MTE Society's - Walchand College of Engineering, Sangli

28
Document1 Page : 1/28 Seal & Signature of Bidder M.T.E. Society's WALCHAND COLLEGE OF ENGINEERING, SANGLI FIST TENDER DOCUMENT LAST DATE OF RECEIVING 5 th January, 2006 up to 1.00 pm DATE OF OPENING THE TENDER 5 th January, 2006, @ 3.00 p.m.

Transcript of MTE Society's - Walchand College of Engineering, Sangli

Document1

Page : 1/28 Seal & Signature of Bidder

M.T.E. Society's WALCHAND COLLEGE OF ENGINEERING,

SANGLI

FIST TENDER DOCUMENT

LAST DATE OF RECEIVING 5 th January, 2006 up to 1.00 pm

DATE OF OPENING THE TENDER 5 th January, 2006, @ 3.00 p.m.

Document1

Page : 2/28 Seal & Signature of Bidder

Department of Civil Engineering Item 1. BOD APPARATUS Quantity: 1 No. Cost: ________________________ Mercury free BOD Apparatus for the direct measurement of BOD for six samples simultaneously and should be compact with all as a set enough to fit in to a laboratory BOD incubator. 1. Should be microprocessor­based instrument. 2. Should have six independent channels to set different starting times and duration

times for six samples. 3. Should have in­built electromagnetic stirrers within the instrument chassis for

continuous stirring of samples through out test duration. 4. Should able to measure BOD up to 700 mg/L without any dilution. 5. Should have a built­in back lit graphical display to continuously track BOD trend

during the test like start date, sample number and duration. 6. Required reagents like nutrient, carbon dioxide absorbing pellets shall be supplied

(each 50 pouches) along with all required accessories such as 6­magnetic stir bars, 6­ seal cups, 1 grease tube, and one polypropylene analytical funnel.

7. Should be able to store the complete set of data of all six channels (entire 5 days/7 days/10 days data) automatically in non­volatile memory.

8. Should have an RS­232 port to download data to PC 9. Data logging software compatible to Windows 95/98 shall be supplied. Technical Specifications:

Range Selectable, 0 to 35 mg/L, 0 to 70 mg/L, 0 to 350 mg/L, 0 to 700 mg/L Test Duration Selectable, 5­, 7­ or 10­day test Computer Interface RS 232 Capacity Six 473 ml BOD amber colored bottles Dimensions 30.5 x 30.5 x 12.7 cm (12 x 12 x 5”); should fit inside BOD incubator Power 115 or 230 V ac, 50/60 Hz Compliant External power supply should be approved by Underwriters Laboratory (UL)

Canadian Standards Agency (CSA) CE mark.

Document1

Page : 3/28 Seal & Signature of Bidder

Item 2. UV SPECTROPHOTOMETER Quantity: 1 No. Cost: ________________________ General features: 1. 30 preprogrammed methods and 200 user generated programs 2. storage of 200 data points 3. maximizes productivity while increasing Accuracy 4. Exceptional precision and reliability 5. Superior optics for maximum accuracy 6. Easy­to­use software with scanning and time course capabilities 7. High resolution LCD displays data in tabular or graphical format and printing. 8. Innovative accessories for maximizing throughput, data collection, recording. Technical specifications: Wavelength Range: 190 to 1100 nm Bandwidth: 4nm +/­ 1 nm Photometric Range: ±3.00 ABS or 0.1 to 100,000 % T Photometric Accuracy: +/­ 0.005 ABS from 0 to 2.0 ABS Stray light: <3.3 ABS minimum or 0.05 % T maximum at 220 nm, 340 nm and 400 nm Wavelength Accuracy: + 1 nm Wavelength repeatability: + 0.1 nm Wavelength Resolution: + 0.1 nm Light source Deuterium (UV), Gas filled tungsten (VIS) Optical System: Split­beam monochromator Wavelength Selection: Automatic, upon method selection Photometric Calibration: Automatic Display: Backlit, graphical, LCD with adjustable viewing angle, contrast control Sample compartments Modular, easily accessible, interchangeable for diverse testing requirements Function modes Single wavelength, Multi wavelength, Standard additions, Spectrum(scale expansion, automatic peak/valley picking,

repeat scan) Readout Modes: Concentration, transmittance, and absorbance Operating temperature range: 10 to 40 0 C up to 90% relative humidity Software (built in) Concentration, transmittance, and absorbance; standard curve, Abs ratio, Abs diff, kinetics, scan, 3­pt net, multi

wavelength, performance validation

Document1

Page : 4/28 Seal & Signature of Bidder

Data Storage: 200 data points, 10 spectral scans, 10 time course measurements External Outputs: RS232 Serial, or parallel output in HP PCL format (text and graphics) Line Power: AC line power selectable for 110/120/220/240 V ac, 50/60 Hz

Item 3. Electronic balance Quantity: 1 No. Technical specifications:

Maximum capacity: 110 g Readability: 0.1 mg Linearity: +0.2 mg Repeatability: +0.1 mg Weighing pan: 80 mm dia. Effective height above weighing pan 237 mm Bright backlit LCD All metal housing with cell protector Protective in­use cover RS 232 interface Fully automatic internal calibration weight Glass draft shield Feed through for below­the balance weighing Piece counting Percent weighing Dynamic weighing Adaptation to the type of weighing Different weighing units

Document1

Page : 5/28 Seal & Signature of Bidder

Item 4. Water analysis laboratory Quantity: 1 No. Cost: ________________________ The water quality analysis laboratory kit should be fully equipped with reagents and apparatus for common water quality parameters to provide true laboratory capabilities in the field. It should have the following configuration and should be transported in a rugged carrying case. The laboratory should contain one each of Portable Spectrophotometer, Digital Titrator, Portable pH & Conductivity (should have a facility for Dissolved Oxygen probe), Turbidity meter, reagent sets and all necessary apparatus, accessories, procedure manual and power supply, all contained in two easy­to­transport rugged carrying cases of 21” x 11.5” x 11”. The specifications for instruments included are as below: a) Portable Data logging Spectrophotometer The Spectrophotometer with compact design and should have more than 130 built­in preprogrammed methods for most common water and wastewater parameters including THM, COD and TOC. The Spectro should have a wavelength range of 400 – 880 nm with 1nm resolution. Wavelength bandwidth should not be greater than 4 ± 1 nm. Optics of this spectrophotometer should be based on Concentric Polychromator optical system to measure multiple wavelengths simultaneously and to provide automatic wavelength selection for each test. The optics should not have any movable parts to wear out. Scope of Supply should include six, one inch sample cells, a 16­mm vial adapter, instrument and procedure manual, printed and CD­ROM, line power converter. Technical specifications: Wavelength Range: 400 to 880 nm Bandwidth: 4nm +/­ 1 nm Photometric Range: ­3.200 to + 3.200 A Photometric Accuracy: +/­ 0.005 Abs from 0 to 0.5 Abs Stray light: <0.3% T, > 2.5A at 430 nm Wavelength Accuracy: + 1 nm Wavelength Resolution: 1 nm Optical System: Concentric Polychromator Wavelength Selection: Automatic, upon method selection Photometric Calibration: Automatic Display: Touch screen; graphical display Readout Modes: Concentration, transmittance, absorbance and pH Operating temperature range: 10 to 40 0 C up to 90% relative humidity Data Storage: up to 1000 readings with date, time, results, sample ID and user ID stamping External Outputs: RS232 Serial Line Power: Converter included, & 3’D cell batteries

Document1

Page : 6/28 Seal & Signature of Bidder

b) Portable Dissolved Oxygen Analyzer Dissolved oxygen analyzer should be rugged, compact, handheld, to measure Dissolved oxygen (in % saturation/ppm) and Temperature in water samples for the following applications Aquaculture, Municipal & Industrial wastewater effluents. The DO probe shall be suitable for submersible measurements up to 4meters depth in water.

Features: 1. Analyzer should be Watertight case­meets IP­65 2. Analyzer should be Rugged, weighted field replaceable module with long lasting Polarograph sensor. 3. Analyzer should have Automatic Temperature compensation 4. Analyzer should have salinity and pressure compensation 5. Analyzer should have Low battery indicator 6. Water proof case rated to IP­65

Technical Specification: DO: Range: 0 to 20ppm

Resolution: 0.01ppm Accuracy: ± 2% of the reading or ± 0.2 ppm, whichever is greater

DO % Saturation: Range: 0 to 200% Resolution: 0.1% air saturation Accuracy: ± 2% of the reading or ± 0.2ppm, whichever is greater

Temperature: Range: ­6 to + 46°C Resolution:0. 1°C Accuracy: ± 0.3°C ±1digit

Salinity Range: Manual: 0 ­ 40ppt Pressure Range: Manual: 600­1100milibars Battery Lifer: Approximately 450 hours at 25 °C Compliance: CE compliance

Dissolved oxygen instrument should be supplied with probe with 4 meter cable assembly, DO Membrane kit, batteries, shoulder strap for DO meter & soft carrying case.

Document1

Page : 7/28 Seal & Signature of Bidder

c) PORTABLE TURBIDITY METER Portable Turbidity Meter should be microprocessor controlled for accurate, reliable field testing for samples having turbidity upto 1000 NTU without any dilutions. Meter should have two­detector optical system to measure turbidity in colored samples, light fluctuations, and stray light to achieve reliable results under field conditions. Scope of supply of meter should include Primary standards, Secondary standards, nine sample cells, silicon oil, oiling cloth, rugged carrying case, manual. Meter should have the following features: 1. Pre­programmed calibration procedure, with microprocessor controlled adjustment of calibration curve. 2. Selectable signal averaging mode to compensate for fluctuations in readings caused by movement of large particles in the light path. 3. Built­in diagnostics 4. Resolution: 0.01 on the lowest range 5. Two year warranty Technical Specifications: Measurement Modes NTU Ranges NTU Mode

0 – 1000 NTU in auto range or 3 selectable ranges 0­9.99, 0­99.9, and 0­1000 NTU in manual mode.

Accuracy ± 2% of reading or ± 1 least significant digit from 0 – 500 NTU; ± 3% of reading between 500 – 1000 NTU. Repeatability ± 1% of the reading or 0.01 NTU, whichever is greater Response Time 65 sec. For full step change (signal avg. off) in constant reading mode Display 4­character LCD with custom icons Light Source Tungsten Lamp. Typical lamp life > 100,000 readings Temperature Range: Operating (inst. Only) Storage (inst. Only) Sample

0 to 50 °C ­40 to 60 °C 0 to 95 °C

Power Requirements 4 AA Alkaline batteries

Document1

Page : 8/28 Seal & Signature of Bidder

d) pH Meter

pH meter should be microprocessor based and should have tough construction, 100% water proof and floatable. Meter should be user friendly with minimal keystrokes and touch­key commands. Meter should have Clear LCD display pH/temperature, or mV/ temperature at the same time. Convenient calibration with automatic buffer recognition of US & European buffer sets.1,2, or 3 point calibration. Calibration data is stored in memory and is ready for use on power up.40 memory location for data storage. Readings are automatically compensated for temperature(ATC).Meter automatically switches into manual compensation when temperature probe is not present. Automatic Lock mode and end point sensing are available to lock in stable reading.

Technical Specifications:

Range: pH: 0.0 to 14.00 mV: +/­1999 mV Temperature: ­10 to 120° C Resolution: pH: 0.01, mV: 1, Temperature: 0.1° C Accuracy: pH: +/­ 0.01 mV: +/­0.05 % fullscale Temperature: +/­ 0.3° C Temperature: ± 1.0° C Data Storage Capability: 40 Data points Input Impedance: > 10 12 Ohms Display: Custom LCD Buffer Recognition: Selectable (4.01, 7.00, 10.01) or (4.00,6.86,.9.18) Calibration Points: 1,2 or 3 point calibration Calibration Review: should show last calibration slope, date and time, buffer/standards used and mV in each. Temperature compensation: Auto or manual Slope: Recognition Battery Life: approx. 400 hrs. Power supply:6AAA batteries or 115/230VAc Adapter. End point sensing or Hold: Yes.

Document1

Page : 9/28 Seal & Signature of Bidder

e) Conductivity Meter

Conductivity meter should be microprocessor based and should have tough construction, water proof and floatable. Clear LCD Displays .Conductivity, TDS simultaneously with Temp. Accepts 2­wire and conductivity cells with Adjustable K=0.1,1and 10 cell constants for improved flexibility and accuracy. Auto or manual ranging of 3 conductivity ranges are available for improved usability. Convenient one point calibration. Calibration data is stored in memory and is ready for use on power up. Readings are automatically compensated for temperature (ATC).Meter automatically switches into manual compensation when temperature probe is not present. Automatic Lock mode is available to lock in stable readings. Technical Specifications:

Range: Resolution Accuracy Conductivity,k=1.0 0.00 to 99.99µS/cm 0.01µS/cm ±0.5%full scale

100.00 to999.9µS/cm, 0.1 µS/cm; ±0.5%full scale 1.00 to9.99mS/cm, 0.001 mS/cm; ±0.5%full scale 10.0 to 30.0mS/cm, 0.01 mS/cm; ±0.5%full scale

Salinity: 0.0 to 80.0ppt, 0.1 ppt ±1%full scale Temperature: ­ ­5.0 to 95.0° C 0.1C ±0.2 C

23 to 199° F 0.1F ±0.2 F

Conductivity Reference temp. :15.0 to 25.0 °C User selectable at 0.1 C increment Conductivity Temp. coefficient 0.0% to 40.0% User selectable at 0.1% increment Battery life: Greater than 10 hours(continuous operation) Power: Batteries/adaptor ,6 AAA (alkaline)/9V AC adaptor ATC probe: Thermistor ,10 Kilo_ohms at 25°C Ambient temp. range: 0 to 50 °C Display :conductivity /Salinity: temp :15mm high/8.7mm high LCD Dimensions :222mm X 83mm X 71mm Weight:370grams

Document1

Page : 10/28 Seal & Signature of Bidder

f) Digital Titrator: The digital Titrator should have a delivery knob for dispensing the titrant solution precisely and it should accommodate interchangeable titrant cartridges, so multiple titrations merely involve changing the cartridge and delivery tube. It should have a digital counter and counter reset knob. The digital titrator should be durable and lifetime warranty to be provided. Titration cartridges should contain high strength, prestandardized titrant solution. Teflon seal at the base and reseal cap covering the tip should protect the titrant against evaporation during storage.

g) The reagents supplied along with the lab should be able to satisfy the analysis for the following parameters for 100 tests:

Acidity 10­4000 mg/L, Alkalinity 10­4000 mg/L, Bromine: 0.05­4.50 mg/L, calcium: 10­4000mg/L, Chloride: 10­10000 mg/L, Chlorine Free& Total: 0.02­2.00 mg/L, Chromium, Hex: 0.01­0.70 mg/L, color: 5­500 pt Co Units, Copper: 0.04­5.00mg/L, Fluoride: 0­ 10 mg/L, Hardness: 10­4000mg/L, Iodine: 0.07­7.00mg/L, Iron, Total: 0.02­3.00mg/L, Manganese, HR:0.2­20.0mg/L, Nitrogen, Ammonia, 0.01­0.50 mg/L, Nitrogen Nitrate: 0.3­ 30.0mg/L, Nitrogen Nitrite: 0.002­0.300mg/L, Phosphorus, reactive & Total: 0.02­2.50mg/L, Silica, HR: 1.0­100.0mg/L, Sulfate: 2­70mg/L, Sulfide: 5­ 800 µg/L, Suspended Solids:0­750mg/L.

Item 5. High volume sampler Quantity: 1 No. Cost: ________________________ Technical specifications: Flow rate: 0.8 to 1.7 m/min. Particle size: Down to 1.6 micron depending upon filter used Blower: Continuous duty blower with brushless motor Recommended filter: GF/A (8” x 10”) for common use, EPM 2000 for special research or equivalent Sampling time record: 0­ 99999.99 hrs, time totalizer records the running time in hours Automatic sampling: 24 hr programmable timer, number of required intervals can be programmed Power requirement: 220 Volts, Single phase AC Size and weight: APM 430, with gable roof 440 mm (L) x 440 mm(W)x 820 mm (H) – 25 Kg (weight) Impinger Tubes 35 mL 6 No.s Continuous duty blower with brushless motor, Orifice flow meter, time totalizer, Programmable timer, Instrument cabinet, Filter holder assembly, Detachable gable roof, set of spares and tools:

Document1

Page : 11/28 Seal & Signature of Bidder

Item 6. Digestion Apparatus [Digestion + Kjeldahl Nitrogen] for Rapid digestion for Sample preparation of solid waste for spectrophotometer analysis: Quantity: 1 No. Cost: ________________________ This apparatus should be compact with space saving design (14x16.5x33.6 cm) and should digest samples rapidly for analysis, including water, wastewater, solid waste, mineral ores, food products, feedstuffs, sludge, plant tissue, plating bath solutions, oil and coal. Should have a water aspirator for fume removal. This apparatus should have the following features: 1. The apparatus should have a heater assembly, heat shield, fractionating column, capillary funnel, digestion flasks and a water aspirator. 2. Should have a thermostatically controlled 250­watt heating element and should provide even heating through out the digestion process. 3. Should have variable temperature control from 100 to 480 o C with LED digital display for temperature. 4. Should be corrosion resistant, plastic and polyurethane painted metal. 5. Should be able to digest almost all types of materials in less than 20 minutes. 6. Should digest samples for heavy metal analysis also. 7. The manufacturer should be in a position to supply the Primary Standards for Kjeldahl Nitrogen. Technical Specifications : Power Requirements: 115 or 230 V ac (Models), 50/60 Hz, 250 watts Control: Variable from 25 to 250 Watts Dimensions : 14 x 16.5 x 33.6 cm requires when assembled total height clearance of approximately 50cm Net Weight : 3.85 kg Shipping Weight : 4.8 Kg Construction: Corrosion­resistant, epoxy­painted metal with composition heater base

Item 7. COD(15 wells single block) Analyzer Quantity: 1 No. Cost: ________________________ COD analyzer shall be able to measure in wastewater, industrial effluent Samples directly in mg/L or ppm on a digital display. COD analyzer shall be microprocessor based instrument and shall have a digital COD Digester to digest up to 15samples. COD analyzer shall able to measure up to 15000mg/L without dilution.

1. Digester shall have a pre­programme for standard digestion temperatures 100°C/105°C/150°C for COD, TOC, un­dissolved & complex metal digestion.

2. 3 user entered programmes for specific digestion/reaction applications, 3. digester should have built in timer 1 to 148minutes with digital countdown timer with audible alarm and shutoff mode after the elapsed time 4. digester should have programmable temperature range from 37°C to 165°C in 1°C steps and shall have accuracy as per DIN, EN, ISO, EPA

Methods. 5. Digester shall have separate locking and transparent safety shield and temperature safeguard to prevent overheating. 6. Heating rate should be from 20 to 150°C in 10minutes

Document1

Page : 12/28 Seal & Signature of Bidder

Technical Specifications:

Range adjustment 35 to 165 o C with 1 o C increment Temperature accuracy As per DIN, EN, ISO, EPA Methods. Temperature stability + 1 o C Warm up time Less than 10minutes to reach 150 o C Timer 1 to 148 minutes (8 Hours) with Digital countdown timer with automatic shut off mode and alarm signal Power supply 90 to 240VAC, 50/60 Hz Capacity 15 wells (16mm vials) Warranty 2 years

The EMD amount will be based on total cost of all the items listed above.

Note: The bidders are also requested to give their reasonable offer if following equipment are purchased as a single package.

a. BOD APPARATUS (Specifications as mentioned above) b. UV SPECTROPHOTOMETER (Specifications as mentioned above) c. Water analysis laboratory (Specifications as mentioned above) d. Digestion Apparatus [Digestion + Kjeldahl Nitrogen] (Specifications as mentioned above) e. COD analyzer (Specifications as mentioned above)

Document1

Page : 13/28 Seal & Signature of Bidder

Department of Mechanical Engineering

Modernization of Refrigeration Lab. under FIST

Technical specifications

Item 1) Refrigerator fault simulater Unit should consists of ½ HP open type branded compressor with ISI make motor, provision of variation in speed , Danfoss expansion valve & capillary tube with necessary valves, multiple circuit air cooled condenser & evaporator of suitable size & all necessary parts like pressure gauges (Warre /Wika make ) H P L P cutout & Thermostat (Danfoss make), Temperature indicator etc. Unit should be mounted on a suitable powder coated stand with necessary switches and connections to simulate various problems in mechanical & electrical. Refrigerant R­134a. Unit should be provided with gas charging unit with vacuum pump two stage std., & electronic leak detector.

Item 2) Mechanical Heat Pump

The unit should consist of Kirloskar make hermetic compressor ½ TR capacity with tube in tube type evaporator & condenser with necessary controls like HPLP & Thermostat ( Danfoss make), different switches, Eureka make rotameter , Danfoss make expansion valve facility to measure COP, energy balance & overall heat transfer coefficient & effect of subcooling, Refrigerant R­134a . Computer interfacing facility should be quoted separately.

Item 3) Vapour Absorption Refrigerator Test set up

Unit carries 3 fluid system aqua ammonia refrigerant, cabinet volume 40 litre. Provision of temperature measurement at various points L&T make energy meter so as to measure COP, energy balance of evaporator & generator, provision of forced circulation for improvement in capacity.

Document1

Page : 14/28 Seal & Signature of Bidder

Item 4) Cascade Refrigeration system

Equipment should consist of Kirloskar make hermetic compressor with suitable evaporator and condenser coil with thermostatic expansion valve. Refrigerant to be used R­134a and R­502, with Eureka make rotameter; Warre /Wika make gauges PT 100 temperature sensors, provision of COP measurement for individual system and also of cascade refrigerator system.Cascade evaporator1 Lit. capacity, Capacity 1/3 Tr at ­ 40 0 C. Computer interfacing facility to be quoted separately.

Item 5) Board Models

Following good quality working components should be quoted 1) HPLP cut out – Danfoss make. 2) Thermostat Differential type ­ Danfoss make. 3) Thermostat for Room Air Conditioner

Water cooler Refrigerator Deep freezer Bottle cooler

4) Solenoid valve ¼ “ liquid line, Castle make 5) Thermostatic expansion valve 1 TR capacity Danfoss make.

With internal equaliser & External equaliser

6) Automatic expansion valve 7) Sight glass ¼ “ 8) Dryer ­1/4” silica gel & molecular sieve type

9) Temperature Indictor range ­ 40 to 300 0 C 6 channel and 11 channel , push to on type PT – 100 & K type Least Count 0.1 0 c

10) Cut models ­ Hermetic compressor Rotary compress Screw compress

Document1

Page : 15/28 Seal & Signature of Bidder

COMMON INSTRUCTIONS (for item numbers 1 to 5) Specify the list of experiments which can be performed. Manual 2 hard copies and a CD also should be provided. Whenever possible the parts should be powder coated and neatly be arranged. Parts handling water should be strictly S.S make. Warranty : ­ Three Years of the unit Commissioning & Demonstrations at College site

Item 6) Pneumatic trainer kit Suitable to demonstrate the design, construction and applications of pneumatic components And circuits. It should have the following

a) Direct and indirect manual controls b) Logic and / or function to start signal c) Sequence controls

Item 7) Sound intensity probes with accessories and sound intensity analysis software.

Document1

Page : 16/28 Seal & Signature of Bidder

Department of Computer Science and Engineering

Sr.No. Particulars Specification Cost

1 Nodes ( Five quantity) IBM / HP / Dell

Intel 915 G Express Chipset INTEL onboard 10/100/1000 LAN card., 256 MB DDR II RAM @ 400 FSB, P­IV CPU with HT or 64­bit processor (P­IV 3 GHz or better, 800 MHz FSB, 1 MB L2 Cache), 80 GB SATA Hard Disk with 7200 RPM, DVD Combo Drive, 1.44 MB FDD, OEM Internet Keyboard, OEM Optical Mouse with mouse pad, 15” TFT Color Monitor, 2 Serial, 1 Parallel, 6 USB ports or better, onboard Audio, Windows XP Professional preloaded, Device lock feature for denying access to USB storage device, CD, FDD, Hard Disk logical drive, File and Folder lock security. OS Recover software / OEM manageability software with asset management software

over LAN and WAN. Health monitoring with pre­failure alert through pop­up menu e­mail, remote

management (for windows), (DNI/SNMP compliant) Disaster Recovery Software. 2 Server ( One

quantity) IBM / HP / Dell

Intel Server Motherboard with CPU 3 GHz or better, 2 MB L2 cache memory or better, onboard LAN(10/100/1000), 2 GB ECC DDR­II RAM or better, 80 GB SATA HDD or 72GB SCSI 10K RPM Hot swap HDD or better, Ultra 320 SCSI card, DVD Combo Drive, 1.44 MB FDD, Keyboard, Optical Mouse with mouse pad, 15” TFT Color Monitor, 2 Serial, 1 Parallel, 6 USB ports or better, onboard Audio, Windows XP Professional preloaded with CD Media, Device lock feature for denying access to USB storage device.

3 UPS Assorted (3 KVA), 2 hrs Backup

Document1

Page : 17/28 Seal & Signature of Bidder

Department of Electronics

Specifications for Purchase of equipment under FIST for Embedded Systems and DSP Lab:

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

1.

8051 based micro­ controller Trainer board

The board should support all the peripheral boards mentioned in item 3. CPU board: Phillips P89C51RD2 based (or Compatible) with on­board serial programming facility. Min. 2 on­board clock sources with variable frequency, LEDs for all ports, at least 4 push button switches, Serial EEPROM interface facility. Test points for important signals. Short circuit proof power supply. The same power supply should be able to drive the peripheral boards.

10 sets

Document1

Page : 18/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

2.

PIC16F877 based micro­ controller Trainer

board

The board should support all the peripheral boards mentioned in item 3 CPU board: PIC16F877 based (or Compatible) with on­ board serial programming facility. Min. 2 on­board clock sources with variable frequency, LEDs for all ports, at least 4 push button switches, Serial EEPROM interface facility. Test points for important signals. Short circuit proof power supply. The same power supply should be able to drive the peripheral boards.

10 sets

Document1

Page : 19/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

3.

Peripheral Interface Boards

(Compatible with Item 1 and also with Item 2

Note: All Peripheral interface boards must be compatible with Item 1 and Item 2. The peripheral boards should include,

1. ADC Board: 8 bit 8 channels ADC, onboard 0­5v voltage source facility, 8 external inputs. ADC o/p displayed on 8 bit bar graph LED. Onboard CLK, SOC & EOC. Push button keys for generating interrupts. LDR, Thermister, Microphone, Thermocouple interface facility. Onboard Relay for ON/OFF according to set points. LED display and LCD display interface facility for indication of output. On­board +ve/ ­ve voltage source for ADC.

2. DAC Board: 8 bit single channel DAC. 8 digital input with LED indication for onboard simulation of DAC and Relay with LED indication. Single Channel voltage output (0­5v). Single Channel 0­20mA or 4­20mA current output. Onboard output voltage variation facility for different waveforms with LED indication.

(Item 3 is continued on next page..)

10 sets

Document1

Page : 20/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

3.

Item 3 Continued …

4. Keyboard and Display Interface board: Minimum Six digit 7 segment multiplexed display. Facility to connect LED display as well as 16x2/16x1 LCD display. 4x4 matrix keys. Onboard buzzer. LED display module and LCD display module should be supplied with this board.

5. Stepper Motor and DC Motor Interface Board: Facility of changing direction of motor and for finding out sequence of stepper motor manually with LED indication. Onboard speed variation facility for stepper motor. Onboard drivers provided for motor. MOSFET based speed control of a small DC motor with PWM method.

6. Digital Input/Output Interface board: Four­digit multiplex display, any digit selectable as non­multiplex display. Min. 16 Digital inputs through DIP­switches. Min. 16 LED outputs. Min. Four keys for digital input.

4.

LPC2104 ARM Embedded Development System

Philips LPC2104 or 2106, Two serial ports, switch for normal/program mode, Facility of connecting Alphanumeric LCD as well as Graphic LCD, Facility to connect 4x4 keyboard. On board EEPROM and RTC with Battery, Separate connector for SPI bus and JTAG. JTAG cable for debugging/programming. The board should be supplied with Alphanumeric LCD and Keyboard. Suitable power supply unit.

6 Sets

Document1

Page : 21/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

5.

LPC2138 ARM Embedded Development System

Philips LPC2138, Two serial ports, switch for normal/program mode, Facility of connecting Alphanumeric LCD as well as Graphic LCD, Separate connector for SPI bus and JTAG. JTAG cable for debugging/programming. Facility to connect 4x4 keyboard. The board should be supplied with Alphanumeric LCD and Keyboard. Suitable power supply unit.

4 Sets

6. USB Interface development Kit

Based on USBN9603 USB IC, along with PIC 16F877, USB, RS232 connectors, ICD­S40 or ICD­U40 in circuit debugger programmer unit. Including power supply. With required CCS PICC Compiler software (PCW) having support for 12, 14 and 16 series PIC Controllers

1 set

10 licenses each

7. Embedded System Software

A. Hi­Tech C Cross Compiler for Microchip PIC micro ­ 12/14/16/17 series (School Version) Platform : Windows 2K/XP

B. Hi­Tech C Cross Compiler for Microchip PIC micro – 18 series (School Version) Platform : Windows 2K/XP

2 Licenses

Document1

Page : 22/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

C. KEIL Professional Developer Suit for 8051 compatible Microcontrollers (PK51) school version Platform : Windows 2K/XP

D. KEIL Professional Developer Suit for ARM Microcontrollers (PKARM) school version Platform : Windows 2K/XP

E. KEIL Full RTOS for ARM Controllers Platform: Windows 2K/XP

5 Licenses for C and

D,

One License for E

F. SPJ SC51 IDE/Assember/Compiler/Linker Platform : Windows 2K/XP

G. SPJ SCARM IDE/ Assember/ Compiler/ Linker

10 licenses

each

Document1

Page : 23/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

8. Uninterrupted Power Supply (UPS)

Liebert/APC/SOCOMEC SICON/ or equivalent ISO Standard Manufacturer 6 KVA online 1 Ф input, 1 Ф output online UPS with Backup time minimum 1 Hours with facilities like Input power factor > 0.99, Parallel redundant facility (built in) , Temp. compensated battery charging System , Auto Retransfer Facility, LCD panel to see various parameters, SNMP Compatibility, DSP/Microprocessor based system Protections such as Input under over /under voltage protection, DC under and over voltage protection, Input current limit, Battery under voltage / deep discharge, Black start of low discharge of battery, Battery current limit, Output short circuit, Rectifier short circuit, Output over /under voltage protection, Output over current protection, Bypass under /over voltage, Bypass frequency out of healthy range, Battery over temp. alarm, Input specifications : Input voltage 230 V ­1Ph., Input voltage variation 140­270 v, Input frequency 50 HZ ± 10% , Input current Distortion <5%, Power factor at rated load >0.99, UPS Operation with phase sequence change, Bypass supply voltage ­ 220/230/240V, Over load on by pass should be 10 times of rated current for 20 m sec. Rectifier /Charger. DC Ripple < 2%, DC Voltage Regulation 1% OUTPUT Specifications ­ Output voltage 220/230/240V AC, Selectable. 1PH., 50Hz, Power factor at 0.7 – at 6 kva, Over load Rating 110% for 60mins, 200% for 1 sec., Output voltage regulation ± 2%, Transient response for 100% load change ± 10%, Recovery time 5 m sec., Frequency stability – Unsynchronized ± 0.1 %, Synchronized as per Mains Frequency, Output Voltage distortion <3% Linear load Inverter to Bypass to Inverter Transfer Time Synchronized 0 m sec, Unsynchronized ­20 m sec, Various benchmarking certification should be attached with the document Batteries –

1 Unit

Document1

Page : 24/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

9. DSP/VLSI Trainer Kit

A. FPGA Xilinx Spartan­3 Device Board: Analog Input: min. Four Channel with 12 bit ADC at 500 KSamples Per Sec. Analog Output: min. 4 Channels, 12 Bit DAC Stereo Jacks for audio input/outputs, Min. 100 Digital I/Os brought onto connectors, JTAG interface with cable, onboard oscillator, 16x2 LCD, 4 digit LED display, Relay and DIP switch interface, Serial and USB Interface. Suitable for verification of DSP algorithm using MATLAB / Simulink environment. JTAG cable, PROM.

B. DSP Design System Generator from Xilinx: Should generate a synthesizable HDL code and Testbench for High performance DSP system for Xininx FPGA using MATLAB/Simulink. Facility of electronic designs to be created tested and transferred into hardware for FPGAs.

3

10. DSP Development Software

Visual DSP++ tools for Tiger SHARC family.

IDE debugger, c/c++ compiler, assembler, Linker with Emulation & Simulation. With support for all ADSPs. With features such as Profiling &tracing facility, cache visualization, pipeline viewer, Integrated source code control etc.

5 Licenses

Document1

Page : 25/28 Seal & Signature of Bidder

Sr. No. Item Required Specifications Qty Cost

Deviations if any from Required Specs

11. USB based high performance emulator.

Full speed­high speed 1.5mb/sec with USB 2.2 Interface,

background telemetry channel support, support all JTAG processors & DSPs, 1.8v, 2.5v, 3.3v compliant and tolerant, 3 meter USB cable, 14 pin JTAG header CE compliant, JTAG CLOCK Operation upto 50 MHZ.

1 Unit

12.

DSP Development Board

Quad 21161 board with PMC interface. Model HLPC/410P/561.

64 MB SDRAM, 128 Kword SBS RAM, 2­8 MB OF FLASH.24 Mbits of on chip RAM per DSO, 512 Mb on chip SDRAM, 8 MB flash memory, PCI –X interface bridge to local 64 bit 66 MHz PCI interface, serial ports, digital i/o ports, host interface

1 Unit

13. DSP Starter kits

TMS320C 6713 / 6711With code composer studio, Operating at 225 MHz, Embedded USB JTAG controller with plug and play devices. USB Cable, TLU 320 A/C codec, 2M x 32 on board SDRAM, 512 K byte of on board flash ROM, Expansion connectors –3 , Audio Jacks.

10 Units

14) System development platform/FPGA­CPLD trainer for prototype development of electronic system with following features.

a. Compatible with minimum 1 million gate count Spartan II / III Xillinx devices.

b. On board selectable regulators with support for 5V, 3.3V, 2.5V.

Document1

Page : 26/28 Seal & Signature of Bidder

c. User selectable configuration modes.

d. Support for different I/O standards

e. On board system reset circuit.

f. On board JTAG circuit for downloading.

g. Provision for on board and external clock.

h. Easily accessible user I/Os

i. Flash PROM for FPGA configuration.

The kit must have provision for inputting data through Hex keypad and observing output on LCD/LED display.

15) VLSI Design Software for simulation, synthesis, place and route and implement the designs with hardware download capability similar to Xilinx ISE Series.

16) Protoboard for physical implementation of VLSI designs suitable for 84/144 pin CPLD/FPGA Trainer model.

Note:

For all software, Network license is preferred. For all hardware boards, the quoted price will be considered as inclusive the all the required accessories (cables, power supply, manuals etc).

Document1

Page : 27/28 Seal & Signature of Bidder

Terms & Conditions Please note following terms and conditions before filling the tender form and return this sheet duly signed along with company’s seal. 1. Essential additional services to be included are installation and training on college site.

Supplying documentation, Software Media /Software with media. (Licensed Version), Warranty for three years. Equipment for its malfunctioning, if any, must be replaced / repaired within 15 days during warranty period.

2. The name of your principal party (if any) is to be indicated for the items, so as to enable to place the order with the principal. 3. Supplier should be ISO certified manufacturer or he should be authorized business partner and service provider of ISO certified manufacturer. Please

attach authorization certificate. 4. Usual payment terms: 80% against successful installation, testing, training and 20% after submission of bank guarantee (10% of the total purchase

order) for three years. 5. The tender form is not transferable. 6. The offer value is to be calculated on the basis of Rate x Quantity 7. Earnest Money Deposit (EMD) (Refundable) is to be paid SEPARATELY FOR EACH DEPARTMENT. The EMD amount shall be 3% of

the offer value. It should be paid by D.D. drawn in favour of Principal, Walchand College of Engineering, Sangli, payable at Sangli. The D.D. for EMD must be submitted through sealed envelope marked with details regarding the department and name of the bidding company. This envelope shall accompany the original tender form, detailed specifications, brochures, and list of customers for the items quoted only. The bidders are requested to write the name of the bidding company on the back side of DD.

8. Tender documents should be sealed in an envelope separately for each department along with duly signed terms & condition sheet in the college office on or before 1 p.m. on 5th of January, 2006. Late received documents will not be accepted.

9. The cost of the TENDER document is Rs. 500/­. It can be procured from the college office during the working hours on cah payment of Rs. 500/­ on or before 5 th of January, 2006 1.00 pm. If the Tender document is downloaded from Internet site www.walchandsangli.ac.in, at the time of submission of the tender form, a SEPARATE draft of Rs. 500/­ in favour of Principal, Walchand College of Engineering, Sangli must be submitted otherwise your offer will not be considered at all. This amount is non refundable.

10. If the space provided in any one of the columns of the tender form is not enough, additional pages may be attached. 11. The right to reject or accept any or all offers with or without modifications from any or all parties without assigning any reason is reserved

with the Principal, Walchand College of Engineering, Sangli. 12. The bidder has to submit an undertaking for terms and conditions, if selected for placing the order. 13. Rates quoted should be valid at least for three months. 14. The supply of materials should be done within two weeks after date of purchase order. 15. The legal matters related with this tender will be restricted to Sangli jurisdiction only. 16. Sheet of terms & conditions should be attached along with the offer separately for each Department. 17. Quantity mentioned in tender for item may vary depending on availability of fund.

Document1

Page : 28/28 Seal & Signature of Bidder

18. The Bidder/Manufacturer shall assure the support and supply of spares for at least 3 years for the products quoted after the Guarantee period. If the Bidder is not manufacturer, then the manufacturer on his letterhead should give above commitment.

I / We have read the above instructions carefully, and I /we abide by the instructions.

For any clarification you may please contact the concerned person mentioned below

1. Electronics Depart. – Prof. S. N. Kore [9890400294]

2. Mechanical Dept. – Prof. S.P.Chavan – (0233) (2300716)

3. Civil Dept. – Prof. Salkar/Dr. G. R. Munavalli – (0233)(2300330)

4. Computer science and Engineering – Prof. Dr. P. J. Kulkarni – (0233) (2301327)

IMP. Note: The Tenders will be opened on 5/1/2006 @ 3.00pm