Home

TENDER DOCUMENT FOR PROCUREMENT OF SCIENTIFIC

image

Contents

1. A list of nmr instruments sold in india Quote for items supplied from local sources in rs such as ups 4 nos of 50 It each liquid nitrogen dewars one manual transfer device for 50 Itr dewars oil free aircompressor and drier liq helium for installation Quote for yearly supply of liquid helium and charges for annual maintenance contract after expiry of warranty The data can be converted to other formats Spread Sheet software and word processing software can be readily employed to provide data in tables or graphs through industry standard protocols Complete 1Q OQ PQ Should be included and supplied for the System Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 2 PREPARATIVE HPLC Detailed Specifications Complied Not Complied Quaternary Gradient Pump Flow rate range 0 50 to 150 00 ml min in 0 01 ml min increme
2. Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 8 Solvent Extraction system ASE High pressure extraction system Complied Not Complied 1 Automated Solvent Extraction System either parallel mode or with multiple samples per run capable of efficiently extracting solid or semisolid samples using a wide range of organic solvents 2 It should be capable of using common solvents at elevated temperature 40 200 C and pressure 150 bar for faster extraction process in 15 20 minutes 3 The instrument must be capable of unattended extraction of 4 samples in parallel with a wide range of sample sizes 4 Automatic sealing of top and bottom of the extraction cells that avoids wear and tear of the seals is desirable 5 The instrument must accommodate extraction cells of 120ml and 40ml to be used for large and smaller sample
3. Toluene Dioxane etc without heating aids Temperature Measurement IR measurement as standard facility with multi point calibration for accurate temperature measurement of reaction s Fiber optic Ruby Thermometer with ability to measure in situ reaction temperature simultaneously along with IR sensor and simultaneous display of both IR and Ruby temperature on screen should be quoted as a part of the configuration Integrated Pressure Sensor to measure display and document reaction pressure Should have inbuilt magnetic stirrer device with variable speed from 0 rpm upto 1200 rpm to ensure uniform temperature in the reaction mixture volume Self tuning cavity for optimum heating efficiency with all vessel types Should be supplied with Glass Vials of 10 ml and 30 ml capacity with sustainable material of construction and allow for multiple reaction runs to be conducted in the same vial Should be supplied with a vessel made of special material viz SiC of at least 10ml capacity to allow for carrying out reactions involving metallic particles in situ fluorination and reactions using other aggressive reactants Sealing of reaction vessels should be easy and without use of any tools Heating Performance benchmarks with glass vessels and without any heating aids System should have ability to heat 20 mL Ethanol to 200 C in 2 min System should have ability to heat 5 mL Toluene to 200 C in less than 5 min Large inbuilt Touchscreen d
4. ca 3 Its min Nominal voltage 230 vac Frequency 50 60 hz Nominal wattage 1200watts Weight 43 kg Diamension 565 x 410 x 580 Temp maximum 300 degrees 21 COMPRESSOR Nominal voltage 230 vac Frequency 50 hz Nominal wattage 130 watts Weight 14 kg Diamension 340 x 220 x 390 Pressure max 8 bar Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 10 Microwave Synthesis System Detailed Specifications Complied Not Complied 10 11 12 13 14 15 16 Power Output Minimum microwave power of 600 W or higher Microwave Power field density 6000 Watts litre or more Maximum Pressure amp Temperature 30 bar and 300 C for all vessel types 10 mL as well as 30 mL for scale up reactions without re optimization of parameters Ability to effectively heat polar as well as non polar solvents like
5. possible to temper it Dosing Units Burettes Type of reagent Titer of reagent Titer History Shelf life data Date and time of preparation Assign Titrants to relevant Method Prompt on the Titrator if wrong Titrant used Measuring Interface Maximum up to TWO galvanically separated measuring interfaces Data acquisition rate 100 mS Measuring range mV Range 2000 mV to 2000 mV pH Range 20 00 pH to 20 00 pH Polarization Potential Range 1250 mV to 1250 mV Freely programmable Polarization Current Range 125 0 uA to 125 0 uA Freely programmable Resolution Voltage 0 1mV or better which helps especially in the Direct ISE measurements PH Value 0 001 pH or better Should be possible to collect at least 1000 data points per titrations Stirrer Magnetic stirrer whose stirring speed and direction can be changed through the software It should be Possible to accommodate various beaker volumes Software Latest windows based software The software should be 100 CFR 21 part 11 compliant It should be possible to connect unlimited number of Titrator to the software without any added price per titrator It should be possible to do four titrations two parallel simultaneously The software should support client server environment It should be possible to export the data to LIMS and automatic data backup Automatic recognition of devices and monitoring of titer validity calibration intervals of Sensors Simulta
6. will give a chromatographic signal to noise for the transition 609 gt 195m z greater than 10 000 1 APCI SENSITIVITY POSITIVE ION Optional A 100pg on column injection of 17 a hydroxyprogesterone with a mobile phase flow of 0 8mL min will give a chromatographic signal to noise for the transition 331 gt 109m z greater than 200 1 MS RESOLUTION The valley between the 2034 63 Da and 2035 63 Da peaks is lt 12 of the average height of the two peaks MASS MEASUREMENT ACCURACY Measured from the mean of five repeat analyses of the M NH peak at m z 1004 622 from PEG 1000 1ug uL in 50 50 acetonitrile water containing 2mMolar ammonium acetate The mean measured mass must be 1004 622 0 05Da The Standard Deviation of the Mean must be lt 0 05Da 16 Regulatory Compliance Complied Not Complied Optional qualification work books must be available that can be used by a suitably qualified engineer to record in detail the installation operation and periodic servicing of the mass spectrometer These must be used as part of an optional qualification service provided by the vendor Optional qualification work books must be available that can be used by a suitably qualified engineer to record in detail the installation operation and periodic servicing of a full LCMS system These must be used as part of an optional qualification service provided by the vendor Service Diagnostics Complied Not Complied Intelligent service d
7. 0 pen Competitive Bidding TENDER DOCUMENT FOR PROCUREMENT OF SCIENTIFIC EQUIPMENT FOR CENTRE OF EXCELLENCE IN CHEMICAL SCIENCE AND TECHNOLOGY K S K V KACHCHH UNIVERSITY The Registrar Centre of Excellence in Chemical Science amp Technology Department of Chemistry K S K V KACHCHH UNIVERSITY BHUJ 370 001 Ref No KU Chem CE Tender E 2 2012 13 2810 2 Notice Inviting Tender Details S No Description Department Name Center of Excellence in Chemical Science amp Technology Krantiguru Shyamjj Krishna Verma Kachchh University Bhuj 370 001 Gujarat 2 Procuring For Department of Chemistry Krantiguru Shyamji Krishna Verma Kachchh University 3 Circle Division NA 4 Tender Number KU Chem CE Tender E 2 2012 13 2810 5 Tender Subject Supply Installation amp Commissioning of Scientific Equipment Period of Contract THREE YEARS qs Form of Contract Schedule Wise 8 Tender Type Open 9 Tender Category Products both Hardware and Software 5 of the Order value or maximum of 1 00 000 Enclose in 10 EMD Bid Security INR separate cover f j In the form of Demand Draft in favor of The Registrar K S K V Kachchh 11 EMD Bid Security Payable To University Bhuj 12 Non refundable Tender Fee 7 2 000 to be enclosed in separate cover for each equipment The DD should be drawn in the favor of The R
8. Equipment TGA DTA DSC 1 5 Flash Chromatography Instrument 1 6 Nano Particle size analyzer with zeta potential 1 7 Autotitrator with software 1 8 Accelerator Solvent Extractor ASE 1 9 Oil extractor 1 10 Microwave Synthesizer 1 11 Atomic absorption spectrometer AAS 1 12 Flash point tester 1 3 Tandem quadruple mass spectrometer 1 14 Laboratory Furniture amp Accessories 6 Annexure 02 ELIGIBILITY CRITERIA AND SPECIAL TERMS AND CONDITIONS A ELIGIBILITY CRITERIA FOR TENDERS The Company the tenderer should be in existence for the last 5 Years The Company the tenderer should have earlier supplied at least FIVE TIMES the quantities of the items being in the current tender in any of the last two financial years to the Universities or Research organizations The Company or tenderer should have at least one Service Center in Gujarat The tenderer should be a Manufacturer or the authorized representative of equipment or other respective products items The tenderer tenderer s group should have a turnover a minimum of more than 10 times the Bid value of the tenderer in each of the last three financial years B SPECIAL TERMS AND CONDITIONS 1 Delivery Period The delivery should be made within 45 days from the date of receipt of Purchase Order by the tenderer 2 Warranty All items supplied by the tenderer shall be guaranteed against any defects and the tenderer should provide time to time operation
9. be enclosed in its own vacuum envelope for long life The detector must operate in both positive and negative ion modes and must be capable of switching polarity rapidly in 0 02 seconds under digital control Complied Not Complied The instrument must incorporate a clean differentially pumped automated vacuum system A single air cooled turbomolecular pump must be used for evacuating the source amp analyser An external chilled water supply must not be required for the vacuum system There must be a single rotary pump for backing of the turbo pumps and rough pumping of the first source vacuum stage An oil free backing pump must be available as an option to replace the rotary pump Vacuum read backs and system vent pump cycles must be digitally monitored and controlled to provide total software control and to ensure fail safe operation in the event of power failure A turbo pump must be fitted with an electromagnetic vent valve ADDITIONAL HARDWARE FEATURES Complied Not Complied An electronically controllable selection valve must be incorporated into the instrument and be accessible from the front panel The electronically controllable valve must be programmable from the software to allow it to be used as a divert valve for LCMS experiments A waste solvent drainage system must be integrated into the main chassis of the instrument to allow safe drainage of LC solvent from the source in the event of a nitrogen s
10. be upgradable with Autosampler 100 vials or more and PC controlled Automatic Reagent Sprayer with GLP and GxP compliant PC Printer Nitrogen Cylinder and HPTLC plates should be procured locally Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 4 THERMAL ANALYSIS EQUIPMENT TGA DTA DSC Detailed Specifications Complied Not Complied We intend to purchase simultaneous High Temp DTA TGA DSC DTG System with following specifications 1 The system should have built in DTA TGA DSC mode with simultaneous scanning facility in single run 2 Temp range from 15C to 1600C with suitable cooling attachment 3 The system should have heating and cooling rates from 0 1 to 100 C min upto 100C per min and 25C per min upto 1600C 4 The system shall have small mass furnace with better temperature control 5 Minimum TGA Balance sensitivity shall be 0 2u
11. beam Atomic Absorption Spectrophotometer with Windows Vista based software for full control of AAS and accessories like Hydride Generator Graphite Furnace amp Autosampler alongwith accessories and consumables for two years SPECIFICATIONS Optics Double beam with background correction and flame emission capability Asymmetric modulation with 2 1 sample to reference ratio for noise reduction All reflective system with quartz overcoating on mirrors Sealed against dust and vapour Monochromator Ebert Fastie design with more than 325mm focal length and 175 900 nm wavelength range 1800 lines mm holographic grating with dual blazed profile Automatic wavelength selection and peaking Continuously adjustable 20 slit widths between 0 1 and 2 0 nm in 0 1nm increments Reduced height for furnace work with all slit widths Automatic setting of slit width and height Automatic wavelength scanning Detector Selected wide range multialkali photomultiplier tube Lamp Turret Eight lamp turret with automatic lamp selection Automatic optimization in two planes for maximum light throughput Automatic multi element operation with the next lamp in the sequence automatically warmed up Compatible with standard hollow cathode lamps and Super Lamps Super Lamps Special power supply to power up four high intensity Super Lamps for improvements in detection limits Background Correction Hyper pulse background corrector taking minimum 200 sample
12. digitally controlled The analysers must be supplied with RF using solid state RF generators COLLISION CELL Complied Not Complied A high efficiency travelling wave device with beam focusing at ion entry and exit must serve as the collision cell Collision energy must be digitally controlled Collision cell gas pressure must be directly monitored in the range 1x 10 to 1m bar Collision gas must be controlled using digital mass flow meters Collision gas introduction pump out and regulation must be under full data system control Collision gas pressures and flows used during data acquisition must be automatically appended to the relevant data file The collision cell must use a travelling wave voltage for rapid axial transport of ions through the device It must be possible to rapidly switch between MS full scan MS and or SIR and MS MS MRM product ion scanning and parent ion scanning neutral loss acquisition modes in no more than 5ms and without changing the pressure of collision gas argon within the collision cell This must be possible without significantly compromising either MS or MS MS data quality DETECTOR Complied Not Complied The instrument must incorporate an off axis dynolite photomultiplier detector positioned after the second mass analyser A high voltage conversion dynode and a high voltage phosphor must be positioned at 90 to the analyser for the elimination of The photomultiplier must
13. fabricated out of Galvanized Iron Zinc coated Sheets and duly coated with epoxy powder for good aesthetics Cabinet shall have recessed skid and adjustable shelves Cabinet doors shall be in double skin construction for proper strength and aesthetics Necessary frame structure and hat section stiffeners should be provided for strengthening larger panels Doors shall have proper locking arrangement Dimension and Constructional details of the cabinet are furnished below General specifications Overall Dimensions W 900mm x Depth 570 mm x Height 2100 mm No of Shelves 5 shelves form 6 compartments Shelves shall be adjustable in height Construction Detail End Panel Rear panel Top Panel amp Bottom Panel 1 2 mm thick G I Sheet Front door 1 0 mm thick double skin Galvanized Iron zinc coated Sheet const Door Fixing Frame 1 6 mm thick double skin Galvanized Iron zinc coated Sheet const Skid 1 2 mm thick Galvanized Iron zinc coated Sheet Shelf 1 2 mm thick Galvanized Iron zinc coated Sheet Hat channels 1 2 mm thick Galvanized Iron zinc coated Sheet Door Hinges In non ferrous const zinc Al alloy const suitable for 270 Door opening Hattich or Equivalent Make Door Handles SS 316 L const Wall Mounted Storage Cabinets The cabinets should be suitable for mounting on wall The cabinets shall be fabricated out of Galvanized Iron zinc coated sheets Cabinet should be
14. financial years as per the tender schedule eligibility criteria List mentioning the addresses and contact persons with phone numbers of the Service Centers present through out Gujarat Supporting Documents indicating thatthe tenderer isthe Manufacturer or the OEM Authorized representative of the corresponding items products Audited financial statements that are Balance Sheet Income amp Expenditure and Profit amp Loss accounts in support of having required turnover in each of the last two financial years IT returns for the last three years Annexure 02 duly signed amp office Seal affixed as a token of acceptance of Special Terms and Conditions Documents in support of Technical Specifications for the scientific equipment as mentioned in Annexure 05 clearly mentioning the make and model Supporting Documents if any for equipment The latest Income Tax Clearance Certificate The list of customers to whom the bidder had supplied identical materials in the past along with P O details and performance report if any Annexure 08 The Registrar K S K V Kachchh University Bhuj will not hold any risk and responsibility for non visibility of the scanned document or non receipt of hardcopies or loss in transit The Documents that are received in time will only be considered for Technical Bid Evaluation The tenderer will be disqualified at any stage of the tender process if found to have misled or furnished false information
15. in the forms Statements Certificates submitted in proof of 1 to 5 above The Registrar K S K V Kachchh University Bhuj does not bind himself to accept the lowest or any tender and he reserves the right to reject any offer without assigning any reason Annexure 04 Address where the equipment to be installed Department of Chemistry Krantiguru Shyamji Krishna Verma Kachchh University Bhuj 370 001 Gujarat 1 Annexure 05 TECHNICAL SPECIFICATIONS Schedule Scientific Equipment NMR SPECTROMETER Detailed Specifications Complied Not Complied 1 superconducting magnet with ultrashield active shielding 2 liquid helium hold time of one year 3 liquid helium transfer line 4 receiver with quadrature detection including elimination of quadspikes and other artifacts 5 oversampling and digital filter 6 fast digitizer 7 Deuterium lock channel with variable lock frequency 8 2 broadband channels with 1H 2H and BB preamplifiers 9 transmitters with at least 40W for 1H and 130 W for broadband work 10 PC Host computer working on Windows XP Linux operating system 11 broadband 5mm probe including 1H and 19F facility with auto tuning and matching 12 gradient electronics preferably with gradient shimming 13 NMR software for 1D and 2D acquisition and processing 14 consumeables including 50 sample tubes caps etc 15 1 year warranty 16 Variable temperature operation below and above ambient 80 to 100 deg C
16. level user input f the concentration falls above the maximum recovery level user input g the coefficient of determination for a calibration curve falls below a user set level h QC samples fall outside a user defined number of standard deviations from the mean i the peak of the compound of interest falls below a user defined S N ratio The quantitative report must include the facility to associate an acquired confirmatory product ion spectrum for the targeted analyte for matching with a reference spectrum in the compound database During the acquisition of a sample set the software must be able to report in real time on the defined criteria for QC samples blanks and internal standards Automated decisions on these results must allow the software to re inject the sample or terminate the sample set to prevent sample loss in the event of performance being out of tolerance A trending tool must be incorporated for plotting results from quantitative data sets This must allow inter and intra batch comparisons to be plotted for any calculated result in the sample set PERFORMANCE SPECIFICATIONS SCAN SPEED The instrument must have a maximum scan speed of 10 000amu sec MASS RANGE The quadrupole analysers MS1 and MS2 must have an m z range of 2 to 2048 CONE VOLTAGE AND COLLSION ENERGY The cone voltage must be programmable to 350V and the collision energy is programmable to 120V MASS STABILITY The instru
17. on LC MS MS system performance by employing user defined pass fail criteria for compound retention time peak area height width and signal to noise over a specified number of injections The instrument control software must include automated monitoring of instrument vacuum gas flows and voltages to warn the user of out of tolerance parameters The instrument software must include a facility to send serviceability information to the instrument vendor to monitor for proactive maintenance Method set up The software must incorporate a database for storing MS method information associated with each compound including MRM transitions ion mode tuning parameters CAS number and compound classification It must be possible to automatically generate a new MS method from stored compound information including the automated optimization of dwell and delay times It must be possible to store complete LC MS quantitative tests that incorporate the LC method compound retention time MS method and quantitative processing parameters It must be possible to include greater than 16000 MRM transitions per method Quantification Software An application manager for the quantification of LC MS and LC MS MS data must be available It must have the ability of working with full scan SIR SIM or MRM data Data Acquisition Peak Integration Calibration Quantification and QC calculations must be fully automated and can be performed in a multi
18. opening of bids The period of validity cannot be counted from any other date other than the date of opening the bids During this period the tenderer shall not be permitted to withdraw or vary his offer made and if the tenderer does so the EMD shall be forfeited Jurisdiction All and any disputes or difference arising out of or touching this order shall be decided only by the Courts or Tribunals situated in Bhuj The Registrar K S K V Kachchh University Bhuj does not bind himself to accept the lowest or any tender and he reserves the right to reject any offer without assigning any reason 2 1 2 2 2 2 1 2 2 2 2 3 2 4 25 19 39 SECTION I 3 FINANCIAL Prices Prices quoted shall be inclusive of all taxes and firm till completion of the programme Terms of Payment Payments by the purchaser shall be made through Account Payee cheques only Bank charges if any shall be borne by the supplier If the supplier has received any overpayments by mistake or if any amounts are due to the University from the supplier due to any other reasons and when it is not possible to recover such amount under the present purchase order the University reserves the right to collect the same from any other amounts and or Bank Guarantee given by the supplier due to or with the University Liquidated Damages Failure and Termination In the event of any delay in the supply of material beyond the stipulated date of completion includin
19. recover the expenditure incurred on account of these actions from the deposits such as EMD SD and performance guarantees or other monies available with the University or by resorting to legal action Force Majeure The supplier shall not be liable for delay or failing to supply the material for reasons of Force Majeure such as Act of God Act of War Act of Public Enemy Natural calamities Fires Floods Frost Strikes Lockouts etc Only those causes which have duration of more than 7 days shall be considered for force majeure The supplier shall within 10 days from the beginning of such delay notify the University in writing the cause of delay The University shall verify the facts and grant such extension of time as facts justify No price variation shall be allowed during the period of force majeure and liquidated damages would not be levied for this period At the option of University the order may be cancelled Such cancellation would be without any liability whatsoever on the part of the University In the event of such cancellation supplier shall refund any amount advanced or paid to him by the University and deliver back any materials issued to him by the University and release facilities if any provided by the University 41 Annexure 08 DEVIATIONS Bidder s Name and Address To The Registrar Krantiguru Shyamji Krishna Verma Kachchh University Bhuj 370 001 Dear Sirs Sub Supply of against enquiry No dated
20. system is properly used by the faculty students operator 5 Additional information concessions 6 NANO PSA WITH ZETA POTENTIAL MEASUREMENT PARTICLE SEIZER Detailed Specifications Complied Not Complied Nano Particle Size Analyser for measurement of Particle Size distribution Zeta Potential Molecular weight and second viral coefficient determination instrument should comply with ISO 13321 and have following minimum specifications 1 Particle Size Measurement Principle Dynamic Light Scattering with Photon Correlation Spectroscopy 2 Particle size range 0 3 nm to 8 microns Sample Cell Temperature Control Range 1 C to 90 C 4 Sample Concentration Typical sample concentration from ppm to 40 Same instrument should be capable of measuring low concentration samples and also high concentration samples 5 Optical System Dual detector system 90 degree detector for dilute samples and 173 degree back scatter detector for concentrated samples Automatic selection of detector based on sample concentration measurement Independent detector for transmission concentration measurement 6 Laser Source Solid state 532 nm Green Laser with output power 10 mW 11 position ND filter wheel for automatic power optimization 7 Detector Type High Sensitive DUAL PM Tubes for measuring scattered light and Photo Diode detector for transmission concentration measurement Detector Focus position should be software selec
21. 4
22. Bank are bound unto Registrar Krantiguru Shyamji Krishna Verma Kachchh University Bhuj Gujarat Hereinafter called the purchaser in the sum of 0 cecececec cece cc eeeeeee eee eeeeneeeenen ees for which payment will and truly to be made to the said purchaser the bank binds itself its successors and assigns by these presents Sealed with the common Seal of the said Bank this ccceececece cee cee eens ene ee enens ay ofans aei 200 THE CONDITIONS OF THIS OBLIGATION ARE 1 When the successful tenderer does not accept the order after issue of preliminary acceptance letter letter of indent purchase order 2 When the successful tenderer fails to furnish the security deposit within 30 days from the date of issue of preliminary acceptance letter or the letter of indent or Purchase Order 3 When tender is disqualified for reasons outlined in When tenderer alters his prices or withdraws his offer during the validity period We undertake to pay to the purchaser the above amount within one week upon receipt of its first written demand without the purchaser having to substantiate his demand without referring to the supplier and without questioning the right of University to make such demand or the propriety or legality of the demand provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to any of the occurrence of the above mentioned conditions specifying the occurred cond
23. In view of this the supplier shall be required tofurnish a Bank Guarantee 10 of order value as follows against any manufacturing defects poor workmans hip poor performance In case any deficiencies are found during this period the same shall be repaired rectified replaced free of cost BG shall be from any Scheduled Bank or any other bank as approved by University from time to time in the prescribed Performa a Bank Guarantee for 10 of the order value with validity up to warranty period from the date of installation of equipment The University shall at its discretion have recourse to the said bank guarantee for recovery of any or all amount due from the supplier in connection with the purchase order including of guarantee obligations Checking ap proval of supplier s drawings inspection and acceptance of materials equip ment furnishing to effect shipment and or work done byerection installation and commissioning of the equipment by University or any other agency on behalf of the University shall 2 6 2 7 2 8 2 8 1 2 8 2 2 8 3 2 8 4 20 40 not in way relieve the supplier from the responsibility for proper performance during the guarantee period Insurance Supplier shall arrange suitable insurance cover at his risk and cost Removal of rejected goods and Replacement a If upon delivery the material equipment is found not in conformity with the specifications stipulated in the purchase order whether inspected a
24. Inspection checking testing All materials equipment to be supplied against this purchase order shall be subject to inspection checking testing by the University or its authorized representative at all stages and places before during and after the manufacture All these tests shall be carried out in the presence of authorized representative of the University Supplier shall notify the University for inspection of materials equipment when they are ready giving at least 10 days notice Ifupon receipt at our Stores the material equip ment does not meet the 1 10 1 12 1 14 38 specifications they shall be rejected and returned to the supplier for repair modification etc or for replacement In such cases all expenses including to and fro freight re packin g charges transit insurance etc shall be to the account of supplier Inspection by the authorized representative of the University or failure of the University to inspect the material equipment shall not relieve the supplier of any responsibility or liability under this purchase order in respect of such material equipment and it shall not be interpreted in anyway to imply acceptance thereof by the University Whenever specifically asked for by the University the supplier shall arrange for inspection testing by Institutional Agencies such as Lloyds Register of Industrial Services Boiler Inspectorate RITES In such cases supplier shall adhere to the inspection testing procedures laid
25. a Windows based platform and have the ability to control both the MS and specified LC devices and be compatible with Windows XP and Windows Vista The MS control software must incorporate an easy install uninstall wizard INSTRUMENT CONTROL AND DATA PROCESSING UTILITIES Complied Not Complied An embedded personal computer acquisition system EPCAS must be incorporated to the chassis of the instrument to allow data acquisition and dynamic instrument control A fully synchronised real time data display within a window on the monitor must be provided for ion beam and instrument display It must be possible to acquire spectral data in a multi channel analysis MCA profile data mode It must be possible to acquire spectral data in a continuum profile data mode It must be possible to acquire spectral data in a centroid stick data mode It must be possible to acquire spectral data by MS scanning using quadrupole analyser MS2 It must be possible to acquire spectral data by MS selected ion recording SIR It must be possible to acquire spectral data by MS MS precursor ion scanning parent It must be possible to acquire spectral data by MS MS product ion scanning daughter It must be possible to acquire spectral data by MS MS neutral loss and neutral gain scanning It must be possible to acquire spectral data by MS MS multiple reaction monitoring MRM The instrument must be able to acquire simultaneous positi
26. a pin APCI The facility of combined ESI APCI provides the facility of switching between the two ionisation types during a single LCMS experiment An atmospheric pressure chemical ionisation probe APCI must be available as an option for use in the standard source enclosure An atmospheric pressure solids analysis probe must be available as an option for use in the standard source enclosure A combined atmospheric pressure photo ionisation APPI APCI source must be available as an option A nano flow electrospray ionisation source must be available as an option A nano scale separations device etched ceramic tile must be available as an option for nano flow UPLC The device should incorporate an electrospray emitter and integrate with the ion source without the need for tools An atmospheric pressure ionisation source for GCMS APGC source must be available as an option QUADRUPOLE ANALYSER Complied Not Complied The instrument must incorporate a high performance tandem quadrupole mass analyser with inter element beam focusing having a quadrupole travelling wave quadrupole geometry The instrument must incorporate two quadrupole mass analysers MS1 and MS2 each having a mass m z range of 2 2048 amu The resolving quadrupoles must be fitted with quadrupole pre filters to maximise resolution and transmission and also to protect the resolving quadrupoles from contamination All lenses and analyser voltages must be
27. ager for quantitative applications having the additional requirement of Quality Control QC checks to satisfy statutory or regulatory requirements must be available This application manager must compatible with LC MS and LC MS MS data Data can be full scan SIR SIM or MRM Data Acquisition Peak Integration Calibration Quantification and QC calculations must be fully automated Quantification and QC parameters must be stored for each compound and individually selected and loaded into new methods The quantification method editor must be viewable in page view or as a spreadsheet This application manager must allow the monitoring of the molecular ion plus up to 4 confirmatory ions This application manager must update ion ratios and retention times automatically from any sample specified in the sample sequence 16 This application manager must calculate a totals concentration for a group of compounds in the same RT window This application manager must calculate concentration using up to 4 Toxic Equivalence factors This application manager must flag samples in the a browser report when a the ion ratios fall out with the user defined values b the maximum blank acceptance level user input has been exceeded c the maximum concentration limit user input has been exceeded d the concentration is below the reporting concentration limit user input e the concentration falls below the minimum recovery
28. al maintenance support fora period of 3years On Site comprehensive Warranty with 5 years Annual Maintenance Contract The said warranty should coverall Hardware products amp Software The warranty and service shall be provided directly from the manufacturer The supplied products shall reflect with product codes part number for three year warranty on their website or on the call centers Necessary guarantee certificates shall accompany the supplies The tenderer shall be liable to rectify any defects that may be found in the equipment supplied free of cost 3 Installation The installation should be done at the Department of Chemistry Building as mentioned in the Annexure 04 enclosed at no extra cost 4 Response Time The response time of the tenderer to attend to any complaint upon receipt of the complaint information from the user should not be more than 24 hours TENDERER SEAL Annexure 03 Documents to be enclosed The following documents should be submitted along with the bidding form otherwise the bidders are liable to be disqualified 1 2 3 4 3 6 Note 1 2 3 4 All the Supporting documents in respect of Eligibility Criteria i e Registration Incorporation Certificate in support of the existence of the company for required number of years as per the tender schedule eligibility criteria Copies of Purchase Orders in support of the supply of required quantities of items in any of the last three
29. ame permits a quicker and safer removal of the cover at the end of the test avoiding to disconnect electric ignitor cables and or gas ignitor tubes that remain always connected It is possible to use both gas or electric ignitor when a gas ignitor is used the electric one can be used as pilot flame 9 PC based controller with 6 color touch screen interface IP 65 front protection 10 Software characteristics selection of the ASTM IP test method or setup of up to 40 custom methods introduction of the test parameters through the touch screen possibility to change the setpoint during the test selectable rapid preheating in case of sample with high flash point is possible to pre heat the sample at a higher rate to speed up the test search option for sample with unknown flash point selectable cooling time storage of up to 800 test results and possibility to retrieve and print test reports calibration and diagnostic routines 11 LAN connectivity the apparatus can be connected directly to a hub to become part of the user network a software supplied withthe apparatus permits to retrieve data also from another PC 12 Flash point detection through ionization sensor the apparatus also provides an alert if a flash has occurred at the first flame application warning that the test result is not reliable The flash point temperature remains shown on the display until the operator s acknowledgement buzzer to aler
30. ation concessions 7 AUTO TITRATOR SYSTEM Detailed Specifications Complied Not Complied The Titrator should have the capability and dedicated modes to perform all types of Potentiometric titrations like Acid base Non aqueous Argentometric Redox amp KF titration s as well as possibility to do pH mV Temperature amp Concentration Measurements lon concentration measurements should be possible by calibration curve as well as by automatic standard addition for complicated samples It should have a parallel titration facility to perform any two titration application simultaneously without disturbing setup System Should be completely USB based the basic instrument and all the peripheral devices connected to it should be recognized automatically as soon as it is connected to the software It should be possible to connect up to Four Titrating burettes for different types of titrations It should be possible to upgrade the system to connect up to 12 Titrating burettes in the future System should have the facility to connect as many Auxiliary burettes as possible up to 508 for the addition of auxiliary solution or buffer solution needed for titrations and back titrations System should be capable of performing parallel titrations System should have two USB port to connect to Autosamplers PC key board Barcode reader Blue tooth adaptor for printers Dosing Device The Burette Technology should be of t
31. ble to provide required level to spot extractor Bracket should be duly coated with epoxy primer followed by poly urethane base paint at both inner amp outer surface b Extractor Arm In 80 dia anodized aluminum pipe construction with damper valve Arm should have flexible joints to allow necessary adjustment Arm should cover at least 1 5 Dia area Arm length at least 750 mm One end of extractor arm should be fitted with ceiling bracket and the other with extractor dome c Extractor Dome Semi sphere dome dia 350 mm in acrylic construction Dome should have necessary fixing arrangement to attach it to extractor arm Safety shower for Eye wash cum body wash Description Work top mounted Hand held design Safety shower for Eye wash cum body wash with a single double angular faucet and soft plastic cone Make Premier Equivalent Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information co
32. d for any other purpose The supplier shall further ensure that the information given bythe University is not disclosed to any person firm body corporate and or authority and make every effort to keep the above information strictly confidential All such information shall remain the absolute property of the University Supplier s Liability Supplier hereby accepts full responsibility and indemnifies the University and shall hold the University harmless from all acts of omission and commission on the part of the supplier his agents his subcontractors and employees in execution of the purchase order The supplier also agrees to defend and hereby undertakes to indemnify the University and also hold it harmless from any and all claims for injury to or death of any and all persons including but not limited to his her employees and for damage to the property arising out of or in connection with the performance of the work under the purchase order Access to supplier s Premises The University and or its authorized representative shall be provided access to the supplier s and or his sub contractor s premises at any time during the pendency of the purchase order for expediting the supplies inspection checking etc Modifications The purchase order constitutes an entire agreement between the parties hereto Any modification to this order shall become binding only upon the same being confirmed in writing duly signed by both the parties
33. down by such agencies All expenses in this regard including inspection fees shall be to the suppliers account unless agreed to the contrary and specified in the purchase order Packing and Marking All materials equipment shall be securely packed to the requirements of transportation by Air Rail Road Sea All exposed services connections protrusions shall be properly protected All unexposed part shall be packed with due care and the packages should bear the words handle with care The packing requirements of Air Rail Road transport shall be complied with so as to obtain clear Airway Railway Receipt Lorry Receipt i e without any qualifying remarks All packages and unpacked materials shall be marked with the name of Consignor Consignee Purchase order No gross and Net weight sign of handling if any with indelible paint in English atleast at two places In case of bundles metallic plates marked with the above details shall be tagged to such bundles Dispatch of Materials The supplier is responsible for the safe delivery of the goods in good condition at destination stores The supplier should acquaint himself of the conditions relating to handling and transport of the goods to destination and shall include and provide for security and protective packing of the goods so as to avoid damage in transit Validity of offers The offers shall be valid for a period of 60 120 days Depending on the type of equipment from the date of
34. drawers Detailed Specifications and thickness of GI items in each module Cabinet end panels min 1 0 thick GI Sheet Cabinet rear panel and top panel min 1 0 mm thick GI sheet Cabinet base skid 1 0 thick GI Sheet Cabinet drawers 1 0 thick GI Sheet Cabinet shutters amp drawer front panels double skin const min 0 8 mm thick GI sheet Cabinet main frame structure and drawer slide rails 1 6 mm thick GI Sheet Laboratory Furniture Plinth Mounted System 16 ISLAND BENCH TYPICAL UNIT 1 Worktops 18 1mm mm thick high quality granite in jet black colors with edges having round chamfer of 5 mm radius on top side The overhang of granite is 25 mm at front side of understructure 2 Reagent rack Worktop mounted reagent rack in single or double tier design Vertical member and main bracket of the reagent rack shall be in of 0 9 mm thick GI construction duly epoxy coated for excellent corrosion resistance Rack platform shall be in GI construction 3 mm thick Neoprene rubber sheets should be provided on shelves for better corrosion resistance and safety for glass bottles Shelf height shall be adjustable as per requirement 3 Service valves Worktop mounted service valves in forged brass construction in one way or two way design for NG CA amp V Valve knobs shall be in plastic construction generally with color code as per DIN standard Make Premier Equivalent Water taps on sink wherever specified s
35. e automatically lifted above the Extraction system hot plate 04 Programmable Automatic Sequential operation of Boiling Extraction Solvent Recovery for unattended Operation 5 Stage Extraction Process Boiling Recovery of Solvent Extraction Recovery of Solvent B and the final stage of recovery of residual solvent makes it convenient to recover the complete solvent making the operator Free This is truly completely Automatic Function 05 Optical Sensor On solvent recovery tank to prevent Overfilling One of the safety feature in the Gerhardt system In addition the system has Automatic Door which protects the operator in case of splash in the system The heating unit also has excess Safety Keys DIN standards heating Element 06 Three safety temperature plugs For 135 deg C 200 deg C 300 deg C 07 Single Button Operation for easy use An program can be loaded in the memory of the extraction system and with a single one Button the system operation can be started This is highly usefull when one wants to run the same program 08 Thimble basket to hold different at least 4 type Of thimbles The unique design of thimble holder make it convenient to use different size of thimble example 33x 80 mm 33 x 94 mm 25 x 75 mm 40 x 85 mm Depending upon the type of sample to be extracted the thimble can be used 09 Au
36. e week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 12 FLASH POINT TESTER Detailed Specifications Complied Not Complied The apparatus is a benchtop model which houses the mechanical components and a miniature PC with touch screen A software running under Windows Xp permits to select the test method and the test parameters run the test automatically store retrieve and print data diagnose and calibrate the instrument offering in the meanwhile all the features of Windows systems such as LAN connectivity The instrument is equipped with a sensor for barometric pressure for the correction of the results towards atmospheric pressure 1 Enamel finished benchtop steel and aluminium case 2 Cast iron air stove identical to the one reported on the ASTM method 3 Brass oil cup and lid with insulating handle Jacket for glass coated platinum in the cover n 1 platinum with cable and quick connector supplied with the instrument 4 Electric stirrer that stops during flame dipping Stirrer speed 105 rpm for ASTM D93 method A and 250 rpm for method B Other speeds can be selected for custom methods 5 Automatic flame dipping provision for gas or electric ignitor 6 Electric heating 7 Electric cooling fan to cool down the stove at the end of the test 8 Ignition system a slide supporting both ignitor and pilot fl
37. egistrar K S K V Kachchh University Bhuj The Applications can be downloaded from the websites kskvku digitaluniversity ac amp www nprocure com This DD can be submitted alongwith the Tender bids Tender Fee Note Please donot enclose theDD inside the bid Itshould be in a separate envelope Application Fee is Non Transferable 14 Downloading of Tender Documents 02 02 2013 15 Bid Submission Closing Date 16 02 2013 Online ae 18 02 2013 06 00 PM 16 Submission of EMD Tender Fee lIn person Post However for postal delay University cannot and all other Documents according to Annexure 3 in hard copy be held responsible Pre Qualification Technical Bid Opening Date Qualification and 17 Eligibility Stage NA Technical Specifications Bid 19 02 2013 12 00 noon 18 Opening Date g pee ee pening Date 28 02 2013 12 00 noon 20 Place Of Tender Opening In the office of Registrar Krantiguru Shyamji Krishna Verma Kachchh University Bhuj Gujarat 21 Officer Inviting Bids Contact Person Registrar Krantiguru Shyamji Krishna Verma Kachchh University Bhuj Gujarat 22 Address E mail ID pragneshdave rediffmail com 23 Contact Details Telephone Fax Ph 91 02832 235002 Fax 91 02832 235012 24 Eligibility Criterion As per the tender document Annexure 02 29 Procedure For Bid Submission Tenders shall be submitted exclusively in person Post The tender
38. elivery tools must be built into the software and electronics provided with the instrument to be activated deactivated by a user to enable remote secure web based LC MS system monitoring instant alert notification and to provide a direct link to vendor technical experts to maximise system uptime and increase laboratory productivity This must also be fully compatible with wireless networking devices Software tools must be provided that enable a suitably qualified service engineer to monitor and record voltage outputs from the MS electronics e g gas flow temperatures and voltage readbacks without the need to access the electronics directly using a traditional hand held voltmeter This facility must also enable instrument faults to be diagnosed remotely by the vendor via a web based connection It must also be possible to plot these values over extended time periods to show trends and to allow intermittent faults to be captured and diagnosed Supplier shall supply following items along with the instruments Complied Not Complied Atmospheric Solid Analysis probe used for direct analysis of chemical mixer in powder form Compatible PC Printer and UPS N2 Generator Argon gas cylinder The column which can maintain Chemical and Mechanical strength of the particle The column should be able to work in wider pH Range 1 12 C18 2 1 X 100mm 1 7 um C18 3 0 X 100mm 2 5 um C18 4 6 X 100mm 2 5 um Optional item
39. er can download the tender document from the website www nprocure com amp kskvku dig italuniversity ac The tenderers who are desirous of participating shall submit their technical bids price bids as per the standard formats Annexure 11 and Annexure 12 available in the Tender document The tenderer should submit the following documents to the Registrar Krantiguru Shyamji Krishna Verma Kachchh University Bhuj 370 001 Gujarat A DD Payorder drawn in favor of Regsta KS K V Kachchh University Bhuj for the amount amp 1 000 towards Tender fee Application fee for each equipment A DD Pay order drawn in favor of Registrar K S K V Kachchh University Bhuj for the amount 5 of the Order value or maximum of 1 00 000 EMD fee to be Enclosed in s separate cover Technical Bid Annexure 11 along with supporting documents Commercial Bid Annexure 12 All the supporting documents as mentioned in the eligibility criteria All the points Documents in support of Technical Specifications along with make and models of all the items as per the list mentioned in Annexure 05 duly mentioning the make Supporting documents of standard certifications Annexure 02 of tender document duly signed with office seal as a token of acceptance of our sstandard terms and conditions Latest Income tax clearance certificate Listof customers towhom the bidder had supplied identical materials in the past along with P O details and p
40. erformance report Annexure 08 of bidding document The K S K V Kachchh University Bhuj will not hold any risk and Responsibility for non visibitity of the scanned document or the toss in transit 26 General Terms and Conditions As per tender docements 10 11 12 Contents of the Tender Document Schedule of Quantity Eligibility Criteria amp Special Terms and conditions List of Documents to be enclosed List of Addresses Technical Specifications Instructions to Bidders General Purchase Conditions Statement of Deviations Guidelines for Submission of Bank Guarantee Performa for Performance Bank Guarantee Technical Bid Form Commercial Bid form Annexure 01 Annexure 02 Annexure 03 Annexure 04 Annexure 05 Annexure 06 Annexure 07 Annexure 08 Annexure 09 Annexure 10 Annexure 11 Annexure 12 5 Annexure 01 Schedule of Quantity Supply Installation and Commissioning of Scientific Equipment at Center of Excellence in Chemical Science amp Technology Krantiguru Shyamji Krishna Verma Kachchh University Bhuj 370001 Gujarat SLNo Description of Work Quantity Nos Supply Installation and Commissioning of 1 Nuclear magnetic resonance spectrometer NMR 1 2 Preparative High performance liquid chromatography Prep HPLC 1 3 High performance thin layer chromatography HPTLC 1 4 Thermal Analysis
41. erial The bidder shall offer his best realistic and firm delivery which shall be specific and guaranteed Delivery period shall be reckoned from the date of P O which is the first intimation of acceptance of bidder s offer Final date of delivery shall be evidenced by date of dispatch of materials as per transporter s Lorry Receipt Goods Receipt RR PWB AWB For delivery beyond contractual delivery period provisions of General Purchase Conditions shall apply 36 5 2 Early Delivery 10 16 It shall be noted that if an order is placed on higher bidder in preference to lowest acceptable offer in consideration of an earlier delivery the bidder shall be liable to the University the difference between the ordered rate s and the rate s quoted by the lowest acceptable bid in case the tenderer fails to complete the supply in terms of such order within the date s of delivery specified in the tender and incorporated in the order This is without prejudice to other rights of the University under terms of order It is not binding on University to accept the lowest or any bid The University reserves the right to place orders for individual items with different bidders and to revise the quantities at the time of placing the order and in such event also the quoted rates terms and conditions shall apply The order for the materials may also be split up between different bidders to facilitate quick delivery of critically required mat
42. erials University further reserves the right to accept or reject any all bids without assigning any reason thereof Final decision on bids also depends on the components accessories additional features offered The University at its sole discretion unilaterally may change the quantities to the extent of 30 as indicated in tender enquiry The successful bidder shall be bound to supply these quantities at the same rate and on the same terms and conditions Tenderers shall fill in the enclosed proforma with regard to deviations variations Annexure 08 and submit the same along with their offer Orders placed against this tender enquiry shall be subject to General Purchase Conditions of University a copy of which is enclosed Bidders are requested to confirm acceptance of these conditions in to in their offer Make Brand of items offered shall be specified failing which offers are liable to be rejected It shall be appreciated if one copy of detailed descriptive literature pamphlets is enclosed along with the offer which may help technical evaluation In case material offered is ISI marked tested at any Govt recognized test house copies of relevant certificates shall be furnished along with the offer 1 1 1 2 1 3 1 4 1 5 1 6 1 7 1 8 1 9 17 37 Annexure 07 GENERAL PURCHASE CONDITIONS SECTION I GENERAL The following terms and expressions used herein shall have the meaning as indicated there
43. f Kk k We confirm that following are the only deviations and variations from any exception to specifications and tender documents for the above mentioned subject supplies against enquiry No which are irrespective of what so ever has been stated to the contrary anywhere else of our offer These deviations and variations are exhaustive Except for these deviations the entire supplies shall be executed as per specifications and tender documents Further we agree those additional conditions if any found in our offer other than those stated below save that pertaining to any rebates offered shall not be given effect to SL No Description of Deviation Ref of page Clause Monetary Implications of the conditions of bid documents in case of withdrawal in figures in words Note Here the tenderer should indicate the amount of money if any which he would charge extra i e in addition to the rates quoted by him for withdrawal of his conditions deviations and accepting the condition as stipulated in tender documents Use additional sheet of the same size and format if necessary Signature Designation 21 42 Annexure 09 Guide lines for Submission of Bank Guarantee towards Performance Security The Bank Guarantee shall fulfill the following conditions failing which it shall not be considered valid 22 1 Bank Guarantee shall be executed on non judicial stamp paper of applicable value purc
44. g any extension permitted in writing the University reserves the right to recover from the supplier a sum equivalent to 0 5 of the value of delayed materials equip ment for each week of delay and part thereof subject to amaximum of 5 of the total value of the order Alternatively the University reserves the right to give the contract elsewhere at the sole risk and cost of the supplier and recover all such extra cost incurred by the University in procuring the materials from the other source Alternatively University may cancel the Purchase Order completely or partly without prejudice to its right under the alternatives mentioned above In case of recourse to alternative 2 4 2 and 2 4 3 above the University shall have the right to repurchase the materials which is readily available in the market to meet the urgency requirements caused by supplier s failure to comply with the scheduled delivery period irrespective of the fact whether the material equipment is similar or not Delivery Schedule Time is essence of this order and no delay shall be allowed in the delivery time delivery schedule mentioned in the purchase order Performance Bank Guarantee The supplier shall ensure that all materials equipment under this purchase order shall conform to University s requirements and specifications An additional security in the form of Performance Bank Guarantee is essential for satisfactory performance of the equipment over a period of time
45. g with 0 02 accuracy 6 DTA sensitivity shall be 0 001C 7 DTA signal should have provision to convert into DSC mode signal for quantitative studies 8 Thermocouple sensor shall be Pt Pt Rh 9 User replaceable sensor for future with vertical design for sample loading 10 Calorimetric precision should be less than 2 upto 1000C and 5 upto 1600C 11 Temp accuracy and reproducibility should be 0 5C upto 1000C and 1C upto 16000C 12 All the three curves parameters like TGA DTA DTG or DSC to be displayed on single screen 13 TGA should have ultra Microbalance with minimum 0 2 ug sensitivity with top load design 14 Sample size shall be upto 1500mg with sample pan The balance shall have excellent stability with no need for anti vibration table needed for installation 15 Built in Mass Flow controller for two difference gases viz N2 O2 or any other It should also select the flow of gases thru software and shall be displayed on the screen 16 The system shall be supplied with Pt and Ceramic Alumina pans 17 The system should be single beam vertical design with ease of operation for sample loading 18 The system shall be quoted with sub ambient acc to start from 15C onwards 19 The system shall cool down from 1000C to 30C in under 10 minutes 20 The system shall have future upgrade path for FTIR and 21 22 MS for EGA studies Vendor shall quote FTIR for EGA studies with necessary inte
46. hall be with swivel type swan neck spout In case of three way water tap middle tap shall be with swivel type swan neck spout and other two taps shall be with fix type serrated nozzle All valves and taps shall be provided with atleast one meter long flexible tube in appropriate construction as mentioned below with suitable end fitting Make Premier Equivalent Valve Service Flexible Tube Construction Air N2 and other similar gases 4 x 6 PU tube with standard PU fitting in Al construction Low or high vacuum SS braided Teflon tube with BSP F fitting Potable water Nylon braided 8 0 ID PVC hose with 3 BSP F fitting Chilled water As above but with suitable flexible insulation Burner gas ISI Make rubber tube suitable for burner gas Any other service Suitable fitting with prior approval 4 Electrical fittings Such as sockets and switches complete without internal wiring Fittings shall be mounted on Rectangular Electrical Duct Electrical Duct shall be 1mm thick GI construction with epoxy powder coating Each electrical module should consist of North west make or Equivalent 1 6 16 Amp 5 Pin socket 2 16 Amp Tiny Trip MCB Single Phase 230 V 5 Sink In one piece molded Sink in Solid Epoxy Polypropylene PP construction Sink outlet shall be provided with a large bottle trap in PP construction Make Premier Equivalent Floor Mounted Cabinets for Glass ware Storage 16 Cabinet shall be
47. hased in the name of bank Non judicial stamp paper shall be used within 6 months from the date of purchase Bank Guarantee executed on the stamp paper of more than 6 months old shall be treated as invalid The contents of the Bank Guarantee shall be as per our Performa Annexure 10 The Bank Guarantee should be executed by a scheduled bank or banks viz The executor of Bank Guarantee Bank Authority should mention the Power of Attorney No and date executed in his her favor authorizing him her to sign the document or produce the Photostat copy of Power of Attorney All conditions corrections deletion in the Bank Guarantee should be authenticated by signature of Bank Officials signing the Bank Guarantee Each page of Bank Guarantee shall bear signature and seal of the Bank Two persons should sign as witnesses mentioning their full name and address Registrar Center of Excellence in Chemical Science amp Technology Department of Chenistry K SK V Kachchh University Mundra Road Bhuj 43 Annexure 10 BANK GUARANTEE PROFORMA FOR PERFORMANCE SECURITY This agreement has to be executed on a Non Judicial stamped paper worth 100 Whereas the oo eee here in after called The Bidder has submitted their bid dateds acetate cet ees for the supply 9 Of eee eens Here in after called the Bid Jacey KNOW ALL MEN by these presents that WC rine a ETA O E A AE E EEE E E Mead E A NO Hereinafter called the
48. he fraction collector Computer controlled as well as stand alone operation Various rack options compatible like micro titer plate tubes funnel etc Software Software should control the entire system Software must be original license version from principal manufacturer Chromatography software with integrated database Oracle Custom field Custom calculations Report publisher facility for customized reports Truly complies with all C6MP GLP and 21 CFR Part 11 rule Peak purity calculation to distinguish closely related compounds Compatible PC Printer supply along with the system Supplier has to perform installation amp provide application support locally The data can be converted to other formats Spread Sheet software and word processing software can be readily employed to provide data in tables or graphs through industry standard protocols Complete 1Q OQ PQ Should be included and supplied for the System Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to
49. he latest Type and should have a minimum resolution of 1 10000 of its burette Volume and the flexibility to interchange Titrants without contamination The Burette drive should be mounted on top of the Burette so that the electronics in the burette drive is not damaged due to reagent spill or leak The Burette drive should move from top to the bottom of the burette so that no problems due to the air bubble present in the titrant The burette and the tubing s should be emptied out completely with a single Empty command and the new titrant should be filled up to the titration tube tip by a single click PREP command Option to transfer the titrant solutions back to the reservoir during prep empty actions to saves reagents Burette Dosing Units It should be possible to mount on top of the reagent reservoir The latest burette technology should have FOUR ports so that it can help in the complicated liquid handling functions Burettes volume of 2 5 10 20 and 50 ml should be available Burettes can have maximum inaccuracy of 0 0325 of their total volume Dosing drives with chip on board technology with the capability of read write The Chip on Board Technology on the Dosing Drive amp the Dosing Units burettes with a Data chip which can store following information Dosing Drive Order number Serial Number of Dosing Unit and Cylinder Serial Number Burette volume The Burette volume once sensed should not be
50. in Supplier Vendors shall mean the individual firm or company whether incorporated or otherwise in whose name the purchase order is addressed and shall include its permitted assignees and successors Purchaser shall mean Coordinator Center of Excellence in Chemical Science amp Technology Department of Chemistry Krantiguru Shyamji Krishna Verma Kachchh University Bhuj Reference The purchase order number must appear on all the correspondence packing slips invoices drawings or any other document or paper connected with the purchase order Waiver Any waiver by the purchaser of the terms and conditions of the purchase order shall not constitute any right for subsequent waiver of any other terms or conditions Sub letting and Assignment The supplier shall not save with prior consent in writing of the University sublet transfer or assign this order or any part thereof or interest therein or benefit or advantage thereof in any manner whatsoever provided nevertheless that any such consent shall not relieve the supplier from any obligation duty or responsibilities under the contract Information Provided by the University All drawings data and documentation that are given to the supplier by the University for the execution of the order are the property of the University and shall be returned when demanded Except for the purpose of executing the order of the University the supplier shall ensure that the above documents are not use
51. isplay with capability for online graphical display of reaction parameters like pressure power and temperature and review of previous reaction runs Direct printout to PDF files or export of data to excel via USB ports Camera for monitoring the reactions should also be quoted as an option 17 The system should be upgradable with an autosampler with minimum 24 reaction vessels handling 10 mL and 30 mL for unattended operation 18 Required consumables for trouble free operation of the instrument should be quoted 19 Suitable air compressor for operation of the instrument and cooling of reaction vials after a reaction is over should also be quoted optionally Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 11 ATOMIC ABSORPTION SPECTROPHOTOMETER Detailed Specifications Complied Not Complied Supply of PC controlled double
52. ition or conditions Notwithstanding any thing contained in the foregoing our liability under this guarantee is restricted to Rupees only Our guarantee shall remain in force until _ Unless a claim within 3 months from that date all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liability thereafter We Bank Limited lastly undertake not to revoke this guarantee during its currency except with the previous consent of University in writing Date the Day 200 for Bank Ltd Signature Designation Address Seal 23 44 ANNEXURE 11 TECHNICAL BID FORM S No Documents Copy submitted or not Yes No 1 The Company the tenderer should be in existence for the last 5 Years As per Annexure 02 The Company the tenderer should have earlier supplied TWO FIVE TIMES the quantities of the items being in the current tender in any of the last two financial years to the Universities or Research organizations The tenderer should be a Manufacturer or the authorized representative of equipment or other respective products items The tenderer tenderer s group should have a turnover a minimum of more than 5 times the Bid value of the tenderer in each of the last three financial years Audited financial statements that is Balance Sheet Income amp Expenditure and Profit amp Loss accounts in support of having required turnover in each of the la
53. ly protected for safety reasons to no greater than 80 degrees Celsius on the outer surface All gas flows must be fully integrated into the source so that no tubing connections are externally exposed The source must include the facility to de cluster ions formed at atmospheric pressure The desolvation and cone gas must be supplied via digitally controlled mass flow meters and be controlled via the data system The ion source must be able to use Zero Grade Nitrogen standard lab grade for the desolvation and cone gas The ion source must be able to accept involatile HPLC buffers Positive and negative ionisation capabilities must be included as standard on the instrument All source voltages must be under data system control and must incorporate active readbacks A high efficiency stacked ring device must serve as an ion guide between the source and the analyser IONISATION SOURCES Complied Not Complied Electrospray ESI must be provided as standard with the instrument The ESI incorporates a heated gas flow separate from the probe nebulizer for efficient desolvation No supplement heater or probe is required to work over the 5 2000PIL min flow range The probe must incorporate the facility to adjust the A combined ESI APCI source must be provided as standard with the instrument ESI and APCI ionisation is achieved using a single probe Voltage supplies are alternated between the probe ESI and the coron
54. make sure the system is properly used by the faculty students operator 5 Additional information concessions 3 HIGH PERFORMANCE THIN LAYER CHROMATOGRAPHY SYSTEM HPTLC Detailed Specifications Complied Not Complied Sample Applicator for HPTLC It should offer Spray on technique Dot or line application Programmable via keyboard or via Computer Sample should be applied up to the size of 200 x 200 mm on HPTLC Plates TLC Plates or foils as dot or line Filling and Dosing Syringe 2 line LCD Display the battery buffered memory should hold ten different methods Windows based integrated Software Graphic mode Display of the true picture of the plate Application rate 3 120 s uL Resolution 2000 steps uL Applicator alongwith Scanner cum Densitometer should be possible for compatibility to offer complete workstation for quantitative HPTLC Computer should monitor both Applicator and Scanner Densitometer Integrated Software should allow all the parameters necessary for application and subsequent quantitative evaluation to be entered in one operation Densitometer cum Scanner Automatic control of monochromator and all three lamps Deuterium Halogen and Mercury The optical components should be flushed with nitrogen The size of sensing light beam should be adjusted by computer Slit widths from 0 4 to 10mm and slit heights from 20um to 2mm Two wavelength measurement to compensate differences in plate backgro
55. ment must exhibit a mass drift of less than 0 1Da in 24hrs LINEARITY OF RESPONSE The linearity of response relative to sample concentration for a specified compound must be 5 orders of magnitude from the limit of detection POLARITY SWITCHING The instrument must be capable of acquiring data alternating between positive and negative ion modes The time taken to switch between polarities inter scan delay prior to acquiring data in that ionization mode must be no more than 20 ms MRM SIR ACQUISITION TIMES The instrument must be capable of acquiring acquire data in MRM or SIR mode using a minimum dwell time of 3ms per channel with inter channel delay and the inter scan delay set at 3ms without significant degradation in chromatographic peak height MRM INTER CHANNEL CROSS TALK The inter channel cross talk between two MRM transitions sharing a common daughter ion and acquired using an MRM dwell time of 10ms and an inter channel delay time of 10ms must be less than 0 02 COMMISSIONING SPECIFICATIONS Complied Not Complied MRM SIGNAL TO NOISE DEFINITION For the purposes of the following specifications signal is defined as the height of the chromatographic peak of interest and noise is defined as the RMS root mean square of the signals for a continuous background section of the mass chromatogram ELECTROSPRAY SENSITIVITY POSITIVE ION A 1pg on column injection of reserpine with a mobile phase flow of 0 8mL min
56. ncessions 35 Annexure 06 Instructions to Bidders Downloading of Tender Documents 02 02 2013 06 00 PM Bid Submission Closing Date Online 16 02 2013 06 00 PM Submission of EMD Tender Fee Other 18 02 2013 06 00 PM Documents etc Due date of opening of Technical Bids 19 02 2013 12 00 noon Due date of opening of Price Bids 28 02 2013 12 00 noon The instructions given below must be read very carefully as failure in compliance with any of these may render the offer liable for rejection If a bidder has any doubt about the meaning of any stipulation herein General Purchase Condition specification ofmaterials orany other enclosed document he should immediately obtain the clarification information in writing 1 1 1 1 2 1 3 5 0 5 1 16 Earnest Money Deposit EMD Offers must accompany EMD by way of DD Pay Order drawn in favor of Registrar S K V Kachchh University Bhuj and payable at any of the scheduled bank branches situated in Bhuj Submission of EMD in any other form shall not be considered and treated as disqualification The DD EMD should be kept separately in a sealed cover duly super scribing EMD The EMD shall be forfeited if i Bidder withdraws the bid before expiry of its validity ii Successful bidder does not accept the order or fails to enter into a contract within validity period of offer iii Successful bidder fails to furnish Security Deposi
57. nd approved earlier or otherwise such material equipment will be rejected by the University or his authorized representative A notice to this effect shall be issued to the supplier normally within 30 days from the date of receipt of materials at our Stores b Supplier shall arrange suitable replacement supplies and remove the rejected goods within 30 days from the date of notice failing which the goods shall be dispatched to vendor by road transport on Freight to pay basis at supplier s risk and cost c External damages or shortages that are prima facie as a result of rough handling in transit or due to defective packing shall be intimated to the supplier within a period of one month of the receipt of the materials spares etc In case of internal defects damages or shortages of any internal parts which cannot ordinarily be detected on a superficial visual examination due to bad handling in transit or defective packing or any other reason it should be intimated to the supplier within 3 months from the date of receipt of the material In either case the damaged or defective materials should be replaced by the supplier free of cost d If no steps are taken within 15 days of receipt of intimation of defects or such other reasonable time as the University may deem proper to afford the University may without prejudice to its other rights and remedies arrange for repairs rectification of the defective materials or replace them entirely and
58. neous Preparation and Empty of all connected dosing devices till the end of the anti diffusion valve in a single click Unlimited number of parallel tasks Possibility of multitasking like method creation during preparation of dosing devices etc Method test to check for the syntax errors Powerful run test to check all physical instruments dosing devices connections Provision to save the SOP of the titration as Application note along with the method itself Powerful IF commands to perform actions based on conditions Case Error commands to perform actions based on logical decisions Other types of evaluations like Fix End point evaluation Minimum maximum evaluation Break point evaluation Gran evaluation to evaluate non S shaped curves Possibility to include any number of commands like Measuring adding of solutions titration in a single method Live display with different axis and possible to view measured value calculated value Ist derivative ERC etc Live modification of method parameters like stop volume Hold function halts the ongoing titration and dosing activities Result trend analysis History about the each determination should be available Setting limits for results to control the process and possibility of receiving email whenever it is violated Quick filter special filter functions to trace the required data quickly Electronic signature to prevent tampering of data Contr
59. nts Compressibility compensation Automatic amp Continuous Gradient Quaternary low pressure Plunger seal wash Integral active programmable Gradient curve 11 Flow accuracy 1 Operating pressure Maximum 6000 psi Leak test fully automatic diagnostic Degasser Prep degasser Manual Injector Dual injector having analytical and preparative injector amp either of injector can be inline for operation having 100 ul 5 ml loop Column Analytical column C 18 250 x 4 6 mm 5 um Preparative column C 18 250 x 30 mm 5 um Analytical column C 8 250 x 4 6 mm 5um Preparative column C 8 10 um 250 x 50 mm Analytical Silica 250 x 4 6 5 um Silica column 250 x 20 mm 5 um preparative column Cyano 250 x 4 6mm 5um analytical column Cyano column 250 x 20 mm 5 um preparative column System should have the capability to perform at column dilution Photodiode Array Detector Wavelength range 190 to 800 nm Wavelength accuracy 1 nm Data acquisition rate Up to 80 Hz Light source Deuterium arc lamp Specially designed flow cell for maximize energy output Standard analytical flow cell Simultaneous 2D and 3D operation Lamp optimization Automatically maximize signal to noise ratio for sensitivity extend the useful life for the lamp for consistent result over time Semi Preparative flow cell Fraction collector Compatible flow rate up to 300 ml min Key board amp LCD screen on t
60. ol chart overlay curves recalculation facilities Reprocessing with various options like changing the sample size changing the End Point Recognition etc even after the completion of titration but still should keep the original raw data Export and import of data s in different formats like CSV to excel XML to LIMS etc Custom reports with the desired logo Possibility to connect a Balance to automatically transfer the weight data The titration system should have the above features and should be offered 16 with the following 1 Main Titration Instrument 1 NO 2 Dosing Devices Drives 2 Nos 3 Burettes Dosing Units of 10 ml for KF and 20 ml x 3 no Acid base Non Aque Argentometric each Total 4 Nos 4 Intelligent Combined Glass Electrode for pH measurements and titrations 1 no 5 Intelligent Electrode for Non Aqueous Titration 6 Electrode for the Argentometric Titration and Redox titration with required cable 7 Karl Fischer Titration sets consisting of vessels lid Double Pt electrode O rings gaskets etc 1 no 8 Titration stand 2 nos 1 with magnetic stirrer and 1 for KF titrations with magnetic stirrer and built in diaphragm pump with connecting cables with main instrument 9 Suitable software to handle parallel titration and entire titrimetric application Recommended spares and consumables should be offered separately for two years trouble free operation
61. ple batch analysis mode This software must incorporate at least two different automated peak detection algorithms Quantification parameters must be stored for each compound and individually selected and loaded into new methods This software must have the ability to simultaneously process quantification data and acquire samples using the same software interface This application manager must be designed to work within the FDA s guidelines for security providing tools to enable compliance on electronic records and electronic signatures 21 CFR part 11 This application manager must have the facility to generate a report for viewing or exporting to a third party system The report must be stored and reprocessed independently of the original raw data which does not need to be carried out on the data acquisition PC This application manager must be capable of automatically optimising MS MS conditions and generating an MRM acquisition method that is stored for later use This application manager must be capable of automatically acquiring data based on the automatically generated MRM method This application manager must be capable of automatically generating a quantification method that is stored to file for later use This application manager must be capable of automatically processing data using an automatically generated a quantification method 16 Targeted quality control quantification software An application man
62. provided with 1 adjustable shelf Proper design stiffening structural members should be provided for strength and rigidity Front door of the cabinet shall be in twin door design having glass panel with metallic frame in galvanized iron anodized aluminum construction Dimension and constructional detail of the cabinet is furnished below General Specifications Overall Dimensions W 450 mm x Depth 340 mm x Height 643 mm W 600 mm x Depth 340 mm x Height 643 mm W 750 mm x Depth 340 mm x Height 643 mm W 900 mm x Depth 340 mm x Height 643 mm No of Shelves 1 shelf forming 2 compartments Shelf should be adjustable in height Construction Detail End Panel Top Panel amp Bottom Panel 1 0 mm thick Galvanized Iron Sheet Rear panel 1 0 mm Galvanized Iron Sheets 16 Front door 5 mm thick glass with metallic frame metallic doors with locks in G I const Shelf 1 2 mm thick G I Sheet Door supporting frames 1 6 mm thick G I sheet Door Hinges In non ferrous const zinc Al alloy const suitable for 270 Door opening Make Hattich Equivalent Door Handles SS 316 L const Spot Extractor Description Fumex Sweden make spot extractor with 350 dia dome Flexible spot extractor to have mainly following components a Ceiling bracket In 80 dia CRC pipe construction with necessary provision to connect Exhaust duct Height of the ceiling bracket should be suita
63. re and alarms Broad fractions rack capacity to collect minimum 125 fractions amp can be enhanced further if required Ability to add and remove fractions racks during the run Variable dual wavelength detector 200 800nm preferably with accuracy 1nm with PDA scanning facility Should have 2D amp 3D spectral scan data feature which helps in purity assessment of the eluted compound saving post purification TLC time Should have facility to connect and communicate send and receive signals with a third party detector Evaporative light scattering detector having sub ambient temperature evaporation feature to maximize response of thermally sensitive compounds RI etc and fractionate on the received signal 1 Higher volume racks for fraction collector 2 System should have the capacity to perform purification with up to 750g and above normal amp reverse phase columns Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the
64. readings 16 per second for correction of fast background peaks and best accuracy High intensity long life deuterium arc lamp to provide 175 425nm correction range Correction to 2 5 total absorbance Programmable Flame Control Automatic setting of flame type and gas flows from stored conditions Programmed ignition and shutdown sequences Automatic change of flame conditions during automatic multi element operation May be programmed to automatically extinguish the flame at the end of an analysis Interlocks to monitor air acetylene and nitrous oxide pressure burner presence burner type liquid trap level presence of nebulizer and pressure relief bung oxidant flow flame condition and mains power Ignition is to be prevented or flame shutdown if a fault if detected Screen display of interlock status Flame Atomization System Pre mix design with solid inert polymer mixing chamber All titanium burner construction Separate air acetylene and nitrous oxide acetylene burners designed for reduced carbon build up Nebulizer with platinum iridium capillary and tantalum venturi for resistance to acid attack Adjustable sample uptake rate with locking mechanism Inert impact bead Interlocked nebuliser bung and pressure relief bung Integral liquid trap with liquid level interlock Quick change mounting to enable easy change over to graphite furnace Automatic Burner Movement Automatic motorized height and horizontal adj
65. ressure ionisation API LC interface that includes the source and spraying units Samples may be introduced by direct infusion in solution or the system may be interfaced directly to an HPLC or UPLC system The ion source must be of a dual orthogonal design The nebulized spray must be positioned with the sprayer orientated orthogonally to the sampling aperture and positioned off axis for maximum source longevity and analyser protection against dirty samples The LC inlet probe must be positioned vertically to minimise system footprint reduce length of connecting tubing and the potential for chromatographic peak broadening The sampling cone must be removable by hand without the need for specified tools The outer ion source enclosure must be removable without the requirement for tools to allow easy access to the spraying elements for cleaning without the need to remove the ion source enclosure A toughened glass window must be incorporated into the ion source housing to allow easy viewing of the source The source chamber must be internally illuminated for clear viewing p A source isolation valve must be fitted to allow the source elements to be removed for cleaning without breaking instrument vacuum maximising instrument up time The isolation valve must be operable without the need for tools The ion source must operate up to a maximum temperature of 650 degrees Celsius The outer source enclosure must be thermal
66. rface from same vendor preferably Single PC control for EGA will be preferred i e both for FTIR and STA Various Metal Reference Materials for DSC calibrations to be included in offer The system should have built in Windows 7 based software with 8 modules to be controlled simultaneously It should also include Kinetics software along with main unit Standard software shall have the flexibility of various standard calculations like onset peak area compare derivatives subtraction wt loss overlay of curves delta Y calculations multi step programming gas swith over heat cool etc Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 5 FLASH CHROMATOGRAPHY Detailed Specifications Complied Not Complied A Gradient Pump Flow Rate Solvent Lines Sample loading B Interface Columns Real time method change facili
67. s Graphite Furnace Automated graphite furnace system comprising of graphite furnace power supply and workhead plus programmable automatic sample loader To be controlled by the instrument computer Temperature range ambient to 3000 C Sec Computer controlled maximum heating rate of 2000 C Sec Water recirculator and inert gas cylinder with regulator Hydride Generator Automatic continuous flow hydride generation system for the analysis of the hydride forming elements arsenic selenium bismuth germanium antimony tin tellurium as well as mercury by the cold vapour technique with detection limits of less than 1 ppb and typical precision of 1 Hollow Cathod Lamps HCLs as per the requirement Super Lamps Super Lamps as per the requirement Local Items Suitable computer with printer air compressor fumehood with fume extraction system water recirculator for graphite furnace and gas cylinders for acetylene nirous oxide and argon with regulators Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For on
68. s 6 It should accept a variety of collection bottles and vials such as 240ml and it should be possible to mount these collection bottles to the concentration unit without sample transfer 7 A waste bottle Not supplied of 2 5 liter will be preferable as bottle change will be less frequent 8 Individual pressure gauge for each extraction cell will be desirable 9 It should be possible to detect a problematic and leaking or clogged position to be alerted by the wizard which then allows the position to be deactivated individually 10 Integrated solvent controller allows mixing and delivery of up to four solvents 11 There has to be multiple layers of safety tools available either in the integrated but optional software or using the PC software A tightness test at the beginning of each run a flow test and a leak test must be possible for verifying the safety of operation using the equipment 12 LCD Display programmable methods data storage and interface with PC are required features Documenting the whole process using the PC software changing the pressure during a run is also required 13 The offer must include one full set of extraction cells of both the volumes and their start up kits as required one set of collection vials and consumables like extraction sand Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bh
69. s Complied Not Complied Compatible ELSD detector to connect and control by existing Waters UPLC system Nebulizer Front mounted snap in design Temperature control nebulizer chamber Heater 0 to 100 thermally control cooler on off Gas Nitrogen gas supply arrange by supplier Temperature range drift 0 1 C increment feedback accuracy to 0 1 C Eluent flow rate 100 water at 2 ml min Optics Heated optics 50C Light source Tungsten Detector PMT Digital data 24 bit digital data 80 Hz Compatible Fluorescence detector to connect and control by existing waters UPLC system Excitation wavelength range 200 to 890 nm Emission wavelength range 210 to 900 nm Bandwidth 20 nm Data acquisition Up to 80 Hz Light source Hg Xe arc lamp Flow cell design Special axial designed for maximum Cell volume lt 2 ul The data can be converted to other formats Spread Sheet software and word processing software can be readily employed to provide data in tables or graphs through industry standard protocols Complete IQ OQ PQ Should be included and supplied for the LCMS System Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Ann
70. st three financial years IT returns for the last three financial years Technical Specifications of Annexure 05 Complied or Not Complied report along with supporting documents of the items bided items 1 to 9 for the scientific equipment clearly mentioning the make and model The latest Income Tax Clearance Certificate List mentioning the addresses and contact persons with phone numbers of the Service Centers 10 The list of customers to whom the bidder had supplied identical materials in the past along with P O details and performance report if any Annexure 08 24 45 ANNEXURE 12 COMMERCIAL BID FORM To be Submitted online only Sr Description of Work Equipment Quantity Price in Foreign No names No Exchange Equivalent inclusive of all Taxes 1 Nuclear magnetic resonance spectrometer NMR 2 Preparative High performance liquid chromatography 3 High performance thin layer chromatography HPTLC 4 Thermal Analysis Equipment TGA DTA DSC 5 Flash Chromatography 6 Nano Particle size analyzer with zeta potential 7 Autotitrator with software 8 Accelerator Solvent Extractor 9 Oil extractor 10 Microwave Synthesizer 11 Atomic absorption spectrometer AAS 12 Flash point tester 13 Tandem Quadrupole Mass Spectrometer 14 Laboratory Furniture and Accessories 2
71. t the user 13 Safety device is provided to stop the analyzer if a flash has not been detected at a temperature 30 C over the present value This safety device could be excluded to perform search tests 14 English written user manual Microsoft Windows Xp original license 15 Necessary apparatus accessories and consumables like oil cup Lid probe Electric ignitor Gas ignitor Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 13 TANDEM QUADRUPOLE MASS SPECTROMETER This instrument specification is for a bench top tandem quadrupole mass spectrometer configured for integrated LC MS MS analysis This instrument specification is for a bench top tandem quadrupole mass spectrometer configured for integrated LC MS MS analysis Detailed Specifications Complied Not Complied ION SOURCE General The instrument must be equipped with an atmospheric p
72. t within one month from the date of issue of P O The EMD of unsuccessful bidders shall be returned as soon as the tenders are finalized Acceptance of University Payment Terms The standard payment terms shall be 100 of all inclusive price of the materials will be paid on receipt and acceptance of the material in good condition installation and commissioning of the equipment supplied at site and after furnishing of Bank Guarantee for 10 of the contract covering the guarantee period subject to penal provisions applicable in case of delay in supply and commissioning as per the condition 2 4 of annexure 07 Price Basis The prices quoted shall be on FOR destination basis as per annexure 04 and also shall include a Transit Insurance b All Taxes Duties and Levies Cost Compensation for Deviation Deviations specifically declared by the bidders in respective Deviation Schedules of Bid Proposal Sheets only will be taken into account for the purpose of evaluation The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the Deviation Schedules Offers should strictly be in conformity with specifications drawings samples as stipulated in the enquiry In case no deviations are indicated it shall be taken for granted that item s has have been offered strictly as per the requirements given in the enquiry Delivery Delivery Schedule The Supply Installation and Commissioning of the mat
73. table i e cell wall or cell centre 8 Zeta potential Measurement principle Laser Doppler Electrophoresis with a dedicated PMT detector 9 Zeta potential amp Electrical mobility measurement range 200 mV to 200 mV Sa 15 um cm V s to 15 um cm V s 10 Molecular weight Measurement principle Debye Plotting with static light scattering intensity 11 Molecular weight Measurement range 1 x 10 to 2 x 10 g mol 12 Software should have the Real time display of the autocorrelation function display of the median diameter specific surface area mode diameter average diameter standard deviation coefficient of variation span value percentage diameter Z average polydispersity index viscosity electropheretic mobility etc 13 PC Printer and UPS Latest configuration PC colour Laser Jet Print and UPS for the analyser Mandatory requirements 1 Undertaking for providing required spares for the equipment 2 Quote price to CIP Bhuj Instruments clearance Certificate DSIR will be provided by KSKV Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional inform
74. tomatic Control of Water amp Air pressure Water is highly required for condensation of evaporating solvent The Air pressure is required for Lift of Beakers Lowering of beakers amp recovery of the solvent The status are continuously monitored by the system 10 Software by soxtherm manager Yes Programming of Various types of Extraction Programs Control amp Monitor upto 4 Extraction Systems Diagnostic Functions for an ideal Extraction process 11 System status Monitoring By PC 12 Compressor For Air supply for lifting of the beakers Lowering of beakers Recovery of the solvent the air is used JUN AIR compressor are world class noise free operation system designed for lab use 13 Extraction Beakers 6 No Beaker 54 x 130mm Supplied along with the system 14 Holders for extraction thimbles Thimble basket unique design for holding thimbles of different size is supplied the 15 Tong For holding the beakers 16 Thimbles 33 x 80 mm 25 Nos Yes 17 Box of Boiling Stones 250gm Yes 18 Insert rack for Extraction beakers Yes 19 Tubing set amp Data Cables Yes Water amp Data cables CD ROM with SX PC Quick Start instruction Software Key SWT RS Adapter Data cable RS 232 USB RS 232 Adapter 20 TECHNICAL INSTRUMENT Sox 416 Cooling water pressure
75. ty Automated creation method Min 1 0ml min Max 200ml min Pressure in the range 120 150psi Independent Four solvent quatro binary gradient capability wherein it should be possible to use all the four solvents in binary combination in a single run and should have the ability to add third co solvent during a binary gradient Provisions for Liquid loading on cartridge Bulk media loading on the cartridge System should have space saving touch screen controlled graphic user interface with Chromatogram storage processing and retrieving facilities Suitable cartridge columns for sample from 100mg to 30g Cartridge construction material should be USP Class VI compliant Should be able to use cartridges as segmented cartridges Should include Normal silica and C18 columns of all sizes Change solvent composition flow rate fraction settings during purification and running condition Facility to create accurate gradient methods based on entered TLC data The software must have a gradient optimization Cartridge and sample load recommendation features Sample loss prevention C Fraction Collector Detection D Other features feature which converts a linear gradient method to solvent saving step gradient method Should have isocratic hold facility List of column cartridges with maximum recommended sample load under gradient elution Sample loss prevention featu
76. ual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 14 TECHNICAL SPECIFICATIONS FOR LABORATORY FURNITURE amp ACCESSORIES TECHNICAL SPECIFICATION FOR LABORATORY BENCH COMPONENTS Plinth mounted system General Description These are Laboratory Work Stations available in 2 heights of 900mm and 750mm in metallic Construction designed to have completely flexible modular system Each module will have independent base frame Necessary leg space will be provided between two modules wherever required Rear portion of the leg space will be covered with the enclosure panel Work table shall consist of a Under bench cabinet In GI construction duly finished with epoxy powder coating front panel of the cabinet door and drawer shall be in double skin construction Door hinges will be in SS construction of Hattich Make Shutter will have 110 opening Cabinet will be provided with one shelf Drawer rails will have the rollers in nylon construction with sealed ball bearing All fasteners shall be in nickel plated steel SS construction Handles shall be in SS 304 construction in C type design All Modules shall be available in different options such as module with shutter module with one shutter one drawer or all
77. uj Instruments clearance Certificate DSIR will be provided by K S K V Kachchh University Bhuj 3 The bidder has to mandatorily provide 3 years comprehensive warranty for the full system and total 5 years Annual Maintaince Contract AMC failing which the quotation will be summarily rejected at the time of technical bid opening 4 Training For one week should be carried out to make sure the system is properly used by the faculty students operator 5 Additional information concessions 9 OIL EXTRACTOR INSTRUMENT Detailed Specifications Complied Complied Not 01 6 Place Extraction System 6 samples can be simultaneously extracted by controlled PC 02 Automatic Solvent recovery in in Built Solvent Tank With Built in Tank and operator need not handle Hot Solvent and is safe to operate This also makes it possible to recover high amount of Solvent Illuminated glass beakers should allow easy visual inspection of extraction process 03 Automatic Raising amp of Extraction beakers Lowering This is really an Automatic function In case of Power or water failure the beakers are automatically lifted above the heating Plate In Addition one can load the sample and program the system at a predefined time The system will automatically lower the beakers on the extraction system and the analysis starts After the end of the Extraction the beakers ar
78. und and inhomogeneous background multiple wavelength measurement for the optical resolution of fractions which are not adequately separated chromatographically Chromatograms should be recorded automatically at up to 30 different wavelengths 3 D presentation of this measurement should be clear and informative Technical Specs Electronics dynamics 1 10 19 bit AD Converter Operation Windows based Software Graphics 2 D 3 D and text input Measurement methods Reflectance Absorbance or fluorescence Linear Scan and Meander Scan Two wavelength measurement multi wavelength measurement On line integration Calibration Linear Polynomial or Michaelis Menten function Spectra Any desired range between 190 and 900 nm Automatic filter and lamp change Twin Trough Chambers 100 x 100mm and 100 x 200mm Simultaneous Separating Chamber to hold five 200 x 200n mm HPTLC TLC plates for quantitative trace analysis TLC Rapid Test Set with H Separating Chamber Application Templates 100 micro capillaries a Liphophillic and hydrophilic dyestuff test solutions 100 HPTLC ready to use plates K60 F 254 Practical Book for TLC UV Cabinet with two UV Lamps for 254 and 366 nm SCHOTT special filters viewing window made of polyacrylate glass and provides adequate protection from reflected short wavelength UV light Photodocumentation System with Digital Camera UV Cabinet and interface HPTLC System should
79. upply failure to the instrument A connection must be available at the rear of the instrument for draining solvent to a suitable reservoir An infusion device must be integral to the instrument and must be controllable from the instrument software At least 2 user changeable sample vials should be built into the system to allow tuning and calibration solutions to be infused into the probe via a selection valve LC AND ANCILLARY DEVICES Complied Not Complied The MS should be able to utilize the existing Waters UPLC System as front end without compromising the technical specifications The MS acquisition software must allow full system control over UPLC type systems Control and data acquisition must be provided within the MS acquisition software for a number of different types of single channel multi channel and diode array UV detectors The MS acquisition software must incorporate a HPLC inlet configuration wizard that allows the user to easily configure their specified LC pumps A capability to monitor analogue channels must be available for interfacing up to 4 ancillary LC detectors UV ELSD etc External contact start stop events must be provided to the rear of the instrument via a user I O board SOFTWARE Complied Not Complied The PC must be configured with a Microsoft Windows operating system featuring a graphical user interface with multiple windows pull down menus and toolbars The MS control software must be
80. ustment of the burner Motorized burner rotation allowing the burner angel to be set as part of a method Rotation angle from 0 to 90 degrees settable to 0 1 degree Electronic Sample Viewing In line colour video camera allowing viewing of the flame or graphite furnace tube in real time Essential for graphite furnace method development to view the sample as it is injected right upto atomization Performance Guarantee Greater than 0 8 abs for 5 mg L copper solution with an RSD of less than 0 5 on the same measurement Computer System An IBM compatible computer incorporating an intel Pentium or AMD CPU technology A minimum of 500 MByte RAM one parallel port four USB parts a minimum of 50 GByte data storage capacity USD mouse and 16 101 key keyboard Software Microsoft Windows Vista operating platform for true multi tasking as well as controls for atomic absorption spectrophotometer graphite furnace furnace autosampler method development sample analysis report generation and results modules Quality Control Protocols Complete range of quality control functions including check samples spike recovery upper and lower QC limits calibration correctness Checks to be carried out at pre determined intervals based on time or number of samples analysed Alternately checks to be carried out randomly All checks to have operator settable failure limits and failure actions Flagging for all failed test
81. ve and negative ion data during a single LC MS experiment The instrument must be able to switch cone voltage and collision energy on a per function basis during a single LC MS experiment When acquiring in MRM mode it must be possible to trigger the acquisition of a product ion scan It must be possible employ a dual acquisition mode to simultaneously acquire multiple MRM channels for quantitation of targeted analytes in parallel with MS full scan parent ion scan and neutral loss in both positive and negative ion modes to enable the continuous monitoring of all ions across a defined mass range INSTRUMENT MANAGEMENT AND ANALYTICAL APPLICATIONS SOFTWARE Complied Not Complied Instrument set up The system must include an automated tuning facility for hardware set up The system must include an automated calibration facility for hardware set up The system must include an automated method development tool in the software to allow creation of multiple reaction monitoring methods for compounds introduced from the instrument sample vials The MS acquisition method editor must have a facility to enable automatic setting of MRM dwell time inter channel delay and inter scan delay times based on the expected average chromatographic peak width to ensure optimal data acquisition rates are maintained for the highest quality of analyte qualification The instrument control software must include a facility to automatically report

Download Pdf Manuals

image

Related Search

Related Contents

White Paper: Precision Optical Bandpass Filters  FOR MODEL OPAL-100/200 RUBY-100/200  Emerson Fisher 1061 Installation Instructions  

Copyright © All rights reserved.
Failed to retrieve file