Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed...

167
Package - I

Transcript of Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed...

Page 1: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Package - I

Page 2: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 1

Procurement of Lab Equipment for Abbottabad Campus

Tender # CUI/ATD/PD(24)/19/EE-02

COMSATS University Islamabad

Project Office Establishment of COMSATS Institute of Information

Technology, Permanent Campus, Abbottabad.

Ph. # 051-9049 5025/5292

Page 3: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 2

Table of Contents

S. # CONTENTS Page

Part A Notice 3

Part B

Evaluation Criteria 4

Documents Required to be Submitted by Vendor 5

Part C Terms and Conditions 6

Part D Mandatory Requirements 9

Part E List of Equipment 10

Part F Tender Acceptance Form 20

Page 4: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 3

Part A: TENDER NOTICE Procurement of Lab Equipment for Abbottabad

Campus Tender # CUI/ATD/PD(24)/19/EE-02

COMSATS University Islamabad (CUI) is a public sector multi-campus university. The

CUI invites sealed tenders through single stage two envelop mode from reputed and

experienced firms registered with Income Tax and Sales Tax Departments for the

laboratories of the following departments:

Package I: Department of Electrical Engineering Package II: Department of Computer Sciences Package III: Department of Earth Sciences Package IV: Department of Bio Technology Package V: Department of Pharmacy

2. Bidding documents, containing the detailed terms and conditions, procedure for

submission of bids, bid security etc. can be downloaded from www.comsats.edu.pk .

3. The bids, prepared in accordance with the instructions in the bidding documents,

must reach at the office below on or before 1100 hours, July 10, 2019. Technical Bids,

only, will be opened on the same day at 1130 hours. This advertisement is also available

on PPRA website at www.ppra.org.pk.

4. The CUI reserves the right to accept or reject part or whole of the tender any time

prior to the acceptance of the proposal. The unsuccessful bidder(s) participating in the

bidding process shall be informed the reason(s) for rejection of their proposal, however

COMSATS University Islamabad shall not be liable to justify those reasons.

Project Office 3rd Floor, Faculty Block-II

CUI Park Road, Tarlai Kalan, Islamabad Phone : 051-90495025 / 90495292

Page 5: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 4

Part B: Evaluation Criteria

2.1 The bidders are required to submit technical and financial proposals in separate

envelops. The envelops should be clearly marked as “Technical Proposal” and

“Financial Proposal” respectively. The earnest money should be included in the

Financial Proposal and no reference what so ever regarding financial proposal and

earnest money should be given in the technical proposal. The technical proposals shall

be opened first and only financial proposals of qualified bidders on technical terms shall

be opened. The technical proposals will be evaluated on the basis of specifications of

the equipment quoted, past record of the vendor and other evaluation parameters set

out in the tender document, in the light thereof by the CUI laid down in a transparent

and non-discriminatory manner.

Page 6: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 5

Documents to be submitted by the vendors

3.1. Bidders are required to provide following documents along with the technical

proposal:

a. Name of firm / company

b. Contact person name, address, phone, fax, and e-mail

c. Year of establishment/ proof of registration

d. Proof of authorized agent of the original equipment manufacturer in Pakistan

e. Name of major clients in last three years (for relevant works related to the stated

tender only) with verifiable contacts

f. Proof of registration with GST as well as NTN number.

g. Sales Tax exempt status (if applicable)

h. Affidavit that the firm/company has never been black listed by the government

/ public entity.

i. Detailed product information/brochures

3.2. The bidders are required to adhere following instructions:

a. The rates must be quoted in accordance with the detailed equipment

specifications, proposed quantities duly filled in the BOQ attached with this

document.

b. Detailed product warranty/guarantee information/service agreement must be

provided in the Technical Proposal

c. Validity period of the quoted price should be at least three months

d. Any other information deemed necessary.

Page 7: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 6

Part C: TERMS & CONDITIONS

4.1 The last date and time for the receipt of tender is 1100 hrs, July 10, 2019 at

Project Office, Faculty Block 2, 3rd Floor, COMSATS University Islamabad,

Principal Seat.

4.2 Tenders will be opened at 1130 hrs, July 10, 2019 in Room No. G-6/G-8,

Ground Floor, Faculty Block-I, of COMSATS University Islamabad in

presence of the representatives of the parties, who wish to be present.

4.3 The tender shall be accompanied by Earnest Money in Pak Rupee @ 2%

of quoted Price or Rs. 300,000 whichever is higher in shape of pay order/

bank draft in favor of COMSATS University Islamabad.

4.4 The earnest money shall be included in the Financial Proposal. Any reference

of the Earnest Money in technical Proposal will result in rejection of the bid

4.5 All prices should be valid for at least 90 days. Withdrawal or any modification

of the original offer within the validity period shall entitle CUI to forfeit the

earnest money in favor of the CUI.

4.6 The Technical Proposal must be accompanied by detailed technical

specifications offered and literature of the brands quoted so as to allow a fair

assessment of the features and capabilities of each equipment.

4.7 It would be the responsibility of the authorized agent/ manufacturer to

satisfactorily complete the supplies and installation as per supply order,

subject to CUI’s acceptance/ inspection thereof.

4.8 All admissible taxes shall be applicable. The quoted price should be inclusive

of all taxes.

4.9 The earnest money of successful bidder will be released after complete

delivery, installation and inspection of the items at COMSATS University

Page 8: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 7

Islamabad, Abbottabad Campus. Rest of the bidders will receive their

earnest money after award of contracts.

4.10 Items being ordered should be brand new and unused and should comply

with the laid down specifications. The vendor/ manufacturer should provide

warranty for a period of at least one year. This will include free service,

technical support and replacement of defective parts at the premises of

COMSATS University Islamabad, Abbottabad Campus. If the warranty

of OEM is less than the required, the bidder will provide additional warranty

on its own expenses.

4.11 The time period of supply will be thirteen (13) weeks from the date of

issuance of Supply order.

4.12 In case of delay in the delivery of items, 0.33% of the total amount of the

order will be charged as penalty per day, up to a maximum of 10% of the

total bid price. Failure to complete supplies within 30 days after expiry of

original delivery period will make the Supply Order eligible for termination

with no compensation due to be paid to the bidder and any supplies already

made/ Earnest Money will be forfeited.

4.13 No offer of an authorized bidder/firm will be considered if:-

a. Received without earnest money along with Financial Proposal

b. Received later than the date and time fixed for tender submission

c. The tender is unsigned/ unstamped

d. The offer is ambiguous

e. The offer is conditional

f. Offer is made by the unauthorized agent of the original equipment

manufacturer

g. The offer is from a firm which is black listed, by any Govt. Office.

h. The offer is received by telephone/telex/fax/telegram.

i. Any unsigned/ ambiguous erasing, cutting/overwriting etc. is made

Page 9: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 8

4.14 It would be the sole responsibility of the agent/ manufacturer to comply with

the applicable laws, be national or international.

4.15 In case of any dispute, decision of the Rector, CUI will be final and binding

upon the parties.

4.16 CUI reserves the right to accept or reject part or whole of the tender without

assigning any reason thereof CUI reserves the right to accept or reject part or

whole of the tender any time prior to the acceptance of the proposal. The

unsuccessful bidder(s) participating in the bidding process shall be informed the

reason(s) for rejection of their proposal, however COMSATS University Islamabad

shall not be liable to justify those reasons.

Special Conditions:

5.1 Ten percent (10%) of the verified amount of running bills/interim payments

will be deducted as Retention Money and will be released after expiration of

warranty period of one year.

5.2 The Warranty should cover the replacement of parts. The diagnostics

should be made within 48 hours & replacement should be made within a

maximum of 30 days. In case the item is not repaired (replacement of parts) within

the given time, 1% of the total performance guarantee will be deducted per day up

to 10%. If the item is still not delivered to CUI in working condition, the vendor

shall replace the faulty item (complete) within one week else the cost will be

recovered from retention money.

5.3 Mode of Payment

• No part payment shall be made

• Upon Installation, Testing and Commissioning – 90%

• Upon expiry of warranty period – 10% (Retention Money)

Page 10: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 9

Part D: Mandatory Requirement:

All the below documents MUST be submitted with the Bid. Failure to fulfill any of

the below condition will disqualify the bidder from the bidding process .

Submission of all documents mentioned below is mandatory at the time of the

tender submission. No document will be accepted on later stage. Please submit the

document in the order given below.

1. Draft of Earnest Money Mandatory To be placed in Financial Bid

2. Bid /Quotation (Strictly as per pattern)

Mandatory Form-I

3. Names of Major Clients / Work Executed in Last 3 years (Corporate/Govt./NGO Client ONLY) Attach minimum 10 Work Orders for the same equipment of at least Rs. 400,000 each

Mandatory Form-II

4. Declaration Form Mandatory Form-III

5. Active Tax Payer List (Up to date) Mandatory To be placed in

Technical Proposal

6. GST Registration Certificate Mandatory -do-

7. Authorized Dealer/Reseller Certificate The Authorized dealer must have office in Islamabad/Rawalpindi.

Mandatory -do-

8. Specifications offered and Brochure of the Items

Mandatory -do-

9. Proof that the equipment is brand new and bill of lading of the imported item at the time of delivery

Mandatory Bill of lading

along with delivery challan

Signature & Stamp (Authorized Representative)

The filled in Tender Document should be forwarded to : Project Office

3rd Floor, Faculty Block-II

COMSATS University Islamabad

Park Road, Tarlai Kalan, Islamabad

Phone : 051-90495025-/90495292

Page 11: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 10

FORM-A

Package I: Equipment for Electrical Engineering Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications Qty Unit Price Total Cost

1 DC Motor Trainer Kit (Matlab/Simulink) with computer interface

DC Servo Motor Control Trainer Sensors installed on-board Control Circuits Installed Drivers Installed Motor: DC Optical Encoder: 1000 lines/revolution Gear Ratio: 1:4 Rotary Potentiometer Intelligent Motion Controller PID control module Digital Encoder module DC power supply module Experiments Included: DC Servo Motor Modeling and Identification Intelligent Servo Controller Sensor Measurement and Position Control in MATLAB DC Servo Velocity Adjustment each with the following accessories 1) Analog Module for DC Servo Motor Control Trainer System identification; DC servo system modeling; controller design; analog PID controller circuit design; controller analysis 2) Digital Storage Oscilloscope Dual analog channels, 1mV/div - 20V/div wide range 7 inches large TFT LCD screen display Supports screen copy function Supports plug-and-play USB storage device and it can realize remote control with computer communication through USB Upgrade the soft system by U-disk Automatic measuring 28 waveform parameters Waveform recording and playback function

8

Page 12: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 11

Multi-language menu displayBandwidth: 40MHz Max Samples: 500Ms/s Rise Time: 7ns or less Storage Depth: 25kpts Vertical Sensitivity: 1mV/div - 20V/div Power Source: AC Charger Trigger Type: Edge / Pulse Width / Alternation Port: OTG,Pass / Fail,USB Storage Method: Setting / Waveform / Bitmap 3) Function Generator with Counter Channel: 1 Max. frequency: 2MHz Sampling Rate: 125MS/s Vertical Resolution: 14bits Waveforms: Sine, Square, Pulse, Ramp, Noise, DC, Arbitrary Sweep Mode; Logarithmic, Linear Impedance: 50 Ohm/ High Z Amplitude Range: 1mVpp~10Vpp (50Ω), 2mVpp~20Vpp (high Z) DC Offset Range: -5Vpp~5Vpp (50Ω) (AC+DC): -10Vpp~10Vpp (high Z) (AC+DC) 4) Digital Multi-meter (UT-55) or equivalent 5) PC (Core-i7, 500 GB Hard Disk, 8 GB Ram with 19 inch LED Display)

2 Oscilloscope Digital Oscilloscope 50 MHz 4 analog channels that sample at up to 1GSa/sec individually with 1) Current probe having specifications Range : 100 ABandwidth 200KHzConnectivity: USB 2.0 HS 480Mbps and SPISystem Voltage:600 V 2) high voltage differential voltage probe having specifications Range : 100 ABandwidth 200KHzConnectivity: USB 2.0 HS 480Mbps and SPISystem Voltage:600 V

3

3 Multimeter Digit precision multimeters 6.5 digit resolution Basic V DC accuracy of up to 0.0024% Dual display 100 μA to 10 A current range, with up to 100 pA resolution

2

Page 13: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 12

Wide ohms range from 10 Ω to 1 GΩ with up to 10 μΩ resolution 2 x 4 ohms 4-wire measurement technique Both models measure frequency and period 8846A also measures capacitance and temperature USB memory drive port Fluke 45 and Agilent 34401A emulation Graphical display Trendplot™ paperless recorder mode, statistics, histogram CAT I 1000 V, CAT II 600 V

4 Digital Phase meter

Digital MultimeterMeasurement range: DC to 100 kHzResolution: 1 μV, 100 nA, 1 mΩ, 1 pF, 1 Hz, 0.1 °C/FBasic accuracy: 0.015 % (DC)5¾-digit display (480 000 counts)Simultaneous display of three measurement functions, e.g. DC + AC + statisticsMeasurement rate: up to 200 values/sMeasurement functions: V (DC), I (DC), V (AC), I (AC), frequency, DC power, resistance (two and fourwire), temperature (PT100/PT500/PT1000), capacitance, diode and continuity testMathematic functions: limit testing, min./max., average, offset, DC power, dB, dBmData logging to internal memory or USB flash drive in CSV formatInterfaces: USB-TMC/-VCP, Ethernet, LXI, IEEE-488 (GPIB)SCPI commands largely compatible with Agilent 34410A (HMC8012-G)HMC8012-G: HMC8012 incl. IEEE-488 (GPIB) interface

3

5

Oscilloscope Digital Oscilloscope 2 channel oscilloscope with 100 MHz bandwidth, 1 GSa/s sample rate, 1 Mpts memory depth, 16.5 cm (6.5") display, 1 channel waveform generator and 4 bit pattern generator. Serial and CAN/LIN Decoder already included

2

Page 14: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 13

6

Desktop Computers

Processor core i5, Motherboard intel built-in with graphics and sound, LAN, 4GB RAM DDRIII, combo drive, hard disk 500 GB 7200 RPM, casing ATX, 15” led screen

20

7

Generator control and synchronizing circuit module

AC Motor / Generator Trainer withControl Panel:• With AC / DC Voltmeter & Ammeter• Torque meter for load torque, Induced torque for motor• Speed Meter• Wattmeter• Power Factor meter• DC Power Supply• Three Phase AC Power Supply• RLC Load for generatorMotors / Generator (about 500 watts rating, 220 V 1-p, 400 volts 3-p, 50 Hz, Winding terminal available)• 3-Phase Synchronous Machine (field control available)• 3-Phase Induction Machine (wound rotor with slip rings & Squirrel Cage)• Universal motor• 1-Phase Induction Motor Capacitor Start• 1-Phase Induction Motor Capacitor Run• Break assemblies• Coupling for motor generator setEducational Objectives• Mechanical Characteristics (torque vs Speed)• Electro-mechanical Characteristics (Torque, Speed, Input Current, Efficiency, Power Factor as a function of the output power)• No Load Tests/Block rotor tests• Open circuit / Short Circuits test generators• Synchronization of generators

5

Page 15: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 14

8* Microwave Antenna Measurement Unit

Spectrum analyzer: -Frequency Range: 9 kHz to 7 GHz -Resolution: 1 Hz -Resolution Bandwidth: 10 Hz to 3 MHz -Absolute amplitude accuracy: ± 0.3 dB -Displayed average noise level (Freq at 1 GHz, 10Hz Minimum RBW): -152 dBm -Phase Noise: < –90 dBc/Hz -Input attenuator with 1 dB steps: 50 dB -TOI: +11 dBm -Sweep time (Span ≥ 100 Hz): 2 ms to 1000 s -RF input, 50 Ω -40 MHz calibration output -Probe power -Operating temperature: +5 to +45°C -Power consumption: ≤ 25 W -6.5’’ TFT color display with multiple language UI -Multiple measurement modes: Spectrum analyzer (default), tracking generator, reflection measurement, modulation analysis, and power meter mode -One button power suite: channel power, OBW, ACPR, SEM, channel scanner and spectrogram -User key for quick access to 18 frequently-used measurement configurations -Optional portable configuration (with handle and bumpers installed) -7 GHz tracking generator with built-in VSWR bridge, supports transmission and reflection measurements – Demodulation mode allows you to easily and cost-effectively gain more insight into AM/FM and ASK/FSK signal analysis -Supports average and peak USB power sensors for precision amplitude accuracy measurement - Built-in DC input channel for

1

Page 16: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 15

AM/FM in-band, on-channel measurement, and xDSL measurement from 9 kHz to 10 MHz - Items should be compatible with BenchVue Software. - The optional task planner capability automates testing using pre-defined setup routines. -Item should be compatible with BenchVue Software

9* Microwave resonant /filter trainer

EXG RF Vector Signal Generator (9 kHz to 6 GHz) -Frequency Range: 9 kHz (5 MHz IQ mode) to 6 GHz -Resolution: 0.001 Hz -Output Power @1 GHz: -144 dBm to +27 dBm -Phase Noise @1 GHz (20 kHz offset): -122 dBc/Hz -ACPR(Vector) W-CDMA 64 DPCH: - 73dBm -EVM(Vector) 802.11ac/LTE: 0.4 percent -Bandwidth (Vector): 120 MHz -Arbitrary Waveform memory(Vector): 512 MSa -Frequency Switching: ≤ 800 µs -Harmonics @1 GHz: <-35 dBc -IQ Modulation BW Internal/External: 120 MHz to 200 MHz -Non-Harmonics @1 GHz: -72 dBc -Sweep Mode: List & Step -Baseband Generator Mode: Waveform Playback and Real-Time -Software-General Purpose: AM, FM, PM, Pulse & Pulse Train Generator -Frequency Modulation-Maximum Deviation @1 GHz: 10 MHz -Frequency Modulation-Rate @100 kHz Deviation: DC to 7 MHz -Phase Modulation-Maximum

1

Page 17: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 16

Deviation: 1.25 rad to 20 rad -Phase Modulation-Maximum Deviation in High-BW Mode: 0.125 rad to 2 rad -Amplitude Modulation-Maximum Depth: 100% -Amplitude Modulation-Rate: 0 to 50 kHz -Items should be compatible with BenchVue Software. -Signal Creation with Signal Studio Software. -Upgrade options with instant License key -USB Power sensor support for Power measurement -Item should be compatible with BenchVue Software

10* Microwave transmission guide trainer

High-Definition Oscilloscope: 4 GHz, 4 Analog Plus 16 Digital Channels -Bandwidth: 4 GHz -Channels: 4 + 16 -MSO Bandwidth Upgradeable with instant SW License -Items should be compatible with BenchVue Software. -15” capacitive touch screen Display -Max Memory Depth: 800 Mpts (2 channels), 400 Mpts (4 channels) -Max Sample Rate: 20 GSa/s (2 channels), 10 GSa/s (4 channels) -ADC Bits: 10 bits -Maximum Vertical Resolution: 16 bits -SSD: Standard -ENOB, 1GHz: 8 -Noise @ 5 mV/div: 94 uV to 173 uV -Time Scale accuracy (std): 0.0012 ppm -Mac Power Consumption: 380W -Item should be compatible with BenchVue Software

1

Page 18: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 17

11* Microwave system trainers

Waveform Generator, 80 MHz, 2-Channel • Unmatched capabilities for generating a full range of signals for your most demanding measurements • Sine waves with 5x lower harmonic distortion for more pure signals • Pulses up to 80 MHz with <1 ps jitter for more precise timing • 660 MSa/s sampling rate for higher time resolution arbitrary waveforms • 14-bit resolution with 1 mVpp to 10 Vpp amplitude for greater amplitude accuracy • 4 MSa/channel standard waveform memory, optional 64 MSa/channel for your longest waveforms • USB, LAN (LXI-Core), GPIB optional for quick and easy connectivity to PC or network -Item should be compatible with BenchVue Software

1

12* Opti system 7.0 multiple user / upgradation of previous version for multiple users

Upgradation of system with following accessories Dell Precision 7920 Tower -Intel Xeon Gold 6138 2.0GHz, 3.7GHz Turbo, 20C, 10.4GT/s 3UPI, 27MB cache, HT (125W) DDR4-2666 -Dell Precision 7920T Chassis -NVIDIA® Quadro® P5000, 16GB, 4 DP, DL- DVl-D (7X20T) -128GB 8x16GB DDR4 2666MHz RDIMM ECC -512GB NVME SSD -Integrated Intel AHCI SATA chipset controller (8 x 6.0Gb/s), SW RAID 0,1,5,10 -2.5' 512GB NVME SSD -3.5' 1 TB 7200rpm SATA [400-ASSK] / 1TB3572 2nd Hard Drive -3.5' 1 TB 7200rpm SATA [400-ASSK] / 1TB3572

2

Page 19: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 18

3nd Hard Drive -16x Half Height Optical drive DVD-/+RW Cables -Dell KB216 Wired Keyboard English Black -Dell MS116 Wired Mouse Black -Monitor: 21 inches Flat panel LED (Full HD)

TOTAL

* The origin of equipment must be from European , USA, Korea and Japan.

Note:

All prices should be inclusive of all applicable taxes

Page 20: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 19

FORM-II

Detail of Equipment Supplied in the last 3 years

SN Organization & Address Name of The

Official Contact

Numbers

Month & Year of

Execution of Work

Total Amount

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Total Amount of Equipment supplied in last 3 years

Attach Work Order for each of the above in above order as proof.

Signature & Stamp (Authorized Representative)

Page 21: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 20

Part F: Tender Acceptance Form

Declaration Form

(THIS FORM IS TO BE PROVIDED WITH THE BID)

All the terms & conditions have been carefully read and understood and are hereby

unconditionally accepted and it is declared that

I understand that by inserting any condition in my bid consciously or

unconsciously will AUTOMATICALLY disqualify me from the bidding process.

All the information furnished by me/us here-in is correct to the best of my

knowledge and belief.

I/we have no objection if enquiries are made about the work listed by me / us in

the accompanying sheets / annexure.

I / We agree that the decision of committee in selection will be final and binding to

me / us.

I / We have read the instructions appended to the proforma and I / we understand

that if any false information is detected at a later date the committee is at liberty to

act in a manner it feels deemed fit.

Name of Firm/ Company

Name of Owner/Authorized agent

Office Address

GST No.

NTN.

Telephone No.

E-mail

Signature & Stamp (Authorized Representative)

Page 22: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 21

Check List (To be filled by Applicants)

Detail Yes

No

1. ALL Pages signed and Stamped by Bidder

2. Bank Draft of Earnest Money

3. Bid /Quotation (Form-I

4. Form II – Supplies completed in Last 3 years

5. A Total of 10 Work Orders

6. Form III - Declaration Form

7. Active Tax Payer List (GST and Income Tax)

8. GST and Income Tax Registration Certificate

9. Authorized Dealer/Reseller Certificate

10. Brochure of the Items

For queries and further clarification, you may

Visit us at 3 rd Floor, Faculty Block-II, CUI, Islamabad

Call us at 051-9049-5025/051-9049-5292.

Signature & Stamp (Authorized Representative)

Page 23: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Package - II

Page 24: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 1

Procurement of Lab Equipment for Abbottabad Campus

Tender # CUI/ATD/PD(24)/19/CS-02

COMSATS University Islamabad

Project Office Establishment of COMSATS Institute of Information

Technology, Permanent Campus, Abbottabad.

Ph. # 051-90495025/5292

Page 25: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 2

Table of Contents

S. # CONTENTS Page

Part A Notice 3

Part B

Evaluation Criteria 4

Documents Required to be Submitted by Vendor 5

Part C Terms and Conditions 6

Part D Mandatory Requirements 10

Part E List of Equipment 11

Part F Tender Acceptance Form 42

Page 26: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 3

Part A: TENDER NOTICE Procurement of Lab Equipment for Abbottabad

Campus Tender # CUI/ATD/PD(24)/19/CS-02

COMSATS University Islamabad (CUI) is a public sector multi-campus university. The

CUI invites sealed tenders through single stage two envelop mode from reputed and

experienced firms registered with Income Tax and Sales Tax Departments for the

laboratories of the following departments:

Package I: Department of Electrical Engineering Package II: Department of Computer Sciences Package III: Department of Earth Sciences Package IV: Department of Bio Technology Package V: Department of Pharmacy

2. Bidding documents, containing the detailed terms and conditions, procedure for

submission of bids, bid security etc. can be downloaded from www.comsats.edu.pk .

3. The bids, prepared in accordance with the instructions in the bidding documents,

must reach at the office below on or before 1100 hours, July 10, 2019. Technical Bids,

only, will be opened on the same day at 1130 hours. This advertisement is also available

on PPRA website at www.ppra.org.pk.

4. The CUI reserves the right to accept or reject part or whole of the tender any time

prior to the acceptance of the proposal. The unsuccessful bidder(s) participating in the

bidding process shall be informed the reason(s) for rejection of their proposal, however

COMSATS University Islamabad shall not be liable to justify those reasons.

Project Office 3rd Floor, Faculty Block-II

CUI Park Road, Tarlai Kalan, Islamabad Phone : 051-90495025 / 90495292

Page 27: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 4

Part B: Evaluation Criteria

2.1 The bidders are required to submit technical and financial proposals in separate

envelops. The envelops should be clearly marked as “Technical Proposal” and

“Financial Proposal” respectively. The earnest money should be included in the

Financial Proposal and no reference what so ever regarding financial proposal and

earnest money should be given in the technical proposal. The technical proposals shall

be opened first and only financial proposals of qualified bidders on technical terms shall

be opened. The technical proposals will be evaluated on the basis of specifications of

the equipment quoted, past record of the vendor and other evaluation parameters set

out in the tender document, in the light thereof by the CUI laid down in a transparent

and non-discriminatory manner.

Page 28: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 5

Documents to be submitted by the vendors

3.1. Bidders are required to provide following documents along with the technical

proposal:

a. Name of firm / company

b. Contact person name, address, phone, fax, and e-mail

c. Year of establishment/ proof of registration

d. Proof of authorized agent of the original equipment manufacturer in Pakistan

e. Name of major clients in last three years (for relevant works related to the stated

tender only) with verifiable contacts

f. Proof of registration with GST as well as NTN number.

g. Sales Tax exempt status (if applicable)

h. Affidavit that the firm/company has never been black listed by the government

/ public entity.

i. Detailed product information/brochures

3.2. The bidders are required to adhere following instructions:

a. The rates must be quoted in accordance with the detailed equipment

specifications, proposed quantities duly filled in the BOQ attached with this

document.

b. Detailed product warranty/guarantee information/service agreement must be

provided in the Technical Proposal

c. Validity period of the quoted price should be at least three months

d. Any other information deemed necessary.

Page 29: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 6

Part C: TERMS & CONDITIONS

4.1 The last date and time for the receipt of tender is 1100 hrs, July 10, 2019 at

Project Office, Faculty Block 2, 3rd Floor, COMSATS University Islamabad,

Principal Seat.

4.2 Tenders will be opened at 1130 hrs, July 10, 2019 in Room No. G-6/G-8,

Ground Floor, Faculty Block-I, of COMSATS University Islamabad in

presence of the representatives of the parties, who wish to be present.

4.3 The tender shall be accompanied by Earnest Money in Pak Rupee @ 2%

of quoted Price or Rs. 300,000 whichever is higher in shape of pay order/

bank draft in favor of COMSATS University Islamabad.

4.4 The earnest money shall be included in the Financial Proposal. Any reference

of the Earnest Money in technical Proposal will result in rejection of the bid

4.5 All prices should be valid for at least 90 days. Withdrawal or any modification

of the original offer within the validity period shall entitle CUI to forfeit the

earnest money in favor of the CUI.

4.6 The Technical Proposal must be accompanied by detailed technical

specifications offered and literature of the brands quoted so as to allow a fair

assessment of the features and capabilities of each equipment.

4.7 It would be the responsibility of the authorized agent/ manufacturer to

satisfactorily complete the supplies and installation as per supply order,

subject to CUI’s acceptance/ inspection thereof.

4.8 All admissible taxes shall be applicable. The quoted price should be inclusive

of all taxes.

4.9 The earnest money of successful bidder will be released after complete

delivery, installation and inspection of the items at COMSATS University

Page 30: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 7

Islamabad, Abbottabad Campus. Rest of the bidders will receive their

earnest money after award of contracts.

4.10 Items being ordered should be brand new and unused and should comply

with the laid down specifications. The vendor/ manufacturer should provide

warranty for a period of at least one year. This will include free service,

technical support and replacement of defective parts at the premises of

COMSATS University Islamabad, Abbottabad Campus. If the warranty

of OEM is less than the required, the bidder will provide additional warranty

on its own expenses.

4.11 The time period of supply will be thirteen (13) weeks from the date of

issuance of Supply order.

4.12 In case of delay in the delivery of items, 0.33% of the total amount of the

order will be charged as penalty per day, up to a maximum of 10% of the

total bid price. Failure to complete supplies within 30 days after expiry of

original delivery period will make the Supply Order eligible for termination

with no compensation due to be paid to the bidder and any supplies already

made/ Earnest Money will be forfeited.

4.13 No offer of an authorized bidder/firm will be considered if:-

a. Received without earnest money along with Financial Proposal

b. Received later than the date and time fixed for tender submission

c. The tender is unsigned/ unstamped

d. The offer is ambiguous

e. The offer is conditional

f. Offer is made by the unauthorized agent of the original equipment

manufacturer

g. The offer is from a firm which is black listed, by any Govt. Office.

h. The offer is received by telephone/telex/fax/telegram.

i. Any unsigned/ ambiguous erasing, cutting/overwriting etc. is made

Page 31: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 8

4.14 It would be the sole responsibility of the agent/ manufacturer to comply with

the applicable laws, be national or international.

4.15 In case of any dispute, decision of the Rector, CUI will be final and binding

upon the parties.

4.16 The procurement has been bifurcated into six sub-packages i.e.

Package II (A): Equipment for Computer Lab

Package II (B): Equipment for Graduate Lab

Package II (C): Equipment for Local Area Network

Package II (D): Equipment for Internet Services

Package II (E) : Equipment for Video Conferencing Studio

Package II (F) : Laptops

4.17 CUI reserves the right to accept or reject part or whole of the tender without

assigning any reason thereof CUI reserves the right to accept or reject part or

whole of the tender any time prior to the acceptance of the proposal. The

unsuccessful bidder(s) participating in the bidding process shall be informed the

reason(s) for rejection of their proposal, however COMSATS University Islamabad

shall not be liable to justify those reasons.

Special Conditions:

5.1 Ten percent (10%) of the verified amount of running bills/interim payments

will be deducted as Retention Money and will be released after expiration of

warranty period of one year.

5.2 The Warranty should cover the replacement of parts. The diagnostics

should be made within 48 hours & replacement should be made within a

maximum of 30 days. In case the item is not repaired (replacement of parts) within

the given time, 1% of the total performance guarantee will be deducted per day up

to 10%. If the item is still not delivered to CUI in working condition, the vendor

shall replace the faulty item (complete) within one week else the cost will be

recovered from retention money.

Page 32: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 9

5.3 Mode of Payment

• No part payment shall be made

• Upon Installation, Testing and Commissioning – 90%

• Upon expiry of warranty period – 10% (Retention Money)

Page 33: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 10

Part D: Mandatory Requirement:

All the documents stated below must be submitted with the Bid. Failure to

fulfill any of the below given condition will disqualify the bidder from the

bidding document process. No document will be accepted on later stage.

Please submit the document in the order given below.

1. Draft of Earnest Money Mandatory To be placed in Financial Bid

2. Bid /Quotation (Strictly as per pattern)

Mandatory Form-I

3. Names of Major Clients / Work Executed in Last 3 years (Corporate/Govt./NGO Client ONLY) Attach minimum 10 Work Orders for the same equipment of at least Rs. 400,000 each

Mandatory Form-II

4. Declaration Form Mandatory Form-III

5. Active Tax Payer List (Up to date) Mandatory To be placed in

Technical Proposal

6. GST Registration Certificate Mandatory -do-

7. Authorized Dealer/Reseller Certificate The Authorized dealer must have office in Islamabad/Rawalpindi.

Mandatory -do-

8. Specifications offered and Brochure of the Items

Mandatory -do-

9. Proof that the equipment is brand new and bill of lading of the imported item at the time of delivery

Mandatory Bill of lading

along with delivery challan

Signature & Stamp (Authorized Representative)

The filled in Tender Document should be forwarded to : Project Office

3rd Floor, Faculty Block-II

COMSATS University Islamabad

Park Road, Tarlai Kalan, Islamabad

Phone : 051-90495025-/90495292

Page 34: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 11

FORM-IA

Package-II (A) Equipment for Computer Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications Qty Unit Price Total Cost

1 16 Port Gigabit Unmanaged Switch

16 Port Gigabit Unmanaged Switch Ports: 16 x 10/100/1000 Gigabit ports, Switching Capacity: 32Gbps Switching capacity, Features: Fanless design for silent operation, IEEE 802.3x Flow Control, Auto MDI/MDI-X crossover for all ports, Support up to 10,000 bytes jumbo frames, 802.3az Energy-Efficient Ethernet (EEE), Flow Control, Port Isolation, Storm Control, 802.1p priority (8 queues) 23 mpps or more 8K MAC addresses per device (Filtering Address Table) Compliance: RoHS-compliant, Energy-Efficient Ethernet (EEE),

50

2 Network Printer (3 in 1)

Laser Multifunction Network Printer 3 in one Functions: (Print, copy, scan) Multitasking supported, Print Speed & Quality: Print speed black (38 ppm or more), Duty cycle - monthly, A4 (80,000 pages or more) Print quality black (1200 x 1200 dpi, 600 x 600 dpi) Technology: Print technology (Laser) Hardware: Processor speed (1200 MHz or more) Memory: 256 MB Features: Mobile printing capability (HP ePrint Apple AirPrint, Mopria-certified, Wireless Direct Printing,

7

Page 35: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 12

Google Cloud Print 2.0, Mobile Apps, Connectivity: (built-in Wi-Fi Authentication via WEP, WPA/WPA2, WPA Enterprise, encryption via AES or TKIP, WPS, Wi-Fi Direct) Connectivity, standard: 1 x Hi-Speed USB 2.0 1 x Host USB 1 x Gigabit Ethernet 10/100/1000T network 1 x Wireless 802.11b/g/n Paper handling: Paper handling input, standard 100-sheet tray 1 250-sheet input tray 2 Paper handling output, standard 150-sheet output bin Scanner type: Flatbed, ADF Scan resolution, optical Up to 1200 x 1200 dpi Scan size, 297 x 216 mm Scan speed (normal, A4) Up to 26 ppm/47 ipm (monochrome), up to 21 ppm/30 ipm (colour) Copier: Copy speed (normal) Black: Up to 38 cpm Copy resolution (black/color text) 600 x 600 dpi Copy reduce / enlarge settings 25 to 400% Power: Power Input voltage: 220 to 240 VAC (+/- 10%), 50/60 Hz (+/- 2 Hz) Energy efficiency: ENERGY STAR qualified EPEAT Silver Compatibility: Windows OS compatible with In-Box Driver: Windows 10 all 32 & 64-bit editions, Windows 8/8.1 all 32 & 64-bit editions, Windows 7 all 32 & 64-bit editions. (HP, Dell or equivalent)

3 UTP Cable Roll UTP Cable CAT6 Length: 305m box 100 Ω Pair: 4-Pair UTP Cable Features: 350 MHz UTP Category 6 cable

15

Page 36: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 13

Conductor resistance at 20° C (max.) 98,6 Ω/km Dielectric strength at 50 Hz 1 kV/1min Insulation resistance (min.) 5000 MΩ/km Velocity (nom.) 66% Characteristic impedance 100 +/-15 Ω (1 to 100 MHz) Mutual capacitance (nom) <55 pF/m. Propagation delay skew <20 ns/100m Flammability Performances: Fire retardant IEC 60332-1 Halogen free (LSOH versions) IEC 60754-1 (3M, Schneider or equivalent)

4 RJ 45 Connector RJ 45 Cat 6 Connector Conductor: Full copper conductor High quality 50-micron gold contacts Compliance: Meets or exceeds Category 6 EIA/TIA 568 a-B,2 RoHS compliant For 23AWG - 24AWG Wires (3M, AMP, BlackCopper or equivalent)

2000

TOTAL

Note: All prices should be inclusive of all applicable taxes

Page 37: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 14

FORM-IB

Package-II(B)Equipment for Graduate Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications Qty Unit Price Total Cost

1 Tower Server for Graduate Lab

Tower Server, Intel® Xeon® Processor: Xeon Based ( 2.0 GHz or above), Hypervisor Chipset: Intel server chipset, RAM: 32GB RAM, Hard Drives: 3 x 300GB hot-plug SAS hard drives, RAID Level: RAID 5 Supported Controller, Ethernet: Dual-port 1Gb NIC, Power Supply: Hot-plug redundant power supplies, Rack Support: Ready Rails II sliding rails or equivalent, Warranty: Standard (1 year) Dell, HP, IBM or equivalent

1

2 Laser Jet Printer Laser Jet Printer Type: Heavy Duty, Color Printer Print Speed: Print speed black: Normal: Up to 38 ppm or more Print speed color: Normal: Up to 38 ppm or more Duty cycle (monthly, A4) Up to 120,000 pages 8 Print technology: Laser Automatic paper sensor Hardware: Processor speed: 1.2 GHz or more Memory: 1 GB or more Connectivity: Hi-Speed USB 2.0 port Built-in Fast Ethernet 10/100/1000Base-TX network port Features: Paper handling input, standard 100-sheet multipurpose tray, 550-

1

Page 38: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 15

sheet input tray. Paper handling output, standard 250-sheet output bin Media sizes supported Tray 1: A4, RA4, A5, B5 (JIS), B6 (JIS), 10 x 15 cm, A6, 16K, envelopes (B5, C5 ISO, C6, DL ISO) Custom: 76 x 127 to 216 x 356 mm Tray 2: A4, A5, B5 (JIS), B6 (JIS), 10 x 15 cm, A6, 16K Custom: 102 x 148 to 216 x 297 mm Power: Input voltage: 200 to 240 VAC, 50 Hz Other Accessories: Preinstalled toner cartridges Software CD Power Cord USB Cable. 100-sheet multipurpose tray 550-sheet input tray 2 Compatibility: Compatible operating systems: Windows 7 all 32-bit and 64-bit editions, Windows 8/8.1 all 32-bit and 64-bit editions, Windows 10 all 32-bit and 64-bit editions Warranty: 1 Year Warranty (HP , Dell or equivalent)

TOTAL

Page 39: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 16

FORM-IC

Package-II (C) Equipment for Local Area Networks

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit Price Total

Cost

1 24 Port Gigabit Unmanaged Switch

Gigabit Unmanaged Desktop/Rackmount Switch Ports: 24 x 10/100/1000 Gigabit ports Switching Capacity: 48 Gbps or more Forwarding Rate: 35 mpps or more Filtering Address Table: 8K MAC addresses per device Packet Filtering/Forwarding Rate: Gigabit Ethernet: 1,488,000 pps per port MAC Address Learning Self-learning, auto-aging Standards: • IEEE 802.3 10BASE-T Ethernet • IEEE 802.3u 100BASE-TX Fast Ethernet • IEEE 802.3ab 1000BASE-T Gigabit Ethernet • ANSI/IEEE 802.3 NWay auto-negotiation • IEEE 802.3x Flow Control QoS (Quality of Service) • 802.1p priority • 8 queues Other Features: • Energy-Efficient Ethernet (EEE) • Flow Control • Port Isolation and Storm Control

6

2 Rack Server Rack Server Processor: Intel Xeon Processor3.6GHz or above RAM: 16GB DDR4 ECC UDIMM RAID Level: RAID 0/1 Controller, Hard Drive: 2 x 600GB SAS Ethernet: On-Board Dual Port 1Gb CD/DVD DVD +/-RW, SATA, Internal for Hot Plug Chassis ReadyRails

8 (3+5)

Page 40: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 17

Static Rails Power Supply: Dual, Hot-plug, Redundant Power Supply, 350W Warranty Standard Warranty Dell, HP, IBM or equivalent

3 Gigabit Distribution Switch

Layer 3 Distribution Network Switch Ports: 24 x 1Gigabit Ethernet Ports with availability of 4 x 1Gigabit SFP Network module slots. Features: Next Generation Stackable switch Software Defined Network Supported UADP 2.0 Application-Specific Integrated Circuit (ASIC) with programmable pipeline and microengine capabilities, along with template-based, configurable allocation of Layer 2 and Layer 3 forwarding, Access Control Lists (ACLs), and Quality of Service (QoS) entries, Hardware: x86 CPU with 8-GB memory, and 16 GB of flash and external USB 3.0 SSD pluggable storage slot. USB 2.0 slot to load system images and set configurations. Stacking Capacity: Up to 480 Gbps(or more) of local stackable switching bandwidth, Links Features: Flexible and dense uplink offerings with 1G, Multigigabit, 10G Flexible downlink options with 1G and Multigigabit links. NetFlow Support: Line-rate, hardware-based Flexible NetFlow (FNF), delivering flow collection of up to 64,000 flows. IPv6 Features: IPv6 support in hardware, providing wire-rate forwarding for IPv6 networks. Dual-stack support for IPv4/IPv6 and dynamic hardware forwarding table allocations, for ease of IPv4-to-IPv6 migration, Quality of Services: IEEE 802.1ba AV Bridging (AVB) built in to provide a better audio and video experience through improved time synchronization and QoS. Precision Time Protocol (PTP; IEEE 1588v2). Programmability: Modern operating system for the enterprise with support for model-driven programmability including NETCONF, RESTCONF, YANG, on-box Python

2

Page 41: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 18

scripting, streaming telemetry, container-based application hosting, and patching for critical bug fixes. Protection: Built-in defenses to protect against runtime attacks. Switch Fundamentals: Layer 2, Routed Access (RIP, EIGRP, OSPF – 1000 routes), PBR, PIM Stub Multicast (1000 routes), PVLAN, VRRP, PBR, CDP, QoS, FHS, 802.1X, MACsec-128, CoPP, SXP, IP SLA Responder, SSO. Automation: NETCONF, RESTCONF, gRPC, YANG, PnP Agent, ZTP/Open PnP, GusetShell (On-Box Python) Telemetry and visibility: Model-driven telemetry, sampled NetFlow, SPAN, RSPAN

4 Gigabit Distribution Switch

Distribution Switch 12 ports Layer 3, IP Base, Wireless controller - managed- stackable Rack-mountable - 1U Ports: 12 x 1G SFP ports Switching Capacity: 68Gbps or more Stacking: Maximum stacking number: 9 or more Stack Bandwidth: 480Gbps or more Forwarding Performance: 68.4Mpps or more FNF entries: 48,000 flows or more Maximum VLANs IDs: 1,000 or more MAC Address Table Size: 32K or more CPU: Multicore CPU RAM: 4GB or more Flash Memory: 2GB or more Controller Features: Number of AP per switch/stack: 100 Number of wireless clients per switch/stack: 2000 Total number of WLANs per switch: 64 Wireless bandwidth per switch: up to 20Gbps Compliant Standards: IEEE 802.1D Spanning Tree Protocol IEEE 802.1p CoS Prioritization IEEE 802.1Q VLAN IEEE 802.1s

2

Page 42: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 19

IEEE 802.1w IEEE 802.1X IEEE 802.1X-Rev IEEE 802.11 IEEE 802.1ab (LLDP) IEEE 802.3ad IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports IEEE 802.3 10BASE-T IEEE 802.3u 100BASE-TX IEEE 802.3ab 1000BASE-T IEEE 802.3z 1000BASE-X RMON I and II standards SNMP v1, v2c, and v3 Features: RPS Support Jumbo Frames VLANS Voice Vlan VTPv2 CDPv2 LLDP 802.3ad LACP and PAgP PVST/PVST+ 802.1W/802.1S Port Fast/Uplink Fast Dynamic Trunking Protocol (DTP) port CoS Trust and Override Trusted Boundary ACL Classification ingress Policing Auto QoS Per VLAN policies 802.1p queues Scheduling Priority Queuing Configure CoS Priority Queues Configure CoS Priority Queues Configure Queue Weights Configure Buffers and Thresholds Class & Policy Maps Modify CoS and DSCP Mapping Weighted Tail Drop IGMPv1,v2,v3 and MLDv1, v2 DHCP server DSCP transparency HSRP, VRRP, BLGP RIPv1, v2 EIGRP, PIM OSPF, OSPFv3, EIGRPv6, BGPv4, IS-ISv4 VRF-lite PIM-SM/DM, PIM sparse-dense mode, SSM Flexible Netflow Advanced Network security: Port security DHCP snooping Dynamic ARP inspection (DAI) IP source guard The Unicast Reverse Path Forwarding (uRPF) Bidirectional data support on a SPAN User authentication Private VLAN Router and VLAN ACLs complete identity and security Multidomain authentication MAC address notification IGMP filtering Cisco security VLAN ACL Secure Shell (SSH) Protocol, Kerberos, and Simple Network Management Protocol Version 3 (SNMPv3) Port-based ACLs TrustSec SXP IEEE

Page 43: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 20

802.1ae TACACS+ and RADIUS authentication Cisco standard and extended IP security router ACLs Bridge protocol data unit (BPDU) Guard Spanning Tree Root Guard (STRG) Wireless end-to-end security

5 Gigabit Distribution Switch

Distribution Switch 24 ports Layer 3, IP Base, Wireless controller - managed- stackable Rack-mountable - 1U Ports: Ports: 24 * 10/100/1000 Ethernet ports Network Module: 1 x C3850-NM-4-1G: 4 x 1G uplinks Switching Capacity: 92Gbps or more Maximum stacking number: 9 or more Stack Bandwidth: 480Gbps or more Forwarding Performance: 68.4Mpps or more FNF entries: 24,000 flows or more Maximum VLANs IDs: 4000 or more MAC Address Table Size: 32K or more CPU: Multicore CPU RAM: 4GB or more Flash Memory: 2GB or more Controller Features: Number of AP per switch/stack: 100 Number of wireless clients per switch/stack: 2000 Total number of WLANs per switch: 64 Wireless bandwidth per switch: up to 20Gbps Compliant Standards: IEEE 802.1D Spanning Tree Protocol IEEE 802.1p CoS Prioritization IEEE 802.1Q VLAN IEEE 802.1s IEEE 802.1w IEEE 802.1X IEEE 802.1X-Rev IEEE 802.11 IEEE 802.1ab (LLDP) IEEE 802.3ad IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports

2

Page 44: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 21

IEEE 802.3 10BASE-T IEEE 802.3u 100BASE-TX IEEE 802.3ab 1000BASE-T IEEE 802.3z 1000BASE-X RMON I and II standards SNMP v1, v2c, and v3 Other Features: RPS Support Jumbo Frames VLANS Voice Vlan VTPv2 CDPv2 LLDP 802.3ad LACP and PAgP PVST/PVST+ 802.1W/802.1S Port Fast/Uplink Fast Dynamic Trunking Protocol (DTP) port CoS Trust and Override Trusted Boundary ACL Classification ingress Policing Auto QoS Per VLAN policies 802.1p queues Scheduling Priority Queuing Configure CoS Priority Queues Configure CoS Priority Queues Configure Queue Weights Configure Buffers and Thresholds Class & Policy Maps Modify CoS and DSCP Mapping Weighted Tail Drop IGMPv1,v2,v3 and MLDv1, v2 DHCP server DSCP transparency HSRP, VRRP, BLGP RIPv1, v2 EIGRP, PIM OSPF, OSPFv3, EIGRPv6, BGPv4, IS-ISv4 VRF-lite PIM-SM/DM, PIM sparse-dense mode, SSM Flexible Netflow Advanced Network security: Port security DHCP snooping Dynamic ARP inspection (DAI) IP source guard The Unicast Reverse Path Forwarding (uRPF) Bidirectional data support on a SPAN User authentication Private VLAN Router and VLAN ACLs complete identity and security Multidomain authentication MAC address notification IGMP filtering Cisco security VLAN ACL Secure Shell (SSH) Protocol, Kerberos, and Simple Network Management Protocol Version 3 (SNMPv3) Port-based ACLs TrustSec SXP IEEE 802.1ae TACACS+ and RADIUS authentication Cisco standard and extended IP security router ACLs Bridge protocol data unit (BPDU) Guard Spanning Tree Root Guard (STRG) Wireless end-to-end security

Page 45: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 22

6 Access Switch 24 Port Managed

Access Switch Managed enterprise-class, LAN Base, Layer 2, stackable Rack-mountable - 1U Ports: Ports: 24 x 10/100/1000 and 4 x 1G SFP ports Maximum active VLANs: 1023 or more MAC Address Table Size: 16K or more Compliant Standards: IEEE 802.1D Spanning Tree Protocol IEEE 802.1p CoS Prioritization IEEE 802.1Q VLAN IEEE 802.1s IEEE 802.1w IEEE 802.1X IEEE 802.1ab (LLDP) IEEE 802.3ad IEEE 802.3af and IEEE 802.3at IEEE 802.3ah (100BASE-X single/multimode fiber only) IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports IEEE 802.1D Spanning Tree Protocol IEEE 802.1p CoS Prioritization IEEE 802.1Q VLAN IEEE 802.1s IEEE 802.1w IEEE 802.1X IEEE 802.1ab (LLDP) IEEE 802.3ad IEEE 802.3af and IEEE 802.3at IEEE 802.3ah (100BASE-X single/multimode fiber only) IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports Other Features: RPS Support Jumbo Frames VLANS Voice Vlan VTPv2 CDPv2 LLDP 802.3ad LACP PVST/PVST+ 802.1W/802.1S Port Fast/Uplink Fast port CoS Trust and Override Scheduling Priority Queuing Configure CoS Priority Queues Weighted Tail Drop

10

(6+4)

Page 46: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 23

DSCP transparency Network Security: SSH, SSL and SCP RADIUS and TACACS+ SNMPv3 crypto 802.1x 802.1x Accounting / MIB 802.1x w/ port security 802.1x w/Voice VLAN 802.1x Guest VLAN 802.1x VLAN assignment 802.1x MAC-Auth Bypass BPDU/Root Guard Port Security Private VALN Edge Storm Control Block unknown unicast and multicast IGMP Snooping IGMP Filter/Throttle Management and Troubleshooting: Auto-MDIX TDR UDLD IP SLA Responder layer 2 / IP Traceroute SPAN RSPAN Express Setup Device Manager Cisco Network Assistant Smartports + Advisor Troubleshooting Advisor IP Address DHCP Autoinstall with saved configuration Configuration Replace DHCP Auto Image Upgrade DHCP Port Based Allocation Error Disable MIB

7 Back Bone Passive Media

Fiber Optic Cable (metre) Cores: 24 Core Mode: Single Mode

2500

8 Distribution Passive Media

Fiber Optic Cable (metre) Cores: 12 Core Mode: Single Mode

2500

9 Access Passive Media CAT 6 STP

STP Cable CAT6 Length: 305m roll/box 100 Ω Pairs:

20

Page 47: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 24

4-Pair STP Cable 350 MHz UTP Category 6 cable Other Features: Conductor resistance at 20° C (max.) 98,6 Ω/km Dielectric strength at 50 Hz 1 kV/1min Insulation resistance (min.) 5000 MΩ/km Velocity (nom.) 66% Characteristic impedance 100 +/-15 Ω (1 to 100 MHz) Mutual capacitance (nom) <55 pF/m. Propagation delay skew <20 ns/100m Flammability Performances: Fire retardant IEC 60332-1 Halogen free (LSOH versions) IEC 60754-1 (3M, Schneider or equivalent)

10 Fiber OFDF with Splicing 48 Core

Fiber OFDF with Splicing 24 Core (Delivery and Splicing at Site)

8

11 Fiber OFDF with Splicing 24 Core

Fiber OFDF with Splicing 24 Core (Delivery and Splicing at Site)

14

12 Fiber Patch Cables

Fiber Patch Cables Length: 3-meter duplex

400

13 Fiber Pigtail Cables

Fiber Pigtail Length: 1 meter

800

14 Fiber SFP Modules / Transceivers

Fiber SFP Modules / Transceivers Speed: 1 Gigabit per second Type/Mode: Single Mode fiber Compatibility: Compatible with Cisco L2/L3 switches

10

15 Ethernet SFP Modules / Transceivers

Ethernet SFP Modules / Transceivers Speed: 1 Gigabit Type/Mode: Ethernet/Multimode Compatibility: Compatible with Cisco L2/L3 switches

10

16 Fiber Optic Fusion Splicer

FS Machine, Cleaver, Stripper and cleaning Kit, Branded, Imported (Full package), fusion Splicer with full accessories Applicable fibers: Single / SMF (G.652/657), MMF (G.651), DSF (G.653), NZDSF (G.655) Cladding dia: 80-150um Cleave length: 5mm to 16mm with sheath clamp Splice mode / heating mode: Total 100 splice modes / 30 heating modes Splice Loss: 0.02dB (SM), 0.01dB (MM), 0.04dB (DSF) and 0.04dB (NZDS).

1

Page 48: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 25

Result storage: Last 2000 splices Tension test: 1.96 to 2.25N No. of splice / heating per battery: 200 cycles or more Electrode life: 3000 splices Resistance: Shock: 76cm (30inch) all surface drop Dust: Exposure to dust (0.1 to 500µm dia Alumina Silicate), IP5X Rain: H=10mm/hr for 10min, IPX2 Minimal manual operation, Other Features, Accessories and cables: Battery Pack Battery Charge Cord, Fiber holder Fiber Cleaver, AC Adapter, AC Cord, Spare Electrodes (pair), Sheath Clamp: 1 pair, Electrodes: 1 pair USB Cable, Alcohol Dispenser, Screw Driver, Splicer Carrying Strap, Quick Reference Guide, Video Instruction Manual Transit Case with Carrying Strap, Splices all known types of fibers. Fiber core alignment. Typical average splice loss for single mode cable with G.652D fiber should be 0.02 dB. Reduced splicing time up to 7 seconds. Heating time up to 14 seconds. Multi-functional carrying case with integrated work station. High precision single fiber cleaver Primary coat stripper Nylon jacket stripper Thermal jacket stripper Protection sleeve Splicer Carrying Strap Quick Reference Guide Video Instruction Manual Splice Sleeve Cooling Tray Transit Case with Carrying Strap Training Manual, Warranty: One Year Warranty. Training:

Page 49: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 26

On-site 1 -2 days training of staff.

17 Printer B&W Heavy Duty Network Printer Laster Jet

Printer B&W Heavy Duty Type: Network Printer Print speed: Letter: Up to 30 ppm black Print resolution: Black (best): Up to 1200 x 1200 dpi Print Technology: Laser Standard Connectivity: Hi-Speed USB 2.0 Host; 1 Gigabit Ethernet 10/100/1000T network, 802.11a/b/g/n wireless networking Energy Star: 2.131 kWh/Week Memory: 1GB Processor Speed: 1.2 GHz Compatibility and Other features: Compatible Operating Systems: All Windows 7 to 10 versions 32bits and 64 bits. All Windows Server editions 2008 to 2016 all versions. MacOS, Linux Ubuntu, Red Hat Enterprise, Linux Fedora, Linux Debian, Linux CentOS, Android. Identity management: Kerberos authentication; LDAP authentication; 1000 user PIN codes; 802.1X authentication (EAP-PEAP; EAP-TLS); SNMPv3; HTTPS; Certificates; Access Control List; Data: Storage Encryption; Encrypted PDF & Email (uses FIPS 140 validated cryptographic libraries from Microsoft); Secure Erase; SSL/TLS (HTTPS); Encrypted Credentials; Device: Security lock slot; USB port disablement; Cartridge: Black Original Toner Cartridge (~11K yield); Software and Guide: CD with software drivers and documentation; Documentation (Hardware Install Guide); Other accessories and cables: USB Cable, Power cord Built in 220V Power Supply. Dell, HP,or equivalent

2

18 LED TV 40 Inches

Display (Network Control) LED Full HD TV Branded and Imported, Type: LED Full HD

4

Page 50: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 27

Screen Size: 40-inch Other Accessories: Wall mount 10-meter HDMI cable. (Samsung, Sony, LG or Equivalent)

19 UPS 10KVA Tower

10KVA/10KW UPS, 1 PF, Tower. Standard Backup Model UPS for networks and data centers. Features: Fully-digital control with high output voltage Precision. Early Warning of UPS System Status. Periodic Battery Testing. Power-Factor Correction. Lightning and Surge Protection. Wide Input Voltage Window. Built-in-power charger for fast charging reduces battery charging time. Built-in Ethernet port includes compatibility with intelligent cards (SIC card, RDU_SIC cards, etc.,) with browser support. Manage general power problems including sagging, spikes, and fluctuations. Programmable output outlets/terminals with cascade protection to protect key devices during heavy load. Integrated Ethernet port with HTTP protocol compatibility & streamlined remote monitoring. Compliance with seismic conduction & vehicle carrying test. Dust-resistant design with ability to operate under high ambient temperature of up to 50 degree Celsius. Input voltage(V): 220/230/240VAC 1-Phase, 2Wire Input frequency (Hz): 50/60 Input power factor(kW/kVA): 0.99 Current THD at full linear load (THDi%) <5 Output voltage (V): 220/230/240 (1-phase) Output frequency (Hz): 50/60 Rated power factor(kW/kVA): Unity Voltage harmonic distortion: <2% for Linear loads & <5% for Non-linear loads Crestfactor:

3

Page 51: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 28

3:1 Online mode efficiency: Up to 95.8% or more ECO mode efficiency: Up to 99% Compliance: Energy Star and RoHS certified. Warranty: One Year Standard Warranty of UPS Including Six Months of Batteries

Total

Page 52: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 29

FORM-ID

Package-II (D) Equipment for Internet Services

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit Price Total

Cost

1 Rack Servers (Data Center)

Rack Server Processor: Intel® Xeon® 3.7GHz, 12M cache, 6C/12T, turbo (80W) or equivalent RAM: 2 x 16GB 2666MT/s DDR4 ECC UDIMM RAID Level: PERC RAID 5 Supported Controller or equivalent Hard Drives: 3 x 600GB SAS Ethernet: On-Board Broadcom 5720 Dual Port 1Gb LOM CD/DVD Drive: DVD +/-RW, SATA, Internal for Hot Plug Chassis Rack Support: ReadyRails Static Rails Power Supply: Dual, Hot-plug, Redundant Power Supply, 350W Warranty: Standard Warranty 03 Years Dell, HP, IBM or equivalent

5

2 UPS 10KVA With Extended Backup (Tower)

UPS 10KVA/10KW, 1 PF, Tower, Extended Backup: with 20 Minutes of Backup Time at 75% Load (Long backup model) Features: UPS for edge of networks and data centers. Fully-digital control with high output voltage Precision. Early Warning of UPS System Status. Periodic Battery Testing. Power-Factor Correction. Lightning and Surge Protection. Wide Input Voltage Window. Built-in-power charger for fast charging reduces battery charging time. Built-in Ethernet port includes compatibility with intelligent cards (SIC card, RDU_SIC cards, etc.,) with browser support.

1

Page 53: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 30

Manage general power problems including sagging, spikes, and fluctuations. Programmable output outlets/terminals with cascade protection to protect key devices during heavy load. Integrated Ethernet port with HTTP protocol compatibility & streamlined remote monitoring. Compliance with seismic conduction & vehicle carrying test. Dust-resistant design with ability to operate under high ambient temperature of up to 50 degree Celsius. Input voltage(V): 220/230/240VAC 1-Phase, 2Wire Input frequency (Hz): 50/60 Input power factor(kW/kVA): 0.99 Current THD at full linear load (THDi%) <5 Output voltage (V): 220/230/240 (1-phase) Output frequency (Hz): 50/60 Rated power factor(kW/kVA): Unity Voltage harmonic distortion: <2% for Linear loads & <5% for Non-linear loads Crestfactor: 3:1 Online mode efficiency: Up to 95.8% or more ECO mode efficiency: Up to 99% Compliance: Energy Star and RoHS certified. SNMP/Web: 1 x SIC card for SNMP/WEB Management Parallel Communication Cable Kit for UPS Extended Backup: 20 Minutes of Backup Time at 75% Load 16x40AH External Battery Cabinet or equivalent Power Kit 1 x Power Kit for UPS Battery Bank Installation Warranty: One Year Standard Warranty of UPS Including Six Months of Batteries

3 4 TB hard drive SATA

Internal Hard Drive Capacity: 4TB

6

Page 54: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 31

Interface: SATA 6.0Gb/s Cache: 256MB Form Factor: 3.5” Warranty: 01 years Warranty (Seagate, WD, or equivalent)

4 8 TB hard drive SATA

Internal Hard Drive Capacity: 8TB Interface: SATA 6.0Gb/s Cache: 256MB Form Factor: 3.5” Warranty: 01 years Warranty (Seagate, WD, or equivalent)

6

5 Fiber Optic OTDR

Optical Time Domain Reflectometer (OTDR) Dynamic Range (dB): 32/30 Event Dead Zone(m): 0.8 Atten. Dead Zone e (m): 3.6 Pulse Widths: 3, 5, 10, 20, 30, 50, 100, 200, 300, 500 ns; 1, 2, 3, 10, 20 μs Range Settings: 250 m to 240 km Data Points: Up to 300,000 (Expert mode .SOR file) Data Spacing: 5 cm to 16 m Group Index of Refraction: 1.3000 to 1.7000 Linearity (dB/dB): ±0.05 Trace File Storage Medium: 4 GB internal memory (>1000 traces); Memory: External USB memory stick Data Transfer to PC: USB cable, Bluetooth, or WiFi (option) Standard OTDR Modes: SmartAuto, Expert, Real Time Real-time Refresh Rate: Up to 4 Hz Live Fiber Protection: No OTDR damage with input power ≤ +3 dBm for wavelength(s) in range 1260 to 1675 nm

1

Page 55: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 32

Live PON Filter Isolation: >50 dB for 1260 nm ≤ wavelength ≤ 1600 nm Emitter Type: Visible red laser, 650 ±20 nm Along with: Visual Fault Locator (VFL) Optical Laser Source - OLS Optical Power Meter -OPM Other Specs: Branded Imported (Full package), Training Manual, Warranty: One Year Warranty. Training: On-site 1-2 days training of staff.

TOTAL

Page 56: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 33

FORM-IE

Package-II (E) Equipment for Video Conference Studio

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit Price Total

Cost

1 55-inch LED TV UHD LED Smart TV Display Size: 55'' Display Type: 4K UHD Resolution: 3840 x 2160 Colors: 4K Color Drive Pro Audio: Audio Dolby Digital Plus Audio DTS Premium Sound Sound Output: 20 W Speaker Type: 2CH Headset: Bluetooth Headset Support Processor: Quad-core Apps Platform: Smart TV with Apps and Full Web Browser Voice Interaction: US English Ultra Clear Panel Dimming Technology: UHD Dimming Other Features Anynet+ (HDMI-CEC) Game Mode Eco Sensor TV to Mobile - Mirroring Mobile to TV - Mirroring, DLNA ENERGY STAR® Certified DTV Tuner: ATSC / Clear QAM Ports and Interfaces: 3 x HDMI 2 x USB 2.0 1 x LAN 1 x Component 1 x Composite In (AV) (Common Use for Component Y) 1 x RS232C 1 x Digital Audio Out (Optical) RF In (Terrestrial/Cable Input): 1/1(Common

4

Page 57: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 34

Use for Terrestrial) Connectivity: Wi-Fi Built-in Wi-Fi Direct supported Bluetooth supported Accessories: Power Adapter/cord 1 x HDMI cable 10 meter (Samsung .Sony , LG or equivalent)

2 Tablet PC (For Video conference System)

Windows Tablet PC Processor: 7th generation Intel Core i3 2.0 GHz or higher. GPU: Intel HD Graphics . Storage: 64GB storage or higher. Memory: 6 GB RAM or higher. Display: Display: 12" ClearType Full HD Display Resolution: 2160 x 1440) or higher. Camera: 5 MP Rear and Front or more OS: Windows 10. Ports: Full-size USB 3.0, microSD card reader, Headphone jack, Mini DisplayPort, Cover port, Charging port Sensors: Ambient light sensor, Accelerometer, Gyroscope, Magnetometer Battery: Up to 9 hours of web browsing

1

3 UPS 6KVA pure sine-wave

UPS 6KVA Pure sinewave for critical applications and computers, Features: Suitable for small data center or Telecommunication equipment, True on-line double-conversion technology, DSP technology, 0.8 Output Power Factor, Wide input voltage range (110-300 VAC), 0.99 input power factor correction, 50Hz/60Hz frequency converter mode, Configurable to energy saving mode (ECO), Programmable power management outlets, Emergency power off function (EPO), Generator compatible, Charger capacity expansion to 8A for long-run models, 3-stage extendable charging design for optimized battery performance,

3

Page 58: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 35

Extended runtime capability by building up additional battery resources, Maintenance bypass supported, Optional N+X parallel redundancy, Phase: Single phase Capacity: 6000VA/4800W Power factor: >= 0.99 @ 100%load Output Voltage: 208/220/230/240 VAC AC Voltage Regulation (Batt. Mode): ± 1% Current Crest Ratio: 3:1 (max.) Harmonic Distortion: <= 3 % THD (Linear Load), <= 6 % THD (Non-linear Load) Transfer Time: AC to Battery Mode = Zero Transfer Time: Inverter to Bypass = Zero Waveform: Pure Sinewave Typical Recharge Time: 7 hours to recover 90% capacity Battery: 20 x 12V/7AH or equivalent Charging Current: 1.0A or equivalent Backup Type: Standard Backup with internal battery bank. (Emerson, APC or equivalent)

4 Complete Audio System for 24 seats

Complete Audio System for 24 seats Digital Audio Conference System with 24 delegate units Microphone, Control unit with USB recording, external Microphone, speaker support with laptop connection support, Chairman control, Sound system, external speakers, Cabling & installation. 1 x Audio Conference (Central Control Unit)

• Digital conference technique, compliant to IEC60914.

• Navigation keyboard on front panel.

• High speed RISC Embedded hardware structure.

• 2.8 Inch LCD Digital Interface or equivalent.

• Built-in 8X8 video matrix switcher.

• Built-in 8X4 overall view video switching

• U disk and SD card recording function, can record the whole meeting in real-time.

1

Page 59: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 36

• Users can control the starting and ending of recording, even change the setup of recording.

• System can support 80pcs chairman units simultaneously and appoint one as executive chairman.

• MIC management modes

o Limited mode: 1~6pcs units can be

opened simultaneously o FIFO mode: the last opened MIC

covers the first opened MIC. o Apply mode: executive chairman can

approve or reject the speaking. o Voice activating mode o Free discussion mode: allow all the

units to be opened simultaneously

• 6 channels output ports, which can connect 180pcs units.

• Audio input: RCA × 2 2V p-p, 6.3mm ×1

-50dB, XLR × 1 -50dB

• Audio output: RCA × 2 2V p-p, XLR × 1

-50dB

• Output impedance: 47KΩ

• Control model: RS-232/RS-485

• Connector: Big 8 pin DIN

• Camera capacity: 8 pcs

• Video output level: RCA×41.08V p-p

24 x Delegate Units

• Digital conference technology, compliant to IEC60194.

• Digital audio transfer technique, point to point connection mode.

• Gooseneck pole and high directional electret MIC with red indicator light.

• Built-in high-fidelity speaker. If users open the MIC or insert the earphone, it mutes automatically.

• Each unit has free distributed ID address, convenient for installation.

• Double stereo earphone output, could adjust volume.

• Co-operating with camera, it has video tracking function.

• Frequency respond: 18-20KHz

• MIC type: Capacitive

• Sensitivity of MIC: -47dB

• SNR: 90dB

• Working current: 40mA ±5%

• Earphone output: 16Ω,250mW / 32Ω,125mW

Page 60: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 37

1 x Delegate Unit

• Chairman unit priority, could switch off all the speaking units

• All features of Delegate Unit. 1 x Audio Amplifier

• 120watt audio output

• 2 Balanced microphones

• 2 Un-Balanced microphones

• 1 Un-Balanced Aux

• Individual microphone level

• Built in MP3 player

• Master volume and Bass Treble Control

1 Set of Wireless Handheld & Collar Microphone

• Modulation Mode: FM

• Frequency selection PLL synthesize control,

• 100 Selectable channels

• Frequency stability ±0.005%

• Frequency deviation ±48 kHz

• S/N ratio :105 dB

• Output Power: Hi 10 mW, Low 3mW

• Dynamic range 100 dB

• Frequency response 50 Hz ~ 15 kHz

• Frequency range :773-823 MHz

• Working Distance: 50 meters

• Batteries standard, 2x1.5 V

4 x Wall mount Speaker

• Input 70V/100V

• 06 watt rated power

• Wide Freq.Resp.:90Hz-18KHz

• Max SPL: 98db Complete Installation, testing and

commissioning of Conference system and PA

system.

Warranty 1 Year onsite.

5 Video conference System

Full HD Video conferencing system for Conference Room Features: Microphone Array, Full HD 1080p video & content sharing

1

Page 61: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 38

Video/Session Recording IR remote control Automatic gain control Automatic noise suppression Keyboard noise reduction Instant adaptation echo cancellation Audio error concealment Active Lip Synchronization Camera: Pan/Tilt/Zoom Full HD camera with 12X or more zoom MCU: 8-point (Multipoint) Video Standards: H.261, H.263, H.264 AVC, H.264 High Profile, H.264 SVC, RTV • H.239 Content • H.263 & H.264 video error concealment People Video Resolutions: 1080p, 60 fps from 1740 Kbps 1080p, 30 fps from 1024 Kbps 720p, 60 fps from 832 Kbps 720p, 30 fps from 512 Kbps Content Video Resolutions: Input - HD (1920 x 1080i), HD (1920 x 1080p) - WSXGA+ (1680 x 1050) - UXGA (1600 x 1200) - SXGA (1280 x 1024) - WXGA (1280 x 768) - HD (1280 x720p), Output - WUXGA (1920 x 1200) - HD (1920 x 1080) - WSXGA+ (1680 x 1050) - SXGA+ (1400 x 1050) - SXGA (1280 x 1024) - HD (1280 x 720) Video Inputs 2 x HDCI 3 x HDMI 1.4 1 x YPbPr component 1 x dual RCA composite 1 x VGA Video Outputs 3 x HDMI 1.3 3 x VGA Audio Inputs 2 x microphone array input port (supporting a total of 4 microphone arrays) USB headset support 2 x HDCI (camera) 3 x HDMI 2 x RCA line-in

Page 62: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 39

Audio outputs 1 x HDMI (to in-room audio system) 1 x HDMI (to conference recording device) USB headset support 1 x RCA pair stereo line-out Other interfaces 2 x USB 3.0 (back) 1 x USB 2.0 (front) 1 x RS-232 DB9 Network IPv4 and IPv6 support 1 x 10/100/1G Ethernet Auto-MDIX H.323 and/or SIP up to 6 Mbps Lost Packet Recovery Web Proxy support (Basic, Digest and NTLM) Interoperability Skype for Business, including Skype for Business Online Zoom Meetings Interoperability Microsoft Office Communications Server integration Cables: All Standard Cables Additional Cables: 1 x VGA cable (10M) 1 x Microphone cable (5M) 1 x Microphone cable (10M) 1 x HDMI Cable (3M) 1 x HDMI Cable (10M) Speaker cable (15M) Speakers System: 2.0 Channel Tower Speakers (Complete set) (Bluetooth, NFC, USB, SD, FM Radio, HDMI, Line 3.5mm Supported) Remote Control, 1 x wireless microphone (DWM-10 Karaoke Rechargeable Mic or equivalent) Frequency Response: 40Hz ~ 20 KHz or higher Compatible with the video conferencing unit Warranty and installation Standard Warranty Complete installation (On site) (Polycom, Cisco, Huawei, or equivalent)

TOTAL

Page 63: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 40

FORM-IF

Package-II (F) Laptop

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit Price Total

Cost

1 Laptop Laptop Computer Processor: Core i5 8th, or higher generation processor, 64-bit computing, Graphics: Intel integrated graphics, Display: 14-inch or more (Non-touch), RAM: 6 GB RAM, Hard Drive: 500GB Hard drive, Camera/Mic Webcam and microphone, Connectivity: Gigabit ethernet network, Wireless LAN 802.11 a/b/g/n or higher, Battery: 4 cell or more, Ports/Interfaces: VGA port (mandatory), HDMI port 2 USB ports or more, Power: Original Power adapter, Warranty: Standard 1-year warranty. (HP, Dell, or equivalent)

1

TOTAL

Page 64: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 41

FORM-II

Detail of Equipment Supplied in the last 3 years

SN Organization & Address Name of The

Official Contact

Numbers

Month & Year of

Execution of Work

Total Amount

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Total Amount of Equipment supplied in last 3 years

Attach Work Order for each of the above in above order as proof.

Signature & Stamp (Authorized Representative)

Page 65: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 42

Part F: Tender Acceptance Form

Declaration Form

(THIS FORM IS TO BE PROVIDED WITH THE BID) All the terms & conditions have been carefully read and understood and are hereby

unconditionally accepted and it is declared that

I understand that by inserting any condition in my bid consciously or unconsciously will

AUTOMATICALLY disqualify me from the bidding process.

All the information furnished by me/us here-in is correct to the best of my knowledge

and belief.

I/we have no objection if enquiries are made about the work listed by me / us in the

accompanying sheets / annexure.

I / We agree that the decision of committee in selection will be final and binding to me /

us.

I / We have read the instructions appended to the proforma and I / we understand that if

any false information is detected at a later date the committee is at liberty to act in a

manner it feels deemed fit.

Name of Firm/ Company

Name of Owner/Authorized agent

Office Address

GST No.

NTN.

Telephone No.

E-mail

Signature & Stamp (Authorized Representative)

Page 66: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 43

Check List (To be filled by Applicants)

Detail Yes

No

1. ALL Pages signed and Stamped by Bidder

2. Bank Draft of Earnest Money

3. Bid /Quotation (Form-I)

4. Form II – Supplies completed in Last 3 years

5. A Total of 10 Work Orders

6. Form III - Declaration Form

7. Active Tax Payer List (GST and Income Tax)

8. GST and Income Tax Registration Certificate

9. Authorized Dealer/Reseller Certificate

10. Brochure of the Items

For queries and further clarification, you may

Visit us at 3 rd Floor, Faculty Block-II, CUI, Islamabad

Call us at 051-9049-5025/051-9049-5292.

Signature & Stamp (Authorized Representative)

Page 67: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Package - III

Page 68: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 1

Procurement of Lab Equipment for Abbottabad Campus

Tender # CUI/ATD/PD(24)/19/ES-01

COMSATS University Islamabad

Project Office Establishment of COMSATS Institute of Information

Technology, Permanent Campus, Abbottabad.

Ph. # 051-9049 5025/5292

Page 69: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 2

Table of Contents

S. # CONTENTS Page

Part A Notice 3

Part B

Evaluation Criteria 4

Documents Required to be Submitted by Vendor 5

Part C Terms and Conditions 6

Part D Mandatory Requirements 10

Part E List of Equipment 10

Part F Tender Acceptance Form 19

Page 70: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 3

Part A: TENDER NOTICE Procurement of Lab Equipment for Abbottabad

Campus Tender # CUI/ATD/PD(24)/19/ES-01

COMSATS University Islamabad (CUI) is a public sector multi-campus university. The

CUI invites sealed tenders through single stage two envelop mode from reputed and

experienced firms registered with Income Tax and Sales Tax Departments for the

laboratories of the following departments:

Package I: Department of Electrical Engineering Package II: Department of Computer Sciences Package III: Department of Earth Sciences Package IV: Department of Bio Technology Package V: Department of Pharmacy

2. Bidding documents, containing the detailed terms and conditions, procedure for

submission of bids, bid security etc. can be downloaded from www.comsats.edu.pk .

3. The bids, prepared in accordance with the instructions in the bidding documents,

must reach at the office below on or before 1100 hours, July 10, 2019. Technical Bids,

only, will be opened on the same day at 1130 hours. This advertisement is also available

on PPRA website at www.ppra.org.pk.

4. The CUI reserves the right to accept or reject part or whole of the tender any time

prior to the acceptance of the proposal. The unsuccessful bidder(s) participating in the

bidding process shall be informed the reason(s) for rejection of their proposal, however

COMSATS University Islamabad shall not be liable to justify those reasons.

Project Office 3rd Floor, Faculty Block-II

CUI Park Road, Tarlai Kalan, Islamabad Phone : 051-90495025 / 90495292

Page 71: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 4

Part B: Evaluation Criteria

2.1 The bidders are required to submit technical and financial proposals in separate

envelops. The envelops should be clearly marked as “Technical Proposal” and

“Financial Proposal” respectively. The earnest money should be included in the

Financial Proposal and no reference what so ever regarding financial proposal and

earnest money should be given in the technical proposal. The technical proposals shall

be opened first and only financial proposals of qualified bidders on technical terms shall

be opened. The technical proposals will be evaluated on the basis of specifications of

the equipment quoted, past record of the vendor and other evaluation parameters set

out in the tender document, in the light thereof by the CUI laid down in a transparent

and non-discriminatory manner.

Page 72: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 5

Documents to be submitted by the vendors

3.1. Bidders are required to provide following documents along with the technical

proposal:

a. Name of firm / company

b. Contact person name, address, phone, fax, and e-mail

c. Year of establishment/ proof of registration

d. Proof of authorized agent of the original equipment manufacturer in Pakistan

e. Name of major clients in last three years (for relevant works related to the stated

tender only) with verifiable contacts

f. Proof of registration with GST as well as NTN number.

g. Sales Tax exempt status (if applicable)

h. Affidavit that the firm/company has never been black listed by the government

/ public entity.

i. Detailed product information/brochures

3.2. The bidders are required to adhere following instructions:

a. The rates must be quoted in accordance with the detailed equipment

specifications, proposed quantities duly filled in the BOQ attached with this

document.

b. Detailed product warranty/guarantee information/service agreement must be

provided in the Technical Proposal

c. Validity period of the quoted price should be at least three months

d. Any other information deemed necessary.

Page 73: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 6

Part C: TERMS & CONDITIONS

4.1 The last date and time for the receipt of tender is 1100 hrs, July 10, 2019 at

Project Office, Faculty Block 2, 3rd Floor, COMSATS University Islamabad,

Principal Seat.

4.2 Tenders will be opened at 1130 hrs, July 10, 2019 in Room No. G-6/G-8,

Ground Floor, Faculty Block-I, of COMSATS University Islamabad in

presence of the representatives of the parties, who wish to be present.

4.3 The tender shall be accompanied by Earnest Money in Pak Rupee @ 2%

of quoted Price or Rs. 300,000 whichever is higher in shape of pay order/

bank draft in favor of COMSATS University Islamabad.

4.4 The earnest money shall be included in the Financial Proposal. Any reference

of the Earnest Money in technical Proposal will result in rejection of the bid

4.5 All prices should be valid for at least 90 days. Withdrawal or any modification

of the original offer within the validity period shall entitle CUI to forfeit the

earnest money in favor of the CUI.

4.6 The Technical Proposal must be accompanied by detailed technical

specifications offered and literature of the brands quoted so as to allow a fair

assessment of the features and capabilities of each equipment.

4.7 It would be the responsibility of the authorized agent/ manufacturer to

satisfactorily complete the supplies and installation as per supply order,

subject to CUI’s acceptance/ inspection thereof.

4.8 All admissible taxes shall be applicable. The quoted price should be inclusive

of all taxes.

4.9 The earnest money of successful bidder will be released after complete

delivery, installation and inspection of the items at COMSATS University

Page 74: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 7

Islamabad, Abbottabad Campus. Rest of the bidders will receive their

earnest money after award of contracts.

4.10 Items being ordered should be brand new and unused and should comply

with the laid down specifications. The vendor/ manufacturer should provide

warranty for a period of at least one year. This will include free service,

technical support and replacement of defective parts at the premises of

COMSATS University Islamabad, Abbottabad Campus. If the warranty

of OEM is less than the required, the bidder will provide additional warranty

on its own expenses.

4.11 The time period of supply will be thirteen (13) weeks from the date of

issuance of Supply order.

4.12 In case of delay in the delivery of items, 0.33% of the total amount of the

order will be charged as penalty per day, up to a maximum of 10% of the

total bid price. Failure to complete supplies within 30 days after expiry of

original delivery period will make the Supply Order eligible for termination

with no compensation due to be paid to the bidder and any supplies already

made/ Earnest Money will be forfeited.

4.13 No offer of an authorized bidder/firm will be considered if:-

a. Received without earnest money along with Financial Proposal

b. Received later than the date and time fixed for tender submission

c. The tender is unsigned/ unstamped

d. The offer is ambiguous

e. The offer is conditional

f. Offer is made by the unauthorized agent of the original equipment

manufacturer

g. The offer is from a firm which is black listed, by any Govt. Office.

h. The offer is received by telephone/telex/fax/telegram.

i. Any unsigned/ ambiguous erasing, cutting/overwriting etc. is made

Page 75: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 8

4.14 It would be the sole responsibility of the agent/ manufacturer to comply with

the applicable laws, be national or international.

4.15 In case of any dispute, decision of the Rector, CUI will be final and binding

upon the parties.

4.16 The procurement has been bifurcated into six sub-packages i.e.

Package III (A): Equipment for Geology Lab

Package III (B): Equipment for Geophysics Lab

4.17 CUI reserves the right to accept or reject part or whole of the tender without

assigning any reason thereof CUI reserves the right to accept or reject part or

whole of the tender any time prior to the acceptance of the proposal. The

unsuccessful bidder(s) participating in the bidding process shall be informed the

reason(s) for rejection of their proposal, however COMSATS University Islamabad

shall not be liable to justify those reasons.

Special Conditions:

5.1 Ten percent (10%) of the verified amount of running bills/interim payments

will be deducted as Retention Money and will be released after expiration of

warranty period of one year.

5.2 The Warranty should cover the replacement of parts. The diagnostics

should be made within 48 hours & replacement should be made within a

maximum of 30 days. In case the item is not repaired (replacement of parts) within

the given time, 1% of the total performance guarantee will be deducted per day up

to 10%. If the item is still not delivered to CUI in working condition, the vendor

shall replace the faulty item (complete) within one week else the cost will be

recovered from retention money.

5.3 Mode of Payment

• No part payment shall be made

• Upon Installation, Testing and Commissioning – 90%

• Upon expiry of warranty period – 10% (Retention Money)

Page 76: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 9

Part D: Mandatory Requirement:

All the below documents MUST be submitted with the Bid. Failure to fulfill

any of the below condition will disqualify the bidder from the bidding

process. Submission of all documents mentioned below is mandatory at the

time of the tender submission. No document will be accepted on later stage.

Please submit the document in the order given below.

1. Draft of Earnest Money Mandatory To be placed in Financial Bid

2. Bid /Quotation (Strictly as per pattern)

Mandatory Form-I

3. Names of Major Clients / Work Executed in Last 3 years (Corporate/Govt./NGO Client ONLY) Attach minimum 10 Work Orders for the same equipment of at least Rs. 400,000 each

Mandatory Form-II

4. Declaration Form Mandatory Form-III

5. Active Tax Payer List (Up to date) Mandatory To be placed in

Technical Proposal

6. GST Registration Certificate Mandatory -do-

7. Authorized Dealer/Reseller Certificate The Authorized dealer must have office in Islamabad/Rawalpindi.

Mandatory -do-

8. Specifications offered and Brochure of the Items

Mandatory -do-

9. Proof that the equipment is brand new and bill of lading of the imported item at the time of delivery

Mandatory Bill of lading

along with delivery challan

Signature & Stamp (Authorized Representative)

The filled in Tender Document should be forwarded to : Project Office

3rd Floor, Faculty Block-II

COMSATS University Islamabad

Park Road, Tarlai Kalan, Islamabad

Phone : 051-90495025-/90495292

Page 77: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 10

FORM-IA

Package III (A) : Equipment for Geology Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

S

N Equipment Title

Specifications Qty Unit Price Total Cost

1 RESEARCH GRADE POL

MICROSCOPE

• Lab quality polarizing microscope

• 4 Plan objectives (PL4x, PL10x, PL40xS, PL100xS

• Advanced Analyzer for cross-polarization

• Trinocular format

• Included Bertrand Lens

1

2

ORE MICROSCOPE

• Coarse and fine focusing by conveniently placed separate knobs 1 div. 0.002 mm.

• Compact ball bearing center able rotating stage 140mm diameter, graduated with vernier , lock and two specimen clips.

• Reflected light incident illuminator consist of polarizing unit slot for filter & 6V – 20W Intensity control transformer.

• Achromatic P5x, P10x, P45x (SL).

1

3

GEM TESTING KIT

1. Gem Refractometer: a. two ways power supply: 2x AAA batteries and world wide AC100--240V; b. testing rang: 1.35-1.85; c. accuracy: ≤±0.003; d. appearance: grind Arenacious aluminum alloy with silver color. e. 2ml refractive oil and 2x AAA batteries. 2. Portable Polariscope:

2

Page 78: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 11

a. diameter of polaroid: 30mm; b. with LED cold light; c. build-in 3V button battery; d. appearance: aluminum alloy with black color. 3. Hand-held Grating Spectroscope: a. with adjustable focus; b. with high resolution; c. avoiding reflection of interference; d. appearance: blank. 4. Calcite Dichroscope: a. material: excellent iceland spar; b. big eyepiece and clear to read; c. appearance: blank. 5. Gem Loupe: a. size: 21mm dia.; b. magnification time: 10X; c. appearance: silver.

6. Chelsea Filter: a. fastness and non-gumming b. appearance: grind arenaceous aluminum alloy with black color(or white color). 7. Gem Tweezer: a. material: stainless steel; b. high elastic. 8. UV LED lamp: a. 3 pcs of LED; b. violet color light. 9. Cutting Loupe: a. magnification time: 5X; b. shape: turriform; c. appearance: silver. 10. Pen torch: a. special for diamond

4

POCKET STEREOSCOPE

Compact, lightweight, pocket device for studying vertical aerial photographs in three dimensions. Frame is sturdy, black duralumin. Folding legs are adjustable. Inter-capillary distance is

15

Page 79: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 12

adjustable. Comes with carrying case.

5 REFRACTIVE INDEX OIL

COMPLETE SET

Range 1.300 to 1.395. Adjusted to ± 0.0002. Slightly volatile, colorless fluorocarbon formulation. Important to keep tightly stoppered to preserve the integrity of the liquid. The Cargille Series AAA Refractive Index Liquids are immiscible with water and have an index range which includes that of water A full set of these liquids contains 20 different liquids. Each bottle contains 0.25 fl. oz.

1

6

PYCNOMETER

Calibrated density bottle made

with Borosilicate glass that is ideal

for use in most research, scientific,

and other types of laboratory

environments. – Density bottle

Gay-Lussac 10ml BLAUBRAND

boro 3.3Calibrated to contain,

w/individual certificate

5

7

SPECIFIC GRAVITY BALANCE

In the case of the model with range 0.9 to 3.0 SG scale is calibrated as under: From 0.9 to 2.0: graduated in division of 0.01 From 2.0 to 2.5: graduated in division of 0.02 From 2.5 to 3.0: graduated in division of 0.05

In the case of a model with range 0.2 to 2.0 SG scale is calibrated as under: From 0.3 to 0.8: graduated in division of 0.005 From 0.8 to 1.5: graduated in division of 0.01 From 1.5 to 2.0: graduated in division of 0.02

2

Page 80: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 13

8 VISCOMETER

Speed; 20,30,50,60 or 100 rpm Accuracy: +- 1.0 % of full scale range Repeatability: +- 0.2 % of full range Output signal: 4-20 mA @ 1200 ohms max. RS 232 Weight: 20 Ibs (9Kg) Relay Rating: 250 VAC, 3 Amp max

5

9

WATER SAMPLER

Operating Temperature: 32° to +158°F (0° to +70°C) Battery: Rechargeable 12 VDC, 5 AH Gel Cell Battery Life: Approximately 1 hour of continuous sampling Sample Pump: Flow Rate: 1000 ml per minute at 4 ft. head Type: Peristaltic Maximum Lift: 22 ft (6.7 m) Pump Tube: Norprene 1/4 inch ID Sample Hose: 15 ft (4.6 m) nylon reinforced polyethylene tubing with intake strainer. Enclosure: Expanded UV protected PVC Dimensions: 9x7.5x4.5 inch (23x19x11 cm) Weight: 6 lb (2.7 kg) (Shipping Weight 7 lb (3.2 kg))

5

10

POLLUTION TESTING KIT

• This kit uses chemically

reactive tubes which change

colour upon presence of

contaminants.

• The kit can be used to spot

check the content of

compressed air for :

2

Page 81: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 14

• Carbon Monoxide (10 x Sets of

contaminant reactor tubes

included)

• Carbon Dioxide (10 x Sets of

contaminant reactor tubes

included)

• Oil (10 x Sets of impactors or

contaminant reactor tubes

included)

• Water Vapor (10 x Sets of

contaminant reactor tubes

included)

• Oxygen Content

• Dew point

11

AIR SAMPLING APPARATUS

• Microbial air sampling in cleanrooms and associated controlled environments

• USP 797 environmental viable-airborne particle testing

• Microbial monitoring of medical device manufacturing environments

2

12 PLOTTER

• ink-jet

• Print Speed

Up to 1.3 ppm - max speed - A1 (23.4 in x 33.1 in) Up to 70 sq.ft/hour - color best - Roll (36 in) Up to 376.7 sq.ft/hour - color draft - Roll (36 in) Up to 139.9 sq.ft/hour - color normal - Roll (36 in)

1

13

MULTIMEDIA FOR LABS

Display Device DLP or LCD No. of Pixels 1024 x 768 Brightness (Typical) 4000 ANSI lumens or higher Color Systems PAL / SECAM / NTSC 4.43 / PAL-M / N Computer Compatibility UXGA

3

Page 82: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 15

/ WXGA/ SXGA / XGA / SVGA / VGA / MAC analog Network Terminal (Optional) Wired / Wireless Weight 1-1.5 kg Projection Method Front, rear, ceiling Other Fall Ceiling Brackets, Casing, Documentation, any other

14 Desktop computer

Core i5 1TB Hard drive8 Gb ram. Combo drive 17 Lcd , keyboard mouse other accessories

5

TOTAL

Note: All prices should be inclusive of all applicable taxes

Page 83: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 16

FORM-IB

Package III (B) : Equipment for Geophysics Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

S

N Equipment Title

Specifications Qty Unit Price Total Cost

1 Multi Channel Seismograph

24 Channel Digital Seismograph for all type of applcication in shallow seismic as Reflection, Refraction, Cross hole surface wave investigation. Seismograoh, capable of working upto the depth of 300m.

1

2 Gravimeter consisits of: AUTORAVVMETER CG-5 (standard), USB cable R232 Cable, Utilities CD, Carrying bag, Carrying case, manual, sensor type: 1used quard reading resolution: 1 microGal standard deviation 5 microGAL operating.

1

3 Ground Penetrating Radar

GPR having different broad frequency ranges for all kind of application from mineral exploration, geotechnical engineering and the examination of concrete structure. GPR should equipped with advanced survey methods such as CMP, WARR and Transillumination. The product compact size, lightweight, filed rugged and easy connection to the antenna and also it should low power consumption for extended operation.

1

4 Wireline Logger Matrix console consists of a digital signal processor directly linked with the wireline through a pair of fast high resolution A/D and D/A converters. Telemetry is managed with data acquisition software. The system automatically identifies logging tool telemetery protocol witout operator intervention.

1

Page 84: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 17

Standard unit dimensions 13 in wide 8.37 deep and 3.62 high . weight 1.5 LBS

5

Geophysical Data Processing (workstation)

core i7-7705 7th generation up to 4.5 ghz 32GB DDR4-2400MHZ RAM4TB Harddrive. Gigabyte B250 DDR4 support upto 64gb DDR4 RAM with two graphic card motherboard. Cooler master 500w power supply liteon Dvd rw sata. 24" FULL HS 1080P with HDMI LED MONITOR A4tech wireless keyboard+mous

3

TOTAL

Page 85: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 18

FORM-II

Detail of Equipment Supplied in the last 3 years

SN Organization & Address Name of The

Official Contact

Numbers

Month & Year of

Execution of Work

Total Amount

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Total Amount of Equipment supplied in last 3 years

Attach Work Order for each of the above in above order as proof.

Signature & Stamp (Authorized Representative)

Page 86: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 19

Part F: Tender Acceptance Form

Declaration Form

(THIS FORM IS TO BE PROVIDED WITH THE BID) All the terms & conditions have been carefully read and understood and are hereby

unconditionally accepted and it is declared that

I understand that by inserting any condition in my bid consciously or

unconsciously will AUTOMATICALLY disqualify me from the bidding process.

All the information furnished by me/us here-in is correct to the best of my

knowledge and belief.

I/we have no objection if enquiries are made about the work listed by me / us in

the accompanying sheets / annexure.

I / We agree that the decision of committee in selection will be final and binding to

me / us.

I / We have read the instructions appended to the proforma and I / we understand

that if any false information is detected at a later date the committee is at liberty to

act in a manner it feels deemed fit.

Name of Firm/ Company

Name of Owner/Authorized agent

Office Address

GST No.

NTN.

Telephone No.

E-mail

Signature & Stamp (Authorized Representative)

Page 87: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 20

Check List (To be filled by Applicants)

Detail Yes

No

1. ALL Pages signed and Stamped by Bidder

2. Bank Draft of Earnest Money

3. Bid /Quotation (Form-I

4. Form II – Supplies completed in Last 3 years

5. A Total of 10 Work Orders

6. Form III - Declaration Form

7. Active Tax Payer List (GST and Income Tax)

8. GST and Income Tax Registration Certificate

9. Authorized Dealer/Reseller Certificate

10. Brochure of the Items

For queries and further clarification, you may

Visit us at 3 rd Floor, Faculty Block-II, CUI, Islamabad

Call us at 051-9049-5025/051-9049-5292.

Signature & Stamp (Authorized Representative)

Page 88: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Package - IV

Page 89: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 1

Procurement of Lab Equipment for Abbottabad

Campus

Tender # CUI/ATD/PD(24)/19/BT-01

COMSATS University Islamabad

Project Office Establishment of COMSATS Institute of Information

Technology, Permanent Campus, Abbottabad.

Ph. # 051-9049 5025/5292

Page 90: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 2

Table of Contents

S. # CONTENTS Page

Part A Notice 3

Part B

Evaluation Criteria 4

Documents Required to be Submitted by Vendor 5

Part C Terms and Conditions 6

Part D Mandatory Requirements 10

Part E List of Equipment 11

Part F Tender Acceptance Form 38

Page 91: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 3

Part A: TENDER NOTICE Procurement of Lab Equipment for Abbottabad

Campus Tender # CUI/ATD/PD(24)/19/BT-01

COMSATS University Islamabad (CUI) is a public sector multi-campus university. The

CUI invites sealed tenders through single stage two envelop mode from reputed and

experienced firms registered with Income Tax and Sales Tax Departments for the

laboratories of the following departments:

Package I: Department of Electrical Engineering Package II: Department of Computer Sciences Package III: Department of Earth Sciences Package IV: Department of Bio Technology Package V: Department of Pharmacy

2. Bidding documents, containing the detailed terms and conditions, procedure for

submission of bids, bid security etc. can be downloaded from www.comsats.edu.pk .

3. The bids, prepared in accordance with the instructions in the bidding documents,

must reach at the office below on or before 1100 hours, July 10, 2019. Technical Bids, only,

will be opened on the same day at 1130 hours. This advertisement is also available on

PPRA website at www.ppra.org.pk.

4. The CUI reserves the right to accept or reject part or whole of the tender any time

prior to the acceptance of the proposal. The unsuccessful bidder(s) participating in the

bidding process shall be informed the reason(s) for rejection of their proposal, however

COMSATS University Islamabad shall not be liable to justify those reasons.

Project Office 3rd Floor, Faculty Block-II

CUI Park Road, Tarlai Kalan, Islamabad Phone : 051-90495025 / 90495292

Page 92: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 4

Part B: Evaluation Criteria

2.1 The bidders are required to submit technical and financial proposals in separate

envelops. The envelops should be clearly marked as “Technical Proposal” and “Financial

Proposal” respectively. The earnest money should be included in the Financial Proposal

and no reference what so ever regarding financial proposal and earnest money should be

given in the technical proposal. The technical proposals shall be opened first and only

financial proposals of qualified bidders on technical terms shall be opened. The technical

proposals will be evaluated on the basis of specifications of the equipment quoted, past

record of the vendor and other evaluation parameters set out in the tender document, in

the light thereof by the CUI laid down in a transparent and non-discriminatory manner.

Page 93: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 5

Documents to be submitted by the vendors

3.1. Bidders are required to provide following documents along with the technical

proposal:

a. Name of firm / company

b. Contact person name, address, phone, fax, and e-mail

c. Year of establishment/ proof of registration

d. Proof of authorized agent of the original equipment manufacturer in Pakistan

e. Name of major clients in last three years (for relevant works related to the stated

tender only) with verifiable contacts

f. Proof of registration with GST as well as NTN number.

g. Sales Tax exempt status (if applicable)

h. Affidavit that the firm/company has never been black listed by the government /

public entity.

i. Detailed product information/brochures

3.2. The bidders are required to adhere following instructions:

a. The rates must be quoted in accordance with the detailed equipment specifications,

proposed quantities duly filled in the BOQ attached with this document.

b. Detailed product warranty/guarantee information/service agreement must be

provided in the Technical Proposal

c. Validity period of the quoted price should be at least three months

d. Any other information deemed necessary.

Page 94: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 6

Part C: TERMS & CONDITIONS

4.1 The last date and time for the receipt of tender is 1100 hrs, July 10, 2019 at

Project Office, Faculty Block 2, 3rd Floor, COMSATS University Islamabad,

Principal Seat.

4.2 Tenders will be opened at 1130 hrs, July 10, 2019 in Room No. G-6/G-8,

Ground Floor, Faculty Block-I, of COMSATS University Islamabad in presence

of the representatives of the parties, who wish to be present.

4.3 The tender shall be accompanied by Earnest Money in Pak Rupee @ 2% of

quoted Price or Rs. 300,000 whichever is higher in shape of pay order/ bank

draft in favor of COMSATS University Islamabad.

4.4 The earnest money shall be included in the Financial Proposal. Any reference of

the Earnest Money in technical Proposal will result in rejection of the bid

4.5 All prices should be valid for at least 90 days. Withdrawal or any modification of

the original offer within the validity period shall entitle CUI to forfeit the earnest

money in favor of the CUI.

4.6 The Technical Proposal must be accompanied by detailed technical

specifications offered and literature of the brands quoted so as to allow a fair

assessment of the features and capabilities of each equipment.

4.7 It would be the responsibility of the authorized agent/ manufacturer to

satisfactorily complete the supplies and installation as per supply order, subject

to CUI’s acceptance/ inspection thereof.

4.8 All admissible taxes shall be applicable. The quoted price should be inclusive of

all taxes.

Page 95: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 7

4.9 The earnest money of successful bidder will be released after complete delivery,

installation and inspection of the items at COMSATS University Islamabad,

Abbottabad Campus. Rest of the bidders will receive their earnest money after

award of contracts.

4.10 Items being ordered should be brand new and unused and should comply with

the laid down specifications. The vendor/ manufacturer should provide

warranty for a period of at least one year. This will include free service,

technical support and replacement of defective parts at the premises of

COMSATS University Islamabad, Abbottabad Campus. If the warranty of

OEM is less than the required, the bidder will provide additional warranty on its

own expenses.

4.11 The time period of supply will be thirteen (13) weeks from the date of issuance

of Supply order.

4.12 In case of delay in the delivery of items, 0.33% of the total amount of the order

will be charged as penalty per day, up to a maximum of 10% of the total bid

price. Failure to complete supplies within 30 days after expiry of original

delivery period will make the Supply Order eligible for termination with no

compensation due to be paid to the bidder and any supplies already made/

Earnest Money will be forfeited.

4.13 No offer of an authorized bidder/firm will be considered if:-

a. Received without earnest money along with Financial Proposal

b. Received later than the date and time fixed for tender submission

c. The tender is unsigned/ unstamped

d. The offer is ambiguous

e. The offer is conditional

f. Offer is made by the unauthorized agent of the original equipment

manufacturer

Page 96: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 8

g. The offer is from a firm which is black listed, by any Govt. Office.

h. The offer is received by telephone/telex/fax/telegram.

i. Any unsigned/ ambiguous erasing, cutting/overwriting etc. is made

4.14 It would be the sole responsibility of the agent/ manufacturer to comply with

the applicable laws, be national or international.

4.15 In case of any dispute, decision of the Rector, CUI will be final and binding

upon the parties.

4.16 The procurement has been bifurcated into three sub-packages i.e.

Package IV(A): Equipment for Biotechnology Program- Molecular Genetics

Laboratory

Package IV(B) : Equipment for Biotechnology Program-Tissue Culture Lab

Package IV(C) : Equipment for Biotechnology Program- Genetic Engineering Lab

Package IV (D): Equipment for Biotechnology Program-Seed Processing/Storage Lab

4.17 CUI reserves the right to accept or reject part or whole of the tender without

assigning any reason thereof CUI reserves the right to accept or reject part or whole of

the tender any time prior to the acceptance of the proposal. The unsuccessful bidder(s)

participating in the bidding process shall be informed the reason(s) for rejection of

their proposal, however COMSATS University Islamabad shall not be liable to justify

those reasons.

Special Conditions:

5.1 Ten percent (10%) of the verified amount of running bills/interim payments

will be deducted as Retention Money and will be released after expiration of warranty

period of one year.

5.2 The Warranty should cover the replacement of parts. The diagnostics should

be made within 48 hours & replacement should be made within a maximum of 30

days. In case the item is not repaired (replacement of parts) within the given time, 1%

Page 97: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 9

of the total performance guarantee will be deducted per day up to 10%. If the item is

still not delivered to CUI in working condition, the vendor shall replace the faulty item

(complete) within one week else the cost will be recovered from retention money.

5.3 Mode of Payment

• No part payment shall be made

• Upon Installation, Testing and Commissioning – 90%

• Upon expiry of warranty period – 10% (Retention Money)

Page 98: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 10

Part D: Mandatory Requirement:

All the below documents MUST be submitted with the Bid. Failure to fulfill any of

the below condition will disqualify the bidder from the bidding process . Submission

of all documents mentioned below is mandatory at the time of the tender submission.

No document will be accepted on later stage. Please submit the document in the order

given below.

1. Draft of Earnest Money Mandatory To be placed in Financial Bid

2. Bid /Quotation (Strictly as per pattern)

Mandatory Form-I

3. Names of Major Clients / Work Executed in Last 3 years (Corporate/Govt./NGO Client ONLY) Attach minimum 10 Work Orders for the same equipment of at least Rs. 400,000 each

Mandatory Form-II

4. Declaration Form Mandatory Form-III

5. Active Tax Payer List (Up to date) Mandatory To be placed in

Technical Proposal

6. GST Registration Certificate Mandatory -do-

7. Authorized Dealer/Reseller Certificate The Authorized dealer must have office in Islamabad/Rawalpindi.

Mandatory -do-

8. Specifications offered and Brochure of the Items

Mandatory -do-

9. Proof that the equipment is brand new and bill of lading of the imported item at the time of delivery

Mandatory Bill of lading

along with delivery challan

Signature & Stamp (Authorized Representative)

The filled in Tender Document should be forwarded to : Project Office

3rd Floor, Faculty Block-II

COMSATS University Islamabad

Park Road, Tarlai Kalan, Islamabad

Phone : 051-90495025-/90495292

Page 99: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 11

FORM-IA

Package-IV (A): Equipment for Biotechnology Program- Molecular Genetics Laboratory

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment

Title

Specifications Qty

Unit

Price

Total

Cost

1 Blotting apparatus with all accessories-

Buffer tank and lid (Mini Vertical Gel electrophoresis system(01) and Horizntal Gel electrophoresis system (01)) Gel holder cassettes Electrodes Cooling system Power supply Maximum gel size (W x L), cm 10 x 7.5 Buffer requirement, ml 450 Gel capacity 2 Mini-PROTEAN precast or handcast gels, or 2 Ready Gel precast gels Recommended power supplies Dimensions (W x L x H), cm 12 x 16 x 18 Automated

2

2 Balances Capacity : 0-200 gm Readability :0.01 gm Wieighing pam: stainless steel Weighing unit: G or mg Dimensions: 120 x 80 x 25 mm Pan Size (mm) : 62*62 With LCD, Bright LED Have calibration options High Resolution Precision load cell Provided with AC adaptor

4

3 Hot and Stirr plates

Speed Control: 250 – 1500 rpm Maximum String volume: 15 -20 L Plate Temperature: +30°C-350°C Temperature Uniformity

4

Page 100: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 12

Working surface material should be alluminium alloy Large Work Surface, 7.5 x 7.5 in. Space Saving Design, 8 x 9 in. Footprint Chemical Resistant White Ceramic Top Plate Safety LEDs Indicate When Heating or Stirring Quick and Easy Adjustment of Heating / Mixing

4 Safety Cabinet

Dimensions (L x W x H) Exterior: 31.5 x 39.4 x 61.8 in. (80 x 100 x 156.8cm) Type: Class II, Type A2 Air inflow velocity: Approx. 0.45 m/s Air down flow velocity: Approx. 0.30 m/s ULPA/HEPA Filter with minimum 99% efficiency against 0.3µm particles, minimum 99% filter efficiency at MPPS Low noise (< 65 db), Low energy consumption and heat output Microprocessor controlled functions with LCD display Standard UV light along with additional UV-interlock Cabinet made of steels (work zone - stainless steel and side walls-electro galvanized steel) with antimicrobial coating Electrical Requirements: 230V 50/60Hz Filter Efficiency: 99.995% MPPS

2

5 Miscellaneous Expenses

Confocal Laser Scanning Microscope, Specifications

Speed 512 x 512 with 1.1 s - 264 s. pixel time: 2 µs - 1000 µs (One Way) 512 x 512 with 63 ms - 250 ms, 256 x 256 with 16 ms - 125 ms (Round Trip) Type Laser Scanning Confocal Detector Cooled GaAsP photomultiplier, 2 channels Multi-Alkali photomultiplier, 2 channels Integrated external transmitted light photomultiplier detector and LED lamp

1

Page 101: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 13

Resolution 64 x 64 to 4096 x 4096 pixels Lasers Violet/Visible Light Laser / AOTF Laser Combiner Desktop computers 02 required for operating microscope Specifications

80TB HDD, 2X Intell Xeon , 128 GB Ram (16 gb * 8), NVIDIA Grid K2 (3072 cores) ),

6 Oven Volume of chamber: 300 L Temperature: upto 350°C Quantity of shelves: 2 Temperature stability:>+2°C Number of Doors:1 Internal dimensions (W x D x H):500 x 450 x 1000 mm External dimensions (W x D x H): 664 x 746 x 1294 mm Fan air flow: 400 m3/hour

1

7 Digester

The COD Digester is suitable for the COD method for monitoring wastewater influent and effluent, industrial process water, and more. This instrument is used by Pollution Control Labs. Outer cabinet is made of mild steel duly coated. Double wall construction with insulation for minimum heat losses increases the efficiency of the system. Aluminium Block with holes (Dimension 40mm dia. X 80mm depth) is used to hold 15 COD tubes. Aluminium Block is heated to maintain temperature up to 180°C. Solid state digital temperature controller, appropriate heater and insulation selection assure uniformity in all the samples. Selectable timer up to 120 min with alarm is provided to set the digestion period (Refluxing). After digestion, analyse the sample with either colorimetric or titrimetric method. The COD Digester has the following features: Specifications: Temperature Range: Above amb. to

1

Page 102: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 14

180°C. Display: Digital 12 mm Red LED Temperature Control: Electronic Temperature Controller Sensors: PT-100 Heating Range: 750 watts Dimension: 500 mm W x 270 mm D x 80 mm H Resolution: 0.1°C Hole size: 40 mm diameter x 80 mm depth Glass Tube: 38 mm diameter, 15 nos (5 x 3 rows) Sample volume: 20 ml each

8 Transilluminator UV and blue light in one unit with lid Single or dual wavelengths Long filter life Dimensions 40x19x35 Wavelength:254/312/470 Viewing size:21x21cm

1

9 Growing pots and Boxes

Culture preservation vials 2000 (autoclave able, 2 ml), Eppendorf tube 1.5 rack 100 pieces, -80 preservation box 1000 boxes, Cell culture flask 1000, PCR tube racks 100, Cell culture plates, sample tubes 2000 pieces, 48 well plates sterilized 5000 pieces

Chemicals and Consumables

10 Acetonitrile (Analytical Grade) 50 L

11 Methanol (Analytical Grade) 50 L

12 Ethyl acetate (Analytical Grade) 50 L

13 Hexane(Analytical Grade) 50 L

14 Ethanol (Analytical Grade) 50 L

15 DMSO (Analytical Grade) 50 L

16 Trimethyl amine N-oxide 250 mg HPLC grade

17 Agarose 5 Kg

18 PCR master mix 1000

Page 103: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 15

Reactions

19 DNA Ladder 10 -15000 bp (10 vials)

20 DNA Ladder 1 Kb plus (15 vials)

21 Acrylamide 1Kg

22 Bis 500 gm

23 Tris HCl 1 Kg

24 Sodium dodecylsulfate 500 gm

25 Ammonium persulfate 250 gm

26 Glycerol 500 g

27 DTT 100 gm

28 Bromophenol blue 100 gm

29 Tris 100 gm

30 Glycine 1000 gm

31 Coomassie blue 25 gm

32 Glacial acetic acid 5 L

33 Tris base 500 gm

34 TEMED 100 ml

35 Prestained Protein Marker Ladder 6- 180KDa (50 vials carrying 500µL each)

36 DEAE sepharose 500 ml

37 Superdex 200 high 50 ml

38 Phenyl-sephorse 200 ml

39 Fine polyacrylamide beads for size exclusion chromatography, 45–90 µm wet bead size, 100–1,800

100 g

40 Restriction enzymes (BamHI, SmaI, HindIII, SacI, EcoRI, EcoRV, PstI, XbaI, XhoI, SphI, PacI,KpnI, NotI, SalI,

2000 units each

Page 104: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 16

SacII, NheI, NdeI)

41 Total DNA isolation kit from soil 1000 reactions or samples

42 Genomic DNA extraction kit (Bacteria) 500 reactions

43 Plasmid isolation kit 1000 reactions

44 DNA isolation kit from human samples 2000 reactions

45 Protein expression vectors (Bacterial) 100 ug

46 Cloning vectors 100ug

47 Yeast extract 1 Kg

48 Peptone 5Kg

49 Dextrose 2Kg

50 Glucose 5 Kg

51 Sodium chloride 5 Kg

52 Nutrient Broth 5 kg

53 Agar 5 Kg

54 MgSO4 1 Kg

55 FeSO4 1 Kg

56 MnSO4 1 Kg

57 KH2PO4 1 kg

58 K2HPO4 1 Kg

59 Tris HCL 5 Kg

60 Beef Extract 250 gm

61 Proteinase K 25 ml

62 EDTA 500 gm

63 Lysozyme 500 units

64 Tryptone 1 kg

65 CaCl 1 Kg

66 NaOH 1 Kg

Page 105: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 17

67 Cholesterol 500 g

68 5-Fuoro-2-deoxyuridine 250 g

69 HCl 5 Lit

70 Spirit (commercial grade) 1000 lit

71 H2SO4 5 lit

72 cDNA synthesis kit 10 kits

73 Folin Reagent 500 ml

74 Empty column for chromatography (10 -25 ml)

20

75 Ni-NTA 100 ml

76 Disposable gloves (small, medium and large)

1000 packs

Glassware

77 Falcon tubes (50 ml) autoclavable 1000

78 Falcon tubes (15 ml) autoclavable 1000

79 Glass Petri plate 90 x 12mm (autoclavable)

2000

80 Quartz cuvettes for electroporation 0.1 cm 25kV/cm

50 pieces

81 Quartz cuvettes for electroporation 0.2 cm 12.5kV/cm

50 pieces

82 Reagent bottles (2000 ml) 100 pieces

83 Reagent Bottles (1000 ml) autoclavable 100 pieces

84 Reagent Bottles (500 ml) autoclavable 100 pieces

85 Reagent Bottles (100 ml) autoclavable 100 pieces

86 Reagent Bottles (50 ml) autoclavable 100 pieces

87 Glass Test tubes with caps (20 ml) autoclavable

2000 pieces

88 Eppendorf tubes (1.5 ml) 1000 pieces

89 96 well plates (Glass autoclavable) 1000 pieces

90 Volumetric flask (100 ml) 50 pieces

Page 106: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 18

91 Volumetric flask (50 ml) 50 pieces

92 Volumetric flask (25 ml) 50 pieces

93 Volumetric flask (10 ml) 50 pieces

94 Culture Bottles (autoclavable) 5000 pieces

95 Erlenmyer or Conical flask (1 lit) (autoclavable)

50 pieces

96 Erlenmyer or Conical flask (5 lit) (autoclavable)

20 pieces

97 Erlenmyer or Conical flask (500 ml) (autoclavable)

1000 pieces

98 Erlenmyer or Conical flask (250 ml) (autoclavable)

1000 pieces

99 Quartz Cuvette for spectrophotometric analysis (standard size compatible to wide range of spectrophotometers) (1 cm)

50 pieces

100 Glass Pipette (25 ml) 50 pieces

101 Glass Pipette (10 ml) 50 pieces

102 Glass Pipette (5 ml) 50 pieces

103 Glass pipette filler or sucker 50 pieces

104 PCR tubes (0.2 ml) 5000

105 96 well plates for PCR 5000

106 96 well plates for qPCR 5000

107 Micropipette Tips (1000 uL) 10000

108 Micropipette Tips (200 ul) 10000

109 Micropipette Tips (1-10ul) 10000

110 96 well plate (Glass) 1000

111 96 well plates for bacterial culture 1000

112 96 well plates for bacterial culture (3 ml well) Autoclavable

500

113 Eppendorf Tubes (1.5 ml) 1000

114 Eppendorf Tubes (3 ml) 1000

115 Eppendorf Tubes (5 ml) 1000

116 Spray bottles 250 pieces

Page 107: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 19

117 Wash bottles 250 pieces

118 Beakers (100 ml) 1000 pieces

119 Beaker (250 ml) 1000 pieces

120 Beakers (500 ml) 1000 pieces

121 Beakers (1000 ml) 1000 pieces

122 Beakers (2000 ml) 1000 pieces

123 Beakers (5 Lit) 100 pieces

124 Graduated cylinder polypropylene (25 ml)

50 pieces

125 Graduated cylinder polypropylene (50 ml)

50 pieces

126 Graduated cylinder polypropylene (100 ml)

50 pieces

127 Graduated cylinder polypropylene (250 ml)

50 pieces

128 Graduated cylinder polypropylene (500 ml)

50 pieces

129 Graduated cylinder polypropylene (1000 ml)

50 pieces

130 Glass vials for culture screw cap transparent (15 ml)

1000 pieces

131 Glass vials for culture screw cap transparent (30 ml)

1000 pieces

132 Empty columns for chromatography (25 ml)

25 pieces

TOTAL

Page 108: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 20

FORM-IB

Package-IV (B) : Equipment for Biotechnology Program- Tissue Culture Lab Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment

Title

Specifications Qty

Unit

Price

Total

Cost

1 Autoclave Chamber capacities; 200 L Full Stainless steel; Outside size 630*630*1450 Hand Wheel Type of Quick-open Door Structure; Pressure Safety Lock; Computer control auto recycle sterilization; LCD screen indicate working state; Temp. scope 50-126°C; Time scope 0-99h; Overpressure auto-discharging 0.145-0.165MPa; Automatic shutdown with beep reminding after sterilization; Vertical Pressure Autoclave; Computer control auto recycle sterilization; Power source 380V.

1

2 Water distillation plant/deionizer

Distillation Capacity: 2 lit per minute , Storage reservoir,Resistivity 18.2 MΩ•cm, Organic Carbon < 5 ppb, Germ < 0.01 CFu/ ml, VoPyrogin endotoxin <0.001 EU/ML, RNases, DNases <1 , 5 respectivielywater storage

1

3 Aspirator Max. Aspiration: 14ml / sec.; Max. Flow: 15L / min.; Vacuum Range: -30 to -750mbar; Dimensions: 9.5 x 7.9 x 13.5in; Weight: 4.8 lbs / 2.2 kg; Electrical requirement:115V, 60 Hz; Base with internal vacuum pump; 2 liter, polycarbonate collection bottle; Antibacterial/hydrophobic filter; Silicon tubing; Handling vacuum controller; Adapter for 200 uL pipette tips;

1

Page 109: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 21

Adapter, fine tip stainless steel, 40mm.

4 Incubators Capacity 184L (6.5 cu. ft.) or above; Chamber type Water jacketed; Door swing, left hinged; Interior configuration choices Stainless steel; HEPA filtration ISO Class; Airflow design Fan assisted; CO2 sensors TC or IR; O2 control Optional 1–21%; Humidity Removable water pan; CO2 incubators offers outstanding temperature stability during a power disruption; LED should have followings; door mounted position for easy access Configurable settings and options Audio and visual alarms On-screen menu prompts Error and usage logs Data logging and performance trend graphing Multiple language selection Configurable settings and options Audio and visual alarms On-screen menu prompts

2

5 Scalpels, forceps multipurpose

Scalples; Stainless Steel Blade, Sterile, Sizes (10, 11, 15), Scalpel Blade Handle. 4 inches and 5.5 inches. Fits blades No. 10 thru No. 15. Forceps; Stainless Steel, Autoclaveable, Curved, 4", 1 × 2 teeth (fine points), Straight, 4 1/8" (very fine points) Straight, 10" (serrated tips and handle)

12 set

6 Auto-pipetter Aspirate Speeds 8; Dispense Speeds 8 Gravity Dispense; Battery Lithium-lon; Pipette Types Glass or Plastic Pipette(0.1-100ml), Pasteur Pipettes; Filter 0.45 μm Hydrophobic; Full volume range of 1-100ml; Easy to one-handed operation; Lightweight, ergonomic designs allow longer, fatigue-free pipetting; Lithium-ion battery offers long runtime

2

Page 110: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 22

charge and no battery memory problems; Low battery indication; Powerful motor fills a 25ml pipette in<5 seconds; Supplied with integral but replaceable 0.45um filter; Can be used while recharging; Large LCD display provides visual confirmation of remaining battery charge and speed settings; Eight speeds are available for aspirate and dispense liquid;

7 Washing, Sterilization and Storage Room

Washing area: large sinks, lead-lined to resist acids and alkalis, draining boards Racks, Drying oven, Storage Cabinets

1

TOTAL

Page 111: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 23

FORM-IC

Package-IV (C): Equipment for Biotechnology Program- Genetic Engineering Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit Price Total

Cost

1 Gene Gun along with allied materials and accessories

Gene Gun System Functional Maximum current: 10 mA peak Voltage input: 9 V alkaline battery, replaceable Battery life: 1,000 discharges in continuous use Gas pressure: 600 psi maximum helium Safety relief pressure: 700 ± 35 psi at regulator assembly Regulator adjustment: 800 psi limit maximum Discharges: 12 per cylinder, mechanical indexing Environment Operating temperature: 10–32°C (50–90°F); 30–80% humidity Storage temperature: 0–60°C (32–110°F); 10–90% humidity Physical Dimensions (W x D x H) 20 x 25 cm (8 x 10"; approximate) Weight 1.42 kg (3.13 lb) Tubing Prep Station Electrical Maximum current: 62 mA/125 mA peak Voltage input: 220/240 V or 100/120 V Functional Input frequency: 50/60 Hz Safety relief pressure: 30 ± 1.5 psi at regulator assembly Speed: 30 rpm nominal Tubing fill: Manual Physical Construction: Aluminium and acrylic

1

Page 112: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 24

Dimensions: (W x D x H) 85 x 10 cm (33.5 x 4"; approximate) Weight 5.08 kg (11.2 lb)

2 Laminar Flow Hood

Laminar Flow Cabinet Horizontal Space-saving desk-top type with compact design Open type large air exhaust area for airflow uniformity working area Adjustable fan unit & one-button velocity selection High efficiency & low power consumption Technical Specifications: Exterior Dimensions 1220*650*920 (W x D x H (mm) Work Zone Dimensions 1120*490*575 (W x D x H (mm) Work Zone Height 40 (cm) Controller Switch Blower AT Blower Main Power Switch Yes Foot-pad Yes Noise dB(A) <65

HEPA Filter H13,≥99.99%(@≥0.3μm)

Operated on 220 Volts

1

3 Auto Pipetter Display: Electronic, with Ejector; Speed Control; and Programmable: Automatic tip recognition Wide range of dispensed volumes Large legible LCD display. Min Volume: 1 µl Max Volume: 1000 µl Material Plastic Graduations (µL) 0.1mL Tolerance (µL) @1mL ±3% ; @5mL ±0.8% ; @10mL ±0.7% Temperature range (C) 20±5 Applicable Tips: P10mL Tips-N.

02

4 Shaking Incubator with

Orbital Shaking Incubator refrigerated front opening

1

Page 113: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 25

Temperature Control

noiseless with powerful induction motor, microprocessor temperature controlled with digital display, working temperature range: 10°C to 60°C, set accuracy + 0.1 °C shaking speed 20 – 300 rpm, Interior: Stainless Steel shaking orbit 20mm, shaking setting & display digital, shaking timer 99hr and 59 minute, temperature setting & display digital, PID temperature controlled, interior chamber dimension 750 x 715 x 470mm, capacity to hold different flasks i.e. 250ml 36-Nos or 500ml 23-Nos or 1000ml 18-Nos, Safety: over temperature cut-off, over current breaker, complete unit operated on 220 Volts.

5 UPS System Voltage: 120Vac, Power Rating:1000VA, Overload Capability: 150%, UPS Input Voltage: 120V Voltage Range +10%, -15% Frequency:60Hz Maximum Current: 12.8 Amps Power Factor 0.9, UPS Battery Type: Sealed lead-acid, maintenance free Rating: 12V, 7AH Number of Cells: 3

03

6 Cassettes for blotting with -Gel Electrophoresis system

Includes all components necessary to cast and run horizontal gels: gel trays, combs, casting stand, gel tank and digital power supply. The migration tank, gel trays and multichannel combs are molded for leak-proof performance and a long service life. The direct connection of the power supply into the gel box eliminates the need for power leads. POWER - 150v/400ma CONTROL - set voltage, amperage and time FLEXIBILITY - runs 6x6cm to 12.5x12cm gels

01

Page 114: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 26

THROUGHPUT - up to 112 samples at once CONVENIENCE - casting set and combs included

7 Digital Camera Digital SLR Camera Specifications Type Single-lens reflex digital camera Lens mount with AF coupling and AF contacts Effective angle of view Approx. 1.5 x lens focal length Effective pixels 16.2 million Image sensor Image sensor 23.6 x 15.6 mm CMOS sensor Total pixels 16.9 million Dust-reduction system Image sensor cleaning, Image Dust Off reference data (optional Capture NX 2 software required) Image size (pixels) • 4,928 x 3,264 [L] • 3,696 x 2,448 [M] • 2,464 x 1,632 [S] File format • NEF (RAW) • JPEG: JPEG • NEF (RAW) + JPEG Picture Control System Standard, Neutral, Vivid, Monochrome, Portrait, Landscape; selected Picture Control can be modified; storage for custom Picture Controls Media SD (Secure Digital), SDHC and SDXC memory cards Double slots Slot 2 can be used for overflow or backup storage or for separate storage of copies created using NEF + JPEG; pictures can be copied between cards Viewfinder Eye-level pentaprism single-lens reflex viewfinder Frame coverage Approx. 100% horizontal and 100% vertical Magnification Approx. 0.94 x (50 mm f/1.4 lens at infinity, -1.0 m-1) Eyepoint 19.5 mm (-1.0 m-1) Diopter adjustment -3 to +1 m-1

01

Page 115: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 27

Focusing screen Type B BriteView Clear Matte screen Mark II with AF area brackets (framing grid can be displayed) Reflex mirror Quick return Depth-of-field preview Pressing depth-of-field preview button stops lens aperture down to value selected by user (A and M modes) or by camera (other modes) Lens aperture Instant return, electronically controlled

8 Bench Top Low Temp Centrifuge

Refrigerated Centrifuge Certifications/Compliance IVD compliant; IEC 61010-1, IEC 61010-2-020, IEC 61010-2-101; 230V models meet EN 292, EN 61326, EN 55011B. UL, CE, CSA, Certified Biosafety Controller Type Microprocessor Run Time 99 hr., 59 min. plus HOLD Max. RCF 25,830 x g Max. Speed 15,200rpm Run Time99 hr., 59 min. plus HOLD Max. Speed 15,200rpm Drive SystemDirect, brushless induction, low-profile Controller TypeMicroprocessor Max. RCF 25,830 x g Display Digital Noise Level <61Dba

01

9 Safety Cabinet Green Features Energy efficient Product Size-3 ft. Cabinet Width Package: Includes Cabinet, Manual Adjustable Height Stand, Factory installed UV Light, 1 set of armrests Certifications NSF/ANSI 49, UL, CE etc. Chamber Material Stainless Steel. Dimensions (L x W x H) Exterior 31.5 x 39.4 x 61.8 in. (80 x 100 x 156.8cm) Sash Opening (Metric) 25.4cm Type Class II, Type A2 Width (English) Exterior 39.4 in. Width (Metric) Exterior 100cm Electrical Requirements 120V 50/60Hz Filter Efficiency 99.995% MPPS Filter Type: H14 HEPA EN 1822, 99.995% MPPS Height (English) Exterior 61.8 in. Height (English) Max. Opening 21 in.

01

Page 116: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 28

Height (Metric) Exterior 156.8cm Height (Metric) Max. Opening 53.5cm Hertz 50/60Hz Length (English) Exterior: 31.5 in. Length (Metric) Exterior 80cm Load Bearing Capacity (English) 110 lb. Load Bearing Capacity (Metric) 50kg Sash Opening (English) 10 in. Service Fixtures 6 (3 on each side) Voltage : 120V

10 PCR-Machine Thermo cycler with 4 blocks

Thermal range: 0–105˚C, but no more than 30˚C below ambient temperature (10–105˚C for the Slide Chambers unit) Accuracy: ±0.3˚C of programmed target at 90˚C, NIST-traceable (±0.4˚C for dual-block units); Thermal uniformity: ±0.4˚C well-to-well within 30 seconds of arrival at 90˚C (±0.5˚C for dual-block units) Ramping speed: Up to 3˚C/sec for all single- and dual-block Alpha units; Up to 1.2˚C/sec for the Slide Chambers Alpha unit; Sample capacity: Varies with installed Alpha unit Line voltage: 200–240 VAC Frequency: 50–60 Hz Power: 3300 W maximum Fuses: Two 6.3 A, 250 V, 5 x 20 mm Displays: One 1/4 size VGA screen (320 x 240 pixels), 16 colors Ports: One 9-pin RS-232 serial port, one ethernet port Program capacity: 1,000 (typical) Weight: 21 kg ( base only) Size: 47 x 61 x 16 cm (l x w x h, base only)

01

11 Spin Down Microcentrifuge

Capacity 12 x 2mL Certifications/Compliance Meet international safety standards for centrifuges (IEC 1010-2-020) Speed 14,500rpm DisplayColor Graphic Display Noise Level <60dBA Safety Features: Lid interlocking system prevents accidental opening during operation; Natural rotor airflow minimizes heat buildup to protect samples; Brushless

01

Page 117: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 29

12 Ion Conductivity meter

Description: conductivity/TDS benchtop meter with stand Range (Conductivity) 0.01 µS/cm to 200.0 mS/cm Resolution (Conductivity): 0.01 μS minimum, auto ranging up to 3 significant digits Accuracy (Conductivity): 0.5% of reading ±1 digit Range (TDS)1 to 19999mg/L Resolution (TDS) 1mg/L Accuracy (TDS)0.5% of reading ±1 digit TDS Factor Range Linear (0.02 to 9.99) Cell Constant 0.001 to 10cm-1 Compatible Probes 2-cell or 4-cell conductivity sensors with built-in temperature Temperature Compensation, 25°C CalibrationConductivity and temperature Range (Temperature) -5.0° to 105.0° C, 22.0° to 221.0° F Temperature Probe Calibration 1 point temperature offset calibration Channels 1; Display Type LCD KeypadSimple with highlighted measure key, scroll and shortcut keys Measurement Modes Conductivity or TDS with temperature Stability Smart Stability and Smart Averaging Power SupplyUniversal AC adapter (included) or 4 AA batteries (sold separately) Battery Life 2000 hours IP Rating IP-54 Certifications/Compliance CE, TUV 3-1, FCC Class A Temperature (English) Operating 41° to 113°F (ambient) Temperature (Metric) Operating 5° to 45° C (ambient) Relative Humidity Range 5 to 85 %, non-condensing Dimensions (L x W x H) 24cm x 18cm x 11cm (9.5 in. x 7.1 in. x 4.3 in.)

01

Page 118: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 30

13 Weighing Balance (analytical)

Capacity upto 1kg, accuracy 0.001 gm, material metal, Specifications: Power sources AC 230V DC9V Output RS-232C (standard) Measuring system tuning-fork frequency sensing (MMTS) Tare full weighing range Calibration with external calibration weight Rechargeable battery High accuracy system from precision weight Serial interface from computer connectivity(optional) Large and bright fluorescent display with battery backup dual display

01

14 Sealing Machine Power supply 110,220-240/50-60Hz 1Phase Power consumption 500W Sealing speed 0-12m/min Sealing width 6-15mm Sealing film thickness 0.02-0.80mm Temperature range 0-300 C Printing letters 1 lines 15 letters (steel pressing wheel printing ) Conveyor loading 5Kgs Machine size 900x480x380m 900x420x660m Machine weight 35Kg 45Kg

01

15 Vacuum Evaporator

Hertz 50/60Hz Temperature Range (Metric) 40-300°C plus-or-minus 5°C Product Type Drying oven Description Specifications Main Machine Manual Lift (0-150mm) Rotating Speed 20-180 rpm/20-280 rpm (optional) Motor Power 60w Heating Bath 750w Ceramic Coated Temperature Range Digital Control Max. 90 degree C Total Power 810w voltage- 220v/50Hz Condenser Vertical/Horizontal & Reflux (Optional) Sealing Ring PTFE Sealing Ring

01

16 Aspirator Performance: >30 lpm clinical airflow, <50 mmHg to >525 mmHg vacuum

01

Page 119: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 31

Dimensions: 9" H x 5.25 W x 17 L (22.9 cm H x 13.3cm W x 43.2cmL) Weight: 9.65 lbs/4.4 kgs Charger: Internal dual mode charger activates when connected to AC power, dropping back to float when battery reaches a full charge. LED's indicate charging status and remaining running time. Battery: 12v DC Sealed Lead Acid Battery Run Time: 45 minutes +/- 10% when battery fully charged at full capacity Input: 100-240V AC, 1.0-0.5A, 50-60 Hz Output: 40 watts 12V DC 3.3A

17 Microwave Oven Microwave Oven - 20 L – Silver Product Specifications: Microwave power output Capacity 700w 20 liters Product Dimensions Width Depth Height 458 (w) 360 (d) 291 (h) 5 Microwave power settings Mechanical rotary controls Rated Input Power (Grill): 1000w Digital Control Panel Grill Function Weight / Time defrost Energy Efficient

01

18 Power Stabilizers Input Voltage 180V-470V, Power 7.5HP, Output Voltage 400V

5

TOTAL

Page 120: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 32

FORM-ID

Package-IV (D): Equipment for Biotechnology Program- Seed Processing/Storage Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit

Price

Total

Cost

1 Seed Cabinets and Racks

wood or Steel, Cabinet Dimensions: 2’x2’x 4’.5”, Drawer Dimensions: 10” x 1.8” x1.10”, Drawer cell Dimensions 10” x4” x1.10”

10

2 Shelves

Wood or Steel, Shelve Dimensions: 2’x1’x 4’, No. of Trays2, 3 or 5 as required

10

3

Laboratory Tables and chairs

Table: Height 94cm, Material Frame is 2 x 2 in. Tubular Steel, Epoxy Work Surface, Frame Material Steel, Height 37 in. Chair: Stainless steel legs, Feet nails is made plastic cover; feet with wheels, Adjustable height, Plastic or Stainless steel top

10

4 Electronic Scales

Capacity (g) 520; Readability (g) 0.001; Repeatability (g) 0.001; Weighing units g, mg, Kg, ct, lb; Caliberation tye Interanl; Output R2-232, USB; USB interfaced; Stability indicator; Power (VAC) 100-240; Height (in) 13 3/8, Width (in) 8 ¼, Pan diameter (in) 4 ¾ Solid metal base, Rounded edges and smooth surfaces for easy cleaning; Front-feet leveling, Electrical Requirements 100/240V

4

Page 121: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 33

5 Fumigants

Methyl bromide, Phosphine , and others

50

6 Paper Envelops 3"X4", 4"X4",4"X6", 4"X10", A4 Multiple

7 Polythene envelops 3"X4", 4"X4",4"X6", 4"X10", A4 Multiple

8 Butterfly envelops 2"X4", 4"X4" Multiple

9 Seed Trays

Steel or plastic, Lightweight, Drainage holes,Stackable

60

10 Gunny bags

Suitable as 90 Kg food grains bag, Jute, Size: 44" x 26.5", Weight: 2.00 lbs or 900 grams / bag , Porter x Shot: 6 x 7, or Textiles - Light Weight (580 gm) Jute Sacking Bags for Packing 50 kg Foodgrains

Multiple

11 Cloth bags 6"X1',1'X1.5' multiple

12 Tin boxes

Vertical racks for chest type freezers steel make for 7, 8 boxes, and 10 boxes

4 each

13

Gloves High temperature handling gloves should resist 230 Degree C, Ultera low temperature gloves -80 C

12 pairs each

14 GMO seed testing - Thermo cycler

Thermal range: 0–105˚C, but no more than 30˚C below ambient temperature (10–105˚C for the Slide Chambers unit) Accuracy: ±0.3˚C of programmed target at 90˚C, NIST-traceable (±0.4˚C for dual-block units) Thermal uniformity: ±0.4˚C well-to-well within 30 seconds of arrival at 90˚C (±0.5˚C for dual-block units) Ramping speed: Up to 3˚C/sec for all single- and dual-block Alpha units; Up to 1.2˚C/sec for the Slide Chambers Alpha unit;Sample capacity: Varies with installed Alpha unit Line voltage: 200–240 VAC Frequency: 50–60 Hz Power: 3300 W maximum Fuses: Two 6.3 A, 250 V, 5 x 20 mm Displays: One 1/4 size VGA screen (320 x 240 pixels), 16 colors Ports: One 9-pin RS-232 serial port, one ethernet port Program capacity: 1,000 (typical) Weight: 21 kg ( base only) Size: 47 x 61 x 16 cm (l x w x h, base only)

1

Page 122: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 34

15 portable biogas analyzer

Gases measured CO2 and CH4 by dual wavelength infrared sensor with reference channel O2 By internal electrochemical sensor H2S (optional) By internal electrochemical sensor Range CH4 0 - 100% CO2 0 - 100% O2 0-25% H2S 0-5,000ppm or 0-10,000ppm Physical Power supply Rechargeable nickel metal hydride Battery pack Charger Separate intelligent battery charger powered from mains supply (100 - 240V) Weight 1.6 kilograms Size L 220mm, W 155mm, D 60mm Case material ABS / polypropylene with rubber over-moulding Keys Alpha-numeric keypad with “tactile” membrane Display Ultra-clear high resolution 4.3” full colour TFT Connections Colour coded gas inlet, outlet and pressure ports. Gas sample filters External user changeable 2.0µm ptfe water traps.

1

16

Seed Germinator/incubator

Temperature Range 5°C to50°C, Temperature Fluctuation ±0.5°C, Temperature Uniformity ±1°C, No. of Chambers Single / Double Chamber, Relative Humidity Range 10% RH to 95% RH, No. of Trays 2, 3 or 5 as required (Extra Trays Available on demand), Refrigerant CFC-free refrigerant, Timer Automatic, Power Supply 220 Volts

1

17

Video Camera

No. of CCD Pixels 680k, moving pictures 340k, Horizontal Resolution 520 Lines, Zoom Ratio (Optical) 32x, Zoom Ratio Digital (max.), 800x, Focal Length (mm) 2.3 - 73.6, Super High-Band Processor

1

Page 123: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 35

18

Shelling Machines

Overall Dimensions 510*780*840mm; Pure rate >99%, Loss rate<1%,Breakage rate <1.5%, Impurity rate, <2% Portable Harvester Type Side Hanging Type; Working Efficiency 1000-1100kg/H; Weight 40 Kg; Power Manual/foot operated.

2

19

Seed Counter

Count Range: Small (0.7~4 mm×0.7~12mm) and Big sample (3~10mm×3~12 mm); Count Accuracy: Big and middle sample: 2/1000 small sample: 4/1000; Count Speed: ≥1000 /3min; Count Capacity: 1~99999; Power: 220V 50HZ Working time ≥5hr Weighing function yes; Storage function with SD card, output to PC

1

20

Grain moisture testers

Digital Moisture Meter Power Supply: 120 or 240VAC 50/60 Hz Capacity: 90g; Readability 0.01%/0.001g; Repeatability: 0.18%(3g sample) 0.02%(10g samples); Pan size (diameter) 3.5in/90mm; Display type 4.3in/109mm, TFT touchscreen; Temp range 40-200C Output RS232, USB Host, USB device.

1

21

Seed treating machines

Type: Seed Treating Machine Seed Coating Dosing pump; Raw material stainless steel and carbon steel; Power 2.3 KW three phase; Application: Seed Treating Model: 5BY-5A Capacity: 5T/H Color: White or Customized Material: Carbon Steel Function: Seed Coating Machine ; Capacity 5 TPH;

2

Page 124: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 36

22

Seed cleaner/grader

Machine size (cm) 80*54*75; Weight 39 Kg; Sample Size 1 kg; Working screens 2; Body construction teak plywood and solid teak wood; Output Capacity 25-40kg/hr; Motor 0.5 HP single phase or above; Operating Voltage 220V 50 Hz AC; Screen Area min 30 x 25 cm; Manual operation;

2

23 Trailers

Volume 4-6 cft, Wheel dia 7-8” With Hard Polymer Wheel (for long life), Sheet thickness 2 mm

1

24

Still Camera

Mega Pixel 14.1MP,Digital zoom 5x, LCD Size 2.7 Inches, Memory Type MS Micro, Memory Stick Micro (Mark 2) and Micro SD/Micro SDHC

1

TOTAL

Page 125: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 37

FORM-II

Detail of Equipment Supplied in the last 3 years

SN Organization & Address Name of The

Official Contact

Numbers

Month & Year of

Execution of Work

Total Amount

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Total Amount of Equipment supplied in last 3 years

Attach Work Order for each of the above in above order as proof.

Signature & Stamp (Authorized Representative)

Page 126: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 38

Part F: Tender Acceptance Form

Declaration Form

(THIS FORM IS TO BE PROVIDED WITH THE BID) All the terms & conditions have been carefully read and understood and are hereby

unconditionally accepted and it is declared that

I understand that by inserting any condition in my bid consciously or unconsciously

will AUTOMATICALLY disqualify me from the bidding process.

All the information furnished by me/us here-in is correct to the best of my knowledge

and belief.

I/we have no objection if enquiries are made about the work listed by me / us in the

accompanying sheets / annexure.

I / We agree that the decision of committee in selection will be final and binding to

me / us.

I / We have read the instructions appended to the proforma and I / we understand

that if any false information is detected at a later date the committee is at liberty to act

in a manner it feels deemed fit.

Name of Firm/ Company

Name of Owner/Authorized agent

Office Address

GST No.

NTN.

Telephone No.

E-mail

Signature & Stamp (Authorized Representative)

Page 127: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 39

Check List (To be filled by Applicants)

Detail Yes

No

1. ALL Pages signed and Stamped by Bidder

2. Bank Draft of Earnest Money

3. Bid /Quotation (Form-I

4. Form II – Supplies completed in Last 3 years

5. A Total of 10 Work Orders

6. Form III - Declaration Form

7. Active Tax Payer List (GST and Income Tax)

8. GST and Income Tax Registration Certificate

9. Authorized Dealer/Reseller Certificate

10. Brochure of the Items

For queries and further clarification, you may

Visit us at 3 rd Floor, Faculty Block-II, CUI, Islamabad

Call us at 051-9049-5025/051-9049-5292.

Signature & Stamp (Authorized Representative)

Page 128: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Package - V

Page 129: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 1

Procurement of Lab Equipment for Abbottabad Campus

Tender # CUI/ATD/PD(24)/19/Pha-01

COMSATS University Islamabad

Project Office Establishment of COMSATS Institute of Information

Technology, Permanent Campus, Abbottabad.

Ph. # 051-90495025 / 5292

Page 130: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 2

Table of Contents

S. # CONTENTS Page

Part A Notice 3

Part B

Evaluation Criteria 4

Documents Required to be Submitted by Vendor 5

Part C Terms and Conditions 6

Part D Mandatory Requirements 10

Part E List of Equipment 11

Part F Tender Acceptance Form 38

Page 131: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 3

Part A: TENDER NOTICE Procurement of Lab Equipment for Abbottabad

Campus Tender # CUI/ATD/PD(24)/19/Pha-01

COMSATS University Islamabad (CUI) is a public sector multi-campus university. The

CUI invites sealed tenders through single stage two envelop mode from reputed and

experienced firms registered with Income Tax and Sales Tax Departments for the

laboratories of the following departments:

Package I: Department of Electrical Engineering Package II: Department of Computer Sciences Package III: Department of Earth Sciences Package IV: Department of Bio Technology Package V: Department of Pharmacy

2. Bidding documents, containing the detailed terms and conditions, procedure for

submission of bids, bid security etc. can be downloaded from www.comsats.edu.pk .

3. The bids, prepared in accordance with the instructions in the bidding documents,

must reach at the office below on or before 1100 hours, July 10, 2019. Technical Bids,

only, will be opened on the same day at 1130 hours. This advertisement is also available

on PPRA website at www.ppra.org.pk.

4. The CUI reserves the right to accept or reject part or whole of the tender any time

prior to the acceptance of the proposal. The unsuccessful bidder(s) participating in the

bidding process shall be informed the reason(s) for rejection of their proposal, however

COMSATS University Islamabad shall not be liable to justify those reasons.

Project Office 3rd Floor, Faculty Block-II

CUI Park Road, Tarlai Kalan, Islamabad Phone : 051-90495025 / 90495292

Page 132: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 4

Part B: Evaluation Criteria

2.1 The bidders are required to submit technical and financial proposals in separate

envelops. The envelops should be clearly marked as “Technical Proposal” and

“Financial Proposal” respectively. The earnest money should be included in the

Financial Proposal and no reference what so ever regarding financial proposal and

earnest money should be given in the technical proposal. The technical proposals shall

be opened first and only financial proposals of qualified bidders on technical terms shall

be opened. The technical proposals will be evaluated on the basis of specifications of

the equipment quoted, past record of the vendor and other evaluation parameters set

out in the tender document, in the light thereof by the CUI laid down in a transparent

and non-discriminatory manner.

Page 133: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 5

Documents to be submitted by the vendors

3.1. Bidders are required to provide following documents along with the technical

proposal:

a. Name of firm / company

b. Contact person name, address, phone, fax, and e-mail

c. Year of establishment/ proof of registration

d. Proof of authorized agent of the original equipment manufacturer in Pakistan

e. Name of major clients in last three years (for relevant works related to the stated

tender only) with verifiable contacts

f. Proof of registration with GST as well as NTN number.

g. Sales Tax exempt status (if applicable)

h. Affidavit that the firm/company has never been black listed by the government

/ public entity.

i. Detailed product information/brochures

3.2. The bidders are required to adhere following instructions:

a. The rates must be quoted in accordance with the detailed equipment

specifications, proposed quantities duly filled in the BOQ attached with this

document.

b. Detailed product warranty/guarantee information/service agreement must be

provided in the Technical Proposal

c. Validity period of the quoted price should be at least three months

d. Any other information deemed necessary.

Page 134: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 6

Part C: TERMS & CONDITIONS

4.1 The last date and time for the receipt of tender is 1100 hrs, July 10, 2019 at

Project Office, Faculty Block 2, 3rd Floor, COMSATS University Islamabad,

Principal Seat.

4.2 Tenders will be opened at 1130 hrs, July 10, 2019 in Room No. G-6/G-8,

Ground Floor, Faculty Block-I, of COMSATS University Islamabad in

presence of the representatives of the parties, who wish to be present.

4.3 The tender shall be accompanied by Earnest Money in Pak Rupee @ 2%

of quoted Price or Rs. 300,000 whichever is higher in shape of pay order/

bank draft in favor of COMSATS University Islamabad.

4.4 The earnest money shall be included in the Financial Proposal. Any reference

of the Earnest Money in technical Proposal will result in rejection of the bid

4.5 All prices should be valid for at least 90 days. Withdrawal or any modification

of the original offer within the validity period shall entitle CUI to forfeit the

earnest money in favor of the CUI.

4.6 The Technical Proposal must be accompanied by detailed technical

specifications offered and literature of the brands quoted so as to allow a fair

assessment of the features and capabilities of each equipment.

4.7 It would be the responsibility of the authorized agent/ manufacturer to

satisfactorily complete the supplies and installation as per supply order,

subject to CUI’s acceptance/ inspection thereof.

4.8 All admissible taxes shall be applicable. The quoted price should be inclusive

of all taxes.

4.9 The earnest money of successful bidder will be released after complete

delivery, installation and inspection of the items at COMSATS University

Page 135: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 7

Islamabad, Abbottabad Campus. Rest of the bidders will receive their

earnest money after award of contracts.

4.10 Items being ordered should be brand new and unused and should comply

with the laid down specifications. The vendor/ manufacturer should provide

warranty for a period of at least one year. This will include free service,

technical support and replacement of defective parts at the premises of

COMSATS University Islamabad, Abbottabad Campus. If the warranty

of OEM is less than the required, the bidder will provide additional warranty

on its own expenses.

4.11 The time period of supply will be thirteen (13) weeks from the date of

issuance of Supply order.

4.12 In case of delay in the delivery of items, 0.33% of the total amount of the

order will be charged as penalty per day, up to a maximum of 10% of the

total bid price. Failure to complete supplies within 30 days after expiry of

original delivery period will make the Supply Order eligible for termination

with no compensation due to be paid to the bidder and any supplies already

made/ Earnest Money will be forfeited.

4.13 No offer of an authorized bidder/firm will be considered if:-

a. Received without earnest money along with Financial Proposal

b. Received later than the date and time fixed for tender submission

c. The tender is unsigned/ unstamped

d. The offer is ambiguous

e. The offer is conditional

f. Offer is made by the unauthorized agent of the original equipment

manufacturer

g. The offer is from a firm which is black listed, by any Govt. Office.

h. The offer is received by telephone/telex/fax/telegram.

i. Any unsigned/ ambiguous erasing, cutting/overwriting etc. is made

Page 136: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 8

4.14 It would be the sole responsibility of the agent/ manufacturer to comply with

the applicable laws, be national or international.

4.15 In case of any dispute, decision of the Rector, CUI will be final and binding

upon the parties.

4.16 The procurement has been bifurcated into four sub-packages i.e.

Package V (A): Equipment for Pharmacognosy/Microbiology Lab Package V (B): Equipment for Physiology/Pharmacology Lab

Package V (C): Equipment for Pharmaceutical Technology Lab Package V(D): Equipment for Pharmaceutical Chemistry Lab

4.17 CUI reserves the right to accept or reject part or whole of the tender without

assigning any reason thereof CUI reserves the right to accept or reject part or

whole of the tender any time prior to the acceptance of the proposal. The

unsuccessful bidder(s) participating in the bidding process shall be informed the

reason(s) for rejection of their proposal, however COMSATS University Islamabad

shall not be liable to justify those reasons.

Special Conditions:

5.1 Ten percent (10%) of the verified amount of running bills/interim payments

will be deducted as Retention Money and will be released after expiration of

warranty period of one year.

5.2 The Warranty should cover the replacement of parts. The diagnostics

should be made within 48 hours & replacement should be made within a

maximum of 30 days. In case the item is not repaired (replacement of parts) within

the given time, 1% of the total performance guarantee will be deducted per day up

to 10%. If the item is still not delivered to CUI in working condition, the vendor

shall replace the faulty item (complete) within one week else the cost will be

recovered from retention money.

5.3 Mode of Payment

• No part payment shall be made

Page 137: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 9

• Upon Installation, Testing and Commissioning – 90%

• Upon expiry of warranty period – 10% (Retention Money)

Page 138: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 10

Part D: Mandatory Requirement:

All the below documents MUST be submitted with the Bid. Failure to fulfill

any of the below condition will disqualify the bidder from the bidding

process. Submission of all documents mentioned below is mandatory at the

time of the tender submission. No document will be accepted on later stage.

Please submit the document in the order given below.

1. Draft of Earnest Money Mandatory To be placed in Financial Bid

2. Bid /Quotation (Strictly as per pattern)

Mandatory Form-I

3. Names of Major Clients / Work Executed in Last 3 years (Corporate/Govt./NGO Client ONLY) Attach minimum 10 Work Orders for the same equipment of at least Rs. 400,000 each

Mandatory Form-II

4. Declaration Form Mandatory Form-III

5. Active Tax Payer List (Up to date) Mandatory To be placed in

Technical Proposal

6. GST Registration Certificate Mandatory -do-

7. Authorized Dealer/Reseller Certificate The Authorized dealer must have office in Islamabad/Rawalpindi.

Mandatory -do-

8. Specifications offered and Brochure of the Items

Mandatory -do-

9. Proof that the equipment is brand new and bill of lading of the imported item at the time of delivery

Mandatory Bill of lading

along with delivery challan

Signature & Stamp (Authorized Representative)

The filled in Tender Document should be forwarded to : Project Office

3rd Floor, Faculty Block-II

COMSATS University Islamabad

Park Road, Tarlai Kalan, Islamabad

Phone : 051-90495025-/90495292

Page 139: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 11

FORM-IA

Package V (A): Equipment for Pharmacognosy/Microbiology Lab Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

Note: All prices should be inclusive of all applicable taxes

SN Equipment Title Specifications

Qty Unit

Price

Total

Cost

1 Laminar Flow Hoods Laminar Flow Cabinet Brand Technico Scientific Supplly Make Pakistan. 3Ft Cabinet External Dimension 38x52x24 Inch Appx, 36X28X24 Inch Internal, 100% 304 Stainless Steel Interior Work Area Built in water and gas inlets, Interior side and rear wall electric plugs for instruments construciton, Regualted Air Supply system blowers, power requriement 220 v/50 Hz.3 Unitized one piece PowrRerquirement 220v /50 Hz.3, Outer body made of MS, Electronically ocntrolled glass sliding door , Filters Efficiency 99.9995% 0.12 micron

1

2 Research Adjustable Volume Pipettes Sets [(0.1-2.5), 0.5-10), (2-20),(10-100),(20-200), (100-1000), (1000-5000), in microliters (µl)

Adjustable Volume, Non-Connected, Single Channel, Pipette Type (Electronic Air Displacement), Volume Range 0.1 ml to 5 L capacity

1 sets

Page 140: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 12

3 Digital PH. meter Range: -2.000 to 20.000 pH, -2.00 to 20.00 pH, -2.0 to 20.0 pH Accuracy (±1 digit): ±0.002 pH, ±0.01 pH Calibration: 22 pre-programmed pH buffer sets Automatic buffer recognition and display: Yes Maximum pH calibration points: 5 Manual calibration with selectable buffers: Yes mV: Range: -2200.0 to 2200.0 mV Accuracy (±1 digit): ±0.1 mV, ±1 mV AutoRange function: No mV differential measurement: Yes ISE Measurement: Range: 1.0E-40 to 9.9E39 mg/l Display: %, ppm, mg/kg, mol/l ISE Calibration Points: 2 to 9 Standard Concentrations: 1.00E-30 to 1.00E30 mg/ l Methods: Standard addition, double standard addition, standard subtraction, sample addition, sample subtraction, blank addition, blank correction, reference measurement Temperature: Range: -31.0 to 302 °F (-35.0 to 150.0 °C) Accuracy (±1 digit): ±0.2 °F (±0.1 °C) Selectable °F/°C units: Yes

1

4 Deionizer

Type 2 water using reverse osmosis and deionization technology * 1-15 MΩ-cm * Type 2 Water Quality general laboratory grade water * >50% recovery of RO water * Novel recirculation process extends the life of RO membrane and DI cartridges * TOC <50ppb * Operates at 1.45 – 87 psi

1

Page 141: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 13

feed water pressure * Up to 98% rejection of inorganics * Wall mounting brackets included * Bench, reservoir-top or wall mounting * Excellent monitoring of conductivity * SD Card interface * 60 liter capacity reservoir Dimensions (W x H x D): 19.29 x 19.68 x 11.41"

5 Binocular microscope Binocular Microscope, Binocular 360°rotating 30° inclined (Trinocular, Trinocular 360°rotating 30° inclined), Head: Binocular 360°rotating 30° inclined, Wide Field 10X / 20 mm, Objectives: Achromatic 4x, 10x, 40x, 100x (oil immersion), Revolver: Quadruple, Stage: Double layer with mechanical sliding stage, 160x142 mm, moving range 76x52 mm, Focusing: Coaxial coarse and fine focusing system, with focusing stop mechanism, Condenser: 1.25 N.A. Abbe type, with centring system, Illuminator: White LED, nonrechargeable, with brightness control. Complete with standard accessories

9

6 Soxhelt Apparatus (250 mL, 500 mL,1.0 L)

The setup includes a heating mantle with stirrer, 250ml borosilicate glass boiling flask, 100ml borosilicate glass Soxhlet extractor, 300mm borosilicate glass Allihin condenser with glass connectors, sturdy powder-coated metal support stand with aluminum clamp and stability bracket, and two 48" lengths of rubber tubing with screw connectors. The heating mantle with stirrer features a polyurethane

6 each

Page 142: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 14

coated aluminum exterior and a high quality knitted mantle with glass fiber underlay for uniform distribution of heat. Maximum operating temperature is 400°C. Mantle can be used in a wide range of ambient temperatures, from about 45°F to 100°F, and relative humidity up to 80%. Stand measures 20"H x 8"W with a base platform 10.5"D with a 1" lip.

7 Glass columns (small, medium, large) with solvent reservoirs

Thick borosilicate glass, with stopcock plug Column Volume (mL) 100,250, 500 ml Column ID (mm) 22, 30, 40 Column Length (mm) 350, 500, 1000 Stopcock Bore Diameter (mm) 2

75 25 each

8 Vacuum Liquid Chromatography apparatus (500 ml, 1L, 2 L)

(500 ml, 1L, 2 L) with outlets for vacuum pump, Borosilicate glass.

6 each

9 UV Lamps (254 & 365 nm) along with cabinet

UV Viewing Cabinet with 254/365nm Wavelength Lamps, 230V; 23-3/8"W

2

10 Magnetic stirrers with hot plates

Top Plate MaterialCeramic, Max Load Capacity (lbs)25, Low Speed (rpm)50, High Speed (rpm)1500, No. Of Stirring Positions1, Max Stirring Volume (Liters)1, Height (in)3, Length (cm)25.4, Width (cm)12.7, Height (cm)9.1, Plug TypeUS/Japan, Power (VAC)100 to 120, Power (Hz)50/60 , Power (amps)0.2 Description Ceramic Top Stirrer, 4" x 4", 100-120 V

10

11 Centrifuge Multiple capacity swing bucket rotor (1.5ml to 50ml), Maximum speed 15,000 rpm & 22000 × g, -9 to 40°C temperature, 220 V

1

Page 143: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 15

12 Micro syringes

5 sets

500 µl 2 each

100 µl 2 each

50 µl 2 each

13 Dissection box 8x12”, Premium quality, All stainless steel, All necessary accessories. 5.5” Dissecting Spatula 5.7” Needle Straight Point 5.7” Needle Curved Point 5” Specimen Serrated Forceps 4.5” Micro Forceps 5” 2 x 1 Tooth Tissue Forceps 4.6” Iris Scissors 4.5” Magnifying Glass (handle made of plastic) 5.6” Groove Director 5.4” Scalpel Knife Handle # 4 5.1” Scalpel Knife Handle # 3 5” Operating Scissors: Sharp Blunt Straight 5” Mosquito Forceps Disposable blades

12 sets

14 Analytical Balance Analytical Balance 220 g x 0.1 mg Minimum sample weight acc. to USP (typical) 82 mg Repeatability 0.1 mg Readability 0.1 mg Weighing capacity 220 g Leveling Manual Adjustment Internal automatic (isoCAL)

2

15 Lab refrigerator -30C degree freezer (51.5 cubic feet) (auto defrost) 8 adjustable shelves. Interior dimensions: 58.0"H x 29.0"D x 52.5"W. Exterior dimensions: 79.2"H x 37.2"D x 56.5"W. 220 V Thermo.

1

16 Drying oven Tmax 300 °C Working temperature range: + 5 °C above room temperature up to 300 °C Ovens floor standing models Horizontal, forced air circulation results in temperature uniformity better than +/- 5 °C Stainless steel chamber, alloy 304 rust-resistant and easy to clean Charging in multiple layers removeable

2

Page 144: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 16

grids microprocessor control with self-diagnosis system

17 Ultrasonic Water Bath Tank size(mm)300×155×150 Unit size (mm) 400×180×315 Volume (L) 6 Heating power(W) 300 Frequency (kHz) 45kHz, 65kHz , 45kHz&65kHz Ultrasonic power (W) 150 40%, 70%, 100% adjustable

Temperature 0-65/32-

149 Time 1-60 mins/untimed

2

18 Desiccators Borosilicate Glass, Capacity: 5.8 L (approx), Dessicator Style: Knob Top, Reusable, Height: 309 mm (approx), Recommended Plate Diameter: 190 mm (approx), I.D. Of Ground Flange: 223.5 mm (approx), Chamber Depth: 115 mm (approx)

8

Small 4 each

Medium 4 each

Large 4 each

19 Water Bath (06 holes) 550W of heating power with a pilot light to indicate heating mode. hydraulicthermostat.The stainless steel, seamless chamber is easy to clean and provides a worry-free service life. The water bath comes complete with a stainless steel gable cover to retain heat and minimize evaporation. magnetic stainless steel clip

6

Page 145: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 17

20 Spray gun with accessories

Reagent Sprayer Complete Sprayer, 125 mL spraying reagents of all types onto both TLC plates and paper chromatographs.

12

21 Heating gun spraying reagents of all types onto both TLC plates and paper chromatographs.

6

22 Vacuum aspirators Flow rate > 26.0 L/min Type of Pump Vacuum Pump Mains 220 V | 50 Hz Max. ambient temperature 40 °C Input wattage 120 Watts Max. vacuum 13 mbar Application Microbial Enumeration

4

23 TLC Tanks (large for 20 × 20 cm plate)

6

24 TLC Tanks (Medium) Analtech developing latch-lid tank with lid, capacity: five 20 x 20 cm plates Plate Capacity5

12

25 TLC Tanks (small) Analtech developing latch-lid tank with lid, capacity: five 20 x 20 cm plates

12

26 Paper chromatographyapparatus (ascending &descending)

Paper Chromatography Cabinet: It is made of single piece bakelitemoulding. The inner size of cabinet is 6 x 8 x 9” with front sliding glass door. The lid of cabinet is also made of bakelite. Stainless Steel Solvent Pot: It is made of 316 Quality S.S. It is having the volume capacity of 150 ml. It is required to hold the solvent mixture. Stainless Steel Hanger: It is a stainless Steel rod of size 6” and dia 2mm. It is used as hanger of Chromatography paper. It fits inside the grooves of the cabinet

2 each

27 Digital camera (3.3MPixel) Digital Camera with Software for imaging and analysis.

2

Page 146: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 18

28 Shaker

Orbital shakers are designed for a variety of shaking applications such as cell cultures, solubility studies, bacterial suspensions, and general mixing. Microprocessor control with LED display for speed, temperature and time Exclusive Opti-Flow Forced Ventilation System Exclusive Accu-Drive™ shaking system Best-in-Class, 5-year warranty Available with a NIST Traceable, ISO/IEC 17025 Accredited Calibration Certificate from Troemner The large capacity platform and tray hold up to 15.9kg (35lbs.)

2

29 Colony counter Power supply: 220 V, 0.2 A, 50/60 Hz. • Counter: Four digits of 9 mm of height, up to 9999 • Magnifier: Glass, biconvex, 100 or 120 mm diameter, 4 diopters DIN 2x. • Inputs: Pressure marker, normally open. Contact pointer. Dimensions: (large x deep x high) WITHOUT MAGNIFIER: 200 x 300 x 120 mm. WITH MAGNIFIER: 200 x 300 x 400 mm. • Weight: 2.5 Kg. (without magnifier)

2

30 Filtrationassembly (vacuum)

MilliporeSigma for 47 mm filters with glass support, NS 40/35 joints, 4 L flask (included) Funnel volume is 1000 mL with NS 40/35 joint (male on flask, female on funnel support) instead of rubber stopper. Vacuum filtration apparatus for HPLC solvent

4

Page 147: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 19

31 LAL Test Kit For Gram negative bacterial endotoxin, Endpoint Chromogenic LAL Assay Kit, Sensitivity: 0.1–1.0 EU/ml, Storage Requirements: 2–8°C, Includes: LAL reagent, E. coli 0111:B4 endotoxin, chromogenic substrate and LAL reagent water

1

32 Chemicals and Solvents (S.N0 33 -70)

33 Trypan Blue Solution, 0.4% 100mL

34 Hematoxylin solution (Mayer`s) for microscopy

1 L

35 Eosin Yellow 50 g

36 Taq DNA Polymerase 500 U

37 Agarose 500g

38 ProxiB 100bp DNA Ladder Plus

50 ug

39 Ethanol commercial grad 500 L

40 Ethanol HPLC grad 100 L

41 Methanol commercial grad 500 L

42 Dichloromethan 100 L

43 Chloroform 300 L

44 Butanol 300 L

45 Ethylacetate 100 L 46 nHexane 300 L

47 Blood agar base NO 2 500gm

48 Sheep blood agar base 4×500gm

49 Agar technical (NO2) 4×500gm

50 Tetracycline hydrochloride 25gm

51 MacConkey Agar 2 kg

52 Muller Hinton Agr 2 kg

53 Mannitol salt agar 2 kg

54 Nutrient Broth 2 kg

55 silica gel (70-230) 5 kg

56 silica gel (230-400 mesh) 5 kg

57 TLC plates 5

58 Acetic acid 5x500g

59 formic acid 5x500g

60 Dimethylsulphoxide (DMSO)

3x500mL

61 Ceric sulphate 4x 500g

62 Phosphoric acid 4x 500g

63 Trifluoroacetic acid 3x 500g

64 Piperitone 50 g

Page 148: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 20

65 Carvone 2x100 g

66 Germacten 3x50g

67 Emodin 3x30g

68 Rutin 3x100g

69 Genkwanin 3x50g

70 Stachydrine 20g

71 Glassware (S.No 72-96)

72 Separating funnel 1L 20

73 Separating funnel 2L 20

74 Separating funnel 5L 20

75 Conical flasks 20 L 20

76 Test tubes 50 mL 1000

77 Conical flask 100 ml 100

78 Conical flask 250 ml 100

79 Conical flask 500 ml 100

80 Conical flask 50 ml 100

81 Reagent bottles 500mL 200

82 Reagent bottles 1L 300

83 Columns for separation 2L 200

84 Column for chromatography 500X10mm

5

85 Column for chromatography 500*15mm

5

86 Column for chromatography 600*50

5

87 Beaker 50 ml 200

88 Beaker 100 ml 200

89 Beaker 2 50 ml 200

90 Beaker 500 ml 200

91 Beaker 1000 ml 200

92 Rotary flask 500 mL and 1000 mL

2x10

93 syringe Filters HPLC .45 micron (100 Pack)

5

94 media bolttlesborosil 1000 ml

20

95 Circulating glass funnel 500 mL

3

96 Graduating cylinders 50mL, 100 mL, 500 mL, 1000 mL

10 each

97 Miscellaneous

Page 149: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 21

98 Refractive Index Detector

Specification: Reective index measurement range : 1 to 1.75 RIU Noise level : 2.5 nRIU Drift : 0.1 μRIU/h Range : A mode: 0.01 to 500 RIU; P and L modes: 1 to 5000 RIU Response : No ltering, 0.05 to 10 sec, 11 steps Polarity switching : With a switch; Zero adjustment : Auto zero, auto optical zero, baseline shift functions Maximum operating ow rate: 20 mL/min (150 mL/min with an option) Temperature control of cell unit : 30 to 60°C (0.01°C steps) ;Cell capacity :" 9 µL Material in contact with liquid : SUS316L, quartz, PTFE, Al2O3,ETFE Maximum operating pressure : 0.4 MPa (4 kgf/cm2) Operating temperature range : 4 to 35°C Dimensions and weight : W260 × D420 × H140 mm, 12 kg

1

99 Nitrile Gloves 20 packs

100 Disposable petri Plate 2×Box

101 Aluminium Foil (Large diamond)

10 packs

102 Spirit Lamps, 100mL capacity

20

103 Ependrof Tube 10 packs

50-1000mL

104 Face Masks 20 packs

105 96 well Plate with led 100 packs

106 Blue tips 20 packs

50-5000mL

107 Yellow tips 20 packs

50-5000mL

TOTAL

Page 150: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 22

FORM-IB

Package V(B): Equipment for Physiology/Pharmacology Lab Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

S.

NO Equipment Title

Specifications Qty

Unit

Price Total Cost

1 Photometer (Clinical chemistry analyzer) with ll accessories

1

2 Spirometer coupled with power lab

12

3 Sphygmomanometer (blood pressure apparatus

24

4 Perimetry 10

5 Histology, Human tissue slides(set of 50)

4 sets

6 Cardiovascular system models

2 each

7 Respiratory system models

2 each

8 Elementary system models

2 each

9 Urinary system models 2 each

10 Endocrine system models

2 each

11 Nervous system models 2 each

12 Teaching force transducers

4

13 Teaching isotonic transducers

4

14 BP transducer/Cable kit

2

15 Thermo regulated Water pump

2

16 Electrocardiogram (ECG) machine

1

17 Animal holders for mice 50

18 Animal carrying trolleys 4

19 Dissecting table 1

20 Refrigerator (-20 ºC) 1

21 Metabolic cages 12

TOTAL

Page 151: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 23

FORM-IC

Package V (C): Equipment for Pharmaceutical Technology Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment

Title

Specifications Qty

Unit

Price Total Cost

1 Single punch machine (Punches and dies)

Max pressure of tablet:50kn Max diameter of tablet:16mm Max filling depth(mm):12mm Max thickness of tablet:6mm Production capacity:3600pcs/h Power:550w 1400r/min

1

2 Hot air unit Structure and system the internal chamber and shelves are made of stainless steel. The external cabinet is brushed in AISI 0 stainless steel sheet and comes equipped with a split opening door as well as sealing. Heating is accomplished with specific air heaters, that discharge steams inside the chamber this takes place by means of a centrifugal electric aspirator with 0 m³/h flow rate. Thermo regulations and controls. This electrical system is provided with a general switch and running light signal. The thermal stability is gained through PID digital electronic μP regulator with RTD Pt100 OHM input the unit is pared with a specific SSR which is suitable for absorbing load of heaters. In addition, the appliance comes with an aerator and adjustable support for shelves. Options timer for automatic execution of drying/ desiccation cycles and pivot wheels.

1

3 Water distillation still

Apparatus include thermometer to check the cooling water. Thermostatic safety (dry run protection by thermostat). Evaporator easily accessible for cleaning. With condenser, water heater body, boiler, tank and stainless steel condenser, zinc-plated

1

Page 152: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 24

stainless steel double envelope housing.

4 Fluidized bed dryer

Capacity g/batch50-200 Power of fanKw0.25 Power of electrical heater kw 1.5 Compressed air pressure Mpa 0.45 Consumption M³/min 0.2

1

5 Analytical balance

Models with stainless steel top pan. Weighting range from 220g to 0.1 mg. Option of external or internal calibration, Balance calibration using internal weight by pressing calibration button. Calibration of balance with an external weight.

2

Glassware

6 Beaker 3000 ml (Nalgene / Polypropylene)

15

7 Beaker 100 ml 300

8 Beaker 1000 ml 35

9 Beaker 1000 ml (Nalgene / Polypropylene)

20

10 Beaker 10ml 100

11 Beaker 250 ml 200

12 Beaker 25ml 200

13 Beaker 500 ml 70

14 Beaker 50ml 300

15 ChromatograpgyAutosampler vial 1000

16 Corc Borer 8mm 10

17 Corning cell culture flasks 150 cm2 1000

18 Corning cell culture flasks 75cm2 1000

19 Cryovials 1000

20 Culture plates 24 well (50 pcs/Pack) 1

21 Culture plates 48 well 300

22 Culture plates 6 well 500

23 Culture plates 96 well 500

24 Disposable gloves medium size 5 Packs

25 Disposable Petri plates 70-80mm 3000

26 Disposable Pipettes 10 mL 100

27 Eppendrafs Tubes 1.5ml 1000 X 10

28 Eppendrafs Tubes Rack 10

29 Falcon Tubes 15 ml 1000 X 2

30 Falcon Tubes 50 ml 1000 X 2

31 Filters for SS Syrrange Filter, diamemter 25 mm (0.2 micron pore size)

5 packs

Page 153: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 25

32 Filters Papers 10 Packs

33 Flask oblique shape with three necks stand mouth borosilicate 100 ml

2

34 Flasks 100 ml 200

35 Flasks 1000 ml 40

36 Flasks 125 ml 300

37 Flasks 25 ml 100

38 Flasks 250 ml 300

39 Flasks 50 ml 100

40 Flasks 500 ml 80

41 Funnel 5 Inches 10

42 Funnel 6 Inches 10

43 Glass Chromatography Column 500x18mm Cat No 6100

2

44 Glass Chromatography Column 600x30mm Cat No 6100

2

45 Glass CondencerDoublle Surface 300mm - 24/29

3

46 Glass Distillation Assembly with Receiving Adopter receiving cone double, 24/29, Receiving Flask, (Conical), 24/29, 1L, Round bottom flask 24/29, 1L, Thermometer, Quickfit, Germany, 14/23, Condenser Coil, 24/29, 12", Distillation Head 24/29

3 Set

47 Glass Liner for Chromatography Autosampler Vial (1000 / Pack)

10 Packs

48 Glass Petri Plates 70-80mm 500

49 Glass Rod 2mm x 40inches 200

50 Glass Rod 3mm x 40 Inches 100

51 Glass Round Bottom Flask 250ml Single Neck 24/29

12

52 Glass Separating Funnel 500 ml 20

53 Glass Separatory Funnel 125 ml 30

TOTAL

Page 154: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 26

FORM-ID

Package V (D): Equipment for Pharmaceutical Chemistry Lab

Part E: DETAILED SPECIFICATIONS OF THE ITEMS

Prices should be quoted as per this pattern:

(Inclusive of Taxes)

SN Equipment Title Specifications

Qty Unit

Price

Total

Cost

1 Analytical balance Models with stainless steel top pan. Weighting range from 220g to 0.1 mg. Option of external or internal calibration, Balance calibration using internal weight by pressing calibration button. Calibration of balance with an external weight.

1

2 Top loading balance

Balance equipped with mechanical and software protection. Selectable weighing units: g, kg, oz., lbs. Large high contrast LCD screen for optimum viewing. Sealed front panel and spill protection. User selectable auto shut-off. Standard features include: stability indicator, over / under load error indicator, low battery indicator. Supplied with adapter. May also use batteries.

1

3 Magnetic stirrer with hot plate

Excellent temperature uniformity with consistent stirring. Microprocessor control with both heating and stirring and brings samples to temperature quickly and efficiently. Separate digital displays for temperature, speed and time; show set and actual values. Display will show last used settings, even after power has been turned off. Cool touch, chemically resistant housing. Includes external temperature probe kit. Models may be with ceramic or aluminium top plates

1

4 Distillation apparatus

Apparatus include thermometer to check the cooling water. Thermostatic safety (dry run protection by thermostat). Evaporator easily accessible for cleaning. With condenser, water heater body, boiler, tank and stainless steel condenser, zinc-plated stainless steel double envelope housing

1

Page 155: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 27

5 Digital pH meter The pH Meter simple to operate and maintain. Consistently accurate and reliable measurements. Configurable. Simple to operate and offer an intuitive user interface allowing for easy set up and use from day one. Step-by-step on screen prompts enable both new and seasoned users to operate the meter easily and effectively, resulting in consistently accurate measurements.

1

6 Shakers Temperature Range- Ambient -to 70°C with ±0.5°C. Speed-30 to 400 rpm. Volume-167 L (5.8 cu. ft.). Orbit Diameter-12, 19, or 25 mm. Interior Dimensions-48 x 51 x 66 cm (19 x 19.25 x 23.5 in). Exterior Dimensions-58 x 69 x 105 cm (23.5 x 28.5 x 40.5 in)

1

Chemicals and Solvent for Pharmaceutical Chemistry Lab Head Serial No 13 (All the chemicals and solvents are of sigma or of equivalent standard company otherwise mentioned. Company will provide the chemical analysis report of all chemicals and solvents)

7 Dimethyl Sulfoxide 10 L

8 (+)-1-Phenylethylamine 50 mL

9 (Diacetoxyiodo) Benzene 25g

10 1,1′-Carbonyldiimidazole 10gx3

11 1,3-Diiodobenzene 2 x 5g

12 1,8-Diaminonaphthalene 50g x 2

13 1-Methylcyclopropene 25 g

14 1-Naphthaldehyde 100 g

15 2,2’-Bipyridine 99% 50 g

16 2,2′-(Ethylenedioxy)bis(ethylamine) 100 mL

17 2,4 DichloroPhenoxy Acetic acid 100 g

18 2,4 Difluor0 Benzaldehyde 100 g

19 2-Naphthaldehyde 25 g

20 3,4,9,10-Perylenetetracarboxylic dianhydride

25gx2

21 3,5 Dimethoxy 4 HydroxyAcetophenone (Aldrich)

5 g

22 3-Aminophenylboronic acid 250 mgX2

23 4 Nitro Benzaldehyde 100 g

24 4-(Chloroacetyl) Morpholine 5g

25 4-Bromobenzenesulfonyl chloride 25g

26 4-Fluorobenzaldehyde 100 g

27 4-Fluorobenzenesulfonyl chloride 25g

Page 156: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 28

28 4-Methylumbelliferyl phosphate 1 g

29 4-Nitrobenzoyl chloride 250g

30 5,5′-dithio-bis-nitrobenzoic acid (DTNB) 5 g

31 6-Benzylamino purine 5 g

32 2-meSATP 20 mg

33 α,β-meATP 10 mg

34 ABTS reagent 2 g

35 Acetone 5 L

36 Acetonitril HPLC grade 5 L

37 Acetylthiocholine Iodide 5 g

38 ADP 1 g

39 Agarose 2 Kg

40 a-Ketoglutarate 500 g

41 Aluminium Foil 40

42 Ammonium Iron Sulphate 1 Kg

43 Ammonium Oxalate 1 Kg

44 Ammonium Thiocyanate 1Kg

45 Amphotericin B 20 g

46 Amplisyn red 50 mg

47 Artemether 1 Kg

48 Autoclave Taps 100

49 Benzaldehyde 1 L

50 Benzophenone 500 g

51 Benzyl alcohol 500 mL

52 Benzyl bromide 100 mL

53 Benzylamine 500 mL

54 Beta Mercaptoetrhanol 1 L

55 Beta Secretase Kit, B- Secretase (BACE1) Activity Kit Detection Kit Fluorescent

1 kit

56 Brine Shripm Eggs 1 Kg

57 Bromine 99% 50g

58 Butyric Acid 1 L

59 BzATP 5 mg

60 Calcium chloride anhydrous 1kgx5

61 Capillary tubes 500

62 Capric Acid (Decanoic Acid) 1 Kg

63 Caproic Acid (Hexanoic Acid) 2 Kg

64 Caprylic Acid (Octanoic Acid) 1 Kg

65 Carbachol 100 mg

66 Carbon Tetrachloride 250mL

Page 157: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 29

67 Casein 1 Kg

68 Caspase 3 Assay Kit (Fluorometric) abcam ab39383

1 kit

69 Caspase 9 Assay Kit (Fluorometric) abcam ab65607

1 kit

70 Charcol Active Granules 500 g x 2

71 Chloroform 99.5% 4liter

72 Chloroform HPLC 4liter

73 Chloroquine 1 Kg

74 Cinnamaldehyde 1 Kg

75 Ciprofloxacin 1Kg

76 Citric acid 10 kg

77 Clorgyline 50 mg

78 Collagenase V from Clostridium histolyticum

100 mg

79 Copper cyanide 500 g

80 Copper II Acetate 25g

81 Copper(II) bromide 250

82 Cotton Roll 30 pcs

83 CsCO3 25g

84 CTAB Buffer 5 G

85 Cu(OAC)2 5g

86 CuI 25g

87 Cupric chloride 500 g

88 Cycocil 25 g

89 Daminozide 1 g

90 Deprenyl HCl 1g

91 Dextran Sulfate 10 mg

92 D-Glucose 2 Kg

93 Dichloromethane Commercial grade 25L

94 Diff Quick Stain Kit 1

95 Silica gel 70-230 mesh ASTM for Column Chromatography

3 Kg

96 Dimethyl sulfoxide, HPLC grade 500mL

97 EDTA 2 Kg

98 EDTA-sodium 100 g

99 Ethanol HPLC grade 5 L

100 Ethyl Acetate 99% 18liter

101 Ethyl Acetate 99.8% HPLC 4liter

102 Fine Silica 1 Kg

103 Fluoresceine 100G

104 Fluorescene Conjugated isothiocyanate Antibody BD Pharmingen FITC Annexin V Apoptosis Detection Kit I

1 kit

Page 158: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 30

105 Formalin 3 L

106 Formic acid, 97% 500g

107 G418 5 g

108 Gelatin 500 g

109 Glycerin 2 L

110 Glycine 100 g

111 Gold Chloride 1 g

112 Griess reagent 10 g

113 Guanidinium chloride 100G

114 Hematoxylin and Eosin Stain Kit 1

115 HEPES (4-(2-hydroxyethyl)-1-piperazine ethane-4-sulphonic acid)

250 g

116 HEPES 25 g

117 Human AB Serum 5 x 100ml

118 Human Estrogen Elisa Kit 1

119 Human Progesteronelisa kit 1

120 Human SHBG elisa kit 1

121 Hydrochloric Acid 5 L

122 Indol 3 Butyric acid (IBA) 25 g

123 Indol Acetic Acid (IAA) 100 g

124 Iodine Crystals 500 g

125 Iodine Crystals 500 g

126 Iodonitrotetrazolium chloride 1 g

127 Iron EDTA 500 g

128 Isopropanol 5 L

129 Isopropanol HPLC grade 5 L

130 K2CO3 25g

131 Lauric Acid 1 Kg

132 L-Glutamine 100 g

133 Linoleic acid 10 g

134 Magnesium Chloride 2 Kg

135 Methanol 18liter

136 Methanol 99.9% HPLC 4liter

137 Methionine 100 g

138 Mineral Oil 2 L

139 m-Inosital 500 g

140 Molecular Seives 4A 500 g x 4

141 Morpholine 500 mL

142 MTT Dye 1 g

143 N,N,N′,N′-Tetramethylethylenediamine 100ml

144 NADH 1 g

Page 159: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 31

145 Lumefantrine 1 Kg

146 Naphthlene Acetic Acid 100 g

147 N-Bromosuccinimide 250G

148 n-Butyllithium 1L x 2

149 n-Hexane 18liter

150 n-Hexane 95% HPLC 4liter

151 Nitric Acid 5 L

152 Nitric acid fuming, 99.5% 500mL

153 Nitrobenzene 500mL

154 NP-e-Aminocaproic acid 100 mg

155 Nutrient Agar 5 Kg

156 Nutrient Brith 3 Kg

157 Palladium Tetrakistriphenyl phosphine 5 g

158 Palladium(II) acetate 5 g

159 Para Formaldehyde 500 g

160 Paraffin Roll 20

161 Perchloric acid 3 L

162 Petroleum Ether 4liter

163 Petroleum ether HPLC 2.5liter

164 Phenol Red 100

165 PhenosineMethosulphate 10 g

166 Phenyl Isocyanate 100g x 2

167 Phenyl Isothiocyanate 100g x 2

168 PhenyleneDiamine 500 g

169 Phosphate buffered saline (PBS) Tablets 100

170 Phosphomolybdic acid 100 g

171 Phosphorus pentachloride 100g

172 Pierce LDH Cytotoxicity Assay Kit 1 kit

173 p-Nitrophenyl-β-D-glucopyranoside 2 g

174 Poly(ethyleneimine) solution (PEI) 1

175 polyvinylpyrrolidone 1 Kg

176 Potassium Ferricyanide 500 g

177 Potassium Hydroxide 2 Kg

178 PPADS 10 mg

179 Probenecid (Water Soluble) 10×77 mg

180 p-Tolylisothiocyanate 5g x 5

181 Pyrene, 98% 25 g

182 pyridine 1 L

183 Pyridioxine 100 g

184 Pyrimethamine 1 Kg

Page 160: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 32

185 Radioligand [3H]-spiperone 1

186 Reactive Blue 2 25 g

187 Receptor-containing membrane suspension

1

188 Reverse Phase Silica 10

189 RPMI 1640 Medium 2 L

190 Sabaraud Dextrose Agar 5 Kg

191 sabaraud Dextrose Broth 2 Kg

192 Salicyalaldehyde 1 Kg

193 Salicylic acid 500 g

194 Scintillation cocktail 1

195 Sephdex G75 20 g

196 Silica gel 230-400 mesh for Column Chromatography

3 Kg

197 Silica coated TLC plates 1000

198 Silver Nitrate 100 g

199 SOCl2 1 Kg

200 Sodium acetate 4 Kg

201 Sodium Azide 500 g x 2

202 Sodium Bicarbonate 2 Kg

203 Sodium Bromide 500 g

204 Sodium Chloride 3 Kg

205 Sodium cyanoborohydride 25g

206 Sodium Dihydrogen Phosphate 3 Kg

207 Sodium dodecyl sulfate 1 Kg

208 Sodium hydrogen carbonate 1 Kg

209 Sodium Hydroxide 3 Kg

210 Sodium nitroprusside 1 Kg

211 Sodium nitroprusside 1 Kg

212 Sodium Phosphate 1 Kg

213 Sorbitol 1 Kg

214 Spirit 20 L

215 Succinic Anhydride 500 g

216 Sucrose 1 Kg

217 Sulfanilamide 1 Kg

218 Sulfuric Acid 5 L

219 Suramin 100 mg

220 Syringes 1cc 10 Box

221 Syringes 3 cc 6 Box

222 Syringes 5cc 10 Boxs

223 Tert-Butyl hydroperoxide solution 1 L

Page 161: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 33

224 Tetrakis(triphenylphosphine)palladium(0) 5g

225 Thalidomide 10g

226 Thiamine 250 g

227 Titron X100 1 L

228 TLC Plate 5 Pack

229 Toluene 4 L

230 Toluene HPLC grade 5 L

231 Trichloroacetic Acid 500 G

232 Trichloroacetic Acid 500 G

233 Triethylamine 500 mL

234 Trifluoroacetic Acid 100 mL x

2

235 Triisopropyl borate 25 g x 4

236 Trim Gen Kit 1

237 Trimethyl Borate >98% 500 mL

238 Tris EDTA 2 Kg

239 Tris(dibenzylideneacetone)dipalladium(0) 500mg x 2

240 Trypsin 1 g

241 Tween 40 1 L

All the Glassware of Pharmaceutical Chemistry Lab Head Serial No 14 are of IWAKI / PYREX / NALGENE / BOROSIL / SIGMA / FISHER SCIENTIFIC / VWR / MERCKMILLIPORE / CAMAG (If not available of above company then other company will be considered)

242 Beaker 3000 ml (Nalgene / Polypropylene)

15

243 Beaker 100 ml 300

244 Beaker 1000 ml 35

245 Beaker 1000 ml (Nalgene / Polypropylene)

20

246 Beaker 10ml 100

247 Beaker 250 ml 200

248 Beaker 25ml 200

249 Beaker 500 ml 70

250 Beaker 50ml 300

251 ChromatograpgyAutosampler vial 1000

252 Corc Borer 8mm 10

253 Corning cell culture flasks 150 cm2 1000

254 Corning cell culture flasks 75cm2 1000

256 Cryovials 1000

257 Culture plates 24 well (50 pcs/Pack) 1

258 Culture plates 48 well 300

Page 162: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 34

259 Culture plates 6 well 500

260 Culture plates 96 well 500

261 Disposable gloves medium size 5 Packs

262 Disposable Petri plates 70-80mm 3000

263 Disposable Pipettes 10 mL 100

264 Eppendrafs Tubes 1.5ml 1000 X 10

265 Eppendrafs Tubes Rack 10

266 Falcon Tubes 15 ml 1000 X 2

267 Falcon Tubes 50 ml 1000 X 2

268 Filters for SS Syrrange Filter, diamemter 25 mm (0.2 micron pore size)

5 packs

269 Filters Papers 10 Packs

270 Flask oblique shape with three necks stand mouth borosilicate 100 ml

2

271 Flasks 100 ml 200

272 Flasks 1000 ml 40

273 Flasks 125 ml 300

274 Flasks 25 ml 100

275 Flasks 250 ml 300

276 Flasks 50 ml 100

277 Flasks 500 ml 80

278 Funnel 5 Inches 10

279 Funnel 6 Inches 10

280 Glass Chromatography Column 500x18mm Cat No 6100

2

281 Glass Chromatography Column 600x30mm Cat No 6100

2

282 Glass CondencerDoublle Surface 300mm - 24/29

3

283 Glass Distillation Assembly with Receiving Adopter receiving cone double, 24/29, Receiving Flask, (Conical), 24/29, 1L, Round bottom flask 24/29, 1L, Thermometer, Quickfit, Germany, 14/23, Condenser Coil, 24/29, 12", Distillation Head 24/29

3 Set

284 Glass Liner for Chromatography Autosampler Vial (1000 / Pack)

10 Packs

285 Glass Petri Plates 70-80mm 500

286 Glass Rod 2mm x 40inches 200

287 Glass Rod 3mm x 40 Inches 100

288 Glass Round Bottom Flask 250ml Single Neck 24/29

12

Page 163: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 35

289 Glass Separating Funnel 500 ml 20

290 Glass Separatory Funnel 125 ml 30

291 Glass Separatory Funnel 2 L 10

292 Glass Separatory Funnel 250 ml 30

293 Glass Separatory Funnel 4 L 6

294 Glass SeparatoryFunnel 50 ml 30

295 Glass Smaple Vial with Thread cap 2ml 200

296 Glass Vacuum Filteration Assembly Complete with 1 L flask and 0.3 L funnel

2

297 Heating Mentle Large 2

298 Heating Mentle Medium 2

299 Heating Mentle Small 2

300 Inoculation Loop 200

301 Magnetic Bar Half Inch 10

302 Magnetic Bar One Inch 10

303 Measuring cylinder 10 ml 40

304 Measuring Cylinder 100 ml 100

305 Measuring Cylinder 1000 ml 30

306 Measuring Cylinder 1000 ml Polypropylene

20

307 Measuring Cylinder 25 ml 100

308 Measuring cylinder 250 ml 100

309 Measuring cylinder 250 ml Polypropylene

25

310 Measuring Cylinder 50 ml 100

311 Measuring Cylinder 500 ml 25

312 Measuring Cylinder 500 ml Polypropylene

15

313 Micropipette tips 10 µL 10 x (1000)

314 Micropipette tips 100 µL 10 x (1000)

315 Micropipette tips 1mL 10 x (1000)

316 Micropipette tips box autoclavable 20

317 PCR Tubes 0.2 ml (8-well strip tube) 10 Pack

318 Pipette Filler pen type 200

319 Pipettes 10ml 200

320 Pipettes 5ml 200

321 Porcelain Buchner Funnel 5

322 Reagent Bollte 500 ml with wide mouth and threaded cap

120

323 Reagent Bottle 1000 ml with wide mouth and threaded cap

120

324 Reagent Bottle 250 ml with wide mouth and threaded cap

120

Page 164: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 36

325 Reflux Condenser 5

326 Round bottom polystyrene assay tubes (5ml)

1 Pack

327 Syrrange Filter Holder SS (25mm) 2

328 Test Tubes 25 x 150mm 150

329 Thermometer 12

330 TLC Plates 20 Packs

331 TLC Tank 10 Piece

332 Two neck round bottom flask 100 ml, CN 24/29, SN 14/23

12

333 Two neck round bottom flask 25 ml, CN 24/29, SN 14/23

12

334 Two neck round bottom flask 50 ml, CN 24/29, SN 14/23

12

335 Vacuum Filteration Assembly Complete with 125 ml flask and 15 ml funnel

1

TOTAL

Page 165: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 37

FORM-II

Detail of Equipment Supplied in the last 3 years

SN Organization & Address Name of The

Official Contact

Numbers

Month & Year of

Execution of Work

Total Amount

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Total Amount of Equipment supplied in last 3 years

Attach Work Order for each of the above in above order as proof.

Signature & Stamp (Authorized Representative)

Page 166: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 38

Part F: Tender Acceptance Form

Declaration Form

(THIS FORM IS TO BE PROVIDED WITH THE BID) All the terms & conditions have been carefully read and understood and are hereby

unconditionally accepted and it is declared that

I understand that by inserting any condition in my bid consciously or

unconsciously will AUTOMATICALLY disqualify me from the bidding process.

All the information furnished by me/us here-in is correct to the best of my

knowledge and belief.

I/we have no objection if enquiries are made about the work listed by me / us in

the accompanying sheets / annexure.

I / We agree that the decision of committee in selection will be final and binding to

me / us.

I / We have read the instructions appended to the proforma and I / we understand

that if any false information is detected at a later date the committee is at liberty to

act in a manner it feels deemed fit.

Name of Firm/ Company

Name of Owner/Authorized agent

Office Address

GST No.

NTN.

Telephone No.

E-mail

Signature & Stamp (Authorized Representative)

Page 167: Package - Iww3.comsats.edu.pk/ro/tenders/[Single-PDF]-TD-of-Lab-Equipment.pdf · i. Detailed product information/brochures 3.2. The bidders are required to adhere following instructions:

Page 39

Check List (To be filled by Applicants)

Detail Yes

No

1. ALL Pages signed and Stamped by Bidder

2. Bank Draft of Earnest Money

3. Bid /Quotation (Form-I

4. Form II – Supplies completed in Last 3 years

5. A Total of 10 Work Orders

6. Form III - Declaration Form

7. Active Tax Payer List (GST and Income Tax)

8. GST and Income Tax Registration Certificate

9. Authorized Dealer/Reseller Certificate

10. Brochure of the Items

For queries and further clarification, you may

Visit us at 3 rd Floor, Faculty Block-II, CUI, Islamabad

Call us at 051-9049-5025/051-9049-5292.

Signature & Stamp (Authorized Representative)