tender for the supply of laboratory equipments at … · certificate showing registration with the...

26
Page 1 www.ciphet.in Phone: 0161-2313101 Fax: 0161-2308670 E.Mail: [email protected] [email protected] TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT ICAR-CIPHET, LUDHIANA Tender Enquiry No.: F .No. 87-1/P&S/16 email: [email protected] website: www.ciphet.in www.eprocure.gov.in/eprocure/app Tel: 0161-2313101, 2313164 Fax: 0161-2308670 Hkk0 d` 0 vuq 0 ifj0 &ds Unz h; dVkbZ &mijkUr vfHk;kaf+=dh ,oa iz kS|ks fxdh laLFkku Mkd ?kj % ih0 ,0 ;w0 , yq f/k;kuk & 141004 iatkc ¼Hkkjr½ ICAR Central Institute of Post Harvest Engineering & Technology P.O. PAU, Ludhiana - 141 004. Punjab (India)

Upload: others

Post on 28-Sep-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 1

www.ciphet.in Phone: 0161-2313101 Fax: 0161-2308670

E.Mail: [email protected] [email protected]

TENDER FOR THE SUPPLY OF

LABORATORY EQUIPMENTS AT

ICAR-CIPHET, LUDHIANA

Tender Enquiry No.: F .No. 87-1/P&S/16

email: [email protected]

website: www.ciphet.in

www.eprocure.gov.in/eprocure/app

Tel: 0161-2313101, 2313164 Fax: 0161-2308670

Hkk0 d0̀ vuq0 ifj0 &dsUnzh; dVkbZ&mijkUr vfHk;kaf+=dh ,oa izkS|ksfxdh laLFkku

Mkd ?kj % ih0 ,0 ;w0 , yqf/k;kuk & 141004 iatkc ¼Hkkjr½

ICAR – Central Institute of Post Harvest Engineering & Technology P.O. PAU, Ludhiana - 141 004. Punjab (India)

Page 2: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 2

www.ciphet.in Phone: 0161-2313101 Fax: 0161-2308670

E.Mail: [email protected] [email protected]

INDEX

S. No. Description Page No.

1. Notice inviting tender (Chapter-I) 3

2. Instructions to Bidders (Chapter-II) 4 - 7

3. Conditions of tender/contract(Chapter-III) 8 - 10

4.

Schedule of requirement/ Specification of the Equipment/Goods(Chapter-IV)

11 - 21

5. Performa for Technical Bid (Chapter-V) 22

6. Performance Statement for last 3 years (Annexure-I) 23

7. Certificate for compliance of instructions (Annexure-II) 24

8. Checklist for tenders (Annexure-III) 25

9. Online Bill Submission detail 26

Hkk0 d0̀ vuq0 ifj0 &dsUnzh; dVkbZ&mijkUr vfHk;kaf+=dh ,oa izkS|ksfxdh laLFkku

Mkd ?kj % ih0 ,0 ;w0 , yqf/k;kuk & 141004 iatkc ¼Hkkjr½

ICAR – Central Institute of Post Harvest Engineering & Technology P.O. PAU, Ludhiana - 141 004. Punjab (India)

Page 3: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 3

www.ciphet.in Phone: 0161-2313101 Fax: 0161-2308670

E.Mail: [email protected] [email protected]

E-TENDER NOTICE For and on behalf of Secretary, ICAR, the Director, ICAR-CIPHET, Ludhiana invites online open

tenders for the supply of Laboratory Equipments Under (i)NFDB Project (ii)ICAR-National Fellow Project (iii) CRP on Health Food (MEFF) Project (iv)CRP on Health Food (DPIC) Project (v) PHTME Testing Centre (vi) CRP on Secondary Agriculture, ICAR-CIPHET, Abohar : Equipment Details as per (Chapter-IV) through the website www.eprocure.gov.in/eprocure/app under two bid system from reputed manufacturers / suppliers.

Tender Enquiry No. : F.No. 87-1/P&S/16 Published Date 24.10.2016 at 3:00 PM EMD Submission end date 15.11.2016 at 1:00 PM Bid submission start date 24.10.2016 at 3:00 PM Bid submission end date 15.11.2016 at 1:00 PM Technical bid opening date 15.11.2016 at 2:30 PM Bid Validity 90 days from the date of Technical Bid opening

EMD 2% of the estimated value of the equipment/item. EMD may be deposited in the shape of demand draft/ fixed deposit receipt in favour of the ICAR Unit, CIPHET, Payable at SBI, Ludhiana for tendered item separately.

IMPORTANT NOTES:- 1. Tender Documents can be downloaded from CIPHET website www.ciphet.in or from the Central Public

Procurement Portal www.eprocure.gov.in/eprocure/app. Bidders should enroll / register in the e-procurement module of Central Public Procurement Portal through the website: www.eprocure.gov.in/eprocure/app for participating in the bidding process. Bidders should also possess a valid DSC for online submission of bids.

2. Bids received on e-tendering portal only will be considered. Bids in any other form sent through sealed cover/email/post/fax etc. will be rejected.

3. ICAR-CIPHET reserves the right to accept / reject any or all the tenders in part /full without assigning any reason thereof.

4. ICAR-CIPHET will not be responsible for any delay in enrollment / registration as bidder or submitting /uploading the offer on e-tender portal. Hence, bidders are advised to register in e-tendering website www.eprocure.gov.in/eprocure/app and enroll their Digital Signature Certificate and upload their tender well in advance.

5. Any change / corrigendum/ extension of opening date in respect of this tender shall be issued through websites only and no press notification will be issued in this regard. Bidders are therefore requested to regularly visit our website for updates.

(Raj Kumar)

Sr. Administrative Officer

Place: Ludhiana Date:

Hkk0 d0̀ vuq0 ifj0 &dsUnzh; dVkbZ&mijkUr vfHk;kaf+=dh ,oa izkS|ksfxdh laLFkku

Mkd ?kj % ih0 ,0 ;w0 , yqf/k;kuk & 141004 iatkc ¼Hkkjr½

ICAR – Central Institute of Post Harvest Engineering & Technology P.O. PAU, Ludhiana - 141 004. Punjab (India)

Page 4: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 4

www.ciphet.in Phone: 0161-2313101 Fax: 0161-2308670

E.Mail: [email protected] [email protected]

INSTRUCTIONS TO THE BIDDERS

The tender shall be submitted in accordance with these instructions and any tender not confirming to the instructions as under is liable to be rejected. These instructions shall form the part of the tender and the contract.

For Online Bid Submission, as per the directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal (URL:http://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates.

More information useful for submitting the online bids on the CPP Portal is available obtained at www.eprocure.gov.in/eprocure/app

For Registration

1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:http://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll”. Enrolment on the CPP Portal is free of charge.

2. The intending Tenderer, in case of Prime Equipment Manufacturers shall upload a self- declaration on their letter-head as PDF file in Cover-I of e-tender, along with the tender documents, confirming that they are regularly manufacturing, supplying, installing, testing & commissioning of the similar equipment for the last 2 years.

3. The intending Tenderer, in case of Authorized Distributor/ Authorised Dealer shall possess valid authorized Distributorship /Dealership license from Original Equipment Manufacturers. The tenderer shall enclose the copy of the same as PDF file in Cover-I of the e-tender while submitting the tender.

4. Any optional accessories / tooling, besides the standard equipment recommended for the better performance of the equipment, if offered, be provided with their full technical details including their use and advantage in a separate sheet with the tender documents. Minimum two years warranty has to be provided for the equipment.

5. No extra payment shall be paid on account of any discrepancy in nomenclature of items.

6. While submitting the tender, if any of the prescribed conditions are not fulfilled or are incomplete in any form, the tender is liable to be rejected. If any tenderer stipulates any condition of his own, such conditional tender is liable to be rejected.

7. Director, ICAR-CIPHET, reserves the right to reject any tender/bid wholly or partly without assigning any reason.

8. The Technical Committee constituted by the Director, ICAR-CIPHET shall have the right to verify the particulars furnished by the bidder independently.

9. Tenderer shall take into account all costs including installation, commissioning, cartage etc. for giving delivery of material at site quoting the rates. In this regard no claim for any extra payment for any reason shall be entertained.

10. The supply should be delivered at CIPHET, PAU CAMPUS, LUDHIANA/ABOHAR PUNJAB and the supplier shall be responsible for damage during the transit of goods.

11. All the tender documents & price bid to be uploaded as per this tender are to be digitally signed by the bidder.

Hkk0 d0̀ vuq0 ifj0 &dsUnzh; dVkbZ&mijkUr vfHk;kaf+=dh ,oa izkS|ksfxdh laLFkku

Mkd ?kj % ih0 ,0 ;w0 , yqf/k;kuk & 141004 iatkc ¼Hkkjr½

ICAR – Central Institute of Post Harvest Engineering & Technology P.O. PAU, Ludhiana - 141 004. Punjab (India)

Page 5: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 5

Eligibility for Responding: i) Only those firms should respond who are the Manufacturers or authorized dealers/agents of the stores specified in the tender specifications.

ii) The foreign manufacturers of the tendered stores will have to specify in the tender document, details of the sales service to be provided after expiry of warranty period. iii) Indian agents of foreign manufacturers/principal are allowed to participate in the tender subject to the following conditions: -

a) The Indian agent will submit along with the tender documents a copy of latest authority letter/agreement from the foreign manufacturer /principal.

b) Such agreement/authority with the foreign manufacturers/principal should be a long- term agreement and not merely for the present tender.

c) If the agreement is only for the present tender, the offer received is liable to be rejected. d) The Indian agent will provide details of the after sales service and post contractual support i.e. repair,

maintenance, supply of spare parts etc. that he will carry out. e) Offers from firms whose business activities are limited to procuring items from manufacturers, both Indian

and Foreign and supplying the same to the purchaser, and having no after sales service backup will not be entertained.

f) Where the quoting party /Indian representative claims to be subsidiary or branch office or an authorized representative or principal foreign manufacturer /supplier in India, then a copy of approval from RBI/Ministry concerned for operating business in India as subsidiary/branch /liaison or joint –venture may be submitted with offer. The Indian agent of foreign manufacturer should be enlisted with DGS&D for all items except for the prohibited items as per the Foreign Trade Policy of Govt. of India. Copy of the certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF format. The Indian Agents of foreign firms registered with DGS&D as explained at Sl. No. 9 above are not eligible for exemption from submission of Bid Security.

The tenderer must submit last two years income tax return and copy of PAN Card

The tenderer must have latest VAT/Sales Tax Clearance certificate alongwith copy of Registration certificate under Sales Tax.

The firm must have trade registration certificate

The tender from principal firm and authorized agent/dealer will not be accepted together.

The tenderder must submit the blacklisting certificate indicated that their firm is not blacklisted from any Govt. Organization.

12. The purchaser has the right to have a demonstration of the equipment/item in his premises. The supplier has to abide by this condition. The demonstration has to be arranged by the supplier at his own cost.

13. Delivery Required By: For Indian manufacturer - Within 30 days from the Date of issue of award letter or as specified in the supply order. For Foreign firms – 90 days from the date of opening of letter of credit (LC).

14. Terms of Delivery: For Indian\manufacturer / suppliers:-FOR ICAR-CIPHET, Ludhiana / Abohar For Foreign manufacturer / suppliers: - On FOB Basis

15. Inspection after Receipt of Goods: The inspection will be done by the Committee in the presence of firm’s representative. The successful tenderer will have to provide at his own cost and arrangement technically qualified personnel at the consignee’s location for joint inspection. These personnel must be able to unpack, assemble and demonstrate the use of the equipment fully and identified each Part/Machines supplied. Any consumables that are essential will be provided by the supplier free of cost.

In case of receipt of materials in damaged condition the suppliers will have to arrange the replacement of goods free of cost. All expenses in this regard will be borne by the supplier.

16. Packing & Marking: The packing and preservation of the supplied goods shall be airworthy/seaworthy / roadworthy (as the case may be) so that it may provide their safety during transit period. The seller shall guarantee that the packing is strong enough to withstand the safety of the goods during transport. The packing should satisfy the security seal in the clearing warehouse and shall carry the fragile or other markings as required.

Page 6: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 6

Each packing case shall have labels as follows: Contract No.

Consignee: Name of the Division/Unit

17. All the communications with respect to the tender shall be addressed to: The Director, ICAR- Central Institute of Post Harvest Engineering & Technology P.O. PAU, Ludhiana - 141 004. Punjab (India)

Signature of Tenderer with office seal Purchaser: Director, ICAR-CIPHET, Ludhiana – 141 004

All damages which may occur as a result of defective packing shall be borne by the seller.

18. Compliance Statement: The firms must submit compliance statement -cum-technical bid in the format given in Chapter -IV failing which their offer will be treated as incomplete and is liable to be rejected.

19. Guarantee/ Warranty: Comprehensive onsite warranty is required. Warranty Terms period will start from

the date of installation of items. In case at installation stores/part of stores are found defective /damaged during or after delivery to consignee, the suppliers will replace or repair the store under warranty at consignee’s location in India free of cost or if any case it is required to sent back to the foreign manufacturer. Bank Guarantee equivalent to the cost of equipment is required to be submitted before lifting the store. All expenses in this regard will be borne by the supplier.

20. Performance Security: The successful bidder will have to submit a Performance security of equivalent to 10% of the Contract /Order value before the issue of award letter valid till 60 days beyond the period of expiry of the Warranty/ Guarantee period in shape of crossed Demand Draft/Pay order/Fixed Deposit Receipt/Bank Guarantee from a commercial bank in favour of the ICAR Unit CIPHET, payable at SBI Ludhiana. The performance security will remain valid till expiry of warranty period. This will be released beyond 60 days after completion of warranty period.

21. Liquidated Damages: In case the firm does not complete the supply within the laid down agreed delivery period as per contract, liquidated damages will be charged @ 0.5% per week or part thereof subject to a maximum of 10% of the contract value. However, the Institute reserves the right to either further extend or cancel the contract after expiry of delivery date and recover the liquidated damages from the dues of the firm by legal means.

22. Dispute settlement: The dispute arising out of this contract shall be subject to the jurisdiction of Indian laws & court at Ludhiana. Sole arbitrator is appointed by the Secretary, ICAR, New Delhi. His decision will be final and binding to both parties (Supplier and Purchaser).

23. Evaluation of the Proposal : A two stage procedure will normally be adopted: -

Stage-I: a) Evaluation of Technical Bids to assess their suitability against the laid down parameters. b) Tenderers must ensure that they enclose all original technical literature and detailed documentary proofs which specifically bring out the compliance of the equipment being offered against the specifications. If necessary the Tenderers may be directed to give a presentation for evaluation by a technical committee constituted for the purpose.

c) In case it is not possible to verify compliance of equipment as per technical bid due to lack of adequate documents, in original no reference will be made to tenderer and the bid will not be considered further and treated as cancelled.

Page 7: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 7

Stage-II

Financial Evaluation a) The price bids of only those firms found meetings the laid down specifications at stage I shall be opened, evaluated and considered further. b) It is in the tenderers interest to include all relevant and detailed technical data as supporting documents along with their bid.

24. Mode of Payment : A. FOR INDIGENOUS SUPPLIES: -

Payment on bill basis after supply, satisfactory installation, commissioning and performance of the equipment at Ludhiana/Abohar and after certification by our Scientists concerned.

B. FOR IMPORTS: - The payment shall be made through irrevocable Letter of Credit (L.C.). 90% net FOB/FCA prices will be

paid against invoice, inspection certificate (where applicable), shipping documents etc. and balance within 21 – 30 days of successful installation and commissioning at the consignee’s premises and acceptance by the consignee. Entire 100% agency commission will be paid after all other payments have been made to the supplier in terms of the contract. Payment to the Indian agent will strictly be made in Indian rupees after satisfactorily commissioning of equipment.

All bank charges outside India will be borne by the supplier. In case the delivery date of the contract is extended to take care of delay in supply, for which the suppler is responsible, the tenure of the letter of credit so extended, the expense incurred therefore such extension is to be borne by the supplier.

25. A legal agreement/contract shall be executed with the contractor/firm by the Institute before installation of all/any type of instrument/machine as per the instructions of the Indian Council of Agricultural Research (ICAR).

26. Training: THE TENDERERS SHALL PROVIDE TRAINING TO THE USER AS PER THE TERMS & CONDITIONS OF THE CONTRACT AS HAS BEEN SPECIFIED IN TECHNICAL & FINANCIAL BIDS FREE OF COST AT THE TIME OF INSTALLATION/COMMISSION OF EQUIPMENT AT THE CONSIGNEES/ USERS LOCATION. AS SPECIFIED BY THE PURCHASER. ALL EXPENSES IN THIS REGARD WILL BE BORNE BY THE SUPPLIER.

27. Insurance: As applicable in the case of imported goods.For indigenous item it will be responsibility of the

supplier to supply the material in good condition on FOR basis without involving the risk of the purchaser.

Page 8: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 8

CHAPTER-III TERMS & CONDITIONS OF TENDER/CONTRACT

1. All annexures, attached with the Tender should be duly filled in and supported with requisite documents for considering any offer as a complete offer.

2. Director, ICAR-CIPHET, Ludhiana, reserves the right to cancel/reject any or all the tenders without assigning any reason.

3. Director, ICAR-CIPHET, Ludhiana, also reserves the right not to purchase any equipment mentioned in the tender.

4. EARNEST MONEY DEPOSIT:- Must be deposited in the form of crossed Demand Draft/Pay Order / fixed deposit receipt/ Bank Guarantee in favour of ICAR Unit CIPHET payable at SBI, Ludhiana from any Commercial Bank. No other form of deposit will be accepted. Technical bid without supported with earnest money will be rejected.

There will be no exemption for paying earnest money. However, Firms registered with the Central Purchase Organization/NSIC only are exempt from submitting bids without EMD In such case, copy of the certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e-tender in PDF format. The Indian Agents of foreign firms registered with DGS&D as explained at Sl. No. 8 below are not eligible for exemption from submission of Bid Security.

a) No interest shall be payable by the purchaser on the EMD deposited by the tenderer.

b) The EMD deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates from the tender in any respect within the period of validity of his tender.

c) If the successful tenderer fails to furnish the performance security as required in the contract within the stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser.

d) EMD of the unsuccessful tenders shall be returned after finalization of tender.

e) Name of the Tender and Tender reference number has to be furnished behind the EMD DD/Bankers cheque. The scanned copy of Earnest Money Deposit by way of Demand Draft/Bankers Cheque /BG in PDF form should be included in Cover –I of the E-tender. The offers without bid security will be rejected

5. only bids received on CPP Portal will be considered for opening. Bids in any physical form sent through fax/email/courier/post/ delivered personally will not be considered.

6. Bidder should log into the site well in advance for bid submission so that the bid is uploaded in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

7. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

8. Indian Agents to quote on behalf of a Foreign Prime Equipment Manufacturer, have to compulsorily enlist themselves with DGS&D and details of such enlistment with DGS&D, should be furnished along with the bid in pdf form in Cover 1.

9. Unless otherwise specifically agreed to by the purchaser and the supplier and incorporated in the contract, the applicable rules & regulations for transportation of the goods from foreign countries will be as per the contemporary version of the International Commercial Terms (Incoterms).

10. The Tenderer shall upload PDF format copy of Sales Tax/VAT Registration, Income Tax PAN in Cover – I of the e-tender.

11. The firm must supply the user list and latest client satisfaction certificate of the equipment to the IIT’s, IISC ,CSIR and ICAR Institutes, otherwise tender will not be considered.

12. GUARANTEE / WARRANTY

I. Except otherwise provided in the invitation to tender the contractor hereby declares that the

Page 9: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 9

goods/stores/articles/equipment sold/supplies to the purchaser/consignee under this contract shall be of best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars mentioned/contained in the contract. The contractor hereby guarantees that the said goods/stores/articles would continue to conform to the description and quality aforesaid for a period of Twenty Four months from the date of receipt of goods/articles/equipment in good condition at site by the consignees in case of supply contract and Twenty Four months from the date of installation and satisfactory taking over of the goods/stores/articles/equipment at site by consignee where installation and commission is involved and notwithstanding the fact that the purchase /inspection authority has inspected and/or approved the said goods/stores/articles equipment or such if during the 24 months the said goods/stores/articles/equipment be discovered not to conform to the description and quality aforesaid or not giving satisfactory performance or have deteriorated and the decision of the purchase /consignee in that behalf shall be final and binding on the contractor/seller and the purchaser shall be entitled to call upon the contractor/seller to rectify the goods/stores/articles/equipment or such specified period as may be allowed by the purchaser in his discretion on application made thereof by the contractor/seller, and in such an event, the above period shall apply to the goods/stores/articles/equipment rectified from the date of rectification mentioned in the warranty thereof, otherwise the contractor/seller shall pay the purchaser such compensation as may arise by reason of the breach of warranty therein contained.

II. Guarantee that they will supply the spare parts, if and when required on agreed basis for an agreed price. The agreed basis could be and including but without limitation an agreed discount on the catalogue price or an agreed percentage of profit on landed cost.

III. Warranty to the effect that before going out of production for the spare parts they will give adequate advance notice to the purchaser of the equipment so that the later may undertake the balance of lifetime requirements. NOTE: -In case of any discrepancy in the period of guarantee/ warranty mentioned anywhere else in this

Tender document, the stipulations as mentioned in the chapter III (specification of the equipment/ item to be purchased) would prevail.

13. Price: - The price quoted shall be on firm and fixed basis and should be reasonable living no scope for any further negotiation on price.

For goods manufactured in India: On FOR basis (including all kind of charges and taxes) Installation commissioning charges, if any

For goods manufacture abroad: The price of the goods should be quoted on FOB basis excluding the Indian agent commission if any. Installation commissioning charges, if any,

The Institute is exempted from payment of excise duty. Hence, excise duty will not be paid to the firm. Sales tax we are not authorized to issue Sales Tax Form C&D; The Institute is exempted from payment of Custom Duty

14. (A) AMC of Equipment: After the warranty/Guarantee term is over, the firm should mention the charges of AMC atleast for first three years.

NOTE: - In case of any discrepancy in the period of and/or AMC mentioned anywhere else in this Tender document, the stipulations as mentioned in the chapter III (specification of the equipment/ item to be purchased) would prevail.

15. Penalty for use of undue influence:- The seller should undertake that he has not given offered or promised to give directly or indirectly

any gift, consideration, reward, commission, fees brokerage of inducement to any person in service of the Purchaser or otherwise in procuring, the contract or forbearing top do or for having done or for borne to do any act in relation or execution of the contract or any other contracts with the Institute for showing or for

Page 10: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 10

bearing to show favour or disfavor to any person in relation to the contract or any other contract in the ICAR-CIPHET. Any breach of the aforesaid undertaking by the seller or any one employed by him or acting his behalf whether with or without the knowledge the seller or the commission of any offers by the seller or any one employed or acting on his behalf, as defined in Chapter-IX of the IPC, 1860 or the Prevention of Corruption Act, 1947 or any other Act enacted for the Prevention of Corruption shell entitle the purchase to cancel the contract and all or any other contract with the Institute seller and recover from the seller the amount of any loss arising from such cancellation. A decision of the purchaser or his nominee to theeffect that a breach of the undertaking had been committed shall be final and binding on the seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the seller towards any officer /employee of the purchaser or to any other person in a position to influence any officer /employees of the purchaser for showing any favour in relation to this or any other contract sell render

16. LAWS GOVERNING THE CONTRACTS : - The contracts shall be governed by the laws of India for the time being in force. The contract shall be interpreted in accordance with these laws.

17. Jurisdiction of Court: - The court of the Ludhiana shall have a Jurisdiction to decide any dispute arising out of or in respect of contract.

18. Force Majeure Clause : - The Supplier shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purposes of this Clause, “Force Majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such event may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods. Epidemics, quarantine restrictions, strikes, lockout or any act of war. Notice of the happening of any such event is given by either party to the other within 15 days from the date of occurring thereof. However either party at its discretion can terminate the contract in such cases.

19. Termination of contracts:- Time shall be the essence of the contract. The purchaser shall have the right to terminate the contract without any notice in part or in full in any of the following cases:

a) The delivery of the material is delayed for causes not attributed to Force Majeure after the scheduled date of delivery.

b) The seller is declared bankrupt or becomes insolvent. c) The delivery material is delayed due to causes of Force Majeure by more than reasonable time. d) In case Performance Security is not furnished within the time period specified by the purchaser. e) Supply in the case of successful Tenderer should strictly confirm to the specifications of the equipment

being purchased. f) Any change in Address /Telephone/Fax/e-mail of the tenderer should immediately be informed. The state

of non-communication by the firm will make the offer liable for rejection.

20. The successful bidder will have to provide the original proforma invoice from the foreign principal (duly signed in ink), in case of imported item/equipment, within 15 days of the date of receipt of purchase order, otherwise the purchase order will automatically stand cancelled without any further communication.

21. Govt. Regulations: - It shall also be confirmed that there are no Govt. restrictions or limitation in the country of the supplier or countries from which sub-components are being procured and/or for the export of any part of the system being supplied. Supplies/Contracts shall provide a certificate this effect.

22. Late /Delayed tenders shall not be considered at all. These will be returned to the firm as it is at their expenses. Post tender revision/correction shall also not be considered.

23. Acceptance or rejection of offer: - The Director, ICAR-CIPHET, Ludhiana reserves the right to accept or reject any tender in part or full without assigning any reason thereof. The successful bidder should submit order acceptance letter within 10 days from the date of issue.

24. In case of imported equipments, the tenderer will have to submit Tax Residency Certificate and no permanent establishment in India certificate. If there is permanent establishment in India, then bidder will have to pay TDS as per rules.

Signature of bidder Sr. Admn. Officer

Page 11: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 11

Chapter-IV

ICAR-CIPHET, Ludhiana Scheduled of requirement/ specification of the equipment /

goods

Specification of the equipments

Sr.No.

Name of Equipment

Specifications Qty.

ICAR-National Fellow Project

1. Membrane emulsification system

Membrane emulsification system S.S. 316 Mounted Module with S.S. Housing fitted with inlet and outlet pressure indicator suitable for Tubular ceramic/glass membranes with suitable pump for emulsification of fats using microfiltration membranes. Membrane area: 0.4 - 0.5 m2 Membranes (preferably monoporous) Glass/Ceramic tubular : 0.2 Micron Quantity: One Glass/Ceramic tubular : 0.1 Micron Quantity: One Glass/Ceramic tubular : 0.45 Micron Quantity: One Warranty / Extended Warranty : 02 (two) years from the date of installation and final acceptance The bidder should provide other accessories like wall or piping system for individually controlling testing units. Test runs at ICAR-CIPHET. Optional items: (with separate prices) Completely hydrophobic MF membranes of sizes as mentioned above (to pump oil through membrane in to water on outside for making oil in water emulsion to encapsulate functional food ingredients) spare tubings and pressure gauges etc suitable for above module

01

2. Fluid Bed coater/dryer

Fluid Bed processor (a) Batch Size : 200 gm or more (up to 1 kg). (b) Product Container : Useful volume : above 200 ml Contai ner should be made of transparent plastic/SS316L grade or better quality. Preferrably with portion of toughened glass/ transparent plastic to ensure visibility of process. (c) Spray Nozzle: Binary (Two Fluid) nozzle for atomizing liquids with nozzle aperture size 0.4 to 1.0mm. (d) Controls & Display : Air pressure, filter blowing pressure and temperature. (e) Filter Cleaning: By air purging / blowing. (f) Peristaltic Pump & Compressor : The equipment has to be supplied peristaltic pump and compatible air compressor. (g)Power: A/C Single/3 phase220–240V 50Hz (h) Warranty / Extended Warranty : 03 (three) years from the date of installation and final acceptance (i) User list, at least two contact details of users who can vouch for satisfactory and continuous performance of fluid bed processor for last two years (without these the offer may become invalid). Test runs with food components at ICAR-CIPHET. (j) Bidder to specify space, wattage and other utilities required (k) GMP Compliance Preferable. (l) Optional(with separate price): i) Spray congealing accessory to cool molten material with cool or chilled air ii) If bottom and top spray accessories are available, one of them to be quoted as optional item

01

Page 12: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 12

3. Main motor drive

Main motor drive to run different attachments

Main motor : 1 hp or less

Variable Speed : 0-400 rpm

Electronic/plc based control

It should be able to run different attachments such as pan coater, double cone mixer, piston type homogenizer (for making emulsions )

A/C Single/3 phase 220-240V 50Hz

Bidder to specify space, wattage and other utilities required.

Warranty / Extended Warranty : 03 (three) years from the date of installation and final acceptance

Optional items of compatible capacities for small lab s cale i.e. up to 1 kg per batch (with separate prices):

i. pan coater ii. double cone mixer

iii. piston type homogenizer Test runs at ICAR-CIPHET. The bidder or his principal should have manufactured and supplied at least 5 such systems. Performance certificates from at least two of above users (with contact details of users who can vouch for satisfactory and continuous performance for last two years). Without these the offer may become invalid.

01

CRP on Health Food (MEFF) Project

4. Colouri meter Color measurement Spectrophotometer (Bench top) model for Color Measurement of cereals, pulses, oilseeds, fruits & vegetables powders, grits/ granules, flour, dough, baked & extruded products. Complete with glass sample cup. 45°/0° Geometry for Visual Correlation with Xenon lamp. 45° circumferential Illumination using acylindrical mirror & 0° viewing. Should have large port diameter (about 30-32mm) for accuracy; Convenient Port up configuration. Should provide Calibration standards Traceable to NIST Should provide a calibrated diagnostic green tile for performance validation Colour Scales: CIE L*a*b*, Hunter Lab, CIE L*c*h, CIE Yxy, CIE XYZ Indices and Metrics: E313 Whiteness (C/2° or D65/10°), D1925 Yellowness (C/2°), Y Brightness, Z%, 457 nm Brightness, Opacity, Color Strength (Average and Single Wavelength), Gray Change, Gray Stain, Metamerism Index, Shade Number. Wavelength range of 400 to 700 nm, Wavelength Resolution < 3 nm Reporting Interval: 10nm Detection: 2-channel polychromator with 256-element scanned array (half for sample channel, half for monitor) Light Source: Pulsed Xenon lamp > 1 million flashes Standards Conformance: CIE 15:2004, ISO 7724/1, ASTM E -1164, DIN 5033,Teil 7 and JIS Z 8722 Condition C Built software. Can be also operated as standalone system. Measurement Storage Capacity of about 2000 reading & 250 product setups. Data Views: Color Data, Color Difference Data, Tristimulus Color Plot, Spectral Data, Spectral Difference Data, Spectral Plot, Spectral Difference Plot USB Flash Drive Features: Backup of Setups and Data, Setup Transfer to Multiple Units, Data Export to Excel Illuminants: A, C, D50, D55, D65, D75, F2, F7, F11.

01

Page 13: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 13

5. Lab Model Grain milling system (Sample Mill/ Grinding mill)

Cyclone type bench top sample mill (Lab scale). Micro swiched based system with high grinding speed (10000 rpm) for the grinding of samples like grains, seeds, cereals, leaves, forage, feed etc.; Grinding principle: turbine and sieve; Grinding ring made of tungsten Carbide/Copper; Impeller-standard (aluminum). Should be able to grind samples with different moisture levels i.e. from 10% or less to 15%; Should be able to grind samples with up to 15% moisture and/or fat content up to 20%; Should have capability to grind sample size of up to 10 mm or more; Shou ld have grinding rate of ≥4g/sec; There should be no/ minimum thermal degradation of the sample during grinding; Should have provision for adjustable particle size; Should be supplied with Screen sieves for 0.5 mm, 2 mm, 1 mm, 0.8mm, 0.3 mm should be provided for defined particle size; sample bottles 100 to 125 ml and seal etc; Should have low noise level of ≤75 dBA; Should be approved by AOAC for sample preparation for different purpose; should include technical brochure and literature; Proper accessory to enable pouring of leaf samples into the milling zone should be provided; Dust collection accessories should be included; Seal kit. Minimum 50 sample bottles (UV protected) with moisture proof sealing lids.

01

6. UV-Vis Spectrophotometer

Microprocessor controlled, Double Beam UV/Vis Spectrophotometer. Instrument should have multicell holding, measuring facility. Internal wavelength calibration facility should be there. Wavelength Range (nm) : 190-900 Wavelength Accuracy (nm) : ±0.1 or better Wavelength Repeatability (nm): ±0.1 or better Spectral Bandwidth (nm) : 0.5 to 4.0 (variable) or better Light Source : Deuterium & Halogen Lamp Monochromator : Czerny turner blazed holographic grating Photometric Mode: Absorbance, Transmittance (%), reflectance (% ), Energy (E) Photometric Range : -4 to 4.0 Abs or better Photometric Accuracy: ± 0.002 Abs at 0-0.5 Abs and 0.004 Abs at 0.5-1 Abs Photometric Reproducibility: ± 0.001 Abs at 1 Abs or better Wavelength Scan Speed: 4000 nm/min or better Detector : Silicon Photo Diode Stray light: less than 0.02% at 220nm and 340nm Baseline Stability: less than 0.0003 Abs/H Baseline Flatness: less than 0.0006 Abs/H Power supply: 220 V, 50 Hz Quartz Cuvettes: Two pairs (3.5 ml capacity, 10 mm path length). Built-in display so that user can use the Spectrophotometer without PC/Laptop also. Branded PC Core i5 processor, 4 GB RAM, 500 GB HDD, Laser Printer and compatible 5 KVA online UPS with 30 minutes back up. Software: Windows (7 or above compatible) based complete multita sking software. Should be capable of measuring biological applications such as proteins, nucleic acids, enzyme kinetics & concentration. Minimum Two Year Warranty Optional: Quartz Cuvettes: Three pairs (3.5 ml capacity)

01

Page 14: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 14

CRP on Health Food (DPIC) Project

7. pH Stat (DH Analyzer)

Specifications: For measurement of degree of hydrolysis (DH) of proteins using pH STAT , Potentiometric pH STAT autotitrator, fully automatic and microprocessor controlled, USB based, equipped with pH STAT mode, pH measu rement and endpoint titration. Dosing Unit: Dosing unit or Burette (20 ml capacity), Accuracy minimum 1/10000 of the burette volume, with auto recognition facility (built in chip), Combined glass electrode (with built in chip) or equivalent, Temperature sensor (Pt – 1000). Measuring Potential Range: -1000 mV to +1000 mV with Resolution: 0.1 mV, Measuring pH Range: 0 pH to 14 pH with Resolution: 0.001 – 0.002 pH. Calibration facility 2-5 point. Magnetic stirrer together with propeller. The equipment should b e provided along with suitable windows based software for control of equipment. The system with above features should be offered with

1. Main Titration instrument 1. No.

2. Burettes (20 ml) 2 Nos.

3. Combined Glass electrode

for pH measurement and titration 2Nos.

4. Magnetic stirrer 1 No.

5. Propeller 1 No.

6. Temperature Sensor 1 No.

7. Thermostatic reaction vessel capacity

1-50 ml 2 Nos. 50-200ml 2 Nos.

Should be ISO/GMP/SGE/CE certified

Necessary accessories including stands, connecting cables, desktop, printer etc and licensed software for controlling the titration.

Standard make Circulatory Precision water bath (ambient temp. to 100

oC, sensitivity +/- 0.05

o C for maintaining the temperature of

reaction vessel.

01

8. Ultra filtration Unit

Limiting conditions of feed to micron filter

Chlorine free

Oil and grease free

Temp. 40 °C (max)

Total solids: 5-6 % in aqueous medium

01

Operating parameters of UF unit

Feed flow rate: 100-150 litre/h

Operating pressure: 80 psi (max.)

Operating temperature: 25-40°C

Feed Tank Quantity-1 No.

Vertical with lid

Made of SS-316

Capacity-50 - 60 litre

Feed Pump for micron filter

Quantity-1 No. (standard make)

Made of SS-316, centrifugal type with minimum 0.50 kW motor

Micron Cartridge Filter Quantity-2 No.

Housing and cartridge should be made of SS-316

Operating pressure- 35 to 45 psi

Micron Rating: 5 micron

Should have valves and pressure gauge

Feed Pump for UF system

Quantity-1 No. (standard make)

Made of SS-316, centrifugal type with minimum 1.0 kW motor

Page 15: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 15

UF Membrane Module Type: Spiral wound

Module Size: Dia-4″ (minimum) Length-40″ (minimum)

Material of module: Poly Ether Sulfone (PES)

Number of Modules: 4 Nos. 10 kDa MWCO-2 No. 30 kDa MWCO-2 No.

One module housing made of SS-316 to cover above two membrane module placed in series at a time.

With valves, pressure gauges, flow meters, interconnecting piping, electric panel (single cubicle type, enclosed and self supporting), high and low pressure cut out and safety relief valve.

PHTME Testing Centre

9. Dynamometer Minimum Power 25KW/4000 to 12000RPM Max. speed @1200RPM = 1.5 BHP Max. Torque 95N-m@1000 to 2000 RPM The dynamometer should supply with water filter with magnetic separator - A pressure switch, Suitable for absorbing and measuring power in both direction - Load cell weaning mechanism Standard Mechanical Accessories - Universal engine mounting test bed type, Cardan shaft, Cardan shaft guard, Dynamiter calibration kit - Magmatic pickup, Gravimetric fuel consumption meter

01

10. Instron Universal testing Machine with Diff. load cells, operating system, AC with 10 KVA power back up

Universal Testing Machine (UTM) Dual Column Electromechanical universal testing machine suitable for testing tensile, compression and flexural/ Peel testing etc. of polymers and composites, metal, concrete blocks with or without an environmental testing chamber Suitable for quality control labs and production testing, Universal Testing Machine capable to work up to 50kN on different load cells such as 2, 5, 10, 25, 30, 50 kN Load force capacities etc. 100:1 force range (i.e. use the load cell to 1.0% of capacity with no loss of accuracy). Load accuracy of 0.5% of indicated load 500Hz data acquisition rate (appropriate software such as Bluehill or so as per company policy) 100Hz data acquisition rate (appropriate software such as Bluehill & Bluehill Lite or so as per company policy) Automatic transducer recognition Appropriate vertical test space Computer Interface Via USB or Ethernet, Full software control, Application Software Suitable and should be compatible with OS or Controlled by PC Must be there Optional grips and fixtures Optional temperature chambers but must work at Room Temperature. Along with one 2 Ton split AC with digital, remote control and stabiliser of reputed companies with 5 star rating. One 10KVA power backup system for at least one hour of reputed company such as APC, Microtech etc. Internally Reputed manufactures such as Instron , Tinius -Olsen, Shimadzu Europa, A&D company

01

11. Hunter Colorimeter

Handheld Colorimeter provides about 30 mm port size that has a 20 -30mm viewed area. d/8 (diffuse) or 45/0 optical geometry 30 mm to 3.0 mm measurement area Fully portable, one-handed operation with customisable LCD display, With

01

Page 16: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 16

45°/0° or diffuse/8° geometry and large area or small area view, Light weight and rubberized handle for operator comfort, Easy one handed operation with thumb-tip navigation of functions, Large, easy to read LCD graphical display Displays color data, color difference data, color plot, spectral data, spectral data difference, spectral plot, spectral difference plot, Includes all commonly used color scales and indices Averages up to 20 sample readings Stores 100 standards and 800 sample measurements Also may be have-Operating Environment: 5° to 40°C, 10 % to 90 % RH, Storage Environment: -20° to 65°C, 10 % to 90 % RH. The large viewed area makes this unit suitable for a wide range of sample types, such as fabrics, paper, powders, granules and liquids when measured through a sample cup.

12. Digital Hardness testing machine (Brinell type)

Max. Load, kgf : 150, Load range, kgf: 10, 60,100,150, Initial load, kgf: 10 The testing machine confirms to IS 2281-1968 for Brinnel, Digital Hardness testing machine, Automatic load selection, manual operation with facility of brinnel test. With standard accessories and LCD display

01

13. Motor operated Flat Bed Trolley

Product Size: 1500x1000x1100 or less Plate Size: 1300 x 1000 mm or less Plate height: 300 mm or less Maximum capacity: 500 kg Motor operated

01

14. Motor Operated Portable Crane

Capacity: 10 TON or higher Type: Four cylinder diesel engine, water cooled. Engine Power: Min.45 BHP@2200RPM Transmission: Heavy duty, sliding mesh type gear box with 6 forward and 2 reverse speed or so; Travel speed: without load 25 kmph Clutch: Heavy duty friction type, single plate Fuel Tank: about 45 litre; Hoist mechanism: Four fall, hydra ulic winch and rope diameter 13 mm or so. Power steering; Standard accessories: All weather cabin, front Bumper, lift cylinder guard, turn & reverse lamp and other optional accessories

01

15. Torque Measurement System

Shaft Dia of 5 inch of Capacity 50000 Nm with least Count 20 Nm; Shaft Dia of 4 inch of Capacity 5000 Nm with least Count 5 Nm Excitation Voltage 10 VDC Max.15 VDC Nominal output 2.0 mV/V Non-linearity < ± 0.2% FSO Non- Repeatability < ± 0.1% FSO Creep(30minutes) < ± 0.5% FSO Zero Balance ± 2.0% FSO Input Resistance 390 Ohms Output Resistance 350 Ohms Insulation Resistance (50 VDC) >1000 Mega Ohms; Cable Length ( 4 Core Screened) 5 Mtr. Safe Overload 150% of RC Ultimate Overload 200% of RC Temp. Compensated Range 0-60º C Temp. Effected on output < 0.0015% FSO/C Temp. Effected on Zero < 0.020% FSO/C Rotational Angular Deflection < 0.2 at FSO Finish & Construction Shaft Mounted Environmental Protection IP 65 – Gauge Area RPM Max 1000 DATA ACQUISITION SYSTEM Channel 4 Channel; Accuracy 1%; Interface RS 232Port; Software It should also able to retrieve historical data for analysis in Microsoft excels sheet

01 set

Page 17: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 17

16. Metal crack detector system

Magnetic crack detector machine 4000 Amps. HWDC with S.S Tank, Digital Meter. Mode: Automatic (Auto clamping, Magnetic, Spray, De-clamp) Machine is suitable for disc dia up to 900 mm & thickness approx 20 mm. Shaft dia up to 150 mm & length up to 3000 mm. Cycle time 6 -8 second and UV-LED light Assy. With required standard accessories and installation & testing of Machine

01

17. Food Grain Silo 1) Food Grain Silo: Made of Galvanized sheet of 120 GSM GI Sheet for inside and 275 GSM GI Sheet for outside; Capacity: 2000 kg, Long term storage Legs are made of MS pipes/channel suitably reinforc ed with angle iron/pipe bracing Discharge height of about 1250 mm, With aeration system, Electrically operated discharge gate, Vertical bucket elevator of matching height. With Bag stacker for loading and unloading of filled bags in trucks, containers and godowns etc.

01

2) Food Grain Silo cum dryer : Made of Galvanized sheet of 120 GSM GI Sheet for inside and 275 GSM GI Sheet for outside; Capacity: 2000 kg, Long term storage Legs are made of MS pipes/channel suitably reinforced with angle iron/pipe bracing Discharge height of about 1250 mm, With aeration system, Electrically operated discharge gate, Vertical bucket elevator of matching height. With dryer of indirect heating type Includes centrifugal/axial fan generator for hot air Uniform/even drying, Thermostatically controlled temperature for hot air, Oil burner (Automatic) with sensitive thermostat, solenoid valve and sequence controller; Drying bin dimension should 1900 mm Dia. × 2742 mm Length. Blower Capacity 11000 at 20 mm WGSP Blower Motor Power 3 HP

01

18. Goniometer with computer, software and air conditioner.

Goniometer equipped with image analysis software to measure contact angle: Measuring position of the luminaire: Normal position, no movement of the measuring object; Positioning accuracy: ϕ < 0.02°, δ < 0.05°; Repetitive accuracy: ϕ < 0.01°, δ < 0.02° Material Aluminium, coated with special black paint; Drives and control Jetter Servo drives; Gears High precision Harmonic Drive and Summitomo Cyclo gears; Size of measuring object: ≤ 1500 mm (luminous area); Space required: LxWxH = ≤ 2700 x 2700 x 3200 mm³; Travel path: ϕ = 0° ... 360° δ = 5° ... 352° (hanging test object support) δ = -174.5° ... 172.5° (upstanding test object support Both DLS and SLS modes: Correlation & Intensity Measurements; Large angular Range: 8° to 155° with 25mm cells: 15° to 155° with 12 mm cells. Fine Adjustment Control: Read angle to 0.01° directly on large, fine -control adjustment knob. Open Design/Standard Optical Rails: Facilitates user customizations for special purposes. Temperature Control: Heating and cooling via any standard external circulator Separate temperature and filtration plumbing. Special Design Glass Vats: Specially polished and flat entrance window ensures minimum flare. Alignment Cell: Fine-screw vertical adjustment makes finding the center of rotation easier. Multiple Laser Line Filters: Filter wheel with 632.8 (HeNe), 514.5/488.0 nm (Ar+), one open position for weak scatterers, and 2 blank (shutter) positions. Also available with 532 nm bandpass fil ter. Enhanced Viewing Optics: Coated, precision achromats coupled with behind-the-slit viewing and high-quality eyepiece make alignment easier. Additional Alignment Aperture: Alignment of laser much simpler and faster. Variety of Cell Holders: High precision cell holders standard, low-priced round cells available: 27.5 mm dilution vials fit cell holder sleeve. Special

01

Page 18: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 18

small-volume cell available.

NFDB Project

19. Multi parameter water quality measurement system /Water Quality Analysis Kit

Specifications of Multi parameter water quality measurement system /Water Quality Analysis Kit

The parameters are Temperature, pH, Conductivity, Dissolved Oxygen

(DO), Turbidity, Total Suspended/Dissolved Solids, Ammonia, dissolve

CO2, alkalinity & salinity and BOD of water and Relative Humidity (RH) of

air.

The instrument may be an assembled unit of two or more (not more

than seven) separate instruments for recording parameters as given

above.

The sensors should have hermaphroditic wet-mateable connectors.

Optical probe should be provided for DO.

System should be supplied with appropriate real time display and

/monitor, data recording and storage (8-32 GB), communicating and

downloading data. It should also support USB output and legacy SDI -12

output through the use of Signal output adaptors.

The instrument should be capable of self -powering mode from an

internal power supply using a set of alkaline batteries, or rechargeable

batteries that are available for purchase in the local market. However, it

should also be operational by 220 Volt AC normal electrical power

supply

Appropriate cable of 5 m length with all the required adaptors, carry

case and accessories should be provided. One set of extra probes,

sensors, batteries should be provided as spare.

The instrument should be supplied with a user-friendly software

program providing communication and data processing. The software

should be capable of exporting data in Microsoft Excel format. The

instrument should be compatible with laptop or notebook for

calibrating, configuring, reporting and logging status and real time

collection of data.

A laptop/note book should be supplied with carry cage for easy carriage

to the site of work. The configuration of the laptop shall be: i7,

Processor, 8 GB RAM, 1 TB Hard disk, Genuine Windows 10 OS or above,

Genuine MS Office, Wi-Fi & Bluetooth, Anti-virus software and carry

case. This should be loaded with necessary software related to the

parameters to be recorded.

Other details

Component 1. Specifications for pH and Conductivity

pH Conductivity

Measuring range 0.00 to not less than 14.00 pH

-1900 to 1900 mV or more

0 °C to 100

°C

0.0 µS/cm to 190 mS/cm or more

0.1 mg/L to 190 g/L (TDS) or more

0.00 to 19 psu (salinity) or more 0 °C to 100 °C

Resolution 0.01 pH, 1 mV, 0.1 °C Automatic range/ 0.00 to 19 psu/0.1 °C or more

Error limits ±0.01 pH/± 1 mV/ ±0.5 °C

± 0.5 % of the measured value / ±0.3 °C

Component 2. Specifications for Dissolve Oxygen testing equipment

Dissolved Oxygen Range : 0.00 to 20.00mg/L (or more) Resolution : 0.01 mg/L

01

Page 19: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 19

Dissolved Oxygen Accuracy : + 0.3mg/L Saturation of Oxygen : 0 to 200.0% Accuracy :+ 5.00% Temperature Range : 0.0 to 50.0 °C Temperature Accuracy : + 0.3C Temperature Compensation :0 to 40°C, Automatic Salinity Correction :0 to 35g/L Barometric Pressure Correction :400 to 800 mm Hg, 6O to 112.5 kpa or more Calibration Points : 1 or 2 points(100% in air or 0% in zero oxygen solution ) Memory : 90 or more data sets with date/time stamping Output :USB Interface Power Requirements : should be operational both by DC

9V and AC adapters, 220VAC, 50Hz

Component 3. Specifications for Turbidity Meter

NTU Range :0-1, 0-10, 0-100, 0-500 Accuracy :±2% of F.S. in 0-1 & 0-500 NTU Range ±1% of F.S. in 0-10 & 0-100 NTU Range Light Source :Latest LED Technology Detector :Photo Cell / Photo Diode Calibration :With std Solution Display :20 x 4 Alphanumeric LCD Display Power :230 Vac 10%, 50 Hz

Component 4. Specification for Total suspended and dissolved solids meter

TDS Range : 0 - 9000 ppm (mg/L) or more Temp. Range : 0 - 80 degrees Celsius Resolution : 0-999: 1 ppm; 1000-9990: Temperature Resolution : 0.1 degree Celsius (Celsius only) Accuracy : +/- 2% EC-to-TDS Conversion Factor : NaCl (avg. 0.5) ATC : Built-in sensor for Automatic Temperature Compensation of 1 to 50 degrees Celsius (33 to 122 degrees Fahrenheit) Power source : 2 x 1.5V button cell batteries (included) (LR44 or equivalent) Battery life : 1000 hours of usage

Component 5. Specifications for Temperature

The instrument should be able to continuously record the Temperature of water and air in degree centigrade.

Component 6. Specifications for Ammonia

The instrument should be able to read the dissolved ammonia of water in form of TAN (Total Ammonia Nitrogen)/NH 3-N/NO2-N/NO3-N as mg per liter with good accuracy.

Component 7. Specifications for dissolved carbon-di-oxide

The instrument should be able to read the dissolved CO2 as mg per liter with good accuracy.

Component 8. Specifications for alkalinity and salinity

The instrument should be able to read the alkalinity (as mg per liter as CaCO3) and salinity in parts per thousand (ppt) with good accuracy.

Component 9. Specifications for biological oxygen demand (BOD)

The instrument should be able to read the BOD of water as mg per liter with good accuracy.

Page 20: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 20

CRP on Secondary Agriculture, ICAR-CIPHET, Abohar

20. Vegetable processing unit (for different vegetables, onion, garlic, ginger etc)

Washer: Washer suitable for multiple kind of vegetables washing, Capacity: 100-200 kg/h, 7 to 10 rotating brushes for washing and spongy roller for surface water revolving. Operated with suitable motor 1 -3 hp, starter and its accessories.

01

Crusher: Capacity: 40-50 kg/h fruit/ vegetable, Crusher-extractor all in one, Automatic, Screw Speed: 100-400 rpm, Screw diameter: 170-175 mm, Filter pore size: 0.6-1.0 mm, Operated with suitable motor capacity, starter and its accessories

01

Basket centrifuge : Capacity: 10-20 kg/batch or 100-200kg/h for removing surface water of washed/ cut fruit/ vegetable, Operated with suitable motor 1-3 hp, starter and its accessories.

01

Vegetable slicers/ chopper : Capacity: 50-100 kg/h of vegetables / fruit cutting/ slicing/ chopping with different blades, made up of food grade SS, Operated with suitable motor 1-3 hp, starter and its accessories.

01

Dryer: Capacity: 30-50 kg loading capacity, with 12-24 SS tray, heat

controller, auto off, time setter, up to 200C, double jacket wall, SS made

01

Paddle operated sealing machine: Paddle operated sealing machine capable of sealing LDPE/ HDPE/ AL foil etc, auto temp control, Length minimum 15 cm to 60cm or so. Bip, light etc

01

Vacuum packing machine: Vacuum sealing machine, Single Chamber type with volume of 1000 g , capable to create vacuum in 50g packs too, Batch type, Double sealing jaw at both the sides, MOC: S.S, Power: 230V, 50 Hz, Single Phase, Inbuilt Vacuum Pump 0.75KW, gas cylinder, compressor and its accessories as per need to operationalise the vacuum sealer.

01

SS Tank: SS Tank for treatment and Storage for raw materials, capacity 100kg, heavy SS materials with lid holding handles for loading and unloading.

01

Blancher Container: Blancher container 50kg, heavy SS materials with lid and holding handles for loading and unloading. Suitable on gas fire/ electrical heating or steaming.

01

21. Fruit processing unit (for Tomato, guava and Mango)

Washer: Washer suitable for multiple kinds of Fruits washing, Capacity: 100 -200 kg/h, 7 to 10 rotating brushes for washing and spongy roller for surface water revolving. Operated with suitable motor 1 -3 hp, starter and its accessories.

01

Crusher: Capacity: 80-10 kg/h fruit/ vegetable, Crusher-extractor all in one, Automatic, Screw Speed: 100-400 rpm, Screw diameter: 170-175 mm, Filter pore size: 0.6-1.0 mm, Operated with suitable motor capacity, starter and its accessories

01

Juice extractor: juice extractor may be Hydraulic, Press type: Cold press, Hydraulic pump with automatic pressure control, Capacity: 80 -100 kg/h, Working pressure: 1-1.5 ton, Tank diameter: 400-500 mm, Tank type: Perforated (0.6-0.8mm diameter) or appropriate type juice extractor from different fruits

01

Baby Electrical boiler: Electrical heating based tube steam boiler, steam output: 80-100 kg/h, standard design pressure: 10.54/ 17.5 kg/cm2g, Fully automatic, electrical based, Burner: Mono/Dual block, Pressure gauge: Bourdon type/large dial, Water level controller: Used for ON/OFF operation

01

Page 21: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 21

and control, level gauges of drain and isolation valves, Feed water pump: Inline multi-stage, centrifugal pump with S.S internals, Water level indicator: Reflex type (2 No’s), Vent valve: Durable and reliable valve seat, made of superior quality cast steel, Control panel: PLC based, Water softener plant with same capacity, Attachment of steam piping from boiler to processing hall as well as different equipments, Safety valve, Steam stop valve

Steam Jacketed kettle with stirrers (Tilting type): Capacity: 100 litre, appropriate Diameter and depth and heating Electric power: 9 kW, Temperature Indicator, Top cover, Scrapers/ agitator

01

Storage tanks: Construction: Vertical type (Cylindrical), Jacket typ e: Full jacket, Capacity: 200 litres, Mixer/high shear blending unit, Cladding in stainless steel (welded or riveted) to maintain internal temperature, Vent filter, Temperature sensor

01

Juice Pasteurizer: Capacity: 100 l/h, Pasteurizing temp: 65-99°C, Pasteurizing time: 10-30 min/batch, Discharge temp: <55°C, Cooling system: Cold water/ ice/air refrigerator, Power consumption: 6 kW, Cooling system: Refrigerator compressor, Components: Plate heat exchanger, balance tank, pump, hot water circulation system (including: mixer of steam and water, hot water pump, steam adjusting valve and water level control, etc)

01

Vacuum bottle filling unit: Filling volume: 0-1000 ml, Filling speed: 20-30 bottles/min, Filling accuracy: Within ± 1%, Pressure for vacuum creation: 1-2 MPa, Number of filling nozzle: Min 2, Tank with flow control valve, Automatic filling of juice bottles

01

Bottle crowning machine: Semi-automatic, Manual, bottle filling of juices in the range of 200 ml to 1000ml, at least two bottles at a time, pump, connection pipes, Adjustment to accommodate all sizes of bottles, Bottle cap diameter: 50 mm (Max), Capacity: 100-150 bottles/h, Machine suitable for tightening various metal cap of bottle

01

Blancher Container: Blancher container 50kg, heavy SS materials with lid and holding handles for loading and unloading. Suitable on gas fire/ electrical heating or steaming.

01

Sr. Administrative officer

Page 22: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 22

Chapter-V

ICAR-CIPHET, Ludhiana

TECHNICAL BIDS

S. N

Details of Technical Specifications

Whether complied with YES/NO

If yes, please attach Tech literature of the equipment duly printed & clearly specify page No of Bulletin which specifically confirm this

If no, attach deviation statement

Remarks (if any)

NOTE: All the bidders are requested to provide true statement in the columns. Concealing of facts will liable to be rejected the tender completely. No communication will be made in this regard.

All the bidders are requested to submit the copies of all the supporting documents separately if they are participating in more than one equipment.

Signature of Tenderer

Page 23: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 23

Annexure-I

PERFORMANCE STATEMENT FOR LAST 3 YEARS

Must be enclosed of all the quoted equipments, otherwise the tender will not be considered.

S. No.

Name of the items

Name of the office by whom order was placed

Order No. & date (Please enclose copy of supply orders)

Value of supply order

Delivered in time or not

If not please specify the reason

Attach satisfactory working report from each office (Yes/No)

Signature of Tenderer

Page 24: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 24

Annexure-II

CERTIFICATE TO BE SIGNED BY THE TENDERER

CERTIFICATE

It is certified that I have read and understood and will comply all instructions contained in tender enquiry and its schedule. All pages of schedule to tender from page to have been filled properly and signed.

Signature of tenderer:

Name in block letters:

Name of firm:

Full address:

i) Telephone No. ii) Mobile No. iii) Fax No. iv) Email id v) Website

Signature of Tenderer

Page 25: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 25

Annexure-III Check list for Tenderers

Before submission of tender documents, Tenderers should check they have complied with the following requirements: -

Sl. No.

Requirements to be checked before submission of the tender Compiled (Please indicate) Yesafter complying with the

requirement)

1. Cost of Tender has been enclosed with tender document, if downloaded from website. If not, then supporting documents proving exemption to this enclosed.

2. Earnest money Deposit (EMD) has been enclosed.

3. Copy of valid enlistment certificate with DGS&D in the case of Indian Agent enclosed only in case the bid is for item falling in the restricted list of the Export & Import Policy of Govt. of India.

4. Copy of trade registration certificate from the RBI /Ministry or department concerned in the case of foreign subsidiary firm

5. Enclose sales tax registration certificate and PAN No.

6. Complete tender documents have been enclosed, after signature & stamping on ALL pages.

7. Signatures of witness with full name and address have been added whenever required on tender document.

8. Proposal has been submitted in two bid systems – Technical Bid & separate price Bid as per tender enquiry.

9. Offer validity as required in tender has been accepted & clearly mentioned in tender document.

10. Delivery Terms & Period as per tender have been accepted and mentioned in tender.

11. Payment Terms as per tender have been accepted and mentioned in tender.

12. Compliance statement as per chapter-IV has been enclosed along with supporting technical documents /proof for each point/parameter clearly showing it is complied with or not.

13. Performance statement for 3 years as required in tender, in the laid down format as per annexure-I, has been enclosed. If not, reasons to be specifically given in writing.

14. Warranty terms as per tender accepted.

15. Annexure-II regarding compliance of all conditions mentioned in the tender form has been enclosed.

16. Status of tenderer has been clearly written in tender – manufacturer or manufactures authorized agent. If authorized agent, valid latest agreement authority letter/agreement for the stores quoted from the manufacturer has been enclosed.

17. Free Training on use of equipment after supply, as specified tender, has been accepted in writing.

18. Technical and financial bid along with necessary documents have been sealed in separate envelops and both envelops again sealed in a big envelops with prescribed writing on envelops.

19. The tenderer has clearly mentioned in writing that business dealings with their firms have not been banned by any Govt./Private agency.

20. If the tenderer wants to mention any specific condition, it must be mentioned on the covering/forwarding letter only which will be placed on the first page of the technical bid. Such condition mentioned in any other document shall not be given any consideration.

21. The tender from principal firm and authorized agent/dealer will not be accepted together.

Signature of Tenderer

Page 26: TENDER FOR THE SUPPLY OF LABORATORY EQUIPMENTS AT … · certificate showing registration with the above mentioned institutions to be uploaded in Cover - I of the e- tender in PDF

Page 26

Online Bid Submission Details

The Online bids (complete in all respect) must be uploaded online in Two Covers as explained below:-

COVER - I

(Following documents to be provided as PDF file)

S.No. Documents Content File Types

1. Technical Compliance Sheet with Technical supporting documents as per specifications mentioned in Chapter-IV

2. Technical Bid

Copy of Sales Tax/VAT Registration, Income Tax PAN, .PDF Registration with DGS&D, in case of Indian Agents quoting for foreign PEM.

3. Copy of Earnest Money Deposit by way of Demand Draft

.PDF

/BG.

4. Copy of certificate for Bid Security exemption, if claiming.

.PDF

5. Self-declaration in letter head that the bidder is the Original

.PDF

Equipment Manufacturer, Authorized Dealership license issued from the Original Equipment Manufacturer, in case of dealers, Users list.

6. Details of technical support and servicing facility available .PDF locally and nationally.

COVER - II

S.No. Types Content

1. Financial Bid Price bid (BOQ) to be filled in Excel format as per .xls instructions given in price bid

All the documents and BOQ has to be digitally signed by the bidder.

Sr. Administrative Officer