Upload
others
View
8
Download
0
Embed Size (px)
Citation preview
1
Tender No.P-11/11/1/16/NIPER Kolkata (Part-2)
Date 07/12/2016
NOTICE INVITING TENDER (TWO BID)
Sealed Quotations are invited for the items as mentioned below.
01 - Inverted Fluorescence Microscope
Quantity: 01 EMD ₹30000/-
1. Research grade motorized inverted Fluorescence Microscope suitable for observation under bright
field, Phase Contrast & epifluorescent attachment preferably for both glass and plastic containers. It
should be upgradable for TIRF/CONFOCAL attachment in future.
2. Objectives: 4×, 10×, 20×, 40× and 60× objective lenses suitable for bright field, DIC, phase contrast
and fluorescence. Lower objective may be Achromat and higher objectives may be plan
fluorite.
3. Eyepiece tube: Trinocular tube with camera attachment.
4. Eyepiece lens: 10× with field of view 22~23 mm
5. Nosepiece: Quintuple (5) nosepiece or higher.
6. Stage: Plain stage with attachable mechanical stage with hard anodized surface and universal
holders to accommodate various holders.
7. Light source: High efficiency LED lamp for fluorescence; preferable with reflector turret.
8. Filters: with two or more position filter slider; Filters for UV (DAPI, Hoechst, Alexa Fluor) Blue
(GFP, FITC, Cy2), Green (RFP, Rhodamine, TRITC, Cy3, PI) to be included. Filters to be
interchangeable by just pull and push without use of any tool.
9. MOTORISED FUNCTIONS: Focussing, port switching, Coarse Focusing.
10. Photographic attachments: High resolution CCD colour microscopy camera (12 megapixel or
more and frame rate upto 32 FPS or Better) with licensed software to support (one off-line copy of
this software for image analyses may be listed in optional items) interactive measurement of
morphologic parameters with bar and text annotation, ii) photography and microscopic image
analysis.
11. Suitable PC along with UPS compatible to support simultaneous usage of PC and the microscope to
be supplied.
12. SUITABLE PC Windows based desk top 32 bit PC with latest hardware and software configuration,
8 GB RAM, 640 GB HDD, on-board gigabit (LAN) MidiTower ATX, CD/DVD reader / writer,
NATIONAL INSTITUTE OF PHARMACEUTICAL EDUCATION AND RESEARCH
(NIPER-KOLKATA)
4, RAJA S.C. MULLICK ROAD, JADAVPUR, KOLKATA-700 032
2
Bluray reader /writer, Windows 8 / 7 Ultimate 32-bit. Monitor: 22" LCD, HP colour laser
printer/equivalent/intel core i7/Wireless mouse/ Internet Keyboard/Card Reader/RS432/USB IEEE
Port/Wifi dongle/Network port/Ethernet/ Compatible card reader with colour laser Printer.
13. Compatible online UPS with 30 mins backup.
14. Warranty: 3 years warranty and 2 years AMC to be included.
15. Service engineers should be located in Kolkata
Optional:
1. Plan fluorite 20× multi-immersion (oil, water and glycerine)
2. Plan fluorite objective 40× oil.
3. Plan Apochromat Lambda objective 60× oil type, for purpose of spectral imaging
and simultaneous multi-wavelength acquisition.
--------------------------------------------------------------
02 - Adjustable volume Single Channel Pipettes
Quantity: 03 sets EMD ₹10000/-
[Range (0.2-2μl); (2-20μl); (20-200μl);(100-1000μl)]
Technical specifications:
1. Must be of a reputed brand, from manufacturer/authorized dealers havingcalibration facility in
Kolkata. Necessary evidence needs to be provided.
2. Totally adjustable, air-displacement pipette.
3. Usable for dispensing of aqueous fluids of moderate viscosity.
4. The parts of pipettelikely to be exposed to chemicals/biologicalshence itshould have high resistance to
aggressive chemicals and provision for autoclaving.
5. Permissible volume errors should be minimum as specified below:
Range Increment Accuracy Precision
0.2 to 2μL 0.01μL ±12.0 to 2.5% 10.0 to 2.0%
2 to 20μL 0.1μL ±3.0 to 1.0% 2.5 to 0.4%
20 to 200μL 1.0μL ±1.8 to 0.6% 0.7 to 0.2%
100 to 1000μL 5.0μL ±1.0 to 0.6% 0.6 to 0.2%
Calibration certificate should be provided.
-------------------------------------------------------------------------
3
03 - Specifications for Ultra Low temperature type −80ºC Freezer
Quantity 01 EMD ₹16000/-
1. Upright Ultra low temperature deep freezer -80°C, operating temperature of −55°C to −85°C with 1°C
increment.
2. Freezer should have two compressors.
3. Freezer must have capacity of 500-550 litres.
4. Fully programmable microprocessor controlled keypad and eye level control panel.
5. System should have high quality grade stainless steel interior and tough powder coated exterior finish
constructed on steel.
6. Freezer should have four-five insulated inner doors giving access to shelves, which should be
adjustable.
7. Freezer must have battery back-up for the display and security lock for the display.
8. Audible and visible alarms system for unwanted temperature rise, sudden power failures, system
failure, battery low, door open, etc.
9. Freezer must use CFC-FREE and HCFC-FREE non-flammable refrigerant.
10. Compressor should be capable to run any voltage between 190 V to 230V.
11. Suitable racks and different types (Card board and PC material) of boxes which can accommodate 1
to 1.5 mL vials (may be quoted separately).
12. Warranty: Freezer should have Three years comprehensive warranty and minimum of five years
warranty on compressor. Comprehensive maintenance as well as annual maintenance contract rate
should be indicated, preferably from the original manufacturer, in the quotation.
13. One 5kVA Servo stabilizer should be supplied with freezer.
14. Suitable UPS with 2 hours power back up should be supplied. Preferably Tubular batteries with
more than 36 months warranty (May be quoted separately).
15. CO2/LN2backup, Chart recorder, Racks, divider and boxes etc. to be quoted optional.
------------------------------------------------------------------------
04 - Specifications for Deep Freezer (−20 ºC)
Quantity: 01 EMD-₹10000/-
1. Should have temperature range of −20 ºC to −30 ºC (1ºC increment).
2. Volume should be 300-350 litres.
3. Double walled with rigid PUF insulation.
4. High quality SS 304 Interior and Exterior Powder coated.
5. Stainless steel trays, min 7-9 good quality durables shelves.
6. High quality metal doors with gasket and lockable door latch.
7. Forced air circulation for uniform temperature.
8. Durable good quality wheels for easy movement.
9. CFC/HCFC free cooling system consisting of hermitically sealed compressor coupled with
evaporation coiled and condenser.
4
10. Audio/Visual alarms for temperature deviations.
11. Warranty: Freezer should have three years of comprehensive warranty and minimum of five years
warranty on compressor.
12. Mandatory Kolkata based service facility.
13. The equipment must be supplied along with a suitable high-precision Servo type voltage
corrector/stabilizer (3 kVA) from reputed make/model.
14. Suitable UPS with 2 hours power back up should be supplied. Preferably Tubular batteries with
more than 36 months warranty (May be quoted separately).
---------------------------------------------------------------------------------------
05 - Five Feet Regular Fume Hood for Chemistry Lab
Quantity: 02 EMD-₹ 10000/-
Fume Hoods with floor mounted systems designed to meet the challenges when working with chemicals,
chemical fumes and other flammable materials etc. with a high degree of efficiency. Exterior Design and
Structure Fume hoods should be designed such that automatic bypass airflow to the suction system with
double walled construction to provide easy maintenance and access to concealed service fixtures and
utilities like water, gas, vacuum and electricity connections.
1. Woking area for the fume hood should be (W×D×H) 4 X 2.5 X 4 Feet.
2. Outer body should be made of Powder Coated Electro Galvanized Steel.
3. Interior construction and liners: Standard Model with thick Water/Heat/Fire Resistant Phenolic Resin
Lamination.
4. Electric Supply Socket: Two sockets(6/16 Amp Switch Socket Combined) to be located on the side
panel for optimum convenience of using small electrical devices inside the cabinet.
5. Baffle Arrangement: Three point suction system (for light, normal & heavy fumes) with baffle to
ensure smooth and immediate exhaust of fumes.
6. Interior Illumination: Inner Chamber should be fitted with two numbers of vapour proof fluorescent
lamp with control switch and with MCB.
7. Air flow type: Constant air volume type with automatic by pass.
8. Sash (shutter): Vertical rising movement with toughened transparent glass.
9. Sash (window): Made of 4 to 8 mm thick toughened transparent glass.
10. Worktop: Made of Granite (18 ±1 mm thick or higher).
11. Sink: Made of Poly propylene with water tap for remote handling and should have a provision for
drainage and a trap for waste collection.
12. Service Fixture: Color coded remote valves with degree nozzle (one set for water & one set for
air/gas).
13. Apparatus Holding Grid: To hold glassware‘s and laboratory equipment within the fume hood.
5
14. Chemical Storage Base Cabinet: Two compartments with door and lock arrangement, suitable for
storing acids and corrosive chemicals. The storage cabinet at base fitted with exhaust port connected
internally to work in tandem with the main exhaust system.
15. Exhaust Blower: Centrifugal type.
16. Motor: 1.0 HP motor or better (3 phase, 50Hz, AC Supply) with phase MCB, Direct driven, Totally
Enclosed Fan-Cooled (TEFC), Squirrel Cage induction Motor.
17. WARRANTY: Should have a three years warranty.
----------------------------------------------------------------------------------------
06 - LC-MS/MS
Quantity: One Unit EMD.₹800000/-
Specification for High Resolution Accurate Mass spectrometer and Nano LC for Small organic
molecules and biomacromolecules for Metabolomics and Proteomics applications
A. Nano LC Platform
1. System should have split less flow Nano LC with two binary independent high pressure Nano flow
pump
2. Gradient range from 100-1000 nl/min or better without flow splitting and Split-free gradient mixing
3. Automated leak test indicates actual position of leak, System back Pressure test quickly detects flow
line blockage.
4. System should be capable of delivering flow at pressure of 10,000 psi or more.
5. Retention time reproducibility 0.1-0.4% RSD or better.
6. Programmable injection auto-sampler (from 0.1 μl to 18 μl with standard 20 μl loop) with 0.01 μl
increment.
7. The auto sampler should have a capacity to hold two microtiter plates or 48/12 sample vial racks and
Sample tray cooling of 4ºC to ambient 40 ºC or better.
8. Suitable capillary columns like C18, C8, C4 etc. For Nano LC
9. PDA detector suitable software for running the instrument and peak analysis.
B. High resolution accurate Mass Spectrometer
1. The system should have Detection mass range up to 4000 m/z or better, in both the analyzers
(Quadrupole and TOF, etc)
2. High mass accuracy of ≤1.0 ppm with capability to do MS as well as MS/MS with the similar
resolution and mass accuracies, Capability to Qualitative and Quantitative application with Nano
LC time scale.
3. Resolving power of the instrument should be >30000 or better
4. Scan speed should be 50 MS/MS per second or better on LC scale without compromising
sensitivity and resolution
5. The Sensitivity of total injection of 100 fg of reference standard on column should produce S/N
>50:1 or better in full Scan at resolution of 30,000 FWHM.
6. The system should have both online and offline calibration
7. The system should be quoted with dedicated ESI & APCI Source for NanoLC. Both ESI and
APCI source should be compatible to LC Flow range.
8. The system should be equipped with CID/HCD for MS, MS/MS analysis.
9. The system with high mass stability of 24 Hrs with external calibration will be preferred.
6
10. Polarity switching should be 5 sec. or better.
11. The system should be capable of at least acquiring 10 spectra/second in MS and MS/MS mode.
12. The system should be able to do Full Scan, MS/MS scans, DDA, SIM Scan etc.
13. The system should have fully protected air cooled vacuum system using turbo molecular pumps and
rotary pumps. Vacuum should read back and automated vent system.
C. Computer, essential accessories/requirements
1. A computer from a branded company with Intel(R) Core i7-2600 [email protected] GHz or better,
minimum 1 TB storage capacity, 8 GB RAM, 23‘‘ LCD monitor, keyboard, mouse, NVIDIA
Quadro K600 1GB DDR3 Graphics Card or better graphics card and all necessary hardware and
operating software required to control the workstation and computer must be supplied. The
computer must control the mass spectrometer; LC system, auto sampler & PDA detector, in an
integrated fashion. It should be capable of networking for complete independent platform control.
All the license copies of necessary software should be provided.
2. The System should be supplied with software to control and acquire data from the workstation
including five licenses to use the software offline.
i) Software for metabolite ID and Metabolomics with statistical analysis of large,
complex datasets, data base search, Statistical functions including directed and non-directed
Principal Component Analysis (PCA) for differential analysis.
ii) A Complete software tools for Protein Identification and Characterization, Peptide
Mass Fingerprinting, Database Searching, Protein sequencing, Data annotation etc.
Labeled quantitation (TMT, i-traq) software
iii) Complete Software suitable for Metabolite Screening and identification
3. A suitable gas generator capable of providing all the gases at the required purity, pressure and flow
rate for the Mass Spectrometer must be quoted. All the required accessories such as arrangement for
gas supply through gas generator, compressor, gas regulators and filters. Connection between gas
generator and the system etc that are essential for operation of the instrument should be supplied
along with the instrument. In case other gas is required, mention the quantity and provide initial gas
along with the gas cylinder, regulator, connector, etc.
4. Provide a suitable (branded) online UPS for catering to load the whole system preferably not less
than 15 kVA with 1 hr back up at full load. The battery should be housed in a separate battery rack.
The vendor may have to draw power line from the output of the UPS to the systems and its various
accessories with adequate power points.
5. The complete system should have standard warranty and five years of free AMC. Please mention
your response time in case of fault, time required for rectification if no spares are needed and time
required for repair if spares are needed. NIPER-Kolkata expects the vendor to stock adequate spares
in India so that the same can be supplied to rectify the system immediately and whenever the
NIPER-Kolkata ordered spares arrive, the same may be replenished.
6. Site preparations for installation of the instrument for both civil and electrical works are the vendor‘s
responsibility. Fixing of gas cylinders and its piping, flooring, repair of windows with venetian
7
blinds, U shaped furniture to house the system with provision for storing spares/accessories, working
stool-about 6 Nos, operator chair and table. Please note that in case the activity is not mentioned
specifically in the quote, NIPER-Kolkata shall assume that the cost is included in the price of the
main system and proceed accordingly.
7. The operator should be provided by vendor for a maximum of two years on all working days of
NIPER-Kolkata (office hours). The operator should be adequately trained to handle the sensitive
instrument in case the system need repair due to the fault of the operator, the same shall be to the
account of the vendor.
8. The prices of LC and MS systems may be mentioned separately.
9. All the instruments/accessories, the computer and software should come with comprehensive
warranty of one year and four years of free service with updation.
-----------------------------------------------------------------------------------------------------------
07 – HPTLC
Quantity: One Unit EMD ₹40000/-
1. HPTLC with suitable software to control, document and manage all the instrumental steps of HPTLC
analysis incl. Application, development, scanning and photo documentation.
2. Semi automatic spot/band applicator: Spray on 4 pattern Applicator – a) Quantitative analysis, b)
micro-preparative, c) in-situ and d) superimpose. Accepts 100 ul & 500 ul syringes. Self diagnostic +
validation or better option.
3. Chromatogram development chambers: All glass, small internal volume chambers, bottom divided into
two halves; maximum 5-15 ml mobile phase/run, S.S. leak – proof lid.
4. UV cabinet: Dual wavelength 254 + 366 nm UV Cabinet with a digital camera mount or better option.
5. 20 X 10 CM dip tank with lid for derivatization or better option.
6. TLC scanner with data evaluation: Computer controlled Scanner/Densitometer for automatic spectrum
scanning for identification and purity check. Automatic quantitative measurement by absorbance &
fluorescence. Scan speed 100 mm/sec @ 25µm resolution or better, Wavelength range 190-900 mm. Data
sampling rate – 4000/sec. or better. Visible pilot slit image/scan compartment illumination with UV to
check sample alignment with scan beam. D2, Hg, W lamps + self diagnostic + Service dialog + Universal
filter for fluorescence or better option.
7. Professional TLC/HPTLC photo documentation system under GLP: Illumination Unit with 254 + 366
nm UV. Visible light (above & below object). Camera 12 bit, high resolution industrial camera (4096
grey level resolution) or better combination.
8. HPTLC Specific Software – Automatic image optimization. Automatic Exposure time to suit brightest
zone within dynamic range of CCD. Full function annotation.Rf scale. Child Image with or without ROI
(Region of Interest) blow up. Auto image capture at 254 nm and or 366 nm and/or white light.
9. Professional Image Enhancement software for clean plate correction, image averaging, white adjusts
and flat field corrections.
8
10. Image comparison viewer software.
11. TLC/HPTLC plate heater: Stain resistant ceramic/ glass top; temp range 25 to 200 ºC.
------------------------------------------------------------------------------------------------------------
08 - High Performance Liquid chromatography with Multiple Detectors
Quantity: One Unit EMD ₹75000/-
HPLC Binary Pump:
Binary HPLC dual reciprocating programmable, free standing pump should be provided to work in
Isocratic, Binary Gradient and semi preparative mode.
Programmable flow range: 0.001 – 10 ml/min or higher in each individual pump with 0.001
ml/min increment or better.
Flow Precision: 0.1% RSD or better.
Maximum Pressure: 5000 psi or better.
Flow accuracy : + 1% or better
Injector
Automated sample injection system including valve and necessary kit with position sensing
ability, necessary loops, syringes and all other accessories for preparative and analytical columns
Sample injection volume should be variable between 0.1 µl to 100µl.
Injection system should be variable injection volume type with zero sample loss during injection.
Auto sampler with at least 50 numbers or better of 1.5-4.0 ml capacity vials or micro litre plates
or deep‐well plates.
Flow line rinse capability both before and after sampling
Needle aspiration speed should preferably be variable from 0.1 to 15µl/sec
It must be capable of a carry‐over no more than 0.004 %
Injection volume accuracy within 1%
Maintenance kit should be provided
It should have a leak sensor, automatic rack and vial recognition as safety feature
Supply of at least 100 sample vials of 1.5ml capacity, complete with caps and septa should be
included along with racks
Detector
Photodiode Array Detector:
Wavelength range: 190 - 700nm
No of Diode elements : 512 or better
Light source: Pre-aligned with minimum 2000 hr warranty.
Spectral Resolution: 1.2nm per photodiode, digital and optical.
Digital Resolution: 1.2nm - 600nm.
Wavelength accuracy: +1 nm or better
Linearity range: >5% at 2 AU, 257nm
Appropriate flow cell for semi preparative work should be quoted
Evaporative Light Scattering Detector (ELSD):
Flow rate of nebulizer: 50 to 3000 µl / min or better
Gas supply: Nitrogen, to be supplied at least 65 psi
Gain setting: 0 to 1000
Sampling rate: up to 80 points/s
9
Light source: pre-aligned, user installable with minimum 2000 hr warranty
Detector: Photomultiplier tube
Scattering angle: 60 degrees
Suitable Gas cylinder-2 Nos
Columns
C18 Analytical (250 x 4.6 mm, 5 μm) with Guard column
C18 Semi-preparative (250 x 10 mm, 5 μm) with Guard column
Normal phase/silica, 4.6 x 250 mm, 5 μm with Guard column
Normal phase/silica, 10 x 250 mm, 5 μm with Guard column
Column Oven
Temperature range: +4 deg C to 85 deg C in 1 deg C steps
The temperature control precision should be +/‒ 0.01 deg C Max.
Capacity to hold 3 X 30 cm columns.
Fraction Collector
Should compatible with the flow rate of 100mL/min or higher (The fraction collector should have
valve for no loss or spill over of the samples)
Fraction containers and racks of variable capacity (3.5 mL, 4mL, and 20mL or more) should be
supplied.
Automation of fraction collection through software programs
Software: User friendly chromatographic software compatible with the Photodiode Array Detector
and ELSD capable of following:
Must be able to control the instrument fully
Should have archive and restore facility with the capability to rebuild all the
projects and their relations of the project as they were up-to the last archival.
Measurement of retention times & component identification.
Automatic peak detection, peak area measurement and baseline correction facilities.
Software should be able to analyse GPC data.
Optional Accessories
(i) Fluorescence Detector:
The light source Xenon lamp. The wavelength range should be 200nm to 650nm.
The Spectral bandwidth should be 20nm
Wavelength accuracy should be ±2nm
The Signal to noise ratio for Water Raman peak should be minimum 1200
Flow Cell: 12 uL Standard and 3uL Semi-micro flow cell.
Cell temperature control from 4 ˚C to 40 ˚C.
(ii) Manual injection system with loop of 20, 100 and 200 µL and syringe of 25 and 250
µL
(iii) A high end Computer from a branded company with more than 1 TB storage
capacity, 4 GB RAM, 23‖ LCD monitor and a LaserJet colour printer should be
supplied.
10
09 - Rotavapor and Vacuum Pump
Quantity: Four Units EMD ₹20000/-
Detachable Integrated System: Rotavapor
Vertical Condenser with spiral Glass coil, Drive Unit with electronic speed control
RPM ≥250 RPM
With easy lift jack
Sample flask can be accommodate from 50 mL ....1000 mL capacity
1 litre evaporating flask NS 29.2/38 or 24/40 and 1 litre receiving flask with all Teflon chemical
resistant vacuum seal.
Heating Bath
Heating bath capacity should be ≥4.3 litres
Inner Teflon coated and outer heat resistant cover heating bath
Temperature: Range from room temperature to 170 °C or more
Graphic or digital display for continuous display of Actual and Set Temperature
Vacuum Pump
2 Stage Chemical-resistant PTFE Oil Free Diaphragm Vacuum Pump
Ultimate vacuum of <10 mbar
Chiller
Temperature : —10 °C to 40 °C
Pump capacity: 3 L/min or better
Tank storage capacity: 10 L
--------------------------------------------------------------------------------------------------------------
10 - UV-Vis Spectrophotometer
Quantity: One Unit EMD-₹10000/-
Wavelength range: 190 nm — 900 nm or better
Spectral bandwidth: ≤ 2 nm
UV/Vis Resolution: ≤ 1 nm or better
Wavelength Accuracy: ± 0.3 nm for entire range
Detector: High sensitive photomultiplier tube or higher version
Photometric system: Double Beam
Light source: Instrument should have dual light sources i.e., (1) Deuterium lamp for UV range
and (2) Halogen lamp or xenon flash lamp for Visible range
Photometric range: Absorbance: 3 or better; Transmittance: 0 % to 200% or better
Stray Light: 0.02 % (220 nm NaI) or better
0.02% (340 nm NaNO2) or better
1% (198 nm KCl) or better
11
Baseline Flatness: ± 0.0005 Abs or better.
Noise level: 0.00005 Abs RMS (500 nm) or better
Sample compartment: Instrument should have suitable facility to fit below accessories.
(Supplier should quote for same in the offer)
Rectangular quartz cell with holder for same
1) 1 pair: maximum volume 1.0 mL, 10 mm path length
2) 1 pair: maximum volume 0.5 mL, 5 mm path length
3) Film Holder for measurement of direct transmittance of films.
Warranty: 3 years
Computer from a branded company with a 1 TB storage capacity, 4 GB RAM, 24‖ LCD monitor
should be supplied with suitable software and Windows installed (under standard manufacturer
warranty)
11 - Fourier infrared spectrophotometer
Quantity: One Unit- EMD ₹40000/-
Operation of instrument on 220-240 V / 50/60 Hz
Wave number measurement range of 7800 to 350 cm¹־
Wave number accuracy – within ± 0.01 cm¹־
Resolution: ≤ 0.5 cm¹־
Signal to noise ratio: (≤ 5 cm1 ≥ ,¹־ min scan) ≥ 30,000 : 1
Optical system: Single / Double beam
Sealed and desiccated optics
Temperature controlled and moisture / humidity resistant KBr optics
Light– high intensity long life ceramic source
Standard interferometers and detectors
Instrument alignment and performance to be immune to minor mechanical disturbances
Reliable calibration mechanism
Auto subtraction of CO2 and H2O absorptions
Provision for investigation of both solid and liquid samples
Standard sample cell holders for both liquid and solid samples
Variable temperature Sample cells/ Jackets for solid samples: 2 nos
Variable temperature Sample Cells / Jackets (KBr windows) for liquid samples: 5 nos
Variable path length accessories (spacers) for liquid samples – 0.02 mm, 0.05 mm, 0.1 mm, 0.5
mm, 1 mm (2 sets of accessories for each path length)
Single / multiple (horizontal) reflection Attenuated Total Reflectance (ATR) with ZnSe prism –
as a demountable integrated unit (minimum range of 7800 – 350 cm‒1
)
Variable temperature Cell Holder with temperature controller with one NaCl external window
and one KBr external window – for studying both solids and liquid samples, Heatable with
temperature range: minimum -90 to +150 °C
Heatable cells with KBr windows for liquid samples: 2 nos
Heatable Spacers (2 sets as mentioned above) for variable path length
Heatable cells with KBr windows for solid samples: 2 nos
Suitable high quality vacuum pump (preferably oil free) for variable temperature cell
The supplier should quote Pellet Press, Die, etc for demonstration and installation
12
All essential accessories and tool kits must be supplied
System should have suitable software for analyzing protein structures
Computer from a branded company with a 1 TB storage capacity, 4 GB RAM, 24‖ LCD monitor
should be supplied (Under standard manufacturer warranty) with suitable software and Windows
installed
Colour laser Printer
Suitable branded UPS with 30 min backup
Complete installation and demonstration
One year standard Warranty and three years‘ of service without spares
-------------------------------------------------------------------------------------------------
12 - Electrochemical workstation
Quantity: One Unit EMD ₹15000/-
Standard System Specifications
Current range: 50 nA to ±400 mA or better
Applied potential range: ±10 V or more
Compliance Voltage: ±10 V or better
Voltage resolution: 1 μV or better
Current resolution: 1 pA
EIS frequency range: Few µHZ to 5 MHz or better
Bandwidth of electrometer: >1 MHz or better
AC amplitude: 0.5 mV to 2.0 V or better
Potentiostat rise time: <500 ns or better
Modes: Single Sine and Multi Sine should be available
Data acquisition rate: 500,000 data/sec or better
Electrode configuration: 2, 3 and 4 electrode configurations
Software Requirements:
Voltammetry techniques: CV, Multiple CV, SWV, Staircase Voltammetry.
Pulse: DPV, Normal Pulse, Reverse normal pulse voltammetry, Chronoamperometry and
chronopotentiometry.
Corrosion analysis: Potentiostatic/Galvanostatic-Galvanodynamic, LPR, Tafel, ECN, CPT.
Energy: Charge/discharge constant potential, constant current, constant power, constant
resistance/load and calculation of efficiency of cycle.
EIS: Frequency sweep-Log/Linear, Sweep DC bias with frequency.
Equivalent and circuit fitting software should be available.
Data Acquisition System
Computer from a branded company with i-5 processor, 500 GB storage capacity, DVD reader &
writer, 4 GB RAM, 18‖ LCD monitor, keyboard and mouse should be supplied with suitable
software and Windows installed, for instrument control and data acquisition.
Suitable branded online UPS with 30 min backup
Warranty: Minimum 02 years
Essential accessories (Supplier should quote separately)
Electrochemical cell: 50 mL Glass cell 1 No. (with suitable Teflon Lid for the cell and purge tube
with valve). 2 mm diameter Glassy Carbon working electrode: 1 No., Pt wire Counter electrode:
1 mm dia; 40 mm length: 1 No., Ag/AgCl reference electrode (Aqueous) and Ag/AgCl reference
electrode (Non-Aqueous): 1 No., each.
13
Polishing kit: 1 No.
PART- A
SCHEDULE OF THE TENDER
** TENDER DOCUMENTS CAN BE DOWNLOADED FROM
www.niperkolkata.edu.in&www.eprocure.gov.in
OR CAN BE PURCHASED FROM NIPER
KOLKATA OFFICE from
07/12/2016 to 28/12/2016 During office
Hours
DATE OF PRE BID MEETING 12/12/2016 11.30 A.M.
LAST DATE OF SUBMISSION OF BIDS 28/12/2016 01:30 P.M.
OPENING OF THE TECHNICAL BIDS 28/12/2016 03:00 P.M.
THE BIDS ARE TO BE DROPPED IN THE TENDER BOX KEPT IN THE NIPER OFFICE AT
CSIR IICB CAMPUS, 4, Raja S C Mullick Road , Jadavpur, Kolkata 700 032.
BIDS RECEIVED AFTER THE SCHEDULED TIME WILL NOT BE CONSIDERED
IT MUST BE ENSURED THAT BIDS SENT BY POST REACH US BEFORE THE
SCHEDULED DATE AND TIME FAILING WHICH IT WILL NOT BE TAKEN INTO
CONSIDEREATION.
DIRECTOR
NIPER KOLKATA
** Cost of tender Paper ₹1000/- (Rupees One Thousand Only) in shape of D.D. in favour of NIPER
Kolkata (payable at Kolkata) without which the Offer will not be considered.
14
PART- B
TERMS AND CONDITIONS OF THE TENDER
01. This is a TWO BID TENDER, hence the technical bid and PRICE BID must be submitted in
separate sealed envelopes and be enclosed in a large sealed outer envelope mentioning Serial
Numbers and Description of Items quoted, Due Date of Opening and Name and Address of the
Bidder.
Technical Bid:
Separate Packets should be prepared for each item in the category of Technical Bid.
Such envelopes must contain the following information written in bold letters.
(Technical Bid )
Item Serial Number and Description for which bid is submitted.
Due Date of Opening
Name and Address of the Bidder
All Technical Bids Should be kept in a bigger envelope mentioning (Technical Bid - item Serial
Number, Description and Name and Address of the Bidder)
Price Bid
Separate Packets should be prepared for each item in the category of Price Bid.
Such envelopes must contain the following information written in bold letters.
(Price Bid)
Item Serial Number and Description for which bid is submitted.
Due Date of Opening
Name and Address of the Bidder
All Price Bids Should be kept in a bigger envelope mentioning (Price Bid- item Serial Number,
Description and Name and Address of the Bidder)
Outer Cover
Both the above envelopes should be kept in a bigger outer Cover mentioning item serial numbers
and descriptions for which bid is submitted ,Due Date of Opening and Name and Address of the
Bidder.
02. EMD amount is indicated separately against each item.
EMD has to be submitted in shape of DD drawn in favour of NIPER Kolkata, payable at Kolkata
EMD should be submitted in a separate envelope and kept inside the outer envelope.
Bids without EMD will not be considered. If they claim exemption of EMD, appropriate documents must be enclosed in support of such claims. 03. Price Offered should be F O R, NIPER, Kolkata and should include all taxes, Duties and charges.
We do not provide either CDEC or DSIR Certificates .or ―C‖ and ―D‖ forms.
04. The rates of Taxes and Duties should be clearly indicated in the Price.
05 Price should be quoted in Indian Rupees.
06. The Schedule of Delivery (normally six weeks) should be strictly adhered to. The failure to do so may
result in cancellation of the Purchase Order.
07. In deserving cases, Director NIPER Kolkata may extend the due date of delivery at his discretion.
15
08. Our Bankers are CANARA Bank, Jadavpur, Kolkata Branch. Payments will be made by NEFT
directly to the Account of the Supplier at the earliest after successful supply, installation and testing.
The details of Bank Account IFS Code etc must be submitted along with the Bill.
09 Director, NIPER Kolkata does not bind himself to accept the lowest quotation and reserves the right to
reject or partially accept any or all the quotations received without assigning any reason thereof.
09. If the item quoted is in DGS&D Rate Contract, please quote the contract number and enclose a copy
of the relevant documents.
10. Please Provide the PAN Details in the Tender in appropriate place and also in the Invoice.
11. Period of warranty of the equipments and warranty on Parts should be clearly indicated. Warranty
will be calculated from the date of successful installation. It is mandatory that a period of twelve
months warranty is provided in the offer if otherwise not mentioned differently in the technical
specification of the item.
12. The offer should have a validity of at least 180 days from the Date of Opening .
13. The details of Service Set up should be described in detail and their capabilities as regards providing
after sales service should be clearly indicated. The Bidder or Manufacturer should preferably have a
service centre for the quoted equipment at Kolkata.
In certain cases, providing manpower for a certain period is included as a part of the Tender.
The Bidders are instructed to go through the instructions in the Technical Specifications carefully.
.
14 The quotation must be submitted with printed Brochures of the Manufacturers and the
specification which agrees with ours should be highlighted.
15. The Purchaser may want the quoted item to be demonstrated and when intimated, the Bidder should
do so.
16. Tender must be submitted in Hard Copy. Offers received over fax or email etc will be ignored.
.
17.In the event of due date of receipt and opening of the tender being declared as a holiday for the
Institute, the next working day at the same time will be considered as the scheduled date and time.
18. The Bidders must confirm the acceptance in full the terms and conditions laid down in the tender. It
must be noted carefully that any conditional offer or any deviation from the terms and conditions
of the inquiry may render the quotation liable for rejection.
19. The supplier must guarantee that the quoted items are new and not used or refurbished.
20. In addition to the quoting for the equipment, the Bidders are also required to quote separately the
charge and terms and conditions of the service contract for a period of 5 years for maintaining the
equipment after expiry of the period of warranty. The terms and conditions of the Service Contract is
provided in PART-E of the tender documents. Bid without service contract is not acceptable.
IT IS TO BE NOTED THAT THE SERVICE CONTRACT CHARGES FOR FIVE YEARS
OVER AND ABOVE THE WARRANTY PERIOD SHALL BE CONSIDERED ALONG WITH
THE COST OF EQUIPMENTS WHILE EVALUATING THE PRICE BIDS.
22. The equipment quoted should be workable on 220/230 volts and 50 Hz. Electrical supply. The extract
requirement of line voltage, current rating climate and environmental requirements must be stated along
with the offer. Voltage stabilizer/isolation transformer/CVT/EPS etc. ‗IF REQUIRED‘ should be
mentioned with the offer.
23. The successful firm is required to furnish a Performance Guarantee Bond in the shape
of bank guarantee of a Nationalized Bank equivalent to 10 % of quoted value of the equipment
immediately after receiving of the Purchase Order failing which the order will be cancelled and the
EMD will be forfeited.
16
24. The successful firm will be required to agree for penalty for exceeding permissible down time during
the warranty period as detailed in PART-F of the tender. In case the total down time exceed the
permissible limit, the warranty shall be exceeded by the period of such excess.
25. The compliance sheet of the technical bid as per PART-D must be filled up and submitted duly
signed by the supplier with stamp.
26. Corrigendum /addendum or cancellation of this invitation if any, shall be published on
www.niperkolkata.edu.in & www.eprocure.gov.in only.
27. The Authorised Representative of the Bidder may attend the Pre Bid Meeting and Opening of the
Technical Bid at the scheduled time.
28.The Offers which qualify in all technical aspects will be shortlisted for opening of PRICE BID.
And such Bidders will be informed separately to attend the opening of the price bid.
29. Either the Principal or the Authorised Dealer can take part in the Tender if the Manufacturer is based
abroad, both cannot take part IN THIS TENDER as per CVC guidelines.
I/we certify that I/we understand all the above terms and conditions and agree to them unconditionally.
Signature of the Bidder
Seal
MANDATORY DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID
COPY OF THE VALID TRADE LICENSE / MANUFACTURING LICENSE/COMPANY MEMORRANDUM Etc, PERMITTING THE FIRM TO SALE THE CLASS OF PRODUCTS.
VALID AUTHORISATION OF THE MANUFACTURER TO SALE THE PRODUCT.
PAN CARD PHOTOCOPY
COPY OF THE VAT & CST LICENSE
DETAILS OF THE SERVICE CENTRE
TENDER TERMS AND CONDITIONS (PART B) DULY SIGNED AT STAMPED
TENDER APPLICATION FORM (PART C) DULY SIGNED AT STAMPED
TECHNICAL BID (PART D) DULY SIGNED AT STAMPED
WARRANTY CERTIFICATE AND SERVICE CONTRACT (Part E & Part F) DULY SIGNED AT STAMPED Authorised Signatory Name Seal
17
PART-C TENDER APPLICATION FORM
01 NAME OF THE FIRM
02 FULL POSTAL ADDRESS OF THE FIRM
03 CONTACT NO & E-mail ID
04 FAX No.
05 Name of the proprietor/Partner/Director
06 Name and Address of the Banker Account Number IFSC No.
07 Are you an approved vendor of any other Government Agency?
08 Name & Address of the Service Centre
09 Any other matter you may consider necessary to mention.
Undertaking
(a).I, Sri/Smt.............................................................. certify that I have gone through the terms and conditions mentioned in the Tender Document and undertake to comply with them. (b).The rate quoted by me is valid and binding upon me and I certified that I have not supplied the item/s at a lower rate to any other organisation. (c). The earnest money of Rs.................... is enclosed vide demand draft No.................. dated........... drawn on bank ............................ branch........................ payable to NIPER-Kolkata at Kolkata. (d). I/We give the rights to the Director, NIPER-Kolkata to forfeit the earnest money /performance guarantee money, if any default occurs on my / agent’s part. (e). There is no vigilance or CBI case pending against the firm. (f). I hereby undertake to supply the items as per direction given in the tender document/purchase order within the stipulated period. The spare parts will be available for period of ten years. Date : Signature of the Bidder : Place : Full Name : Designation : Office seal Part – A to Part – F must be signed with seal of the bidder and submitted in technical bid.
*Any Deviation of this format may result in disqualification of the offer
** If signed as an authorised representative, the letter of Authority from the Principal should be
enclosed
18
PART- D
TECHNICAL BID
SL No. & Name of the Equipment.................................................................................................
Specification as per Tender Make and Model of the Equipment Offered with point by point compliance
Remarks
Signature of the Authorised Signatory
Seal
The compliance is to be highlighted in the brochures of the Manufacturer.
This document is to be submitted for each equipment separately
*Any Deviation of this format may result in disqualification of the offer
19
PART-E
TERMS AND CONDITIONS OF THE SERVICE CONTRACT
1. During the warranty period the Firm shall provide at least THREE preventive maintenance visits and attend to all emergency and break down calls.
2. Rate of Annual Maintenance Contract will be quoted for the period after the completion of warranty period and order for AMC will be placed after the warranty period.
3. The Annual Maintenance Charges must be quoted separately for equipment/instrument clearly and unambiguously, failing which the tender is liable to be rejected. The AMC Charges are to be quoted in format provided at PART G (Price Bid) only and nowhere else.
4. The AMC Charges should be quoted for the services and maintenance and cost of minor repair only.
5. Replacement of parts and components after the warranty period will be dealt separately.
6. The Bidder has to enclose a certificate from the Manufacturer or its Authorised Agent that the
spare parts of the equipment will be available for a period of minimum Ten years. The offer will not be considered without this certificate.
7. In a block of 365 days of service contract period, the Firm will be responsible to maintain the equipment in good working condition for a minimum period of 328 days, i.e.90% up time. The time taken by the Institute to procure and provide the required spare parts will not count towards the downtime. The firm will be allowed 05(five) working days as response time in attending to a complaint and these five days will not be calculated towards downtime. If the total downtime exceeds 30 days in a year, amount equivalent to 1/365 of the total AMC charges or performance will be debited from the payment for each day of excess Downtime.
8. Repair of the Equipment if any shall be done in the premises of the NIPER Kolkata only but if it is required to take the Machine outside for repair, the cost of transportation etc will be borne by the Firm. The Firm will also be responsible for any loss or damage made during such transit and the liability will be limited to the cost of purchase of such equipment.
9. All AMC charges will be invoiced twice a year, i.e. every six months and the payment will be made after satisfactory execution of the service contract.
I /We agree to all terms and conditions of the service contract as specified above. Date Authorised Signatory
Name
Seal
*Any Deviation of this format may result in disqualification of the offer
20
PART F CERTIFICATE OF WARRANTY/ GUARANTEE BY THE MANUFACTURER OR HIS AUTHORISED AGENT
We M/s ..............................................certify that the warranty/guarantee for the equipment named.....................................shall be for a period of 12 months or as specified in the Technical Specifications starting from the date of successful Installation. We undertake to provide free after sales service and replace any part(s) of the said equipment or rectification of defects of the said equipment free of cost during the warranty period. During the warranty period we shall provide unlimited breakdown calls and at least three preventive maintenance visits. We also undertake to maintain the equipment in good working condition for a minimum of 90% uptime in a year i.e. for 328 days during the warranty period. The firm will be allowed 05(five) working days as response time in attending to a complaint and these five days will not be calculated towards downtime. If the downtime exceeds thirty days in the year, the warranty period will be extended to the same number of days. Unsatisfactory or below par performance may result in forfeiture of the Performance guarantee. We also certify that the equipment is neither used before nor refurbished and the spares will be available for at least TEN (10) years. We undertake that the spare parts will be supplied by us when required on mutually agreed basis, such as discount on catalogue price or profit on landing cost. We also undertake to notify NIPER Kolkata when the model goes out of production so as to enable the Institute to procure spares in advance for future consumption. We guarantee the entire unit against defect of manufacture, workmanship and poor quality of components. We also undertake to inform if this model can be upgraded subsequently with addition of components or software etc. Date Authorised Signatory Place seal *Any Deviation of this format may result in disqualification of the offer
21
PART-G PRICE BID
Tender Number: P-11/11/1/16/NIPER Kolkata (Part-2) Date 07/12/2016 Name of the Bidder.........................................................................................................................
Name of the Equipment....................................................................................................................
Specification as per Requirement Specification as per Technical Bid Unit Price in INR
Taxes (a) (b) (c)
Total
In words.( Rupees...........................................................................................................Only)*
Signature of the Authorised Signatory
Name
Seal
Date
It is preferable that a separate packet be made for price bid of each item (Vide instruction at Part B)
Name of the Equipment AMC Charges for 1st Year after warranty.Rs...................... (In words).................. ....... AMC Charges for 2nd Year after warranty.Rs..........................(In words)................. ........ AMC Charges for 3rd Year after warranty.Rs....................... ..(In words)............. ............ AMC Charges for 4th Year after warranty.Rs......................... .(In words)......................... AMC Charges for 5th Year after warranty.Rs........................ ..(In words).........................
Authorised Signatory
*Any Deviation of this format may result in disqualification of the offer