~~'Y?) I~·1'1..buRl YfJ - University of Rajasthan

98
University of Rajasthan, Jaipur. NIB No.F-9/G.Ad.!E-procurement cell/202l1 Date: SHORT TERM TENDER NOTICE Electronic online Technical and Financial Bids are invited upto 20.08.2021at 2.00 P.M for Purchase of Equipment under RUSA Programme 2.0. Details may be seen in the Bidding Document available at the website of http://eproc.rajasthan.gov.in or the State Public Procurement Portal http://sppp.raj.nic.in or our website www.uniraj.ac.in of the University of Rajasthan, Jaipur. The bidding document may be downloaded from there. _J ~~'Y?) I~· 1'1 . .buRl Y fJ Registrar University of Rajasthan NIB No.F-9/G.Ad.lE-procurement cell/202l1 fG6-"'fLI Date: 21! c1/u'L/ Copy Forwarded for information and necessary action to :- 1. Convener, Co-coordinator, RUSA Programme Committee. 2. P.R.O., University of Rajasthan for publishing the same in one National (Indian Express, Delhi Edition) and one State edition Rajasthan PatrikalDainik Bhaskar newspaper. 3. Director, Infonet Centre to upload the NIB and Tender Document on the University Website. 4. Nodal Officer to upload the NIB and Tender Document on the Rajasthan State Public Procurement Portal & http://eproc.rajasthan.gov.in. 5. P.S. to Vice-ChancellorlRegistrar/CF & FA, University of Rajasthan, Jaipur. 6. Section Officer, Cash Branch, University of Rajasthan, Jaipur. Dy.R ~

Transcript of ~~'Y?) I~·1'1..buRl YfJ - University of Rajasthan

University of Rajasthan, Jaipur.NIB No.F-9/G.Ad.!E-procurement cell/202l1 Date:

SHORT TERM TENDER NOTICE

Electronic online Technical and Financial Bids are invited upto

20.08.2021at 2.00 P.M for Purchase of Equipment under RUSA Programme 2.0.

Details may be seen in the Bidding Document available at the website of

http://eproc.rajasthan.gov.in or the State Public Procurement Portal

http://sppp.raj.nic.in or our website www.uniraj.ac.in of the University of

Rajasthan, Jaipur. The bidding document may be downloaded from there. _J~~'Y?)

I~·1'1 . .buRl YfJRegistrar

University of RajasthanNIB No.F-9/G.Ad.lE-procurement cell/202l1 fG6-"'fLI Date: 21!c1/u'L/Copy Forwarded for information and necessary action to :-

1. Convener, Co-coordinator, RUSA Programme Committee.2. P.R.O., University of Rajasthan for publishing the same in one National

(Indian Express, Delhi Edition) and one State edition RajasthanPatrikalDainik Bhaskar newspaper.

3. Director, Infonet Centre to upload the NIB and Tender Document on theUniversity Website.

4. Nodal Officer to upload the NIB and Tender Document on the RajasthanState Public Procurement Portal & http://eproc.rajasthan.gov.in.

5. P.S. to Vice-ChancellorlRegistrar/CF & FA, University of Rajasthan,Jaipur.

6. Section Officer, Cash Branch, University of Rajasthan, Jaipur.

Dy.R

~

UNIVERSITY OF RAJASTHANJawahar Lal Nehru Marg,

Jaipur - 302 004, India

E- TENDER DOCUMENTFOR

Equipment under RUSA Programme 2.0

Mode of Bid Submission Online (E-Tender)

Procuring Entity Registrar, University of Rajasthan, Jaipur-302004

Date & time of the On-line submission 30.07.2021 at 11.00 AM

Last Date & Time of On-line Submission of 20.08.2021 at 02.00 PMTechnical and Financial Bids

,Date & Time of Opening of On-Line Technical 20.08.2021at 03.00 PM

.-

Bid

• Cost of E- Tender Document: Rs. 2500/- (Rs. Two thousand five hundred Only)• EMD for the purcbase of Equipment under RUSA Programme: As per details given in

Cbapter-2 oftbis tender• E-Tender Processing Fee in favour of MD, RISL, Jaipur -1000/- (Demand DraftIBanker's

Cheque)

Tender Document Fee Detail

Bidder's Name:

Address:

Phone: Fax: __

Email: _

(1.) Tender Fee:

Bank Demand Draft/ Banker's Cheque Detail:

Number: Dated: _ Bank Name: _

for Rs. 2500/- (Rs, Two thousand five hundred Only) in favour of Registrar, University ofRajasthan, Jaipur, payable at Jaipur

(2.) Processing Fee:

Bank Demand Draft/ Banker's Cheque Detail:

Number: _~ Dated: _ Bank Name: _

for Rs. 1000/- only (Rs. One Thousand Only) in favour of MD, RISL, Jaipur

(3.)EMD:

Bank Demand Draft/ Banker's Cheque Detail:

Number: Dated: _ Bank Name: _

For ./- only (Rs ) in favour of Registrar, University ofRajasthan, Jaipur, payable at Jaipur

Page 2 of97Name& Signature of Bidderwith Seal

TABLE OF CONTENTS

S.No. SUBJECT PAGENO.

1- GUIDELINES FORNOTICE INVITINGBIDS (NIB) 4

2- CHAPTER-I SCHEDULEOF BID 5

3- CHAPTER-2 NOTICE INVITING BIDS:TERMS 6-7

4- CHAPTER-3 SCOPE OF THE WORKANDTECHNICALSPECIFICATIONS 9-21

5- CHAPTER-4 CRITERIA FORTECHNICAL EVALUATIONAND 22QUALIFICATION

6- CHAPTER-5 INSTRUCTIONSTO BIDDERS 23-37

7- CHAPTER-6 CONDITIONSOF CONTRACT 38-40

8- CHAPTER-7 COMMERCIALTERMS 41-43

9- CHAPTER-8 TENDER FORM 44-54

TECHNICAL BID

Format- I BID COVERING LETTER

Format-2 BIDDER'S AUTHORISATIONCERTIFICATE

Format-3 DECLARATION (NOTARIZEDAFFIDAVIT)

Format-4 DECLARATIONFOR PRICE SCHEDULE/COMMERCIALBID

Format-5 AGREEMENT FORM

Format - 6 PERFORMANCESECURITYFORM

Format-7 COMMERCIAL BID

Page3 of97Name & Signature of Bidder with Seal

GUIDELINES FOR NOTICE INVITING E-BIDS

I) Registrar, University of Rajasthan invites tenders for purchase of Equipment under RUSAProgramme 2.0 who meet the minimum eligibility criteria as specified in this bidding document.

2) The complete bidding document has been published on the website wW}I'.eproc.rajasthan.gov.i.n..http://sppp.raLnic.in and www.uniraLin for the purpose of downloading.

3) Bidders who wish to participate in this bidding process must register on www.eproc.rajasthan.gov.in.http://sppp.raj.nic.in and www.uniraj.in

4) To participate in online bidding process, bidders must procure a Digital Signature Certificate (DSC,Type Ill) as per Information Technology Act-2000 using which they can digitally sign their electronicbids. Bidders can procure the same from any CCA approved certifying agency. i. e. TCS, safecrypt, Ncode etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a newDSC.

5) A single stage one envelope selection procedure shall be adopted.6) Bidder (authorized signatory) shall submit their offer online only in Electronic formats both for technical

and financial proposal. However, DD for Tender Fees. RISL. Processing Fees and EMD should besubmitted physically at the office of procuring entity as prescribed in NIT and scanned copy of sameshould also be uploaded along with the technical bid cover.

7) Department will not be responsible for delay in online submission due to any reason, for this Bidders arerequested to upload the complete bid well advance in time so as to avoid I Ith hour issues like slowspeed; choking of website due to heavy load or any other unforeseen problems.

8) Bidders are also advised to refer "Bidders manual Kit" available at e-Proc website for further detailsabout the e-tendering process.

9) Training for the bidders on the usage of e-Tendering System (e-procurement) is also being arranged byRISL on regular basis. Bidders interested for training may contact e-Procurement Cell. RISL, Jaipur forbooking the training slot. The Help desk No. ofRISL is 0141-4022688.

10) Only the Firms/Companies who have participated in EOI, will be permitted to participate in thistendering proces.:

II) No contractual obligation whatsoever shall arise from the RFP/bidding process unless and until a formalcontract is signed and executed between the procuring entity and the successful bidders.

12) Department disclaims any factual or other errors in this document (the onus is purely on the individualbidders to verity such information) and the information provided herein are intended only to help thebidders to prepare a logical bid-proposal.

13) The Provisions of "The Rajasthan Transparency in Public Procurement Act. 2012 & TheRajasthan Transparency in Public Procurement rules 2013" will also apply.

Page 4 of97Name & Signature of Bidder with Seal

CHAPTER-lNOTICE INVITING E-BID

-Notice Inviting Bids No. and Date F.9/G.A~~5~~~rement ceI1l2021/.J.k£ ••.....

Date::2.: ... 9.•••.. l:QL1Name ofthe work Equipment under RUSA Prozramme 2.0Cost of the Bid Document ( non-refundable) Rs, 2500/- Demand Draft! Banker's Cheque in

favour of Registrar, University of Rajasthan,Jaipur

Place of Information about the work and Bid Office of the Registrar, University ofdocuments Rajasthan, Jaipur in G.Ad. (Store)Last date & time for submission of Tender 20.08.2021 at 02.00 PMDocument including Tender Fee, EMD,Technical and Financial Bid and Other Related University of Rajasthan, JLN Marg, JaipurDocumentsBid Opening of Date, Time & Venue 20.08.2021 at 03.00 PM

V .C. SecretariatWebsites of downloading Tender Document, \vww.uniraj.ac.in, http://sppp.raj.nic.in andCorrigendum's, Addendums etc. W\V\V .eproc,raj asthan .gov. in_~

Bid Validity Mentioned in Chapter ·2 of tender formEarnest Money Deposit EMD for equipments: As per details given

in Chapter-2 of this tender Demand Draft!Banker's Cheque in favour of Registrar,University of Rajasthan, Jaiour

SCHEDULE OF E BID

Note:(I) Bidders are advised to study the Tender Document, the Rajasthan Transparency in Public Proc. Act,

2012, and Ri-les 20 I: carefully. Submission of Bid shall be deemed to have been done after carefulstudy and examination of the Bid Document, Act & Rules with full understanding of its implication.

(2) The procuring entity reserves the right to accept or reject any bid and to cancel the bidding Processand reject all bids without assigning any reason at any time prior to contract award without therebyincurring any liability to the bidders.

(3) Bidders must ensure compliance to Chapter 4 and enclose required documents carefully to avoidtheir disqualification.

(4) The University shall not be responsible for any delay in submission of the Bids/Documents.(5) The cost of equipment must be given in Indian Rupees only. Bidder must clearly mention the

discount offered (if any) on the equipment in the tender document.(6) Bidder must clearly mention the warranty period and the charges for service thereafter in the tender

document. These must not be clubbed with the actual price of equipment.(7) The S.D. will be refunded only after S.D. refund due date I Warrantee period (whichever will be

later).(8) If any firm outside India is submitting tender document, it must enclose a certificate that it has its

service centre in India and must provide the name of Indian dealer for any discussion. The rates ofequipment in that case will be accepted in such case in Indian Rupees or it4ivalen~$' _

-"':!. s:~ \ I)-:rt 'lP 2.)~.gr;tril>l)KlyA

University of Rajasthan, Jaipur.•._- "." .,.-.~-----_.

Page 5 of97Name & Signature of Bidder with Seal

CHAPTER-2

NOTICE INVITING BIDS: TERMS

OFFICE OF THE REGISTRAR, UNIVERSITY OF RAJASTHAN, JAIPURPhone No.: 0141-2706813Fax No.: 0141-2709582Email Address:[email protected]:The Law relating to procurement "The Rajasthan Transparency in Public Procurement Act, 2012"and the "Rajasthan Public Procurement Rules, 2013" under the said act have come into force whichare available on the website of State Public Procurement Portal http://sppp.raj.nic.in. Therefore, thebidders are advised to acquaint themselves with the provisions of the Act and the Rules beforeparticipating in the bidding process. If, there is any discrepancy between the provisions ofthe Act andRules and this Bidding document, the provisions ofthe law shall prevail.

NIB No: F-9/G.Ad.l E-procurement ceIl/2021/ ..1JS::::. Date: •••?!.IL?±J.?-"L1. Two Stage unconditional online electronic E-bids are invited on behalf of the University of Rajasthan,

Jaipur for the procurement of equipment in Equipment under RUSA Programme 2.0 as listed

below, from the Original Manufacturer/Authorized Dealers upto 20.08.2021 at 02.00 PM

S.No. Qty.--

Name of Items Total Amount of Validity , Completion

Estimated EMD (Rs) Period of Period From

Cost (in 2% Bids, 90 date of

Lakh) Days opening oftechnical bid

I. Double Cone Blender 05.00 I 10.000.00--- -

Mixing Unit (20-50 kg)

2. Spin Coating Unit 05.00 1 10,000.00 - -3. Rotary Evaporator ( 20 1trs) 25.00 1 50,000.00

---- -

4. High Speed Cooling 25.00 1 50,000.00-

- -Centri fuge- --

5. Refrigerator (-80 'c) 07.00 I 14,000.00 - ----

6. Bioreactor 10.00 I 20,000.00 - -7. HPLC 40.00 I 80,000.00

--- -

8. Universal Testing Machine 03.00 I 6,000.00------- -

---9. Super Critical Fluid 03.00 I 6,000.00

-- -Extractor

10. COD Digester 01.00 I 2,000.00- --- -

II. pHI ECITDS/Salinity/DO/ 02.00 I 4,000.00--- -

Temperature Meter

12. Light Microscope 02.00 2 4,000.00.-~--

- -a) Binocular light

Microscope --

Page 6 of97Name & Signature of Bidder with Seal

-b) Trinocular Light

Microscope13. Cell Counter (Automated) 05.00 I 10,000.00 - -14. Weighting Scale (100-300 0.25 I 500.00 - -

kz)IS. Laminar Airflow 04.00 2 8,000.00 - -16. Orbital shaker incubator 02.50 2 5,000.00 - -17. Leaf Area Meter 02.00 I 4,000.00 - -18. Reciprocating Shaker 0.65 I 1,300.00 - -19. Seed Germinator 02.00 I 4,000.00

--- -20. Electrophoresis Unit with 04.50 2 9,000.00 - -

Powerpaca) Horizontalb) Vertical

21. Thermomixer (Peltier 04.00 I 8,000.00 - -Driven)

22. Micro Centrifuge 04.00 I 8,000.00 - -23. Vacuum Pump (oil free) 0.60 2 1,200.00 - -24. Tea Coffee Vending 0.30 I 600.00 - -

Machine --25. Fume Hood 02.00 I 4,000.00 - -26. Contact Angel Tensiometer 03.00 I 6,000.00 - -27. Drinking Water Purifier 0.50 I 1,000.00 - -28. Probe Sonicator 02.00 I 4,000.00 - -29. Bath Sonicator 0.50 2 1,000.00 - -30. Water Batn cum Shaking 0.50 I 1,000.00 - -31. Sieve Shaker 02.00 I 4,000.00 - -32. CO, Incubator 05.00 I 10,000.00 - -33. Bio safety Cabinet Level-2 11.00 I 22,000.00 - -34. Gradient PCR 06.00 I 12,000.00 - -35. Gel doc System 10.00 I 20,000.00 - -36. RT-PCR 10.00 I 20,000.00

.-.----- -

37. FlorescentlUVNis 09.00 I 18,000.00 - -Soectrophotometer c_

38. Nano particle Analyzer 35.00 I 70,000.00 - -(Zeta Sizer)

39. FTIR with ATR 15.00 I 30,000.00 - -40. CHNSO Analyser 45.00 I 90,000.00 - -41. Moisture Analyser 05.00 I 10,000.00 - -42. Lyophilizer 06.00 I 12,000.00

--- -43. GCMS 90.00 1 1,80,000.00 - -44. Rotary Evaporator 05.00 I 10,000.00 - -45. Trinocular Inverted 15.00 I 30,000.00

--- .Microscope --

46. Plant Growth Chamber 11.00 I 22,000.00 - -47. Nanofibre Electro Spinning 04.00 I 8,000.00 - -

Unit- --

Page 7 of97Name & Signature of Bidder with Seal

06.00 1 12,000.00.-~

48. 3D Printer - -49. DSLRCamera 01.50 1 3,000.00 - -

2. E-tender document prepared in accordance with the procedure enumerated in "Instructions to Bidders"should be submitted electronically to the Registrar, University of Rajasthan, Jaipur not later than thedate and time, notified in"Schedule of E-Bid".

3. The Bids are being invited electronically, the procedure for submission of Bids including payment ofprice of Bidding documents, user charges/ processing fee, Bid Security, etc. shall be as provided on theState Public Procurement Portal.

4. Bids submitted electronically after the specified date and time shall not be accepted.

5. The online submitted Technical Bids shall be opened on 20.08.2021 at 03.00 I'M in the office of theProcuring Entity (Registrar, University of Rajasthan, Jaipur) by the procuring committee in the presenceof the Bidders or their representatives who wish to be present.

6. In case due date happens to be holiday, the Tender will be accepted and opened on the nextworking day. The timing will remain the same.

7. The procuring Entity is not bound to accept the lowest Bid and may reject any or all Bids withoutassigning any reason thereof.

8. The Bidders shall have to submit a valid 'GST' clearance certificate from the concerned De ment andthe 'PAN' issued by Income Tax Department.

University of Rajasthan,Jaipur

Page 8 of97Name & Signature of Bidder with Seal

CHAPTER 3

SCOPE OF THE WORK AND TECHNICAL SPECIFICA TIONS SUPPLY OF THEFOLLOWING ITEMS

SCOPE OF THE WORK AND TECHNICAL SPECIFICATIONS

S.No. Name of Specification Quantity

EquipmentECH-I Double Cone Application: Mixing, uniform blending and de-agglomeration of I

Blender powder materialsMixing T Jnit , Capacity : 5 kg to 50 kg(20-50 kg) Voltage 320 V

Motor Power 5HPPhase : 3 PhaseMinimum capacity : 5 KgsMax. Mixing Mass : 50kgSpeed 18RPMMachine Type : Automatic, Semi-Automatic, ManualPower Source Electric

• The conical shape at both ends enables uniform mixing and easydischarge.

• All contact parts of Double Cone Blender should made ofminimum SS 316 quality material.

, • Safety road should be provided at backside. ( One LH side & oneRH side)

• Suitable size of butter fly valve at one end of the cone providedfor material discharge & hole with openable cover provided atother end of the cone for material charging & cleaning.

• One shaft with 04 nos. of fixed buffels with mirror polishedprovided inside the cone.

• All moving parts of Double Cone Blender covered with SS316covers.

• Panel fabricated from SS304 material with facility of three phaseindication, D.O.L. tarter, digital timer & Amp. Meter.

• Food grade rubber gasket should be provided on both end of coneas well as in butterfly valve.

• General structure made out of SS3 16 and Polished to the mirror,finish

• Hand wheel should be provided for manual tilting of cone.• Safety guards provided with limit switch to not start the machine

when safety guards are not in proper position• Vendor should provide photographs, catalogue and information

regarding equipment in web.• Instrument should be quoted for at least 3 year of comprehensive

warranty and local support along with service engineer stationednearby.Regulatory.

• The manufacturer firm for above should have ISO 9001 :2015,CE & GMP certificate.

ECH-2 Spin Coating • Sensor and Motor: Completely stand alone model with actuator IUnit PID based speed controlled De motor

• Dimension: 291 mm (L) X 448 mm (W) X 243 mm (H)• Coating materials: polymer solutions, metallic salts dissolved

C~

Page 9 of97Name & Signature of Bidder with Seal

---either in water and/or any type of solvents and the instrumentshould be able to deposit any organic as well as inorganic thinfilm coatings, such as, metal oxides, metal nitrides, metalcarbides, organic compounds, etc. in a single run.

• Supported substrate: The instrument should be able to handle anytype of substrates, such as, metal foils, glass, semiconductors,insulators, plant seed etc.

• Substrates size: The instrument should be able to handle any sizeand shape of the ranging from 0.5 x 0.5 cm' until 10 x 10 em'.

• Spinning Condition (programmable): Any size and type ofsubstrate mentioned should be able to spin at any speed from 50to 10,000 RPM (in steps of I RPM), with speed accuracy of lessthan I % at any operational speed.

• Substrate Holders: Must be supplied along with the instrumentin order to coat substrates of any size mentioned.

• Acceleration: programmable from at least 40 rpm/sec until 6000rpm/sec.

• The instrument should be equipped with real time display of rpmand time.

• The instrument should have capability to program a process andsave as well as edit it as per requirement.

• The instrument should have provision for creating/editing andsaving at least 2 programs at a time with a minimum of 5 stepsper program.

• The duration of the coating operation can vary from I until atleast 9,999 sec per step, which can be programmable.

• The instrument should have provision for calibration.• The instrument should be integrated with vacuum release as well

as power on/off switch., • The instrument should have spill drainage facility.• The instrument should be equipped with a Nitrogen purging

facility.• The instrument should have a user-friendly interface.• The instrument should have a dial gauge indication of vacuum

chuck.• The working chamber with min 8" diameter should be

Teflon/PTFE coated and adequate to carry out all the operationsmentioned here.

• The instrument should have port for nitrogen purging facility.• The instrument should be equipped with a micro-syringe of

adequate capacity.• The instrument should be equipped with an oil-free vacuum

, pump, which can achieve vacuum of at least 50 Torr in lessthan I minute of pumping time from atmosphere.

• The instrument should be able to provide thickness uniformity ofS 5% over the 10 cm x 10 em substrate for the spin coating ofany type of film on any type of substrate.

• Possibility of freedom to design novel sputtering experiments• Instrument should be Micro-controller Controlled, and have PC

Connectivity through USB 2.0, Warm-up option calibrationOption, Integrated power OnlOff switch with indicator,Integrated lid protection switch with On/Off indicator, Integratedmechanical lid inter-lock with lid-open sensor, Integratedvacuum release switch with OnlOff indicator, Transparent photo-resist safety lid over the working chamber, In-situ sample

Page 10 of97Name & Signature of Bidder with Seal

dispensing port on the transparent photo-resist safety lid, Real-time display of R.P .M., timing & program Status on graphicalLCD consoleStandard Oil-free Vacuum Pump:

0 Vacuum: -560 mmlHg. (Maximum)0 Flow Rate: 15 Ilmin0 Maximum Operating Pressure: 25 psi

J 0 Horse Power: 1120HP0 Dimension: 150 mm x 110 mrn x 140 mm0 Net Weight: 2.5 kg0 No Lubrication required0 Noiseless0 Absolutely Portable0 Totally Oil-free Construction0 Practically Maintenance-free0 All Parts should made from Special Graded Aluminium die-cast

Material for Light Weight & Good Strength0 Diaphragms should be made of Special Type Polynylon &

Reinforced neoprenerubber, Built-in micro-suction filter, Extra-large bearings fortrouble-free & smooth runningWarranty:Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.Accessories:

0 Delrin Substrate Holder 15mm DiameterRegulatory;.

0 The manufacturer firm for above should have ISO 9001 :2015,CE & GMP certificate.

ECH-3 Rotary 0 System to have rotation speed of 6 - 160 rpm IEvaporator ( 0 System should have glass covered touch panel for easy operation,201trs) , chemical resistance and view of all the parameters like rotation

speed, bath temperature, vapour temperature and vacuum.0 System should have all components to control vacuum as

standard - vacuum valve, vacuum controller, vacuum sensor andvapor temperature sensor.

0 System should have universal heating bath from temperaturerange 20 - 180°C for water or oil with integrated heating coils

0 System should have drain valve for easy changing of the liquidand integrated refilling system to avoid bath running dry andwater level regulation system to prevent water spillage

0 Heating capacity: 4000W0 System should have easy lock flask attachment for safe flask

change0 System should have emergency OFF switch to bring the entire,

unit to a complete stop.0 System should have self-aligning flask removal system allows

for one-person operation specific to flasks that are used in theevaporator.

0 System should have pre-heating option for your bath and startyour application without any loss of time.

0 System should have receiving flasks with bottom drain valves asstandard and is protected by cassettes for safety.

- .- .Page 11 of 97

Name & Signature of Bidder with Seal

Rotary Evaporator should come with a guard hood consisting of--

0

a metal frame and non-fogging safety glass completely coveringthe bath.

0 System should have transparent high impact PMMA door oncondenser housing covering the main glassware assembly.

0 The rotary evaporator shall be used for 6L, 10L and 20Levaporation flasks with the same equipment.

0 The system should have automatic process timer, automaticdistillation program, pre-programmed profiles to save mostcommon application on a daily basis and USB interface to saveall process data in a digital file.

0 The manufacturer firm for above should have ISO 9001 :2015,CE certificate.

Vacuum pump:0 Valve regulated chemical resistant Two-stage Diaphragm pump

this vacuum system should be capable to be applied in manydifferent fields in order to evacuate, evaporate and pump outgases and vapors.

0 Suction capacity should be 3 m'lh or more.0 Ultimate vacuum should be 2 mbar or better.0 Should Include secondary condenser and air intake separation

vessel0 Should be able to achieve a chemical recovery of almost 100%.0 Should have Excellent compatibility with chemicals

and condensate0 The manufacturer firm for above should have ISO 9001:2015,

CE certificate.Chiller;

0 Temp. Range: -10 to +20'C0 Temp Deviation Range: +1-2 'C0 Cooling Capacity: II00W @ -20 ·C0 4450W@+10'C0 Storage Capacity: 25 Ltrs0 Flowrate : 30 LPM0 Supply: 230V, 50Hz0 Programmable PID Temperature Controller With Level Indicator

& Low Level Warning, 0 MOC: Inner & Outer In SS3040 Entire system should have warranty of 3 year from date of

Installation.0 system should be supplied with Local Base Cart for storage of

vacuum pump, glassware, solvents or accessoriesRegulatory;

0 The manufacturer firm for above should have ISO 9001 :2015,CE & GMP certificate.Extra Accessories:-

0 Evaporating flask 3 L, 5 L, 10 L, and 20 L (2 no.)0 Receiving flask 10 L with drainage underneath0 Extra Vacuum seal (I no.)

ECH·4 High Speed Technical Specifications: I--

Cooling , 0 Max. Speed: 22,000 - 30,000 rpmCentrifuge 0 Max. RCF: 55,200 - 100,000 x g or more

0 Max. Rotor Capacity: 6 x 1000 ml or 4 x 1500 ml in centrifuge0 Control: Microprocessor based, Touch-screen interface (can be-- ~~-~,.---.~ -

Page 12of97Name & Signature of Bidder with Seal

~used with gloved hand)

0 Drive System: brushless, high-frequency, direct drive with 5-yearnon-prorated warranty

0 Temp. Set Range: _20°C to 40° C0 Refrigeration system: CFCIHCFC free with 5-year non-prorated

warranty0 Run Time: 99hrs; Hold0 Temp. Control Accuracy: ± 2°C of set temperature0 Speed control range: 300-500 to 22,000 - 29,000 rpm0 Speed Control Accuracy: ± 25 rpm0 Programmability: 99 programs or more0 Acceleration! Deceleration Profile: 9/100 Power: 200-240 VAC, 50 Hz, 30 A, single phase0 Centrifuge mush have noise level 64 dB (A) at I m front. The

centrifuge must provide automatic and instant rotoridentification, completed upon installation of the rotor into the

, centrifuge, before the run is started and a fast, simple, and secureone touch self-locking system to automatically lock the rotoronto the drive adapter, eliminating the need for a tool or to handtighten.

0 The centrifuge must have a partial vacuum system, with a HEPAfilter option, which only operates when needed and can be userselected for high performance or for energy saving. Thecentrifuge must be able to run without the use of a partialvacuum to protect sensitive samples in microplates, as well asother tubes and bottles.

0 The centrifuge must have an energy savings mode ("sleepmode") to reduce power consumption up to 15% by turning itselfoff if idle after a period of time.

, Rotor Required;Fixed Angle RotorMax. Speed : 20,000-30,000 rpmMax. RCF : 48,000-100,000 gCapacity : 8 x 50 ml with adaptor for l.5ml tubeFixed Angle RotorMax. Speed : 10,000 rpm- 12,000 rpmMax. RCF : 18000 gCapacity : 6 x 500 ml

Warranty:Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationed

, nearby.Accessories:

0 All accessories required to run this instrument must be providedand auoted bv the vendor

ECH-5 Refrigerator (- Technical Specifications: I80°C) 0 Upright Ultra-Low Temperature Freezer (ULT) of at least 740 -

800 Litres capacity and should have clear and legible LCDdisplay with soft key inputs.

0 System should have Programmable operating temperature from -50°C up to -86°C with 1°C increment at 32°C Maximumambient operating temperature.

0 System should be highly energy efficient, with energy

Page 13 of97Name & Signature of Bidder with Seal

consumption around 12.9 KWh/day (Kilo Watt Hours per day)when system is at -80 "C [9.6 KWh/day (Kilo Watt Hours perday) when system is at -70°C]

0 Fully programmable microprocessor controlled with membranekeypad and eye level control panel.

0 Insulation should be a combination of advanced vacuuminsulation panel (VIP) technology & Polyurethane foam toreduce freezer wall thickness; while maintaining highest heatinsulation.

0 System Exterior should be made up of powder coated Steel toresist scratch and rust and the interior should be of PolishedStainless Steel grade 304 2B for easy cleaning and to eliminatepotential for oxidation.

0 At least 2 shelves to form 3 inner compartments with Inner doorsfor the individual compartments; the inner doors should havesilicone seal to prevent temperature loss and Outer door shouldhave safe silicone triple point seal.

0 Ambient to -85 "C pull down timing should be 5 hrs or lesser;with freezer being maintained empty.

0 System should have an ergonomically designed door handle forsmooth and easy operation; Option for door opening from left or

, right side.0 System should have Heavy duty castors wheels to easily move

the freezer to a new position.0 Freezer should have Cabinet uniformity (freezer set to -80 'C) of

+3.4 °C 1-0.1 °C or better with Enhanced shelf design which hasintegrated airways incorporated for efficient and consistent aircirculation in the chamber and rounded metal rims of shelf edgesfor enhanced safety of user fingers.

0 Freezer should have the sample (2" vials) capacity of 57,000 (3compartment variant) or more.

0 Freezers should have an automated vent port for quick access tosamples and front panel air filter.

0 System should have Silence levellNoise level (at -80°C) 42 dBor lesser

0 Should have Password PIN keyed digital door lock to keep outunauthorized users.

0 Freezer must have battery back-up and pass word protectionsecurity for unauthorized tampering of freezer settings.

0 Freezer must interface data logging port, recording all events.0 Audible and visible alarms for temperature, power failure,

system failure, battery low etc., and it also have remote alarmport for connection to an auto dialer.

0 Freezer must have CFC-FREE, HCFC-FREE, HFC-FREErefrigerants, and should have HC based Natural Gas refrigerantsystem. It must be energy efficient and hermetically sealed two-stage cascade refrigeration system. Compressor should be robust& capable to run any voltage between 190 - 270V.,

0 Freezer must have ISO 9001 standard quality test requirementsand IEC 61010 Electrical safety CE certified.

0 Freezer should have electric supply of 230v/50hz, 10 amps.Single phase.

ECH-6 Bioreactor Technical Specifications: I-

0 The system should be a compact benchtop bioreactor, withVolume of 5L and capable of batch, fed-batch, continuous and

Page 14 of 97Name & Signature of Bidder with Seal

-perfusion processes. It should be possible to use the same systemfor both fermentation as well as Mammalian cell culture

• System should be scalable from 250 mL to 40 L on a widevariety of autoclavable and Single-Use Vessels

• System should support 51itworking volume with bacterial culturewith direct drive vessel with Heat Blackel.

• System should be compatible with twenty four (24)interchangeable autoclavable vessels, of heat blanketed and waterjacketed vessel types as well as Single use solid-rigid wall stirredtank vessels including cell culture, packed bed, and fermentationIL to 50L variants.

• Vessel should have hemispherical vessel nest design forminimum footprint.

• Controller should be with a minimal footprint, about lOin (25em) wide or less.

• The autoclavable glass vessels should have about 10 head plateports.

• System should have built in Process modes offer process controlfor microbial and cell culture applications at the touch of abutton.

• The system should be provided with two flexible universalconnections for analog or digital sensors of ISM type (IntelligentSensor Management)

• System should be supplied with pH sensor and Optical DOsensor.

• pH control range should be from 2 - 12.• DO control range should be from 0 - 200%.• It should be possible to control the temperature from 5°C above

coolant temperature to 65°C above ambient (O°C- 80°Cmaximum).

• Redox sensor with a control range from -2000mV to + 2000mVshould be available as an option.

• CO, sensor with a control range of 0 - 100% should be availableas an option.

• System should be equipped to view the entire process on systemcontroller screen with expanded trend screen for up to 8values Iparameters,

• The system should be provided with connections forinterchangeable direct- and magnetic-drive motors; magneticdrive capable of clockwise and counter clockwise rotation forsimplified impeller selection .The motor speed should be in therange of 25 - 1200 rpm for direct drive.

• The bioreactor vessel should have agitator, six bladed impellersand removable stainless steel baffles along with a sparger systemfor aeration and uniform blending.

• System should have two flexible universal connections foranalog or digital sensors of ISM type (Intelligent SensorManagement)

• The system should be supplied with Rotameter (I - 10 SLPM).• System should be built in with three user-defined analog

input/output connections to select between 0-5V, O-IOV,and 4-20 mA depending on the device.

• The system should be supplied with minimum 2 USB ports; 3

I Analog Input I Output modules and ethernet connectivity forsimultaneous control of un to 8 systems via SCADA software

Page 15 of97Name & Signature of Bidder with Seal

and IP network for remote monitoring.

• Every system should be with its own Operators' InterfaceTerminal (OIT) Easy-to-read 7" integrated touch screenmonitor should be there.

• System should come with IP21 rated enclosure for protection ofsensitive electronics and clean ability.

• System should be supplied with three front-mounted fixed-speedpumps with industry-standard easy load pump heads forconvenient liquid addition/ removal, could be used in fixed speed& amp; % Pulse Width Mode ( PWM) mode; (30 RPM)

• System should additionally have a provision to accommodate upto 3 more variable speed drive pumps externally.

• Vendor should provide photographs, catalogue and informationregarding equipment in web.Accessories:

• In addition to above specifications, one CO, cylinder andinstrument specific stabilizer, an autoclave, air compressor & re-circulating water chiller should be supplied by the vendor (couldbe locally sourced) should be provided with the instrumentInstallation:

• Installation and commissioning of instrument is in the scope ofsuppliers.

• Supplier should include catalogue/other such document insupport of the specifications of the instrument.

• Training, on operation and maintenance of equipment at thepurchaser's site

• Instrument should have at least 3 year of comprehensivewarranty with annual maintenance and local support along withservice engineer stationed nearby.

ECH-7 HPLC Technical Specifications: I• The pump must have minimum a pressure tolerance of 700 bar

(10000 psi) or better.• Flow rate range should be from O.OOI/minto 10mUmin or

better.• The Pump should be low pressure Quaternary Pump with serial

dual piston mechanism of pumping or similar.• The pump must have total Gradient delay volume <900uL.• The pulsation must be below 0.1% or 0.2 MPa (whichever is

greater)• The pump must have independent compressibility irrespective of

mobile phase composition.• The flow accuracy must be ± 1%• The flow precision must be below 0.05% RSD or 0.01 min SD

(whichever is greater)• The gradient accuracy must be ± 0.5% of full scale.• The gradient precision must be below 0.2% SD.• Pump must have built in safety features like Leak detection and

safe leak handling, excess pressure monitoring.Degassing: Pump must have 4 channel Degasser unit on line fordegassing mobile phase.

Autosampler:• The Sampler must have minimum a pressure tolerance of 700 bar

(10000 psi) or better.• Carryover of the Auto sampler must be <0.004% with Caffeine

Page 16of97Name & Signature of Bidder with Seal

solution.o The sample capacity with l.5ml vials is 100 and more numbers

of vials.o Injection cycle time should be less than 20 sec in specified

conditions.o The Autosampler must support injection volumes range from

0.01-100 ilL.o The injection linearity must be above r=0.999o Temperature control range must be from 4°C to 40°C.o The injection precision must be typically below <0.5% area RSD.o The injection accuracy must be typically ± 1%o The Autosampler must have built in safety features like Leak

detection and safe leak handling, excess pressure monitoring.Thermostated Column Compartment:

o Column compartment must have a temperature range from 15°Cto 85°C.

o The column compartment must support columns with 250 mmlengthThe column compartment must provide pre-heating to sampleand mobile phase.The column compartment must provide a software-supportedpredictive performance function for scheduling maintenanceproceduresThe column compartment setup needs to be extendable to supportmultiple columns.The Column Oven must have built in safety features like Leakdetection and safe leak handling, excess pressure monitoring

o

o

o

o

Diode Array Detector:o The detector must typically provide a linear range> 2 AU or

more.o The wavelength range of the detector must range from 190 to 800

nm with Additional Tungsten Lamp available.o The drift of the detector must be below I mAU/h at 254 nm.o Detector Noise must be <± 81lAUat 254 nm.o No of Photodiodes must be 1024 for better spectral resolutions.o The detector must provide a data collection rate of up to 120 Hz

with spectra acquisition.o The detector must be able to record 8 channels plus 3D field

simultaneouslyo Standard analytical flow cell should be of 10mm path length and

> lOul, flow cell volume.o The detector must have an internal wavelength calibration using

the D-alpha line of the deuterium lampo Wavelength validation must be validated by a holmium oxide

filtero Basic instrument control of the detector can be achieved ed by a

keypado The detector must provide a software-supported predictive

performance function for scheduling maintenance procedures.o The Detector must have built in safety features like Leak

detection and safe leak handling, excess pressure monitoring.Chromatography Software:

o License version of Chromatography data system software. Thesoftware should be a strictly validated/original licensed CODY

Page 17 of97Name & Signature of Bidder with Seal

,-----------r------,---------:-==-=:;:-:::-=-===;:::::-::===::-::«~c::__l----­software with specific part number mentioned in the otTer [NoPirated version ofthe software will be allowed and if found theoffer will be strictly rejected]

• Software must comply to 21 CFR part 11compliancerequirements with system suitability option enabled withinsoftware.

• Chromatography data system software for control, acquisition,processing, & reporting

• Software should be 64-bit design for windows 1018 Professionalversion.

• Chromatography Software should be scalable to client/servernetwork,

• Software should have capability to control third party HPLC andGC Hardware in future.

• It should have flexible reporting as users desires for completechromatography information Reporting.

• Audit trial should automatically monitor users' action andrecords a modification history.

• It must record instrument event such as injection, completeinstrument settings, changes & conditions in real time.

• Vendor should provide photographs, catalogue and informationregarding equipment in web.Accessories:

CI8 column (250*4.6mm,5u) I QTY.C4 column (250*4.6mm,5u) I QTYColumn should be offered with guard columns.Vials with caps and septa having 2mL capacity, 100 nos

to be quoted.Suitable PC & Printer:

• Advanced PC With Printer: Suitable PC & Printer with 3 KVAUPS of 60 min. Back up of reputed brands specification as under:

• Processor: lOthgeneration, intel Core i7, or better; RAM - 8 GB; SSD - 500GB; Graphic Card-3GB; DVD writer; 1440 x 900,64-bit color display or higher; LAN Port; USB Ports; Wi-Fi ;Multimedia Keyboard; Optical Mouse, Rewritable DVDOperating System:

• Genuine Windows 10 ultimate with media and documentationand certificate of Authenticity. Preloaded latest Licensed 3yearAntivirus Software

• Printer- Laser Printer Monochrome with duplex printing andLAN port.Installation and Warranty:

• Installation and commissioning of instrument is in the scope ofsuppliers.

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.Training;Training must be in two stages:Stage-I: Theoretical training regarding principle, operation andmaintenance of equipment at our siteStage-2: Application training after installation of equipmentsupplied at site as per desired scheduleNecessary documents: -

, a) Catalogue in original.i b) All technical specifications should be printed on the

Page 18of97Name & Signature of Bidder with Seal

manufacturers catalogue/ data sheet.c) Please include the list of minimum 5 users where the instrument

is being used for similar aoolication.ECH-8 Universal To perform tensile tests on various materials as per relevant

Testing ASTM and ISO standards.Machine

Technical Specifications:

• Type: 6 pillar/Column type Load frame• Capacity: maximum 1000kN• Sample Griping system: Hydraulic• Load Resolution: 0.0 IkN• Elongation Scale Resolution: 0.1mm• Extensometer Resolution: 0.00 Imm• Max Clearance for Tensile Test: 50-650mm• Max Clearance for Compression Test: 0-600mm• Effective Clearance between Columns: 650mm• Ram Stroke: 250mm• Straining/piston speed at no load: 0-50mmlmin• Control: Manual Load Control• Software: Data analysis and reporting software

Salient Features:• 6 pillar structure with hydraulic jaw grips.• Strain measurement at variable speed to cover a wide range of

materials adjustable by the manual control valve.• High reading accuracy and rugged design of digital display.• Robust load frame with extremely rigid construction.• Large effective clearance between columns enable testing of

standard specimen as well as structures.• Loading accuracy as high as ± I%ofthe indicating value• Motor driven threaded columns for UP/DOWN movement of

lower crosshead for quick change over of specimen, grips and, attachment.• Simple control to facilitate ease of operation.• Clamping of jaws and specimen gap can also operate through

remote control• Fully open front hydraulic wedge grips make it easy to insert and

remove specimens for increased productivity and operator safety.

Accessories:For Tension Test:• Clamping jaws for round specimens 8-16mm, 20-40 & 40-60mm - Iset each

• Clamping Jaws for Flat Specimens thickness 0-40mm - I set• Flat specimen width - 70mm

, For Compression Test:• Pair of compression plates -233mm- I No• Spherical seating facility for cube test• NABL Calibration certificate in compression mode

For Transverse Test:• Table with adjustable roller• Width of roller -140 mm• Diameter of roller- 50mm• Maximum clearance between support - 600mm

Page 19 of97Name & Signature of Bidder with Seal

..

• Radius of Punch Tops-16mm, 22mm - I No each• Crosshead geared motor (kW) : O.74kW• Power pack motor (kW) : 1.49kW• Weight (approx) : 3500 Kg.

Special Features:• Data analysis and reporting software for UTM - INo• Automatic switching mode: Machine shall be automatically

switched off on overload or over travel or specimen break ormanual termination of test or at pre-defined load/extensionSafety features: Over load protection and Over travel protection, Installation and Warranty:

• Installation and commissioning of instrument is in the scope ofsuppliers.

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-9 Super Critical • Mode of Operation: Batch/ Continuous 1Fluid • Solvent used: Carbon dioxide, hexane, methanol, ethanol,Extractor acetone, toluene, n-Butanol, nitrous oxide.

• Temperatures: max 500°C• Pressure: up to 50Mpa (500 BAR)• Pump flow: rates up to 300mUmin• Control of flow rates: to each vessel• Extract collector: into SPE cartridges or standard glassware• Trapping capabilities: in-line trapping capabilities• Modifier addition capability: Provision of modifier addition• Liquid sample extraction capability: Provision of liquid sample

extraction• Heating Compartment: Flip-up cover for easy access, Heater

goes to 500°C• Micro-metering valve: Straightforward adjustable design, Non-

clogging, Simplified cleaning / rinsing, Maintenance free, Flowcontrol +/- 1.8%, Heated to compensate for Joule Thompsoncooling

• Vessels: 500 mL hand tightened, Simplified shutoff valves• High Pressure Pump: Reliable air driven Pressure 50Mpa (500,

BAR), 300 mUmin flow rate, Digital pressure setting maintains adesired set point throughout the system

• Integrated cooling requiring no external chiller• Safety: Multiple over-pressure safety devices, Built-in automatic

over pressure audible alarm, Pressure relief valve, Rupture disc• Temperature: A PID temperature controller maintains the

precise fluid temperature inside the high pressure vessel,Independent temperature sensor monitors precise temperature ofthe vessel

• Electric Supply: AC1220VInstallation:

• Installation and commissioning of instrument is in the scope ofsuppliers.

• Training, on operation and maintenance of equipment at thepurchaser's site

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

.... .. .... .... ......... ... ....... , .." ...~..~.......__ •..._"Page 20 or97

Name & Signature of Bidder with Seal

J

bc:--:-:--+-~--+----=---;-;----;-;;,------:c=--:-;---------~----ECH-II pHI Technical Specifications: I

EC/TDS/Salin • Display : Touch-screen! LCD with backlightitylDOI • Auto HOLD : In-builtTemperature • Logging Memory : 45,000 records or betterMeter • Logging Interval : one second to three hours

Connectivity : USB to PCElectrode slope and mV offset displayClock function: real time clock, in-builtOperating ambient temperature I humidity: 0 to 50°C I IS to 45°C, 90% or less humidityPower: AC adapter 9V, 500 rnA with rechargeable battery/l.5VAA batteries optionCarrying case must be quoted with the systemWarranty minimum of3 yearsPerfectly Portable, Waterproof and protected to take anywherewith IP-67 rated housingpH Range 0.00 to 14.00 pHpH Resolution 0.0 I pHpH Accuracy ±0.02 pHpH Calibration automatic one, two, or threepoints with automatic recognition of five standard buffers (pH4.0 I, 6.S6, 7.01, 9.1S, 10.0I) or one custom bufferORP Range ±2000.0 mVORP Resolution 0.1 mV

EC Accuracywhichever is greater=.= =__.:::.=':.. ===.= :::=._~=======''= =.._== === .=_.=_.=._.= =:::== :::.._=_=~. ...L:::- .. _

Page 21 of97

ECH-IO COD Digester•

Technical Specifications:Temp. Range: Above and to ISO°Cor higherResolution: 1°C.Display: Digital 12 mm Red LEDControl: Digital Electronic Temp. Controller.Heater Rating: 750 Watts.Sensor : PT-100

•••••• Timer: Selectable 15,30,45,60,90 or 120 min with alarm• Hole Size: 40 mm dia. x SOmm depth• Glass Tube: 38 mm. dia, IS nos (5 x 3 rows)• Sample Volume: 20 ml. each• Dimension: 500 W x 270 D x 210 mm H• Size: Hole Of 40mm Dia x SOmm15Holes (5x3)• Inner Block: Aluminum Made Of• Outer Body: M.S. Powder Coated

,. Made Of Max Temp: 5 °C above ambient• Rating Watts: 500 Watts

••••

, .•••

±1.0 mVautomatic at one custom

ORP AccuracyORP Calibrationpoint (relative mY)mV RangemV ResolutionmV AccuracyEC RangeEC up to 400 mS/cm)

±600.0mV0.1 mV±0.5 mVo to 200 mS/cm (absolute

: auto-ranging: I ~S/cm from 0 to9999 ~S/cm; 0.01 mS/cm from 10.00 to 99.99 mS/cm; 0.1mS/cm from 100.0 to 400.0 mS/cm

±l % of reading or ±I ~S/cm

Name & Signature of Bidder with Seal

automatic single point, with sixstandard solutions (84 J.lS/cm, 1413 J.lS/cm, 5.00 mS/cm, 12.88mS/cm, 80.0 mS/cm, 111.8 mS/cm) or custom pointTDS Range o to 400000 ppm (rng/L);

manual: I ppm (rng/L); 0.001 ppt(giL); 0.01 ppt (giL); 0.1 ppt (giL); I ppt (giL); auto-ranging: Ippm (rng/L) from 0 to 9999 ppm (rng/L); om ppt (giL) from10.00 to 99.99 ppt(glL); 0.1 ppt(glL) from 100.0 to 400.0 ppt(g/L); auto-ranging (fixed ppt)TDS Accuracy : ±I % of reading or ±I ppm(mg/L), whichever is greaterTDS Calibration based on conductivity orsalinity calibrationSalinity (PSU) Range : 0.00 to 70.00 PSUSalinity (PSU) Resolution : 0.01 PSUSalinity (PSU) Accuracy ±2% of reading or ±O.OIPSU whichever is greaterSalinity (PSU) Calibration , based on conductivitycalibrationSalinity Calibration : based on conductivity orsalinity calibration, o to 999999 n·cm; 0 to 1000.0kn·cm; 0 to 1.0000Mn·cmResistivity Resolution I ohm or 0.1 Ma,autorangingResistivity Calibration : 0.5 % reading ±1 digitDO Measurement Type : PolarographicDissolved Oxygen Range 0.0 to 500.0%; 0.00 to 50.00ppm (rng/L)Dissolved Oxygen Resolution : 0.1%; 0.01 ppm (mg/L)Dissolved Oxygen Accuracy : ± 0.1 mg/L or ± I% full scale(FS), whichever is greaterDissolved Oxygen Calibration: automatic one or two pointsat 0 and 100%

, DO Temperature Compensation: automatic from 0.0 to 50.0°C (32.0 to 122.0 OF)Barometric Pressure Compensation: automatic from 450 to 850mmHgSalinity Compensation automatic from 0 to 70 g/L: 450 to 850 mm Hg; 17.72 to 33.46in Hg; 600.0 to 1133.2 mbar; 8.702 to 16.436 psi; 0.5921 to1.1184 atm; 60.00 to 113.32 kPa0.1 mm Hg; 0.01 in Hg; 0.1 mbar; 0.001 psi; 0.0001 atm; 0.01kPaAtmospheric Pressure Accuracy : ±3 mm Hg within±15°CAtmospheric Pressure Calibration: automatic at one custompointTemperature Range : Temperature RangeTemperature Resolution 0.01 K, 0.01 °C, 0.01 OFTemperature Accuracy : ±0.15 °C; ±O.27OF;±O.15KTemperature Calibration : automatic at one custom pointTemperature Compensation : automatic from -5 to 55°C (23to 131°F)ISE Range : 0.000 I to 19900ISE Resolution : 0.000 I minimum, autoranging, uo to 3 siznificant digits

,-,-~--.- . ' ..~~.. ._-_ ..-.. . .Page 22 of97

Name & Signature of Bidder with Seal

----ISE Relative Accuracy : ±0.2 mV or ±0.05 % ofreading whichever is greaterISE Calibration : Up to 5 Calibrations -

ECH-12 Light _(A.Binocular light Microscope and B. Triangular Microscope)MicroscopeA. Binocular Body: Upright stand. Transmitted Light Path with Infinite Optical Ilight System. Full Kohler Stand.Microscope Stage: 140 x 135 mm, Mechanical stage travel 75 X 30 mm.

Focusing System: Focus Range should be 15mmOptical System: Should be upgradable to fluorescence.Eye Piece: 10XI FOV 20. Should have diopter correction.Objectives: Plan Achromat 4X/O.IO, IOXlO.25,40X/O.65 and

100Xll.25 oil or better.Nosepiece Turret: Reverse tilted with 4 position nosepieces with

precision click stops.Inclined Observation Head:• Binocular tube with phototube.• Viewing Angle: 30°• Viewing Height: different viewing heights from 380-415 mm.• Inter pupillary Distance: Adjustable from 48 to 75 mm.• Splitting Ratio: 50% visible: 50% documentation.Making for the Objectives: Dry and oil objecti ve. Anti-theft

protection feature for objectives should be thereIllumination System: Transmission light with Halogen light

source 6 V 30 Wand White Light LED. Should be easilyswitchable between halogen and LED.

LED display for intensity: LED on stand to display intensityparameter

Sub-stage Condenser: Abbe condenser with NA 1.25 with built inaperture diaphragm.

Condenser Holder: Abbe condenserPower Supply: Via USB hub or external power supply, 5 V DC,

power consumption 5 WEye piece Tubes: With field-of-view number 20General: Carrying handle should be built into the stand for easy

portability. ._-----B. Trinocular Body: Upright stand. Transmitted Light Path with Infinite Optical ILight System. Full Kohler stand.Microscope , Stage: 140 x 135 mm, Mechanical stage travel 75 X 30 mm.

Focusing System: Focus Range should be 15mmOptical System: Should be upgradable to fluorescence.Eye Piece: 10XI FOV 20. Should have diopter correction.Objective: Plan Achromat 4X10.10, JOX/O.25, 40XlO.65 and

JOOX/I.25oil or belter.Nose piece Turret: Reverse tilted with 4 position nosepieces with

precision click stops.Inclined Observation Head:• Binocular tube with phototube.• Viewing Angle: 30°• Viewing Height: different viewing heights from 380-415 mrn.• Interpupillary Distance: Adjustible from 48 to 75 mm.• Splitting Ratio: 50% visible: 50% documentation.,Making for the Objectives:• Dry and oil objective. Anti-theft protection feature for objectives

should be thereIllumination System:

....-- ... -~- . ....- . .... _. __ .. .__ .. . . ._.... ....

Page23 of97Name & Signature of Bidder with Seal

Transmission light with Halogen light source 6 V 30 Wand---

•White Light LED_

• Should be easily switchable between halogen and LED.LED display for intensity: LED on stand to display intensity

parameterSub-stage Condenser: Abbe condenser with NA 1_25with built in

aperture diaphragm.Condenser Holder: Abbe condenserCamera:• 8 MP Color Camera.• versatile color camera for education, documentation and routine• applications with standalone capability, USB3.0 and Ethernet• USB 3_0hub Type-C,• Number of Pixel: minimum 3840 (H) x 2160 (V) = 8.3MP, Ultra

HD (4K)• Selectable Resolution: min 3840 x 2160 =Ultra HD (4K) and

1920 x 1080 = Full HD (I080p), Pixel size: minimum I.S5 urn x I.S5 urn•• Effective Area: min 7.1 mm x 4.0 mm, equivalent to 1/2.1" (S.I

mm diagonal)• Live frame rate via HDMI: minimum 30 fps@ 4K110S0p(also

with HDR)Power Supply: Via USB hub or external power supply, 5 V DC,

power consumption 5 WEye piece Tubes: With field-of-view number 20General: Carrying handle should be built into the stand for easy

portability. --ECH-13 Cell Counter • System should have automated focus technology I

(Automated) • Should use "multi-focal plane analysis" to score each cell acrossmultiple planes of focus, • Should be capable of counting cells within the ranges of 5xI04 -Ix107 cells/ml and 6-50).lmcell diameter

• Should not require Trypan Blue Dye to determine total cell count• Should optionally count samples with Trypan blue to measure

cell viability• Should automatically detects the presence of trypan blue in the

sample with no user input required• The counting slide should be dual-chamber polygon plastic slide,• Should automatically detects slides upon insertion into the slide

slot.• Should require sample volume of 10111• Should able to store 100 previous counts and results can be

exported via USB Port & opened in Microsoft excel format, • Should provide live/dead ratio of the cell population• Should provide an image of the cell suspension• Should have onboard dilution calculator• Should have onboard cell size gating feature• Should be able to provide accurate and consistent cell counts

within 30 Sec• Should be stand-alone system as well as data analysis through

computer software should be possible.• Viability cell counter based on complementary illumination

wavelengths• Vendor should provide photographs, catalogue and information

regarding equioment in web......_ "-~---.--~-- --- -----..---- - - ...._...•-. _•._ _

Page 24 of97Name & Signature of Bidder with Seal

--• Warranty - 3 years• System should be European CE Certified, IEC610I0:20 10 --

ECH-14 Weighting • Material of platform : SS IScale (100- • Pan/ Platform Shape Square300 kg) • Pan/ Platform Size 400 mm x 400 mm

• Type of Electronic : Weighing Machine electronicweighing scale

• Rated Load! Capacity (kg): 100 kg• Resolution (gms) 10 g

• Class type: Class-III

• Display led• Number of Display : single• Speed of measurement I second

• Internal calibration : Yes• Number of scale division: -• Tare provision Manual• Connectivity to Computer No• Number of USB ports I

• Number of RS232 ports NA• Power Requirement mains operated battery

operated• Power Supply Single Phase• DC Operating voltage in Volts 6 Volt• Battery Backup Yes• Backup time (hour) 15• Battery type rechargeable• Battery rating -• Type of Sensing Element Load Cell• Number ofload celli EMFC I• Class of Protection IP 65• Warranty in Years 3 --

ECH-15 Laminar • It involves double filtration of air. Atmospheric air is drawn 2Airflow through pre-filters and is made to pass through the worktable at

desired velocity of 1000 cfm ± 20.0 • Laminar flow is made out of thick MS Body.• All joints are tongs and grooved type for extra sturdiness.• Tabletop is covered with antiglare platform of stainless steel

sheet of 304 Grade.• The side panels are fixed and are made of clear 0.25 inches thick

glass acrylic sheet. Front side is fitted with acrylic door.• Environmental air is drawn by a balanced double blower through

pre-filters retaining more than 75% of particles and biologicalcontaminants larger than 0.3 microns PRE filters are fabricatedout of washable synthetic non woven media.

• The material is moisture fungus bacteria and frost resistant and ismounted in metallic frame.

• The filters are as per BS: 2831 and are 90% efficient to 50 microns. These are made out of micro frame fiber with

corrugated aluminum foil separators and mounted in anodizedaluminum frame sealed with epoxy sealant and is provided withrubber gasket for proper sealing.

• Filters are 99.997% efficient down to 0.3 microns and areprotected by expanded metal sheet or plastic sheet.

• Filters are DOP tested from point to point with IPD less than

Page 2S of97Name & Signature of Bidder with Seal

I I Smm WG and FPD less than 40mm WG at rated flow up-to1000 cfm ±20 and confirming to class 100 of revised US FederalStandard 209B.

• Blower Assembly consist of suitable American universal motoror equivalent working on 220V 50 Hz with a 15 amp. Powerpoint.

• Dynamically and statistically balanced blowers with air velocity0.5 mls make the unit least vibrant with minimum noise level i.e.less than 65db.

• Clean air velocity 90 ±20 FPM at the outlet of HEPA filters.Provided with fluorescent tube lights to provide SOO-I000 lux.Static pressure manometer accurately calibrated to assess staticpressure in filters.

• Provided with gas line fitting to connect the instrument with gasor air. Provided with UV light of30W 254nm. Control panels areprovided with mains indicator lamp fluorescent and UV tubeswitch

• The cabinet is fabricated out of board with sunmica laminatedexterior.

• Working Area: : 76.S·' x 30.S" x 56.0" (4x2x2 fit)• Filter: ULPA• Option: Additional service valves for gas, air, water.• Horizontal and uv lamp/ illumining• Digital indicator, Autocut of UV light on door open• Vendor should provide photographs, catalogue and information

regarding equipment in weh.ECH-16 Orbital shaker • System should have Speed range 20- 250 rpm and Better. 2

incubator • Total Internal Volume should be 215 lit or more• External body material should be made of Stainless steel of 304

grade or better• Platform size should be 5S0mm x 600mmor more• Cabinet should be CFC free PUF insulation and CFC free

compressor• System must have multi-step programmable option.• Temperature range 5°C to 60°C Degree or better will be

preferred.• Microprocessor based temperature control with uniformity of

± 0.25 °C or better would be preferred• Noise level should be less than 65 db(A)• Should have timer I to 999 minutes and better.

'. • Machine should have constant speed and temperature programmode.

• Should have Stationary shelve to incubate the culture atcontrolled Condition.

• System should have non Volatile memory with automatic powerfailure restart.

• Should have Stackable option to save valuable laboratory Space.• Machine should have future option for holding Universal

platform shaking capacity must be accommodate 50 ml to 2 literclamps (maximum capacity 40-50 nos. of 150 ml, 40-50 nos. of100 ml, IS-40 nos. of250 m!. flask, 14-25 nos. of500 ml.clamps, 10-15 nos. of I litre clamps,9 nos. of2Iitr), Micro plateracks, Test tube racks.

i : Shaking Amplitude should be 25mm or betterOther optional accessories should be quoted as optional. Like UV

..... - .. _. _. -- - ._ .._-_. ~-- - --_ ..._...... .... ----.-- ...... ._-Page 26 of97

Name & Signature of Bidder with Seal

--germicidal lamp, photosynthetic light etc.

• Must be supplied along with additional clamps for all size offlask

• Should have Digital LCD display with alarm for temperaturefluctuation and door opening and high temperature safety cut-off.

• Demonstration of machine will be provided by Quoted Firm onown Cost.

• Instrument should be supplied with specific voltage stabilizer• Vendor should provide photographs, catalogue and information

regarding equipment in web.• Quoted Model must have ISO/European CE Certificate

accordance with USFDA guideline• Warranty Three Year

ECH-17 Leaf Area • Measurement: Leaf area, length, width, perimeter, average area IMeter and accumulated area

• Units of measurement: mm, ern, inches options• Scanner: Contact image sensor array with integral LED lamp• Maximum measuring width: 100mm ,

• Precision/repeatability: I% Linear, +/- 2% Area, +/- 5%Perimeter

• Resolution: 0.05mm' or better• Memory: 32k bytes (4000 sets of data) or better• Display: 64 x 240 pixel graphic LCD or better• Battery: Built-in battery with fast charging; can use supplied

mains adapter with indicators for charge status.• Computer interface: User friendly graphical interface,

Printer Interface: Should provided•ECH-18 Reciprocating • Control: Analog I

Shaker • Dimensions: minimum 17 x 13 x 7 in. (L x W x H)• Humidity Range: 20 to 80%• Load Bearing Capacity: at least 15 lb. Or 6.5 kg• Motor Type: DC,• Orbit: circular or fixed stroke angle• Speed Range: 40 to 400rpm• Temperature Range: 4° to 40°C• Timer: I to 60 min. continuous• Certifications/Compliance: UL, Cui

ECH-19 Seed Seed germinator is used for seed germination, seed development and-

IGerminator seed storage. These are special chambers, which can maintain

temperature, humidity, lights and CO, levels.• Controller: PID controller for temperature humidity and light

(lux) control germinator• Air circulation: Horizontal• Light control: Automated light system

, • Temperature range: 10 to 45°C• Temperature control accuracy: ± 0.1 °c• Humidity Range: 20 % to 95 %• Humidifier: Ultrasonic• CO, control range: upto 6000 ppm• Light type: LED (Red, White, Green and Blue.)• Alarm: Humidity and light automated alarm• Data export: Bluetooth and USB port• Volume: 370 litres• Material: Stainless steel

_ .... ...._ ..... - ............ --- - ... ---Page 27 of97

Name & Signature of Bidder with Seal

-~--

• Door: Insulated Door• Additional: 1No. of CO, Cylinder (local made)

• Device Safety: Fully automated to overheated and lowtemperature protection, door open alarm, over load alarm andprotection. .-

ECH-20 Electrophoresis (A. Horizontal and vertical electrophoresis)Unit withPowerpac ---A. Horizontal • System must have below features: 2

Quick separations - small DNA fragments separated within 15I

•I

minutes II • Optimal sample visualization - clear plastic construction for

Ivisual observation

I• Leak-proof system - new electrode design prevents buffer ieaks

Ifrom the baseLid removal assistance - longer base tabs to add support for lid

I• ,

I

detachment, reducing buffer spillageI• Simple assembly - color-coded Quick Snap electrodes for correct

alignment• Intuitive setup - arrow on the cell base indicates the run direction,

ensuring proper orientation I

• Flexible replacement - individual Cell components can be Ireplaced to keep your existing unit running smoothly and II Versatile

,I • Accessory compatibility - UV-transparent gel trays, combs, and I

other accessories are compatible with new and old models• UV-transparent trays - gel trays with a built-in fluorescent ruler

provide clear measurement and easy imaging• Wide comb variety - multichannel pipet-compatible combs,

fixed-height drop-in-combs, adjustable-height combs, andpreparative combs are all available

• Gel casting - multiple options for hand casting in different gelsizes

• Ready Agarose compatible - ready-to-run Ready Agarose PrecastI Gels

• Should be having universal gel caster and casting gates,• S:lJ11ebuffer tank should accommodate different sizes of gel tray.~. Easy to replace electrode cassettes• IEC iOlO(EN 61010) Electrical safety certification.• System should include DNA Gel Electrophoresis System with

Main Unit with buffer tank, UV• Transparent Ge! tray size Gel tray sizes, em (W x L) 15 x 15, Gel

IIcaster, Casting Gates, 20 well and 15 well comb

• Base buffer volume, L --1L

I • Bromophenol blue dye migration rates (at 75 V) -3.0 cm/hr• Should be supply with Power supply, 300 V, 400 rnA, 75 W

I• Output range (pr(\grmllmab!e)10-300 V, fully adjustable i:11 V

increments, 4·400 mA, fully adjustable II • Type of output: Constant current, Voltage or Power wirh iI I automatic crossover I

I T;mer: 1min ·999min, fully adjustable, Display -- LEDI •• Pause/resume run function·

I,

_LfutOniatic recovery after power failure and Pause/ResumeFunction

,I

ISafety.features like No-load detection, rapid resistance change L__-- . •,,"~.·_m···' "~.. .....,.._.._~.o.~.~......_~__~ .._~.T.·"'·~_·r- _____..~__ ... "___'_'V·~_· '. " .._,_,____.', .. _ww",_,' ,',_.'. __ ," _'"." ',ow "_ ,0', _.

Page 28 of97Name& Signature of Bidder with Seal

detection, ground leak detection, overload/short circuit detection,overvoltage protection, over temperature protection

• Operating temperature: 0 - 40'C, . Safety Compliance - EN-6101O,CE• Easily stackable one upon other powerpack, backlit graphic LCD

Display, 4 pair recessed banana jacks in parallel output.• Conforms to CE standards for Emissions and Immunity class A,

tested only at 230V; TUV EMC certification• Vendor should provide photographs, catalogue and information

regarding equipment in web.• Warranty - 3 years

B. Vertical • System Should Supports both precast and handcast gel of Mini 2size IOX8 cm

• Cell can run 4 gels within 45 mins• Easy setup with glass plates having permanently bonded spacers• Perfect alignment and leak free casting

, • Casting frames with simple cam closure provide precisionalignment on any flat surface.

• Side-by-side casting stand to allow both gels simultaneously, anda spring-loaded lever creates a tight seal against the thermoplasticrubber gasket

• Upgradable to western blotting and SDS PAGE in same buffertank.

• Should supply with 1.0 mm five integrated spacer plates and 5thin plates, 5 combs of 1.0mm, 2 casting stand and 4 castingframe, 5 gel releaser, sample loading guide, Stain-free FastcastAcrylamide Starter Kit, 10% Should be supply with wet transferblotting module which can accommodate 2 mini gels of size lOX7.5 cm and System should not require buffer more than 450ml. • Should supply with 2 gel holder cassette, 4 foam pads, Modularelectrode assembly, and icefree cooling unit.

• Wet transfer blotting system must have color coded cassettes andelectrode for proper

• orientation of gel.• Transfer time should be around < 1 hr• Should be supply with Power supply, 500 V, 2.5 A, 500 W• Output range (programmable)• 10-500 V, fully adjustable in 1 V steps• 0.01-2.5 A, fully adjustable in 0.001 A steps• 1-500 W, fully adjustable in 1W steps• Timer control: 1min-99 hr 59 min, fully adjustable• Type of output: Constant voltage, constant current, or constant, power with• automatic crossover• Volt-hour control: 99,000 V-hr• Display - 128 x 64 pixel, backlit graphics LCD• Programmable methods to Stores 9 methods, each with up to 9

steps• Should have Real-time clock• Pause/resume run function• Automatic recovery after power failure and Pause/Resume

Function• Safety features like No-load detection, rapid resistance change

detection, ground leak detection, overload/short circuit detection,

Page 29 of97Name & Signature of Bidder with Seal

overvoltage protection, over temperature protection

• Operating temperature: 0 - 40degree C• Safety Compliance - EN-61010,CE• Easily stackable one upon other powerpack with adjustable

viewing angle via flip down legs, 4 pair recessed banana jacks inparallel output.

• Conforms to CE standards for Emissions and Immunity class A,tested only at 230V; TUV EMC certification

• Warranty - 3 years

ECH-21 Thermomixer • System should be able to provide peltier driven heating and I(Peltier cooling, with mixing alsoDriven) • Temperature range: ISObelow ambient to 100°C, with minimum

setting of 1°C• Mixing frequency: 300-3000rpm• Incubation accuracy: ±O.soC above ambient temperature.• Mixing and vortexing radius I.Smm and mixing orbit 3mm for

result in excellent sample mixing.• Instrument should be specifically designed to take care of cross

contamination, by making sure spillage or lid wetting does nothappen even at very low volumes

• Instrument should have the flexibility to accommodate varioustube formats from O.5ml- SOmltubes

• It should also be possible to use various formats of plates likeMicrotiter plates, deepwell plates, ELISA plates, PCR 96 platesand peR 384 plates

• Block exchange should be very simple and easy without usingtools

• Blocks should have sensors and should be block specificcalibrated

• A heated top should be available to prevent condensation on thelid or walls of the tube.

• Instrument should be able to recognize the blocks automatically

, and their respective speed and temperature.• Programming facility with interval mixing should be possible,

should be able to store 20 programs with four steps each• Soft keys for easy access to program parameters should be

present• System should be stable on work bench even at the maximum

speed with minimum noise levels• Instrument must have CE Certification• Vendor should provide photographs, catalogue and information

regarding equipment in web.• System should come with as mentioned block.0 Block for 24 reaction with I.Sml capacity including transfer rack

I.SmI/2.0ml.0 Block for 24 reactions with 2.0ml Capacity including transfer, rack I.Sm1/2.0ml.0 Thermo block for PCR Plate 96 including lid.0 Thermo Block for ISml conical tube minimum 8 nos.0 Thermo block for 4 conical tube of 50ml0 System should be supplied with heating top to protect

condensation

Installation and Warranty:--.~-- --_-_---

Page 30 of97Name & Signature of Bidder with Seal

---, • Installation and commissioning of instrument is in the scope ofsuppliers.

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-22 Micro • System should have a Maximum Speed more than 15,000 ICentrifuge rpm/21,000 x g with a brush less motor and user defined RPM or

RCF setting• Temperature range should be from -I DoCto +40°C and should be

able to maintain 4°C at maximum speed• System should have timer settings from 10 sec to 9:00 h, with

continuous run function• System should have a maximum capacity lOx 5 mL tubes

, • Rotor must be metallic and withstand autoclaving at 121°C for20 mins

• System should also have the provision to use both fixed angleand swing bucket rotor

• Adapters to support tube formats like 0.2 mL, 0.5 mL should beavailable

• Rotor lids should have a Quick Lock-system for secure lidclosing and opening

• Aerosol tightness ofthe rotor should be certified by a third-partyagency

• System should be possible to operate the rotor even without rotorlid

• System should have fast temperature function for rapid cooling, of centrifuge• System should have an in-built condensate drain to prevent water

accumulation inside the stainless rotor chamber to avoidcorrosion

• System should have automatic shut off function of thecompressor to reduce energy consumption and to extendcompressor life when not in use for long hours

• System should be able to start the timer count only when the setcentrifugation RPM is reached, to support the short spinprotocols

• System should possess a separate short spin key with definedmaximum speed for brief spin

• System should be possible to operate the centrifuge at set rpm,, for short spin protocols• System should possess dedicated soft function to perform gentle

acceleration and deceleration to enhance sedimentation• System should support quite operation in work place with noise

levels <54 dB(A)• System must have an emergency lid opening in the front side'. System should have bright digital LCD display• Instrument should be European CE Certified• System must have an USB-port for service maintenance• Vendor should provide photographs, catalogue and information

regarding equipment in web.

Rotors:

I :.Fixed angle rotor for 24 x 1.5 12.0 mL tubes with aerosol tight lidwith maximum more than 15,000 rpm and 21,000 x gTube capacity: 24 x 1.5 12.0 mL tubes

Page 31 of97Name& Signature of Bidder with Seal

Rotor and rotor lid must be made of metal---

0

0 Rotor with Aerosol-tight lid and supporting quick locking2. Fixed angle rotor for 32 x 0.2 mL PCR tubes or 4 x 8 PCR tube

strips with tight lid with maximum more than 15,000 rpm and18,000 x g

0 Tube capacity: 32 x 0.2 mL PCR tubes or 4 x PCR strips0 Rotor and rotor lid must be made of metal3. Fixed angle rotor for lOx 5.0 ml centrifuge tube with tight lid

with max more than 15000 rpm and 21OOOxg0 Tube capacity: lOx 5.0 mL0 Rotor and rotor lid must be made of metal

Installation and Warranty:Installation and commissioning of instrument is in the scope ofsuppliers.

• Supplier should include catalogue/other such document insupport of the specifications of the instrument.

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

• Instrument should be compile with standard(s) for safety

ECH-23 Vacuum • Nominal Capacity: 120 Itr/min 2Pump (oil • Ultimate Pressure: IXIO" mbarfree) • Motor Rating: 220V 50Hz

• Motor Power:0.37 kW• Motor Speed: 1400 RPM• Oil Capacity: 0.80 Ltrs.• Intake Fittings: KF 25

._.ECH-24 Tea Coffee • Automatic Galvanised Steel with Tea, Coffee, soup, hot water, 1

Vending , lemon tea, Milk disperser.Machine • Pre-painted tray Sheet with 3 No of Raw Mixture Chamber

• Should be Tamper proof, Auto-clean and auto flushing functionto maintain hygiene

• Volume Adjustment: Yes• Dispensing Valve : Yes• Steaming Facility for Coffee: Yes• Water Supply in machines: Through top load bottle• Protection against empty steaming chamber: Yes• Protection against over pressure steaming: Yes• Continuous dispensing function : Yes• Programmable digital controls Pre-programmed beverages: 1• Flow Meter: Yes

, • Digital meter to count no of drinks dispensed: No• Programming on front LCD Panel: Yes• Auto water flushing: Yes• Milk container capacity (Itr): 1• Inner Water Storage for steaming: Yes• Water Storage Capacity (Ltr): 3.0• Boiler capacity (Itr): 2• Raw Mixture chamber capacity (ltr): 1• Dispensing rate (cups per hr): 180• Power (Watt): 1.5 .__ ._._-

Page 32 of97Name & Signature of Bidder with Seal

ECH-25 Fume Hood

• Voltage Single Phase: 220V

Application:Fume exhaust hoods are designed to contain and exhaust toxic,obnoxious or otherwise harmful gases, vapours, mist etc. toprotect personnel and equipment. A motor driven blower createsnegative pressure within the chamber extracting the contaminatedair from work area and expels it into the atmosphere. The hood isventilated of the air drawn for inside the laboratory, which isused effectively for thorough sweep -out of work chamber.Technical Speclfleatiens:Construction:

• Auto bypass Iconstant bypass type• Aero dynamic, floor mounted fume hoods• Exterior made of powder coated durable thick heavy duty eReA

sheds• Interior made ofChernical and Heat resistant, Fire Retardant

(Optional) .• Easily cleanable panels made out of durable special materials

with integral work walls of 6mln thickness.

•Workir.g Table::\S'fM includes !8 nun l3ia('.l~Granite I SS 30.1/ SS 3:6 worktop,Oval shaped PP/SS detachahlc sinks, Vertical d~ing sr3h 'A::I~3/5 rnm thickness, Toughened float glass,Color coated service valves with suitable pipes for Cas and \\ 'lh:r I

f'c:lr.ec.:tif'[l.s, ? numbers of fluorescent lights40 .,!_'(:J~ for ~8o.~1.' .mru.lengtlrs with vapour proof fittings, 2/4 ni.mbers of6/16/\tde~tricalsockets,Inlt=rsliti~l 3 points suction system (for light' normal and heavyfumes) with baffle arrangement, Flow control Valve, Apparatusholding square grid ors.s. 316 rod (along the entire length offume hood) of grid 200 10m x 200 mm and should be built in atfume hoodback side.

••

Cabinet Storage:Apparatus storage b~se cabinet with one shelves.having si."",e,sper Fume Hoodpr as per requirement"ChemicalStoragebasecabinet with oneshelves having size,a~P~! Fum e I-{{)odor as per requirement with cue ~xha:~stport ,,~connected.to fume ho ..id system internally," . .810',I/(i" asscmbl y: I

Centrifugal Blower, .JH(,';t (;ri ~'I:!,chemical arid heat resistant PP + :1

l"itP (0p:ioPai) h!t:;\llr:- wi.h aerodynamically b3.i-in.;:,ed iinpen~ .\vith oJ'ilin pl~g. .. .AII' suc:iicn capacity ('If 3~,)OOCFrvl anJ C\.)rlt1r~the.it:lrematio,na)face Vt~ocityHon-ns 20'1.:1:;s per saf~ fun1e hood airi!(Jw patt\!Il'!.1.0 HPto 1.5 liP mote,r Th,ee I Single phase with ai .. suction{.ar~~it:vof3000 CF~A,Dueting (op1ional):PP + PltP du-:1il).g chclnlc:"': re3istant PP-FRP (3 mm -:"~mm)rigid.hr!j tlexil?I,~ Jn~:'t\r{ji!\-~rel~lftune !-,ood to exrr.l!st S_1.~ck."p{;,~nt\vith ',v~ath.erpl'o-;)fcal1oPY,. l_.__ n"-",,c.td;;:mt_te_r:_~_O _t(,_;~on _I~~!!,: . .

1 •

I·IName & Signat,nf of Bidoilr.r.with Seal

• The exhaust pipe Length as per site requirement.

GAS Line:• H2 & N2 gas control & Handling & System to be provided I set

each 1/4" 00 SS 304/316 tube of imported quality to beprovidedWorking Table Dimension (mm):

• Should be minimum 1500x600x600Regulatory:

• The manufacturer firm for above should have ISO 9001 :2015,CE & GMP certificate.

ECH-26 Contact Angel Application: ITensiometer The Instrument should be automatic and software controlled

video-based system to measure contact angle, surface freeenergy, wettability, surface tension and interfacial tension. VideoBased Contact Angle Meter, Tensiometer or Goniometer with thefollowing specifications.

Technical Specifications:• Measuring methods: Sessile, Pendant drop, Captive bubble• Analysis: Static & dynamic contact angles, Preceding &

Receding Contact angles [both in continuous & discretemodel with Contact Angle hysteresis calculation, Surface &Interfacial tension.

• Measuring range: Contact angle: 0 to 180·,surface/interfacial tension: 0 to 500 mN/m

• Accuracy: Contact angle: ±O.I·, surface/Interfacial tension:±lmN/m or better

• Stage movement: XYZ movement I

• Droplet dispensing: Both manual and software controlledautomated dispenser

, • Syringes: 50, I00 and 250 ].IIsyringes• Camera type: CCD/CMOS ,• Lighting mechanism: LED I

Camera speed: Max. 500 fps with minimum resolution of 640 x I• I480 pixels or higher!• Optics: Roth Auto and manual with high precision ,

• Data acquisitian system: Suitable for capturing and storing I,of necessary data

,i• Power requiremenr: AC 220- 240V, 50160 Hz I

• Mention the Make and Model No. of Contact A ngle Meter, ITensiometer ,):-Coniometer !, ,I. Three years ~O..»onsne comprehensive warranty t:')flt !hf:

I date of successful installation, commissioning andI demonstration at ECH, l Jr1i versity of Rajasthan; J9.iPllf, ~·f)d:::,

I'. ~il;'I!t1::'ishould provide photographs, catalogue and irformaticn

regarding equipment in web.

(-_--~-.--.----+-~ ---------_. ------~.---.ECH-27 I Drinking I Pre Fil,er: :0",,, 5" Micron Poly Propylene. ;

I Water Purifier Pre Filter: lU"·G'''TJulated COC"lIutShell Carbon.i Carbon r:!:c:·: !0" Activated Carbon Block Filter.I Booster PUll;P ( BNQ~): for 300 Gpd. (I No.»

Membrane: 1)0 OrD( 3 Nos. ).'l! Alkaline filter With COL'p"r (Doctor+): Bacteria or viruses I_____J L Ren.vving ~nJ_ORP _. ~. J

Page34o~nName & Signature of md~er with Seal

\

!- --j

Ii,

Technical Specifications:• Ultrasonic Power requirement (in watts): 250

'. Heating power requirement (in watts): 250• Tank drainage valve provided: Yes

.• Range of adjustable Time setting (in minutes): 1-30• Range of adjustable heating temperature(in degree centigrade):

0.1-80 'C• Frequency range required (in KHz): 20-40• Capacity of sonicator : minimum 61it• Body material type: Stainless Steel 304 grade J

Regulatory:• The manufacturer firm for above should have ISO 900 I:2015,CE & GMP certificate .

• Three years (03) onsite comprehensive warranty from the~~=~~-.. .---..... .. . .

Post Carbon Filter: Post carbon FilterUv System: Ultra violetAuto Flashing System: Auto cleaning SystemPower: 24 v Dc 3 AmprSolonet Volve: v.- 24 V. Dc. SLXFlow: 35 LPH.Water Rejection: 50 % ( Approx.)Fitting Smart: SF Qc Fitting.W LC Auto On/ Off SwitchBracket: SSCapacity minimum: 25 litre

Water cooler Tank: SS 304Compressors: 0.75 ton - I pesPower: 0.36 k.wWater Cooler Body: SSCapacity minimum: 40 litre.Warranty 3 years on compressor with one year free service.,

•••••••••••, •••

Sound Proof Enclosure to reduce cavitational soundMicroprocessors controlled and completely programmableDigital LCD display with Timer settingTemperature indicator and controllerAuto turning for convenience and optimal processing efficiencyVariable Power output controlAuto frequency chasing with Overload ProtectionOutput amplitude 0-100% adjustmentFrequency : 20-25 KHzPower : 250 WattsProbe Dia : 6 mm, 2mm and 10mm TitaniumDisplay : LCDTemp. Range : 0-99'COperation Programme: 10Technical Specifications:Regulatory:

• The manufacturer firm for above should have ISO 9001:2015,CE & GMP certificate.

• Three years (03) onsite comprehensive warranty from thedate of successful installation, commissioning anddemonstration at ECH, University of Rajasthan, Jaipur, India

ECH-28 ProbeSonicator

ECH-29 BathSonicator

Page 35 of97

2

Name & Signature of Bidder with Seal

_.date of successful installation, commissioning anddemonstration at ECH, University of Rajasthan, Jaipur, l!ldia_._. . .._---

ECH-30 Water Bath 0 Unit should be with cooling system. Icum Shaking 0 Bath Type should be Square with 45 Ltrs Capacity of Bath.

0 Tank Capacity should be 62 Ltrs0 Shaking frequency should be at least 30-200 RPM at a minimum

25 mm orbit and with a maximum deviation of +1-2% from setvalue.

0 Movement of the shaker should be Magnetic (or) TripleEccentric Counter balanced drive, driven by Permanent MagnetDC Motor.

0 Universal Shaking Platform should be of size 390mm X 390mmand capable of holding at least 16Nos. of 100 ml flasks (or) 16Nos of250 ml flasks (or) 9 Nos of 500 ml flasks (or) 4 Nos of ILflasks

0 Clamps should be made of single piece stainless steel material(without welding) and leaves tied with three springs

0 External dimension of one equipment should not exceed (W x HX D) 675 x 1250 x 655 mm

0 Temperature range should be 5°C to 90°C with an accuracy of+1- 0.1° C at 37°C at an ambient temperature < 28.0°C.

0 Temperature controller should be of microprocessor based PIDwith digital Indication control via soft touch keypad or LCDdisplay with touch screen

0 Equipment should have Audio &Visual alarm for temperaturedeviation

0 High-grade insulation on all sides of the equipment for uniformtemperature maintenance.

0 MOC should be of MS powder coated steel exterior and stainlesssteel interior and lid.

0 Equipment should have Non-Volatile memory with automaticpower failure restart

0 Should be possible for incremental I decrement speed control ofIRPM and Temperature control of 0.1° C.

, 0 Only Standard Models should be quoted and custom madeproducts strictly will not be considered.

0 Number of Installations in India in reputed Governmentorganisation etc., should be minimum of25.

0 Minimum working performance certificate out of which at least 5Nos of shakers installed in different institutes for the same modelquoted or similar to be enclosed failing which the bid may bedisqualified.Regulatory:

0 The manufacturer firm for above should have ISO 900 1:2015,CE & GMP certificate.

ECH-31 Sieve Shaker 0 Applications-separation, fractioning, particle size determination I0 Field of application-agriculture. biology, chemistry I plastics,

construction materials, engineering I electronics, environment Irecycling, food. geology I metallurgy, glass I ceramics, medicineI pharmaceuticals

0 Feed material- Powders, bulk materials, suspensions0 Measuring range: - 20 urn - 25 mm0 Sieving motion- Throwing motion with angular momentum0 Max. Batch I feed capacity- 3 kg0 Max. Number of fractions- 9/17

......... -_ ..._._. - -

Page 36 of97Name & Signature of Bidder with SeMI

__J

• Max. Mass of sieve stack- 4 kg

• Amplitude- digital, I - 100% (0 - 3 mm)• Time display- digital, 1 - 99 min• Suitable for dry and wet sieving• USB interface - Yes• Including test certificate / can be calibrated - Yes• Suitable sieve diameters- 100 mm / 150 mm / 200 mm / 203 mm

(8")• Max. Height of sieve stack- 510 mm• Clamping devices -"standard", "comfort", each for wet and dry

sieving• Electrical supply data- Different voltages

, . Power connection- I-phase• Minimum dimensions in W x H x D- 417 x 212 x 384 mm

Regulatory:• The manufacturer firm for above should have ISO 9001 :2015,

CE & GMP certificate.

ECH-32 Co, Incubator • The incubator should provide a reliable, clean and easy-to-use in Ivitro environment, featuring both proven event based andcontinuous contamination control solutions for optimized growthand security.

• The incubator should be with a size of min 5.8 cu ft (165 L)chamber with interior components constructed of electropolishedstainless steel.

, . Unit should incorporates a direct air jacketed heating designfeaturing high quality thermal jacket insulation and very effectiveactive airflow, fan assisted circulation, allowing recovery under10 minutes of all parameters (temperature, CO" and relativehumidity) following a 30 second door opening.

• The humidity reservoir should maximize relative humiditywithout condensation, ensuring a dry inner chamber to prevent abreeding ground for contaminants.

• Unit have a water level sensor and alarm to alert user whenhumidification water refill is required. Water level is to bemonitored and displayed on the touch screen at all times withadvanced notice of refill needed.

• Humidity reservoir may be filled without the removal of shelves, or cultures and easily drained through built-in copper drain.• CO, and optional N,/O, gases are pre-humidified before entering

the chamber, providing a more constant, uniform environment.• All control and measurement probes and sensors are located

inside the culture chamber should provide true and accuratevalues and foster faster parameter recovery times than is possiblewith sensors remotely located outside the chamber.

• The incubator includes an independent over-temperatureprotection function with independent back-up temperaturesensor, to protect valuable cultures from potential damage in theevent of an unexpected failure in the primary temperature controlsystem.

• Unit should have a choice of either humidity compensated, thermal conductivity (TC).• An in-chamber HEPA filtered airflow system within the culture

environment should continuously filters the entire chamber airvolume everv 60 seconds .

. .~.-Page 37 of97

Name & Signature of Bidder with Seal

• The cabinet should achieved Superior ISO 5 clean room airquality within 5 minutes following a 30 second door opening,minimizing the opportunity for contaminants to settle on interiorsurfaces.

• Unit should incorporates exclusive touch screen user interface, abright, easy to read VGA control module display that providestrue interactivity by enabling selection and viewing of all basicparameters. Access to daily operation is simplified by enablingselection and viewing of all basic parameters as well as specificperformance or operational data upon request, convenient on-screen operational prompts, and user specific electronic security.

• The incubator should have on-board graphics capability, via thecontroller, enabling users to obtain historical performance byparameter or specified time periods to allow greaterunderstanding of culture growth dynamics and usage patterns,enhancing research results.

• The cabinet unit should have graphical user interface controller, for logs and displays all user interactions with the incubator (eg,

door openings, parameter changes) facilitating the identificationof important changes in the culture environment.

• The unit should be facilitates with auto sterilization with hightemperature sterilization cycle that has been proven effective incontamination control against bacteria, molds, resistant bacterialspores and mycoplasma by microbiological testing andtemperature mapping ensuring full chamber sterilization.

• During Steri-Run, all chamber surfaces are proven to reachsterilization temperature of 180 oc_ The sterilization should meetthe 120 true standard of sterilization, according to the U.S., EU,DIN and other pharmacopeias.

• A fully automatic AutoStart routine is to be incorporated forreliably calibration and verify proper operation of all electronicmeasuring within hours, simplifying incubator set-up andspeeding availability for culturing use.

• The unit should incorporates high quality microbiological filterson all gas inlets, outlets and sample ports, to eliminate thepotential of contamination entering the chamber from thesepoints.

• Incubator should have control of 0, concentration in a range of1-21% or 5-90%, along with a maintenance-free zirconium oxidesensor requiring no electrolyte refill or membrane replacementensuring long term stability at varied 0, concentrations.

• A 3 door gas tight inner glass door assembly should be suppliedas standard equipment on oxygen control models, with each door

, panel individually gasketed, to allow selective access toincubator shelves, without opening the entire chamber, limitingdisturbance to the controlled environment, and enabling rapid .

recovery times for incubation parameters following dooropenings

• The incubator includes a standard USB port with software fordata downloading and reporting in Windows Excel format.

• Incubator should have CSA certiticate and CE marked,demonstrating that stringent testing procedures have beenundertaken by independent agencies.

• Unit should be supplied with two filled gas cylinders, tworegulators, required tubing's, servo stabilizer of suitable ratingfor the same.

. -_ .... --- - ._ ...... ..... ....Page 38 of97

Name& Signature of Bidderwith Seal

0 The incubator should have 3 year warranty0 Vendor should provide photographs, catalogue and information

regarding equipment in web.

ECH-33 Bio safety 0 The biosafety cabinets should be as per NSF standard, certified ICabinet by NSF.Level-2 0 The cabinet should be 4 feet or 1.2 m wide and with lO-inch sash

opening.0 The fan system should be a dual DC fan configuration, down

flow fan and exhaust fan. Manual dampers should not be used toadjust airflow balance.

0 Both down flow and exhaust fans should be able to beindependently controlled.

0 Both down flow fan and exhaust fan must be able to compensatefor filter loading.

0 NSF cabinets should be one-piece work surface.0 In order to preserve safety to the user and the environment, the

exhaust fan on the cabinet must continue operating when thedown flow fan stops working. If the exhaust fan should fail, thesupply fan must stop operating.

0 The cabinet must be with HI4 HEPA filter with efficiency of, 99.99% MPPS.0 The Cabinet must use three pressure sensors for the alarm

system.0 The Cabinet must have a touch screen Graphical User Interface

(GUI) and must display the down flow air velocity and the inflowair velocity in real-time, to ensure the user knows whether or notthe cabinet is working under safe operating conditions.

0 The cabinet must display performance criteria to ensure the userthat they are working under safe conditions.

0 To ensure ease of operation, the cabinet must be equipped withprogrammable auto start and an auto stop feature.

0 The front of the cabinet must be angled at 10° to help minimizeglare on the window to the user, and to ensure that the user'sposture is comfortable during a working session.

0 The cabinet noise level must be less than 60 dB(A) for a 1.2 mcabinet.

0 For ease of operation and for enhanced safety the window mustbe motor driven and automatically move to a safe workingposition. It must be interlocked when cabinet is in working mode.

0 The front window must offer an aerosol-tight gasket to preventcontamination of samples while the window is in closed position.

0 The front window must be able to hinge upwards to allow easycleaning.

0 The full work area interior of the cabinet must be made of high-quality stainless steel, not lower than 300L to ensure ease ofcleaning, and be more resistant to corrosion.

0 Controlled passcode access for secure working under cabinet,this will enable entry of passcode for cabinet to be operational.

0 Self-adjusting germicidal UV light intensity for reproduciblegermicidal effectiveness with every use.

0 Provision of sidewall Port for clean and safe approach toincorporate vacuum tubing.

0 Side walls for more viewing surface.0 Standard USB data outputs for events and alert messaging logs

""---,

Page39 of97Name & Signature of Bidder with Seal

. ._--_.. __ ..

0 Power consumption (in normal operation, Fans on, lights on)should not be more than 180 Watts.

0 The cabinet should be CE certified0 The cabinet should be quoted with height adjustable stand.0 Attach Original catalogue/leaflet of the product with duly

signed and company seal0 Three years (03) onsite comprehensive warranty from the

date of successful installation, commissioning anddemonstration at ECH, University of Rajasthan, Jaipur, India

ECH-34 Gradient PCR Technical Specifications: I0 Peltier based PCR system for high throughput amplification and

for future multiple-block cycling.0 Gradient-enabled 96 x 0.2ml well unit should allow simultaneous

incubation at a minimum of 12 different temperatures to optimizereactions in a single run, gradient span should be over the ever-entblock

0 Gradient temperature ranges from 30 - 99"Cwith O.IOCminimum gradient spread

0 Block temperature control range: 4°C to 99°C0 'Fast, Standard and Safe' temperature control modes providing

ultimate flexibility for different applications.0 Adjustable user defined ramp rate to meet sensitive experimental

conditions0 Lid Temperature range: 37 - 110°C0 Block Temperature Accuracy: ± O.2°C0 Block Homogeneity: :s±0.3° C (20°C to n°C); :s± 0.4° C

(90°C)0 Heating and cooling rate: min. 3 - 6 °C/s and 2 - 4 °C/s0 Intuitive Graphic programming with larger display, keypad or

touch screen.0 Instrument should offer the capacity to store minimum of 700 or

more programs, with different login levels such as administrator,guest and user.

0 Preprogrammed template for easy selection of protocols0 Time or Temperature increment with cycles in PCR program,

Auto Restart facility with user defined time interval whenpower fails and resumes

0 Two USB ports: for Protocol transfer, USB, printer /mouse,0 Log book function for error messages and new calibration0 Power save Standby function0 Option to connect up to two more PCR 96 well blocks gradient

or non-gradient for ultimate throughput.0 Calibration according to NIST (USA), DKD/PTB (Germany)

UKASINPL (UK), UUcUL listed0 Should comply to RoHS (20 II /65/EU)Accessories:0 In addition to above specifications, necessary accessories should

be provided with the instrumentInstallation:0 Installation and commissioning of instrument is in the scope of

suppliers.,Supplier should include catalogue/other such document in0

support of the specifications of the instrument.0 Supplier should include Training, on operation and maintenance

.. . .... . . ". _.- ----rage 40 of97

Name & Signature of Bidder with Seal

of equipment at the purchaser's siteInstrument should be come with at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-35 Gel doc Technical Specifications:System • System should be compact, have minimum footprint, a light-tight

compact darkroom & a Slide-Out UV Transilluminator.• Versatile system to support wide range of applications like

Fluorescence, colorimetry/densitometry & Gel documentation,Stainfree imaging.

• The Gel Imaging System should support the following dyes -SYBR Green, SYBR Safe, Ethidium Bromide, Stain Free Gel,Coommassie Blue, Zinc Stain, Flamingo, Oriole, Silver Stain,Coommassie Fluor Orange, Sypro Ruby, Krypton & ColorimetricBlots.

• The Gel Imaging System should feature touch screen of size 9.7"or more which is Multitouch capable & offer a Display resolutionof 1,024 x 768 pixels.

• The Gel Imaging System should offer Smart Tray Technologythat automatically recognizes your application-specific tray andadjust imaging parameters and software options accordingly

• The Gel Imaging System should offer precalibrated focus for anyzoom setting or sample height.

• The Gel Imaging System should have a high-resolution scientificgrade 16 bit CMOS camera of resolution greater than 6.3megapixels & carry a pixel size of2.4 urn x 2.4 urn, with Pixeldensity (gray levels) - 65535.

• Maximum image area - 2I x 14 em (W x H)• Dynamic range - >3.5 orders of magnitude• Emission filter -535-<i45 nm

, . Data output -16-bit or 8-bit: SCN, TIFF, JPEG image files• The Gel Placement door should be drawer type allowing access

to Gels from either direction for facilitating easy/clutter free gelexcision applications.

• The Instrument should offer Trans-UV (B) and Epi White asStandard Illumination. White Light Trans Illumination andUV/Blue Conversion should be available as optional.

• Appropriate flat fielding correction should be automatically andconsistently applied to image data for every application.

• System should come with white light conversion screen.• System should be European CE Certified, IEC610 I0:20 I0

SI!ecifications ofthe Image Analysis Software:• Automated lane and band identification, molecular weight or

, base pairs evaluation, band sizing, and quantitation based on areference band or quantity standards

• Snapshot tool to copy images, lane profiles, and graphs• Allow Publishing resolution (dpi) and publishing dimension to be

specified with a one-click image export for publication. Providesfunctionality to produce image at user-defined dpi and dimension

• No requirement of license for registration. The full versionsoftware should be installable in large number of computers.Lifetime free upgrades of Software & Firmware should beavailable. Software should be single for imaging and analysis.

• Autoexposure - 2 user defined modes (intense or faint bands)• Mac and PC comoatible software -

Page 41 of97Name & Signature of Bidder with Seal

16-bit and 8-bit tiff images with a one-click export option~--

•• Software should produce customizable reports with data

organized as desired, including, Lane and band identification,molecular weight or base pair evaluation. Band sizing andquantification are based on a reference band or quantitystandards.

• Software should offer live update of results with any change ofanalysis parameters.

• Local/Global background subtraction for individual bandsAccessories:• In addition to above specifications, necessary accessories should

be provided with the instrumentInstallation:• Installation and commissioning of instrument is in the scope of

suppliers.• Supplier should include catalogue/other such document in

support of the specifications of the instrument.• Supplier should include Training, on operation and maintenance

of equipment at the purchaser's site• Instrument should be come with at least 3 year of comprehensive

warranty.ECH-36 RT-PCR Technical Specifications: I

• Real-Time PCR system with automated data analysis software• The system should be able to detect a minimum S-6 different

tluorophores in the same tube. It should have 6 Excitation and 6Emission channels and that ensures smooth differentiation ofeven dyes having high degree of spectral overlap

• System should come with a block of96 x 0.2 ml tubes/strips orplate to run on the same block. The base thermal cycler should beable to do standard PCR. System should have gradient with 8 ormore different temperatures.

• Temperature range of thermal block should be at least 4°C to100°C and temperature accuracy should be about ±0.20 to 0.2SoC @ 90°C. Heating and cooling method should be throughPELTIER.

• The system must be able to detect wavelength from 4S0 -730nmrange.

• System should support fast PCR protocol with maximum ramprate of SOC/secand average ramp rate 3.3°C.

• System should have well-to-well uniformity of ±0.4 well-to-wellwithin 10 sec of arrival at 90°C.

• System should have dynamic range of 10 order of magnitude andsensitivity to detect I copy of target sequence.

• System should have dedicated channel for FRET.• System should support the reaction volume of at least II'I and

upto SO1'1. (With 10 to 2S IIIrecommended).• Should have an LED excitation with 6 filtered LEOs. The

• technology should be such as to avoid cross talk betweentluorophores in a multiplexing reaction.

• System should support the optical system having 6 filteredPhotodiodcs / CMOS/CCD for detection.

• System should be pre-calibrated for at least five dyes to amaximum of seven dyes during installation at the customer site:(FAM/SYBR Green I, VIC/ JOE, NEDITAMRA/Cy3, ROXTM,Texas red, CYS, Quasar 70S and Yakima yellow HEX)

Page42 of97Name & Signature of Bidder with Seal

- System should detect as little as 2-fold changes in target•quantities in single-plex reaction.

• The System should come with acquisition software andautomated data analysis software for Molecular Multiplexingassays.

• The data analysis software should be able to provide customizedreports as per requirement, and have LIS interface if required.

• RT PCR System should be CE approved• Accessories and Consumables: 96 well plates with sealer 100qty

each, 8 well PCR strips with cap, clear, minimum 960 Qty(multiples may be selected)

• Preventive maintenance and calibration to be done free of cost inthe guarantee period.

• Suitable online UPS with two hours backup.• If required to be supplied Suitable desktop /Iaptop computer to

run complete system.Accessories:• In addition to above specifications, necessary accessories should

be provided with the instrumentInstallation:• Installation and commissioning of instrument is in the scope of

suppliers.• Supplier should include catalogue/other such document in

support ofthe specifications of the instrument.• Supplier should include Training, on operation and maintenance

, of equipment at the purchaser's siteInstrument should be come with at least 3 year of comprehensivewarranty.

ECH-37 FlorescentlUV Applications: I!Vis Single compact instrument for both fluorescence spectrometerSpectrophoto and UV!Vis spectrometer allowing Quantification of samplemeter volumes from 'microliters to millilitres', with at least 100

installations ofBio Spectrometers.Technical Specifications:Fluorescence spectrometer mode:

• System should be capable of determining very low concentrationofbiomolecule using Fluorescent dyes, with an excitationwavelength of 470 nm and emission wavelengths of 520 and 560nm

, . Must allow to choose up to 12 standards for standard curvecalibration with curve fit analysis viz., regressions (linear, cubic& quadratic) and interpolations (linear & spline)

• Number of sample data display graphically should not berestricted

• Should allow using conventional visible cuvette with volumerange starting from 50 ul, (should not specific to special tubes)

• Should have in-built pre-programs for nucleic acids and proteinquantification by fluorescence intensity using dyes such asPicoGreen®, OliGreen®, RiboGreen® and NanoOrange®.

• Fluorescence intensity should be across a range of 0.5 nM - 2,000nM fluorescein Should be compatible with microliter measuringcells and standard cuvettes

I :Detection limit for dsDNA should be I pg/ul,Measuring principle should be confocal filter fluorimeter withreference beam

Page43 of97Name & Signature of Bidder with Seal

Should have the combination of LED as light source along--

•photodiodes as beam receiver

• Should have excitation wavelength 470 m with 25 nm bandwidth• Should have emission wavelengths 520 nrn with 15 nm

, bandwidth and 560 nm with 40 nrn bandwidth• Random error should not exceed ± 2% at I nM fluorescein

(emission wavelength 520 nm)UVNis Spectrometer mode:

• System have preprogrammed methods for rapid and reliableanalysis of Nucleic acids and proteins, OD600, dye methods(parallel measurement ofbiomolecule and dye label), FOI(frequency of incorporation) calculation.

I• Should allow measuring and recording of UV/Vis spectralwavelengths from 200 to 830 nm, with Smallest increment: of Inm

• Should allow extinction measurement for one or several

Iwavelengths

• Should allow using sample volume 2: 2 ul.,

• Must be supplied with 200 numbers of plastic cuvettes to handle Iminimum of 50 ilL.

• Recording of wavelength scans should be possible withIntegrated data processing

• Should have in-built methods with analysis via factor, standardor standard series

• Should allow performing Dual-wavelength method withsubtraction and division analysis

• Should have data evaluation methods for concentration viastandard series (Regression: linear, Cubical, Quadratic) and(Interpolations: linear and Spline)

• Should have freely selectable wavelengths providing maximum, flexibility for all current and Future applications Should have

technology to analyze and process curve sections in detail viewDirectly on the instrument display and for peak detection

• Should have the combination of Absorption single-beamspectrophotometer with reference Beam as measuring principlewith Xenon flash lamp as light source and beam receiver asCMOS Photodiode array

• Spectral band width should be < 4 nm• Photometric measuring range should be 0 A to 3.0 A at 260 nm• Random error should be s 0.002 if A ~ 0, :S 0.005 (0.5 %) if A ~IAdditional System features:

• System should be small, lightweight, mobile and should be easy, to operate with its integrated 5.7 inch colour display in

combination with the keys of the device• Data transfer of measured data to a PC by connecting the device

directly to a PC should be possible without any additionalsoftware or should be through USB stick

• Should allow direct operation on the device and must not requirePC to operate

• Should have facility for saving> 1,000 measured results in theinstrument directly

• Should allow user to program and save> 100 new methods• Light beam height should be 8.5 mm

~-~~-------~•..---Page 44 of97

Name & Signature of Bidder with Seal

• Machine should be supplied with 150 - 200 no. disposable(individually wrapped) cuvett with max filling volume 2000 ul,and sample light path length 2nm and 10 nm in same cuvett.

• Cuvette shaft should have dimension of 12.5 mm x 12.5 mm,allow using Quartz! UV transparent plastic cuvettes (UV range);Glass 1 plastic cuvettes (visible range) and micro-volumecuvettes

• Display: should be VGA TFT-5.7"• Power consumption should be as low as IS W during operating

, step• Power supply: 100 - 240 V, 50 - 60 Hz• User interface should be simple with software package should be

included.ECH-38 Nano Particle Applications: I

Analyser Computer controlled Nano particle size analyzer formeasurement of Particle size, Molecular Weight and ZetaPotential of dispersed particles/molecules in solutions.Technical Specifications:

• The system should have high sensitive correlator with minimum1024 physical size channels or above.Particle Size:

• Measurement Principle: Dynamic Light Scattering; • Size Range: 0.5nm to lOum (hydrodynamic dia.)• Sample Conc. Range: 0.5mg/ml to 40% (% volume) or better• Accuracy: Better than +1- 2% ofNIST traceable latex standards• Precision/repeatability: Better than +1- 2% ofNIST traceable

latex standards• Particle Size: 20flL (minimum) or lower• Scattering Angle (Back): Fixed 1700or better. System should use

minimum 4 variable positions for measuring samples fromvarious positions within the cell to minimize multiple scatteringeffects.

• System should have provision for automatically and dynamicallyclassify correlation sub runs on the fly into steady state andtransient events.

• The system should have user selectable fluorescence filters andpolarizing filters for improving measurement of fluorescingsamples without compromising on instrument sensitivity for non-fluorescing samples and to make depolarized DLS measurementsto differentiate translational from rotational diffusionrespectively.Molecular Weight:

• Measured principle: Static light scattering• Measurement Angle: Backscatter• Minimum sample volume: 20flL (minimum) or lower

Zeta Potential• Measured Principle: Electrophoretic light scattering and should

be capable to measure Aqueous/Polar Solvents and Oils, High, Salts! Non-Polar solvents based systems. It should use the

method of Phase Analysis Light Scattering (PALS) to improvethe repeatability of measurements of low mobility samples

• Measured range: +1- 500mV• Size Range for Zeta Potential: 5 nm to 50 microns• Minimum sample volume: 30 ul, (minimum) or lower• Maximum sample conductivity: 240 mS/cm

Page 4S of97Name & Signature of Bidder with Seal

! • Disposable cells should be quoted to remove any crosscontaminationLight Source: He-Ne laser 633nm or better with 4 mW power orbetterDetector: Avalanche Photo Diode for high sensitivitymeasurements.Temperature control range: 0-11OoCSampling Cell: Cuvette cellMeasurement time: 1-2minutes or lessLight Weight & Portable InstrumentOutput:

• For particle size: differential/cumulative distributions;values for sizes at given percentages, fits to distributionmodels

• For zeta potential : plot of zeta potential distribution,mean zeta valueSoftware:

• User friendly Software based on Microsoft Windows Xlvwlndow7/Windows10

• The software should be Windows XP/Window7/Windows 10 based. It should provide result such asparticle size and zeta potential measurement.

• The software should have in built diagnostic featureslike Size Quality Report and Zeta Quality Report withthe ability to provide expert advice based on the ratedata that has been accumulated. The raw data shouldbe available later for analysis & use with other softwaremodules.,Computer: Intel Core i7 Processor, min 8 GB RAM,SSD-500GB, CD-ROM or DVD + RW drive, USBport, Wide Screen Monitor & Software supports for theequipment Operating System: Genuine Windows10ultimate with media and documentation andcertificate of authenticity. Preloaded latest LicensedAntivirus SoftwarePrinter and power backup: Laser PrinterMonochrome wilh duplex printing and LAN port alongwith 3 KVA UPS with IHr back up must be provided.

Accessories and support:• 12mm square disposable polystyrene cuvettes with

stoppers: 500 numbers ,• Disposable Zeta Potential cells should be quoted to

remove any cross contamination: 50 no.sDemonstration of the instrument to prove all of the abovespecifications will be a part of technical evaluation process. -

ECH-39 FT[R with Interferometer:ATR Dynamically aligned interferometer with 5 year warranty at least

or more. [nterferometer should not have thumb screws.Beam Splitter:KBr/Ge optimized MID [R Beam Splitter for highest opticalthroughput.Wavelength Range: 8000 - 350 em-I or better.Spectral Resolution: Resolution better than 0.6 ern"Source: Non-Migrating hotspot single point source with 5 yearswarranty at least

Page 46 of97Name & Signature of Bidder with Seal

SNR: Best signal to Noise ratio for Peak to Peak for I minute orbetter must be mentioned.Laser: Temperature controlled solid-state diode laser with Syears warranty or betterWavenumber:Precision: 0.00 I cm-I or better at 2000cm-1Wavenumber accuracy: O.OScm-I at 2000 cm-I or better.Ordinate Linearity (ASTM E1421): <O.IS %T deviation fromO.O%TDetector: Fast Recovery DTGS or equivalent.Performance Verification:Intemal NIST-traceable I.S MILpolystyrene filmserialized. External Manual Card NIST traceablewill not be acceptable.Software:Suitable software should be offered for operating the system.Warranty: At least S years on Laser, source and InterferometerMonolithic Diamond ATR:System should be offered with Diamond monolithic crystal.ATR should be with S years warranty and crystal to be part ofwarrantyPC requirement:! PC (lOth generation Intel Core i7 or better, RAM- 8GB ormore RAM, SSD-SOOGBor more, Graphic Card-3GB; Wi-Fi,Ethemet-I 0/100/1000, Mbps or better, Screen size-IS" or more,At least 3 USB 2.0 ports or better, Multimedia Keyboard;Optical Mouse, DVD writer; 1440 x 900, Rewritable DVD,Windows 10, 64-bit)Printer:• Laser Printer Monochrome with duplex printing and LANport supported• UPS: 3 KVA online UPS with 60 min backup (I NO.)• FTIR Library Genuine and Authentic Library of at least, 30,000 compounds should be offered with proper part number.Installation:• Installation and commissioning of instrument is in the scopeof suppliers.• Training, on operation and maintenance of equipment at thepurchaser's site• Instrument should be quoted for at least 3 year ofcomprehensive warranty and local support along with serviceengineer stationed nearby.Necessary documents: -a) Catalogue in original.b) All technical specifications should be printed on themanufacturers catalogue/ data sheet., Please include the list of minimum S users where the instrumentis being used for similar application. -

ECH-40 CHNSO 0 Fully Automated Windows PC controlled Elemental Analyser for IAnalyser solid and liquid samples suitable for Agricultural products,

Food, Feed & Soil samples0 Instrument must be capable of analyzing Total Organic Carbon

of the sample.0 The analyzer must be able to simultaneously determine the

elements in one or more of the following combinations: CHNS,or CHN, or CNS, or CN, or N only or 0 only

0 Simultaneous CHNS Analysis with single sample injection! run.

Page 47 of97Name & Signature of Bidder with Seal

_~----~~~~~~~~~----l--r-r-: 0 Helium and/or Argon as a carrier gas in CHNS mode.o Sample weight Range: 0.2 mg to 500 mg or more depending on

the nature of the sampleo Fully digital electronics that should be fully integrated in unit, no

external control panels requiredo Ternperature-controlled cooling fan with automatic coolingo The instrument must fulfill the intemational and national

safety standards. For safety reasons,Analysis time less than 10min., automatic control,

o System must have capability of automatic gas switchover to, switch from CHNS to Oxygen analysis without any hardware

changes.One Dedicated furnace for CHNS Analysis with oxidation and

reduction in the same furnace and second separate furnacededicated for Oxygen analysis.

I. Detection range;o 0.1 to 100% for all elements (C, H, N, S, 0) with the capability

of measuring at least 10 mg absolute carbon in CHNS modeStandard deviation: $0.1% of absolute.

o

o

o2. Furnace System;

Should have two zone/single furnace system, forcombustion/reduction with independent temperature control foreach furnace.High temperature combustion furnace up to continuous operationI 100°C or more with a IS-year warranty provided by the OEM.Easy ash removal without change of combustion tube by meansof an exchangeable ash crucible.

3. Integrated Autosampler;.Integrated 100 or more position automatic samplerIt should be possible to remove the auto sampler without havingto shut of gas supplies or evacuate the flow path for loading moresamples.Separation System;Combustiongases in the formCO" H,O,N, and S02 are separatedbymeans of GC column.§, Detector System:Oxygen intrusion free thenmistor technology-based Temperaturestabilized TCD detector for measurement of C-H-N-S-OLower detection limit of <I~50 ppm for N and S with thenmalconductivity detector (TCD) depending on sample weight 15-year warranty on TCD provided by the OEM7. Software:Windows based and should have Operating software withautomatic calculation and statistical evaluation of sample results,automatic leak check, sleep/wakeup function, gas stop, service,and maintenance support and weight transfer from externalbalance.

o All instrument functions incl. gas flow and pressures must bedigitally controlled for diagnosis and troubleshooting via theinternet.

o Data files must be in a format that is readable by Microsoft Excel8. Consumables:l!) To be supplied with consumables enough for 5,000 sample

analysis in CHNS/ CNS mode, and 5000 sample analysis inOxygen mode.

2:. Future Upgradation:Instrument must be upgradable to IRMS in future for isotonic

o

'0

o

oo

•o

o

o

Page 48 of97Name & Signature of Bidder with Seal

110.ratio studies.Microbalance:

ill Microbalance with 0.001 mg resolution and weighing range: upto1000 mg or more, With at least 5" screen operation, with ~S~Port and interface to analyser for direct transmission of weighingdata.

!l,. Local Supplies: Vendor should quote for complete systemincluding the following items:0 Helium gas cylinder of high purity cylinder (2 no.)with regulator

(I No.),

"- Argon gas cylinder of high purity cylinder (2 no.)with regulator(INo.)- if required,

"- Oxygen gas Cylinder of high purity cylinder (2 no.)withregulator (I No.),

, 0 PC (lOth generation Intel Core i7 or better, RAM- 8GB or moreRAM, SSD-500GB or more, Graphic Card-3GB; Wi-Fi,Ethernet-lOll 00/1000, Mbps or better, Screen size-I 5" or more,At least 3 USB 2.0 ports or better, Multimedia Keyboard;Optical Mouse, DVD writer; 1440 x 900, Rewritable DVD,Windows 10, 64-bit)

0 5 KVA online UPS with 60 min backup (I NO.)Printer:• Printer- Laser Printer Monochrome with duplex printing and

LAN port.lb Installation:• Installation and commissioning of instrument is in the scope of

suppliers.• Training, on operation and maintenance of equipment at the,

purchaser's site• Instrument should be quoted for at least 3 year of comprehensive

warranty and local support along with service engineer stationednearby.

• Necessary documents: -• Catalogue in original.• All technical specifications should be printed on the manufacturers

catalogue/ data sheet.• Please include the list of minimum 5 users where the instrument is

beingusedfor similarapplication.ECH-41 Moisture Halogen heating systems I

Analyser Large LCD Display with A.E.P. (Advance Eye Protection)Standard and non standard applicationsDrying profile (standard, Quick, stepped, Mild)Finish mode (manual. automatic, time defined)Visualization of drying processGLP/GMP Printouts & reportsTemperature Range up to 160?C, optional 250?CMax Capacity: 120 gReadability: 1mgTare range: FullAccuracy of Moisture Reading: 0.01%Max Mass Sampling: 100gmRepeatability: ±O.I%(sample 2g) ±0.2% (Sample 109)Pan size: 900mm

iDrying Chamber Dimension: 120xl20xl20mmRange of Drying Temperature: Max. 1600 C (optionally max

.- 2500 C),--.-,._-

Page 49 of97Name & Signature of Bidder with Seal

--Drying Mode: 4drying mode (standard, Quick, stepped, Mild)Auto switch of option: 3 Modes (manual, automatic, timedefined)Power Heating Device: 400WPower: 230 V AC or 120V ACDisplay: LCD Display with back lightWorking Temperature: IS° C - 40° C .Instrument should be quoted for at least 3 year of comprehensivewarrantyRegulatory:The manufacturer firm for above should have ISO 900 1:2015,CE & GMP certificate ..-...._

ECH-42 Lyophilizer Technical Specifications: I

• System Type: Compact bench top system

• Performance (drying rate): at least 2 Kg/24 hour or more

• Ice Holding Capacity: at least 2.5 Kg or more

• Ice Condenser Capacity: at least 3.5Liters or more

• Ice Condenser Temperature: minimum - 84'C or better with drainvalve for disposal of defrosts material.

• Compressor Power: more than 113 hp• Collector chambers: corrosion resistant PTFE-coated chambers

• Drying accessory: Tray Dryer and 6-8 Port Manifold (optional)• Sample container(s): Test tubelmicrocentrifuge, Fast-freeze

flasks, Stainless steel adapters, and ampoules (optinal),• Dimension of the Base unit (in mm): minimum 350 x 350 x 500

(W x H xD)• Electrical Connection: 230V, SOHz• Graphical User Interface: LCD and Alarm for condenser,

temperature and vacuum• Manufacturer should be ISO 9001, CE conformity marking.• Refrigeration system should be HCFC/CFC free.,• It should have automatic and manual startup• The instrument should have acrylic chamber of 240mm diameter

or more.• The instrument should have Electromagnetic pressure control

valve or equivalent to increase drying rate• The instrument should be equipped with provision to

lyophilize/freeze dry contents of glass vials (10 mL capacity, 25mm Diameter x 50 mm Height) and then seal it under vacuum.

• The instrument should have transparent drying drum with at least8 port be able connect up to 8 flasks and should have suitablevalves to connect to round bottom flasks from 100ml to 2 litres.

• Moisture sensor to protect the vacuum pump will be preferable• Vacuum pump rotary vane vacuum pump chemical resistant type.

With displacement more than 90 liter per minutes and ultimatevacuum ofO.007mBar or beater will be preferableAccessories:

• In addition to above specifications, additional vacuum sensor,injection vials of suitable size and filters should be provided withthe instrumentInstallation:

• Installation and commissioning of instrument is in the scope ofsuppliers.

• Training, on operation and maintenance of equipment at thepurchaser's site

- "---"..Page 50 of97

Name & Signature of Bidder with Seal

------

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-43 GCMS Ion Source: I

• It should have dedicated non coated inert EI source

• The EI source should have all the components of the sourcewithin the cartridge and should be wireless

• It should have Integrated, dual filament assembly with improvedfilament lifetime

0 • The ion source temperature should be programmable up to 350°C

• The system should have off - axis ion guide or pre-filters

• The ion source cartridge must have an optional upgrade availableto allow removal without venting the MS

• The dual filament assembly must be EI and CI mode compatible

• The electron energy must be user-definable, adjustable from 0 to150 eY.Quadrupole Mass Analyzer:

• Mass Range: 1.2 -1100 u• Resolution: Unit mass resolution• The main quadrupole rods should be inert, non-coated,

homogeneous and cleanable.0 • The quadrupole analyzer must support fast scanning at 20,000

ulsec.Transfer Line Temperature:

• The temperature should be up to 400°CDetection System:

• It should utilize new generation discrete dynode electronmultiplier integrated with linear-log electrometer with maximumlinear outputVacuum System:

• It should have a single dual stage 300Lls or better air-cooledturbo molecular pump, with control and safety interlocksintegrated into the system.

• It should have Standard 3.0 m'/min rotary-vane pump.Instrument Control:

0

• It should have scan modes like full scan, SIM, and alternatingfull scaniSIM.

• It should have ability to alternate between full scan MS and SIMtarget analysis on successive scans.Installation Specifications:

• Carrier gas: helium as Carrier gas• EI full scan specification: I J.lLinjection of I pg/ul, OFN while

scanning from 50-300 u gives for mass 272 an RMS SIN ~2000: I or better

• IOL ( Instrument detection limit): In EI SIM mode, with heliumcarrier gas and eight sequential 100 fg OFN splitless injectionsmonitored for mlz 272 produce the following instrumentdetection limit (IOL), calculated from the chromatographic peakarea with 99% confidence interval: IDL :0 5 fg or better

• The system should be upgradable for minimum detection limit ifrequire in futureGCOven:

• The column oven should have an operating range of -99°C to450°C using the ootional sub ambient oven accessory (with

,-.._ .. -Page 51 of97

Name & Signature of Bidder with Seal

I•

liquid nitrogen or liquid CO, as coolant accessory should bequoted in optional).Heat-up time from 50°C to 450°C should be within 4 minutesCool-down time from 450°C to 50°C should be within less than 4minutesThe oven temperature stability is within 0.0 lOCI every °C ofactual temperatureThe oven mainframe must include all the necessary electrical andgas connections for injectors and detectors without the use oftubing and wires to obstruct the oven top.Pneumatic controls:Electronic pneumatic controls should be integral part of injectorand detector modulesNo extra tubing and wires should be needed to operate electricalvalves, and deliver carrier, detector and make-up gases toinjectors and detectors.The digital carrier gas controller should allow operating inconstant and programmed flow and pressure modes.SplitiSplitless injector:The Split/Splittess injector should be user-installable within fewminutes, and without any special tool.The injector should be able to operate with capillary, wide boreand packed columnsMaximum Temperature: 400°CSplit Ratio: up to 12500:IPressure Range: 0-1000 kPa (0-145 PSI)Total Flow Setting:Control of split flow in I mUmin from 0 to 1250 mUminPurge flow from 0 to 50 mUminFlame Ionization Detector:Capillary column optimized compatible with I/S" and 1116"packed columnFlameout detection and automatic re-ignitionMDL: <1.4 pg CisSensitivity: >0.03 Coulombs/gCLinear Dynamic Range: > I0' (±I0%)Maximum Temperature: 450°C in steps of 0.1 °cData Acquisition Rate: up to 300 Hz.Column: Capillary Column -2NosData System:Complete computer control of parameters for GC, liquidautosampler and mass spectrometerComplete integration of autosampler, gas chromatograph, andmass spectrometer methods and set-up proceduresFully automated data processing programsThe software must operate with Windows 7110 operating systemfor true 32-bit/64 bit multi-tasking that allows the simultaneousgeneration and printing of reports as an acquisition proceedswithout interruptionReal time data analysis. GCMS Software should be provided toanalyse the compounds with full library.Library Browser - Library search and report program by theNational Institute of Standards and Technology (NIST)The latest version ofthe NIST Library software with original CDshould be quoted

•••

••

••••••

••••••••••••

Name & Signature of Bidder with Seal

Head Space sampler: . . .• XYZ robotic sample handling apparatus with synnge switchconcept. The system should capable to access for Headspacesample analysis.Headspaee Sampler:

• Head space sampler with minimum 50 vial capacity or more

• Vial Volume -20/22MI• Syringe Temperature: 50°C to 150°C in 1°C steps or more

• Incubation Oven Capacity: 6 vials or more

• Incubation Oven Temperature Range: 50°C to 200°C in 1°Csteps with Agitation I

• Headspace Crimper & decapper should be quoted.

• Offered Head space sampler should be Upgradeable to Autoliquid sampler and SPME in futureConsumables:

• Spare Dual Filament -3Nos• 2.5 mL Gas-Tight Headspace syringe 23 gauge 65 mm length - I

no.• 20 mL crimp top, clear (set of 125) - 2 nos.• 20 mm tin plate (magnetic) and blue aluminum two-part crimp

cap with siliconelPTFE liner (set of 100) - 2no.• Split Straight Liner 4mm !D, 78.5mm Pk 5 - I no.• SSL Focus Liner Taper 4mm ID 78.5mm Pk 5 - Ino.• Graphite/Vespel Ferrule 0.1-0.25mm ID Pk 10• Graphite/Vespel Ferrule 0.32mm ID Pk 10• Septa BTO II mm, pk50• TR-Green II mm, pk50 TRACE• Column nut, pk5 for PTV + PTV Backtlush• Column nut, pk5 for SSL +m SSL Backtlush• Gloves, clean process - nitrile - medium• Aluminum Oxide Cleaning Compound• Calibration Compound - Fc43,• Technicloth Wipers 12" X 12" Pk Of 150• Applicators Cotton Tipped• Oil,Vacuum Pump,1 Liter• Replacement Trap, O,-H,O-Hydrocarbon• Manual Crimper For 20mm Caps, I Pc• Manual Decrimper For 20mm Caps, Ipc• Capillary Column Cutter-I no

Local Accessories:• Suitable PC & Printer:• Advanced PC With Printer: Suitable PC & Printer with 5 KVA

UPS of 60 min. Back up of reputed brands specification as under:• Processor: 10" generation, intel Core i7, or better; RAM - 8 GB

; SSD - 500GB; Graphic Card-3GB; DVD writer; 1440 x 900,64-bit color display or higher; LAN Port; USB Ports; Wi-Fi ;Multimedia Keyboard; Optical Mouse, Rewritable DVD

• Operating System: Genuine Windows 10 ultimate with mediaand documentation and certificate of Authenticity. Preloadedlatest Licensed 3year Antivirus Software

• Printer- Laser Printer Monochrome with duplex printing andLAN port.

• Hydrogen, Nitrogen, Zero Air and Helium Cylinder withregulator -I Each

Page 53 of97Name & Signature of Bidder with Seal

0 Gas Purification Panel for all above gases0 Online 10 KVA UPS with halfn hour back up or better.

Installation:0 Installation and commissioning of instrument is in the scope of

suppliers. .0 Training, on operation and maintenance of equipment at the

purchaser's site0 Instrument should be quoted for at least 3 year of comprehensive

warranty and local support along with service engineer stationednearby.Training:Training must be in two stages: .Stage-I: Theoretical training regarding principle, operation andmaintenance of equipment at

our siteStage-2: Application training after installation of equipmentsupplied at site as per desired

ScheduleNecessary documents: -

0 Catalogue in original.0 All technical specifications should be printed on the

manufacturers catalogue/ data sheet.0 Please include the list of minimum 5 users where the instrument

is being used for similar application.ECH-44 Rotary Technical Specifications: I

Evaporator 0 Rotary evaporator up to 2 liters0 Rotation Speed up to 280 RPM, Vertical condenser with

Condenser surface area of 1400 cm' or more.0 It should have integrated control panel with digital LCD display

in front of main machine to control and adjust rotation andheating temperature.

0 Convenient Motor Lift or hand Lift.0 There should be standby function and residual heat warning at

heating bath temperatures above 50°C.0 There should be two separate knobs with dynamic control for

setting the rotation speed and heating bath temperature., 0 The Accidental changing of the values can be prevented by the

lock function &arnp; the locking function of the knobs preventsunintentional adjustment ofthe values.

0 There should be ground-free condenser design with grease-freethreaded connections.

0 There should be highly resistant and particularly durable PTFEvacuum seals that can achieve maximum tightness and reduceexpenses for spare parts in the long run.

0 The universal heating bath temperature should be 20-210 °C orwider range starting from 20°C

0 Bath Temperature Accuracy: ±1°C.0 Heating bath should accommodate 5litre flask as a standard and

allows for 200mm horizontal extension0 Heating bath should have safety handles and drain spout,

available0 Heating bath should have cut-off at 5 °C over set temperature and

Secondary over temperature cut-off of 250°C0 Rotation Speed: 10-280 RPM0 Should have Stand with clamp to support condenser as a standard

Page 54 of97Name & Signature of Bidder with Seal

I 0

supplyShould have Integrated clamp to hold evaporating flask

0 All parts which are in contact with the media should consist ofGRAPHITE filled PTFE Vacuum seal.

0 Should have vapour tube with sleeve to add more strength andeasily removable from the drive.

0 The control panel should be in accordance with IP 42 to protectelectronics control panel from water splash and the optionalextension cable to allow to place the control panel outside closedlaboratory hoods.

0 To prevent short circuits and corrosion, the cable coupling shouldcomply with the protection class IP 670r better.

Vacuum pump with manual or digital vacuum controller:0 Chemical resistant Two-stage Diaphragm pump0 Suction capacity should be .75m'/h or more.0 Ultimate vacuum should be 12mbar or better.0 Vacuum pump should be valve controlled vacuum pump for use

of other applications also.0 There should be manual vacuum controller with Pressure range

from 0 to 1,020 mbar &amp; Scaling on display in steps of 50mbar or digital vacuum controller.Chiller:

0 Operating Temperature Range: -10° to +20°C0 Temperature Accuracy: ±1°C0 Should have level Indicator0 Cooling Capacity at 0 °C: 900 W or more.0 Pump flow: 15 IImin

, 0 Reservoir Capacity: 3.0Ltrs0 Temperature controller: Microprocessor digital PID,

Temperature controller & indicatorExtra Accessories:-

0 Evaporating flask 50 ml, 100 ml, 500 ml and 1000 ml (2 no.)0 Receiving flask I L with drainage underneath0 Extra Vacuum seal (I no.)

Installation:0 Installation and commissioning of instrument is in the scope of

suppliers.0 Training, on operation and maintenance of equipment at the

purchaser's siteInstrument should be quoted for at least 3 year of comprehensivewarranty

ECH-45 Trinocular Technical Specifications: IInverted oAuto Sleep Mode Facility with IR sensor based technology -theMicroscope Microscope will tum off automatically when it is left for 15

minutes, by returning to the instrument the power will tum onautomatically.Optical System-CCIS color corrected infinity optical system.Observation Head:

oTrinocular head Siedentopf type 45° inclined (Light Split: 20/80)inclined, Interpupillary distance of 48-75mm and Wide field higheye point eyepiece Antifungus N-WFIOX/22mm With diopteradjustment +-5 on both eyepiece, With rubber eyecup (paired).

io Reversed Quintuple Nosepiece & it run on ball bearing withinternal click stop.

Page 55 of97Name & Signature of Bidder with Seal

Infinity color corrected Anti-Fungal coated Plan Objectives:• CCIS Plan Achromatic Objectives PL 4x10.IOW.O. 23.5• CCIS Plan Achromat Phase Objective PL Ph l Ox10.2S W, 0,7.5

• CCIS Plan Achromat Phase Objective LWD PL Ph 20x 10040W.D.7

• CCIS Plan Achromat Phase Objective LWD PL Ph 40X/O.SEyepiece: Wide field high eye point eyepiece N-WFIOX/22mmwith diopter adjustment on both eyepieces, with rubber eyecup(paired).Coarse and Fine Focus: Coaxial coarse and fine focusingadjustment 42mm/0.2mm adjustable Focusing: Co-axial 1vianose piece upl down movement. IStage: Having Mechanical stage, Plain Stage of surface area 200x 260 mm & stage height 207mm Glass Stage Insert Metal StageInsert.

Petri dish holder 35mm 145mm 165mmCondenser: ELWD N.A-0.30(W.D-72MM) Focusable, Phaseslider centerable, Ph I, Ph 2, BF, Phase centering telescope.Illumination: Built 12V-IOOWquartz halogen lamp withintensity control.Accessories: Immersion oil (Sml), Power cord, Allen hexagonalkey, Vinyl dust coverCollector: A spherical lance with field diaphragm.Fluorescence attachment:

• Epi - Fluorescence attachment• Mercury Lamp IOOW• Lamp house HBO IOOW• Collector Lens• Mercury Lamp Socket for HBO IOOW• Starter Unit, HBO Lamp 100W• Lamp Centering Tool• Power Cord

Filter cubes for fluorescence microscopy:

FITC (Long Pass) Set:• Exiter D470/40x• Dichroic 49SDCLP• Emitter ESISLPv2

TRITC (Rhodamine)/DiIlCy3 Set:• Exiter DS40/2Sx• Dichroic S6SDCLP• Emitter D60S/SSm

DAPI and Hoechst Set:• Exiter D3S0/S0x• Dichroic 400DCLP• Emitter D460/S0m

C-Mount Adopter:• O.5XC-mount camera adapter for 1I2.S"chip sensors• Dedicated scientific HD (High Definition) Digital Camera

Moticam SMP,• Sensor Type: CMOS• Sensor Size: 2/3 Inch Resolution: S MP• Live Display Model (through USB): 2448x2048 @l3S.7fps

-,.. . - . -.-"''-~''.-.~ ............ -.~--.Page 56 of97

Name & Signature of Bidder with Seal

• Pixel Size: 3.451'm x 3.451'm• Scan: progressive• Data Transfer: USB3.1• Focusable Lence: 16mm• Exposure Time: 14us-2Sec• Operating Temperature: From -10 to +60 Degree Celsius non

condensing• Sensitivity: 1146mV@1I30sec

• Support Device: Twin, sdk and Direct show DriverImage Analysis software: Plus 3.0 Software:, Instant Image Capturing, Real time full screen image,•Programmed Interval Captures, Video Capture by Time Settings,Easy Measurement, Calibration, Measurement in microns,inches, millimeters, Length Measurements, Ellipse, Rectangle,Irregular Shape Measurements

• Perimeter, Radius, Circumference Measurements, AngleMeasurements Magnifier (zoom) function, Distant ImageSharing. On-line files sending I receiving, Sound recording,Image amalgamation, Image Adjustment Effects, Automatic CellCounting, Data Export Report Generating and Print Out,Interactive File Format, MP3 compatible.Installation:

• Installation and commissioning of instrument is in the scope of, suppliers.• Supplier should include catalogue/other such document in

support of the specifications of the instrument.I• Quotations, which do not include such supporting documents,

may be rejected. Training, on operation and maintenance ofequipment at the purchaser's site

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-46 Plant Growth Technical Specifications:Chamber • Cabinet construction: Interior should be made of 24-gauge (or better)

galvanized electro-zinc plated steel; exterior should be made of24-gauge galvanized exterior electro-zinc plated steel. Weldedseams and joints on outer and inner shells. Inner shell should besupported by non-compressing! non-thermal material locking innerliner in place without a metal-to-metal bond to outer case.Chamber should be completely self-contained. It should be paintedwith highly reflective coating for good light distribution. It shouldhave minimum 5inch PUF insulation foamed-in-place non-CFCinsulation and over all wall thickness of at least 2 inches. Thestainless steel material grade 304SUS or SUSt.1 or better

• The door should close tightly with a magnetic gasket providing atight seal.

• Chamber should contain casters assembly and adjustable levelinglegs to compensate for floor unevenness and floor should beequipped with floor drain and hose assembly.

• It should have high quality castor wheels (with locking option) forease of mobility.

• The growth chamber cabinet should come with epoxy coated steelwire shelving which can be moved up and down in S4" increment.

• The growth chamber should have two shelves with light sources,minimum shelving/floor area of O.5m' /shelf (total I m') and the

-

Page 57 of97Name & Signature of Bidder with Seal

growing height of not less than 20 inches in each shelf(45 inchesor more when using single shelf),

• Light source should provide light by PAR controlled cool whitefluorescent light and incandescent lamps. Light/lamps should beproperly place to provide uniform light intensity over entireshelves. Additional sleeves/light filters should be included foreach shelf.

• It should have a minimum of 300 umoles/m2/s of light irradiancewith three ON/OFF light events on each tier.

• Holder used for tube light should be universal (compatible withdifferent color lights, which also should be available for quotedmachine).

• Control panel should have following features:o The control panel should be microprocessor based with minimum

50 programs to control light, temperature, humidity in the growthchamber.

o The number of output channels used for control of lighting eventsshould be 23 or more.

o There should be auto-start in case of power failure.o Dual experiment protection via integrated yet independent

temperature limit shutdown. Auto-restart when temperature insideis normal. Temperature low and high deviation alarm, (audio andvisual) ambient temperature monitoring.

o Programs should be configurable to run in real time or elapsedtime. It should have continuous, diurnal and multi-step programfeature.

o The growth chamber should work in 10 - 44°C temperatureconditions with temperature setting accuracy of 0.1 °C andtemperature uniformity at all temperature be ±0.5°C.

o Refrigeration should be provided with a self-contained air-cooledcondensing unit with hot gas bypass system for continuouscompressor operation. It should have solenoid valve andevaporator coil integrating with air circulation fans. No heatershould be used for temperature maintenance.Installation: I• Installation and commissioning of instrument is in the scopeof suppliers.Supplier should include catalogue/other such document insupport ofthe specifications of the instrument.Quotations, which do not include such supporting documents,may be rejected. Training, on operation and maintenance ofequipment at the purchaser'S siteInstrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-47 Nanofibre Technical Specifications: IElectro High Voltage:Spinning Unit • Inputvoltagerange:210-280VAC+I-

• Outputvoltagerange:0 ± 30 KVto 0± 60 KV(continuouslyvarying)• Outputcurrent:0-0.5 rnA to 0-1.0 rnA• Digital voltage and current monitoring• VoltageRegulation:I/IOKV• Overload trip- unit shut down if current exceeds 20% of the maximum

output current• Power requirement: 500 watt or less

, Spinning chamber

Page 58 of97Name & Signature of Bidder with Seal

• Foot Print: Not more than 1000mm x 800mm x 1900 mm

• Construction material: Stainless steel, aluminium & glass

• Electrical insulation: Epoxy coated

• Transparent glass windows on three sides for convenientlymonitoring the electrospinning process

• Inert atmosphere control «Optional)• Vacuum arrangement (Optional)• Inlet-outlet gas port for two inert gases• Temperature control and display upto 40°C or better

• Humidity display• Humidity control: (Optional)• Ventilation: Exhaust fan ventilation at the top of the hood which

can be connected to an exhaust inlet available at the customer'sfacility

• llluminating Light:20 Wx2 LED tubes• UV Light: I0- 50 watts• PID control interface

Syringe Pump: (Independent control Dual Channel)• Single syringe attachment with separate stepper drive unit• Infusion and withdrawal function optional• Volume, time and flow control• Acceptablesamplesyringe:2.5ml-60ml• Flowrate: 16fllthrto 630ml/hr• Control: programmableand PCcontroled• Maximum travel distance: 200mmCollector• Plate: Stainless steel with min size 250 x 175 x 3mm• DumCollector:• D= 100mm,50mm,25mm,15mm,6mm,4mm,2mm L=200mm• RPM:300 - 4000rpmcontinuouslyvariable• Actuator: Microprocessor controlled• PCbasedcontrolwithdocumentationof speedandduration

Spinneret• Singlenozzle• Co-axialnozzle{Teflonmadewithchangeableneedlegeometry)• Co-axial nozzle (Stainless steel arrangement with fixed needle

geometry)Linear stage

• X-Axis: Distance adjustment manual. Computer controlled preferred• Y-Axis: Programmable transverse motion as per following

specification:0 Oscillationspeed:adjustable0 Strokedistance:300mm0 Speed:Threespeedadjustment(Slow,Mediumand Fast)0 Z-Axis manual control optional

Spinning arrangement• Vertical spinning• Horizontal spinning• Solvent spinning• Vacuumspinning(Optional)• Melt spinning

Panel control:• Emergency stop• Main stop• UV lightarrangement• ExhaustOperation• Autocut high voltazewhiledoor is opened.

Page S9 or97Name & Signature of Bidder with Seal

Accessories

• Glass Syringes with spare needles: 3ml, 5ml and 1Omlone boxeach

• Glass Syringe with tube connector

• Foot pad: 1 number• Insulation pad: 1 number• Standard spinning samples• Chemical resistance tubing• TefloniPP connectors

Optional Item :• SpinningNozzle: 1• SpinningArea: 160·160·180mm• XV axis speed(Max):3000mm/min• Z axis speed(Max):200mm/min• Spinning/oscillationspeed:40-120mm/s

• Hot collectorsupport:Yes• Spinning collector material: Aluminium• XY axis positioning accuracy: 0.012mm• Z axis positioning accuracy: 0.004mm• Softwarelanguage:English• 3Ddesignsoftware:• File format:STL,OBJ, G-Code,etc.• UV CuringLamp:

lOW254nm UV light can be added on top of the rotatingcollector drum which helps to cure the spun fibersInstallation:

• Installation and commissioning of instrument is in the scope ofsuppliers.

• Supplier should include catalogue/other such document insupport ofthe specifications of the instrument.

• Training, on operation and maintenance of equipment at thepurchaser's site

• Instrument should be quoted for at least 3 year of comprehensivewarranty and local support along with service engineer stationednearby.

ECH-48 3D Printer • Technology: FFF(Fused Filament Fabrication) 1• Print Head: Dual• Build Volume: Dual - 195 x 270 x 300mm(7 x 10.6 x 11.8

inches)Single - 295 x 300 x 300mm(l1.6 x 11.8 x 11.8

inches)• Display: 5-inch Colour LED touch• Filament Diameter: 1.75• Layer Resolution: OAmm nozzle: 50-400 micron

0.8mm nozzle: 400-700 micron• Print Head Travel Speed: Up to 300mmlsec• Printing Speed: 60 to 200mmlsec• Print Bed Material: Glass + PC Sheet• Heated Bed: Max 100°C• Chamber Temperature: Max 70°C, • Build Plate Levelling: Auto levelling• Supported Materials: ABS, PLA, TPEE, Water-soluble, Tough

PLA, PETG, Nylon, Carbon Fiber• Travel Speed: 300 mm/s

Page 60 of97Name & Signature of Bidder with Seal

• Nozzle Diameter: 0.25mm, O.4mm, 0.6mm and 0.8mm• Nozzle Temperature: max 350°C

'. Accuracy: X/Y: 0.0125mm or better• Printing Materials: ABS I PLA I TPEE I Water-soluble! Tough

PLA I PETG I Nylon I "XYZ Carbon Fiberl "Metallic PLA('Need to use with Harden Steel Nozzle)

• Connectivity: USB Cable, USB Stick, Ethernet, Wi-Fi• Monitoring: Inbuilt Camera• Power Requirements: 100V - 240V 550W• Supplied Software's: 3D Printing host for slicing & Print

preparation software with and printer management• File Types: .STL, .OBJ, .PLYI .3CPI .NKG/. GCODE• Number of nozzles: 2 (Dual Nozzles). Must be capable of

printing materials from both nozzles• Extruder/Nozzle Temp: Up to 265 degrees Celsius or higher• Compatibility with 3rd party filaments: YES• Connectivity: Wi-Fi, USB, LAN/SD card• Filament Break Warning and Power off Resume: Yes• Bed levelling: Automatic• Heated Bed Material: Silicone• Body: Powder coated metal frame or equivalent• Working zone: Closed (with a view glass)Mode of Operation :

Batch! Continuous• Power Supply Input: 100-240V AC, 50/60Hz 230V• Power Supply Output: 24V DC, 600 W• Technical Certifications: CB/CE/FCC/RoHS

Accessories:• Licensed software, 3 kg Carbon fibre, ABS, and PLA Filament

with 1.75 mm diameter or as appropriate. 3D scanner, Computer,Printer and power backup

• 3D (Scanner specification):Scan Mode: Fixed Scan or Auto Scan or bothMode of Alignment: Manual or betterSingle Shot Accuracy: :;:0.0I++Minimum Scan Volume: 30x30x30mmMaximum Scan Volume: 700 x 700 x 700mmRange of Single Capture: min 200 XI50mmScan Speed: <8s I 2minPoint Distance: 0.17 mm toO.2mmFile Format: OBJ, STL, ASC, PLYCamera Resolution: Min 1.3Mega PixelsLight Source: 290 to 480 mm

• Computer specification:Processor: Intel Core i7 or betterRAM: min 8 GB, SSD-500GB, CD-ROM or DVD + RW drive,USB port, Wide Screen Monitor & Software supports for theequipment Operating System: Genuine Windows 10uitimatewith media and documentation and certificate of authenticity.Preloaded latest Licensed Antivirus SoftwarePrinter and power backup: Laser Printer Monochrome withduplex printing and LAN port along with 3 KVA UPS with IHrback up must be provided.

• Installation:• Installation and commissioning of instrument is in the scope of

suooliers.L_ _ _j_ _!..___ ~= ~_.~__Page 61 of97

Name & Signature of Bidder with Seal

--------------------------

• Supplier should include catalogue/other such document in 1-support of the specifications of the instrument.

I• Training, on operation and maintenance of equipment at thepurchaser's site I

• Instrument should be quoted for at least 3 year of Icomprehensive warranty and local support along with serviceengineerstationednearby.

ECH-49 DSLRCamera • Sensor type: CMOS• Resolution ; min 24.2 megapixels

• ISO Range : min 100-25600• LCD screen size : min 3.2 inch• Viewfinder Type: optical I electronic• Min Focal Length: 18 Millimeters• Min Optical Zoom: 7.7 X• Connector Type: Wifil Bluetooth• Battery Cell Composition: Rechargeable Lithium Ion with

battery charger• 18 GB Memory card• Camera should be equipped with HD Mic for voice recording• Supporting accessories like Tripod Stand, With carrying bag,

Hood, Front Cap, Rear Cap Case, and Strap for lens should beprovided with the instrument

• At least 3 year of comprehensive warranty on each component ofthe camera

• Camera should be supplied with three separate lens withfollowing specification:

0 One lens with 18-140mm focal-length range with minimumF/3.5-5.6 G ED and VR

0 Second lens with 70-300mm focal-length range with minimumwith f/4.5 fl4.5-6.3 G ED and VR

0 Third lens with min 5X optical zoom, 150-600 mm f/5-6.3,Angel of view: 16.4 - 4.1, filter size: 95 mm, min focusingdistance: 280 cmlll 0.2", minimum number of diaphragm blades:9, Min Aperture: f22, optical Stabilizer (OS), optimized HyperSonic Motor (HSM).

Page 62 of97Name & Signature of Bidder with Seal

CHAPTER 4CRITERIA FOR TECHNICAL EVALUATIONANDOUALIFICATION

Evaluation and Qualification

4.1 This Invitation for Bids is open to all Manufacturers/Authorized Dealers in response to thisNIT.

4.2 A copy of ISO - 9001 or higher certificate must be submitted along with the Technical Bid.4.3 Bids will be accepted only from the Manufacturers/Authorized Dealers of the item required.4.4 The bidding firm should have executed at least 3 (Three) similar projects in R&D

Institutions/Universities (List should be provided).4.5 Detail of Bidder/Firm/Company4.6 Address and Contact Details4.7 DD/Banker's Cheque for Tender Fee4.8 DDlBanker's Cheque for EMD4.9 Registration Certificate ofSSI Unit, ifany4.10 Self Declaration for unblemished record4.11 Copy of GST Registration Certificate4.12 GST Clearance Certificate4.13 Central Excise Registration Certificate4.14 Copy of PAN Card4.15 Copies of certificates of incorporation of the Firm/Registration of Partnership, Company,

Proprietary Certificate etc.4.16 Copies of Annual Turnover4.17 Audited Balance Sheets duly signed by CA for last three years4.18 Proof of manufacturing unit/general order suppliers and copies of two major supply orders

valuing more than Rs. 10.00 Lakh executed during the preceding two years for GO\t.depts.lPSUs/Universities/R&D Institutes/Central Autonomous bodies.

4.19 Dealership Certificate, if any4.20 Supporting document of infrastructure, if any4.21 Certificate issued under Rajasthan Shops and Establishment Act/Rules4.22 The tender is for supplyof Equipment under RUSA Programme 2.04.23 Submit Service Tax Certificate.

Page 63 of97Name& Signature of Bidder with Seal

CHAPTER-5

INSTRUCTIONS TO BIDDERS

5.1 GENERAL INSTRUCTIONS5.1.1 Abbreviations & Definitions:

The following definitions shall govern for the respective terms as hereinafter mentionedin this document:5.1.1.1 "Bidder" means any Individual. Sole Proprietor. Partnership Firm, Pvt. Ltd.

Company or Ltd Company who is participating in the Tender.5.1.1.2 "Tendering Authority" means The Registrar, University of Rajasthan, Jaipur

or any Officer or competent authority of University of Rajasthan, Jaipur whohas been authorized to issue a work order under this contract

5.1.1.3 "Firm/Company" shall mean the successful bidder to whom the contract hasbeen awarded and with whom the Tendering Authority signs the contract forrendering of goods and services.

5.1.1.4 "Contract period" means the agreement entered into between the TenderingAuthority and the Firm/Company, as recorded in the document signed by theparties, including all the attachments and appendices there to, and all documentsincorporated by reference therein;

5.1.1.5 "The Goods" means all the material! services, which the Firm/Company isrequired to supply to the Tendering Authority under the Contract;

5.1.1.6 "Services" means services ancillary to the Scope of Work hereinabove,transportation. any other incidental services and other obligations of theFirm/Company covered under the Contract;

5.1.1.7 "The Contract Price" means the price payable/receivable to the SuccessfulBidder under the Contract for the full and proper performance of its contractualobligations;

5.1.1.8 "working/Business Day" means a working day.5.1.1.9 "University" means University of Rajasthan, Jaipur.5.1.1.10 "EMD" means Earnest Money Deposit.5.1.1.11 "SO" means Security Deposit.

5.1.2 The Bidder is expected to have read and examined all the instructions, forms, terms &conditions and specifications in the Tender Document with full understanding of itsimplications. Failure to furnish all information required in the Tender document orsubmission of bid not substantially responsive to the Tender Document in every respectwill be at the Bidder's risk and may result in outright rejection of the bid.

5.1.3 Terms & conditions contained in GF&AR Part-II and Rajasthan Transparency inpublic procurement act, 2012 and the Rajasthan Transparency in public procurementrules, 2013 shall also apply.

5.2 PERIOD OF CONTRACTThe contract shall be initially for a period of one year on case-to-case basis from the date ofissuance of Letter of Award. However, the contract may be renewed further as perprocurement rules on the basis of performance of work provided that both parties agreed onmutual terms and conditions as specified in the contract.

5.3 ELIGIBILITY CRITERIA5.3.1 Only those bidders who fulfill the eligibility criteria mentioned in Chapter-4 are

eligible to RESPOND. Offers received from the bidders who do not fulfill all or anyof the following eligibility criteria are liable to be rejected.

5.3.2 The bidder must comply with all the above mentioned criteria. Non-compliance ofany of the criteria will entail rejection of the offer summarily.

5.3.3 Photocopies of relevant documents/certificates should be submitted as proof msupport of the claims made.

Page 64 of97Name & Signature of Bidder with Seal

- - -------------

5.3.4 The tendering authority reserves the right to verify/evaluate the claims made by theFirm/Company independently.

5.4 COST OF TENDER DOCUMENTThe Bidder shall deposit Rs. 2500/- (Rupees Two Thousand Five Hundred Only) being thecost of the tender document. It can be done by way of a Demand Draft! Banker's Chequefavoring The Registrar, University of Rajasthan, Jaipur, payable at Jaipur. Tender documentcan be downloaded from the site http://www.uniraj.ac.in.ihttp://sppp.raj.nic.inIt is an absolute must that the cost of tender document is paid as directed; otherwise the offershall stand summarily rejected and no correspondence in this matter shall be entertained.

5.5 COST OF BIDDINGThe Bidder shall bear all costs associated with the preparation and electronically submission ofits tender and the Tendering Authority shall in no case be responsible or liable for these costs,regardless of the conduct or outcome of the tendering process.

5.6 BIDDING DOCUMENT5.6.1 The Bidder is expected to examine all instructions, forms, terms and

specifications in the bidding document. Failure to furnish all information requiredby the bidding documents or submission of a bid not substantially responsive to thebidding documents in every respect shall be at the Bidder's risk and may result inrejection of the bid. The tender offer is liable to be rejected outrightly without anyintimation to the Bidder if complete information as called for in the tender document isnot given therein, or if particulars asked for in the FormsiPerforma in the tender arenot fully furnished.

5.6.2 A Prospective Bidder requiring any clarification in the Tender document may notifythe Tendering Authority in writing or by mail at the mailing address as indicated. TheTendering Authority will respond in writing or by mail to any request for clarificationof the Tender Document received not later than 2 days prior to the last date lor thereceipt of bids prescribed Written copies of the response (including an explanation ofthe query but without identifying the source of enquiry) may be sent to all prospectivebidders who have received the Tender.

5.7 AMENDMENT OF BIDDING DOCUMENT5.7.1 At any time prior to the deadline for submission of bids, the Tendering Authority may,

for any reason, whether on its own initiative or in response to the clarificationrequested by a prospective bidder, modify, change, incorporate or deletecriteria/conditions in the bidding document.

5.7.2 All prospective bidders who have received the bidding documents shall be notified ofthe amendment in writing and the same shall be binding on them.

5.7.3 In order to allow prospective bidders reasonable time to take into consideration theamendments while preparing their bids the Tendering Authority, at its discretion, mayextend the deadline for the submission of bids.

5.S NON TRANSFERABLE BIDThe tender document is not transferable.

5.9 REJECTION OF BIDSThe University of Rajasthan, Jaipur reserves the right to accept / reject / release orrelax any or all or part of the bids received on the due date without assigning anyreason, whatsoever.

5.10LANGUAGE OF BIDSThe bid prepared by the Bidder, as well as all correspondence and documents relating to thebid exchanged by the Bidder and the Tendering Authority shall be in Hindi or English.Wherever the correspondence is not in Hindi, English, requisite translation shouldbe attached, and the English version shall prevail in case of dispute.

Page 65 of97Name & Signature of Bidder with Seal

5.11 BID FORMThe Bidder shall complete the Bid Form as mentioned herein Format-l to 7 whereverapplicable.

5.12 BID CURRENCYPrices shall be quoted in Indian Rupees only. The bidders are advised not to indicate anyseparate discount. Discount, if any, should be merged with the quoted prices.

EARNEST MONEY DEPOSIT (EMD)5.12.1.1 Bidders are required to submit the bank DDlBanker's Cheque only (without

interest) of appropriate amount EMD valid for three months from the date of issue.as Earnest Money Deposit. This Demand Draft must be drawn in the name ofRegistrar, University of Rajasthan, Jaipur payable at Jaipur. Offers made withoutEarnest Money Deposit shall be rejected. For SS! Units registered in Rajasthanpartial exemption will be accorded as per The Rajasthan Transparency in PublicProcurement Rules 2013.

5.12.2 The earnest money/ security deposit lying with Department/office in respect of othertenders awaiting approval or rejected or on account of contracts being completed willnot be adjusted towards earnest money/ security money for the fresh tenders. Theearnest money may however, be taken into consideration in case tenders are re­invited.

5.12.3 Unsuccessful Bidder's Earnest Money Deposit shall be discharged! returned within 30days after the expiration of the period of Tender Offer validity prescribed in thistender.

5.12.4 The successful Bidder's Earnest Money Deposit shall be discharged upon the Bidderexecuting the Contract Form and furnishing the Performance Security / SecurityDeposit.

5.12.5 The Earnest Money Deposit shall be forfeited and Bid shall be rejected:a) If a Bidder withdraws its Bid during the period of bid validity specified by

the Bidder on the Bid form orb) In case ofa successful Bidder, if the Bidder fails:

i. To sign the contract form in accordance with the terms and conditions.ii. To furnish performance security/security deposit as specified in this

tender.iii. To execute the agreement if any, within time.iv. To execute the supply/work order, within time prescribed.

5.13 SUBMISSION OF BID5.13.1 The Bid shall comprise of only one packet containing Covering Letter, cost of tender

document, EMD and processing fees.

5.13.2 TECHNICAL BIDA. Online technical BID shall contain the scanned self attested copies of followingdocuments.

Original copies shall be kept ready at the time of opening of the tender.The list of documents to be submitted for Technical Offer is as follows

1. Details of Bidder/ Firm/ Company2. Demand Draft/Banker's Cheque for EMD,Tender Fee3. Tender offer form duly filled in.4. Self attested registration certificate of SSI along along with required Declaration. if

applicable for Bidders claiming Partial Exemption (submitted to the office ofRegistrar, University of Rajasthan, Jaipur).

5. Ten ..Ier FOI'mand Undertaking6. Self Declaration for unblemished record (Notarized Affidavit)7. Registration Certificates

i. GST Registration Certificate from concerned Government Department GST

Page 66 of97Name& Signature of Bidder with Seal

Clearance Certificate Challan from concerned Government Department as on 1srApril,2018.

ii. Central Excise RegistrationCertificateiii. Copy ot'the PAN Card.iv. Copies of Certificate of incorporation of the firm (e.g. Registration as

Partnership Firm, Proprietary concern, Company etc.)v. Copy of Service Tax Registration Certificate.

8. Financial & Infrastructurea) Copies of its audited financial statements for past three yearsb) Supporting documents of Technical Infrastructure.

B. The Technical Bid shall be complete in all respects and contain all information asked for,except prices. It shall not contain any price information. The Technical Bid shall indicatewhether all services asked are quoted for and that all requirements therefore are alsoquoted for. No documents, brochures, etc. shall be submitted in loose form.

C. All documents submitted along with Tender should be certified by the GazettedOfficer.

D. Language of Proofs: In case any of the Documents submitted is in a language other thanHindi or English, a certified copy of translation of the same in Hindi or English should beenclosed and the translation should also be certified by the professional who hasotherwise certified the said proofs.

5.13.3 COMMERCIAL BID5.13.3.1 The Commercial bid shall be on fixed price basis, inclusive of

all taxes. There should be no hidden charges. Price quotationaccompanied by vague and conditional expressions such as "Subject toimmediate acceptance", "Subject to confirmation" etc. shall be treated as

, being at variance & shall be liable for rejection.5.13.3.2 Rajasthan State Entry Tax @ as applicable will be deducted from the

Bills of Bidders located outside Rajasthan and deposited in accordance withthe Rajasthan Entry Tax Act.

5.13.3.3 Commercial Bid shall be submitted in DECLARAnON OF PRICESCHEDULE (Format-7) only.

5.13.4 All above mentioned documents should be under the name & address of premiseswhere quoted items are actually manufactured.

5.13.5 Tender will be liable for outright rejection if-- Any rates are disclosed in Technical Bid.- Any discount I special offers are made in Technical Bid.

5.13.6 Tender form shall be typed or filled in ink. Tender filled in with carbon pencil shall notbe considered.

5.13.7 The Bidder shall sign the tender form on each page and at the end of tender document intoken of acceptance of all the term and conditionsof the tender.

5.14 SIGNING OF BIDSAny interlineations, erasures or overwriting shall be valid only if the person or personssigning the bid, attesting them.

5.15 COMPLETENESS OF BIDSThe bid shall be summarily rejected if all or any of the above mentioned documents are notsubmitted with technical bid.

5.16 ERASURES OR ALTERATIONSOffers containing erasures or alterations shall not be considered. There should be noHandwritten Material, corrections or alterations in the offer. Technical details must becompletely filled in. Filling up of the Technical Detail Form using terns such as "OK",

Page 67 of97Name & Signature of Bidder with Seal

"Accepted", "Noted"," As given in brochure/Manual" is not acceptable. The purchaser maytreat offers not adhering to these guidelines as unacceptable.

5.17 DEADLINE FOR SUBMISSION OF BIDS5.17.1 For Submission of tender, bidder must complete the bid submission stage as per

schedule of the tender. The bidders should ensure that their tender is correctly preparedand then submitted before the expiry of the scheduled date and time. In the event of thespecified date for the submission of Bids being declared as a holiday to the TenderingAuthority, the bids shall be received up to the appointed time on the next workingday.

5.17.2 The Tendering Authority may, at its discretion, extend this deadline for submission ofbids, in which case all rights and obligations of the Tendering Authority and Bidderssubject to the deadline shall thereafter be subject to the deadline as extended.

5.18 LATE BIDSNo delay on account of any cause will be entertained.

5.19 WITHDRAWAL OF BIDS5.19.1 The Bidder may withdraw the Bid after the submission, provided that written notice

of the withdrawal is received by the Tendering Authority prior to the deadlineprescribed for submission of bids.

5.19.2 No hid may be withdrawn in the interval between the deadline for submission of bidsand the expiration of the period of the bid validity specified by the Bidder on the BidForm. Withdrawal of a bid during this interval shall result in the Bidder's forfeiture ofits bid security and the offer shall stands automatically rejected.

5.20 PERIOD OF VALIDITY OF OFFER5.20.1 Bids shall be valid for acceptance for a period of 90 days from the date of opening

of Technical Bid.5.20.2 In exceptional circumstances, the Tendering Authority may solicit the Bidder's

consent to an extension of the period of validity. The request and the responsesthereto shall be made in writing and shall be binding.

5.21 EVALUATION COMMITTEEThe Technical and Commercial Committee constituted by the Vice-Chancellor, University ofRajasthan, 'Jaipur, shall evaluate the Tenders. The decision of the Vice-Chancellor,University of Rajasthan in the evaluation of the Technical and Commercial bids shall befinal.

5.22 OPENING OF BIDS5.22.1 Immediately after the closing time and/or at any time and date specified thereafter, the

Bid Opening Committee shall open the bids as per the schedule.5.22.2 The technical bids shall be opened and listed for further evaluation. The Bidder's

names, bid modifications or withdrawals, the presence or the absence of requisiteEarnest Money Deposit and such other details as the Tendering Authority, at hisdiscretion, may consider appropriate, shall be announced at the time of opening.

5.22.3 The commercial bids shall not be opened till the completion of evaluation oftechnical bids.

5.22.4 Bids shall be opened either in the presence of bidders or it's duly authorizedrepresentatives, whoever wish to be present.

5.22.5 The bidder representatives who are present shall sign a register evidencing theirattendance. Only one representativeper applicant shall be permitted to be present at thetime of opening the tender.

5.22.6 The Tendering Authority may at its discretion discuss with the Bidder(s) to clarify

Page 68 of97Name & Signature of Bidder with Seal

- ------

contents of their commercial offer.5.22.7 The Tendering Authority shall negotiate with the lowest bidder so as to meet its

expectation of a cost effective sustainable and economically promising solution. If thenegotiation with lowest Bidder fails, the same shall be rejected and negotiation thenshall be done with second lowest Bidder.

5.22.S Negotiations:-

a) Except in case of procurement by method of single source procurement or procurement bycompetitive negotiations, to the extent possible, no negotiations shall be conducted after thepre-bid stage. All clarifications needed to be sought shall be sought in the pre-bid stageitself.

b) Negotiations may, however, be undertaken only with the lowest or most advantageousbidder when the rates are considered to be much higher than the prevailing market rates.

c) Tendering Authority shall have full powers to undertake negotiations. Detailed reasons andresults of negotiations shall be recorded in the proceedings.

d) The lowest or most advantageous bidder shall be informed in writing either throughmessenger or by registered letter and e-mail (if available). A minimum time of seven daysshall be given for calling negotiations. In case of urgency the Tendering Authority afterrecording reasons, may reduce the time, provided the lowest or most advantageous bidderhas received the intimation and consented to regarding holding of negotiations.

e) Negotiations shall not make the original offer made by the bidder inoperative. TheTendering Authority shall have option to consider the original offer in case the bidderdecides to increase rates originally quoted or imposes any new terms or conditions.

f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder,the Tendering Authority may choose to make a written counter offer to the lowest or mostadvantageous bidder and if this is not accepted by him, the committee may decide to rejectand re-invite Bids or to make the same counter-offer first to the second lowest or mostadvantageous bidder, then to the third lowest or most advantageous bidder and so on in theorder of their initial standing and work! supply order be awarded to the bidder whoaccepts the counter-offer. This procedure should be used in exceptional cases only.

g) In case the rates even after the negotiations are considered very high, fresh Bids shall beinvited.5.22.9 The Tendering Authority reserves the right to open Commercial Bid even if one

Bidder qualifies the Technical Bid or only one Bid is received in response to theTender Notice. However in the case of one Bid the power to negotiate with the Bidderwill be reserved with the Tendering Authority as per Rajasthan Transparency in publicprocurement Rules 2013.

5.23 CLARIFICATION OF BIDSDuring evaluation of bids, the Bid Opening Committee may, at its discretion, ask the Bidder fora clarification of its bid. The request for a clarification and the response shall be in writing andno change in prices or substance of the bid shall be sought, offered or permitted.

5.24 SCRUTINY OF THE BID5.24.1 Preliminary scrutiny shall be made to determine whether bids are complete, whether

any computational errors have been made, whether required EMD has beenfurnished, whether the documents have been properly signed.

5.24.2 Prior to the detailed evaluation, the Bid Opening Committee shall determine thesubstantial responsiveness of each bid. For purposes of these clauses, a substantiallyresponsive bid is one, which conforms to all the terms and conditions of the biddingdocuments without material deviations.

5.24.3 If a bid is not substantially responsive, it shall be rejected by the Tendering Authorityand shall not subsequently be made responsive by the bidder by correction of thenonconformity.Technical bid shall be evaluated in the following sub -steps:-

Page 69 of97Name& Signature of Bidder with Seal

Firstly, the documentation furnished by the Bidder shall be examined prima facie tosee if the technical skill base and financial capacity and other Firm/Companyattributes claimed therein are consistent with the needs of this project.In tile second step, the Tendering Authority may ask the bidders for additionalinformation, visit the Bidders site and/or arrange discussions with their professional,technical faculties to verify claims made in technical bid document. If it is found thatthe documents submitted by the bidder are not compatible with the actual situation atsite, or if the document supplied by the bidder are found to be fraudulent ormisrepresenting the facts, it shall render the bidder ineligible for further participation inthe tender process. The decision of the Tendering Authority in this regard shall befinal and binding on the bidder and cannot be challenged.In tbe tbird step, the Tendering Authority may ask the prospective bidders for thepresentation regarding Technical Capability of the Bidders and understandingregarding the Project.

5.25 SELECTION PROCEDURE5.25.1 The Technical evaluation shall be done by a Committee, constituted by the Vice­

Chancellor, University of Rajasthan, Jaipur.5.25.2 Bids shall be evaluated on both technical and commercial criteria. The information

furnished by the Bidders in the Technical Bid and presentation of the Bidder shall bethe basis for technical evaluation.

5.25.3 Each proposal will be evaluated according to the following criteria:I. Company's/Firm's Profile2. Company's/Firm's exposure and experience with Government

Organizationsl Public Sectorl Public sector undertakings and Departments,5.25.4 The decision of the evaluation committee in the evaluation of the technical bids shall

be final. No correspondence will be entertained outside the process ofnegotiation/discussion with the tendering authority.

5.26 CONTACTING THE TENDERING AUTHORITY5.26.1 No Bidder shall contact the Tendering Authority in any matter relating to its

bid; from the time of the bid opening to the time the contract is awarded. If hewishes to bring additional information to the notice of the Tendering Authority,he should do so in writing. The Tendering Authority reserves the right as towhether such additional information should be considered or otherwise ..

5.26.2 Any effort by a Bidder to influence the Tendering Authority in its decision on bidevaluation, bid comparison or contract award may result in disqualification of the

Bidder's bid and also forfeiture of his EMD amount.5.27 CORRUPT, FRAUDULENT PRACTICES AND MISREPRESENTATION

5.27.1 The Tendering Authority requires that the bidders/suppliers/Firm/Companies underthis tender observe the highest standards of ethics during the procurement andexecution of such contracts.

5.27.2 For the purposes of this provision, the terms defined for CORRUPT, FRAUDULENTPRACTICES AND MISREPRESENTATION will be as per Law.

5.27.3 The Tendering Authority shall reject a proposal for award if it determinesthat the Bidder recommended for award has engaged in corrupt or fraudulentpractices in competing for the contract in question.

5.27.4 The Tendering Authority shall declare a firm ineligible, either indefinitely or for astated period of time, ifit at any time determines that the firm has engaged in corruptand fraudulent practices in competing for, or in executing, a contract.

5.28 NOTIFICATION OF AWARDUpon the successful bidder's furnishing of Performance Security ISecurity Deposit. theTendering Authority shall promptly notify each unsuccessful bidder and shall dischargetheir Bid security.

Page 70 of97Name & Signature of Bidder with Seal

5.29 ACCEPTANCE OF BIDSThe Tendering Authority does not bind itself to accept the lowest or any other Tender.The Tendering Authority reserves the rights to accept anyone Tender or reject allTenders.

5.30 PERFORMANCE SECURITY AND SIGNING OF CONTRACT5.30.1 Within Three (03) days of the receipt of notification of award from the

Tendering Authority, the successful Firm/Company shall furnish thePerformance Security/ Security Deposit in accordance with the Conditions ofContract, in the performance security/ Security Deposit form provided in thisdocument or in another form acceptable to the Tendering Authority.

5.30.2 The Performance Security/ Security Deposit shall be denominated in IndianRupees and shall be in the form of a Demand Draft/Banker's Cheque/FDRissued by a nationalized /scheduled bank located in India acceptable to theTendering Authority in the form provided in the bidding documents.

5.30.3 The Performance Security/ Security Deposit shall be discharged by theTendering Authority and returned to the Firm/Company after the expiry of thecontract period/extension period/warranty/guarantee period.

5.30.4 Failure of the successful bidder to sign the contract (Format-5), proposed inthis document (Conditions of Contract) and as may be modified, elaborated oramended through the award letter, shall constitute sufficient grounds for theannulment of the award and forfeiture of the bid security, in which event theTendering Authority may make the award to another bidder or call for new bids.

5.31 BINDING CLAUSEAll decisions taken by the Tendering Authority regarding the processing of thistender and award of contract shall be final and binding on all parties concerned. TheTendering Authority, reserves the right-

- To vary, modify, revise, amend or change any of the terms and conditions in thisBid;

- To reject any or all the tender/s without assigning any reason whatsoeverthereof or to annul the bidding process and reject all bids at any time prior toaward of contract, without thereby incurring any liability to the affectedbidder(s) or any obligation to inform the affected bidder(s) of the grounds for suchdecision.

5.32 CONDITIONAL TENDERHypothetical, ambiguous or Conditional tenders shall be summarily rejected.

5.33 INTERPRETATION OF THE CLAUSESIn case of any ambiguity in the interpretation of any of the clauses in Tender Documentor the Contract Document, the Tendering Authority's interpretation of the clauses shall befinal and binding on all parties.

5.34 SECURITY DEPOSIT / PERFORMANCE GUARANTEE5.34.1 The successful Firm/Company shall furnish Security Deposit as a

Performance Guarantee of 5% (Five Percent) of the total value of purchaseorder in the form of DD/BC/FDR in the name of Registrar, University ofRajasthan, Jaipur for the contract within Three days of the receipt of notif cationof award/ Letter of intent from the Tendering Authority. This bank guaranteeshould remain valid for a period of one year beyond the contract period. Onextension of the contract the successful Firm/Company shall have to extendthe validity of this SD for the period for which extension has been awarded.This extended SD should also remain valid for a period of one year beyond theperiod of which extension has been granted.

5.34.2 For SSI Bidders registered in Rajasthan Security Deposit will be 1%.5.34.3 If the Firm/Company fails to complete the Contract, The Registrar. University

Page 71 of97Name& Signature of Bidder with Seal

of Rajasthan, Jaipur shall have the right to cancel the order in full or part,forfeiting the Performance Security and the balance payments, if any.

5.35 DELIVERY5.35.1 Delivery is at the various Dept./Centre/Colleges University of Rajasthan, JLN Marg,

Jaipur within the stipulated time mentioned in the purchase order. In case of deliveryis fare not made in time, the University reserves the right to cancel the order withoutany liability of any loss incurred in the transition/delivery.

5.35.2 Only in case where the situation or cause is not under the control of bidder likestrike, riot, war, fire & earthquake etc. the University may consider taking thedelivery of the purchase order at its option.

5.35.3 The University has right to defer delivery on any or every item mentioned in thepurchase order by giving oral notice to the bidder (which may be Confirmed later onin writing).

5.35.4 The bidder should ensure the good quality packing of the items mentioned in thepurchase order and safe delivery to the University.

5.35.5 The University will not bear the loss or damage under any circumstances due todamage/ breakage of articles in the transit. The cost of the damage/brokenarticles would be deducted from the bill.

5.35.6 The University has right to amend the order and no claim will be allowed to bidderarising on this account.

5.35.7 If the University deems fit to inspect/test the Items by its authorized person, the costof the same will be borne by the bidder.

5.35.8 Any item of the purchase order if found defective or not found as per thespecification as per the bidder's form, the University has right to cancel the order.

5.35.9 After the completion of the supply/purchase order, the bidder shall have to submitthe bill in triplicate duly pre-receipted to the University along with the certificatethat the supply is/are as per the bidder's form.

5.36 PAYMENT TERMSThe payment shall be made as per the Schedule mentioned in Chapter- 7 Para 7.1.

5.37 CONFIDENTIALITY5.37.1 Any information and data pertaining to the University or any other agency

involved in the Contract matter concerning University of Rajasthan, Jaipur orwith the agency that comes to the knowledge of the Firm/Company inconnection with this contract shall be deemed to be confidential and theFirm/Company shall be fully responsible for the same being kept confidentialand held in trust, as also for all consequences of its concerned personnelfailing to do so. The Firm/Company shall ensure due secrecy of informationand data not intended for Public distribution.

5.37.2 The affidavit on the following format to that effect should be submitted along withSecurity Deposit on appropriate Non judicial Stamp Paper duly attested by PublicNotary:- "Certified that any information and data pertaining to the Universityof Rajasthan , Jaipur or any other agency involved in the Contract or matterconcerning University of Rajasthan, Jaipur or with the agency that comes to theknowledge of the Firm/Company in connection with this contract will bedeemed to be confidential and I /we are fully responsible for the same beingkept confidential and held in trust, as also for all consequences of I / ourpersonnel failing to do so. Also it is certified that I / we will maintain duesecrecy of information and data will not be intended for Public distribution."

5.37.3 Notwithstanding anything contained in this Tender document but subject to theprovisions of any other law for the time being in force providing for disclosure ofinformation, a procuring entity shall not disclose any information if such disclosure,in its opinion, is likely to: -

Page 72 of97Name & Signature of Bidder with Seal

- impede enforcement of any law;affect the security or strategic interests of India;

- affect the intellectual property rights or legitimate commercial interests ofbidders;affect the legitimate commercial interests of the procuring entity in situationsthat may include when the procurement relates to a project in which theprocuring entity is to make a competitive bid, or the intellectual property rightsof the procuring entity.

5.37.4 The procuring entity shall treat all communications with the selected bidder relatedto the procurement process in such manner as to avoid their disclosure to any otherperson not authorized to have access to such information.

5.37.5 The procuring entity may impose on the selected bidder and Firm/Company, if thereare any for fulfilling the terms of the procurement contract, conditions aimed atprotecting information, the disclosure of which violates (a) above.

5.37.6 In addition to the restrictions specified above, the procuring entity, while procuring asubject matter of such nature which requires the procuring entity to maintainconfidentiality, may impose condition for protecting confidentiality of suchinformation.

5.38 SPECIAL CONDITIONS TO THIS CONTRACT5.38.1 It shall be deemed that the bidder has got fully acquainted with the scope of

the work, working and other prevalent conditions and fluctuations theretowhether they actually visited the site/area or not and have taken all the abovefactors into account while quoting his rates.

5.38.2 The quantity indicated in the tender is mere estimates and is intended to give anidea to the prospective bidders to enable them to decide whether they willundertake to supply the article to University on most competitive rates. Thefigures indicated in the tender do not constitute any commitment on the partof the University to purchase any of the articles in the quantity shown thereinagainst each or in any quantity whatsoever. It is further made clear that theUniversity does not bind itself to purchase all or any quantity mentioned in thetender and no objection against the quantity of the indent of approved itembeing more or less than the approximate quantity will be entertained andshall not be acceptable as a ground for non supply on the quantity indented.

5.38.3 The University of Rajasthan, Jaipur may extend the original contract ofFirm/Company, subject to original Terms & conditions for a period deemedfit by him, but not exceeding one year, on mutual consent.

5.38.4 The contract for the supply can be repudiated at any time by University ofRajasthan, Jaipur, if the supplies/services are not made to his satisfaction aftergiving an opportunity to the bidder being heard and after reasons forrepudiation being recorded by him in writing.

5.39 SUPPLY CRDERS5.39.1 All the supply orders will be placed to the Firm/Company through Official Letter/ E­

mail/ Messenger and the date of Office Order will be treated as the date of order forcalculating the period of execution. The Firm/Company shall have to execute allorders within specified time in said order.

5.39.2 The data including the images collected by the firm shall be the property of theUniversity of Rajasthan, jaipur.

5.39.3 The University has rights to amend the supply order and no claim will be allowedfrom bidder arising on this account.

5.39.4 Any item of the supply order, if found defective or not found as per thespecifications mentioned in the bidder's form, the University has rights tocancel the order.

Page 73 of97Name & Signature of Bidder with Seal

5.40 HANDING OVER OF WORKSThe Firm/Company shall be bound to hand over the works executed under thecontract complete in all respect to the satisfaction of the Tendering Authority. TheTendering Authority shall determine the date on which the work is considered to havebeen completed. The Tendering Authority shall determine from time to time, the dateon which any particular section of the work shall have been completed, and theFirm/Company shall be bound to observe any such determination of the TenderingAuthority

5.41 COMMITTEE FOR SUPERVISIONThe Tendering Authority will be at liberty to set up a Committee to supervise allservices in all the areas mentioned above. The directions of such committees withregard to all the general services, even if other than those mentioned in this Tender.would be binding on the Firm/Company for compliance

5.42 SUB-CONTRACTThe Firm/Company shall not assign or subcontract the assignment or any part thereof to anyother Firm/Company except with the prior consent in writing of the Tendering Authorityand provided the University shall have specifically approved such other Firm/Company TheUniversity may in its sole discretion and without assigning any reason refuse to give suchconsent.

5.43 COST & LANGUAGE OF BIDDING5.43.1 The Bidder shall bear all costs associated with the preparation and submission of its

Bid, and the procuring entity shall not be responsible or liable for those costs,regardless of the conduct or outcome of the bidding process.

5.43.2 The Bid, as well as all correspondence and documents relating to the Bid exchangedby the Bidder and the procuring entity, shall be written only in Hindi or EnglishLanguage. Supporting documents and printed literature that are part of the Bid maybe in another language provided they are accompanied by an accurate translation ofthe relevant passages in English/ Hindi language, in which case, for purposes ofinterpretation of the Bid, such translation shall govern.

5.44 ALTERNATIVE/ MULTIPLE BIDSAlternative/ Multiple Bids shall not be considered at all.

5.45 CORRECTION OF ARITHMETIC ERRORS IN FINANCIAL BIDThe bid evaluation committee shall correct arithmetical errors in financial bid, on the

following basis, namely:if there is a discrepancy between words and figures, the amount in words shall prevail,unless the amount expressed in words is related to an arithmetic error, in which case theamount in figures shall prevail subject to clause (a) and (b1of Rule 64.

5.46 NEGOTIATIONS5.46.1 Negotiations may be undertaken with the selected bidder when the rates are

considered to be much higher than the prevailing market rates.5.46.2 The bid evaluation committee shall have full powers to undertake negotiations.

Detailed reasons and results of negotiations shall be recorded in the proceedings.5.46.3 Negotiations shall not make the original offer made by the bidder inoperative. The

bid evaluation committee shall have option to consider the original offer in case thebidder decides to increase rates originally quoted or imposes any new terms orconditions.

5.46.4 In case the rates even after the negotiations are considered very high, fresh bids shallbe invited.

Page 74 of97Name& Signature of Bidder with Seal

5.47 PROCURING ENTITY'S RIGHT TO ACCEPT OR REJECT THE BIDThe Procuring entity reserves the right to accept or reject the bid, and to annul (cancel) thebidding process and reject the bid at any time prior to award of contract, without therebyincurring any liability to the selected bidder.

5.48 RIGHT TO VARYQUANTITYDuring execution of the Contract, the quantity of servicesl itemsl goods originally specifiedin the bidding document may be increased or decreased, without any change in the unitprices or other terms and conditions of the bid and the bidding documents.

5.49 FORFEITURE OF PERFORMANCE SECURITY5.49.1 Forfeiture of Security Deposit: Security amount in full or part may be forfeited,

including interest, if any, in the following cases:- When any terms and condition of the contract is breached.- When the bidder fails to make complete supply satisfactorily.- if the bidder breaches any provision of code of integrity, prescribed for bidders,

specified in the Tender Document.5.49.2 Notice will be given to the bidder with reasonable time before SO deposited is

forfeited.5.49.3 No interest shall be payable on the SO.

5.50 EXECUTION OF AGREEMENT5.50.1 A procurement contract shall come into force from the date on which the letter of

acceptance or letter of intent is dispatched to the selected bidder.5.50.2 The selected bidder shall sign the procurement contract within 03- days from the

date on which the letter of acceptance or letter of intent is dispatched to thesuccessful bidder.

5.50.3 If the bidder, whose bid has been accepted, fails to sign a written procurementcontract or fails to furnish the required performance security within specified period,the procuring entity shall take action against the successful bidder as per theprovisions of the tender document and The Rajasthan Transparency in PublicProcurement Act, 2012and Rules, 2013.

5.50.4 The bidder will be required to execute the agreement on a non-judicial stamp ofspecified value at its cost and to be purchase from anywhere in Rajasthan only.

5.51 CANCELLATIONOF PROCUREMENT PROCESSIf any procurement process has been cancelled, it shall not be reopened but it shall notprevent the procuring entity from initiating a new procurement process for the same subjectmatter of procurement, if required.

5.52 CODE OF INTEGRITYAny person participating in a procurement process shall act in contravention of the code ofintegrity prescribed by the State Government (Rule 80 of The Rajasthan Transparency inPublic Procurement Rules, 2013).

5.53 BREACHOF CODE OF INTEGRITY BYTHE BIDDERWithout prejudice to the provisions of Chapter IV of the Rajasthan Transparency in PublicProcurement Act, 2012, in case of any breach of code of integrity by Bidder, the procuringentity may take appropriate action in accordance with the provision of the Sub-section (3)of Section 11 and Section 46 of the act.

5.54 GRIEVANCEHANDLINGPROCEDURE DURINGPROCUREMENT PROCESSAny grievance of a bidder pertaining to the procurement process shall be by way of filing anappeal to the First and Second Appellate Authority, as the case may be, in accordance withprovisions of Chapter III of the Act and Chapter VII of the rules and as given inAppendix 'A' to this document. First appellate authority will be Vice Chancellor ofUniversity of Rajasthan.

5.55 CONFLICT OF INTERESTA Conflict of Interest is considered to be a situation in which a Party has interests that could

Page 75 of97Name& Signature of Bidder with Seal

improperly influence that Party's performance of official duties or responsibilities,contractual obligations, or compliance with applicable laws and regulations (See rule 81).

5.56 LEGAL JURISDICTIONAll legal disputes are subject to the jurisdiction of Jaipur city courts only.

Page 76 of97Name & Signature of Bidder with Seal

Annexure A : Compliance with the Code of Integrity and No.Conflict oflnterestAny person participating in a procurement process shall-

(a) Not offer any bribe, reward or gift of any material benefit either directly or indirectly inexchange for unfair advantage in procurement process or to otherwise influence theprocurement process.

(b) Not misrepresent or omit that misleads attempts to mislead so as to obtain a financial orother benefit or avoid an obligation;

(c) No indulge in any collusion, Bid rigging or anti-competitive behavior to impair thetransparency, fairness and process of the procurement process;

(d) Not misuse any information shared between the procuring Entity and the Bidders with andintent to gain unfair advantage in the procurement process;

(e) Not indulge in any coercion indulge impairing or harming or threatening to do the same,directly or indirectly, to any party or to its property to influence the procurement process;

(f) Not obstruct any investigation or audit of a procurement process;(g) Disclose contlict of interest, if any and(h) Disclose any previous transgressions with any Entity in India or any other country during

the last three years or any debarment by any other procuring entity.Contlict of Interest-Conflict oflnterest:-The Bidder participating in a bidding process must not have a Contlict of Interest.A Contlict of Interest is considered to be a situation in which a party has interest that couldimproperly influence that party's performance of official duties of responsibilities,contractual obligations, or compliance with applicable laws and regulations.I. A Bidder may be considered to be in a Conflict of Interest with one or more parties in a

bidding process if, including but not limited to:a. Have controlling partners/shareholders in common; orb. Receive or have received any direct or indirect subsidy from any of them; orc. Have the same legal representative for purpose of the Bid; ord. Have a relationship with each other, directly or through common third parties, that

puts another bidders, or influence the decisions of the Procuring Entity regarding thebidding process; or

e. The Bidder participates in more than one Bid in a bidding process. Participation by aBidder in more than one Bid will result in the disqualification of all Bids in whichthe Bidder is involved. However, this does not limit the inclusion of the samesubcontractor, not otherwise participating as a Bidder in more than one Bid; or

f. The Bidder or any of its affiliates participated as a consultant in the preparation ofthe design or technical specifications of the Goods, Works or Services that are thesubject of the Bid; or

g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by theprocuring Entity as Engineer-in-charge/consultant for the contract.

Name & Signature of Bidder with Seal

Page 77 of97Name & Signature of Bidder with Seal

Annexure B: Declaration by the Bidder regarding Qualifications

Declaration by the Bidder

In relation to my/our Bid submitted to -------------------------------------------- for procurement ofEquipment under RUSA Programme 2.0 in response to their notice inviting Bids No.---------------­_______________Dated --------------------------. I/We hereby declare under section 7 of RajasthanTransparency in Public Procurement Act 2012 and 2013, that:

I. I/We possess the necessary professional, technical, financial and managerial resources andcompetence required by the Bidding Document issued by the Procuring Entity;

2. I1Wehave fulfilled my/our obligation to pay such of the taxes payable of the Union and theState Government or any local authority as specified in the Bidding Document;

3. I/We are not insolvent in receivership, bankrupt or being wound up, not have my/our affairsadministered by a court or a judicial officers, not have my/our business activities suspendedand not the subject oflegal proceeding for any of the forgoing reasons;

4. I/We do not have, and our directors and officers not have been convicted of any criminaloffence related to my/our professional conduct or the making of false statements ormisrepresentations as to my/our qualification to into a procurement contract within a periodof three years preceding the commencement of this procurement process, or not have beenotherwise disqualified pursuant to debarment proceedings;

5. l/We do not have a conflict of interest as specified in the Act, Rules and the BiddingDocument, which materially affects fair competition;

Date Signature of bidder

Place: Name:

Designation:

Address

Page 78 of97Name& Signature of Bidder with Seal

CHAPTER-6

CONDITIONS OF CONTRACT

6.1 APPLICATION 01<'THESE CONDITIONSThese Conditions shall apply to the extent that provisions in other parts of the Contract do notsupersede them.

6.2 OTHER DOCUMENTS THAT FORM PART OF THIS CONTRACTThe Tender Document (along with its amendments if any), the Bid of theFirm/Company, any clarifications sought by the Tendering Authority, the responsesprovided by the Firm/Company, and any other correspondence exchanged shall formpart of the contract to the extant the same is not inconsistent with this document and theaward document to the Firm/Company.

6.3 PERFORMANCE SECURITY6.3.1 The proceeds of the performance security shall be payable to the Tendering

Authority as compensation for any loss resulting from the Firm/Company's failureto complete its obligations under the Contract The Performance Security/SecurityDeposit shall be forfeitable for non-performance of the contract and there shall not beany relaxation to anybody.

6.3.2 In the event of any contract amendment, the Firm/Company shall, within 10days of receipt of such amendment, furnish the amendment to the PerformanceSecurity/Security Deposit, rendering the same valid for the duration of theContract, as amended for further period of one year thereafter.

6.4 SAFETY REQUIREMENTSThe Firm/Company shall abide by the job safety measures prevalent in India andshall free the Tendering Authority from all demands or responsibilities arising fromaccidents or loss of life, the cause of which is the Firm/Company's negligence. TheFirm/Company shall pay all indemnities arising from such incidents and shall not hold theTendering Authority responsible or obligated.

6.5 FIRMICOM:P"ANY'S OBLIGATIONSThe Firm/Company is responsible for, and obliged to conduct all contracted activitiesas defined in the scope of work or wherever contained in this document, in accordancewith the Contract The Firm/Company is obliged to work closely with the staff of theTendering Authority and abide by all instructions and directives issued by them.

6.6 Change Orders and Contract AmendmentsThe Purchaser (as per ECI guidelines) may at any time order the supplier/ selected bidderthrough Notice to make changes viz. drawings or designs or specifications or formats oranything in the subject matter without impacting the cost of project whereGoods/Material/Items & related services to be furnished under the Contract are to bespecifically prepared and supplied for the Purchaser.

6.7 USE OF CONTRACT DOCUMENTS & INFORMATION6.7.1 The Firm/Company shall treat as confidential all data and information about the

Tendering Authority, obtained in the execution of his responsibilities, in strictconfidence and shall not reveal such information to any other party without theprior written approval of the Tendering Authority.

6.7.2 The Firm/Company shall not, without the Tendering Authority's prior writtenconsent, disclose the Contract, or any provision thereof, or any specification, plan,drawing, pattern, sample or information furnished by or on behalf of theTendering Authority in connection therewith, to any person other than a personemployed by them in performance of the Contract Disclosure to any such

Page 79 of97Name & Signature of Bidder with Seal

employed person shall be made in confidence and shall extend only as far as maybe necessary for purposes of such performance.

6.7.3 Any document, other than the Contract itself, shall remain the property of theTendering Authority and shall be returned (all copies) to the Tendering Authorityon completion of the Firm/Company's performance under the Contract if sorequired by the Tendering Authority.

6.7.4 The Firm/Company must act in good faith and at all times extend its fullestcooperation to the University, its employees and agents during the performance ofthe Services.

6.7.5 The Firm/Company shall act with appropriate propriety and discretion and in particularshall refrain from making any public statement concerning the Project or the Serviceswithout prior approval of the University.

6.7.6 The Firm/Company shall refrain from disclosing or publicizing to its clientele includingpast and prospective clients or to the public that it has provided Services to theUniversity without prior approval of the University.

6.7.7 The Firm/Company shall not divulge to any person not authorized by theUniversity and shall not use for its own purposes, any information concerning theUniversity, its staff or the Project which the Firm/Company may have access todirectly or indirectly from the services performed under this Agreement orotherwise during the course of the Project; strict confidentiality shall bemaintained by the Firm/Company and its employees /agents in respect of theinformation provided by the University to the Firm/ Company. Thisconfidentiality clause shall be applicable not only to existing employees of theFirm/Company but also to its employees involved in the project who may leavethe service of the Firm/Company, and accordingly, it shall be the responsibility ofthe Firm/Company to ensure that any such employee also shall not divulge or useany such information for his/her own purpose; Violation of these terms andConditions resulted into the Civil as well as Criminal liability against theFirm/Company and it's both types of employees ( present and past ) providingservices.

6.7.8 The Firm/Company shall have no authority to commit the University to anyadditional costs, fees or expenses in connection with the Project.

6.7.9 The Firm/Company shall report immediately to the University any circumstancesor events which might reasonably be expected to impair or prejudice theperformance ofthe Services.

6.7.10 The Firm/Company shall at all-time refrain from showing the report/work inprogress or the completed report/work to any person not duly authorized by theUniversity in writing.

6.7.11 The Firm/Company at any time shall not show or submit report / work inprogress or completed work report to any person/ authorities except the person/authorities duly authorized by the University in writing, violation of this shall becivil and criminal liability on Firm/Company.

6.8 RESPONSIBILITIES6.8.1 Firm/Company shall be responsible for the following activities during the course of

assignment:-- Resource and Project Management as per Scope of the work- Completion of the work/services/tasks as mentioned in the Scope of the work- The Firm/Company shall appoint at the Commencement of the Project one of

its representatives as a coordinator who .shall act as a single point of contact withthe University during the conduct of the project

6.8.2 The University shall be responsible for the following activities during the course of theassignment:

Page 80 of97Name & Signature of Bidder with Seal

- Provide information/data/clarifications for all issues.- The University shall appoint at the Commencement of the Project one or two of

its representatives as a coordinator who shall act as a single point of contact withthe Firm/Company during the conduct of the Project.

6.9 FINANCIALANDLEGAL LIABILITYThe Firm/Company shall be solely responsible for any financial issues arising out ofthe result of this Contract. Any financial loss to University, due to faulty work as aresult of this tender, shall be sole responsibility Firm/Company and he has to fulfillall claims arising out of this problem.

6.10 INDEMNITYThe Bidder shall indemnify Tendering Authority from and against any costs, loss,damages, expenses and claims including those from third parties or liabilities of any kindhowsoever suffered arising or incurred inter alia during and after the contract period out of:6.10.1 Any negligence or wrongful act or omission by the Bidder or any subcontract or

third party in connection with or incidental to this contract or6.10.2 Any breach of any of the terms of this contract by all Firms/Companies or any sub­

contract or third party.6.11 STANDARDSOF PERFORMANCE

The Firm/Company is liable to complete the work in accordance with the specificationand approved International standard according to various laws such as InformationTechnology Act 2000 and related Laws, Rules and Regulations.

Page 81 of97Name & Signature of Bidder with Seal

CHAPTER-7COMMERCIAl, TERMS

A. STANDARDS OF PERFORMANCE

7.1 PAYMENT SCHEDULE7.1.1 No advance payment will be admissible in any circumstances.7.1.2 Payment will be made after successful delivery/installation of the required

items/equipment as per supply order.7.2 LIQUIDATED DAMAGES

7.2.1 In case of any delay in the time schedule prescribed BY TENDERING AUTHORITY,payment shall be made on the basis of following percentages of value of stores which theFirm/Company has supplied:-- Delay up to one-fourth period of the prescribed Delivery - 2.5 % of total order value.- Delay exceeding one fourth but not exceeding half of the prescribed delivery period - 5% of

total value.- Delay exceeding half but not exceeding three fourth of the prescribed period 7.5%- Delay exceeding three fourth of the prescribed period. 10%- Fraction of a day in reckoning the period of delay in supplies shall be eliminated if it is less

than half a day.- If Firm/Company requests for an extension of time in completion of contractual supply

on account of occurrence of any circumstances beyond control of human being, heshall apply in writing to the authority, which has placed the supply order, for the sameimmediately on occurrence of the circumstances,

- However, if the delay is caused due to unavoidable circumstances, then TenderingAuthority reserves the right to waive off the compensation.

7.2.2 In case of delay beyond thirty days tendering authority will be at liberty to procure theservices from any other agency at the risk and cost of the Firm/Company and it also wiflresult in the forfeiture of the Performance Security amount.

7.2.3 For any other irregularities, mistakes, etc, penalty at the discretion of Tendering Authority willbe imposed.

7.2.4 That for unsatisfactory performance owing to absence of Firm/Company's staff,deficiencies in services or for some other reason the tendering authority shall be within itsrights to make necessary deductions for such deficiency in services. Alternatively, thetendering authority may, after giving an opportunity of being heard to the Firm/Company,get such deficiencies fulfilled at the cost and responsibility of the Firm/Company.

7.2.5 Where any claim for the payment of a sum of money arises, out of or under this contractagainst the Firm/Company, the tendering authority shall be entitled to recover such asum by appropriating in part or whole, from the performance security to be depositedby the Firm/Company. In the event of the performance security being insufficient, thebalance of the total sum recoverable, as the case may be , shall be deducted from anysum then due or which at any time thereafter may become due to the Firm / Companyunder this and any other persons contracting through the Registrar. University ofRajasthan, Jaipur, should this sum not be sufficient to recover the full amount recoverablethe Firm/Company shall pay to this office the remaining balance. For failure to deposit theamount, legal action will be taken against the Firm/Company.

7.3 SUSPENSION OF WORKThe Firm/Company shall, if ordered in writing by the tendering authority for non performance,temporarily suspend the works or any part thereof for such a period and such a ti me asordered. The Firm/Company shall not be entitled to claim compensation for any loss ordamage sustained by him by reason of temporary suspension of the Works as aforesaid.An extension of time for completion, corresponding with the delay caused by any suchsuspension of the works as aforesaid shall be granted to the Firm/Company, if request for sameis made and that the suspension was not consequent to any default or failure on the part of theBidder. In case the suspension of works, is not consequent to any default or failure on the partof the Firm/Company, and lasts for a period of more than 2 months, the Firm/Company shall

Page 82 of97Name & Signature of Bidder with Seal

have the option to request the tendering authority to terminate the Contract with mutual consent.7.4 TERMINATION FOR INSOLVENCY

The Tendering Authority may at any time terminate the Contract by giving written notice tothe Firm/Company, if the Firm/Company becomes bankrupt or otherwise insolvent. In thisevent, termination shall be without compensation to the Firm/Company, provided that suchtermination shall not prejudice or affect any right of action or remedy, which has accrued orshall accrue thereafter to the Tendering Authority.

7.5 TERMINATION7.5.1 The Tendering Authority may, without prejudice to any other remedy for breach of

contract, by written notice of default sent to the Firm/Company, terminate the Contract inwhole or part.-

If the Firm/Company fails to deliver any or all of the Goods or Services within theperiod(s) specified in the Contract,If the Firm/Company fails to perform as per the Quality standards and as per the Scopeof the WorkIf the Firm/Company, in the judgment of the Tendering Authority has engagedin corrupt or fraudulent practices in competing for or in Executing the Contract.For the purpose of this clause the definition for corrupt practice and fraudulentpractice shall be as per the law

7.5.2 The Tendering Authority may also at its sole discretion accept full or part work and alsoreserves the right to delete any items from the scope of the work.

7.5.3 The Tendering Authority may, without prejudice to any other remedy for breach of contract,by written notice sent to the Firm/Company, without assigning any reason may terminate theContract in whole or part:, if the tendering authority satisfies that the services of theFirm/Company are no more required or Firm/Company is not executing its services properly.

7.5.4 If the Firm/Company after submission of Bid and due acceptance of the same i.e. afterplacement of order fails to abide by the terms and conditions of the tender document orfails to execute the work as per the prescribed schedule given or at any time repudiatesthe contract, the tendering authority will have the right to forfeit the EMD, invokeperformance security deposited by the firm and get the work done from otherFirm/Company at the risk and consequences of the first Firm/Company. The costdifference between the alternative arrangements and Firm/Company's bid value will berecovered from the firm along with other incidental charges including transportation,taxes, etc. in case tendering authority is forced to work done through alternative source and ifthe cost is lower, no benefit on this account would be passed on the Firm/Company.

7.5.5 In case of failure by the bidder to carry out the job in accordance with provisions of thecontract and as per the Scope of the Work, the tendering authority will have right tocancel the contract and award it to any other Firm/Company and any loss sustainedthereby will be recoverable from the first Firm/Company.

7.6 CONSEQUENCES OF TERMINATION7.6.1 In circumstances mentioned above, the Tendering / Implementing Authority shall exercise the

following steps:Ask the Firm/Company to leave the job and return the entire material in an "as is whereis" condition, and / or:Shall forfeit the Security Deposit obtained as performance Guarantee.Shall take appropriate steps in terms of remedies for breach of contract under relevantprovisions oflaw.

7.6.2 Tendering Authority reserves the right to disqualify the Firm/Company for a suitable periodwho habitually failed to supply the services in time.

7.6.3 Further, the Firm/Company whose services do not perform satisfactory in the field inaccordance with the specifications may also be disqualified for a suitable period as decidedby the tendering authority.

7.6.4 Tendering Authority reserves the right to blacklist a bidder for a suitable period in case hefails to honor his bid without sufficient grounds.

7.7 FORCE MAJEURE7.7.1 The Firm/Company shall not be liable for forfeiture of its performance security,

Page 83 of97Name & Signature of Bidder with Seal

liquidated damages, or termination for default if and to the extent that it's delay inperformance or other failure to perform its obligations under the Contract is the result ofan event of Force Majeure.

7.7.2 For purposes of this clause, "Force Majeure" means an event beyond the control of theFirm/Company and not involving the Firm/Company's fault or negligence and notforeseeable.

7.7.3 Such events may include, but are not limited to acts of the Tendering Authority in itssovereign or contractual capacity, war or revolutions, fires, floods, epidemics,quarantine restrictions and freight embargoes.

7.7.4 If a force Majeure situation arises, the Firm/Company shall promptly notify theTendering Authority in writing of such conditions and the cause thereof. Unlessotherwise directed by the Tendering Authority in writing, the Firm/Company shallcontinue to perform its obligations under the Contract as far as it is reasonably practical.and shall seek all reasonable alternati ve means for performance not prevented by theForce Majeure.

7.S RESOLUTION OF DISPUTES7.S.1 The Tendering Authority and the Firm/Company shall make every effort to resolve

amicably by direct informal negotiations any disagreement or dispute arising betweenthem in connection with the contract.

7.S.2 If, after thirty (30) days from the commencement of such informal negotiations, theTendering Authority and the Firm/Company have been unable to resolve amicably acontract dispute, all such disputes, differences, claims and demands arising under thecontract shall be referred to arbitration of a sole Arbitrator to be appointed by themutual consent. All arbitrations shall be held in Jaipur.

7.S.3 All legal disputes are subject to the jurisdiction of Jaipur city courts only.7.9 GOVERNING LANGUAGE

The contract shall be written in English or Hindi. All correspondence and other documentspertaining to the contract, which are exchanged by the parties, shall be written in the samelanguages.

7.10 APPLICABLE LAWThe contract shall be interpreted in accordance with terms and conditions of the document and TheRajasthan Transparency in Public Procurement Act, 2012 and Rules, 2013 and appropriate IndianLaws.

7.11 TAXES AND DUTIESThe Firm/Company shall be entirely responsible for all taxes, duties, license fees, roadpermits etc. No increase in the rates shall be allowed during the period of the contract.

7.12 NOTICES7.12.1 Any notice given by one party to the other pursuant to this contract shall be sent to the

other party in writing or by telex, cable or facsimile and confirmed in writing to the party'saddress.

7.12.2 A notice shall be effective when delivered or on the notices effective date whichever islater. For the purposes of all notices by the Firm/Company to the Tendering Authorityon change address if informed in writing, these shall be sent to the TenderingAuthority by the Firm/Company at the address mentioned in the Letter of Award.

Page 84 of97Name & Signature of Bidder with Seal

CHAPTER-8TENDER FORM

TECHNICAL BID

Please ensure that your response clearly answers all the questions. If you use additional schedules ordocumentation to support your response. make sure that they are clearly cross-referenced to the relevantquestion.I) Addressed to:

a) Name ofthe Tendering Authorityb) Addressc) Telephone/Fax

RegistrarUniversity of Rajasthan, Jaipur - 302 004

01412706813

II) NIT Reference with date

III) Other related details

I. Name of 'lidder

2. Name & DeSignation ofauthorised signatory

3. Registered Office Add ress

4. Telephone No. Fax

5. Mobile Email

6. WebsiteAddress

7. Rajasthan Centre (if any) Telephone No.

Contact Person

8. Year of Establishment--

Nature of the Firm! Government Public Private9. Company Partnership

Put Tick (.f) Mark..-

No. of years providing10. service

GST Registration No.11. (Enclose copy of

Certificate)

PAN No.1TIN No.12. (Enclose Copy of PAN/ TIN

Card

Whether Firm/Company is

13.agreed to the Terms &Conditions mentioned inthe Tender

._. ~•...... .. .. .... . ....... c . .••.. . ..

Page 85 or97Name & Signature of Bidder with Seal

Whether registered withthe Industries Departments

14. (Enclose copy of PermanentSSI Unit Certificate orequivalent)

GST clearance certificatefrom the concerning

15. commercial taxes officer(Enclose copy of certificateyear 2020-21)

16.Previous Experience (AttachCertificate)

IV)Following documents are attached towards the proof of Earnest money deposited in favour of theRegistrar, University of Rajasthan, Jaipur payable at Jaipur

S.No. Details of Tender Fee/EMD DD/Banker's Cheque No. with DateIssuing Bank Name

As per details given inChapter-2 of tbis tender

V) Following documents are attached towards the proof of Earnest money deposited in favour of theRegistrar, University of Rajasthan, Jaipur payable at Jaipur

S.No. EMDAmount DD/Banker's Cheque No. with DateIssuing Bank Name

VI) Annual Turnover during last three years (attach audited balance sheet clearly showing at leastRs. 0.10 Crores onward Turnover

Year 2018-19 2019-20 2020-21 Total Turn Over(Rs.)

Turn Over (Rs.)

VII) Quality Certificate/ Awards for Products/Services, Ifany:

Name of the Certificate- ---

S.No. Certified By Year of getting WhetherCertification Certificate is val;

as on dateI.2.

.-

3.4.

--

:lI

Page 86 of97Name & Signature of Bidder with Seal

VIII) Provide List of users and installations in India:

S.No. Name of Organization! Year Make/Model of Contact no.Institute Equipment concerning pe

of irsonJ

. - j.---~

_J

IX)Provide the Compliance Statement of Tender Specifications as per given format

Tender Feature Available in Deviation From Corresponding Remarks If anySpecifica tion equipment as per Specification Page Number of

required specification datasheet!mentioned in Chapter Brochure in3 support of

specification

Name & Signature of Bidder with Seal

Page 87 of97Name & Signature of Bidder with Seal

Format -I

BID COVERING LETTER(To be printed on Letter head ofthe Bidder)

ToThe Registrar,University of RajasthanJaipur -302004

Dear Sir,Tender Reference No.: , "

SUBJECT: Tender document for participation in the tender process for Equipment under RUSAProgramme for EMD As per details given in Chapter-2 or this tender including all Annexure thereceipt of which is hereby duly acknowledged, we, the undersigned, offer to work as Firm/Companyas mentioned in the Scope of the work as required by Registrar, University of Rajasthan, Jaipur inconformity with the said tender documents.

I. TERMS ANn CONDITIONSa) I/We, the undersigned Bidder(s), having read and examined in detail the specifications and all

bidding documents in respect 6 this tender do hereby propose to provide goods and services as specifiedin the bidding document.

b) IIWe, the undersigned Bidder(s), having submitted the qualifying data as required in this tender, dohereby bind ourselves to the conditions of this tender. In case any further information/documentaryproof in this regard before evaluation of our bid is required, I/We agree to furnish the same on demandto your satisfaction.

2 RATEANDVALIDITYa) All the rates mentioned in our proposal are in accordance with the terms as specified in bidding documents.

All the rates andother terms and conditions of this proposal are valid for a period of One years from the date of opening ofthe bid.

b) I/We do hereby confirm that our bid rates include all taxes including Income Tax & Professional Tax.c) I/we have studied the Clauses relating to Indian Income Tax Act and hereby declare that if any

Income Tax, surcharge on Income Tax and any other Corporate_Tax is altered under the law, l/we shallpay the same.

3 DEVIA TIONS We declare that all the services shall be performed strictly in accordance with theTechnical specification, Time Schedule and other terms of the tender document except the deviationas mentionedjn the Technical Deviation Performa Further, I/We agree that additional conditions, ifany. found in the proposal documents, other than those stated in deviation Perform a, shall not be givenefTectto.

4 BID PRICING I1We further declare that the rates stated in our proposal are in accordance with your terms andconditions in the bidding document.

5 EARNEST MONEY I1We have enclosed the earnest money as required. In case of default it is liable to beforfeited in accordance withthe provisions of the tender document.

6 BANK GUARANTEE l/We shall submit a Bank Guarantee as required7 I/We hereby declare that my/our proposal is made in good faith, without collusion or fraud and the information

contained in theproposal is true and correct to the best of my/our knowledge and belief and nothing has been concealed therefrom.

8 Until a formal contract is prepared.and executed, this Bid oilers, together with your written acceptance thereof andyour notification of award shall constitute a binding contract between us.

9 We understand that you are not bound to accept the lowest or any offer you may receive.10 We agree to the terms and conditions mentioned in the Tender Document.

Thanking you,Yours faithfully,

(Signatures)

Date Plaee: Name: Designation: _ Seal:

Page 88 of97Name & Signature of Bidder with Seal

Format - 2

BIDDER'S AUTHORISATION CERTIFICATE

To,The Registrar,University of RajasthanJaipur (Rajasthan)Pin - 302004.

<Bidder's Name> <Designation> _is hereby authorised to sign relevant documents on behalf of the Company in dealing with Tenderof reference <Tender No.lDate> . He is also authorised to attendmeetings and submit Technical and Commercial Information as may be required by you in thecourse of processing above said tender.

Thanking You.

Authorised Signatory

Name:

Seal:

The specimen signature of the authorized person is as :

Attested by the

Authorized Signatory

Page 89 of97Name& Signature of Bidder with Seal

Format - 3SELF DECLERATION(Notarized Affidavit)

Ref. :To,

Date:

The Registrar,University of RajasthanJaipur (Rajasthan)Pin - 302004.

Dear Sir,In response to the tender No. Date as Owner/Partner/Directorof

1. I/We hereby declare that our Agency is havingunblemished past record and was not declared ineligible for corrupt and fraudulent practices eitherindefinitely or of a particular period of time.

2. I/We Mis. (Name of the Company) are not blacklisted inany Department of Government of Rajasthan/Government of Indialby any University/PublicEnterprises.

3. I/We further undertake that our partner Mis. (Name ofFirm/Company) having office are also not blacklisted in any Department of Government ofRajasthan Government of India/ by any University/Public Enterprises.

4. I/We hereby declare that there are no pending cases against Mis.

~~_~~~~~~ __ ~~~~~ __ ~~ __ ~~ (Name&Address of Bidder) with Government of Rajasthan or any other court of law.

5. I/We hereby declare that Bidder's company or Director/Owner of the Company have not beendeclared by any Court or Competent Authorities in solvent or involved in any fraudulent mean(Economical & Criminal) as on 1st April, 2016.

Name:Address:TelepboneOffice: (Residence): _MobileNo. Fax No. _E-Mail: _

Place: Signature:

Date: Name:Company Seal

Note:I. In-adequate information could lead to disqualification of the bid.2. All items should be supported by proper documents.3. No change of any kind should be made in this format. In-adequate information or change in

format could lead to disqualification of the bid.4. The Notarized Affidavit should be submitted before closing date fixed for Technical Bid

Closing.5. No change of any kind should be made in this format. In-adequate information or change in

format could lead to disqualification of the bid.6. Name, address and Telephone Number (Office, Residence, Mobile) of the contract Person

to whom al' References shall be made regarding this tender.

Page 90 of 97Name & Signature of Bidder with Seal

Format -4

DECLARATION FOR PRICE SCHEDULEI COMMERCIAL BID

Tender Ref. ---- Date ------

To,

The Registrar,

University of Rajasthan

Jaipur. (Rajasthan)

Pin- 302004

Subject: TENDER DOCUMENT FOR PARTICIPATION IN THE TENDER PROCESS FOREquipment under RUSA Programme 2.0 for EMD as per details given in Chapter-2 of this tenderThat we are sole owner of

That wei the undersigned agency is equipped with adequate hardwarel software and other facilities requiredfor providing services and our establishment is open for inspection by the representative of University.We hereby offer to provide service at the prices and rates mentioned in the commercial bid (as percommercial template.)We do hereby undertake, that,

i. In the event of acceptance of our bid, the services shall be provided as stipulated in the workorder and the tender terms and conditions to the Bid and that we shall perform the entireincidental services.

ii. The prices quoted are inclusive of all charges inclusive of traveling, hardware/manpoweretc. for providing the desired services FOR.

iii. We agree to abide by our offer a period of one year from the date fixed for opening of thetenders and we shall remain bound by a communication within that time.

iv. We have carefully read and understood the terms and conditions of the tender and theconditions of the contract applicable to the tender and we do hereby undertake to provide theservices as per these terms and conditions.

v. We do hereby undertake, that until a formal contract is prepared and executed, this bid,together with your written acceptance thereof, the tender document and placement of letterof intent awarding the contract shall constitute a binding contract between us.

IIWe hereby, undertake that we shall not ask for any other charges than the charges specified above. Wealso confirm that we will make our own arrangements at our own cost for traveling, boarding lodging,communication etc, for successful implementation of the project at site.

Dated: Name & Signature

Name of Agency

Company Seal Full Address

Page 91 of97Name & Signature of Bidder wilh Seal

Format - 5

AGREEMENT FORM

Agreement made this _--;- day ofOne thousand _

~~~-~~__:_~-~-benYeen----~--:---:-~----:--~~~~~~~(hereinafter called the Finn/Company) of the one part and the Registrar, university of Rajasthan, Jaipur.(hereinafter called the University) of the other part.

WHEREAS the Finn/Company has tendered for Equipment under RUSA Programme 2.0 (EMD as perdetails given in Cbapter-2 oftbis tender to the University of Rajasthan, Jaipur. (hereinafter called "TheTendering Authority") as per the terms and conditions mentioned in the tender document. Whereas such tenderhas been accepted and the Finn/Company has deposited with the Tendering Authority the sum of Rs. ____ (Rupees only) as security for the fulfillment of the Agreement.

NOW IT IS HEREBY AGREED between the parties hereto as follows:

The Finn/Company has accepted the contract on the terms and conditions set out in the tender notice no. _-:-~---_dated as well in the acceptance of tender no. _dated which shall hold good during period of this agreement.

Upon breach by the Finn/Company of any of the conditions of the agreement the Tendering Authoritymay issue a notice in writing, determine and put an end to this agreement without prejudice to the right of theuniversity of Rajasthan to claim damages for antecedent breaches thereof on the part of the Finn/Company andalso to reasonable compensation for the loss occasioned by the failure of the Firm/Company to fulfil theagreement as certified in writing by the Tendering Authority which certificate shall be conclusive of the amountof such compensation payable by the Finn/Company to the University.

Upon the determination of this agreement whether by efflux ion of time or otherwise the said depositshall after the expiration of months from the date of such determination be returned to theFirm/Company but without interest and after deducting there from any such due by the Finn/Company to theUniversity under the terms and conditions of this agreement.

This agreement shall remain in force until the expiry of 12 months from the date of entering into thecontract but the Tendering Authority may cancel the contract at any time upon giving one months notice inwriting without compensating the Finn/Company.

In witness whereof the said hath set his hand hereto and the Tendering Authority has onbehalf of the University of Rajasthan affixed his hand and seal thereto the day and year first above written.

The Tendering Authority may give notices in connection with the contract. In consideration of thepayments to be made by the Tendering Authority to the Bidder as hereinafter mentioned the Bidder herebycovenants with the Tendering Authority to provide the services and to remedy defects therein conformity in allrespects with the provisions of the contract.

The Tendering Authority hereby covenants to pay the Bidder in consideration of the provision of theservices and the remedying of defects therein, the contract price or such other sum as may become payable underthe provisions of the contract at the times and in the manner prescribed by the contract.

If subject to circumstances beyond control (Force Majeure) the contract fails to deliver the services inaccordance with the conditions mentioned in the tender, the Tendering Authority shall be entitled to obtainservices from else other organization after giving due notice to the Bidder on the amount and at the risk of theBidder without cancelling the contract in respect of the consignment not yet due for delivery, or to cancel thecontract.

In the event of action to be taken, the Finn/Company shall be liable for any losses, which the TenderingAuthority may sustain on that account. The recovery by way of penalty shall be made by deducting the amountfrom the bills be made good by a credit note within the stipulated period for the purpose.

Page 92 of97Name & Signature of Bidder with Seal

FIRM/COMPANY

Witness 1-

Registrar, University of Rajasthan, Jaipur.on hehalf of the University of Rajasthan, Jaipur

2-

Page 93 of97Name & Signature of Bidder with Seal

Format - 6

PERFORMANCE SECURITY FORM

To,(Name of Indenter)

WHEREAS ---'-Name of Bidder) hereinafter called" theBidder" has undertaken contract No. dated, _______ 20 to render services hereinafter called the Contract"

AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with abank Guarantee by a Nationalised bank for the sum specified therein as security for compliance with theBidder's performance obligation in accordance with the contract.

AND WHEREAS we have agreed to give the Bidder a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, upto a total of (Amount of the guarantee in words and figure) and we undertake topay you, upon your first written demand declaring the Bidder to be in default under the contract and withoutcavil or argument, any sum or sums within the limit of asaforesaid, without your needing to prove or to show this grounds or reasons for your demand or the sumspecified therein.

The guarantee is valid until the _cday of ""20"'.

Signature and Seal of Guarantors

Date: _Address:

Page 94 of97Name & Signature of Bidder with Seal

Format-7

COMMERCIAL BID

.' , in ",' '., ---- <

" "

In .. Ialpur / .....

Name, ,UDu~r 1.1 .: < ,

NIB. NO.. , .,

Bidder Name:

._. ',,' :SCHF.nlll.F.(Thil be modified (replaced by ~: same should put in tbe eeparale ea"dope ~~~ Ithe relevut roJumnll, else the

'" ......;•.~ ••~ • ... Bid..... ...., V.lua~I.'I

S.NO.""/ j,

> Item"

••••••

Basic Rate Per SGSf > C(iST Total Rate•• per

. " ... ' .. " ••,,,/, ' ••••.,

Unit (lb.)

~', ..• , •••••••••••••.

(~.) PerTecbnic (exdudinc CST) Ullit* (Rs.),I

1>··,······'>Spedfle...... , .... """',I 2 3 4 5 6I Double Cone Blender Mixing Unit (20-50

kg) ,I

2 Spin ;Unit,

3 Rotary Evaporator ( 20 ltrs) I

4 High Speed . rpntr; f..UP--

5 ..... alu. (-80°C)----

6 ~'V'~~~'V'

7 HPLC

8 Universal Iesung

9 Super Critical Fluid Extractor

10 COD

pHi ECrrDS/~ IDOl Temperature-

II I

Meter I12 Light Microscope

--

c) Binocular light Microscoped) Trinocular Light Mi

13 Cell Counter (Automated)----

Scale (I kg).. _--- ----

14 YV'

IS Laminar Airflow...... - . ---

16 \JrDIUiI,..~~~. incubator

Page 95 of97Name & Signature of Bidder with Seal

-_ .._-17 Leaf Area Meter

---~-18 Reciprocating Shaker

..-19 Seed Germinator

20 Electrophoresis Unit with Powerpacc) Horizontald) Vertical -------

21 Thermomixer (Peltier Driven)--

22 Micro Centrifuge

23 Vacuum Pump (oil free)---

24 Tea Coffee Vending Machine

25 Fume Hood i-·26 Contact Angel Tensiometer

.__ ._.-..._-_--

27 Drinking Water Purifier

28 Probe Sonicator---

--29 Bath Sonicator ,

I30 Water Bath cum Shaking

------ -31 Sieve Shaker

32 C02 Incubator-~----

33 Bio safety Cabinet Level-Z--

- -----34 Gradient PCR

35 Gel doc System- -----.---

36 RT-PCR

37 FlorescentlUV lVi~ Spectrophotometer---------

38 Nano Particle Analyser --

39 FTIR with ATR

40 CHNSO Analyser--

41 Moisture Analyser-_._---

42 Lyophilizer------

43 GCMS.-

44 Rotary Evaporator---i

._. - - ~.-- .- ... ... . -- .... . ..._, ---__j

Page 96 of97Name& Signature of Bidder with Seal

45 Trinocular Inverted Microscope-----~

46 Plant Growth Chamber

47 Nanofibre Electro Spinning Unit..-_ .._

48 3D Printer I+--~49 DSLRCameraI

Dated: Signature of Firm/Company with SealName:Full Address:

Mobile No.:

Note:

1- All the costs should be quoted in Indian Rupees and should be fixed on lump sum basis. Noescalation of cost will be allowed under any circumstances.

2- Bidder must quote for every column of the price schedule. Do not write Zero. Nil, etc in anycolumn.

3- The rates are F.O.R. the respective Departments of the University of Rajasthan, Jaipur4- University shall not pay separately any specific statutory taxes/ service charges to any authority.5- No hidden charges will be allowed, if any6- Grand Total should be written both in words and figure.7- Quoted rates must be inclusive of all charges by way of packing forwarding incidental of transit

charges including transit insurance, octoroi and any other levies or duties etc. and transportation of materialup to University colleges/departtnents/centres. Rates are F.O.R.

Page 97 of97Name & Signature of Bidder with Seal