View
219
Download
1
Category
Preview:
Citation preview
Ref. No. 7324/ OSIC: Mktg. Date: 19.12.2016
TENDER CALL NOTICE
The Odisha Small Industries Corporation Ltd. (OSIC) (A Govt. of Odisha Undertaking), Industrial Estate, Madhupatna, Cuttack - 753 010 invites Tenders in sealed cover under two bid system i.e., Technical Bid & Price Bid from manufacturing firms and authorized Importers / authorized Distributors of Pharmaceutical Testing Laboratory Equipments and Instrument etc. for setting up of Common Facility Center (CFC) in Pharmaceutical Cluster at Cuttack-Bhubaneswar, Mancheswar.
Date of Commencement
of Tender
Date of Pre-Bid
Conference
Last Date & Time of submission of
Tender
Date & Time for opening of
Tender
Cost of Tender Paper + 5 % VAT(Rs)
20.12.2016 03.01.2017 at
11:30 AM 10.01.2017 at
2.00 PM 10.01.2017 at
3.00 PM
5000.00+ VAT@5%
A complete set of the Bid documents containing the details of the terms & conditions may be downloaded from website: www.osicltd.in and the same can be submitted along with cost of Tender Paper in shape of Bank Draft. The authority reserves the right to accept / reject any part or all the bids without assigning any reason thereof. The authority has the right to increase / decrease / cancel the quantity of procurement of equipment / instrument without assigning any reason thereof. Sd/- (Dr. Partha Sarathi Mishra, IAS)
MANAGING DIRECTOR
Memo No.________7325__/OSIC/MKTG Date: 19.12.2016
Copy to the Administrative Officer, OSIC Ltd., for information and necessary action. He is requested to arrange the publication of the Tender Call Notice in “The Samaj”, “The Times of India” and “The Indian Express ” in their all editions for publication on 20.12.2016 at I&PR approved rate. The Invoices w.r.t. the publication may be furnish to Marketing Division for payment and record. Sd/- .
MANAGING DIRECTOR Memo No.____7326______/OSIC/MKTG Date: 19.12.2016 Copy to the Joint Manager (MIS), OSIC Ltd., Cuttack for information with a request to display the Tender Call Notice along with detail Tender Documents and specifications in the OSIC website with effect from 20.12.2016. Copy to Notice Board. Sd/-
MANAGING DIRECTOR
Contd.. P-2
-2-
By E-mail/ Post Memo No._____7327_____/OSIC/MKTG Date: 19.12.2016 Copy to M/s Utkal Pharmaceutical Manufacturers’ Association, Industrial Estate, Madhupatna, Cuttack-10 E-mail: upma.cfc@gmail.com for information with a request to make necessary arrangements for wide publicity of the Tender Call Notice. Sd/-
MANAGING DIRECTOR
By E-mail/ Post
Memo No.___7328_______/OSIC/MKTG Date: 19.12.2016 Copy to the Director of Industries, Odisha, Cuttack-1/ The Director, MSME-DI, Vikas Sadan, College Square, Cuttack-753 003/ The General Manager, DIC, Bhubaneswar/ The Drugs Controller, Directorate of Drugs Control, Odisha, Gajapati Nagar, Bhubaneswar – 751017, E-mail: drugscontrolorissa@gmail.com for information and necessary action with a request to depute their representative to attend the pre-Bid conference and opening of Tender on the afore mentioned dates and time. Sd/-
MANAGING DIRECTOR
By E-mail/ Post
Memo No.___7329_______/OSIC/MKTG Date: 19.12.2016
Copy to the Additional Secretary to Government, MSME Department, Bhubaneswar / The Deputy Director, Office of the Development Commissioner (MSME), Ministry of MSME, Nirman Bhawan, 7th Floor, Maulana Azad Road, New Delhi – 100 011 for information. Sd/-
MANAGING DIRECTOR
TENDER DOCUMENT
FOR PROCUREMENT OF INSTRUMENTS & EQUIPMENT
FOR
TESTING LABORATORY
&
TRAINING CENTRE
IN
PHARMACEUTICAL CLUSTER
AT
BHUBANESWAR
1
THE ODISHA SMALL INDUSTRIES CORPORATION LTD.
(A GOVERNMENT OF ODISHA UNDERTAKING)
INDUSTRIAL ESTATE, MADHUPATNA,
OSIC TOWER,CUTTACK-753 010 An ISO 9001:2000 PSU of Government of Odisha.
E-mail: osicltd@gmail.com
Web Site: www.osicltd.in
FAX: 0671-2341875, TEL.-0671-2341204
Tender Notice No. 7324 / OSIC : MKTG - 2016-17 Dated 19.12.2016
TENDER FOR SUPPLY, INSTALLATION AND DEMONSTRATION OF INSTRUMENTS & EQUIPMENT FOR PHARMACEUTICAL CLUSTER IN
CUTTACK-BHUBANESWAR AT BHUBANESWAR, ODISHA.
Bidding Document: Not transferable
DATE OF COMMENCEMENT OF THE
TENDER
: 20.12.2016
DATE OF PRE-BID CONFERENCE : 03.01.2017 at 11.30 AM
LAST DATE/ TIME FOR SUBMISSION
OF TENDER
: 10.01.2017 up to 2.00 PM
DATE OF OPENING OF BID DOCUMENTS
: 10.01.2017 at 3.00 PM
PLACE OF OPENING OF TENDER AND
ADDRESS FOR COMMUNICATION AND
RECEIPT OF BID DOCUMENTS
: OFFICE OF THE ODISHA SMALL
INDUSTRIES CORPORATION
LTD. INDUSTRIAL ESTATE,
MADHUPATNA,
OSIC TOWER,CUTTACK-753 010
Price of each Tender Document
- Rs. 5000.00 (Non-refundable/ not transferable)
VAT @ 5 % Rs. 250.00
(Only by A/c Payee Bank Draft in favour of
“THE ODISHA SMALL INDUSTRIES CORPORATION LTD.” payable at Cuttack
on any Nationalized Bank.)
2
Sl.
No. DESCRIPTION
Clause
No.
1 SECTION- I INVITATION FOR BIDS (IFB)
2 SECTION-II GENERAL TERMS AND CONDITIONS
Document Establishing Bidder’s Eligibility & Qualification 1.0
Document Establishing Goods Eligibility. 2.0
Technical Bid 3.0
Price Bid 4.0
Bid Conditions 5.0
Language of Bid. 5.4
Bid Price 5.5
VAT/ST clearance 5.6
EMD/Bid Security Deposit : 5.7
Performance Security. 5.8
Submission of Bids. 5.9
Deadline for Submission of Bids 5.10
Modification & Withdrawal of Bids 5.11
Pre- Bid Conference 5.12
Bid opening 5.13
Clarification of Bids 5.17
Preliminary Examination 5.18
Acceptance of the Bid 5.19
Rejection of the Bid 5.20
Purchaser’s Right to Accept any Bid and to Reject any Bid 5.21
Evaluation & comparison of Bids 5.22
Supply Conditions 6.0
Delivery of Goods 6.1
Instruments & Equipment Demonstration cum Inspection 6.2
Inspection/ Test 6.3
Guarantee/Warrantee Period (comprehensive) 6.4
Up time Guarantee /Warrantee 6.5
Downtime Penalty Clause 6.6
Payment Terms 6.7
Transportation 6.8
Taxes & duties 6.9
Incidental Services 6.10
Period of Validity of Bids 6.11
Commissioning Period 6.12
Standards 6.13
Award Criteria 6.14
Penalty against late delivery 6.15
Penalty against non-supply 6.16
Demonstration 6.17
Force majeure 6.18
Rejected items 6.19
Governing Language 7.00
Applicable Law 8.00
Notification of Award 9.00
Signing of Contract 10.00
Resolution of Disputes by Arbitration 11.00
Jurisdiction of the Court 12.00
3 SECTION-III FORMS AND ANNEXURES
4 SECTION-IV SCHEDULE OF REQUIREMENTS AND TECHNICAL
SPECIFICATIONS
2
OFFICE OF THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING)
INDUSTRIAL ESTATE, MADHUPATNA,
OSIC TOWER, CUTTACK-753 010
SECTION I: INVITATION FOR BIDS (IFB)
The Managing Director, OSIC Ltd., Cuttack, Odisha is the Implementing Agency for establishing the Common Facility Centre (CFC) for
TESTING LABORATORY & TRAINING CENTRE on behalf of Utkal Pharmaceutical Manufacturers’ Association (UPMA) in the Pharmaceutical
Cluster in Cuttack-Bhubaneswar at Bhubaneswar, Odisha under MSE-CDP scheme in PPP mode. The Managing Director, OSIC Ltd., Cuttack
(hereinafter called referred to as the Purchaser) has been assigned the responsibilities to float Bid for Supply, Installation and Demonstration of the
instruments & equipment required for functioning of the Testing Laboratory on behalf of the Government of Odisha. Sealed tenders are invited from the
eligible bidders for the above purpose.
Sealed Bids (properly stitched separately) in two separate covers (Technical Bid and Price Bid) are invited on behalf of the Managing
Director, OSIC Ltd., Cuttack for Supply, Installation and Demonstration of the instruments & equipment required for functioning of the Testing
Laboratory at Bhubaneswar.
The Bidders may download the Tender Documents directly from the
WEBSITE available at : www.osicltd.in and the Tender cost fee (Non-refundable) of Rs.5000.00 + 5% VAT by way of Demand Draft drawn in
favour of The OSIC Ltd., Cuttack should be enclosed along with the Bid. The Bidders should specifically super-scribe, “Downloaded from the WEBSITE” on the top left corner of the envelope. The Tender cost fee and the EMD amount should be submitted separately in separate demand drafts.
In case of any bid amendment and clarification, responsibility lies with the bidders to collect the same from the website before last date of purchase of
tender document and the purchaser shall have no responsibility for any delay/ omission on part of the bidder.
a) Price of bidding document : Rs. 5000.00 + VAT @5%
(Non-refundable) b) Date of commencement of Tender 20.12.2016
c) Pre bid conference 03.01.2017 at 11.30 AM
d) Last date of submission of Tender 10.01.2017 at 2.00 P.M. e) Time and date of opening of Tender
(Technical bid)
10.01.2017 at 3.00 PM
f) Place of opening of bids Office of the Odisha Small
3
g) Address for communication Industries Corporation Ltd.,
Industrial Estate, Madhupatna, Cuttack-10
E mail : osicltd@gmail.com
Sd/-
MANAGING DIRECTOR
5
GENERAL TERMS & CONDITIONS OF CONTRACT FOR SUPPLY,
INSTALLATION AND DEMONSTRATION OF THE INSTRUMENTS & EQUIPMENTS REQUIRED FOR FUNCTIONING OF THE TESTING
LABORATORY AND TRAINING CENTRE TO BE SET UP AT BHUBANESWAR,
ODISHA
Clause
No DESCRIPTION
1 Document Establishing Bidder’s Eligibility & Qualification
The Bidders shall furnish as part of the Bid the following Documents
establishing Bidder’s eligibility and qualification to perform the contract, to the Purchaser's satisfaction.
1.1 Manufacturer / Authorized Distributor / Dealer having valid license / certificates for the quoted item and the direct Importers holding
valid Import License of the product are eligible to participate in the Bid.
1.2 Bidders should have BIS or equivalent certification for quoted
instruments and equipment. However, the Purchaser shall have the right to consider the items where BIS or equivalent certification is
not applicable.
1.3 The Bidder whether manufacturer/ distributor/ dealer must have
experience of supply and installation of the quoted items in reputed Government Institutions / Public Undertakings / reputed Private
Institutions within India / abroad during last preceding 5 (five) years reckoned from the date of bid opening and the details must
be submitted as per Annexure- V along with documentary proof.
1.4 The Bidders shall have to produce document in support of their service associates nearest to Bhubaneswar, Odisha.
1.5 The Bidder is to submit a certificate from the Banker establishing the financial capability to handle this project.
2 Document Establishing Goods Eligibility.
The instruments and equipments offered against the schedule of requirement of instruments and equipments should be in
accordance with the stipulated specifications and of reputed brand.
2.1 The documentary evidence may be in the form of literature, pamphlets, manuals, drawing, circuit diagram etc.
2.2 Detailed description of instruments and equipment with essential technical and performance characteristics may also be furnished.
2.3 The Bidders should clearly mention in their bid regarding the
compatibility of the various equipments or the individual units.
2.4 The quantity shown in the bid can be increased or decreased to any
extent depending upon the actual requirement
2.5 In case of electrical instruments / equipment, the same should confirm to IEC-60601 or equivalent in support of electrical safety
for operation.
2.6 The instruments and equipment should have testing certificate for
its satisfactory functioning.
6
3 Technical Bid (COVER - A )
The following self attested document by the Bidder should be submitted.
3.1 Earnest Money Deposit
3.2 Copy of the manufacturing license/ import license/ Authorized Distributor/ Dealer certificates
3.3 Copy of the authorization from the Manufacturing Company /
Authorized Distributor / Dealer.
3.4 VAT/ST clearance certificate up to 31.03.2017 where applicable.
3.5 Performance/ Market standing certificate as per Annexure-V establishing that the Bidders have executed supply of such items as
mentioned in Schedule of Requirement of instruments and
equipments to different Govt. Organizations/ Government PSUs / reputed Private Institutions.
3.6 An undertaking in the prescribed declaration format as per Annexure-VI. (Those are not registered under Odisha VAT.)
3.7 Copy of the PAN Card.
3.8 Detail name, address, telephone no. fax, e-mail of the firm and of the Director/ Managing Director/ Proprietor of the firm (As per
Annexure VIII)
3.9 Address, Telephone No., e-mail, Fax of the Branch Office/ Contact
Person/ Liaisoning Office in Odisha. ( As per Annexure VIII)
3.10 Document if any to establish the recognization of the manufacturing unit in respect of ISO or equivalent.
3.11 The copy of bid document signed & sealed by authorized person in each page as a token of acceptance of all terms and conditions of
the tender.
3.12 Documentary evidence establishing that the instruments & equipment and ancillary services to be provided by the Bidders
shall confirm to the Bidding Document.
3.13 Check list with detail of the document enclosed with page
numbered. The document should be serially arranged as per this
Annexure IX and should be securely tied and bound.
3.14 Bidders are required to submit para-wise compliance to each
parameter of specification of the instruments and equipment.
3.15 Any deviation in the specification of the item including standard
accessories / optional accessories should be marked in bold
letters.
3.16 Bid form to be attached as per Annexure-VII
3.17 Details of foundation drawing for instruments and equipments, if any, should be provided without which the bid is liable for rejection.
4 Price Bid (COVER – B)
4.1 The bid form giving the rates for various instruments & equipment and other items should be submitted in separate sealed cover
hereinafter called Cover B (Price Bid). Price Bid (Cover - B) of the bidders who qualify in Technical Bid
(Cover – A) will only be opened.
7
4.2 The price of the each item shall be quoted as per the prescribed
Price Schedule Format at Annexure-I along with price break up of custom duty, Excise Duty, CST, Packing, Forwarding and Handling
charges, Insurance charges, ET, Freight up to destination including unloading, VAT, commissioning, incidental service including testing
and training with total price per item at FOR destination. The bidders are required to submit the individual price of each
instrument(s) and equipment(s) as indicated in the schedule of requirements.
4.3 Each quoted item and all accessories should cover the warranty /
guarantee for 3 years from the date of commissioning.
4.4 The Cover B of the qualifying bidders will be opened at the Office
of the Odisha Small Industries Corporation, Industrial Estate, Madhupatna, Cuttack-10 on the date and time to be communicated
to them after technical evaluation of Cover A.
5 BID CONDITIONS
5.1 The bidder may quote for any or all items. The bidders should
verify the sites of CFC at Bhubaneswar, Odisha and the proposed Lay Out Plan indicating the location of each unit for necessary
Technical Evaluation. The scope of work as mentioned in the schedule of requirements if not sufficient for full function of the
Testing Laboratory should be intimated in writing during the pre-
bid conference.
5.2 A copy of the original bid conditions and the schedules should be
signed by the bidder at the bottom of each page with the office seal duly affixed and returned along with the bid. Bid schedule should
be duly filled in with an index and page number for the documents, enclosures & EMD etc. Paging must be done for all the
documents submitted.
5.3 Bids should be type written or Computerized and every correction/ over writing in the bid should invariably be attested with signature
of the bidder with date before submission of the bids to the authorities concerned. No revision of price upward or downward will
be allowed once the bid is opened. However the purchaser shall have the right for considering the exchange rate of foreign
currencies on verification of documents.
5.4 Language of Bid.
The Bid prepared by the bidders and all correspondence and
document relating to the bid exchanged by the Bidders and the Purchaser, shall be written in the English language. Supporting
document and printed literature furnished by the Bidders may be written in another language provided they are accompanied by an
accurate translation of the relevant pages in the English language in which case, for purposes of interpretation of the Bid, the English
translation shall govern.
5.5 Bid Price
The contract shall be for any or full quantity of items as
8
described above. Corrections, if any, shall be made by
crossing out, initialing, dating and re-writing. All duties, taxes, and other levies payable on the raw
materials and components, job contract shall be included in the total price.
VAT in connection with the sale shall be shown separately. The rates quoted by the bidders shall be fixed for the
duration of the contract and shall not be subject to adjustment on any account.
The price shall be quoted in Indian Rupees only.
5.6 VAT clearance
Copies of latest valid VAT clearance Certificates shall be furnished
by the Bidders and the originals of the above certificates shall be produced to the purchaser before placement of notification of
award if asked for by the Purchaser. As per Section 99 of VAT Act Foreign Companies/ Bidders from outside the State who intend to
participate in the bid and who have not been registered under VAT
Act., as they have not started any business in the State as yet, may be allowed to participate in the Bid without having any VAT
clearance Certificate subject to condition that they should submit undertaking in the form (Annexure-VI) indicating therein that
they are not registered under the VAT Act as they have not started any business in the State and they have no liability under
the Act., but before award of the final contract such bidders will have to produce the VAT Clearance Certificate in Form VAT 612.
5.7 EMD/Bid Security Deposit :
All bids must be accompanied by the EMD/Bid Security as mentioned below in shape of Demand Draft drawn in favour of The
OSIC Ltd., Cuttack only. The EMD/bid security shall be in Indian Rupees.
EMD Amount: @1% of the quoted value of goods offered.
NOTE: EMD/Bid Security amount lower than the desired one shall result in rejection of Bid.
The bid security is required to protect the Purchaser against the risk of Bidder’s conduct which would warrant the security’s forfeiture. Unsuccessful bidders’ bid security will be discharged after signing of contract with successful bidders.
The successful Bidder’s EMD/bid security will be discharged upon after signing the contract and furnishing the performance security
by the Bidders. The EMD/bid security may be forfeited if a Bidder withdraws it’s bid
during the period of bid validity and in the case of a successful Bidder, if the Bidder fails to furnish performance security. The EMD
/ bid Security deposited against other Bids can not be adjusted or
considered for this Bid. No interest is payable on EMD /
9
performance Security. The calculation of performance security may
be submitted in the prescribed format at Annexure IV.
5.8 Performance Security
The successful Bidders shall furnish Performance Security within 21 days after the Supplier’s receipt of Notification of Award for an
amount equivalent to 5% (Five Percent) of the Contract Price in
the form of Demand Draft/ irrevocable BG issued by a Nationalized Bank in favour of the Purchaser valid up to 60 (sixty) days after
the date of completion of Performance obligations including warranty obligations.
The Performance Security will be discharged by the Purchaser
and returned to the Supplier not later than 60 days following the
date of completion of the supplier’s performance obligations, including the warranty obligations, under the Contract.
The Performance Security shall be forfeited in case any terms and conditions of the contract are infringed or the bidders fails to make
complete supply satisfactorily or complete the work within the delivery / completion period agreed in the contract without
prejudice to the purchaser’s right to take further remedial actions in terms of the contract and bidding document which formed part
of the contract. The Performance Security cannot be adjusted
against security deposited in other Bids.
5.9 SUBMISSION OF BIDS
Sealing and Marking of Bids
Bid should be submitted in two Bid system containing two parts as
detailed below. Sealed Cover-A : Technical Bid .
Sealed Cover-B : Price Bid
Both the sealed envelopes should then be put in one outer cover
and each cover should have the following indication: i) Reference No of Bid ____________
ii) Bid regarding ______________ iii) Due date & time for submission of the Bid ____________
iv) Due date & time for opening of the Bid ____________ v) Name of the Firm _________________
NOTE:
A. Bids submitted without following two Bid system procedures as mentioned above will be summarily rejected.
B. Please Note that prices should not be indicated in the Technical Bid. The Pre-qualification document including EMD/
Performance Security as required in the Bid document should invariably be accompanied with the Technical Bid (Cover A), but the
calculation of performance security form in annexure- IV shall be kept in cover-B.
The outer envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is
10
declared “late”. If the cover containing the outer envelope is not sealed and marked
as required, Purchaser will assume no responsibility for the bid’s misplacement or premature opening. The above procedure shall be adopted both for the Technical bid
and price bid separately. Telex, cable, email or facsimile bids will be rejected.
5.10 Deadline for Submission of Bids
Bids must be received by the Purchaser at the address specified not later than the time and date specified in the Invitation of Bids.
In the event of the specified date for the submission of bids being declared a holiday for the Purchaser, the bids will be received up
to the appointed time on the next working day. The Purchaser may, at its discretion, extend this deadline for
submission of bids by amending the bid document, in which case all previous rights and obligations of the purchasers and bidders will
remain same till the extended date.
5.11 Modification and Withdrawal of Bids
No Modification and Withdrawal of Bids is allowed between the
interval of time of submission and the last date and time of the bids.
No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity
specified by the bidders on the bid form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its bid security.
5.12 Pre- Bid Conference
Pre- Bid Conference shall be held in the office of the OSIC Ltd., Cuttack on the date and time mentioned above. The prospective
bidders may ask for written clarification at the venue which shall be held in the presence of Purchaser’s representative. If any modification or clarification required, same shall be incorporated in
the bid document and intimated to all bidders through our website before the date of bid opening. The purchaser may at its discretion
extend the bid opening for further period.
5.13 BID OPENING
5.14 The Purchaser will open all bids, in the presence of bidder’s representatives who choose to attend at 3.30 PM on dated ---------------------- at the Office of the OSIC Ltd., Cuttack
5.15 The bidder’s representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of
bid opening being declared a holiday for the Purchaser, the bids shall be opened at the appointed time and location on the next
working day.
5.16 The bidder’s names, and the presence or absence of the requisite performance security and such other details as the Purchaser, at
its discretion, may consider appropriate will be announced at the opening. No bid shall be rejected at bid opening, except for late
11
bids, which shall be returned unopened to the bidders.
5.17 Clarification of Bids
During evaluation of bids, the Purchaser may, at its discretion, ask the bidders for clarification of its bid. The request for
clarification and the response shall be in writing. Unless the purchaser asks for change in price due to the clarifications sought
the bidders is not permitted to alter the price furnished.
5.18 Preliminary Examination
The Purchaser will examine the bids to determine whether
they are complete or not whether any computational error have been made
whether required sureties have been furnished whether the document have been properly signed
whether the bids are generally in order. Bids from Representatives, without proper authorization from
the manufacturer shall be treated as non-responsive. Arithmetical errors will be rectified on the following basis. For
example 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. If the supplier does not accept the
correction of errors, its bid will be rejected.
If there is a discrepancy between words and figures, the amount in words will prevail.
The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a
material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidders.
The purchaser’s determination of a bid responsiveness is to be based on the contents of the bid itself without recourse to
extrinsic evidence. A bid determined as not substantially responsive will be
rejected by the Purchaser and may not subsequently be made responsive by the bidders by correction of
nonconformity.
5.19 Acceptance of the Bid
Bidders submitting bids would be considered who have accepted all terms and conditions. No enquiries, verbal or written, shall be entertained in respect of acceptance or rejection of the bid.
Genuine equipment and instrument etc. should be supplied. Bidders should indicate the source of supply i.e name and address of the manufacturers from whom the items are to be sourced.
Supply of equipment means – Installation and Commissioning, Demonstration, Trial as well as Training at site. No separate charges will be paid on this account.
12
5.20 Rejection of the Bid
The Bid document shall be out-rightly rejected under following stipulation and no correspondence will be
entertained whatsoever. If the Bidder has not furnished the EMD/ BID security or EMD
exemption certificate from competent authority.
If the Bidder has not submitted the Price as per the prescribed annexure-I
Photo copy of the up-to-date valid manufacturing license/ import license (if it is imported) /dealership
certificate/Distributor certificate If the bidder, whether manufacturer or authorized distributor/
dealer have not supplied the required quantity for qualification as per the eligibility criteria and not submitted
the performance statement at Annexure-V If the quoted product of the bidders not confirms to technical
specification and standard of workmanship required by the Purchaser.
If the bidder has not furnished detailed mandatory drawings, Foundation drawings & schedule of supply of items, if
required.
An affidavit in the prescribed declaration format as per Annexure-VI. (Those are not registered under ORISSA VAT.)
If the bidders has not agreed to give the required performance security.
5.21 Purchaser’s Right to Accept or Reject any Bid
The Purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids without assigning any reason thereof at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidders on the grounds of such action of the purchaser. In case no bidder qualifies as per qualifying
criteria and standards, purchaser may at his discretion relax qualification criteria for award of contract.
5.22 Evaluation and Comparison of Bids
The comparison shall be of FOR destination price basis including the price of all costs wherever applicable as well as duties and taxes
(but excluding VAT) paid or payable on instruments & equipments incorporated or to be incorporated in the items including the
warrantee/guarantee period from the date of installation. The Purchaser’s evaluation of a bid will take into account, in
addition to the bid price and the price of incidental services. The purpose of bid evaluation is to determine substantially
responsive bid with the lowest evaluated cost, but not necessarily the lowest submitted price, which should be recommended for
award. Evaluation of bids should be made strictly in terms of the
provisions in the bid document to ensure compliance with the commercial and technical aspects.
13
The past performance of the suppliers will be taken into account while evaluating the bids.
Cost of the inland transportation, insurance and other costs within the Purchaser’s Country incidental to delivery of the goods to their final destination;
Delivery schedule offered in the bid; Deviations in payment schedule from that specified in the
General Terms & Conditions of Contract; The cost of components, spare parts and service. The availability in the Purchaser’s country of spare parts and
after-sales services for the goods offered in the bid; The projected operating and maintenance costs during the life of
the equipment/ goods. The performance and productivity of the equipment/ goods
offered; The quality and adaptability of the equipment/ goods offered. Any other point as deemed proper to be incorporated by the
evaluation committee. Alternative options of offer shall not be allowed.
Each Bidder shall submit only one quotation. The quotation would be evaluated separately for each item
Sales Tax in connection with sale of goods shall not be taken into
account in evaluation
6.0 Supply Conditions
6.1 Delivery of Goods
The delivery of goods shall be made by the supplier to the Consignee in accordance to the order placed as shall be detailed in
the Schedule of requirements & technical specifications.
6.2 Instruments & Equipment Demonstration- cum- Inspection
Purchaser reserves the right to ask for demonstration cum
inspection of the instruments & equipment wherever applicable.
6.3 Inspection / Test
The supplier shall get each equipment inspected in manufacturer’s works and submit a test certificate and also guarantee/warranty
certificate that the equipment confirms to laid down specifications.
The supplier shall invite the purchaser for pre-dispatch inspection. The Purchaser or his representative shall have the right to inspect/
examine/ test the goods in conformity with the contract awarded/supply order during the production or before dispatch
from the manufacturer’s premises. Such inspection and clearance will not prejudice the right of the consignee to inspect and test the
equipment on receipt at destination. The inspection/examination/ test may be conducted in the premises
of the Supplier or at the goods final destination or at the premises of the consignee, as will be decided by the Purchaser.
The purchaser's right to inspect/ examine/test & where necessary to reject the instruments & equipment after the arrival of the goods
at the final destination, shall in no way be limited or waived by the
14
reason of the goods having been inspected and tested by the
manufacturer previously. In case of rejection of the goods at the final destination after inspection and test as stipulated above and in
case any inspected/ tested goods fail to confirm to the specification/ working condition, the purchaser may reject them
and the supplier shall replace/ repair the same free of cost.
6.4 Guarantee/ Warrantee Period (comprehensive)
The Bidders must quote for a minimum period of 3 (Three) years of
comprehensive warranty from the date of completion of the satisfactory commissioning. This also includes all accessories
related to instruments & equipments quoted for.
6.5 Up time Guarantee /Warrantee
The Bidders should provide uptime guarantee of 95%.
6.6 Downtime Penalty Clause
During the Guarantee/ warranty period, desired uptime of 95% of 365 days ( 24 hours) if downtime exceeds 5%, penalty in the form
of extended warranty, double the number of days or more will be applied as per Annexure II for which the equipment goes out of
service. In no case the machineries should remain in non-working condition
for more than 30 days beyond which a penalty of 0.2% of machine cost will be charged per day.
The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained
staff available to support the uptime guarantee.
6.7 Payment Terms
No advance payment will be made by the Purchaser to the supplier
for performance of the contract in question. However part payment (up to 90%) shall be made based on the progress against
schedule of supply of the bidder in four phases as mentioned below.
i) 40% of the total cost on supply of instrument(s) /
equipment(s). ii) 30% of the total cost on commissioning.
iii) 20% of the total cost after successful trial. The final 10% payment shall be made after obtaining no
objection certificate from the concerned consignee i.e M/s UPMA that the machineries are working satisfactorily
6.8 Transportation
The Supplier shall be required to meet all transport and storage expenses until commissioning of the instrument(s) / equipment(s)
covered in the contract.
6.9 Taxes and Duties
The Supplier shall be entirely responsible for payment of all Taxes,
Duties etc. incurred until delivery of the contract goods to the Consignee subject to recovery afterwards in the bill as claimed in
the Bid offer.
15
VAT as applicable is payable, to the suppliers of the State of Odisha
if claimed in the Bid offer. C.S.T will be paid to the Suppliers of the outside State other than
Odisha, if claimed in the Bid offer. Any revision of VAT/CST shall automatically be taken into account.
Entry Tax, if paid by the Supplier, at the local (destination head) Corporation/Municipality/NAC is allowed once only on production of
money receipt for such payment, if claimed in the Bid offer. Any other statutory levy imposed by the Govt. of India/ Govt. of
Odisha from time to time will be considered extra on demand with adequate proof thereof.
The service tax and the work contract tax shall be levied (Wherever
applicable). Income Tax as applicable shall be deducted at source.
6.10 Incidental Services
The Supplier shall be required to provide any or all of the following
services : (The cost should be included in the quoted Price)
Furnishing of detailed literature/pamphlets/ circuit diagram/ operation & maintenance manual / drawings (as applicable)
for each appropriate unit of supplied goods. Furnishing of tools required for assembly and / or
maintenance of the supplied goods. Performance or supervision of on-site assembly and the
supplied goods. Performance or supervision or maintenance and/ or repair of
the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any
warranty/ guarantee obligations under the contract. Training of the Purchaser’s personnel at the Supplier’s plant
and / or on site, in assembly, start up, operation, maintenance and/ or repair of the supplied goods.
A maintenance contract for the goods supplied, if required by
the user beyond the warranty period shall be on mutually agreed upon terms between the user and supplier. The cost of
such maintenance contract shall not be included in the Bid cost.
6.11 Period of Validity of Bids:-
The quoted rates should be valid for a period of 90 days from the date the Bids are opened.
In absence of any indication of the date of validity in the bid, it will be presumed that the offer will remain valid for the
minimum period i.e 90 days as prescribed above. In exceptional circumstances, the purchaser may solicit the
bidder’s consent for extension of the period of validity. If agreed upon, the bid security so deposited shall also be
suitably extended.
6.12 Commissioning Period
16
Maximum commissioning period is 60 (sixty) days from the date of
acceptance of Purchase Order.
6.13 Standards
The Goods supplied under this Contract shall confirm to the
standards mentioned in the Technical Specifications and when no standard/ specification is mentioned, the Goods shall conform to the
standards prescribed by the Bureau of Indian Standard (BIS) or equivalent wherever necessary.
6.14 Award Criteria
The Purchaser will award the Contract to the successful Bidder whose bid has been determined as the lowest evaluated bid,
provided further that the Bidders is determined to be qualified to perform the Contract satisfactorily.
Quality, durability and adaptability of the instrument(s) / equipment(s) offered suiting to the purpose shall continue to
be the overriding factor for selecting the same and determining the lowest evaluated bid.
The purchaser shall award the contract within the period of validity of bids to the Bidders who meets the Bid condition in
all aspects and has the necessary technical and financial capabilities whose Bid is substantially responsive to the bid
conditions and has offered the lowest evaluated cost.
6.15 Penalty against late delivery
If the delivery is not effected within the due date i.e 60 (sixty) days
from the date of issue of Purchase Order, the purchaser will have the right to impose penalty as under.
a) First extension of 15 (fifteen) days or part thereof -@ 2% of
the value of balance items; b) For second extension for an additional 15 (fifteen) days -@ 3
% of the value of balance items c) If the bidder fails to execute the order within the extended
time schedule as above the firm will be black-listed for two years from the date of issue of purchase order.
6.16 Penalty against Non Supply
In case of non supply of Stores within the due date i.e. within the date of delivery, the Managing Director, OSIC Ltd., Cuttack will have
the right to impose penalty, as deemed fit, to resort to risk purchase in full or part thereof at his/her discretion, his/her decision shall be
final and binding and the cost shall be recovered for the defaulted party.
6.17 Demonstration
The bidders may be required to demonstrate the quoted instrument and equipment during the technical evaluation, if required, at the
nearest point of installation failing which their bids/offer shall be rejected.
6.18 Force majeure
The Supplier shall not be liable for forfeiture of its performance
17
security, liquidation damages or termination for default, if and to the
extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force
majeure. 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 events 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 and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof.
Unless otherwise directed by the Purchaser in writing, the Supplier
shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the force majeure event.
6.19 Rejected items
No payment shall be made for rejected supplied items. Rejected
items must be removed by the bidders within two weeks of the date of rejection at their own cost and replace immediately. In case these
are not removed these will be auctioned by the purchaser (at the risk and responsibility of the suppliers) without any further notice.
7.0 Governing Language
The contract shall be written in English language. All correspondence and document pertaining to the Contract which are exchanged by
the parties shall be written in the same language
8.0 Applicable Law
The Contract shall be interpreted in accordance with the laws of the
Union of India.
9.0 Notification of Award
Prior to the expiration of the period of validity of the Bid, the Purchaser will notify the successful Bidders in writing by
registered letter / by Fax/ e-mail, to be confirmed in writing
by registered letter or by speed post, that his bid has been accepted.
The notification of award will constitute the formation of the Contract.
Upon the successful Bidder’s furnishing of the performance security, the Purchaser will promptly notify each unsuccessful
Bidders and will discharge its bid security.
10.0 Signing of Contract
At the same time as the Purchaser notifies the successful Bidders
that his bid has been accepted, the Purchaser will send the Bidders the Contract Form provided in the bidding document, incorporating
all terms and conditions of the agreements between the parties within fifteen (15) days of receipt of the Contract Form, the
successful Bidders shall sign and date the contract and return it to the Purchaser
18
11.0 Resolution of Disputes by Arbitration
The Purchaser and the Supplier should try to resolve the disputes, if any, arising out of the contract, amicably between them, failing
which the same shall be referred to the Additional Secretary to Government, MSME Department, Government of Orissa,
Bhubaneswar for adjudication as the sole Arbitrator under the
provisions of the Arbitration and Conciliation Act, 1996 whose decision will be final and binding on all the parties to the dispute.
12.0 Jurisdiction of the Court
The Purchaser and the Supplier shall agree that the competent
Court at Cuttack shall have the jurisdiction to try and decide
anything between the parties and they may approach the Competent Court at Cuttack if required at any time.
Sd/- MANAGING DIRECTOR
1
ANNEXURE-I
PRICE SCHEDULE (ITEM WISE)
1 2 3 4 5 6 7
PRICE FOR EACH UNIT EXCLUDING VAT
Sl. N
o.
Item
Description
Quantity
Ex-f
acto
ry/
Ex-w
are
house/
Ex-s
how
room
/ off-
the s
helf
Excis
e D
uty
, if a
ny
Packin
g &
forw
ard
ing
Inla
nd
transport
, in
sura
nce
and
incid
enta
l costs
,
incid
enta
l to
delivery
Incid
enta
l serv
ices
inclu
din
g
desig
n,
fabri
cation,
ere
ction
&
com
mis
sio
nin
g
Custo
ms d
uty
if applicable
ET
and
oth
er
taxes
if
any
payable
Unit
pri
ce
at
consig
nee
poin
t
exclu
din
g V
AT
VAT p
er
unit
Unit
pri
ce
at
consig
nee
poin
t
inclu
din
g V
AT
Tota
l U
nit pri
ce in
clu
din
g VAT
per
schedule
for
delivery
at
final
destination
(a) (b) (c) (d) (e) (f) (g) F=a+b+c+d+e+f+g 6=4F+5 7=6x3
Unit price in words (Rupees …………………. ) Only
Note:
(a) In case of discrepancy between unit price and total price, the unit price shall prevail.
Place: Signature of Bidders......................……
Date: Name ………………………………………………
1
Annexure-II
GUARANTEE/WARRANTY MAINTENANCE CONTRACT AGREEMENT.
THIS AGREEMENT made the.................day of ..................., 20___ between the Director of Industries, Orissa (hereinafter "the Purchaser") of
the one part and M/s........................................................................................
(hereinafter called "the Supplier") of the other part:
WHEREAS the Purchaser invited bids for certain Goods & ancillary services viz, supply and commissioning of the instruments & equipments at
Bhubaneswar including Comprehensive Warranty Maintenance Services and has accepted a bid by the Supplier for the supply, installation &
commissioning of the plant & machineries specified below at the Consignee
site including Comprehensive Warranty Maintenance Services for a period of 3 (Three) year from the date of installation & commissioning of the
instruments & equipments as per award of Contract No............ dated
Name of the plant & machineries Qty (To be filled in as per details of goods in the award of Contract)
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. Maintenance Services shall consist of Preventive and Corrective
maintenance of equipment specified above & will include repair and replacement of parts free of cost.
2. Preventive maintenance, monthly once, which includes:
2.1 Check-up to ensure that device connection is proper, cabling is at proper condition etc.
2.2 Cleaning of the above plant & machineries and checking the System Performance.
3. The Supplier is to furnish the tentative schedule of the preventive maintenance of Warranty Maintenance Contract (WMC) to be carried
out. 4 The parts replaced must be new parts or equivalent in performance to
new parts.
5. The Supplier will also provide the same maintenance service in case of
the movement of equipment from the place of original installation to a
different place or location, if the equipment is shifted by the Purchaser to another place or location at the cost and risk of the purchaser.
6. Any complaint informed through telephone must be acknowledged with a Complaint No. by the Supplier which will be noted by
Consignee. All further contact with the Supplier on such complaint will be initiated through that Complaint No. Once rectification done,
that No. will be cancelled by both parties. A register is to be
2
maintained by the Supplier where complaints are to be noted along
with Complaint No. 7. The maintenance shall normally be done at the earliest.
8. The Service Engineer of the Supplier will be allowed to handle the respective plant & machineries only in presence of the officer in
charge at the Consignee site.
9. The Supplier should ensure that maintenance job is not hampered/
delayed due to paucity of spares/inadequate manpower etc. 10. The Supplier should submit the services call report, to the Consignee
for each and every service call without fail. 11. In case of delay/ lack of communication, down time will be calculated
as mentioned below in WMC Clause. COMPREHENSIVE GUARANTEE/ WARRANTY MAINTENANCE CONTRACT (CWMC) CLAUSE
Normal response time for repair is 72 hours from the actual time of reporting of the problem to the Supplier. Period Extension of WMC period Response Time
Above 24 hrs & below 48 hrs. 2 days for delay of each day. Above 48 hrs & below 96 hrs One Week for each day of delay
Above 96 hrs Two weeks for each day of delay
Down time Above 24 hrs & below 48 hrs Two days for each day of delay Above 48 hrs & below 96 hrs One Week for each day of delay Above 96 hrs Two weeks for each day of delay. 13. The Supplier evaluation data format for the WMC of Consignee
systems may be filled up for necessary action. 14. All formats after filled up should be signed at the end of each page by
the Supplier. 15. After completion of the work/repair/maintenance, the Purchaser shall
issue a certificate of completion to the supplier to that effect.
Signature Signature
For the Purchaser For the Supplier
Name: Name:
Designation: Designation:
Address: Address:
Telephone No: Telephone No:
3
Annexure-III
MANUFACTURES’ AUTHORISATION FORM
No.___________/ Date ______________/
To
The Managing Director, OSIC Ltd., Industrial Estate,
Madhupatna, Cuttack - 10
Dear Sir, Bid No.___________________
We _____________________________________________________
who are established and reputable manufacturers of ___________________
____________________having factories at __________________ ______ _________________________________________ (Address of Factory) do
thereby authorize M/s._____________________________________ (Name and address of Agent) to submit a bid and sign the contract with you against
the above bid.
* No company or firm or individual other than
M/s.___________________________ are authorized to bid and conclude the contract in regard to this business against this specific IFB.
We hereby extend our full guaranty and warranty as per general conditions of contract for the goods and services offered by the above firm
against this bid.
Yours faithfully,
(Signature for and on behalf of Manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person, competent and having
the power of attorney to bind the manufacturer. It should be included by the Bidders in its bid.
This para should be deleted for simple items where manufacturers sell the product through different stockiest.
The Supplier/Managing Director of the Company (if the supplier is a
Company) or the Power of Attorney Holder having specific power to sign the contract can only sign the contract/execute the agreement.
4
ANNEXURE-IV
CALCULATION OF PERFORMANCE SECURITY
Item
No.
Item
Quoted
Approx.
Qty.
Quoted Price Total
Amount (in Rs.)
(approx.)
Grand Total : Rs.
Signature of Bidders
5
ANNEXURE-V
PERFORMANCE STATEMENT
(In proof of eligibility of bidders for the period of last Five years)
Documentary evidence viz. copy of award letter, certificate of performance in support of satisfactory execution of works
Order placed by
the organi-sation with
address
Order
No & date
Capacity
Date of
completion of delivery
Remarks
indicating reasons
for late delivery, if any
Contact person of the organization
and contact number
Signature of bidders
6
ANNEXURE-VI
DECLARATION
I/ We M/s. _______________________________ represented
by its Proprietor/Managing Partner/ Managing Director having its Registered
Office at _________________________________________________ and
its Factory premises at
_____________________________________________ do declare that I/
We have carefully read all the conditions of bid in Ref. No. __________ for
design, supply, fabrication, erection, installation, demonstration &
commissioning of instrument /equipment on turnkey basis and other items
and will abide by all the terms & conditions of the Bid.
I/ We do hereby declare that I/We are not registered under the
VAT Act as I/ We have not started any business in the State and have no
liability under the Act but before award of the final contract we will produce
the VAT Clearance Certificate in Form VAT 612.
Place: Signature of the Bidder:
Date:
Official Seal
N.B: The above declaration is to be submitted in the form of an
undertaking.
7
ANNEXURE-VII
BID FORM DATE:
To .............................................................................. ..............................................................................
(Complete address of the purchaser).
Ref: - Your Bid Enquiry document No. _________dated ___________ we, the undersigned have examined the above mentioned Tender Enquiry document, including amendment/corrigendum No. __________, dated _________________ (if any), the receipt of which is hereby confirmed. If our bid is accepted, we
undertake to supply the instruments & equipments and perform the services as
mentioned, in accordance with the delivery schedule specified in the Schedule of Requirements. We further confirm that, if our bid is accepted, we shall provide you with a performance security of required amount in an acceptable form as per Bid Document. We further confirm that, until a formal contract is executed, this bid read with your written acceptance thereof within the validity period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any bid you may receive against your above-referred bid enquiry. I/ We declare that we posses the valid manufacturing license and/ import license issued by the Competent Authority. I/ We furnish the particulars in this
regard in enclosure to this declaration. I/ We do hereby declare that I/ We have not been de-recognized/ black listed/ convicted by any State Government/ Union Territories/ Government of India for supply of substandard quality items/ part supply/ non-supply.
I/ We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit and or Security Deposit and blacklist me/ us for a period of 2 (two) years if, any information furnished by us proved to be false at the time of inspection/ verification and not complying with the Bid terms & conditions. I/ We do hereby declare that I/We will supply the machineries / testing equipment and other items as per the terms, conditions & specifications of the bid
document. I/ We do hereby declare that am/ are not supplying/ quoting the same item at the lower rate quoted in the bid to any Government organization or any other institute.
We confirm that we fully agree to the terms and conditions specified in above mentioned Tender Enquiry document, including amendment/ corrigendum if any.
(Signature with date)
(Name and designation) Duly authorized to sign bid for and on behalf of ……………………………………………………………….. ………………………………………………………………..
8
ANNEXURE-VIII
Details of the bidders
Bid Reference No.
Date of opening
Name and address of the Bidder:
01 Name of the bidder
a) Full postal address
b) Full address of the premises
c) Telegraphic address
d) Telephone number
e) Fax number
f) E mail:
g) PAN No
h) TIN No
05 Total annual turn-over (value in Rupees)
06 Quality control arrangement details
07 Test certificate held
a) Type test
b) BIS/ISO certification
c) Any other
08 Details of staff
a) Technical
b) Skilled
c) Unskilled
09 Branch Office/ Contact Person/ Liaisoning Office in Odisha. a) Address
b) Telephone No.
c) e-mail,
d) Fax of the
Signature and seal of the Bidder
9
ANNEXURE-IX
CHECK LIST
Sl
No DESCRIPTION Cover
Page
No.
1 EMD in the form of DD shall be kept in
an envelope
A Yes/ No
2 Self attested photocopy of manufacturing License/ Dealership/
Distributorship Certificates for the product duly approved by the Licensing
authority for each and every product quoted
A Yes/ No
3 Self attested photocopy of Import
License, if imported
A Yes/ No
4 Authorization letter nominating a
responsible person/ liaisioning agent of the bidder to transact the business
with the Bid Inviting Authority
A Yes/ No
5 Performance Certificate for 5 years ( Annexure-V)
A Yes/ No
6 Manufacturers authorization (Annexure-III)
A Yes/ No
8 Bid form (Annexure -VII) A Yes/ No
9 Details of the Bidders (Annexure –VIII)
A Yes/ No
10 BIS certificate if any or equivalent. (wherever applicable)
A Yes/ No
11 The Bid document signed by the bidder
in all pages with office seal.
A Yes/ No
12 An affidavit regarding VAT clearance
(Annexure-VI)
A Yes/ No
13 VAT clearance certificate A
14 Price Schedule-Annexure-I B Yes/ No
15 Detailed Lay out plan of the
instrument/ equipment, mandatory drawings and Foundation drawings .
A Yes/ No
16 The bidder is to provide the required capacity of the boiler with specification
as well as the required specification of the steam at inlet.
A Yes/ No
17 Schedule of supply of items including
fabrication, erection and commissioning
A Yes/ No
18 Calculation of Performance security Annexure-IV
B Yes/ No
11
ABSTRACT OF SCHEDULE OF REQUIRMENTS OF INSTRUMENT & EQUIPMENT FOR TESTING LABORATORY & TRAINING CENTRE
1. Equipment for Central Instrument Room – Chemical Division
1 Double beam UV-
visible Spectrophot
ometer with
Printer & soft ware
Assay of different
active pharmaceutic
al ingredient
in different formulations
2 Nos
.
(a). Double Beam Spectrophotometer.
(b). Wave Length Range- 190 to 1100nm
(c). Mono chromator – Czereny-turner type
/ Echelle type
(d). Spectral Band Width – 1nm or better
(e). Photometric Range- ± 2.5 Abs or better
(f). Photometric Accuracy- 0.3% T.
(g). Stray Light - <0.05% T at 200nm with
KCL 12gm/litre or better
(h). Light Source – Deuterium (D2) and
Tungsten (W) Halogen Lamp.
(i). Detector – Wide Range photo Diode
(j). Wave Length Accuracy- ± 0.3 nm
(k). Readability -% T(0.1), Abs. (0.001)
Conc. (± 1 Unit)
(l). P C with software and printer
compatible to the system.
Three matching pairs of Quarz Cell (1 cm
path length)
The System should be complete in all
respect.
2 FTIR Spectrophot
ometer (may
require controlled
humidity) with Printer
& soft ware (With
dehumidifier & Nitrogen
Gas)
Identification of different
drug molecules
after comparison
with standard data in assay
methyl poly-siloxane
1No. Basic System: Fully external PC
controlled high performance high resolution FTIR system with capabilities
of auto-imaging and microscopy
features to characterize different
types of organic and inorganic
compounds in liquid and solid states,
with the following as minimum
requisite specifications.
Interferometer: rotary interferometer
(35/45 degree incident angle), for fast scanning self-compensating for dynamic alignment changes due to a tilt and shear,
incorporating high-reflectivity. Spectral
range: Scan range should be 14,700 -
350cm-1
.
Interferometer Sealing: The system
12
should be completely sealed and desiccated.
Built in electrical peltier based
dehumidifier in the interferometer
will be highly preferred.
Real-time atmospheric vapour compensation correction, preferably with humidify indications. IR source: Air cooled High brightness
Ceramic and/or He-Ne laser light source (Preferably 3 -5 years warranty). Resolution: Spectral resolution should be
0.5 cm-1
or better.
Detection capabilities in multiple regions ATR Imaging should have capability to
detect samples as single crystals of dimension of at least 0.3 x 0.3 x 0.3 mm and also nanoparticles up to 100 nm in dimensions.
All the attachments should have features of auto and pre-fixed alignment features.
Detector: Should have high sensitivity DTGS/DLATGS detector.
S/N ratio: > 50,000 :1 or higher at 4
0cm-1
resolution.
The system should have provision for
future up-gradation to external beam
optics for TGA/IR, etc.
Software : Software includes all standard data processing functions, Image Analysis, and
also specialized functions like Single/Multipoint Quantification, Spectral Search, Purity Measurement,
Validation S/W, Multi-component analysis,
Film Thickness, etc. Software should be multi-licensed and windows based.
Validation Software:
System should have built in validation program Compliance to USP/European Pharmacopoeia and ASTM requirements
Accessories to be offered separately: a) Diffused reflectance attachment. b) KBr Demountable Cell.
c) KBr Fixed Thickness Cell (0.1 mm).
d) KBr Die, Press, Pellet holder, Agate mortar etc. One set of 15 ton
Press. e) 100 gm KBr powder. f) Branded PC, Laser Printer.
13
g) Peltier/liquid nitrogen controlled sample chamber.
3 High
performance liquid
chromatogr
aph (HPLC) with printer
& soft ware
For Assay of
different active
pharmaceutic
al ingredients and determine
the related substances.
2
Nos.
QUATERNARY HPLC WITH
AUTO SAMPLER QUALITY STANDARDS: 1.Should be USFDA or CE,UL approved product
2.Manufacturer should have ISO certification for
quality standards.
3.Should be compliant with IEC 61010-2-051
standards covering safety requirements for electrical
equipments for measurement control and laboratory
use.
DESCRIPTION OF FUNCTION It is one of the useful instruments for the qualitative
and quantitative estimation of a number of
pharmaceutical substances and pharmaceutical
preparations in respect of identification, assay,
related substances/impurities etc. as per the
requirement of different pharmacopoieal
monographs.
TECHNICAL SPECIFICATIONS
1.Pump
Flow rate : 0.01 to 10
ml/min
Flow precision : 0.1 %
RSD at 1 ml /min
Operation pressure : 0 to 9000 PSI or
better at all flow rates mentioned above.
Mixer
Low pressure mixing and high pressure
delivery
1.Online Membrane Degasser for all
channels
2.Auto sampler
a.Vial capacity : Minimum 25 (2ml) Vials
with tray temperature control or more.
b.Variable volume : Injection precision
c.Minimum sample Volume: 1 µl can be
injected from 5 µl sample
d.Injection volume: 10 µl loop standard,
upto 1000 µl injections with larger loops
and syringe.
e.Sample carry over : 0.05 % or better,
flush should be there for internal & external
needle wash
f.Needle Height: Programmable in 0.1 mm
increments. Active vial bottom search
selectable on/off.
g.Tray temperature control: 0 o
to 60 o
C ±
0.5 C selectable in 1o C increments.
h.Sample Preparation: Different capacity of
14
reagent vials for flushing, washing, sample
dilution, and /or reagents for sample
derivatization.
i.Ambient environment 10o C to 40
o C at 5
to 95 % relative humidity.
Leak sensor facility should be there
1.Detector
(A) UV Visible Detector
a.Dual beam optics
b.Wavelength range 190 to 700 nm
c.Band width – 5 nm
d.Wavelength reproducibility – ±0.1 nm
e.Flow cell – 8 to 12 µl
f.Light source – Deuterium (with minimum
2000 hrs life time)/ Tungsten
g.Display – LCD display/touch screen.
h.Leak detection facility should be there
i.Scan – Scan speed from 0.2 to 1 nm /
second (A) Refractive Index Detector
(Optional)
(a) Refractive Index range: 1.00 to
1.75 RIU
(b) Measurement range: 7.0 x 10ˉ9 to 5.0x 10ˉ4 RIU
(c) Linear Dynamic range :
<%over±5.0x10ˉ4 RIU
(d) Noise: +1.5 x 10ˉ4 RIU
(e) Drift: <+1.0x10ˉ7 RIU/hour (f) Flow rate : 0.1x10.0 ml/min
(g) Flowcell: Fused quartz, Cell
Volume: 10µl
(h) Cell pressure limit: <100 psi
(i) Attenuation settings: 1 to
500x10ˉ6 RIU
(j) Temperature control: Internal
oven: 30 to 550 C
(k) LED source: 880 or 690nm
(B) Fluoresence Detector
(Optional) Optical Design: Ratio Photometry, emission
beam monitoring.
(a) Light source: 150 w Xenon
Lamp, mercury lamp (for wavelength
verification)
(b) Wave length range: Excitation
200 to 850 nm
Emission 250 to 900 nm
(c) Wavelength accuracy: ±3 nm
(d) Wavelength Reproducibility:
±5 nm
(e) Flow cell: 12µl cell or better
(f) Spectral Band width: Excitation
15
: 15 nm
Emission 15 nm or 30 nm
(g) Time constant : 0.05, 0.1, 0.5,
1.0, 2.0, 4.0 and 8.0s
(h) Spectral scan function : 4
excitation or emission spectra can be stored
(i) Auto Zero Range : 0 to 1000
(j) Operation temp. : 4 to 350C
(k) Sensitivity:
(i) 15 nm slit : S/N ratio 700 or
over (at Raman Peak of water using 15
nm slit- Baseline Method)
(ii) 15 nm slit : S/N ratio 900 or
over (at Raman Peak of water using 30
nm slit- Baseline Method)
2.Column oven:
b.Length : to accommodate 2 x 30 cm
analytical column
c.Temp range : 5 o
C to 95o C± 0.5
o C
selectable in 1o C increments. The
temperature should be control by PC based
software.
2.Data collection device:
b.Should be compatible to the HPLC system
c.Data should be protected in case of PC
hangs.
c.The software should include gradient
separation, system suitability, compatible
with USP/BP/IP parameters – such as Area,
Height, Theoretical Plates, tailing factors,
capacity factor resolution, separation factor
S/N ratio and peak width.
d.The software complying with 21 CFR
PART II should be provided.
e.PC and Printer compatible to above
system has to be provided. 2. Columns:
List of HPLC columns S.No
Column Packing Size No. of colum
ns require
d
1. Stainless steel column packed with octadecyl silane bonded to porous silica
30 cm x 4 mm x 3 to
10µm
01
2. -do-
25 cm x 4.6 mm x
5 µm
03
3.
Stainless steel column packed with octadecyl silayl silica gel
25 cm x 4.6 mm x 10 µm
(end
03
16
capped)
4. Stainless steel column packed with octadecyl silane bonded to porous silica
15 cm x 4.6 mm x 5 µm
03
5.
Stainless steel column packed with octadecyl silane bonded to high purity silica
25 cm x 4.6 mm x 5 µm
100 oA
poresize
450 m2/g
surface
Area,
15 % carbon load
(End cappe
d)
02
6.
Stainless steel column packed with Octaylsilayl silica gel
25 cm x 4.6 mm x 5 µm
(end cappe
d)
02
7. Stainless steel column packed with end-capped octadecylsylil amorphous organosilica polymer for mass spectrometry
25 cm x
4.6mm x 5 µm
(end cappe
d)
02
8.
Stainless steel column packed with styrene-divinylbenzene co-polymer
25 cm x
4.6mm x 8-10 µm
02
9 L-34, 300x8mm USP (cation-exchance resin consisting of sulfonated cross linked styrenediviny benzene co-polymer in the lead form about 9 µm in diameter )
300x8mmx9um
01
10 USP L9, 4.6 mm x 25cm ( irregular or spherical totally porous silica gel having a chemically bonded strongly acidic cation exchange coating 3-10 µm in diameter) with details of term and conditions of supply. The quotation should include
406mm x 25 cm x 3-10 µm
01
17
the followings.
11 Packed with endcapped polar embedded octadecylsily amorphous organosilica polymer
5 µm x 406 mm x 250 mm
01
3. Start up kit for HPLC
a. Guard column
b. Sample filtration kit
c. Filtration accessories for the
columns
d. Ultrasonic bath (5 liter capacity)
4. Power Back Up Equipment:- Suitable
UPS for 120 minutes backup for entire
HPLC system with Indian plug pins. The
system should work with 220-240V AC, 50
Hz power supply.
5. DOCUMENTS & TRAININGS
IQ-OQ and PQ documents.
On site calibration with traceable
reference material, to be done by
supplier during installation.
Onsite training at the time of
installation.
The system must be upgradeable.
4. Gas liquid chromatogr
aph. (GLC) with Printer
& soft ware and Gas
generators (Zero air,
Nitrogen
and hydrogen) /
cylinders
To assay the volatile
ingredients in the drug
sample.
1No. General Considerations 1. Must be able to support simultaneously 3 inlets 4
detectors and 4 signals acquisitions
2. Must enable 4 detectors mounted and monitored
simultaneously on the GC and software.
3. Should allow the installation of upto 7 APC
modules providing control upto 21 channels of
APC
4. Standard atmospheric pressure and temperature
compensation must be available
5. An extensive self diagnostics functions with
safety features to prevent unexpected instrument
malfunctions
6. The equipment should have facility to be fitted
with glass column and capillary column.
Column oven 1. Operating temperature range ambient + 4° C to
450° C
2. Resolution must be 0.1° C
3. Oven must support 20 ramps / 21 plateaus and
should allow negative ramps
4. Maximum run time 9999.99 minutes
5. Oven cool down from 450° C to 50° C should
happen in less than 4 mins (under non-specific
conditions
6. Temperature stability ≤ 0.01° C for a 1° C ambient change
7. Oven power must turn-off automatically when the
lid/door is opened
8. Built-in automatic carrier shutoff if the inlet
pressure drops significantly
Split / Split-less Injector
18
1. Must allow installation of 3 independently
temperature controlled injector units
simultaneously 2. Must be suitable for all capillary columns 50 pm
to 530 µm id 3. Split ratio range of 0 to 9999.9 to avoid column
overload 4. Maximum operating temperature upto 450° C 5. Number of temperature programming steps 7 6. Number of pressure programming steps 7 7. Pressure programming method must employ
constant linear velocity mode as separation ability
is determined by linear velocity 8. Efficient gas saver mode built-in to reduce gas
consumption during standby without affecting
performance 9. Must have electronic septum purge flow control
to eliminate carry-over
Flame Ionization Detector (FID) 1. Minimum detectable level < 1.5 pg C/s 2. Temperature range up to 450° C 3. Dynamic range should be at least 10
7
4. Must have Advanced Flow Control (AFC) for
Air:0-500m1/min 3 gases i.e H make-up and air
flows (with electronic ON / OFF): Air:0-1200ml/min H:0-1000m1/min
Make-up gases(N-orHe): 1200ml/min
5. Must provide fast flame out detection and
efficient automatic re-ignition
GC Software: The software should have the
following features. 1. Flexible interface to display instrument status,
show real time plot and function as per the
instrument set points by the user.
2. Should have GLP / GMP support in terms of
security, audit-trail and validation.
3. Should support single analysis time automatic
date file creation, all types of statistical functions
etc.
4. The supplier should process and analyze the data
for peak integration, manipulation, identification,
quantification (percentage area method, internal
standard method, external standard method,
standard addition method etc)
5. Must have clock time programming le autostart I
stop of GC in real time to alert user maintenance
needs and instrument problems.
Data Management & Acquisition System
(Optional)
A suitable computer with printer with
processor, (>3 GHz), RAM memory (>2.0
GB), Hard disc drive (>250 GB) with laser
printer should be quoted.
Standard Accessories a. Syringe - 5 µl (3 nos.)
b. Capillary column :- Carbowax - 20 M (glass
column) and dB - 5
c. Packed column :- OV - 17; SE - 30; and Porapak-
19
Q
d. GC startup kit
e. All gas cylinders (H2, N2 and zero air) with
regulators
f. Moisture trap, oxy trap and hydrocarbon trap
must be included
g. One gas light syringe for gas samples
5. Spectrophot
oflourimeter with Printer
& soft ware with
acetylene cylinder
For assay of
vitamins like thiamine and
riboflavine
1No
.
Fluorescence Spectrophotometer . Light Source-- 150W Xexon lamp, Ozone resolving type
lamp housing
Excitation and emission monochromators-- Concave, blaze
holographic grating/Czermy-Turner
Detector—Photomultiplier Tube
Wavelength scale-- 220-900 (Both excitation and
emission) or better
Wavelength accuracy (Excitation/Emission)-- ±1.0 nm
or better
Sensitivity- SNR (Water Raman) -- Signal > 150
Band pass (Excitation/Emission)-- 0 to 30nm
continuously adjustable
Resolution—1.0 nm at 546.1 nm or better
Scan speed--100nm/s or better
A suitable software to measure—
Excitation, emission and fixed wavelength
measurement, time-course measurement,
quantitation, automatic search of optimal excitation
and emission wavelength.
The instrument should be supplied with the P.C.
Printer for data acquisition, processing, storage.
Accessories:- 4 nos. of Fluorescence free quartz cells
of 10 mm path length.
The instrument should be complete in all respect
6. Flame photometer
For assay of elements like
potassium,
sodium and calcium
1No.
The low temperature, single channel Flame Photometers, designed for the
routine determinations of Sodium (Na), and Potassium (K). Additional filters are available for the measurement of Lithium (Li), Barium (Ba) and Calcium (Ca). Both
instruments are fitted with automatic flame failure detection for user safety, Product Details
Ranges -
120 - 160mmol/l Na (linearised)
0 - 10.0mmol/l K
Limits of Detection
Na < 0.2ppm
-
K < 0.2ppm
-
Li <
0.25ppm Li < 0.25ppm
Ca < 15ppm
Ca < 15ppm
Ba < 30ppm
Ba < 30ppm
Reproduc-
ibility
< 1%/ Coefficient of
Variation for 20 consecutive samples using 10ppm Na set to read 50
Linearity Better than 2 % when concentration of 3ppm Na
20
and K and 5ppm Li are set to read 100
Specificity Interference from Na, K and Li equal in concentration to test element will be > 0.5 %
Recorder o/p
Nominal 1.00V for a reading of 100.0
7. Polarimeter (Digital)
For assay of dextrose in
ORS
1No.
Digital Polarimeter, for Determining the Optical Rotation
of Substances. Resolution to 0.0001º
Measurement to ±90º Cell Aperture sizes 3 and 8
mm diameters, for use with narrow diameter cells
wide wavelength range 880, 633, 589, 578, 546, 436,
405, 365, 334, 325, 313, 302, 296, 280, 254 nm
Temperature Control from 0º
to 40ºC using air cooled peltier electric cell holder
8. Analytical balance with
printer and anti-
vibrating table
(Single Pan)
To determine the mass of
any substance
6 Nos
.
Maximum capacity 220 gm Sensitivity-0.01mg/0.1mg/1mg
LCD Display Anti Vibrating Table, Printer
9. Digital pH meter with
printer(3 point
calibration)
To determine the pH of
different substances
3 Nos
.
Technical Specification PH/ Mv Range: 0 to 14 pH 0 to +/- 1999
mV Accuracy: +/- 0.05 pH +/- 1 digit
Resolution: 0.01 pH 1 mV Temp. Compensation: Automatic
Temperature Range: 0 to 45° C
Accuracy: +/- 1.0° C Resolution: 0.1° C
Probe: RTD sensor
Should be provided with three types of buffers.
10.
Potentiometric titrator
(auto-titrator)
with printer & soft ware
To conduct aqueous and
non aqueous titration and
determine water content
1No.
Autotitratior should perform- h. Acid/Base titration
i. Non aqueous titration (TAN/BAN) with combination of three electrode system
j. Redox titration k. Argentometric titration.
l. KF titration
21
and karl-
fischer titrator
in different
formulations.
m. Diazotization n. Titration
The titrator should have a. Titrator with suitable electrodes for the
above analysis b. Magnetic stirrer c. Exchangeable Burette unit
Programable Polarizey: The
Tirtator should have build-in programmable polarizer which
polarizes the diazotitration and KF Titration
Features:- Versatile, Advanced
micro controller user friendly, GLP compliance, CFR Part-II, IQ, OQ,
PQ Compliance, Calibration, PC connectivity Result on display,
Printer, Corrosion resistant fibre body.
11.
Moisture balance with
printer
(infra red).
To determine moisture
content in raw
materials
1No.
Measurement method
Detection of weight loss by heating &
drying
Sample mass
5~70g(optional weight sampling)
Resolution 5mg / 0.1%
Measurment range
0~100%(Wet-base Moisture/Solid
content) 0~500%(Dry-base
Moisture content)
Precision Sample 5g or
greater; 0.1%
Display format
Digital LCD display
2. Common Equipments for Chemical, Physical & Biochemical Analysis
1. Constant Temperature
To evaporate
3 Nos.
High Precision water baths double walled convection heated units.
22
Water-bath
12 holes (Thermostati
cally controlled)
the solvent
at a particular
temperature
Outer body of constructed out of
thick PCRC steel sheet, duly pre-treated with primers for rust
proofing and painted with air drying paint/stove enamel/powder
coating. The inside chamber of the unit will be made of heavy
gauge stainless steel sheet of grade ss-304. provided with top
opening cover, made of stainless steel with steel concentric rings.
The unit is to be provided with one
stainless steel racks.
Heating: Indirect heating system is
provided in our water bath, comprising of air heaters
Stirring:
The unit is to be fitted with a high efficiency stirrer motor of 1/20 HP,
so as to maintain the uniform temperature of our high precision
water bath. Temperature Range:
Temperature range should be
ambient to 90° c. Temperature Sensitivity: + 0.2° c
(With PID Controller).
2. Centrifuge
(Rectangular with head to
hold 6x15 ml and
6x50 ml
tubes &
For
separation of fine particles
in a mixture in a
dispersion
2
Nos.
Capacity ml 8 x 15
No. of tubes 8
max. speed rpm 3500
max. rcf g' 1600
Cooling
Centrifuge system 6x15
ml
To separate
polymorph-A and
polymorph-B in
Chloramphenicol
suspension
1No. Maximum speed: Approx. 4,000
rpm Swing-out / 14,000 rpm Angle
Maximum RCF: 3,000 x g Swing-out / 18,000 x g Angle
Maximum capacity: 4 x 200 ml Swing-out / 24 x 1.5/ 2 ml Angle
Temperature range: -9°C / + 40°C.
Digital displays for Programme
23
No., Speed, RCF, & Time
At least 10 program memories
Timer 1 - 99 minutes and hold
position
At least 5 acceleration / 5 braking
rates
Maintenance free induction motor
Totally CFC free refrigerant fluid and insulation
Angle Rotor: 24 x 1.5/2.0ml, with adaptors for 200/500/800 µl
Angle Rotor: 30x15ml with
adaptors for different sizes
Swing-out Rotor: 4x200ml with
sealing cap and adaptors for different sizes
3. Disintegration Test
Machine with recorder
To determine
the time required for
disintegratio
n of tablets / capsules as
per I.P.
2 No. Digital Temperature and Timer
Splash proof panel with LCD display
Smooth up and down
movement Water bath for uniform
temperature Fluorescent tube light for
better viewing of tablet disintegration
With Water Circulation System (Optional)
Technical Specification: Temperature : 25.0° C To
40.0° C Accuracy : ± 0.3° C
Power: 230 V 50 Hz. Heating System 300Watt
230 V, Accuracy ± 0.5° C
Timer : 1 min to 99 hrs 59 mins 59 secs
Strokes : 30 strokes/min Waterbath : 8 ltrs.
24
4A. Dissolution
Test Apparatus
with auto sampler with
recorder
To
determine the amounts
of active ingredient
dissolved in the solvent
within a particular
time period
1 No. Should comply with IP/USP
specification. Large graphic LCD to indicate
set parameters: RPM, INDIVIDUAL
VESSELTEMPERATURE, TIME INTERVAL, TEST TIME etc.
RELIABLE MAINTENANCEFREE STEPPER MOTOR DRIVE FOR
STIRRERS.. Molded Water-bath with non
corrosive Tank plate.
Indicates the individual vessel Temperature.
Wobble and vibration free instrument.
Protection for over temperature OF Heater
through software AND hardware.
Individual vessels centering. Pass word protection at
different levels. Parallel printer port for
connecting printer. Memory to store test records.
Atomatic Stirrer height
positioning as per USP and also at user specified height.
Isolated water circulating pump for precise control of the
water bath. Easy to empty and clean water
bath with bottom drainage
Automatic sampling position /
adjustment. Instrument accessories
(paddles, baskets and vessels) should be laser marked with
serial numbers. Alpha numeric data entry of
product and user details
Should support programmable protocols and programmable
intervals. The system should allow media
changeover and infinity test
25
run, ideal for sustained and
controlled release products. Facility for printing, storing
and saving data canula for drawal of the sample.
Optional- Printing facility. Dissolution software.
Online- offline Automation system with Syringe pimp and
sample collector. ACCESSORIES
1.Metformin tablet holder
2.Statiionary tablet basket (Fro Felodipine, USP)
3. Enhancer cell for ointments, suspensions & emulsion.
4. Japanese type sinker, Helical coil sinker, Spring type
sinker, 3-pronged sinker. Basket type sinker & Cage
type sinker 5. Disc filter
6. Validation kit 7. Vibration meter.
Filling of Vessels
500ml – 1000ml, +/-1%
(gravimetric filling)
Stirring Speed
25 rpm – 200 rpm, +/- 1 rpm
Precision of Temperatur
e Control
+/- 0.1°C
Temperature in Vessels
37°C, +/- 0.5°C
Sampling Times
with Optrode
+/- 5 min. for 6 test stations (with
cleaning of optrode) +/- 3 min. for 6 test
stations (without cleaning of optrode)
Evaporation
from Vessel
+/- 1% in 24h
SOFTWARE
Operation
System
MS Windows 7.0
26
Audit Trail According to 21 CFR
Part 11
4B MCROPROCE
SSOR BASED DISSOLUTIO
N TEST
APPARATUS WITH
RECORDER
To
determine the amounts
of active
ingredient dissolved in
the solvent within a
particular time period
1 No. 1.Should comply
with IP/USP specification
2.RPM range – 20 to
250+0.5 RPM 3.Temp range - 300
to 40o + 0.1o C 4. Automatic Stirrer
height positioning as per USP and also
at user specified height.
5. Easy shaft locking mechanism
for wobble free operation.
6. Instrument accessories
(paddles, baskets
and vessels) should be laser market
with serial numbers. 7. 40 x 4 LCD
display 8. Multilevel
security with password.
9. Alpha numeric data entry of
product and user details.
10. Should support programmable
protocols and
programmable intervals.
11. Facility for printing, storing and
saving data canula for drawal of the
sample.
5. Heating
Mantles (Different
Capacity)
(500 ml, 1.5 LT, 5.0 LT)
With Maximum surface
temperature 400 o
27
Specification
used for heating / boiling solutions in round bottom
flasks. The heating cords are
stitched in glass yarn knitted cloth.
6. Hot Plate Used for
various heating work
Temp range upto 3500 C
Size-20 CM
7. Magnetic Stirrer
Magnetic stirrers features with stainless steel hot plate &
additional spillage collection stainless steel tray with drain.
Stirring by heavy duty PMDC motor which deliver torque even
at lower speeds and maintains
speed stability despite viscosity or volume changes. Accurate
stepless speed control allows smooth variation up to 1000 rpm.
Heating energy is controlled by energy regulator.
Technical Specification
Stirring quantity (h2o) L.
05
Speed range, rpm
100 to 1000 rpm.
Temperature
range, 0C
ST 3200C
8. Melting-
range Apparatus
with recorder
Operation Start temperature range
(Ambient + 10 °C) to 300° C, 0 °C min. set point
Stop temperature range
(Start temperature + 4 °C) to 400 °C
Temperature resolution
0.1 °C
Display 4-digit LED display
Capillaries 1000 nos.
Dimensions 1.4 mm to 2.0 mm outside dia., 100 mm length
Capacity Up to 3 tubes simultaneously
Fill height 2 mm to 3 mm
Operating temperature
0 °C to 40 °C, non-condensing
9. Muffle
Furnace
To
determine
1No. Max. Temp. : 1200°C Internal capacity 4 to 6 litters The chamber should made form powder free
28
ash content fused ceramic fibre mold or fused quartz to avoid ceramic dust inside the chamber . It should have validation port for insulting
temperature sensor / thermometer for temperature validation purposes. with Well insulated tight closure door. Asbestos or fire bricks should not used for door. Operating Temp. : 1000 + 100oc
Heating up time : 2 to 4 hours Control : Digital Control/P.I.D Control
10. Drying Oven To remove
moisture / dry glass
wares
2
Nos.
Temperature
range
30 deg C to 100
deg C
Exhaust Fan
capacity
200c.f.m
Aluminium trays
2 PerforatedTrays
11. Refractometer (Abbes)
with recording
facility.
To determine
refractive index of
liquid substances
1No.
Scale Refractive Index (nD)
Range 0.00 to 95.00 Brix
1.3000 to 1.7000
nD
Resolution 0.1 % Solids
0.0001 nD
Precision +/- 0.1 % Solids
+/- 0.0001 nD
Reading
Speed ~ 5-7 seconds
Calibration Points
One or more
Temp. Comp. Range
15 to 50 °C - Brix Only
Sample
Temperatures
10 to 80 °C
Computer Interface
2 x RS232 Serial Port
Contact liquid
(Monobromo
naphthalene) lighting adapter
for solid sample.
Sample
Types
Solid & Liquids
12. Lab Refrigerator
To store different
reagents / standards at
low
3 Nos.
Lab Refrigerator 200 LTS GMP Model with Inside S.S. 316 with
mirror polish & outside stainless steel 304 with dull buff finish.
29
temperature
.
Technical Specification
Temperature Range : 2°Cto
8 Deg.C
Temperature Accuracy : ± 0.2°C
Temperature Uniformity : ± 2°C
13. Sieves (Set) To separate powders as
per their particle size
1No. (Set of 8,12,16,20,40,60,100 mesh)
Sieves are manufactured as per IS Standard. Sieves are made of
Brass frame and G.I. frame of dia. 200mm, 300mm & 450mm.
14. TLC Kit
including accessories
& UV viewing Cabinet
(short & long)
To identify
and assay different
drug substances
1No. A. Applicator ( To draw uniform layer variable form 0 to 2 mm min.
thickness 0.1 mm. B. Drawing Board C. Drying rack
D. Developing chamber with cover E. Micro pipette / glass capivarious F. Glass plates G. Sprayer (Reagent)
H. TLC plate heater I. TLC spray cabinet
J. Spotting guide
K. UV- viewing cabinet (365 nm and 254 nm
15. Vacuum Oven
(built in vacuum
pump)
To dry drug substances
at a low pressure
1No. Technical Specification Control Mode: Fuzzy logic Control
Technology Display Mode: LED
Inside chamber size 12’’ x 12” x 12”
Heating Mode: Plate Heating
Ambient Temperature
Requirements : 5~35
Temperature Range :
40~250
Temperature Adjusting Precision ):
≦±1.5 180)
Duration to Top Temperature 80 Range of Vacuum Degree 133 1
Torr
16. Vacuum Pump
Used for quick
filtration by
2 Nos.
Flow rate > 3.5 l/min
Max. Vacuum 0.2 bar
Max. Pressure 1.0 bar
30
producing
vacuum
Max. ambient
Temp. + 5… + 40 ºC
Max. Temp of
liquid + 5… + 80 ºC
Max. viscosity < 150 cSt
Protection type IP 65
Protection
class III
17. All glass
distillation assembly
(Double)
To provide
water for use in
different laboratory
work
1No. Dist. Water
Output Cap.(Approx)
5 lt/hr
Electrical requirements
230-250 Volts
Single phase heater
Cooling Water consumption
60 lt/hr
Biological
Activity Pyrogen Free
pH 6-7
Conductivity S/cm
<3 x 10-6
Distillate Temp 65-750C
& Water Purification
System (HPLC Grade
Water)
To provide HPLC Grade
Water to run HPLC
1No. o Grade (ISO 3696:1987) water should be made available directly from tap water.
o Built-in resistivity and TOC monitors designed to comply with the most demanding norms, including USP
requirements ($643 and $645) o System manager-specific interface
with protection of key set points by a login and password.
Resistivity (at 250 C) :- 18.2MΩ.cm TOC:-<500µgm/LC
Pyrogen- Nil
Flow rate: 7 ltr/hr better Bacteria: <100cfu/ml Monitoring self-test, filter replacement, Auto-rinsing & Service
check The system should have inbuilt water storing vessel The R.O Catridge should have life
span of minimum three year.
18. Vortex Mixer Used for
mixing small amount of
liquid in a test tube
2
Nos. Max. Speed 3000 rpm
Single Cup head
Dimension
W50 x D50 x
H25 (mm)
19. Fuming To remove 2 Fume chamber
31
chamber toxic gases
from the laboratory
Nos. Size : Width x depth x height
60” x 40 “ 70 “ Viewing height – 40- 45” Glass Sash option – Vertical Air velocity 80 – 100 FPM
Services- Gas, water, air and vacuum Fluorescent light 18
gauge, Exhaust outlet 10” round 18 gauge S.S, exhaust collars.
Double wall construction- Outer wall – S.S
Inner wall- Corrosion resistant
Colour coded washers at house nozzle outlets and valves mounted
inside the fume hood and controlled from the exterior with
colourcoded index handles.
20. Viscometer
(Ostwald)
To
determine
viscocity of liquid
1No. The relationship between the
intrinsic viscosity of a polymer
solution and the relative molecular mass of the polymer allows this
apparatus to be used for quantitative determination of
relative molecular mass. Comprises glass U tube with two
bulbs, connected by a capillary tube approximately 120 x 1 mm
(length x internal diameter). Overall height 237mm.
21. Hot and cold
air blower (hair drier)
To provide
hot air for drying of
solvents in TLC
2
Nos.
22. Rotary shaking
machine
To shake while
evaporating the solvents
1No. Heavy cast iron base with sturdy construction with two side arms
for holding flasks. A fractional HP. heavy duty Motor with variable
speed through continuously
variable speed controller is provided. To hold flasks of
capacity 100 to 1000 ml. Complete with cord plug etc. To
work on 220 V AC 50 Hz single phase. Automatic 0-60 minutes
32
Timer.
23. Grinder mixer
To grind and mix the drug
substances particularly
of plant
origin
1No. Voltage
: 240V.AC.50Hz/.
Motor
Wattage : 750W.
Rating : 30 Min.
Speed at no : 18000 r.p.m.
Load Setting : 3 Speed with incher.
24. Soxhlet extraction
apparatus
Used for continuous
extraction of
drugs to a solvent
1No. For continuous solvent extraction of semivolatile analytes from solid
matrices.
Use this inert all-glass system for extracting semivolatile compounds
from a solid or semi-solid sample matrix - soil, for example - into an
organic extraction solvent, such as hexane, acetone, or methylene
chloride. The Soxhlet apparatus is simple to set up and use, and it
features ground glass joints for easy dismantling and cleaning.
Soxhlet Apparatus Kits Order glass or cellulose thimbles
separately
Joint
Joint ST/NS extractor bottom joint
Joint ST/NS extractor top joint
extractor
I.D. 30 mm
extractor
volume 50 mL
flask volume
125 mL
25. Dessicator (plain)
Vacuum type
To store different
standards / primary
standards in a dry
atmosphere
10 Nos.
2
Nos.
Plain Desiccators are physically the same as Vaccum Desiccator.
Only difference is the absence of top cock. Grease should be
applied on the flanges to make it air tight.
Plain Desiccators are provided
with a thick perforated Polypropylene disc with a big hole
in the centre for easy lifting. The tiny holes in the disc
provide air troughs & support to
33
the dishes. However procelain
discs are advisable in case of incandescent crucibles.
Material :Polypropylene /
Polycarbonate Size : 150mm 200mm
Flange O.D : 171mm 232mm
Dessicator Vacuum type Maximum vacuum 28" Hg for 24
hours PTFE stopcock
Silicone O-ring requires no grease. Convenient side arms on cover
and base. PTFE stopcock accpets 1/4" through 3/8" ID tubing. PTFE
caps (two included) seal side arms when desiccator is used without
vacuum. For room temperature use only; do not autoclave.
Desiccator accepts desiccator
plate.
26 Stability
Chamber with Inverter
To
determine the stability
of different formulation
of drugs
1No. Technical Specifications
Stability chambers are double
walled inner SS and outer MS with 3" gap puff insulation; full length
inner glass door for clear inner vision and outer metal door with
magnetic gaskets & lock. It has forced air circulation for uniform
temperature throughout the
chamber. Dual display preset electronic digital temperature
controller cum indicator with cooling system by means of
hermetically sealed Compressor Unit coupled with evaporation Coil
and Condenser. Temp. Range 10°C to 60°C + 2°C; Humidity
Range from 40% Rh to 95% Rh + 3% Rh. Complete with all
accessories and in-build Lighting arrangement
34
Inner
Chamber
Sizes in
mm / Inche
s W x D x H
No. Of Shelves
Capacit
y Cu.Ft. (Appro
x.)
Capacit
y (Appro
x.)
565 x
565 x 865
(23"x23"x3
4")
3
Shelves
10 Cu.
Ft.
280
Liters
27. Personnel
Protective
Equipment
To provide
protection to
the analyst while
working in the
laboratory
o Safety Face Shield
o Particulate Respirators o UV Safety Goggles o Safety Goggles
28. Fire safety
Equipments
To protect &
prevent the laboratory
from fire
Extinguishers to extinguish class
A, B, C and D fire in the laboratory Discharge time- 8 to 10 Sec.
Capacity -2Kg/1kg
3. Common equipment for Microbiological Analysis -
Microbiology Division
Sl Equipment Purpose Qty. Specification
1. Antibiotic Zone Reader
(with Printer facility)
To determine
zone of inhibition
during assay of atibiotics
1No. This zone reader should measures the diameter of the inhibition zone
to 0.02 mm within range of 0 to 35 mm diameter.
35
2. Autoclave
(Vertical) with
recorder
To sterilize
the glass wares /
media by application
of steam
1No. Vertical Sterilizers, semi automatic operations and with High pressure (15-20 PSI adjustable) high vacuum option. The features
are:
GMP Compliant
Semi automatic operation
Pressure switch control.
Low water level cutoff should
supplied with pedal lifting device.
Digital pressure & Compoued
gauges can be provided in lieu of analog gauges.
On line validation option
Dressing Bins (Drums)
(a) 275x225mm (11”x9”) for size (a) (b) 375x275mm (15”x11”) for size (b)
Size : chamber 400 x 600 mm made of s.st 316
3. Colony Counter with
magnifier (table
model)
To count the colony of
micro organisms
1No. Display 3 Digit, 999 Max. Count (LT-37)
Magnification 110 mm
Accessories: Marking Pen
4. Klett Summersion
Colorimeter (with
printing facility)
To assay the vitamins by
micro biological
assay method
1No. Range-400nm to 700nm 0 to 1000 Klett unit
Display-2.5 digit LED Output- O.D-0 to 1.99
Resolution- O.D-0.01 Accuracy-0.5 FS±1 digit
Glass filter- 8 nos. (400, 430, 480, 500, 520, 540,
630, 670 nm) Std Accessories: Test tube 5 nos.
5. B.O.D.
incubator / general
incubator
To incubate
the micro organisms
for assay of vitamins /
antibi otics
2
Nos.
B.O.D. incubator
Technical Specifications: Double walled construction
outer S.S304 dull Finish Inner S.S316 Mirror polished
PUF insulation between two walled
Full acrylic door permit inspection of specimen’s without disturbing the temp.
Temp Controlled by PID
Controller with auto tuning facility with accuracy of ±0.5
˚C .temp Range 5 ˚C to 60 ˚C accuracy ±0.5 ˚C
Illumination light should be
provided for viewing CFC free hermetically sealed
36
compressor to provide temp
for below ambient condition Air circulation fan for
marinating temp uniformity throughout the chamber
The chamber should be provided with modular
removable shelves made of S. S. for complete flexibility in
use. To work on 230 volts 50 H2
Size in
CU.FT
Inner dimensi
on W X D X H
in cms
Capacity In
LTR
No. of Shelves
12 60 x 60 x 90
Cm
340 3
General incubator
Fabricated from grade SS-304,
size 600 x 900 x 600 mm with three shelves or equivalent
Specifications and features of our general incubator:
Electronic Control with Safety Backup
Forced Convection Uniform Temperature Control
Humidifier
Inner Tempered Glass Door
with silicon packing facilitates easy sample view without door
opening
Stainless Steel Chamber
6. Laminar flow, bench
type (Horizontal)
To provide asceptic
condition to carry out the
micro biological
assay
1No. Horizontal Laminar Flow Cabinets, ensures to provide protection to products and samples kept in it, with a parallel
flow of clean air through filters situated at the rear of the cabinet. The standard HEPA filters in the cabinets are 99.997%
efficient at 0.3 microns
Technical specifications of our
products are given below:
37
Internal working area-1180x600x420mm
Cleanliness - Class 100 Particle retention - 0.3 micron Velocity - 90FPM + 20%
Illumination - 750 - 800 lumen Noise level - 60-65 decibels
Standard - FED 209E
Power supply - 220v single phase
The bench should contaion pressure
gauge operating switches, Fluorecent
Lamps, Petdocks (air, gas, vacuum)
Particle dust count validation at site
after installation
No wooden component is acceptable
7. Phase
Contrast Microscope
(binocular)
To
observe/identify the
micro organisms
1No. Vibration free stand with 12V-100W power supply, stabilizer 100V …240V
Observation tube with inclination angle of 200 which should support F. No. 22/23 or higher. It should have 2
step light path selector of 100:0/0:100
6 position inward tilt nosepiece Achromat Aplanatic Unversal
Condenser 0.9 for Bright Field, Phase
contrast, with 5 position moduler turret dist (1 Bright field position, 4
phase position. The condenser should work for all Objectives from IX-100X.
Paired Wide-field Eyepieces of 10X with minimum field of view 22/23
mm., focusable and adjustable dioptre setting of +/-5.
12V-100W Halogen Illumination (12V-100W Halogen Lamp)
Plan Achromat phase Objectives of 10X0.25, long working distance Paln Neofluar Objective of 20X0.50
(Phase) & 40/0.75 (Phase, 20X and 40X objectives should be with correction ring.
Hard coated anodized surface
mechanical stage with stage for X and Y movement of the specimen.
It should have a Digital Camera of 5
mega pixel resolution of above, frame rate of 39 frames per second with fire wire interface for transfer of data from camera to PC. It should have
the software for operating the camera from the software.
38
8. Hot Air
sterilizer / oven
To sterilize
by application
of heat
1No. The ovens have a wide temperature range from approx. 50C above room temperature up to 250 or 300oC. should be equipped with a timer 0 - 120 min. -The working chamber of ovens are made of stainless steel, therefore also suitable for heavy loads. The inner chambers as well as the inner side of door including frames are made of stainless steel.
Pilot Lamp( Heating on/off )
High air charge per hour.
On/Off-switch illuminated.
Operating mode selector (timer/Continuous operation)
Thermostat with brake.
Thermometer easy to read.
Safety devices according
Ventilation slide for flow-control of fresh and used air (DBGM)
Technical Data :
Interior
Dimension(WxHxD)mm
400x280x250
Exterior Dimension(WxHx
D)mm
580x402x425
Volume approx. 28Ltr.
Number of
shelves. 2
9. Refrigerator
(Deep-
freezer)
To store
different
reagents / standards at
low temperature
.
1No. 1 Temperature minus 20 degree C
or lower (-20 to -40 degree
preferred) 3 Capacity 250 liters
4 Compressor Noise free Compressor
5 Temp uniformity • +/- 3 degree C
Digital display Door alarm, voltage alarm,
power failure alarm
10. Water bath (thermostati
cally controlled)
To evaporate
the solvent at a
1No. Temp range- ap0px. 50 above ambient temp to 99.90 C
Dimension- Exterior- 500x425x250 mm appxy.
39
particular
temperature
Interior-
400x245x145 mm Microprocessor controlled temp
regulation Temp accuracy±0.10C
LED Display digital temp readout and setting in steps 0.10C for set
temp and actual temp. Over-temp protection
Heating element, bath interior, exterior cover, lid and perforated
tray made of S.S
Thermal insulting and double walled lid
Drain cock at the back of the bath Accessories 1. 8 test tube racks (S.S) to hold 20 test
tubes each having capacity of 17 x 185 mm test tube.
2. 8 test tube racks (S.S) to hold 20 test tubes each having capacity of 17 x 185 mm test tube
11. Vial decapping
machine
To open the vial
1 Vial Decapping Pliers/Decapper Hand Tools
Type: Pliers&Plier Set
Power Source: Manual
Package: Box
Hammer Material:
Steel
Hammer
Type:
Safety Hammer
Material: Stainless Steel
Blade
Material:
Stainless Steel
Handle
Material:
Stainless Steel
12. Gas Lighter
with Gas
filling Machine
To sterilize
the loops
2
Nos.
13 Particulate Matter
Counter
To determine
the size distribution
of particulate
matters.
Liquid sensor 7. Size range : 2-125 µm or better
8. Flow rates : 10 or 20 ml/min 9. Volume sampled : 100%
10. Maximum concentration : 10,000 per ml or better
11. Zero count level : <1/ml 12. Capillary size : 0.5x0.7 mm 13. Laser source : laser diode
40
14. Calibration fluid : De-ionized water
Liquid Sampler 1. Syringe Size : 1, 5 & 10 ml 2. Sampling mode : Vacuum
3. Minimum Sample size : 10% of Syringe volume
4. Power : 240 volts.
Software with P.C & Printer Suitable software 21 CFR Part-II
compliance, laser printer and computer as per general specification.
14 Heating Block
To test injectables
for BET testing
To accommodate 60 test tubes (10X75 mm each)
Temp. Range 300 Cto 500 C
15
*
H.V.A.C
System
To provide
control temp.,
humidity and filtered
air in microbiology
lab.
As per the layout of Microbiology,
Media Preparation, Sterility, Bet Test Room and Ancillary areas to
provide controlled temperature and filtered air in the micro
biological laboratory / instrument division of the laboratory.
16 Electric Generator
To provide continuous
power supply to the
laboratory
1No. 25 KVA
*NB:
1. The scope of work of the Bidder covers necessary supply of the required instrument(s) / equipment(s) and commissioning.
2. Bidders are not required to offer for Civil construction.
Recommended