university of kalyani162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. ·...

26
1 UNIVERSITY OF KALYANI DST-PURSE PROGRAMME-II NOTICE INVITING E-TENDER Tender ID showing at http://wbtenders.gov.in : 2020_UOK_301502_1 Tender Ref. No.: KU/NIET/DST-PURSE/20-21/01 Dated: 14/10/2020 E-Tender is invited for Supply and Installation of Various Equipments out of DST PURSE-II Grant at Kalyani University by the eligible venders. Interested venders may follow the instructions as given below for submission of their tenders under online mode: The Technical Specifications are as follows: A) Cell culture laboratory facilities: i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.) Technical Specification: 1. Should have at least 170 L of internal capacity with 220-240 V/50-60 Hz. 2.Temperature management of at least 4ºC above ambient to 50ºC with control increment of 0.1ºC. 3.Temperature accuracy should be + 0.4 ºC at 37oC and ambient 22oC, Temperature stability of + 0.1ºC at 37 oC and ambient 22 ºC, and Temperature uniformity of + 0.3ºC at 37 ºC and ambient 22 ºC 4. CO2 gas range should be at least 0.1 – 20% with control increment of 0.1%, accuracy should be + 0.3% at the specified Relative Humidity (RH) at 37oC and ambient 22oC, stability of + 0.1% at 37 oC and ambient 22o and gas uniformity of + 0.1% at 37 ºC and ambient 22 ºC across the chamber. 5. CO2 recovery rate of at least of 6 min after door opening and closing event to attain 5% CO2. 6. Should have High-Temperature Disinfection [HTD] of at least 140 ºC for 2 hours. Entire HTD cycle [including the time for warming up and cooling down to incubation temperature (37oC)] should not take more than 14 hours. 7. Should have LED display 8. The input gas pressure required should be 0.1 MPa ( 1 bar, 14.4 psi); operational gas pressure requirement range should be 0.05 -0.2 MPa (0.5 – 2 bar, 7.2 -29.0 psi). The gas tubing should have inner diameter of 6.5 mm and outer diameter of 10 mm 9. The door hinges, associated cable and other accessories should be robust and stringently tested. 10. Should have separate single inner glass door for monitoring of samples without disturbing conditions of the chamber; should have option to Retrofit/field upgrade with 4 or 8 split inner door. 11. Should come with an inline pressure regulator to ensure less gas consumption and prevent overshooting of pressure which shortens life span of incubator. 12. The Inner chamber should be formed from single stainless-steel sheet with deep-drawn and seamless design with no corners, welds or joints for higher capacity and ease of cleaning. 13. Should have six-sided direct heating elements to ensure even distribution of heat throughout the entire incubator chamber. 14. Should come with a removable humidity tray for easy cleaning and refilling of distilled water. 15. Should be “fan less” design to reduce chance of contamination, reduce noise level, minimum air turbulence and bigger usable capacity. 16. Should have state of the art Dual Channel Infra-Red (IR); NDIR type CO2 sensor with auto-calibration feature to ensure accuracy of sensor automatically and should withstand at least 140 ºC during high temperature disinfection. 17. The CO2 IR sensor should have a long-life. 18. Should have 02 Nos. Access ports at the back of the chamber to allow for external probes, etc., for third party

Upload: others

Post on 27-Aug-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

1

UNIVERSITY OF KALYANI

DST-PURSE PROGRAMME-II

NOTICE INVITING E-TENDER

Tender ID showing at http://wbtenders.gov.in : 2020_UOK_301502_1 Tender Ref. No.: KU/NIET/DST-PURSE/20-21/01 Dated: 14/10/2020 E-Tender is invited for Supply and Installation of Various Equipments out of DST PURSE-II Grant at Kalyani University by the eligible venders. Interested venders may follow the instructions as given below for submission of their tenders under online mode: The Technical Specifications are as follows:

A) Cell culture laboratory facilities: i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

Technical Specification: 1. Should have at least 170 L of internal capacity with 220-240 V/50-60 Hz. 2. Temperature management of at least 4ºC above ambient to 50ºC with control increment of 0.1ºC. 3. Temperature accuracy should be + 0.4 ºC at 37oC and ambient 22oC, Temperature stability of + 0.1ºC at 37 oC and ambient 22 ºC, and Temperature uniformity of + 0.3ºC at 37 ºC and ambient 22 ºC 4. CO2 gas range should be at least 0.1 – 20% with control increment of 0.1%, accuracy should be + 0.3% at the specified Relative Humidity (RH) at 37oC and ambient 22oC, stability of + 0.1% at 37 oC and ambient 22o and gas uniformity of + 0.1% at 37 ºC and ambient 22 ºC across the chamber. 5. CO2 recovery rate of at least of 6 min after door opening and closing event to attain 5% CO2. 6. Should have High-Temperature Disinfection [HTD] of at least 140 ºC for 2 hours. Entire HTD cycle [including the time for warming up and cooling down to incubation temperature (37oC)] should not take more than 14 hours. 7. Should have LED display 8. The input gas pressure required should be 0.1 MPa ( 1 bar, 14.4 psi); operational gas pressure requirement range should be 0.05 -0.2 MPa (0.5 – 2 bar, 7.2 -29.0 psi). The gas tubing should have inner diameter of 6.5 mm and outer diameter of 10 mm 9. The door hinges, associated cable and other accessories should be robust and stringently tested. 10. Should have separate single inner glass door for monitoring of samples without disturbing conditions of the chamber; should have option to Retrofit/field upgrade with 4 or 8 split inner door. 11. Should come with an inline pressure regulator to ensure less gas consumption and prevent overshooting of pressure which shortens life span of incubator. 12. The Inner chamber should be formed from single stainless-steel sheet with deep-drawn and seamless design with no corners, welds or joints for higher capacity and ease of cleaning. 13. Should have six-sided direct heating elements to ensure even distribution of heat throughout the entire incubator chamber. 14. Should come with a removable humidity tray for easy cleaning and refilling of distilled water. 15. Should be “fan less” design to reduce chance of contamination, reduce noise level, minimum air turbulence and bigger usable capacity. 16. Should have state of the art Dual Channel Infra-Red (IR); NDIR type CO2 sensor with auto-calibration feature to ensure accuracy of sensor automatically and should withstand at least 140 ºC during high temperature disinfection. 17. The CO2 IR sensor should have a long-life. 18. Should have 02 Nos. Access ports at the back of the chamber to allow for external probes, etc., for third party

Page 2: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

2

monitoring of chamber conditions. 19. The incubator should come with standard 3 to 4 perforated stainless-steel shelves shelves with 4 position shelving rack and option to upgrade to 8 shelves; thickness of each shelf should be 1.5 mm with flatness tolerance of individual shelves of 1 mm or lesser. 20. The footprint should not exceed 5026 cm2 for saving bench space. 21. The height of the incubator should not exceed 90 cms and should have option to stack two incubators with stacking kit. 22. The weight should not exceed 90 kg. 23. Should conform to CE certification standards.

ii) ULTRA LOW TEMPERATURE -86 DEEP FREEZER (Quantity - 1 Pc.) Technical Specification: 1. Ultra-low temperature Freezer (-86 °C), Upright model, 400 to 450 Liters capacity 2. Upright ultra-low freezer with Internal Dimension of 126.5 x 55 x 57.5cm Approx and external dimension of

191.5 x 80 x 85.2 cm Approx 3. System should have Programmable operating temperature from –50°C up to –86°C with 1°C increment 4. Fully programmable microprocessor controlled with membrane keypad and eye level control panel. 5. Construction should be of Polyurethane foam (130mm thick) insulation. 6. System should be made up of 18 gauge Steel, 1.2 mm thick with powder coated paint to resist scratch and

rust and the interior should be Polished with 304 SS for easy cleaning and to eliminates potential for oxidation.

7. Inner door should have silicone seal to prevent temperature loss and Outer door should have safe silicone triple point seal

8. Freezer should have 5 Compartment with five inner doors. 9. Ambient to -85 C pull down timing should be 5.3hrs 10. Freezer should have the sample (2” vials) capacity of 24,000 or more. 11. Freezers should have heated air vent and front panel air filter. 12. Should have security keyed locks on the outer doors and lids keep out unauthorized users 13. Freezer must have battery back-up and 4 PIN security lock for unauthorized tampering. 14. Freezer must have RS 485 interface data logging port and it must also have on board 15. SMART PLUS diagnostic software. Freezer must have three compartments with three inner doors for easy

handling of samples. 16. Audible and visible alarms for temperature, power failure, system failure, battery low etc. 17. It also must have remote alarm port for connection to an auto dialer. 18. Freezer must use CFC-FREE, HCFC-FREE non flammable refrigerants, and refrigeration 19. Heated Air vent : Unique heat vent with manual plunger for ive removal prevent vacuum formation, for fast

reopening of the chamber door after closer. Filter: Front mounted compressor filter is easily visible and accessible by ¼ turn srew for quick removal. Reusable filter rinses clean.

20. System must be energy efficient and hermetically sealed two stage cascade refrigeration system. Compressor should be capable to run any voltage between 190 – 270V. Freezer must have ISO 9001 standard quality test requirements and IEC 61010 Electrical safety CE & UL certified.

21. Programmed startup: Random startup times have been programmed, 1-1.5 minutes apart, preventing power supply overload should multiple freezer restart simultaneously following a power failure.

22. Freezer should have efficient power consumption in the range of 10 to 11 kWh/day 23. Freezer should be supplied with 5 KVA voltage stabilizer.

iii) REFRIGERATED CENTRIFUGE FOR CELL CULTURE FACILITY (Quantity - 1 Pc.) Specification

1. Max. Rotational Speed: 4400 rpm (Speed can be set from 100 - 4400 rpm in increments of 100 rpm)

2. Max. Centrifugal Force: 3,000 x g and Acceleration time to maximum speed: approx. < 25s 3. Temperature setting from -9° C to 40° C

Features: 1. Extremely compact/minimal space required with Maintenance free drive. 2. Dials and a digital display with Automatic motorized soft-touch locking. Short braking time.

Page 3: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

3

3. Slower startup and braking with SOFT function 4. Rotor Chamber made of stainless steel with FastTemp for fast pre-cooling and Built-in condensation drain

to eliminate water accumulation and prevent corrosion 5. Two program keys to store routine procedures

Standby refrigeration At set rpm function and Stand by key on front, mains switch on rear 6. Switch between speed/rcf with Separate short spin key 7. Timer can be set up to 99 min or in continuous mode Separate fast temperature key 8. Maximum Power Requirement: 380 W 9. Dimensions (W x D x H): 38 x 58 x 26 cm

Rotor Specifications Swing-bucket rotor. 4 x 100 ml round buckets Maximum Rotational Speed: 4,400 rpm Maximum Centrifugal Force: 3,000 x g Adapters for 2 x 15ml conical tubes (2 sets)

Adapter for 1 x 50ml conical tubes (2 sets). iv) MULTIMODE MICROPLATE READER (Quantity – 1Pc.) Technical Specification General The instrument should be a spectral scanning multimode microplate reader capable of doing photometry,

fluorescence intensity, Luminescence Intensity and upgradable to new features like hTRF , AlphaScreen and AlphaLISA.

All specifications of the system should be tested and guaranteed. The specification should not be typical or relative values.

The quoted instrument should have option for field upgradation of luminescence and dispensers for flash luminescence assays like Ca2+ flux , ATP assays etc.

Onboard Incubator and shaker should be available. Incubation temperature should be upto 450C and Orbital shaker with adjustable speed and diameter.

The unit should have an integrated gas module with software control, for atmospheric control of CO2 and O2 for cell based assays.

Optical System: Instrument should have Quadruple Monochromator based , double excitation and double emission

monochromators for fluorescence applications. Instrument should have double monochromators for photometric (UV and Vis) measurement. The instrument should have a single lamp source and separate detectors for Photometry, Fluorometry

and optional module for Time resolved fluorescence and Luminescence. Instrument should automatically calibrate results with different gain settings to obtain single consistent

measurement range. Absorbance / Photometry Measurement range in Photometry: 200-1000nm Linear measurement range in photometry: o 0-4Abs at 450 nm, ±2% (96-well plate) and o 0-3Abs at 450 nm, ±2% (384-well plate). Instrument should have on-board pathlength correction for direct quantification. E.g. Nucleic acids and

proteins. Plate type : 6 well to 384 well format

Fluorescence/Fluorometry : Fluorometry wavelength selection : Excitation range: 200-1000nm, Emission: 270- 840nm. Fluorescence intensity sensitivity of 0.4 fmol fluorescein per well with 384 well black plates. Plate Type : 6 well to 1536 well format

Luminescence/Luminometry : Must come with Luminescence. Luminometric sensitivity of <7 amol ATP/well with 384 well white plate using flash ATP reaction. Should

have spectral scanning option. Luminometry should have three measurements mode – Normal, Filter and Monochromator

mode with excellent sensitivity. On-board Dispensers:

Page 4: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

4

Option for on-board dispensers, dispensing volume should be 2µl to 5000 µl with 1 µl increments. Automatic safety control based on maximum well volume. Up to 2 dispenser options. One must come with instruments

Other Instrument Features: 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). Orbital Shaking with adjustable timing, speed and diameter. Automatic safety control based on the shaking

speed and plate format to avoid spilling of the liquid from wells. No loss of already measured data even in case of power failure. Should be compatible for low volume sample analysis using accessory plate, volumes down to 2 μL. Automatic Smart Safety Checks like Plate check, Prime check, Position sensors, Shaker check and

Volume check. System should able to read 96 different wavelength in one 96 well plate in one protocol. Warranty for minimum One year.

Data Analysis Software :

System should be supplied with Analysis software with unlimited user license and suitable PC/Laptop. Database based software to run backups of all data, restore back up data (in case of hardware failure of

original computer. Single –Click data export option to open Microsoft Excel. Should have different file formats during data export which includes .xlsx, .pdf, xml, and .txt Software should have option for area selection. i. e different protocols at different area of the same plate. Spectral scanning of all 96 samples or 384 samples should be able to view in single graph plot. Single software program should allow any number of measurement steps within the program.

Should below features as optional module for future upgradation: Time-resolved fluorescence: (optional module)

Plate types: 6 - 1536 well plates Wavelength selection: Filters (spectral scanning with double excitation and emission

monochromators) Excitation wavelength range: Fixed to 334 nm (spectral scanning 200 - 840 nm) Emission wavelength range: 400 - 700 nm (spectral scanning 270 - 840 nm) Light source: Xenon flash lamp Sensitivity: < 1 amol Eu/wel (white low volume 384 well plate) Dynamic range: > 6 decades

Alpha Screen : (optional module) Plate types: 6 - 1536 well plates

Wavelength selection: Filters Excitation wavelength range: Fixed to 680 nm Emission wavelength range: 400 - 660 nm Light source: LED Sensitivity: < 100 amol phosphotyrosine/wel (white 384 well plate)

Integrated Gas Module: (optional module) System should have upgradable facility for integrated Gas module in future. System should able to adjust the gas concentrations only via Software. No manual operations Program run file should have

v) BIOSAFETY CABINET CLASS II, TYPE A2 4 FT (Quantity – 1 pc) Technical Specification 1. The Instrument should include coated interior cabinet walls, manual adjustable height stand, factory installed

UV light and one set of armrests. 2. It should have brushless DC motor technology for dramatically improved energy efficiency, safety

performance and reliability. 3. It should have Independent Safety Systems for Unmatched Security for safe working environment with a

Page 5: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

5

unique airflow system and independent supply and exhaust blowers automate balancing of downflow and inflow/exhaust velocities to ensure continuous safe working conditions.

4. DC motors monitor and control fan speed in real time should maintain user protection at the access opening, even as the filters load or the line voltage fluctuates.

5. The Instrument should come with Digital Airflow Verification for items and personnel protection 6. It should have Independent pressure sensors that can detect changes in pressure across the exhaust and

downflow plenums with an alarm signals when a 20% change in inflow/exhaust or downflow occurs to alert the user if safety is compromised.

7. Airflow velocities should displayed on the control panel for monitoring and recording. 8. It should have Night-set-back mode for saving energy while maintaining a clean work area especially when

the front sash is closed, the speed control should automatically reduces blower speed to 30%, extending HEPA filter life and ensuring a sterile working environment even when the cabinet is not in use.

9. The cabinet should be available with a painted cabinet interior for providing a glare- free working environment Vi) INVERTED MICROSCOPE (Quantity – 1 Pc.) Technical Specification 1. Inverted research microscope with Inverted Microscope with transmitted LED light guaranteed for 20000 hours or more equivalent to 5500K color temperature also provision for 12v/60 watt halogen lamp illumination) for observation under transmitted light specially the optical design should be of very high quality which capable of working under challenging different contrasting technique.

2. The offered system should be capable of different contrasting technique like Differential Interference Contrast (DIC), Phase contrast, Bright field, fluorescence application, co-relative study, fluorescence multicolor imaging etc.

3. Ergonomic microscope designed to avoid frequent hand movement such as co-axial coarse and fine focus knobs should be ergonomically positioned at either sides of the microscope stand for fatigue free operation with adjustable focus stop, power ON/OFF switch and illumination regulation control knobs to be located close to the focus knobs for ease of operation. 4. The microscope should have five position or more to accommodate high quality infinity corrected long distance objectives10x, 20x, 40x &63x (oil) for bright field, phase contrast & fluorescence.

5. Binocular tube 45º/23 or 25 mm field with intermediate tube for camera attachment should be (100:0::0:100) for better compatibility for observation as well as documentation along with wide field focusable eyepieces 10X with FOV 23 or 25mm or higher for large area observation.

6. Large Specimen stage 232x230mm with object guide with co-axial drive X-Y movement. Universal mounting frame as optional to accommodate different samples like large tissue culture bottles, Petri dishes and culture flasks.

7. Universal turret long distance condenser 0.4 of working distance 53 mm for magnification 5x-100x mm for bright field, phase contrast & DIC for plastic vessels (especially for 40X and 63X) complete with neutral-density filters &interference green filter, blue filter for contrast enhancement for transmitted light application.

8. System should be completed fluorescence reflector turret for high performance LED fluorescence illumination at least life span 10000 hours with full intensity & LED modules with Fluorescence filters for i) UV excitation filter 365 shift free BS FT 395 Emission BP 445/50 for dyes, like DAPI, Hoechest 365 etc. ii) GFP Excitation filter 470/40, Dichromatic Mirror 495, Emission Filter 525/50 for FITC GFP Auramine etc.iii) Cy3 Excitation 545/25, Dichromatic Mirror 570, Emission filter 605/70nm.

9. High sensitive dedicated fluorescence grade CMOS/CCDcamera at least 5 MP or higher, pixel size at least : 3.0µm x 3.0µm, sensor chip size should be with digital binning & 12 bit color (RGB) depth, exposure time: 100µs to 4s, frame rate: more than 65 FPS (with min 1024X1024 pixel resolution.

10. Software for image acquisition and different channel fluorescence merge facility should be quoted.

Page 6: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

6

11. Camera and imaging software should be supplied from the same manufacturer of the offered microscope for better performance.

12. Suitable Desktop to be supplied along with the system to run the camera & imaging

software. vii) WATER PURIFIER SYSTEM FOR LABORATORY (Quantity – 1 Pc.)

Technical Specification: 1. Integrated lab water system that will deliver type 2 and type 1 from a single unit. 2. Feed water specifications: TDS <500ppm 3. Product water Type II : > 10MΩ Type I :

18.2 MΩ Type I TOC <5ppb 4. Flow Rate

Type II : 10 liters per hour Type I : 1 -1.5 liters per minute

5. Type II water Storage Capacity : >25 liters Shape : Conical Bottom

Vent filter to avoid atmospheric contamination Should have in built UV sanitization module fixed in the tank Auto cutoff once the tank is filled Provision to collect type II water from the tank

6. Easy single touch Type I water dispensing 7. Convenient user interface with minimum display and alarm indication like product water resistivity, low

feed water alarm and power on indication 8. Purification steps should involve- Depth filter to remove particulate

Activated carbon to remove chlorine and organic Reverse osmosis membrane Dual wave length UV to reduce TOC Deionization purification pack to produce ultra pure water Ultra filtration for Dnase Rnase free water. 0.2 micron filter at the point of use to have particulate and bacteria free ultra pure water dispensing

Use of electrostatic sanitization or other technique to avoid chemical sanitization of RO membrane viii) High Precision Balance (Quantity – 1 Pc.) Technical Specification • Weighing capacity g 40 | 60 | 120 • Readability mg 0.01 | 0.01 | • Repeatability (standard deviation) mg 0.03 | 0.04 | • Repeatability (standard deviation), typical mg 0.02 | 0.04 • Linearity deviation mg 0.1 | 0.1 | 0.2 0.1 | 0.1 0.1 • Typical starting point of the operating range 2) mg 25* 25* 25* • Optimal starting point of the operating range 2) mg 8.2* 8.2* 8.2* • Sensitivity drift between +10 °C and +30 °C ± ppm/K 1 1 1 • Typical stabilization time s 6 | 6 | 2 6 | 6 6 • isoCAL: • Display result (depending on the set filter level) s 0.2 | 0.4 0.2 | 0.4 0.2 | 0.4 • Weighing pan size mm d 80(optional d 90) • Weighing chamber height** mm 218 218 218 • Net weight, approx. kg 7.8 7.8 7.8 • IP protection class IP43 IP43IP43 • PC-Direct Feature

Automatic Internal Adjustment

Page 7: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

7

ix) Analytical Balance (Quantity – 1 Pc.) Technical Specification • Weighing capacity g 40 | 60 | 120 • Readability mg 0.01 | 0.01 | • Repeatability (standard deviation) mg 0.03 | 0.04 | • Repeatability (standard deviation), typical mg 0.02 | 0.04 • Linearity deviation mg 0.1 | 0.1 | 0.2 0.1 | 0.1 0.1 • Typical starting point of the operating range 2) mg 25* 25* 25* • Optimal starting point of the operating range 2) mg 8.2* 8.2* 8.2* • Sensitivity drift between +10 °C and +30 °C ± ppm/K 1 1 1 • Typical stabilization time s 6 | 6 | 2 6 | 6 6 • isoCAL: • Display result (depending on the set filter level) s 0.2 | 0.4 0.2 | 0.4 0.2 | 0.4 • Weighing pan size mm d 80(optional d 90) • Weighing chamber height** mm 218 218 218 • Net weight, approx. kg 7.8 7.8 7.8 IP protection class IP43 IP43IP43

• PC-Direct Feature Automatic Internal Adjustment

B) Spectrofluorimeter: Technical Specifications

Specification of Microprocessor Based PC Controlled Fluorescence Spectrophotometer with necessary accessories

Microprocessor controlled Fluorescence spectrophotometer must be ideal for 3-D measurement System should be satisfied precision machining technology for bright optics and high diffraction efficiency System must have double mechanically ruled stigmatic concave diffraction grating for excitation and one is for

fluorescent light side Should have automatic Pre-scan and automatic shutter controlling function for optimizing of measurement and also

deterioration of unknown sample and should have pulse irradiation and synchronous detection function in time scan measurement.

Should have technology for horizontal light beam for micro volume sample measurement. System can detect minimum florescence on the order of 1 x 10-13 mol/L

Expanded measuring time range enabling measurement of long-lasting phosphorescence

System should be capable to measure intermolecular activities like FRET & BRET .and sample should be identified by comparison of three-dimensional fluorescence spectra.

Should be capable of measuring the entire wavelength range within 1 second System software must be capable of addressing the FDA's 21 CFR Part 11 regulations, CE certified System should have provision for up gradation of Quantum Yield Measurement System should have provision for up gradation of florescence fingerprinting measuring Measurement techniques should be Fluorescence, Phosphorescence, Luminescence, 3 dimensional time scan

measurement with contour potting-fluorescence/ Phosphorescence, bird’s eye view etc. Spectral Range must be 200-750 nm, 0-order light (expandable upto 900 nm with optical detector) Spectral Bandwidth should be 1 to 20nm or better (Both excitation and emission) Bandpass : Excitation side : 1, 2.5, 5, 10, 20nm : Emission side: 1, 2.5, 5, 10, 20 nm System should have higher sensitivity with S/N 20000:1 or better (RMS) using Raman band of water or better

Excitation wavelength 350nm, bandwidth 5 nm, response 2s. Light source should be 150 W long life Xenon arc lamp with self-deozonating lamp house reduces

photobleaching of samples. Xenon lamp life time must be 2500 hours or more. Detector must have High Performance Photomultiplier Tube with variable voltage (R928F) and 6th order dynamic

range important for the analysis of unknown samples

Page 8: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

8

Monochromator should have stigmatic grating of 900lines/mm, F2.2 with blazed wavelength : Excitation side 300nm, Emission side 400nm

Auto Gain should possible to measure up to 6 digit concentration values or better Fluorescence/phosphorescence measurement mode Time scan should have first to fourth order differentiation with area

calculation and smoothing (Minimum data interval should be 1.0ms)

Wavelength Scan speed (30, 60, 240, 1,200, 2,400, 12,000, 30,000 60,000

nm / min) & drive speed must be Up to 60000 nm/min preferably

Wavelength Accuracy should be ±1 nm or less Resolution 1.0 nm Response should from 0 to 98% Photometric value range should be -9999 to 9999; 0.002 to 4 s Weight : 41 Kg Standard FL solutions program Software should be supplied to control the instrument and its accessories. 3-

dimensional time scan measurement and Data processing features such as quantitative analysis, cumulative data averaging, first to fourth order differentiation, statistic calculation, wavelength scan measurement, time based measurement such phosphorescence life time, 3-D measurements, FL intensity standardization ,Data export to Microsoft Excel etc.

System should be supplied with the following accessories : Polarization accessories (Wavelength range 260 to 700 nm ) Solid sample holder (Includes a powder cell. Sample thickness is 13 mm max. )

Thermostatted Cell Holder One extra Xenon lamp (life time 2500 hours)should be supplied One suitable desktop should be provided PC (Windows XP Professional Printer : Printer

compatible with Windows XP).

1 pair of each 3.5 ml and 1 ml FL quartzes cuvette

C) DLS: Stability & Nano Size measurement Instrument

Single Proven system with highly accurate and repeatable Nano Particle Size, Zeta Potential (Emulsion, Suspension, Flat Solid Surface), Molecular Weight system at variable temperature (0˚C -90˚C with 0.1 deg.c accuracy) with inbuilt Peltier temperature controller and suitable PC(minimum i5) and Printer with Microrheology attachment Zeta potential measurement range Preferable more than +/-400mVPrincipals Preferably by High & Low frequency micro

electrophoresis, Laser Doppler velocimetry with Phase Analysis light Scattering. .

High and Low Salt Concentration System should have a facility to take care of Low and high Salt concentration by using Field Reversal Technique.

Size Range suitable for Zeta Potential measurement Min: 5nm, Max: 90 micronMaximum Sample Concentration for Zeta Potentialmeasurement

Preferably more than 35% w/v

Maximum sample conductivity for Zeta Potential measurement

Preferably more than 180mS/cm

Minimum sample volume for Zeta Potential measurement

20 µl

Live measurement window Live measurement windows for display of Frequency, Voltage and Current, and Zeta potential vs Current

Page 9: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

9

Necessary cuvettes for Zeta Potential measurement Should provide Cuvettes for use in Aqueous Gold Plated Folded Capillary cells & Non Aqueous Cell capableof measuring zeta potential and particle size (10Nos) and Flat Surface Zeta Potential cell for Zeta Potential measurement of Flat Solid Surface.

Particle size analysis At High and Low concentrations for any dispersions / emulsions / colloids / submicron suspensions

Principals Dynamic Light scattering with ability to minimize multiple scattering using techniques such as Back Scattering detection technique with ability to measure the scattering at different positions within the sample cuvette..

ISO System must comply with ISO 13321 laser guidelineMinimum Particle size range Should be less than 0.40 nmMaximum Particle size range Should be 9.0 µm or moreMinimum sample required for size measurement Less than 14µl.Long term trend analysis(Time Trend & Temperature Trend)

Should have a facility to measure long term trend analysis so that kinetics of growth as function of time/temperature, molecular size of clusters/large molecules can be determined

Automatic and Manual measurement Instrument should have automatic and manual measurement facility. Manual measurement must have facility of fixing measurement position with the cuvette

Page 10: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

10

and attenuator.Sample Concentration Minimum sample concentration around 0.1 mg/mL (of

15 to 20 kDa protein) & Max. sample concentration around 40% w/v

Necessary cuvettes for Size measurement Should provide Cuvettes for use in Aqueous & Non- Aqueous Medium -12mm o.d. Square re usable Polystyrene 100 Cuvettes with 100 stoppers, 1.5 ml volume -12mm o.d Glass Cuvette – 1 no

Molecular weight determination, A2/B22 i.e second virial coefficient, Kd the thermodynamic dissociation constant

Should have facility to measure MW using the backscatter angle (for small sized samples such as <3nm) and Debye plot with a Range of molecular weight – around 500Da to 2 x 106Da or better. Also the same measurement should eb able to determine the Kd and A2 to understand the solute-solute and solute-solvent interactions.

Minimum Sample for Molecular Weight measurement Minimum 12 µl or better.Laser Laser Power: 4m W or less with auto attenuation feature

for higher sensitivity of the instrument. (As per ISO 13321)

Air Purging The instrument should have Dry Air purging facility to avoid condensation.

Optics Fixed Optics with automatic alignment prior tomeasurement.

Sensitivity(Toluene Count) The instrument should be very sensitive, i.e. Toluene count should be more than 140kcps……also the photon count should be mentioned in the analysis report.

Correlator The system should have Digital correlator minimum 25ns with up to 4000 channels.

Auto initialization AutomaticDetector Should be Avalanche Photo Diode DetectorMeasurement time should be less than 10SecStandard Ready to use Zeta potential Standard- 1syringeSoftware Software should be suitable for running the equipment,

data acquisition, data analysis, data transfer, graphical presentation etc. Vendor should also mention the key feature of the software.

Should be compatible with Windows OS. Should have facility to create Standard

Operating Procedure (SOPs) for better result quality & easy handling.

Should have facility of Custom Report Generation for different application.

Should have built-in library for RI with facility to insert RI for new sample.

Should have built-in library for different solvent

Page 11: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

11

11

for selecting appropriate viscosity with facility to insert viscosity for new sample.

Data representation should have facility to display Intensity wise / Volume wise / Number wise Particle Size Distribution and Statistics.

Should have facility to “see the correlogram”, “over plot the results for direct comparison”, “Temperature based trend analysis facility”, “Time based trend analysis facility”, “Crystal screening facility”, “measure 2nd Viral Co- efficient”, “Polymer Characterization facility”, “ measure/display of Zeta Potential, Electrophoretic Mobility, Conductivity, Temp, Formulation Stability” with Advanced Research software.

Microrheology (should be mentioned in the catalogue) The Instruments should have a prohibition of the following features Microrheology

The microrheology attachment should have the capability to determine the viscoelastic properties like Storage modulus ( G’) & Loss modulus (G”) at different frequencies, Complex viscosity and mean square displacement of particles.

Support -Remote access of the instrument -Readily available complete service spare kit optical alignment on the fault identification and rectification

Installation/Demonstration/Application Training at site It should be free of cost by the supplier. Warranty Minimum 3 years from the date of InstallationUser list The supplier should submit complete user list

highlighting the last 3 years (requested to highlight last three years user details (minimum 10)- in Eastern India). Vendors should have more than 15 installation base in Eastern India. Vendor should provide 5 nos performance certificate to the quoted model.

Technical Expertise Vendor should have at least 10 years of experience in handling same equipment.

Service Downtime 24 HrsNearest Full Fledged Local Service Centre Vendor should have full fledged service facility in

Kolkata or around.

Page 12: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

12

12

Dates & Information:

Sl.No. Activities Date & Time

1 Date of uploading of N.I.T. Documents in the e-tender portal of NIC : https://wbtenders.gov.in

14th October, 2020

2 Documents download (online) 14th October, 2020 (from 05.00 p.m.)

3 Bid Submission Start Date(on line) 14th October, 2020 (from 05.00 p.m.)

4 Bid Submission Closing Date (Online) 18th November, 2020 (up to 02.00 p.m.)

5 Bid Opening Date (Online) – Technical Bid 20th November, 2020 (from 02.00 p.m.)

6 Pre-bid Meeting Please refer Clause 9.25

7 Date of uploading list for technically qualified bidder (online)

To be notified

8 Date of opening of Financial Bid To be notified

9 Date of uploading of list of bidders along with the approved Rate

To be notified

1. General Instructions:

In the event of e-tendering, intending bidder may download the tender documents from the website: http://wbtenders.gov.in directly with the help of Digital Signature Certificate (DSC) or from the University of Kalyani’s website www.klyuniv.ac.in.

2. Submission of bids: Both Technical bid and Financial Bid are to be submitted concurrently duly digitally signed by the Company personnel who is in the pay roll of the Company (having Authorization from the Company management) in the website http:// wbtenders.gov.in. All papers must be submitted in English language.

3. Time Schedules for the e-tender: The Time Schedule for obtaining the Bid Documents, Pre Bid meetings, the submission of bids and other documents etc. will be as per the list provided in Clause No. 10 given below.

4. Eligibility for Quoting: Manufacturers or Dealers/Distributors/Agents duly authorised by the manufacturers who are able to supply the assured quantities as per requirement & have requisite qualification for meeting the requirements as per this tender are only eligible for quoting.

Further, vendors who were declared black listed and/or insolvent by any Govt. Concern/any Institutions in the Country for particular item or items are not eligible to participate in the current tender for that item or items.

5. Annual Turnover Requirements: Unless otherwise stated item wise, Vender having average annual Turn Over for last three financial years of Rs.1 Crore or above with positive networth in India for the year 2016-17, 2017-18 & 2018-19 are eligible to participate in the Tender.

Page 13: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

13

13

6. Submission of Tenders

6.1 General process of submission Tenders are to be submitted online through the website stated in Clause 1. All the documents uploaded by the Tender Inviting Authority form an integral part of the contract. Tenderers are required to upload all the tender documents along with the other documents, as asked for in the tender, through the above website within the stipulated date and time as given in the Tender. Tenders are to be submitted in two folders at a time, one is Technical Bid and the other is Financial Bid .The tenderer shall carefully go through the documents and prepare the required documents and upload the scanned documents of originals in Portable Document Format (PDF) to the portal in the designated locations/folders of Technical Bid. He needs to fill up the BOQ in the designated cell and upload the same in designated location of Financial Bid. The documents uploaded are virus scanned and digitally signed using the Digital Signature Certificate (DSC). Tenderers should specially take note of all the addendum/corrigendum related to the tender till the bid submission ends. Tenderers should in general upload the latest documents as part of the tender, however, in case of failure in uploading such documents, it will be deemed that they (tenderers) have taken note of such latest documents including addendum/corrigendum, if published till the bid submission ends. 6.2 Technical Bid The Technical Bid should contain scanned copies and/or declarations in the following standardised formats in two covers (folders): I. Technical File (Statutory Cover) containing:

1. Annexure –

a) Basic Information (Vide Annexure I) (to be submitted in “Annexure” folder) b) Application for Tender - (Vide Annexure II) (to be submitted in “Annexure”

folder) c) Authorization letter - (Vide Annexure III) (to be submitted in “Annexure” folder) d) Affidavit Proforma - (Vide Annexure IV) (to be submitted in “Annexure” folder)

e) DECLARATION ON NIT - (Vide Annexure V) (to be submitted in “Annexure” folder)

2. Technical details of the Items Quoted (Bidders must submit Technical specification along with Catalogue of the item quoted in “Technical Details” Folders.

3. Audited Annual Accounts for last three years 2016‐17, 2017‐18 & 2018‐19 or

during the period since formation of the Firm, if it was set up in less than such 3- year period. Bidders whose accounts are not audited must submit 26AS for the above years as available in the official website of the Income Tax Department, Government of India. (to be submitted in “Accounts” folder)

II. My Document (Non-Statutory Cover) containing as follows:

Sl.No.

Category Sub-Category Sub-Category Description

1 Certificates Certificates PAN Card of the Bidder

GST Registration Certificate

Page 14: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

14

14

2 Company Details Company Details 1

Trade Licence/Enlistment Certificate

Registration with Registrar of Companies

Memorandum of Articles for Limited Companies.

3 Credential Credential 1

a) Copy of the purchase order for supplying Similar nature of items at least for last 2 years in an Institute of Higher Learning

b) Brief User List preferably for users in West Bengal in an Institute of Higher Learning

4 Financial

Information Payment Certificate

1

Income Tax Returns submitted for the Assessment year 2016-17

Income Tax Returns submitted for the Assessment year 2017-18

Income Tax Returns submitted for the Assessment year 2018-19

GST Return for last 3 months in 2018-19

6.3 Financial Bid

The Financial Bid should contain the following document in one cover (folder): Bill of Quantities (BOQ): The tenderer should fill-up the designated cell as marked by the University in the BOQ sheet.

7. The tenderers are not required to submit hard copies of Technical File (Statutory) or My

documents (Non-Statutory). Submission of hard copy of Financial Bid is strictly prohibited and only be submitted through on line through NIC portal.

8. Evaluation of the tenders During the tender evaluation process, the “Technical Bid” will be opened first. Those Bidders who have qualified in respect of the essential & other requirements in “Technical Bid” will be identified and their financial bid will be opened. The financial bid of those Tenderer failing to meet the technical & other requirements laid down in the tender will not be opened and be rejected. The Tenderer offering the item found suitable and as per the tender specifications will only be selected. Final selection of the bidder in respect of Financial Bid is subject to further verification of several parameters allied with Financial Bid Evaluation.The Financial Bids of only those tenderers who have been considered as Technically Qualified will be opened.

9. TERMS & CONDITIONS REGARDING PURCHASE POLICY OF TENDERING AUTHORITY:

Page 15: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

15

15

9.1 Bid Information: a) Bidder may quote Currency as available in the BOQ Sheet. b) The rate quoted by the bidder shall be fixed for the duration of the contract and shall not

be subject to adjustment on any account. c) Bidder must follow the instruction for filling up BOQ as per Clause 6.3. d) Partial Quotation/Incomplete Quotation both for Technical and Commercial aspects

may subject to cancellation of tender. However, University Authority will define the Partial Quotation/Incomplete Quotation based on the tender evaluation status.

9.2 Evaluation of Quotation: The Purchaser will evaluate and compare the quotations

determined to be substantially responsive stage wise. Firstly, Technical Bid will be evaluated and thereafter Price Bid for technically qualified bidders will be evaluated for selection of vender.

9.3 Award of Contract: The purchaser will award the contract to the bidder whose quotation has

been determined to be substantially responsive both technically and commercially for both the equipments. Purchaser reserves the right to reject any or all the tender, wholly or partly, without assigning any reason thereof and shall not be bound to accept the lowest bid.

9.4 The vendor should quote and be capable to supply all the necessary items as per Tender.

However, the university has the right to procure a part or a whole of the tendered items. 9.5 University enjoys the discretion to select vendor either in full or in part (item wise) for the

betterment for pursuing of tender objectives.

9.6 Warranty: The manufacturer should give guarantee/warrantee for a period as specified in the Item details. If the equipment installed at one location is subsequently shifted to another location, the warranty services shall continue to be provided at new location without any additional financial implications. Undertaking that during warranty period, if any defect in the supplied equipment is noticed by the Purchaser, the supplier or his representative shall rectify the defect or replace the defective item free of cost at the Purchaser’s site at the earliest possible, latest within a period of 30 days of notification.

9.7 Adequate support service facility: The bidder/manufacturer should have adequate service

support centre in Kolkata for any emergency breakdown/fault offering facility within 48 hours and should be agreeable to provide AMC facility after the warranty period.

9.8 Bidder must provide Technical Compliance Sheet duly certified by OEM as per the Tender

Specification. Any non-compliance will lead to rejection of tender.

9.9 Manufacturer’s Authorisation: Document in support of Manufacturer/Dealer and Service Provider has to be submitted along with the tender paper. If the bidder is not the manufacturer, proper manufacturer’s authorization and warranty from manufacturer is required and in this case bidder should have full- fledged registered office in India.

9.10 Bidder should submit copy of updated Trade Licence, GST, IT and P.Tax Return submission document.

9.11 Credentials: Documents of supplying similar items in last two previous years in an Institute of Higher Learning must be submitted along with the tender. Bidder must submit User List with

Page 16: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

16

16

copy of Purchase Order ensuring sale of similar items at least for five times in last three years in an Institute of Higher Learning.

9.12 DSIR Certification: University of Kalyani possesses the privilege for availing the facility

of procuring items at Concessional Customs Duty and without incurring any excise duty as per DSIR certification.

9.13 GST Exemption Certification: University of Kalyani possesses the privilege for availing

the facility of procuring items at Concessional GST as per the decisions taken by GST Council.

9.14 Statutory deduction for GST and other Government taxes will be made as per the law in force

9.15 Make & Model: Bidder must mention Make and Model in the Information Sheet as given

vide Annexure-I and must send the product details/catalogue/brochure in the “Technical Details” folder along with Technical Compliance Sheet for each item component.

9.16 Time Schedule: The supply work must be completed within 21 days from the date of receipt

of the work order. 9.17 Validity of offer: A bidder should spell out in the tender that it shall remain valid for a

minimum period of six months from the date of opening of the tender and during this period, the bidder shall not be entitled to revoke or cancel its offer.

9.18 After Sales Service

(i) The name and complete address of the company in India authorized by the manufacturer, to provide after sales service for the equipment should be mentioned. The appointed authorized service provider should be holding a valid certificate from the manufacturer to this effect. (ii) The manufacturer should give an undertaking that after the warranty period, they shall provide spares and after sale service of the equipment in India for the normal life time of the equipment.

9.19 University reserves the discretion to issue work order either in full or phase wise depending

upon the requirement and selected vendor will not charge any extra amount for such supply and delivery.

9.20 Place of delivery: University of Kalyani, Kalyani -741235. 9.21 Payment Schedule: Payment be made after delivery of the items.

9.22 Performance Security:

Successful bidder should deposit Performance Security money equivalent to the 10% of the order value in the form of DD/ suitable negotiable instruments as to be decided by the University immediately after issuing purchase order from the University. Such security will be refunded after completion of the warranty period in normal case without any accrued interest. University may forfeit the Security Money in the event of the following circumstances: i) Selected bidder withdraws the bid before expiry of its validity and/or after receipt of the Purchase Order.

ii) Selected bidder does not accept the order after issuing the same or fails to enter into a contract within validity period of offer.

Page 17: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

17

17

iii) Selected bidder fails to supply the items within the scheduled time as specified in the Purchase Order

iv) If before expiry of the warranty period, the supplied items break down or do not function satisfactorily due to the cause related with the item itself or for its installation and not for any reason caused by the University Authority and the supplier denies to take the responsibility to make the supplied items in order.

v) In case of any false submission /statement by the bidder vi)In case of any refusal to abide by terms and conditions or refusal to enter into a written agreement as per prefixed terms and conditions 9.23 Quantity Changeability: Quantity as stated in the tender document may subject to change

at the time of issuing purchase order due to the fund crunch or for other valid reasons.

9.24 Requisite Documents to be submitted: Bidder must have adequate documents relating to Trade License and updated returns for Income Tax, GST, Audited Statement of Accounts and other documents.

9.25 Pre-Bid Meeting: Before submission of quote, bidder may attend Pre-Bid Meeting through

on-line mode. For this purpose, bidder may submit their details as per the following format positively by 29th October,2020:

Name of Bidder Name of Items for

which bid is to be submitted

What’s App Number

E-Mail ID

The above must have to be sent to the e-mail: [email protected] within the above due date.

9.26 Disposal of Disputes: In case of any dispute, the University’s decision will be treated as the

final and conclusive. All legal actions are subject to Kolkata jurisdiction only.

9.27 Conditional bid may be liable for rejection.

9.28 Disposal of Disputes: In case of any dispute, the University’s decision will be treated as the final and conclusive. All legal actions are subject to Kolkata jurisdiction only.

9.29 Under no circumstances, University of Kalyani will be held liable for any

dispute/decision caused/taken due to the outbreak of COVID 19 inside and/or outside its campus.

Discretion of the University: 9.30 University may take decision about non-purchase of the said item even after selection of

vendor due to its fund constraints.

9.31 University may seek documents from the bidder in addition to the scanned documents sent by them at the time of uploading technical bid for verification and evaluation of tender.

Page 18: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

18

18

9.32 University reserves the right to relax any clause as stated hereinabove for selection of

responsive vender. 10. Opening the financial bid as per schedule will BE NOTIFIED LATER ON.

Financial bid can be seen & accessed by the bidder through the NIC Portal on line after opening of financial bid on line. No objections raised by any Bidder in this respect will be entertained by the University. No informal tender will be entertained in the Bid further.

11. During the scrutiny, if it comes to the notice to tender inviting authority that the credential or

any other paper found incorrect/ manufactured/ fabricated, that bidder would not allowed to participate in the tender and that application will be rejected outright without any prejudice.

12. The Tender Selection Committee reserves to right to cancel the N.I.T. due to unavoidable Circumstances and no claim in this respect will be entertained.

Page 19: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

19

19

Annexure I

FURNISHING BASIC INFORMATION (To be furnished in the Company’s official letter pad)

1. Name of the Bidder

2 Address for Communication

3 Contact Number(s)

4 E-mail ID

5 Trade License No.

(Please enclose copy of Trade

License)

6 PAN(Please enclose copy of

PAN Card)

7 GST No.(Please enclose copy

of GST)

8 Do you have previous

experience for supplying

similar nature of Items at

Educational Institute of

Higher Learning

(Please enclose copy of

Purchase order & user list, if

yes)

Yes/No

(Please put tick mark)

9 Annual Turnover as per

Audited P/L ACCOUNTS &

BALANCE SHEET

2016-17: Rs………………………

2017-18: Rs………………………..

2018-19: Rs………………………….

Average Annual Turnover: Rs…………………..

10 Status of the bidder(Please

enclose copy authenticating

your status)

Manufacturer/Dealer/Distributer/Selling

Agent/Stockiest

(Please put tick mark)

I hereby declare that the above information is true and correct to the best of my

knowledge and belief. In case of any false/wrong/misleading information, I shall be

bound to take the decision taken by the University.

Signature of the Bidder (With Seal)

Page 20: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

20

20

Annexure II APPLICATION FOR TENDER

(To be furnished in the Company’s official letter pad with full address and contact no, E mail address etc)

To The Coordinator

DST-PURSE Programme-II University of Kalyani, Kalyani-741235, Nadia, West Bengal

Sub: NIT for the Supply and Installation of Various Equipments out of DST PURSE-II Grant at Kalyani University

Ref: - KU/NIET/DST-PURSE/20-21/01 dated: 14/10/2020

Sir,

Having examined the pre-qualification & other documents published in the N.I.T, I /we hereby submit all the necessary information and relevant documents for evaluation:

1. That the application is made by me / us on behalf of ……...............………… ……………………...............……in the capacity ………………...…………… duly authorized to submit the offer. The authorization letter from the Company is attached in Annexure II.

2. We accept the terms and conditions as laid down in the tender document vide Clause 9 and declare that we shall abide by it throughout the tender period including its extensions, if any.

3. We have gone through the Tender Document thoroughly and quoted the tendered items keeping in mind all sorts of information as furnished in the tender document including Corrigendum/Addendum as published from time to time

4. We are offering rate for the following item /items with manufacturing capacity and assured supply to the University of Kalyani

Sl. No.

Description of Items

Make Brand Name & Model No.

Warranty Period

Offer Validity (not less than 6 months)

Mode of Transport (AIR/RAILWAY/SHIP/ROAD)

Type of Delivery(CIP Kolkata/FOB Kolkata/Door Delivery)

Page 21: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

21

21

5. In the event of being selected, I will make the supply within the stipulated period excepting the condition which is beyond our control.

Date :- Signature of applicant including title and capacity in which application is made.

Contact no: E-mail address:

Page 22: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

22

22

Annexure III

(Authorization letter in favour of the applicant (other than Managing Director/ Proprietor/Partner) from the competent authority.)

FORMAT (To be furnished in the Company’s official letter pad with full address and contact no, E mail

Address etc)

(TO WHOM IT MAY CONCERN)

This is to certify that Mr. .....................................................................................................(Name), Employee of this Organisation as............................................................... (Official Designation) is Hereby authorised to submit tender online, Vide NIT No.............................................................., Dated ......................... on behalf of the Organisation.

Signature of the competent authority with Seal

..................................................... (Signature of the Authorised Person) Signature of Mr................................................... ..............................................is hereby attested.

Signature of the competent authority with Seal

Page 23: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

23

23

ANNEXURE IV

(Affidavit Proforma) (To be furnished in Non – Judicial Stamp paper

of appropriate value duly notarized)

I, Sri/Smt.................................................................. The Managing Director/Proprietor (etc.) of the Firm. ........................................................ (Name of the firm) At (address).................................................................................. Do hereby solemnly affirm and declare as follows: 1. That I have not ever been convicted of any offence making myself liable to be disqualified to supply of Chemicals / Equipments/other items to any Govt. or Govt. undertaking Organization /Institution in the State of West Bengal or other State or States. 2. That no case is pending against me or against my firm in any criminal court of law to supply of Chemicals, Lab. Chemicals & Laboratory Equipments and other items to the Govt. or Govt. undertaking Organization / Institution in the State of West Bengal or other State or States ( If any case is pending, state the details ). 3.That, I also declare that if any information subsequently found incorrect or false will it automatically render the tender submitted by me cancelled and make me liable for penal/legal action as per law of the country. 4. That my concern has not yet been declared bankrupt by any banking or money lending agency duly licensed by RBI nor has it been considered doubtful by any Government concern so far as the solvency of the organisation is concerned. 5. That I do further affirm that the statements made by me in this tender are true to the best of my knowledge and belief and all the documents attached are genuine & correct. Deponent(s).

Page 24: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

24

24

ANNEXURE V

DECLARATION ON NIT (To be typed in company letter pad, scanned and uploaded)

I, the undersigned, do hereby declare that in respect of Tender Ref. No. KU/NIET/DST-PURSE/20-21/01 dated: 14/10/2020

On behalf of my organization, I will comply all the formalities that are required to be complied as per NIT and I will observe all clauses of the NIT (including Terms & conditions).

In case of any non-observance of any clause(s) of NIT, my organization will be bound to follow the decisions taken by the University of Kalyani for taking decision related with the tender for which the said NIT was uploaded.

In case of unsuccessful bidding, I shall have no claim with the University of Kalyani for refund of EMD since the entire EMD submission mode is on-line and University of Kalyani does not have any role to play for the said issue.

Full signature of the Person (Designation with Seal) Date: Place:

Page 25: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

Bidder Name :

NUMBER #

TEXT # NUMBER # TEXT # TEXT # NUMBER # NUMBER NUMBER NUMBER # NUMBER # TEXT #

Sl.No.

Item Description Quantity UnitsQuoted in given

Currency

BASIC PRICE ITEM WISE

allowing Educational Discount, if any,for all

Quantites In Figures To be entered by the

Bidder (Basic Rate

without Tax and Charges x No. of

Quantity)

GST @5%(Total for all

Quantites Item Wise)

(if any)

Any Other Taxes/Duties/Le

vies(Total for all

Quantites Item Wise)

(if any)

TOTAL AMOUNT of Taxes,

Charges and Duties

TOTAL AMOUNT WITH TAXES

TOTAL AMOUNT In Words

PRICE SCHEDULE(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder

Name and Values only )

Item Wise BoQ

Tender Inviting Authority: DST PURSE - II , University of Kalyani

Name of Work: Supply and Installation of Several Equipments at Department of DST PURSE -II, University of Kalyani.

Contract No: KU/NIET/DST-PURSE/20-21/01

Validate Print Help

Quantity)

1 2 4 5 12 13 15 17 53 54 55

1

Cell culture laboratory facilities : CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE(Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.1 ULTRA LOW TEMPERATURE -86 DEEP FREEZER (Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.2 REFRIGERATED CENTRIFUGE FOR CELL CULTURE FACILITY (Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.3 MULTIMODE MICROPLATE READER (Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.4 BIOSAFETY CABINET CLASS II, TYPE A2 4 FT(Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.5 INVERTED MICROSCOPE(Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

Page 26: UNIVERSITY OF KALYANI162.144.89.90/upload/tender/tender_destpurse15102020.pdf · 2020. 10. 15. · i) CO2 INCUBATOR NON- SEGMENTED INNER DOOR, HANDLE RIGHT SIDE: (Quantity : 1 Pc.)

1.6 WATER PURIFIER SYSTEM FOR LABORATORY(Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.7High Precision Balance (Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

1.8 Analytical Balance (Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

2

Spectrofluorimeter : Specification of Microprocessor Based PC Controlled Fluorescence Spectrophotometer with necessary accessories(Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

3 DLS : Stability & Nano Size measurement Instrument(Detail Specification as per NIT)

1.00 No INR 0.00 0.00 INR Zero Only

0.00 0.00 Zero OnlyTotal in Figures

Quoted Rate in Words