no. 1135-equipmen... · web viewmetal die cast body – chemical & corrosion resistant...

45
Guru Ghasidas Vishwavidyalaya, Bilaspur (C.G.) Website: www.ggu.ac.in Phone: 07752-, 260381 FAX: 07752- 260154, 260148 Ref. No. 1135/Store /DBT/2013 Bilaspur, Date- 20/11/2013 EOI cum Tender bid Guru Ghasidas Vishwavidyalaya, Bilaspur (A Central University) invites Expression of Interest cum tender bid from reputed Original Equipment Manufacturing Companies or their authorized partners/agents/distributors to supply various laboratory equipments/instruments/accessories. The interested bidder should submit bids in two parts (Part A – Technical and Part B – Financial) for supply, installation & commissioning of the items listed in Schedule-I in EOI cum TENDER bid document. EOI cum tender bid fee of Rs 1000/- (Rs one thousand only -Non refundable) by Demand Draft drawn in favor of “Registrar, Guru Ghasidas Vishwavidyalaya” payable at Bilaspur (C.G.) to be submitted along with EOI cum tender bid. 1. Bids in two parts (Part A – Technical and Part B – Financial) for supply, installation & commissioning of the items listed in Schedule-I in EOI cum tender bid notice can be submitted by Speed post/Registered post only by super scribed the envelope “BID FOR ITEM No. ………… EOI cum tender bid No. ……………… to the Coordinator, DBT Builder, Department of Biotechnology, GGV, KONI, Bilaspur-495 009 (C.G.) India and should reach on or before 1600 hrs on 18/12/2013 2. DUE & OPENING DATES: The tenders will be opened i.e. 18/12/2013 at 5.00 P.M. in the presence of bidders, who wish to present themselves at the time of opening of tender. In case opening date happens to be a holiday, the tender will be opened on next working day at the same time & location. The price bids of two bid tender system shall be opened after technical evaluation of technical bids. The date of opening of price bids shall be informed to the bidders found suitable in technical evaluation. 3. Date of opening of financial bids will be intimated later on through the university website www.ggu.ac.in /email. 4. Two Bid System: Vendor will place the “Technical Bid” and “Financial Bid” in the separate sealed covers. Thereafter, both the envelopes should be placed in a big envelope duly sealed and super 1

Upload: hoangdung

Post on 18-May-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Guru Ghasidas Vishwavidyalaya, Bilaspur (C.G.)Website: www.ggu.ac.in Phone: 07752-, 260381 FAX: 07752-260154, 260148

Ref. No. 1135/Store /DBT/2013 Bilaspur, Date- 20/11/2013EOI cum Tender bid

Guru Ghasidas Vishwavidyalaya, Bilaspur (A Central University) invites Expression of Interest cum tender bid from reputed Original Equipment Manufacturing Companies or their authorized partners/agents/distributors to supply various laboratory equipments/instruments/accessories. The interested bidder should submit bids in two parts (Part A – Technical and Part B – Financial) for supply, installation & commissioning of the items listed in Schedule-I in EOI cum TENDER bid document. EOI cum tender bid fee of Rs 1000/- (Rs one thousand only -Non refundable) by Demand Draft drawn in favor of “Registrar, Guru Ghasidas Vishwavidyalaya” payable at Bilaspur (C.G.) to be submitted along with EOI cum tender bid.

1. Bids in two parts (Part A – Technical and Part B – Financial) for supply, installation & commissioning of the items listed in Schedule-I in EOI cum tender bid notice can be submitted by Speed post/Registered post only by super scribed the envelope “BID FOR ITEM No. ………… EOI cum tender bid No. ……………… to the Coordinator, DBT Builder, Department of Biotechnology, GGV, KONI, Bilaspur-495 009 (C.G.) India and should reach on or before 1600 hrs on 18/12/2013

2. DUE & OPENING DATES: The tenders will be opened i.e. 18/12/2013 at 5.00 P.M. in the presence of bidders, who wish to present themselves at the time of opening of tender. In case opening date happens to be a holiday, the tender will be opened on next working day at the same time & location. The price bids of two bid tender system shall be opened after technical evaluation of technical bids. The date of opening of price bids shall be informed to the bidders found suitable in technical evaluation.

3. Date of opening of financial bids will be intimated later on through the university website www.ggu.ac.in/email.

4. Two Bid System: Vendor will place the “Technical Bid” and “Financial Bid” in the separate sealed covers. Thereafter, both the envelopes should be placed in a big envelope duly sealed and super scribed “BID FOR ITEM No ……….... EOI cum tender bid No. ………………………………………………”.

5. The University is not responsible for non receipt of tenders within the specified date and time due to any reason including postal delay or holidays.

6. For any query pertaining to this bid document, correspondence be addressed to :, Prof B.N. Tiwary – Coordinator, DBT Builder, Department of Biotechnology, GGV, KONI, Bilaspur-495 009 (C.G.) India

7. Envelope I (Technical Bid): The vendor must submit the following documents in Envelope-I (Technical Bid):

a) Bidder Profile Annexure-I

b) SPECIFICATIONS: Specifications are basic essence of the product. It must be ensured that the offers must be strictly as per our specifications. At the same time it must be kept in mind that merely copying our specifications in the quotation shall not make the parties eligible for

1

consideration of the quotation. A quotation has to be supported with the printed technical leaflet/literature of the quoted model of the item by the quoting party/manufacturer and the specifications mentioned in the quotation must be reflected/supported by the printed technical leaflet/literature. Therefore the model quoted invariably be highlighted in the leaflet/literature enclosed with the quotation.

c) Non-compliance of the above shall be treated as incomplete/ambiguous and the offer can be ignored without giving an opportunity for clarification/negotiation etc. to the quoting party.

d) Technical compliance statement with deviation, if any S. N. Name of specifications/ Specifications of quoted Compliance Deviation, if any, to be indicated in Whether the

part / Model/Item Whether “YES” unambiguous terms compliance /Accessories of tender Or “NO” deviation is clearly

enquiry mentioned intechnical leaflet/

literature

1 2 3 4 5 6

e) Authorized partner/dealer/distributor certificate from the original manufacturer. f) EOI cum tender bid fee of Rs.1,000/- by Demand Draft drawn in favor of “Registrar, Guru

Ghasidas Vishwavidyalaya” payable at Bilaspur (C.G.)g) Attested copy of PAN card, Service Tax, CST/VAT registration papers h) Banker’s Solvency Certificate. i) Audited statement of accounts and IT returns for the last three years j) Authorized Distributors/Vendors must submit appropriate authorization certificate and letter

from their OEMs, for participation in the said tender. k) Name and address of past satisfactory supplies with minimum two POs to whom such

items/stores have been supplied should be mentioned in the technical bid. l) Copy of mandatory test reports, national testing/reliability and endurance test reports etc.,

certified or conducted at the manufacturing site, granted by the bureaus/quality control departments/national testing laboratories.

m) A write up on service and maintenance capability, mitigation of risks or breakdown and replacement capability, with the escalation support matrix suggested for the University . Vendors must indicate their sales and support service centre in India and their plan to address issues about services, maintaining minimum service inventory etc.

n) The OEMs/Vendors need to submit a certificate during opening of technical bids that they are not currently debarred or blacklisted in GGV for any supplies, products or services, or at present in any national organization or educational institute/university.

o) Offer should be a page numbered and signed by an authorized signatory giving his/her name and designation below the signatures with Signed copy of the tender document, company seal, agreeing to the terms & conditions and declaration.

8. Envelope II (Financial Bid):

2

a) The vendor must submit the Price Bid information mentioning all taxes/duties FOR University campus, Bilaspur as per Annexure-II. The price should be quoted in words and in figures, without any errors, erasures or alterations. Unit price of each product and accessories should be quoted separately. Maximum educational discount for University as could be offered should also be mentioned. The bidders should mention in the quotation, the rate/amount of annual maintenance charges, if we opt for maintenance contract after expiry of the warranty period.

b) Please quote best minimum prices applicable for a premiere Research Institution, leaving no scope for any further negotiations on prices .

c) The quoting party should give a certificate to the effect that the quoted prices are the minimum and they have not quoted the same item on lesser rates than those being offered to UNIVERSITY to any other customer nor they will do so till the validity of offer or execution of the purchase order, whichever is later.

d) Copies of at least last two-supply orders received from other customers or details of last two supplies made to other customers preferably in India for the same item/model may be submitted with the offer giving reasons of price difference of their supply order & those quoted to us, if any.

e) The party must give details of identical or similar equipment, if any, supplied to any UNIVERSITY lab during last three years along with the final price paid and Performance certificate from them.

f) Purchaser’s Right to Accept Any Bid And To Reject Any Or All Bids: The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Purchaser’s action.

g) Notification of Award: Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder in writing by registered letter or by cable or telex or fax or e-mail that the bid has been accepted by way of a Purchase Order.

h) Modification and Withdrawal of Bids - The Bidder may modify or withdraw its bid after the bid’s submission; provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids. No bid may be modified subsequent to the deadline for submission of bids. A withdrawal notice may also be sent by telex or cable or fax or e-mail but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the bids.

9. Offer validity period : Bid shall remain valid at least for a period of 120 days after the date of bid opening prescribed by the Purchaser. A bid valid for a shorter period may be rejected by the Purchaser as non-responsive. In exceptional circumstances, the Purchaser may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing (or by cable, telex, fax or e-mail).

10. Performance Guarantee: Performance Security for an amount of 5% of the order value may be

3

furnished in the form of an Account payee Demand Draft, Fixed Deposit Receipt from a Commercial bank or Bank Guarantee from a Commercial bank in an acceptable form by the successful bidder. Performance Guarantee is to be furnished within 21 days after notification of the award and it should remain valid for a period of 60 days beyond the date of completion of all contractual obligations of the vendor, including warranty obligations.

11. The Cost of the equipment should be inclusive of all taxes and statutory levies. Labour / installation charges, packing, insurance, freight etc. should be mentioned separately (inclusive of all taxes liveable on them). For imported goods price to be quoted CIF Kolkata/Delhi/Mumbai and in case of local firms they should quote FOR Guru Ghasidas University Campus, Bilaspur. Unit price of each product and accessories should be quoted separately. Maximum educational discount for University as could be offered should also be mentioned. The university is exempted from payment of custom and excise duty on Scientific and Technical equipment/instruments by DSIR, Govt. of India. Necessary certificate will be issued on demand.

12. Annual turnover of the tenderer for each of the last three financial years should not be less than 200/- lakhs (Rupees Two hundred Lakhs). Financial statements with net profit, duly audited / certified by Chartered Accountant (CA) of the last three financial years along with the copies of Income Tax Return (ITR) must be enclosed with the technical bid

13. University reserves the right to carry out a technical inspection and performance evaluation (benchmarking) of the offers made by shortlisted vendors. The shortlisted vendors may be asked to come and give out presentation / demonstration.

14. INSPECTION: The inspection of the system will be done by our technical expert /Scientist in the presence of firm’s representative.

In case of receipt of the material in short supply or damaged condition the supplier will have to arrange the supplies/ replacement of goods free of cost pending the settlement of the insurance case wherever applicable on FOR at the lab. or CIF basis till satisfactory installation of the system.

The supplier should arrange for physical Inspection of the items directly or through their authorized representative within seven days of arrival of the consignment failing which they will be responsible for the losses. After the shipment is effected, the supplier/its representative/Indian agents must remain in touch with the lab/instt. to ascertain the date of arrival of consignment.

15. No commitment to accept lowest or any bid: University shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete offers without assigning any reason what so ever. University reserves the right to make any changes in the terms and conditions of the bid. University will not be obliged to meet and have discussion with any vendor, and or to listen to any representations.

16. Shortlisting of Vendors: University will create a shortlist of technically qualifying vendors and the financial bid of only these vendors will be opened. University reserves the right to decide whether the items being quoted are as per the requirement of the University and are of standard/leading brands in

4

the market. University reserves the right to decide which offer best suits the requirement of the university. Further, after opening financial bids of the short listed tenders, if there is a discrepancy between word and figure, the amount indicated in words will prevail.

17. Warranty: The equipment/instrument must be guaranteed/warranted for a period of at least one year, if not specifically mentioned otherwise in the specifications sheet, from the date of its satisfactory installation/commissioning against all manufacturing defects. If the equipment is found defective during this period the whole equipment or part thereof will have to be replaced/repaired by the supplier free of cost at the lab. or at site of the supplier for which ‘to and fro’ expenses will be borne by the supplier. However, if the items are guaranteed for a period of more than one year, it may be specifically mentioned in the quotation. Availability of spare parts of the equipment/instrument must be guaranteed for a period of at least five years from the date of supply. The warranty period and validity of Performance Guarantee shall be extended for the period of delay in satisfactory installation and delay in warranty services.

18. Delivery period: For imported goods the complete delivery, installation & commissioning of both the equipments/instruments should be made within 12 weeks from the date of issue of order. For indigenous goods it is 8 weeks.

19. Installation and Commissioning: Free of cost at University. The OEM must ensure timely installation of the complete unit with necessary support to the indenters, as per details and lists to be made available by the Stores Section or the indenting Departments/Centers/Schools .

20. Conditional Offer will not be accepted.

21. Past Performance of the Vendors will be judged at the time of Technical Evaluation.

22. The OEM should be an ISO-9000 and ISO-14001 certified company with due credits to energy conservation and green earth compliance.

23. Firm has to quote their rates only on the format attached at Annexure-II. Rates quoted on other format or specifications not be accepted.

24. Relevant documents of the OEM shall be enclosed, along with the Technical Bid. Any explanation on this account shall be supported with documentary evidence from the principals.

25. The University does not bind itself to offer any explanation to those bidders whose technical bids have not been found acceptable by the Technical Evaluation Committee of the University.

26. FORCE MAJEURE: The Supplier shall not be liable for forfeiture of its performance bank guarantee, liquidated damages or termination for default, if and to the extent that, its 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 events 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 and freight embargoes.

5

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

27. Custom Clearing: After arrival of the goods at Airport/Seaport, Indian agent or Indian subsidiary of the principal firm is solely responsible for getting the material clearance from customs. University will provide all custom documents for custom clearance on the demand of agent. Transportation from airport to Guru Ghasidas Vishwavidyalaya, Bilaspur(C.G.) campus is also the responsibility of authorized agent. All charges/ expenses incurred in this process will be reimbursed to firm after submitting the bill along with documentary proof in original. Please note that the freight forwarder or clearing agent should be approved from IATA . NO DEMURRAGE / WHARFAGE CHARGES WILL BE PAYBALE BY THE UNIVERSITY UNDER ANY CIRCUMSTANCES. NO ADVANCE PAYMENT WILL BE PAYABLE FOR CUSTOM CLERANCE/ FREIGHT / INSURANCE ETC. However the University can also appoint Custom Clearing Agent if required.

28. The successful bidder with quoted price as approved by university shall be considered for issue of purchase order only when the bidder fulfill all the terms and conditions laid down in tender document & shall submit bid security @3% of total estimated amount in form of demand draft/BG in favor of “The Registrar, Guru Ghasidas Vishwavidyalaya, Bilaspur” payable at Bilaspur (C.G.). The bid security will be returned back without any interest to bidder on successful execution of the purchase order/work order.

29. The vendor should adhere with all seriousness to the time schedule provided by the University. The Liquidated Damage will be applicable at the rate of 0.5% per week. The purchaser has the right to cancel the purchase order when LD accumulates to 10 %. The same rate of penalty shall be applicable for late installation of the equipment/instrument also.

30. The specification & quantity indicated in the Schedule-I. University reserves the right to increase or decrease the quantity or delete some or all of items depending on the needs of the University without assigning any reasons.

31. The bids will be opened on due date and time indicated. Tenderer or his/her authorized representative (with proper authorization letter) for attending opening of technical bids. In case the due date for opening tender happens to be a holiday, the same will be opened on the next working day. The timings will however remain unchanged. Please Note that the University remains closed on Saturday & Sunday.

32. PAYMENT CONDITION:

FOR INDIGENEOUS SUPPLIES: Payment on Bill Basis after supply: For local supplies the payment will be made only after satisfactory installation, commissioning and performance of the equipment at GGV, Bilaspur and after certification by our technical expert/scientist. However, supplier will be required either to submit performance bank guarantee for 5% amount of the total value of equipment, after installation of the material, valid up to 60 days after the expiry of warranty period or the equivalent amount shall be released after expiry of the satisfactory warranty period.

6

FOR IMPORTS: The payment against imports shall be made through irrevocable LC. L/C will be opened for 100% FOB / CIF value. 90% of LC amount shall be released on presentation of complete and clear shipping documents and remaining 10% shall be released after installation/demonstration/commissioning, subject to submission of PBG of equivalent amount to cover the warranty period. The PBG should remain valid upto 60 days after the expiry of warranty period.. In case of non-submission of PBG after installation/ demonstration/commissioning, remaining payment i.e 10% will be released only after the completion of warranty period.

You are requested to mention the exact product/import code(i.e. HS code) in your quotations.

33. Amendment to Bid Document - At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Bid Document by amendment. Such amendments shall form an integral part of bid documents and it shall amount to an amendment of relevant clauses of the Bid Document. 34.

All prospective bidders who have received this bid document will be notified of the amendment in writing or by cable or by fax, or by e-mail and will be binding on them. 35.

The prospective bidders are required to keep a watch on the UNIVERSITY website w.r.t. any amendment to the tender document or to clarification to the queries raised by the bidders till 07 (seven) days prior to the opening of the tender.

The Purchaser reserves the right to reject the bids if the bids are submitted without taking into account these amendments/clarifications. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids.

36. University may accept or reject any or all the bids in part or in full without assigning any reason and does not bind himself to accept the lowest bid. The University at its discretion may change the quantity/upgrade the criteria/drop any item or part thereof at any time before & after placing the Purchase Order.

37. A bid submitted with false information will not only be rejected but also the OEM/vendor will be debarred from participation in future tendering process. Late or delayed/Unsolicited quotations/offers shall not be considered at all. These will be returned to the firms as it is. Post tender revisions/corrections shall also not be considered.

38. The bids (technical and price bids) once submitted shall be the property of the University and shall not be returned to the vendor in future.

39. Resolution of disputes: University and the vendor shall make every effort to resolve amicably, by direct informal negotiations, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, University and the vendor have been unable to resolve amicably a resolution by formal arbitration the Vice-Chancellor of University shall appoint a sole Arbitrator of the dispute who will not be related to the vendor and whose decision shall be final and binding. In case of any dispute, the decision of the HVC of this University shall be final and binding on the bidders.

7

40. Jurisdiction : All disputes will be subject to Bilaspur jurisdiction only.

41. All correction/corrigendum will be given in our website only. Please visit university website regularly for any information/updates.

Registrar (Acting)

8

Annexure-IFORMAT TO BE FILLED BY THE MANUFACTURERS / INDIAN AGENTS (ON BEHALF OF THEIR FOREIGN PRINCIPLES) OR THEIR AUTHORIZED COUNTRY DISTRIBUTORS/ REPRESENTING DEALERS/ REGIONAL AGENCIES, SUBMITTING TENDER

Bidder profile (Technical)

Sr. DetailsNo

1. Name of the Firm

2.EOI cum tender bid Fee Details Name of BankAmountDate

3. Registered Office addressTelephone NumberFax Numbere-mail

4. Correspondence/ contact address

5. Details of Contact person(Name, designation, address etc.)Telephone NumberFax Numbere-mail

6.Is the firm a registered company? If yes, submitDocumentary proof.Year and Place of the establishment of theCompany

7. Bidder’s Bank Details Name of BankA/c No.IFS Code

8. Is the firmGovernment/ Public Sector Undertakingpropriety firmpartnership firm (if yes, give partnershipdeed)limited company or limited corporationmember of a group of companies (if yes, givename and address, and description of othercompanies)subsidiary of a large corporation (if yes givethe name and address of the parent organization)If the company is subsidiary, state whatinvolvement if any, will the parent companyhave in the project.

9

9.Is the firm registered with sales tax department?

If yes, submit valid sales tax registration

certificate.

10. Is the firm registered for service tax with Service

Tax department? If yes,

Submit valid service tax registration certificate.

11. What type best describes your firm?

· Manufacturer

· Supplier

· System Integrator

· Consultant

· Service Provider (pl. specify details)

others

12. Details of Empanelment

Certificate/Purchase Order of any 3 PSUs

/ Govt. institutions, enclosed

1)

2)

3)

13.Have you ever been denied tendering facilities

by any Government/

Department/ Public sector Undertaking? (Give

details)

10

S. Name of the Turn Over ( Rs. Crores) Total of 3 Financial Average

NO Bidder Years

Turn Over

for three

2010-11 2011-12 2012-13

years

Note : Please enclose certificate issued by CA in this regard.

Seal & Signature of Bidder

DECLARATION

1. I, ------------------------------------------------- Son /Daughter of Shri --------------------------------------

------------------------- Proprietor/ Partner/ Director/ Authorised Signatory of M/s. ------------------------- --- ------ ----- ------- ----------------------- am competent to sign this declaration and execute this EOI cum tender bid document.

2. I have carefully read and understood all the terms and conditions of the EOI cum tender bid and hereby convey my acceptance of the same.

3. The information/ documents furnished along with the above application are true and authentic to the best of my knowledge and belief.

4. I/ we/ am are well aware of the fact that furnishing of any false information/ fabricated document would lead to rejection of my bid at any stage besides liabilities towards prosecution under appropriate law.

5. Our firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India.

6. Each page of the tender document and papers submitted by my Company is authenticated, sealed and signed, and I take full responsibility for the entire documents submitted.

Signature of the Authorised Person

11

Date : -----------------------------Full Name : --------------------------

Place : ----------------------------Company Seal : ----------------------Mobile No.- --------------------------

Note : 1. The above declaration, duly signed and sealed by the authorised signatory of the firm/company, should be enclosed with the EOI cum tender bid document.

2. Certificate as per above must be submitted only on non-judicial stamp paper of suitableamount.

Financial BidAnnexure-II

Please quote rates for apparatus separately or in a list for the items in Schedule -I

For Indigenous Items

Item No. Name of Instruments & Unit Price CST/VAT/Tax if

Total Unit Price(F.O.R GGV, Bilaspur)

Specification any,

For Foreign Items, If quoted

Item Name of Name of Unit CST/VAT/Tax Total Unit PriceNo. Instruments & Manufacturer Price if any,

SpecificationCIP/DDU/CIF/FOR

12

Kolkata/Mumbai/Delhi/BilaspurPrice

Schedule: I

ItemNo.

Instruments Specification Qty.

1. 2D Electrophoresis system 1. IEF • Built-in 12,000 Volt/1.5 mA power supply for Isoelectric Focusing (IEF) Unit and Peltier thermostat cooling plate for heat transfer and electrode contact. • Programmable instrument having RS

232C/USB interface for PC control which is inclusive of cable.

• Control of instrument through LAN • Possibility of data acquisition • On-screen protocol display with easy to

read and edit options• Working temperature of 18 - 25°C (+/- 1°C). • Flexible first-dimension IEF which can be run

up to six 24 cm IPG Strips • Possibility of monitoring individual strips • Reusable Sample cup capacity (up to 240

µl). • Safety certification (CE Safety Certification -

EN61010-1, UL61010-1, CSA22.2, 1010.1)2.Vertical system 2nd Dimension for 2D

Electrophoresis

1

13

• Maximum glass plate size of 18 x 24 cm, 18 X 16 cm or 18 X 8 cm.

• Dual Cooling Chambers for cooling. • Capable of running up to four gels

(maximum 112 samples at one time). • Capable of running gels at constant

temperature range (1-45°C). • Availability of multi range spacers. • Maximum power setting of up to 1000V,

500mA, 50 W for working. • Safety certification with approved

international standards.3. 2D Software for Densitometry Analysis &

Spot Counting• Software for the analysis of post-

electrophoretically Stained gels where the protein spots are compared between samples

• Software for the rapid analysis of 2D protein spots between samples

• Synchronized zoom with intensity auto scale • Automatic and precise image warping with

vector view, background correction and noise filtering

• Automatic spot detection • 3 x 10MB images in eight second Automatic spot matching • Spot detection with user adjustable

parameters • Spot editing and filtering • Spot normalization • pI and MW ladder calibration • Protein list assignment of spots with known

identity, pI and MW• Data visualization • Supplied with USB dongle• Comparison between different gels should

be possible

2. Digital Analytical Balance Fully automatic time and temperature controlled internal adjustmentMetal Die Cast Body – Chemical & Corrosion Resistant (Prevents Chemical Corrosion)Self-Diagnostics- Repeatability, Calibration, Motor test, Key Pad, Statistical & Display test ( Easy for user to do Repeatability test and check audit compliance)Short Cut Keys for direct access of desire application – 3 nos (easy access to mostly used function. Saves time in navigation)Communication port – RS232 & USB as standardProtection of main balance configuration against manipulationSmartTrac facility (Avoids accidental overloading of balance)

1

14

Quick Lock – Easy Assembling & dismantling of Draft shield for easy & quick cleaningErgo Door – Split Draft Shield saves space. Also Opening of Both Draftshield from single side possible.High Contrast Display – Ease in reading irrespective of different ambient condition.Piece counting, Percent weighing, Check weighing, Density measurement, Dynamic weighing, Statistics. Formulation, Totaling, Free factor, Memory Recall.Note: Specification: Readability-0.01mg/0.1mgCapacity-82gm/220gmLinearity-0.02mg/0.2mgRepeatability :- 0.02mg/0.05mgPan Size-80mm

3. STUDENT COMPOUND MICROSCOPE

1. Optical system: Color-corrected infinity optics2. Parfocal distance: Minimum 45 mm 3. Tube length: Minimum 180 mm4. Two stand variants: Full-Koehler and Fixed-Koehler5. Magnifications: at least 40x, 100X, 400X 1000x for visual observation6. Eyepiece tubes: Swiveling side and top, tube with upper and lower position: upper position approx. 40 mm extra viewing height Adjustable interpupillary distance: 48 mm-75 mm, Tube should be rotated 360º, minimum 30º viewing angle (ergonomic angle)Binocular tube and binocular phototube 50%:50% (vis:doc)g7. Eyepieces:WF 10x/18 Br. foc., WF 10x/20 Br. foc. Eyepiece pointer should be retrofitted, all eyepieces should be anti-fungus treated8. Nosepiece: 4x, inclined backwards, 4x, reversed

9. Objectives: 4x/0.1 WD: 6.50 mm, 10x/0.25 WD: 4.39 mm, 40x/0.65 WD: 0.48, mm, 100x/1.25 WD: 0.13 mm 10. Condenser: Abbe condenser minimum 0.9/1.25, Holder for phase contrast, and dark field sliders, Two variants for fields of view 18 mm (Fixed-Koehler), and 20 mm (Full-Koehler)

11. Illumination: Modular illumination concept with drawer, HAL (30 W/6 V), LED (3 W/6 V, roughly corresponding to brightness, of 20 W HAL)

1

15

12. Stage: Stages available with either right-hand or left-hand operation 13. Area of stage: minimum w x d: 140 mm x 135 mm

14. Travel range: minimum w x d: 75 mm x 30 mm

4. NANO DROP SPECTROPHOTOMETER

Sample size: 1 μl (minimum)Sample Number: up to 8Path lengths: 1 mm (auto-ranging to 0.2 mm)Light Source: Xenon flash lampDetector Type: linear silicon CCDWavelength range: 220-750 nmWavelength accuracy: 1 nm (minimum)Wavelength resolution: 3 nm (minimum)Absorbance Precision:0.003 absorbance (1 mm path)Absorbance Accuracy: upto 2% (at .74 absorbance at 350 nm)Absorbance Range:0.05-75 (10 mm equivalent absorbance)Detection Limit: 2.5 ng/μl (dsDNA) minimumMaximum Concentration:3700 ng/μl (dsDNA)Dimensions (footprint): 24 cm X 32 cmSample Pedestal Material of Construction 303 stainless steel and quartz fiberOperating voltage: 12V dcOperating Power Consumption: 30 WStandby Power Consumption: 6 WSoftware Compatibility: Professional versions of Windows 7 (32 bit and 64 bit),Windows Vista (32 bit), Windows XP (32 bit)

Instrument should be supplied with a pair of compatible cuvette.

1

6 Refrigerated high speed centrifuge (220-240V& 50/60Hz operation)

Maximum Speed: 18,000 RPM- Maximum g-force: 29,756xg- Max.Capacity: 4 x 400 mL- Set Temp. range: -20oC to 40oC- Operating Temperature: +2 to +40°C- Drive: Brushless induction

1

16

- Accel/Decel: 10/10- Run Time: 9 hrs.,59 min. Hold, pulse (short run) Optional Rotor:-Description:C1015 Rotor, Fixed Angle, Aluminum,Conical, Max. Vol: 10 x 15 mL,Max. Speed: 10,000 rpm, Max. RCF: 10,416 x g FX301.5 Rotor, Fixed Angle,

Max. Vol: 30 x 1.5/2.2 mL,Max. Speed: 16,000 rpm, Max. RCF: 28,672 x gF0850 Rotor, Fixed Angle ,Max. Vol.: 8 x 50 mL,Max. Speed: 11,400 rpm; Max. g-force: 13,682 x g F2402H, Fixed Angle RotorMax. Vol.: 24 x 1.5/ 2.0mLMax. Speed: 18,000 RPM,Max. g-force: 29,756 x g

7 DEEP FREEZER More Samples, Less Freezer Footprint: Choice of five capacities maximize sample storage while minimizing the freezer's physical space inside the lab

Choice of Refrigeration: For the strictest tolerances, the high-performance mode provides the tightest temperature uniformity and peak variation—for most applications, energy-savings mode offers excellent temperature control, plus up to 15% savings on energy usage compared to high performance mode

New Cabinet + Vacuum Insulation Panel Technology: increases the internal capacity of 2 inch vials over previous generation freezers—gain up to 76% more capacity in the same footprint with 1mL CryoBank tubes

main screen to see freezer's temperature, and access settings and operating parameters

Built-in USB port: Obtain a record, simply download a report of the current event log to a portable drive

Environmentally-friendly, CFC/HCFC free refrigerants

Brazed plate heat exchanger for more efficient heat transfer—induction brazed joints to reduce leak potential and improve reliability

Power management system: protects against a wide range of voltage variation and is easily accessible through the touch-screen display

Remote alarm contacts: with 4-20

1

17

milliamp output compatible with external alarm and monitoring systems

Two rear access, 1-inch (25mm) ports: allow for the use of inexpedient probes or instrumentation

Easy-to-remove, washable filter: Provides protection against dust on the condenser, which can cause reduced refrigeration performance and increased risk to samples

reinforced shelves: Store up to 278 lbs. of samples (depending on freezer model) on the reinforced, stainless steel shelving

outer door gaskets: 4x7 heated gasket provides four touchpoints of security and seven zones of protection, maximizing cabinet temperature and eliminating frost build-up.

8 Gel doc system for nucleic acid and proteins

Hardware Specifications Maximum sample size 28 x 36 cm Maximum image area 19.4 x 26 cm Excitation source Trans-UV and epi-

white are standard (302 nm included, with 254 and 365 nm available as options); optional trans white, self-powered or conversion screen; optional XcitaBlue™ UV/blue conversion screen

Illumination control 3 modes (trans-UV, trans white, epi-white)

Detector CCD Image resolution 4 megapixels Pixel size (H x V) 4.65 x 4.65 µm Filter holder 3 positions (2 for filters,

1 without filter) Emission filters 1 included (standard),

3 optional Dynamic range >3.0 orders of

magnitude Pixel density (gray levels) 4,096 Dynamic flat fielding Application

specific, for all applications Instrument size (L x W x H) 36 x 60 x

96 cm

1

18

Instrument weight 32 kg Operating Ranges Operating voltage 110/115/230 V AC

nominal Operating temperature 10–28°C

(21°C recommended) Operating humidity <70%

noncondensing Automation Capabilities Workflow automated selection

Application driven; user selected or recalled by a protocol

Workflow automated execution Controlled by a protocol via application specific setup for image area, illumination source, filter, analysis, and reporting

Workflow reproducibility 100% repeatability via recallable protocols; from image capture to quantitative analysis and reports

Autofocus , Precalibrated focus for any zoom setting or sample height

Image flat fielding Dynamic; precalibrated and optimized per application

Autoexposure 2 user-defined modes (intense or faint bands)

Use the optional XcitaBlue kit if performing SYBR® Safe DNA applications, UV to blue conversion screen to visualize DNA samples while protecting against UV damage.

SOFTWARE1) Software should have highest level of

automation in hardware calibration, image optimization, capture, and analysis.

2) Should have automated workflow recorded in a protocol file from image capture to results thus eliminating need for training.

3) Should allow 100% repeatability of the workflow by any user and ensures optimized image data and analysis from a gel in a single uninterrupted, fast, and completely reproducible workflow.

4) Should have automated image capture driven by a selected gel or blot application.

5) Should have one-button acquisition from image capture to result.

6) Should generate the publication ready images (dpi, dimension and

19

format) with one click export option.7) Should generate customizable

reports.8) Should have feature for Automatic

print when only imaging and printing is required.

9) Software should have easy copy/paste functionality, crop, zoom, 3D and colors.

Should come with suitable computer and 2KV online UPS

9 CO2 Incubator Volume 170LShelves 4 ShelvesExternal Dimensions (W x D x H) 68.7 x 68 x 84.4 cmInternal Dimensions (W x D x H) 54 x 44.4 x 69.3 cmNet Weight 90 kgRange 4°C above Ambient to 50°CUniformity +/- 0.2°CCertification CE

1

10 Inverted Microscope STAND - LED base stand with constant-color LED transmitted light illuminationconsisting of stand base incl. transmitted light axis with motorized aperture and field diaphragms, motorized shutter, constant color temperature with LED, with 7 keys for automatic Illumination Management (controlling aperture, field diaphragms and light intensity), with 6 programmable functions keys for automatic Contrast Management, with LCD-Display for displaying all relevant microscope parameters. Manual Z drive, with one focusing knob for coarse and fine movement and one focusing knob for fine movement only. Coarse drive 3.5mm per rotation, fine drive 0.2mm per rotation. Total stage stroke is 45-50mm (moving range of the focus drive is 25mm), depending on condenser type. USB 2.0 cable for PC-connection (for computer controlled configuration of automatic and encoded functions). AC Power supply: 90-250 V, 50-60 Hz. Including operating manual, Application Suite software CD, sheet of adhesive labels for programmable function keys.Stand top with coded 6-fold objective nosepiece M25 (25mm thread), including new 1 " fluorescence axis with motorized FIM (Fluorescence Intensity Manager) and motorized field diaphragm disc, with motorized 5-fold turret for fluorescence filter

1

20

cubes and analyzer block. Including cover for objective turret.Condenser - PH, motorized condenser with motorized top lens, motorized condenser turret for PH light rings, DF stop, automatic Koehler illumination, for objectives 1.25x-100x, for BF, DF, PH and POL contrast.STAGE- mechanical stage for biological and industrial applications, with ceramic coated plate, 110° rotation, travel range 76x50mm, right hand handling, with bracket and condenser holder.

Observation Tube - mechanical documentation tube, with fixed viewing angle 30°, field of view 25, variable beam splitters, 3 beam splitter positions: 100% eyepieces, 50% eyepieces:50% documentation port, 100% documentation port.Lamp housing LEDMetal lamp housing with fixed, pre-centered LED, with focusable collector, for LED stands.Fluorescence – 100 W Hg light source with 6 lens collector and heat protection filter.Hg Lamp 100 W – 2 NO.Filter system A UV; size 'k'Filter system A for UV excitation, excitation filter: BP 340-380, dichromatic mirror: 400, suppression filter: LP 425size 'k'Filter system I3; size 'k'Filter system I3 for blue excitation, excitation filter: BP 450/490, dichromatic mirror: 510, suppression filter: LP 515size 'k'Filter system N2.1; size 'k'Filter system N2.1 for green excitation, excitation filter: BP 515-560, dichromatic mirror: 580, suppression filter: LP 590size 'k'Eyepiece HC PLAN s 10x/22 Br. MObj. 4/5x/ 0.12 Objective PLAN : 4x/0.10 Free working distance: 18.0 mm For use with and without Cover GlassObjective PLAN 10x/0.25 PH-1Free working distance: 12.0 mm For use with and without Cover GlassObjective PLAN 20x/0.40 PH-2 Free working distance: 0.9 mm For use with a 0.17 mm Cover Glass (DIN/ISO) Not suitable for Incident Light, except FluorescenceObj. HCX PL FL 40x/0.75 PH2Objective HCX PL FLUOTAR 40x/0.75 PH2Free working distance: 0.40 mmFor use with a 0.17 mm Cover Glass (DIN/ISO)Suitable for Phase ContrastUseful and recommended for Integrated

21

Modulation Contrast (IMC)Obj. HCX PL FLUOTAR 100x/1.30 OIL PH3Objective HCX PL FLUOTAR 100x/1.30 OIL PH3Free working distance: 01.3 mmFor use with a 0.17 mm Cover Glass (DIN/ISO)Suitable for Phase Contrast, not for Incident Light, exept FluorescenceSuitable for DIC (prism D/D1)

Digital Cool Color Camera & SW Kit- Digital cooled colour camera with CCD sensor (2/3") - active cooling delta 20°C for reduced noise levels - max. image size 2560x1920 pixel, 5 Mpixels- fast live image 1280x960 pixel with 18fps - Pixelsize 3.4 µm x 3.4 µm, - High dynamic range >58dB / 800:1 - gain 1x - 10x, - Single Firewire-B connector for data and power - Complete camera kit including Leica Software for camera control, Firewire B-B cable 2.5m,

PCI-express card with 2 Firewire-B connections - Supported Operating systems WinXP/Win7C-Mount HC 0.55x

Fluorescence Image OverlayA manual operation mode is provided for non-motorised microscopes. Image capture sequences should be automated for routine operation Apply image enhancements including contrast, brightness and gamma to each channel image Fluorescent and other contrast methods such as DIC should be combined in a single RGB image

Images at different wavelengths and contrast methods (channel images) should be acquired and combined into a single RGB colour image (Overlay image). The fluorescent filters used to define the wavelengths can be positioned automatically and shutter controlled with a suitably equipped and compatible microscope It is preferred that the camera used is operated in monochrome mode but colour is acceptable.

Image Analysis software- Object tracings should be stored and recalled in overlay format so that they can be reviewed effortlessly

22

- A workflow approach from measurement to analysis increases productivity - Measurements should be accumulated over multiple images so that statistical trends can be determined - Interactive Measurement should be designed to simplify the manual tasks involved when deriving calibrated measurement parameters such as length, area, perimeter, diameter and angles. Measurement types include depicting the vector distance between points, determining angle, width and height and calculating areas and mean intensity. By tracing around the object of interest, it is easy to identify areas of significance and perform sophisticated measurements upon them. Microscope camera and software is required from same manufacturer.

11. PCR Machine (96 well) Gradient Unit, Gold plated 96 wells reaction Module 100-240V, 50-60HzSpecificationsMain Cabinet CU-100Large LCD •USB Port •Service port •Cooling Fan •Ethernet port •Gradient •Language MultipleMethod Storage 9999Weight (kg) 9.8Dimensions (mm)534 x 396 x 297 (W x D x H)Reaction ModuleReaction core 96Peltier 6Temp. sensor 7Heated top lid •Gold plated •Temp. accuracy +/-0.5ºCHeating rate Higher than 4C º/secCooling rate Higher than 2.5Cº/sec4C storage •Weight (kg) 3Dimensions (mm) 362 x 302 x 172 (W x D x H)UPS

1

12. Fourier Transform Infrared Spectrophotometer (FTIR)

Fourier Transform Infra Red Spectrophotometer, High-end advanced PC based system FTIR system with Windows based Software for operation on 220V / 50Hz.

Interferometer: Michelson

1

23

interferometer (30° incident angle), equipped with auto dryer system and dynamic alignment system

Optical system: Single-beam optics

Beam splitter: Germanium-coated KBr

Light source: High-energy ceramic light source

Detector: DLATGS detector equipped with temperature control mechanism

Wavenumber range: 7,800 to 350

cm-1 Resolution: 0.5, 1, 2, 4, 8, or 16

cm-1 S/N ratio: 30,000:1 or higher

(peak-to-peak, 4 cm-1 resolution, in a neighborhood of 2,100 cm-1, 1-minute accumulation)

Mirror speed: 4-step selection of 2.0, 2.8, 5, or 9 mm/sec

Data sampling: He-Ne laser Gain: Automatic or manual

setting (×1 to ×128) Sample compartment:

Equipped with automatic accessory recognition mechanism) × 230 (D) × 170 (H) mm Center focus

Software: Windows based software for complete instrument control full data processing including Arithmetic calculations; Dynamic spectral subtraction; Peak detection; Baseline correction; Normalization; Derivatives etc.

Compatible PC/Printer should be quoted

Built-in advanced data processing capabilities include Full Quantitation; Spectrum search; Private library search; Multi-linear regression; Deconvulation; Kubelka-Munk conversion; Kramer-Kronig Analysis; ATR-correction; JCAMP conversion; ASCII conversion

FTIR should be well protected from moisture for beam

24

splitter. The protection ways are like desiccators inside interferometer which can be easy replaceable by operator, Inbuilt auto dryer, sample window made of KRS5, beam splitter coated with moisture resistant material, completely sealed interferometer etc.

FTIR should be supplied with diffuse reflectance (DRS/DRA) attachment for powder samples. This attachment should be simple in use and operation.

13.SINGLE

SPECTROPHOTOMETER

A scanning UV/VIS Spectrometer with microcomputer electronics, PC controlled, as per the following specification.Optics Double beam spectrometer with concave holographic grating with 1050 lines / mm or more. Sources Pre-aligned deuterium and tungsten and tungsten halogen lamps with automatic source change.

Detector Silicon PhotodiodeWavelength range 190 - 1100 nm

Stray radiation 0.01 % T at 220, 340, 370 nmWavelength accuracy +/- 0.1nm at D2 peak 656.1 nm Wavelength repeatability+/- 0.05 nm at D2 peak 656.1 nm

Band pass1 nm fixed Photometric repeatability+/-0.001 A at 1 AStability: 0.00015 A/h (At 500 nm, 2 s response) or better

Noise:level 0.00003A (OA, 500 nm, 2 s response), RMS or better Software Windows based operating Software. Should provide Recording, manipulation and storage of Spectral data. It should have complete controlling of instruments and accessories of spectrometers. Operating modes scan, fixed wavelength measurement, wavelength program calibration concentration measurements 25 standards, 5 ordinate types, 6 curve models, etc.

N.B : The PC & Printer may be quoted indigenously.

1

14 HPLC The HPLC system shall include the following individual stackable self-contained modules. The HPLC system must be controllable,

1

25

monitored, capable of performing system maintenance using Microsoft Internet Explorer web browser. 1. Solvent Delivery System for Micro, Semi-Micro, Analytical, Semi-Prep Flow Rates: 2No2. Photo Diode Array Detector: 1 no3. Fluorescence Detector : 1 No 4. System Controller: 1 No5. Computer and Printer: 1 no6. Chromatographic Software: 1 no7. Manual Injector with 20 micro l loop & auto start : 1no8. Mixture : 1 No

1. Solvent Delivery System for Micro, Analytical, Semi-Prep flow rates : 2 No

It must be a high speed double micro-plunger in-parallel pump with automatic pulsation correction mechanism achieving pulse-free solvent delivery.

It should have a flow rate resolution of 3 nl/min

The flow rate should be settable between 0.0001 to 10 ml/min from micro to semi-preparative flow rates without any hardware changes

Flow rate accuracy should be ±1% or ±0.5 µl/min of set value whichever is larger

Flow rate precision must be less than ±0.06% RSD

Pressure setting range should be 1-40 MPa

Pressure pulsation must not exceed 0.3 bar (0.03MPa)

The precision of composition must be less than 0.1% RSD.

Automatic rinsing of plunger must be available.

It should have up to 20 storage files

It must have a leak sensor as safety feature

2. Photodiode Array (PDA) UV-Vis Detector : 1No

The wavelength range should be 190 nm - 800 nm

The photo-diode array detector should have 512 elements and an element resolution of 1.2nm/element must be available.

The detector must have 2 modes of operation using a variable slit: High Resolution mode at a slit width of

26

1.2nm and a High Sensitivity mode at a slit width of 8nm

The flow cells must be temperature controlled from ambient ±5˚C to 50˚C

Wavelength accuracy should be ±1 nm

A deuterium lamp [D2] and a Tungsten lamp [W] should be available as Light Source for UV and visible wavelengths respectively.

The selection of light source must be flexible to select D2, W or both [D2 +W] the lamps for analysis (3 modes)

The Drift must be smaller than 0.5x10-3 AU/Hour

The Noise Level must be smaller than 0.6x10-5 AU

It should have automatic wavelength accuracy check at 4 wavelengths (UV & Vis) & wavelength correction

It must have data buffering function to collect up to 20 min of data for all wavelength regions in case of PC malfunctions

3. Fluorescence Detector 1 No The light source should be a Xenon

lamp The wavelength range should be

200nm to 650nm. An option should be available to achieve the range of 200 to 750 nm

The Spectral bandwidth should be 20nm

Wavelength accuracy should be ±2nm

Wavelength reproducibility should be ±0.2nm

The Signal to noise ratio for Water Raman peak should be minimum 1200

A conventional flow cell [12 μL volume, 2 MPa pressure max.] should be available as standard

The detector must be capable of monitoring any 2 wavelengths between 200 and 650nm simultaneously.

For ease of maintenance, the xenon lamp and flow cell must be accessible from the front panel with no tools required and alignment free.

4. System Controller: 1 No It should function as a communication

bus module with data buffering 27

capability It should acquire up to 24 hours for

one analysis, at 500ms sampling rate It must be controllable from a web-

based interface via a network. It allows the system to be controlled, monitored and maintained via Internet Explorer Web browser

It must be compatible with wireless networking

It should store up to 20 analysis files with a total up to 400 steps of time programs.

5. Computer and Printer Intel Core I7-2400 processor 4.0GB RAM 1TB Hard Disk 23” LCD Monitor DVD-RW Pre-loaded with Window 8 Laserjet Printer

6. Chromatographic Software Operation of the system should be

very easy and intuitive via a state-of-the-art 32 bit Windows 7 based software

It should cover full one-point digital instrument control, qualitative and quantitative processing, report creation and self-diagnosis

The reporting format should be flexible and easy to use in any desired format

The software should allow automatic execution of system checks, auto-purge and baseline checks.

15. Phytotron/Plant Growth Chamber (65ºC, ±1ºC, 300L

Type: LCD advanced type Temp. Range: 0-65ºC (without

illumination); 10-65ºC (with illumination)

Resolution: 0.1ºC Temp. Fluctuation: ±1ºC Temp. Uniformity: ±2ºC Humidity range: 60%-90% Humidity fluctuation: ±5% Illumination range: 0-15000LX Time range: 0-9999min Power consumption: 1300W

1

16. a. Lyophilizer Condenser Blank-Off Temperature ES -55°C / XL -75°CCondenser Capacity + 2 L

28

Sentry 2.0 Controller LCD DisplayVacuum Indication (Millitorr, Millibar, or Pascals-selectable) Atmosphere to 1 MillitorrVacuum Regulation Vacuum Bleed TypeTemperature–Vapor Pressure Conversion Push ButtonSystem Maintenance Oil Change MessagePC Interface RS232Defrost Method Hot GasProduct Freezing in Condenser via 2-position shelf ES -50°C / XL -65°CSystem Refrigerant CFC-FreeCondenser Type Bottom external coilCompressor Horsepower ES, XL 1/3 HPAverage Time to 100 mtorr (0.13 mbar) 15 Minutes (with recommended VirTis pump)Ultimate System Vacuum 10 mtorr (13 x 10-3mbar) 1.3 PABase Cabinet Dimensions: W x D x H* in. 12.5 x 19 x 15.5cm 31.7 x 48.3 x 39.4Weight (lbs/kg) ES, XL 59 lbs./26.5 kgStandard Voltages 115V/60, 208V/60, 220V/50

b. ROTAVAPOR Dimensions (L x H x D): 550 x 575 x 415 mm285 x 240 x 300 mm

Weight : 16 –18 kg (depending on glass assembly) 4 kgOperating voltage: 100 – 240 V 100 –120 V or 220 – 240 VFrequency: 50/60 Hz 50/60 HzHeating power : 1300 WPower consumption: 60 W 1700 WRotation speed: 20–280 rpm -Flask size: 50 – 4000 ml up to 4000 mlMaximum flask capacity: 3 kg -Controlled temperature range - 20 –180 ºC (water and oil)Display:Rotation speed and vapour temperature Actual and specified temperature, water/oilTemperature deviation - ± 2 ºCBath capacity - 4 Liter

1

17. Fermenter System (20 Liter) Fermenter with borosilicate vessel with total volume of 20 liters and working volume of at least 15 liters or more

The system must be complete to measure and control pH, DO, stirrer speed (1-1000rpm), level/foam control & temperature

Latest generation self-adaptive PID Microprocessor based touch screen

1

29

controller. Color touch screen interface to guide the user through operation of the controller. System must display ONLINE virtual overview all process parameters on the controller screen itself.

Controller must have to be GAMP/cGMP /guidelines compliant. This fact must be explicitly stated in the printed catalogue of the manufacture a copy of which should be enclosed with the tender.

System should be complete with accessories required for microbial application inclusive of sampling system & stainless steel air outlet condenser.

Stirrer assembly which can be run from 1-1000rpm for microbial culture.

Offered system must have option of 3 Mass Flow controller one each for air, O2 and N2

Spare parts for trouble free and maintenance free operation to be included O-ring inoculation Septa Spare autoclavable disposable air filters, drive shaft seals, DO membrane kit, tubing, electrolytes etc.

Data logging software with the facility to display and print trends, profiles and graphs of various parameters.

Technical compliance statement must be enclosed with the quotation.

Satisfactory list of users for the Bioreactors system should be provide from at least 20 users in India from last 3 years.

Suitable Air compressor and autoclave to be offered as optional.

18. Biosafety cabinet 4 feet Biosafety cabinet Class II, Type A2, quoted model must be NSF certified for 230 volt, 50Hz. complete stainless steel only (No walls to be in glass/carbon steel/MS painted steel).

Front sash window has to be 10 degree slope to avoid reflection. Interior mounted, line-of-sight LCD display with filter life Remaining bar graph and status line for alarm conditions and alerts to warn filter remaining life in percentage (ADA compliant).

Blower motor should be single ECM motor of High Torque (0.5 HP/42

1

30

Ounce inches) of the latest technology which consumers less energy (240 watts), generates less heat (64 BTU/Hour), noise level 62 DBA (measured as per NSF standards 15” inch above the work surface and 12” inch in front of the unit) and has long motor life i.e., 50,000 hrs.

System should have the ability to automatic compensate the blower motor speed against the filter load for the full life of the filter without any manual human intervention. System should also automatically compensate for low and high voltage and maintains proper blower speed.

Smart start system that allows the user to program start up and shut down operation with the touch of a single switch and night smart system that ideals the blower when the sash are fully closed and yet maintains the air flow conditions inside the cabinet.

Built in interval or elapsed timer for experiment monitoring or UV light control.

304 stainless steel dished work surface with lift out knobs and towel catch located under work surface. Intrinsically safe negative pressure design.

Contain air negative pressure channel ensuring class 5 conditions per ISO 14644-1 and 2 (formerly class 100) along with supply and exhaust 99.9% efficient HEPA filters.

Two electrical duplex receptacles (single outlet on 230 volts models), located one on each side, with ground fault interruption and stainless steel splash covers.

Fully closing, clear ¼ inch tempered safety glass sash with 2 sash handles, counter balanced, anti-racking mechanism and 10 degree slope and 20 inch opening viewing height

Bright, 100 foot candle, glare free fluorescent lighting located outside the contaminated work area.

Electronic security lock that requires code to operate the cabinet so that unauthorized persons do not use the cabinet.

Base stand for biosafety cabinet to be included.

31

32