(An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715,2372715,2371929 Fax-061-2660480 Website- www.nitp.ac.in e-mail-registrar@nitp.ac.in
Sealed Tenders from the experienced authorized and reputed Original Equipment Manufacturers / Dealers/Agencies for Supply and Installation of Equipment (Chemistry Lab.) in the Department of Chemistry at NIT Patna are invited by the undersigned up to 28.7.2014 till 12.30 PM. The detailed specification of the work to be done along with terms and conditions may be downloaded from website of the Institute www.nitp.ac.in . The Tender Fee is Rs.1000/- (Non- refundable) which is to be deposited by demand draft/Bankers cheque drawn in favour of Registrar, NIT Patna, payable at Patna. Tender document fees should be kept in EMD envelope. The tenders received will be opened on the same date i.e. 28.7.2014 at 2:30 P.M. in the presence of the tenderers or their representatives, if they so desire, at NIT Patna.
Terms &Conditions 1. This tender document contains twelve (12) pages. 2. The rates quoted will be inclusive of all taxes, Excise duty, VAT etc. as applicable showing each component separately and VAT will be deducted at source in case of supplier/Tenderer registered with commercial taxes department, Govt. of Bihar. 3. TDS as applicable on date will be deducted at source from the bill. 4. Entry tax, if applicable will be borne by the Bidder. 5. NIT Patna reserves the absolute right to accept or reject any or all the tenders in whole or in part without assigning any reason thereof. 6. Technical features of the offered equipment vis--vis specification should conform to Annexure I. 7. The article supplied should conform to manufacturers of standard quality, specifications & test. 8. Articles/Services should be delivered to NIT Patna without any extra charge. 9. Guarantee/Warranty clause should be clearly mentioned and Guarantee card/ Warranty card should be furnished along with the article supplied. 10. Terms of payment: a) 98% of the supply price will be made against receipt of materials in good condition in store, after final inspection and satisfactory installation certificate given by the competent authority b) 2% of the supply price will be paid after receipt of Audit Report of the relevant year. 11. NIT Patna reserves the right to reject any articles/services found defective, damaged and or not of the desired quality and specification. Decision of NITP will be final. 12. Any loss or damage caused to the article in transit is to be made good by the supplier free of cost within reasonable time. 13. Postal or courier delay will not be considered and the Tender received late will be rejected. 14. Earnest money of Rs.1,00,000/-(refundable), which may be enclosed, in the form of Account Payee D.D / Bankers Cheque drawn in favour of the Registrar, NIT Patna payable at Patna. 15. Security deposit/E.M. shall be forfeited in case of non-supply/part supply /delayed supply of material unless permitted in writing by NIT Patna. 16. No escalation in respect of materials, labour, custom duties, freight etc. will be allowed in any shape. Page 2/12
17. A declaration should also be furnished by the agency that they will supply the original product of the manufacturing company. In case of supply of duplicate product suitable action will be taken against the agency including forfeiture of E.M./Security Deposit. 18. The bid document/resultant contract will be interpreted under Indian Laws and subject to the jurisdiction of courts in Patna only. 19. The bids shall be submitted in three parts, viz. i) EMD should be in the form of Account payee Demand Draft / Bankers Cheque in favour of Registrar, NIT Patna payable at Patna alongwith tender fee of tender paper downloaded from website of the institute, ii) Technical bid and iii) Financial bid. Technical bid should contain papers regarding registration of the firm, ISO-9000 Certificate, Balance sheet for last 3 years, proof of registration of VAT/CST, copy of I.T and PAN.
Terms & conditions: Financial bid should contain duly filled up Annexure- I, indicating installation charges, duties & taxes as applicable separately. The above three bids may be sealed by the bidder in separate cover duly super-scribed EMD, Technical bid and Financial bid respectively and all three sealed covers are to be put in a bigger cover which should also be sealed and duly super-scribed. Bid for Supply and Installation of Equipment (Chemistry Lab.) in the Department of Chemistry at NIT Patna vide Advt. No. NITP/05/14, Tender No. NITP/14-15/11. A bidder who submits more than one bid shall be disqualified.
Registrar Page 3/12
NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715, 2372715, 2371929 Fax-061-2660480 Website- www.nitp.ac.in e-mail-registrar@nitp.ac.in
BID DOCUMENT BID DOCUMENT FOR SUPPLY AND INSTALLATION OF EQUIPMENTS (CHEMISTRY LAB) IN THE DEPARTMENT OF CHEMISTRY AT NIT PATNA. Advt. No. NITP/05/14, Tender No. NITP/14-15/11
1. Instructions to the bidders
1.1 Sealed bids are invited on behalf of the Director, National Institute of Technology Patna 800005, Bihar, for Supply and Installation of Equipment (Chemistry Lab) in the Department of Chemistry at NIT Patna as detailed in the Annexure I.
1.2 The bidders should quote their offer/rates in clear terms without ambiguity.
1.3 The rates should be quoted both in figures and words and legibly written without any over-writings. In case of any correction, the same must be attested by the bidder with full signature; however, no over-writing is permissible.
1.4 In case of any discrepancy between the rates in figures and that in words, the rate in words will be accepted as correct.
1.5 The last date for receipt of the bid is marked in the tender document. In case the above date is declared a holiday for NIT Patna, then the bids will be received up to the given time on the next working day.
1.6 The bids may be sent by registered post/speed post/courier service/by hand so as to reach the Registrar, NIT Patna before/on the last date & time of receipt.
1.7 Bids received after the deadline of receipt indicated in para 1.5 above, shall not be taken in to consideration.
1.8 The bids shall be submitted in three parts, viz. i) EMD should be in the form of Account payee Demand Draft / Bankers Cheque in favour of Registrar, NIT Patna payable at Patna alongwith tender fee of tender paper downloaded from website of the institute, ii) Technical bid and iii) Financial bid. Technical bid should contain papers regarding registration Page 4/12
of the firm, ISO-9000 Certificate, Balance sheet for last 3 years, proof of registration of VAT/CST, copy of I.T, PAN. Terms & conditions: Financial bid should contain duly filled up Annexure- I, indicating installation charges, duties & taxes as applicable separately. The above three bids may be sealed by the bidder in separate cover duly super-scribed EMD, Technical bid and Financial bid respectively and all three sealed covers are to be put in a bigger cover which should also be sealed and duly super-scribed. Bid for Supply and Installation of Equipment (Chemistry Lab) in the Department of Chemistry at NIT Patna vide Advt. No. NITP/05/14, Tender No. NITP/14-15/11. A bidder who submits more than one bid shall be disqualified.
1.9 The cover containing the bid must be sealed and super-scribed as Supply and Installation of Equipments (Chemistry Lab) in the Department of Chemistry at NIT Patna vide Tender No. NITP/14-15/11
1.10 The bids shall be opened in the Chairman, Purchase Committee office on the date and time given in the tender document. The bidders may attend themselves the bid opening meeting or may send their authorized representative to attend the bid opening meeting, if they so desire. In the event of the above bid opening date being declared holiday for the NIT Patna, the bids will be opened at the specified time and place on the next working day.
1.11 The bidder has to sign in full at all pages of the bidding document.
1.12 Technical features of the offered equipment vis--vis specification must be as per Annexure I.
2. Conditions of the bid
2.1 The rates quoted should preferably be net, inclusive of all taxes and duties, packing, forwarding, freight, Insurance and all other incidental charges indicating separately.
2.2 Supply must be completed within 60 days from the date of award of the work to the successful bidder.
2.3 The goods offered should strictly conform to the specification and technical details as per annexure I.
2.4 The institute may like to conduct site inspection of goods, where ever applicable.
2.5 The bid is to be accompanied with Bid Security (Earnest Money) amounting Rs.1,00,000/- as stated in the Tender Document, which may Page 5/12
be enclosed, in the form of Account Payee Demand Draft / Bankers Cheque. The bid security shall be in favour of the Registrar NIT Patna. The bid security may be forfeited, if the successful bidder does not finish the awarded work within 60 days from the award of work.
2.6 The bidder has to furnish up to date VAT and Income Tax Clearance Certificate along with the bid.
2.7 Payment: 98% of supply price will be made against receipt of materials in good condition in store, after final inspection & satisfactory installation certificate given by the competent authority b) 2% of the supply price will be paid after receipt of Audit Report of the relevant year.
2.8 In the event of any dispute arising out of the bid or from the resultant contract, the decision of the Director, NIT Patna shall be final.
2.9 The bid document/resultant contract will be interpreted under Indian Laws and subject to the jurisdiction of courts in Patna.
2.10 No escalation in respect of materials, labour, duties/cess, freight etc. will be allowed in any shape.
2.11 Bidder needs to have their registered office and service center in Patna, failing which their bid will be rejected.
2.12 The Institute reserves absolute right to accept or reject any or all the Tender on whole or in part without assigning any reason thereof.
2.13 The Institute reserves the right to reject any article/service found defective, damaged and or not of the desired quality and specification, Decision of NIT Patna will be final. The agency will make good/suitable modification as per the direction of concerned authority without further delay at their cost.
2.14 Postal or courier delay will not be considered and the bid received late will be rejected.
2.15 Earnest money/Security deposit may be forfeited in case of non supply/part supply /delayed supply of work unless permitted in writing by the Institute.
2.16 Standard Technical literature on each of the items offered should be submitted by the tenderer and also should be available on OEMs website to validate that the quoted items are factory standard of the quoted brand. Page 6/12
2.17 The bidder should not unnecessarily quote for higher version, because given specification has been formulated keeping in view the requirement of this Institute. Therefore, offered higher version will not be evaluated by NIT Patna and may lead to disqualification of such bid(s).
2.18 Entry Tax: Entry tax, if applicable will be borne by the Bidder.
Annexure I List of the instrument for Department of Chemistry NIT Patna Sl. No Description Quantity Quoted Rate 01 FTIR Spectro photometer (Detailed instrument specification requirements are given in annexure-II) 01 02 UV- VIS Spectrophotometer (Detailed instrument specification requirements are given in annexure-III) 01 03 Steady-State Fluorescence Spectro fluorometer (Detailed instrument specification requirements are given in annexure-IV) 01 04 Magnetic stirrer (stirring capacity up to 200 ml) (Detailed instrument specification requirements are given in annexure-V) 04 05 Magnetic stirrer with stainless steel hot plate (stirring capacity up to 200 ml, 1200 rpm speed) (Detailed instrument specification requirements are given in annexure-VI) 02 06 Conductivity and TDS meter with cell (combined digital) (Detailed instrument specification requirements are given in annexure-VII) 02 07 Digital pH-meter (Microprocessor based, LCD display should show pH, mV and Temp.) (Detailed instrument specification requirements are given in annexure-VIII) 02 08 Electronics balance (Compact design, Readability:0.0001 g, 0.1 mg; Weighing range 0 to 210g; Weighing pan: 90mm) (Detailed instrument specification requirements are given in annexure-IX) 01 TAX (IF ANY)
Sl. No Accessories require Quantity 01. Reflectance or other accessory required for measuring absorbance spectra from solid sample like thin films, powder, pellets. 1 02. Constant temperature Four cell holder 1 03. Film holder 1 Page 8/12
04. Constant temperature water circulator 1 05. Microliter Quartz cuvette open top with stopper and 10 mm optical path length, capacity 500 microliter. 2 06 Suitable online UPS with minimum 60 min power backup of complete system. 1 TAX (IF ANY)
Page 9/12
ANNEXURE-II
Specification for FTIR The instrument should be provided with fully controlled by external PC. Completely sealed & desiccated optics and powerful data handling and control with software.
Wavelength range: 7,600-350cm -1
Wavelength Accuracy: 0.1 cm -1 at 3000 cm -1 or better Spectral Resolution: 0.5 cm -1 or better Signal-to-noise: 32,000:1 peak-peak, 1 minute or better Optical system : Should be sealed and vibration proof. Optical Windows: Should be compatible for high humidity environments. Beam splitter : extended range KBr Source: Long-life source and should be user replaceable. Interferometer: Michelson interferometer with high stability Desiccant: Should be disposable packs or rechargeable desiccant cartridges with visible lifetime indicator. There should be Validation kit containing a reference material, traceable to a NIST standard for wave number accuracy and a filter for ordinate repeatability
HATR (Reflectance Accessory) for liquid, paste and powder. Diffuse Reflectance Accessory
The instrument should be provided along with Branded Compatible Computer with Laser Printer, Hydraulic Press, and Die set and user friendly software and necessary accessories.
Training should be given for three full days to staff and faculty/students.
Comprehensive warranty for the whole FTIR system should be for min of 3 years or more from the date of installation.
Suitable online UPS with minimum 60 min power backup of complete system.
ANNEXURE-III
Specifications and other accessories require for UV- VIS Spectro photometer Specification: Photometric System: Double beam system with single Monochromator Wavelength range: 190nm to 900nm Measurement wavelength range: 190nm to 900nm Spectral bandwidth: 0.1-10 nm Wavelength Accuracy: 0.2 nm with auto wavelength correction included Wavelength repeatability: 0.05 nm Stray light: 0.005% Photometric range: 0 to 10000 %T -2 to 4 Abs. Page 10/12
Scanning Speed : 10-4000 nm/min. ( 8000 nm/min in preview mode ) Light Source: Halogen and Deuterium lamp. Detector: Photomultiplier
Software Features: SPECTRA MANAGER II SOFTWARE INCLUDES : Measurement modes, Quantitative Analysis: Wavelength scan (Abs, %T, %R, Sample, Reference), Time scan (Abs, %T, %R, Sample, Reference), Fixed wavelength (Up to 8 wavelengths), Abs/%T monitor Data processing : Peak picking, Peak height, Peak area, Peak width, Derivatives, Smoothing, Data truncation, Arithmetic, Baseline correction, Subtraction, Deconvolution, Vertical axis conversion, Horizontal axis conversion Data Acquisition mode: Spectrum, Kinetics and photometric. The instrument should be provided along with Branded Compatible Computer with Laser Printer, user friendly software and necessary accessories.
Training should be given for three full days to staff and faculty/students. Comprehensive warranty for the whole UV-Vis system should be for min of 3 years or more from the date of installation.
ANNEXURE-IV
Instrument specifications and other accessories require:
Specification: Research spectrofluorometer with ozone free Xe source and power supply. Capable of automatic acquisition of corrected emission and excitation spectra, polarization spectra, synchronous luminescence spectra, and kinetic studies. Continuously adjustable entrance and exit slits operated under computer control. Optics: All reflective for focusing at all wavelengths and precise imaging for micro samples. Source: Ozone-free 150W xenon lamp eliminates venting. Spectrometers: Plane grating Czerny Turner design maintains focus at all wavelengths. Excitation: Range 200-950 nm Bandpass: 0-30 nm continuously adjustable from computer. Wavelength accuracy: 0.5 nm Step Size: 0.0625-100 nm Scan Speed: 80 nm/s Integration time: From 1 ms to 160s Emission detector: Photomultiplier range 200-850 nm. Reference detector: Photodiode selected for stability. Water Raman signal: min. 300.00cps, Ex=350nm, Em=397n, BP=5nm, Integration: 1s Page 11/12
S/N ratio: 3000/1 Polarization accessory L-format, fully automated dual polarizer require for steady state anisotropy measurement. Accessories: 1. Lamp, 150W xenon replacement, ozone free. 2. Quartz cuvette open top with stopper for fluorescence study, optical path length: 10 mm volume: 3-4 ml, Quantity: 4 nos. 3. Cuvette holder for temperature controlled measurement. The instrument should be provided along with Branded Compatible Computer with Laser Printer, user friendly software and necessary accessories. Training should be given for 3-4 full days to staff and faculty/students. Comprehensive warranty for the whole FTIR system should be for min of 3 years or more from the date of installation. Suitable online UPS with minimum 60 min power backup of complete system.
ANNEXURE-V Specifications for Magnetic stirrer with hot plate
Technical Specification: Capacity-10 ltr Speed Range-(100-1500 rpm); Heating Range: RT-500 0 C; Voltage/ Frequency: 230V/50 Hz Powerful motor: Stirs viscous materials with a maximum volume of 10L (H2O) Strong magnet: High magnetic adhesion prevents stir bar decoupling Essential features: Microprocessor control: Sends feedback to the motor to maintain constant speed Ceramic top: Seamless one-piece glass-ceramic top provides excellent resistance to chemicals Elevated control panel: Minimizes contact with spill and allows for easy reading and adjustment of speed control Ceramic top: corrosion resistance External fuzzy temperature control with Pt 1000 sensor for precise control of temp in the sample or oil bath.
ANNEXURE-VI Specifications for Magnetic stirrer Capacity : 5 Lit. External Dimensions : (180 x 195 x 135) mm Speed Range : 100 to 1200 rpm Voltage/ Frequency : 220-240 V/50 Hz Powerful motor : PMDC Motor (Stirs viscous materials with volume up to 5L H2O). Strong magnet : High magnetic adhesion prevents stir bar decoupling. Magnetic Paddle : Teflon Coated magnetic paddle to be placed in the container.
Page 12/12
ANNEXURE-VII Specifications for Conductivity meter Conductivity range: 0 1.999, 19.99, 199.9, 1999 S/cm 19.99, 199.9 mS/cm Conductivity accuracy: 1 % Full Scale Temperature Range: 0 100 o C Temperature Accuracy: 1 o C Calibration Points: 1 point per range Temperature Compensation: 0 50 o C, Automatic Temperature Coefficient: 0 3.9 % per o C Display: Backlit blue LCD with operation icon Power: 9V DC Dimensions (L x W x H): 210 x 205 x 65 mm Weight: 2.0 kg
ANNEXURE-VIII Specifications for pH meter pH range: 0 - 14.00 pH pH accuracy: 0.01 pH mV Range: 0 - 1999 mV mV Accuracy: 1mV Temperature Range: 0 100 o C Temperature Accuracy: 1 o C pH Calibration Points: 2-point calibration with auto buffer recognition Temperature Compensation: Automatic Display: Backlit blue LCD with operation icon Power: 9V DC Dimensions (L x W x H): 210 x 205 x 65 mm Weight: 2.0 kg
ANNEXURE-IX Specifications for Electronic-Analytical balance Features: Compact design, portable Unit: Weighing results in different units, kg, g, mg, lb etc. Interface for printer/computer Percent weighing Auto calibration with external weights Technical Specification: Readability: 0.0001g (0.1mg) Weighing Range: 0 to 210g Tare Range: 0 to 210g Repeatability: 0.0001g (0.1mg) Linearity: 0.0003g (0.3mg) Weighing Pan: 90mm