GB Graph ics
card, keyboard, mouse etc. More than 2.7 GHz with Turbo Boost up to 3.20
GHz, Display Size more than 21 inch or so. LED Display, DVD Writer,
Wireless IEEE 802.11b/g/n, connectivity ports such as VGA, USB, microphone -
in, headphone-output, HDMI, PS2, HWTV in, TV in and AV in, gigabit
Ethernet jack and wireless connectivity options like Bluetooth and Wi-Fi etc.
Computer should of reputed company. Also have 1KVA backup UPS of reputed
company.
01
I-Pad Retina display 9 to 10 inch (diagonal) LED backlit Multi Touch display with
IPS technology 2048 by 1536 resolution at 264 pixels per inch (ppi),
Fingerprint-resistant oleophobic coating, 64GB or 128GB; Weight-400 to 500g,
A8X or so chip with 64‑bit architecture and M8 motion coprocessor, Fully
laminated display; Antireflective coating, Wi‑Fi + Cellular,
Fingerprint identity sensor, Cameras: Face Time HD camera of 1.2MP photos;
720p HD video, Face Time video calling over Wi-Fi or cellular3, Face
detection, Backside illumination; iSight camera: 8MP photos, Autofocus; Face
detection, Backside illumination; Five-element lens, Hybrid IR filter; ƒ/2.4
aperture, HDR photos, Panorama; Burst mode, Video Recording (1080p HD):
Tap to focus while recording, Video stabilization, Face detection, Backside
illumination 3x video zoom, Time-lapse video, Slo-mo video, Battery Life: Up
to 10 hours of surfing the web on Wi-Fi, cellular data network, Charging via
01
30
power adapter or USB to computer system, Colour: White/ silver/gold. From
reputed company.
Scanner Fast & Convenient, compatible with computers. Red Eye Removal, Hi Speed,
Compact Design, Duplex ADF Scanner with Flatbed, Fastest, most feature rich
scanner in its class, 23 ppm/46 ipm in b/w, 200 dpi mode, OneTouch scanning
with Acuity, Searchable PDF file creation, Robust full version software
bundle, Power Supply, USB 2.0 Cable, Quick Install Card, Technical Support
Card, DVD-ROM (PC Software), Scanner Drivers etc.
01
Colour
Printer Printing capacity of 8 A-4 ppm in colour and 12 ppm in black. Resolution of
600 x 600 dpi with print capacity of 1400 papers per cartridge. The printer
holds a maximum input capacity of 150 sheets of A4 size and comes with 96
MB inbuilt and 342 MB upgradeable memory. It has a USB port, one 144 -pin
DDR 2 DIMM slot and memory card slots that supports cards like SD, MMC,
CF, XD and Memory stick. Reputed company models.
01
37. Impact
Tester
Model : Digital Model
Confirms to Standard : ASTM D 256 & ASTM D 6110, ISO 180 & ISO 179
Pendulum Impact Energy : 0-25 Joules
Least Count of Indication : 0.1 Joules
Release Angle of Pendulum : 150⁰
Striking velocity range of
Pendulum : 2.5 – 3.5 m/s.
Accessories : Standard detachable weights corresponding to (2J, 4J, 7J,
15J,and 25J)to obtain the desired test range. Standard fixtures for fitting
Izod /Charpy test and other standard accessories.
Auto Notch Cutter & Sample : Suitable for notching plastics specimens for
Izod &
Mounting accessories Charpy impact tests. As per ASTM D 256, D 6110
and ISO 180, ISO 179
Power : 230V, 50Hz, Single phase
Range of 4 seaters : 0-2.71J Resolution 0.02J
0-5.42J, Resolution 0.05J
0-10.84J Resolution 0.10J
0-21.68J Resolution 0.20J
0-25.0 Resolution 0.20J
01
38. Goniometer
with
computer,
software
and air
conditioner.
Goniometer equipped with image analysis software to measure contact
angle: Measuring position of the luminaire: Normal position, Positioning
accuracy: ϕ < 0.02°, δ < 0.05°; Repetitive accuracy: ϕ < 0.01°, δ < 0.02°
Material Aluminium, coated with preferably black pa int; Drives and control
Jetter Servo drives; Gears High precision Harmonic Drive and Cyclo gears;
Size of measuring object: ≤ 1500 mm (luminous area); Space required:
LxWxH = ≤ 2700 x 2700 x 3200 mm³; Travel path: ϕ = 0° ... 360°
δ = 5° ... 352° (hanging test object support)
δ = -174.5° ... 172.5° (upstanding test object support
Both DLS and SLS modes: Correlation & Intensity Measurements; Large
angular Range: 8° to 155° with 25mm cells: 15° to 155° with 12 mm cells.
Fine Adjustment Control: Read angle to 0 .01° directly on large, fine-control
adjustment knob.
Temperature Control: Heating and cooling via any standard external
circulator Separate temperature and filtration plumbing. Special Design
Glass Vats: Specially polished and flat entrance window ensures minimum
flare. Alignment Cell: Fine-screw vertical adjustment makes finding the
center of rotation easier.
Multiple Laser Line Filters: Filter wheel with 632.8 (HeNe), 514.5/488.0 nm
(Ar+), one open position for weak scatterers, and 2 blank (shutter)
positions. Also available with 532 nm bandpass filter.
Variety of Cell Holders: High precision cell holders standard, low-priced
round cells available: 27.5 mm dilution vials fit cell holder sleeve. Special
small-volume cell available.
01
31
39.
Vacuum oven
dryer
Laboratory Model Vacuum Oven Dryer
Total Capacity: 25-30 liters.
Operating temperature: Room temp.+5°C to 240°C
Temperature Control accuracy: ±1.0°C
Operating pressure range: inch Hg ( -3.0 to -29.9)
kPa (-10 to -101)
mbar (-101 to -1010)
Display: Digital LED/LCD Display with Back-Light Function
No. of shelves: 2/3
Control System: Programmable Microprocessor PID
Temperature Set and Display Sensitivity: 0.1ºC
Power Supply: AC 220 V, 50 Hz
Vacuum Gauge Reading Sensitivity: 0.05 bar
Vacuum chamber: stainless steel
Safety Viewing Window
Analogue pressure display
Stainless steel vacuum fittings
Upper limit for oven and product protection
Separate temperature control
Pressure controller with solenoid valve
24 hour timer
Storage Function: Alarm & Timer.
Safety Device: Over Temperature, Over Current Protector,
Sensor Error Detector, Leakage Breaker
Vacuum Pumps, Direct Drive & Oil Sealed Rotary vane type (silent type)
Optional:
Inert gas connection for precise release of non-flammable, nontoxic gases
(VDI 2046) with precision valve and overpressure safety valve
Additional options (Data control software and RS 232 interface) for
pressure and temperature documentation Stainless steel shelf
Two years on-site extended warranty on all parts
01
40. Incubator-
cum-shaker
PID Control: Microprocessor based PID Controller.
Internal Chamber: Stainless Steel 304 grade.
External : Mild Steel Powder Coated
Volume (approx.): 200-250 Ltr
No. of shelves: 3 (adjustable)
Maintenance-free brushless motor
Temperature Range: About 3°C above ambient to 65°C
Temperature Accuracy: +/-0.5 degree C approx. of set value for Temp.
Uniformity : +/-1 degree throughout chamber
Air Circulation: Motorized Blower from back and forced air circulation for
temperature homogenicity.
Should have PUF Insulation
Display: LED/LCD
Triple eccentric drive for long life and smooth, quiet operation
Standard orbit of 25mm for higher oxygen transfer rate
Adjustable shelves for simultaneous incubation with and without shaking
Safety Devices:
1) Motor stops when door is opened
2) Heater turns off in case of over-heating
3) In case of power failure, after restoration of power, shaking
automatically resumes from the point when it last stopped
Speed: 30 to 400 rpm, programmable, continuous or a timed run consisting.
Flask capacity: variable from 50 ml to 2 lt flasks
Should have door operated illumination lamp to work on 220 VAC.
Inner Full Size See through Acrylic/Plexi glass
Sterile chamber consisting of fluorescent or Ultra violet lamp to provide
illumination
Should be supplied with Stabilizer of sufficient capacity.
Wheel mounted for easy portability.
01
Page 24 of 27
32
Applicable certifications such as CE/BIS/TUV/GMP and other relevant
national and international certification for components are required.
Necessary accessories and tool kit should be supplied.
Should come with 2 years warranty.
41. Sonicator
Basic unit comprising :
1. Flow cell: Made up of stainless steel
2. Probe of different sizes to sonicate minimal volume
3. Heater facility upto 80oC
4. Digital temperature indicator cum controller
5. Pulse (1s-60s) sweep energy and auto degassing facility
6. Auto temperature cut-off function
7. Output Frequency >20 kHz
8. Sound proof chamber
9. Digital display and control
10. Power : 700W
Accessories:
1. Minimum spares including cleaning solution
2. SS Basket and lid
01
42. Rotary
Vaccum
evaporator
Specifications
Capacity: up to 20 liters evaporation capability 2 -5 L/h(water) and
5-10L/h (alcohol)
Achievable Vacuum range 350 Pa and upto 1 atm.
Vacuum chamber water bath made of stainless steel
Speed 20-250 rpm. Working temperature upto
100o C. Automatic temperature and Pressure controllers.
variable frequency output. Step-less speed regulation with precise control.
Digital LCD Display
compatible Power Supply
Safety Devices.
Sensor Error Detector, Leakage Breaker
Vacuum Pumps, vaccum PTFE Sealed Rotary type
01
Recommended