e-procurement notice inviting e-tender (nit)...e-mail : [email protected] /...
TRANSCRIPT
-
GOVERNMENT OF INDIA MINISTRY OF MINES
INDIAN BUREAU OF MINES
MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT
Plot No. L-8, M.I.D.C., HINGNA ROAD, NAGPUR-440 016
FAX No. : (07104) 235542
PH No. : (07104) 235541, 235543, 235544 And 235545
E-MAIL : [email protected] / [email protected]
www.ibm.gov.in
No . D-19015(1)/IBM/OD/2020-21 Part-I Dated : 11 - 11 -2020
E-PROCUREMENT
NOTICE INVITING E-TENDER (NIT)
Online e-tender are invited on behalf of President of India from reputed Manufacturers /suppliers /
Distributers/ Agents/ Partners etc. in TWO BID System under e-procurement of the following stores
through Central Public Procurement Portal CPPP) i.e. http://www.eprocure.gov.in for use in Indian
Bureau Of Mines, Mineral Processing Division, Nagpur:
Sub: Procurement and Installation of Carbon Coating Machine for Electron Probe Micro Analyzer (EPMA) as per specification. Tender Enquiry No. & date D-19015(1)/IBM/OD/2020-21 Part-I,11.11.2020
Start date & Time of Submission of Online Bids 11-11 -2020 ( 15:00 Hrs)
Last date & Time of Submission of Online Bids 10 -12-2020 ( 15:00 Hrs)
Date & Time of Opening of e-Tender online 11 -12 -2020 ( 15:00 Hrs)
BID SECURITY/EMD
(by way of Demand Draft/ BG/Fixed deposit)
Rs 50,000.00 (Rupees fifty Thousand Only)
As per tender document.
( If due to any exigency, the due date of opening of bids is declared as a closed holiday, the bids will be opened on
the next working day at the same time or any other day/time, as intimated by the buyer)
Note: For any Corrigendum /addendum please be in touch with IBM portal as well CPP Portal.
The invitation of e-tender is subject to fulfilment of instructions and conditions as per schedules below:
Section – 1 Instruction to Bidders for e-submission of bids online
Section – 2 Norms for Submission of Bid Security Deposit Section – 3 Performance Security Section – 4 Terms & Conditions of Contract Section – 5 Other Terms & Conditions Section – 6 Schedule of Requirements (With Technical Specifications) Annexure – I Format of Bank Guarantee for Bid Security.
Annexure – II Undertaking by the tenderer
Annexure – III Information about the Tenderer
Annexure – IV PFMS of the Bidder Registration form
Annexure – V Un-price Bid (mandatory)
The interested bidders are requested to enroll on the e-procurement module of the Central Public Procurement (CPP) portal (URL:http://eprocure.gov.in/eprocure/) by clicking on the link “Click here to Enroll”. Enrolment on the CPP portal is free of
charge. The entire tender document is also available at our website www.ibm.gov.in.
Yours faithfully,
Head of Office (MPD)
Encl: As above for Controller General
mailto:[email protected]:[email protected]://www.ibm.gov.in/http://www.eprocure.gov.in/
-
GOVERNMENT OF INDIA
MINISTRY OF MINES
INDIAN BUREAU OF MINES MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT
SECTION–1 Instruction to Bidders for the e-submission of the bids online through e-tender site (www.eprocure.gov.in)
of M/s National Informatics Center (NIC) UNDER TWO BID SYSTEM
1. It is preferred that bidder should submit the Bids through only e-procurement portal (www.eprocure.gov.in).
The e-tender will be opened at the office address:
Head of Office
Indian Bureau of Mines
Modern Mineral Processing Laboratory and Pilot Plant
Plot No. L-8, MIDC, Hingna Road
Nagpur-440016
2. The complete tender in PDF format can be downloaded from the website http://eprocure.gov.in or
www.ibm.gov.in. The bidders who are desirous of participating in e-procurement shall submit their Technical
bids, commercial bids (BOQ) etc. in the standard formats prescribed in the Tender/Technical documents,
displayed at ‘www.eprocure.gov.in’. The bidders should upload the scanned copies of all relevant certificates;
documents etc. on ‘www.eprocure.gov.in’ in support of their Technical bids/Commercial bids for technical
qualification and fill up the BOQ document in the website for Finance bid/ Price bid. The following documents
are required to be submitted along with bids.
The Tender is to be submitted through e-procurement portal (www.eprocure.gov.in). No Tenders will be
accepted other than CPP Portal.
3. Bidder should do the registration in the tender site http://eprocure.gov.in/eprocure/app using the option
available (online bidder enrolment). Then the Digital Signature registration has to be done with the e-token, after
logging into the site. The e-token may be obtained from one of the authorized Certifying Authorities.
4. Bidder then need to login to the site through their user ID / password chosen during registration.
5. The e-token that is registered should be used by the bidder only and should ensure safety of the same.
6. If there are any clarifications, this may be obtained online through the tender site, or through the contact details.
Bidders should take into account the Corrigendum published before submitting the bids online.
7. The bidder has to submit the tender document online well in advance before the prescribed time to avoid any
delay or problem during the submission process.
Signing of Tender: The bidder should download the Notice Inviting Tender (NIT) and again upload at the time of
submission of tender after verification and signing with his DSC. The bidders should sign the under taking letter
as per Annexure enclosed and upload the scanned copy of the same with NIT.
8. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced
during the submission of bids online by the bidders.
9. The tendering system will give a successful bid updating message after uploading all the bid documents
submitted and then a bid summary will be shown with the bid number, date and time of submission of the bid
with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token
of the bidder and then submitted.
10. Bidder should log into the site well in advance for bid submission so that he submits the bid on time, i.e., on
or before the bid submission end time. If there is any delay, due to other issues, bidder only is responsible.
11. The time settings fixed in the server side and displayed at the top of the tender site, will be valid for all actions
of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during
bid submission.
-
12. The bidder is requested to submit the bids through online e-tendering system to the NIC portal well before the
bid submission end date & time (as per Server system clock).
13. Bidder should ensure that prices should not be indicated anywhere in the un-priced part. The prices should be
indicated only in the price bid (BOQ) nowhere else.
14. Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be
deemed to be a confirmation that they have read all sections of the pages of the bid document including General
Conditions of Contract without any exception and have understood the entire tender document and are clear about
the requirements of the tender requirements.
15. The PRICE BID (BOQ) has to be submitted as per the format. The bidders are invariably required to
quote in INR for all the items of the tender. Rates shall be quoted for all the items given in the BOQ.
Incomplete offer shall be summarily rejected.
16. Validity of Tender - The offer should remain valid for 180 Days (Six months) from the date of opening of
tender and that should be clearly mentioned in the bid, failing which the bid will be rejected. If required the
validity of the tender has to be extended by the bidders to finish the tendering process. 17. On the day of Tender opening only Techno-commercial Bid (Technical Bids) will be opened and the Price/
Financial bid will be opened on later date for the technically qualified bidders only.
16). The bid security will be returned to the all unsuccessful bidders after finalization of the tender.
17). The CG, IBM reserves the right to accept or reject any tender/ bid in part or parts only with such
Conditions as it may be prescribed.
18). Canvassing in any form by the bidder or by any other agency acting on behalf of the bidder after submission
of the bid, may disqualify the said bidder. The CG, IBM decision in this regard will be final and binding on the
bidders.
SECTION - 2: EARNEST MONEY/BID SECURITY: The earnest money deposit of Rs. 50,000/-
(Rupees Fifty Thousand only ) for each item should be deposit along with the offer in the form of
Account Payee Demand Draft or Bank guarantee from any of the Commercial Bank in an acceptable
form in favor of ‘Pay and Account Officer, Indian Bureau of Mines, Nagpur’ payable at any
Nationalized Bank should be accompanied with technical bid otherwise the offer may be treated as
invalid. Earnest money by way of Fixed Deposit receipt, Banker’s Cheque is also acceptable.
The earnest money without interest will be returned to the Un-successful bidder (s) within the validity
period. Bid Security will be refunded to the successful Bidder on receipt of Performance Security.
SECTION- 3: PERFORMANCE SECURITY : Performance Security for a period of one year
(12 months) from the date of receipt of the goods in the form of Fixed Deposit Receipt, Bank guarantee
from any Commercial Bank of repute in India in the acceptance form for 5% of the basic cost of
equipment should be furnished by the successful bidder.
SECTION – 4: TERMS AND CONDITIONS OF CONTRACT:
1. The offer shall be addressed to The Controller General, Indian Bureau of Mines and shall be submitted to the Head of Office, Mineral Processing Division, Modern Mineral Processing
Laboratory and Pilot Plant, Plot No. L-8, M.I.D.C., Hingna Road, NAGPUR-440016. The
offer should be submitted separately for each item in two parts i.e. Technical Bid and
Commercial Bid.
-
A) PRICE BID: The price bid should indicate the item wise prices along with taxes and discount offer, packing forwarding, transit insurance, freight paid and door delivery basis including
handling/un-loading at Purchaser’s site separately. The Contract prices shall also include GST,
any other state or Central taxes and duties applicable at the time of supply of goods and should
be indicated separately in the offer itself. The Catalogue, technical literature should be enclosed
along with tender.
B) Technical Bid : Technical Bid should consist of –
i. All relevant information asked in the general conditions of contract and the specifications proposed to be supplied.
ii. The infrastructure available at Nagpur for upkeep of the system during the contract period. iii. Compliance statement in respect of Technical Specifications as per Performa attached. iv. A list of minimum 3 clients, for similar products. v. A list of minimum 3 clients for similar products is being maintained by them.
vi. Catalogue, Technical literature should be enclosed along with Technical Bid. vii. EMD to be place in the technical bid.
viii. All annexure as per tender document.
C) TRANSIT INSURANCE: The transit insurance for the goods will be arranged by the
Vendor.
D) VALIDITY: The prices quoted must be firm during the tenure of the contract and the
offer must remain open for acceptance minimum up to 180 days (Six months) from the date of opening
of the tender. Offer with a validity of less than 180 days will be liable for rejection without any further
reference.
E) PERFORMANCE GUARANTEE : Performance Guarantee of twelve (12) months
from the date of receipt of the items should be specified without which the offers are liable to be
rejected.
F) LATE OFFERS : Late/delayed offers, Telegraphic offers and incomplete offers are
liable to be rejected.
2. TERMS OF PAYMENT : 100% payment within 30 days against the pre-receipted bill in
triplicate, after receipt of items in full and good condition, and after their installation/commissioning. E-
Payment shall be made to the Supplier through (ECS) Electronic Clearing System.
3. INSPECTION : After the material is received at Indian Bureau of Mines, it shall be inspected.
The purchaser shall have full power to reject all or any portion that is considered defective or inferior in
quality of material. Any portion of the contract work so rejected shall be immediately replaced by the
vendor at his expenses. If in the opinion of purchaser, the said materials can be rectified, the vendor
shall rectify at his own expenses and resubmit the rectified materials for inspection.
4. DESPATCH INSTRUCTION: The consignment should be dispatched on door delivery and on
freight paid basis to The Asst Stores Officer (MPD), Indian Bureau of Mines, Modern Mineral
Processing Laboratory and Pilot Plant, Plot No. L8, M.I.D.C., Hingna Road, Nagpur-16 as per supply
order. Un-loading/Handling and transferring consignment in storage shed of the purchaser will be
arranged by the supplier and not by the purchaser.
-
5. DELIVERY:-
i) The delivery date is the essence of the contract and suppliers shall, therefore, complete
the contract within the delivery period. Indian Bureau of Mines does not accept partial deliver of
the order/contract.
ii) Should it appear likely that the execution of the contract work may be delayed for any
reasons beyond the control of the supplier; the supplier should obtain well in advance the
concurrence of the purchaser in writing for extension of delivery date. However, this solely
depends upon the purchaser who has full authority to reject the request for extension of date.
6. LIQUIDATED DAMAGES: In case the supplier defaults in delivery, the supplier should
obtain the approval well in advance in writing from the purchaser. If the purchaser has not accepted the
extension of delivery period the purchaser may forfeit the Performance Security. Also, the advance paid,
if any, against Bank guarantee will be recovered fully from their Banker. Purchaser reserves the right to
claim damages @ 2% of basic cost of the order/ contract per month for delay in supply or defective or
substandard goods supplied by the vendor even if the goods were inspected by the purchaser, prior to
receipt at site.
SECTION- 5: OTHER GENERAL TERMS AND CONDITIONS:
1. i) If the bidders are the authorized distributors of the Manufacturers, they are requested to
enclose Photostat copy of the letter of their manufacturer appointing them as authorized distributor for
marketing their product.
ii) The bidders should clearly state in their offer that they/their principles possess valid license
required under the Industrial Development and Regulation Act, 1961 wherever applicable and
necessary, for materials offered by them.
iii) Packing list must contain item wise list of contents of each package, case, crate etc. quantity
dispatched. Each package shall be numbered consecutively to indicate individual and total packing
i.e. 1 of 2, 2 of 2, etc.
iv) The registration of the firm viz. GST/any other tax may be mentioned in the quotation otherwise
quotation will not be considered.
2. All fax, telex, telegram messages from suppliers to purchaser shall be confirmed by registered
post.
3. Bidders holding valid Industrial Licensee(s) under the Industrial Development and Regulation
Act, 1981, should furnish the particulars of Industrial Income Registration Certificate.
4. Each page of the offer is to be signed and stamped by the bidder and prices should be indicated
in figures and words.
5. In case of conflict in interpreting the conditions of the documents forming part of this tender
enquiry, the decision of the purchaser shall be final and binding and accepted by the bidder.
6. All question, disputes or differences arising in connection with contract shall be subject to the
exclusive jurisdiction of the courts at Nagpur.
-
7. ARBITRATION JURISDICTION :- In case of any dispute between IBM and any bidder
regarding interpretation of ore exercise of any terms of these presents, the opinion of IBM shall prevail.
However, if any bidder is aggrieved by such decision, the dispute may be referred to any arbitrator
jointly, appointed by IBM and such applicant and the proceedings will be conducted in accordance with
the Provisions of Indian Arbitration and conciliation Act 1996. The award given in that proceeding shall
be final and abiding on both parties.
8. VENUE OF ARBITRATION :- Nagpur
9. FORCE MAJEURE: - Force majeure shall mean and be limited to the following –
A. Any war or possibilities B. Any riot or civil commotion, natural physical disaster, impossibility of the use of any Railway
part, Airport, Shipping services or any other means of transport, Power failure etc.
C. Any strike or lockout (only those exceeding 10 days in duration) affecting the performance of IBM/Bidder obligations.
10. The Department reserves the right to alter the quantity, procure items in part or reject any or all
tenders or to extend the date of opening etc, without assigning any reasons.
11. CANCELLATION: In addition to his right to determine the contract upon fault of the vendor,
the purchaser reserve the right to cancel the contracts any time in whole or in part without assigning any
reasons and the purchaser also reserves the right either to pay or not to the vendor for either part of the
contract work or whole of the contract work executed, if they are not according to purchaser’s
satisfaction.
12. The Vendor should indicate warranty period from the date of installation. Replacement of
defective items will be borne by the vendor at his own cost in case of any manufacturing defects.
13. The price bid should indicate the details as per the enclosed bid sheet Performa.
14. Technical specifications of the item required are given in Section-6.
15. ADDITIONAL REQUIREMENTS :
a) Demonstration of equipment should be arranged at the suppliers expenses and training for IBM personnel on free of cost.
b) Detailed specifications should be furnished for each item. c) Installation and Commissioning of the equipment will be responsibility of the
Supplier. Charges if any should be quoted separately.
d) The free services, warranty, Up-gradation maintenance and other facilities provided should be specified along with the offer, with condition if any.
-
SECTON -6 : SCHEDULE OF REQUREMENT
SI
No.
Description of Item Qty Remarks
1 Procurement and Installation of Carbon Coating Machine for Electron Probe Micro Analyser(EPMA) as per specification.
01 Nos.
Specification of Carbon Coating for EPMA.:
A compact turbomolecular-pumped coating system suitable for EPMA application in study of
natural rock,Ores and minerals.
Should have following key features :
• High vacuum carbon coating ideal for EPMA carbon coating applications.
• Carbon rod evaporating gun- simple operation, reproducible results.
• Control of evaporation current system profile- to ensure consistently reproducible carbon Film.
• Precise thickness control using the film thickness monitor optuion.
• Fully automatic touch screen control- rapid data input, simple operation.
• Automatic vacuum control, which can be pre-programmed to suit the process and material.
• Easy to change, drop in style specimen stages.
• Vacuum shut down feature- should keep the chamber under vacuum when not in use.
• Ergonomic one peace moulded case- should have easy maintenance and service access.
• Power Factor correction – should comply with current legislation.
• Should have at least Three Year Warranty. After sales servicing should be provided for at least 2(two) years at no extra cost.
Sr. No. Parameter Description, Range and Requirement
1 Instrument Case 550 mm to 600 mm (W) x 450mm to 500mm(D) x 400mm
to 450mm(H)
2 Weight 30 kgs to 40 kgs.
3 Work Chamber Borosilicate glass 150 mm +-10(inside diameter) x 135 mm
+- 10(height)
4 Safety Should have Shield Integral Polyethylene terapthalate(PET)
Cylinder.
5 Display Colour graphic TFT(Thin Film Transistor) display
6 User Interface User Interface Intuitive full graphical interface with touch
screen buttons.
7 Memory Should include features such as a log of the last ten coatings
carried out and reminders for when maintenance is due.
8 Specimen Stage 50 mm rotating stage.
9 Turbo molecular pump Should have internally mounted 70 L/s air-cooled turbo
molecular pump.
10 Rotary pump Should have 1 to 2 stage oil sealed rotary vane pump, with
vacuum hose, coupling kit and oil mist filter.
11 Vacuum measurement Should have Pirani Gauge fitted as standard.
-
A full range should be available as standard.
12 Ultimate Vacuum 5 x 10 mbar.
13 Process Carbon Evaporatin : should have a robust ripple free D.C.
power supply featuring pulse evaporation.
14 Case Should be presented in accustom moulded, one-piece case.
The case should house all the working components,
including the efficient air-cooled turbomolecular pump.
15 Vacuum Chamber : External
diameter
The vacuum chamber should have an external diameter of
165 mm +- 10 mm and should come with an integral
implosion guard.
16 Vacuum Shut Down Should include “Vacuum Shut Down” to enhance vacuum
performance by allowing the chamber vacuum to be
maintained when the system is not in use.
17 Carbon Rod Should be fitted with Carbon Rod evaporation insert for 6.00
mm +-0.15 mm (diameter) carbon rod.
18 Carbon Rod Sharpener Carbon Rod sharpener (manual operation) should be
provided suitable for sharpening 6.00 mm +-0.15 (diameter)
mm carbon rods
Essential Accessories and Spares : The party should provide following Accessories and Spares.
1 Carbon Rod Inserts Should provide one spare carbon rod insert suitable for 6.00
mm +- 0.15 mm (diameter) carbon rods.
2 Carbon Rods Should provide 6.00 mm +- 0.15 mm (diameter) and 100mm
length carbon rods- pack of 100
3 Specimen Stage Extra specimen stage that is fitted as standard.
4 Implosion Guard One spare Implosion guard
5 Warranty Should have at least Three Year Warranty. Warranty for the
vacuum pump and motor should be included for at least 2
years. After sales servicing should be provided for at least
2(Two) years at no extra cost.
6 Brochure Detailed Brochure of the model quoted should be provided.
-
Annexure- I
BANK GUARANTEE FORMAT FOR FURNISHING BID SECURITY
Whereas ................................................................................................................... (hereinafter called the
"tenderer") has submitted their offer dated....................for the supply of...............................................
................................................................................... (hereinafter called the "tender") against the
Purchaser’s tender enquiry No. ……………………………………………KNOW ALL MEN by these
presents that WE.................................................................................................................................
(hereinafter called the "Bank") of.............................................having our registered office at
.................................are bound unto................................................in the sum of...................for which
payment will and (hereinafter called the "Purchaser) truly to be made to the said Purchaser, the Bank
binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the
said Bank this...........day of.............20.....
THE CONDITIONS OF THIS OBLIGATION ARE :
(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect
within the period of validity of this tender.
(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser
during the period of its validity.
a. If the tenderer fails to furnish the Performance Security for the due performance of the
contract.
b. Fails or refuses to execute the contract.
WE undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both
the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including 45 days after the period of tender
validity and any demand in respect thereof should reach the Bank not later than the above date.
................
(Signature of the authorized officer of the Bank)
Seal, Name and address of the bank and address of the branch
-
ANNEXURE – II
(A) PRICE BID UNDERTRTAKING LETTER ( To be given on Company letter head)
To ------------------------------- --------------------------------- ---------------------------------- Sub:- Acceptance of Terms & Conditions of Price bid/ Tender Ref:- Tender No_____________________ Dear Sir, 1. I/We submit the price bid for _____________________________ and related activities as envisaged in the bid document. 2. I have thoroughly examined and understood all the terms and conditions as contained in the Bid document, and agree to abide by them. 3. I offer to supply and installation of Carbon Coating Machine for EPMA– One No. as per specification at the rates as indicated in the price bid (BOQ).
(B) UNDERTAKING: ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER
I/We undertake that all the terms and conditions as laid in the attached pages and anywhere in
the tender and its subsequent corrigendum if any, are accepted by the company and will abide by them.
I/we further undertake that the information given in this tender are true and correct in all respects and we
hold responsibility for the same.
I/We shall be responsible for rejection /cancellation of contract if the goods supplied are not found up to
the mark and for civil/criminal/proceedings and if the materials supplied is found sub-standard or not
accordance with the pre inspection
materials.
Yours faithfully
Date: __________________ (Authorized signatory of the company)
(Company seal)
Place: _________________
-
ANNEXURE – III
INFORMATION ABOUT THE TENDERER
Sl No Information Required To be Filled in by Tenderer
1 Name of the Tenderer
2 Address of Registered Office and Branches
3 Telegraphic Address and Phone Number, Fax
Number, Email ID etc
4 Composition of Tender (here state whether it is
Hindu Joint Family Business, Proprietorship concern
or Registered Partnership or a Limited Company)
5 Nature of normal business of the Tenderer
6 Experience of similar working (Certificate to support
statement must be enclosed)
7 Any other experience and reference of the Companies
(Attach separate sheet, (if necessary). Copies of
certificates (Award of contract and experience) to
support statement must be attached.
8 GST/Sales / Service Tax Registration no.
9 Details of Turnover
10 Copy of PAN Card and 3 years IT Assessment order
to be attached
Note: Copies of documents are required to be attached.
Incomplete information and non-submission of copies of supporting document will lead to rejection of
tender.
I/we declare that the above information is true to the best of my / our Knowledge.
Place: Signature of the Tenderer
Date: (Name & Office Seal)
DECLARATION
I/We hereby declare that I/We have not been banned and de-listed by any Government Department /
Financial Institution / Court.
Place: Signature of the Tenderer
Date: (Name & Office seal)
-
ANNEXURE – IV
GOVERNMENT OF INDIA
MINISTRY OF MINES INDIAN BUREAU OF MINES
MODERN MINERAL PROCESSING LABORATORY & PILOT PLANT
PFMS REGISTRATION FORM
Details of Vendor
Type
Personal
Name
Detail Address with Pin Code
PAN Number
GST/Service Tax number
TIN Number
TAN Number
Detail Address with Pin Code
Mobile No.
Email Address
Bank Details
Bank Name
Branch Name with Code
Bank Account No.
IFSC Code
Signature of the Authorized
Signatory with Seal & Stamp:_________________________________________
Name of Authorized Signatory:________________________________________
Designation of Authorized Signatory:___________________________________
-
ANNEXURE – V
Un-price bid (mandatory to be submitted company letter head)
Sl No Description and Model No Qty Rate/%
1 Item description with model No/sizes/dimensions,
technical specification etc.
(The item price need not be mentioned here)
2 GST/Tax %
3 Any other Tax/Duty in %
4 Freight Charges/Loading/Unloading %
5 Duties / Levies if any %
6 Installation & Training Charges in %
7 Size and Dimension
8 Standard Warranty,
9 Delivery Period
10 Validity of the price bid
Authorized Signatory of the Company
(Name & Office seal)
-
Specification of Carbon Coating for EPMA.:
A compact turbomolecular-pumped coating system suitable for EPMA application in study of
natural rock,Ores and minerals.
Should have following key features :
• High vacuum carbon coating ideal for EPMA carbon coating applications.
• Carbon rod evaporating gun- simple operation, reproducible results.
• Control of evaporation current system profile- to ensure consistently reproducible carbon Film.
• Precise thickness control using the film thickness monitor optuion.
• Fully automatic touch screen control- rapid data input, simple operation.
• Automatic vacuum control, which can be pre-programmed to suit the process and material.
• Easy to change, drop in style specimen stages.
• Vacuum shut down feature- should keep the chamber under vacuum when not in use.
• Ergonomic one peace moulded case- should have easy maintenance and service access.
• Power Factor correction – should comply with current legislation.
• Should have at least Three Year Warranty. After sales servicing should be provided for at least 2(two) years at no extra cost.
Sr. No. Parameter Description, Range and Requirement
1 Instrument Case 550 mm to 600 mm (W) x 450mm to 500mm(D) x 400mm
to 450mm(H)
2 Weight 30 kgs to 40 kgs.
3 Work Chamber Borosilicate glass 150 mm +-10(inside diameter) x 135 mm
+- 10(height)
4 Safety Should have Shield Integral Polyethylene terapthalate(PET)
Cylinder.
5 Display Colour graphic TFT(Thin Film Transistor) display
6 User Interface User Interface Intuitive full graphical interface with touch
screen buttons.
7 Memory Should include features such as a log of the last ten coatings
carried out and reminders for when maintenance is due.
8 Specimen Stage 50 mm rotating stage.
9 Turbo molecular pump Should have internally mounted 70 L/s air-cooled turbo
molecular pump.
10 Rotary pump Should have 1 to 2 stage oil sealed rotary vane pump, with
vacuum hose, coupling kit and oil mist filter.
11 Vacuum measurement Should have Pirani Gauge fitted as standard.
A full range should be available as standard.
12 Ultimate Vacuum 5 x 10 mbar.
13 Process Carbon Evaporatin : should have a robust ripple free D.C.
power supply featuring pulse evaporation.
14 Case Should be presented in accustom moulded, one-piece case.
The case should house all the working components,
including the efficient air-cooled turbomolecular pump.
15 Vacuum Chamber : External The vacuum chamber should have an external diameter of
-
diameter 165 mm +- 10 mm and should come with an integral
implosion guard.
16 Vacuum Shut Down Should include “Vacuum Shut Down” to enhance vacuum
performance by allowing the chamber vacuum to be
maintained when the system is not in use.
17 Carbon Rod Should be fitted with Carbon Rod evaporation insert for 6.00
mm +-0.15 mm (diameter) carbon rod.
18 Carbon Rod Sharpener Carbon Rod sharpener (manual operation) should be
provided suitable for sharpening 6.00 mm +-0.15 (diameter)
mm carbon rods
Essential Accessories and Spares : The party should provide following Accessories and Spares.
1 Carbon Rod Inserts Should provide one spare carbon rod insert suitable for 6.00
mm +- 0.15 mm (diameter) carbon rods.
2 Carbon Rods Should provide 6.00 mm +- 0.15 mm (diameter) and 100mm
length carbon rods- pack of 100
3 Specimen Stage Extra specimen stage that is fitted as standard.
4 Implosion Guard One spare Implosion guard
5 Warranty Should have at least Three Year Warranty. Warranty for the
vacuum pump and motor should be included for at least 2
years. After sales servicing should be provided for at least
2(Two) years at no extra cost.
6 Brochure Detailed Brochure of the model quoted should be provided.