30
JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender Notice Separate Sealed Global Tenders in two bids system are invited from leading overseas manufacturers AND/OR their accredited INDIAN ASSOCIATES for supply, installation and commissioning of the “Scientific Equipments” in the Centre for Nanoscience and Nanotechnology so as to reach the Asstt. Registrar (PICO), JMI on or before 20.03.2012 upto 1500 hrs. The detailed tender document can be downloaded from Jamia’s website http://www.jmi.ac.in Sd/- Registrar Dated : 17.2.2011

JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Embed Size (px)

Citation preview

Page 1: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

JAMIA MILLIA ISLAMIA JAMIA NAGAR

NEW DELHI – 110025

Global Tender Notice

Separate Sealed Global Tenders in two bids system are invited from leading overseas

manufacturers AND/OR their accredited INDIAN ASSOCIATES for supply, installation

and commissioning of the “Scientific Equipments” in the Centre for Nanoscience and

Nanotechnology so as to reach the Asstt. Registrar (PICO), JMI on or before 20.03.2012

upto 1500 hrs. The detailed tender document can be downloaded from Jamia’s website

http://www.jmi.ac.in

Sd/- Registrar

Dated : 17.2.2011

Page 2: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

*Detailed Specification of each equipment given in Annexure I-VI respectively. Non transferable tender documents including detailed specifications and other terms and conditions can be had by the bidders directly by down loading from the Institute's website www.jmi.ac.in which will be made available till last date of submission of tender. No separate tender documents will be issued from our office. All errata, addendum, extension etc if any shall be published in the above website only. The Institute reserves the right to accept / reject any offer in full / part including the withdrawal of tender without assigning any reason whatsoever and the decision of the Institute shall be final and binding. The aforesaid global tender is being issued with no financial commitment. No correspondence or representation on the subject will be entertained.

Prof. S.M. Sajid

Registrar Jamia Millia Islamia (A central University)

Separate Sealed Tenders are invited from leading overseas manufacturers AND/OR their accredited INDIAN ASSOCIATES for supply, installation and commissioning of the following "Equipments' to the Centre for Nanoscience and Nanotechnology as per tender number given below: Centre for Nanoscience and Nanotechnology SL. No.

Tender Notice No Description of the Items and Quantity*

Non - Refundable Tender Fees

Earnest Money Deposit

(Refundable to unsuccessful

bidders without any interest)

Validity of Offer from the date of opening of the tender

Last Date & Time for

submission of Tender

Due Date & time of

Opening of Tender

(Technical Bid)

1 CNSNT-01/2012 High Resolution Transmission Electron Microscope ( HRTEM ) along with sample preparation kits including ion milling - 1 No

Rs.1000/-

Rs.3,00,000/-

120 days

20/03/2012 15:00 hrs

20/03/2012 16:00 hrs

2 CNSNT-02/2012 High Resolution X-Ray Diffractometer ( HRXRD) - 1 No

Rs.1000/-

Rs.1,00,000/-

120 days

20/03/2012 15:00 hrs

20/03/2012 16:00 hrs

3 CNSNT-03/2012 High Resolution Scanning Electron Microscope (HRSEM) with EDS attachment - 1 No

Rs.1000/ -

Rs.1,50,000/-

120 days

20/03/2012 15:00 hrs

20/03/2012 16:00 hrs

4 CNSNT-04/2012 Ball Mill - 1 No

Rs. 500/- Rs. 15,000/- 120 days

20/03/2012 15:00 hrs

20/03/2012 16:00 hrs

5 CNSNT-05/2012 Optical microscope with video monitor - 1 No

Rs. 500/- Rs. 25,000/- 120 days

20/03/2012 15:00 hrs

20/03/2012 16:00 hrs

6 CNSNT-06/2012 RF sputtering system - 1 No

Rs. 1000/- Rs. 1,00,000/- 120 days

20/03/2012 15:00 hrs

20/03/2012 16:00 hrs

Page 3: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Jamia Millia Islamia(JMI) Jamia Nagar, New Delhi-110025, INDIA

Prof. S.M. Sajid Registrar, Jamia Millia Islamia (JMI) Jamia Nagar, New Delhi -110025. INDIA NIQ Ref.: JMI/CNSNT/2012 NOTICE INVITING QUOTATION (NIQ) FOR SUPPLY & INSTALLATION OF SCIENTIFIC EQUIPMENTS FOR CENTRE FOR NANOSCIENCE AND NANOTECHNOLOGY, JAMIA MILLIA ISLAMIA (JMI), NEW DELHI, INDIA. The REGISTRAR, JMI invites quotations for supply of equipment as per details at ANNEXURE (please consult Check List), in double bid, and in sealed covers. The bids so as to reach the Asst. Registrar (PICO) on or before 15:00 hrs, March 20th , 2012. The following must be clearly written on the outer sealed cover:

QUOTATION FOR SUPPLY OF …….(Item name) FOR THE Centre for Nanoscience and Nanotechnology, JMI, NEW DELHI. NIQ REF NO. (NIQ Ref. No.), DATE----------------, LAST DATE FOR SUBMISSION -------- To The Assistant Registrar, Purchase & Inventory Control office (PICO), Jamia Millia Islamia (A Central University) Jamia Nagar, New Delhi – 110025 India

From: M/s ____________________ Contact No.:___________________

Email ID:_____________________

Page 4: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

INSTRUCTION TO BIDDERS:

Two Bids: 01. Quotations will have to be submitted in TWO PARTS i.e. (a) Technical Bid and (b) Price Bid, in two separate properly sealed covers indicating the type of Bid; and both these covers will have to be again put in to a single sealed cover (For type of bid please see the Check List). 02. In the part relating to Technical Bid, the vendor must provide the followings: (a) Details of the technical features of the offered equipment vis-à-vis NIQ specification; (b) Standard Technical literature on each of the items offered; (c) Dealership certificate on the offered products in case of dealer/s; (d) List of reputed organizations/Institutions, where similar orders have been executed (copies of the purchase/work orders will have to be enclosed); (e) Up-to-date Sales Tax clearance certificate (for vendors outside the State of Delhi)/VAT Registration Certificate indicating also the TIN number (for vendors from within the State of Delhi) of the firm will have to accompany the quotation to be submitted; (f) Details of nature and maximum period of warranty offered by the vendor. g) After Sales Service: The name & address of the nearest available authorized service centre to JMI, should be stated in the quotation. (h) Amount of Earnest Money Deposit (EMD), in the form of Demand Draft only, will have to be clearly stated and the same will have to be enclosed with Technical bid only. 03. In the part relating to Price Bid, the vendor must provide the followings: (a) Quantity, basic price (against item-wise details of specifications of each of the offered items); (b) Prices of each of the optional accessories, as required by NIQ specifications and also may be relevant for an offered equipment, will have to be specifically stated in the quotation: (c) Packing & Forwarding Charge, if any (as percentage of basic price or as lump sum) (d) Central/State Sales Tax/VAT (as percentage of basic price + Packing & Forwarding Charge, if any) (e) Freight & insurance charge, if any [as percentage of (a) + (b) + (c) or as lump sum] (f) Annual Maintenance Contract (AMC) rate (after expiry of warranty period) is to be clearly indicated – preferably in both comprehensive and non-comprehensive terms, failure to which the offer may not be considered even if it turns out to be at the lowest price. (g) Installation & commissioning charge (including Service Tax), to be shown item-wise extra, if any. NOTE: The bid documents are not transferable and the firm’s seal and signature of the authorized official must appear on all papers and envelopes submitted Important Dates and Time: (i) Last date and time for receipt (purchase) of tender: 12/03/2012 upto 16:00Hrs. (ii) Last date and time for submission of tender: 20/03/2012 upto 15:00Hrs. (iii) Due date and time for opening of tender: - 20/03/2012 upto 16:00 hrs

Page 5: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

TERMS & CONDITIONS: (Please note the term ‘both foreign & indigenous’ wherever mentioned, means the term is applicable to Both foreign & indigenous purchase) 01. Rates: Rates quoted for indigenous items must be on FOR JMI, New Delhi, on DOOR DELIVERY Basis, with break-ups as per details below (For import items please refer ‘Additional Terms for imported goods’ at clause No. 25 below). Break-ups of cost: (a) Basic Price (b) (+) Central Excise Duty, if any (c) (+) VAT/ Central Sales Tax (On Sub-Total Price, including Excise Duty, if any) (d) (+) Freight & Insurance Charge, if any (e) (+) Installation & Commissioning Charge, if any (f) Grand Total F.O.R. JMI, New Delhi, Price Note: Vague terms like “packing, forwarding, transportation etc. extra” without mentioning the specific amount will not be accepted. Such offers shall be treated as incomplete and rejected. Bidders shall indicate their rates in clear/visible figures as well as in words and shall not alter/ overwrite/make cutting in the quotation. In case of a mismatch, the rates written in words will prevail. 02. Validity (Both foreign & indigenous): Quoted rates must be valid for 120 days. 03. Earnest Money (Both foreign & indigenous): All firms are required to submit Earnest Money along with the Technical Bid as per EMD deposit options provided below. The EMD of unsuccessful bidders shall be returned after award of contract. All tenders received without EMD shall be summarily rejected. EMD of the successful bidder will be released on submission of the PBG. 04. PERFORMANCE BANK GUARANTEE (PBG) (Both foreign & indigenous): Performance Bank Guarantee: The successful bidder shall furnish an unconditional Performance Bank Guarantee valid till the standard warranty period from a scheduled Bank for 10% of the Purchase Order value and should be submitted during the time of installation of the system. (APPLICABLE ONLY TO ORDERS COSTING MORE THAN INR Rs. 5,00,000.00). That (a) The Vendor shall provide a Certificate of Guarantee guaranteeing XXX (Name of equipment) of the satisfactory operation of the components and against poor workmanship, bad quality of materials used, faulty designs and performance figures given by the Vendor. (b) This guarantee shall be operative for the entire warranty period. The performance guarantee would be to the extent of 10% of the order value. (c) The Vendor shall at his own cost rectify the defects/replace the items supplied, for defects identified during the period of guarantee. (d) While clauses 4(a), 4(b) and 4(c) are applicable to all orders worth INR Rs. 5,00,000.00 or more, competent authority may take appropriate decisions on exceptional cases. 05. PENALTY FOR DELAYED DELIVERY (for both foreign & indigenous): In case of supply order for the SCIENTIFIC EQUIPMENTS/ APPARATUS, the date of delivery should be strictly adhered to. In the event of delayed delivery, installation & commissioning i.e. after the expiry of the period as agreed by both the parties, the vendor shall be liable for a penalty deduction at a percentage of the value of the undelivered equipment subject to a maximum of 10% (ten percent) as detailed below: @1% up to one week; @2.5% up to two weeks;

Page 6: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

@5% up to three weeks; @10% for four weeks and above For the purpose of this clause, part of the week is considered as a full week. In case of delayed delivery, the Registrar, JMI reserves the right not to accept the subject consignment. 06. IN CASE OF INDIGENOUS SUPPLIES, the goods should be insured against theft, loss or breakage during transit and insurance charges should not exceed 1% of the cost of material supplied, the rates of Sales Tax, Excise Duty etc. (as applicable) should be clearly indicated. Form C & D is not applicable to us. 07. Pre-installation requisites (Both foreign & indigenous): Pre-installation requisites (electrical/floor/space/air-conditioning etc.), if any should invariably be mentioned clearly. Installation/ Training will be the full responsibility of the supplier/ Indian Agent. 08. Genuine Pricing (Both foreign & indigenous): Vendor is to ensure that quoted price is not more than the price offered to any other customer in India to whom this particular item has been sold, particularly to IIT/Universities and other Government Organizations. Copy of the latest price list for the quoted item, applicable in India, must be enclosed with your offer. 09. Excise Duty: The Institute is exempted from payment of Central Excise Duty vide GOI Notification No. 10/97-Central Excise, dated 01.03.97 with Regn.No. TU/V/RG-CDE (351)/2006, dated 14.09.2006. 10. VAT: For a vendor within the State of Delhi, appropriate VAT (to be deducted at source) will be applicable. For exemption from Octroi, wherever required, the Institute will issue necessary certificates. 11. Entry Tax: Delhi Govt. Entry Tax – usually @4% [to be paid by JMI, not by the vendor], wherever applicable, will be added while evaluating cost status of the concerned equipment to be supplied by vendors from outside the State of Delhi. 12. Delivery: (a) Delivery of goods at JMI, New Delhi, will have to be maximum within 120(hundred twenty) days from the date of issue of the Purchase Order. (b) Safe delivery of goods: All aspects of safe delivery shall be the exclusive responsibility of the vendor. At the destination site, the cartons will be opened only in the presence of JMI user/representative and vendor's representative and the intact position of the seal for not being tempered with, shall form the basis for certifying the receipt in good condition. (c) No Part Delivery: Part shipment will not be allowed. 13. Mode of Payment for Indigenous Purchase (For import items please refer ‘Additional Terms for imported goods’ clause No.25 below): Payment for Indigenous Purchases will be within 45 days from the date of successful delivery and installation of goods at JMI , generally through A/c payee cheque. In case payment is to be made by DD, the Draft commission will be deducted from the bill amount. Note: Please note as per Institute’s norm advance payment is not allowed for indigenous purchase. 14. Quotation by Fax/Mail not Acceptable (Both foreign & indigenous): The offers submitted by telex/ telegram/ fax/ E-mail etc. shall not be considered. No correspondence will be entertained on this matter. 15. Late and delayed tender (Both foreign & indigenous):

Page 7: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Late and delayed tender will not be considered. In case any unscheduled holiday occurs on prescribed closing/opening date the next working day shall be the prescribed date of closing/opening. 16. Conditional tenders not acceptable (Both foreign & indigenous): Conditional tenders shall not be accepted on any ground and shall be rejected straightway. In other words, printed conditions mentioned in the tender bids submitted by vendors will not be binding on JMI. All the terms and conditions for the supply, payment terms, penalty etc. will be as those mentioned herein and no change in the terms and conditions by the vendors will be acceptable. 17. Specifications are basic essence of the product (Both foreign & indigenous): It must be ensured that the offers are strictly as per our specifications. At the same time it must also be kept in mind that merely copying our specifications in their quotation shall not make firms eligible for consideration. A quotation has to be supported with the printed technical leaflet/literature (wherever applicable) and the specifications mentioned in the quotation must be reflected/ supported by such printed technical leaflet/literature model quoted/tendered specifications should invariably be highlighted in the leaflet/literature for easy reference. 18. Enquiry during the course of evaluation not allowed (Both foreign & indigenous): No enquiry shall be made by the bidder(s) during the course of evaluation of the tender till final decision is conveyed to the successful bidder(s). However, the Committee/its authorized representative and office of Registrar, JMI can make any enquiry/seek clarification from the bidders. In such a situation, the agency shall extend full co-operation. The bidders can also be asked to arrange demo of the offered items, in a short period notice, as such the bidders have to be ready for the same. 19. The acceptance of the quotation (Both foreign & indigenous) will rest solely with the Registrar, JMI who in the interest of the Institute is not bound to accept the lowest quotation and reserves the right to himself to reject or partially accept any or all the quotations received without assigning any reasons. 20. In case, the no. of bidders for any item is less than three and more than one, the Register, JMI who in the interest of the Institute has the right to go ahead with the purchase procedure. 21. In case, the no. of bidders for any item is only one and the proprietary certificate is enclosed for that specific item then the Register, JMI who in the interest of the Institute has the right to accept the single quotation and go ahead for price negotiation. 22. Force Majeure (Both foreign & indigenous): If the performance of the obligation of either party is rendered commercially impossible by any of the events hereafter mentioned that party shall be under no obligation to perform the agreement under order after giving notice of 15 days from the date of such an event in writing to the other party, and the events referred to are as follows: (I) any law, statute or ordinance, order action or regulations of the Government of India. (II) Any kind of natural disaster and (III) Strikes acts of the Public enemy, war, insurrections, riots, lockouts, sabotage. 23. Termination for default (Both foreign & indigenous): Default is said to have occurred. If the supplier fails to deliver any or all of the services within the time period(s) specified in the purchase order or any extension thereof granted by JMI. · If the supplier fails to perform any other obligation(s) under the contract. . If the vendor, in either of the above circumstances, does not take remedial steps within a period of 30 days after receipt of the default notice from JMI (or takes longer period in-spite of what JMI may authorize in writing), JMI may terminate the contract/ purchase order in whole or in part and

Page 8: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

forfeit the EMD/PBG as applicable. In addition to above, JMI may at its discretion also take the following actions: JMI may procure, upon such terms and in such manner, as it deems appropriate, goods similar to the undelivered items/products and the defaulting supplier shall be liable to compensate JMI for any extra expenditure involved towards goods and services obtained. 24. Applicable Law (Both foreign & indigenous): (a) The contract shall be governed by the laws and procedures established by Govt. of India and subject to exclusive jurisdiction of Competent Court and Forum in Delhi, India only. (b) Any dispute arising out of this purchase shall be referred to the Registrar, JMI, and if either of the parties hereto is dissatisfied with the decision, the dispute shall be referred to the decision of an Arbitrator, who should be acceptable to both the parties, to be appointed by the Registrar, JMI. The decision of such Arbitrator shall be final and binding on both the parties.

ADDITIONAL TERMS FOR IMPORTED GOODS Following terms besides the fore mentioned terms will be applicable in case of foreign purchases: 25. Rates: Quoted rates should be in CIF/CIP Delhi terms and charges to be stated in the following break-ups: (a) Ex-works value (b) + Documentation & Handling Charge, if any (c) + Estimated Overseas Freight to be paid at actual against authentic documents and monetary receipt (d) + Estimated Overseas Insurance Charge to be paid at actual against authentic documents and monetary receipt (In case the firm holds open insurance policy, the Insurance Certificate relating to the consignment will have to be provided). (e) Total CIP/CIF Delhi value 26. After Sales Service: In case of imported items, foreign manufacturing firms should indicate facilities available for after sales service, detail address and contact number of their local representative in India without which their offers are liable to be ignored. 27. Delivery: (a)Delivery of goods at JMI, New Delhi will have to be maximum within 120(hundred twenty) days from the date of issue of the Purchase Order. (b)Delivery at IGI Delhi Airport only. (c)While transshipment will be allowed, part shipment will not be allowed. 28. Payment: (a).Above $10,000.00 or equivalent : By an irrevocable letter of Credit at CIF/CIP Delhi value negotiable through any overseas branch approved by the university’s Banker, Indian Bank. (b)Below $10,000.00 by FDD/Wire Transfer. 29. Customs Duty: The Institute is generally exempted from payment of Customs Duty vide GOI Notification No.51/96-Customs, dated 23.07.96, with Regn. No. TU/V/RG-CDE (351)/2006, dated 14.09.2006. [CUSTOMS DUTY EXEMPTION CERTIFICATE WILL BE MADE AVAILABLE BY THE INSTITUTE IN REGARD TO QUOTES IN FOREIGN CURRENCY ONLY [ NOT AGAINST QUOTES MADE BY A FIRM IN INDIAN CURRENCY, UNLESS THE CONCERNED FIRM IS A FOREIGN HOLDING COMPANY WITH `FDI’ CERTIFICATE ISSUED BY THE MINISTRY OF FINANCE, GOVT. OF INDIA ].

Page 9: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

30. Agency Commission: The percentage of ex-works value to be paid to Indian agent in equivalent Indian currency as agency commission as applicable will have to be clearly stated in the quotation wherever applicable. 31. Country of Origin: While Country of Origin Certificate will not be insisted, the same however will have to be stated in the Original Invoice for payment through LoC. 32. LoC Amendment: LoC/FDD amendment charges due to mistake on the part of the supplier, if any, will have to be borne by the supplier. (Prof. S.M. sajid) Registrar, JMI. Encl.: ANNEXURES AS INDICATED IN THE CHECK LIST

ANNEXURE-I Technical Specifications

High Resolution Transmission Electron Microscope (HRTEM) alongwith sample preparation kits including ion milling

The HR TEM is required for characterization of single crystalline, poly crystalline and nano crystalline materials including nanopowders of different shapes, micro/nanometer thick films and one dimensional structures like Single Wall Carbon Nanotubes (SWCNTs) and Nanowires having diameter in sub nanometer range to few nanometers. Detailed specifications are as follows: (These are minimum specifications for a guideline. Any variations must be highlighted) 1. Electron source

Accelerating voltage:

LaB6 and or W emitter.

Flexible high tension 50kV to 300 kV adjustable, high tension stability

better than 1.0 ppm/10 min or vendor to specify

Page 10: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

2. Resolution a) Point to Point resolution is 0.20 nm or better

b) lattice resolution 0.15 nm or better

3. Magnification Magnification range upto 100x - 800000x or better

4. Illumination systems

Three or more condenser aperture system and seven or more objective

aperture system with beam tilt provision, vendor to specify beam tilt.

The system to have independent control of illumination and brightness

in TEM mode and ability to change convergence angle.

Probe size: vendor to specify the availability of micro probe and nano

probe mode with details.

5. Imaging High tilt angle of ± 400 or better

Camera length 50 – 4500 mm or better

2k×2k or better CCD Camera

Camera film magazine capacity for exposed and to be exposed films,

vendor to specify (20 films each magazine or more desired)

6. Diffraction Selected area diffraction, micro/nano diffraction, convergent beam

diffraction.

Max. diffraction angle ±130 or better

Max. Convergence angle 100 mrad or better

7. Vacuum Separate pumping system for Electron gun and Column area, ION

pump/TMP pumping scheme desired. Diffusion pump not acceptable.

Vacuum levels in both the cases better than 10-7 torr

Air locked system with user selectable pump down time for chamber

desirable 5min or better

vendor to specify

8. Specimen Chamber

Eucentric highly stable sample stage

Maximized tilts for any X,Y,Z, α and β coordinates

Specimen size 3mm circular, square and odd shaped samples desired

Stage movement X, Y= ± 1 mm each and Z = ± 0.3 mm or better, fully

computer controlled. Desirable specimen recall reproducibility better

than 0.3 micron and tilt 0.10 or better.

Sample heating arrangement in the stage with the desired temperature

upto 10000C to be coated as optional.

9. STEM Attachement

Fully digital scan system with Bright Field and Annular Dark Field

mode.

STEM resolution 1 nm or better.

Page 11: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Vendor to specify the magnification.

10. Software and control

Window based user friendly operation, control, measurement, database

and image processing software along with the high end hardware

including 21 inch TFT monitor and laser printer.

The Software specially should have feature for standardization

eucentric height, focus, Astigmatism correction, gun alignment and

application software for diffraction and microstructure analysis such as

to analyze lattice imaging, FT imaging etc.

Desirable: Joystick and mouse based positioning of the sample.

11. Safety Vendor to quote and provide water chiller and UPS of requisite

capacity (One and Half hour duration) for smooth and trouble free

operation of the machine.

12. Expandability The TEM should be configured in such a way that it can be upgraded at

a later stage with EDS, EELS, Lorentz lens, cryostage etc.

13. Spare Parts Recommended set of spares and consumables along with their price

details for three years trouble free operation from the date of

installation including the cost of LaB6 and W tips (Please provide a

complete list of spares with item-wise price).

14. Other Essential/Optional Items to be quoted separately itemwise:

a) All required precision forceps and tools for sample preparation

to sample handling

b) TEM specimen grids; Formvar coated, Carbon coated on Cu,

Ni, Co, W, Mo

c) Ultrasonicator for TEM sample preparation

d) Precision Saw (low speed)

e) Electro grinder cum Polisher

f) Specimen grinder

g) Ultrasonic Disk cutter for TEM sample preparation

h) Cross sectional TEM preparation Kit

i) Dimpling grinder

j) Ion Milling for TEM sample preparation

k) Plasma cleaning attachment for the main chamber

l) All other standard accessories/item

15. Calibration standards

Vendor to provide standard samples to check system calibration and

other parameters.

16. Pre-Installation

Pre-installation requirements such as room size, room condition,

Page 12: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Requirements required power rating, utility requirements – gases (argon, N2) etc. are

to be clearly mentioned.

The complete system, including computers and accessories, must be

properly shielded from EMI interference.

Site inspection and qualification must be performed by vendor’s

authorized representative, well in advance of system delivery.

Please specify if any specialized equipment (such as cranes) is required

for the installation.

17. Operation and Maintenance Manuals including circuit diagrams

Complete set of manuals (hard copy & soft copy one each) for the

operation and the servicing of the complete equipment. All circuit

diagrams block diagrams, and other electrical and mechanical

schematics must be provided for main unit, subsystems and accessories

(including bought-out items).

18. Installation and commissioning

The manufacturer/ supplier is required to undertake the responsibility to

install and commission the entire equipment and associated accessories

and demonstrate the performance at the user site as per the tender

specification.

19. Power supply and water

The user will provide 220 V single phase and/or 415 V three phase 50

Hz AC supply, reasonably clean laboratory space and municipal water.

Any other equipment/item required for trouble free operation of the

equipment will be the responsibility of the vendor and he is required to

quote and bring the same.

20. On-site & Factory site Training

After installation and commissioning, the manufacturers must train, at

JMI, at least two scientists in the operation and routine maintenance of

the equipment and all accessories.

Two scientists will be provided one week application training at factory

site of the country of origin. The cost of all expenditures to be borne by

the vendor.

21. Guarantee/warranty/ Assurance

The complete supply must be guaranteed for free repairs/ replacements

for thirty six months from the date of installation, commissioning and

acceptance by JMI. During the warranty period, all software updates

must be provided free of cost. If any items are excluded from warranty,

they must be explicitly mentioned, along with their replacement cost.

22. Extended warranty / Maintenance contract

Also quote separately for an extended warranty for a period of three

years, to commence at the end of the basic warranty Cost and

associated terms & conditions (including the number of preventive

Page 13: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

/break-down visits offered annually) for annual maintenance contracts

for a two-year period may also be indicated.

23. After-sales service and support

Please provide a list of the following:

(a) List of installations

(b) List of service centers (please indicate the one that will support

JMI)

(c) Number of company trained engineers at each service center

(d) An undertaking that the principals will supply all required spares

and

service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time

whenever it

is required

(f) The vendor may be asked to provide a trained and experienced

operator

for running the machines initially for one year and it may be

renewed

every year if necessary for a period of another three years. In such

case,

the vendor must quote the monthly remuneration for the operator.

Final

negotiation may be done after the opening of the commercial Bid.

24. Compliance Sheet

It is mandatory for the vendor to attach a detailed compliance sheet

point wise along with technical bid failing which the technical bid may

be rejected.

25. Year of Introduction of Quoted Model and User feedback

Vendor to clearly state the year of introduction of the quoted model along with supporting documents. Vendor is also required to attach the complete list of users of the quoted model along with the telephone number and email address of at least three such users. The user feedback, directly from the user, will be considered very important factor for technical qualification of the bid. In the absence of these informations the bid will be rejected.

Note: 1.While quoting a particular model for this bid the vendor has to stick strictly to the standard specifications of that particular model as given in the product literature. The Tender specifications are not in detail and if any item(s) is omitted in the Tender specifications then that cannot be an excuse on the part of the vendor (s) to delete that particular item(s) in the technical as well as commercial bids just to bring down the net price of the total system. In such cases, the commercial bid will liable to be rejected without giving any reason. 2. Vendor to provide information regarding the date of introduction of the quoted model and list of users along with the email and telephone numbers for the same model.

Page 14: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Terms and Conditions: The system must be complete in all respects. Any other items required for specific function must be quoted and supplied. Manufacturer or representative must ensure complete integration of all sub-systems with cables, connectors as required. In addition, the vendor must guarantee availability of service and supply of spare parts at least for a period of 12 years. The suppliers should clearly bring out in their offer as to which module can be serviced at component level. If component level servicing is not recommended for any card/module, then the same should be included in the list of recommended spares unless the supplier’s representative in India stocks it. It will be the manufacturer’s responsibility to obtain permission from their Government for the export of the items/accessories including spares to India. Payment Terms: 80% on shipment and after confirmation of receipt from the user. 10% after successful installation, commissioning and demonstration of the performance. The remaining 10% after warranty period of 1 year or against the performance bank guarantee. The vendor is required to send the technical and commercial bid separately in the sealed envelope indicating each along with the detailed technical literature including application notes, published research papers etc.

ANNEXURE-II

Technical Specifications High Resolution X-Ray Diffractometer (HRXRD)

The equipment is required for characterization of nanopowders up to 1nm size including CNT like one dimensional structure and thin film upto minimum thickness around 1nm. The system should also have capability to characterize bulk material. The system is also required to provide information regarding particle size, shape and distribution. The system should have the following specifications

1. X-ray generator complete with radiation enclosure, heat exchanger and high temperature attachment preferably water cooled i) 3KW continuously adjustable with stability of ±0.01% or better for each adjusted value. ii) Required table top/ stand and electronic racks etc. iii) Copper X-ray tube/source desired, vendor to specify. iv) The generator system should have in built safety interlock, electromagnetic shutter

system with access doors of appropriate material, emergency stop switch, leak current breaker, overload detection and protection.

v) The system should be computer controlled with a manual override. vi) The appropriate displays for power, current, voltage etc. on their respective control

panels. 2. Incident Beam Optics: The cross beam optics should have user selectable parallel beam and

Bragg Brentano optical configuration. The selection of either optics should be possible without dismounting the other. i) Parallel beam optics

a) Variable incident slit adjustable up to 7mm in step of 0.01mm or vendor to specify. b) Height limiting slit adjustable, vendor to specify. c) Auto mirror controlled and alignment.

ii) Bragg- Brentano Optics The variable divergence and height limiting slit adjustable, vendor to specify.

iii) Soller slits divergence, vendor to specify 3. Goniometer should be capable of holding powder sample of different volume, upto few mg.

and thin film type samples (1inch x 1inch). i) Measuring range (2θ) desired -2o to +160o or better

Page 15: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

ii) Scanning speed adjustable upto 20o/min. Vendor to specify the minimum speed along with the step.

iii) Step resolution 0.0001o or better. iv) Sample size vendor to specify for powder, thin film and bulk. v) Auto aligned precision Z stage with Z adjustable from -4 to +1mm or better in step of

0.0005mm. vi) Sample stage of about 3inch diameter. vii) Sample holder cartridge for minimum ten samples. viii) Eulerian cradle for tilt, azimuthal angle phi and omega

4. Diffractive Beam Optics should consists of dual receiving slits with i) Receiving slit 1: adjustable from 0.06mm to 20mm in step of 0.01mm through computer

software. ii) Parallel slit analyser better than 0.5o angular divergence. iii) Receiving slit 2: same as slit 1. iv) Kβ filter appropriate for the radiation. v) Diffracted beam monochromator for reducing fluorescence background.

5. Detectors i) High efficiency scintillation detector complete with electronics/ automation with dead

time correction and linearity better than 6,00,000 cps. ii) Ultra high speed solid state linear detector with active area 12mm x 20mm or better.

6. High temperature attachment i) Temperature range room temperature to 1400 oC ii) Heating rate programmable upto 20 oC/min or better. iii) Stability ±1oC . iv) With appropriate cooling unit and automatic sample height adjustment v) Thermocouple vendor to specify. vi) Platinum sample holder or vendor to specify. vii) Temperature stage with vacuum and inert gas as optional. viii) Beryllium/Germanium Window desired, Vendor to specify.

7. SAXS attachment i) Capable of analyzing spherical and linear (tubular one dimensional) structures of size

1nm to 150nm for spherical particles and aspect ratio up to 150 or more for tubular nano particles (Nano tube, nano wire etc.).

ii) Appropriate user friendly software for calculation of size, size distribution and shape of the nano particles of the size and shape mentioned above.

8. Software i) Appropriate latest version Windows based operating software for optics alignment,

sample alignment, slits and scan setting including measurements. Vendor to elaborate the features of the software.

ii) To control safety and interlock. iii) Comprehensive analysis package with

a) Display capability b) Data reduction and analysis capability c) Input/Output capability for creation and management of database from different

user defined phases, report generation etc. d) Advance features for crystallinity determination, cell refinement, residual stress

analysis etc.

Page 16: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

iv) Qualitative analysis package v) Ab-initio package vi) Database for variety of compounds

9. Computer Hardware High end desktop system complete with 21” TFT monitor, keyboard, mouse, latest version of Windows operating system, Laser color printer.

10. Vendor is required to quote and mention in detail the infra structure i.e. the room size, room condition and power condition, UPS, chiller, isolation transformer or any other specific requirement for the smooth installation and operation of the machine.

11. The user will provide 220V-50 Hz, single phase or 415V 3phase 50Hz AC supply, normal municipal water and the requisite lab space for installation of equipment.

12. Vendor will be required to install, commission the equipment and demonstrate the performance of the equipment as per specification for nano particles of the shape and size mentioned in the specification including thin films. For this purpose vendor is required to add/include any attachment/module not mentioned in the technical specification of the equipment to make the quoted system complete. Vendor may also bring the standard sample for demonstrating the performance of the equipment if they feel so.

13. It is mandatory for the vendor to attach a detailed compliance sheet point wise along with technical bid failing which the technical bid may be rejected.

14. Training: The vendor is required to provide training to two users at manufacturer’s site and also at user’s site on operation and maintenance of the instrument. The duration of the training to be mentioned.

15. Warranty: Vendor to provide and include one year standard warranty on complete system including attachment from the date of installation, commissioning and demonstration of performance as per tender specification. Vendor also to quote separately for two years extended warranty.

16. In addition, the vendor must guarantee availability of service and supply of spare parts at least for a period of 12 years.

17. Operation, maintenance and service manuals: Vendor is required to provide one hard copy and one soft copy of each manual.

18. Vendor will provide CDs of the operation/control and analysis, application softwares of the system including the updates for next five years at no extra cost.

19. Vendor to clearly state the year of introduction of the quoted model along with supporting documents. Vendor is also required to attach the complete list of users of the quoted model along with the telephone number and email address of at least three such users. The user feedback, directly from the user, will be considered very important factor for technical qualification of the bid. In the absence of these informations the bid will be rejected.

20. Payment: 80% on shipment and after confirmation of receipt from the user. 10% after successful installation, commissioning and demonstration of the performance. The remaining 10% after warranty period of 1 year or against the performance bank guarantee. The vendor is required to send the technical and commercial bid separately in the sealed envelope indicating each, along with the detailed technical literature including application notes, published research papers etc.

Page 17: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

ANNEXURE-III Technical Specifications

High Resolution Scanning Electron Microscope (HRSEM) with EDS attachment

HRSEM (High Resolution Scanning Electron Microscope) is required for characterization of nanostructure/microstructure and surface morphology as well as compositional analysis using Energy Dispersive X-ray Spectroscopy (EDS). Detailed specifications are as follows: (These are minimum specifications for a guideline. Any variations must be highlighted) S.No. Item Requirement

1. Accelerating Voltage 200 V to 30 kV or better in the minimum range. The system should be equipped with beam deceleration mode hardware and software.

2. Gun Type FEG 3. Resolution (SE) 1. 1.5 nm at 15 kV or better

2. 3.0 nm at 1 kV (normal mode) or better Note: Appropriate attachment to demonstrate the above resolution on insulating substrate also

4. Magnification Upto x 800,000 or better (adjustable) 5. Probe current Upto 40 nA or better (Adjustable) Vendor to specify

minimum and maximum 6. Detectors, Apertures &

Filters 1. High Efficiency Standard Detectors, Vendor to clearly

specify the type 2. IR-CCD, if any 3. Energy Dispersive X Ray detector (as per specs. given

below separately) Note: The list of detectors should be quoted as per standard in-built detectors given in the technical specifications mentioned in the literature. False claim of any detector or hardware will result in the rejection of the Bid without giving any reason.

7. Stage 5-axis motorized specimen Stage with X/Y/Z/T/R movements as X = 100 mm or more, Y = 100 mm or more, Z = 25mm or more Tilt = 0 to +60 Degrees or better continuously, Rotation = 360 Degrees continuously Stage movement through mouse/joystick Vendor to clearly indicate the step size, reproducibility and accuracy of movement of the stage with respect to the different axes.

8 Specimen Size & specimen holders

Appropriate holders for samples upto 100 mm diameter or more compatible with the stage including the holders for multiple specimen holder

Page 18: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

Quote separately for any other optional specimen holders that may be available.

9. Vacuum System 1. Fully automatic PC controlled vacuum System with appropriate safety interlocks 2. Status display on PC monitor

3. IP/TMP backed by rotary or diaphragm pump(s) with anti- contamination trap and protection against power, water and Vacuum failures. 4. Cooling water circulator system.

10. EDS - Capability to detect elements with atomic number > 5 - High sensitivity Liquid Nitrogen free Silicon Drift Detector (SDD) with 30mm2 size or better

- Resolution at Mn-Kα should be equal to 129eV or better (lower in magnitude)

- connector for EDS interface - Appropriate hardware and software for data acquisition analysis etc. - Standard sample for quantitative analysis and calibration of EDS to be quoted separately.

11. System Control - Microsoft window based operating and controlled software including the interactive diagnostic tool along with compatible high end hardware with 21inch LCD monitor, Heavy duty laserjet printer - Appropriate microscope control software for alignment, image capture and archival etc. - Should offer both automatic and manual control of features like dynamic focus, topographical contrast, compositional contrast, astigmatism correction.\

12. Image processor Maximum resolution 3072X2034 pixels or better. Continuous averaging for upto 256 frames, line averaging upto 256 lines.

13. Image/Data display 21’’ TFT monitor for image display at 1024X884 pixels or better, configurable for single frame display or 4-quadrant display. Data-accelerating voltage, magnification, micron marker with value, file no., WD, date/time detector, and user comments etc. Latest MS windows based system (graphical user interface, keyboard, optical mouse). Line profile display. Comprehensive image annotation facilities with desirable fonts and colors.

14. Image Analysis and Data base software

Should provide at least the following basic features: 鵰 Point, linear and area measurement

鵰 Line profile

鵰 Annotation

鵰 Database (with image archival, retrieval and search functionalities)

15. Safety devices : Safety devices against power failures. Suitable Online UPS of appropriate capacity & back- up time (one and half hour). Vendor is also required to quote appropriate capacity water chiller if

Page 19: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

required. 16. Pre-Installation

Requirements Pre-installation requirements such as room size, required power rating, utility requirements – gases (argon, N2) etc. are to be clearly mentioned. The complete system, including computers and accessories, must be properly shielded from EMI interference. Site inspection and qualification must be performed by vendor’s authorized representative, well in advance of system delivery. Please specify if any specialized equipment (such as cranes) is required for the installation.

17. Operation and Maintenance Manuals including circuit diagrams

Complete set of manuals (hard copy & soft copy one each) for the operation and the servicing of the complete equipment. All circuit diagrams block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

18. Spare Parts Recommended set of spares and consumables for three years trouble free operation from the date of installation (Please provide a complete list of spares with item-wise price). The system should be provided with three spare FE tips without any additional cost and the vendors should ensure that these tips may be provided whenever they are asked for to supply.

19. Calibration standards Vendor to provide standard samples to check system calibration and other parameters.

20. Installation and commissioning

The manufacturer/ supplier is required to undertake the responsibility to install and commission the entire equipment and associated accessories and demonstrate the performance at the user site as per the tender specification.

21. Power supply and water The user will provide 220 V single phase and/or 415 V three phase 50 Hz AC supply, reasonably clean laboratory space and municipal water. Any other equipment/item required for trouble free operation of the equipment will be the responsibility of the vendor and he is required to quote and bring the same.

22. On-site & Factory site Training

After installation and commissioning, the manufacturers must train, at JMI, at least four scientists in the operation and routine maintenance of the equipment and all accessories. Two scientists will be provided one week Application Training at factory site of the country of origin. The cost of all expenditures to be borne by the vendor.

23. Guarantee/warranty/ Assurance

The complete supply must be guaranteed for free repairs/ replacements for thirty six months from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

24. Extended warranty / Maintenance contract

Also quote separately for an extended warranty for a period of three years, to commence at the end of the basic warranty Cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

25. After-sales service and support

Please provide a list of the following: (a) List of installations

Page 20: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

(b) List of service centers (please indicate the one that will support JMI) (c) Number of company trained engineers at each service center (d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning. (e) Free of cost software upgradation will be done time to time whenever it is required (f) The vendor may be asked to provide a trained and experienced operator for running the machines initially for one year and it may be renewed every year if necessary. In such case, the vendor must quote the monthly remuneration for the operator as optional. Final negotiation may be done after the opening of the commercial Bid.

26. Compliance Sheet It is mandatory for the vendor to attach a detailed compliance sheet point wise along with technical bid failing which the technical bid may be rejected.

27 Sample Heating Stage Vendor to quote sample heating stage as optional

28. Year of Introduction of Quoted Model and User feedback

Vendor to clearly state the year of introduction of the quoted model along with supporting documents. Vendor is also required to attach the complete list of users of the quoted model along with the telephone number and email address of at least three such users. The user feedback, directly from the user, will be considered very important factor for technical qualification of the bid. In the absence of these informations the bid will be rejected.

Note: 1.While quoting a particular model for this bid the vendor has to stick strictly to the standard specifications of that particular model as given in the product literature. The Tender specifications are not in detail and if any item(s) is omitted in the Tender specifications then that can not be an excuse on the part of the vendor (s) to delete that particular item(s) in the technical as well as commercial bids just to bring down the net price of the total system. In such cases, the commercial bid will liable to be rejected without giving any reason. 2. If filament exchange (in case of first FE-Tip replacement work) needs FE-Gun replacement then it should be clearly mentioned and the vendor has to bear the cost of gun replacement without charging any extra on the buyer. 3. If FEG source goes wrong during the warranty period it is to be replaced by the vendor free of cost within 20 days, failing which the EMD amount will be forfeited. 4. The firm will supply upgraded software for FESEM operation for a period of 10 years. 5. Any manipulation/ fraudulent activity, if any, is found at a later stage the PBF and the unpaid balance amount including EMD will be forfeited without giving any explanation. Terms and Conditions: The system must be complete in all respects. Any other items required for specific function must bequoted and supplied. Manufacturer or representative must ensure complete integration of all sub-systems with cables, connectors as required.

Page 21: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

In addition, the vendor must guarantee availability of service and supply of spare parts at least for a period of 12 years. The suppliers should clearly bring out in their offer as to which module can be serviced at component level. If component level servicing is not recommended for any card/module, then the same should be included in the list of recommended spares unless the supplier’s representative in India stocks it. It will be the manufacturer’s responsibility to obtain permission from their Government for the export of the items/accessories including spares to India. Payment Terms: 80% on shipment and after confirmation of receipt from the user. 10% after successful installation, commissioning and demonstration of the performance. The remaining 10% after warranty period of 1 year or against the performance bank guarantee. The vendor is required to send the technical and commercial bid separately in the sealed envelope indicating each along with the detailed technical literature including application notes, published research papers etc.

ANNEXURE-IV Technical Specifications

Ball Mill

The Ball Mill is required for milling down soft, hard, brittle including fibrous material, dry or wet in nature to submicron size. Detailed specifications are as follows: (These are minimum specifications for a guideline. Any variations must be highlighted)

Page 22: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

S.No. Item Requirement

1. Nature of Ball Mill Planetary motion type 2. Grinding

Station/Platform Two Nos.

3. Grinding Jar Capacity 50ml 4. Grinding Jar Material Zirconium oxide 5. Grinding Balls of

Zirconium oxide a) Diameter-0.5mm or lower size, 1mm Diameter, 3mm

Diameter Quantity-in multiple of 100gms.

b) 5mm Diameter, 10mm Diameter Quantity-in multiple of 50nos.

6. Speed Ratio Vendor to specify

7. Speed Range Adjustable up to 600 rpm or better with direction reversal feature 8. Controller and Display Should have provision for operation programming and

equipped with required interlock/safety and diagnosis system. Should also have provision for storing the programs for different parameter combinations. Desirable 10 combinations or more. Should have appropriate graphic display

9. Safety devices The Mill should be equipped with gripping flanges on Jar and lid or vendor to specify

10. Pre-Installation Requirements

Vendor to specify if any

11. Operation and Maintenance Manuals including circuit diagrams

Complete set of manuals (hard copy & soft copy one each) for the operation and the servicing of the complete equipment. All circuit diagrams block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

12. Spare Parts Recommended set of spares and consumables for three years trouble free operation from the date of installation (Please provide a complete list of spares with item-wise price).

13. Installation and commissioning

The manufacturer/ supplier is required to undertake the responsibility to installation and commission the entire equipment and associated accessories and demonstrate the performance at the user site as per the tender specification.

14. Power supply The user will provide 220 V single phase and/or 415 V three phase 50 Hz AC supply, reasonably clean laboratory space and municipal water. Any other equipment/item required for trouble free operation of the equipment will be the responsibility of the vendor and he is required to quote and bring the same.

15. On-site Training After installation and commissioning, the manufacturers must train, at JMI, at least two scientists in the operation and routine maintenance of the equipment and all accessories.

16. Guarantee/warranty/ Assurance

The complete system must be guaranteed for free repairs/ replacements for thirty six months from the date of installation, commissioning and acceptance by JMI.

17. After-sales service and support

Please provide a list of the following: (a) List of installations (b) List of service centers (please indicate the one that will support JMI) (c) Number of company trained engineers at each service center (d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from

Page 23: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

date of commissioning. (e) Free of cost software upgradation will be done time to time whenever it is required

18. Compliance Sheet It is mandatory for the vendor to attach a detailed compliance sheet point wise along with technical bid failing which the technical bid may be rejected.

19. Optional Items 1. Zirconium oxide 12ml jar-Two Nos 2. Tungsten Carbide 50ml Jar-Two Nos 3. Tungsten Carbide Grinding Balls-3mm, 5mm and

10mm Diameter in appropriate quantity

20. Year of Introduction of Quoted Model and User feedback

Vendor to clearly state the year of introduction of the quoted model along with supporting documents. Vendor is also required to attach the complete list of users of the quoted model along with the telephone number and email address of at least three such users. The user feedback, directly from the user, will be considered very important factor for technical qualification of the bid. In the absence of these informations the bid will be rejected.

Terms and Conditions: The system must be complete in all respects. Any other items required for specific function must be quoted and supplied. Manufacturer or representative must ensure complete integration of all sub-systems with cables, connectors as required. In addition, the vendor must guarantee availability of service and supply of spare parts at least for a period of 12 years. The suppliers should clearly bring out in their offer as to which module can be serviced at component level. If component level servicing is not recommended for any card/module, then the same should be included in the list of recommended spares unless the supplier’s representative in India stocks it. It will be the manufacturer’s responsibility to obtain permission from their Government for the export of the items/accessories including spares to India. Payment Terms: 90% on shipment and after confirmation of receipt from the user. 10% after successful installation, commissioning/demonstration of the performance and the warranty period of 1 year or against the performance bank guarantee. The vendor is required to send the technical and commercial bid separately in the sealed envelope indicating each along with the detailed technical literature including application notes, published research papers etc.

ANNEXURE-V

Technical Specifications Optical Microscope with Video Monitor

Optical Microscope is required for study and measurement of surface morphology of micro structures on different type of substrates. The microscope is required to have provision for measurement of X and Y dimensions of the microstructures preferably with provision for measurement of Z dimension (height) either through hardware or software. Detailed specifications are as follows: (These are minimum specifications for a guideline. Any variations must be highlighted) S.No. Item Requirement

1. Depth of focus/focus range

25mm or better with provision for fine and coarse focus. The fine focus of 0.2mm per rotation or better.

2. Maximum Magnification 1000x through eyepiece and objective lenses

Page 24: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

3. Resolution X , Y and Z resolution -1micron or better 4. Stage a) Ceramic coated

b) 110º or more rotation c) Travel range- 3inch x 2inch d) Stage Size- 4inch x 4inch or more e) Stage movement through micrometer

5. Transmitted Light Illumination and Automation

a) 12 V, 100W Halogen lamp with appropriate housing desired,

b) Automatic brightness, contrast and color intensity adjustment

c) BF, POL, DIC 6. Incident Light

Illumination and Automation

a) 12 V, 100W Mercury lamp with appropriate housing and filters desired

d) Automatic brightness, contrast and color intensity adjustment

b) BF, DF, POL, DIC and Fluorescence 7. Eyepieces 10x/25x with suitable graduation bar for X and Y

measurement 8 Objectives 5x, 10x, 20x, 50x and 100x 9. Display a) Suitable LCD display

b) Provision for suitable digital camera and interface with the PC

10. Software Appropriate user friendly software for measurement of length, curved length, area, angle, thickness of the microstructures etc. with provision for report generation in MS Word/Excel format.

11. Power Supply 230 V, 50 Hz AC 12. Digital Camera and PC

Interface a) 3.1 Megapixel or better and image format 2k x 1.5k

pixels with A to D Converter of 10bit or better b) Gain 4x or better c) Complete with operating software and hardware

13. Pre-Installation Requirements

Pre-installation requirements such as room size, required power rating, utility requirements – gases (argon, N2) etc. are to be clearly mentioned.

14. Operation and Maintenance Manuals including circuit diagrams

Complete set of manuals (hard copy & soft copy one each) for the operation and the servicing of the complete equipment. All circuit diagrams block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

15. Spare Parts Recommended set of spares and consumables for three years trouble free operation from the date of installation (Please provide a complete list of spares with item-wise price).

16. Calibration standards Vendor to provide standard samples to check system calibration and other parameters.

17. Installation and commissioning

The manufacturer/ supplier is required to undertake the responsibility to installation and commission the entire equipment and associated accessories and demonstrate the performance at the user site as per the tender specification.

18. Training After installation and commissioning, the manufacturers must train, at JMI, at least two scientists in the operation and routine maintenance of the equipment and all accessories.

19. Guarantee/warranty/ Assurance

The complete system must be guaranteed for free repairs/ replacements for twelve months from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

Page 25: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

20. Extended warranty / Maintenance contract

Also quote separately for an extended warranty for a period of three years, to commence at the end of the basic warranty Cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

21. After-sales service and support

Please provide a list of the following: (a) List of installations (b) List of service centers (please indicate the one that will support JMI) (c) Number of company trained engineers at each service center (d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning. (e) Free of cost software upgradation will be done time to time whenever it is required

22. Compliance Sheet It is mandatory for the vendor to attach a detailed compliance sheet point wise along with technical bid failing which the technical bid may be rejected.

23. PC with Monitor (Optional)

Vendor to include and quote as optional latest desktop computer with 21inch TFT monitor with suitable RAM and Hard-disk capacity.

24. Year of Introduction of Quoted Model and User feedback

Vendor to clearly state the year of introduction of the quoted model along with supporting documents. Vendor is also required to attach the complete list of users of the quoted model along with the telephone number and email address of at least three such users. The user feedback, directly from the user will be considered very important factor for technical qualification of the bid. In the absence of these informations the bid will be rejected.

Note: While quoting a particular model for this bid the vendor has to stick strictly to the standard specifications of that particular model as given in the product literature. The Tender specifications are not in detail and if any item(s) is omitted in the Tender specifications then that cannot be an excuse on the part of the vendor (s) to delete that particular item(s) in the technical as well as commercial bids just to bring down the net price of the total system. In such cases, the commercial bid will liable to be rejected without giving any reason. Terms and Conditions: The system must be complete in all respects. Any other items required for specific function must be quoted and supplied. Manufacturer or representative must ensure complete integration of all sub-systems with cables, connectors as required. In addition, the vendor must guarantee availability of service and supply of spare parts at least for a period of 12 years. The suppliers should clearly bring out in their offer as to which module can be serviced at component level. If component level servicing is not recommended for any card/module, then the same should be included in the list of recommended spares unless the supplier’s representative in India stocks it. It will be the manufacturer’s responsibility to obtain permission from their Government for the export of the items/accessories including spares to India. Payment Terms: 90% on shipment and after confirmation of receipt from the user. 10% after successful installation, commissioning/demonstration of the performance and the warranty period of 1 year or against the performance bank guarantee. The vendor is required to send the technical and

Page 26: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

commercial bid separately in the sealed envelope indicating each along with the detailed technical literature including application notes, published research papers etc.

ANNEXURE-VI Technical Specifications RF Sputtering System

RF Sputtering system is required to deposit thin films of metals (including magnetic materials like iron, nickel), dielectric and oxides on different type of substrates. Detailed specifications are as follows: (These are minimum specifications for a guideline. Any variations must be highlighted) S.No. Item Requirement

1. System Requirement System shall support following sputtering modes a) DC sputtering b) RF Sputtering c) Bias sputtering (RF/DC)-Optional d) Reverse sputtering (etching/cleaning)

2. Substrate Size Up to 2inch diameter including irregular pieces of substrate 3. Deposition Uniformity Deposition uniformity of ±3% over 70% of the 2inch

diameter substrate 4. Substrate heating Substrate heating facility before/during deposition up to

300OC. Vendor to clarify heating mechanism 5. Substrate Cooling Suitable cooling option to be provided for substrate cooling 6. Pump down time of

process chamber Pump down time of process chamber (for achieving vacuum of 1 x 10-7 Torr) less than 3 hours after exposing the chamber to ambient for 10 minutes

7. System Operation Automatic with manual override. Details for manual override should be explicitly mentioned in the quotation.

Page 27: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

8. DC Power Supply 1KW adjustable or more with appropriate display and control 9. RF Power Supply a) 13.56 MHz, 300 W or more continuously adjustable

b) With automatic/manual matching unit c) Display for forward/reflected power and bias voltage

10. RF/DC Power Selector Appropriate switching mechanism for selection of either power source

11. Substrate Stage a) Suitable Substrate holder to hold substrate up to 2inch diameter

b) Multiple substrate holder desired (min. 3 pieces). Vendor to specify

c) It shall permit to place smaller irregular pieces of wafers

d) Substrate stage shall have provision for substrate rotation with adjustable speed up to 30 rpm

e) Substrate holder shall be water cooled by chilling water

f) Provision for substrate heating from room temperature to 300 Celsius with temperature controllers.

g) The Substrate holder shall be easily detachable / replaceable

12. Sputtering Targets Stage a) Three targets of 2inch diameter

b) It is essential that the target holder should be such that 2inch targets of different thicknesses available with the user can be mounted/removed easily.

c) Two Magnetron Targets and One Conventional Target d) All targets to support both RF and DC sputtering

modes e) All targets should be water cooled through chilled

water f) Provision for easy replacements of targets

13. Substrate Shutter a) SS 316 (or superior) shutter between target and substrate stage b) Shutter shall be easily removable for cleaning

14. Process Chamber a) Made of SS 304 or superior with cleaned surface/electro-polished. Chamber of appropriate size preferably cylindrical in shape

b) Provision for convenient sample loading and target replacement

c) Viewing window with shutter to monitor sputtering process and plasma

d) The inside of chamber shall be easily accessible and complete assembly shall be serviceable

e) Minimum three additional ports for future upgradation on process chamber

f) Provision for chamber bake out up to 150 OC or more with temperature controller

15. Gas Inlet a) Three gas inlets. One MFC’s each for i. Argon 0 to 100 sccm ii. Oxygen 0 to 50 sccm iii. Nitrogen 0 to 50 sccm b) Gas filters, moisture trap on each line c) Pneumatic actuated isolation valves on each line d) Nitrogen/Air venting provision

16. Vacuum Pumping Control and Measurement

a) Ultimate vacuum: 1 x 10-7 Torr or better in process chamber.

b) Total pump down time shall be less than 3 hours to achieve

Page 28: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

vacuum of 5 x 10-7 Torr in process chamber after exposing the chamber to ambient for 10 minutes.. c) The pumping shall be dry and oil-free d) Pumping to be complete in all respect e) Vendor to specify the pump type and specifications for achieving the desired vacuum f) Suitable gauge, valve and PID controller to be included for pressure regulation g) Appropriate Vacuum gauges with display for measuring vacuum inside chamber from atmosphere to 1x 10-8

Torr.

b) Appropriate Vacuum gauges with display for measuring vacuum during sputtering in milliTorr

17. Control Panel and Manual Operation

Manual independent control / measurement for

a) Selection of sputtering modes

b) RF/DC power

c) Substrate temperature

d) Process gas

e) Pneumatic actuated gate valve

f) Vent and purge valve

g) Vacuum measurement

h) Interlocks and alarms i) Control to lift the chamber top through a hoist

18. Magnetron Sputter Source 2 inch UHV compatible magnetron source with appropriate cooling mechanism

19. Software and Automation PC based data logging and process control for entire sputtering process a) All major system parameters b) RF/DC power supply c) Chamber vacuum d) Gas flow rates e) Substrate temperature f) Fault Identification

20. Additional Accessories (Optional)

Film Thickness monitoring unit.

21. Safety devices : Safety devices against power failures. Suitable Online UPS of appropriate capacity & back- up time (one and half hour). Vendor is also required to quote appropriate capacity water chiller.

22. Documentation a) Vendor to provide complete documentation/manuals for the systems i. Installation manual ii. Operation manual iii. Maintenance manual b) The documentation/manual shall include all drawings, schematics, spares parts catalogues and also sub-vendor’s manuals

23. Spares, Support and Maintenance

a) Spares (critical & essential) and consumables shall be provided for service / maintenance of the system for a period of minimum 5 years. b) Agreement to provide spares and support for 10 years after expiry of warrantee period c) Vendor to specify terms of service contract / annual

Page 29: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

maintenance contract 24. Inspection, Installation

and Commissioning a) The system shall be installed at JMI, Delhi. The quotation shall be inclusive of all charges, if any, for installation and commissioning of the equipment by the vendor b) The system shall conform to the Indian power supply

standards, i.e. 230V ± 10V, 50Hz, 1 or 415V ± 20V,

50Hz, 3 .

c) Vendor shall provide the details of all the utilities/facilities such as power requirement, running load, footprint, pressure and flow rates for compressed air, process gases, cooling water, exhaust requirement etc., along with the size and types of connectors required d) Vendor shall provide hands on training for the JMI team at Delhi. e) The acceptance of the system will be after the demonstration of RF and DC sputter deposition of two metal and one dielectric target materials on three different wafers with a uniformity of ±3% over a 70% area of wafer in every run at JMI.

25. Pre-Installation Requirements

Pre-installation requirements such as room size, required power rating, utility requirements – gases (argon, N2) etc. are to be clearly mentioned. Please specify if any specialized equipment (such as cranes) is required for the installation.

26. Power supply and water The user will provide 220 V single phase and/or 415 V three phase 50 Hz AC supply, reasonably clean laboratory space and municipal water. Any other equipment/item required for trouble free operation of the equipment will be the responsibility of the vendor and he is required to quote and bring the same.

27. Warranty/ Assurance The complete system must be warranted for free repairs/ replacements for thirty six months from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

28. Extended warranty / Maintenance contract

Also quote separately for an extended warranty for a period of three years, to commence at the end of the basic warranty. Cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

Page 30: JAMIA NAGAR NEW DELHI – 110025 - jmi.ac.injmi.ac.in/upload/advertisement/tendernotice_cnn_2012february17.pdf · JAMIA MILLIA ISLAMIA JAMIA NAGAR NEW DELHI – 110025 Global Tender

29. After-sales service and support

Please provide a list of the following: (a) List of installations (b) List of service centers (please indicate the one that will support JMI) (c) Number of company trained engineers at each service center (d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning. (e) Free of cost software upgradation will be done time to time whenever it is required

30. Year of Introduction of Quoted Model and User feedback

Vendor to clearly state the year of introduction of the quoted model along with supporting documents. Vendor is also required to attach the complete list of users of the quoted model along with the telephone number and email address of at least three such users. The user feedback, directly from the user will be considered very important factor for technical qualification of the bid. In the absence of these informations the bid will be rejected.

31. Compliance Sheet It is mandatory for the vendor to attach a detailed compliance sheet point wise along with technical bid failing which the technical bid may be rejected.

Note: While quoting a particular model for this bid the vendor has to stick strictly to the standard specifications of that particular model as given in the product literature. The Tender specifications are not in detail and if any item(s) is omitted in the Tender specifications then that cannot be an excuse on the part of the vendor (s) to delete that particular item(s) in the technical as well as commercial bids just to bring down the net price of the total system. In such cases, the commercial bid will liable to be rejected without giving any reason. Terms and Conditions: The system must be complete in all respects. Any other items required for specific function must be quoted and supplied. Manufacturer or representative must ensure complete integration of all sub-systems with cables, connectors as required. In addition, the vendor must guarantee availability of service and supply of spare parts at least for a period of 12 years. The suppliers should clearly bring out in their offer as to which module can be serviced at component level. If component level servicing is not recommended for any card/module, then the same should be included in the list of recommended spares unless the supplier’s representative in India stocks it. It will be the manufacturer’s responsibility to obtain permission from their Government for the export of the items/accessories including spares to India. Payment Terms: 80% on shipment and after confirmation of receipt from the user. 10% after successful installation, commissioning and demonstration of the performance. The remaining 10% after warranty period of 1 year or against the performance bank guarantee. The vendor is required to send the technical and commercial bid separately in the sealed envelope indicating each along with the detailed technical literature including application notes, published research papers etc.