• No results found

New Delhi –110025.

N/A
N/A
Protected

Academic year: 2022

Share "New Delhi –110025. "

Copied!
32
0
0

Loading.... (view fulltext now)

Full text

(1)

1

TENDER NO: 01/NIQ/CIRBSc/2011

Global Tender Document For Purchase of Scientific Equipments in JMI

Dated : 16.12.2011

JAMIA MILLIA ISLAMIA JAMIA NAGAR

New Delhi –110025.

(2)

INDEX

S. No. PARTICULARS PAGE No.

1. GLOBAL TENDER NOTICE 3

2. TENDER DOCUMENT 4-5

3. TERMS AND CONDITIONS 6-10

4. TECHNICAL SPECIFICATIONS OF EQUIPMENTS 11-32

(3)

3

Jamia Millia Islamia (JMI)

Jamia Nagar, New Delhi-110025, INDIA

NIQ Ref.: 01/NIQ/CIRBSc/2011

GLOBAL TENDER NOTICE

Separate Sealed Global Tenders are invited from leading overseas manufacturers AND/OR their accredited INDIAN ASSOCIATES for supply, installation and commissioning of the "Scientific Equipments' in the Centre for Interdisciplinary Research in Basic Science (CIRBSc) in two bids system so as to reach the Centre for Interdisciplinary Research in Basic Scs., JMI on or before January 16, 2012 upto 1600 hrs. The Tender Documents can be downloaded from Jamia’s website http://www.jmi.ac.in.

Sd/- Registrar

Dated: 16.12.2011

(4)

Jamia Millia Islamia

Jamia Nagar, New Delhi -110025.

Global Tender Document

Bank Draft No...

Dated:…………..

1. Name of the Firm : ...………...

2. Address with telephone No. : …...

3. Earnest Money a) Bank draft/Pay Order No………

(to be deposited along with b) Date ………..

Tender document) c) for Rs………

d) Drawn on……….

4. E-Mail Address ………..

Scope of Work

The work to be rendered by the supplier under this tender/agreement is supply, delivery and commissioning of the equipment and training at the users’ premises. The tender should include the installation material wherever required.

(Signature of Tenderer with Seal)

(5)

5

List of the equipment

Sr.

No.

Tender Notice NO Name of Equipment Non - Refundable Tender Fees

Earnest Money Deposit

(Refundable to unsuccessful bidders without any interest)

Validity of Offer from the date of opening of the tender

Last Date &

Time for submission of Tender In CIRBSc

Date & time of Opening of Tender (Technical Bid) In Centre for CIRBSc.

1 Real Time PCR

machine Rs.1000/- OR

US$ 20 Rs.1,50,000/- OR US.$.3000

180

days 16.01.2012 16.00 hrs

20.01.2012 15.00 hrs

2 DNA quantification

System Rs.1000/-OR

US$ 20 Rs.50,000/- OR US.$.1000

180

days 16.01.2012

16.00 hrs 20.01.2012 15.00 hrs

3 Oxy-8 Robotic

Crystallization System Rs.1000/-OR US$ 20

Rs.2,00,000/- OR US.$.4000

180

Days 16.01.2012

16.00 hrs 20.01.2012 15.00 hrs

4 Atomic force

Microscope(AFM) Rs.1000/- OR

US$ 20 Rs.3,00,000/- OR US.$.6000

180

Days 16.01.2012

16.00 hrs 20.01.2012 15.00 hrs

5 FTIR Spectrometer Rs.500/- OR

US$ 15

Rs.75,000/- OR US.$.1500

90 Days

16.01.2012 16.00 hrs

20.01.2012 15.00 hrs

6 High Speed Server Rs.500/- OR

US$ 15

Rs.50,000/- OR US.$.1000

90

days 16.01.2012 16.00 hrs

20.01.2012 15.00 hrs

7 Tensiometer Rs. 500/- OR

US$ 15 Rs.50,000/- OR

US.$.1000 90

Days 16.01.2012

16.00 hrs 20.01.2012 15.00 hrs

Non transferable tender documents (in two bids systems) in sealed envelopes are invited. The detailed specifications and other terms and conditions can be had by the bidders directly by down loading from the Institute's website www.jmi.ac.in which will be made available till last date of submission of tender. No separate tender documents will be issued from our office. All errata, addendum, extension etc if any shall be published in the above website only. The following must be clearly super-scribed on the sealed envelope.

Bids for supply of ………..(item name) for the Centre for Interdisciplinary Research in Basic Science (CIRBSc), JMI, New Delhi. (NIQ REF. NO...)

dated……….

The Institute reserves the right to accept / reject any offer in full / part without assigning any reason whatsoever and the decision of the Institute shall be final and binding and the aforesaid global tender is being issued with no financial commitment. No correspondence or representation on the subject will be entertained.

Prof. S.M. Sajid Registrar

Jamia Millia Islamia (A central University)

(6)

TERMS & CONDITIONS:

(Please note the term ‘both foreign & indigenous’ wherever mentioned, means the term is applicable to Both foreign & indigenous purchase)

01. Rates: Rates quoted for indigenous items must be on FOR JMI, New Delhi, on DOOR DELIVERY Basis, with break-ups as per details below (For import items please refer ‘Additional Terms for imported goods’ at clause No. 25 below).

Break-ups of cost:

(a) Basic Price

(b) (+) Central Excise Duty, if any

(c) (+) VAT/ Central Sales Tax (On Sub-Total Price, including Excise Duty, if any) (d) (+) Freight & Insurance Charge, if any

(e) (+) Installation & Commissioning Charge, if any (f) Grand Total F.O.R. JMI, New Delhi, Price

Note: Vague terms like “packing, forwarding, transportation etc. extra” without mentioning the specific amount will not be accepted. Such offers shall be treated as incomplete and rejected.

Bidders shall indicate their rates in clear/visible figures as well as in words and shall not alter/

overwrite/make cutting in the quotation. In case of a mismatch, the rates written in words will prevail.

02. Validity (Both foreign & indigenous): Quoted rates must be valid for 180 days or as indicated in table above.

03. Earnest Money (Both foreign & indigenous):

All firms are required to submit Earnest Money along with the Technical Bid as per EMD deposit options provided below. The EMD of unsuccessful bidders shall be returned after award of contract.

All tenders received without EMD shall be summarily rejected. EMD of the successful bidder will be released on submission of the PBG.

04. PERFORMANCE BANK GUARANTEE (PBG) (Both foreign & indigenous):

Performance Bank Guarantee: The successful bidder shall furnish an unconditional Performance Bank Guarantee/Fixed Deposit Receipt valid till the standard warranty period from a scheduled Bank for 5% of the Purchase Order value and should be submitted during the time of installation of the system.

(APPLICABLE ONLY TO ORDERS COSTING MORE THAN INR. 2,00,000/-). That;

(a) The Vendor shall provide a Certificate of Guarantee guaranteeing XXX (Name of equipment) of the satisfactory operation of the components and against poor workmanship, bad quality of materials used, faulty designs and performance figures given by the Vendor.

(b) This guarantee shall be operative for the entire warranty period. The performance guarantee would be to the extent of 5% of the order value.

(c) The Vendor shall at his own cost rectify the defects/replace the items supplied, for defects identified during the period of guarantee.

(d) While clauses 4(a), 4(b) and 4(c) are applicable to all orders worth INR 2,00,000/- or more, competent authority may take appropriate decisions on exceptional cases.

White collar

(7)

7

05. PENALTY FOR DELAYED DELIVERY (for both foreign & indigenous):

In case of supply order for the these SCIENTIFIC EQUIPMENTS, the date of delivery should be strictly adhered to. In the event of delayed delivery, installation & commissioning i.e. after the expiry of the period as agreed by both the parties, the vendor shall be liable for a penalty deduction at a percentage of the value of the undelivered equipment subject to a maximum of 10%

(ten percent) as detailed below:

@1% up to one week;

@2.5% up to two weeks;

@5% up to three weeks;

@10% for four weeks and above

For the purpose of this clause, part of the week is considered as a full week. In case of delayed delivery, the Registrar, JMI reserves the right not to accept the subject consignment.

06. IN CASE OF INDIGENOUS SUPPLIES, the goods should be insured against theft, loss or breakage during transit and insurance charges should not exceed 1% of the cost of material supplied, the rates of Sales Tax, Excise Duty etc. (as applicable) should be clearly indicated. Form C & D is not applicable to us.

07. Pre-installation requisites (Both foreign & indigenous):

Pre-installation requisites (electrical/floor/space/air-conditioning etc.), if any should invariably be mentioned clearly. Installation/ Training will be the full responsibility of the supplier/ Indian Agent.

08. Genuine Pricing (Both foreign & indigenous):

Vendor is to ensure that quoted price is not more than the price offered to any other customer in India to whom this particular item has been sold, particularly to IIT/Universities and other Government Organizations. Copy of the latest price list for the quoted item, applicable in India, must be enclosed with your offer.

09. Excise Duty: The Institute is exempted from payment of Central Excise Duty vide GOI Notification No. 10/97-Central Excise, dated 01.03.97 with Regn.No. TU/V/RG-CDE (351)/2006, dated 14.09.2006.

10. VAT: (i) For a vendor within the State of Delhi, appropriate VAT (to be deducted at source) will be applicable.

(ii) For exemption from Octroi, wherever required, the Institute will issue necessary certificates.

11. Entry Tax: Delhi Govt. Entry Tax – usually @4% [to be paid by JMI, not by the vendor], wherever applicable, will be added while evaluating cost status of the concerned equipment to be supplied by vendors from outside the State of Delhi.

12. Delivery: (a) Delivery of goods at JMI, New Delhi, will have to be maximum within 120 (one hundred twenty) days from the date of issue of the Purchase Order.

(b) Safe delivery of goods: All aspects of safe delivery shall be the exclusive responsibility of the vendor. At the destination site, the cartons will be opened only in the presence of JMI user/representative and vendor's representative and the intact position of the seal for not being tempered with, shall form the basis for certifying the receipt in good condition.

(c) No Part Delivery: Part shipment will not be allowed.

(8)

13. Mode of Payment for Indigenous Purchase

Payment for Indigenous Purchases will be within 45 days from the date of successful delivery and installation of goods at JMI, generally through A/c payee cheque. In case payment is to be made by DD, the Draft commission will be deducted from the bill amount.

Note:

(i) Please note as per Institute’s norm, advance payment is not allowed for indigenous purchase.

(ii) For import items please refer ‘Additional Terms for imported goods’ clause No. 25 below):

14. Quotation by Fax/Mail not Acceptable (Both foreign & indigenous):

The offers submitted by telex/ telegram/ fax/ E-mail etc. shall not be considered. No correspondence will be entertained on this matter.

15. Late and delayed tender (Both foreign & indigenous):

Late and delayed tender will not be considered. In case any unscheduled holiday occurs on prescribed closing/opening date the next working day shall be the prescribed date of closing/opening.

16. Conditional tenders not acceptable (Both foreign & indigenous): Conditional tenders shall not be accepted on any ground and shall be rejected straightway. In other words, printed conditions mentioned in the tender bids submitted by vendors will not be binding on JMI. All the terms and conditions for the supply, payment terms, penalty etc. will be as those mentioned herein and no change in the terms and conditions by the vendors will be acceptable.

17. Specifications are basic essence of the product (Both foreign & indigenous): 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. A quotation has to be supported with the printed technical leaflet/literature (wherever applicable) and the specifications mentioned in the quotation must be reflected/ supported by such printed technical leaflet/literature model quoted/tendered specifications should invariably be highlighted in the leaflet/literature for easy reference.

18. Enquiry during the course of evaluation not allowed (Both foreign & indigenous): No enquiry shall be made by the bidder(s) during the course of evaluation of the tender till final decision is conveyed to the successful bidder(s). However, the Committee/its authorized representative and office of Registrar, JMI can make any enquiry/seek clarification from the bidders. In such a situation, the agency shall extend full co-operation. The bidders can also be asked to arrange demo of the offered items, in a short period notice, as such the bidders have to be ready for the same.

19. The acceptance of the quotation (Both foreign & indigenous) will rest solely with the Registrar, JMI who in the interest of the Institute is not bound to accept the lowest quotation and reserves the right to himself to reject or partially accept any or all the quotations received without assigning any reasons.

20. In case, the no. of bidders for any item is less than three and more than one, the Register, JMI who in the interest of the Institute has the right to go ahead with the purchase procedure.

(9)

9

21. In case, the no. of bidders for any item is only one and the proprietary certificate is enclosed for that specific item then the Register, JMI who in the interest of the Institute has the right to accept the single quotation and go ahead for price negotiation.

22. Force Majeure (Both foreign & indigenous): If the performance of the obligation of either party is rendered commercially impossible by any of the events hereafter mentioned that party shall be under no obligation to perform the agreement under order after giving notice of 15 days from the date of such an event in writing to the other party, and the events referred to are as follows: (I) any law, statute or ordinance, order action or regulations of the Government of India. (II) Any kind of natural disaster and (III) Strikes acts of the Public enemy, war, insurrections, riots, lockouts, sabotage.

23. Termination for default (Both foreign & indigenous): Default is said to have occurred. If the supplier fails to deliver any or all of the services within the time period(s) specified in the purchase order or any extension thereof granted by JMI.

· If the supplier fails to perform any other obligation(s) under the contract.

. If the vendor, in either of the above circumstances, does not take remedial steps within a period of 30 days after receipt of the default notice from JMI (or takes longer period in-spite of what JMI may authorize in writing), JMI may terminate the contract/ purchase order in whole or in part and forfeit the EMD/PBG as applicable. In addition to above, JMI may at its discretion also take the following actions:

JMI may procure, upon such terms and in such manner, as it deems appropriate, goods similar to the undelivered items/products and the defaulting supplier shall be liable to compensate JMI for any extra expenditure involved towards goods and services obtained.

24. Applicable Law (Both foreign & indigenous):

(a) The contract shall be governed by the laws and procedures established by Govt. of India and subject to exclusive jurisdiction of Competent Court and Forum in Delhi, India only.

(b) Any dispute arising out of this purchase shall be referred to the Registrar, JMI, and if either of the parties hereto is dissatisfied with the decision, the dispute shall be referred to the decision of an Arbitrator, who should be acceptable to both the parties, to be appointed by the Registrar, JMI. The decision of such Arbitrator shall be final and binding on both the parties.

ADDITIONAL TERMS FOR IMPORTED GOODS

Following terms besides the fore mentioned terms will be applicable in case of foreign purchases:

25. Rates: Quoted rates should be in CIF/CIP Delhi terms and charges to be stated in the following break-ups:

(a) Ex-works value

(b) + Documentation & Handling Charge, if any

(c) + Estimated Overseas Freight to be paid at actual against authentic documents and monetary receipt.

(10)

(d) + Estimated Overseas Insurance Charge to be paid at actual against authentic documents and monetary receipt (In case the firm holds open insurance policy, the Insurance Certificate relating to the consignment will have to be provided).

(e) Total CIP/CIF Delhi value

26. After Sales Service: In case of imported items, foreign manufacturing firms should indicate facilities available for after sales service, detail address and contact number of their local representative in India without which their offers are liable to be ignored.

27. Delivery:

(a) Delivery of goods at JMI, New Delhi will have to be maximum within 120 (one hundred twenty) days from the date of issue of the Purchase Order.

(b) Delivery at IGI Delhi Airport only.

(c) While transshipment will be allowed, part shipment will not be allowed.

28. Payment:

(a).Above $10,000.00 or equivalent : By an irrevocable letter of Credit at CIF/CIP Delhi value negotiable through any overseas branch approved by the university’s Banker, Indian Bank.

(b)Below $10,000.00 by FDD/Wire Transfer.

29. Customs Duty: The Institute is generally exempted from payment of Customs Duty vide GOI Notification No.51/96-Customs, dated 23.07.96, with Regn. No. TU/V/RG-CDE (351)/2006, dated 14.09.2006. [CUSTOMS DUTY EXEMPTION CERTIFICATE WILL BE MADE AVAILABLE BY THE INSTITUTE IN REGARD TO QUOTES IN FOREIGN CURRENCY ONLY [ NOT AGAINST QUOTES MADE BY A FIRM IN INDIAN CURRENCY, UNLESS THE CONCERNED FIRM IS A FOREIGN HOLDING COMPANY WITH `FDI’ CERTIFICATE ISSUED BY THE MINISTRY OF FINANCE, GOVT. OF INDIA ].

30. Agency Commission: The percentage of ex-works value to be paid to Indian agent in equivalent Indian currency as agency commission as applicable will have to be clearly stated in the quotation wherever applicable.

31. Country of Origin: While Country of Origin Certificate will not be insisted, the same however will have to be stated in the Original Invoice for payment through LoC.

32. LoC Amendment: LoC/FDD amendment charges due to mistake on the part of the supplier, if any, will have to be borne by the supplier.

(Prof. S.M. sajid) Registrar, JMI.

Encl.: ANNEXURES (Technical specifications of Equipment)

(11)

11

Jamia Millia Islamia (JMI)

Jamia Nagar, New Delhi-110025, INDIA

Prof. S. M. Sajid Registrar,

Jamia Millia Islamia (JMI), Jamia Nagar,

New Delhi – 110025

NIQ Ref.: TENDER NO: 01/NIQ/CIRBSc/2011

NOTICE INVITING QUOTATION (NIQ) FOR SUPPLY & INSTALLATION OF SCIENTIFIC EQUIPMENT FOR CENTRE FOR INTERDISCIPLINARY RESEARCH IN BASIC SCIENCES, JAMIA MILLIA ISLAMIA, NEW DELHI, INDIA.

The REGISTRAR, JMI invites quotations for supply of equipment as per details at ANNEXURE (please consult Check List), in double bid (Two bids system), and in sealed covers. The bids so as to reach the Centre for Interdisciplinary Research in Basic Sciences (CIRBSc) on or before 16.01.2011 The following must be clearly written on the outer sealed cover

QUOTATION FOR SUPPLY OF ...(ITEM NAME) FOR THE CENTRE FOR INTERDISCIPLINARY RESEARCH IN BASIC SCIENCES, JMI, NEW DELHI.

NIQ REF. NO. ... (NIQ Ref. No.) DATE..., LAST DATE FOR SUBMISSION...

To,

The Diector,

Centre for Interdisciplinary Research in Basic Sciences (CIRBSc), Jamia Millia Islamia (A Central University),

Jamia Nagar, New Delhi – 110025 India

From: M/S _____________________

Contact No._____________________

Email ID: ______________________

(12)

INSTRUCTION TO BIDDERS:

Two Bids:

01. Quotations will have to be submitted in TWO PARTS i.e. (a) Technical Bid and (b) Price Bid, in two separate properly sealed covers indicating the type of Bid; and both these covers will have to be again put in to a single sealed cover.

02. In the part relating to Technical Bid, the vendor must provide the followings:

(a) Details of the technical features of the offered equipment vis-à-vis NIQ specification;

(b) Standard Technical literature on each of the items offered;

(c) Dealership certificate on the offered products in case of dealer/s;

(d) List of reputed organizations/Institutions, where similar orders have been executed (copies of the purchase/work orders will have to be enclosed);

(e) Up-to-date Sales Tax clearance certificate (for vendors outside the State of Delhi)/VAT Registration Certificate indicating also the TIN number (for vendors from within the State of Delhi) of the firm will have to accompany the quotation to be submitted;

(f) Details of nature and maximum period of warranty offered by the vendor.

g) After Sales Service: The name & address of the nearest available authorized service centre to JMI, should be stated in the quotation.

(h) Amount of Earnest Money Deposit (EMD), in the form of Demand Draft only, will have to be clearly stated and the same will have to be enclosed with Technical bid only.

03. In the part relating to Price Bid, the vendor must provide the followings:

(a) Quantity, basic price (against item-wise details of specifications of each of the offered items);

(b) Prices of each of the optional accessories, as required by NIQ specifications and also may be relevant for offered equipment, will have to be specifically stated in the quotation:

(c) Packing & Forwarding Charge, if any (as percentage of basic price or as lump sum)

(d) Central/State Sales Tax/VAT (as percentage of basic price + Packing & Forwarding Charge, if any) (e) Freight & insurance charge, if any [as percentage of (a) + (b) + (c) or as lump sum]

(f) Annual Maintenance Contract (AMC) rate (after expiry of warranty period) is to be clearly indicated – preferably in both comprehensive and non-comprehensive terms, failure to which the offer may not be considered even if it turns out to be at the lowest price.

(g) Installation & commissioning charge (including Service Tax), to be shown item-wise extra, if any.

NOTE: The bid documents are not transferable and the firm’s seal and signature of the authorized official must appear on all papers and envelopes submitted

D) Date and Times:

(i) Last date & time for receipt of tender: 16/01/2012, 16.00Hrs.

(ii) Due date & Time of opening tender: 20/01/2012, 15.00Hrs.

(13)

13

ANNEXURE-I Technical specifications of Real Time PCR Machine

1. The instrument must be an integrated system flexible to perform both real-time PCR (polymerase chain reaction) and post-PCR (end-point) analysis.

2. The instrument must provide specialized application specific software that collects and analyzes the fluorescence data for the applications of absolute quantization and allelic discrimination/SNP (Single Nucleotide Polymorphism) detection.

3. System should be standardized for Taqman and SYBR Green Chemistry with pre-validated and functionally tested Taqman Gene Expression Assays as well as Taqman SNP Genotyping Assays. They should be readily available from the same vendor.

4. The instrument must be designed to accept user interchangeable 96 well block, 384-well block and low density array block.

5. The instrument should have flexibility for an automation accessory capable of loading and unloading reaction plates and should be able to perform 384 simultaneous real-time PCR reactions without the need to use liquid-handling robots or multichannel pipettes to load the samples.

6. The system should be able to run multiple samples in parallel against multiple targets which should be pre-loaded into each of the wells.

7. The instrument must have an excitation source as Tungsten Halogen/LED/Laser and utilize a spectrograph and charge coupled device (CCD) camera to enable continuous wavelength detection.

8. Instrument’s software should utilize a multicomponenting algorithm to provide precise deconvolution of multiple dye signals to enable the simultaneous detection of multiple fluorophores.

9. The instrument must be a high throughput instrument and be able to process at least 5,000 real- time quantitative PCR sample wells per day (24 hour period), and 10,000 SNP genotyping samples every hour.

10. The instrument should come with instrument verification plate to demonstrate the performance of the instrument.

11. The instrument must be supplied with automated oligonucleotide design software that helps to design probes and primers in a manner such that reactions are carried out under Universal Thermal Cycling conditions irrespective of template DNA.

12. The instrument must be supplied with a dedicated high performance computer platform for data analysis.

13. The instrument must be UL approved. The instrument must be manufactured to ISO 9001 standards.

14. The vendor must be able to supply all the necessary consumables to perform real-time quantitative PCR and SNP genotyping. The vendor must provide comprehensive assay design and development guidelines for real-time quantitative PCR and SNP genotyping assays.

15. The normalization of reaction due to non-PCR related fluctuations should be possible by using any calibrated dye.

16. The quoted system must have full license for PCR process. A copy of the license may be attached to the offer.

(14)

17. The vendor supplying the instrument should have own application support laboratory in India, preferably in Delhi / NCR for local & efficient after sales service-support.

18. Wet lab training for one person from the user lab at the supplier firm should be provided.

19. Firm MUST provide a compliance statement vis-à-vis specifications in a “tabular form” clearly stating the compliance and giving justification, if any supported by technical literature with clear reference of page number, paragraph or lines. This statement must be signed, with the company seal, by the Tendered for its authenticity and acceptance.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 5 working days is required. The cost of all expenditures for training (including transport cost, stay, food, and some additional money to support stay of the trainer) will be borne by the vendor.

Warranty:

• One year warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost.

If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

• The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

• The supplier should have supplied minimum five systems in India of same or other models.

Please submit list of all users in India and the purchase/work orders of the similar system. This is mandatory.

• Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment. All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

• Also quote separately for an extended warranty on annual basis, to commence at the end of the basic warranty. Alternatively, cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two- year period may also be indicated.

Important Notes

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

(15)

15

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI) (c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time whenever it is required.

(16)

ANNEXURE-II Technical specifications for the DNA Quantification System

1. The instrument should have a spectral scanning multimode detection and quantification reader of Luminescence, Fluorescence, UV-visible absorbance with dedicated optical channels for each of the three modules including fluorescence intensity (top/bottom reading), time-resolved fluorescence (TRF), photometric and luminometric detection technologies and supports endpoint, kinetic and spectral scanning measurements.

2. Should have quadruple monochromators i.e. dual excitation monochromators and dual emission monochromators for fluorescence applications.

3. Should have option of using 2 monochromators for photometric (UV and Vis) measurement.

4. Should have a reference channel detector to compensate for variability in the Xenon lamp from flash to flash.

5. Should automatically calibrate results with different gain settings to obtain single consistent measurement range.

6. Should read standard plate formats in fluorescence intensity, TRF and luminometry and 6- to 384-well plates in absorbance mode. For instance, should read 6-, 12-, 24-, 48-, 96- and 384- well plate formats, should read custom microplate formats.

7. Instrument should read plates with lids.

8. Should provide excitation from 200-1000 nm and emission from 270-840 nm and should also support protein UV fluorescence assays.

9. Should have selectable excitation bandwidths of 5 and 12 nm and emission bandwidth of 12 nm.

10. Should have fluorescence intensity sensitivity of <0.4 fmol fluorescein with 384 well black plate and top reading. 0.5 fmol/200 ul or 1 ppt of fluorescein in 96-well plate, 30 pg/well dsDNA with DNA quantization dye.

11. Should have operational range of 200-1000 nm in photometry.

12. Linear measurement range in photometry should be of: 0-4Abs at 450 nm, ±2% (96-well plate) and 0-3Abs at 450 nm, ±2% (384-well plate).

13. Accuracy in photometry should be of: ±2% or 0.003 Abs, whichever is greater, at 200-399 nm (0-2Abs) ±1% or 0.003 Abs, whichever is greater, at 400-1000 nm (0-3Abs).

14. Precision in photometry should be of: SD<0.001 Abs or CV<0.5%, whichever is greater, at 450 nm (0-3 Abs).

15. Instrument should have on-board path length correction for direct quantization of e.g. nucleic acids and proteins.

16. Instrument should have an optimal luminometric detection technology with desirable measurement modes for luminometry as normal mode, monochromator mode.

17. Should have luminometric sensitivity of <7namol ATP/well with 384 well white plate using flash ATP reaction.

18. Should have the detection limit of 3 x 10-21 moles of luciferase.

(17)

17

19. On-board incubator must function by preventing condensation on a microplate lid to enable reading through the lid even during long kinetic assays (at least 24 hours).

20. Should have fixed or variable, linear and orbital shaking with adjustable timing, speed and diameter.

21. Should accompany with most advanced versions of the softwares in accordance with the above described specifications, Database based software.

22. It must be possible to run backups of all data. It must be possible to restore back up data (in case of hardware failure of original computer).

23. Software must be included in price.

24. There must be no limitations on the number of installation of the software.

25. Should have option of no loss of already measured data even in case of power failure.

26. Compatible PC and/Or built in PC, touch Screen navigation and operation with coloured printer. Printer should have good quality outputs to take the coloured printouts of generated and stored data in the instrument.

27. High capacity power back in the form of UPS (preferably 5Kv) must be included with the instrument.

28. Instrument should offer up to two to three optional on-board Dispensers/Injectors. The Dispensers/Injectors should be equipped with good quality automation and accuracy with the help of software controls.

29. Temperature regulation as an optional component should be as 2ºC above ambient temperature to 45ºC.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 5 working days is required. The cost of all expenditures for training (including transport cost, stay, food, and some additional money to support stay of the trainer) will be borne by the vendor.

Warranty:

• One year warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost.

If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

• The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

• The supplier should have supplied minimum five systems in India of same or other models.

Please submit list of all users in India and the purchase/work orders of the similar system. This is mandatory.

• Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment. All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

(18)

• Also quote separately for an extended warranty on annual basis, to commence at the end of the basic warranty. Alternatively, cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two- year period may also be indicated.

Important Notes

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI) (c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software up-gradation will be done time to time whenever it is required.

(19)

19

ANNEXURE-III Technical specifications of Oxy-8 Robotic Crystallization System

• Crystallization Method- sitting drop, microbatch , seeding ,Optimization

• Plate compatibility - Should accommodate all commercially available microwell plates

• Dispensing Volume - 100nL – 10uL

• Dispense Precision - <10% CV

• Carry over – should be minimal

• Appropriate Computer hardware and software integrating the entire system, Software should be user friendly and of latest version. Any upgrades within the warranty period should be offered free of cost.

• Rates for dispensing tips, other spare parts and crystallization plates need to be defined for 5 year period.

• System should include automated crystal visualization and imaging stereo microscope.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 5 working days is required. The cost of all expenditures for training (including transport cost, stay, food, and some additional money to support stay of the trainer) will be borne by the vendor.

Warranty:

• Three years warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost.

If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

• The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

• The supplier should have supplied minimum five systems in India of same or other models.

Please submit list of all users in India and the purchase/work orders of the similar system. This is mandatory.

• Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment. All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

• Also quote separately for an extended warranty for a period of three years, to commence at the end of the basic warranty (see 28 above). Alternatively, cost and associated terms &

conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

(20)

Important Notes

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI) (c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time whenever it is required.

(21)

21

ANNEXURE-IV SPECIFICATION FOR ATOMIC FORCE MICROSCOPE(AFM) Specifications of multimode Atomic Force Microscope (AFM) system should be as below.

Non-system requirements:

• The vendor must have a local service support organization and should provide on-site services within 48 hours. In case of each day delay, the warranty of equipment has to be extended by 30 days. This requirement has to be documented by manufacturer’s agreement.

• Vendor should have installation base in India of at least 5 systems of the quoted model.

Required Hardware Attributes:

o The system should have a ‘Scanning Sample’ configuration for lowest noise and best image resolution. Any form of tip scanning or De-coupled scanning configuration will not be accepted.

o The system should accept sample size up to 15mm in diameter and 5mm thick.

o The sample stage should provide mechanical translation of the sample in X & Y up to 2mm or more. Any form of motorized sample X and Y stages will not be preferred for long term stability and highest resolution performance.

o The system should include the below AFM modes as standard and necessary accessories for ready operation

o Contact mode o Lateral Force mode

o Non-Contact mode / Intermittent Contact mode / Tapping mode o Phase Imaging

o Dual-piezo drive Torsional mode

Dual-piezo drive Torsional mode should be based on driving the cantilever in Torsional resonance, and the torsional resonance amplitude used as the feedback signal.

The Torsional resonance must be actuated by a dual-piezo design, with out-of-phase drive signals. Any form of Single Piezo actuation of cantilever is not acceptable as that would result unstable actuation causing unreliable data.

• Lift-Mode - In which the sample’s topography should be determined on a continuous first pass over a scan line. The data should be stored and a second parameter, such as magnetic field, should be determined by an amplitude or phase shift of the cantilever vibration on a second pass of the same scan line. This should get accomplished by lifting the probe a set, but short (e.g., 50nm) distance above the surface. To guarantee correct lift-mode imaging,

(22)

it should use closed-loop z to achieve the desired lift height. Then, while using the stored data from the first pass scan, the exact topographical changes along the scan line are tracked while monitoring and storing the cantilever’s interactions with magnetic or electric forces emanating from the sample’s surface.

o Electrostatic force microscopy - The EFM and topography images should get displayed simultaneously in real-time as acquired line-by-line. Other methods, e.g. which simply skim the tip to some height above the sample without regard to topography are not acceptable

o Magnetic force microscopy- The MFM and topography images should get displayed simultaneously in real-time as acquired line-by-line. Other methods, e.g. which simply skim the tip to some height above the sample without regard to topography are not acceptable

o EFM & MFM should be based on lift mode technique.

o Force-Distance measurements o Force Volume Mode

o Scanning Tunneling Microscopy (STM), STS (Scanning Tunneling Spectroscopy) o Surface Potential Microscopy

o Piezo response Mode

o Liquid imaging mode with necessary accessories.

o Peak Force Tapping mode

The Peak Force Tapping mode must include ability that direct control the tip- sample imaging force down to at least 50-pN and automatically compensates for drift of the deflection signal during imaging.

o Automatic Parameter optimization mode – This mode should optimize all imaging parameters including setpoint, gains, scan rates and Z limit in both air and liquid environment. During this operation, cantilever resonance need not required to be tuned but should preserve conventional imaging rates of < 10minutes per image.

System Scanner:

• Must include both small scanner with a range of 0.5um x 0.5um or less with ultra high resolution.

• Large scanner with range of 120um x 120um x 5um or more with liquid spilt resistance arrangement.

System Optics:

• The system should include a real time Optical Viewing Option. The optical path is on-axis, straight and unobstructed, and should provide at least a 450X magnification and 1.6um spatial resolution.

(23)

23 Vibration Isolation Table:

• The offer must include a branded vibration isolation table Liquid cell:

• Easy replaceable liquid cell for conducting experiments in liquid medium should be provided.

Required SPM Controller Hardware & Software Attributes:

• Must produce data sets with up to 5,100 x 5,100 pixel density to see tiny features in one single scale.

• Must allow simultaneous collection of up to 8 data channels simultaneously accommodating additional channels like adhesion map, modulus map, elasticity map on top of the conventional channels.

• Must provide at least 3 user accessible lock-in amplifiers: two independent high speed lock-ins with a minimum range of 1KHz to 5MHz, one mid-range lock-in with a minimum range of 0.1Hz to 50KHz.

• Must include sampling up to 50MHz without external electronics. It must be possible to define the start of this sampling by user-defined triggers.

• Must provide ability to apply up to10V bias to the AFM tip or sample.

• Must provide real time adjustment to all scanning parameters – scan rate, scan size, scan offset, gains and others.

• Must use 3 DAC’s for each scan axes (16 bits each): total of 9 for all scan axes.

• For all operating modes provided, the electronics and software must be integrated into the AFM controller. No external electronics or cabling is acceptable. Additional external cables add additional noise

Required AFM System Performance

• Must have vertical noise floor of <0.3A RMS (demonstrable) using all scanners.

• Must use software linearization of scan field to within 1% accuracy.

• Thermal tuning of cantilevers to 2MHz in air or fluid to determine cantilever’s resonant frequency and spring constant (demonstrable). This wide dynamic range enables to use wide variety of probes with varying spring constants.

• Fast scanning up to 10Hz using micro-actuated cantilevers (demonstrable). Otherwise <1 Hz is the typical scanning rate for the normal cantilevers.

(24)

Required Easy of Use Features

• Includes a fully automated tip engage routine

• Includes the ability to change cantilevers without removing scan head

Includes the ability to change scan size, gains and other scanning parameters in real time during scanning

• Data acquisition and image processing software:

- PC with 21’’ TFT monitor with latest configuration should be compatible with the system requirements.

- Automatic cantilever spring constant calibration required - Free life-time software update

- Image analysis software should be included.

- Image modification and presentation software should also be included.

• Image and data export format at least:

- Export to BMP, JPG, TIFF

- Export to ASCII format and MatLab

- Must include automated system configuration for operation in liquids to operate these modes by one mouse click

- Must include automated system configurations for modes to operate by one mouse click.

- Software must be a sole package for all modes and attachments with no need for additional software programs.

- Software package must include both image acquisition and data processing software in one package with no need for different programs operation.

- Software must be free-for copy, eg can be installed on unlimited number of off-line PC

• UPS for 3 KVA with at least 30 minutes back up

Optional items

• Tunneling AFM mode

Tunneling AFM should be able to measure low and ultra-low currents during scans. In Tunneling AFM, current should be measured using an ultra-low current amplifier with a resolution of 50 femto- amps in two ranges; 10 pico-amps full scale and 100 pico-amps full scale. Typical noise level 50 femto-amps.

• Torsional Tunneling AFM (TR TUNA) Mode

Unlike regular TUNA, which operates in contact mode, TR TUNA should use torsional resonance feedback. This significantly should reduce both vertical and lateral forces on samples, which enables to be used on soft samples otherwise likely to be damaged by contact mode (e.g. polymers) or on loosely bound samples likely to be disrupted by contact mode (e.g. nanowires).

(25)

25

• Heater & Cooler package

Sample temperature control with a range of -35ºC up to 250ºC. It should possible to independently control the temperature of the tip, by heating, hereby eliminating tip-sample temperature gradients.

Module without Tip heating is not acceptable. Should include peristaltic pump, reservoir, gas and fluid manifold, tubing and accessories specially configured to operate together. Should Include Thermal Applications Controller (TAC) heater/cooler controller with digital readout, -35 to 100-degree element, ambient to 250-degree element, cantilever holder with tip heating, stage base with purge ports, and other accessories consist of both Atomic Force Microscope and Scanning Tunneling Microscope; top view optical system for cantilever and sample observation; control electronics and software; computer control workstation and all necessary accessories and spare parts.

Nanoindentaiton

-Nanoindentation head with optical force displacement sensor

-Modes of operation: Surface topography, hardness and local coefficient of elasticity mapping;

• Quantitative Nano-mechanical Measurement mode

Must include the ability to unambiguously map quantitative nanomechanical properties, including modulus and adhesion, at high resolution (<10nm), at conventional AFM imaging rates (<10 minutes per image), and over a wide modulus range (at least 1 MPa to 50 GPa). Conventional nanoindentation, higher harmonics imaging, and Dual/multi-frequency AC imaging modes are not acceptable substitutes. The same mode must continuously monitor and display the tip-sample interactions (i.e. the ‘force-distance’ curves), and extract, display and save the adhesion, elasticity modulus, dissipation and peak force simultaneously.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 10 working days is required. The cost of all expenditures for training (including transport cost, stay, food, and some addl. Money to support stay of the trainer) will be borne by the vendor.

Warranty

-One year warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

-The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

-The supplier should have supplied minimum five AFM systems in India same or other models.

Please submit list of all users in India and the purchase/work orders of the similar system. This is mandatory.

-Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment.

(26)

All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

-Also quote separately for an extended warranty for a period of two years, to commence at the end of the basic warranty. Alternatively, cost and associated terms & conditions (including the number of preventive/break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

Important Notes

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI) (c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time whenever it is required.

(27)

27

ANNEXURE-V Technical specifications for FTIR Spectrophotometer (FTIR)

Technical Specifications:

Spectral Range: It should cover range from 10,000 to 380.0 cm-1 or less will be preferable.

Resolution should be 0.4 cm-1 or less will be preferable.

• Gold coated optics with permanent aligned Rock solid interferometer.

• Variable scan speed.

• Signal to Noise ratio should not be less than 45,000: 1 peak to peak in 1 minute.

• Detector should be DLATGS for MIR.

• KBr beam splitter for MIR

• Computer Interface must be with Ethernet only.

• FTIR should be couple-able with TGA & GC in future.

• Diamond ATR with purge connection should also be quoted for Liquids, Films, Powders, Gells, Pastes analysis.

• The system should be upgradeable with FIR i.e. upto 50 cm-1 or better & price of that should also be given separately as an optional attachement.

• System should be capable to operate in MIR, NIR & FIR regions.

• The instrument should have the capability for mounting three beam splitters, source & detector.

• For data acquisition, a PC to be provided with intel i3 processor, 2GB RAM and 500 GB HDD or better, 16X DVD+/-RW drive, 19 “ TFT display, laser printer, 2 Network interfaces, Window XP professional.

Warranty: One year warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

(28)

• -The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

• - Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment. All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

• - Also quote separately for an extended warranty on annual basis, to commence at the end of the basic warranty (see 28 above). Alternatively, cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 3 working days is required.

Important Notes

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI) (c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time whenever it is required.

(29)

29

ANNEXURE-VI Technical specifications for High Speed Server

The required server should consist of the following units.

SERVER Unit 1: Quantity: 01

Rack mountable Intel hexa core processor (X12 / 12MB / 5.86GT/s) x 4,

128 GB RAM, 300 GB SAS HDD x 8, RPS, Giga Lan x 4, Redundant FAN, DVDRW, 47 cms (18.5) LCD Monitor, Kbd & Mouse

SERVER Units 2: Quantity: 02

Rack mountable Intel Quad Core Processor (X4 / 4 MB / 4.8GT/s) x 2,

24 GB RAM, 300 GB SAS HDD x 6, RPS, Giga LAN x 2, Redundant FAN, DVDRW, 47 cms (18.5) LCD Monitor, Kbd & Mouse

UPS Quantity: 01 10 KVA UPS online with 60 minutes back up

Warranty: One year warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

• -The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

• - Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment. All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

• - Also quote separately for an extended warranty on annual basis, to commence at the end of the basic warranty. Alternatively, cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 5 working days is required.

(30)

Important Notes:

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI) (c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time whenever it is required.

(31)

31

ANNEXURE-VII Technical specifications Tensiometer

Basis concept

- Surface Tension Analyzer - Surface Energy Analyzer

- Contact Angle Analyzer (Measurement Range: 0 to 180 deg.) System should consist of :

1. Liquid Delivery;

Drop control by manual drop

2. (1) Preview Function

Able to check in an instant Surface tension data and contact angle

(2) Automatic base line capture and Able to set by 2 types of Manual setting (3) Automatically measure Baseline length, Drop volume, Wetting energy, etc.

(4) Graphic of Data

(5) Four types of measurement mode (single, sequence, verify, programmed) (6) Data and Captured image export to Excel (Two modes (all and each picture))

3. Camera Parts and Camera stage;

(1) Iris diagram (2) 6.5 Zoom Lens

(3) 1394 Digital Camera 80fps (4) Adjustable focus

(5) Camera stage Up-Down tilt adjuster (Approx. total 5°) (6) Camera Right-Left Swing adjuster

4. Max. Sample Size: 200 (W)x 50 (H) x∞(L) 5. Light Source: White LED

6. Accessory

(1) Syringe (3ml : 10ea)

(2) Needle( 22GA, 27GA:10ea/each) (3) Level & Tweezers

(4) Instruction/User Manual

Environment Chamber: Room Temperature to 250ºC Temperature Pad: Room Temperature to 250ºC

(32)

Warranty: One year warranty on all parts and labour from the date of installation, commissioning and acceptance by JMI. During the warranty period, all software updates must be provided free of cost. If any items are excluded from warranty, they must be explicitly mentioned, along with their replacement cost.

• -The supplier must submit a compliance statement specifying their specs in front of each of our specs for getting clarity of the offered system.

• - Complete set of manuals (hard copy) for the operation and the servicing of the complete equipment. All circuit diagrams, block diagrams, and other electrical and mechanical schematics must be provided for main unit, subsystems and accessories (including bought-out items).

• - Also quote separately for an extended warranty on annual basis, to commence at the end of the basic warranty. Alternatively, cost and associated terms & conditions (including the number of preventive /break-down visits offered annually) for annual maintenance contracts for a two-year period may also be indicated.

Installation & Training

-The system must be installed, demonstrated at our laboratory. Comprehensive training of at least 3 working days is required.

Important Notes

1. Test certificates of all relevant supplied equipments are essential.

2. Supply of detailed operational manual (hard copy) of the whole instrument is mandatory.

3. Quote should include technical literatures of each item, detailed power requirements, optimum ambient conditions (including space requirements) of the laboratory and supply of UPS, if required for uninterrupted power during operation.

4. The line voltage in India is 220V, 50Hz. The vendor should take care of this factor before delivery of the system.

5. Quote must be prepared in order as per technical specifications in the tender.

6. For After-Sales service and support please provide a list of the following:

(a) List of installations

(b) List of service centres (please indicate the one that will support JMI)

(c) Number of company trained engineers at each service centre

(d) An undertaking that the principals will supply all required spares and service the equipment for twelve years from date of commissioning.

(e) Free of cost software upgradation will be done time to time whenever it is required.

(Signature of Tenderer with Seal) 

References

Related documents

Department of English Jamia Millia Islamia New Delhi – 110025. TIME TABLE

Course Objectives: To acquaint students with the importance of social psychological processes and factors in understanding the behaviour. To enable the students to

This course aims to help students develop a sociological understanding of how the interface between gender and society impacts every aspects of human social life. It also explores

(i) To safeguard against a bidder’s withdrawing or  altering its bid during the bid validity period in the  case of advertised  or  limited  tender  enquiry, 

2. Dynamics of Agricultural Development in India. Population Development and Health. David, Leon and Wall, Gill. Poverty, Inequality and Health: An International Perspective.

Department of Physics Department of Chemistry Department of Mathematics Department of Geography Department of Bioscience Department of Computer Science Department of

2. Dynamics of Agricultural Development in India. Population Development and Health. David, Leon and Wall, Gill. Poverty, Inequality and Health: An International Perspective.

Budgeting, purpose, types and process, auditing, ZBB (Zero Base Budgeting) 14. Management net work techniques – PERT, CPM.. and Maheshwani, S.N. Agra: Laxmi Narayan Agrawal