LAB EQUIPMENT CHEMISTRY LAB NAROWAL CAMPUS ...

45
UNIVERSITY OF ENGINEERING & TECHNOLOGY, LAHORE TERMS & CONDITIONS / INSTRUCTIONS FOR BIDDERS OF LAB EQUIPMENT CHEMISTRY LAB NAROWAL CAMPUS (NO 01) 1. Single stage/two envelope bidding procedure shall be applied in response. The envelops shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPSAL”. The financial proposal of bids found technically non-responsive shall be returned unopened to the respective bidders. Technically responsive bidders shall be informed and their financial bids shall be opened in the next Central Procurement Cell (CPC) meeting after informing the technically responsive bidders. 2. Responding organizations shall deliver sealed pr oposal of the “TECHNICAL & FINANCIAL PROPOSALS” before or on 24 th March, 2020 at 9:30 a.m. 3. The Proposals will not be accepted after the due date &, time proposal shall be delivered at the address given below before time. The TECHNICAL PROPOSALS shall be opened on the same day at 10:00 a.m. in the presence of bidders or the representatives of the responding organizations. 4. Bidders are advised not to quote different options (only one option is to be quoted). Received bid with different options shall not be entertained. 5. Price should be mentioned on FOR basis. 6. The prices, including all taxes, should be quoted item-wise in Pakistani Rupees so as to reach the premises of the University of Engineering &Technology Lahore Narowal Campus. 7. Offers should be valid for 120 working days from the date of opening of the Tender. 8. Delivery period will be one(01) months from the date of placement of order. Earlier delivery will also be acceptable. 9. Bidders must submit their tender duly signed, clearly indicating the offered specifications of each item, specified in the Tender Document. 10. Offers must be supported with comprehensive sectioned literary of the materials / good offered. 11. The University reserves the right, at the time of placing the order, to increase or decrease the quantity of items. 12. (a) Bids must be accompanied by 2% of total estimated cost as Earnest Money in the shape of CDR in the name of Treasurer, University of Engineering and Technology, Lahore without which bids will not be entertained. Bank Guarantee is not acceptable. Estimated cost and amount of CDR is given against each item.. (b) the successful bidder will arrange two stamp paper @0.25% on total value of issuance of Purchase Order. 13. If the successful bidderfails to supply the equipment within stipulated period, their Earnest Money shall be forfeited. 14. The equipment must be in accordance with the offered specifications. 15. Bidders must attach attested photocopy of their N.T.N. and G.S.T. Number, Professional Tax Certificate.

Transcript of LAB EQUIPMENT CHEMISTRY LAB NAROWAL CAMPUS ...

UNIVERSITY OF ENGINEERING & TECHNOLOGY, LAHORE

TERMS & CONDITIONS / INSTRUCTIONS FOR BIDDERS

OF

LAB EQUIPMENT CHEMISTRY LAB

NAROWAL CAMPUS (NO 01)

1. Single stage/two envelope bidding procedure shall be applied in response. The

envelops shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL

PROPSAL”. The financial proposal of bids found technically non-responsive shall be

returned unopened to the respective bidders. Technically responsive bidders shall be

informed and their financial bids shall be opened in the next Central Procurement Cell

(CPC) meeting after informing the technically responsive bidders.

2. Responding organizations shall deliver sealed proposal of the “TECHNICAL & FINANCIAL PROPOSALS” before or on 24th March, 2020 at 9:30 a.m.

3. The Proposals will not be accepted after the due date &, time proposal shall be

delivered at the address given below before time. The TECHNICAL PROPOSALS

shall be opened on the same day at 10:00 a.m. in the presence of bidders or the

representatives of the responding organizations.

4. Bidders are advised not to quote different options (only one option is to be quoted). Received bid with different options shall not be entertained.

5. Price should be mentioned on FOR basis.

6. The prices, including all taxes, should be quoted item-wise in Pakistani Rupees so as

to reach the premises of the University of Engineering &Technology Lahore Narowal

Campus.

7. Offers should be valid for 120 working days from the date of opening of the Tender.

8. Delivery period will be one(01) months from the date of placement of order. Earlier

delivery will also be acceptable.

9. Bidders must submit their tender duly signed, clearly indicating the offered

specifications of each item, specified in the Tender Document.

10. Offers must be supported with comprehensive sectioned literary of the materials /

good offered.

11. The University reserves the right, at the time of placing the order, to increase or

decrease the quantity of items.

12. (a) Bids must be accompanied by 2% of total estimated cost as Earnest Money in the

shape of CDR in the name of Treasurer, University of Engineering and Technology,

Lahore without which bids will not be entertained. Bank Guarantee is not acceptable.

Estimated cost and amount of CDR is given against each item..

(b) the successful bidder will arrange two stamp paper @0.25% on total value of

issuance of Purchase Order.

13. If the successful bidderfails to supply the equipment within stipulated period, their

Earnest Money shall be forfeited.

14. The equipment must be in accordance with the offered specifications.

15. Bidders must attach attested photocopy of their N.T.N. and G.S.T. Number,

Professional Tax Certificate.

16. The successful bidder(s) shall get the equipment inspected at their premises workshop

before its dispatch to UET Lahore Narowal Campus.

17. Part / advance payment is not allowed.

18. 10% security of total value of Purchase order/bill shall be deducted at the time of bill

process. The deducted amount as security will be returned after successful completion

of Defect Liability / Warranty Period, after repairing the defects in the equipment /

replacement found during the warranty period.

19. In case of failure on the part of supplier to supply the equipment as per specifications

quantity or within the stipulated time without getting extension, penalty up to 02% of

the supply order per month will be imposed on the supplier by the Head of

Department.

20. Deduction of Income Tax and other taxes of any kind will be deducted at the source

according to Governments prevailing rules.

21. Sale price of the tender document is Rs.1000/- (Non-Refundable) .The details

specifications of the required equipment are given in the subsequent pages.

22. After Sale service and supply of spare parts must be guaranteed for a period of one

year.

23. The original Request for Proposal documents duly signed and officially sealed by the

bidder must be submitted in whole with the proposals. Any conditional, ambiguous,

incomplete, supplementary or revised offer after the opening of tender shall not be

entertained.

24. Any overwriting/crossing, etc. appearing in the offer may be properly signed by the

person signing the tender. All pages of the tender must be properly signed & stamped.

Offer with any overwriting/use of Blanco shall not be accepted in any circumstances.

25. The Departmental Inspection Committee, will get the equipment inspected at UET

Lahore Narowal Campus and will have the right to reject the equipment if not found

according to the stated specifications.

26. In case any supply / material is found not in conformity with the specifications

provided in the tender, either on account of inferior quality, defective workmanship,

faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier

shall replace the same free of charges.

27. The bidders are required to submit the company profile including Technical,

engineering, managerial capabilities after sale service and past experience /

performance along with their technical bid and also list of reference installation in

Pakistan for similar equipment.

28. Procurement shall be governed by the PPRA Punjab Rules-2014.

Dr.Habib Hussain Bubuk

Head

Basic Sciences Department

UET Lahore. Narowal Campus

0321-4618681

Specifications Chemistry Lab Narowal Campus.

ITEM Specification Qty

2

Furier Transform

Infrared

Spectrometer

Interferometer: 25 mm, permanently aligned, Michelson, 45°,

mechanical flexture

Enclosure: Sealed and desiccated Beam splitter; Efficient beam splitter,

Moisture: Moisture free settings

Spectral wavelength ranges: with ZnSe 7,800 to 500 cm¹־

Qualitative & Quantitative:

Ideal for both qualitative and quantitative analysis — instantly

select from one of three factory-calibrated, fixed pathlengths between 30 and 1000 microns

Wavenumber accuracy: 0.05 cm-1 Measured with a NIST

1921 traceable standard Wave number accuracy: within ± 0.01 cm¹־

Wavenumber reproducibility: 0.005 cm-1 Measured with a

NIST 1921 traceable standard

Resolution: ≤ 0.5 cm¹־ Signal to noise ratio: (≤ 5 cm1 ≥ ,¹־ min scan) ≥ 30,000 : 1

Light source: Stable light source cover above wavelength

range, Detector: Fast and temperature control cover wide range of

analysis

Software : PC software, Automated IQ/OQ

Ideal for both qualitative and quantitative analysis , Complete collection of spectral processing and analysis tools .

Library: Must have In- Built library of at least 9,000 spectras

or better Computer: Compatible Branded Core i-5 Computer system

along with Printer & LED

Optical system: Single beam/Double beam Temperature controlled and moisture/humidity resistant KBr

optics

Auto subtraction of CO2 and H2O absorptions

Source: Internal high power IR source Interferometer : Rock solid and permanent aligned with high

stability

QTY 01

Estimated

Cost

Rs.M.3.66

Amount of

CDR.RS.73

200/-

2. UV/Visible spectrophoto

meter

Instrument hardware Source Unique full-spectrum Xenon flash lamp (80 Hz) with typical

lifetime of 10 years (guaranteed 3 years)

Monochromatic : Czerny-Turner

Grating: Holographic, 27.5 x 35 mm, 1200 lines/mm, blaze angle 8.6° at 240 nm

Beam splitting system: Beam splitter

Detectors: 2 silicon diode detectors for simultaneous sample and reference measurements

UV-Vis limiting resolution (nm): ≤ 1.5 nm

Stray light (%T): At 198 nm (12 g/L KCl, TGA & BP/EP method) ≤ 1%

At 220 nm (10 g/L NaI ASTM method) ≤ 0.05%

At 370 nm (50 mg/L NaNO2) ≤ 0.05%

Wavelength range (nm): 190–1100 nm Wavelength accuracy (nm): ± 0.5 at 541.94 nm

Wavelength reproducibility (nm): ± 0.1 nm

Photometric accuracy (Abs) Using NIST 930D fi lters at 1 Abs ± 0.005 Abs

At 0.2, 0.5 & 0.75 Abs (14.2% w/v KNO3, TGA method) ±

0.01 Abs

0.292 to 0.865 Abs (60.06 mg/L K2Cr2O7, BP method) ± 0.01 Abs

Estimated

Cost

Rs.M.1.617

5 Amount

of CDR.RS.

32350/-

QTY 01

Photometric range (Abs) ± 3.3 Abs Photometric display

± 9.9999 Abs, ± 200.00 %T

Photometric reproducibility (Abs)

Using NIST 930D fi lters, at 465 nm, 2 s SAT Maximum deviation at 1 Abs < 0.004 Abs Standard deviation

for 10 measurements < 0.00050 Abs

Using NIST 930D fi lters, at 546.1 nm, 2 s SAT Maximum deviation at 0.5 Abs < 0.003 Abs

Standard deviation for 10 measurements < 0.0030 Abs

Photometric stability (Abs/hour) 500 nm, 10 s SAT < 0.0004

Abs Photometric noise (Abs, RMS)

500 nm, 1 s SAT At 0 Abs < 0.0001 Abs

At 1 Abs < 0.0005 Abs At 2 Abs < 0.005 Abs 260 nm, 1 s SAT At 0 Abs < 0.00015 Abs

Baseline flatness (Abs)

200 to 850 nm, smooth 21 fi lter applied, baseline corrected ± 0.001 Abs

Compartment size (width x depth x height)

130 mm x 523 mm x 123 mm

Note that sample compartment can be left open during measurement due to room light immunity of Cary 60

Sample compartment access

Top and front: Instrument dimensions (width x depth x height)

Packed 595 x 710 x 350 mm (24 x 28 x 14 in)

Unpacked 477 x 567 x 196 mm (19 x 23 x 8 in) The Cary 60 has been designed to withstand monitor up to 10 kg.

Operational

Spectral bandwidth (nm): Fixed at 1.5 nm

Signal averaging (seconds): 0.0125–999 s Maximum scan rate (nm/min): 24000 nm/min

Slew rate (nm/min): 24000 nm/min

Data interval (nm): 0.15–5.0 nm Repetitive scanning

4800 data points per minute, maximum number of cycles: 999,

maximum cycle time (min): 9999

Solid Sample Holder for solid samples Matched pair Standard Cuvettes Q.ty: 01

Matched pair Quads Cuvettes Q.ty: o1

Computer System Core i-5, 7-Generation, RAM 8-GB, Hard 1-TB, Monitor 21”

Window 7 Professional 64 bit

Laser Jet Printer HP-402 N

5. ATOMIC ABSORPTION SPECTROPHOTOMETER 01

Measurement

Mode

Fully automated double beam spectrometer for Sequential fast

multi-element Flame Atomic Absorption and Emission determinations.

Should be upgradable to Graphite Furnace

Manufacturer must be certified to ISO 9001 standards. Please

provide certificate of registration for the manufacturer

ESTIMATE

D COST

RS.7.86

AMOUNT

OF CDR

RS.157200/-

Monochroma

tor

Automated self-calibrating 250 mm or better focal length

Czerny-Turner monochromator with microstepping driver for

enhanced resolution. Software-controlled wavelength selection and peaking.

Wavelength slew rate 2000 nm/min

photomultiplier tube detector (type R446) for best signal-to-

noise performance. Automated slit selection. Settings: 0.2, 0.5 and 1.0 nm.

Wavelength Range

Wavelength Range: 185–900 nm Wavelength repeatability: ±0.04 nm

Optics

Narrow beam optics match flame and furnace profiles. Optics

are mounted on a reinforced flat plate with a fitted cover for

protection from dust and vapor. Mirror surfaces are quartz overcoated for enhanced protection. singlebeamsplitter plus a

Rotating Beam Combiner, which alternately passes the sample

or reference beam into the monochromator for maximum light

transmission.

Lamps

Support for four lamps

Lamps mounted in fixed positions. Fast lamp selection using

mirror with automated selection. Compatible with coded, uncoded or high intensity UltrAA lamps.

Lamps secured by the base without restraining clips or power

cables. Lamps automatically switched off at the end of analysis.

Automated pre-warming of next lamp in sequence.

Back Ground

Correction

High intensity deuterium background corrector covering

wavelength range 185–425 nm.

Corrects up to 2.5 background absorbance. 2 ms response. Electronic modulation with automatic gain attenuation for

improved beam balance.

Deuterium lamp easily aligned and replaced by the user.

Optimized electronic control ensures long lamp lifetime.

Diffraction Grating

Holographic diffraction grating with 1200 lines/mm blazed at

240 nm. Dispersion 3.1–2.3 nm/mm.

Flame Atomization

System

All gas hoses and connections must be made internally, to minimize exposure of hoses to physical damage, corrosion, heat

and UV radiation

Must be possible to remove and disassemble in seconds, without special tools. Specify design elements which contribute

to rapid spraychamber clean-out

Liquid trap must be fixed to the spraychamber and the liquid level interlock must be an integral part of the liquid trap

Impact bead required with mechanism to allow external

adjustment (without tools)

Impact bead must be available for use with both air-acetylene and nitrous oxide-acetylene flames

Must be possible to install mixing paddles for improved mixing

inside the spraychamber and still retain use of the impact bead for improved performance

A pressure relief bung is required to relieve pressure in case of

flashback. The ejection of the burner and the use of restraining cables or keys on the burner is not acceptable

Spraychamber must be capable of handling acids, alkalis and

organic solvents. Specify materials of construction. Aluminium

or polypropylene construction is not acceptable for this application.

Must be fitted with an adjustable nebulizer with inert capillary

and venturi. Specify materials of construction

Gas Flow

Automatic gas control

Separate internal and external gas flows. Internal flow is

software-controlled over range 0–0.3 L/min. Fixed external gas

flow of 0.5 L/min. with computer-controlled boost flow of 3.0 L/min during atomization. Two stage external flows reduce gas

consumption and improve tube lifetimes

Flame Performance

Sensitivity

A minimum absorbance of 0.9 is required from a 5 mg/L copper standard using an air-acetylene flame and aspirating at

min. flow of 7.2 mL/min.

Flame

Performance

The percent relative standard deviation (%RSD) from ten 5

second integrations must be equal to or better than 0.5% for the

Precision same 5 mg/L copper solution aspirating at 5.0mL/min

Hydride

Generation

Continuous flow vapor generation required for the determination of Hg, As, Se, Sb, Te, Bi and Sn at ug/L

concentrations.

Construction must allow rapid changeover between elements with conflicting chemistry (e.g.: As and Hg). Changeover must

be modular.

Performance of the system must allow 3 replicate readings to

be achieved from 1 sample using < 8 mLs of sample with analysis time of 1 min. or better. Precision from the 3 replicate

readings must be 1 – 2 % RSD

Lamps with Standards

(1) Calcium, (2)Magnesium, (3)Iron, (4)Zinc, (5)Manganese, (6)Cobalt, (7)Copper, (8)Mercury, (9)Sodium, (10)Potassium

Accessories

Fume Extraction System, Air Compressor Oil-Free, Acetylene

Gas with Regulator, Nitrous Oxide Gas with Regulator, Organ

Gas with Regulator.

8. Digital polarimeter

Measuring method: Optical rotation measurement

Temperature sensor: Build-in temperature sensor (Pt 100) for

sample cells and quartz control plates with wireless data transfer into the instrument software

Automatic identification of sample cell and quartz control plate

to avoid incorrect sample cell selection and ensure traceable

and comfortable instrument handling. Long lifetime LED light source (average lifetime 100.000

hours)

Measuring range: ± 89.9 ° Accuracy Optical Rotation: ± 0.01°

Temperature range of Peltier temperature control: + 20° and

25°C or temperature control disabled

Wavelength: 589 nm Temperature accuracy: ± 0.2 °C

Repeatability in Optical Rotation : ± 0.01°

Response time: 12 seconds Adjustment: Quartz control plate with manufacturer’s

certificate. Also available: PTB certificate on request

Methods: Optical rotation, concentration, specific rotation Data memory: Internal data memory

Supported input/output Devices:

▪ Keyboard, mouse, bar code reader, memory stick

▪ Pos. printer (RS232), office printer connected via USB or Ethernet (Canon Bubble Jet, Epson Esc/P2, Epson Stylus, HP

and PCL compatible)

Display: Graphical, brightly colored 5.7 inches TFT touch screen (640 x 480 px)

User elements: Touch screen

Housing: Polystyrene / butadiene Wetted parts: Borosilicate glass, stainless steel

QTY 01

Estimated

Cost

Rs.M.1.69

Amount of

CDR.RS.

33800/-

9 Digital Refractometer

Measuring range:1.30 – 1.66 nD

Accuracy refractive index: 0.0001 nD *)

Temperature control :Automatic temperature correction Refractive Index:

Measuring range: 1.3330-1.6600nD

Resolution: ±0.0001 nD.

Accuracy Refractive Index: ±0.0001 nD at the push button Brix:

Range: 0 % to 100 %

Resolution: 0.01 % Accuracy): 0.05 %

Temperature probe accuracy: ±0.05 °C

Additional Information: Optical Wavelength: 589.3nm

01 QTY 01

Estimated

Cost

Rs.M.1.79

Amount of

CDR.RS.35

800/-

Measuring Light Source: LED Sensor: Linear Hi-Res CCD

Prism: Optical glass

Stage: Sapphire, FFKM, High polish stainless steel

Temperature compensation: +5 to +35oC (Automatic temperature correction)

Measuring time: 1.0 seconds per sample

Minimum Sample quantity: >0.1mL Zero calibration liquid: Distilled water

Display: LCD

Additional methods :more than 100 methods available on

request (e.g. syrup, honey, alcohol, urine Data interface :RS-232, 2 USB, 1 USB serial, ethernet printer,

ethernet LIMS

User interface :5.8 inch touchscreen.

10 Conductometer

Conductance: 0.1 µS - 500 mS Conductivity measuring accuracy: ±0.5% at 0.1 µS - 16 µS Resolution: 0.1oC Display resolution: 320 x 240 pixels (RGB) Temperature Measuring range: –150°C - +250°C Operation: 0°C - +40°C (at a max. of 85% humidity)

01 Estimated Cost Rs. Million 1.275 Amount of CDR Rs. 25500/-

11

Electronic Balance (1mg)

Capacity: 220 g Readability: 0.001 g or 1 mg Tare range: 220g Response time: 2 second or less Repeatability: = or ± 1 mg Linearity: = or ± 2 mg Calibration: Internal Pan dia: ~ 115 mm Balance housing: Yes Overload protection: Yes Leveling feet: Yes Level indicator: Yes Port for computer and printer: Preferred

02 Estimated Cost Rs. Million 0.240 Amount of CDR Rs. 4800/-

12

Chemicals

and

Solvents

Estimated

Cost for

Chemical

Solvents

Rs.0.808

Amount of

CDR Rs

16160/- 1 1,10-Phenanthroline 50g

2 1,4-Narthoquinone 50g

3 1,5-Diphenyl Carbazide 100g

4 1-Butanol 500g

5 1-Naphthol 500g

6 2,4-Dinitrophenyl Hydrazine 300g

7 2-Naphthol 500g

8 Acetamide 250g

9 Acetanilide 500g

10 Acetic Acid 4L

11 Acetic Anhydride 2L

12 Acetone 2.5L

13 Acetonitrile 2.5L

14 Acetophenone 250g

15 Acetyl Chloride 250g

16 Adipic Acid 300g

17 Alizarin 25g

18 Aluminium Chloride 250g

19 Aluminium foil 2 sheets

20 Aluminium Hydroxide 250g

21 Aluminium Oxide 250g

22 Aluminium Sulphate 250g

23 Aluminone 100g

24 Ammonium Acetate 250g

25 Ammonium Carbonate 250g

26 Ammonium Chloride 250g

27 Ammonium Dihydrogen Phosphate 250g

28 Ammonium Hydrogen Carbonate 250g

29 Ammonium Hydroxide 2L

30 Ammonium Iron II sulphate 500g

31 Ammonium Molybdate 300g

32 Ammonium Oxalate 100g

33 Ammonium Sulphate 250g

34 Ammonium Sulphide Yellow 250g

35 Aniline 250g

36 Anthracene 100g

37 Anthraquinone 500g

38 Antimony Sulphate 250g

39 Antimony Sulphide 500g

40 Antimony Trichloride 500g

41 Arsenic Oxide 250g

42 Ascorbic Acid 250g

43 Barium Chloride 250g

44 Barium Nitrate 800g

45 Barium sulphate 250 g

46 Benzamide 250g

47 Benzene 1L

48 Benzidine 300g

49 Benzil 250g

50 Benzoic acid 250g

51 Benzophenone 500g

52 Benzoquinone 100g

53 Biphenyl 800g

54 Bismuth Chloride 500g

55 Bismuth Nitrate 800g

56 Boric Acid 800g

57 Bromophenol 500g

58 Cadmium Carbonate 500g

59 Cadmium Chloride 500g

60 Cadmium Sulphate 500g

61 Calcium Acetate 250g

62 Calcium Carbonate 250g

63 Calcium Chloride 250g

64 Calcium Hydroxide 100g

65 Calcium Hypochlorite 250g

66 Calcium Oxalate 500g

67 Calcium Sulphate 250g

68 Camphor 200g

69 Carbon Disulphide 1 L

70 Carbon Tetrachloride 1 L

71 Catechol 100g

72 Charcoal Activated 500g

73 Chloral Hydrate 500g

74 Chloroform 2.5L

75 Cholesterol 100g

76 Chromatography paper 6 sheets

77 Chromium Acetate 500g

78 Chromium Carbonate 500g

79 Chromium chloride 250g

80 Chromium Oxide 250g

81 Chromium Sulphate 400g

82 Cinnamic Acid 100g

83 Cinnamic acid 250g

84 Citric Acid 500g

85 Cobalt Carbonate 500g

86 Cobalt chloride 250g

87 Cobalt Nitrate 500g

88 Cobalt Oxalate 250g

89 Cobalt Sulphate 500g

90 Copper Acetate 500g

91 Copper Chloride 500g

92 Copper Nitrate 500g

93 Copper Sulphate 250g

94 Creatinine 25g

95 Cyclohexylamine 500g

96 Dextrose (Powder form) 500g

97 Diammonium Oxalate 500g

98 Dichloromethane 2.5L

99 Diethyl Ether 2.5L

100 DimethylGlyoxime 500g

101 Diphenylamine 250g

102 Disodium Oxalate 250g

103 Dithizone 100g

104 DMSO 2.5L

105 D-Sorbitol 250g

106 EDTA 1500g

107 Eosine indicator 25 g

108 Eriochrome Black T 25g

109 Ethanol 5L

110 Ethyl acetate 2.5L

111 Ethylene Glycol 2.5L

112 Ferric Alum 500g

113 Ferric chloride 250g

114 Ferric Nitrate 250g

115 Ferrous Sulphate 500g

116 Ferrous Sulphide 500g

117 Filter Paper Sheets 6

118 Florescein 25g

119 Formaldehyde 500ml

120 Fructose 1000g

121 Fuchsin Black 50g

122 Glucose 1000g

123 Graphite Powder 250g

124 Hydrochloric Acid 2L

125 Hydrofluoric acid 2L

126 Hydrogen Peroxide 0.5L

127 Hydroquinone 500g

128 Hydroxylamine 500g

129 Iodine 200g

130 Iodoform 500g

131 Iron II Chloride 800g

132 Iron II Chloride Hydrate 500g

133 Isopropyl Alcohol 2L

134 Janus Green 250g

135 Lactose 2000g

136 Lead Acetate 500g

137 Lead Carbonate 500g

138 Lead Chloride 100g

139 Lead Nitrate 250g

140 Litmus 50g

141 Magnesium Carbonate 100g

142 Magnesium Chloride 250g

143 Magnesium Metal Powder 500g

144 Magnesium Sulphate 250g

145 Magneson 25g

146 Malonic Acid 500g

147 Maltose 300g

148 Manganese Chloride 250g

149 Manganese Dioxide 250g

150 Manganese Nitrate 250g

151 Manganese Sulphate 250g

152 Mannitol 250g

153 Mercuric Chloride 200g

154 Mercurous Chloride 200g

155 Methanol 5L

156 Methyl Acetate 2L

157 Methyl Orange 20g

158 Methylacetic acid 2L

159 Methylene Blue 50g

160 Mohr’s Salt 1000g

161 Murexide Metal 25g

162 Naphthalene 250g

163 n-Butanol 2.5L

164 n-Hexane 5L

165 Nickel Chloride 250g

166 Nickel Nitrate 250g

167 Nickel Sulphate 200g

168 Nitric Acid 2.5L

169 Nitrobenzol 2.5L

170 O-cresol 250g

171 O-Phosphoric Acid 2.5L

172 O-Pthalic Anhydride 500g

173 Orange G 250g

174 Oxalic Acid 500g

175 Petroleum ether 5L

176 Petroleum Spirit 5L

177 pH paper 6

178 Phenanthrene 250g

179 Phenol 250g

180 Phenolphthalein Powder 100g

181 Phenyl Acetic Acid 250g

182 Phenyl Hydrazine Hydrochloride 100g

183 Phloroglucinol 100g

184 Phosphomolybdic Acid 250g

185 Phthalic acid 250g

186 Picric Acid 500g

187 Potassium Acetate 250g

188 Potassium Antimonate 250g

189 Potassium Bromide 250g

190 Potassium Chloride 250g

191 Potassium Dichromate 500g

192 Potassium Dihydrogen Phosphate 250g

193 Potassium Ferrocyanide 250g

194 Potassium Hexacyano Ferrate 100g

195 Potassium Hydroxide 500g

196 Potassium Iodide 200g

197 Potassium Nitrate 500g

198 Potassium Oxalate 500g

199 Potassium Perchlorate 250g

200 Potassium Permanganate 1000g

201 Potassium Sodium Tartarate 250g

202 Potassium Thiocyanate 400g

203 p-Toluidine 500g

204 Pyridine 1L

205 Pyrogallol 100g

206 Resorcinol 100g

208 Rubenic Acid 05g

209 Safranin O 100g

210 Salicylic Acid 250g

211 Silica Gel 1000g

212 Silver Chloride 25g

213 Silver Nitrate 100g

214 Silver Sulphate 250g

215 Sodium Acetate Trihydrate 250g

216 Sodium Arsenate 100g

217 Sodium Bicarbonate 2500g

218 Sodium Bisulphite 250g

219 Sodium Borohydride 250g

220 Sodium Bromide 500g

221 Sodium Carbonate 2000g

222 Sodium Chloride 2000g

223 Sodium Cobaltonitrite 100g

224 Sodium Dichromate 250g

225 Sodium Dihydrogen Phosphate 100g

226 Sodium Hydroxide 2000g

227 Sodium Iodide 500g

228 Sodium Metal 100g

229 Sodium Nitrate 500g

230 Sodium Nitroprusside 100g

231 Sodium Phosphate 500g

232 Sodium Sulphate 500g

233 Sodium Sulphide 200g

234 Sodium Thiosulphate 500g

235 Stannous Chloride 500g

236 Starch Soluble 500g

237 Stearic Acid 500g

238 Strontium Carbonate 250g

239 Strontium Nitrate 500g

240 Succinic Acid 500g

241 Sulphur 250g

242 Sulphuric Acid 2000g

243 Tartaric Acid 250g

244 TBE buffer (Tris-Borate) 250g

245 Tertiary Butyl Alcohol 1L

246 Tetrahydrofuran (THF) 500ml

247 Thiourea 500g

248 Tin Chloride 250g

249 Toluene 2L

250 Tungstic Acid 100g

251 Urea 500g

252 Uric Acid 25g

253 Vanadium Pentaoxide 100g

254 Xylene 1.5L

255 Xylene cyanol 2L

256 Zinc Acetate 1000g

257 Zinc Carbonate 1000g

258 Zinc Chloride 1000g

259 Zinc Dust 250g

260 Zinc Nitrate 250g

261 Zinc Oxide 500g

262 Zinc Phosphate 500g

263 Zinc Sulphate 500g

15

Rotarory

Viscometer

Apparatus

Measure viscosities of opaque, settling fluids

Speed [rpm]: 0.1 to 200 (25 increments: 19 preset plus 6

editable) Viscosity range: 1-6000000 mPa.s

Max. spring torque [mNm]: 0.0673

Accuracy: ±1.0 % full scale range

Repeatability: ±0.2 % full scale range Temperature : ambient to 1400oC

Standard Accessories:

•1 pc. Stand Viscometer •1 pc. Spindle set

•1 pc. Spindle Guard including fixing screw

•1 pc. Instruction Manual and Safety Information •1 pc. Standard Operating Procedure

01

Estimated

Cost

Rs.1.275

Amount of

CDR RS.

25500/-

19 Glassware Estimated

Cost for

Glass

Ware

Rs.0.375

Amount of

CDR RS.

7500/-

1 Aspirator bottle 3

2 Beaker 100 ml (pyrex) 12

3 Beaker 250 ml (pyrex) 6

4 Beaker 50 ml (pyrex) 12

5 Beaker 500 ml (pyrex) 6

6 Beckmann thermometer 1

7 Buchner funnel (90mm) 3

8 Burette 50 ml Rotaflow 12

9 Burette Stand 12

10 Burner 12

11 Burner tube 20 meter

12 Capillary tubes 1 pkt

13 Ceramic dish 6

14 Ceramic Plates 6x6 6

15 China dish 12

16 Chromatographic Column 3

17 Chromatography jar 12

18 Condenser Reflux 3

19 Conical flask 100 ml (pyrex) 6

20 Conical flask 250 ml (pyrex) 12

21 Cork borer 3

22 Cotton wool 2 pkt

23 Crucible 6

24 Crucible tongs 12

25 Digital thermometer 2

26 Dreschel bottle 3

27 Glass apparatus for LN2 test 1

28 Glass funnel 12

29 Glass jar 6

30 Glass plate 6

31 Glass rod 12

32 Iodine flask 250 ml 6

33 Magnetic bar 6

34 Measuring cylinder (10 ml) 6

35 Measuring cylinder (100 ml) 6

36 Measuring cylinder (250 ml) 6

37 Measuring cylinder (50 ml) 6

38 Measuring flask (500 ml) 6

39 Measuring flask 100 ml 6

40 Measuring flask 250 ml 6

41 Measuring flask 50 ml 6

42 Measuring flask 500 ml 6

43 Pestle mortar 1

44 Petri dish (Glass) 12

45 Pinch Cork with Rubber Tubing 6

46 Pipette 1 ml 6

47 Pipette 10 ml 12

48 Pipette 5 ml 6

49 Pipette Sucker 6

50 Quick fit flask (round bottom) Pyrex 250 ml 6

51 Quick fit flask (round bottom) Pyrex 500 ml 6

52 Quick fit flask (round bottom, Three neck) Pyrex 100 ml 3

53 Quick fit flask (round bottom, Two neck) Pyrex 250 ml 6

54 Quick fit flask (round bottom, Two neck) Pyrex 500 ml 6

55 Reagent bottles 250 ml 36

56 Round bottom flask stand 12

57 Screw type pinch cork 6

58 Separating funnel 100 ml 6

59 Separating funnel 250 ml 3

60 Spatula spoon glass (6 inch) 12

61 Spatula spoon stainless steel (6 inch) 12

62 Specific gravity bottle 25ml 6

63 Spirit lamp glass 3

64 Stalagmometer (pyrex) 6

65 Stopwatch digital 3

66 Test tube holders 24

67 Test Tube Stand 12

68 Test tubes (pyrex) 10 dzn

69 Thermometer 110- 3600 C 2

70 TLC aluminium plates 3 pkt

71 TLC glass plates 3 pkt

72 Tripod stand 12

73 Vacuum Dessicator Glass 2

74 Vacuum flask (250 ml) 6

75 Viscometer (pyrex) 6

76 Watch glass 12

77 Water bath (Copper) 12

78 Whattman Filter Paper 1 (UK) 2 pkt

79 Whattman Filter Paper 42 (UK) 2 pkt

80 Wick and lid 3

81 Hot plate MSH-20A 2

20

Double Distillation Apparatus

All Quartz double distillation unit Model – Vertical Distilled Water Output Capacity – 2.5 Litres / Hours Working Temperature : -10°C to 100°C Bath Volume : Minimum 5 litre capacity Distillate water quality specifications o It should be free from pyrogen and organic matter o Conductivity < 1x10-6 S/cm o Total Solids < 0.1mg/lit

01 Estimated Cost Rs. Million 0.840 Amount of CDR Rs. 16800/-

22

Computers

Processor Intel Core i7-9700 3.0GHz up to 4.7 GHz Processor

RAM: 16GB, extendable up to 32 GB DDR4 2666 MHz HDD: 1TB Serial ATA (7200 RPM) Wireless LAN: 802.11AC 1x1 + Bluetooth 4.0 Combo Front Ports: 4 x USB 3.1 Gen 1 2 x USB 3.1 Gen 2

Optional Card Reader 2 x Audio Rear Ports: 3 x Audio 1 x VGA 1 x DP 1 x HDMI 4 x USB

2.0 1 RJ-45 1 serial 1 optional parallel Expansion Slots: 1 x PCIe x 16 1 x PCIe x 1 M.2 for WIFI

M.2 for PCIe SSD Power Supply 180 W 85% Onboard Gigabit Ethernet Port, Realtek RTL8111HN,

Wake on LAN 21.5" FHD Near edgeless wide viewing angle panel,

Brightness :250 cd/m2, Contrast Ratio: 41.7 Mouse (USB connector) Keyboard (USB connector) 01 Year standard warranty. Tower Casing Operating System: Windows 10 64 bit

Qty 10

Estimated Cost Rs. Million

1.50 Amount of

CDR Rs.30,000/

-

23

Printers Functions: Print, copy, scan and optional fax Print Technology: Laser Print Speed: Black (A4, normal) Up to 28 ppm; Black

(A4, duplex) Black (A4, duplex): Up to 18ppm; First page out Black (A4, ready): As fast as 6.4 sec; Black (A4, sleep) As fast as 7.7 sec; Print Resolution: Black (best): Up to 1200 x 1200 dpi; Monthly Duty Cycle: Up to 30,000 pages A4

03

Estimated Cost Rs. Million 0.210

Amount of CDR Rs. 4200/-

Memory, standard: 256 MB (printer) Memory, maximum: 256 MB Networking: Built-in wireless networking

(802.11b/g/n) Duplex Printing: Automatic (standard) Copy Speed: Black (A4): Up to 28 cpm Cable included: Must included Operating environment: Temperature: 15 to 32.5ºC; Humidity: 30 to 70% RH Compatible operating systems Windows Client OS (32/64 bit), Win10, Win8.1, Win 8

Basic, Win8 Pro, Win8 Enterprise, Win8 Enterprise N, Win7 Starter Edition SP1, UPD Win7 Ultimate, Mobile OS, iOS, Android, Mac, Apple® macOS Sierra v10.12, Apple® macOS High Sierra v10.13, Apple® macOS Mojave v10.14, Discrete PCL6 Printer Driver.

Warranty: One-year, next-business day, onsite warranty.

24

ACS FOR

Chemistry Lab.

1.5 Ton inverter AC with both heating and cooling option, Capacity: 18000 BTU, 230V/single phase/50 Hz, Auto-voltage adaptation: 150-260 V, refrigerant: R410 or equivalent, with installation including all accessories wires etc

6 .

Estimated Cost Rs. Million 0.840

Amount of CDR Rs. 16800/-

26

Multimedia 3 LCD Technology , 1024 X 768, Lumens 3300 or better, Contrast 1:15000, Lamp Life 10000 Hours, Ports HDMI,USB,VGA, Ciel Mount Kit 03 Cables Safty Box etc,

02

Estimated Cost Rs. Million 0.280

Amount of CDR Rs. 5600/-

UNIVERSITY OF ENGINEERING & TECHNOLOGY, LAHORE

TERMS & CONDITIONS / INSTRUCTIONS FOR BIDDERS

OF

EQUIPMENT COMPUTER SCIENCE AND ENGINEERING DEPARTMENT

NAROWAL CAMPUS (NO 02)

1. Single stage/two envelope bidding procedure shall be applied in response. The

envelops shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL

PROPSAL”. The financial proposal of bids found technically non-responsive shall be

returned unopened to the respective bidders. Technically responsive bidders shall be

informed and their financial bids shall be opened in the next Central Procurement Cell

(CPC) meeting after informing the technically responsive bidders.

2. Responding organizations shall deliver sealed proposal of the “TECHNICAL & FINANCIAL PROPOSALS” before or on 24th March, 2020 at 9:30 a.m.

3. The Proposals will not be accepted after the due date &, time proposal shall be

delivered at the address given below before time. The TECHNICAL PROPOSALS

shall be opened on the same day at 10:00 a.m. in the presence of bidders or the

representatives of the responding organizations.

4. Bidders are advised not to quote different options (only one option is to be quoted). Received bid with different options shall not be entertained.

5. Price should be mentioned on FOR basis.

6. The prices, including all taxes, should be quoted item-wise in Pakistani Rupees so as

to reach the premises of the University of Engineering &Technology Lahore Narowal

Campus.

7. Offers should be valid for 120 working days from the date of opening of the Tender.

8. Delivery period will be one (01) months from the date of placement of order. Earlier

delivery will also be acceptable.

9. Bidders must submit their tender duly signed, clearly indicating the offered

specifications of each item, specified in the Tender Document.

10. Offers must be supported with comprehensive sectioned literary of the materials /

good offered.

11. The University reserves the right, at the time of placing the order, to increase or

decrease the quantity of items.

12. (a) Bids must be accompanied by 2% of total estimated cost as Earnest Money in the

shape of CDR in the name of Treasurer, University of Engineering and Technology,

Lahore without which bids will not be entertained estimated costs and amounts of

CDRs are given on Specification pages for Each Lab . Bank Guarantee is not

acceptable.

(b) the successful bidder will arrange two stamp paper @0.25% on total value of

issuance of Purchase Order.

13. If the successful bidder fails to supply the equipment within stipulated period, their

Earnest Money shall be forfeited.

14. The equipment must be in accordance with the offered specifications.

15. Bidders must attach attested photocopy of their N.T.N. and G.S.T. Number,

Professional Tax Certificate.

16. The successful bidder(s) shall get the equipment inspected at their premises workshop

before its dispatch to UET Lahore Narowal Campus.

17. Part / advance payment is not allowed.

18. 10% security of total value of Purchase order/bill shall be deducted at the time of bill

process. The deducted amount as security will be returned after successful completion

of Defect Liability / Warranty Period, after repairing the defects in the equipment /

replacement found during the warranty period. Warranty period will be three years

from the date of installation.

19. In case of failure on the part of supplier to supply the equipment as per specifications

quantity or within the stipulated time without getting extension, penalty up to 02% of

the supply order per month will be imposed on the supplier by the Head of

Department.

20. Deduction of Income Tax and other taxes of any kind will be deducted at the source

according to Governments prevailing rules.

21. Sale price of the tender document is Rs.1000/- (Non-Refundable) .The details

specifications of the required equipment are given in the subsequent pages.

22. After Sale service and supply of spare parts must be guaranteed for a period of three

year the supplier must inspect the supplied items after 12, 24 and 36 months and get

the certificate of inspection from UET Narowal Campus.

23. The original Request for Proposal documents duly signed and officially sealed by the

bidder must be submitted in whole with the proposals. Any conditional, ambiguous,

incomplete, supplementary or revised offer after the opening of tender shall not be

entertained.

24. Any overwriting/crossing, etc. appearing in the offer may be properly signed by the

person signing the tender. All pages of the tender must be properly signed & stamped.

Offer with any overwriting/use of Blanco shall not be accepted in any circumstances.

25. The Departmental Inspection Committee, will get the equipment inspected at UET

Lahore Narowal campus and will have the right to reject the equipment if not found

according to the stated specifications.

26. In case any supply / material is found not in conformity with the specifications

provided in the tender, either on account of inferior quality, defective workmanship,

faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier

shall replace the same free of charges.

27. The bidders are required to submit the company profile including Technical,

engineering, managerial capabilities after sale service and past experience /

performance along with their technical bid and also list of reference installation in

Pakistan for similar equipment.

28. Procurement shall be governed by the PPRA Punjab Rules-2014.

Dr.Muhammad Idrees

Head

Computer Science and Engineering

Department UET Lahore. Narowal

Campus 03004590301

Programming Lab.1 (Estimated Cost Rs.5.2 Amount of CDR Rs.104000/-)

item Description qty

Estimated unit Price Rs.

Branded Computers with

original Software

Processor Intel Core i7-9700 3.0GHz up to 4.7 GHz Processor

RAM: 16GB, extendable up to 32 GB DDR4 2666 MHz

HDD: 1TB Serial ATA (7200 RPM)

Wireless LAN: 802.11AC 1x1 + Bluetooth 4.0 Combo

Front Ports: 4 x USB 3.1 Gen 1 2 x USB 3.1 Gen 2 Optional Card Reader 2 x Audio

Rear Ports: 3 x Audio 1 x VGA 1 x DP 1 x HDMI 4 x USB 2.0 1 RJ-45 1 serial 1 optional parallel

Expansion Slots: 1 x PCIe x 16 1 x PCIe x 1 M.2 for WIFI M.2 for PCIe SSD

Power Supply 180 W 85%

Onboard Gigabit Ethernet Port, Realtek RTL8111HN, Wake on LAN

21.5" FHD Near edgeless wide viewing angle panel, Brightness :250 cd/m2, Contrast Ratio: 41.7

Mouse (USB connector)

Keyboard (USB connector)

01 Year standard warranty.

Tower Casing

Operating System: Windows 10 64 bit

30 150,000

Multi-function

Printer

Functions: Print, copy, scan and optional fax

Print Technology: Laser

Print Speed: Black (A4, normal) Up to 28 ppm; Black (A4, duplex) Black (A4, duplex): Up to 18ppm;

First page out Black (A4, ready): As fast as 6.4 sec;

Black (A4, sleep) As fast as 7.7 sec;

Print Resolution: Black (best): Up to 1200 x 1200 dpi;

Monthly Duty Cycle: Up to 30,000 pages A4

Memory, standard: 256 MB (printer)

Memory, maximum: 256 MB

Networking: Built-in wireless networking (802.11b/g/n)

Duplex Printing: Automatic (standard)

Copy Speed: Black (A4): Up to 28 cpm

Cable included: Must included

Operating environment:

Temperature: 15 to 32.5ºC; Humidity: 30 to 70% RH

Compatible operating systems

Windows Client OS (32/64 bit), Win10, Win8.1, Win 8 Basic, Win8 Pro, Win8 Enterprise, Win8 Enterprise N, Win7 Starter Edition SP1, UPD Win7 Ultimate, Mobile OS, iOS, Android, Mac, Apple® macOS Sierra v10.12, Apple® macOS High Sierra v10.13, Apple® macOS Mojave v10.14, Discrete PCL6 Printer Driver.

Warranty: One-year, next-business day, onsite warranty.

10 70,000

2. Data Base and Operating Systems Lab. (Estimated Cost Rs.4.5 Million Amount of CDR Rs.90000/-)

item Description

qty Estimated unit

Price Rs.

Apple iMac 21.5"

21.5-inch (diagonal) Retina 4K (4096*2304) display, 500 nlts brightness, wide color (P3)

3.4GHz Quad -Core Intel Core i5 (Turbo Boost up to 3.8GHz)

8GB 2666MHz DDR4 memory configurable up to 32GB

1TB Fusion drive, Configurable 256GB, 512GB, or 1TB SSD

Radeon Pro 560X with 4GB of GDDR5/VRAM memory

Two Thunderbolt 3 ports

Native Display Port output over USB-C

Thunderbolt 2, HDMI, DVI, and VGA output supported using adapters (sold separately)

Stereo speakers

Microphone

3.5 mm headphone jack

Support for Apple iPhone headset with microphone

SDXC card slot

Four USB 3 ports (compatible with USB 2)

Two Thunderbolt 3 (USB-C) ports

802.11ac Wi-Fi wireless networking IEEE 802.11a/b/g/n compatible

Bluetooth 4.2 wireless technology

FaceTime HD camera

MacOS Operating System

18 250,000

3. Data Communication and Networks Lab. (Estimated Cost Rs.7.745 Million Amount of CDR Rs.154900/-)

item Description

qty Estimated unit

Price Rs.

1. Branded Computers with original Software

Processor Intel Core i7-9700 3.0GHz up to 4.7 GHz Processor

RAM: 16GB, extendable up to 32 GB DDR4 2666 MHz

HDD: 1TB Serial ATA (7200 RPM)

Wireless LAN: 802.11AC 1x1 + Bluetooth 4.0 Combo

Front Ports: 4 x USB 3.1 Gen 1 2 x USB 3.1 Gen 2 Optional Card Reader 2 x Audio

Rear Ports: 3 x Audio 1 x VGA 1 x DP 1 x HDMI 4 x USB 2.0 1 RJ-45 1 serial 1 optional parallel

Expansion Slots: 1 x PCIe x 16 1 x PCIe x 1 M.2 for WIFI M.2 for PCIe SSD

Power Supply 180 W 85%

Onboard Gigabit Ethernet Port, Realtek RTL8111HN, Wake on LAN

21.5" FHD Near edgeless wide viewing angle panel, Brightness :250 cd/m2, Contrast Ratio: 41.7

Mouse (USB connector)

Keyboard (USB connector)

01 Year standard warranty.

Tower Casing

Operating System: Windows 10 64 bit

40 150,000

Ethernet Router

Managed Router should deliver highly secure data/ Voice/ Video/ application

Services.

Forwarding Performance in Service (IMIX) should be 750Mbps or above

CPU Support at least 1.3GHz Processor Multicore or Higher

At least 9 x 1 Gbps Electrical Ports 1 SFP Port.

1 x USB port

Must support Ethernet, Ethernet II

Must support 802.3x flow control

10 50,000

Must Support port based VLAN and guest VLAN

Ping, Tracert, ICMP, DHCP server, DHCP relay, DHCP client, DNS client, DNS proxy, DDNS, NTP, and SNTP

Must support IPv4 and IPv6 routing protocols including static routing, RIP, OSPF, BGP, IS-IS, RIPng, OSPFv3, IS-ISv6, BGP4+

Must support LDP, Static LSP, L3VPN: Inter-AS MPS VPN (Option 1/2/3), MPLS nested VPN, hierarchy of PE (HoPE), dual-homed CE, MCE, and multirole host, L2VPN: Martini, Kompella, CCC PWs and static PWs, MPLS TE, RSVP TE

Must support LR, port-based mirroring, Port Trust Mode, and port priority

Must Support Committed access rate (CAR), FIFO, WFQ, CBQ, Generic Traffic Shaping (GTS) and Traffic classification.

Must support Basic Firewall Function, ASPF, ACL, filter, connection limit

Must support IKE, Ipsec, L2TP, NAT/NAPT, PKI, RSA, SSH v1.5/2.0, URPF, mGRE, GRE

Must support ARP attack prevention SSL VPN, ADVPN, GDVPN

Must support Local authentication, RBAC, RADIUS, TACACS+

Must support AES, DES, 3DES, MD5, SHA1

Must support SNMP v1/v2c/v3, MIB, SYSLOG, RMON, BiMS remote management, booting from USB drive, CLI, file system, and dual image. DHCP, FTP, HTTP, ICMP, UDP public, UDP private, TCP public, TCP private, and SNMP. Console port login, Telnet (VTY) login, SSH login, and FTP login

Must support Packet filtering, including stateful filtering, MAC address filtering, IP and port number filtering, and time range filtering.

Layer 3 Managed

Switch

The switch must have switching capacity more than 102 Gbps

The switch must have forwarding capacity more than 75 Mpps

At least 48 x 10/100/1000Base-T RJ-45 Ethernet ports and 4 x GE SFP ports

Must support to limit MAC addresses

Must support 802.3x flow control

Must Support for QinQ, Voice VLAN and port based VLAN

Must Support DHCP Client, Server and Option 82

Must support Broadcast storm control

Must support Layer 2 protocols including STP, RSTP, MSTP, STP Root protection.

Must support at least 16k MAC entries

Must support VLANs Must support IPv4 and IPv6 routing protocols including static routing, RIP, OSPF, RIPng, OSPFv3

Must support Packet filter, bidirectional ACL, port-based rate limit and time range ACLs.

Must support authentication protocols including 802.1x and MAC based authentication

Must support port isolation and IP Source Guard

Must support TACACS or equivalent

Must support configuration through CLI, Telnet, Console, SNMP and RMON

05 80,000

Switches 24 Port

Fast Ethernet)

The switch must have switching capacity of 48 Gbps

The switch must have forwarding capacity more than 35 Mpps

At least 24 x 10/100/1000Base-T RJ-45 Ethernet ports

Must support 802.3 Ethernet, 802.3u Fast Ethernet, 802.1p Priority Queuing

Support for automatically adjusts for straight-through or crossover cables on all RJ-45 ports.

Must support high-speed Ethernet connections over highly affordable copper Category 5e cabling.

05 20,000

Access point

managed

Fully comply IEEE802.11a/b/g/n/ac, support working in both 2.4GHz and 5GHz meanwhile, data rate min 600 Mbps, Security features WEP, WPA-PSK, WPA-Enterprise (WPA/WPA2, TKIP/AES), MAC address authentication.

05 8,000

Wireless LAN

cards

Standards: IEEE 802.11ac/n/a 5 GHz IEEE 802.11n/g/b 2.4 GHz Wireless Data Rates: Up to 1.2Gbps Security: Support 64 / 128-bit WEP, WPA / WAP2, WPA-PSK / WPA2-PSK, 802.1x Interface: PCI Express

Frequency Band: 2.4 GHz / 5 GHz Modulation: DBPSK, DQPSK, CCK, OFDM, 16-QAM, 64-QAM, 256-QAM Transmitted Power:5 GHz : 24 dBm (FCC) / 23 dBm (CE) (EIRP)

2.4 GHz : 25 dBm (FCC) / 20 dBm (CE) (EIRP)

40 3,000

Antenna: 2 x Dual Band Detachable Antennas

Network Tool kit Computer Tool Kits for Network Cable Maintenance Tools - RJ45/RJ11/8P8C Connectors, LAN/Cat5e/Cat6 digital Cable Tester, Soldering Iron, Ethernet Stripping/Crimp Pliers etc. Tool kit.

10 50,000

Console Cable USB Console Cable USB to RJ45 Cable for Cisco, NETGEAR, Ubiquity, LINKSYS, Huawei, Juniper, TP-Link Routers/Switches for Laptops & Desktop in Windows, Mac, Linux (Blue) OS.

10 3,200

USB to Serial

cable Standard

10 1,000

UNIVERSITY OF ENGINEERING & TECHNOLOGY, LAHORE

TERMS & CONDITIONS / INSTRUCTIONS FOR BIDDERS

OF

LAB EQUIPMENT MECHANICAL ENGINEERING DEPARTMENT

NAROWAL CAMPUS (NO 03)

1. Single stage/two envelope bidding procedure shall be applied in response. The

envelops shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL

PROPSAL”. The financial proposal of bids found technically non-responsive shall be

returned unopened to the respective bidders. Technically responsive bidders shall be

informed and their financial bids shall be opened in the next Central Procurement Cell

(CPC) meeting after informing the technically responsive bidders.

2. Responding organizations shall deliver sealed proposal of the “TECHNICAL &

FINANCIAL PROPOSALS” before or on 24th March, 2020 at 9:30 a.m. 3. The Proposals will not be accepted after the due date &, time proposal shall be

delivered at the address given below before time. The TECHNICAL PROPOSALS

shall be opened on the same day at 10:00 a.m. in the presence of bidders or the

representatives of the responding organizations.

4. Bidders are advised not to quote different options (only one option is to be quoted).

Received bid with different options shall not be entertained.

5. Price should be mentioned on FOR basis.

6. The prices, including all taxes, should be quoted item-wise in Pakistani Rupees so as

to reach the premises of the University of Engineering &Technology Lahore Narowal

Campus.

7. Offers should be valid for 120 working days from the date of opening of the Tender.

8. Delivery period will be one(01) months from the date of placement of order. Earlier

delivery will also be acceptable.

9. Bidders must submit their tender duly signed, clearly indicating the offered

specifications of each item, specified in the Tender Document.

10. Offers must be supported with comprehensive sectioned literary of the materials /

good offered.

11. The University reserves the right, at the time of placing the order, to increase or

decrease the quantity of items.

12. (a) Bids must be accompanied by 2% of estimated cost as Earnest Money in the shape

of CDR in the name of Treasurer, University of Engineering and Technology, Lahore

without which bids will not be entertained. Bank Guarantee is not acceptable.

Estimated Cost is given against each item.

(b) The successful bidder will arrange two stamp paper @0.25% on total valueof

issuance of Purchase Order.

13. If the successful bidder fails to supply the equipment within stipulated period, their

Earnest Money shall be forfeited.

14. The equipment must be in accordance with the offered specifications, Country of

Origin Should be China, Indonesia. Malaysia, Taiwan and South Korea.

15. Bidders must attach attested photocopy of their N.T.N. and G.S.T. Number,

Professional Tax Certificate.

16. The successful bidder(s) shall get the equipment inspected at their premises workshop

before its dispatch to UET Lahore Narowal Campus.

17. Part / advance payment is not allowed.

18. 10% security of total value of Purchase order/bill shall be deducted at the time of bill

process. The deducted amount as security will be returned after successful completion

of Defect Liability / Warranty Period, after repairing the defects in the equipment /

replacement found during the warranty period.

19. In case of failure on the part of supplier to supply the equipment as per specifications

quantity or within the stipulated time without getting extension, penalty upto 02% of

the supply order per month will be imposed on the supplier by the Head of

Department.

20. Deduction of Income Tax and other taxes of any kind will be deducted at the source

according to Governments prevailing rules.

21. Sale price of the tender document is Rs.1000/- (Non-Refundable) .The details

specifications of the required equipment are given in the subsequent pages.

22. After Sale service and supply of spare parts must be guaranteed for a period of one

year.

23. The original Request for Proposal documents duly signed and officially sealed by the

bidder must be submitted in whole with the proposals. Any conditional, ambiguous,

incomplete, supplementary or revised offer after the opening of tender shall not be

entertained.

24. Any overwriting/crossing, etc. appearing in the offer may be properly signed by the

person signing the tender. All pages of the tender must be properly signed & stamped.

Offer with any overwriting/use of Blanco shall not be accepted in any circumstances.

25. The Departmental Inspection Committee, will get the equipment inspected at UET

Lahore Narowal Campus and will have the right to reject the equipment if not found

according to the stated specifications.

26. In case any supply / material is found not in conformity with the specifications

provided in the tender, either on account of inferior quality, defective workmanship,

faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier

shall replace the same free of charges.

27. The bidders are required to submit the company profile including Technical,

engineering, managerial capabilities after sale service and past experience /

performance along with their technical bid and also list of reference installation in

Pakistan for similar equipment.

28. Procurement shall be governed by the PPRA Punjab Rules-2014.

Mr. Nazim Waheed

Head

Mechanical Engineering Department

UET Lahore. Narowal Campus

03030505736

Thermodynamics Lab Estimation at MED Narowal Campus

SN Equipment

Standard Name Technical Specifications Qty

Total Cost (Rs.

Million)

1

Fundamentals of

Humidity

Measurement

Apparatus

Climatic chamber with adjustable

humidity and transparent door,

humidification via ultrasonic atomiser,

dehumidification via Peltier cooling

element, 2 mechanical instruments

including psychrometer and hair

hygrometer, 2 electronic instruments

including capacitive sensor, and

hygrometer with synthetic fibre and

combined temperature sensor. Complete

with all accessories/attachments

including installation of equipment.

1 0.500

2

Change of State

of Gases

Apparatus

2 transparent measuring tanks, built in

compressor with outlet pressure range 2-

4 bar, hydraulic oil filling for changing

volume of test gas, electrical heater with

temperature control in tank 2, sensors

and digital displays for temperatures,

pressures and volumes. Complete with

all accessories/attachments including

installation of equipment.

1 1.000

3

Thermal

Conductivity

Measurement

Unit

Investigation of thermal conductivity of

different metals, adjustable heater with

heating power range 30-50 W,

Measuring temperature range 200-300⁰ C, display of temperatures and power

consumption in the software. Complete

with all accessories/attachments

including installation of equipment.

1 0.800

4

Thermal

Convection and

Radiation

Measurement

Unit

Investigation of heat transfer between

heated metal cylinder and vessel wall by

convection and radiation, vacuum

generation with rotary vane pump upto

1.5 bar, Measuring temperature range

200-250⁰C, digital displays for

temperature, pressure and heating

power. Complete with all

accessories/attachments including

installation of equipment.

1 1.600

5

Advanced

Temperature

Measurement

Trainer

Steady and transient temperature

measurement with typical measurement

instruments, temperature controller,

temperature sensors: liquid

thermometer, bimetal thermometer,

Pt100, thermistor (NTC), type K

thermocouple. Measuring temperature

range 0-100⁰C. Complete with all

accessories/attachments including

installation of equipment.

1 1.200

6

Single Stage

reciprocating air

compressor,

computer

controlled

single-stage piston compressor with

max. pressure 5-8 bar, intake vessel and

pressure vessel, both with pressure

sensor and additional manometer, safety

valve and pressure switch with solenoid

valve for limiting the pressure, digital

display for air flow rate, temperatures,

pressures, differential pressures and

compressor speed. Single phase.

Complete with all

accessories/attachments including

installation of equipment.

1 1.500

7

Evaporation

Process

Demonstration

Unit

Visualization of evaporation in a tube

evaporator, Heater Power range 1-2

KW, heating circuit with heater, pump

and expansion vessel, safety valve.

Complete with all

accessories/attachments including

installation of equipment.

1 1.000

8

Condensing

Process

Demonstration

Unit

Condensing unit with main components:

compressor, condenser, filter/dryer,

receiver and humidity indicator.

Pressure switch for compressor, flow

measurement via rotameter. Single

Phase. Complete with all

accessories/attachments including

installation of equipment.

1 1.300

9 Marcet Boiler

Apparatus

Pressure boiler with insulating jacket for

vapour pressure measurement,

temperature limiter and safety valve as

safety devices, pressure measurement by

Bourdon tube pressure gage, digital

temperature display, Measuring

temperature range 150-200⁰C,

Measuring pressure range 15-20 bar.

Complete with all

accessories/attachments including

installation of equipment.

1 1.100

10 Single Cylinder

Steam engine

Single cylinder steam engine with

alternator, Motor power 2HP. Single

Phase. Complete with all

accessories/attachments including

installation of equipment.

1 1.500

Total 11.5

UNIVERSITY OF ENGINEERING & TECHNOLOGY, LAHORE

TERMS & CONDITIONS / INSTRUCTIONS FOR BIDDERS

OF

LAB EQUIPMENT BIOMEDICAL ENGINEERING DEPARTMENT

NAROWAL CAMPUS (NO 04)

29. Single stage/two envelope bidding procedure shall be applied in response. The

envelops shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL

PROPSAL”. The financial proposal of bids found technically non-responsive shall be

returned unopened to the respective bidders. Technically responsive bidders shall be

informed and their financial bids shall be opened in the next Central Procurement Cell

(CPC) meeting after informing the technically responsive bidders.

30. Responding organizations shall deliver sealed proposal of the “TECHNICAL & FINANCIAL PROPOSALS” before or on 24th March, 2020 at 9:30 a.m.

31. The Proposals will not be accepted after the due date &, time proposal shall be

delivered at the address given below before time. The TECHNICAL PROPOSALS

shall be opened on the same day at 10:00 a.m. in the presence of bidders or the

representatives of the responding organizations.

32. Bidders are advised not to quote different options (only one option is to be quoted). Received bid with different options shall not be entertained.

33. Price should be mentioned on FOR basis.

34. The prices, including all taxes, should be quoted item-wise in Pakistani Rupees so as

to reach the premises of the University of Engineering &Technology Lahore Narowal

Campus.

35. Offers should be valid for 120 working days from the date of opening of the Tender.

36. Delivery period will be one(01) months from the date of placement of order. Earlier

delivery will also be acceptable.

37. Bidders must submit their tender duly signed, clearly indicating the offered

specifications of each item, specified in the Tender Document.

38. Offers must be supported with comprehensive sectioned literary of the materials /

good offered.

39. The University reserves the right, at the time of placing the order, to increase or

decrease the quantity of items.

40. (a) Bids must be accompanied by 2% of total estimated cost as Earnest Money in the

shape of CDR in the name of Treasurer, University of Engineering and Technology,

Lahore without which bids will not be entertained. Bank Guarantee is not acceptable.

Estimated costs are given on tender Notice against each Lab.

.

(b) the successful bidder will arrange two stamp paper @0.25% on total value of

issuance of Purchase Order.

41. If the successful bidderfails to supply the equipment within stipulated period, their

Earnest Money shall be forfeited.

42. The equipment must be in accordance with the offered specifications and Country of

Origin must be UK, Europe, Japan, Australia, Oceania, U.S.A &Canada.

43. Bidders must attach attested photocopy of their N.T.N. and G.S.T. Number,

Professional Tax Certificate.

44. The successful bidder(s) shall get the equipment inspected at their premises workshop

before its dispatch to UET Lahore Narowal Campus.

45. Part / advance payment is not allowed.

46. 10% security of total value of Purchase order/bill shall be deducted at the time of bill

process. The deducted amount as security will be returned after successful completion

of Defect Liability / Warranty Period, after repairing the defects in the equipment /

replacement found during the warranty period.

47. In case of failure on the part of supplier to supply the equipment as per specifications

quantity or within the stipulated time without getting extension, penalty upto 02% of

the supply order per month will be imposed on the supplier by the Head of

Department.

48. Payment will be made on availability of funds, if delayed due to any reason; no extra

interest / mark-up will be accepted or paid.

49. Deduction of Income Tax and other taxes of any kind will be deducted at the source

according to Governments prevailing rules.

50. Sale price of the tender document is Rs.1000/- (Non-Refundable) .The details

specifications of the required equipment are given in the subsequent pages.

51. After Sale service and supply of spare parts must be guaranteed for a period of one

year.

52. The original Request for Proposal documents duly signed and officially sealed by the

bidder must be submitted in whole with the proposals. Any conditional, ambiguous,

incomplete, supplementary or revised offer after the opening of tender shall not be

entertained.

53. Any overwriting/crossing, etc. appearing in the offer may be properly signed by the

person signing the tender. All pages of the tender must be properly signed & stamped.

Offer with any overwriting/use of Blanco shall not be accepted in any circumstances.

54. The Departmental Inspection Committee, will get the equipment inspected at UET

Lahore Narowal Campus and will have the right to reject the equipment if not found

according to the stated specifications.

55. In case any supply / material is found not in conformity with the specifications

provided in the tender, either on account of inferior quality, defective workmanship,

faulty design, faulty packing or is short supplied, or wrongly supplied, the supplier

shall replace the same free of charges.

56. The bidders are required to submit the company profile including Technical,

engineering, managerial capabilities after sale service and past experience /

performance along with their technical bid and also list of reference installation in

Pakistan for similar equipment.

57. Procurement shall be governed by the PPRA Punjab Rules-2014.

Dr.Farooq Ahmad

Head

Biomedical Engineering Department

UET Lahore. Narowal Campus

03214070674

1. Medical Terminology and Biology for Engineers

Item

No. Equipment with Technical Specification Quantity

1 Animal Cell Model

-Large Size

-Base Mounted

1

2 Plant Cell Model

-Large Size

-Base Mounted

1

3 Bacterium Model

-Large Size

-Base Mounted

1

4 DNA Double Helix Model

-Large Size

-Base Mounted

1

5 Virus Model

-Large Size

-Base Mounted

1

6 Wall Charts

-FramedWall Charts (size atleast 80×110cm) each illustratingCell, Neuron,

Homeostasis, Skeleton, Heart, Kidney, Liver, Stomach, Brain, Ear, Teeth, Eye,

Muscle Tissue, Metabolic Pathways, Skin, Central Nervous System,

Cardiovascular System, Gastrointestinal System, Respiratory System

1 Each

7 Prepared Slide Set for Microscope

-Comes with Storage Boxand containing slides ofMixed Bacteria Types,

Amoeba, Euglena, Paramecium, Rhizopus, Sporangia, Buttercup Root, Corn

Stem, Privet Leaf, Hydra, Earthworm, Human Blood Smear, Spirogyra,

Human Cell Division Phases etc.

1

Anatomy, Physiology and Biophysics for Engineers

Item

No. Equipment with Technical Specification Quantity

1 Disarticulated Human Skeleton Model

-Life Size Adult and Half Side included, Complete in mounted skull, sternum, hyoid,

and spinal column etc., Connected hand and foot

-Storage Box

1

2 Shoulder Joint Model

-Life Size Adult Functional Model, includes Scapula, part of Clavicle, Top portion of

humerus, ligaments stretch etc.

-Base Mounted

1

3 Hip Joint Model

-Life Size Adult Functional Model, Includes Functional hip joint, femoral head in the

socket, ligaments stretch etc.

-Base Mounted

1

4 Multipart Brain Model

-Life size Adult Human, medially divided and both halves, can be disassembled into

Frontal with parietal lobes, Temporal with occipital lobes, Half of brain stem, Half of

cerebellum etc.

-Removable base.

1

5 Stomach Model

-Life Size Adult, shows layers of stomach wall, The front half of the stomach is

removable for detailed study

-Base Mounted

1

6 Lung Model

-Life Size Adult Human, Cut-away of lung shows bronchus, arteries, veins, lymph

nodes, bronchial passages and trachea bifurcation etc.

-Base Mounted

1

7 Functional Model for Eye

-To demonstrate the optical functions of the human eye, e.g. representation of an

object on the retina, accommodation, short-sightedness and far-sightedness etc.

-Package includes all necessary components like eyeball and lenses, illumination

source, sliding mechanism etc.

1

8 Functional Model for Ear

-To show the operation of human ear from a functional prospective

-Package includes all necessary components like tympanic membrane, ossicles,

cochlea, basilar hearing membrane, supporting base etc.

1

9 Physiology Teaching Platform (Power Lab or Equivalent)

The system should be able to acquire, analyze and record all important biomedical

signals with stimulator, related to the study of human physiology. The hardware is

fully integrated to software with online & offline recording and analysis capability.

Package is complete in all aspects and with comprehensive teaching and study support

material.

Note:

Each package must be delivered with a pre-configured desktop PC and necessary

software installed, should have option to create new experiments for deep

understanding of physiological concepts and be in fully operational condition. It must

also include all Compatible Transducers, Electrodes, Accessories, Consumables,

Power Supply (for 220V), and Operation Manual, etc.

3

3. Electromechanical Systems Technologies

Item

No. Equipment with Technical Specification Quantity

1 Plasma cleaner

Chamber Dimensions 3” diameter by 7” deep

System Dimensions 8” H x 10” W x 8” D

System Weight 12 lbs

Chamber Material Pyrex

Input Power 100 W

RF Frequency 8 -12 MHz

Inlet 1/8” NPT needle valve

Outlet 1/2” O.D. glass or quartz tubing

1

2 Optical microscope

Macro imaging Super widefield overview image with up to 40

mm scan field on the sample

Illumination system – Full LED incident light illumination;

viewing techniques:

Brightfield, darkfield, DIC, qualitative POL, oblique illumination,

UV, OUV

– Full LED transmitted light illumination; viewing techniques:

Brightfield, qualitative POL

Status feedback Status indicator on front

Service interval indicator (on back of instrument)

Operation support Integrated contrast manager

Integrated illumination manager

Objective nosepiece Motorized, brightfield/darkfield objectives

(M32), 6-position

Microscope stages Manual inspection stage 8 x 8

Electrical system Supply voltage: 100–120/220–240 V AC,

50/60 Hz

1

3 Digital microscope

10x-50x, 230x magnification

640x480 pixel resolution

USB 2.0

4 LED always on

PC/Mac Compatible

Windows RT tablet-compatible

2

4 Temperature and humidity chamber

User-friendly touch-screen operation

Three different ‘constant mode’ settings can be

saved for single-setting operation

1

Store 40 cycling programs, with up to 99 steps

each

Programs may be written on a PC and uploaded

via USB

The trend-graph display shows a record of

setpoints and actual values

Operation data can be downloaded as needed,

or continually, to USB

System alarms are stored in memory for

historical review

Built-in timer functions allow the chamber to

be started or shut down automatically

5 850 Universal interface

Four Analog Ports

Input Protection: ±250V continuous

Selectable Voltage Gain: X1, X10, X100,

X1000

High Speed Sampling

Measure voltages on two channels with sample

rates of up to 10 MHz simultaneously or on

three or four channels at up to 1 MHz

simultaneously.

15 W Function Generator

Waveforms: sine, triangle, variable duty-cycle

square wave, positive and negative ramps, DC

Frequency Range: 0.001 Hz to 100 kHz; 1 mHz

resolution

Amplitude Range: ±15 V

Resolution: 7.3 mV, 12-bit DAC

Max Output Current: 1 A at 15 V, over-current

detection

Dual Independent High Frequency Function

Generators

Independent control of frequency, waveform,

and amplitude

Waveforms: sine, triangle, variable duty-cycle

square wave, positive and negative ramps, DC

Frequency Range: 0.001 Hz to 500 kHz; 1 mHz

resolution

Amplitude Range: ±10 V

Resolution: 2.5 mV, 12-bit DAC

Max Output Current: 50 mA at 10 V

Computer Connection

USB 2.0 or 3.0

2

6 Vibration shaker

Wide frequency band combined with high peak

forces

1

• Low mass, high performance armature

construction

• Base or trunnion mounted

• Powered by compact, quiet and energy efficient

amplifiers

• Robust, lightweight suspension system provides

excellent torsional and traverse stiffness with

minimal impact on system acceleration

7 Capacitive box, MS3110BDPC (or equivalent)

The MS3110 is a general purpose, ultra-low

noise CMOS IC that transforms a changing

input capacitance into an analog

output voltage. The MS3110 can be interfaced

to either differential or single capacitor

elements. Sensitivity to

4.0aF/rtHz is typical for the IC. The MS3110 is

extremely flexible, with many adjustable

parameters including gain,

bandwidth, and offset. An on-chip EEPROM is

used to store desired settings. Only a single

+5Vdc supply and a few

decoupling components are required for

operation

1

8 Hairnet 20

9 Facemask 10

10 Bunny Suits 20

11 Booties 20

12 Gloves 10

13 Silicon wafers Packs of 4,6,8 inch 1

4. Diagnostic and Monitoring Medical Devices

Item

No. Equipment with Technical Specification Quantity

1 Human merging frequency and upper hearing threshold measurement system

Determine the merging frequency and upper acoustic threshold of test subjects of various ages. Stimulate the ear with tones at the lower and upper acoustic threshold

using a sine wave generator and headphones.

-Digital audio function generator

-Stereo Headphone

Note:

Each package must be in fully operational condition. It must also include all

2

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

2 Subjective colour mixing with the colour wheel system

Reproduce the perception of a mixed color or of white using rotating colored discs.

-Rotating Colored Disc

-Adjustable Power Supply

Note:

Each package must be in fully operational condition. It must also include all Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

2

3 Human visual field determination system

Determination of the visual field of the right and left eye for white, blue, red and

green. Detection of any visual field deficiency (scotoma). -Appropriate perimeter -Protractor scale

Note:

Each package must be in fully operational condition. It must also include all Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

2

4 Time Resolving capability of the Human Eye Determination of relation between the light’s incidence angle and flicker fusion

frequency to measure time resolving capacity of human eye. -Digital function generator with stimulant light source

-Appropriate perimeter Note:

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for 220V), and Teaching material, etc. (PC should be provided if applicable)

2

5 Measuring reading skills system Determination of subject’s reading speed. It is an important prerequisite for the proper handling of all kinds of texts by precisely studying the movement of eyes during the

electrophysiological measurement. -Appropriate Data Acquisition Unit -Relevant sensors and electrodes

Note:

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for 220V), and Teaching material, etc. (PC should be provided if applicable)

2

6 Diagnosis of lung disease (FEV) system The system is intended to relate to medical diagnostics in the field of pulmonary function tests.

-Appropriate Data Acquisition Unit -Relevant spirometery sensors -Multiple disposable mouthpiece

Note:

Each package must be in fully operational condition. It must also include all

2

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

7 Direct determination of lung volume from a spirogram

The apparatus is meant to provide students an understanding of spirometery.

-Appropriate Data Acquisition Unit -Relevant spirometery sensors -Multiple disposable mouthpiece

Note:

Each package must be in fully operational condition. It must also include all Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

2

8 Digital Kymograph The device consists of

-Revolving drum wrapped with a sheet of paper

-Digital speed controller

-Adjustable power supply

Note:

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for 220V), and Teaching material, etc. (PC should be provided if applicable)

1

5. Clinical Laboratory Instrumentation and Automation

Item

No. Equipment with Technical Specification Quantity

1 Absorption of light (UV-VisSpectroscopy)

Spectrophotometer 190-1100nm with quartz cell

Included volumetric flasks 100ml, pipette 1ml with dish, pipettor, weighing dishes, steel micro spoon, 100micro-ltr syringe, 500ml wash bottle, funnel, glass etc.

Included (at least) e.g. Methanol 500 -750 ml, N’N-dimethylformamide puriss atleast 1 ltr,

ethyl alcohol abs.500 – 750 ml, ethylene glycol 250 – 500 ml, methyl orange soln. 0.1%

250-500 ml, Distilled water 1 ltr.

Note: Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply

(for 220V), and Teaching material, etc. (PC should be provided if applicable)

1

2 Refrigerator

Basic clinical laboratory refrigerator

Atleast 125L capacity, single glass door, 2-15 degree Celsius operation

Controlled automatic operation, LED lighting

Locking mechanism, caster wheels, stainless steel interior

Note:

1

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply

(for 220V), and Teaching material, etc.

6. Therapeutic, Critical Care and Life Support Medical Devices

Item

No. Equipment with Technical Specification Quantity

1 Defibrillator

-Automatic biphasic external defibrillator with LCD display -ECG synchronized operation

-Adjustable energy range (atleast 200J) -Less charging time (max 8 secs).

Note:

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for 220V), and Teaching material, etc. (PC should be provided if applicable)

1

2 Diathermy

-Microprocessor based Electrosurgical system monopolar and bipolar

controls

-RF power for monopolar cutting atleast 100 watt

-Output power for bipolar coagulation atleast 100 watt -Included auto self-test, earth free patient circuit and patient plate and

control switch

-conform to I.E.C-601-1 standard or equivalent

Note: Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

1

3 Infant incubator

-Both microprocessor and manual control

-Digital display of parameters -Skin, air temperature and humidity control

-Alarm for system failure

Note: Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

1

4 Multipara meter Bedside monitor -Minimum 10 inches color touch screen multiple trace capability -Built in NIBP,ECG,Temperature,SpO2,Respiration etc. measurement -Atleast 3 hours battery operation

Note:

Each package must be in fully operational condition. It must also include all Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply (for

220V), and Teaching material, etc. (PC should be provided if applicable)

1

7. Bioinstrumentation and Bioelectronics

Item No. Equipment with Technical Specification Quantity

1 Electrical signal analysis system including oscilloscope, function generator,

digital multimeter, DC power supply

Equipment for learning fundamental concepts of electrical circuits and include

atleast:

Mixed-signal oscilloscope -Bandwidth 100 MHz-1GHz

-4 Channels

-Sampling rate 2.5-5 GS/s (single channel)

-Record length 8M points or more

Function Generator -Dual channel mode

-Max Frequency 20-30 MHz

-Sampling Rate 200 MSa/s or more

-Waveform types are sine, square, ramp, triangle, DC

Digital Multimeter -High Resolution, Voltage, Current Range

-Resolution 5-1⁄2 digits

-Voltage 250V or more

-Current 10A or more

-Multiple measurement functions e.g. (VDC, VAC, continuity,

resistance, diode etc.

DC Power Supply -Multiple Channel, Dynamic Voltage and Current Range

-3 Channels

-0 to +5 V / 0 to 1 A or more

-0 to +20 V / 0 to 0.5 A or more

-0 to -20 V / 0 to 0.5 A or more

Note:

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply

(for 220V), and Teaching material, etc.(PC should be provided if applicable)

3

2 Basic electronics trainers including electronics engineering and operational

amplifier experimental modules

3

Enables the learner to quickly adapt to the analog and digital operational circuit

concepts with hands on training and includes atleast:

Modular Platform

Oscilloscope (400 kS/s – 800kS/s or more), Digital Multimeter (4-1/2 digits or

more), Function Generator (sinewave and squarewave), Variable Power Supply,

Breadboard for circuits and electronics etc.

Allexperiments and instructor's manuals

Note:

Each package must be in fully operational condition. It must also include all

Compatible Transducers, Electrodes, Accessories, Consumables, Power Supply

(for 220V), and Teaching material, etc.(PC should be provided if applicable)

3 Sensor training hardware with multiple sensor experimental modules

Teach and demonstrate the fundamentals of operating with wide variety of

sensors commonly used today. The system must include a wide variety of

sensors including atleast:

Modular Platform

Strain gauge, Piezo film sensor, Potentiometer, Pressure sensor,

Temperature sensor, Range sensors, Encoders All experiments and instructor's manuals

Note:

Each package must be in fully operational condition. It must also include

all Compatible Transducers, Electrodes, Accessories, Consumables, Power

Supply (for 220V), and Teaching material, etc.(PC should be provided if

applicable)

3

4 Specialized biomedical electronics application training hardware with

multiple test and simulation modules

Teach and demonstrate measuring circuits and detect the basic physiological

signals with operation. Must include at least:

Function Generator, A/D signal converter, Oscilloscope

ECG, EMG, EEG, Blood Pressure,Simulator(s)

Note:

Each package must be in fully operational condition. It must also include

all Compatible Transducers, Electrodes, Accessories, Consumables, Power

Supply (for 220V), and Teaching material, etc. (PC should be provided if

applicable)

3

UNIVERSITY OF ENGINEERING & TECHNOLOGY, LAHORE

TERMS & CONDITIONS / INSTRUCTIONS FOR BIDDERS

OF

LAB EQUIPMENT CIVIL ENGINEERING DEPARTMENT

NAROWAL CAMPUS (NO 05)

1. Single stage/two envelope bidding procedure shall be applied in response. The envelops

shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPSAL”. The

financial proposal of bids found technically non-responsive shall be returned unopened to

the respective bidders. Technically responsive bidders shall be informed and their

financial bids shall be opened in the next Central Procurement Cell (CPC) meeting after

informing the technically responsive bidders.

2. Responding organizations shall deliver sealed proposal of the “TECHNICAL & FINANCIAL PROPOSALS” before or on 24th March, 2020 at 9:30 a.m.

3. The Proposals will not be accepted after the due date &, time proposal shall be delivered

at the address given below before time. The TECHNICAL PROPOSALS shall be opened

on the same day at 10:00 a.m. in the presence of bidders or the representatives of the

responding organizations.

4. Bidders are advised not to quote different options (only one option is to be quoted). Received bid with different options shall not be entertained.

5. Price should be mentioned on FOR basis.

6. The prices, including all taxes, should be quoted item-wise in Pakistani Rupees so as to

reach the premises of the University of Engineering &Technology Lahore Narowal

Campus.

7. Offers should be valid for 120 working days from the date of opening of the Tender.

8. Delivery period will be one(01) months from the date of placement of order. Earlier

delivery will also be acceptable.

9. Bidders must submit their tender duly signed, clearly indicating the offered specifications

of each item, specified in the Tender Document.

10. Offers must be supported with comprehensive sectioned literary of the materials / good

offered.

11. The University reserves the right, at the time of placing the order, to increase or decrease

the quantity of items.

12. (a) Bids must be accompanied by 2% of total estimated cost as Earnest Money in the shape

of CDR in the name of Treasurer, University of Engineering and Technology, Lahore

without which bids will not be entertained. Bank Guarantee is not acceptable.

Estimated costs are given on tender notice.

(b) the successful bidder will arrange twostamp paper @0.25% on total valueof issuance

of Purchase Order.

13. If the successful bidderfails to supply the equipment within stipulated period, their

Earnest Money shall be forfeited.

14. The equipment must be in accordance with the offered specifications.

15. Bidders must attach attested photocopy of their N.T.N. and G.S.T. Number, Professional

Tax Certificate.

16. The successful bidder(s) shall get the equipment inspected at their premises workshop

before its dispatch to UET Lahore Narowal Campus.

17. Part / advance payment is not allowed.

18. 10% security of total value of Purchase order/bill shall be deducted at the time of bill

process. The deducted amount as security will be returned after successful completion of

Defect Liability / Warranty Period, after repairing the defects in the equipment /

replacement found during the warranty period.

19. In case of failure on the part of supplier to supply the equipment as per specifications

quantity or within the stipulated time without getting extension, penalty upto 02% of the

supply order per month will be imposed on the supplier by the Head of Department.

20. Deduction of Income Tax and other taxes of any kind will be deducted at the source

according to Governments prevailing rules.

21. Sale price of the tender document is Rs.1000/- (Non-Refundable) .The details

specifications of the required equipment are given in the subsequent pages.

22. After Sale service and supply of spare parts must be guaranteed for a period of one

year.

23. The original Request for Proposal documents duly signed and officially sealed by the

bidder must be submitted in whole with the proposals. Any conditional, ambiguous,

incomplete, supplementary or revised offer after the opening of tender shall not be

entertained.

24. Any overwriting/crossing, etc. appearing in the offer may be properly signed by the

person signing the tender. All pages of the tender must be properly signed & stamped.

Offer with any overwriting/use of Blanco shall not be accepted in any circumstances.

25. The Departmental Inspection Committee, will get the equipment inspected at UET

Lahore Narowal Campus and will have the right to reject the equipment if not found

according to the stated specifications.

26. In case any supply / material is found not in conformity with the specifications provided

in the tender, either on account of inferior quality, defective workmanship, faulty design,

faulty packing or is short supplied, or wrongly supplied, the supplier shall replace the

same free of charges.

27. The bidders are required to submit the company profile including Technical, engineering,

managerial capabilities after sale service and past experience / performance along with

their technical bid and also list of reference installation in Pakistan for similar equipment.

28. Procurement shall be governed by the PPRA Punjab Rules-2014.

Mr.Intezar Hussain

Head

Civil Engineering Department

UET Lahore. Narowal Campus

0346 4801412

Sr.

No.Name of Equipment Qty Specifications

1Concrete Mixer for High Strength

Concrete1

Mixer Pan Capacity 130-150 liter. Yield per mixture: 80-

90 L) along with vibrating table 1200 mm x 600 mm,

Countries of Origin for mixer: USA, Canada, Europe

(Turkey excluded), Australia, New Zealand, Japan, South

Korea.

2 One Point Workability Appratus 5

For performing slump test on concrete as per ASTM

C143/C143M-15a. Stainless steel mould base 8 inch dia,

top 4 inch and height 12 inch. Accessories: metal base

with clamps, graduated temping rod, measuring column,

cone funnel and scoop.

3Digital Weight Balance Capacity 100

kg1

100kg, platform type, Mains/Battery operated. Countries

of Origin: USA, Canada, Europe (Turkey excluded),

Australia, New Zealand, Japan, South Korea.

4Cylindrical Moulds 150 mm Dia 300

mm Height 20 150 mm internal Dia, 300 mm Height

5Cylindrical Moulds 100 mm Dia 200

mm Height 20 100 mm internal Dia, 200 mm Height

6 Moulds Cube 150 mm 20 150 mm each side, cast iron, 2 parts

7 Moulds Cube 100 mm 20 100 mm each side, cast iron, 2 parts

8 Appratus to prepare mortar cubes 1

Conforming to ASTM C305 and ASTM C451. Nominal

Capacity of mixing bowl: 4.73 liters as ASTM C305,

motor power:124W minimum. Non-programmable, non-

automatic (manual). The paddle must conform to ASTM

C305. EN paddle will not be accepted . 230 V, 50-60 Hz,

1 ph. Accessories: Second steel filling hopper, Hard

rubber scraper, Reference sand: 5Kg Countries of Origin:

USA, Canada, Europe (Turkey excluded), Australia, New

Zealand, Japan, South Korea.

9 Core Cutting Appratus 1

Universal core drill machine Conforming to ASTM C42,

Accessories, Water collecting ring, trolley, Coring bit for

50mm dia. x 400mm long cores with attached head,

Coring bit for 75mmdia x 400mm long core with

attached head, Coring bit for 100mmdia x 400mm long

core with attached head, Coring bit for 150mmdia x

400mm long core with attached head, Core extractor.

Power supply: 230 V 1 ph 50/60Hz

Countries of Origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

Department of Civil Engineering

University of Engineering & Technology Lahore (Narowal Campus)

Structural Engineering Division

Sr.

No.Name of Equipment Qty Specifications

Department of Civil Engineering

University of Engineering & Technology Lahore (Narowal Campus)

10 Digital Rebound Hammer 1

Conforming to ASTM C805/805M-13a.. Microprocessor

operated, continuous automatic recording of rebound

number, angle of strike. Capable of registering and

processing data and then transferring them to a PC. Live

display of results. Accessories: Calibration anvil, USB

cable for data transfer, battery charger,abrasive stone, PC

software, carrying case

Countries of Origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

11 Ultrasonic Pulse Velocity tester 1

Conforming to ASTM C597-16. Microprocessor

operated, Continuous automatic recording of travel time,

data storage,processing and transferring to PC via USB

port. Measuring range: 0 - 3000 μs - accuracy +/- 0.1 μs.

Language: English. Accessories: two 55kHz probes with

connection cables, calibrating cylinder, PC software,

USB cable for data transfer, battery charger, contact past

Countries of Origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

12 Moulds for Beams and Columns 10

For casting concrete specimens of following sizes; 150

mm x 150 mm x 500 mm (3 No.), 100 mm x 100 mm x

350 mm (2 No.), 150 mm dia x 500 mm length (1 No.),

100 mm x 150 mm x 1050 mm (4 No.)

13 Temprature Controlled Oven 2

General purpose drying oven for laboratory use. Forced

Convection, Nominal capacity 400 liters, Max.

temperature: 200°C

Countries of Origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

Sr.

No.Name of Equipment Qty Specifications

Department of Civil Engineering

University of Engineering & Technology Lahore (Narowal Campus)

14 Minor Instruments 1

04 No. Vernier callipers (300 @ 0.05 mm), 04 No. screw

gauge (25 mm @ 0.01 mm), 02 No. analogue dial

gauges 25 mm x 0.01 mm, 02 No. digital dial gauges 25

mm x 0.01 mm 01 No. Le chatelier apparatus, 01 No.

Manual Vicat apparatus, 01 No. Compacting factor

apparatus, 01 No. Digital Weighing balance 16Kg @

0.1g , 01 No. Bulk Density Apparatus (ASTM C29), 01

No. Specific Gravity Apparatus for coarse aggregates, 01

No. Pycnometer Apparatus for specific gravity (ASTM

C128), 01 No. Aggregate Impact Value apparatus (BS

812), 01 No. Unsymmetrical bending apparatus, 01 No.

Column buckling apparatus, 01 No. Shear Center

apparatus, 01 No. Strain measuring apparatus with strain

gauges, a strain rosette and mini built-in data logger (Not

Universal data logger)

Countries of origin for analogue and digital dial gauges:

USA, Canada, Europe (Turkey excluded), Australia, New

Zealand, Japan, South Korea.

15 Multimedia / Smart Board 4

3 LCD Technology , 1024 X 768, Lumens 3300 or

better, Contrast 1:15000, Lamp Life 10000 Hours, Ports

HDMI,USB,VGA, Ciel Mount Kit 03 Cables Safty Box

etc,

16ACs for Labs of Civil Engineering

Department4

1.5 Ton inverter AC with both heating and cooling

option, Capacoty: 18000 BTU, 230V/single phase/50 Hz,

Auto-voltage adaptation: 150-260 V, referigerant: R410

or equivalent, with installation.

Geotechnical & Transportation Engineering Division

1Triaxial Test System with complete

accessories1

Capacity: 50 kN, proving ring and dial gauges based

system, data logging not required, capacble of saturating

the sample and performing CD,CU,UU triaxial tests. All

accessories

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

2 Multimedia / Smart Board 4

3 LCD Technology , 1024 X 768, Lumens 3300 or

better, Contrast 1:15000, Lamp Life 10000 Hours, Ports

HDMI,USB,VGA, Ciel Mount Kit 03 Cables Safty Box

etc,

3ACs for Labs of Civil Engineering

Department4

1.5 Ton inverter AC with both heating and cooling

option, Capacoty: 18000 BTU, 230V/single phase/50 Hz,

Auto-voltage adaptation: 150-260 V, referigerant: R410

or equivalent, with installation.

Survey Laboratory

Sr.

No.Name of Equipment Qty Specifications

Department of Civil Engineering

University of Engineering & Technology Lahore (Narowal Campus)

1 Digital Theodolite 3

Magnification: 30x without EDM USA, Canada, Europe

(Turkey excluded), Australia, New Zealand, Japan, South

Korea.

2 Alidade 20 For plane tabling, brass-made

3 Minor Equipment 1

04 No.Thermometers 0-100 Deg C @ 0.1 deg C, 16 No.

Trestle wooden, 02 No. Spring Balance, 02 No. Prismatic

Compass, 12 No. Steel Ranging Rods G.I pipes, 12 No.

Steel Ranging poles, 04 No. Spirit level for plane

tabeling, 02 No. Steel tape 100m length, 40 No. Wooden

pegs, 40 No. steel pegs, 04 No. steel hammer

4 Multimedia / Smart Board 2

3 LCD Technology , 1024 X 768, Lumens 3300 or

better, Contrast 1:15000, Lamp Life 10000 Hours, Ports

HDMI,USB,VGA, Ciel Mount Kit 03 Cables Safty Box

etc,

5ACs for Labs of Civil Engineering

Department4

1.5 Ton inverter AC with both heating and cooling

option, Capacoty: 18000 BTU, 230V/single phase/50 Hz,

Auto-voltage adaptation: 150-260 V, referigerant: R410

or equivalent, with installation.

1 Standard test jar apparatus 16 jar apparatus @ mixing 1-150 rpm, tubes in the bottom

platform: preferably programmable

2 Chemical oxygen demand apparatus 1

Standard COD apparatus with calibration fluids

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

3 Dissolved oxygen meter 1

Standard DO apparatus with calibration fluids

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

4 Reverse osmosis apparatus 1

500 lit/hr meeting WHO drinking water standards at the

least; hydraunautics or equivalent

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

5Biochemical oxygen demand

equipment1

Standard BOD apparatus with calibration fluids, with 30

BOD bottles

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

6 Sound level meter 1

Noise meter with filters

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

Environmental Engineering Lab

Sr.

No.Name of Equipment Qty Specifications

Department of Civil Engineering

University of Engineering & Technology Lahore (Narowal Campus)

7 Monopan Balance 1

0-50 g , electronic

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

8 Magnetic stirrer 1

Magnetic stirrer with hot plate; 3 inches magnets with

teflon cover, 05 in number

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

9 Refrigerator 1 14 cft

10 Oven with Digital Controller 1

50 litres, forced convection, up to 180 deg C

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

11 PH meter 1

0-14 range with pH 4, 7 and 10 calibration standards

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

12 TDS meter 1

Desktop, 0 to 5000 ppm

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

13 Spectrophotometer 1

For mineral concentration determination

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

14 Distillation apparatus. 1

To produce distilled water

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

15 Imhoff Cone 1

Standard Imhoff Cone

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

16 Muffle Furnace 1

1100 deg C max temp, effective cap. 28 lit,, with

temperature control

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.

17 Onsite pH meter 1

Field-scale pH meter

Country of origin: USA, Canada, Europe (Turkey

excluded), Australia, New Zealand, Japan, South Korea.