CENTRAL UNIVERSITY OF RAJASTHAN
(Established by an Act of Parliament, the Central Universities Act 2009) City Road, Kishangarh – 305802 Distt.: Ajmer
(Notice Inviting Tender)
Dated: 24/06/11
Sealed tenders are invited from original equipment manufacturers or their authorized Indian agents in two parts, “Part A” (Technical Bid) and “Part B” (Commercial/Financial Bid) with the following Details
1. Cost of Tender Form: Rs. 1000 /-
(Non – refundable)
2. Last Date of submitting Tender Form 14th July 2011 up to 10: 00 A.M
3. Amount of E.M.D: @10,000/- (Ten thousand) per quoted item.
Mode of EMD and Tender fee: Tenderers should make separate D.D. for Tender fee (non refundable)
and EMD (single D.D. for the quoted item(s)) and send it with below
supporting.
Important Note for the Bidder: All the pages of the tender document should be submitted altogether.
Tenders shall be submitted in 2 different parts (in a sealed envelope). Part A (Technical Bid) and Part B
(Commercial/ Finance bid). The two separately sealed and duly super scribed envelop shall then be sealed
separately in another envelop which shall be duly super scribed with name of the equipment, due date as
mentioned above. The tender document should be send at
Central University of Rajasthan
City Road, Madanganj- Kishangarh
Pin-Code- 305802
Distt. Ajmer.
Please Note that the tender document is subjected to verification with the original tender document, and if
any discrepancy is found, the tender would be rejected. Tenders (Technical Bid) will be opened first in the
presence of the attending tenderers.
The University reserves the right to reject any or all tenders, without assigning any reason thereof.
Registrar
CENTRAL UNIVERSITY OF RAJASTHAN
Kishangarh (Ajmer)
CENTRAL UNIVERSITY OF RAJASTHAN
(To Be Filled By the Vendor/ Bidder)
1. Name of the quoted equipment(s):
2. Name of the Vendor
3. Full Address of the Vendor
4. Telephone/ Mobile No/email.:
5. Fax. No. (If any)
6. Details of the D.D.
a. For Tender Fee(Non Refundable) : D.D. No.____________ dated ____________ drawn
from the bank______________________
b. for E.M.D Amount (Refundable): D.D. No.____________ dated ____________ drawn
from the bank______________________
Seal and Signature of the bidder/Vendor.
Central University of Rajasthan
TERMS AND CONDITIONS OF THE TENDER
1) Price / Taxes: Prices stated in this tender are firm and shall remain firm until required deliveries have been completed unless otherwise expressly agreed to in writing by both parties. The Vendor agrees that any price reduction made with respect to Material covered by this order subsequent to placement will be applied to the order. All prices specified herein include all charges for, but not limited to, inspection, and packaging. Prices set forth shall be inclusive of applicable sales, excise, value-added or similar taxes until and unless specified in the schedule.
2) Acknowledgement And Acceptance of agreement :
This agreement constitutes an offer from the university and is expressly limited to the Terms and Conditions contained herein. The Terms and Conditions of the agreement are those that apply to the purchase of materials, items, products, components or services (hereinafter referred to as "Material"). All exhibits, attachments, technical specifications, drawings, notes, instructions, or information referred in the agreement are incorporated herein by reference.
3) The Vendor as an Independent Contractor : The Vendor shall perform the obligations of this order as an independent contractor and under no circumstances shall it be considered an agent or employee of the university. The terms and conditions of this order shall not, in any way, be construed as to create a partnership or any other kind of joint undertaking or venture between the parties hereto. The Vendor expressly waives any and all rights which may or may not exist to claim any relief under the university's comprehensive insurance policy, worker's compensation or unemployment benefits.
4) Delivery : At Central University of Rajasthan and within Six weeks from the date of receipt of purchase order. If any Material is not delivered by the date specified therein, the University reserves the right, without liability, to cancel the order for undelivered material not yet shipped or tendered, and to purchase the same from another vendor and to charge the defaulting Vendor for any loss incurred in this transaction. Any provisions thereof for delivery by instalment shall not be construed as obligatory unless agreed upon by both the parties. The University shall have the right to refuse deliveries made more than one week in advance of any delivery schedule appearing in the order unless arrangements for such early delivery have been confirmed with the receiving party.
If the Vendor is unable to complete performance at the time specified for delivery, by reason of strikes, labour disputes, riot, war, fire or other causes beyond the Vendor's reasonable control, the University, at its option, may elect to take delivery of Material in its unfinished state and to pay such proportion of the contract price as it deemed reasonable.
5) Reproduction of Documentation : The University shall have the right at no additional charge to use or incorporate all or portions of material found in the Vendor's literature and/or reproduce the Vendor's applicable literature such as operating and maintenance manuals, technical publications, prints, drawings, training manuals and other similar supporting documentation and sales literature. The Vendor agrees to advise the University of any Updated Information relative to the foregoing literature and documentation with timely written notice.
6) Rescheduling : The University may without liability at least fourteen (14) days prior to the scheduled delivery date appearing on the order defer delivery on any or every item under said order by giving oral notice to the Vendor (confirmed in writing within ten (10) working days) of any necessary rescheduling.
7) Shipping, Packaging and Labelling : All Material purchased hereunder must be packed and packaged to ensure its safe delivery in accordance with good commercial practice and where incorporated, the University's packaging specification.
8) Changes / Amendments : The University shall have the right at any time, by written notice, in the form of an amendment order, to make any changes it deems necessary, including, but not limited to, changes in specifications, design, delivery, testing methods, packing or destination. If any such required changes cause an increase or decrease in the cost of or the time required for performance, an equitable adjustment shall be made in the contract price or delivery schedule, or both. Any claim by the Vendor for adjustment under this clause shall be deemed waived unless asserted in writing within ten (10) days from receipt by the Vendor of notice of change (amendment order). Price increase, extension of time for delivery and change in quantity shall not be binding on the University unless sufficiently justified by a vendor and accepted by the university in a form of amendment/ Change Order issued and signed by the University.
9) Inspection And Acceptance : Material procured from vendor shall be inspected and tested by the University or its designee at vendors cost. If deemed necessary by the University, the Vendor shall provide without charge, all reasonable facilities and assistance for such inspection and test. Any inspection records relating to Material covered by this agreement shall be made available to the University during the performance of the order.
If any Material covered by this agreement is defective or otherwise not conforming to the requirements of this agreement, the University may, by written notice to the Vendor : (a) rescind the purchase/supply order as to such non-conforming Material;
(b) accept such material at an equitable reduction in price;
(c) reject such non-conforming material and require the delivery of suitable
replacements.
(d)If the vendor fails to deliver suitable replacements promptly, the university, with notice of seven business days, may replace or correct such material and charge
the vendor the additional cost occasioned thereby, or terminate this order for default.
No inspection (including source inspection) test, approval (including design approval) or acceptance of material shall relieve the Vendor from responsibility for defects or other failures to meet the requirements of this order. Rights granted to the University in this article entitled INSPECTION is in addition to any other rights or remedies provided elsewhere in this order or in Law.
10) Invoicing / Payments / Set-Offs : After each completion of supply/purchase order, the Vendor shall send duplicate invoices including item number to the University's concern Department.
Payment of invoice shall not constitute acceptance of Material ordered and shall be subject to appropriate adjustment, if the Vendor failed to meet the requirements of this agreement. The University shall have right at any time to set-off any amounts due to the Vendor, (or any of its associated or affiliated companies) against any amounts owed by the university with respect to this agreement.
11) Term of payment:
i) 75% on installation and due certification of the concerned authority. ii) 25% after test run of minimum one month. iii) Earnest Money Deposit credited along with tender shall be converted as a
security deposit & first party shall have to credit balance amount of security deposit either in cash or in the form of Bank Guarantee of Nationalized Bank while submitting agreement. The amount of security deposit shall be released after expiry of warranty.
iv) In case of substandard material the first party shall have to replace same within 7 days otherwise penalty of Rs. 200/- per day will be charged and 2% penalty at the cost of material due to substandard supply.
v) Payment to be made to the first party will subject to the deduction of taxes applicable at source at the rate in force from time to time.
12) Selection of the Bidder:
For the purpose of selection of the bidder, a two-stage bidding process will be followed. The response to the tender should be submitted in two parts viz. Technical Bid & Commercial Bid & must be submitted in separate sealed envelopes. Technical bid should contain,
a. Detailed broacher of the Company including other details as asked. b. Clientele list and work done list c. IT clearance Certificate, Audited Balance Sheet, etc. d. Performance Certificates from clients e. DD/ for EMD amount f. Tender form fee in case of website version. g. The form of the “Terms and Conditions” should be duly filled and signed by authorized person.
It is only when the information about the company in technical bid is found satisfactory;
the commercial part will be opened. Commercial bid should contain price of the material required to be supplied as per Schedule "A" as supplied by the University along with the Tender form, duly filled and signed by the authorized person.
Vendors should clearly mark on the both sealed envelopes “Tender For Scientific Equipment (Central University of Rajasthan) and “Commercial / Technical Bid” on the respective envelope at left corner. While the above procedures lay down the overall guidelines, Central University of Rajasthan reserves the right to select the vendor based on other parameters at its discretion.
13) Delivery and Opening of Tender : The completed tender should be delivered at the Inward Section of the Administrative building of the Central University of Rajasthan, Kishangarh, Ajmer, Rajasthan on or before 14/ 06/2011 11:00 P.M. The Technical Bid will be open on 14/06/2011at 12:00 P.M.
14) Performance Security : On receipt of notification of award from the University, the successful Bidder shall furnish the performance security at 10% of the cost of the material to be ordered in the form of DD in favor of The Central University of Rajasthan or in the form of Bank Guarantee or in another form acceptable to the University. Failure of the successful bidder shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the University may make the award to the next lowest evaluated bidder or call for new bids.
15) Liquidated damages for delayed supply : If vendor fails to deliver any of or all products or does not perform the services within the period specified in the contract, the second party shall, without prejudice to its other remedies under the contract, deduct from the bill, a sum equivalent to 0.5% of the price of undelivered stores at the agreed price for each week to maximum limit of 5% of the value of stores so undelivered. Once maximum is reached, the second party may consider termination of contract.
16) Assignment / Subcontracting /sublet : The Vendor shall not assign the order received, any rights under this agreement or to become due hereunder neither delegated nor subcontracted /sublet any obligations or work hereunder without the prior written consent of the University.
17) Cancellations : The University may cancel agreement entered with vendor in whole or in part, for no cause, upon written, FAX, or telex notice to the Vendor, effective when sent, provided such notice is sent at least fourteen (14) days prior to the delivery date specified on the face of this order.
The University may cancel order in whole or in part at any time for cause by written, FAX, or e-mail notice to the Vendor, effective when sent, in the event that the
Vendor:
(a) fails to comply with any term or condition of this order including, but not limited to, delivery terms; or
(b) appoints a receiver, liquidator or trustee in bankruptcy or other similar officer over any or all of its property or assets; or
(c) files a voluntary petition in bankruptcy; or
(d) has had filed against it an involuntary petition in bankruptcy which remains in effect for thirty (30) days; or
(e) voluntarily ceases trading; or
(f) merges with or is acquired by a third party; or
(g) assigns any of its rights or obligations under the Order to a third party without the university’s advance written consent.
Upon the occasion of any one of the aforesaid and in addition to any remedies which the university may have in Law or in Equity, the university may also cancel this order or any outstanding deliveries hereunder by notifying the Vendor in writing of such cancellation and the Vendor shall thereupon transfer title and deliver to the university such work in progress or completed material as may be requested by the university. The University shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the university prior to the Vendor’s receipt of the notice of termination, and for work in progress requested for delivery to the university.
18) Warranty : Warranty period will be for 3 years from the date of successful installation of equipment. The second party shall notify in writing a claim arising under the warranty and first party shall have to repair and replace goods within a period of warranty. In case of breakdown of equipment, the first party shall have to repair same within 72 hours. If second party fails to do so, a penalty of Rs. 100/- per day shall be charged & cost of repairs shall be recovered from security deposit.
The Vendor warrants that any Material supplied hereunder shall conform to the generally recognized manufacturing and safety standards of the Vendor’s industry as per Indian Standard Institution (ISI) or similar standard. The Vendor’s specifications on performance as detailed in the Vendor’s brochures, sales literature and other specifications as may be available to the university.
(a) In addition to any other express or implied warranties, the Vendor warrants that the material furnished pursuant to this order will be:
1. free from defects in title, workmanship and material;
2. free from defects in design except to the extent that such items comply with detailed designs provided by the university; of merchantable quality and suitable for the purposes, if any, which are stated in the tender/quotation.
(b) If any material covered by agreement is found not to be as warranted, the University may, by written notice to the Vendor :
1. reject such defective material and require the delivery of suitable replacements.
2. If the Vendor fails to deliver suitable replacements promptly, the University, with notice of seven business days, may replace or correct such material and charge the Vendor the additional cost occasioned.
(c) Any items corrected or furnished in replacement are subject to all the provisions of
this article entitled WARRANTIES to the same extent as items initially furnished or originally ordered.
19) This warranty provision shall survive any inspection, delivery, acceptance, payment, expiration or earlier termination of this order and such warranties shall be extended to the employees, students, and users of the Material. Nothing herein, however, shall limit the University’s rights in law or equity for damages resulting from delivery of defective goods or damage caused during the delivery of goods or provision of services.
20) Rights granted to the University in this article entitled WARRANTIES are in addition to any other rights or remedies provided elsewhere in this order or in Law.
21) Patent Indemnity :
The Vendor shall have to indemnify, hold harmless and defend the University, its employees, and students with respect to all claims, suits, actions and proceedings of actual or alleged infringements of any Letter, Patent, Registered or Industrial Design, Trademark or Trade Name, Trade Secret, Copyright or other protected right in any country resulting from any sale, use or manufacture of any Material delivered hereunder and to pay and discharge all judgments, decrees, and awards rendered therein or by reason thereof and bear all expenses and legal fees (including the University’s) associated herewith. The university reserves the right to be represented in any such action by its own counsel at its own expense.
22) Indemnity :
The Vendor will indemnify, defend and hold the University, its and students harmless from any loss, expense, claim or damage including reasonable defence costs, arising from any claim or action based on any acts or omissions of the Vendor, its employees, servants, agents or subcontractors. The University reserves the right to be represented in any such action by its own counsel at its own expense.
23) A.M.C.:
A separate annual maintenance contract will be executed after completion of the
warranty period. On execution of the A.M.C. contract performance security will be returned to the first party.
24) Compliance with Laws:
After acceptance of tender, successful bidder shall have to comply with the requirements of all the existing laws. The Vendor shall also have to comply with the Fair Labour Standards Act and the Occupational Safety and Health Act, and all other applicable laws, ordinances, regulations and codes in the Vendor's performance hereunder. The Vendor will have to indemnify and hold the University and its customers harmless from any loss or damage that may be sustained by the University, by reason of the Vendor's failure to comply with any laws, ordinance, regulations and codes.
25) Tenders received late, incomplete tenders and tenders not in conformity with our prescribed specifications, terms and conditions will be rejected. Central University of Rajasthan will not be responsible for postal delay, non-receipt / non-delivery of tender documents or loss of documents in transit.
26) Law of the Contract:
The agreement entered with vendor shall be governed by and interpreted in accordance with the laws in existence and the Jurisdiction of Ajmer
27) In case of shifting of campus from Kishangarh to Bandra Sindari, free shifting of all items under and there installation will be done by vendor at the new site.
28) Rate quoted by vendor should be valid for at least six months from the date of receipt of
quotation. 29) As far as possible, quotations should be given for goods of India manufacturer and foreign
goods quoted and proposed to be supplied should be covered by normal input quota of the dealer. This University is exempted from payment of custom duty. Certificate of the same will be provided by the University if needed.
I/We have read all the enclosed Terms and Conditions carefully and ready to accept and according to that I/We are submitting herewith the tender.
Seal & Signature of Vendor
Annexure “A” List of Items required with detailed specifications
I / We the undersigned am / are ready to supply & install the following equipments along with all other accessories complete as mentioned below with accepting the terms and conditions which are enclosed with this order form and quote for the same.
1. Horizontal Electrophoresis Unit
S.No. Detailed Specifications Make/ Models
Compliances
1 - Connecting cord and lid should be removed easily while loading the sample.
- Principal Material : Acrylic - Inner tank dimension : 150 x 80 x 50 mm - No. of trays : 10 x 7 cm Tray - 1 no. - No. of combs : 1mm , 1.5 mm and 2.0 mm -3 no. of
different color - All combs are height adjustable - Connecting cord : 1 set (1 black and 1 red) - No. of Platinum electrodes : 1 anode and 1 cathode. - Lid : 1 no. - Built in cooling block
2. Vertical Electrophoresis Unit S.No. Detailed Specifications Make/
Models Compliances
1 - Principal Material Acrylic - Upper buffer tank dimension : 21.5 x 6 x 17.2 cm - Lower buffer tank dimension : 20 x 13 x 16.5 cm - Gel Size : 8 x 11 cm - Teflon combs : 1.0 mm and 0.5 mm - 2 nos of
different color - Teflon spacers : 0.75 mm and 1.0 mm- 4 nos of
different color - Connecting cord : 1 Set (1 black and 1 red) - No. of Platinum electrodes : 1 anode and 1 cathode - Lid : 1 no. - Built in cooling block - Glass plate : Notched and rectangular 5 sets - Gasket : Fixed - Clamp and screws : 2 set. - Gel casting units : 2 Nos.
3. Power Supply S.No. Detailed Specifications Make/
Models Compliances
1 - Output DC Voltage : 0-500Volts variable - Output current : 0-500mA Variable - Output : Two parallel outputs,4 mm socket
- Display : Digital - Timer : 15mins to 4 hours - Body : MS with powder coated body - Size : 360 x 285 x 160 mm - Weight : 3 kgs approx. - Input Voltage : 230V, 50Hz, A.C.
4. Gel Documentation System
S.No. Detailed Specification Make and
model
compliance
1 - Molecular Imager Gel Documentation System, PC &
Mac of High version,
Includes camera, Darkroom, UV transilluminator, epi-
white illumination, cables,
- Image analysis software, Instructions- Fluorescent,
Densitometry, 1 D and 2 D Gels, Blot, Films & Colony
counting applications. User Friendly software
- Image DNA electrophoresis gels using the Xcitablue
conversion screen to prevent damage from UV and
preserve sample for down stream usage Save &
reproducibly recall acquisition settings with new
motorized lens with numerical feedback coupled &
software acquisition presets.
- CCD Resolution(H x V) : 1392 x 1040 pixels,
- Pixel Density : 12 - bit (4096 gray levels)
- Pixel size (HxV) : 4.6x4.6 micrometer
- Dynamic range : More than 3 orders of magnitude
- Pixel resolution: 14,47,680 pixels (1.4 Mega pixels)
- Motorized zoom lens: C-mount, f/1.2, 12-75 mm
- Darkroom upgradeable to Chemiluminescence
- Fire wire interface for rapid data transfer.
- Illumination modes: Trans-UV, white, epi-white(white
top lighting for photography of blots, petridishes etc.,
integrated white light epi-illumination for correct gel
positioning.)
- Excitation source: Built-in UV transilluminator with
254, 302 & 365nm and white light also. Built in UV
protection with prep mode, UV Safety Interlock
(protects users from UV exposure by shutting off UV
light source during opening of the main door or pull
out drawer), UV and White lamp auto Shut-off within
5 mins to preserve lamp life.
- Filter positions: Fluorescence: 2
- Emission filters: Special Amber filter supplied along
with the system with spectral range of 548 - 630nm
for the following applications; EtBr, SYBR Green, GFP,
SYBR Gold, Fluorescein, CY3, Rhodamine, SYPRO
Ruby, Texas Red, Hoechst, Cumarin etc.,
- Transillumination area: 25 x 26cm
- Software compatibility: Windows98, XP, NT,2000
Mac OS 9.x, Intel etc.
5. Water Purification System:
S.No. Detail Specification Make and model
Compliance
1
- Conductivity: 0.055 uS/cm,
- flow rate: 3-6 Lit/hr and pyrogen < .005 EU/ml.
- Ultra pure water quality.
- Resistivity 18.2 M
- TOC < 5 ppb
- Microorganisms < 0.1 cfu/ml
- Endotoxin < 0.001 EU/ml
- Rnase <0.01 ng/ml
- Dnase < 4 pg/ μl
6. Trinocular Microscope with digital camera attachment
S.No. Detailed Specifications Make/ Models
Compliances
1 - Magnification: 40 x -1000 x For Observation.
- Optical System: Infinity Optical System.
- Eyepiece Tube: Siedentopf design super wide field
trinocular tube, should be inclined at 25 degree
angle with f.o.v. 22/25mm or higher. Should be anti-
fungus type.
- Eyepiece Lens: 10x (2pcs) with both sides diopter
adjustment (f.o.v. 25mm) or higher should be anti
fungus type.
- Objective: high na. & long working distance objective
- Nose Piece: Sextuple nosepiece to accommodate six
objectives at time.
- Coarse/Fine Focusing: Fine 0.1mm per
rotation/coarse 13.8mm per rotation. Coarse motion
torque adjustable. Refocussing Stopper Should Be
Incorporated.
- Stage: Super Hard Alumite Coated Surface, Stay in
position stage handle, stage handle height & tension
should be adjustable. rectangular 159mm x 243 mm
surface stage, 78mm x 54mm cross travel range using
low positioned coaxial x and y motion control on
right hand side with capacity to hold two slide glass
at a time. Stage should be refocussing type so that it
can be dropped instantaneously when pushed down
for easy replacement and oiling of slides at 100x
- Condenser: ABBE condenser to cover magnification
from 4x -100x
- Illumination: 6v- 30w halogen Lamp with world wide
voltage (100-240v)
- Built-In Filter: Should have built-in ND8 Filter
- Digital camera attachment: digital camera
capable of handling brightfield, fluorescence, dIC,
- -
darkfield images with 2/3” high density CCD chip,
approx. 5.24 million pixel resolution. live display
mode : (5m interlace mode – 5.9 frames/sec.; 23
frame per / sec. with ROI & binning) ; binning
modes : 2x2, 4x4, Digital zoom : upto 16x (8 steps)
; interval shooting : 5 sec. – 12 hr intervals.
Software should be comes along with camera for
aquiring & capturing of images. should have
separate modes for different microscopy
techniques i.e brightfield, fluorescence, DIC,
darkfield images. fire wire port for attaching
camera onto desktop/laptop through single wire.
7. Deep Freezer
S.No. Detailed Specifications Make/ Models
Compliances
1 - Capacity 333 litres,
- temperature range-50 to -86 oC,
- should have platinum (Pt 100 temperature sensor),
vacuum insulation panel,
- should be CFC and SCFC free,
- should monitor ambient and system conditions
continuously and notify of abnormalities before
problem happens,
- control panel should be at eye panel with digital
display, should have micro computer, temperature
controller with digital design,
- should have protection from accidental setting with
control panel,
- audible and visual alarm for high/ low temperature,
door open,
- microprocessor control, filter clog check, power
failure, remote alarm, sensor abnormalities and part
replacement notification,
- should have 3 stainless steel shelves.
- With 3-5 hours power back facility.
- Callers dial facility.
8. Rota evaporator:
S.No. Detailed Specifications Make/ Models
Compliances
1 - With condenser normal glass, drive unit, motorized
electronic quick action,
- Jack and automatic lifting of the flasks during a
power failure,
- insulated heating bath with digital display 5-1800C.
- The instrument should be used for 50 ml to 4000 ml
evaporation flask.
- Instrument should be supplied with evaporating
flask and receiving flask.
- With high efficiency chiller.
- Display-rotation and vapor temperature.
9. Refrigerated Centrifuge:
S.No. Detailed Specifications Make/ Models
Compliances
1 - Temperature range – 9 to + 40oC, short spin key, fast
cool option & stand by cooling.
- Facility to put “at set rpm” function, 10 acceleration
& 10 deceleration rates. Automatic rotor recognition
and imbalance sensor.
- Motorized lid latch- automatic lid opening,
- Ability to spin 15 ml and 50 ml falcon tubes and oak-
ridge tubes at 12000 rpm and 18000g with fixed
angle rotor.
- Adaptor should be available for volumes from 1.5ml
to 85 ml in the fixed angle rotor.
- The fixed angle and swing out rotor should
accommodate both round bottom tubes as well as
falcon tubes Swing Out Rotor with provision for 10
MTP Plate, and adaptors for 384 & 96 well PCR
plates.
10. PCR (Gradient)
S.No. Detailed Specifications Make/ Models
Compliances
1 - PCR with Gradient Block
- Sample capacity 96 X 0.2 ml (With Gradient) PCR
tubes
- or 1 micro test plate 8X12,
- The heated lid temperature range 37 -110oC,
- Temperature – control range 4oC to 99 oC,
- Gradient temp range: 1 -24 oC.
- Temp control accuracy ± 0.2o per well.
- Heating 5oC/s or better.
- Cooling: 4oC/s or better,
- Max no. of cycles–99, Two USB interface.
- System should be upgradeable to “Real Time PCR”
- Auto restart option in the event of power failure up
to 99 min.
11. Incubator Shaker
S.No. Detailed Specifications Make/ Models
Compliances
1 - Motion : Orbital - Speed : 30-500 rpm - Speed Controller : Digital - Platform Size : 410 mm x 410 mm - Temperature Range : 1-50°C - Controller : Digital PID Controller - Accuracy : ± 0.5°C - Circulation : Forced air circulation for uniform
temperature - Body : MS with powder coated.
- Inner Chamber Dimension: 430 mm x 450 mm x 550 mm
- With Universal Flask holder that can accommodate flask from 50 ml -`1000 ml
- Should have fluorescent lamp, temperature device, visual and audible alarms for temperature deviations temp.
- Front door is made out of acrylic to view inside activity.
12. Electronic Weighing Balance featuring:
S.No. Detailed Specifications Make/ Models
Compliances
1 - Monolithic Weighing Technology - Weighing Capacity : 220 g - Readability : 0.1 mg - Pan Size : ø 90 mm - Repeatability : < + 0.1 mg - Linearity : < + 0.2 mg - Adaptation to Ambient conditions : By selection of 1
of 4 Optimized filter levels - Advantage features / Equipment supplied:
Monolithic Technology based weigh cell for tolerating the fluctuation in
Accuracy with variation in temperature at root level.
Built in motorized calibration weight for automatic internal calibration
function via touch key. Intelligent Calibration mode for both internal calibration as well as external Calibration
- Other important features: Rectangular all Glass Draft Shield opening from three sides
High Contrast Liquid Crystal Backlit Display
Stainless steel weighing pan with removable dust and spill rings
- Application programs Weighing In Percentage
Dynamic Weighing/Animal weighing
Counting Net Total
Simple weight and mass unit conversion by toggling between two weight units from choice of many units
- Overload protection - printing capability with optional Printer
13. Vortex Mixture
S.No. Detailed Specifications Make/ Models
Compliances
1 - Speed : 100- 3200rpm.
- Operation : Touch/Continuous
- Working condition: 4 to 60°C ambient.
- Body : MS with powder coated.
- Input Voltage : 230V,50Hz,A.C.Supply
14. Lyophilizer
S.No. Detailed Specifications Make/ Models
Compliances
1 - Lowest Temperature : -60ºC
- Cold Trap lid : Clear acrylic lid
- Trap Chamber Volume : >2 L
- Chamber : Stainless steel body powder coated
- Drain : Silicon hose
- Defrost : Manual
- Display : LED / 0.1ºC increment
- Manifold– 6 Port – 1 set Stainless Steel Manifold
with 6 X 3/4”
Individually valve controlled Manifold Ports with
Rubber Valves to accommodate Round Bottom
Flasks, Ampoule Manifold etc.,
15. Ice Flake Machine
S.No. Detailed Specifications Make/ Models
Compliances
1 - Max. Production- 60-100 Kg/Day (24 Hr
Operation)
- Quality compressor and Air cooled Condensation
(CFC/HCFC Free)
- Storage Capacity of Bin –Minimum 20 Kg
- Type of Ice: Flakes/Grains
- Interior and Exterior should be made of corrosion
resistant material
- Should be energy efficient
- automatic low water cut off system
- should have geared motor with overheating and
over voltage protection
- production start time: 10-15 mins
- Should be provided with wheels for easy
movement
16. Specifications of Karl Fischer Titrator
S.No.
Detailed Specifications Make/ Models
Compliances
- Modes of
Operation Neutralisation Concentration Percentage [%]PPM
- Dispensing System
Imported Syringe is used as burette of the sizes 5 ml or 10 ml [user selectable].
- Electrode Double Pin Platinum Electrode.
- Key Board Soft-touch membranes, Splash proof, Alphanumeric.
- Display Back lighted 40 characters, 2 lines LCD.
- Print Format Automatic Calculation of Results [ % & ppm] Automatic Printing of leak rate value. Statistical report with means std. Deviation (S.D.) and relative standard deviation (R.S.D) & C.V.
- Stirring System
µP based Magnetic Stirrer with digital indication.
- Drying Oven [OPTIONAL]
For the analysis of :- a] Samples which react with KF reagent. b] Plastics. c] Sparingly soluble samples.
- Titration Head
Manual stand with swivel arm for Electrode, Dispensing Tip and Stirrer [OPTIONAL].
- Balance Interface
Sartorious or its equivalent.
- PC Compatibility
PC software [ as an optional]
- End Point Detection
Voltametric.
- Amplification Range
± 3200 mV
- Polarized Current Range
1 µA to 80 µA
- Accuracy ± 1 Mv
- Burette Resolution
1/5000 for 5 ml and 1/10000 for 10 ml.
- Burette filling time
< 20 Sec.
- Measuring Range
10 µg to 500 mg.
- End Point cut-off criteria
Delay or Drift.
- Memory 50 Programs with parameters. Method Storage: Standard 5 programs, which are not editable or deletable. Last 5 run results could be viewed or printed with statistics for repeat run analysis.
- Results Calculation
Mg/ml, %, ppm and on line leak rate with cumulative Titrant consumption Result Calculation in%, ppm by W/W, V/SG & V/V.
17. SpeedVac Concentrator
S.No. Detailed Specifications Make/ Models
Compliances
1 - Integrated cold trap for rapid evaporation and a
sample capacity of upto 70 1.5-2.0 ml tube
- Should be equipped with a microplate rotor to
support two shallow well microplates
- Chamber: Teflon-coated aluminum
- Concentrator volume: 0.5-2.0 ml
- Concentrator capacity: 35-70 tubes, 2 shallow well
microplates
- Vacuum pump: ETFE oil-free diaphragm pump
- Capacity: 36 L/min
- Ultimate vacuum level: <10 Torr
- Noise: <65 dBA
- Cold Trap: temperature: -50oC
- Dimension : approx. 30 ×60×30 cm
- Cover: Acrylic lid, includes safety interlock
- Rotor spin speed: 1600 RPM
- Motor: Maintenance free induction motor
- Display: LED display of time
17. Remote Automatic Weather Station
S.No. Detailed Specifications Make/ Models
Compliances
1 - Sensors : Wind Speed, wind direction,
temperature, humidity & rainfall.
- Radiation Screen made of wood to install Humidity
and Temperature Sensors
- Lynx Remote Data Acquisition Unit alongwith
Data Logger housed in a sealed metal box and
installed near the sensors which works on 12 V D.C.
Battery charged by Solar Panel.
- Lynx Data Cartridge to download data from
Remote Data Logger to P.C. With
rechargeable battery.
- 2 mtr.G.I. Pipe Masts to install sensors.
- F. P.C. Software to download data from Cartridge to
P.C.
- Cables for Data Transmission from Logger to
Data Cartridge and from Data Cartridge to P.C.
- Solar Panel: Capacity 50 watts.
- 12 V D.C. 42 amp. hr Lead Acetate battery
Connecting cord and lid should be removed easily
while loading the sample.
18. Total Hydrocarbon Analyser
S.No. Detailed Specifications Make/ Models
Compliances
1 - total hydrocarbon measurement in a variety of continuous emission monitoring, process control and research applications
- Detector : Flame Ionization Detector (FID), heated to 191° C
- Ranges : Eight Ranges: 0-4 through 0-10,000 ppm hydrocarbon (up to 0-10% option available). Auto-ranging standard. Calibration as methane or propane.
- Zero Air: Internally generated from pressurized catalytic air supply. External zero gas may also be used
- Sample System : Type 316 SS, internal 191° C sampling components and sample pump. Suitable for total hydrocarbon monitoring
- Sample Filter: 0.4 micron 191° C heated PTFE filter, operator field replaceable
- Safety : General purpose enclosure, CE certification for safety and EMI Interlocks: Flame, catalyst and oven temperature, fuel, sample and air pressure inhibit sample path and fuel supply valves. Fail-safe instrument design.
- Display: 240 x 64 pixel back-lit LCD display shows hydrocarbon concentration, units and gas in large characters, vertical analog bar with alarm markers, flow indication, range, control and message area. Soft-key menu control for full analyzer status and parameter set
- Response: Time <1.5 seconds (T5-T95%) typical
- Flow Rate: 0.4 to 3.0 l/min
- Accuracy & Repeatability: Better than +/-1% range or +/-0.2ppm, whichever greater. Zero Drift: less than 0.1ppm per 8 hours
- Linearity : Better than +/-2% of point or +/-0.5% FSD on all ranges down to 10% of range
- Sensitivity: 30 ppB as methane
- Carbon Number Correlation: Less than 5% difference in carbon count ( response factor )
between toluene, hexane, propylene and propane, when using H2/He fuel
- Oxygen Synergism : less than 2% effect when using H2/He fuel
19. Sulphur Dioxide Analyzer
S.No Detailed Specifications Make/ Models
Compliances
1 - Based on microprocessor control with the fluorescence measurement principle for accurate and reliable measurement of sulphur
- Ranges : Auto-ranging for 0-50 ppb to 0-20 ppm.
- Data Display : Large Graphic LCD display, with unit selection mg/m3, ug/m3, ppm, ppb, ppt. Display Resolution: User selectable (0-5 decimal points displayed).
- Noise (At zero) :0.2 ppb with Kalman filter active.
- Analog Out : 0 - full scale from 0 - 50 ppb to 0 - 20 ppm with menu selectable offset of 0%, 5% or 10% offset. Auto-ranging between two user specified full-scale values.
- Rise/Fall Time : Less than 120 seconds for 95% of final reading with Kalman filter active
20. Nitrogen Oxide Analyzer
S.No Detailed Specifications Make/ Models Compliances
1 - Based on microprocessor control with the chemiluminescence technique for accurate and reliable measurement of NO, NO2 and NOx .
- Ranges : Auto-ranging for 0-50 ppb to 0-20 ppm.
- Data Display : Large Graphic LCD display, with unit selection mg/m3, ug/m3, ppm, ppb, ppt.
- Noise (At zero) : 0.2 ppb with Kalman filter active.
- Analog Out : 0 - full scale from 0 - 50 ppb to 0 - 20 ppm with menu selectable offset of 0%, 5% or 10% offset. Auto-ranging between two user specified full-scale values.
- Rise/Fall Time : Less than 30 seconds for 95% of final reading with Kalman filter active.
21. Ozone Analyser
S.No Detailed Specifications Make/ Models Compliances
- Ozone Analyser combines the benefits of microprocessor control with ultraviolet (UV) photometry to measure ozone concentrations in ambient air.
- Ranges :0-20 ppm
- Precision :1 ppb or 1% of reading.
- Lag Time :<20 sec
- Rise / Fall Time :<60 sec (0.5 slpm flow)
22. Fine Particulate Matter Sampler
S.No Detailed Specifications Make/ Model Compliances
- Flow Rate : 1 m3/hr controlled by mass flow controller.
- Compensation: Performed automatically by the system using actual site values of Temperature and Barometric Pressure.
- Size selective inlets: PM10 Impactor and WINS Impactor for PM2.5 conforms to USEPA design.
- Vacuum Pump: Oil Free, driven by brushless induction motor.
- Elapsed time indicator: Real Time clock records the operating time for each sample.
- Flow Recorder: Digital Microcontroller based system records flow rate, volume of air sampled, air temperature and filter temperature in non-volatile flash memory.
- Calibration Unit: Leak Check & Flow rate measurement adaptor.
- It should strictly adhere the specification provided US EPA and Central Pollution Control Board
23. RSPM-High volume Sampler
S.No Detailed Specifications Make/ Models
Compliances
1 - Display:32 Character Alphanumeric LCD Module - Keys: 6 Nos - Delay Time: Programmable with Real Time Clock - Sampling Time: Programmable upto 199 hrs. 59 mts. with Real
Time Clock - Electronic Time Totalizer: Upto 199 hrs. 59 mts. - Automatic Sampling Control: Fully programmable electronic
timer to automatically shut off system after preset time interval. Facility for programming ON / OFF Time in cyclic mode.
- Flow Measurement: With exhaust orifice & P pressure sensor - Flow Setting Range: On Digital Display Range 0.6 to 1.6
M3/min - Flow Control Within 2% of set Value with Constant Flow
Controller irrespective of dust load & mains voltage variation. - Volume Totalizer: Upto 9999 M3 STP Corrected on digital
display. - Temperature Measurement: Solid State Temperature Sensor for
STP correction - Additional Features: Storage of all data such as sampling time,
volume, minimum, maximum & average flow / Constant Flow Volume / Non Constant Flow Volume & their respective time information in Hrs. & Min. Also minimum & maximum ambient temp. etc. for 10 sample nos. Facility to store sampling flow data value for every 1 minute in memory for 24 Hrs.
PC Software with facility to acquire & save data from control module including flow data & power interruptions for further processing & plotting flow data in circular chart format indicating flow variation over 24 hrs. It also facilitates programming all sampling parameters including start & stop time etc.
- Safety features: Automatic atoppage of sampling due to under voltage /over voltage /low flow and high flow conditions.
- -
24. Total Organic Carbon (TOC) Analyser
S.No Detailed Specifications Make/ Models
Compliances
1 - For solid samples (soil, plant agricultural sample) and Liquid samples (water sample, waste water, sea water)
- Measurement modes: Fully PC controlled TOC analyser for measurement of TOC,TIC, TC, NPOC,POC and TNb for both solid and liquid samples. Direct determination of TOC or as difference from TC/TIC measurements should be possible.
- Sample handling: Should be able to measure solid and liquid samples without any additional attachment of furnace etc.
- Oxidation method: High temperature combustion at min. 900°C and up to 1200 °C to ensure complete combustion of all type of liquid and solid samples.
- Sample range: Solid sample injection upto 500 mg. - Liquid samples minimum 0.5 ml or more (through software controlled
automatic suction). Manual sample injection by syringe is not acceptable. Analysis of liquid samples should be possible without any particle size restriction and samples with high salt concentration upto 35 gm/L should also be analysed.
- Detection range : Wide detection range upto 40,000 ppm without need for sample dilution for liquids.
- Automatic calibration from just one stock solution by means of different injection volumes
- Wide range NDIR detector Automated analysis of solid sample by using more than 50 place auto sampler. Upgrade possibility for fully automated liquids analysis with integrated sample feeder for up to 50 samples with stirring. Possibility to upgrade for TNb detection with ECD or IR. Instrument control and data collection thru windows based software.
- Please offer all required items like PC(duel core,160 GB HDD, 2GB RAM, DVD Combo,Windows XP,17” Flat Monitor, Optical mouse, Multimedia Keyboard, laser Printer).
- Zero air cylinder with regulator (47 liter WC carbon steel cylinder filled with pure zero grade synthetic air (without hydrocarbons i.e. SGC ultra 5.0).Two stage diffusion resistant regulator.
- The Sensor combines a Controller, handle, feet, Sensor and a 40-column thermal printer to provide a complete and integrated portable TOC analysis system.
25. Specification for BOD Incubator with Shaker
S.No Detailed Specifications Make/ Models
Compliances
1. - 175 litre (16 flask of 250 ml) - Temperature range: 5 0C to 50 0C - Accuracy: ± 0.5 0C - Sensor: PT – 100 type - RPM: 30-300 RPM continuously variable & settable - Digital indicator with easy set up mode - Trays: Suitable to rest on shaking device capable to take
suitable load - Orbital oscillation - Compatible with 230V, 50Hz single phase
CENTRAL UNIVERSITY OF RAJASTHAN TENDER FORM
(Techno Commercial Unpriced Bid)
Tender No……………….
To
The ______________
____________________
Dear Sir,
1. I/We hereby offer to supply the items as listed in the schedule to this tender hereto/portion thereof as you may specify in the acceptance of Tender at the price given in the said Schedule and agree to hold this offer open for a period of 90 days from the date of opening of the tender. I/we shall be bound by a communication of acceptance issued by you.
2. I/We have understood the Instruction to bidders and Conditions of Contract in the form as enclosed with the invitation to the tender and have thoroughly examined the specifications quoted in the Schedule hereto and am/are fully aware of the nature of the goods required and my/our offer is to supply the goods strictly in accordance with the specifications and requirements.
3. A crossed Bank Draft in favor of the Registrar, Central University of Rajasthan for Rs. ….… (Rupees……………….only) as Earnest Money is enclosed. The Draft is drawn on ……………………………………..Bank payable at Jaipur.
4. The following have been added to form part of this tender.
(a) Details of items quoted for, as per instructions provided in the schedule of requirement.
(b) Schedule of requirements, quoting the make only duly signed and stamped (without indicating price)
(c) Sales Tax clearance certificate.
(d) Copy of last audited balance sheet.
(e) Copy of Valid Central/State sales tax registration certificate.
(f ) Proof of manufacturing Unit.
(g) Statement of deviations from financial terms & conditions, if any.
(h) Manufacturer’s Authorization Certificate on their letter pad.
(i) Technical Specifications Compliance statement along with original Boucher / literature.
(j) Any other enclosure. (Please give details)
5. We undertake to execute all orders which have been placed to meet emergent requirements on priority basis.
6. Certified that the bidder is:
A sole proprietorship firm and the person signing the bid document is the sole proprietor/constituted attorney of the sole proprietor,
Or
A partnership firm, and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney.
Or
A company and the person signing the document is the constituted attorney.
(NOTE: Delete whatever is not applicable. All corrections/deletions should invariable be duly attested by the person authorized to sign the bid document).
7. We do hereby undertake ,that, until a formal notification of award, this bid, together with your written acceptance thereof shall constitute a binding contract between us.
Yours faithfully,
(Signature of bidder)
Dated this day of ______________________
Address:……………………
……………………………..
……………………………..
Telephone:_____________
FAX__________________
E-mail_________________
Company seal
Central University of Rajasthan Tender Form (Priced Bid)
To The _________________ _________________ _________________ Ref: Tender No ……………………………….. Dated--------- Sir, Having examined the bidding documents and having submitted the techno commercial unpriced bid for the same, we, the undersigned, hereby submit the priced bid for supply of goods and services as per the schedule of requirements and in conformity with the said bidding documents. We hereby offer to supply the Goods/Services at the prices and rates mentioned in the enclosed schedule of requirement.
We do hereby undertake that, in the event of acceptance of our bid, the supply of Goods/Services shall be made as stipulated in the schedule of requirement and that we shall perform all the incidental services.
The prices quoted are inclusive of all charges net F.O.R University. We enclose herewith the complete Financial Bid as required by you. This includes:
i. Price Schedule as per schedule of requirement. ii. Statement of deviations from financial terms and conditions.
We agree to abide by our offer for a period of 180 days from the date fixed for opening of the bid documents and that we shall remain bound by a communication of acceptance within that time.
We have carefully read and understood the terms and conditions of the bid document and we do hereby undertake to supply as per these terms and conditions. The Financial Deviations are only those mentioned in the statement of deviations from financial terms and conditions.
Certified that the bidder is: A sole proprietorship firm and the person signing the bid document is the sole proprietor/ constituted attorney of sole proprietor,
Or A partnership firm, and the person signing the bid document is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney,
Or A company and the person signing the bid document is the constituted attorney. (NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the person authorized to sign the bid document.) We do hereby undertake that, until a formal notification of award, this bid, together with your written acceptance thereof, shall constitute a binding contract between us. Dated this day of_________ Signature of Bidder Details of enclosures Full Address:
Fax No. E-mail: COMPANY SEAL
Price Schedule
E.M.D. _________________________ D.D. Details _____________________
Bank Name______________________
Date: ___________________________
Item. No
Item Name Basic Price Taxes and duties Delivery charges Total Price
F.O.R. CURAJ
All inclusive
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
Total No. of Item(s) quoted:______________
Seal and Signature of the bidder
AMC for the 4th and 5th year
S.No. Item Name AMC (4th Year)
AMC (5Th Year)
Seal and Signature of the bidder
Checklist for Bid/Tender Submission The following check-list must be filled in and submitted with the bid document:
Pre-qualification Bid 1. Was the bid document issued to you? Yes/No 2. Have you attached the techno commercial unpriced bid form duly filled in appropriately ? Yes/No 3. Have you attached a copy of the last audited balance sheet of your firm yes/No 4. Have you attached the details of the income tax clearance certificate, proof of manufacturing unit/ dealership letter/general order suppliers and copy of Central/State sales tax registration certificate Yes/No 5. Have you attached the copies of relevant work orders from Govt. Deptt/PSUs and Central Autonomous Bodies Yes/No 6. EMD: Have you submitted EMD asked for Yes/No 7. Have you submitted samples of all items indicated in the respective schedule of requirements. Yes/No 8. Have you enclosed the schedule of requirement indicating the make offered without indicating the pricing components along with the techno commercial unpriced bid . Yes/No 9. Have you submitted the bids both techno commercial unpriced and priced bid separately for each tender? Yes/No 10. Have you enclosed the statement of deviations from financial terms and conditions, if any? Yes/No Priced Bid: 1. Have you signed and attached the priced bid form. Yes/No 2. Have you attached the schedule of requirements duly priced Yes/No
FORMAT OF BANK GUARANTEE FORM
1. This guarantee should be furnished by a Nationalized Bank / Scheduled Bank, authorized by RBI to issue a Bank Guarantee.
2. This bank guarantee should be furnished on stamp paper of Rs.100/- 3. The stamp paper should have been purchased in the Name of the Bank executing the Guarantee. 4. In the case of foreign bidder the B.G may be furnished by an international reputed bank
acceptable to the PURCHASER countersigned by any Nationalized / Scheduled Bank in India authorized by Reserve Bank of India.
------------------------------------------------------------------------------------------------------- DATE:
Bank Guarantee No: Ref:………………….. To Registrar, Central University of Rajasthan Kishangarh, (Ajmer) Dear Sirs, In accordance with your ‘Invitation to Bid” under your Tender No:……………... M/S:………………………………………………… herein after called the Contractor/supplier, with the following Directors on their Board of Directors / partners of the firm. 1…….…………………………………….. 2…………………………………………. 3…….…………………………………….. 4………………………………………… agrees for the contract/supplies. As an irrevocable Bank Guarantee for an amount of Rs.………………….……(in words and figures) valid for …………… days from …………………………… is required to be submitted by the Contractor/Supplier which amount is liable to be forfeited by the purchaser in the event of 1) the withdrawal or revision of the offer by the Bidder as a condition within the validity period. (2) non-acceptance of the Letter of Intent / purchase order by the bidder when issued within the validity period. (3) failure to furnish the valid contract performance guarantee by the bidder within one month from the receipt of the purchase order and (4) on the happening of any contingencies mentioned in the bid documents such as ………… We, the …………………………………….. Bank at…………………. having our Head office at ……………………………..(Local address) Guarantee and undertake to pay immediately on first demand by Central University of Rajasthan, Kishangarh, (Ajmer) the amount of……………………………………………………… (in figure and words) without any reservation., protest, demur and recourse. Any such demand made by the Purchaser shall be conclusive and binding on the Bank irrespective of any dispute or difference raised by the purchaser. The guarantee shall be irrevocable and shall remain valid up to …………………….. ……………………………….……………. (This date should be 6 months after execution of the order). If any further extension of this guarantee is required the same shall be extended to such required period (not exceeding one year) on receiving instruction from M/s.…….……………………………………………………………on whose behalf this guarantee is issued. In witness whereof the Bank, through its authorized officer has set its hand and stamp on this ………………….. day of ……………. at ……………………witness ……………………………… (Signature) WITNESS (signature)…………… Name in (Block letters) Designation ………… (Staff Code No.)……………… (Bank’s common Seal) Official address: Attorney as per power of Attorney No. Date :