Ref. No. 2375/ OSIC: Mktg. Date: 31.05.2017 TENDER CALL NOTICE The Odisha Small Industries Corporation Ltd. (OSIC) (A Govt. of Odisha Undertaking), Industrial Estate, Madhupatna, Cuttack - 753 010 invites Tenders in sealed cover under two bid system i.e., Technical Bid & Price Bid from Manufacturing Firms and Authorized Importers / authorized Distributors of Pharmaceutical Testing Laboratory Equipment and Instruments etc. for setting up of Common Facility Center (CFC) in Pharmaceutical Cluster at Cuttack-Bhubaneswar, Mancheswar. Date of Commencement of Tender Last Date & Time of submission of Tender Date & Time for opening of Tender Cost of Tender Paper + 5 % VAT(Rs.) 01.06.2017 17.06.2017 at 2.00 PM 17.06.2017 at 3.00 PM 5250/- (5000.00+ VAT@5%=250.00) A complete set of the Bid documents containing the details of the terms & conditions may be downloaded from website: www.osicltd.in and the same can be submitted along with cost of Tender Paper in shape of Demand Draft. The authority reserves the right to accept / reject any part or all the bids without assigning any reason thereof. The authority has the right to increase / decrease / cancel the quantity of procurement of equipment / instrument without assigning any reason thereof. Sd/- MANAGING DIRECTOR Memo No.2376 / OSIC/MKTG Date: 31.05.2017 Copy to the Administrative Officer, OSIC Ltd., for information and necessary action. He is requested to arrange the publication of the Tender Call Notice in “The Samaj”, “The Times of India” and “The New Indian Express ” in their all editions for publication on 01.06.2017 at I&PR approved rate. The Invoices w.r.t. the publication may be furnished to Marketing Division for payment and record. . Sd/- MANAGING DIRECTOR Memo No.2377 / OSIC/MKTG Date: 31.05.2017 Copy to the Joint Manager (MIS), OSIC Ltd., Cuttack for information with a request to display the Tender Call Notice along with detail Tender Documents and specifications in the OSIC website (www.osicltd.in ) with effect from 01.06.2017 Copy to Notice Board. Sd/- MANAGING DIRECTOR Contd.. P-2
63
Embed
TENDER CALL NOTICEadmin.osicltd.in/Siteupdate/TenderFile/PHAR_CLUSTR.pdfRef. No. 2375/ OSIC: Mktg. Date: 31.05.2017 TENDER CALL NOTICE The Odisha Small Industries Corporation Ltd.
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
Ref. No. 2375/ OSIC: Mktg. Date: 31.05.2017
TENDER CALL NOTICE
The Odisha Small Industries Corporation Ltd. (OSIC) (A Govt. of Odisha Undertaking), Industrial Estate, Madhupatna, Cuttack - 753 010 invites Tenders in sealed cover under two bid system i.e., Technical Bid & Price Bid from Manufacturing Firms and Authorized Importers / authorized Distributors of Pharmaceutical Testing Laboratory Equipment and Instruments etc. for setting up of Common Facility Center (CFC) in Pharmaceutical Cluster at Cuttack-Bhubaneswar, Mancheswar.
Date of Commencement of
Tender
Last Date & Time of submission of Tender
Date & Time for opening of Tender
Cost of Tender Paper + 5 % VAT(Rs.)
01.06.2017 17.06.2017 at 2.00 PM
17.06.2017 at 3.00 PM
5250/- (5000.00+ VAT@5%=250.00)
A complete set of the Bid documents containing the details of the terms & conditions may be downloaded from website: www.osicltd.in and the same can be submitted along with cost of Tender Paper in shape of Demand Draft. The authority reserves the right to accept / reject any part or all the bids without assigning any reason thereof. The authority has the right to increase / decrease / cancel the quantity of procurement of equipment / instrument without assigning any reason thereof. Sd/-
MANAGING DIRECTOR
Memo No.2376 /OSIC/MKTG Date: 31.05.2017
Copy to the Administrative Officer, OSIC Ltd., for information and necessary action. He is requested to arrange the publication of the Tender Call Notice in “The Samaj”, “The Times of India” and “The New Indian Express ” in their all editions for publication on 01.06.2017 at I&PR approved rate. The Invoices w.r.t. the publication may be furnished to Marketing Division for payment and record. . Sd/-
MANAGING DIRECTOR Memo No.2377 /OSIC/MKTG Date: 31.05.2017 Copy to the Joint Manager (MIS), OSIC Ltd., Cuttack for information with a request to display the Tender Call Notice along with detail Tender Documents and specifications in the OSIC website (www.osicltd.in ) with effect from 01.06.2017 Copy to Notice Board. Sd/-
MANAGING DIRECTOR
Contd.. P-2
-2-
By E-mail/ Post Memo No.2378 /OSIC/MKTG Date: 31.05.2017 Copy to M/s Utkal Pharmaceutical Manufacturers’ Association, Industrial Estate, Madhupatna, Cuttack-10 E-mail: [email protected] for information with a request to make necessary arrangements for wide publicity of the Tender Call Notice. Sd/-
MANAGING DIRECTOR
By E-mail/ Post
Memo No.2379/OSIC/MKTG Date: 31.05.2017 Copy to the Director of Industries, Odisha, Cuttack-1/ The Director, MSME-DI, Vikas Sadan, College Square, Cuttack-753 003/ The General Manager, DIC, Bhubaneswar/ The Drugs Controller, Directorate of Drugs Control, Odisha, Gajapati Nagar, Bhubaneswar – 751017, E-mail: [email protected] / The Principal Scientific Officer, State Drugs Testing & Research Laboratory, Bhubaneswar ([email protected] ) for information and necessary action with a request to depute their representative to attend the opening of Tender on the afore mentioned date and time. Sd/-
MANAGING DIRECTOR
By E-mail/ Post
Memo No.2380/OSIC/MKTG Date: 31.05.2017
Copy to the Additional Secretary to Government, MSME Department, Bhubaneswar / The Deputy Director, Office of the Development Commissioner (MSME), Ministry of MSME, Nirman Bhawan, 7th Floor, Maulana Azad Road, New Delhi – 100 011 for information. Sd/-
MANAGING DIRECTOR
TENDER DOCUMENT
FOR PROCUREMENT OF INSTRUMENTS & EQUIPMENT
FOR
TESTING LABORATORY
&
TRAINING CENTRE
IN
PHARMACEUTICAL CLUSTER
AT BHUBANESWAR
1
THE ODISHA SMALL INDUSTRIES CORPORATION LTD.
(A GOVERNMENT OF ODISHA UNDERTAKING) INDUSTRIAL ESTATE, MADHUPATNA,
OSIC TOWER,CUTTACK-753 010 An ISO 9001:2000 PSU of Government of Odisha.
TENDER FOR SUPPLY, INSTALLATION AND DEMONSTRATION OF
INSTRUMENTS & EQUIPMENT FOR PHARMACEUTICAL CLUSTER IN CUTTACK-BHUBANESWAR AT BHUBANESWAR, ODISHA.
Bidding Document: Not transferable
DATE OF COMMENCEMENT OF THE TENDER
: 01.06.2017
LAST DATE/ TIME FOR SUBMISSION OF TENDER
: 17.06.2017 up to 2.00 PM
DATE OF OPENING OF BID DOCUMENTS
: 17.06.2017 at 3.00 PM
PLACE OF OPENING OF TENDER
AND ADDRESS FOR COMMUNICATION
AND RECEIPT OF BID DOCUMENTS
: OFFICE OF THE ODISHA SMALL INDUSTRIES CORPORATION
LTD. INDUSTRIAL ESTATE, MADHUPATNA,
OSIC TOWER,CUTTACK-753 010
- Rs. 5000.00 Price of Tender Document (Non-refundable/ not
transferable) VAT @ 5 % Rs. 250.00
(Only by Demand Draft in favour of “THE ODISHA SMALL INDUSTRIES CORPORATION LTD.” payable at Cuttack
on any Nationalized Bank.) [ N.B.: The Bidders who had participated in the tender No. 7324 dt. 19.12.2016 may not deposit tender fee again if they participate in this tender.]
2
Sl. No. DESCRIPTION Clause
No. 1 SECTION- I INVITATION FOR BIDS (IFB) 2 SECTION-II GENERAL TERMS AND CONDITIONS
Document Establishing Bidder’s Eligibility & Qualification 1.0 Document Establishing Goods Eligibility. 2.0 Technical Bid 3.0 Price Bid 4.0 Bid Conditions 5.0 Language of Bid. 5.4 Bid Price 5.5 VAT/ST clearance / GST Provisional Code 5.6 EMD/Bid Security Deposit : 5.7 Performance Security. 5.8 Submission of Bids. 5.9 Deadline for Submission of Bids 5.10 Modification & Withdrawal of Bids 5.11 Bid opening 5.12 Clarification of Bids 5.16 Preliminary Examination 5.17 Acceptance of the Bid 5.18 Rejection of the Bid 5.19 Purchaser’s Right to Accept any Bid and to Reject any Bid 5.20 Evaluation & comparison of Bids 5.21 Supply Conditions 6.0 Delivery of Goods 6.1 Instruments & Equipment Demonstration cum Inspection 6.2 Inspection/ Test 6.3 Guarantee/Warrantee Period 6.4 Up time Guarantee /Warrantee 6.5 Downtime Penalty Clause 6.6 Payment Terms 6.7 Transportation 6.8 Taxes & duties 6.9 Incidental Services 6.10 Period of Validity of Bids 6.11 Commissioning Period 6.12 Standards 6.13 Award Criteria 6.14 Penalty against late delivery 6.15 Penalty against non-supply 6.16 Demonstration 6.17 Force majeure 6.18 Rejected items 6.19 Governing Language 7.00 Applicable Law 8.00 Notification of Award 9.00 Signing of Contract 10.00 Resolution of Disputes by Arbitration 11.00 Jurisdiction of the Court 12.00 Price Negotiation 13.00
3 SECTION-III FORMS AND ANNEXURES 4 SECTION-IV SCHEDULE OF REQUIREMENTS AND TECHNICAL
SPECIFICATIONS
1
SECTION- I INVITATION FOR BIDS (IFB)
2
OFFICE OF THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING)
The Managing Director, OSIC Ltd., Cuttack, Odisha is the Implementing Agency for establishing the Common Facility Centre (CFC) for TESTING LABORATORY & TRAINING CENTRE on behalf of Utkal Pharmaceutical Manufacturers’ Association (UPMA) in the Pharmaceutical Cluster in Cuttack-Bhubaneswar at Bhubaneswar, Odisha. The Managing Director, OSIC Ltd., Cuttack (hereinafter called referred to as the Purchaser) has been assigned the responsibilities to float Bid for Supply, Installation and Demonstration of the instruments & equipment required for functioning of the Testing Laboratory on behalf of the Government of Odisha. Sealed tenders are invited from the eligible bidders for the above purpose.
Sealed Bids (properly stitched separately) in two separate covers (Technical Bid and Price Bid) are invited on behalf of the Managing Director, OSIC Ltd., Cuttack for Supply, Installation and Demonstration of the instruments & equipment required for functioning of the Testing Laboratory at Bhubaneswar.
The Bidders may download the Tender Documents directly from the WEBSITE available at : www.osicltd.in and the Tender cost fee (Non-refundable) of Rs.5000.00 + 5% VAT by way of Demand Draft drawn in favour of The OSIC Ltd., Cuttack should be enclosed along with the Bid. The Bidders should specifically super-scribe, “Downloaded from the WEBSITE” on the top left corner of the envelope. The Tender cost fee and the EMD amount should be submitted separately in separate demand drafts. In case of any bid amendment and clarification, responsibility lies with the bidders to collect the same from the website before last date of submission of tender document and the purchaser shall have no responsibility for any delay/ omission on part of the bidder.
[ N.B.: The Bidders who had participated in the tender No. 7324 dt. 19.12.2016 may not deposit tender fee again if they participate in this tender.]
3
a) Price of bidding document : Rs. 5000.00 + VAT @5%
(Non-refundable)
b) Date of commencement of Tender
01.06.2017
c) Last date of submission of Tender 17.06.2017 at 2.00 P.M.
d) Time and date of opening of Tender (Technical bid)
17.06.2017 at 3.00 PM
e) Place of opening of bids f) Address for communication
Office of the Odisha Small Industries Corporation Ltd., Industrial Estate, Madhupatna, Cuttack-10 E mail : [email protected]
Sd/-
MANAGING DIRECTOR
4
SECTION-II
GENERAL TERMS AND CONDITIONS
5
GENERAL TERMS & CONDITIONS OF CONTRACT FOR SUPPLY, INSTALLATION AND DEMONSTRATION OF THE INSTRUMENTS & EQUIPMENTS REQUIRED FOR FUNCTIONING OF THE TESTING
LABORATORY AND TRAINING CENTRE TO BE SET UP AT BHUBANESWAR, ODISHA
Clause
No DESCRIPTION
1 Document Establishing Bidder’s Eligibility & Qualification The Bidders shall furnish as part of the Bid the following Documents
establishing Bidder’s eligibility and qualification to perform the contract, to the Purchaser's satisfaction.
1.1 Manufacturer / Authorized Distributor / Dealer having valid license / certificates for the quoted item and the direct Importers holding valid Import License of the product are eligible to participate in the Bid.
1.2 Bidders should have BIS or equivalent certification for quoted instruments and equipment. However, the Purchaser shall have the right to consider the items where BIS or equivalent certification is not applicable.
1.3 The Bidder whether manufacturer/ distributor/ dealer must have experience of supply and installation of the quoted items in reputed Government Institutions / Public Undertakings / reputed Private Institutions within India / abroad during last preceding 3 (three) years reckoned from the date of bid opening and the details must be submitted as per Annexure- IV along with documentary proof.
1.4 The Bidders shall have to produce document in support of their service associates nearest to Bhubaneswar, Odisha.
1.5 The Bidder is to submit a certificate from the Banker establishing the financial capability to handle this project.
2 Document Establishing Goods Eligibility. The instruments and equipments offered against the schedule of
requirement of instruments and equipments should be in accordance with the stipulated specifications and of reputed brand.
2.1 The documentary evidence may be in the form of literature, data sheets, pamphlets, manuals, drawing, circuit diagram etc.
2.2 Detailed description of instruments and equipment with essential technical and performance characteristics may also be furnished.
2.3 The Bidders should clearly mention in their bid regarding the compatibility of the various equipments or the individual units.
2.4 The quantity shown in the bid can be increased or decreased to any extent depending upon the actual requirement as per rules.
2.5 In case of electrical instruments / equipment, the same should confirm to IEC-60601 or equivalent in support of electrical safety for operation.
2.6 The instruments and equipment should have testing certificate for its satisfactory functioning.
6
2.7 For analytical balance license from Legal Meteorology Department is to be enclosed.
3 Technical Bid (COVER - A ) The following self attested document by the Bidder should be
submitted. 3.1 Earnest Money Deposit 3.2 Copy of the manufacturing license/ import license/ Authorized
Distributor/ Dealer certificates 3.3 Copy of the authorization from the Manufacturing Company /
Authorized Distributor / Dealer. 3.4 VAT/ST clearance certificate up to 31.03.2018 and GST Code where
applicable. 3.5 Performance/ Market standing certificate as per Annexure-IV
establishing that the Bidders have executed supply of such items as mentioned in Schedule of Requirement of instruments and equipments to different Govt. Organizations/ Government PSUs / reputed Private Institutions.
3.6 An undertaking in the prescribed declaration format as per Annexure-V. (Those are not registered under Odisha VAT.)
3.7 Copy of the PAN Card. 3.8 Detail name, address, telephone no. fax, e-mail of the firm and of
the Director/ Managing Director/ Proprietor of the firm (As per Annexure VII)
3.9 Address, Telephone No., e-mail, Fax of the Branch Office/ Contact Person/ Liaisoning Office in Odisha. ( As per Annexure VII)
3.10 Document if any to establish the recognization of the manufacturing unit in respect of ISO or equivalent.
3.11 The copy of bid document signed & sealed by authorized person in each page as a token of acceptance of all terms and conditions of the tender.
3.12 Documentary evidence establishing that the instruments & equipment and ancillary services to be provided by the Bidders shall confirm to the Bidding Document.
3.13 Check list with detail of the document enclosed with page numbered. The document should be serially arranged as per this Annexure VIII and should be securely tied and bound.
3.14 Bidders are required to submit para-wise compliance to each parameter of specification of the instruments and equipment.
3.15 Any deviation in the specification of the item including standard accessories / optional accessories should be marked in bold letters.
3.16 Bid form to be attached as per Annexure-VI 3.17 Details of foundation drawing for instruments and equipments, if
any, should be provided without which the bid is liable for rejection. 4 Price Bid (COVER – B)
4.1 The bid form giving the rates for various instruments & equipment and other items should be submitted in separate sealed cover
7
hereinafter called Cover B (Price Bid). Price Bid (Cover - B) of the bidders who qualify in Technical Bid (Cover – A) will only be opened.
4.2 The price of the each item shall be quoted as per the prescribed Price Schedule Format at Annexure-I along with price break up of custom duty, Excise Duty, CST, Packing, Forwarding and Handling charges, Insurance charges, ET, Freight up to destination including unloading, VAT, commissioning, incidental service including testing and training with total price per item at FOR destination. The bidders are required to submit the individual price of each instrument(s) and equipment(s) as indicated in the schedule of requirements.
4.3 Each quoted items should cover the warranty / guarantee for a period of 3 years from the date of installation, commissioning and acceptance of goods by the Consignee.
4.4 The Cover B of the qualifying bidders will be opened at the Office of the Odisha Small Industries Corporation, Industrial Estate, Madhupatna, Cuttack-10 on the date and time to be communicated to them after technical evaluation of Cover A.
5 BID CONDITIONS 5.1 The bidder may quote for any or all items. The bidders should
verify the sites of CFC at Bhubaneswar, Odisha and the proposed Lay Out Plan indicating the location of each unit for necessary Technical Evaluation. The scope of work as mentioned in the schedule of requirements if not sufficient for full function of the Testing Laboratory should be intimated in writing during the pre- bid conference.
5.2 A copy of the original bid conditions and the schedules should be signed by the bidder at the bottom of each page with the office seal duly affixed and returned along with the bid. Bid schedule should be duly filled in with an index and page number for the documents, enclosures & EMD etc. Paging must be done for all the documents submitted.
5.3 Bids should be type written or Computerized and every correction/ over writing in the bid should invariably be attested with signature of the bidder with date before submission of the bids to the authorities concerned. No revision of price upward or downward will be allowed once the bid is opened. However the purchaser shall have the right for considering the exchange rate of foreign currencies on verification of documents.
5.4 Language of Bid. The Bid prepared by the bidders and all correspondence and
document relating to the bid exchanged by the Bidders and the Purchaser, shall be written in the English language. Supporting document and printed literature furnished by the Bidders may be written in another language provided they are accompanied by an accurate translation of the relevant pages in the English language
8
in which case, for purposes of interpretation of the Bid, the English translation shall govern.
5.5 Bid Price ? The contract shall be for any or full quantity of items as
described above. Corrections, if any, shall be made by crossing out, initialing, dating and re-writing.
? All duties, taxes, and other levies payable on the raw materials and components, job contract shall be included in the total price.
? VAT in connection with the sale shall be shown separately. ? The approved rates of the bidders shall be fixed for the
duration of the contract and shall not be subject to change on any ground.
? The price shall be quoted in Indian Rupees only. 5.6 VAT clearance and GST Code
Copies of latest valid VAT clearance Certificates shall be furnished by the Bidders and the originals of the above certificates shall be produced to the purchaser before placement of notification of award if asked for by the Purchaser. As per Section 99 of VAT Act Foreign Companies/ Bidders from outside the State who intend to participate in the bid and who have not been registered under VAT Act., as they have not started any business in the State as yet, may be allowed to participate in the Bid without having any VAT clearance Certificate subject to condition that they should submit undertaking in the form (Annexure-V) indicating therein that they are not registered under the VAT Act as they have not started any business in the State and they have no liability under the Act., but before award of the final contract such bidders will have to produce the VAT Clearance Certificate in Form VAT 612 and GST Code.
5.7 EMD/Bid Security Deposit : All bids must be accompanied by the EMD/Bid Security as
mentioned below in shape of Demand Draft drawn in favour of The OSIC Ltd., Cuttack only. The EMD/Bid security shall be in Indian Rupees.
EMD Amount: @1% of the quoted value of goods offered.
NOTE: EMD/Bid Security amount lower than the desired one shall result in rejection of Bid. The bid security is required to protect the Purchaser against the risk of Bidder’s conduct which would warrant the security’s forfeiture. Unsuccessful bidders’ bid security will be discharged after signing of contract with successful bidders. The successful Bidder’s EMD/bid security will be discharged upon after signing the contract and furnishing the performance security by the Bidders.
9
The EMD/bid security may be forfeited if a Bidder withdraws it’s bid during the period of bid validity and in the case of a successful Bidder, if the Bidder fails to furnish performance security. The EMD / bid Security deposited against other Bids can not be adjusted or considered for this Bid. No interest is payable on EMD / performance Security. The calculation of performance security may be submitted in the prescribed format at Annexure III.
5.8 Performance Security The successful Bidders shall furnish Performance Security within 10
days after the Supplier’s receipt of Notification of Award of Contract for an amount equivalent to 5% (Five Percent) of the Contract Price in the form of Demand Draft/ irrevocable BG issued by a Nationalized Bank in favour of the Purchaser valid up to 60 (sixty) days after the date of completion of Performance obligations including warranty obligations.
The Performance Security 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 the warranty obligations, under the Contract.
The Performance Security shall be forfeited in case any terms and conditions of the contract are infringed or the bidders fails to make complete supply satisfactorily or complete the work within the delivery / completion period agreed in the contract without prejudice to the purchaser’s right to take further remedial actions in terms of the contract and bidding document which formed part of the contract. The Performance Security cannot be adjusted against security deposited in other Bids.
5.9 SUBMISSION OF BIDS Sealing and Marking of Bids
Bid should be submitted in two Bid system containing two parts as detailed below. Sealed Cover-A : Technical Bid . Sealed Cover-B : Price Bid
Both the sealed envelopes should then be put in one outer cover and each cover should have the following indication:
i) Reference No of Bid ____________ ii) Bid regarding ______________ iii) Due date & time for submission of the Bid ____________ iv) Due date & time for opening of the Bid ____________ v) Name of the Firm _________________
NOTE: A. Bids submitted without following two Bid system procedures as mentioned above will be summarily rejected. B. Please Note that prices should not be indicated in the Technical Bid. The Pre-qualification document including EMD/ Performance Security as required in the Bid document should
10
invariably be accompanied with the Technical Bid (Cover A), but the calculation of performance security form in annexure- III shall be kept in cover-B.
The outer envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared “late”.
If the cover containing the outer envelope is not sealed and marked as required, Purchaser will assume no responsibility for the bid’s misplacement or premature opening. The above procedure shall be adopted both for the Technical bid and price bid separately.
Telex, cable, email or facsimile bids will be rejected. 5.10 Deadline for Submission of Bids
Bids must be received by the Purchaser at the address specified not later than the time and date specified in the Invitation of Bids. 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.
The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid document, in which case all previous rights and obligations of the purchasers and bidders will remain same till the extended date.
5.11 Modification and Withdrawal of Bids No Modification and Withdrawal of Bids is allowed between the
interval of time of submission and the last date and time of the bids.
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 bidders on the bid form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its bid security.
5.12 BID OPENING 5.13 The Purchaser will open all bids, in the presence of bidder’s
representatives who choose to attend at the schedule date and time mentioned above.
5.14 The bidder’s representatives who are present shall sign a register 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.
5.15 The bidder’s names, and the presence or absence of the requisite performance 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 bids, which shall be returned unopened to the bidders.
5.16 Clarification of Bids During evaluation of bids, the Purchaser may, at its discretion,
ask the bidders for clarification of its bid. The request for
11
clarification and the response shall be in writing. Unless the purchaser asks for change in price due to the clarifications sought the bidders is not permitted to alter the price furnished.
5.17 Preliminary Examination ? The Purchaser will examine the bids to determine whether
they are complete or not ? whether any computational error have been made ? whether required sureties have been furnished ? whether the document have been properly signed ? whether the bids are generally in order. ? Bids from Representatives, without proper authorization from
the manufacturer shall be treated as non-responsive. ? Arithmetical errors will be rectified on the following basis. For
example 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 words and figures, the amount in words will prevail.
? The Purchaser may waive any minor infirmity or 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 bidders.
? The purchaser’s determination of a bid responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.
? A bid determined as not substantially responsive will be rejected by the Purchaser and may not subsequently be made responsive by the bidders by correction of nonconformity.
5.18 Acceptance of the Bid ? Bidders submitting bids would be considered who have
accepted all terms and conditions. No enquiries, verbal or written, shall be entertained in respect of acceptance or rejection of the bid.
? Genuine equipment and instrument etc. should be supplied. Bidders should indicate the source of supply i.e name and address of the manufacturers from whom the items are to be sourced.
? Supply of equipment means – Installation and Commissioning, Demonstration, Trial as well as Training at site. No separate charges will be paid on this account.
5.19 Rejection of the Bid ? The Bid document shall be out-rightly rejected under
following stipulation and no correspondence will be entertained whatsoever.
12
? If the Bidder has not furnished the EMD/ BID security or EMD exemption certificate from competent authority.
? If the Bidder has not submitted the Price as per the prescribed annexure-I
? Photo copy of the up-to-date valid manufacturing license/ import license (if it is imported) /dealership certificate/Distributor certificate
? If the bidder, whether manufacturer or authorized distributor/ dealer have not supplied the required quantity for qualification as per the eligibility criteria and not submitted the performance statement at Annexure-V
? If the quoted product of the bidders not confirms to technical specification and standard of workmanship required by the Purchaser.
? If the bidder has not furnished detailed mandatory drawings, Foundation drawings & schedule of supply of items, if required.
? An affidavit in the prescribed declaration format as per Annexure-V. (Those are not registered under ODISHA VAT.)
? If the bidders has not agreed to give the required performance security.
5.20 Purchaser’s Right to Accept or Reject any Bid The Purchaser reserves the right to accept or reject any bid and to
annul the bidding process and reject all the bids without assigning any reason thereof at any time prior to award of Contract, without thereby incurring any liability to the affected Bidders on the grounds of such action of the purchaser. In case no bidder qualifies as per qualifying criteria and standards, purchaser may at his discretion relax qualification criteria for award of contract.
5.21 Evaluation and Comparison of Bids The comparison shall be of FOR destination price basis including the
price of all costs wherever applicable as well as duties and taxes (but excluding VAT) paid or payable on instruments & equipments incorporated or to be incorporated in the items including the warrantee/guarantee period from the date of installation.
? The Purchaser’s evaluation of a bid will take into account, in addition to the bid price and the price of incidental services.
? The purpose of bid evaluation is to determine substantially responsive bid with the lowest evaluated cost, but not necessarily the lowest submitted price, which should be recommended for award.
? Evaluation of bids should be made strictly in terms of the provisions in the bid document to ensure compliance with the commercial and technical aspects.
? The past performance of the suppliers will be taken into account while evaluating the bids.
? Cost of the inland transportation, insurance and other costs within the Purchaser’s Country incidental to delivery of the goods
13
to their final destination; ? Delivery schedule offered in the bid; ? Deviations in payment schedule from that specified in the
General Terms & Conditions of Contract; ? The cost of components, spare parts and service. ? The availability in the Purchaser’s country of spare parts and
after-sales services for the goods offered in the bid; ? The projected operating and maintenance costs during the life of
the equipment/ goods. ? The performance and productivity of the equipment/ goods
offered; ? The quality and adaptability of the equipment/ goods offered. ? Any other point as deemed proper to be incorporated by the
evaluation committee. ? Alternative options of offer shall not be allowed. ? Each Bidder shall submit only one quotation. ? The quotation would be evaluated separately for each item ? Sales Tax in connection with sale of goods shall not be taken into
account in evaluation 6.0 Supply Conditions 6.1 Delivery of Goods
The delivery of goods shall be made by the supplier to the Consignee in accordance to the order placed as shall be detailed in the Schedule of requirements & technical specifications.
6.2 Instruments & Equipment Demonstration- cum- Inspection Purchaser reserves the right to ask for demonstration cum
inspection of the instruments & equipment wherever applicable. 6.3 Inspection / Test
The supplier shall get each equipment inspected in manufacturer’s works and submit a test certificate and also guarantee/warranty certificate that the equipment confirms to laid down specifications. The supplier shall invite the purchaser for pre-dispatch inspection. The Purchaser or his representative shall have the right to inspect/ examine/ test the goods in conformity with the contract awarded/supply order during the production or before dispatch from the manufacturer’s premises. Such inspection and clearance will not prejudice the right of the consignee to inspect and test the equipment on receipt at destination. The inspection/examination/ test may be conducted in the premises of the Supplier or at the goods final destination or at the premises of the consignee, as will be decided by the Purchaser. The purchaser's right to inspect/ examine/test & where necessary to reject the instruments & equipment after the arrival of the goods at the final destination, shall in no way be limited or waived by the reason of the goods having been inspected and tested by the manufacturer previously. In case of rejection of the goods at the final destination after inspection and test as stipulated above and in case any inspected/ tested goods fail to confirm to the
14
specification/ working condition, the purchaser may reject them and the supplier shall replace/ repair the same free of cost.
6.4 Guarantee/ Warrantee Period The Bidders must quote the price having warranty /
guarantee for a period of 3 (three) years from the date of completion of the satisfactory installation, commissioning and acceptance of goods by the Consignee for the offered item.
6.5 Up time Guarantee /Warrantee The Bidders should provide uptime guarantee of 95%.
6.6 Downtime Penalty Clause During the Guarantee/ warranty period, if the supplier fails to
attend the complain of the Consignee within 1 (one) Week from the date of intimation the Performance Security of the Supplier shall be forfeited. The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to carry out the warranty / guarantee.
6.7 Payment Terms
No advance payment will be made by the Purchaser to the supplier for performance of the contract in question. However part payment shall be made based on the progress against schedule of supply of the bidder in two phases as mentioned below.
i) 90% of the total cost on supply, installation, commissioning, demonstration and acceptance of instrument(s) / equipment(s).
ii) The final 10% payment shall be made after obtaining no objection certificate from the concerned consignee i.e M/s UPMA, Cuttack that the goods are working satisfactorily.
6.8 Transportation The Supplier shall be required to meet all transport and storage
expenses until commissioning of the instrument(s) / equipment(s) covered in the contract.
6.9 Taxes and Duties The Supplier shall be entirely responsible for payment of all Taxes,
Duties etc. incurred until delivery of the contract goods to the Consignee subject to recovery afterwards in the bill as claimed in the Bid offer. VAT as applicable is payable, to the suppliers of the State of Odisha if claimed in the Bid offer. C.S.T will be paid to the Suppliers of the outside State other than Odisha, if claimed in the Bid offer. Any revision of VAT/CST shall automatically be taken into account. Entry Tax, if paid by the Supplier, at the local (destination head) Corporation/Municipality/NAC is allowed once only on production of money receipt for such payment, if claimed in the Bid offer. Any other statutory levy imposed by the Govt. of India/ Govt. of
15
Odisha from time to time will be considered extra on demand with adequate proof thereof. The service tax and the work contract tax shall be levied (Wherever applicable). Income Tax as applicable shall be deducted at source.
6.10 Incidental Services The Supplier shall be required to provide any or all of the following
services : (The cost should be included in the quoted Price) ? Furnishing of detailed literature/pamphlets/ circuit diagram/
operation & maintenance manual / drawings (as applicable) for each appropriate unit of supplied goods.
? Furnishing of tools required for assembly and / or maintenance of the supplied goods.
? Performance or supervision of on-site assembly and the supplied goods.
? 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/ guarantee obligations under the contract.
? 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.
6.11 Period of Validity of Bids:- ? The quoted rates should be valid for a period of 90 days from
the date the Bids are opened. ? In absence of any indication of the date of validity in the bid, it
will be presumed that the offer will remain valid for the minimum period i.e 90 days as prescribed above.
? In exceptional circumstances, the purchaser may solicit the bidder’s consent for extension of the period of validity. If agreed upon, the bid security so deposited shall also be suitably extended.
6.12 Commissioning Period Maximum commissioning period is 60 (sixty) days from the date of
acceptance of Purchase Order. 6.13 Standards
The Goods supplied under this Contract shall confirm to the standards mentioned in the Technical Specifications and when no standard/ specification is mentioned, the Goods shall conform to the standards prescribed by the Bureau of Indian Standard (BIS) or equivalent wherever necessary.
6.14 Award Criteria ? The Purchaser will award the Contract to the successful Bidder
whose bid has been determined as the lowest evaluated bid, provided further that the Bidders is determined to be qualified to perform the Contract satisfactorily.
16
? Quality, durability and adaptability of the instrument(s) / equipment(s) offered suiting to the purpose shall continue to be the overriding factor for selecting the same and determining the lowest evaluated bid.
? The purchaser shall award the contract within the period of validity of bids to the Bidders who meets the Bid condition in all aspects and has the necessary technical and financial capabilities whose Bid is substantially responsive to the bid conditions and has offered the lowest evaluated cost.
6.15 Penalty against late delivery If the delivery is not effected within the due date i.e 60 (sixty) days
from the date of issue of Purchase Order, the purchaser will have the right to impose penalty as under.
a) First extension of 15 (fifteen) days or part thereof -@ 2% of the value of balance items;
b) For second extension for an additional 15 (fifteen) days -@ 3 % of the value of balance items
c) If the bidder fails to execute the order within the extended time schedule as above the firm will be black-listed for two years from the date of issue of purchase order.
6.16 Penalty against Non Supply In case of non supply of Stores within the due date i.e. within the
date of delivery, the Managing Director, OSIC Ltd., Cuttack will have the right to impose penalty, as deemed fit, to resort to risk purchase in full or part thereof at his/her discretion, his/her decision shall be final and binding and the cost shall be recovered for the defaulted party.
6.17 Demonstration The bidders may be required to demonstrate the quoted instrument
and equipment during the technical evaluation, if required, at the nearest point of installation failing which their bids/offer shall be rejected.
6.18 Force majeure The Supplier shall not be liable for forfeiture of its performance
security, liquidation damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force majeure. 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. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof.
17
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.
6.19 Rejected items No payment shall be made for rejected supplied items. Rejected
items must be removed by the bidders within two weeks of the date of rejection at their own cost and replace immediately. In case these are not removed these will be auctioned by the purchaser (at the risk and responsibility of the suppliers) without any further notice.
7.0 Governing Language The contract shall be written in English language. All correspondence
and document pertaining to the Contract which are exchanged by the parties shall be written in the same language
8.0 Applicable Law The Contract shall be interpreted in accordance with the laws of the
Union of India. 9.0 Notification of Award
? Prior to the expiration of the period of validity of the Bid, the Purchaser will notify the successful Bidders in writing by registered letter / by Fax/ e-mail, to be confirmed in writing by registered letter or by speed post, that his bid has been accepted.
? The notification of award will constitute the formation of the Contract.
? Upon the successful Bidder’s furnishing of the performance security, the Purchaser will promptly notify each unsuccessful Bidders and will discharge its bid security.
10.0 Signing of Contract At the same time as the Purchaser notifies the successful Bidders
that his bid has been accepted, the Purchaser will send the Bidders the Contract Form provided in the bidding document, incorporating all terms and conditions of the agreements between the parties within fifteen (15) days of receipt of the Contract Form, the successful Bidders shall sign and date the contract and return it to the Purchaser
11.0 Resolution of Disputes by Arbitration The Purchaser and the Supplier should try to resolve the disputes, if
any, arising out of the contract, amicably between them, failing which the same shall be referred to the Principal Secretary to Government, MSME Department, Government of Odisha, Bhubaneswar for adjudication as the sole Arbitrator under the provisions of the Arbitration and Conciliation Act, 1996 whose decision will be final and binding on all the parties to the dispute.
12.0 Jurisdiction of the Court The Purchaser and the Supplier shall agree that the competent
18
Court at Cuttack shall have the jurisdiction to try and decide anything between the parties and they may approach the Competent Court at Cuttack if required at any time.
13.0 Price Negotiation: The Authority may invite the lowest eligible Bidders for price
negotiation of the quoted items which seem to be high.
Unit price in words (Rupees …………………. ) Only Note: (a) In case of discrepancy between unit price and total price, the unit price shall prevail. (b) The above quoted price shall be inclusive of warranty/guaranty period of 3 (three) years.
Place: Signature of Bidders......................…… Date: Name ………………………………………………
1
Annexure-II
MANUFACTURES’ AUTHORISATION FORM
No.___________/ Date ______________/ To
The Managing Director, OSIC Ltd., Industrial Estate,
Madhupatna, Cuttack - 10 Dear Sir, Bid No.___________________ We _____________________________________________________ who are established and reputable manufacturers of ___________________ ____________________having factories at __________________ ______ _________________________________________ (Address of Factory) do thereby authorize M/s._____________________________________ (Name and address of Agent) to submit a bid and sign the contract with you against the above bid.
* No company or firm or individual other than M/s.___________________________ are authorized to bid and conclude the contract in regard to this business against this specific IFB.
We hereby extend our full guaranty and warranty as per general conditions of contract for the goods and services offered by the above firm against this bid.
Yours faithfully,
(Signature for and on behalf of Manufacturers)
Note: This letter of authority should be submitted in original 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 Bidders in its bid.
? This para should be deleted for simple items where manufacturers sell
the product through different stockiest. ? The Supplier/Managing Director of the Company (if the supplier is a
Company) or the Power of Attorney Holder having specific power to sign the contract can only sign the contract/execute the agreement.
2
ANNEXURE-III
CALCULATION OF PERFORMANCE SECURITY
Item No.
Item Quoted
Approx. Qty.
Quoted Price Total Amount (in
Rs.) (approx.)
Grand Total : Rs.
Signature of Bidders
3
ANNEXURE-IV
PERFORMANCE STATEMENT (In proof of eligibility of bidders for the period of last Three
years)
Documentary evidence viz. copy of award letter, certificate of performance in support of satisfactory execution of works
Order placed by the organi-sation with address
Order No & date
Capacity
Date of completion of delivery
Remarks indicating reasons for late delivery, if any
Contact person of the organization and contact number
Signature of bidders
4
ANNEXURE-V DECLARATION
I/ We M/s. _______________________________ represented
by its Proprietor/Managing Partner/ Managing Director having its Registered
Office at _________________________________________________ and
its Factory premises at
_____________________________________________ do declare that I/
We have carefully read all the conditions of bid in Ref. No. __________ for
commissioning of instrument /equipment on turnkey basis and other items
and will abide by all the terms & conditions of the Bid.
I/ We do hereby declare that I/We are not registered under the
VAT Act as I/ We have not started any business in the State and have no
liability under the Act but before award of the final contract we will produce
the VAT Clearance Certificate in Form VAT 612.
Place: Signature of the Bidder: Date: Official Seal N.B: The above declaration is to be submitted in the form of an undertaking.
5
ANNEXURE-VI BID FORM
DATE: To .............................................................................. ..............................................................................
(Complete address of the purchaser).
Ref: - Your Bid Enquiry document No. _________dated ___________ we, the undersigned have examined the above mentioned Tender Enquiry document, including amendment/corrigendum No. __________, dated _________________ (if any), the receipt of which is hereby confirmed. If our bid is accepted, we undertake to supply the instruments & equipments and perform the services as mentioned, in accordance with the delivery schedule specified in the Schedule of Requirements. We further confirm that, if our bid is accepted, we shall provide you with a performance security of required amount in an acceptable form as per Bid Document. We further confirm that, until a formal contract is executed, this bid read with your written acceptance thereof within the validity period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any bid you may receive against your above-referred bid enquiry. I/ We declare that we posses the valid manufacturing license and/ import license issued by the Competent Authority. I/ We furnish the particulars in this regard in enclosure to this declaration. I/ We do hereby declare that I/ We have not been de-recognized/ black listed/ convicted by any State Government/ Union Territories/ Government of India for supply of substandard quality items/ part supply/ non-supply.
I/ We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit and or Security Deposit and blacklist me/ us for a period of 2 (two) years if, any information furnished by us proved to be false at the time of inspection/ verification and not complying with the Bid terms & conditions. I/ We do hereby declare that I/We will supply the machineries / testing equipment and other items as per the terms, conditions & specifications of the bid document. I/ We do hereby declare that am/ are not supplying/ quoting the same item at the lower rate quoted in the bid to any Government organization or any other institute.
We confirm that we fully agree to the terms and conditions specified in above mentioned Tender Enquiry document, including amendment/ corrigendum if any.
(Signature with date) (Name and designation)
Duly authorized to sign bid for and on behalf of ……………………………………………………………….. ………………………………………………………………..
6
ANNEXURE-VII Details of the bidders
Bid Reference No.
Date of opening
Name and address of the Bidder:
01 Name of the bidder
a) Full postal address
b) Full address of the premises
c) Telegraphic address
d) Telephone number
e) Fax number
f) E mail:
g) PAN No
h) TIN No
05 Total annual turn-over (value in Rupees)
06 Quality control arrangement details
07 Test certificate held
a) Type test
b) BIS/ISO certification
c) Any other
08 Details of staff
a) Technical
b) Skilled
c) Unskilled 09 Branch Office/ Contact Person/ Liaisoning Office in Odisha.
a) Address
b) Telephone No.
c) e-mail,
d) Fax of the
Signature and seal of the Bidder
7
ANNEXURE-VIII
CHECK LIST
Sl No
DESCRIPTION Cover Page No.
1 EMD in the form of DD shall be kept in an envelope
A Yes/ No
2 Self attested photocopy of manufacturing License/ Dealership/ Distributorship Certificates for the product duly approved by the Licensing authority for each and every product quoted
A Yes/ No
3 Self attested photocopy of Import License, if imported
A Yes/ No
4 Authorization letter nominating a responsible person/ liaisioning agent of the bidder to transact the business with the Bid Inviting Authority
A Yes/ No
5 Performance Certificate for 3 years ( Annexure-IV)
A Yes/ No
6 Manufacturers authorization (Annexure-II)
A Yes/ No
8 Bid form (Annexure -VI) A Yes/ No 9 Details of the Bidders
(Annexure –VII) A Yes/ No
10 BIS certificate if any or equivalent. (wherever applicable)
A Yes/ No
11 The Bid document signed by the bidder in all pages with office seal.
A Yes/ No
12 An affidavit regarding VAT clearance (Annexure-V)
A Yes/ No
13 VAT clearance certificate A 14 Price Schedule-Annexure-I B Yes/ No 15 Detailed Lay out plan of the
instrument/ equipment, mandatory drawings and Foundation drawings .
A Yes/ No
16 The bidder is to provide the required capacity of the boiler with specification as well as the required specification of the steam at inlet.
A Yes/ No
17 Schedule of supply of items including fabrication, erection and commissioning
A Yes/ No
18 Calculation of Performance security Annexure-III
B Yes/ No
8
SECTION- IV
FINAL SCHEDULE OF REQUIREMENTS
AND TECHNICAL SPECIFICATIONS
9
ABSTRACT OF SCHEDULE OF REQUIRMENTS OF INSTRUMENT & EQUIPMENT FOR TESTING LABORATORY & TRAINING CENTRE
1. Equipment for Central Instrument Room – Chemical Division
1 Double
beam UV- visible Spectrophotometer with soft ware
Assay of different active pharmaceutical ingredient in different formulations
2 Nos.
(a). Double Beam Spectrophotometer. (b). Wave Length Range- 190 to 1100nm (c). Mono chromator – Czereny-turner type / Echelle type (d). Spectral Band Width – variable band width (e). Photometric Range- ± 2.5 Abs or better (f). Photometric Accuracy- 0.3% T. (g). Stray Light - <0.05% T at 200nm with KCL 12gm/litre or better (h). Light Source – Deuterium (D2) and Tungsten (W) Halogen Lamp or Xenon lamp (i). Detector – Wide Range photo Diode (j). Wave Length Accuracy- ± 0.3 nm
Two matching pairs of Quarz Cell (1 cm path length)
The System should be complete in all respect.
2 FTIR Spectrophotometer with soft ware (With dehumidifier & Nitrogen Gas)
Identification of different drug molecules after comparison with standard data in assay methyl poly-siloxane
1No. Basic System: Fully external PC controlled high performance high resolution FTIR system with capabilities to characterize different types of organic and inorganic compounds in liquid and solid states, with the following as minimum requisite specifications. Interferometer: rotary interferometer (35/45 degree incident angle), for fast scanning self-compensating for dynamic alignment changes due to a tilt and shear, incorporating high-reflectivity. Spectral
range: Scan range should be 7000 – 400 cm-1.
Interferometer Sealing: The system should be completely sealed and
10
desiccated. Built in electrical peltier based dehumidifier in the interferometer or equivalent technology will be highly preferred. Real-time atmospheric vapour compensation correction, preferably with humidify indications. IR source: Air cooled High brightness Ceramic and/or He-Ne laser light source (Preferably 3 -5 years warranty). Resolution: Spectral resolution should be
0.5 cm-1
or better. Detection capabilities in multiple regions ATR Imaging should have capability to detect samples as single crystals of dimension of at least 0.3 x 0.3 x 0.3 mm and also nanoparticles up to 100 nm in dimensions. All the attachments should have features of auto and pre-fixed alignment features. Detector: Should have high sensitivity DTGS/DLATGS detector. S/N ratio: > 50,000 :1 or higher at 4
0cm-1
resolution. The system should have provision for future up-gradation to external beam optics for TGA/IR, etc. Software : Software includes all standard data processing functions, Image Analysis, and also specialized functions like Single/Multipoint Quantification, Spectral Search, Purity Measurement, Validation S/W, Multi-component analysis, Film Thickness, etc. Software should be multi-licensed and windows based. Validation Software: System should have built in validation program Compliance to USP/European Pharmacopoeia and ASTM requirements Accessories to be offered separately:
a) Diffused reflectance attachment. b) KBr Demountable Cell. c) KBr Fixed Thickness Cell (0.1 mm). d) KBr Die, Press, Pellet holder, Agate
For Assay of different active pharmaceutical ingredients and determine the related substances.
2 Nos.
QUATERNARY HPLC WITH AUTO SAMPLER QUALITY STANDARDS: 1.Should be USFDA or CE,UL approved product 2.Manufacturer should have ISO certification for quality standards. 3.Should be compliant with IEC 61010-2-051 standards covering safety requirements for electrical equipments for measurement control and laboratory use. DESCRIPTION OF FUNCTION It is one of the useful instruments for the qualitative and quantitative estimation of a number of pharmaceutical substances and pharmaceutical preparations in respect of identification, assay, related substances/impurities etc. as per the requirement of different pharmacopoieal monographs.
TECHNICAL SPECIFICATIONS 1.Pump Flow rate : 0.01 to 10 ml/min Flow precision : 0.1 % RSD at 1 ml /min Operation pressure : 0 to 9000 PSI or better at all flow rates mentioned above. Mixer Low pressure mixing and high pressure delivery 1.Online Membrane Degasser for all channels 2.Auto sampler a.Vial capacity : Minimum 150 (1-2ml) Vials or more with tray temperature control. b.Variable volume : Injection precision c.Minimum sample Volume: 1 µl can be injected from 5 µl sample d.Injection volume: 10 µl loop standard, upto 100 µl injections with larger loops and syringe. e.Sample carry over : 0.05 % or better, flush should be there for internal & external needle wash f.Needle Height: Programmable in 0.1 mm increments. Active vial bottom search selectable on/off. g.Tray temperature control: 4 o to 40 o C ± 0.5 C selectable in 1o C increments. h.Sample Preparation: Different capacity of
12
reagent vials for flushing, washing, sample dilution, and /or reagents for sample derivatization. Open access to the sample. i.Ambient environment 10o C to 35 o C at 5 to 95 % relative humidity. Leak sensor facility should be there 1.Detector (A) UV Visible Detector a.Dual beam optics b.Wavelength range 190 to 700 nm c.Band width : 5 to 8 nm d.Wavelength reproducibility – ±0.1 nm e.Flow cell – 8 to 12 µl (temperature control) f.Light source – Deuterium (with minimum 2000 hrs life time)/ Tungsten g.Display – LCD display/touch screen. h.Leak detection facility should be there i.Scan – Scan speed from 0.2 to 1 nm / second
(A) Refractive Index Detector (Optional)
(a) Refractive Index range: 1.00 to 1.75 RIU
(b) Measurement range: 7.0 x 10 9̄ to 5.0x 10 4̄ RIU
(e) Flow cell: 12µl cell or better (f) Spectral Band width: Excitation
: 15 nm Emission 15 nm or 30 nm
(g) Time constant : 0.05, 0.1, 0.5, 1.0, 2.0, 4.0 and 8.0s
(h) Spectral scan function : 4 excitation or emission spectra can be stored
(i) Auto Zero Range : 0 to 1000 (j) Operation temp. : 4 to 350C (k) Sensitivity:
(i) 15 nm slit : S/N ratio 700 or over (at Raman Peak of water using 15 nm slit- Baseline Method)
(ii) 15 nm slit : S/N ratio 900 or over (at Raman Peak of water using 30 nm slit- Baseline Method)
2.Column oven: b.Length : to accommodate 2 x 30 cm analytical column c.Temp range : 5 o C to 80o C± 0.5 o C selectable in 1o C increments. The temperature should be control by PC based software. 2.Data collection device: b.Should be compatible to the HPLC system c.Data should be protected in case of PC hangs. c.The software should include gradient separation, system suitability, compatible with USP/BP/IP parameters – such as Area, Height, Theoretical Plates, tailing factors, capacity factor resolution, separation factor S/N ratio and peak width. d.The software complying with 21 CFR PART II should be provided
2. Columns: List of HPLC columns
S.No
Column Packing Size No. of colum
ns require
d
1. Stainless steel column packed with octadecyl silane bonded to porous silica
30 cm x 4 mm x 3 to
10µm
01
2. -do-
25 cm x 4.6 mm x
5 µm
03
3.
Stainless steel column packed with octadecyl silayl silica gel
25 cm x 4.6 mm x 10 µm
(end
03
14
capped) 4. Stainless steel column
packed with octadecyl silane bonded to porous silica
15 cm x 4.6 mm x 5 µm
03
5.
Stainless steel column packed with octadecyl silane bonded to high purity silica
25 cm x 4.6 mm x 5 µm
100 oA poresi
ze
450 m2/g
surface
Area,
15 % carbon load
(End cappe
d)
02
6.
Stainless steel column packed with Octaylsilayl silica gel
25 cm x 4.6 mm x 5 µm
(end cappe
d)
02
7. Stainless steel column packed with end-capped octadecylsylil amorphous organosilica polymer for mass spectrometry
25 cm x
4.6mm x 5 µm
(end cappe
d)
02
8.
Stainless steel column packed with styrene-divinylbenzene co-polymer
25 cm x
4.6mm x 8-10 µm
02
9 L-34, 300x8mm USP (cation-exchance resin consisting of sulfonated cross linked styrenediviny benzene co-polymer in the lead form about 9 µm in diameter )
300x8mmx9um
01
10 USP L9, 4.6 mm x 25cm ( irregular or spherical totally porous silica gel having a chemically bonded strongly acidic cation exchange coating 3-10 µm in diameter) with details of term and conditions of supply. The quotation should include
3. Start up kit for HPLC a. Guard column b. Sample filtration kit c. Filtration accessories for the
columns d. Ultrasonic bath (5 liter capacity)
4. Power Back Up Equipment:- Suitable UPS for 120 minutes backup for entire HPLC system with Indian plug pins. The system should work with 220-240V AC, 50 Hz power supply.
5. DOCUMENTS & TRAININGS ? IQ-OQ and PQ documents. ? On site calibration with traceable
reference material, to be done by supplier during installation.
? Onsite training at the time of installation.
OPTIONAL: The system must be upgradeable. The unattended operation of the routine analysis like purging the flowlines, column calibration, system suitability test, baseline check & auto shutdown and startup.
4. Gas liquid chromatograph. (GLC) with soft ware and Gas cylinders(Zero air, Nitrogen and hydrogen) .
To assay the volatile ingredients in the drug sample.
1No. General Considerations 1. Must be able to support simultaneously 2 inlets 2
detectors and 2 signals acquisitions 2. Must enable 2 detectors mounted and monitored
simultaneously on the GC and software. 3. Should allow the installation of upto 7 PC
modules providing control upto 21 channels of PC
4. Standard atmospheric pressure and temperature compensation must be available
5. An extensive self diagnostics functions with safety features to prevent unexpected instrument malfunctions
6. The equipment should have facility to be fitted with glass column and capillary column.
Column oven 1. Operating temperature range ambient + 4° C to
450° C 2. Resolution must be 0.1° C 3. Oven must support 20 ramps / 21 plateaus and
should allow negative ramps 4. Maximum run time 9999.99 minutes 5. Oven cool down from 450° C to 50° C should
happen in less than 4 mins (under non-specific conditions
16
6. Temperature stability = 0.01° C for a 1° C ambient change
7. Oven power must turn-off automatically when the lid/door is opened
8. Built-in automatic carrier shutoff if the inlet pressure drops significantly
Split / Split-less Injector 1. Must allow installation of 2 independently
temperature controlled injector units simultaneously
2. Must be suitable for all capillary columns 50 pm to 530 µm id
3. Split ratio range of 0 to 9999.9 to avoid column overload
4. Maximum operating temperature upto 450° C 5. Number of temperature programming steps 7 6. Number of pressure programming steps 7 7. Pressure programming method must employ
constant linear velocity mode as separation ability is determined by linear velocity
8. Efficient gas saver mode built-in to reduce gas consumption during standby without affecting performance
9. Must have electronic septum purge flow control to eliminate carry-over
Flame Ionization Detector (FID) 1. Minimum detectable level < 1.5 pg C/s 2. Temperature range up to 450° C 3. Dynamic range should be at least 107 4. Must have Electronic Flow Control for Air:
0-500m1/min 3 gases i.e H2 make-up and air flows (with electronic ON / OFF): Air:0-1200ml/min H:0-1000m1/min Make-up gases(N-orHe): 1200ml/min
5. Must provide fast flame out detection and efficient automatic re-ignition
GC Software: The software should have the following features. 1. Flexible interface to display instrument status,
show real time plot and function as per the instrument set points by the user.
2. Should have GLP / GMP support in terms of security, audit-trail and validation.
3. Should support single analysis time automatic date file creation, all types of statistical functions etc.
4. The supplier should process and analyze the data for peak integration, manipulation, identification, quantification (percentage area method, internal standard method, external standard method, standard addition method etc)
5. Must have clock time programming le autostart I stop of GC in real time to alert user maintenance needs and instrument problems.
Data Management & Acquisition System Standard Accessories a. Syringe - 5 µl (3 nos.) b. Capillary column :- Carbowax - 20 M (glass
column) and dB - 5
17
c. Packed column :- OV - 17; SE - 30; and Porapak-Q
d. GC startup kit e. All gas cylinders (H2, N2 and zero air) with
regulators f. Moisture trap, oxy trap and hydrocarbon trap
must be included Optional: The system must be upgradable to GC MSMS
5. Ratio
flourimeter For assay of vitamins like thiamine and riboflavine
1No.
FLUORO SENSITIVITY-Full scale deflection obtained with 1ppm quinine sulphate in 0.1N sulphuric acid(primary wavelength 360 nm) . Light Source—Tungsten Halogen Lamp Display- Digital LED Detector—Highly sensitive wide range photodiode/photocell Primary/Secondary Filters-365nm,435nm,440nm and 530nm Wavelength accuracy (Excitation/Emission)-- ±1.0 nm or better Sensitivity Range- Adjustable in 4 ranges Sample Test tube- Suitable Dimension. The Instrument shall be supplied with all accessories. The instrument should be complete in all respect to carry out the desired tests.
The low temperature, single channel Flame Photometers, designed for the routine determinations of Sodium (Na), and Potassium (K). Additional filters are available for the measurement of Lithium (Li), Barium (Ba) and Calcium (Ca). Both instruments are fitted with automatic flame failure detection for user safety, Product Details Ranges
- 120 - 160mmol/l Na (linearised)
0 - 10.0mmol/l K Limits of Detection
Na < 0.2ppm -
K < 0.2ppm -
Li < 0.25ppm
Li < 0.25ppm
Ca < 15ppm Ca < 15ppm
Ba < 30ppm Ba < 30ppm
Reproduc-ibility
< 1%/ Coefficient of Variation for 20 consecutive samples using 10ppm Na set to read 50
6. Flame photometer (Digital)
For assay of elements like potassium, sodium and calcium
1No.
Linearity Better than 2 % when concentration of 3ppm Na
18
and K and 5ppm Li are set to read 100
Specificity Interference from Na, K and Li equal in concentration to test element will be > 0.5 %
Recorder o/p
Nominal 1.00V for a reading of 100.0
7. Polarimeter (Digital)
For assay of dextrose in ORS
1No.
Digital Polarimeter, for Determining the Optical Rotation of Substances. ? Resolution to 0.001º ? Accuracy – 0.004º arc optical
rotation ? Measurement to ±89.9º ? Cell Aperture sizes 3 and 8
mm diameters, for use with narrow diameter cells
? wide wavelength range 589 ? Change of wave length is
automatic by wave length selection
? Detector photo multiplier tube
? Temperature Control from 0º to 40ºC using air cooled peltier electric cell holder
? Optical density 4.0 for darker samples
? Temperature validation tool should be supplied with the instrument
8. Analytical balance with printer (Single Pan)
To determine the mass of any substance
6 Nos.
Maximum capacity 220 gm Sensitivity-0.01mg/0.1mg/1mg LCD Display, auto calibration system, pan size: 80-100mm
9. Digital pH meter with printer(3 point calibration)
To determine the pH of different substances
3 Nos.
Technical Specification PH/ Mv Range: 0 to 14 pH 0 to +/- 1999 mV Accuracy: +/- 0.05 pH +/- 1 digit Resolution: 0.01 pH 1 mV Temp. Compensation: Automatic Temperature Range: 0 to 45° C Accuracy: +/- 1.0° C Resolution: 0.1° C
19
Probe: RTD sensor Should be provided with three types of buffers.
10.
Potentiometric titrator (auto-titrator) with soft ware and karl-fischer titrator
To conduct aqueous and non aqueous titration and determine water content in different formulations.
1No.
Autotitratior should perform- g. Acid/Base titration h. Non aqueous titration (TAN/BAN) with
combination of three electrode system i. Redox titration j. Argentometric titration. k. KF titration l. Diazotization m. Titration The titrator should have a. Titrator with suitable electrodes for the
above analysis b. Magnetic stirrer c. Exchangeable Burette unit Programable Polarizey: The Tirtator should have build-in programmable polarizer which polarizes the diazotitration and KF Titration Features:- Versatile, Advanced micro controller user friendly, GLP compliance, CFR Part-II, IQ, OQ, PQ Compliance, Calibration, PC connectivity Result on display, Printer, Corrosion resistant fibre body.
2. Common Equipments for Chemical, Physical & Biochemical Analysis 1. Constant
Temperature Water-bath 12 holes (Thermostatically controlled)
To evaporate the solvent at a particular temperature
3 Nos.
High Precision water baths double walled convection heated units. Outer body of constructed out of thick PCRC steel sheet, duly pre-treated with primers for rust proofing and painted with air drying paint/stove enamel/powder coating. The inside chamber of the unit will be made of heavy gauge stainless steel sheet of grade ss-304. provided with top opening cover, made of stainless steel with steel concentric rings. The unit is to be provided with one stainless steel racks. Heating: Indirect heating system is provided in our water bath, comprising of air heaters Stirring: The unit is to be fitted with a high efficiency stirrer motor of 1/20 HP, so as to maintain the uniform temperature of our high precision water bath. Temperature Range: Temperature range should be ambient to 90° c. Temperature Sensitivity: + 0.2° c (With PID Controller). Capacity ml 8 x 15 No. of tubes 8 max. speed rpm 3500
Centrifuge (Rectangular with head to hold 6x15 ml and 6x50 ml tubes &
For separation of fine particles in a mixture in a dispersion
2 Nos.
max. rcf g' 1600
2.
Cooling Centrifuge system 6x15 ml
To separate polymorph-A and polymorph-B in
1No. Maximum speed: Approx. 4,000 rpm Swing-out / 14,000 rpm Angle Maximum RCF: 3,000 x g Swing-out / 18,000 x g Angle
21
Chloramphenicol suspension
Maximum capacity: 4 x 200 ml Swing-out / 24 x 1.5/ 2 ml Angle Temperature range: -9°C / + 40°C. Digital displays for Programme No., Speed, RCF, & Time At least 10 program memories Timer 1 - 99 minutes and hold position At least 5 acceleration / 5 braking rates Maintenance free induction motor Totally CFC free refrigerant fluid and insulation Angle Rotor: 24 x 1.5/2.0ml, with adaptors for 200/500/800 µl Angle Rotor: 30x15ml with adaptors for different sizes Swing-out Rotor: 4x200ml with sealing cap and adaptors for different sizes
3. Disintegration Test aparatus
To determine the time required for disintegration of tablets / capsules as per I.P.
2 No. ? Digital Temperature and Timer
? Splash proof panel with LCD display
? Smooth up and down movement
? Water bath for uniform temperature
? Fluorescent tube light for better viewing of tablet disintegration.
Technical Specification: ? Temperature : 25.0° C To
40.0° C ? Accuracy : ± 0.3° C ? Power: 230 V 50 Hz. ? Heating System 300Watt
230 V, Accuracy ± 0.5° C ? Timer : 1 min to 99 hrs 59
? Online- offline Automation system with Syringe pimp and sample collector. ACCESSORIES(optional) 1.Metformin tablet holder 2.Statiionary tablet basket (Fro Felodipine, USP) 3. Enhancer cell for ointments, suspensions & emulsion. 4. Japanese type sinker, Helical coil sinker, Spring type sinker, 3-pronged sinker. Basket type sinker & Cage type sinker 5. Disc filter 6. Validation kit 7. Vibration meter.
Filling of Vessels
500ml – 1000ml, +/-1% (gravimetric filling)
Stirring Speed
25 rpm – 200 rpm, +/- 1 rpm
Precision of Temperature Control
+/- 0.1°C
Temperature in Vessels
37°C, +/- 0.5°C
Sampling Times with Optrode
+/- 5 min. for 6 test stations (with cleaning of optrode) +/- 3 min. for 6 test stations (without cleaning of optrode)
Evaporation from Vessel
+/- 1% in 24h
SOFTWARE Operation System
MS Windows 7.0
24
Audit Trail According to 21 CFR Part 11
5. Heating Mantles (Different Capacity)
(500 ml, 1.5 LT, 5.0 LT) With Maximum surface temperature 400 o Specification
? used for heating / boiling solutions in round bottom flasks.
? The heating cords are stitched in glass yarn knitted cloth.
6. Hot Plate Used for various heating work
Temp range upto 3500 C Size-20 CM
Magnetic stirrers features with stainless steel hot plate & additional spillage collection stainless steel tray with drain. Stirring by heavy duty PMDC motor which deliver torque even at lower speeds and maintains speed stability despite viscosity or volume changes. Accurate stepless speed control allows smooth variation up to 1000 rpm. Heating energy is controlled by energy regulator. Technical Specification
Stirring quantity (H2O) L.
05
Speed range, rpm
100 to 1000 rpm.
7. Magnetic Stirrer
Temperature range, 0C
ST 3200C
Operation Start temperature range
(Ambient + 10 °C) to 300° C, 0 °C min. set point
Stop temperature range
(Start temperature + 4 °C) to 400 °C
Temperature resolution
0.1 °C
Display 4-digit LED display Capillaries 1000 nos.
8. Melting-range Apparatus
? Dimensions 1.4 mm to 2.0 mm outside dia., 100 mm length
25
? Capacity Up to 3 tubes simultaneously
? Fill height 2 mm to 3 mm
Operating temperature
0 °C to 40 °C, non-condensing
9. Muffle Furnace
To determine ash content
1No. Max. Temp. : 1200°C Inner chamber size : 9” x 9” x 18” The chamber should made form powder free fused ceramic fibre mold or fused quartz to avoid ceramic dust inside the chamber . It should have validation port for insulting temperature sensor / thermometer for temperature validation purposes. with Well insulated tight closure door. Asbestos or fire bricks should not used for door. Operating Temp. : 1000 + 100oc Heating element : Silicon carbide Heating up time : 2 to 4 hours Control : Digital Control/P.I.D Control Temperature range
13. Sieves (Set) To separate powders as per their particle size
1No. (Set of 8,12,16,20,40,60,100 mesh) Sieves are manufactured as per IS Standard. Sieves are made of Brass frame and G.I. frame of dia. 200mm, 300mm & 450mm.
1No. A. Applicator ( To draw uniform layer variable form 0 to 2 mm min. thickness 0.1 mm.
B. Drawing Board C. Drying rack D. Developing chamber with cover E. Micro pipette / glass capivarious F. Glass plates G. Sprayer (Reagent) H. TLC plate heater I. TLC spray cabinet J. Spotting guide K. UV- viewing cabinet (365 nm and
254 nm
15. Vacuum Oven With vacuum pump)
To dry drug substances at a low pressure
1No. Technical Specification Control Mode: Fuzzy logic Control Technology Display Mode: LED Inside chamber size 12’’ x 12” x 12” Heating Mode: Plate Heating Ambient Temperature Requirements( ? ) : 5~ 35 Temperature Range ( ? ) : 40~ 250 Temperature Adjusting Precision( ? ): ? ±1.5 ( 180? ) Duration to Top Temperature 80 Range of Vacuum Degree 133 ( 1 Torr)
27
Flow rate > 3.5 l/min Max. Vacuum 0.2 bar Max. Pressure 1.0 bar Max. ambient Temp.
+ 5… + 40 ºC
Max. Temp of liquid
+ 5… + 80 ºC
Max. viscosity < 150 cSt Protection type IP 65
16. Vacuum Pump
Used for quick filtration by producing vacuum
2 Nos.
Protection class
III
Dist. Water Output Cap.(Approx)
5 lt/hr
Electrical requirements
230-250 Volts Single phase heater
Cooling Water consumption
60 lt/hr
Biological Activity
Pyrogen Free
pH 6-7 Conductivity S/cm
<3 x 10-6
17. All glass distillation assembly (Double)
To provide water for use in different laboratory work
1No.
Distillate Temp 65-750C & Water
Purification System (HPLC Grade Water)
To provide HPLC Grade Water to run HPLC
1No. o Grade (ISO 3696:1987) water should be made available directly from tap water.
o Built-in resistivity and TOC monitors designed to comply with the most demanding norms, including USP requirements ($643 and $645)
o System manager-specific interface with protection of key set points by a login and password. Resistivity (at 250 C) :- 18.2M? .cm TOC:-<500µgm/LC Pyrogen- Nil Flow rate: 7 ltr/hr better Bacteria: <100cfu/ml Monitoring self-test, filter replacement, Auto-rinsing & Service check The system should have inbuilt water storing vessel The R.O Catridge should have life span of minimum three year.
18. Vortex Mixer Used for mixing small
2 Nos. Max. Speed 3000 rpm
28
amount of liquid in a test tube
Single Cup head Dimension
W50 x D50 x H25 (mm)
19. Fuming chamber
To remove toxic gases from the laboratory
2 Nos.
Fume chamber Size : Width x depth x height 60” x 40 “ 70 “ Viewing height – 40- 45” Glass Sash option – Vertical Air velocity 80 – 100 FPM Services- Gas, water, air and vacuum Fluorescent light 18 gauge, Exhaust outlet 10” round 18 gauge S.S, exhaust collars. Double wall construction- Outer wall – S.S Inner wall- Corrosion resistant Colour coded washers at house nozzle outlets and valves mounted inside the fume hood and controlled from the exterior with colourcoded index handles.
20. Viscometer (Ostwald)
To determine viscocity of liquid
1No. The relationship between the intrinsic viscosity of a polymer solution and the relative molecular mass of the polymer allows this apparatus to be used for quantitative determination of relative molecular mass. Comprises glass U tube with two bulbs, connected by a capillary tube approximately 120 x 1 mm (length x internal diameter). Overall height 237mm.
21. Hot and cold air blower (hair drier)
To provide hot air for drying of solvents in TLC
2 Nos.
22. Rotary shaking machine
To shake while evaporating the solvents
1No. Heavy cast iron base with sturdy construction with two side arms for holding flasks. A fractional HP. heavy duty Motor with variable speed through continuously variable speed controller is provided. To hold flasks of
29
capacity 100 to 1000 ml. Complete with cord plug etc. To work on 220 V AC 50 Hz single phase. Automatic 0-60 minutes Timer. Voltage
: 240V.AC.50Hz/.
Motor Wattage
: 750W.
Rating : 30 Min. Speed at no : 18000 r.p.m.
23. Grinder mixer
To grind and mix the drug substances particularly of plant origin
1No.
Load Setting : 3 Speed with incher.
For continuous solvent extraction of semivolatile analytes from solid matrices. Use this inert all-glass system for extracting semivolatile compounds from a solid or semi-solid sample matrix - soil, for example - into an organic extraction solvent, such as hexane, acetone, or methylene chloride. The Soxhlet apparatus is simple to set up and use, and it features ground glass joints for easy dismantling and cleaning. Soxhlet Apparatus Kits Order glass or cellulose thimbles separately
Joint ST/NS extractor bottom joint Joint
Joint ST/NS extractor top joint
extractor I.D.
30 mm
extractor volume
50 mL
24. Soxhlet extraction apparatus
Used for continuous extraction of drugs to a solvent
1No.
flask volume
125 mL
25. Dessicator (plain)
To store different standards / primary standards in a dry atmosphere
10 Nos.
Plain Desiccators are physically the same as Vaccum Desiccator. Only difference is the absence of top cock. Grease should be applied on the flanges to make it air tight. Plain Desiccators are provided with a thick perforated
30
Polypropylene disc with a big hole in the centre for easy lifting. The tiny holes in the disc provide air troughs & support to the dishes. However procelain discs are advisable in case of incandescent crucibles. Material :Polypropylene / Polycarbonate Size : 150mm 200mm Flange O.D : 171mm 232mm
Vacuum type
2 Nos.
Dessicator Vacuum type Maximum vacuum 28" Hg for 24 hours PTFE stopcock Silicone O-ring requires no grease. Convenient side arms on cover and base. PTFE stopcock accpets 1/4" through 3/8" ID tubing. PTFE caps (two included) seal side arms when desiccator is used without vacuum. For room temperature use only; do not autoclave. Desiccator accepts desiccator plate.
26 Stability Chamber with Inverter
To determine the stability of different formulation of drugs
1No. Technical Specifications Stability chambers are double walled inner SS and outer MS with 3" gap puff insulation; full length inner glass door for clear inner vision and outer metal door with magnetic gaskets & lock. It has forced air circulation for uniform temperature throughout the chamber. Dual display preset electronic digital temperature controller cum indicator with cooling system by means of hermetically sealed Compressor Unit coupled with evaporation Coil and Condenser. Temp. Range 10°C to 60°C + 2°C; Humidity Range from 40% Rh to 95% Rh + 3% Rh. Complete with all accessories and in-built Lighting arrangement
31
Inner Chamber Sizes in mm / Inches W x D x H
No. Of Shelves
Capacity Cu.Ft. (Approx.)
Capacity (Approx.)
565 x 565 x 865 (23"x23"x34")
3 Shelves
10 Cu. Ft.
280 Liters
27. Personnel Protective Equipment
To provide protection to the analyst while working in the laboratory
o Safety Face Shield o Particulate Respirators o UV Safety Goggles o Safety Goggles
28. Fire safety Equipments
To protect & prevent the laboratory from fire
Extinguishers to extinguish class A, B, C and D fire in the laboratory Discharge time- 8 to 10 Sec. Capacity -2Kg/1kg
3. Common equipment for Microbiological Analysis - Microbiology Division Sl Equipment Purpose Qty. Specification 1. Antibiotic
Zone Reader To determine zone of inhibition during assay of antibiotics
1No. This zone reader should measures the diameter of the inhibition zone to 0.02 mm within range of 0 to 35 mm diameter.
32
2. Autoclave (Vertical) with recorder
To sterilize the glass wares / media by application of steam
1No. Vertical Sterilizers, semi automatic operations and with High pressure (15-20 PSI adjustable) high vacuum option. The features are:
? GMP Compliant ? Semi automatic operation ? Pressure switch control. ? Low water level cutoff should
supplied with pedal lifting device. ? Digital pressure & Compoued
gauges can be provided in lieu of analog gauges.
? On line validation option ? Dressing Bins (Drums) (a) 275x225mm (11”x9”) for size (a) (b) 375x275mm (15”x11”) for size (b)
? Full acrylic door permit inspection of specimen’s without disturbing the temp.
? Temp Controlled by PID Controller with auto tuning facility with accuracy of ±0.5 °C .temp Range 5 °C to 60 °C accuracy ±0.5 °C
? Illumination light should be provided for viewing
? CFC free hermetically sealed
33
compressor to provide temp for below ambient condition
? Air circulation fan for marinating temp uniformity throughout the chamber
? The chamber should be provided with modular removable shelves made of S. S. for complete flexibility in use.
? To work on 230 volts 50 H2 Size in CU.FT
Inner dimension W X D X H in cms
Capacity In LTR
No. of Shelves
12 60 x 60 x 90 Cm
340 3
General incubator Fabricated from grade SS-304, size 600 x 900 x 600 mm with three shelves or equivalent Specifications and features of our general incubator: ? Electronic Control with Safety
Backup ? Forced Convection Uniform
Temperature Control ? Humidifier ? Inner Tempered Glass Door
with silicon packing facilitates easy sample view without door opening
? Stainless Steel Chamber 6. Laminar
flow, bench type (Horizontal) Material of Construction: SS 304
To provide asceptic condition to carry out the micro biological assay
1No. Horizontal Laminar Flow Cabinets, ensures to provide protection to products and samples kept in it, with a parallel flow of clean air through filters situated at the rear of the cabinet. The standard HEPA filters in the cabinets are 99.997% efficient at 0.3 microns Technical specifications of our products are given below:
34
? Internal working area-1180x600x420mm
? Cleanliness - Class 100 ? Particle retention - 0.3 micron ? Velocity - 90FPM + 20% ? Illumination - 750 - 800 lumen ? Noise level - 60-65 decibels ? Standard - FED 209E ? Power supply - 220v single phase ? The bench should contaion pressure
? Particle dust count validation at site after installation
? No wooden component is acceptable
7. Phase Contrast Microscope (binocular)
To observe/identify the micro organisms
1No. ? Vibration free stand with 12V-100W power supply, stabilizer 100V …240V
? Observation tube with inclination angle of 200 which should support F. No. 22/23 or higher. It should have 2 step light path selector of 100:0/0:100
? 6 position inward tilt nosepiece ? Achromat Aplanatic Unversal
Condenser 0.9 for Bright Field, Phase contrast, with 5 position moduler turret dist (1 Bright field position, 4 phase position. The condenser should work for all Objectives from IX-100X.
? Paired Wide-field Eyepieces of 10X with minimum field of view 22/23 mm., focusable and adjustable dioptre setting of +/-5.
? Plan Achromat phase Objectives of 10X0.25, long working distance Paln Neofluar Objective of 20X0.50 (Phase) & 40/0.75 (Phase, 20X and 40X objectives should be with correction ring.
? Hard coated anodized surface mechanical stage with stage for X and Y movement of the specimen.
? It should have a Digital Camera of 5 mega pixel resolution of above, frame rate of 39 frames per second with fire wire interface for transfer of data from camera to PC. It should have the software for operating the camera from the software.
35
The ovens have a wide temperature range from approx. 50C above room temperature up to 250 or 300oC. should be equipped with a timer 0 - 120 min. -The working chamber of ovens are made of stainless steel, therefore also suitable for heavy loads. The inner chambers as well as the inner side of door including frames are made of stainless steel.
? Pilot Lamp( Heating on/off ) ? High air charge per hour. ? On/Off-switch illuminated. ? Operating mode
selector (timer/Continuous operation)
? Thermostat with brake. ? Thermometer easy to read. ? Safety devices according ? Ventilation slide for flow-control
of fresh and used air (DBGM) Technical Data : Interior Dimension(WxHxD)mm
400x280x250
Exterior Dimension(WxHxD)mm
580x402x425
Volume approx. 28Ltr.
8. Hot Air sterilizer / oven
To sterilize by application of heat
1No.
Number of shelves.
2
9. Refrigerator (Deep-freezer)
To store different reagents / standards at low temperature.
1No. 1 Temperature minus 20 degree C or lower (-20 to -40 degree preferred) 3 Capacity 250 liters 4 Compressor Noise free Compressor 5 Temp uniformity • +/- 3 degree C
? Digital display ? Door alarm, voltage alarm,
power failure alarm 10. Water bath
(thermostatically controlled)
To evaporate the solvent at a
1No. Temp range- ap0px. 50 above ambient temp to 99.90 C Dimension- Exterior- 500x425x250 mm appxy.
36
particular temperature
Interior- 400x245x145 mm Microprocessor controlled temp regulation Temp accuracy±0.10C LED Display digital temp readout and setting in steps 0.10C for set temp and actual temp. Over-temp protection Heating element, bath interior, exterior cover, lid and perforated tray made of S.S Thermal insulting and double walled lid Drain cock at the back of the bath Accessories 1. 8 test tube racks (S.S) to hold 20 test
tubes each having capacity of 17 x 185 mm test tube.
2. 8 test tube racks (S.S) to hold 20 test tubes each having capacity of 17 x 185 mm test tube
Vial Decapping Pliers/Decapper Hand Tools Type: Pliers&Plier Set Power Source: Manual Package: Box Hammer Material:
Steel
Hammer Type:
Safety Hammer
Material: Stainless Steel Blade Material:
Stainless Steel
11. Vial decapping machine
To open the vial
1
Handle Material:
Stainless Steel
12. Gas Lighter with Gas filling Machine
To sterilize the loops
2 Nos.
13 Particulate Matter Counter
To determine the size distribution of particulate matters.
Liquid sensor 7. Size range : 2-125 µm or better 8. Flow rates : 10 or 20 ml/min 9. Volume sampled : 100% 10. Maximum concentration : 10,000 per
ml or better 11. Zero count level : <1/ml 12. Capillary size : 0.5x0.7 mm 13. Laser source : laser diode
37
14. Calibration fluid : De-ionized water Liquid Sampler 1. Syringe Size : 1, 5 & 10 ml 2. Sampling mode : Vacuum 3. Minimum Sample size : 10% of
Syringe volume 4. Power : 240 volts. Software with P.C & Printer ? Suitable software 21 CFR Part-II
compliance, 14 Heating
Block To test injectables for BET testing
To accommodate 60 test tubes (10X75 mm each) Temp. Range 300 to 500 C
15
*
H.V.A.C System
To provide control temp., humidity and filtered air in microbiology lab.
As per the layout of Microbiology, Media Preparation, Sterility, Bet Test Room and Ancillary areas to provide controlled temperature and filtered air in the micro biological laboratory / instrument division of the laboratory.
16 Electric Generator
To provide continuous power supply to the laboratory
1No. 25 KVA
*NB: 1. The scope of work of the Bidder covers necessary supply of the required
instrument(s) / equipment(s) and commissioning. 2. Bidders are not required to offer for Civil construction.
4.Computer Section for 2 (two) sets
DESKTOP COMPUTER (WITH PRELOADED OPERATING SYSTEM) Specifications :- Intel Core i7 Configuration ? CPU : Intel Core i7 latest generation (3.4 GHz, 8 MB Cache or higher) ? Chipset : Intel OEM supported Motherboard. ? Bus Architecture : 4 PCI (PCI/ PCI Express) ? Memory : 8 GB DDR4 RAM with 16 GB Expandability or higher. ? Hard Disk Drive : 1 TB 7200 rpm Serial ATA HDD or higher. ? Monitor : 19.5 inch larger LED/ TFT Digital Colour Monitor TCO- 6.0 certified. ? Keyboard : 104 keys.
38
? Mouse : Optical with USB interface. ? Bays : 3 Nos. or above. ? Ports : 6 USB 3.0 Ports (with at least 2 in front), audio ports for microphone and
headphone in front. ? Cabinet : Small form factor (Max. 16 Litres). ? DVD ROM Drive : 8X or better DVD ROM Drive. ? Networking facility : 10/100/1000 on board integrated Network Port with
remote booting facility remote system installation, remote wake up, out of band management using any standard management software.
? Operating System : Windows 10 Professional preloaded, as specified, with Media and Documentation and Certificate of Authenticity.
? Power Management : Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.
? Warranty : 3 years minimum. COLOR LASERJET MFP (PRINT, SCAN, COPY) WITH NETWORK OPTION ? Duty cycle (monthly, A4) : Up to 30,000 pages ? Print colours : Yes ? Functions: Print, Copy, Scan ? Duplex printing: Manual ? Print speed black (normal, letter): Up to 19 ppm ? Print speed color (normal, letter): Up to 19 ppm ? Print speed black (normal, A4): Up to 18 ppm ? Processor speed: 800 MHz or higher ? Scan resolution, optical: Up to 300 x 300 dpi (color and mono ADF); up to 300
x 300 dpi, 600 x 600 dpi, 1200 x 1200 dpi (Flatbed) ? Levels of grayscale: 256 ? Scan input modes: Front-panel scan, copy, e-mail, fax, or file buttons ? Color scanning: Yes ? Scan size (flatbed), maximum 216 x 297 mm ? Copy resolution (color text and graphics): 600 x 600 dpi ? Paper trays, standard: 2 ? Multitasking supported : Yes ? Warranty: 3 years minimum
[ N.B: The cost for Computer, Printer, UPS and Anti Virus may be quoted separately however evaluation shall be made on composite basis. ]