[email protected], raj.kumar4 ... tender (2).pdf [email protected],...
TRANSCRIPT
www.ciphet.in [email protected], [email protected]
/P&S/
(A) MOFPI-FTL : (1) Amino Acid Analyzer (2) Automatic Ashing and Drying System (3) Agarose Electrophoresis Unit (B) NFDB Project : (4) Water Quality monitoring equipment, (C) ICAR-National Fellow Project : (5) Fluid Bed coater/dryer (6) Membrane emulsification system (7) Multi point stirrer (8) pH meter (9) Spray dryer (10) Main motor drive (D) DST SERB Project: (11) Compression Molding Machine (12) Universal Testing Machine (UTM) (13) pH Meter (E) PHTME Testing Centre Project : (14) Dynamometer (15) Instron Universal Testing Machine (UTM) (16) Hunter Colorimeter (17) Digital Tachometer [6 No.(3 contact type and 3 non-contact type) ] (18) Digital Hardness testing machine (Brinell type) (19) Digital Hardness testing machine (Rockwell type) (20) Hot Air Oven (2 nos) (21) Grain moisture meter (2 nos) (22) Digital moisture meter (23) Infrared based moisture meter (24) Fuel meter (25) Bulk Density Apparatus (26) ISI Test sieves (27) Friction and Slip Tester (28) Cone Penetrometer (Digital recording type) -2 Nos. (29) Flat bed Trolley (30) Motor operated Flat Bed Trolley (31) Spray Pattern Distribution System (32) Spray Patternator (33) Motor Operated Portable Crane (34) Sound measurement system (35) Vibration measurement system (36) Torque Measurement System (37) Metal crack detector system (38) (i) Food Grain Silo (ii) Food Grain Silo/bin (39) (i) Centrifugal Pump Test Rig (Variable/Constant speed); (ii) Reciprocating Pump Test Rig; (iii) Pump Test Ring for centrifugal pump; (iv) Pelton Wheel Turbine Test Rig; (v) Gear Pump test Ring – One each (40) Cyclone separator (41) Tractor-Trolley (42) (i) Personal Computers (ii) I-Pad (iii) Scanner (iv) Colour Printer – One each (43) Impact Tester (44) Goniometer with computer, software and air conditioner (F) CRP on Health Foods : (45) Fume Hood (Indian) (46) Laminar Airflow (Indian) (47) Water Bath (Indian) (48) BOD Incubator (Indian) (49) Vacuum oven dryer (50) Temperature-cum-humidity cabinets (2 nos.) (51) Incubator-cum-shaker (52) Spectrophotometer (53) Lab Model Grain Milling System (54) Refrigerated centrifuge with UPS (55) Ultra filtration Unit (56) pH Stat (DH Analyzer) (57) Automatic Kjeldahl unit with accessories (58) Spray Dryer (Table Top) (59) UV-Spectrophotometer (60) Sonicator (61) Rotary Vaccum evaporator .
website
EMD 5%
ICAR Unit, CIPHET
ICAR Unit, CIPHET
www.ciphet.in
ICAR Unit, CIPHET
EMD
DGS&D NSIC
EMD) DGS&D NSIC
3
ICAR - CENTRAL INSTITUTE OF POST HARVEST ENGINEERING & TECHNOLOGY (CIPHET) PAU Campus, Ludhiana (Punjab)
Ph. 0161-2313101, 2313163 Fax: 0161-2308670 Website: www.ciphet.in, E-mail: [email protected], [email protected]
F. No. 73-1/P&S/15 Dated : 23.12.2015 TENDER NOTICE
Sealed tenders under two bid system (Commercial /Technical bids) on behalf of Secretary, ICAR are invited by the Director, ICAR-Central Institute of Post Harvest Engineering & Technology (CIPHET) from the reputed Manufacturers/ Dealers in the
line for supply and installation of scientific equipments. Name of equipments are as :- (A) MOFPI-FTL : (1) Amino Acid Analyzer (2) Automatic Ashing and Drying System (3) Agarose Electrophoresis Unit (B) NFDB Project : (4) Water Quality monitoring equipment, (C) ICAR-National Fellow Project : (5) Fluid Bed coater/dryer (6) Membrane emulsification system (7) Multi point stirrer (8) pH meter (9) Spray dryer (10) Main motor drive (D) DST SERB Project: (11) Compression Molding Machine (12) Universal Testing Machine (UTM) (13) pH Meter (E) PHTME Testing Centre Project : (14) Dynamometer (15) Instron Universal Testing Machine (UTM) (16) Hunter Colorimeter (17) Digital Tachometer [6 No.(3 contact type and 3 non-contact type) ] (18) Digital Hardness testing machine (Brinell type) (19) Digital Hardness testing machine (Rockwell type) (20) Hot Air Oven (2 nos) (21) Grain moisture meter (2 nos) (22) Digital moisture meter (23) Infrared based moisture meter (24) Fuel meter (25) Bulk Density Apparatus (26) ISI Test sieves (27) Friction and Slip Tester (28) Cone Penetrometer (Digital recording type) -2 Nos. (29) Flat bed Trolley (30) Motor operated Flat Bed Trolley (31) Spray Pattern Distribution System (32) Spray Patternator (33) Motor Operated Portable Crane (34) Sound measurement system (35) Vibration measurement system (36) Torque Measurement System (37) Metal crack detector system (38) (i) Food Grain Silo (ii) Food Grain Silo/bin (39) (i) Centrifugal Pump Test Rig (Variable/Constant speed); (ii) Reciprocating Pump Test Rig; (iii) Pump Test Ring for centrifugal pump; (iv) Pelton Wheel Turbine Test Rig; (v) Gear Pump test Ring – One each (40) Cyclone separator (41) Tractor-Trolley (42) (i) Personal Computers (ii) I-Pad (iii) Scanner (iv) Colour Printer – One each (43) Impact Tester (44) Goniometer with computer, software and air conditioner (F) CRP on Health Foods : (45) Fume Hood (Indian) (46) Laminar Airflow (Indian) (47) Water Bath (Indian) (48) BOD Incubator (Indian) (49) Vacuum oven dryer (50) Temperature-cum-humidity cabinets (2 nos.) (51) Incubator-cum-shaker (52) Spectrophotometer (53) Lab Model Grain Milling System (54) Refrigerated centrifuge with UPS (55) Ultra filtration Unit (56) pH Stat (DH Analyzer) (57) Automatic Kjeldahl unit with accessories (58) Spray Dryer (Table Top) (59) UV-Spectrophotometer (60) Sonicator (61) Rotary Vaccum evaporator. The details of the tender are as under : -
1. Name of the equipment/item & No. of units anticipated : (Detailed specification available on Institute Website)
2. Sale of tender form : from 24.12.2015 to 14.01.2016 (upto 12.00 Noon) 3. Submission of tender documents : (i) Date : 14.01.2016 (ii) Time : Upto 01.00 P.M.
(iii) Venue : Store Section, CIPHET, Ludhiana 4. Opening of technical bid of tenders : 14.01.2016 at 2.00 P.M 5. Earnest Money : 5% of the estimated value of the equipment/item.
EMD may be deposited in the shape of demand draft/ fixed deposit receipt in favour of the ICAR Unit, CIPHET, Payable at SBI, Ludhiana
6. Cost of the Tender Document : Rs. 500/- cash on counter or Demand Draft / Pay Order/Fixed Deposit Receipt in favour of the ICAR Unit, CIPHET, payable at SBI, Ludhiana (To be enclosed with Technical bid) for each equipment.
Custom Duty Exemption Certificate (CDEC) will be issued only when the bid is quoted in foreign currency in case of foreign made items only and meant for CIPHET.
4
The tender form can be had from Room No. 10, Store Section, CIPHET, Ludhiana on cash payment of Rs. 500/- (Rs. Five Hundred only) for each equipment upto 14.01.2016 at 12.00 Noon. Tender form can also be downloaded from the Institute website www.ciphet.in. The firms who are using tender form by downloading from the website are also required to submit cost of tender form viz. Rs. 500/- (Rs. Five Hundred only) for each equipment in the shape of Demand Draft in favour of ICAR Unit, CIPHET, payable at SBI, Ludhiana separately, in addition to earnest money. In no case cost of tender form & Earnest Money amount should be combined. Both are to be compulsorily enclosed with Technical bid. No interest will be paid on earnest money amount. Remittance of EMD will not be applicable to the manufacturers/dealers registered with the DGS&D and NSIC. Such manufacturers/dealers need to enclose copy of the latest valid registration certificate.
The tenders not on prescribed forms, without earnest money or received late will not be entertained.
Institute shall not be responsible for postal delay in receipt of tender document/ tenders. If the office happens to be closed on the date of receipt of the tenders specified, the tenders will be received and opened on the next working day at the appointed time.
Sr. Admn. Officer
5
Cost Rs. 500 /-
SCHEDULE OF TENDER
(ADVERTISED TENDER ENQUIRY)
ICAR–CENTRAL INSTITUTE OF POST HARVEST ENGG. &
TECHNOLOGY, PO: PAU, LUDHIANA – 141 004
Tender No. 73-1/P&S/15
For and on behalf of the Secretary, ICAR, the Director, ICAR-CIPHET invites sealed tenders under Two Bid System
(Technical and Commercial Bid) on the prescribed forms Chapter -IV and V, for the purchase of the following stores as detailed
in this schedule to tender. However, Director, ICAR-CIPHET reserves the right not to purchase any equipment.
Description of stores required Qty.
(A) MOFPI-FTL : (1) Amino Acid Analyzer (2) Automatic Ashing and Drying System (3) Agarose Electrophoresis Unit (B) NFDB Project : (4) Water Quality monitoring equipment, (C) ICAR-National Fellow Project : (5) Fluid Bed coater/dryer (6) Membrane emulsification system (7) Multi point stirrer (8) pH meter (9) Spray dryer (10) Main motor drive (D) DST SERB Project: (11) Compression Molding Machine (12) Universal Testing Machine (UTM) (13) pH Meter (E) PHTME Testing Centre Project : (14) Dynamometer (15) Instron Universal Testing Machine (UTM) (16) Hunter Colorimeter (17) Digital Tachometer [6 No.(3 contact type and 3 non-contact type) ] (18) Digital Hardness testing machine (Brinell type) (19) Digital Hardness testing machine (Rockwell type) (20) Hot Air Oven (2 nos) (21) Grain moisture meter (2 nos) (22) Digital moisture meter (23) Infrared based moisture meter (24) Fuel meter (25) Bulk Density Apparatus (26) ISI Test sieves (27) Friction and Slip Tester (28) Cone Penetrometer (Digital recording type) -2 Nos. (29) Flat bed Trolley (30) Motor operated Flat Bed Trolley (31) Spray Pattern Distribution System (32) Spray Patternator (33) Motor Operated Portable Crane (34) Sound measurement system (35) Vibration measurement system (36) Torque Measurement System (37) Metal crack detector system (38) (i) Food Grain Silo (ii) Food Grain Silo/bin (39) (i) Centrifugal Pump Test Rig (Variable/Constant speed); (ii) Reciprocating Pump Test Rig; (iii) Pump Test Ring for centrifugal pump; (iv) Pelton Wheel Turbine Test Rig; (v) Gear Pump test Ring – One each (40) Cyclone separator (41) Tractor-Trolley (42) (i) Personal Computers (ii) I-Pad (iii) Scanner (iv) Colour Printer – One each (43) Impact Tester (44) Goniometer with computer, software and air conditioner (F) CRP on Health Foods : (45) Fume Hood (Indian) (46) Laminar Airflow (Indian) (47) Water Bath (Indian) (48) BOD Incubator (Indian) (49) Vacuum oven dryer (50) Temperature-cum-humidity cabinets (2 nos.) (51) Incubator-cum-shaker (52) Spectrophotometer (53) Lab Model Grain Milling System (54) Refrigerated centrifuge with UPS (55) Ultra filtration Unit (56) pH Stat (DH Analyzer) (57) Automatic Kjeldahl unit with accessories (58) Spray Dryer (Table Top) (59) UV-Spectrophotometer (60) Sonicator (61) Rotary Vaccum evaporator
AS MENTIONED
AGAINST EACH
6
2. THIS TENDER ENQUIRY HAS THE FOLLOWING CHAPTERS AND ANNEXURES:
Schedule to Tender
Chapter I : Instructions to Bidders
Chapter II : Conditions of Tender /Contract
Chapter III : Schedule of Requirement
Chapter IV : Proforma for Technical Bid
Chapter V : Proforma for financial bid
Annexure -I Performance Statement for last 3 years
Annexure-II Certificate for compliance of instructions
Annexure-III Checklist for tenders
3. You are requested to study the tender documents completely and ensure all documents and Annexures are
correctly filled in, signed and stamped where applicable and then submit your offer.
4. Tenderers are advised to carefully go through all the conditions and documents attached with this tender enquiry,
before filling in the tender. All tender documents attached with the tender are sacrosanct for considering any offer as a
complete offer. All tender documents must be duly completed, signed by authorized signatory on each page and
returned with the offer. (from Page 01 to 20)
5. This tender is not transferable.
Signature of Tenderer with office seal Sr. Admn. Officer
7
Chapter-I
Instructions to Bidders
(THIS TENDER SET IS NOT TRANSFERABLE)
1. Name of Stores : Store Section, Room No. 10
Tender Cost : Rs. 500/- (Rs. Five Hundred only) for each equipment
Those who downloaded the tender set from the ICAR-CIPHET website must submit the cost of tender through a Bank Draft/Bankers
Cheque in favour of ICAR-Unit, CIPHET payable at SBI LUDHIANA at the time of submission of tender. Tender documents submitted
without the cost of tender form will be rejected.
2. Last time & Date of Sale : 14/01/2016 upto (12.00 Noon)
of Tender Document
3. Last Date & Time of : 14/01/2016 upto (1.00 p.m.)
Receipt of Tender
4. Time, Date & Venue of Opening : 14/01/2016 at 2.00 p.m. in Committee Room
of Technical Bid of Tender
5. Place of Submission of : : TENDER BOX placed in the office of the SAO Room No. 10,
Tender Documents ICAR-CIPHET, PO: PAU, Ludhiana – 141 004
i) The envelope containing tender documents must be clearly
superscribed with the Tender No., Item No., Name of Equipment, and
Date of Opening.
ii) The Institute will not be responsible for tenders submitted at any other place.
Tenders not received within the due date will not be considered under any
circumstances or for any reason.
iii) Tenderers are requested to study the tender documents completely and ensure
all documents, forms and annexure to the tender are completely and
correctly filled in, signed and stamped where applicable, all necessary
literature, brochures and pamphlets have been attached and then to submit
their offer. Incomplete tender documents shall be rejected straightway without
any reference to the tenderers. Leaving any column not filled in or with
cuttings will lead to rejection of the tender.
6. Earnest Money Deposit : Rs._______________ (Rs. ____________________________________________ only) in the
(EMD) and Validity form of crossed Demand Draft/Pay Order/Fixed Deposit receipt/Bank Guarantee in
favour of ICAR Unit CIPHET, Payable at SBI, Ludhiana from any Commercial Bank.
7. OFFER VALIDITY : 90 days from date of opening of tender.
In the absence of any indication in the tender documents submitted of the date up to
which the offer has been kept valid, it will be taken that the offer will remain open for
acceptance for the period specified in the Schedule to Tender.
8. Extension of validity & : If the validity of the tender is extended, the validity of the Earnest Money Earnest money will
also have to be suitably extended by the tenderer failing which their tender shall not be
considered by the purchaser after the expiry of the said period.
Signature of Tenderer with office seal
8
9. Eligibility for Responding : i) Only those firms should respond who are the manufacturers or authorized dealers/agents of
the stores specified in the tender specifications.
ii) The foreign manufacturers of the tendered stores will have to specify in the tender
document, details of the sales service to be provided after expiry of warranty period.
iii) Indian agents of foreign manufacturers/principal are allowed to participate in the tender
subject to the following conditions: -
a) The Indian agent will submit along with the tender documents a copy of latest authority
letter/agreement from the foreign manufacturer /principal.
b) Such agreement/authority with the foreign manufacturers/principal should be a long- term
agreement and not merely for the present tender.
c) If the agreement is only for the present tender, the offer received is liable to be rejected.
d) The Indian agent will provide details of the after sales service and post contractual support
i.e. repair, maintenance, supply of spare parts etc. that he will carry out.
e) Offers from firms whose business activities are limited to procuring items from
manufacturers, both Indian and Foreign and supplying the same to the purchaser, and having
no after sales service backup will not be entertained.
f) Where the quoting party /Indian representative claims to be subsidiary or branch office or an
authorized representative or principal foreign manufacturer /supplier in India, then a copy of
approval from RBI/Ministry concerned for operating business in India as subsidiary /branch
/liaison or joint –venture may be submitted with offer. The Indian agent of foreign
manufacturer should be enlisted with DGS&D for all items except for the prohibited items
as per the Foreign Trade Policy of Govt. of India. A copy of the current Enlistment
Certificate with DGS&D may be enclosed to the items specified for this.
g) The tenderer must submit last two years income tax return and copy of PAN Card
h) The tenderer must have latest VAT/Sales Tax Clearance certificate alongwith copy of
Registration certificate under Sales Tax.
i) The firm must have trade registration certificate
j) The tender from principal firm and authorized agent/dealer will not be accepted
together.
10. Opening of Tender : Tendering firms can authorize a representative to be present at the opening
of the tender. The representative must bring with him a letter of authority from the firm
to be present at the opening of tender. However, in the case of Limited Tender/quotations it
is not applicable. The Limited Tender/quotations will be opened by the Committee.
10 (A) : The purchaser has the right to have a demonstration of the equipment/item in his premises. The
supplier has to abide by this condition. The demonstration has to be arranged by the supplier at
his own cost.
10 (B) : In the case of consumable materials, the firm has to provide sample(s) and in the case of
fabrication prototype has to be provided by the firm.
11. Delivery Required By : For Indian manufacturer - Within 45 days from the Date of issue of award letter or as
specified in the supply order.
For Foreign firms – 90 days from the date of opening of letter of credit (LC).
12. Terms of Delivery : For Indian\manufacturer / suppliers:-FOR ICAR-CIPHET, Ludhiana / Abohar
For Foreign manufacturer / suppliers: - On FOB/FCA Basis
13. Inspection after Receipt of Goods: The inspection will be done by the Committee in the presence of firm’s representative. The
successful tenderer will have to provide at his own cost and arrangement technically qualified
personnel at the consignee’s location for joint inspection. These personnel must be able to
unpack, assemble and demonstrate the use of the equipment fully and identified each
Part/Machines supplied. Any consumables that are essential will be provided by the supplier
free of cost.
In case of receipt of materials in damaged condition the suppliers will have to arrange
the replacement of goods free of cost. All expenses in this regard will be borne by the
supplier.
9
14. Packing & Marking : The packing and preservation of the supplied goods shall be airworthy/ seaworthy /roadworthy
(as the case may be) so that it may provide their safety during transit period. The seller shall
guarantee that the packing is strong enough to withstand the safety of the goods during
transport. The packing should satisfy the security seal in the clearing warehouse and shall carry
the fragile or other markings as required.
Each packing case shall have labels as follows:
Contract No._______________________
Consignee: Name of the
Division/Unit_________________________________
Signature of Tenderer with office seal
10
Purchaser: Director,
ICAR-CIPHET, Ludhiana – 141 004
All damages which may occur as a result of defective packing shall be borne by the seller.
15. Compliance Statement : The firms must submit compliance statement -cum- technical bid in the format given in
Chapter -IV failing which their offer will be treated as incomplete and is liable to be
rejected.
16. Earnest /Security Deposit : Rs.________________ (Rs._____________________________________only) to be deposited
alongwith Technical bid. in the form of Crossed Demand Draft/Pay Order/ Fixed Deposit
receipt/ Bank Guarantee in the name of the ICAR Unit CIPHET, payable at SBI Ludhiana
from any Commercial Bank. No other form of deposit will be accepted.
There will be no exemption for paying earnest money. However, Firms registered with the
Central Purchase Organization/NSIC only are exempt from submitting bids without EMD
(proof of registration must be attached therefore without which it will not be considered).
In case, therefore, if any tenderer fails to deposit the Earned Money the tender will be rejected
straightway.
EMD, Tender Fee and technical specification must be enclosed separately with
each tender item. The collectively for the same will not be considered for
consolidated item.
17. Guarantee/Warranty : Comprehensive onsite warranty is required. Warranty Terms period will start from the date of
installation of items. In case at installation stores/part of stores are found defective /damaged
during or after delivery to consignee, the suppliers will replace or repair the store under
warranty at consignee’s location in India free of cost or if any case it is required to sent back to
the foreign manufacturer. Bank Guarantee equivalent to the cost of equipment is required to be
submitted before lifting the store. All expenses in this regard will be borne by the supplier.
18. Performance Security : The successful bidder will have to submit a Performance security of equivalent to 10% of
the Contract /Order value before the issue of award letter valid till 60 days + the period of
expiry of the Warranty/ Guarantee period in shape of crossed Demand Draft/Pay order/Fixed
Deposit Receipt/Bank Guarantee from a commercial bank in favour of the ICAR Unit
CIPHET, payable at SBI Ludhiana. The performance security will remain valid till expiry of
warranty period. This will be released beyond 60 days after completion of warranty period.
19. Liquidated Damages : In case the firm does not complete the supply within the laid down agreed delivery period as
per contract, liquidated damages will be charged @ 0.5% per week or part thereof subject to a
maximum of 10% of the contract value. However, the Institute reserves the right to either
further extend or cancel the contract after expiry of delivery date and recover the liquidated
damages from the dues of the firm by legal means.
20. Dispute settlement : The dispute arising out of this contract shall be subject to the jurisdiction of Indian laws &
court at Ludhiana. Sole arbitrator is appointed by the Secretary, ICAR, New Delhi. His
decision will be final and binding to both parties (Supplier and Purchaser).
21. Submission of the proposal : The tenderers must submit the tenders in TWO BID SYSTEM
(A) TWO BID SYSTEM i) The tenderers should submit the tenders in TWO BID SYSTEM i.e. the Tenderers should
give the price bid as per Chapter -V in a separate sealed cover and the technical details/
bid as per Chapter -IV in a separate sealed cover along with detailed specifications of the
store offered supported by leaflets, Brochure, if any.
ii) Both the above mentioned cover should be sealed separately and thereafter be kept in
one big cover and again sealed.
iii) This big cover should also be superscribed with the Tender No., Stores and date of
Tender opening.
iv) Composite bid i.e. rates indicated in the technical bid openly in tender is liable to be
ignored.
v) Only the first cover i.e. Technical Bid shall be opened on the date of tender opening.
vi) Price bids of only those offers, which will be technically acceptable, will be opened
subsequently.
Signature of Tenderer with office seal
11
A. TECHNICAL BID
a) The FIRST COVER should contain the following:
i) Tender documents duly completed and signed but WITHOUT INDICATING THE
RATE QUOTED.
ii) The technical details of the models offered along with the supporting original technical
literature, leaflets, brochures etc. as per Chapter-IV
iii) Earnest Money
iv) Cost of tender form Rs. 500/- for each equipment if downloaded from website.
v) Details of supplies of similar equipment as per Annexure-III along with copies of supply
orders.
vi) Latest agreement /authorization from the foreign firms in case Indian agent is submitting
tender on its behalf.
vii) Trade registration certificate from the RBI/Ministry/department concerned.
viii) Last two income tax return and copy of PAN card.
ix) Latest Sales Tax clearance certificate alongwith copy of Registration
Certificate under Sales Tax.
x) Technical bulletin with specifications clearly stated with model.
B. SECOND COVER should contain the following:
i) Details of rates, taxes, duties, discounts, if any, quoted by the bidder, should be submitted as
per Chapter-V.
ii) Any documents in support of price bid.
iii) For Indian manufacturer rate should be at F.O.R. destination.
iv) For foreign supplier rates should be at FOB basis.
NOTE: a) The word “TECHNICAL BID” should be written clearly and prominently on the
first cover, name of stores and date of opening. Similarly, the word “PRICE BID” should be
written clearly and prominently on the second envelop along with, Name of Store.
b) Full name and status of the person signing the tender documents must be clearly mentioned
in the Tenders.
(B) Single Bid System The bid is to be submitted in single bid system in the case of consumable/ spares /other
goods/fabricated goods etc.
(C) Quotation/Tender unsealed or having overwriting and cutting without proper
attestation and signature will not be considered.
22. Evaluation of the Proposal : A two stage procedure will normally be adopted: -
i) Stage-I:
a) Evaluation of Technical Bids to assess their suitability against the laid down parameters.
b) Tenderers must ensure that they enclose all original technical literature and detailed
documentary proofs which specifically bring out the compliance of the equipment being
offered against the specifications. If necessary the Tenderers may be directed to give a
presentation for evaluation by a technical committee constituted for the purpose.
c) In case it is not possible to verify compliance of equipment as per technical bid due to lack
of adequate documents, in original no reference will be made to tenderer and the bid will not
be considered further and treated as cancelled.
ii) Stage-II
Financial Evaluation
a) The price bids of only those firms found meetings the laid down specifications at stage I
shall be opened, evaluated and considered further.
III) It is in the tenderers interest to include all relevant and detailed technical data as
supporting documents along with their bid.
12
23. Mode of Payment : A. FOR INDIGENOUS SUPPLIES: -
Payment on bill basis after supply, satisfactory installation, commissioning and performance of
the equipment at Ludhiana/Abohar and after certification by our Scientists concerned.
B. FOR IMPORTS: - The payment shall be made through irrevocable Letter of Credit (L.C.).
90% net FOB/FCA prices will be paid against invoice, inspection certificate (where
applicable), shipping documents etc. and balance within 21 – 30 days of successful installation
and commissioning at the consignee’s premises and acceptance by the consignee. Entire 100%
agency commission will be paid after all other payments have been made to the supplier in
terms of the contract. Payment to the Indian agent will strictly be made in Indian rupees after
satisfactorily commissioning of equipment.
All bank charges outside India will be borne by the supplier. In case the delivery date of the
contract is extended to take care of delay in supply, for which the suppler is responsible, the
tenure of the letter of credit so extended, the expense incurred therefore such extension is to be
borne by the supplier.
24. A legal agreement/contract shall be executed with the contractor/firm by the Institute before installation of all/any type of
instrument/machine as per the instructions of the Indian Council of Agricultural Research (ICAR).
Signature of Tenderer with office seal
13
25. Training : THE TENDERERS SHALL PROVIDE TRAINING TO THE USER AS PER
THE TERMS & CONDITIONS OF THE CONTRACT AS HAS BEEN
SPECIFIED IN TECHNICAL & FINANCIAL BIDS FREE OF COST AT THE
TIME OF INSTALLATION/COMMISSION OF EQUIPMENT AT THE
CONSIGNEES/ USERS LOCATION. AS SPECIFIED BY THE PURCHASER.
ALL EXPENSES IN THIS REGARD WILL BE BORNE BY THE SUPPLIER.
26. Insurance : As applicable in the case of imported goods.
For indigenous item it will be responsibility of the supplier to supply the
material in good condition on FOR basis without involving the risk of the
purchaser.
CHAPTER-II
CONDITIONS OF TENDER/CONTRACT
1. All annexures, attached with the Tender should be duly filled in and supported with requisite documents for considering any offer as
a complete offer.
2. Director, ICAR-CIPHET, Ludhiana, reserves the right to cancel/reject any or all the tenders without assigning any reason.
3. Director, ICAR-CIPHET, Ludhiana, also reserves the right not to purchase any equipment mentioned in the tender.
In case of open tender form downloaded from website tenderers must enclose Demand Draft of tender cost Rs. 500/- (Rs. Five
Hundred only) in favour of ICAR Unit CIPHET payable at SBI, Ludhiana for each equipment. The tender received without required
Bank Draft shall be rejected.
4. EARNEST MONEY DEPOSIT:- EMD of Rs._________ (Rs. __________________________________ only) must be deposited in
the form of crossed Demand Draft/Pay Order / fixed deposit receipt/ Bank Guarantee in favour of ICAR Unit CIPHET payable at SBI,
Ludhiana from any Commercial Bank. No other form of deposit will be accepted. Technical bid without supported with earnest
money, therefore will be rejected.
There will be no exemption for paying earnest money. However, Firms registered with the Central Purchase Organization/NSIC only
are exempt from submitting bids without EMD (proof of registration must be attached therefore without which it will not be
considered).
a) No interest shall be payable by the purchaser on the EMD deposited by the tenderer.
b) The EMD deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates from the
tender in any respect within the period of validity of his tender.
c) If the successful tenderer fails to furnish the performance security as required in the contract within the stipulated
period, the Earnest Money shall be liable to be forfeited by the purchaser.
d) EMD of the unsuccessful tenders shall be returned after finalization of tender.
5. The firm must supply the user list and latest client satisfaction certificate of the equipment to the IIT’s, IISC and ICAR
Institutes, otherwise tender will not be considered.
6. GUARANTEE/WARRANTY
I. Except otherwise provided in the invitation to tender the contractor hereby declares that the
goods/stores/articles/equipment sold/supplies to the purchaser/consignee under this contract shall be of best
quality and workmanship and new in all respects and shall be strictly in accordance with the specification and
particulars mentioned/contained in the contract. The contractor hereby guarantees that the said
goods/stores/articles would continue to confirm to the description and quality aforesaid for a period of Twenty
Four months from the date of receipt of goods/articles/equipment in good condition at site by the consignees in
case of supply contract and Twenty Four months from the date of installation and satisfactory taking over of the
goods/stores/articles/equipment at site by consignee where installation and commission is involved and
notwithstanding the fact that the purchase /inspection authority has inspected and/or approved the said
goods/stores/articles equipment or such if during the 24 months the said goods/stores/articles/equipment be
discovered not to confirm to the description and quality aforesaid or not giving satisfactory performance or have
deteriorated and the decision of the purchase /consignee in that behalf shall be final and biding on the
contractor/seller and the purchaser shall be entitled to call upon the contractor/seller to rectify the
goods/stores/articles/equipment or such specified period as may be allowed by the purchaser in his discretion
14
on application made thereof by the contractor/seller, and in such an event, the above period shall apply to the
goods/stores/articles/equipment rectified from the date of rectification mentioned in the warranty thereof,
otherwise the contractor/seller shall pay the purchaser such compensation as may arise by reason of the breach
of warranty therein contained.
II. Guarantee that they will supply the spare parts, if and when required on agreed basis for an agreed price. The
agreed basis could be and including but without limitation an agreed discount on the catalogue price or an agreed
percentage of profit on landed cost.
III. Warranty to the effect that before going out of production for the spare parts they will give adequate advance
notice to the purchaser of the equipment so that the later may undertake the balance of lifetime requirements.
NOTE: - In case of any discrepancy in the period of guarantee/ warranty mentioned anywhere else in this
Tender document, the stipulations as mentioned in the chapter III (specification of the equipment/ item to
be purchased ) would prevail.
7. Price: - The price quoted shall be on firm and fixed basis and should be reasonable living no scope for any further
negotiation on price.
A. For goods manufactured in India: - on FOR basis (including all kind of charges and taxes)
i) Installation commissioning charges, if any
B. For goods manufacture abroad: - The price of the goods should be quoted on FOB basis excluding the Indian
agent commission if any.
Installation commissioning charges, if any
The Institute is exempted from payment of excise duty. Hence, excise duty will not be paid to the firm.
Sales tax we are not authorized to issue Sales Tax Form C&D;
The Institute is exempted from payment of Custom Duty
7 (A) AMC of Equipment: After the warranty/Guarantee term is over, the firm should mention the charges of AMC atleast for first three
years.
NOTE: - In case of any discrepancy in the period of and/or AMC mentioned anywhere else in this Tender document,
the stipulations as mentioned in the chapter III (specification of the equipment/ item to be purchased) would
prevail.
8. Penalty for use of undue influence:-
The seller should undertake that he has not given offered or promised to give directly or indirectly any gift,
consideration, reward, commission, fees brokerage of inducement to any person in service of the Purchaser or
otherwise in procuring, the contract or forbearing top do or for having done or for borne to do any act in relation or
execution of the contract or any other contracts with the Institute for showing or for bearing to show favour or
disfavor to any person in relation to the contract or any other contract in the ICAR-CIPHET. Any breach of the
aforesaid undertaking by the seller or any one employed by him or acting his behalf whether with or without the
knowledge the seller or the commission of any offers by the seller or any one employed or acting on his behalf, as
defined in Chapter-IX of the IPC, 1860 or the Prevention of Corruption Act, 1947 or any other Act enacted for the
Prevention of Corruption shell entitle the purchase to cancel the contract and all or any other contract with the
Institute seller and recover from the seller the amount of any loss arising from such cancellation. A decision of the
purchaser or his nominee to the effect that a breach of the undertaking had been committed shall be final and
binding on the seller.
Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the seller towards
any officer /employee of the purchaser or to any other person in a position to influence any officer /employees of
the purchaser for showing any favour in relation to this or any other contract sell render
9. LAWS GOVERNING THE CONTRACTS : - The contracts shall be governed by the laws of India for the time
being in force. The contract shall be interpreted in accordance with these laws.
10. Jurisdiction of Court: - The court of the Ludhiana shall have a Jurisdiction to decide any dispute arising out of
or in respect of contract.
11. Force Majeure Clause : - The Supplier shall not be liable for forfeiture of its performance security, liquidated
damages or termination for default, if and to the extent that, it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force Majeure. For purposes of this Clause, “Force
Majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence
and not foreseeable. Such event may include, but are not limited to, acts of the Purchaser either in its sovereign
or contractual capacity, wars or revolutions, fires, floods. Epidemics, quarantine restrictions, strikes, lockout or
any act of war. Notice of the happening of any such event is given by either party to the other within 15 days
from the date of occurring thereof. However either party at its discretion can terminate the contract in such
cases.
15
12. Termination of contracts:- Time shall be the essence of the contract. The purchaser shall have the right to
terminate the contract without any notice in part or in full in any of the following cases.
a) The delivery of the material is delayed for causes not attributed to Force Majeure after the scheduled date of
delivery.
b) The seller is declared bankrupt or becomes insolvent.
c) The delivery material is delayed due to causes of Force Majeure by more than reasonable time.
d) In case Performance Security is not furnished within the time period specified by the purchaser.
Supply in the case of successful Tenderer should strictly confirm to the specifications of the equipment being
purchased.
Any change in Address /Telephone/Fax/e-mail of the tenderer should immediately be informed. The state of non-
communication by the firm will make the offer liable for rejection.
13. The successful bidder will have to provide the original proforma invoice from the foreign principal (duly signed in
ink), in case of imported item/equipment, within 15 days of the date of receipt of purchase order, otherwise the
purchase order will automatically stand cancelled without any further communication.
14. Govt. Regulations: - It shall also be confirmed that there are no Govt. restrictions or limitation in the country of
the supplier or countries from which sub-components are being procured and/or for the export of any part of the
system being supplied. Supplies/Contracts shall provide a certificate this effect.
15. Late /Delayed tenders shall not be considered at all. These will be returned to the firm as it is at their expenses.
Post tender revision/correction shall also not be considered.
16. Acceptance or rejection of offer: - The Director, ICAR-CIPHET, Ludhiana reserves the right to accept or reject
any tender in part or full without assigning any reason thereof. The successful bidder should submit order
acceptance letter within 10 days from the date of issue.
17. Page Numbering & Signatures: - Every page of the tender must be numbered and signed by the authorized
signatory giving his/her name and designation below the signature.
18. In case of imported equipments, the tenderer will have to submit Tax Residency Certificate and no
permanent establishment in India certificate. If there is permanent establishment in India, then bidder will
have to pay TDS as per rules.
Signature of Tenderer with office seal Sr. Admn. Officer
16
Chapter-III
ICAR-CIPHET, Ludhiana
Specification of the equipment / item (in detail) to be purchased.
1
2
3
4
5
6
Signature of Tenderer with office seal
17
Chapter-IV
ICAR-CIPHET, Ludhiana
TECHNICAL BIDS
(To be sealed in separate Cover)
Specification of the equipment / item(in detail) to be purchased.
S.N
Details of Technical Specifications
Whether
complied
with
YES/NO
If yes, please
attach Tech
literature of the
equipment duly
printed &
clearly specify
page No of
Bulletin which
specifically
confirm this
If no, attach
deviation
statement
Remark
s (if any)
N.B.:- All the bidders are requested to provide true statement in the columns. Concealing of facts will liable to be
rejected the tender completely. No communication will be made in this regard.
All the bidders are requested to submit the copies of all the supporting documents separately if they are
participating in more than one equipment.
Signature of Tenderer with office seal
18
Chapter-V
ICAR-CIPHET, Ludhiana
PROFORMA FOR PRICE BID
(Compulsory to be filled up with details by the bidder& sealed in
separate cover)
S.
No
Details of Specifications Rate/Unit Net Price
1.
2.
3.
4.
5.
6. Optional accessory
I) Ex factory price offer (excluding agency commission, to be
invariably separately shown and if nothing is claimed reasons thereof
must be indicated failing which the bid will not be considered)
II) Training Cost, if any
Packaging & handling charges
FOB Price excluding agency commission
Any payment to be paid in Indian Rupees towards agency commission,
supply of Indian made item and other charges like VAT /S.T.
Name of items: -
1.__________________________________
2.__________________________________
3.__________________________________
4.__________________________________
VAT + S.T.__________________________
Total
*Components to be supplied locally to be clearly indicated.
Signature of Tenderer with office seal
19
Annexure-I
PERFORMANCE STATEMENT FOR LAST 3 YEARS Must be enclosed of all the quoted equipments, otherwise the tender will not be
considered.
S.
No.
Name of the
items
Name of the
office by whom
order was placed
Order No. &
date (Please
enclose copy
of supply
orders)
Value of
supply
order
Delivered in
time or not
If not
please
specify
the
reason
Attach
satisfactory
working
report from
each office
(Yes/No)
Signature of Tenderer with office seal
20
Annexure-II
CERTIFICATE TO BE SIGNED BY THE TENDERER
CERTIFICATE
It is certified that I have read and understood and will comply all instructions contained in tender
enquiry and its schedule. All pages of schedule to tender from page ____________________ to
___________________ have been filled properly and signed.
Signature of tenderer: -_____________________
Name in block letters: _____________________
Name of firm:_____________________________
Full address:______________________________
______________________________
______________________________
______________________________
i) Telephone No._______________________
ii) Mobile No.__________________________
iii) Fax No._____________________________
iv) Email id____________________________
v) Website____________________________
Signature of Tenderer with office seal
21
Annexure-III
Check list for Tenderers
Before submission of tender documents, Tenderers should check they have complied with the following
requirements: -
Sl. No. Requirements to be checked before submission of the tender Compiled
(Please indicate)
Yes after
complying with the
requirement)
1. Cost of Tender has been enclosed with tender document, if downloaded from website. If not, then
supporting documents proving exemption to this enclosed.
2. Earnest money Deposit (EMD) has been enclosed.
3. Copy of valid enlistment certificate with DGS&D in the case of Indian Agent enclosed only in case
the bid is for item falling in the restricted list of the Export & Import Policy of Govt. of India.
4. Copy of trade registration certificate from the RBI /Ministry or department concerned in the case
of foreign subsidiary firm
5. Enclose sales tax registration certificate and PAN No.
6. Complete tender documents have been enclosed, after signature & stamping on ALL pages.
7. Signatures of witness with full name and address have been added whenever required on tender
document.
8. Proposal has been submitted in two bid systems – Technical Bid & separate price Bid as per tender
enquiry.
9. Offer validity as required in tender has been accepted & clearly mentioned in tender document.
10. Delivery Terms & Period as per tender have been accepted and mentioned in tender.
11. Payment Terms as per tender have been accepted and mentioned in tender.
12. Compliance statement as per chapter-IV has been enclosed along with supporting technical
documents /proof for each point/parameter clearly showing it is complied with or not.
13. Performance statement for 3 years as required in tender, in the laid down format as per annexure-I,
has been enclosed. If not, reasons to be specifically given in writing.
14. Warranty terms as per tender accepted.
15. Annexure-II regarding compliance of all conditions mentioned in the tender form has been
enclosed.
16. Status of tenderer has been clearly written in tender – manufacturer or manufactures authorized
agent. If authorized agent, valid latest agreement authority letter/agreement for the stores quoted
from the manufacturer has been enclosed.
17. Free Training on use of equipment after supply, as specified tender, has been accepted in writing.
18. Technical and financial bid along with necessary documents have been sealed in separate envelops
and both envelops again sealed in a big envelops with prescribed writing on envelops.
19. The tenderer has clearly mentioned in writing that business dealings with their firms have not been
banned by any Govt./Private agency.
20. If the tenderer wants to mention any specific condition, it must be mentioned on the
covering/forwarding letter only which will be placed on the first page of the technical bid. Such
condition mentioned in any other document shall not be given any consideration.
21. The tender from principal firm and authorized agent/dealer will not be accepted together.
Signature of Tenderer with office seal
22
Specification of the equipments
Sr. No Name of Equipment
Specifications No.
1. Amino Acid
Analyser
An automatic computer controlled ultra fast high performance liquid chromatograph
system equipped with a suitable quaternary gradient solvent delivery system with
Auto sampler, Column compartment, PDA Detector, Florescence Detector & Data
acquisition system
software to perform chromatographic operations and control of different modules of
HPLC is required.
1. Quaternary Gradient Pump:
Delivery unit should provide error-free programming of pump parameters including
flow rates, operating pressure limits, compressibility compensation, calibration and
diagnostics.
Programmable flow rate range: 0.001 to 8 mL/min.
Max. Operating pressure: 15000 psi or more at all flow rates.
Flow precision: 0.05 % RSD or less.
Flow rate accuracy: +/- 0.1 % or better
Delay Volume: 690 L or better.
Automatic piston seal washing facility should be available.
The pump should have GLP features like maintenance feedback for continuous
tracking of instrument usage with user settable limits and feedback messages.
Four channel Online vacuum degasser for gradient operation.
2. Auto sampler
Injection volume range minimum up to 100 uL or more.
Auto sampler with Heating (4-45 Degrees) & cooling facility.
Auto sampler carryover should not be more than 0.004 %
Sample delivery precision <0.5% RSD or better
Standard vials of 2, 4 & 8 mL can be used with the system.
At least 100 samples should be accommodated.
Additional 200 Sample vials should be provided with the system.
3. PDA Detector
Wavelength range: 90 - 800 nm or better with accuracy1 nm or better.
Light source: Pre-aligned Deuterium lamp and Tungsten (W) lamp
No of elements: 1024
Data acquisition rate: 200 Hz or more.
Peak purity software should be provided.
3-D analysis software
Flow cell: 10mm path length, 10 to 13 uL volume (standard)
6. Thermostatted Column Compartment
Temp setting facility: 5 to 110°C or more with accuracy as ± 0.5°C or better, Column
identification feature,
able to accommodate two or more analytical columns of 30 cm length
8. Solvent Filtration Kit
9. Chromatography Software
Chromatography Software should have client/server, 32-bit design for windows 2000
& XP Professional. Network control chromatographs, view real time data acquisition.
Customized views and reports as per requirement with report items, graphical plots,
controls & customized calculation. Real time triggers to react the condition i.e. to take
action on Fault, .Leakage, Stop, Start, wavelength switching, injection etc.
The software should be GLP/GMP/21 CFR Complaint with electronic signatures etc.
10 .Columns
C18 Analytical Column (2-3 Micron): two no.
C-8 Analytical Column (2-3 Micron): two no.
Guard columns for above columns: 8 no.
11. Amino Acid Analysis Kit (for 500 samples)
(Kit should include Standards, cartridges & reagents etc required for amino Acid
analysis)
01
23
Computer:
Computer (of reputed brand) with Laser printer.
Online 5 KVA UPS.
Spares
Additional Spares viz. Piston Seals, Ferrules, Solvent Filters and Nuts should be
provided for smooth operation of system for One Year.
13. Warranty
Two years of warranty from the date of installation should be provided with the
system.
Optional:
Refractive Index Detector
Refractive Index Range: 1.0-1.75 RIU
Noise < 2.5 10-9 RIU mode or better.
Flow rate up to 10.0 ml/min.
Temperature control: 30 to 45°C or more, adjustable in incremental steps
Optical & Electronic auto zero
4. Fluorescence Detector with Flow cell.
Light Source: Xenon Flash Lamp
Data acquisition rate: 200 Hz or more.
Spectrum Scanning Modes: Stop-/continuous-flow excitation/emission.
Wavelength Range: 200-650 nm or more.
Raman SIN Sensitivity> 550.
Spectral Bandwidth: Excitation/Emission 20 nm or better.
Wavelength Accuracy: ±2 nm or better
Flow cell thermostating: Ambient +10°C to 50 °C.
Emission Filter: Variable, 5 positions
Along with Contamination Free Cabinet
a) It should be based on filter-less technology & self cleaning method.
b) Capable of eliminating germs like viruses, bacteria, airborne microbes, yeasts
& moulds, fungi & harmful volatile organic compounds.
d) Compact design & easy to install.
e) Ceiling or Wall-mount.
f) Environment friendly & should not produce Ozone or other harmful byproducts.
f) Low energy requirement & voltage range 100-240 volts.
g) Safe, Effective & Simple to maintain & low maintenance cost.
h) Should not be affected by humidity & temperature.
i) Approved by FDA or equivalent agency.
j) Compatible with existing air flow system.
k) Suitable to operate 24x7.
2. Automatic ashing
and drying system
Instrument shall be able to digest the plant samples and other samples, suitable for acid
digestion with magnetron.
System with have automatic vessels recognition and counting facility
System with incorporate a IR temperature sensor to measure the temperature of all
vessels in order to insure the accurate measurement and control of temperature in
every vessel.
System with minimum power output of 1800 watts or more with dual magnetron
System with active pressure control (vent-and reseal) mechanism on each vessel for
releasing the excess pressure to avoid any explosion
System must be quoted with 8 self-regulating vessels (with vessel holder) of 100 ml
capacity made of PTFE-TFM or better vessel with suitable Rotor. Each vessel must be
capable to have temperature up to 250°C or more with a working pressure of 500 psi
(35 bar) or more.
Heating of inorganic samples as per EPA Standards
Equipment with exhaust/ equal technology to remove the fumes.
Vessels have over pressure guard.
High quality safety features. Equipment complies with EPA standards and must be
able to disables the magnetron if disturbances occur inside the cavity.
All the accessories required for running the equipment including wire, plugs etc.
should be supplied with the equipment without additional cost.
Training, at site after installation and commissioning for the operation, trouble
01
24
shooting and general maintenance of the system is must.
Power Supply: Power input to be 220-240V AC, 50Hz fitted with Indian plug.
Standards and Safety: should Comply with EPA to establish and audit trail. Electrical
safety conforms to standards for electrical safety.
Documentation: User/Technical/Maintenance manuals to be supplied in English.
Calibration and routine maintenance support is to be provided as per requirement.
Warranty: Warranty at site for 2 years
3. Agarose
Electrophoresis
Unit
A. Specifications for Horizontal Electrophoresis Unit including base gel running
unit with safety lid with UV Transparent gel trays
UNIT SHOULD HAVE: Cell size (W x Lx H) : approx 15x35x8 or more.
Gel tray size (W x L): approx 15x25 cm
Gel Caster : it should be able to accommodate at least gel tray of approx
15x25 cm and 15x 10cm with casting gates
Comb size: 1.5mm thick each of 15 wells,20 wells
Hand casting: Multiple options for hand casting gels of different sizes.
Accessories
1. Gel tray size (W x L):1. approx 15x 10cm.
2. 1.5mm thick – 2 no. each of 15 wells,20 wells.
B. Specifications for Vertical Electrophoresis Unit for Protein
Gel Capacity :No of gels 1-4,
Can be precast gels/handcast gels using spacer plates
Glass plate size: (W x L) Short plate approx 10 X 7 (± 0.5 )cm or more
Spacer plate: approx 10 X 8 (± 0.5 ) cm or more
Gel Size (W x L) Handcast : approx 8 X 7 (± 0.5 ) cm or more
Precast: approx 8.5 X 6.5 (± 0.5 ) cm
Combs : 1mm thick 10 wells
Buffer volumes: for 2 gels approx 700 ml Run Times for SDS-PAGE
:Approximately 45 min (at 200 V constant)
Should have option for upgradeable to trans blot system and electroeluter.
C. Specifications for Power Pack
Output range (programmable) 10–300 V, fully adjustable in 1v step
75 W maximum
4–400 mA, fully adjustable in 1 mA steps
Output terminals 4 pair recessed banana jacks in parallel
Timer 1 min–99 hr 59 min, fully adjustable.
Type of output Constant voltage or constant current with automatic
crossover
Onsite training at the time of installation
01
4. Water Quality
Monitoring
Equipment
Specifications of Multi parameter water quality measurement system /Multi-probe
water quality meter
Multi-probe multi parameter water quality measurement system should be state of
art water quality measurement platform.
It should have universal ports to accommodate a variety of sensors for analyze
water quality parameters continuously in a water system and record data online
on the spot. The parameters are Temperature, pH, Conductivity, Dissolved
Oxygen, Turbidity, Total Suspended Solids, Ammonia.
The sensors should have hermaphroditic wet-mateable connectors. Optical probe
should be provided for DO.
System should be supplied with appropriate real time display and /monitor, data
recording and storage (8-32 GB), built in Bluetooth wireless technology and Wi-
Fi connectivity for cable free communications when calibrating, communicating
and downloading data. It should also support USB output and legacy SDI-12
output through the use of Signal output adaptors.
01
25
The instrument should be capable of self-powering mode from an internal power
supply using a set of alkaline batteries, or rechargeable batteries that are available
for purchase in the local market. Batteries should be removable via an external
hatch without exposing its electronics. However, it should also be operational by
220 Volt AC normal electrical power supply.
Appropriate cable of 5 m length with all the required adaptors, carry case and
accessories should be provided. One set of extra probes, sensors, batteries should
be provided as spare.
The instrument should be supplied with a user-friendly software program
providing communication and data processing. Data should be presented in both
report and graphical form. The software should be capable of exporting data in
Microsoft Excel format.
The instrument should be compatible with laptop or notebook for calibrating,
configuring, reporting and logging status and real time collection of data.
The software should be provided along with a laptop/notebook for easy carriage
to the site of work with configuration: i5 Processor, 8 GB RAM, 1 TB Hard
disk, Genuine Windows 10 OS, Genuine MS Office, Wi-Fi & Bluetooth, Anti-
virus software and carry case.
Other details
Component 1. Specifications for pH and Conductivity (Quantity 1)
pH Conductivity
Measuring range 0.00 to not less than
14.00 pH
-1900 to 1900 mV or
more
0 °C to 100 °C
0.0 µS/cm to 190 mS/cm or
more
0.1 mg/L to 190 g/L (TDS) or
more
0.00 to 19 psu (salinity) or more
0 °C to 100 °C
Resolution 0.01 pH
1 mV
0.1 °C
Automatic range/ 0.00 to 19
psu/0.1 °C or more
Error limits ±0.01 pH/± 1 mV/
±0.5 °C
± 0.5 % of the measured value /
±0.3 °C
Calibration 2 points
4 predefined buffer
groups
1 point
3 predefined standards
Display Liquid crystal
Housing ABS/PC reinforced
Power supply 4× AAA / > 500 operating hours
Size/weight Handy / 0.15-0.5 kg
Component 2. Specifications for Dissolve Oxygen testing equipment
Dissolved Oxygen Range : 0.00 to 20.00mg/L (or more)
Resolution : 0.01 mg/L
Dissolved Oxygen Accuracy : + 0.3mg/L
Saturation of Oxygen : 0 to 200.0%
Accuracy :+ 5.00%
Temperature Range : 0.0 to 50.0 °C
Temperature Accuracy : + 0.3C
Temperature Compensation :0 to 40°C,
Automatic Salinity Correction :0 to 35g/L
Barometric Pressure Correction :400 to 800 mm Hg, 6O to 112.5 kpa or more
26
Calibration Points : 1 or 2 points(100% in air or 0% in zero oxygen
solution )
Memory : 90 or more data sets with date/time stamping
Output :USB Interface
Power Requirements : should be operational both by DC 9V and AC adapters,
220VAC, 50Hz
Component 3. Specifications for Turbidity Meter
NTU Range :0-1, 0-10, 0-100, 0-500
Accuracy :±2% of F.S. in 0-1 & 0-500 NTU Range ±1%
of F.S. in 0-10 & 0-100 NTU
Range Light Source :Latest LED Technology
Detector :Photo Cell / Photo Diode
Calibration :With std Solution
Display :20 x 4 Alphanumeric LCD Display
Power :230 Vac 10%, 50 Hz
Component 4. Specification for TDS meter
TDS Range : 0 - 9000 ppm (mg/L) or more
Temp. Range : 0 - 80 degrees Celsius
Resolution : 0-999: 1 ppm; 1000-9990: 10 ppm (indicated
by a 'x10' icon)
Temperature Resolution : 0.1 degree Celsius (Celsius only)
Accuracy : +/- 2%
EC-to-TDS Conversion Factor : NaCl (avg. 0.5)
ATC : Built-in sensor for Automatic Temperature
Compensation of 1 to 50 degrees Celsius (33 to 122 degrees Fahrenheit)
Power source : 2 x 1.5V button cell batteries (included) (LR44
or equivalent)
Battery life : 1000 hours of usage
Component 5. Specifications for other parameters
Water Testing Kit which may include simple tests to assess the levels of specific
physical, chemical and biological components. Physical (pH, Temperature,
Turbidity), Chemical (Fluoride, Chloride, Residual Chlorine, Hardness, Iron,
Phosphate, Ammonia, Nitrate, Dissolved Oxygen) and Biological (Coliform Bacteria,
Benthic Diversity).
5. Fluid Bed
coater/dryer Fluid Bed processor (a) Batch Size : 200 gm or more (up to 1 kg).
(b) Product Container : Useful volume : above 200 ml Container should be made of
transparent plastic/SS316L grade or better quality. Preferrably with portion of
toughened glass/ transparent plastic to ensure visibility of process.
(c) Spray Nozzle: Binary (Two Fluid) nozzle for atomizing liquids with nozzle
aperture size 0.4 to 1.0mm.
(d) Controls & Display : Air pressure, filter blowing pressure and temperature.
(e) Filter Cleaning: By air purging / blowing.
(f) Peristaltic Pump & Compressor : The equipment has to be supplied peristaltic
pump and compatible air compressor.
(g)Power: A/C Single/3 phase220–240V 50Hz
(h) Warranty / Extended Warranty : 03 (three) years from the date of installation and
final acceptance
(i) User list, at least two contact details of users who can vouch for satisfactory and
continuous performance of fluid bed processor for last two years (without these the
offer may become invalid).
Test runs with food components at ICAR-CIPHET.
(j) Bidder to specify space, wattage and other utilities required
(k) GMP Compliance Preferable.
(l) Optional(with separate price):
i) Spray congealing accessory to cool molten material with cool or chilled air
01
27
ii) If bottom and top spray accessories are available, one of them to be quoted
as optional item
6. Membrane
emulsification
system
Membrane emulsification system S.S. 316 Mounted Module with S.S. Housing fitted with inlet and outlet pressure
indicator suitable for Tubular ceramic/glass membranes with suitable pump for
emulsification of fats using microfiltration membranes.
Membrane area: 0.4 - 0.5 m2
Membranes (preferably monoporous)
Glass/Ceramic tubular : 0.2 Micron Quantity: One
Glass/Ceramic tubular : 0.1 Micron Quantity: One
Glass/Ceramic tubular : 0.05 Micron Quantity: One
Warranty / Extended Warranty : 02 (two) years from the date of installation and final
acceptance
The bidder should provide other accessories like wall or piping system for individually
controlling testing units.
Test runs at ICAR-CIPHET.
Optional items: (with separate prices)
i) Completely hydrophobic MF membranes of sizes as mentioned above
(to pump oil through membrane in to water on outside for making oil in
water emulsion to encapsulate functional food ingredients)
ii) spare tubings and pressure gauges etc suitable for above module
01
7. Multi point stirrer -For stirring 5 or 6 beakers or flasks simultaneously without heating
-Temp.: ambient to 100°C
-Speed range : 0 – 1200 rpm
- speed control: 10 rpm steps
-Stirring quantity max. per stirring position : 300-500 ml water
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
Test runs at ICAR-CIPHET.
The bidder or his principal should have manufactured and supplied at least 10 such
systems (IITs, IISc, NITs, IISERs).
Performance certificates from at least two of above users (with contact details of users
who can vouch for satisfactory and continuous performance for last two years).
Without these the offer may become invalid.
01
8. pH meter Bench top pH meter
pH Measuring Range: -2.000 to 20.000
pH resolution: 0.001
Temp range -10 to 100 degrees
pH accuracy +/- 0.002
Calibration Points: five points
8 predefined and 1 user defined Buffer groups
Automatic Buffer recognition
Automatic, Manual & Timed endpoints format
Password protection for System settings, Login & deletion of data
Data storage of up to 1000 measurements
GLP compliant print formats
Sensors should be available with chip based memory for auto recognition
and storing calibration data
Certified IP54 for dust and water protection
Connectivity with computer for data storage
Optional sensor should be available for measuring pH in micro volumes like
PCR tubes, NMR vials,96 well plates for volumes as low as 5 µl (separate
28
prices for all optional items)
Optionally additional electrode to be quoted
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
Test runs at ICAR-CIPHET.
The bidder or his principal should have manufactured and supplied at least 10 such
systems (IITs, IISc, NITs, IISERs). Performance certificates from at least two of above
users (with contact details of users who can vouch for satisfactory and continuous
performance for last two years). Without these the offer may become invalid.
9. Spray dryer Benchtop/table top spray dryer
Capacity 100–500 ml/h
Temp. range of Inlet air 30°C–300°C
Control accuracy ± 1°C
Feed pump 30–2000 ml/h
in steps of 1% of pump capacity
controlled through PLC.
Consumption of dryer air 20–100 m3 /h
Spray system two fluid nozzles
Spray direction downwards co-current
Power A/C Single/3 phase220-240V 50Hz
Auto deblocking provision with variable timing
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
GMP Compliance
Test runs with maltodextrin solution at ICAR-CIPHET.
Performance certificates from users (IITs, NITs, IISERs) with at least two contact
details of users who can vouch for satisfactory and continuous performance of
benchtop spray dryer for last two years (without these the offer may become invalid).
Optional: Spray congealing accessory to cool molten material sprayed with cool or
chilled air (with separate price)
01
10. Main motor drive Main motor drive to run different attachments
Main motor : 1 hp or less
Variable Speed : 0-400 rpm
Electronic/plc based control
It should be able to run different attachments such as pan coater, double cone
mixer, piston type homogenizer (for making emulsions)
A/C Single/3 phase 220-240V 50Hz
Bidder to specify space, wattage and other utilities required.
Warranty / Extended Warranty : 03 (three) years from the date of installation and final
acceptance
Optional items of compatible capacities for small lab scale i.e. up to 1 kg per batch
(with separate prices):
i. pan coater
ii. double cone mixer
iii. piston type homogenizer
Test runs at ICAR-CIPHET.
The bidder or his principal should have manufactured and supplied at least 5 such
systems. Performance certificates from at least two of above users (with contact details
of users who can vouch for satisfactory and continuous performance for last two
years). Without these the offer may become invalid.
01
11. Compression
Molding Machine
Compression Molding Machine, both plates heated and cooled
Capacity/ Clamp Force: 20 to 50 tons
Plate size: 10” x 10” to 30” x 30”
Heated plates Between 100 to 400C with electric heatings digital PID temperature
01
29
controllers and Programmable ramping controllers, Air-cooled heat exchanger
Audible or visual alarms, Automatic transition from closing to pressing speed, Clamp
area guards with keyed interlock
Closing speed 70 IPM (approx.)
Contact gauge for quieter & more energy efficient operation
Digital display of clamp force, Electrically / Motor Operated
Electronic force control, Extended tie rods
Extra heat zones in platen(s), High speed hydraulic package
Low pressure system, Lower sliding platens, Mechanical eject
Mold heat temperature controllers and plugs, Power operated safety gate (in lieu of
standard manual gate
Pressing speed 5 IPM, Pressing speed control, Pressure relief valve with analog
pressure gauge, Shuttle platens
Tilting platens, Water cooled platens,
Work table, Pressure adjustment valves
Easy accessibility for quick maintenance
Appropriate for bio-composite sheet making and plastic sheet making.
Internally Reputed manufactures such as Wabash etc
12. Universal Testing
Machine (UTM)
Universal Testing Machine (UTM)
Dual Column Electromechanical universal testing machine suitable for testing tensile,
compression and flexural/ Peel testing etc. of polymers and composites, with or
without an environmental testing chamber
Suitable for quality control labs and production testing, Universal Testing Machine
capable to work up to 50kN on different load cells such as 2, 5, 10, 25, 30, 50 kN Load
force capacities etc.
100:1 force range (i.e. use the load cell to 1.0% of capacity with no loss of accuracy)
Load accuracy of 0.5% of indicated load
500Hz data acquisition rate (appropriate software such as Bluehill or so so as per
company policy)
100Hz data acquisition rate (appropriate software such as Bluehill & Bluehill Lite or
so as per company policy)
Automatic transducer recognition
Appropriate vertical test space
Computer Interface Via USB or Ethernet, Full software control, Application Software
Suitable and should be compatible with OS or Controlled by PC Must be there
Optional grips and fixtures
Optional temperature chambers but must work at Room Temperature
Internally Reputed manufactures such as Instron , Shimadzu Europa, A&D
company or equivalent
01
13. pH Meter
pH Meter
pH Range : 0-14, Digital Ph meter with least count 0.01, Table Top, rapid and reliable
suitable for a wide range of applications in various areas, such as the food and
beverage industry, as well as water and environmental analysis. Internally Reputed
manufactures
01
14. Dynamometer Max. Power 20-25KW/4000 to 12000RPM Max. speed @1200RPM = 1.5 BHP Max.
Torque 95N-m@1000 to 2000 RPM
The dynamometer should supply with water filter with magnetic separator - A pressure
switch, Suitable for absorbing and measuring power in both direction - Load cell
weaning mechanism
Standard Mechanical Accessories - Universal engine mounting test bed type, Cardan
shaft with guard, Dynamometer calibration kit - Magnetic pickup, Gravimetric fuel
consumption meter
Latest performance certificates from reputed institutes like IITs/NITs and other highly
reputed institutes
01
15. Instron
Universal
Testing Machine
(UTM)
Universal Testing Machine (UTM)
Dual Column, Electromechanical universal testing machine suitable for testing tensile,
compression and flexural/ Peel testing etc. of polymers and composites, metal,
concrete blocks with or without an environmental testing chamber
Universal Testing Machine capable to work up to 50kN on different load cells such as
2, 5, 10, 25, 30, 50 kN Load force capacities etc.
01
30
100:1 force range (i.e. use the load cell to 1.0% of capacity with no loss of accuracy)
Load accuracy of 0.5% of indicated load
500Hz data acquisition rate (appropriate compatible software)
100Hz data acquisition rate (appropriate compatible software as per company policy)
Automatic transducer recognition
Appropriate vertical test space
Computer Interface Via USB or Ethernet, Full software control, Application Software
Suitable and should be compatible with OS or Controlled by PC Must be there
Optional grips and fixtures
Optional temperature chambers but must work at Room Temperature.
Along with one 2 Ton AC with digital, remote control and stabiliser of standard make
companies.
10KVA power backup system for at least one hour of reputed company.
Latest performance certificates from reputed Institutes like IITs/NITs and other highly
reputed Institutes.
16. Hunter
Colorimeter
Handheld Colorimeter, about 30 mm port size; 20-30mm viewed area,
d/8 (diffuse) or 45/0 optical geometry,
30 mm to 3.0 mm measurement area,
Fully portable, one-handed operation, customisable LCD display, With 45°/0° or
diffuse/8° geometry and large area or small area view,
Displays color data, color difference data, color plot, spectral data, spectral data
difference, spectral plot, spectral difference plot, Includes all commonly used color
scales and indices
Averages up to 20 sample readings
Stores: 100 standards and 800 sample measurements,
Operating Environment: 5° to 40°C, 10 % to 90 % RH, Storage Environment: -20° to
65°C, 10 % to 90 % RH.
Suitable for a wide range of sample types, fabrics, paper, powders, granules and
liquids when measured through a sample cup.
Latest performance certificates from reputed institutes like IITs/NITs and other highly
reputed institutes
01
17. Digital
Tachometer
Combination Contact/ Laser Photo Tachometer
Range (rpm) : 2 to10, 000 or more rpm (photo mode/contact mode)
Resolution: 0.1-0.5 rpm (< 10,000 rpm); 1-2rpm (> 10,000 rpm)
Sampling Time: 0.5- 1.0 Sec > 120-140 rpm
Accuracy: 0.05- 0.1% rdg +1 digit (photo mode/contact mode)
06 (3
contact
type
and 3
non-
contact
type)
18. Digital
Hardness
testing machine
(Brinell type)
Max. Load, kgf : 150, Load range, kgf: 10, 60,100,150, Initial load, kgf:
10
The testing machine confirms to IS 2281-1968 for Brinnel, Digital
Hardness testing machine, Automatic load selection, manual operation
with facility of brinnel test. With standard accessories and LCD display
01
19. Digital
Hardness
testing machine
(Rockwell type)
Load range, kgf : 10, 60,100,150 Initial load, kgf : 10 , Least count: 0.1
Load control: Automatic
The testing machine confirms to IS: 3804-1988 BS: 891 parts 1&2,
ASTM: E 18 for Rockwell Test), with standard, accessories, software
and LCD display.
01
20. Hot Air Oven Internal Chamber Size: approx. 600 x 600 x 900 mm
Temperature Range: up to 250°C, Housing Triple walled chamber
required, Inner and outer chamber should be made of stainless steel
sheets. Inter space in between the walls should be tightly packed with
special grade glass wool. ILS Trays / sleeves- 3 to 4 (stainless steel
trays), Door Insulated double walled door with smooth locking
arrangements at the front.
Power Supply: Single / Three phase, Temperature Accuracy: ± 1 °C,
Temperature controller: Digital temp. Indicator cum Controller with
Thermocouple Timer and alarm arrangement required
Warranty: 2 years
02
31
21. Grain moisture
meter
Measurement Principle: Capacitance (Di-electric)
Product calibrations: Wide variety of seed and grains
Sample volume: 200-300 ml
Measurement Range: 1-5%
Response time: Instant
Accuracy: ± 0.5%
Resolution: 0.1 - 0.2%
Temperature: 0-50°C
Humidity: 0-90%
Display: Backlit LCD
02
22. Digital moisture
meter
Measurement Range: 5 – 100 %
Response time: Instant
Accuracy: ± 0.5%
Resolution: 0.1 - 0.2 %
Temperature: 0-50°C
Humidity: 0-90%
Display: LCD
01
23. Infrared Based
moisture meter
Moisture Range 0% to 100%
Measuring Accuracy of Moisture: 0.5-1.0 % Amount of Samples ≥ 0.5 -
1.0 g
Weight of Measurement Samples: Up to 60 g
Readability of Moisture: 0.01- 0.02 %
Temperature Indication Ranges: Room Temperature to160°C
Temperature of the Sample: -40°C to 50°C
Temperature of the Working Environment: -5°C to 50°C. Relative
Humidity: ≤ 80% R.Η
Power Supply: 220 v± 10% Frequency 50 Hz ± 1Hz or so.
01
24. Fuel meter Capacity: 1 to 50 l/h with motor having capacity upto 80 kW;
Measurable Parameters: Total fuel consumption, Instant fuel consumption,
Engine operating time in various mode (idling, optimal, Overload);
Display-Electronic; protection from unauthorized interference and
tampering
01
25. Bulk Density
Apparatus
Bulk Density Apparatus Display: 4 digit seven segment Bright Red
LED
Maximum Counts: 9999
Keyboard: 6 Soft Touch Membrane Keys
Cylinders: 2 Nos. 50/100 MI Cylinders
Drop Height: 25 mm. Approx.
Power: 230 V 10 % AC 50 Hz
Dimensions: 600×450×200 mm (Approx.) (L×B×H)
Accessories: 50 ml Cylinders - 2 Nos., Instruction Manual & Dust
Cover etc
01
26. ISI Test sieves
Frame Dia.: 8 inches
Particle Size Range: 20 µm to 40 mm
Motion: Vibratory
No. of Sieves: 12 sieves and one pan
Electric Volts: 230 V/ 50 Hz.
Material of sieves: Brass
Test sieves opening size: 20, 40, 63, 125, 250, 500 µm & 1, 2, 4, 10, 25,
40 mm
Motor Operated
Noiseless
01
27. Friction and
Slip Tester
Advanced features for measuring Automatic calculation of static and
kinetic coefficient of friction. Selectable speed from 5 to 40 cm per
minute or more. Selectable travel distance from 5 to 25 cm, Load cell:
10 newtons or so, Digital display, storage and editing of up to 100
readings, selectable units (COF or grams) , Settable limits Statistics-
average, standard deviation, high/low results. Report printout with built
in printer Graph Master, compatible output, Static/kinetic coefficient of
friction calculated in one operation. Direct drive arm with unique skid
01
32
control Sled-connecting mechanism ensures level pulling action.Large
color display shows all results and settings. Optional heated platen
available. Measure the sliding resistance of sheet like materials
including plastic film, packaging film laminates, paper, paperboard and
coated surfaces. Paper, Flexible Packaging, Foils, Rubber, Plastics,
Wood, Linoleum, Metal, Printing, Coatings, Composites. Includes
calibration fixtures.
28. Cone
Penetrometer
(Digital
recording type)
Measurement depth range: minimum 80 cm
Parameter to be measured : Depth, penetrator resistance force
Measuring accuracy : ±1%
Required all Accessories and software.
02
29. Flat bed Trolley
Capacity, kg: 1000; Size platform(feet) (Body): Minimum 10 x 6 x 2 ft
Size of chassis: 3750 X 850 mm or higher
Size of axle: 75 x 75 mm square bar
Suspension: Leaf spring 42”[70 x 13 mm main leaf and 70 x 11
mm assembly] or strong
Platform floor MS sheet: 4 mm MS sheet
Side panel: Heavy duty box type 2.5 mm MS sheet ; Rim (disc): Center
plate lock ring type heavy duty; Tyre size: 9.00 x 20; Hydraulic cylinder
capacity, ton: 10; Braking system: As per Automotive Industry Standard
(AIS) 043 with provision of service & parking brake
01
30. Motor operated
Flat Bed Trolley
Product Size: 1500x1000x1100 or less
Plate Size: 1300 x 1000 mm or less
Plate height: 300 mm or less
Maximum capacity: 500 kg
Motor operated
01
31. Spray Pattern
Distribution
System
Test rig sprayer & Hand pump sprayer As per BIS Standard ; mounted on
M.S. Structure duly powder coated. The Unit Comprises of
M.S. Frame Stand with pressure gauge accumulator; Suction & discharge
pipe ; a. Sum Tank & measuring Tank, 1 HP DC motor of 1500 rpm with
dimmerstat arrangement for attaching pressure assembly to Knapsack /
Hand pump Tank ; Digital counter for stroke measurement ; Sprayer Pump ;
Pressure Gauge ; Main Switch
Test rig for foot and rocker sprayer As per BIS Standard; mounted on M.S.
Structure duly powder coated. The Unit Comprises of
Foot & Rocker pump on MS Frame; Pressure gauge accumulator; Suction
pipe & discharge pipe ; Sum &Measuring Tank ; Main Switch 1 HP D.C.
Motor ; 4A Dimmer State ; Hand valve arrangement for changing pump ;
Stop clock; Strap drop.
Tank impact test rig As per BIS Standard; mounted on M.S. Structure du ly
powder coated. The Unit Comprises of ;
M. S. Metallic Fabricated Frame ; Double acting pneumatic Cylinder's 3
No. ; Canti Lever Assembly ; Belt Assembly ; Test tank Assembly ; Limit
switch ; Pressure gauge ; Flow Control Valve ; Electro Pneumatic Solenoid
Valve with Air Compressor ;
Test rig for Fatigue on compression sprayer As per BIS Standard; mounted
on M.S. Structure duly powder coated. The Unit Comprises of ;
M.S. Fabricated Stand with air Compressor single cylinder single phase ;
Air filter Solenoid Valve, Three way valve, Limit switch ; Pneumatic
cylinder; Digital counter with timer Pressure Gauge; Three separate line
for three Nozzle
Test Rig for Trigger Type cut off device As per BIS Standard ; mounted on
M.S. Structure duly powder coated. The Unit Comprises of ;
M.S. Fabricated Frame 1000 X 700 X 1500 approx ; Air Compressors
Single Cylinder Single Phase;Pragmatic Cylinder ;Pressure Regulator ;
Pressure Gauge ; Limit Switch ; Electrical Cut Out (6A) Solenoid Switch
;Spray Nozzle ; Unit with Powder Coated ; STP pump with pipe Assembly.
01 set
33
Nozzle performance test rig. As per BIS Standard; mounted on M.S.
Structure duly powder coated.The Unit Comprises of;
M. S. Fabricated Stand Assembly ; M.S. 'V' channels Spray collecting
Assembly. glass test tube 18 No. with Oil seals for collecting spray water. ;
Rota meter (Water) Acrylic Body.
LPM 100 ; Glass test tube tiling assembly ; STP spray Nozzle ; pressure
gauge. Fabricated Structure App. Size = 900 X 700 • 1200 MM.
Spray launce pressure test rig As per BIS Standard; mounted on M.S.
Structure duly powder coated. The Unit Comprises of;
M. S. Fabricated Stand Assembly; 1 HP DC Motor 4 A, DC Dimmer
Assembly ; Cam and Flange Assembly ; Connecting rod Assembly ;
Electrical Switch ; Air Foot Pump.
Reciprocating Pump test bench As per BIS Standard ; mounted on M.S.
Structure duly powder coated. The Unit Comprises of;
Reciprocating Pump of 1 HP single phase 1500 rpm with 4A dimmer stat ;
Vacuum Gauge at suction line ; Pressure Gauge at Discharge line
Measuring input to electric Motor by Energy meter, ; Output of Pump
performance can be estimated at three different speed by using pulley;
Recirculation type unit ; M. S. Stand Assembly Measuring Tank of Size :
500 x 400 x 400mm with FRP Coated ; M.S. sum Tank 900 x 600 x 600mm
Test set up of mist blower; mounted on M.S. Structure duly powder coated.
The unit comprises of;
Round type duct ; Pitot Tube ; U Tube manometer ; Blower switch ; Single
phase 1 HP centrifugal blower Leakage.
Test for delivery line; mounted on M.S. Structure duly powder coated. It is
comprises of:
1 HP HTP Pump 3 phase 1500 rpm Motor with starter ; Air compressor
assembly Air filter ; Pressure gauge regulator with pressure gauge
Pneumatic cylinder ; Solenoid Valve, limit switch ; Nozzle sprayer
assembly Sum Tank Hand valve ; Separate line for leakage purpose .
32. Spray
Patternator
Patternator/ Patternation: Mechanical / digital, Tables to evaluate the
liquid distribution provided by a nozzle or array of nozzles. collect the
sprayed material at many locations across the spray plume and the level
of each collection bin is recorded.
Spraying nozzles: 5 to 10, provision to adjustable flow rate, height and
width. Appropriate image frame for measuring droplet/ particle size,
Droplet Velocity, volume Flux, Volume Distribution, Spray Angle,
Droplet Shape, Spray Impact, etc.
Test rig for Fatigue on compression sprayer As per BIS Standard. The
Unit Comprises of SS/MS Fabricated Frame 1000 X 700 X 1500 approx .
Foot & Rocker pump mounted on Frame; Pressure gauge accumulator;
Suction pipe & discharge pipe; Sum &Measuring Tank; Main Switch 1
HP D.C./AC Motor; Hand valve arrangement for changing pump; Stop
clock.
Strap drop and tank impact test rig As per BIS Standard. Limit switch;
Pressure gauge; Flow Control Valve; Electro Pneumatic Solenoid Valve
Air Compressor
01 set
33. Motor Operated
Portable Crane
Capacity: 10 TON or higher
Type: Four cylinder diesel engine, water cooled. Engine Power: Min.45
BHP@2200RPM
Transmission: Heavy duty, sliding mesh type gear box with 6 forward
and 2 reverse speed ; Travel speed: without load 25 kmph
Clutch: Heavy duty friction type, single plate
Fuel Tank: about 45 litre; Hoist mechanism: Four fall, hydraulic winch
and rope diameter
13 mm or so. Power steering; Standard accessories: All weather cabin,
front Bumper, lift cylinder guard, turn & reverse lamp and other
optional accessories
01
34
34. Sound
Measurement
System
Sound level meters OLED display
Calibration prompt for compliant, accurate measurements Simultaneous
measurement of all key noise parameters
20dB(A) to 140dB(A)
Dynamic measurement range
01
35. Vibration
Measurement
System
Display 3-1/2 digit LCD with bar-graph
Frequency range 10Hz to 1KHz (frequency sensitivity meets ISO -2954)
Sampling time one (1) second approx.
Data output Isolated PC Interface
Data Hold Freezes displayed reading
Min/Max Memory Meter stores highest and lowest readings for later
recall
Data Logger Store up to 500 readings
Data logger Sample Time 0 (manual), 1, 2, 5, 10, 30, 60, 600, 1800 and
3600 sec.
Pickup thread size 10-32 UNF
Auto Power OFF Meter automatically shuts off after 10 minutes of
inactivity
Low battery indication Battery symbol appears on the LCD
Power supply 9V Battery
Power consumption 8mA DC approx.
Operating Temperature 0 to 50oC
Operating Humidity: 80% RH
Dimensions Meter: 180 x 72 x 32mm (7.1 x 2.8 x 1.3")
Probe: 18mm (0.75”) diameter x 40mm (1.6”)
Functions: Acceleration (RMS or Peak)/Velocity (RMS or
Peak)/Displacement (Peak to Peak)
Vibration Severity: 0.5 to 199.9 mm/s
Accuracy: ±5 % + 2 digits
01
36. Torque
Measurement
System
Shaft Dia: 5 inch, Capacity 50000 Nm, least Count 20 Nm. Shaft Dia: 4
inch, Capacity 5000 Nm, least Count 5 Nm.
Excitation Voltage 10 VDC Max.15 VDC
Nominal output 2.0 mV/V
Non-linearity < ± 0.2% FSO
Non- Repeatability < ± 0.1% FSO
Creep(30minutes) < ± 0.5% FSO
Zero Balance ± 2.0% FSO
Input Resistance 390 Ohms
Output Resistance 350 Ohms
Insulation Resistance (50 VDC) >1000 Mega Ohms; Cable Length ( 4
Core Screened) 5 Mtr.
Safe Overload 150% of RC
Ultimate Overload 200% of RC
Temp. Compensated Range 0-60º C
Temp. Effected on output < 0.0015% FSO/C
Temp. Effected on Zero < 0.020% FSO/C
Rotational Angular Deflection < 0.2 at FSO
Finish & Construction Shaft Mounted
Environmental Protection IP 65 – Gauge Area
RPM Max 1000
DATA ACQUISITION SYSTEM
Channel 4 Channel; Accuracy 1%; Interface RS 232Port;
01 set
37. Metal crack
detector system
Magnetic crack detector machine 4000 Amps. HWDC with S.S
Tank, Digital Meter.
Mode: Automatic (Auto clamping, Magnetic, Spray, De-clamp)
Machine is suitable for disc dia up to 900 mm & thickness
approx 20 mm.
Shaft dia up to 150 mm & length up to 3000 mm. Cycle time 6 -
8 second and UV-LED light Assy.
With required standard accessories and installation & testing of
01
35
machine
38. Food Grain Silo 1) Food Grain Silo: Made of Galvanized sheet of 120 GSM GI Sheet for
inside and 275 GSM GI Sheet for outside; Capacity: 2000 kg, Long term
storage
Legs of MS pipes/channel suitably reinforced with angle iron/pipe bracing
Discharge height of about 1250 mm, aeration system, Electrically operated
discharge gate, Vertical bucket elevator of matching height. With Bag
stacker for loading and unloading of filled bags in trucks, containers and
godowns etc.
01
2) Food Grain Silo/bin: Made of Galvanized sheet of 120 GSM GI Sheet
for inside and 275 GSM GI Sheet for outside; Capacity: 2000 kg, Long
term storage
Legs of MS pipes/channel suitably reinforced with angle iron/pipe bracing
Discharge height of about 1250 mm, aeration system, Electrically operated
discharge gate, Vertical bucket elevator of matching height. Wi th dryer of
indirect heating type
Includes centrifugal/axial fan for Uniform/even drying, Thermostatically
controlled temperature, Oil burner (Automatic) with sensitive thermostat,
solenoid valve and sequence controller; Drying bin dimension: 1900 mm
Dia. × 2742 mm Length. Blower Capacity 11000 at 20 mm WGSP
Blower Motor Power 3 HP
01
39. Centrifugal
Pump Test Rig
(Variable/Const
ant speed);
Reciprocating
Pump Test Rig;
Pump Test Ring
for centrifugal
pump;
Pelton Wheel
Turbine Test
Rig;
Gear Pump test
Ring
1) Centrifugal Pump Test Rig: Centrifugal pump:-1”x1” size,
Motor – Variable Speed P.M. D. C. motor with conforming to ISI and of
reputed brand; Speed Controller for Motor. Sump tank: 950x450x450
mm or so; Measuring Tank: 450x350x450 mm or so; Energy meter for
motor input measurement. Pressure & vacuum gauge for measurement
of head.
Good quality Stop watch; Floor space of 1 m. x 1 m. Electricity: 230V
AC, 50 Hz.
01
2) Reciprocating Pump Test Rig: Reciprocating pump:-3/4” x 3/4”
size provided with 1 H.P. D. C. Motor & speed controller with
conforming to ISI and of reputed brand, Sump tank- 950x450x450 mm
or less, Measuring tank-450x350x450 mm or so. Energy meter for motor
input measurement, Pressure & vacuum gauge for measurement of head.
Good quality Stop watch Floor space: 3mx3m, Electricity : 230V AC ,
50 Hz.
01
3) Pump Test Ring for centrifugal pump: Series & Parallel ,Pump (2
units) Type: centrifugal pump; Maximum head : 22 m H 2O; Maximum
flow : 90-100 LPM ; Circulation Tank Cylindrical, transparent tank
Volume : 20-25 L ; Pressure gauge Delivery side: 0 to 12 bar Suction
side : -1 to 6 bar; Rotameter Size : 1” Range : 0 to 160 LPM
01
4) Pelton Wheel Turbine Test Rig: Steel Tank: 128cm × 92cm ×
2.0cm; Motor – Pump, single-Phase, 5.5/7.5 KW/HP Motor -27/42 m
Head, 910/630 lpm Discharge, Centrifugal Pump; Flow-meter; With
Readout meters; Turbine/pump – Motor Set; Gun Metal Packing With
Rope and Lip Seal
01
5) Gear Pump test Ring: Pump: Speed 1500 RPM (Max.) Capacity
1HP, Head 5kg/cm2 (max.) Medium Flow : Clear oil Drive : 1HP DC
Motor with Thyristor controlled DC Drive for variable speed Sump
Tank : Capacity 35 Ltrs(approx.) Flow measurement : Using Measuring
Tank (capacity 20 Ltrs), and Electronic Stop Watch Pressure Gauge :
Bourdon type Vacuum Gauge : Bourdon type Tanks made of : Stainless
Steel Control Panel comprises of: RPM measurement : RPM Indicator
with Proximity sensor Energy measurement : Electronic energy meter
On/off switch Mains indicator etc With good quality painted rigid MS
Structure.
01
40. Cyclone
separator
Cyclone separator : Material Stainless Steel, Dia- 100 mm
Solid discharge Silo: Material Stainless Steel, suitable capacity with
discharge control valve.
01
36
Blower: ID Fan Blower with 1 HP provided motor
Air flow measurement: Flow meter with manometer
Solids collector: Transparent PVC container fixed with cyclone
Fine dust collector: Bag of Nylon cloth fixed on exit of air
Control panel comprises of
Standard make On/Off switch, Mains indicator etc.
41. Tractor-Trolley
Four Wheeled, Hydraulic Tractor Trolley, Measurement
approximately-
Length of trolley: 3700mm, Width of trolley: 1800mm, Height of doors:
500mm
Bottom plate: 6mm thick or more
Side door Plate: 3mm thick
Axel: 100mm x 100mm thick
Wheel Plates: 8mm thick
Tyre Size: 7.50 x 16; Hydraulic Cylinder for lifting trolley with help of
tractor; Capacity: 10-20 tons, appropriate attachment to attach to tractor
etc. From repute manufactures.
01
42. Personal
Computers
All-in-One (3rd Gen Ci5 or 7/ 4GB/ 500GB/ Win8) may be with 1GB
Graphics card, keyboard, mouse etc. More than 2.7 GHz with Turbo Boost
up to 3.20 GHz, Display Size more than 21 inch or so. LED Display, DVD
Writer, Wireless IEEE 802.11b/g/n, connectivity ports such as VGA, USB,
microphone-in, headphone-output, HDMI, PS2, HWTV in, TV in and AV
in, gigabit Ethernet jack and wireless connectivity options like Bluetooth
and Wi-Fi etc. Computer should of reputed company. Also have 1KVA
backup UPS of reputed company.
01
I-Pad Retina display 9 to 10 inch (diagonal) LED backlit Multi Touch display
with IPS technology 2048 by 1536 resolution at 264 pixels per inch (ppi),
Fingerprint-resistant oleophobic coating, 64GB or 128GB; Weight-400 to
500g, A8X or so chip with 64‑bit architecture and M8 motion coprocessor,
Fully laminated display; Antireflective coating, Wi‑Fi + Cellular,
Fingerprint identity sensor, Cameras: Face Time HD camera of 1.2MP
photos; 720p HD video, Face Time video calling over Wi-Fi or cellular3,
Face detection, Backside illumination; iSight camera: 8MP photos,
Autofocus; Face detection, Backside illumination; Five-element lens,
Hybrid IR filter; ƒ/2.4 aperture, HDR photos, Panorama; Burst mode, Video
Recording (1080p HD): Tap to focus while recording, Video stabilization,
Face detection, Backside illumination 3x video zoom, Time-lapse video,
Slo-mo video, Battery Life: Up to 10 hours of surfing the web on Wi -Fi,
cellular data network, Charging via power adapter or USB to computer
system, Colour: White/ silver/gold. From reputed company.
01
Scanner Fast & Convenient, compatible with computers. Red Eye Removal, Hi
Speed, Compact Design, Duplex ADF Scanner with Flatbed, Fastest, most
feature rich scanner in its class, 23 ppm/46 ipm in b/w, 200 dpi mode,
OneTouch scanning with Acuity, Searchable PDF file creation, Robust full
version software bundle, Power Supply, USB 2.0 Cable, Quick Install Card,
Technical Support Card, DVD-ROM (PC Software), Scanner Drivers etc.
01
Colour Printer Printing capacity of 8 A-4 ppm in colour and 12 ppm in black. Resolution
of 600 x 600 dpi with print capacity of 1400 papers per cartridge. The
printer holds a maximum input capacity of 150 sheets of A4 size and comes
with 96 MB inbuilt and 342 MB upgradeable memory. It has a USB port,
one 144-pin DDR 2 DIMM slot and memory card slots that supports cards
like SD, MMC, CF, XD and Memory stick. Reputed company models.
01
43. Impact Tester Model : Digital Model
Confirms to Standard : ASTM D 256 & ASTM D 6110, ISO 180 & ISO
179
Pendulum Impact Energy : 0-25 Joules
Least Count of Indication : 0.1 Joules
Release Angle of Pendulum : 150⁰
Striking velocity range of
Pendulum : 2.5 – 3.5 m/s.
01
37
Accessories : Standard detachable weights corresponding to (2J, 4J, 7J,
15J,and 25J)to obtain the desired test range. Standard fixtures for fitting
Izod /Charpy test and other standard accessories.
Auto Notch Cutter & Sample : Suitable for notching plastics specimens
for Izod &
Mounting accessories Charpy impact tests. As per ASTM D 256, D 6110
and ISO 180, ISO 179
Power : 230V, 50Hz, Single phase
Range of 4 seaters : 0-2.71J Resolution 0.02J
0-5.42J, Resolution 0.05J
0-10.84J Resolution 0.10J
0-21.68J Resolution 0.20J
0-25.0 Resolution 0.20J
44. Goniometer
with computer,
software and air
conditioner.
Goniometer equipped with image analysis software to measure contact
angle: Measuring position of the luminaire: Normal position,
Positioning accuracy: ϕ < 0.02°, δ < 0.05°; Repetitive accuracy: ϕ <
0.01°, δ < 0.02°
Material Aluminium, coated with preferably black paint; Drives and
control Jetter Servo drives; Gears High precision Harmonic Drive and
Cyclo gears; Size of measuring object: ≤ 1500 mm (luminous area);
Space required: LxWxH = ≤ 2700 x 2700 x 3200 mm³; Travel path: ϕ =
0° ... 360°
δ = 5° ... 352° (hanging test object support)
δ = -174.5° ... 172.5° (upstanding test object support
Both DLS and SLS modes: Correlation & Intensity Measurements;
Large angular Range: 8° to 155° with 25mm cells: 15° to 155° with 12
mm cells.
Fine Adjustment Control: Read angle to 0.01° directly on large, fine -
control adjustment knob.
Temperature Control: Heating and cooling via any standard external
circulator Separate temperature and filtration plumbing. Special Design
Glass Vats: Specially polished and flat entrance window ensures
minimum flare. Alignment Cell: Fine-screw vertical adjustment makes
finding the center of rotation easier.
Multiple Laser Line Filters: Filter wheel with 632.8 (HeNe),
514.5/488.0 nm (Ar+), one open position for weak scatterers, and 2
blank (shutter) positions. Also available with 532 nm bandpass filter.
Variety of Cell Holders: High precision cell holders standard, low-
priced round cells available: 27.5 mm dilution vials fit cell holder
sleeve. Special small-volume cell available.
01
45. Fume hood
(Indian)
Double walled outer body should be made of powder coated metallic
sheet.
The structure should be aerodynamic and floor mounted with leveling
screws and mounted on castor wheels
Working chamber size – 4 x 2.5 x 3 feet (W x D x H) approx.
The worktop should be chemical resistant, splash and spill proof,
durable made of granite internal walls atleast 5 -6 mm thick covered
with chemical resistant ceramic tiles or epoxy painted.
Should have at least three point suction system (for light, nor mal and
heavy fumes) with baffle for smooth and immediate exhaust of fumes.
Must have fire proof, flame proof and spark free motor.
Worktop should have SS surface and sink of size 250x250x125mm
depth with water tap drain arrangement and stainless steel wat er tap.
Up and down sliding door made of heavy toughened glass with front
opening
Work table base to be provided with two drawers and two storage boxes.
Must be provided with two 15/5 Amp electric points
Must have aerodynamically balance blowers to make un it least vibrant
with minimum noise level.
Provided with 1 or 2 fluorescent tubes and UV tubes with necessary
01
38
fittings.
Exhaust system must be provided with ISI marker motor driven blower
and fitted with suitable exhaust pipe and ducting.
Must be provided with main indicator lamp and separate switches for
light, UV light and air blower motor.
Must have a fire extinguisher (500gm) cylinder
Fume duct must be made of PVC with 5 -6” diameter, appropriate length
must be provided for erection.
Erection and fitting charges if any must be included.
Optional:
Should be ISO/ GMP/ SGS/ CE certified
Two years on-site extended warranty on all parts
46.
Laminar airflow
(Indian)
External Dimensions (Width x Depth x Height): 1220 x 650 x 920 mm /
48.0” x 25.6” x 36.2” approx .
Internal Work Zone (Width x Depth x Height): 1120 x 490 x 575 mm /
44.1” x 19.3” x 22.6” approx.
Air Volume (At Initial Velocity): 811 cmh / 477 cfm
Laminar Airflow Velocity: Initial setpoint: average of 0.3 m/s or 60 fpm
measured 150mm / 6” from filter face for 38 air changes / minute in
work zone.
Air Cleanliness Within Working Area: ISO 14644.1 Class 4, US Federal
Standard 209E Class 10 / 2.5.
Main Filter Type: H13 HEPA filter with integral metal guards and filter
frame gaskets on both sides; fully compliant with EN 1822 and IEST-
RP-CC001.3 requirements; Typical efficiency: 99.9% at 0.3 microns /
99.9% at 0.12 microns / 99.9% at MPPS.
Pre-Filter: Washable non-woven polyurethane fibers with an efficiency
of 20%
Light Intensity: >800 lux / >75 foot candles at work surface level
Main Body Construction: Electro-galvanised steel with white oven-
baked epoxy powder-coated finish
Power Supply: 220 V Single phase 50 Hz
Working area of Laminar Airflow Cabinets: illuminated by fluorescent
light ; Fitted with UV Germicidal lamp for sterilization, Fitted with
Acrylic Front Door sliding type
Fitted with Manometer for Measurment of HEPA Filters Choking
system, Fitted with Cock for Gas Connection.
Optional:
Two years on-site extended warranty on all parts
01
47.
Water bath
(Indian)
External dimensions (WxDxH) approx.: 500 x 250 x 300 mm
Bath capacity app. 20 litres
Temperature range 5°C above ambient room temperature to 100°C
Temp. accuracy ± 0.1°C
With electronic control; LED display; button to set nominal value in
0.1°C.
Two years on-site extended warranty on all parts
01
48.
BOD incubator
(Indian)
Internal Size cms. : 55 X 85 X 55 (LxWxH) approx.
Shelves : 3
Temperature Range : + 5 degree C to 70 degree C
Controller Accuracy: +/-0.5 degree C approx. of set value for Temp.
Uniformity : +/-1 degree throughout chamber
Display: LED/LCD
Air Heater Element: Special Type S.S.Tubular Air Heaters with fins.
Controller: Digital Display Electronic Controller.
Sensor : PT-100
Internal Chamber: Stainless Steel 304 grade.
External : Mild Steel Powder Coated
Inner Acrylic Door: Inner Full Size See through Acrylic 8 mm thick.
01
39
Air Circulation: Motorized Blower from back and forced air circulation
for temperature homogenicity.
Safety Device: Adjustable hydraulic over -temperature limiter protector.
PID Control: Microprocessor based PID Controller.
Cyclic Timer: 0 to 24 hrs X 7 days cyclic ON / OFF timer for
illuminating port.
Should have self supported transparent doors inside and magnetic gasket
outer doors.
Should have PUF Insulation.
Should have door operated illumination lamp to work on 220 VAC.
Should be supplied with Stabilizer of sufficient capacity.
Optional:
Should have Circular chart recorder for recording test conditions
Computer Interface: RS 485 / RS232 interface for multiple & single
communication port.
Two years on-site extended warranty on all parts
49.
Vacuum oven dryer
Laboratory Model Vacuum Oven Dryer
Total Capacity: 25-30 liters.
Operating temperature: Room temp.+5°C to 240°C
Temperature Control accuracy: ±1.0°C
Operating pressure range: inch Hg (-3.0 to -29.9)
kPa (-10 to -101)
mbar (-101 to -1010)
Display: Digital LED/LCD Display with Back-Light Function
No. of shelves: 2/3
Control System: Programmable Microprocessor PID
Temperature Set and Display Sensitivity: 0.1ºC
Power Supply: AC 220 V, 50 Hz
Vacuum Gauge Reading Sensitivity: 0.05 bar
Vacuum chamber: stainless steel
Safety Viewing Window
Analogue pressure display
Stainless steel vacuum fittings
Upper limit for oven and product protection
Separate temperature control
Pressure controller with solenoid valve
24 hour timer
Storage Function: Alarm & Timer.
Safety Device: Over Temperature, Over Current Protector,
Sensor Error Detector, Leakage Breaker
Vacuum Pumps, Direct Drive & Oil Sealed Rotary vane type (silent
type)
Optional:
Inert gas connection for precise release of non-flammable, nontoxic
gases (VDI 2046) with precision valve and overpressure safety valve
Additional options (Data control software and RS 232 interface) for
pressure and temperature documentation Stainless steel shelf
Two years on-site extended warranty on all parts
01
50.
Temperature-cum-
humidity cabinets
Capacity: 150 ltr.
No. of shelves: 3
Temperature range: 10°C to 60°C
Temperature Control accuracy: ±1.0°C
Readability / Set Ability: 0.1°C
Temperature Controller: Microprocessor based PID indicator cum
controller
Humidity range: 50%-95 % at low temperature
Humidity accuracy: 2%-3% RH
Display: LED
Air circulation: by forced convection system
02 nos.
Page 24 of 27
40
Insulation: high density PUF insulation
Noise: nearly silent operation with ultra-low vibration
Voltage indicator: by volt meter on panel
Power Supply: AC 220 V, 50 Hz
Voltage stabilizer: suitable automatic voltage stabilizer
Optional:
PLC based control system with touch screen display with direct
thermal/Dot matrix printer
Data control software and RS 232/485 interface
Two years on-site extended warranty on all parts
51. Incubator-cum-
shaker
PID Control: Microprocessor based PID Controller.
Internal Chamber: Stainless Steel 304 grade.
External : Mild Steel Powder Coated
Volume (approx.): 200-250 Ltr
No. of shelves: 3 (adjustable)
Maintenance-free brushless motor
Temperature Range: About 3°C above ambient to 65°C
Temperature Accuracy: +/-0.5 degree C approx. of set value for Temp.
Uniformity : +/-1 degree throughout chamber
Air Circulation: Motorized Blower from back and forced air circulation
for temperature homogenicity.
Should have PUF Insulation
Display: LED/LCD
Triple eccentric drive for long life and smooth, quiet operation
Standard orbit of 25mm for higher oxygen transfer rate
Adjustable shelves for simultaneous incubation with and without
shaking
Safety Devices:
1) Motor stops when door is opened
2) Heater turns off in case of over-heating
3) In case of power failure, after restoration of power, shaking
automatically resumes from the point when it last stopped
Speed: 30 to 400 rpm, programmable, continuous or a
timed run consisting.
Flask capacity: variable from 50 ml to 2 lt flasks
Should have door operated illumination lamp to work on 220 VAC.
Inner Full Size See through Acrylic/Plexi glass
Sterile chamber consisting of fluorescent or Ultra violet lamp to provide
illumination
Should be supplied with Stabilizer of sufficient capacity.
Wheel mounted for easy portability.
Applicable certifications such as CE/BIS/TUV/GMP and other relevant
national and international certification for components are required.
Necessary accessories and tool kit should be supplied.
Should come with 2 years warranty.
01
52. Spectrophotome
ter
Microprocessor controlled Double Beam UV/Vis Spectrophotometer.
Instrument should have internal wavelength calibration facility.
Wavelength Range (nm) : 190-1000
Wavelength Accuracy (nm) : ±0.1 or better
Wavelength Repeatability (nm): ±0.1 or better
Spectral Bandwidth (nm) : 0.5 to 4.0 (variable) or better
Light Source : Deuterium & Tungsten Lamp Monochromator : Czerny
turner blazed holographic grating
Photometric Mode: Absorbance, Transmittance (%) Photometric Range
: -4 to 4.0 Abs or better
Photometric Accuracy: ± 0.004 Abs at 0.5 -1 Abs and ± 0.002 Abs at 0-
0.5 Abs
Photometric Reproducibility: ± 0.002 Abs at 1 Abs or better
Wavelength Scan Speed: 2500 nm/min or better
01
41
Detector : Silicon Photo Diode
Stray light: less than 0.02% at 220nm and 340nm
Baseline Stability: less than 0.0003 Abs/H
Baseline Flatness: less than 0.0006 Abs/H
Power supply: 220 V, 50 Hz
Quartz Cuvettes: Two pairs (3.5 ml capacity, 10 mm path length).
Built-in display so that user can use the Spectrophotometer without
PC/Laptop also.
Branded PC Core i5 processor, 4 GB RAM, 500 GB HDD, Laser Printer
and compatible 5 KVA online UPS with 30 minutes back up.
Software: Windows (7 or above compatible) based complete
multitasking software. Should be capable of measuring biological
applications such as proteins, nucleic acids, enzyme kinetics &
concentration.
Minimum Two Year Warranty
53. Lab Model
Grain Milling
System
Sample Mill for grinding of soft to brittle (Food grains) materials.
Cyclone type bench top sample mill (Lab scale).
Dimensions (L×D×H): 250×300×400 approx.
Grinding ring made of tungsten carbide/Copper.
Impeller-standard (aluminum).
Rate of grinding 3g/Second approx.
Power supply: 220 V, 50 Hz
Direct Drive Train10,000 RPM min.
Noise free operation.
Minimal dust pollution.
Provision for upgrading for grinding High Moisture & High Fat
samples.
Accessories:
Sample glass bottles
Lid for sample bottles
Dust collector
Dust filter pad
O-ring for cyclone body
Seal for sample bottle, grinding chamber and dust filter cover
Grinding ring made of tungsten carbide/Copper.
Screen 2mm, 1mm, 0.8 mm and 0.5 mm.
Seal kit.
01
54. Refrigerated
centrifuge with
UPS
Speed: 100 to 20,000 rpm
Speed setting possible in RCF and RPM, quick run.
Temp range: minus 10 oC to 40
oC with 1
oC temp. increment
Digital timer: 1 to 120 min
Microprocessor control; control panel with speed control
High performance, high-torque brushless direct drive with friction
reduction system.
Low noise operation: ≤ 75 dB
Digital speed and temperature indicator
Lid locking switch and safety cut off in case of imbalance
Interchangeable angle rotor heads: 4x100mL, 8x50mL, 6x25mL,
6x15mL
CFC free cooling with pre-cooling and standby cooling faci lity
Should meet international safety certification standards of operation.
Built-in condensation drain to eliminate water accumulation which
prevents corrosion.
Automatic rotor recognition with speed limitation for maximum safety.
Memory-based programmed operation.
Imbalance tolerant drive.
Diagnostic messages for vacuum/Friction Reduction system, speed
control, refrigeration, drive over temp., imbalance, door closure, power
interruption, rotor ID.
Should be ISO/GMP/SGE/CE certified
01
42
Voltage stabilizer 3KVA.
Two Years Warranty
55. Ultra filtration
Unit Technical Specifications (Ultra filtration Unit)
01 Limiting conditions of
feed to micron filter
Chlorine free
Oil and grease free
Temp. 40 °C (max)
Total solids: 5-6 % in aqueous medium
Operating parameters
of UF unit Feed flow rate: 100-150 litre/h
Operating pressure: 80 psi (max.)
Operating temperature: 25-40°C
Feed Tank Quantity-1 No.
Vertical with lid
Made of SS-316
Capacity-50 - 60 litre
Feed Pump for micron
filter Quantity-1 No. (standard make)
Made of SS-316, centrifugal type with
minimum 0.50 kW motor
Micron Cartridge Filter Quantity-2 No.
Housing and cartridge should be made of
SS-316
Operating pressure- 35 to 45 psi
Micron Rating: 5 micron
Should have valves and pressure gauge
Feed Pump for UF
system Quantity-1 No. (standard make)
Made of SS-316, centrifugal type with
minimum 1.0 kW motor
UF Membrane Module Type: Spiral wound
Module Size: Dia-4″ (minimum)
Length-40″ (minimum)
Material of module: Poly Ether Sulfone
(PES)
Number of Modules: 4 Nos.
10 kDa MWCO-2 No.
30 kDa MWCO-2 No.
One module housing made of SS-316 to
cover above two membrane module
placed in series at a time.
With valves, pressure gauges, flow
meters, interconnecting piping, electric
panel (single cubicle type, enclosed and
self supporting), high and low pressure
cut out and safety relief valve.
56. pH Stat
(DH Analyzer)
Specifications:
For measurement of degree of hydrolysis (DH) of proteins using pH
STAT, Potentiometric pH STAT autotitrator, fully automatic and
microprocessor controlled, USB based. The equipment should have the
facility to control the kinetics of Chemical or enzymatic reactions: pH
STAT mode, pH measurement and Endpoint titration, One or two way
STAT titration. Dosing Unit: Dosing unit or Burette (20 ml capacity),
Accuracy minimum 1/10000 of the burette volume, with auto
recognition facility (built in chip), Combined glass electrode (with built
in chip) or equivalent, Temperature sensor (Pt – 1000). Measuring
Potential Range: -1000 mV to +1000 mV with Resolution: 0.1 mV,
Measuring pH Range: 0 pH to 14 pH with Resolution: 0.001 – 0.002 pH.
Calibration facility 2-5 point. Magnetic stirrer together with propeller.
The equipment should be provided along with suitable windows based
01
43
software for control of equipment.
The system with above features should be offered with
1. Main Titration instrument 1. No.
2. Burettes (20 ml) 2 Nos.
3. Combined Glass electrode
for pH measurement and titration 2Nos.
4. Magnetic stirrer 1 No.
5. Propeller 1 No.
6. Temperature Sensor 1 No.
7. Thermostatic reaction vessel capacity
1-50 ml 2 Nos.
50-200 ml 2 Nos.
Should be ISO/GMP/SGE/CE certified
The system should be supplied together with
Necessary accessories including stands, connecting cables,
desktop, printer etc and licensed software for controlling the
titration.
Branded UPS 3KVa with backup of 24 h for the complete
system including water bath load.
Standard make Circulatory Precision water bath (ambient temp.
to 100oC, sensitivity +/- 0.05
o C for maintaining the temperature
of reaction vessel.
Warranty: One year from the date of installation
57. Automatic
Kjeldahl unit
with accessories
Digestion Unit
Automatic 20 Place or higher, Microprocessor based digestion system
with Aluminium Block of 250 ml capacity and Digital Temperature
Controller
Temperature Range: 50-450°C
Casted aluminium alloy heaters, with SS Rack
Digestion Tubes: 20 Nos.
Viton fume hose for diacid and triacid digestion ( minimum 3mtrs)
Exhaust: suction filter pump for fume removal with inbuilt digital
integrated timer
Microprocessor for intelligent memory steps of time, temperature
domain, auto alarm foruser's attention, auto power off mode on
completion of digestion,
Electrical Requirement: 220V/50Hz Ac mains.
Acid Neutralizer Scrubber with Self priming water recirculation pump
inbuilt in FRP tank with essential accessories like alkali container ,
water container etc
Distillation Unit
Fully Automatic sequencing with auto Intelligent run of
programmable steps which include automatic boric acid addition,
automatic dilution, automatic alkali addition, automatic reaction
delay time, automatic steam processing.
Provision for automatic disposable of sample after distillation
Titration Unit
Digital burette with provision for LCD display of the volume of titer
Should be ISO/GMP/SGE/CE certified
Warranty: Two years from the date of installation
01
58. Spray Dryer
(Table Top)
TECHNICAL SPECIFICATIONS for SPRAY DRYER
Feed : Solution/ Slurry (Max. 20 % solids), Solvent: Water, Temp. :
01
44
Ambient to 50°C, Sp. Gravity: Up to 1.5 g/cc
Feed Tank: The feed tank should be made of Stainless Steel (AISI 304)
and shall be self supporting. It should be vertical
cylindrical with conical bottom and 10 litre capacity.
Provided with supports, bottom outlet and Inlet feed
strainer mesh.
Feed Pump: Positive Displacement Pump (Peristaltic pump, 5 l/h) to
feed the solution at a controlled rate with variable
frequency drive. Pump rotor should be made of SS
(AISI-304).
OPERATING CONDITIONS
Evaporation rate: 5 kg of water/h (when fed with only water)
Mode of Heating: Electric air heater
Inlet air temp range: 150-185°C
Outlet air temp range: 50-95°C
Air heater max temp: Up to 200°C
It should have electronic PID temperature controller -indicator with
sensor for inlet and outlet air temperature display. Air Compressor to
operate the equipment should be of standard make.
MATERIAL OF CONSTRUCTION (Feed contact parts): Feed and
final product contact parts should be made of AISI 304.
Spray Nozzle: Two fluids (Air atomizing nozzle) made of AISI -304. Arrangement for
mounting the spray nozzle should be provided.
AIR HEATING SECTION
Inlet Air Filter: An inlet air filter made of HDPE, housed in Carbon.
Electrical Air Heater: Electric heaters housed in AISI304 casing,
vertically mounted and pre-insulated.
Hot Air Ducting: The hot air ducting for conveying the hot air to the
air distributor should be made of Stainless Steel AISI 304.
SPRAY DRYER SECTION
Spray Chamber: It should be cylindrical vessel with conical bottom.
Inspection-cum-cleaning doors, sight / light glasses located at
appropriate sides for chamber cleaning and maintenance should be
provided.
EXHAUST AIR SECTION
Cyclone Separator: High efficiency cyclone separator made of
stainless Steel AISI-304 along with necessary accessories (Vortex
breaker, isolation Valve, Collection bin etc.) .
Exhaust Blower: Statically and dynamically balanced Centrifugal
blower driven by a TEFC motor with anti -vibration pads and air flow
control damper for regulating flow of air. Exhaust duct should also be
provided to discharge the exhaust gases.
Warranty: Min. one year from date of installation
59. UV-
Spectrophotome
ter
Technical specifications for UV-Visible Spectrophotometer
Photometric System : Double beam optics
with Czerny-Turner mounting
Photometric Accuracy : min. +/- 0.003 Abs. at 1.0 Abs
Wavelength Range : UV-Visible (190-1100nm)
Wavelength Accuracy : Min. +/- 0.1 nm
Wavelength Repeatability : Min. +/- 0.1nm
Photometric range : Up to 3 Abs or better
Transmittance,
Reflectance 0 to 99.9% or better
Spectral Bandwidth : Variable from 0.1 to 5 nm or better
Resolution : Min. 0.1 nm
Wavelength Scan Speed : Min 2500 nm/min or better/min or
01
45
better
Baseline correction : Auto baseline correction
Stray light : 0.005% or lesser.
Monochromator : Blazed Holographic grating
Detector : Photomultiplier for simultaneous
sample beam and reference beam
measurements
Temperature Control : Peltier based
temperature controller with
Temperature range of 10 to 60
°C or better for sample as well
as reference.
Light source : Tungsten and Deuterium lamp.
Baseline stability : 0.0002 Abs/h or lesser
Quartz Cuvette : Two pairs (0.7 ml capacity,
10 mm path length) Two pairs
(1.5 ml capacity, 10 mm path
length) Two pairs (3.5 ml
capacity, 10 mm path length)
Software:
Original licensed Windows based Operating software in the form
of CD-ROM should have built in features like real time
concentration display, Time scan, Photometric mode
Single/multi-wavelength, Enzyme Kinetics calculation, event
recording such as Addition of reagents during measurement,
DNA/protein quantification etc.
Repair and maintenance service: Two years warranty period
60. Sonicator
Basic unit comprising :
1. Flow cell: Made up of stainless steel
2. Probe of different sizes to sonicate minimal volume
3. Heater facility upto 80oC
4. Digital temperature indicator cum controller
5. Pulse (1s-60s) sweep energy and auto degassing facility
6. Auto temperature cut-off function
7. Output Frequency >20 kHz
8. Sound proof chamber
9. Digital display and control
10. Power : 700W
Accessories:
1. Minimum spares including cleaning solution
2. SS Basket and lid
01
61. Rotary Vaccum
evaporator
Specifications
Capacity: up to 20 liters evaporation capability 2 -5 L/h(water) and
5-10L/h (alcohol)
Achievable Vacuum range 350 Pa and upto 1 atm.
Vacuum chamber water bath made of stainless s teel
Speed 20-250 rpm. Working temperature upto
100o C. Automatic temperature and Pressure controllers.
variable frequency output. Step-less speed regulation with precise
control. Digital LCD Display
compatible Power Supply
Safety Devices.
Sensor Error Detector, Leakage Breaker
Vacuum Pumps, vaccum PTFE Sealed Rotary type
01