schedule of requirements - igntu amarkantak of uv-vis spectrophotometer, digital ... double beam...

9

Upload: tranque

Post on 07-Apr-2018

216 views

Category:

Documents


1 download

TRANSCRIPT

Schedule of Requirements

1. The tenders are invited from original equipment manufacturers/authorized dealers for supply and

installation of UV-VIS Spectrophotometer, Digital Balance, Centrifuge, Water deionizer and Hot

air oven at Department of Botany, IGNTU, Amarkantak.

2. The supply & installation shall be accepted at concerned department of the university.

3. The Vender shall sign an agreement for supply, installation and maintenance of the item. All terms and

conditions of the tender shall be part of the agreement. The terms & conditions for warranty and free

repair/services under warranty period should be quoted clearly in the bid. The bidders are required to

furnish full technical details of the equipments along with brochures.

4. The university is registered with DSIR, Govt. of India for claiming Custom Duty/Excise duty

exemptions. In case imported equipments the university shall provide DSIR certificate, Custom Duty

Exemption Certificate and authorization letter for availing custom duty exemptions by the authorized

dealers. However it will be the responsibility of the vendor to get custom clearance of the goods and

transport them to the university campus.

5. The quoted price should be FOR university, inclusive of all taxes, transportation and installation

charges.

6. The supplied equipment shall be under 03 year comprehensive warranty from the date of installation.

The vendor shall furnish a Bank Guarantee (BG) equal to the 10% of the total price of equipment, valid

for 03 years from date of installation of the equipment. The final payment shall be released only after

successful installation and submission of BG. It is the responsibility of the vendor to visit the university

on requirement basis, during the warranty period, failing which suitable deductions shall be made in the

BG.

7. The bidder shall quote for all necessary accessories required for the smooth functioning of the

equipment. The bidder shall inform the university regarding any special requirement for the machine/site

preparedness in advance.

8. The bidder shall provide bidders information as per annexure-I. The service support and technical

strength, track records for previous supplies of the bidders shall be assessed by the University for

making the recommendations.

9. By signing this tender document, the bidder has accepted all terms and conditions mentioned in the

tender.

10. For detailed technical details of the equipment, a separate specification sheet duly signed by the bidder

along with technical brochures of the equipments shall be attached. The requirement of any essential

accessories in like UPS/Stabilizers and optional items shall be indicated clearly and the price shall be

quoted separately for these items.

11. The price should be free from any cuttings and overwriting.

12. The quoted price should be inclusive of all taxes, insurance, transportation, installation charges and FOR

Department of Botany, IGNTU.

Details of the equipments

S.No Name of

Equipment

and quantity

Technical Specifications Quoted Brand

and Model No.

Compliance

with Tech.

Specs.

(Yes/NO)

Quoted

Price in

INR

(in Digits

and Words) 1 UV-VIS

Spectrophotometer

with PC

Quantity-01

Specifications:

Wavelength range : 190 to 1100nm

Spectral bandwidth : 1 nm (190 to 1,100nm)

Wavelength display : 0.1 nm increments

(1nm increments when setting scanning

range)

Wavelength accuracy : +/- 0.1 nm at D2

peak 656.1nm +/- 0.3 nm for entire range

Wavelength repeatability : +/- 0.1 nm

Wavelength slew rate : About 6000 nm/min

Wavelength scanning speed : 3000 to 2

nm/min

Lamp interchangeable wavelength :

Automatic interchangeable linked to

wavelength can be set freely in the range of

295 to 364 nm(0.1 increment)

Stray light : Less than 0.02% at 220nm (Nal)

Less than 0.02% at 340 nm (NaNO2)

Less than 1.0% at 198 nm (KCl)

Photometric system : Double beam optics

Photometric range : Absorbance : -4 to 4

Abs,

Transmittance: 0% to 400%

Photometric accuracy : +/- 0.002 Abs at

0.5Abs +/- 0.004 Abs at 1.0 Abs +/- 0.006

Abs at 2.0 Abs (measured using NIST

938D/NIST1930 or equivalent)

Photometric repeatability : Less than +/-

0.001 Abs at 0.5 Abs

Less than +/- 0.001 Abs at 1 Abs

Less than +/- 0.003 Abs at 2 Abs

Baseline Stability : Less than 0.0003 Abs/Hr

(700nm 1 hour after light source turned ON)

Baseline flatness : Less than +/-0.0006 Abs

(1100 - 190nm 1 hr after light source turned

ON)

Noise level : Less than 0.00005 Abs (700

nm)

Light source : 20-W halogen lamp and D2

lamp built-in source auto position

adjustment

Monochromator : Blazed holographic

grating Czerny-Turner mounting

Detector : Silicone Photodiode

Sample compartment : Internal dia:

110(W)x250(D)x115(H)mm distance

between light beams :100mm

Environmental requirements: Temperature:

15 deg.C to 35 deg.C,

Humidity:30% to 80%

Dimensions : 450 (W)x490(D)x270(H)mm

Weight nott more than15 kg.

Output device : USB memory (optional) (

Not included in the standard equipment, but

to be ordered separately )

Data files saved in text format or UVPC

format, UVPC format files can be read

directly by UVProbe

PC compatibility : Provided with UVProbe

software,

BUILT - IN DNA /PROTIEN

QUANTITATION SOFTWARE

Supplied with 1 Pair of 10 mm rect. quartz

Cell.

External control possible via USB

Supplied with complete branded

Desktop/laptop

2 Electronic balance

Quantity-01

Electronic analytical top loading Balance (0.0001

g/0.1mg) precision

Weighing range : 220g

Accuracy : 0.1 mgm

Calibration : Built in & automatic.

Unique UNIBLOC Patented technology

Windows direct function.

Net total application,

Add up summation.

Readability : 0.1 mg

Linearity : ± 0.2 mg

Reproducibility : ≤ 0.1 mg

Pan size : 91mm dia.

Response time : 4 seconds.

Veriafiability : Capable of EC\0IML

certification.

Display : LCD [ Liquid Crystal Display]

Draft shield: Open able & built in.

Features: Piece counting, percent

weighing and weighing in most

common international units.

3. Centrifuge

Quantiy-01

Stepless speed regulator with zero start interlock

Digital speed indicator Dymanic brake 0-99 minutes digital countdown timer Imbalance detector with cutoff

Safety lid interlock to prevent cover opening during centrifugation

Max. speed range 15000-18000 RPM Max. RCF 25000-30000. Maximum tube size : 100 ml. Maximum capacity : 400 ml. Supply 220-240volt 50Hrtz single

Phase With rotor heads

1. 6x25 ml. angle rotor heads with polypropylene tubes.

2. 8x15ml. angle rotor heads with polypropylene tubes.

4. Water deionizer

(demineralizer)

Quantiy-01

It should be consists of an in-built pre filter & very

high exchanging capacity non-corrosive CATION &

ANION resin columns prefilled with imported

RESINS for efficient results having treated water

parameters confirming to IS-1069/64. It yields

chemically pure water equal to multiple distilled water

having conductivity of less than 10 microsiemens/cm

& pH of 7.0 to 9 pH. Fitted with a sturdy PVC multi

control valve & can be connected direct to water taps.

The conductivity meter operates on both AC supply &

9.0 V DC battery. Supplied with one plastic chemical

proof regeneration tank & the complete unit in housed

in a painted M.S. Trolly for easy mobility. Available with Digital Conductivity Meter. Output: 50 lits. /Hr.

5. Hot air oven

Quantiy-01

Size 24”× 24”×24” ( 600x600x600mm ) Temperature range: ambient to 250ºC. Shelves are made of stainless steel wire

mesh. Double walled construction. Outer

body made up of CRCA . with thick double coat of powder coating with oven bake. Inner body is made of SS. Gap between the two walls is filled with thick blanket of ceramic wool to minimize heat loss.

Door Gasket made of synthetic rubber. Heavy chrome plated latch is provided.

Heating elements are placed on all the three sides and bottom for uniform heating all around.

Temperature control is with microprocessor based PID controller. Control accuracy is ± 1ºC in conjunction with PT-100 sensor.

Temperature stability : ± 2ºC Duty cycle : Continuous. Air circulating fan is provided to

maintain uniformity of temperature within the chamber.

Fume and vapor ventilators are provided.

Note : Attach duly signed separate sheet and brochures for technical details of quoted items.

Bidder’s signature with seal

Annexure-I

Bidder’s Information

1. Name of the Bidder

2. Full address along with

Contact Person

Telephone no.

Fax no.

E-mail address:

3. Local address of firm for

communication, if any

4. Annual turnover in last 3 financial

years

Attach documents as proof.

5. Work orders for of similar or related

items to tender specification in last 3

financial years

Attach copy of work orders

6. Trade Tax / Sales Tax Registration no.

with place

7. Income Tax Registration no. with

place

8. Kindly enclose at least three after sales

performance certificates from your

customers where you have supplied

such material to evaluate your service

performance.

Total no. of certificates enclosed.

9. Details of EMD

10. Any other information you feel

necessary (Separate sheets may be used

if required)

Bidder’s signature with seal

(To be executed on Non Judicial Stamp Paper of Rs 100/-)

Performa of Agreement to be entered into with the supplier for maintenance of equipment under

warranty period

The contract for supply, installation and maintenance of ……………………………(Name of Equipment)

was given to M/S………………………………………………vide order no…………………………… The

said equipment was supplied by the vendor vide bill/Invoice no…………………..dated……………bearing a

sum of Rs…………………………………….(In words……………………………………..……….).

An agreement made on this …………day of ……………………(Month), 2017 between Dean, Faculty of

Science, Indira Gandhi National Tribal University, Amarkantak, (hereinafter called the “University”) and

M/s …………………………….. (hereinafter called the “Supplier”) which expression shall, over the context

so admits or implies include the representatives, executives, administrators, successors or assigns of the

supplier and the Authorized Officers, successors or assigns of the university.

WHEREAS the University is desirous of purchasing and installing …………………… at the

premises of the University as per the technical specifications mentioned in the data sheet enclosed to the

Purchase Order No. ……………… dated …….. for the sum of Rs. …………. (Rs. …………………….)

including Cost, insurance, packing, handling, documentation, transportation, installation and comprehensive

maintenance for a period of 03 years from date of installation, as per the terms and conditions mentioned in

the tender document and Purchase Order, subject to the conditions herein set forth.

Now these present witness and the parties hereto hereby agree as follows:

1. That the supply would be made against the purchase order. The bill of the same shall be paid by the

University to the supplier after successful installation of the equipment.

2. The supplier is required to submit a performance bank guarantee bond of Rs……………..

(Approximately Equivalent to 10% …………) against the PO……………….dated …………, to be

retained by the University and which can be released by the University 02 months after the warranty

period of 36 months years is over.

3. That the supplier shall be responsible for the adequacy, strength and accuracy of all the Systems

(machinery, equipment, parts, appliances and things) for the purpose of the contract, as per the

specifications claimed in their published catalogues / quotation.

4. The supplier shall arrange to deliver the whole of the machinery / equipment / parts / appliances / things

as specified in the said specifications / quotation / purchase order, to the University.

5. The University shall obtain pre-installation requirement from the supplier and complete all necessary

requirements at its own cost before commencement of the installer by the Second Party. That the firm

shall send a factory-trained engineer to install the equipment free of charge at a mutually convenient time

after confirmation of safe arrival of the equipment at the University premises. The firm shall bear the

travel, living and other cost of the Engineers / Labour.

6. That the supplier shall be responsible for and shall pay all expenses of every kind of injury etc. caused by

any accident to all persons employed by him or on his behalf during the course of installation and

commissioning of the system supplied by the principal.

7. That on installation, the representative shall arrange with the University to have test run of the machinery

/ equipment/part as per the specifications given in the published catalogue / data sheet / quotation.

8. The supplied equipment/s bears 03 years (36 months) comprehensive warranty (Including spares,

inspection visits and maintenance charges) from the date of installation. During a period of warranty

(machinery, equipment, part etc.), if there shall be found any defect in the system either due to faulty

workmanship or due to bad materials used in manufacturing, the same shall be rectified or replaced by

the supplier at their own cost.

9. All terms and conditions mentioned in the purchase order and the original tender document shall be an

integral part of this agreement.

10. Penalty clause: In case of the equipment being out of order during the warranty period, the supplier shall

repair the equipment at the earliest, on receipt of telephonic/email/post communication from of the PI.

The performance guarantee may be forfeited if, the equipment is out of order for over one month of filing

of complaint.

11. Any legal disputes arising out of any breach of contact pertaining to this tender process shall be settled in

the court of competent jurisdiction located within the city of Jabalpur in Madhya Pradesh.

In witness whereof the parties have hereto set their hands day and year above written

In the presence of:

1.

2.

Signed on behalf of the Supplier

In the presence of

1.

2.

Dean. Faculty of Science