Top Banner
BID DOCUMENT (YC) Page 1 of 55 CENTRE FOR CELLULAR & MOLECULAR BIOLOGY UPPAL ROAD, HYDERABAD (Telangana) INDIA 500 007 BID DOCUMENT (Global / Open Tender) Hard Copy of the Bid to be submitted to: Stores & Purchase Officer Centre for Cellular & Molecular Biology Uppal Road, Hyderabad 500 007 (Telangana) INDIA Ph: +91-40-27192687 Fax: +91-40-27160996 E-Mail: [email protected] Website: http://www.ccmb.res.in
55

BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

Feb 06, 2018

Download

Documents

lekhue
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 1 of 55

CENTRE FOR CELLULAR & MOLECULAR BIOLOGY

UPPAL ROAD, HYDERABAD (Telangana) INDIA – 500 007

BID DOCUMENT (Global / Open Tender)

Hard Copy of the Bid to be submitted to:

Stores & Purchase Officer Centre for Cellular & Molecular Biology

Uppal Road, Hyderabad – 500 007 (Telangana) INDIA

Ph: +91-40-27192687 Fax: +91-40-27160996

E-Mail: [email protected]

Website: http://www.ccmb.res.in

Page 2: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 2 of 55

CHAPTER – I: NOTICE INVITING TENDERS (NIT)

Director CCMB (CSIR) Hyderabad (Telangana) India invites sealed offers from reputed manufacturers or their authorized agents / distributors for the supply/installation/commissioning of the following item:

S.N. Equipment / Item Name No. Bid Type EMD* (Rs.) 01 STED based Super Resolution Microscope that can be

upgradable or installed on existing Leica TCS SP8 Confocal 1835/221214/1584/MA

All Items to

be quoted in

TWO BID

Format

(Techno-Commercial

Unpriced Bid +

Price Bid)

7,00,000/-

02 Microplate Multi mode Reader for measurement of Absorbance, Fluorescence and Luminescence

1836/221214/1049/MA 60,000/-

03 Laser scanning Confocal Microscope for High Res. & High Sensitive Imaging of Biological Samples etc.

1837/221214/1123/MA 5,00,000/-

04 Body Composition Analysis System for small animals 1838/221214/1554/MA 3,00,000/-

05 Tabletop SEM with accessories 1839/221214/1735/MA 1,20,000/-

06 Microfluidic Controllers, Pressure Pumps & Flow Regulators

1840/221214/1735/MA 40,000/-

07 High Speed Floor Model Refrigerated Centrifuge etc. 1841/221214/1049/MA 60,000/-

08 Biocompatible HPLC for protein separation etc. 1842/221214/1334/MA 80,000/-

09 (i) High Performance Flow cytometer for Stem Cell Sorting with Bio-safety Cabinet Class-II

(ii) Bench top Flow cytometer for cell analysis

1843/221214/1741/MA (i)- 4,00,000/- (ii)- 1,00,000/-

10 Photolithography Station for Photoresist Processing 1844/221214/1735/MA 60,000/-

*International Bidders may submit EMD in foreign currency taking 1 $ = 60 Rs. 1€ = 75 Rs. 1£ = 95 Rs.

Firms can quote just for one of the two items mentioned under 9 (i & ii) by submitting EMD for that part only.

PLEASE REFER TO THE DETAILED SPECIFICATION FOR THE RESPECTIVE ITEM AT THE END OF THIS TENDER DOCUMENT (CH. XV). EACH ITEM MUST BE QUOTED SEPARATELY.

IMPORTANT DATES & TIME (Indian Standard Time)

Date & Time of Pre – Bid Conference (PBC) 07-01-2015 (10:30 HRS)

Last Date & Time For Submission 20-01-2015 (1200 HRS)

Date / Time of Opening of Bids 20-01-2015 (1500 HRS)

Tenders to be submitted at First Floor, Administrative Block CCMB

Venue of Bid Opening at CCMB Stores & Purchase Building

VERY IMPORTANT: Pre-Bid Conference (PBC)

The objective of PBC is to provide a platform for clarifying issues and clearing doubts, if any, about the specification

and other allied technical / commercial details of the bid document. This is also an opportunity to question the

bidding conditions and the bidding process. You can bring to our notice any restrictive term, condition or item

specification in this tender document. Bids should be submitted only after the PBC so as to take care of the

changes made in the bidding document.

The prospective PBC participants should inform their intention to participate and send queries at

[email protected] & [email protected] positively by Jan. 02, 2015 to enable us to keep the response

ready. PBC for any particular item may be held in a random order. Firms must be present by 10:30AM sharp.

The changes made to the bidding document subsequent to the PBC shall be treated as amendment to this bidding

document and the same shall also be hosted on CCMB website.

PLEASE STRICTLY ADHERE TO THE DATES / TIMES MENTIONED IN THIS DOCUMENT PLEASE FILL & ENCLOSE THE BRIEF SUMMARY OF QUOTATION & CHECKLIST PROVIDED ON THE NEXT

PAGE & ENCLOSE WITH YOUR PRICE BID. IF YOU DO NOT PROPERLY FILL AND ATTACH THIS SHEET, YOUR BID MAY BE REJECTED AFTER BID OPENING.

The bids (Technical Bids in case of Two Bid Tenders) will be opened in the presence of representatives of tenderers, if any. If any unscheduled holiday occurs on the date of submission/opening, then next working day shall be the prescribed date of submission/opening. Requests for postponement will not be entertained. Fax/email bids in cases where EMD is not involved, if received before due date and time of receiving shall be accepted at the risk of the bidder. We shall not be responsible for bounced

/ undelivered mails or improperly transmitted faxes etc. in which case such quotations can’t be included in the bidding process. Late/Delayed and tenders shall not be opened. Wrongly referenced / enclosed quotations and Unsigned (wherever signature required) bids will be rejected summarily. Please send your bids to the Stores & Purchase Officer at the address mentioned on the cover page.

Thanking you,

Sincerely, Sd/-

(Y Chauhan) Stores & Purchase Officer

Page 3: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 3 of 55

BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose with Price Bid) (Information from the main price bid only shall be used for evaluation / comparison purpose)

FOR Rs. QUOTE FILL RELEVANT INFORMATION IN Rs. (Please Fill It Up. DON’T Write ‘AS PER QUOTATION’ or ‘PLEASE REFER TO OUR OFFER’ or ‘AS APPLICABLE’ etc.)

Quotation Ref. No. Date

01 Name of the Item (Equipment / System etc.) 02 Main Item Model NUMBER 03 Total FCA / FOB Value Of The Offered Package

(Inclusive of Indian Agency Commission, if any)

04 Payment Terms (Conditional Payment Terms Will NOT Be Accepted)

05 Delivery Time (Weeks/Months) 06 Warranty (Months/Years) 07 Validity of Quotation (Days/Months)

Following Information (08 to 12) is Required in Case of IMPORTED Items Only 08 Product Import Code* ( ITC HS Code of the item / main item)

(Please consult ITC Handbook or any Export / Import / Customs Agent) 09 Country of Origin (product) 10 Port(s) of Shipment 11 Approx. Shipment Wt. (Chargeable Wt.) of the Item (kg) 12 Approx. Dimensions (LXBXW)/Vol. of The Packed Consignment

CHECKLIST CHECKLIST CHECKLIST 01 Following things are mentioned on the MAIN (OUTER) Envelope

•Item name •CCMB reference no. •Last date for submission •Firm’s name & address •Date of opening of tender

02 If applicable, EMD is enclosed (with Technical Bid Envelope in case of Two Bid)

03 Demand Draft/TDR is in favour of Director CCMB, Hyderabad payable at Hyderabad (If Applicable)

Bidding Firm’s Name / Our Ref. No. Etc. has been mentioned on the back side of Demand Draft

04 Prices have been quoted keeping in view clauses C8, C13, C23 of Chapter II (ITB) and SCC clauses 3,7,8,and 9 of Chapter IV and provisions regarding payment of Agency Commission in case of imports.

05 We have clearly understood the Qualification Requirements vide Ch.XIV and filled the Bid Form (Ch. V). If the order is placed on CIF/CIP terms, we shall abide by your instructions vide clause C8 of Chapter II (ITB).

06 The bid papers have been PUNCHED with a hole O on the Top Left Hand Corner Side and properly tagged. Enclosed papers / documents are NOT unnecessarily STAPLED to the Envelopes

07 Only relevant documents (Technical Brochures/Leaflets Etc.) required In support of the quoted item have been enclosed. No irrelevant papers like ITCC, User Recommendations, and order copies etc. have been enclosed unless specifically asked for

08 Quotation has been duly signed and stamped by the Authorized & Competent person. All cuttings/over writings

have been duly checked, initialled and stamped. (If Applicable)

09 In case of Two Bid, single combined quote has not been submitted OR ‘Price Bid’ has not been enclosed in the

envelope marked ‘Technical Bid’. We understand that if any anomaly/inconsistency/ineligibility pertaining to any stage of evaluation is detected in our bid, our bid can be disqualified at any stage of the evaluation process.

10 In case of Two Bid tender this page is enclosed with the Price Bid

We have read and understood the tender terms and conditions. The undersigned is competent to sign the tender document including this page on behalf of the quoting firm. Date (Full Name with Signature)

& (Seal of the Firm)

Page 4: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 4 of 55

CHAPTER – II: INSTRUCTION TO BIDDERS

A. INTRODUCTION

1 Eligible Bidders

1.1 This Invitation for Bids is open to all manufacturers or their dealers specifically authorised by the manufacturers (see Chapter

VII of this document) to quote on their behalf for this tender and Indian agents of foreign principals, if any. 1.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates

which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation of Bids.

2 Cost of Bidding

2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and “the Purchaser", will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

B. THE BIDDING DOCUMENTS

3 Cost of Bid Document 3.1 The complete bid document can be downloaded FREE OF COST from our website http://www.ccmb.res.in.

4 Contents of Bid Document 4.1 The goods required, bidding procedures and contract terms are prescribed in this Bid Document which includes the following:

S. No. Title Chapter No.

01 Notice Inviting Tender (NIT) I

02 Instructions to Bidder (ITB) II

03 General Conditions of Contract (GCC) III

04 Special Conditions of Contract (SCC) IV

05 Bid Form V

06 Bid Security Form VI

07 Manufacturer’s Authorisation Form VII

08 Bidder’s Performance Statement Form VIII

09 Service Support Details IX

10 Deviation Statement Form (ITB/GCC/SCC) X

11 Technical Compliance Statement Form XI

12 Contract Form XII

13 Performance Security Form XIII

14 Qualification Requirements XIV

15 Technical Specifications & Other Important Requirements XV

4.2 The Bidder is expected to examine all instructions, forms, terms (ITB/GCC/SCC etc.), and specifications in the bidding

documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive shall result in rejection of the bid.

5 Amendment To Bid Document

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

5.2 The prospective bidders are required to keep a watch on the CCMB website for any amendment to the tender document or

to clarification to the queries raised by the bidders till 05 (five) days prior to the submission of the tender. The Purchaser reserves the right to reject the bids if the bids are submitted without taking into account these amendments/clarifications. Further bidder will be fully responsible for downloading of the tender document and amendments thereto if any for their completeness.

5.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may also extend the deadline for the submission of bids.

Page 5: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 5 of 55

C. PREPARATION OF BIDS

6 Language of Bid

6.1 The Bid prepared by the Bidder and all correspondence and documents relating to the bid exchanged by the bidder and the purchaser shall be written in English language, provided that any printed literature furnished by the bidder may be written in another language but it is to be accompanied by an English translation of its pertinent passage(s) duly signed and verified as true English translation. The responsibility for the correctness of the translation will be solely and completely on the bidder and CCMB shall not be responsible for any loss/likely loss due to error in translation whatsoever. In such cases, for the purpose of interpretation of the bid, the English translation shall only govern.

7 Documents Comprising the Bid The bid is required to be submitted in TWO PARTS. One part is the Techno-Commercial Unpriced Bid and the other part is the Financial / Price Bid.

7.1 The Techno-Commercial Unpriced Bid prepared by the Bidder shall include the following without indicating the price in the

Bid Form. (i) Bid Security/EMD As Specified In the Invitation to Bids (ITB) (ii) Service Support Details Form (iii) T&C Deviation Statement Form (iv) Technical Specification Compliance Form (v) Performance Statement Form (vi) Valid Authorization Form(s) from the Manufacturer(s) / OEM(s) (vii) Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is

accepted as per qualification requirements/criteria (viii) Bid Form (ix) The Comprehensive Annual Maintenance Contract (CAMC) terms & conditions detailing the exclusions, if any and the

estimated life of the equipment offered. (x) If demonstration of the goods is deemed essential to ascertain conformity with the tendered specifications, then

confirmation reflecting willingness to arrange demonstration of the equipment offered free of charge at CCMB or any other location on a mutually agreeable date, prior to opening of priced bid.

7.2 The Price/Financial Bid shall comprise the Techno Commercial Bid with price indicated and the format of BRIEF SUMMARY

OF QUOTATION & CHECKLIST included at the beginning of this document.

8 Bid Prices

8.1 The Bidder shall indicate the unit prices and total bid prices of the goods it proposes to supply under the order and enclose it with the priced bid. CCMB is a public funded scientific R&D centre and institute of higher learning (PhD & Post Doctoral). Please consider quoting special prices applicable to academic institutions as per your company / OEM / Mfr. policies.

8.2 Prices indicated shall be entered separately in the following manner (For Indigenous Items):

(i) The price of the goods quoted showing all duties and taxes already paid or payable (ii) Taxes: CCMB is exempted from payment of Excise Duty under notification number 10/97 dated 01.03.1997 and

Customs Duty under notification No.51/96 dated 23.07.1996. Hence Excise Duty and Customs Duty, if any, should be shown separately. Please mention the applicable taxes (VAT/Service Tax etc.) clearly. We don’t issue any ‘Form

C’ or ‘Form D’. However, being R&D Organization Concessional Sales Tax Forms can be issued, if it is acceptable in your State from where the material is being supplied. If there is no explicit mention about taxes in your offer, then quoted price will be deemed inclusive of all such taxes and no other charges except those mentioned clearly in the

quotation will be paid. (iii) Rates should be quoted FOR at CCMB, Hyderabad inclusive of packing, forwarding, installation and commissioning

charges etc. If ex-works prices are quoted then packing, forwarding, documentation, freight and insurance charges must be clearly mentioned separately. Vague terms like “packing, forwarding, transportation etc. extra” without mentioning the specific amount / percentage of these charges will NOT be accepted. Where there is no mention of packing, forwarding, freight, insurance charges, such offers shall be summarily rejected as incomplete / non-responsive.

8.3 Prices indicated shall be entered separately in the following manner (For Imported Items):

(i) The price of the goods, quoted FOB/FCA (named) port of shipment. Notwithstanding financial obligations specified under latest applicable INCOTERMS FCA terms, all charges such as Export Packing, Documentation, Loading Charges, Inland Freight, Warehousing and Export Clearance etc. in the shipper country will have to be paid by the Supplier to the foreign associate of our duly appointed freight forwarding agent. Items as per the purchase order duly cleared for export in shipping country would be required to be handed over to our nominated freight forwarder.

(ii) CIF/CIP rates for shipping items up to Hyderabad (India) preferably through AIR INDIA should also be mentioned. If facility of Air-India is not available in your country, specific intimation to this effect should be mentioned in your proforma invoice. Items are to be Packed, Marked & Labelled as per international norms. Small individual boxes must be palletized for easy handling & movement. State packing/ forwarding/ documentation charges etc. (each one)

separately, if applicable. Order shall normally be placed on FOB/FCA basis but Director CCMB reserves the right to place the order on CIF/CIP basis also. Even if the order is placed on CIF/CIP basis, bidder will have to only use the services of our nominated freight forwarding agent for the sake of operational convenience at the time of customs clearance at our end. This condition will be mandatory and will be incorporated in our Letter of Credit.

8.4 Prices quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on

any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected summarily.

9 Bid Currencies 9.1 Prices shall be quoted in Indian Rupees (INR) or in freely convertible foreign currency preferably in USD ($), Euro (€), Yen

(¥), GBP (£) wherever possible for correct evaluation during comparison.

PLEASE DO NOT STAPLE DOCUMENTS / PAPERS KEPT INSIDE THE ENVELOPES FROM OUTSIDE. THEY MIGHT GET TORN / DAMAGED WHILE OPENING.

Page 6: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 6 of 55

10 Documents Establishing Bidder’s Eligibility and Qualifications

10.1 Pursuant to ITB 7, the bidder shall furnish, as part of its bid, documents establishing the bidders’ eligibility to bid and its qualification to perform the contract if its bid is accepted

10.2 That the bidder meets the Qualification Requirements listed in Chapter XIV and elsewhere in this document. 10.3 Bidder must also inform at the bidding stage itself, if any special certificate or signing of special conditions / declarations etc.

is required w.r.t the end use of the item or for its spares in compliance to the supplier country regulations or supplier's own requirements to execute the purchase order. Format must be enclosed with the technical bid. Purchaser may at its discretion disqualify the bidder if purchaser is not willing to sign such certificates/conditions etc. notwithstanding the bid meeting all other criteria.

11 Documents Establishing Goods' Eligibility and Conformity to Bid Document

11.1 The documentary evidence of the goods and services eligibility shall consist of a statement on the country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment.

11.2 Specifications are basic essence of the product. It must be ensured that the offers are strictly as per our specifications. At the same time it must also be kept in mind that merely copying our specifications in their quotation shall not make firms eligible for consideration. The documentary evidence of conformity of the goods and services to the Bid Document may be in the form of literature, drawings and data, and shall consist of:

(i) A detailed description of the essential technical and performance characteristics of the goods; (ii) A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary for

the proper and continuing functioning of the goods for a period of two years, following commencement of the use of the goods by the Purchaser; and

(iii) An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.

11.3 For purposes of the commentary to be furnished pursuant to above, the Bidder shall note that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications. Technically unsuitable offers, offers not confirming to tender schedule shall be rejected.

12 Bid Security / EMD

12.1 The Bidder shall furnish, as part of its bid, a bid security for an amount as specified in the Invitation for Bids/NIT. The bid security is required to protect the Purchaser against the risk of Bidder's conduct, which would warrant the security's forfeiture.

12.2 The bid security shall be in Indian Rupees or USD ($)and shall be in one of the following forms: (i) A bank guarantee issued by a Nationalized /Scheduled bank, in the form provided in the Bid Document (Chapter VI) and

valid for 45 days beyond the validity of the bid; or (ii) A Banker’s cheque/demand draft or TDR in favour of the purchaser.

12.3 Any bid not secured in accordance with Clauses 12.1 and 12.2 above will be rejected by the Purchaser as non-responsive.

12.4 Unsuccessful bidder's bid security will be discharged/returned as promptly as possible but not later than 15 days after the expiration of the period of bid validity or placement of order which ever is later.

12.5 The successful Bidder's bid security will be discharged upon the Bidder furnishing the performance security. 12.6 The bid security may be forfeited:

(i) If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; or (ii) In case of a successful Bidder, if the Bidder fails to furnish order acceptance within 21 days the order and/or fails to furnish

Performance Security in the prescribed format.

13 Period of Validity of Bids 13.1 Bids must remain valid for at least 90 days after the date of bid opening prescribed by the Purchaser. A bid valid for a shorter

period shall be rejected by the Purchaser as non-responsive. 13.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity. The

request and the responses thereto shall be made in writing (or by cable, telex, fax or e mail). The bid security provided under Clause 12 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid.

13.3 Bid evaluation will be based on the bid prices without taking into consideration the above corrections.

14 Format and Signing of Bid

14.1 The Bidder shall submit the bids in two separate envelops. One envelop shall contain Techno commercial Un-priced bid and the other shall contain the Price Bid.

14.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the bid.

14.3 Any interlineations, erasures or overwriting shall be valid only if the persons or persons signing the bid initial them. 14.4 The Bidder shall furnish information on commissions or gratuities, if any paid or to be paid to agents relating to this Bid, and to

contract execution if the Bidder is awarded the contract as per the bid form.

D. SUBMISSION OF BIDS

15 Sealing and Marking of Bids

15.1 The bidder shall enclose the Techno Commercial Unpriced Bid and the Price Bid in two separate envelops duly marked as “Techno Commercial Unpriced Bid” and “Price/Financial Bid” respectively. Both the envelopes shall then be enclosed in one outer (main) envelope.

Page 7: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 7 of 55

15.2 The inner and outer envelopes shall:

(i) Be addressed to the Purchaser at the following address: The Stores & Purchase Officer Centre for Cellular & Molecular Biology, Uppal Road, Hyderabad – 500 007 (Telangana) INDIA

(ii) Bear the Item Name /Reference No. / Last Date For Submission Of Tender / Date Of Opening Of Tender / Firm’s Name

& Address and a statement "Do not open before Time hrs (IST) on Date." As per the NIT details. 15.3 If the outer envelope is not sealed and marked properly, the Purchaser will assume no responsibility for the bid's misplacement

or premature opening. 15.4 Fax/email bids in cases where EMD is not involved, if received before due date and time of receiving shall be accepted at

the risk of the bidder. We shall not be responsible for bounced / undelivered mails or improperly transmitted faxes etc. in

which case such quotations shall not be included in the bidding process.

16 Deadline for Submission of Bids

16.1 Bids must be received by the Purchaser at the address specified under Clause 15.2 no later than the time and date specified in the NIT. In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the Bids will be received up to the appointed time on the next working day.

16.2 The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid documents in accordance with Clause 5, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

17 Late Bids

17.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, pursuant to Clause 16, will be rejected and/or returned to the Bidder.

18 Modification and Withdrawal of Bids

18.1 The Bidder may modify or withdraw its bid after the bid's submission; provided that written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids.

18.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of Clause 15. A withdrawal notice may also be sent by telex or cable or fax or e mail but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids.

18.3 No bid may be modified subsequent to the deadline for submission of bids. 18.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid

validity specified by the Bidder on the bid form. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security, pursuant to Clause 12.6.

E. OPENING AND EVALUATION OF BIDS

19 Opening of Bids by the Purchaser

19.1 The Purchaser will open bids (Techno Commercial Unpriced Bids in case of Two Bids), in the presence of Bidders' representatives who choose to attend, as per the schedule given in invitation to bids.

19.2 The Bidders' representatives who are present shall sign the quotation opening sheet evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day.

Things That Will Result in SUMMARY REJECTION of the Bid at Any Stage of the Bidding Process (Initial Evaluation after Opening / Technical Evaluation / Price Bid Evaluation stage)

Bidding is a serious process. We expect you to read the bid document carefully. We encourage you to participate in the Pre-Bid Conference as mentioned at the beginning of this document. All the bids received will first be scrutinized to see whether they meet the basic requirements as incorporated in this Bid Document. The bids which do not meet the basic requirements will be treated as non-responsive and ignored WITHOUT giving any opportunity for clarifications or rectification of errors etc. The

following are some of the points for which a tender will be declared as un-responsive and ignored during the initial scrutiny. a. The bid is un-signed or the bidder is not eligible. b. The requisite EMD is not furnished or the bid validity is shorter than the required period. c. If Manufacturer’s Authorization Letter or any other Forms required are not attached or are incomplete. d. If the bidder modifies the language of any clause or form of this bid document by eliminating required provisions. e. The Bidder has not agreed to give the required performance security. f. The goods quoted are sub-standard and not meeting the required specification etc. g. The bidder has not quoted for the entire requirement particularly those having financial implications. h. The bidder has not agreed to some essential conditions incorporated in this bid document. i. If there is inconsistency between the Technical Bid and Price Bid information. j. Some other points of summary rejection are also mentioned in this chapter and under GCC & SCC of this document. PLEASE NOTE THAT BID CAN BE RENDERED DISQUALIFIED AT ANY STAGE OF THE BIDDING PROCESS IRRESPECTIVE OF THE FACT THAT POINT OF DISQUALIFICATION PERTAINING TO ANY PREVIOUS STAGE HAS COME TO THE NOTICE AT A LATER STAGE OF THE BIDDING PROCESS.

Page 8: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 8 of 55

19.3 The bidders’ names, bid modifications or withdrawals, specifications, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bid.

19.4 The price bid of successful bidders shall be opened by giving them an email notice of 2 days. In exceptional cases wherever time is the essence of proceeding with the decision making process a telephonic message can be given to bidders to open their bids at very short time (e.g. message in the morning/today for opening in the evening/tomorrow).

19.5 Bids (and modifications sent pursuant to Clause 18.1) that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances.

19.6 Firms submitting bids in a single envelope or if ‘PRICE BID’ has been found enclosed in the envelope marked ‘TECHNICAL BID’ against the requirement of two-bid system would be considered for further evaluation at the risk & responsibility of the bidder.

20 Clarification of Bids

20.1 To assist in the examination, evaluation and comparison of bids, the Purchaser may, at its discretion ask the bidder for any clarification(s) of its bid. The request for clarification and the response shall be in writing and no change in the price substance of the bid shall be sought, offered or permitted. However no post Bid clarifications at the initiative of the Bidder shall be entertained.

20.2 Clarification will not be an opportunity to rectify glaring mistakes or an opportunity to offer what is clearly missing in the bid or change the meaning of a condition which is rendering one’s bid ineligible for further processing in the first place.

21 Preliminary Examination

21.1 The Purchaser will examine the bids to determine whether they are complete, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. Bids from suppliers, without proper and valid Authorization from the manufacturers and from Indian agents without DGS&D Registration Certificate shall be treated as non-responsive and rejected summarily.

21.2 Arithmetical errors in the priced bids will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between the price quoted in words and figures, whichever is the higher of the two shall be taken as the bid price for comparison.

21.3 The Purchaser may waive any minor informality/deviation in specifications, non-conformity, or irregularity in a bid, which does not constitute a material deviation, provided such a waiver, does not prejudice or affect the relative ranking of any Bidder.

21.4 Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the Bid Document and submission of essential forms / certificates etc without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Bid Security/ Performance Security, Warranty, Force Majeure, Applicable Law and Taxes & Duties will be deemed to be a material deviation. The Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

21.5 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

21.6 After downloading, the language of standard clauses etc. mentioned in this ‘Bid Document’ should not be tempered with/ changed/modified in any manner whatsoever. If any such modification etc. comes to our knowledge at any stage, the bid shall be rejected immediately and EMD shall also be forfeited.

22 Conversion to Single Currency

22.1 To facilitate evaluation and comparison, the Purchaser will convert all bid prices expressed in the amounts in various currencies in which the bid prices are payable to Indian Rupees at the selling exchange rate established by RBI or any nationalized bank in India as notified in the Newspapers/banks’ website on the date of Price/Financial Bid opening.

23 Evaluation & Comparison of Price Bids

23.1 For the bids surviving the technical evaluation which have been found to be responsive the evaluation & comparison shall be made as under:

(i) If the response to the tender consists only of Indigenous Offers The final landing cost of purchase after all discounts, freight, forwarding, insurance, taxes etc. shall be the basis of evaluation.

(ii) If the response to the tender consists only of Imported Offers The FOB/FCA price shall be the basis of evaluation. Please make sure that your Price Bid mentions FOB/FCA prices clearly and not just CIF/CIP prices directly OTHERWISE for the purpose of comparison such CIF/CIP price will be treated as de-facto FOB/FCA price. (iii) If the response to the tender consists of Imported as well as Indigenous Offers

The final landing cost of purchase taking into account, freight, forwarding, insurance, taxes etc. and (2% of CIP/CIF Hydderabad value subject to minimum Rs. 5000/- for customs clearance charges and @ 0.15% of FCA value subject to minimum Rs.4000/- for Bank / LC charges, for imported goods shall be the basis of evaluation apart from actual charges for statutory levies, duties, if any.

23.2 Conditional tenders / discounts / warranties etc. shall not be accepted. Rates quoted without attached conditions (viz. Discounts having linkages to quantity, payment terms etc.) will only be considered for evaluation purpose. Thus conditional discounted rates linked to quantities and prompt/advance payment etc, will be ignored for determining inter-se position. The Purchaser however reserves the right to use the discounted rate/rates considered workable and appropriate for counter offer to the successful tenderers.

23.3 A basket of goods shall be drawn based on the technical bid submitted by each bidder. This basket of goods shall comprise all items of the bid which are mandatorily required to meet the tendered specifications of the item / system. If a bidder has put certain items / modules which are required to meet the tendered specifications in the ‘optional’ part of his bid, then such ‘optional’ items shall also be included for the purpose of price comparison. On the other hand if a bidder has inadvertently included any item/module in its main price bid which is not required as per the tendered specifications, then the price of such

Page 9: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 9 of 55

item/module shall be excluded from the price comparison provided that the price for the said item/module is clearly reflected separately in the bid. Anything asked as ‘optional’ in our specs is not to be included for overall comparison.

23.4 Where there is no mention of packing, forwarding, freight, insurance charges, taxes etc. such offers shall be rejected as incomplete. Quotations showing only Ex-Works (EXW) prices shall be rejected summarily.

24 Contacting the Purchaser

24.1 Subject to ITB Clause 20, no Bidder shall contact or attempt to contact the Purchaser or anyone related to the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the Purchaser, it should do so in writing.

24.2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award may result in rejection of the Bidder's bid.

25 Post Qualification

25.1 In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily, in accordance with the criteria listed in ITB Clauses10 & 11.

25.2 The determination will take into account the Bidder’s financial, technical and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuance to ITB Clauses 10 & 11, as well as such other information as the Purchaser deems necessary and appropriate.

25.3 An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder’s bid.

26 Award Criteria

26.1 Subject to ITB Clause 28, the Purchaser will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined to be the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily.

27 Purchaser's Right To Vary Quantities At Time Of Award

27.1 The Purchaser reserves the right at the time of Contract award to increase or decrease the quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.

28 Purchaser's Right To Accept Any Bid And To Reject Any Or All Bids

28.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Purchaser's action.

29 Notification of Bid Rejection, Acceptance and Award

29.1 If a bid is declared ineligible on account of any reason or non-compliance (technical, qualification, documentary, commercial etc.) the reasons shall be communicated to the firm through email. The firm will have the opportunity to submit its reply / objection / representation etc. within a week of the receipt of such email communication. No communication shall be entertained thereafter. The bidder might choose to proceed with the tendering process pending the disposal of the firm’s objection / representation. In exceptional cases wherever time is the essence of proceeding with the decision making process (e.g. Tenders opened during Jan.- Mar. quarter of the Financial Year), a time of 02 working days or less may be provided with written notice to this effect in the email/fax to entertain any representation / objection. Any firm having objection to this clause may raise the point at the time of PBC or before submission of the bids.

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

29.3 Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 30, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to Clause 12.

30 Performance Security

30.1 Within 21 days of the receipt of notification of award/purchase order from the Purchaser, the successful Bidder shall furnish the performance security (10% of the order value unless mentioned otherwise) in the Performance Security Form provided in the Bid Document.

30.2 Failure of the successful bidder to accept the order shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security and call for new bids.

31 Order Acceptance

31.1 The successful bidder should submit acceptance of the Purchase Order immediately but not later than 21 days in any case from the date of issue of the Purchase Order failing which it shall be presumed that the vendor is not interested and his bid security is liable to be forfeited pursuant to clause 12. 6 of ITB.

32 Buy Back Items

32.1 If the goods are to be quoted on ‘Buy Back’ basis, then bidders must offer a separate buy back price for the old item. The Purchaser reserves the right to place the order with or without ‘buy back’ option. If required the condition of old buy back goods may be examined by the bidder before submission of its bid.

Page 10: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 10 of 55

CHAPTER – III: GENERAL CONDITIONS OF CONTRACT (GCC)

1 Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated: (i) "The Order" means the Purchase Order placed by the Purchaser including all the attachments and appendices thereto

and all documents incorporated by reference therein; (ii) "The Contract Price" means the price payable to the Supplier under the Order for the full and proper performance of its

contractual obligations; (iii) "The Goods" means all the equipment, machinery, and/or other materials, which the Supplier is required to supply to the

Purchaser under the Contract; (iv) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other

incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract;

(v) “GCC” mean the General Conditions of Contract contained in this section. (vi) “SCC” means the Special Conditions of Contract. (vii) “The Purchaser” as specified in Special Conditions of Contract. (viii) “The Purchaser’s country is “India”. (ix) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract. (x) “Day” means calendar day.

2 Application

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract. 3 Standards

3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution.

4 Use of Contract Documents and Information

4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance. The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in GCC Clause 4.1 except for purposes of performing the Contract.

4.2 Any document, other than the Contract itself, enumerated in GCC Clause 4.1 shall remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so required by the Purchaser.

4.3 The purchaser may be under obligation to make public any document / information submitted by the bidder in response to this bid if required under the provision of Indian Right to Information Act 2005. Therefore, bidder may explicitly indicate if any document / information / schematic diagram etc. in his tender include information of commercial confidence, trade secrets or intellectual property, the disclosure of which would jeopardize the competitive position of the bidder. If the request for exclusion is not mentioned at this stage, no request for exclusion shall be entertained at a later stage.

5 Patent Rights

5.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India.

6 Submission of the bids

6.1 All bids complete in every respect must reach this office within the last date and time of receipt of bid. No extension shall be allowed for any reason whatsoever. Late tenders, Tenders received without Bid security/Earnest Money, cost of bidding documents, if applicable etc. shall be rejected summarily.

6.2 Tender documents are available free of cost or for sale as per the information specified in NIT. Interested bidders may purchase the tender documents on payment of the cost there of or download directly from our website. The Purchaser is not liable for either non-receipt of the tender document or for late receipt of the tender documents.

7 Performance Security

7.1 Within 21 days of receipt of the notification of contract award/purchase order, the Supplier shall furnish performance security for the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier's failure to complete its obligations under the Contract.

7.3 The Performance Security shall be submitted in one of the following forms: (i) Indian manufacturers/suppliers or Authorized Indian Agents of the Foreign Principals can submit the performance security

on behalf of their foreign principals in the form of Bank Guarantee issued by a Nationalized/Scheduled bank located in India on the format provided in the bidding documents. Or

(ii) Foreign Principals can also submit performance security directly on the prescribed format through any foreign or Indian bank having office preferably in Hyderabad (India) or in the form of Standby Letter of Credit which must be advised and confirmed by any bank in India located preferably in Hyderabad (Telangana).

7.4 The performance security/Standby LC will be discharged by the Purchaser and returned to the Supplier not later than 60 days following the date of completion of the Supplier's performance obligations, including any warranty obligations, unless specified otherwise in SCC.

7.5 In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the amendment to the performance security/SLC, rendering the same valid for the duration of the contract, as amended for further period of 60 days thereafter.

Page 11: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 11 of 55

8 Inspections and Tests

8.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. SCC and / or Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at the point of delivery and/or at the Goods final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge to the Purchaser.

8.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.

8.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at Purchaser’s Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any warranty or other obligations under this Contract. 9 Packing

9.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of specialized handling facilities at all points in transit.

9.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by the Purchaser.

9.3 The purchaser reserves the rights to arrange to carry out packing and value inspections through their freight forwarding agents particularly in case of high value and sensitive items.

10 Delivery and Documents

10.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser in the order within the period as indicated in the SCC. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

11 Insurance

11.1 Wherever required, the Goods supplied under the Contract shall be fully insured in Indian Rupees against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in SCC.

12 Transportation

12.1 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within India, transport to such place of destination in India including insurance, as shall be specified in the Contract, shall be arranged by the Supplier, and the related cost shall be included in the Contract Price.

13 Incidental Services

13.1 The supplier may be required to provide any or all of the following services, including additional services, specified in SCC, if any:

(i) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods; (ii) Furnishing of tools required for assembly and/or maintenance of the supplied Goods; (iii) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods; (iv) Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties,

provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and (v) Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation, maintenance

and/or repair of the supplied Goods. 14 Spare Parts

14.1 As specified in the SCC, the Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

(i) Such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve the Supplier of any warranty obligations under the Contract; and

(ii) In the event of termination of production of the spare parts: (iii) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure

needed requirements; and (iv) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the spare

parts, if requested. 14.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods, such as gaskets,

plugs, washers, belts etc. Other spare parts and components shall be supplied as promptly as possible but in any case within six months of placement of order.

15 Warranty

15.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Purchaser's Specifications) or from any act or omission of the

Page 12: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 12 of 55

Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination. The warranty should be comprehensive and on site.

15.2 This warranty shall remain valid for 12 months after the Goods or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the Contract, or for 16 months after the date of shipment whichever period concludes earlier, unless specified otherwise in the SCC or along with specifications.

15.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall immediately within in 02 days arrange to repair or replace the defective goods or parts thereof free of cost at the ultimate destination. The Supplier shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever shall lie on the Purchaser for the replaced parts/goods thereafter. The period for correction of defects in the warranty period is 02 days. If the supplier having been notified fails to remedy the defects within 02 days, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expenses and without prejudice to any other rights, which the purchaser may have against the supplier under the contract.

16 Payment

16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be as specified in the SCC. 16.2 The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as

appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to GCC Clause 10, and upon fulfilment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the Purchaser normally within sixty days after submission of the invoice or claim by the Supplier.

16.4 Payment shall be made in currency as indicated in the order. 17 Prices

17.1 Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid.

18 Change Orders

18.1 The Purchaser may at any time, by written notice given to the Supplier pursuant to GCC Clause 30, make changes within the general scope of the Contract in any one or more of the following:

(i) Drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(ii) The method of shipping or packing; (iii) The place of delivery; and/or (iv) The Services to be provided by the Supplier. (v) The delivery schedule.

18.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within fifteen (15) days from the date of the Supplier's receipt of the Purchaser's change order.

19 Contract Amendments

19.1 Subject to GCC Clause 18, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

20 Assignment

20.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser's prior written consent.

21 Subcontracts

21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already specified in the bid. Such notification, in his original bid or later, shall not relieve the Supplier from any liability or obligation under the Contract.

21.2 Sub-contract shall be only for bought-out items and sub-assemblies. 22 Delays in the Supplier's Performance

22.1 Since time is the essence of the contract, delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser in the Contract.

22.2 If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s).

22.3 As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for performance with or without penalty, in which case the extension shall be ratified by the parties by amendment of the Contract.

22.4 Except as provided under GCC Clause 25, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of penalty pursuant to GCC Clause 23, unless an extension of time is agreed upon pursuant to GCC Clause 22.2 without the application of penalty clause.

23 Penalty

23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as penalty, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the Percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 24.

Page 13: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 13 of 55

24 Termination for Default

24.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Supplier, terminate the Contract in whole or part:

(i) If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the order, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 22; or

(ii) If the Supplier fails to perform any other obligation(s) under the Contract. (iii) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract. 24.2 For the purpose of this Clause:

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition;’”

24.3 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 24.1, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.

25 Force Majeure

25.1 Notwithstanding the provisions of GCC Clauses 22, 23 and 24, the Supplier shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

25.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

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

26 Termination for Insolvency

26.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Purchaser.

27 Resolution of Disputes

27.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

27.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC. These mechanisms may include, but are not limited to, conciliation mediated by a third party, adjudication in an agreed national or international forum, and national or international arbitration.

28 Governing Language & Interpretation

28.1 The contract shall be written in English language. Subject to GCC Clause 30, English language version of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the parties, shall be written in the same language.

28.2 Terms/Clauses mentioned in SCC will take precedence over equivalent terms/clauses mentioned in GCC or anywhere else in this tender document. Clauses / terms mentioned in this tender document up to Chapter IV will take precedence over those mentioned elsewhere, if any.

29 Applicable Law

29.1 The Contract shall be interpreted in accordance with the laws of the Union of India and all disputes shall be subject to place of jurisdiction as specified in SCC.

30 Notices

30.1 Any notice given by one party to the other pursuant to this contract/order shall be sent to the other party in writing or by cable, telex, FAX or e mail and confirmed in writing to the other party’s address specified in the SCC.

30.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later. 31 Taxes and Duties

31.1 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc., incurred until delivery of the contracted Goods to the Purchaser. However, VAT in respect of the transaction between the Purchaser and the Supplier shall be payable extra, if so stipulated in the order.

Page 14: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 14 of 55

CHAPTER – IV: SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.

1 Definitions (GCC Clause 1)

1.1 The Purchaser is ‘The Director, Centre for Cellular & Molecular Biology (CCMB), Hyderabad (Telangana), INDIA. 2 Performance Security (GCC Clause 7) Substitute clause 7.1 of the GCC by the following:

2.1 Within 21 days after the Supplier’s receipt of order, the Supplier shall furnish Performance Security to the Purchaser for an amount of 10% of the contract value, valid up to 60 days after the date of completion of performance obligations including warranty obligations.

2.2 If the performance security is not furnished within the stipulated time as per 2.1 above, the contract shall be deemed terminated in pursuance of GCC Clause 24.

3 Inspection and Tests: Inspection and tests prior to shipment of Goods and at final acceptance are as follows:

3.1 After the goods are manufactured and assembled, inspection and testing of the goods shall be carried out at the supplier’s plant by the supplier, prior to shipment to check whether the goods are in conformity with the technical specifications attached to the purchase order. Manufacturer’s test certificate with data sheet shall be issued to this effect and submitted along with the delivery documents. The purchaser shall be present at the supplier’s premises during such inspection and testing if need is felt. The location where the inspection is required to be conducted should be clearly indicated. The supplier shall inform the purchaser about the site preparation, if any, needed for installation of the goods at the purchaser’s site at the time of submission of order acceptance.

3.2 The acceptance test will be conducted by the Purchaser, their consultant or other such person nominated by the Purchaser at its option after the equipment is installed at purchaser’s site in the presence of supplier’s representatives. The acceptance will involve trouble free operation and ascertaining conformity with the ordered specifications and quality. There shall not be any additional charges for carrying out acceptance test. No malfunction, partial or complete failure of any part of the equipment is expected to occur. The Supplier shall maintain necessary log in respect of the result of the test to establish to the entire satisfaction of the Purchaser, the successful completion of the test specified.

3.3 In the event of the ordered item failing to pass the acceptance test, a period not exceeding one weeks will be given to rectify the defects and clear the acceptance test, failing which the Purchaser reserve the right to get the equipment replaced by the Supplier at no extra cost to the Purchaser.

3.4 Successful conduct and conclusion of the acceptance test for the installed goods and equipments shall also be the responsibility and at the cost of the Supplier.

4 Manuals and Drawings

4.1 Before the goods and equipments are taken over by the Purchaser, the Supplier shall supply operation and maintenance manuals. These shall be in such details as will enable the Purchaser to operate, maintain, adjust and repair all parts of the works as stated in the specifications.

4.2 The Manuals shall be in the ruling language (English) in such form and numbers as stated in the contract. 4.3 Unless and otherwise agreed, the goods equipment shall not be considered to be completed for the purposes of taking over

until such manuals and drawing have been supplied to the Purchaser. 5 Packing (GCC Clause 9) Add as Clause 9.3 of the GCC of the following:

5.1 Packing Instructions: Each package will be marked on three sides with proper paint/indelible ink, the following:

(i) Item Nomenclature (ii) Order/Contract No. (iii) Country of Origin of Goods (iv) Supplier’s Name and (v) Consignee details (vi) Packing list reference number

6 Delivery and Documents (GCC Clause 10)

6.1 Delivery of the goods should be made within a maximum of 08 weeks from the date of placement of purchase order. Within 24 hours of shipment, the supplier shall notify the purchaser and the insurance company by cable/telex/fax/e mail the full details of the shipment including contract number, railway receipt number/ AAP etc and date, description of goods, quantity, name of the consignee, invoice etc. The supplier shall mail the following documents to the purchaser with a copy to the insurance company:

(i) 4 Copies of the Supplier invoice showing contract number, goods' description, quantity, unit price, total amount; (ii) Acknowledgment of receipt of goods from the consignee(s) by the transporter; (iii) Insurance Certificate if applicable; (iv) Manufacturer's/Supplier's warranty certificate; (v) Inspection Certificate issued by the nominated inspection agency, if any, and the Supplier's factory inspection report; and (vi) Certificate of Origin. (vii) Two copies of the packing list identifying the contents of each package.

6.2 The above documents should be received by the Purchaser before arrival of the Goods (except where the Goods have been

delivered directly to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.

Page 15: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 15 of 55

7 Insurance (GCC Clause 11)

7.1 For delivery of goods at the purchaser’s premises, the insurance shall be obtained by the Supplier in an amount equal to 110% of the value of the goods from "warehouse to warehouse" (final destinations) on “All Risks" basis including War Risks and Strikes. The insurance shall be valid for a period of not less than 3 months after installation and commissioning. In case of orders placed on FOB/FCA basis, the purchaser shall arrange Insurance.

8 Incidental services (GCC clause 13) The incidental services also include:

8.1 Furnishing of 01 set of detailed operations & maintenance manual. 8.2 Arranging the shifting / moving of the item to their location of final installation within CCMB premises (including LaCONES and

CRF premises in Hyderabad) at the cost of Supplier through their Indian representatives. 9 Warranty (GCC Clause 15)

9.1 The quoted system (along with any third party items / peripherals) must have a comprehensive onsite warranty of 12 months from the date of acceptance of items/system or 16 months from the dates of shipment, whichever occurs earlier. If a different period of warranty has been specified in the ‘Technical Specifications’ Chapter for the item/system concerned, then additional warranty period cost should be shown as a separate component in the price bid. This will be taken into account for determining the inter-se position of the bidders.

9.2 The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under the contract. If for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall at its discretion make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests.

9.3 If warranty repair or replacement requires sending of items to suppliers’ / OEMs’ facilities, then all the logistics costs associated with such movements must be borne by the bidder. The buyer shall be at liberty to deduct such costs from payments due to the supplier at a later stage.

9.4 The bidder / supplier must also provide warranties for all quoted items including third party items and peripherals etc. and assume responsibility for getting them executed / implemented as a part of overall warranty obligation of the bid document. Not complying with this requirement shall be deemed as non-performance of the contract during the warranty period.

10 Payment (GCC Clause 16)

10.1 Normally CCMB will accept a term of 100% payment after delivery, inspection, successful installation, commissioning and acceptance of the equipment at CCMB in good condition and to the entire satisfaction of the Purchaser and on production of unconditional performance bank guarantee as specified in Clause 2.1 of SCC.

10.2 For imported items the payment can be 100% by way of LC subject to the furnishing of the performance security as specified in Clause 2.1 of SCC. In exceptional situations where buyer mayn’t have any prior experience of dealing with the bidder /supplier /OEM, the payment term can be made as 80% through LC and balance after successful installation and commissioning.

10.3 Agency commission, if any shall be paid after satisfactory installation & commissioning of the goods at the destination at the exchange rate prevailing on the date of negotiation of LC documents, subject to DGS&D registration.

11 Penalty Clause (GCC Clause 23)

11.1 For delays: GCC Clause 23.1 -- The applicable rate is 1% per week and the maximum deduction is 10% of the contract value / price.

12 Resolution of Disputes (Clause 27): Add as GCC Clause 27.3 the following:

12.1 The dispute resolution mechanism to be applied pursuant to GCC Clause 27 shall be as follows:

(i) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Indian Arbitration & Conciliation Act, 1996, the rules there under and any statutory modifications or re-enactments thereof shall apply to the arbitration proceedings. The dispute shall be referred to the Director General, Council of Scientific & Industrial Research (CSIR) New Delhi and if he is unable or unwilling to act, to the sole arbitration of some other person appointed by him willing to act as such Arbitrator. The award of the arbitrator so appointed shall be final, conclusive and binding on all parties to this order.

(ii) In the case of a dispute between the purchaser and a Foreign Supplier, the dispute shall be settled by arbitration in accordance with provision of sub-clause (a) above. But if this is not acceptable to the supplier then the dispute shall be settled in accordance with provisions of UNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules.

(iii) The venue of the arbitration shall be the place from where the order is issued.

13 Applicable Law (GCC Clause 29) Add as Clause 29.2 of the GCC the following:

13.1 The place of jurisdiction would be Hyderabad (Telangana) INDIA. 14 Notices (GCC Clause 30)

14.1 For the purpose of all notices, the following shall be the address of the Purchaser and Supplier.

(i) Purchaser: The Director, Centre for Cellular & Molecular Biology, Uppal Road, Hyderabad – 500 007 (Telangana) INDIA (ii) Supplier: (To be filled in by the supplier)

............................................. .............................................

.............................................

15 Progress of Supply

15.1 Wherever applicable, supplier shall regularly intimate progress of supply, in writing, to the Purchaser as under:

Page 16: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 16 of 55

(i) Quantity offered for inspection and date; (ii) Quantity accepted/rejected by inspecting agency and date; (iii) Quantity dispatched/delivered to consignees and date; (iv) Quantity where incidental services have been satisfactorily completed with date; (v) Quantity where rectification/repair/replacement effected/completed on receipt of any communication from

consignee/Purchaser with date; (vi) Date of completion of entire Contract including incidental services, if any; and (vii) Date of receipt of entire payments under the Contract (In case of stage-wise inspection, details required may also be

specified).

16 Right to Use Defective Goods

16.1 If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the goods proves to be unsatisfactory, the Purchaser shall have the right to continue to operate or use such goods until rectifications of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser’s operation.

17 Supplier Integrity

17.1 The Supplier is responsible for and obliged to conduct all contracted activities in accordance with the Contract using state of the art methods and economic principles and exercising all means available to achieve the performance specified in the contract.

18 Training 18.1 The Supplier is required to train the designated Purchaser’s technical and end user personnel to enable them to effectively

operate the total equipment.

Page 17: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 17 of 55

CHAPTER – V: BID FORM The Director Centre for Cellular & Molecular Biology Uppal Road, Hyderabad – 500 007 (Telangana) India

Sir, Having examined the bidding document, we the undersigned offer to supply and deliver ___________________________ (Description of Goods) in conformity with the said bidding documents for a sum or such other sums as may be ascertained from the bid. We undertake that if our bid is accepted to deliver the goods in accordance with the delivery schedule specified and submit the performance security as specified in SCC for the due performance of the contract. We agree to abide by this bid for requisite period of time after the date fixed for bid opening as per the instructions to the bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We undertake that, if our bid is accepted for award of contract based on our agreeing of terms and conditions of this bid document, same shall not be changed by us at the time of order acknowledgement as we fully understand that doing so can disqualify us even at that stage. We undertake that, we have separately mentioned the Agency Commission to be received by us from the Manufacturer / Foreign Principal and same shall be paid to us in Indian Rupees by the buyer. Further we also undertake that if we do not mention any Agency Commission in our bid, same shall not be paid to us directly by our Foreign Principal in foreign currency. If use of quoted item requires any ‘s Declaration (EUD)’ or signing of special conditions / declaration etc. prior to processing of the order, format of such EUD or special conditions / declarations have been attached with our Technical Bid. We understand that our bid may be disqualified at any stage if the buyer is unwilling to submit such EUD or sign special conditions / declarations. The buyer may also cancel the order if any such requirement is made by us after the placement of the purchase order.

We have quoted our bid prices taking into account your instructions regarding shipment and payment terms and also attached the duly filled ‘BRIEF SUMMARY OF QUOTATION & CHECKLIST’ as per your instructions. We understand that you are not bound to accept the lowest or any bid you may receive. Dated this ____________day of ________________20_______ Signature _________________________________ In the capacity of______________________________ Duly authorized to sign the bid for and on behalf of ________________________________

Page 18: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 18 of 55

CHAPTER – VI: BID SECURITY FORM

Whereas ...........................1 (hereinafter called the “tenderer”) has submitted their offer dated ...................... (Date of submission of

bid) for the supply of ................................. (Name and/or description of the goods) (Hereinafter called the “tender”).

KNOW ALL PEOPLE by these presents that WE ..................... (Name of bank) of .................. (Name of country), having our registered

office at .................. (Address of bank) (Hereinafter called “the Bank”), are bound unto Director, Centre for Cellular & Molecular

Biology, Hyderabad (Telangana) India (Hereinafter called “the Purchaser”) in the sum of _______________________ for which

payment well 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 ____ day of _________ 19 ____.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or 2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity: (a) Fails or refuses to execute the Contract Form if required; or (b) Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders. We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including forty-five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

(Signature with Seal of the Bank) (Complete Contact Details with Tel./Fax/email etc)

_____________________________________________ 1 Name of Bidder

Page 19: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 19 of 55

CHAPTER – VII: MANUFACTURERS' AUTHORIZATION FORM (Must be Valid as on the Date of Quotation)

No. Dated __________ The Director, Centre for Cellular & Molecular Biology, Uppal Road, Hyderabad – 500 007 (Telangana) India

Dear Sir:

We who are established and reputable manufacturers of having factories / works at (address of factory) do hereby authorize M/s (Name and address of Indian Agent / Business Partner) to submit a bid, negotiate and receive the order from you against your tender enquiry. No company or firm or individual other than M/s is authorized to bid, and conclude the contract in regard to this business. The Agency commission payable by us to our Agent in your country has also disclosed in the price bid to be paid directly by the buyer to our authorized Agents in your national currency. In case no agency commission has been mentioned, same shall not be paid by us in foreign currency separately to the Indian Agent.

If use of quoted item requires any ‘End User Declaration (EUD)’ or signing of special conditions / declarations etc. prior to processing of the order, format of such EUD or special conditions / declarations have been attached with our Technical Bid. We understand that our bid may be disqualified at any stage if the buyer is unwilling to submit such EUD or sign special conditions / declarations. The buyer may also cancel the order if any such requirement is made by us after the placement of the purchase order. We undertake that, if our bid is accepted for award of contract based on our agreeing of terms and conditions of this bid document (or agreeing of such terms and conditions by our duly authorized agent / dealer / business partner whom we have authorized to submit bid on our behalf), same shall not be changed by us at the time of order acknowledgement as we fully understand that doing so can disqualify us even at that stage. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract and Clause 9 of the Special Conditions of Contract for the goods and services offered by the above firm.

Yours faithfully,

(Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and

having the power of attorney to bind the manufacturer. It should be included by the Bidder in its techno-commercial unpriced bid.

Page 20: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 20 of 55

CHAPTER – VIII: BIDDER’S PERFORMANCE STATEMENT FORM

(For A Period of Last 3 Years)

Name of the Firm………………………………………..

Order placed by (full address of purchaser)

Order No. and date

Description and quantity of ordered equipment

Price Date of completion of delivery as per Contract/Actual

Remarks indicating reasons for late delivery, if any

Has the equipment been installed satisfactory? (Attach a certificate from the purchaser/Consignee)

Contact Person alongwith Tel. NO., Fax No. & e-mail address

Signature

Rubber stamp Place : Date :

Page 21: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 21 of 55

CHAPTER IX: SERVICE SUPPORT DETAILS FORM

S. N. Nature of training imparted

List of similar type equipments serviced in the past 3 years

Address, Telephone Nos. , Fax and e mail address of the firm located in Hyderabad

Value of minimum stock of consumable spares held at all times.

Signature and Seal of the manufacturer/Bidder……………………………. Place :

Date :

Page 22: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 22 of 55

CHAPTER – X: DEVIATION STATEMENT FORM (ITB/GCC/SCC)

The following are the particulars of deviations (ITB, GCC, and SCC Clauses) from the requirements of the tender document and specifications:

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

Place: Date: Signature and seal of the Manufacturer/Bidder NOTE:

Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No Deviations”.

Page 23: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 23 of 55

CHAPTER – XI: TECHNCAL COMPLIANCE STATEMENT FORM

An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.

ITEM NAME

S.No. Tender Specifications Bidder’s Specifications Remarks/Deviation If any

(Technical literature/brochures/manuals should be attached alongwith this format) Please note:

1. Compliance/Deviation statement comparing the specifications of the quoted model to the required specifications. This statement should also give the page number(s) of the technical literature where the relevant specification is mentioned.

2. Bids must have supporting documents ( technical literature or copies of relevant pages from the service manual or factory test data) for all the points noted above, failure regarding which may result in rejection of bid.

Page 24: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 24 of 55

CHAPTER – XII: CONTRACT FORM

THIS AGREEMENT made the …….day of ………………….200….between……………………. Director, Centre for Cellular &

Molecular Biology, Hyderabad (Telangana) India (hereinafter “the Purchaser”) of the one part and …………..(Name of Supplier) of ………………….(City and Country of Supplier) (hereinafter called “the Supplier”) of the other part: WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz., ……………………………(Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those

goods and services in the sum of ………………….(Contract Price in Words and Figures) (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz: (a) the Bid Form and the Price Bid submitted by the Bidder; (b) the Technical Specifications; (c) the General Conditions of Contract; (d) the Special Conditions of Contract; and (e) the Purchaser’s Notification of Award/Purchase Order.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the goods and services and to remedy defects therein conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied / provided by the Supplier are as under:

ITEM DESCRIPTION & QTY. AMOUNT

FOB/FCA/CIF/CIP

Payment Terms Agency Commission [TO BE PAID IN EQUIVALENT INR]

Delivery Schedule

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the Said…………………………………(For the Purchaser) In the presence of …………………………………. Signed, Sealed and Delivered by the Said……………………………………………(For the Supplier) In the presence of ………………………………………….

Page 25: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 25 of 55

CHAPTER – XIII: PERFORMANCE SECURITY FORM

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY

The Director Centre for Cellular & Molecular Biology Uppal Road, Hyderabad – 500 007 (Telangana) India WHEREAS................................................................... (Name and address of the Supplier)

Hereinafter called "the Supplier" has undertaken, in pursuance of Contract no................. dated............ 20... to supply....................................................................... (Description of Goods and Services) hereinafter called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a

recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total

of................................... ........................................ (Amount of the Guarantee in Words and Figures), and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debit from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the ........day of...................20.............

(Signature of the authorized officer of the Bank) ……………………………………………………… Name and designation of the Officer Seal, Name & Address of the Bank and address of the Branch

Page 26: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 26 of 55

CHAPTER XIV: QUALIFICATION REQUIREMENTS

1 The Bidder should be a manufacturer or their dealer specifically authorised by the manufacturer to quote on their behalf for this tender as per manufacturer authorisation form and Indian agents of foreign principals, if any who must have designed, manufactured, tested and supplied the equipment(s) similar to the type specified in the “Technical Specification”. Such equipments must be of the most recent series/models incorporating the latest improvements in design. Similar models should be in successful operation for at least one year as on date of Bid Opening.

2 The Indian Agents of foreign manufacturers/ suppliers quoting directly on behalf of their principals must be registered with

DGS&D (vide DGS&D Circular No. 12 dated 17/09/2009 with reference to Circular No. Regn.II/PS-363/PG/Vol.II dated 11/02/2004). One Indian Agent cannot represent two different foreign principals for the same item in one tender.

3 The bidder should have supplied at least one such or similar system/equipment to any Central / State Govt. / PSUs /

Universities / Autonomous bodies. The details should be incorporated in the performance statement form along with documentary evidence.

4 If required, the bidder may be asked and should be willing to arrange demonstration of the equipment offered, free of

charge at on a mutually agreeable place and date prior to opening of priced bids to ascertain their conformity with tendered specifications.

5 Details of service support facilities that would be provided after the warranty period should be submitted in the Service

Support Details Form. 6 That, in the case of a Bidder not doing business in India, the Bidder is/or will be (if successful) represented by an Agent

in India who shall be equipped and able to carry out the Supplier’s maintenance, repairs and spare parts, stocking obligations prescribed by the conditions of the contract.

7 That adequate and specialized expertise is already available or will be made available following the execution of the

contract in the Purchaser’s country, to ensure that the support services are responsive and adequate. 8 That the Bidder will assume total responsibility for the fault-free operation of equipment, application software, if any, and

maintenance during the warranty period and provide necessary maintenance services for five years after end of warranty period if required.

9 If use of quoted item requires any ‘End User Declaration (EUD)’ or signing of special conditions / declaration etc. prior to

processing of the order, format of such EUD or special conditions shall have to be attached with the Technical Bid. If Director CCMB is unwilling to submit such EUD or sign special conditions so required, your offer shall be rejected summarily. The order shall also be cancelled if any such demand is placed subsequent to order placement.

10 Bidders who meet the criteria given above are subject to be disqualified, if they have made untrue or false representation

in the forms, statements and attachments submitted in proof of the qualification requirements or have a record of poor performance, not properly completing the contract, inordinate delays in completion or financial failure, etc.

11 Any additional bid participation criteria / eligibility conditions etc. mentioned in the Technical Specifications sheet

will also form part of the Qualification Requirements along with those mentioned in this chapter. Any term not in conformity with the generally accepted norms may be ignored subject to the conditions mentioned in the GCC & SCC of this bid document.

Page 27: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 27 of 55

CHAPTER XV: TECHNICAL SPECIFICATIONS & OTHER IMPORTANT REQUIREMENTS

Item 01: STED based Super resolution Microscope system:

1. Super resolution system that can be upgraded or install on existing Leica SP8 confocal. It

should be integrated with Leica LASAF software platform for easy control of confocal and

super resolution.

2. Laser for excitation: Pulsed 80Mhz WLL Laser for 470nm to 670nm tunable excitation

range with 1nm increment and simultaneously at least 6 line should able selected for

excitation.

3. XY resolution less than 50nm , and Z resoluition less than 140nm resolution without any

post processing.

4. It should have capability to do dual color imaging with fluorescence dyes / proteins like

Alexa 488/532/568, GFP, YFP Citrine, Cy3, cy5 etc.

5. System should have necessary optimized optics for above lasers and chromatically

corrected 100X/ 1.4 objective.

6. The system should have auto-alignment capability of lasers and other optical components

for super resolution imaging, enabling user-friendliness and ease of use at optimum

performance.

7. Detectors: New generation detectors like HyD / GaAsP with spectral detection and gating

control for super resolution Imaging.

8. Control Computer: Super resolution set up should be controlled by same computer and

software of Leica LAS confocal software. Necessary upgradation and modules should be

included for Super resolution imaging and analysis.

9. System control and imaging software software should be capable of controlling Motorized

functions of microscope, digital camera, scan head control, laser control including AOTF,

AOBS and Image acquisition & processing.

10. The laser should be able to provide excitation finger printing or equivalent to determine

accurate excitation peaks of auto fluorescence and fluorochromes and proteins.

11. Software module should have the facility to image extended dynamic range while

acquiring like HDR/BrightR/or equivalent with GaAsP/ HyD.

12. Saving of all system parameters with the image for repeatable/reproducible imaging.

13. Line, curved line, frame, Z-stack, Time series imaging capabilities.

14. Standard geometry Measurements like length, areas, angles etc including intensity

measurements.

15. 3D image reconstruction from a Z-stack image software.

16. Advanced 3D software should be offered for XYZT movie making and advance processing.

Page 28: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 28 of 55

17. Advanced super resolution 3D Deconvolution should be offered as standard with the

system.

18. Advanced Co-localization and histogram analysis with individual parameters.

19. Spectral un-mixing and emission fingerprinting/or equivalent with separation of overlapping

emission spectra of fluorophores.

20. Offline software.

Important terms and conditions:

System and accessories should work with 220v @50 HZ.

Power requirements for lasers to be specified.

Cost should include on site comprehensive warranty for 3 years on the complete

system including lasers.

The service, maintenance and spares parts support should be given for a period of 10

years from the date of installation, The response time for attending a call should be

within 24 hours by factory trained service engineer based in Hyderabad. A letter of

commitment should be given in this regard from principals head office.

All operating, technical and service manuals with circuit diagrams should be provided

along with the system. A latest core processor based laptop for diagnostic, repair,

calibration purpose with preloaded necessary system software (including service

manuals, calibration procedures, system data base etc) for maintenance of the system

should be supplied. Tools and consumables necessary for calibration and

alignment like test slides, sub micron fluorescence beads should be supplied

along with the system.

Service training for one of the engineer from CCMB should be provided at the

manufacturer site for one week, covering all maintenance, repair and calibration

aspects of complete system with documentation details including schematics of

electronics, fluidics, optics, lasers etc… free of cost including travel, Lodging and living

expenses.

Latest software upgrades should be provided free of cost for 3 years.

The principals/local agents are responsible for the complete installation, testing and

integration of the system.

Original literature with complete specifications should be given.

Users list and references should be provided.

Criteria for selection of the system would be based on the response to all the

above points, suitability and requirements of various research projects of

CCMB.

Page 29: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose

BID DOCUMENT (YC) Page 29 of 55

Item 02: MULTI MODE MICROPLATE READER FOR ABSORBANCE, FLUORESCENCE AND LUMINESCENCE MEASUREMENTS

Detection Modes : Absorbance, Fluorescence & Luminescence (Glow&Flash)

Monocromator : Quad monochromators (dual monochromators on both the Excitation & emission sides) or Filter based or both Monochromator and filter

Modes of Operation : Spectrum scan (over the entire wavelength range

Well scanning (for reading solution and cell based assays for high sensitivity for abs, Fluorescence and luminescence).

Kinetic measurements for Time based assays. Endpoint measurements.

Dual scans over the entire range (for determining the optimal excitation & emission wavelengths for a particular Fluorophor).

Plate Format : 6 to 384 wells Reading Time : < 20 sec for 96 well plates for absorbance & Fluorescence Temperature control : Above ambient to 40ºC Shaker time : Linear or Orbital Dispensers : Dual or more dispensers with stirring facility for Luminescence and kinetic assays having the following specifications: Volume range : 1 to 5000 μl or more Dispensing volume : Minimum 1μl or lesser Dispensing accuracy : 5% or better at 1 μl and 0.05% or better at 400 μl Dispensing speed : 50 secs or less for a 96 well plate Operating power : 220V, 50 Hz Absorbance mode: Wavelength range : 250 nm to 1000 nm Photometric accuracy at 2 OD : ≤ 2 % or better Photometric Precision at 2 OD : ≤ 0.1 % or better Fluorescence mode: Excitation Wavelength range : 250 to 800 nm Emission Wavelength range : 250 to 800 nm Fluorescence detection limit : Top read: < 5 fmole /well FITC 200 μL in 96 well plate

Page 30: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 30 of 55

Bottom read : < 10 fmole /well FITC 200 μL in 96 well plate

Luminescence mode: Wavelength range : 250 to 800 nm Luminescence detection limit : < 10 amol/well Alkaline phosphate 200 μL/well Other features :

Top and bottom read optical design for measurement of solution and cell based assays.

Built in Temperature control and shaking facility.

Required software for data analysis to be included along with the system.

Automatic Z height adjustment to accommodate variable plate height Calibration Standards (for all the detection modes) covering the entire wavelength range needed for validation and testing the system should be included in the offer. Important clauses: All systems and accessories should operate on 220 VAC, 50 Hz Branded computer along with Laser printer to be offered along with the system. The PC should have the latest configuration compatible with the application software and the configuration should be specified. Three years comprehensive onsite warranty to be provided for the PC.

All the technical specifications, features accessories etc of the model offered should be verifiable in the literatures and technical brochures attached with the offer. If any technical specification, feature etc is not verifiable then the offer can be rejected.

Detailed instruction and service manuals with circuit diagrams and troubleshooting information to be supplied with the system and commitment to be made in the offer. To clearly indicate all the standard accessories that would be supplied with the system. Complete installation and testing the equipment to its specifications to be done at the site of installation free of cost.

Latest model to be offered and to indicate the year in which the offered model was introduced in the market. Commitment to be made that the spares for the system should be available for a minimum period of 8 years.

The cost should include a three year warranty. Software upgrades should be given free of cost during the warranty period. Technical presentation of the model offered and demo of similar equipment should be done on request.

Page 31: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 31 of 55

List of users (research institutes) in Hyderabad and in India where the offered model is being used for the last three years, along with the names and telephone numbers to be enclosed in a separate annexure. Availability of local service support and response time for a service call during and after warranty to be specified. Selection of the system would be based on the response to all the above points apart from the technical specifications, proven performance, features and suitability to CCMB’s requirements and therefore please respond to all the points.

Page 32: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 32 of 55

Item 03: Laser Scanning Confocal Microscope for High resolution and high Sensitive Imaging

of Biological samples.

The system should be of latest state of the art technology capable of high sensitive spectral confocal

imaging of fixed & Live Biological samples, with high resolution mode capable of resolution

enhancement in XYZ directions The system should include multichannel Fluorescence imaging with

Z-stack, time-lapse including co localization, FRET, FRAP, FCS, Anisotropy, Photo activation and

conversion.

The system should consist of:

1. Fully Motorized Inverted Fluorescence Research Microscope for BF/DIC/FL with dedicated

TFT/LCD display for full control of Microscope. Programmable Motorized XY Scanning stage

with universal sample holders for slides, Petri dish and other live cell sample holders like 6

well plate, 96 well plate for tile , mosaic and multipoint imaging., Motorized 6 position DIC

nose piece, Motorized BF/PH/DIC Condenser, 6 position motorized FL turret. High precision

built in Z-focus drive with step resolution of 15 nm or better. Transmitted and Reflected Light

illumination with 100W halogen and 120W metal halide with PC control and long lifetime of

2000 hours. High resolution confocal grade Plan apochromat objectives corrected for both

UV & VIS lines.10x/0.45, 20x/0.80, 40x/1.40oil, 40x 1.2 NA water immersion for FCS,

60/63x/1.40oil, 100x/1.4 oil immersion along with DIC accessories for all objectives.

Bandpass fluorescent filters for DAPI, GFP, Cy3 and Cy5.

2. Shift free DIC accessories for all objectives, DIC and fluorescence images should exactly

overlap, there should not be any pixel shift .

3. A fast piezo focusing stage insert for Z stack imaging with travel range of 100 microns or

better.

4. An active anti-vibration table with compressed air damping, bread board table top with

threading for the complete microscope system.

5. Laser Point scanning laser Confocal detection unit with built-in high sensitivespectral

detectors. System should have standard PMT- 2no’s and at least 3 GaAsP/HyD detection

channels with independent gain controls or equivalent array GaAsP spectral detectors with

independent gain control for each channel including high transmission optics.

6. Detection unit should be capable of working in Intensity and Spectral mode Imaging. The

detection unit should be built in in the scanner unit for better emission signal collection.

System should include simultaneous detection and separation of at least 5 fluorophores or

more and one transmitted detection. High sensitive dichroic system with low angle of

incidence with high efficient filters for excitation and detection design for better laser

separation.

Page 33: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 33 of 55

7. Scan resolution of 8K x 8K or above with frame rate of 7 fps or higher @512x512 pixels with

all PMT & spectral detectors, for all scannining modes like XY, XYZ, XYZT, XYZTλ and frame

rate of 300FPS or higher @512x 16.

8. The system should have fully corrected optics for multi channel Colocalisation in X,Y & Z

axes with all objectives for 405 & 633 lasers combination.

9. The system should be capable of acquiring images with optical resolution: XY resolution

better than 150nm & Z resolution better than 400nm in real time. Depth of imaging should be

more than 50 microns. Emission filters for entire visible spectrum should be available. All the

samples with fluorphores used for confocal system should be used for high resolution

imaging.

10. Photon counting mode with high sensitive GaAsP detector should be included.

11. Real ROI scan and bleach with various ROI shapes should be possible for scanning & FRAP

experiments. Advanced FRAP and FRET imaging , advanced time series and analysis

modules should be included.

12. Anisotropy accessories with suitable hardware built in the scan head as standard.

13. Maximum scan area should be 20mm or more.

14. PMT based transmitted light detector for DIC imaging.

15. Laser unit with control electronics including multiline Ar 458/488/514nm, He Ne 543nm, HeNe

594nm, HeNe 633nm & BDL 405/408nm, all laser lines including 405nm should be controlled

through 8 channel AOTF for fast laser switching and attenuation. Separate laser ports for

UV/405nm, Vis, IR and additional port for future upgrades is essential. System should have

capability to upgrade for Deep UV or Multiphoton laser.

16. The system should have standard FCS module with two channels for auto & cross correlation

using GaAsP /APD detectors, necessary software and hard ware for Biophysical

kinetic/diffusion experiments in cells as well as solutions using same confocal lasers.

17. Latest 64 bit control computer with Intel Xeon 6 Core Processor, DDR RAM 8 GB, HDD: 1

TB SATA, DVD, Super Multi SATA +R/RW, Graphics : AT Fire GL V5200 256MB DH DVI,

Gigabit Ethernet, Win 7 Ultimate 64 bit OS , USB 2.0, Fire wire. Large 30” LCD TFT monitor.

18. Offline line workstation with license with all features as in the main system should included.

19. Confocal system control software capable of controlling all motorized functions of

microscope, scan head, lasers, AOTF including image acquisition & processing. Saving of all

system parameters with the image for repeatable/reproducible imaging, Image acquisition for

3D, 4D, on-line spectral Imaging based on lambda stacks. Line, curved line, frame, Z-stack,

Time series imaging capabilities , Real ROI bleach for FRAP, Photo-activation/conversion

Page 34: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 34 of 55

experiments, FRET imaging as well as Quantitative data analysis capability, Standard

geometry Measurements like length, areas, angles etc including intensity measurements, 3D

image reconstruction with rendering from a Z-stack image series, Co-localization and

histogram analysis with individual parameters, Spectral un-mixing with fingerprinting for

separation of overlapping excitation/emission spectra of fluorophores, Module for FCS/FCCS

for fit , diffusion and structural parameters should be available, Image acquisition and

processing tools for HR images with various modes of visualization tools should be available.

FRAP, FRET, FCS, Anisotropy, Photo activation and conversion

Options :

1. Additional 561nm laser

Important terms and conditions:

System and accessories should work with 220v @50 HZ.

Power requirements for lasers to be specified.

Cost should include on site comprehensive warranty for 2 years on the complete

system including lasers.

The service, maintenance and spares parts support should be given for a period of 10

years from the date of installation, The response time for attending a call should be

within 24 hours by factory trained service engineer based in Hyderabad. A letter of

commitment should be given in this regard from principals head office.

All operating, technical and service manuals with circuit diagrams should be provided

along with the system. A latest core processor based laptop for diagnostic, repair,

calibration purpose with preloaded necessary system software (including service

manuals, calibration procedures, system data base etc) and Colour laser printer for

maintenance of the system should be supplied. Tools and consumables necessary

for calibration and alignment like test slides, sub micron fluorescence beads

should be supplied along with the system.

Service training for one of the engineer from CCMB should be provided at the

manufacturer site for two weeks, covering all maintenance, repair and calibration

aspects of complete system with documentation details including schematics of

electronics, fluidics, optics, lasers etc… free of cost including travel, Lodging and living

expenses.

Latest software upgrades should be provided free of cost for 2 years.

The principals/local agents are responsible for the complete installation, testing and

integration of the system.

Original literature with complete specifications should be given.

Users list and references should be provided.

Page 35: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 35 of 55

Criteria for selection of the system would be based on the response to all the

above points, suitability and requirements of various research projects of

CCMB.

Page 36: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 36 of 55

Item 04: Body Composition Analysis System for Small animals

Body composition : In vivo scans of small animals and in vitro analysis of biopsy

& tissue samples

Measured Parameters : Lean tissue mass, fat mass, free water & total body water masses

Weight of the sample/animal : 300 mg of biopsy sample, 7g of tissue & 500 g of rat

Scan time : < 3 minutes for whole body &

individual tissues/organs for high resolutions/precisions

Unit Initialisation time : < 10 min.

Hardware : Suitable for scanning tissues & small animals (mice & rats)

Software : Suitable for analysis of lean tissue mass, fat mass,

free water and total body water masses.

Scanning dimensions : length: 20cm, width: 10cm

Provision for up gradation : Yes

Operation Voltage : 220V, 50Hz

Features:

o Capable of measuring/analysing body composition parameters like lean mass, fat mass, free water

content and total body water etc.

o Should be able to carry out in-vivo scan/experiment without anesthetizing the animal.

o The Unit should be capable of tolerating motion artefacts and variance in subject placement during

the scans.

o Should be capable of early detection of changes in subtle fat and lean masses.

o The measured parameters should automatically get stored in the data base for future analysis/

reference.

o Should be capable of in vitro scanning of biopsy tissues / organs for content analysis.

o The Unit and the software should be easy and quick to operate and analyse the samples.

Optional:

Systems capable of accepting animals of higher weights like Guinea pigs and rabbits up to 2kg,

up to 5kg. May be offered separately.

Important Clauses:

1. Branded PC (Dell/HP) with Printer of required configuration with 3 year warranty to be included

with the system.

2. All the required accessories for complete installation and testing should be included with the system.

Other optional accessories may be offered separately.

3. Required spares & consumables for regular operation to be offered separately.

4. Spare parts should be available for a minimum period of six years.

5. Calibration standards for body composition analysis should be provided.

6. Offered equipment should be of the latest technology with associated latest software.

7. Cost of the unit should include a comprehensive warranty for three years including parts and

labour.

8. Local service support should be available and response time for a service call should be within 48

hours. Commitment to be made.

Page 37: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 37 of 55

9. Service training for one Instrumentation staff on the maintenance repair & calibration aspects to be

provided at the manufacturing facilities. The to and fro air fare boarding, lodging and all expenses

towards the training should be borne by the Principals/Agents.

10. AMC (both comprehensive & non comprehensive) costs (after 3 years warranty) for the next 5 years

should be mentioned separately in the quotation.

11. Copies of scientific publications where the offered instrument is used for small animal experiments

should be attached.

12. All specifications given in the tender / bid document should be clearly marked / indicated in the

literature / brochures and documents attached with the offer.

13. Instruction and service manuals with circuit diagrams and all engineering details to be provided

with the unit, commitment to this clause to be made in the offer.

14. List of the Institutes/ Research Centres / Hospitals / Diagnostic Centres in India and abroad, where

similar models are functioning, should be enclosed with names, addresses, contact numbers and

email ids.

15. If you are a distributor or a dealer, a valid certification from the principal should be enclosed with the

quotation.

16. The unit should be installed, tested and demonstrated on animals at CCMB free of cost.

Criteria for selection would be based on specifications, features, important clauses, proven

performance of the system and support for maintenance & repairs.

Page 38: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 38 of 55

Item 05: Table Top Scanning Electron Microscope

Important Clauses: a) Cost should include a 3 year comprehensive onsite Warranty.

b) The computers offered along with the system should be the latest models compatible with the

application software. Required interface cards, cables...etc to be included along with storage devices

S.No Specification Requirement

1 Electron Microscope type Table Top Scanning Electron Microscope

2 Filament source W or LaB6 or CeB6 or FEG

3 Resolution < 20 nm or better

4 Accelerating voltage Variable up to 15kV or better

5 Magnification 300 X to 65,000X or better

6

Detectors Secondary Electron(SE), Back Scattered Electron(BSE),Energy Dispersive Spectroscopy(EDS)

7 Specimen chamber Vacuum 0.15 to 0.5Torr Preferable

8 Vacuum system Electrical pump/ Oil free pump / Roughing pump

9 Electron Gun Thermionic / Field Emission

10 Specimen Stage X,Y, 360 degree Rotation

11 Sample Charge up Reduction Required

12 Sample Tilt Rotation Required

13 Specimen holder Standard Specimen SEM holder

14 Specimen stage control Computer Controlled or Manual

15 Auto functions Auto Focus, Auto Brightness and Contrast

16 Software 1. Elemental Mapping

17 Image display JPEG,TIFF

18 Control PC Controlled

19 Power All components including subsystems, accessories and computer should operate on 230 Volts, 50Hz electric power

20 Essential Spares Please quote essential spares and consumables required for maintaining the system for the 3 years

21 Optional Accessories a) Temperature controlled stage or holder b) 3D View Software c) Particle analysis software d) Fiber Analysis software

Page 39: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 39 of 55

and CD/DVD writers. The PC configuration offered should be specified. In case the PC procured locally

then quote separately in INDIAN Rupees.

c) Detailed literatures (all originals) with technical specifications and features for the main system and

all the accessories to be enclosed with the offer.

d) Please ensure that the specifications listed in our enquiry are clearly indicated in the literature and

technical specification attached with the offer. Unspecified parameter will be treated as non-

compliant.

e) Detailed Instructions and service manuals with circuit diagrams, all engineering details, test point

voltages... etc for the entire system and accessories should be supplied. Commitment to this clause

to be made by the principals in the offer.

f) Software supplied should be the latest versions and any up gradations in the software including third

party software to be given free of cost for three years. Soft copy of application software should be

supplied along with the system.

g) All standard accessories that would be supplied with the system should be clearly mentioned in the

offer. Other required accessories may be offered separately.

h) Essential spares and consumables such as filaments, apertures, pump oil...etc required for

maintaining the system for two years to be quoted separately. A list of such items should be enclosed.

i) The principals / local agents are responsible for the installation, testing and commissioning of the

main system and accessories which should be carried out immediately after receipt of the system.

Checking of specifications, training the users to be done at the site free of cost. Service training for

two instrumentation personnel at any company training centre in INDIA.

j) Please indicate the year in which the model was introduced in the market and confirm whether the

spares and consumables for the system would be available for a minimum period of 10 years.

k) Pre-installation and utility requirements for installation and running the system should be clearly

mentioned.

l) Availability of local service support and response time for a service call during and after warranty to

be specified.

m) Alternate models, accessories and options to be offered separately with break-up-costs and

indicating differences / advantages between various models.

n) List of users of the similar models as the one(s) offered along with the names, addresses, telephone

numbers and mail ID’s to be enclosed separately with details of installation.

o) Demonstration of similar models as the one(s) offered to be given on request at other customer sites.

p) All other clauses of payment details validity of quotation, delivering schedule, shipment... Etc to be

indicated.

q) Technical presentations on the systems offered are to be made on request from CCMB.

Selection of the system would be based on the response to all the above points apart from the proven technical specifications and features, support, service and suitability to CCMB’s requirements. Please therefore respond to all the points.

Page 40: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 40 of 55

Item 06: Microfluidic Controllers, Pressure Pumps and Flow Regulators Microfluidic pressure & vacuum controller and free-standing (independent) pressure pumps stable and pulse-free flow, for applications such as digital microfluidics, cell biology experiments, drug delivery and to control micro-valves. The offer should include following: 1. Microfluidic pressure and flow controller (4 channels) : 1 No.

Pressure range: 0-7000 mbar or more Pressure stability: ±2 mbar or better Response time: 40 ms or better Settling time: 100 ms or better Pressure sensor resolution: 2.5 mbar or better Maximum input pressure: 5 bar or more Pressure source: Non-corrosive, non-explosive, oil-free gases (compressed air or N2) Dedicated branded PC with 3 years comprehensive on side warranty and software needed for the controller should be included in the offer.

2. Microfluidic pressure, vacuum and flow controller (2 channels with possibility to upgradation to 4 channels) : 1 No.

Pressure range: -800-800 mbar or better Pressure stability: ±2 mbar or better Response time: 40 ms or better Settling time: 100 ms or better Pressure sensor resolution: 2.5 mbar or better Maximum input pressure: 5 bar or more Pressure source: Non-corrosive, non-explosive, oil-free gases (compressed air or N2) Dedicated branded PC with 3 years comprehensive on side warranty and software needed for the controller should be included in the offer.

3. Pressure pumps : 2 nos.

Pressure range: 0-1500 mbar or better Pressure stability: ±2 mbar or better Response time: 3s or better Settling time: 3 s or better Pressure sensor resolution: 1 mbar or better Maximum input pressure: 1.5 bar or better Pressure source: Integrated pressure source would be preferable. or System should be compatible with non-corrosive, non- explosive, oil-free gases (compressed air or N2) Dedicated software for controller or controller should be included in the offer.

4. Flow sensor : 1 each of all four sensor Flow rate range: 0.4-7 µl/min; 1-50 µl/min; 30-1000 µl/min; 0.2-5ml/min

Flow rate accuracy: Between 5% and 10 % for aqueous solutions and 5-20% for hydrophobic solutions or oils.

Inner diameter: 25 µm; 150 µm; 430 µm; 1000 µm; 1800 µm respectively for the flow rate ranges mentioned above.

Total internal volume: 1.5µl, 5.1 µl, <30 µl, <90 µl respectively for the flow rate ranges mentioned above

Material: Glass, PEEK or PTFE 5. Starter kit/s : 1 each

Page 41: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 41 of 55

Minimum required tubing kits, Luer lock kits, Teflon tubings, solution tanks of different sizes [small (1 ml or more), medium (10 ml or more) and large size (100ml or more)] and other necessary accessories needed for smooth start up of microfluidic related experiments to be included in the main offer.

6. Compressor : 1 No. Compressor with a 2 liters or bigger tank, an airflow from 10 liters/min to 20 liters/min a maximum

pressure of 8 to 10 bar and minimal noise, with splitter enabling to split pressure from single compressor between several controllers.

7. Flow switches : 1 No.

Flow switches for short flow switch time, fast on and off flow, and for complex flow patterns capable of controlling 4-16 unidirectional or bidirectional valves.

Following items should be offered as optional : 1. Accessories: Tubing kits, Luer lock kits, Teflon and Tygon tubings, solution tanks of different size, PEEK Nuts and Ferrules Farrul kits, Pneumatic kits, Back flow blocker, air flow cleaner, manifold kits of different sizes and other necessary accessories/consumables to be quoted separately. 2. Flow Reader: Flow readers capable of reading above-mentioned flow rate ranges along with software control, if any Important Note : 1. The Entire system and accessories should work on 230VAC/50Hz. Single phase

2. Optional: Tubing kits, Luer lock kits, Teflon tubing’s, solution tanks and other necessary accessories /consumables to be quoted separately.

3. Detailed literatures (all originals) with technical specifications and features for the main system and all the accessories to be enclosed with the offer.

4. Please ensure that the specifications listed in our enquiry is clearly indicated in the literatures and

technical specifications attached with the offer. Unspecified parameters will be treated as non-compliant.

5. List of essential Spares parts required for the trouble Free Operation of the system during

and after warranty to be given separately. 6. Cost should include Two years warranty on complete system.

7. Software supplied should be the latest versions and any up-gradations in the software to be given free of cost for three years.

8. The principals / local agents are responsible for the installation, testing and commissioning of the main system and accessories and should be carried out immediately after receipt of the system. Integration of the main system with the accessories, checking the specifications, training the users to be done at the site free of cost. Pre-installation and utility requirements for installation and running the system should be clearly mentioned

Page 42: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 42 of 55

9. Commitment for the supply of Complete Instruction, Service Manuals with Circuit diagrams and engineering details to be supplied along with the system.

10. Service Support and response time for a Service Call during and after warranty to be mentioned.

11. List of users in India (for the offered model) with Addresses, e-mail id’s and contact phone numbers should be enclosed separately.

Selection of the system would be based on the response to all the above important clauses apart from the proven technical specifications and features, support, service and suitability to CCMB’s requirements. Please therefore respond to all the points. All the specifications and points should be supported by the original literature/brochure

Page 43: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 43 of 55

Item 07: HIGH SPEED FLOOR MODEL REFRIGERATED CENTRIFUGE WITH ROTORS

I Technical Specifications:

Maximum Speed : 28,000 rpm or more Maximum g Force : 100,000 x g or more Speed Control Accuracy : +/- 25 of set speed Imbalance Tolerance : 5% of opposite load

Temperature Range : -10 to 40 C

Temperature Control : +/- 2 C of set temperature Run Time : 99 Hours / Hold

Accelerations/Decelerations profiles : up to nine or more profiles Capacity : 4 litres or more

Noise level : < 60 dba Power : 230 Volts, 50Hz, (Single Phase) II Other essential Features:

- Microprocessor control

- High torque brush less drive system

- Up to nine or more Accelerations/Decelerations profiles

- Refrigeration System should be Non-CFC Refrigeration technology

- Easy rotor locking system

- Imbalance tolerant drive

- Should have Pre cooling function

- Automatic rotor identification system

- Automatic run recall

- Light weight rotors

III Rotors: Application:- Proteomics, Cellular Biology, Research & Drug Discovery, Nanotechnology, Genomics, Molecular Biology, Bioprocessing, Diagnostic and Clinical Biology etc., Fixed Angle : 1. Capacity : 8 x 50ml 1 No. Maximum Speed : 28,000 rpm or more RCF : 1,00,000 g or more One set of adapter for 10ml & 30ml tubes including tubes and caps to be offered with the above rotor 2. Capacity : 6 x 250ml 1 No. Maximum Speed : 14,000 RPM or more. RCF : 30,000 g or more. One set of adapter for 100ml tubes including tubes and caps to be offered with the above rotor 3. Capacity : 6 x 500ml 1 No. Maximum Speed : 10,000 RPM or more. RCF : 18,000 g or more.

One set of Tubes and caps to be offered with the above rotor Optional Rotor : Swinging Out Bucket Rotor: 4. Capacity : 6 x 50ml 1 No. Maximum Speed : 13,000 RPM or more. RCF : 26,000 g or more.

One set of Tubes and caps to be offered with the above rotor To be offered optionally

1. Essential Spares parts required for the trouble Free Operation of the system during and after

warranty to be offered.

Page 44: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 44 of 55

2. Additional size tubes and bottles (Polycarbonate, Polypropylene, Polyallomer) with Adaptors,

Caps etc., for 10ml, 30ml, 50ml, 250ml and 500ml capacities for each rotor to be offered

separately.

Important Note: 1. To clearly indicate all the standard accessories that would be included and supplied along

with the system. 1. Cost should include Three years warranty on complete system including drive, five years on

refrigeration system and five years on the rotors. 2. Instruction and Service Manuals with Circuit diagrams and engineering details (including

Refrigeration) to be supplied along with the system. Commitment to be made in the offer. 3. Availability of local Service Support and response time for a Service Call during and after

warranty to be mentioned. 4. Original Literatures containing detailed specifications and features of both the centrifuge and

rotors should accompany the offer. 4. Complete installation and testing the equipment to its specifications to be done at site free of

cost. 5. List of users in India (for the offered model) with Addresses, e-mail id’s and contact phone

numbers should be enclosed separately.

Page 45: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 45 of 55

Item 08: Biocompatible High Performance Liquid Chromatography System

S.No Specification Requirement

1 Application Bio compatible high performance liquid chromatography

system for prototype product development for analytical

separation of proteins, carbohydrates, peptides, biomolecules

etc.

2 Degasser 4 channel degasser or better

PUMP

3 Pump type Quaternary Gradient

4 Flow range 0.1 to 5 ml per minute

5 Max Pump pressure 0 to 600 bar (programmable)

6 Flow accuracy 10 micro liter / min or better

7 Compositional precision 0.2% RSD or better

8 Solvent Compressibility

Compensation

User selectable or predefined based on mobile phase

compressibility

9 PH range 1 to 12 or better

Manual injector

10 Type of Injector Manual injector

11 Sample loading Suitable Hamilton make Syringes of volumes 50,100, 250, 500

μl and 2 ml

12 Sample loops 0.1, 0.25, 0.5, 1, 2 ml loops

Auto sampler

13 Injection range 0.1 to 1500 μl or better

14 Pressure range Up to 600 bar

15 Sample Trays Trays to accommodate 0.5, 2 and 6 ml vials and 1.5 ml

eppendorf tubes

16 Carry over 0.05 % or better

Temperature Controlled

Column Compartment

17 Temperature range 10oC below room temperature to 70oC

18 Temperature Stability ± 0.2oC or better

19 Column chamber Should accommodate up to 30 cm columns

Photo Diode Array

Detector

20 Wavelength range 190 to 800 nm or better

21 Optical resolution 1nm or better

22 Noise ± 8 µAU at 254 nm or better

23 Drift ± 1 mAU/h at 254 nm or better

24 Linear range > 2AU upper limit

25 Flow cell Please quote different types of Bio-compatible flow cells,

volumes ranging from 5 to 13 micro liters

Refractive Index Detector

26 Refractive index range 1.00 to 1.75 RIU

27 PH range 2.3 to 9.5 or better

28 Flowcell volume Bio-compatible Analytical flow cell (approx 8 µl )

29 Short term Noise (ASTM) ±2.5 n RIU or better

30 Drift <0.2 µ RIU/h

31 Zero adjustment Automatic Zero before analysis

32 Polarity selection Should be able to select polarity of measurements

Fluorescence Detector

33 Excitation Wavelength Range 200-700 nm

34 Emission Wavelength Range 280-900 nm

Page 46: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 46 of 55

35 Accuracy ± 3nm or better

36 Repeatability <± 0.2nm or better

37 Flow cell Bio-compatible Analytical flow cell (approx 8 µl )

38 Spectra Both Excitation and Emission spectra

Fraction collector

39 Modes Fraction collector with Time and Peak fractionation modes.

40 Fraction collector racks Suitable racks for 8ml (height 48 mm) and eppendorf safe-lock

tubes (0.5 ml, 1.5ml, 2.5ml)

Sample filteration system

41 Buffer Filtration (a) Diaphragm pump (b) Quartz filtration flask ( 1liter) ( c)

0.2μm and 0.45μm aqueous and non-aqueous filters of dia 47

mm

42 Filter paper for sample filtration

43 Sample filtration Disposable filters 0.2mm and 0.45 mm pore size prefixed

syringe filters

General Features

44 Wetted Parts All wetted parts should be Bio compatible

45 System Control PC controlled

46 Software features (a) should be capable of automated instrument control, data

acquisition, evaluation, integration, quantification and reporting.

(b) Simultaneous display of 5 or more chromatograms at

preselected wavelengths. (c) Spectral acquisition and evaluation

capability. (d) System status information during data acquisition

(f) flexibility for system upgrading (g) Customisable reports,

calibration routines, system logging, early maintenance

feedback and diagnostic features.

47 System Operating temperature

range

0oC to 40oC

48 Power All components including subsystems, accessories and

computers should operate on 230 volts, 50Hz electrical power.

Optional items

1 Columns Please quote separately for Bio compatible and normal HPLC

columns for Reverse phase, Gel filtration, Ion-exchange and

Normal phase chromatography

2 Variable wavelength

detector

Please quote separately

(a) Wavelength range 190 to 600 nm or better

(b) Optical resolution better than 1nm

(c) Noise ± 2.5 µAU at 254 nm or better

(d) Drift ± 0.1 mAU/h at 254 nm or better

(e) Linear range > 2AU upper limit

(f) Flow cell Please quote different types of Bio-compatible flow cells,

volumes ranging from 5 to 14 micro liters

Important Clauses: a) Cost should include three years comprehensive onsite warranty. b) The computers and printers offered along with the system should be the latest models

compatible with the application software. Required interface cards, cables..etc to be included along with storage devices and CD writers. The PC configuration offered should be specified and should include a three year comprehensive onsite warranty. In case the PC can be procured locally then quote separately in Indian rupees.

c) Detailed literatures (all originals) with technical specifications and features for the main system and all the accessories to be enclosed with the offer.

Page 47: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 47 of 55

d) Please ensure that the specifications listed in our enquiry are clearly indicated in the literature and technical specifications attached with the offer. Unspecified parameter will be treated as non-compliant.

e) Detailed Instructions and service manuals with circuit diagrams, all engineering details, test point voltages.. etc for the entire system and accessories should be supplied. Commitment to this clause to be made by the principals in the offer.

f) Software supplied should be the latest versions and any up gradations in the soft wares to be given free of cost for three years. Soft copy of application software should be supplied along with system.

g) All standard accessories that would be supplied with the system should be clearly mentioned in the offer. Other required accessories may be offered separately.

h) Essential spares and consumables such as lamps, piston seals, capillaries, connectors, screws and ferrules ..etc required for maintaining the system for two years to be quoted separately.

i) The principals / local agents are responsible for the installation, testing and commissioning of the main system and accessories which should be carried out immediately after receipt of the system. Integration of the main system with the accessories, checking the specifications, training the users to be done at the site free of cost.

j) Please indicate the year in which the model was introduced in the market and confirm whether the spares and consumables for the system would be available for a minimum period of 10 years.

k) Pre-installation and utility requirements for installation and running the system should be clearly mentioned.

l) Availability of local service support and response time for a service call during and after warranty to be specified.

m) Alternate models, accessories and options to be offered separately with break-up-costs and indicating differences / advantages between various models.

n) List of users in India of the similar models as the one(s) offered along with the names, addresses, telephone numbers and mail ID’s to be enclosed separately.

o) Demonstration of similar models as the one(s) offered to be given on request at other customer sites.

p) All other clauses of payment details validity of quotation, delivering schedule, shipment etc to be indicated.

q) Technical presentations on the systems offered are to be made on request from CCMB. Selection of the system would be based on the response to all the above points apart from the proven technical specifications and features, support, service and suitability to CCMB’s requirements. Please therefore respond to all the points.

Page 48: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 48 of 55

Item: 09(i) (Can be quoted SEPERATELY.EMD for this item only is Rs.4,00,000/-)

High performance Flow cytometer for Stem cell sorting with Bio-Safety

cabinet Class-II:

Specifications:

2. High performance flow Cytometer with high speed Cell sorting and Data management

System.

3. Sorter should be in a Bio-safety cabinet class-II of international standard.

4. System should have aerosol evacuation system.

5. System should be capable of sort speeds of 70,000 events per second or greater and

analysing 1,00,000 Events per second.

6. The purity of sorted cells should be minimum 99% or more at all sorting speeds.

7. The system should have 12 parameters measurements simultaneously with high Quantum

Efficiency detectors and upgradability to 14 parameters.

8. System should work with Jet in Air fluidics to ensure highest stream stability, yield and purity

at high speeds.

9. All solid state and air cooled Lasers: 488nm—200mw or more , 355nm ---100 nm or more,

633nm -- 25mw or more with accessories and necessary optics to be included with main

system. The guaranteed life time in hours should be mentioned. The system should be

upgradable to 3 more additional lasers.

10. Necessary filters, dichroics and beam splitters to be included for the above configuration..

11. System should work with various sample tubes of 0.5 to 50ml with all sample handling

features like automatic agitation, temperature control, automatic cleaning, air detection etc…

12. System should have Automatic bead-less drop delay calculation setup.

13. System should have 2-way and proven 4-way sorting capability with the ability to assign sort

modes independently to each sort stream.Each sort stream should be capable of

independent sort mode like Enrich, purify, single.

14. The instrument must be able to sort cells onto tubes, slides or multi-well trays including 6,12,

24, 72, 96, 384 and 1536 well trays.

15. The instrument must be equipped with at least 5 different nozzles (flow tip) sizes ranging from

50u to 200u.

16. System should have Autoclave-able sheath and waste tank, replaceable sterile sample

tubing.

17. Automated sorted cell protection from contamination in case of sort interruption like stream

disturbances or clogging.

18. System must have the ability to alert the operator via email and audible alarm, in case of

sorting interruption.

Page 49: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 49 of 55

19. 16 bit or more data resolution with log, height, area, width and log area signals for each

parameter.

20. System should have the ability to zoom into close populations and give greater separation of

each with the ability to sort at maximum resolution.

21. The instrument must be able to automatically set, monitor, and adjust the drop delay by

continuously computing the correct drop delay during a sort.

22. System should be able to perform colour compensation of all possible spectral overlaps for

up to 12 colours., inter laser compensation for three lasers and auto compensation.

23. Temperature control (from 4 Deg C to 45 Deg C) for the sample and sorted cells.

24. The computer and software controlling the cell sorter must preferably be a latest windows

based system capable of Controlling all the PMT parameters, all sort controls, fluidics control,

reuse of instrument parameters of previous acquisitions like PMT settings, sort settings

should be possible, import and export of all standard FCS formats, histograms, dot plot, and

statistics should be easily imported to other applications like word, Excel, power point etc….

25. Latest branded core processor based system with 24” color LCD monitor, 4 GB RAM, 1TB

HDD, network card, and color laser printer to be included with the main system.

26. Separate analysis system with similar configuration of main (sorting) system should be

included with necessary offline analysis software. Analysis software with multiple licenses

should be offered.

27. Software details of all modules needed for analysis and other applications Connected with

Flow Cytometer with complete list to be specified.

28. Sterile sorting setup and single cell sorting and deposition to be offered.

29. Accessory equipment required for air, vacuum etc… should be included along with the

system and must be clearly specified in the offer.

30. Spare parts like strobe light, camera, specific electronic cards like ADC card, sheath tank,

waste tank, Preventive maintenance kit, sheath pack, sheath filter etc... should be included

along with the system and detailed spare parts list with price should be provided.

Item: 09 (ii) (Can be quoted SEPERATELY. EMD for this item only is Rs.1,00,000/-)

Bench Top Flow cytometer for Cell analysis based on multicolor Fluorescence Parameters:

1. 10 parameters (FSC, SSC and 8 Fluorescence) analysis system with two lasers and

upgradable to 12 parameters.

2. Detectors with high quantum efficiency.

3. Flow cell based fluidics with sheath and waste tank, air pressure based sample intake with

variable sample intake flow rates.

4. System should work with lab made sheath buffer solution.

Page 50: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 50 of 55

5. Solid state laser 488 nm -20mw, 638 nm 25mw or more with accessories and necessary

optics. The guaranteed life time in hours should be mentioned. The system should be

upgradable to 2 more additional lasers.

6. FSC light collection at multiple angles for different particle sizes with more sensitivity including

submicron particles.

7. Sample acquisition rate 25000EPS or more.

8. Different sample flow rates.

9. 20 bit or more data acquisition

10. Optical filters for detection should be easily changeable by user.

11. Compensation capability between all fluorescence channels manually and auto

compensation.

12. Automated multiple loader for more than 25 tubes or more with individual tube vortex.

13. Wash station for rinsing of sample probe.

14. PC controlled Windows based software preferably latest version i5, 24”LCD monitor etc..

capable of both online and offline analysis.

15. Software to control the flow cytometer, acquire and analyse the samples.

16. Software with multiple licenses for analysis.

Options:

1. Additional lasers like 561nm etc…for sorter and analyser.

2. Additional filters, dichroics and beam splitters.

3. Automated sample loader for 96 well plates for Analyser system.

Important terms and conditions: For Items 09 (i) and 09 (ii)

A Firm can choose to quote only for one of the items by depositing the requisite EMD for

that particular item as mentioned in this bid document. If a firm quotes for both of them

then FOB/FCA price of Item 09(i) and 09(ii) MUST BE MENTIONED SEPARATELY in the

Price Bid. BIDDER SUBMITTING COMBINED PRICE for BOTH ITEMS WILL BE REJECTED

as they cannot be meaningfully compared to other offers. Conditional terms like special /

additional discount for buying both items together from same supplier etc. will not be

considered or given any special consideration.

System and accessories should work with 220v @50 HZ.

Power requirements for lasers to be specified.

Please specify the area occupied by the system including Bio-safety cabinet, power

consumption and other utilities like Vacuum, air and cooling connections if required.

Cost should include on site comprehensive warranty for 4 years on the complete

system including lasers.

Page 51: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 51 of 55

The service, maintenance and spares parts support should be given for a period of 10

years from the date of installation, The response time for attending a call should be

within 24 hours by factory trained service engineer based in Hyderabad. A letter of

commitment should be given in this regard from principals head office.

All operating, technical and service manuals with circuit diagrams should be provided

along with the system. A latest core processor based laptop for diagnostic, repair,

calibration purpose with preloaded necessary system software (including service

manuals, calibration procedures, system data base etc) for maintenance of the system

should be supplied. Tools and consumables necessary for calibration and

alignment should be supplied along with the system.

Operator training for one person covering all applications should be given free of cost

at manufacturing site bearing all the expenses of to and fro air fare, lodging & boarding

and other living expenses.

Service training for two of the engineers from CCMB should be provided at the

manufacturer site for two weeks, covering all maintenance, repair and calibration

aspects of complete system with documentation details including schematics of

electronics, fluidics, optics, lasers etc… free of cost including travel, Lodging and living

expenses.

Latest software upgrades should be provided free of cost for 4 years.

The principals/local agents are responsible for the complete installation, testing and

commissioning of the main system, Validation of Bio-safety cabinet, as well as the

integration of accessories.

The principals/local agents are responsible for validation of Bio safety cabinet as and

when required by CCMB.

Original literature with complete specifications should be given.

Users list and references should be provided.

Criteria for selection of the system would be based on the response to all the

above points, suitability and requirements of various research projects of

CCMB.

Page 52: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 52 of 55

Item 10: Photolithography Station for Photoresist Processing

Complete solution for photolithography and soft lithography to fabricate micro-patterns of 5 micron or small for microfluidic devise prototyping should including equipments with following specifications;

1. Programmable spin coater: Compact, single wafer, easy to clean spin processor for photo resist coating, perfectly fine-tuned to do controllable and repeatable resin coating. The spin processor should have foolproof door interlock system to prevent rotation when the there is no vacuum or/and when the lid is open. System should include wafer-centering or alignment tool. • Revolutions per minute range: from 1 to 12, 000 RPM • Substrate size: Wafer size 1 to 6 inches in diameter or 5 inch X 5 inch square substrate. • Digital process control panel for easily program of speed, acceleration, time, input, output

sequence looping capabilities. • Vacuum chuck for wafer and square shaped substrates (include adapter for microscope glass

slide and glass cover slip). • Low noise (50 dBA or less) vacuum pump with airflow at 4 litres/min and maximum

vacuum <-60kPa (< 18 inch Hg) with easy connect for easy switching between spin coater and PDMS degassing.

• Compressor with a 2 litres or more tank, an airflow from 10 litres/min to 20 litres/min and maximum pressure of 8 to 10 bar and minimal noise.

2. UV exposure system:

A compact, tabletop UV exposure system equipped with UV source with broad-spectrum range (200nm-480nm) along-with filter for 365 nm; or A system equipped with a UV LED light source with wavelength of 365 nm ± 5 nm with no Warm up time.

The system should be capable of exposing surface area of 1 to 4 inches in diameter or better with perfectly monochromatic exposure to achieve resolution of 5 µm or better.

System should have adjustable illumination UV power up to 20mW/cm2 ± 10% or better.

In case system is equipped with UV-LED then divergence angle of the light < 2° with a lifetime of more than 10,000 hours or equivalent.

The exposure system should have automated wafer loading and unloading system.

UV exposure system should be compatible with hard (physical) or soft (proximity) masking contacts, and should feature variable mask to substrate distance control.

The UV exposure system should have a user-friendly interface for exposure cycles programming (continuous or cyclic exposure).

An exposure time from 1 Sec to 15hours or higher with time resolution of 1 Sec.

UV source intensity adjustment should be digitally controlled.

System should be compatible with quartz, glass and plastic masks.

3. Programmable hot plate baking of photo resist: Programmable Hot Plate with ceramic or aluminum top with minimum size of 18x18cm with following features:

• Temperature resolution <1°C • Temperature range: ambient to 200°C or higher • Automatic switch off option • Programmable temperature ramp • Heat ramp from 1°C/hour to 450°C/hour

4. Plasma cleaner with vacuum controller and high vacuum pump: • Working pressure range from 300mTorr to 1500mTorr • Controllable power source (up to 30W)

Page 53: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 53 of 55

• Air flow 0 to 5m3/hour • Usable wafer up to 6 inches • Glass process chamber • Interconnection tubing and fitting • Numeric vacuum gauge with Automatic regulation • Pressure unit in Torr, mBar and kPa

• High performance and robust diaphragm vacuum pump for rapidly seting the pressure inside the vacuum chamber of plasma cleaner with minimal sound level

5. Agitator system A electronically regulated vibrating agitator, for smooth to rigid mixing of viscous media and solids for easy photo resist development.

Weight capacity 2 kg Vibration orbit 3 mm Speed 150 to 1350 rpm Vibration time 1 to 120 minutes Size plate 220x220 (mm)

6. Accessories and chemicals:

Accessories: Various glassware for photolithography processing, 25 silicon wafers, trash solvent bottle, funnel, isopropanol dispenser, acetone dispenser, blow air gun, air and oil filter, various tubing fitting and connectors, macro-pipette, tips, thermometer/hygrometer, spirit level, diamond scraper, wafer stainless tweezer, clean room wipes, timer, petridish, parafilm, scale, microscope cover slide, adhesive tape, syringe for chemical dispensing, 0.5µm filter, scalpel, scalpel blades, stirrer, plastic cup etc.

Chemicals: SU-8-2050 and SU-8-2100 photoresist (500 mL each), SU-8 developer (2 X 4L), adhesion promoter (500mL), TMCS (25mL).

Following items should be included in the offer as optional: 7. Optical profiler:

The optical profiler based on light reflections between two materials with measurement software. The optical profiler should allow to quickly and easily measure height of different photoresist and PDMS layers.

Interface USB 2.0 Thickness measure range 0,2 μm - 450 μm Precision 1 nm Spot size 600 μm Sample size From 1mm to 300 mm diameter Light Source Lamp MTBF Halogen: 1200 hr

IMPORTANT CLAUSES:

r) Operating Voltage: The Entire system and accessories should work on 220/230V@50Hz Single

phase

Page 54: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 54 of 55

s) Please quote separately for a). Associated accessories, Spares, Consumables, chemicals etc with break-up-costs and indicating differences / advantages between various models. Also indicate possibilities of future expansion.

t) Dedicated branded PC for online data analysis with laser printer offered along with the system should have latest specifications compatible with the instrument application software. Required cables, USB interface storage devices and CD writers etc to be included. The PC configuration offered should be specified and should include a three year comprehensive onsite warranty. In case the PC can be procured locally, quote separately in Indian rupees.

u) Detailed Instructions and service manuals with circuit diagrams, all engineering details, test point voltages.. etc for the entire system and accessories should be supplied. Commitment to this clause to be made by the principals in the offer.

v) Essential spares, electronic PCB boards, lamps, consumables etc required for maintaining the system for three years to be quoted separately.

w) Calibration and performance verification standards for instrument & accessories should be supplied

along with instrument.

x) Detailed literatures (all originals) with technical specifications and features for the main system and all the accessories to be enclosed with the offer.

y) Please ensure that the specifications listed in our enquiry is clearly indicated in the literatures and

technical specifications attached with the offer. Unspecified parameters will be treated as non-compliant.

z) Cost should include a three year comprehensive warranty including parts and labour

aa) Software supplied should be the latest versions and any up-gradations in the software to be given free of cost for three years.

bb) All standard accessories that would be supplied with the system should be clearly mentioned in the offer. Other required accessories may be offered separately.

cc) The principals / local agents are responsible for the installation, testing and commissioning of the main system and accessories and should be carried out immediately after receipt of the system. Integration of the main system with the accessories, checking the specifications, training the users to be done at the site free of cost.

dd) Please indicate the year in which the model was introduced in the market and confirm whether the spares and consumables for the system would be available for a minimum period of 10 years.

ee) Pre-installation and utility requirements for installation and running the system should be clearly mentioned.

ff) Availability of local service support and response time for a service call during and after warranty to

be specified.

gg) Copies of scientific papers, references where similar models as the offered system(s) has been used should be enclosed.

Page 55: BID DOCUMENT (Global / Open Tender) - · PDF fileBID DOCUMENT (Global / Open Tender) ... YOUR BID MAY BE REJECTED AFTER BID OPENING. ... BRIEF SUMMARY OF QUOTATION &amp; CHECKLIST (Enclose

BID DOCUMENT (YC) Page 55 of 55

hh) List of users in India of the similar models as the one(s) offered along with the names, addresses, telephone numbers and mail ID’s to be enclosed separately.

ii) Demonstration of similar models as the one(s) offered to be given on request at other customer sites.

jj) Service and application training should be provided after the installation of the system.

kk) Technical presentations on the systems offered are to be made on request from CCMB.

Selection of the system would be based on the response to all the above important clauses apart from the proven technical specifications and features, support, service and suitability to CCMB’s requirements. Please therefore respond to all the points. All the specifications and points should be supported by the original literature/brochure