• No results found

DEPARTMENT OF AGRICULTURAL BIOTECHNOLOGY

N/A
N/A
Protected

Academic year: 2025

Share "DEPARTMENT OF AGRICULTURAL BIOTECHNOLOGY"

Copied!
104
0
0

Loading.... (view fulltext now)

Full text

(1)

Page 1 of 104

For Official Use Only

TENDER FORM FOR SUPPLY OF

S

CIENTIFIC

/L

ABORATORY

I

NSTRUMENTS

-E

QUIPMENT

, H

I

-T

ECH

P

OLYHOUSE

, G

REEN

H

OUSE

, N

ATURALLY

V

ENTILATED

P

OLY

-H

OUSE

, F

ARM

E

QUIPMENT

, G

INNING

M

ACHINE

, D

ELINTING

M

ACHINE

,

ETC

. &

C

HEMICALS

-

REAGENTS

AT DIFFERENT COLLEGES

/

UNITS

/

RESEARCH STATIONS

/

DEPARTMENTS OF

ANAND AGRICULTURAL UNIVERSITY

,

ANAND

Last date for online commercial bid submission 20-09-2019 before 6:00 pm

Last date for physical submission of technical bid 24-09-2019 before 4:00 pm

DEPARTMENT OF AGRICULTURAL BIOTECHNOLOGY ANAND AGRICULTURAL UNIVERSITY

ANAND – 388 110 (GUJARAT) PHONE: 02692 261134 E-MAIL: [email protected]

Date of Tender Opening (Technical Bid): 25-09-2019

(2)

Page 2 of 104

➢ Name of vendor / supplier / firm:

➢ Complete Postal address :

➢ Telephone Number :

➢ Fax Number :

➢ E-mail address :

➢ Details of the Tender Fee : o DD number :

o Amount : o Date :

➢ Details of EMD:

o DD number:

o Amount:

o Date:

➢ GST Registration No.:

➢ PAN No.:

➢ Any other details:

We agree to abide by the terms and conditions of supply mentioned in this tender document.

Signature of Tenderer

(with stamp, Name & Designation)

(3)

Page 3 of 104

On behalf of The Director of Research, Anand Agricultural University, Anand, The Chairman, E-Tendering Committee, AAU, Anand invite tender from Manufacturer or Authorized Distributor/Dealer through e-procurement portal for the purchase of following Scientific/Laboratory Instruments-Equipment, Hi-Tech Polyhouse, Green House, Naturally Ventilated Poly-House, Farm Equipment, Ginning Machine, Delinting Machine etc. and Chemicals-Reagents with given specifications, terms and conditions.

No. Sr.

Name of the Instrument and

Tender Fee Specifications EMD

(in Rs.

Lakh)

PART-I: SCIENTIFIC/LABORATORY INSTRUMENTS - EQUIPMENT

Department of Agricultural Biotechnology, AAU, Anand.

1. Chlorophyll Meter (Tender Fee: Rs.

1,500.00)

Applications: We intend to purchase instrument capable of SPAD value measurement.

The chlorophyll meter should meet the below specifications.

1. Optical Density Difference at two wavelengths: 650 nm and 940 nm

2. Measurement Area: 2 mm x 3 mm or better 3. Light Source: 2 LEDs

4. Receptor: Silicon Photodiode

5. Power Source: 2 AA alkaline batteries (1.5V) 6. Repeatability: Within ±0.3 SPAD unit or better

7. SPAD Value: Index of relative chlorophyll content; -9.9 to 199.9 Note -

1. Training is to be given onsite.

2. Warranty of instrument will start only after the installation of the instrument and not after supply / delivery of instrument.

3. All the above information for Chlorophyll Meter should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than mentioned above required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

The bidder may also visit the department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

0.075

2. 2 – D

Electrophoresis System

(Tender Fee: Rs.

1,500.00)

Applications: We intend to purchase instrument capable of proteomics applications like isoelectric focusing (IEF), sodium doecyl sulphate (SDS) and native poly acrylamide gel electrophoresis, 2 – dimensional electrophoresis as well as molecular applications like DNA, RNA and amplicons separation in standard polyacrylamide gel based system.

A. Basic System 1. MAIN UNIT

1.1 The basic unit should have a flatbed IEF electrophoresis system for horizontal electrophoresis capable of handling precast gels, self cast gels and gel strips.

1.2 The system should have higher resolution, reproducibility and sensitivity

0.54

(4)

Page 4 of 104

1.3 The system should have ports for various attachments like connecting chamber for running gels, a chiller and a power supply to run.

1.4 The system should be made up of long lasting durable material and the electrodes should be made up of highest strength material and should have flexible positing.

1.5 The plate should be made up of ceramic so that it can achieved high resolution with a capacity of external refrigeration system (4 to 40 °C) to run gels at <5°C for rapid and straight migration of bands.

1.6 The ceramic plate preferably have a lock in system so to use the plate without any trouble as well as the system should have external cover in form of drawer or lid which protect gels from dust and light during the longer run to avoid photo-bleaching of fluorescent labels.

1.7 The system should have minimum buffer <150 ml/setup requirement then most of the standard systems.

1.8 The system should be easy to upgrade with a capacity to attached more modules (main basic system) with the same configuration upon future requirements with a capacity to run the extra module on the same power supply and chiller. High throughput requirement should also be possible through f lexible easily extended to two-, three- or four- deck system.

1.9 The system should be able to perform electrophoretic run at 30 - 3000 V and current up to 25mA

2. POWER SUPPLY

2.1 Power supply should be capable to run up to four module (main basic system) of with above mentioned configuration so it should be equipped with 4 x 2 outlets.

2.2 The power supply should be designed for high voltage applications like isoelectric focusing, horizontal 2D gel electrophoresis. Other applications like SDS PAGE and submarine electrophoresis can be performed as well.

2.3 It should have capacity to provide 3000 V, 300 mA and 300 W.

2.4 The power supply can measure currents as slow as 10 micro Amps and keep it’s voltage constant at even 0 current.

2.5 Power supply should be programmable and have facility to store multi-step programs. User-defined editing of programs should also be possible quickly.

2.6 Security feature like Ground leakage detection / Overload detection / No load detection must be present in the power supply.

2.7 Power supply should have constant voltage, constant current and constant power capabilities with automatic cross-over function and displays which parameter is kept constant.

3. GEL SCANNER

3.1 The gel scanner should be easy to operate with a facility to scan, copy or scan directly to PDF formats.

3.2 The scanner should have five or more color scanning options to detect a wider range of colors.

3.3 The scanner should come with-in built software for editing images and creating projects.

3.4 The scanner should be easy to install with a USB interface.

(5)

Page 5 of 104

3.5 The scanner software should be able to detect dust and scratches, restore faded color to scanned images, remove red‐eye, and enhance detail in dark areas of scans.

3.6 There should be option for previewing the image to be scanned.

4. CHILLER FOR SYSTEM

4.1 The chiller is to be supplied with the basic unit which should be compatible with the system and should have air-cooled refrigerating unit and circulation pump.

4.2 The cooling tank preferably be 5 lit or higher and housing should be made up-of stainless steel.

4.3 Operating temperature range: minimum -15 to 40°C or better 4.4 The chiller should have facility for digital temperature adjustment

with a increment of 0.1°C for better accuracy and precision.

4.5 Internal temperature sensor: Pt100 or similar 4.6 Temperature stability at -5°C to +1K

4.7 Cooling power: 0.2kW at 0°C; 0.14 kW at -10° C 4.8 Refrigerant: R134a with in-built circulation pump 4.9 Maximum speed: Minimum 10 lit / min

4.10 Minimum filling capacity: 2.0 lit or lesser 4.11 Maximum delivery pressure: 0.2 bar or better 4.12 Power supply: 230V/ 50-60 Hz

B. Software

1. 2-D gel analysis software should be supplied alongwith the system at no extra cost.

2. The 2D software should be able to analyse a typical 2D gel image rapidly.

3. The software should have features like background subtraction, noise filtering, precise warping, rapid matching, spot detection and reduced image editing time.

4. The software should be able to detect two nearby spot efficiently.

5. The software should be able to analyzed the gel image like background correction to spot matching results and reporting.

6. The software should be able to compare and analyzed two gels simultaneously.

7. The database for the different proteins should be supplied alongwith the software and updates for the software and the protein database should be freely available.

C. Computers and other peripherals

1. A suitable company computer of i5 processor or higher alongwith all the genuine licensed softwares required for optimum working of the instrument should be supplied with no extra cost.

2. Computer should have minimum 1TB hard drive with 4 GB RAM with 5 or more USB ports with wireless mouse and keyboard.

3. A 1.5 Ton air conditioner (Mitsubishi / Daikin / LG) should also be included.

Note -

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast three days.

(6)

Page 6 of 104

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for 2-D Electrophoresis system should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of one year standard warranty period.

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

3. RT-PCR

(Tender Fee: Rs.

1,500.00)

A dedicated Real Time PCR system (excitation and emission) with latest generation Peltier-based 96-well plate and strip and tube in- built PCR to support: Gene-Expression analysis, Pathogen Quantitation, SNP Genotyping, Dissociation Curve Analysis, Multiplexing and complete End-Point Assays. The instrument should be equipped with all the basic instruments / equipment and /or accessories required for its optimum working and should meet below specifications:

A. Basic System Configuration

Block The system should be capable for 96 x 0.2 ml tubes or plate so as to run any brand /manufacturer 0.2 ml tubes, strips and plates The block should have gradient temperature settings.

The system be upgradeable to 384 well platform

Detection The system should be capable for atleast five different fluorescent reporters in same tube.

Detection of Cy5, FAM/ Sybr Green, VIC/

JOE, TAMRA/Cy3, Texas Red, Quasar705.

Photodiodie / CMOS / CCD Ramping Speed 5°C per sec or better Excitation

Emission Range (nm)

460-700 or better

Internal

Reference Dye Preferably the system should be able to work without requirement of internal reference dye.

(Note: If the system requires reference dye, then bidder should follow the below terms) 1. The duration of calibration required by the

system should be mentioned.

2. The cost of calibration should be included in the final price of system for atleast two years post standard warranty.

Dynamic range 10 or better

0.45

(7)

Page 7 of 104 Excitation

source LED based Temperature

control Peltier based Temperature

Range,

accuracy and uniformity

4 – 99OC or better with accuracy of ±0.2OC and uniformity of ±0.4OC

Sample Volume 10 to 25 µl Detection

threshold ≤ 10 fmol of fluorescein or better Allelic

discrimination The discrimination should be automatic based on end point fluorescence or threshold cycle.

Gene

expression Relative quantity (∆Ct) or Normalized expression (∆∆Ct)

Melt curve

analysis The system should be capable for melt curve analysis

Software Express load feature for entry of data after experiment.

Should be Licensed for Research and IVD applications. Minimum 5 licensed copy should be included. The software should be full version with regular upgradation as and when required free of cost.

The software preferably has various bio- informatics options like Primer and Probe design BLAST search, web integration with database.

The system should be complaint with MIQE guidelines, RDML compliant.

Software should be capable for analyzing data from any system/platform/chemistry.

The software preferably has provision to start form the stop reaction upon power failure without losing the data

Software preferably have grouping and interpretation of data by both technical replicates and biological groups.

The results should be of highest quality grade, automatic p-value annotation and addition of arrows, circles etc. should be easily possible.

B. Accessories / Spares

1. Consumables required for carrying out 1000 reactions like plates, chemicals (Sybr green etc.), plasticwares (tips, tubes) should be supplied with the system at no extra cost.

2. Software for carrying out HRM analysis should also be included with no extra cost.

3. Data analysis and processing software with generation of report in article publishing format should also be included with a provision to use software in atleast 10 different computers / laptops.

4. The instrument must have possibility of being easily integrated with any laboratory information system (LIS)/Email notification/Cloud enabled platform.

(8)

Page 8 of 104

5. 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 or panels and kits for genetic screening and infections.

The consumables should be readily available from the same manufacturer as that of main instrument. However, the system should also be able to give satisfactory and repetitive results even if the chemicals and plasticwares used were of different manufacturer other than the instrument.

6. System should be supplied with automatic / digital control colored panel adjustable tip spacing 8 channel micropipette for RT PCR sample handling from any brand tip rack to PCR plates.

C. Other conditions

1. Any upgrade in software should be freely available and information / confirmation should be provided / attached in the technical bid documents.

2. A 1.5 Ton air conditioner (Mitsubishi / Daikin / LG) should also be included.

3. Necessary UPS for atleast 30 minutes backup should also be provided alongwith the system.

4. Necessary computer / laptop of atleast i3 or higher configuration with system required minimum USB ports with all the genuine licensed softwares (Operating system etc.) should also be supplied with the system at no extra cost.

D. Note-

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast two days.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for RT PCR should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

4. Lyopholizer (Tender Fee: Rs.

1,500.00)

1. Display: Microprocessor controlled with digital display 2. Ultimate Chamber Temp (at RT): -100°C or better 3. ICE condensing capacity: >2.5kg

4. Chamber Volume: >3 L

5. Effective for fast freeze drying of any samples

6. The compatible vacuum rotary vane pump generates vacuum down inside the chamber.

0.33

(9)

Page 9 of 104

7. Up to 8 external bottles can be accommodated by the manifolds

8. Automatic De-Vac and De-Ice functions installed 9. Three trays chamber

10. Freeze drying glass flask of 300ml capacity must be supplied (Ø70mm)

11. Digital readout for time and temperature 12. Compressor: 1/3 HP x 2

13. Refrigerant: R507/R1150, CFC Free 14. Function: Keylock, Defrost, Vacuum, Time 15. Electrical: 22V, 50 Hz.

16. Clear chambers with ISO and CE marked Note:

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast two days period and second training schedule after four months of successful functioning of instrument for atleast three days.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for Lyophilizer should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

5. Ball Milling (Tender Fee: Rs.

2,500.00)

Applications: We intend to purchase instrument capable of nano grinding, size reduction, homogenizing, mechanical alloying, colloidal milling, high energy comminution etc. The instrument should be equipped with all the basic instruments / equipment and /or accessories required for its optimum working and should meet below specifications:

A. Basic System Configuration 1. Material Feed Size: <5mm

2. Final Fineness (D90): <100 nm or better (A certificate / technical note / user certificate for the final size reduction should also be included)

3. Batch Size: Minimum 50 ml capacity along with attachments.

4. Grinding jar sizes: (a) Minimum 50 ml and (b) Maximum of 125 ml

5. Grinding Process for Obtaining High Energy: The ball mill must have three simultaneous grinding processes for obtaining high energy: (i) Planetary motion of the grinding

0.84

(10)

Page 10 of 104

bowls/Jars, (ii) Rotation or vibration of bowls/Jars during planetary motion and (iii) Either the speed of rotation about own axis during planetary motion or speed of planetary motion itself with vibration of Bowls/Jars at least 2000 RPM or higher for high energy impact.

6. Heating protection: Water cooled system with integrated controlled and the instrument should have plug- ins/attachments/ports for external chiller.

B. Grinding Jars

1. The jars should be capable to withstand higher rpm coupled with longer duration grinding operational parameters.

2. The jars should have safety lids.

3. The jars should be easy to handle and should be re-usable with easy to clean procedure.

4. Tungsten carbide jars 50 ml, Zirconium Oxide Jar 125 ml – (one each is to be supplied)

C. Grinding tools / balls

1. The tools/balls used for grinding should made up of tungsten carbide and zirconium oxide and the system should also have option for stainless steel jars.

2. The system should be provided with

a) Tungsten Carbide balls: 5 mm diameter with minimum 150 pieces

b) Zirconium oxide balls: 5 mm diameter with minimum 150 pieces

3. The system should be stand alone with a touch panel for easy operation and should have storage capacity of minimum 8 operational parameters for routine grinding process.

D. Other conditions / peripherals

1. Suitable External Chiller should be quoted and supplied along with the system

2. The system should come with one-year standard warranty and one-year extended warranty at no extra cost.

3. A 1.0 Ton air conditioner (Mitsubishi / Daikin / LG) should also be included.

Note:

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast three days.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for Ball milling should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

(11)

Page 11 of 104

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

6. XRD

(Tender Fee: Rs.

15,000.00)

Offers are invited from the reputed vendor for the procurement of X-ray Diffraction Unit for Phase analysis with the attachment of Reflection and Transmission measurement for Powder phase identification and liquid sample measurement in transmission mode.

The XRD system should be equipped with automatic component recognition system with conflict detection in real time mode for all components in the beam path including X-ray tube, optics in both primary and secondary side along with the detector to be used. The XRD should be upgradable for future application like non-ambient phase studies etc.

Goniometer

Geometry Vertical

Scan Speed Between 0.001 to 1.25 deg/sec or better Slew speed 9 deg. / sec or higher

Min step size 0.00010 or better

Diameter High Precision Goniometer with theta-theta configurations with a minimum diameter of 500 mm or better. Variable goniometer radius up to around 600 mm without major alignment procedure will be preferred for better resolution.

2 theta measurement range

-95 to 165 deg

Operation mode

Theta – Theta Data Quality

guarantee

Manufacturer must submit data quality guarantee certificate from the factory on the angular position (± 0.01 deg. 2theta over the entire angular range) to be carried out on NIST sample. The same NIST sample should be in the scope of supply for evaluation.

X-Ray Generator

Power 3 KW or higher Input voltage

range

208 – 240 V Frequency 50 Hz +/- 1%

Maximum high

voltage 50 KV or better Maximum

current 60 mA or better Voltage

increment 1KV Current

increment 1mA Stability for

10% input voltage variation

<0.005%

4.50

(12)

Page 12 of 104

Cooling Suitable water chiller for the system should be offered with capability to work at an ambient temperature of 48°C or more.

X-Ray Tube

Insulation Ceramic

Anode material Cu anode along with required optics Power 1.9 KW or higher

Maximum high voltage

50 KV or better Maximum

current

60 mA or better Voltage

increment

1KV Current

increment

1mA

Focus Long Fine focus.

Cooling Water cooled

Others Stand-by mode shall not exceed 100W (20kV, 5mA) to maximize tube life time.

Optics

Primary Motorized programmable divergence slit and programmable suitable parallel beam curved multi-layered mirror optics for Cu.

The instrument should facilitate easy alignment free change over of the optics from Mirror to slits etc. and vice versa by the user.

Secondary Motorized programmable anti-scattering slit along with soller collimator to reduce air scattering particularly for low angle measurements. The optics should be fully computer selectable so as to minimize the error.

Fluorescence suppression

Suitable hardware/software for suppressing secondary fluorescence to be offered.

Others Alignment-free and Tool-free change of optics should be available.

Detector: Vendor should offer a solid state fast detector with below minimum features.

Operation mode 0D, 1D and 2D mode should be possible.

Efficiency >98% for Cu radiation Active window 14 mm x 14 mm or better Spatial

resolution (pitch):

80 micrometer or better

Capture angle >2.5° 2Theta angular coverage at 500 mm measurement

circle diameter Maximum

counts Minimum 100,000,000 cps or better.

Energy

resolution <400 eV for Cu radiation at 25°C Fluorescence

suppression

Suitable hardware/software for suppressing secondary fluorescence to be offered to achieve energy resolution <400 eV without much compromising of the intensity.

Low Angle Data Capable to collect high quality data starting at angles as low as 0.15° 2Theta.

(13)

Page 13 of 104 Sample Stages

Sample stage Spinning sample stage capable to accommodate various types of samples and get the homogeneous data pattern.

Sample stage analysis of Liquid, slurries and creamy samples

Capillary sample stage for liquid sample analysis along with different size of capillaries.

(Note: Minimum quantity 25 nos. of each size should be supplied with the system)

Sample holders Minimum 10 numbers of sample holder should be quoted for routine powder sample studies.

Low background sample holder minimum 2 nos.

should be quoted for small sample quantity.

Software -

1. PC based software packages to control all instrument parameters and should provide best algorithms for solving analytical tasks.

2. Should enable both Qualitative and Semi quantitative analysis.

3. Easy simulation and automatic refinement / smoothening of measured data.

4. Peak search, integrated intensity, K alpha1 and k alpha 2 separation.

Search Match Search match software with full-pattern-approach to phase identification with an integrated, quantitative phase analysis module to be offered.

Database ICDD PDF2 database for a minimum 5-year license. License should be in the name of Anand Agricultural University.

Rietveld analysis software

Crystallographic and Rietveld based quantitative phase analysis software which should cover below minimum features:

1. Qualitative analysis 2. Phase quantification 3. Peak/Line Profile analysis

4. Fundamental Parameters methods – line profile, shape analysis by Fundamental Parameters Approach, FPA

5. Lattice parameter determination 6. Crystallite size determination

7. Percentage of Crystallinity Determination 8. Phase quantification based on Rietveld

method

9. Unit Cell determination 10. Space Group Determination 11. Electron density Fourier Mapping 12. Ab-initio Structure Determination Method Water Chiller -

Heavy duty external in-door closed loop water chiller with Water to Air, and capability to work in ambient temperature 43°C or more if required. The chiller should meet below minimum specification.

Compact

external Water Chiller with turbine pump

Chiller with user adjustable temperature, pressure and flow rate alarms built with cool command refrigeration, whisper cool environmental control technology having CE approval

Compressor 1 HP or more Refrigerant R134a Cooling

Capacity @20°C 2900 watts or better

(14)

Page 14 of 104 Working

Temperature Range °C and related

specifications

-10° to 40°C with over temperature protection and external temperature tracking and communications as optional capability

Temperature Stability (°C)

±0.1°

Temperature Calibration Capability

1-point

Maximum Ambient

Temperature(°C)

Cooling at high temperature as high as 35°C or more

Maximum Pressure

6.9 bar or better Max. flow rate

(l/min)

15.5 or better Reservoir

Capacity and allied facilities

>4.0 litres with reservoir liquid level indicator and reservoir drain

Pump Type and

Speed Centrifugal pump with magnetic drive and constant, single speed

Filters Air and fluid filters should be cleanable Electrical

Power Single Phase, 50 Hz suitable to Indian Electrical Power Standards

Other Conditions:

1. Installation and commissioning: The instrument to be installed tested and commissioned by representative of supplier in India at premises to the satisfaction of user.

2. After sales service:

a) Product/Spares support for period of minimum ten years after warranty period, to be ensured by vendor/supplier.

b) Relevant software/hardware information in case of updating of the model of the supplied system should be provided.

c) Minimum Two-year warranty should be offered.

3. Training

a) The supplier should provide the training on the site of installation.

b) Vendor should take all necessary responsibility to quote for configuration to suit all the above applications.

c) A pointwise compliance statement against tender specification should be submit along with technical bid.

Note

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast three days.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for XRD should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

(15)

Page 15 of 104

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. The bidder should supply necessary air conditioner units for temperature control at no extra cost.

6. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

7. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

7. Upgradation of SEM Facility (EDAX Detector)

(Tender Fee: Rs.

1,500.00)

We intend to buy EDAX detector for our Carl Zeiss EVO 18 model scanning electron microscope. The quoted detector should be compatible with the available electron microscope and installation and simulation of detector should be carried out by the company authorized engineer / service provider.

1. Liquid Nitrogen free with integrated Peltier cooling system.

2. Typical resolution of 129 eV, measured at Mn Kα, measured according to ISO 15632:2012

3. 30 mm² SDD chip

4. Silicon nitride window with honeycomb grid: increased transmissivity; increased light element sensitivity; plasma cleaner compatible

5. Capable of handling throughput of >300kcps 6. Multiple amp times should be available

7. Vacuum encapsulated module: better low energy sensitivity, lower power draw

8. 10 eV/channel resolution for spectral collection 9. Manual Slide

10. Single mains plug with universal input voltage.

11. The detector should conform to ISO 15632:2012 specifying performance at productive count rates

12. An intuitive software package for fast and accurate elemental analysis with an easy-to-use user interface for EDS data collection, analysis, mapping, and reporting. The software should streamline analysis and facilitates workflow for material characterization.

13. Beam Control and Data Acquisition Package - Scan Generator with Embedded DPP for Element

14. Electron Microscope Interface with the available SEM model Carl Zeiss EVO 18.

15. Stage Software for XYZ Control of SEMs 16. Column Software for Electron Microscope 17. Z2e Analyze

18. Installation

19. Map and Rebuild software 20. EDS Advanced Line scan 21. Spectrum Match

0.75

(16)

Page 16 of 104

22. Advanced Reporting to be included.

23. The software should be provided and installed with the computer set up preferably i5 or higher with wireless keyboard and mouse.

24. The software should be freely available and should be capable for installing in another computer system.

Note:

1. The EDAX detector should be integrated with the available Carl Zeiss EVO 18 SEM model.

2. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast two days.

3. Warranty of detector / spares will start only after the installation of the instrument and not after supply / delivery of instrument.

4. All the above information for EDAX detector should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

8. Correlative Microscopy (Tender Fee: Rs.

2,500.00)

The correlative microscopy should meet the below mentioned specifications –

MICROSCOPE:

Should have High stability with rust proof and acid proof painting.

All optics coated with anti-reflection / anti-fungal treatment.

MAIN BODY:

Z / Fully Motorized Upright Microscope body with 25mm step size or better Infinity Optical System, Stratum Structure Design. Built-in natural colour balance, neutral density filters (detachable, one additional filter mountable) and diffuser (non-detachable), or better, Motorized control by built in switches or by touch screen in main body and also control by software. It should have feature of Brightness and contrast manager.

EYPEPIECE TUBE:

Trinoculor tube. Light distribution should be 100:0/0:100 or better EYEPIECE:

10x (F.O.V. 23 mm or better) with diopter adjustment in both eyepieces

NOSEPIECE:

Motorized 6 position or better DIC Revolving Nosepiece STAGE:

Motorized Scanning stage with two slide holder with joystick control

CONDENSER:

Universal Condenser (0.9 N.A.) suitable for all microscopic contrast, suitable components for Bright field and DIC should be included in condenser.

1.50

(17)

Page 17 of 104 OBJECTIVES:

High performance objectives with specific N.A for Bright field, DIC and Fluorescence technique

Plan Achromat 4X/5X with 0.12 N.A or better Plan Achromat 10X with 0.25 N.A. or better

Plan Neo Fluor/equivalent 40X* with 0.75 N.A. or better Plan Neo Fluor/equivalent 100X with 1.3 N.A or better ILLUMINATION :

12V/100W Halogen

FLUORESCENE ATTACHMENT:

Mercury 100 watt Illumination. Lamp life should be minimum 200hrs Minimum six filter cubes mountable turret with noise terminator mechanism. Turret movement should be motorized, motorized shutter. Fluorescence Light path Should be Completely apochromatically corrected

FLUORESCENCE FILTERS:

DAPI, FITC/ GFP, TRITC (RFP), filters. Bandwidth should be mention for each filter cube

CAMERA:

The microscopy dedicated camera should have following facilities:

1. Peltier cooled CCD Camera with USB 3megapixel or better resolution.

2. Pixel size: 4.54µm × 4.54µm

3. Highest speed of 38 fps at 1936 x 1460.

4. Exposure time: 100 µsec to 30 sec.

5. Max Full well capacity: 15000 e IMAGE ANALYSIS SOFTWARE:

1. Image Analysis Software

2. Software should have facility for interactive measurement, manual extended focus, Multichannel fluorescence and able to do basic analysis.

3. Software should have capability for Z Stack imaging using motorized focus drive.

4. Software should have capability for correlation of light and electron microscope images.

5. It should have facility for overlay of light and electron microscope.

6. Seamless integration and compatible to Carl Zeiss EVO 18 SEM system.

DESKTOP CONFIGURATION:

1. 64 bit Quad Core Intel i5 Processor with minimum 4 GB DDR3 SD RAM@1333Mhz, 1TB SATA HDD (7200RPM), Support for 2 PCI Express X16X Gen2 Graphics Card, Integrated Broadcom 5761 GB Ethernet Controller with Remote Wake UP, DVD R/W, Multiple slots for USB and Firewire, 22” LCD Monitor with licensed antivirus , Window 10 software and MS Office

OTHERS:

1. Microscope, camera and software preferably be from single manufacturer

2. Warranty 1 year Note:

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast three days.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

(18)

Page 18 of 104

3. All the above information for Correlative Microscopy should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

6. A 1.5 ton air conditioner (1 No.) (Mitsubishi / Daikin / LG) should also be supplied at no extra cost.

7. Necessary UPS for atleast 30 mins back up should also be supplied at no extra cost.

8. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

9. Differential Scanning Calorimetry (Tender Fee: Rs.

2,500.00)

The DSC should meet the following technical specifications A. Basic System Configuration

1. Operation: The DSC should be Heat Flux design.

Measurement of sample and reference should be carried out in the same furnace on separate stages.

2. Measurement Technique: The system should be capable for sinusoidal temperature to sample for carrying out measurement by sine wave modulation technique. (Note:

Confirmation of measurement technique should be present on brochure or manufacturer’s certificate for the same has be attached.)

3. Temperature Modulation: The system must include modulated DSC. The system should have user friendly selection of amplitude and duration for simultaneous linear and sinusoidal temperature wave to the sample.

4. Temperature Range: RT to 700°C or higher

5. Temperature Detectors: The system should employ area temperature detectors. The detector preferably placed as close as possible to the sample and reference positions.

6. Temperature Accuracy: ± 0.1°C or better 7. Temperature Precision: ± 0.01°C or better 8. Temperature Repeatability: ± 0.1°C or better

9. Calorimetric Precision: ± 0.1% or better (Indium Metal) 10. Enthalpy Repeatability: ±0.4% or better

11. Calorimetric Sensitivity: 0.2 µW

12. Dynamic Measurement Range: ± 350 mW or better 13. Indium Response Ratio: ≥8

14. Heat Flow Digital Resolution: 0.001 µW or better 15. Heating rate: 0.02 to 200°C/min

16. Furnace: Preferably constructed of silver for faster heating and cooling, corrosion resist with longer furnace lifetime. The furnace life should be minimum of five years or higher to utilize the system for a longer period of time. The system should have atleast five year warranty on cell.

1.35

(19)

Page 19 of 104

17. Baseline Repeatability: <40 µW 18. Baseline Accuracy: ±75 µW 19. Baseline Bow: <100 µW 20. Baseline Noise: < 0.2 µW

21. Sensors: The system preferably have a single sensor for baseline so as to overcome even negligible heat exchanges difference.

22. Input Gas: Flow controllers should be integrated with software control system coupled with automated gas switching during experiment.

23. Touch Screen: The system should be preferably stand alone with touch screen interface for ease in normal operations.

B. Software and analysis

1. Calibration: Five point software driven temperature calibration.

2. Software capabilities: Should have calibration of curves, auto-evaluation, curve subtraction, evaluation of peak temperature, onset temperature, glass transition temperature, melting temperature, percentage of crystallinity, DSC purity, crystallization temperature, curing temperature, Specific heat (cp) determination by temperature-modulated DSC, and repeat segment, isothermal kinetics, heat capacity analysis.

3. Real time capabilities: Capable of capturing signals like Total Heat Flow, Total Heat Capacity, Reversing Heat Capacity, Reversing Heat Flow, Non-Reversing (Kinetic) Heat Flow, Modulated Temperature, Modulated Heat Flow, Heat Flow Phase, Reference Sine Angle, Temperature Amplitude, Heat Flow Amplitude

C. Spares / peripherals

1. Necessary attachment / accessory / part should be supplied so as to operate the system below -150°C to above 300°C with no extra cost.

2. Sample preparation accessories like crimper (1 Nos.) and die set (2 Nos.) should be supplied along with the instrument at no extra cost. The supplied sample preparation accessory should be capable for handling various samples like powder, liquid, slurry etc.

3. Necessary calibration standards like indium temperature standards should be supplied with the system at no extra cost.

4. Minimum 300 x 2 pairs of sample holding pans should also be supplied at no extra cost.

5. Nitrogen gas cylinders (2 Nos.) with attachments to connect with the unit should be supplied by the bidder at no extra cost.

6. Necessary UPS for atleast 30 mintues backup should be supplied.

7. A computer / laptop of reputed company with all the necessary latest genuine softwares with atleast 1 TB hard drive, minimum 4 GB RAM with wireless mouse and keyboard should be supplied along with the system.

8. A 1.5 Ton air conditioner (1 No.) (Mitsubishi / Daikin / LG) should also be supplied.

D. Note

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for at least three days period and second training schedule after four months of successful functioning of instrument for at least three days.

(20)

Page 20 of 104

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for Differential Scanning Calorimetry should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 8 years after the expiry of one-year standard warranty period.

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

10. Autodispenser (Tender Fee: Rs.

1,500.00)

We intend to purchase instrument capable of accurate digital drives that offers a maintenance-free motor and preferably have a graphical interface for ease in setting up the operation easier and faster. The system should meet the below mention specifications:

A. Basic system configuration

1. Manual and Automatic modes of operation

2. Capacity to dispense atleast 1 to 500 ml with < ± 2% accuracy 3. Programmable system for automatic dispensing

4. Minimum time interval should be 0.1 second 5. Number of doses should be atleast 500 in numbers 6. Max. flow rate should be atleast 750 ml/min

7. Quality certification for machine and accessary is compulsory.

B. Spares / peripherals

1. Necessary attachment / accessory / part required for optimum working of system should be supplied with the system at no extra cost.

2. A complete set of tubing should also be supplied at no extra cost.

3. Standard warranty of one year plus should be clearly mentioned in the compliance statement.

C. Note

1. Training is to be given onsite and which should be divided into two parts.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for Autodispener should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 05 years after the expiry of one year standard warranty period.

0.15

(21)

Page 21 of 104

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

11. ICP MS

(Tender Fee: Rs.

15,000.00)

Applications:

Trace and ultra-trace elemental analysis (ppm, ppb and ppt) in a single aspiration and in a single method and SP-ICP-MS module must allow users to determine several important nanoparticle (NP) characteristics such as Simultaneous determination of the dissolved and particulate fraction in a given sample, Inorganic composition, nanoparticle concentration, size and size distribution.

Sample Introduction

1. System should be offered with Argon gas dilution accessory like UHMI/AMS/AGD/etc., to handle the sample with > 20%

TDS without dilution.

2. System should have appropriate glass concentric nebulizer with port to connect to O2 gas line (for organic solvent aspiration) or Argon for Argon dilution accessory.

3. System should have high precision peristaltic pump with at least 4 channels and 12 rollers.

4. Sample introduction system assembly should be easily accessible for maintenance.

5. Sample introduction system should have very low dead volume with low uptake rate (0.40 mL/min or better).

6. System should be equipped with MFC/Electronic flow controllers for precise control of variable gas flow rate.

Ion Source and Plasma

1. Computer controlled RF generator operating between 27 MHz / 40 MHz or equivalent operating from 0.6 to 1.6 KW f or automatic control and torch ignition, shutdown and system warm up.

2. Vendor should ensure for RF generator/coil life time for at least 5 years without fail, else required spare of RF generator should be offered in the standard offer.

3. RF generator should have any active cooling.

4. System should have digitally driven and programmable plasma generator, with auto tuning features.

5. System should have capability of automatic shutdown of the plasma by the system after completion of analysis.

6. The plasma should be fully controlled through software commands of horizontal, vertical and sampling depth for maximum sensitivity and minimum polyatomic interference.

Torch

1. One piece wide bore torch injector system with fixed torch cassette.

2. Computer controlled adjustment of torch position (X, Y and Z directions) with independent movements.

Ion extraction Interface

1. System should have suitable water-cooled interface with the suitable standard orifice size around 1.0 mm to suit all the applications.

3.15

(22)

Page 22 of 104

2. Sample, skimmer cones/extraction system should be easily mountable/di-mountable without venting out the system.

3. 2 set of nickel cones should be supplied with the standard instrument.

Basic Design

1. System should be bench top model.

2. System may have Triple/Three Quadrupoles system, with preferably first quadrupole before CELL and third quadrupole after the CELL.

Ion Focusing System

1. Capable of removing all neutrals and photons from the ion path without causing any damage to the optics.

2. Vendor should offer 3 sets of sampler and skimmer cones and 3 sets of lenses (X-lenses and Extraction lens assay for X-lenses)

Quadrupole System

1. Quadrupole material: made of molybdenum or stainless-steel rods or Gold with RF pre-filters.

2. Capable of Mass shift mode in reaction cell technology. The mass range should be from 3-275 amu or better.

3. Quadrupole scan speed should not be less than 3500 amu/sec over the entire mass range during the data acquisition at every mass.

4. Dwell time should be short 0.01 ms.

5. Background equivalent concentration should be less than 2 cps.

Detector

1. EMT detector (dynode type) with both analogue and digital mode

2. Should be able to operate in dual mode

3. Minimum dwell time of 10 microseconds (pulse count and analogue mode) or less

4. System should have fastest data acquisition of atleast 70,000 data points /sec.

Dynamic range

System should have dynamic range of > 109 (10 orders of magnitude) to addresses varied concentrations (from % to PPT level)in single aspiration and detector should provide 10 orders of magnitude in a single continuous scan.

Vacuum system

1. Four stage vacuum system (split flow turbo molecular pump, turbo pump, external rotary pump, turbo pump backing).

2. System should consist of two rotary and ceramic- bearing/equivalent turbo molecular pumps for efficient pumping with pneumatic vacuum isolation between first and second stage of vacuum.

3. The pumps should be a fume and acoustic free system.

Cell technology

1. System should come with inbuilt channel to handle H2 and O2 gases in 100% pure form for effective use of reaction mode while analyzing difficult matrix samples.

2. System should have and operate in collision mode and reaction mode simultaneously.

(23)

Page 23 of 104

3. System also should be able to use 100% pure reactive gases like CH4, C2H2, CH3F, C2H6 etc. as well as mixture of gases like H2/He.

4. System should have dynamic bandpass tuning and extended dynamic range to address wide variety of samples and wide variety of matrices.

5. The collision/reaction cell should be quadrupole with low and high mass cut off to remove interference from the cell.

Performance

1. Detection limit: 9Be: 1 ppt or better ; 115In: 0.5 ppt or better ;

238U: 0.5 ppt or better 2. Oxide ratio (CeO/Ce): <3%

3. Doubly charged ratio: Ce2±/Ce (%): ≤3%

4. Short term stability: <3% (over 10 minutes) and long time stability of <4% (over 4 hours) should be demonstrated.

5. Isotope ratio precision: Ag107/Ag109 <0.1%

6. It shall be possible to measure major and minor concentrations in a single analytical run.

7. Auto tune facility to optimize plasma conditions, lens and cell voltage, etc. for best ionization and sensitivity

Software

1. Windows based software

2. User-Friendly software that guide users through method and sequence development, and method templates for rapid development of commonly used methods.

3. Quantitate analytes on any possible combination of isotopes 4. Editable interference correction equations

5. Calibration for multi-element external calibration, method of standard additions, and isotope ratios

6. Fully automated instrument initialization (start-up) routine, including instrument stabilization time, plasma X/Y position adjustment, mass calibration, and quadrupole resolution.

7. Simultaneous real-time graphical display of signal as full mass scan, segments of mass scan, and signal response vs time for multiple isotopes or ratios.

Essential Accessories

All the below accessories / spares / consumables should be supplied by the bidder alongwith the system.

1. Scope of supply for Ni interface cones. One set of Ni sample, skimmer, hyper skimmer cones/extraction system for high matrix and higher sensitivity.

2. All required pumps and rotary pump oil for the operation of 5 years.

3. Appropriate recirculating chillers should be supply by the bidder at no extra cost with the system.

4. Gas filters, gas cylinders and appropriate gas lines, connectors, valves and control systems for the quoted system.

5. 20 KVA UPS with a back up time for 30 mins to 1 hour 6. Required exhaust system

7. Prices of full sets of spares and consumables for instrument or preparation module. Please note this list should include the tubing which includes for intake, outlet, drain, air filter, two set of O-rings for the sampler and skimmer cones, vacuum pump oil and multipoles.

(24)

Page 24 of 104

8. Provide a maintenance chart for all of the components in the system.

9. Appropriate windows-based licensed computer system with atleast i5 configuration or higher with 24-inch monitor and a laser printer. Wireless keyboard and mouse are essential.

10. Any local ancillary instrument / equipment necessary to run the system, in addition to the above, should also be indicated and supplied with the system at no extra cost.

11. A set of tuning standards should also be provided.

12. Single element standards for at least 20 elements must be provided.

13. Filled Gas cylinders (4 Argon, 1 Helium, 1 oxygen, 1 hydrogen) should also be provided.

Special Applications

1. The vendor should confirm the offered ICP-MS able to perform the special applications like Nano/Single cell/Single particle applications.

2. The vendor should submit the related application notes, brochures with the tender as a proof.

Software Application Add-on Modules

A module must allow users to determine several important nanoparticle (NP) characteristics such as:

1. Simultaneous determination of the dissolved (or ionic) and particulate fraction in a given sample

2. Inorganic composition

3. Nanoparticle concentration (Number of particles / mL) 4. Nanoparticle size

5. Size distribution (size histogram)

The module should comply below points in addition to above mention applications:

1. Real time nanoparticles visualization.

2. Dual analyte at a time should analyze.

3. Fast continuous data acquisition (with no settling (or overhead) time between consecutive readings)

4. Dwell time as low as 10 µs

5. Acquisition rate of 6 Million data points per minute

6. Nanoparticle size calculation based on peak area integration 7. Must be able to distinguish any dissolved signal from the

nanoparticle events – automated threshold detection 8. Nano software must allow multiple calibration points.

9. Individual particle signal profiling interface that eliminates the need for labor-intensive data processing by summarizing the above-mentioned characteristics and allowing for easy reprocessing and export to Microsoft Excel.

10. Vendor should provide Nano Standard Solution of Ag and Zn with particle size range 10nm, 50 nm and 100 nm.

Note:

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast three days period and second training schedule after four months of successful functioning of instrument for atleast three days.

(25)

Page 25 of 104

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

3. All the above information for ICP MS should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

6. The bidder may also visit the department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

12. Microwave

Digestion System (Tender Fee: Rs.

1,500.00)

A. Basic System Configuration

1. Vessel type: atleast 8 or more vessels

2. Power: Un pulsed microwave power from 0 to 1800 w using 1 to 2 magnetrons.

3. Built in cook book methods.

4. Built in software with screen display for temperature, weight, method search power profile, method set up etc.

5. TFM type vessel (50 – 75 mL capacity) to be quoted which can withstand up to 100 bars working pressure and 240 C temperature

6. Sensors: Pressure and temperature sensor of immersing type / probe / contact free for one reference to be included in the offer and the same should be provided of control using transducers and gas bulb respectively with wireless transmission

7. Built in integrated cooling system for removal of gases (vapors) and cooling of vessel without a use of external chiller / thermostat.

8. Various safety features to be incorporated in the basic system

9. Necessary certification for the quality assurance of the system should also be included.

B. Accessories / spares

1. Additional 10 vessels with rotor should be provided with the system at no extra cost.

2. A suitable UPS with minimum 30 minutes should be supplied by the bidder.

Note:

1. Training is to be given onsite and which should be divided into two parts. First training at the time of installation for atleast two days period and second training schedule after four months of successful functioning of instrument for atleast two days.

2. Warranty of instrument will start only after the successful and satisfactory installation of the instrument and not after supply / delivery of instrument.

0.75

(26)

Page 26 of 104

3. All the above information for Microwave Digestion System should be clearly mentioned on instrument brochure and / or a certificate from the manufacturing company is to be attached.

4. Any peripherals / spares other than above mentioned required for the system should be supplied along with the system.

5. A certificate from the original instrument manufacturer company will be required confirming about the availability of all essential spares / parts for at least 10 years after the expiry of standard warranty period.

6. The bidder may also visit the Department for room, power supply etc. requirement before submitting the instrument quote.

No modification or requirement will be provided for the system at the time of installation by the Department. If there is a need of any utilities during the installation of instrument, then the requirement has to be fulfilled / supplied by the bidder.

13. Quantum Crystal Microbalance (Tender Fee: Rs.

5,000.00)

We envision that the instrument consists of three parts plus computer:

i) a measurement chamber where the quartz crystal is located, ii) control electronics,

iii) software to control and analyse experiments.

The instrument will mainly be used in applications where liquid solutions are flowing past the sensor(s).

A. Basic System Configuration

1. Measurement Chamber: The system should hold minimum of one sensor and maximum four sensor. The system should work at or minimum 5 MHz.

2. Sensor: It should be possible to use in serial or parallel configuration in terms of in which order the flow passes the sensor crystals. The sensor crystals with other coatings of the electrode should be available. The sensor crystal should be easily and replaceable. Volume above sensor should be around

~ 40 μl

3. Flow rate: Facilities for control of flow should be present with a facility to control between 0.02 to 1 ml per minute.

4. Temperature control: Provision for control of temperature should also be present with a range of 15-65 °C Celsius.

5. Sample volume: The system should have provision to analyse samples as low as <300 µL.

6. Control Electronic Unit: The control electronics should contain all the functionality that is not located in the measurement chamber or the computer. The system should also be self sufficient so as to avoid usage of external units such as pumps, temperature regulators, frequency generators, etc.

7. Harmonics measurement: Should be equal to 13 or better.

B. Accessories / Spares

14mm 5 MHz Standard Gold Sensors polished, AT-cut, gold electrodes (Minimum 10 Nos. should be provided at no extra cost)

C. Softwares

1. The software should be capable of post processing data analysis. M

References

Related documents

in its meeting held on 18/10/1997, approved the amendments to statutes 20(1) and 20(2) (c), for establishment of the Faculty of Agricultural Sciences, which came

The candidate is required to bring all the documents in original, passport size photographs and at least 2 sets of self-attested photocopies of documents

replacement Performance Security in accordance with this clause at least thirty (30) days prior to the date of expiry of the then existing Performance Security, the

replacement Performance Security in accordance with this clause at least thirty (30) days prior to the date of expiry of the then existing Performance Security,

This is because for most antigens T-dependant antigens the development of an immune response requires that the antigen be phagocytosed, processed and presented to helper T cells by an

Plasma and memory cells B cells leave the germinal centre response as high-affinity plasma cells and memory B cells Figure 3.. Plasma cells secrete antigen-binding antibodies for weeks

GENE CLONING CONCEPT-AND BASIC STEPS The term cloning used to describe the production of genetically identical copies of an organism by asexual means.. For example the propagation of

A double-helical parental DNA molecule must be unwound to expose single strands of DNA that can serve as templates for the synthesis of new DNA strands.. This unwinding must be