TENDER CALL NOTICE - Odisha Small Industries...

69
Ref. No. 7324/ OSIC: Mktg. Date: 19.12.2016 TENDER CALL NOTICE The Odisha Small Industries Corporation Ltd. (OSIC) (A Govt. of Odisha Undertaking), Industrial Estate, Madhupatna, Cuttack - 753 010 invites Tenders in sealed cover under two bid system i.e., Technical Bid & Price Bid from manufacturing firms and authorized Importers / authorized Distributors of Pharmaceutical Testing Laboratory Equipments and Instrument etc. for setting up of Common Facility Center (CFC) in Pharmaceutical Cluster at Cuttack-Bhubaneswar, Mancheswar. Date of Commencement of Tender Date of Pre-Bid Conference Last Date & Time of submission of Tender Date & Time for opening of Tender Cost of Tender Paper + 5 % VAT(Rs) 20.12.2016 03.01.2017 at 11:30 AM 10.01.2017 at 2.00 PM 10.01.2017 at 3.00 PM 5000.00+ VAT@5% A complete set of the Bid documents containing the details of the terms & conditions may be downloaded from website: www.osicltd.in and the same can be submitted along with cost of Tender Paper in shape of Bank Draft. The authority reserves the right to accept / reject any part or all the bids without assigning any reason thereof. The authority has the right to increase / decrease / cancel the quantity of procurement of equipment / instrument without assigning any reason thereof. Sd/- (Dr. Partha Sarathi Mishra, IAS) MANAGING DIRECTOR Memo No.________7325__/ OSIC/MKTG Date: 19.12.2016 Copy to the Administrative Officer, OSIC Ltd., for information and necessary action. He is requested to arrange the publication of the Tender Call Notice in “The Samaj”, “The Times of India” and “The Indian Express ” in their all editions for publication on 20.12.2016 at I&PR approved rate. The Invoices w.r.t. the publication may be furnish to Marketing Division for payment and record. Sd/- . MANAGING DIRECTOR Memo No.____7326______/ OSIC/MKTG Date: 19.12.2016 Copy to the Joint Manager (MIS), OSIC Ltd., Cuttack for information with a request to display the Tender Call Notice along with detail Tender Documents and specifications in the OSIC website with effect from 20.12.2016. Copy to Notice Board. Sd/- MANAGING DIRECTOR Contd.. P-2

Transcript of TENDER CALL NOTICE - Odisha Small Industries...

Ref. No. 7324/ OSIC: Mktg. Date: 19.12.2016

TENDER CALL NOTICE

The Odisha Small Industries Corporation Ltd. (OSIC) (A Govt. of Odisha Undertaking), Industrial Estate, Madhupatna, Cuttack - 753 010 invites Tenders in sealed cover under two bid system i.e., Technical Bid & Price Bid from manufacturing firms and authorized Importers / authorized Distributors of Pharmaceutical Testing Laboratory Equipments and Instrument etc. for setting up of Common Facility Center (CFC) in Pharmaceutical Cluster at Cuttack-Bhubaneswar, Mancheswar.

Date of Commencement

of Tender

Date of Pre-Bid

Conference

Last Date & Time of submission of

Tender

Date & Time for opening of

Tender

Cost of Tender Paper + 5 % VAT(Rs)

20.12.2016 03.01.2017 at

11:30 AM 10.01.2017 at

2.00 PM 10.01.2017 at

3.00 PM

5000.00+ VAT@5%

A complete set of the Bid documents containing the details of the terms & conditions may be downloaded from website: www.osicltd.in and the same can be submitted along with cost of Tender Paper in shape of Bank Draft. The authority reserves the right to accept / reject any part or all the bids without assigning any reason thereof. The authority has the right to increase / decrease / cancel the quantity of procurement of equipment / instrument without assigning any reason thereof. Sd/- (Dr. Partha Sarathi Mishra, IAS)

MANAGING DIRECTOR

Memo No.________7325__/OSIC/MKTG Date: 19.12.2016

Copy to the Administrative Officer, OSIC Ltd., for information and necessary action. He is requested to arrange the publication of the Tender Call Notice in “The Samaj”, “The Times of India” and “The Indian Express ” in their all editions for publication on 20.12.2016 at I&PR approved rate. The Invoices w.r.t. the publication may be furnish to Marketing Division for payment and record. Sd/- .

MANAGING DIRECTOR Memo No.____7326______/OSIC/MKTG Date: 19.12.2016 Copy to the Joint Manager (MIS), OSIC Ltd., Cuttack for information with a request to display the Tender Call Notice along with detail Tender Documents and specifications in the OSIC website with effect from 20.12.2016. Copy to Notice Board. Sd/-

MANAGING DIRECTOR

Contd.. P-2

-2-

By E-mail/ Post Memo No._____7327_____/OSIC/MKTG Date: 19.12.2016 Copy to M/s Utkal Pharmaceutical Manufacturers’ Association, Industrial Estate, Madhupatna, Cuttack-10 E-mail: [email protected] for information with a request to make necessary arrangements for wide publicity of the Tender Call Notice. Sd/-

MANAGING DIRECTOR

By E-mail/ Post

Memo No.___7328_______/OSIC/MKTG Date: 19.12.2016 Copy to the Director of Industries, Odisha, Cuttack-1/ The Director, MSME-DI, Vikas Sadan, College Square, Cuttack-753 003/ The General Manager, DIC, Bhubaneswar/ The Drugs Controller, Directorate of Drugs Control, Odisha, Gajapati Nagar, Bhubaneswar – 751017, E-mail: [email protected] for information and necessary action with a request to depute their representative to attend the pre-Bid conference and opening of Tender on the afore mentioned dates and time. Sd/-

MANAGING DIRECTOR

By E-mail/ Post

Memo No.___7329_______/OSIC/MKTG Date: 19.12.2016

Copy to the Additional Secretary to Government, MSME Department, Bhubaneswar / The Deputy Director, Office of the Development Commissioner (MSME), Ministry of MSME, Nirman Bhawan, 7th Floor, Maulana Azad Road, New Delhi – 100 011 for information. Sd/-

MANAGING DIRECTOR

TENDER DOCUMENT

FOR PROCUREMENT OF INSTRUMENTS & EQUIPMENT

FOR

TESTING LABORATORY

&

TRAINING CENTRE

IN

PHARMACEUTICAL CLUSTER

AT

BHUBANESWAR

1

THE ODISHA SMALL INDUSTRIES CORPORATION LTD.

(A GOVERNMENT OF ODISHA UNDERTAKING)

INDUSTRIAL ESTATE, MADHUPATNA,

OSIC TOWER,CUTTACK-753 010 An ISO 9001:2000 PSU of Government of Odisha.

E-mail: [email protected]

Web Site: www.osicltd.in

FAX: 0671-2341875, TEL.-0671-2341204

Tender Notice No. 7324 / OSIC : MKTG - 2016-17 Dated 19.12.2016

TENDER FOR SUPPLY, INSTALLATION AND DEMONSTRATION OF INSTRUMENTS & EQUIPMENT FOR PHARMACEUTICAL CLUSTER IN

CUTTACK-BHUBANESWAR AT BHUBANESWAR, ODISHA.

Bidding Document: Not transferable

DATE OF COMMENCEMENT OF THE

TENDER

: 20.12.2016

DATE OF PRE-BID CONFERENCE : 03.01.2017 at 11.30 AM

LAST DATE/ TIME FOR SUBMISSION

OF TENDER

: 10.01.2017 up to 2.00 PM

DATE OF OPENING OF BID DOCUMENTS

: 10.01.2017 at 3.00 PM

PLACE OF OPENING OF TENDER AND

ADDRESS FOR COMMUNICATION AND

RECEIPT OF BID DOCUMENTS

: OFFICE OF THE ODISHA SMALL

INDUSTRIES CORPORATION

LTD. INDUSTRIAL ESTATE,

MADHUPATNA,

OSIC TOWER,CUTTACK-753 010

Price of each Tender Document

- Rs. 5000.00 (Non-refundable/ not transferable)

VAT @ 5 % Rs. 250.00

(Only by A/c Payee Bank Draft in favour of

“THE ODISHA SMALL INDUSTRIES CORPORATION LTD.” payable at Cuttack

on any Nationalized Bank.)

2

Sl.

No. DESCRIPTION

Clause

No.

1 SECTION- I INVITATION FOR BIDS (IFB)

2 SECTION-II GENERAL TERMS AND CONDITIONS

Document Establishing Bidder’s Eligibility & Qualification 1.0

Document Establishing Goods Eligibility. 2.0

Technical Bid 3.0

Price Bid 4.0

Bid Conditions 5.0

Language of Bid. 5.4

Bid Price 5.5

VAT/ST clearance 5.6

EMD/Bid Security Deposit : 5.7

Performance Security. 5.8

Submission of Bids. 5.9

Deadline for Submission of Bids 5.10

Modification & Withdrawal of Bids 5.11

Pre- Bid Conference 5.12

Bid opening 5.13

Clarification of Bids 5.17

Preliminary Examination 5.18

Acceptance of the Bid 5.19

Rejection of the Bid 5.20

Purchaser’s Right to Accept any Bid and to Reject any Bid 5.21

Evaluation & comparison of Bids 5.22

Supply Conditions 6.0

Delivery of Goods 6.1

Instruments & Equipment Demonstration cum Inspection 6.2

Inspection/ Test 6.3

Guarantee/Warrantee Period (comprehensive) 6.4

Up time Guarantee /Warrantee 6.5

Downtime Penalty Clause 6.6

Payment Terms 6.7

Transportation 6.8

Taxes & duties 6.9

Incidental Services 6.10

Period of Validity of Bids 6.11

Commissioning Period 6.12

Standards 6.13

Award Criteria 6.14

Penalty against late delivery 6.15

Penalty against non-supply 6.16

Demonstration 6.17

Force majeure 6.18

Rejected items 6.19

Governing Language 7.00

Applicable Law 8.00

Notification of Award 9.00

Signing of Contract 10.00

Resolution of Disputes by Arbitration 11.00

Jurisdiction of the Court 12.00

3 SECTION-III FORMS AND ANNEXURES

4 SECTION-IV SCHEDULE OF REQUIREMENTS AND TECHNICAL

SPECIFICATIONS

1

SECTION- I

INVITATION FOR BIDS (IFB)

2

OFFICE OF THE ODISHA SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF ODISHA UNDERTAKING)

INDUSTRIAL ESTATE, MADHUPATNA,

OSIC TOWER, CUTTACK-753 010

SECTION I: INVITATION FOR BIDS (IFB)

The Managing Director, OSIC Ltd., Cuttack, Odisha is the Implementing Agency for establishing the Common Facility Centre (CFC) for

TESTING LABORATORY & TRAINING CENTRE on behalf of Utkal Pharmaceutical Manufacturers’ Association (UPMA) in the Pharmaceutical

Cluster in Cuttack-Bhubaneswar at Bhubaneswar, Odisha under MSE-CDP scheme in PPP mode. The Managing Director, OSIC Ltd., Cuttack

(hereinafter called referred to as the Purchaser) has been assigned the responsibilities to float Bid for Supply, Installation and Demonstration of the

instruments & equipment required for functioning of the Testing Laboratory on behalf of the Government of Odisha. Sealed tenders are invited from the

eligible bidders for the above purpose.

Sealed Bids (properly stitched separately) in two separate covers (Technical Bid and Price Bid) are invited on behalf of the Managing

Director, OSIC Ltd., Cuttack for Supply, Installation and Demonstration of the instruments & equipment required for functioning of the Testing

Laboratory at Bhubaneswar.

The Bidders may download the Tender Documents directly from the

WEBSITE available at : www.osicltd.in and the Tender cost fee (Non-refundable) of Rs.5000.00 + 5% VAT by way of Demand Draft drawn in

favour of The OSIC Ltd., Cuttack should be enclosed along with the Bid. The Bidders should specifically super-scribe, “Downloaded from the WEBSITE” on the top left corner of the envelope. The Tender cost fee and the EMD amount should be submitted separately in separate demand drafts.

In case of any bid amendment and clarification, responsibility lies with the bidders to collect the same from the website before last date of purchase of

tender document and the purchaser shall have no responsibility for any delay/ omission on part of the bidder.

a) Price of bidding document : Rs. 5000.00 + VAT @5%

(Non-refundable) b) Date of commencement of Tender 20.12.2016

c) Pre bid conference 03.01.2017 at 11.30 AM

d) Last date of submission of Tender 10.01.2017 at 2.00 P.M. e) Time and date of opening of Tender

(Technical bid)

10.01.2017 at 3.00 PM

f) Place of opening of bids Office of the Odisha Small

3

g) Address for communication Industries Corporation Ltd.,

Industrial Estate, Madhupatna, Cuttack-10

E mail : [email protected]

Sd/-

MANAGING DIRECTOR

4

SECTION-II

GENERAL TERMS AND CONDITIONS

5

GENERAL TERMS & CONDITIONS OF CONTRACT FOR SUPPLY,

INSTALLATION AND DEMONSTRATION OF THE INSTRUMENTS & EQUIPMENTS REQUIRED FOR FUNCTIONING OF THE TESTING

LABORATORY AND TRAINING CENTRE TO BE SET UP AT BHUBANESWAR,

ODISHA

Clause

No DESCRIPTION

1 Document Establishing Bidder’s Eligibility & Qualification

The Bidders shall furnish as part of the Bid the following Documents

establishing Bidder’s eligibility and qualification to perform the contract, to the Purchaser's satisfaction.

1.1 Manufacturer / Authorized Distributor / Dealer having valid license / certificates for the quoted item and the direct Importers holding

valid Import License of the product are eligible to participate in the Bid.

1.2 Bidders should have BIS or equivalent certification for quoted

instruments and equipment. However, the Purchaser shall have the right to consider the items where BIS or equivalent certification is

not applicable.

1.3 The Bidder whether manufacturer/ distributor/ dealer must have

experience of supply and installation of the quoted items in reputed Government Institutions / Public Undertakings / reputed Private

Institutions within India / abroad during last preceding 5 (five) years reckoned from the date of bid opening and the details must

be submitted as per Annexure- V along with documentary proof.

1.4 The Bidders shall have to produce document in support of their service associates nearest to Bhubaneswar, Odisha.

1.5 The Bidder is to submit a certificate from the Banker establishing the financial capability to handle this project.

2 Document Establishing Goods Eligibility.

The instruments and equipments offered against the schedule of requirement of instruments and equipments should be in

accordance with the stipulated specifications and of reputed brand.

2.1 The documentary evidence may be in the form of literature, pamphlets, manuals, drawing, circuit diagram etc.

2.2 Detailed description of instruments and equipment with essential technical and performance characteristics may also be furnished.

2.3 The Bidders should clearly mention in their bid regarding the

compatibility of the various equipments or the individual units.

2.4 The quantity shown in the bid can be increased or decreased to any

extent depending upon the actual requirement

2.5 In case of electrical instruments / equipment, the same should confirm to IEC-60601 or equivalent in support of electrical safety

for operation.

2.6 The instruments and equipment should have testing certificate for

its satisfactory functioning.

6

3 Technical Bid (COVER - A )

The following self attested document by the Bidder should be submitted.

3.1 Earnest Money Deposit

3.2 Copy of the manufacturing license/ import license/ Authorized Distributor/ Dealer certificates

3.3 Copy of the authorization from the Manufacturing Company /

Authorized Distributor / Dealer.

3.4 VAT/ST clearance certificate up to 31.03.2017 where applicable.

3.5 Performance/ Market standing certificate as per Annexure-V establishing that the Bidders have executed supply of such items as

mentioned in Schedule of Requirement of instruments and

equipments to different Govt. Organizations/ Government PSUs / reputed Private Institutions.

3.6 An undertaking in the prescribed declaration format as per Annexure-VI. (Those are not registered under Odisha VAT.)

3.7 Copy of the PAN Card.

3.8 Detail name, address, telephone no. fax, e-mail of the firm and of the Director/ Managing Director/ Proprietor of the firm (As per

Annexure VIII)

3.9 Address, Telephone No., e-mail, Fax of the Branch Office/ Contact

Person/ Liaisoning Office in Odisha. ( As per Annexure VIII)

3.10 Document if any to establish the recognization of the manufacturing unit in respect of ISO or equivalent.

3.11 The copy of bid document signed & sealed by authorized person in each page as a token of acceptance of all terms and conditions of

the tender.

3.12 Documentary evidence establishing that the instruments & equipment and ancillary services to be provided by the Bidders

shall confirm to the Bidding Document.

3.13 Check list with detail of the document enclosed with page

numbered. The document should be serially arranged as per this

Annexure IX and should be securely tied and bound.

3.14 Bidders are required to submit para-wise compliance to each

parameter of specification of the instruments and equipment.

3.15 Any deviation in the specification of the item including standard

accessories / optional accessories should be marked in bold

letters.

3.16 Bid form to be attached as per Annexure-VII

3.17 Details of foundation drawing for instruments and equipments, if any, should be provided without which the bid is liable for rejection.

4 Price Bid (COVER – B)

4.1 The bid form giving the rates for various instruments & equipment and other items should be submitted in separate sealed cover

hereinafter called Cover B (Price Bid). Price Bid (Cover - B) of the bidders who qualify in Technical Bid

(Cover – A) will only be opened.

7

4.2 The price of the each item shall be quoted as per the prescribed

Price Schedule Format at Annexure-I along with price break up of custom duty, Excise Duty, CST, Packing, Forwarding and Handling

charges, Insurance charges, ET, Freight up to destination including unloading, VAT, commissioning, incidental service including testing

and training with total price per item at FOR destination. The bidders are required to submit the individual price of each

instrument(s) and equipment(s) as indicated in the schedule of requirements.

4.3 Each quoted item and all accessories should cover the warranty /

guarantee for 3 years from the date of commissioning.

4.4 The Cover B of the qualifying bidders will be opened at the Office

of the Odisha Small Industries Corporation, Industrial Estate, Madhupatna, Cuttack-10 on the date and time to be communicated

to them after technical evaluation of Cover A.

5 BID CONDITIONS

5.1 The bidder may quote for any or all items. The bidders should

verify the sites of CFC at Bhubaneswar, Odisha and the proposed Lay Out Plan indicating the location of each unit for necessary

Technical Evaluation. The scope of work as mentioned in the schedule of requirements if not sufficient for full function of the

Testing Laboratory should be intimated in writing during the pre-

bid conference.

5.2 A copy of the original bid conditions and the schedules should be

signed by the bidder at the bottom of each page with the office seal duly affixed and returned along with the bid. Bid schedule should

be duly filled in with an index and page number for the documents, enclosures & EMD etc. Paging must be done for all the

documents submitted.

5.3 Bids should be type written or Computerized and every correction/ over writing in the bid should invariably be attested with signature

of the bidder with date before submission of the bids to the authorities concerned. No revision of price upward or downward will

be allowed once the bid is opened. However the purchaser shall have the right for considering the exchange rate of foreign

currencies on verification of documents.

5.4 Language of Bid.

The Bid prepared by the bidders and all correspondence and

document relating to the bid exchanged by the Bidders and the Purchaser, shall be written in the English language. Supporting

document and printed literature furnished by the Bidders may be written in another language provided they are accompanied by an

accurate translation of the relevant pages in the English language in which case, for purposes of interpretation of the Bid, the English

translation shall govern.

5.5 Bid Price

The contract shall be for any or full quantity of items as

8

described above. Corrections, if any, shall be made by

crossing out, initialing, dating and re-writing. All duties, taxes, and other levies payable on the raw

materials and components, job contract shall be included in the total price.

VAT in connection with the sale shall be shown separately. The rates quoted by the bidders shall be fixed for the

duration of the contract and shall not be subject to adjustment on any account.

The price shall be quoted in Indian Rupees only.

5.6 VAT clearance

Copies of latest valid VAT clearance Certificates shall be furnished

by the Bidders and the originals of the above certificates shall be produced to the purchaser before placement of notification of

award if asked for by the Purchaser. As per Section 99 of VAT Act Foreign Companies/ Bidders from outside the State who intend to

participate in the bid and who have not been registered under VAT

Act., as they have not started any business in the State as yet, may be allowed to participate in the Bid without having any VAT

clearance Certificate subject to condition that they should submit undertaking in the form (Annexure-VI) indicating therein that

they are not registered under the VAT Act as they have not started any business in the State and they have no liability under

the Act., but before award of the final contract such bidders will have to produce the VAT Clearance Certificate in Form VAT 612.

5.7 EMD/Bid Security Deposit :

All bids must be accompanied by the EMD/Bid Security as mentioned below in shape of Demand Draft drawn in favour of The

OSIC Ltd., Cuttack only. The EMD/bid security shall be in Indian Rupees.

EMD Amount: @1% of the quoted value of goods offered.

NOTE: EMD/Bid Security amount lower than the desired one shall result in rejection of Bid.

The bid security is required to protect the Purchaser against the risk of Bidder’s conduct which would warrant the security’s forfeiture. Unsuccessful bidders’ bid security will be discharged after signing of contract with successful bidders.

The successful Bidder’s EMD/bid security will be discharged upon after signing the contract and furnishing the performance security

by the Bidders. The EMD/bid security may be forfeited if a Bidder withdraws it’s bid

during the period of bid validity and in the case of a successful Bidder, if the Bidder fails to furnish performance security. The EMD

/ bid Security deposited against other Bids can not be adjusted or

considered for this Bid. No interest is payable on EMD /

9

performance Security. The calculation of performance security may

be submitted in the prescribed format at Annexure IV.

5.8 Performance Security

The successful Bidders shall furnish Performance Security within 21 days after the Supplier’s receipt of Notification of Award for an

amount equivalent to 5% (Five Percent) of the Contract Price in

the form of Demand Draft/ irrevocable BG issued by a Nationalized Bank in favour of the Purchaser valid up to 60 (sixty) days after

the date of completion of Performance obligations including warranty obligations.

The Performance Security will be discharged by the Purchaser

and returned to the Supplier not later than 60 days following the

date of completion of the supplier’s performance obligations, including the warranty obligations, under the Contract.

The Performance Security shall be forfeited in case any terms and conditions of the contract are infringed or the bidders fails to make

complete supply satisfactorily or complete the work within the delivery / completion period agreed in the contract without

prejudice to the purchaser’s right to take further remedial actions in terms of the contract and bidding document which formed part

of the contract. The Performance Security cannot be adjusted

against security deposited in other Bids.

5.9 SUBMISSION OF BIDS

Sealing and Marking of Bids

Bid should be submitted in two Bid system containing two parts as

detailed below. Sealed Cover-A : Technical Bid .

Sealed Cover-B : Price Bid

Both the sealed envelopes should then be put in one outer cover

and each cover should have the following indication: i) Reference No of Bid ____________

ii) Bid regarding ______________ iii) Due date & time for submission of the Bid ____________

iv) Due date & time for opening of the Bid ____________ v) Name of the Firm _________________

NOTE:

A. Bids submitted without following two Bid system procedures as mentioned above will be summarily rejected.

B. Please Note that prices should not be indicated in the Technical Bid. The Pre-qualification document including EMD/

Performance Security as required in the Bid document should invariably be accompanied with the Technical Bid (Cover A), but the

calculation of performance security form in annexure- IV shall be kept in cover-B.

The outer envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is

10

declared “late”. If the cover containing the outer envelope is not sealed and marked

as required, Purchaser will assume no responsibility for the bid’s misplacement or premature opening. The above procedure shall be adopted both for the Technical bid

and price bid separately. Telex, cable, email or facsimile bids will be rejected.

5.10 Deadline for Submission of Bids

Bids must be received by the Purchaser at the address specified not later than the time and date specified in the Invitation of Bids.

In the event of the specified date for the submission of bids being declared a holiday for the Purchaser, the bids will be received up

to the appointed time on the next working day. The Purchaser may, at its discretion, extend this deadline for

submission of bids by amending the bid document, in which case all previous rights and obligations of the purchasers and bidders will

remain same till the extended date.

5.11 Modification and Withdrawal of Bids

No Modification and Withdrawal of Bids is allowed between the

interval of time of submission and the last date and time of the bids.

No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity

specified by the bidders on the bid form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its bid security.

5.12 Pre- Bid Conference

Pre- Bid Conference shall be held in the office of the OSIC Ltd., Cuttack on the date and time mentioned above. The prospective

bidders may ask for written clarification at the venue which shall be held in the presence of Purchaser’s representative. If any modification or clarification required, same shall be incorporated in

the bid document and intimated to all bidders through our website before the date of bid opening. The purchaser may at its discretion

extend the bid opening for further period.

5.13 BID OPENING

5.14 The Purchaser will open all bids, in the presence of bidder’s representatives who choose to attend at 3.30 PM on dated ---------------------- at the Office of the OSIC Ltd., Cuttack

5.15 The bidder’s representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of

bid opening being declared a holiday for the Purchaser, the bids shall be opened at the appointed time and location on the next

working day.

5.16 The bidder’s names, and the presence or absence of the requisite performance security and such other details as the Purchaser, at

its discretion, may consider appropriate will be announced at the opening. No bid shall be rejected at bid opening, except for late

11

bids, which shall be returned unopened to the bidders.

5.17 Clarification of Bids

During evaluation of bids, the Purchaser may, at its discretion, ask the bidders for clarification of its bid. The request for

clarification and the response shall be in writing. Unless the purchaser asks for change in price due to the clarifications sought

the bidders is not permitted to alter the price furnished.

5.18 Preliminary Examination

The Purchaser will examine the bids to determine whether

they are complete or not whether any computational error have been made

whether required sureties have been furnished whether the document have been properly signed

whether the bids are generally in order. Bids from Representatives, without proper authorization from

the manufacturer shall be treated as non-responsive. Arithmetical errors will be rectified on the following basis. For

example if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price

and quantity, the unit price shall prevail and the total price shall be corrected. If the supplier does not accept the

correction of errors, its bid will be rejected.

If there is a discrepancy between words and figures, the amount in words will prevail.

The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which does not constitute a

material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidders.

The purchaser’s determination of a bid responsiveness is to be based on the contents of the bid itself without recourse to

extrinsic evidence. A bid determined as not substantially responsive will be

rejected by the Purchaser and may not subsequently be made responsive by the bidders by correction of

nonconformity.

5.19 Acceptance of the Bid

Bidders submitting bids would be considered who have accepted all terms and conditions. No enquiries, verbal or written, shall be entertained in respect of acceptance or rejection of the bid.

Genuine equipment and instrument etc. should be supplied. Bidders should indicate the source of supply i.e name and address of the manufacturers from whom the items are to be sourced.

Supply of equipment means – Installation and Commissioning, Demonstration, Trial as well as Training at site. No separate charges will be paid on this account.

12

5.20 Rejection of the Bid

The Bid document shall be out-rightly rejected under following stipulation and no correspondence will be

entertained whatsoever. If the Bidder has not furnished the EMD/ BID security or EMD

exemption certificate from competent authority.

If the Bidder has not submitted the Price as per the prescribed annexure-I

Photo copy of the up-to-date valid manufacturing license/ import license (if it is imported) /dealership

certificate/Distributor certificate If the bidder, whether manufacturer or authorized distributor/

dealer have not supplied the required quantity for qualification as per the eligibility criteria and not submitted

the performance statement at Annexure-V If the quoted product of the bidders not confirms to technical

specification and standard of workmanship required by the Purchaser.

If the bidder has not furnished detailed mandatory drawings, Foundation drawings & schedule of supply of items, if

required.

An affidavit in the prescribed declaration format as per Annexure-VI. (Those are not registered under ORISSA VAT.)

If the bidders has not agreed to give the required performance security.

5.21 Purchaser’s Right to Accept or Reject any Bid

The Purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids without assigning any reason thereof at any time prior to award of Contract, without thereby

incurring any liability to the affected Bidders on the grounds of such action of the purchaser. In case no bidder qualifies as per qualifying

criteria and standards, purchaser may at his discretion relax qualification criteria for award of contract.

5.22 Evaluation and Comparison of Bids

The comparison shall be of FOR destination price basis including the price of all costs wherever applicable as well as duties and taxes

(but excluding VAT) paid or payable on instruments & equipments incorporated or to be incorporated in the items including the

warrantee/guarantee period from the date of installation. The Purchaser’s evaluation of a bid will take into account, in

addition to the bid price and the price of incidental services. The purpose of bid evaluation is to determine substantially

responsive bid with the lowest evaluated cost, but not necessarily the lowest submitted price, which should be recommended for

award. Evaluation of bids should be made strictly in terms of the

provisions in the bid document to ensure compliance with the commercial and technical aspects.

13

The past performance of the suppliers will be taken into account while evaluating the bids.

Cost of the inland transportation, insurance and other costs within the Purchaser’s Country incidental to delivery of the goods to their final destination;

Delivery schedule offered in the bid; Deviations in payment schedule from that specified in the

General Terms & Conditions of Contract; The cost of components, spare parts and service. The availability in the Purchaser’s country of spare parts and

after-sales services for the goods offered in the bid; The projected operating and maintenance costs during the life of

the equipment/ goods. The performance and productivity of the equipment/ goods

offered; The quality and adaptability of the equipment/ goods offered. Any other point as deemed proper to be incorporated by the

evaluation committee. Alternative options of offer shall not be allowed.

Each Bidder shall submit only one quotation. The quotation would be evaluated separately for each item

Sales Tax in connection with sale of goods shall not be taken into

account in evaluation

6.0 Supply Conditions

6.1 Delivery of Goods

The delivery of goods shall be made by the supplier to the Consignee in accordance to the order placed as shall be detailed in

the Schedule of requirements & technical specifications.

6.2 Instruments & Equipment Demonstration- cum- Inspection

Purchaser reserves the right to ask for demonstration cum

inspection of the instruments & equipment wherever applicable.

6.3 Inspection / Test

The supplier shall get each equipment inspected in manufacturer’s works and submit a test certificate and also guarantee/warranty

certificate that the equipment confirms to laid down specifications.

The supplier shall invite the purchaser for pre-dispatch inspection. The Purchaser or his representative shall have the right to inspect/

examine/ test the goods in conformity with the contract awarded/supply order during the production or before dispatch

from the manufacturer’s premises. Such inspection and clearance will not prejudice the right of the consignee to inspect and test the

equipment on receipt at destination. The inspection/examination/ test may be conducted in the premises

of the Supplier or at the goods final destination or at the premises of the consignee, as will be decided by the Purchaser.

The purchaser's right to inspect/ examine/test & where necessary to reject the instruments & equipment after the arrival of the goods

at the final destination, shall in no way be limited or waived by the

14

reason of the goods having been inspected and tested by the

manufacturer previously. In case of rejection of the goods at the final destination after inspection and test as stipulated above and in

case any inspected/ tested goods fail to confirm to the specification/ working condition, the purchaser may reject them

and the supplier shall replace/ repair the same free of cost.

6.4 Guarantee/ Warrantee Period (comprehensive)

The Bidders must quote for a minimum period of 3 (Three) years of

comprehensive warranty from the date of completion of the satisfactory commissioning. This also includes all accessories

related to instruments & equipments quoted for.

6.5 Up time Guarantee /Warrantee

The Bidders should provide uptime guarantee of 95%.

6.6 Downtime Penalty Clause

During the Guarantee/ warranty period, desired uptime of 95% of 365 days ( 24 hours) if downtime exceeds 5%, penalty in the form

of extended warranty, double the number of days or more will be applied as per Annexure II for which the equipment goes out of

service. In no case the machineries should remain in non-working condition

for more than 30 days beyond which a penalty of 0.2% of machine cost will be charged per day.

The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained

staff available to support the uptime guarantee.

6.7 Payment Terms

No advance payment will be made by the Purchaser to the supplier

for performance of the contract in question. However part payment (up to 90%) shall be made based on the progress against

schedule of supply of the bidder in four phases as mentioned below.

i) 40% of the total cost on supply of instrument(s) /

equipment(s). ii) 30% of the total cost on commissioning.

iii) 20% of the total cost after successful trial. The final 10% payment shall be made after obtaining no

objection certificate from the concerned consignee i.e M/s UPMA that the machineries are working satisfactorily

6.8 Transportation

The Supplier shall be required to meet all transport and storage expenses until commissioning of the instrument(s) / equipment(s)

covered in the contract.

6.9 Taxes and Duties

The Supplier shall be entirely responsible for payment of all Taxes,

Duties etc. incurred until delivery of the contract goods to the Consignee subject to recovery afterwards in the bill as claimed in

the Bid offer.

15

VAT as applicable is payable, to the suppliers of the State of Odisha

if claimed in the Bid offer. C.S.T will be paid to the Suppliers of the outside State other than

Odisha, if claimed in the Bid offer. Any revision of VAT/CST shall automatically be taken into account.

Entry Tax, if paid by the Supplier, at the local (destination head) Corporation/Municipality/NAC is allowed once only on production of

money receipt for such payment, if claimed in the Bid offer. Any other statutory levy imposed by the Govt. of India/ Govt. of

Odisha from time to time will be considered extra on demand with adequate proof thereof.

The service tax and the work contract tax shall be levied (Wherever

applicable). Income Tax as applicable shall be deducted at source.

6.10 Incidental Services

The Supplier shall be required to provide any or all of the following

services : (The cost should be included in the quoted Price)

Furnishing of detailed literature/pamphlets/ circuit diagram/ operation & maintenance manual / drawings (as applicable)

for each appropriate unit of supplied goods. Furnishing of tools required for assembly and / or

maintenance of the supplied goods. Performance or supervision of on-site assembly and the

supplied goods. Performance or supervision or maintenance and/ or repair of

the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any

warranty/ guarantee obligations under the contract. Training of the Purchaser’s personnel at the Supplier’s plant

and / or on site, in assembly, start up, operation, maintenance and/ or repair of the supplied goods.

A maintenance contract for the goods supplied, if required by

the user beyond the warranty period shall be on mutually agreed upon terms between the user and supplier. The cost of

such maintenance contract shall not be included in the Bid cost.

6.11 Period of Validity of Bids:-

The quoted rates should be valid for a period of 90 days from the date the Bids are opened.

In absence of any indication of the date of validity in the bid, it will be presumed that the offer will remain valid for the

minimum period i.e 90 days as prescribed above. In exceptional circumstances, the purchaser may solicit the

bidder’s consent for extension of the period of validity. If agreed upon, the bid security so deposited shall also be

suitably extended.

6.12 Commissioning Period

16

Maximum commissioning period is 60 (sixty) days from the date of

acceptance of Purchase Order.

6.13 Standards

The Goods supplied under this Contract shall confirm to the

standards mentioned in the Technical Specifications and when no standard/ specification is mentioned, the Goods shall conform to the

standards prescribed by the Bureau of Indian Standard (BIS) or equivalent wherever necessary.

6.14 Award Criteria

The Purchaser will award the Contract to the successful Bidder whose bid has been determined as the lowest evaluated bid,

provided further that the Bidders is determined to be qualified to perform the Contract satisfactorily.

Quality, durability and adaptability of the instrument(s) / equipment(s) offered suiting to the purpose shall continue to

be the overriding factor for selecting the same and determining the lowest evaluated bid.

The purchaser shall award the contract within the period of validity of bids to the Bidders who meets the Bid condition in

all aspects and has the necessary technical and financial capabilities whose Bid is substantially responsive to the bid

conditions and has offered the lowest evaluated cost.

6.15 Penalty against late delivery

If the delivery is not effected within the due date i.e 60 (sixty) days

from the date of issue of Purchase Order, the purchaser will have the right to impose penalty as under.

a) First extension of 15 (fifteen) days or part thereof -@ 2% of

the value of balance items; b) For second extension for an additional 15 (fifteen) days -@ 3

% of the value of balance items c) If the bidder fails to execute the order within the extended

time schedule as above the firm will be black-listed for two years from the date of issue of purchase order.

6.16 Penalty against Non Supply

In case of non supply of Stores within the due date i.e. within the date of delivery, the Managing Director, OSIC Ltd., Cuttack will have

the right to impose penalty, as deemed fit, to resort to risk purchase in full or part thereof at his/her discretion, his/her decision shall be

final and binding and the cost shall be recovered for the defaulted party.

6.17 Demonstration

The bidders may be required to demonstrate the quoted instrument and equipment during the technical evaluation, if required, at the

nearest point of installation failing which their bids/offer shall be rejected.

6.18 Force majeure

The Supplier shall not be liable for forfeiture of its performance

17

security, liquidation damages or termination for default, if and to the

extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force

majeure. For purposes of this Clause “Force majeure” means an event beyond the control of the Supplier and not involving the

Supplier’s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its

sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof.

Unless otherwise directed by the Purchaser in writing, the Supplier

shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the force majeure event.

6.19 Rejected items

No payment shall be made for rejected supplied items. Rejected

items must be removed by the bidders within two weeks of the date of rejection at their own cost and replace immediately. In case these

are not removed these will be auctioned by the purchaser (at the risk and responsibility of the suppliers) without any further notice.

7.0 Governing Language

The contract shall be written in English language. All correspondence and document pertaining to the Contract which are exchanged by

the parties shall be written in the same language

8.0 Applicable Law

The Contract shall be interpreted in accordance with the laws of the

Union of India.

9.0 Notification of Award

Prior to the expiration of the period of validity of the Bid, the Purchaser will notify the successful Bidders in writing by

registered letter / by Fax/ e-mail, to be confirmed in writing

by registered letter or by speed post, that his bid has been accepted.

The notification of award will constitute the formation of the Contract.

Upon the successful Bidder’s furnishing of the performance security, the Purchaser will promptly notify each unsuccessful

Bidders and will discharge its bid security.

10.0 Signing of Contract

At the same time as the Purchaser notifies the successful Bidders

that his bid has been accepted, the Purchaser will send the Bidders the Contract Form provided in the bidding document, incorporating

all terms and conditions of the agreements between the parties within fifteen (15) days of receipt of the Contract Form, the

successful Bidders shall sign and date the contract and return it to the Purchaser

18

11.0 Resolution of Disputes by Arbitration

The Purchaser and the Supplier should try to resolve the disputes, if any, arising out of the contract, amicably between them, failing

which the same shall be referred to the Additional Secretary to Government, MSME Department, Government of Orissa,

Bhubaneswar for adjudication as the sole Arbitrator under the

provisions of the Arbitration and Conciliation Act, 1996 whose decision will be final and binding on all the parties to the dispute.

12.0 Jurisdiction of the Court

The Purchaser and the Supplier shall agree that the competent

Court at Cuttack shall have the jurisdiction to try and decide

anything between the parties and they may approach the Competent Court at Cuttack if required at any time.

Sd/- MANAGING DIRECTOR

19

SECTION - III

FORMS AND ANNEXURES

1

ANNEXURE-I

PRICE SCHEDULE (ITEM WISE)

1 2 3 4 5 6 7

PRICE FOR EACH UNIT EXCLUDING VAT

Sl. N

o.

Item

Description

Quantity

Ex-f

acto

ry/

Ex-w

are

house/

Ex-s

how

room

/ off-

the s

helf

Excis

e D

uty

, if a

ny

Packin

g &

forw

ard

ing

Inla

nd

transport

, in

sura

nce

and

incid

enta

l costs

,

incid

enta

l to

delivery

Incid

enta

l serv

ices

inclu

din

g

desig

n,

fabri

cation,

ere

ction

&

com

mis

sio

nin

g

Custo

ms d

uty

if applicable

ET

and

oth

er

taxes

if

any

payable

Unit

pri

ce

at

consig

nee

poin

t

exclu

din

g V

AT

VAT p

er

unit

Unit

pri

ce

at

consig

nee

poin

t

inclu

din

g V

AT

Tota

l U

nit pri

ce in

clu

din

g VAT

per

schedule

for

delivery

at

final

destination

(a) (b) (c) (d) (e) (f) (g) F=a+b+c+d+e+f+g 6=4F+5 7=6x3

Unit price in words (Rupees …………………. ) Only

Note:

(a) In case of discrepancy between unit price and total price, the unit price shall prevail.

Place: Signature of Bidders......................……

Date: Name ………………………………………………

1

Annexure-II

GUARANTEE/WARRANTY MAINTENANCE CONTRACT AGREEMENT.

THIS AGREEMENT made the.................day of ..................., 20___ between the Director of Industries, Orissa (hereinafter "the Purchaser") of

the one part and M/s........................................................................................

(hereinafter called "the Supplier") of the other part:

WHEREAS the Purchaser invited bids for certain Goods & ancillary services viz, supply and commissioning of the instruments & equipments at

Bhubaneswar including Comprehensive Warranty Maintenance Services and has accepted a bid by the Supplier for the supply, installation &

commissioning of the plant & machineries specified below at the Consignee

site including Comprehensive Warranty Maintenance Services for a period of 3 (Three) year from the date of installation & commissioning of the

instruments & equipments as per award of Contract No............ dated

Name of the plant & machineries Qty (To be filled in as per details of goods in the award of Contract)

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. Maintenance Services shall consist of Preventive and Corrective

maintenance of equipment specified above & will include repair and replacement of parts free of cost.

2. Preventive maintenance, monthly once, which includes:

2.1 Check-up to ensure that device connection is proper, cabling is at proper condition etc.

2.2 Cleaning of the above plant & machineries and checking the System Performance.

3. The Supplier is to furnish the tentative schedule of the preventive maintenance of Warranty Maintenance Contract (WMC) to be carried

out. 4 The parts replaced must be new parts or equivalent in performance to

new parts.

5. The Supplier will also provide the same maintenance service in case of

the movement of equipment from the place of original installation to a

different place or location, if the equipment is shifted by the Purchaser to another place or location at the cost and risk of the purchaser.

6. Any complaint informed through telephone must be acknowledged with a Complaint No. by the Supplier which will be noted by

Consignee. All further contact with the Supplier on such complaint will be initiated through that Complaint No. Once rectification done,

that No. will be cancelled by both parties. A register is to be

2

maintained by the Supplier where complaints are to be noted along

with Complaint No. 7. The maintenance shall normally be done at the earliest.

8. The Service Engineer of the Supplier will be allowed to handle the respective plant & machineries only in presence of the officer in

charge at the Consignee site.

9. The Supplier should ensure that maintenance job is not hampered/

delayed due to paucity of spares/inadequate manpower etc. 10. The Supplier should submit the services call report, to the Consignee

for each and every service call without fail. 11. In case of delay/ lack of communication, down time will be calculated

as mentioned below in WMC Clause. COMPREHENSIVE GUARANTEE/ WARRANTY MAINTENANCE CONTRACT (CWMC) CLAUSE

Normal response time for repair is 72 hours from the actual time of reporting of the problem to the Supplier. Period Extension of WMC period Response Time

Above 24 hrs & below 48 hrs. 2 days for delay of each day. Above 48 hrs & below 96 hrs One Week for each day of delay

Above 96 hrs Two weeks for each day of delay

Down time Above 24 hrs & below 48 hrs Two days for each day of delay Above 48 hrs & below 96 hrs One Week for each day of delay Above 96 hrs Two weeks for each day of delay. 13. The Supplier evaluation data format for the WMC of Consignee

systems may be filled up for necessary action. 14. All formats after filled up should be signed at the end of each page by

the Supplier. 15. After completion of the work/repair/maintenance, the Purchaser shall

issue a certificate of completion to the supplier to that effect.

Signature Signature

For the Purchaser For the Supplier

Name: Name:

Designation: Designation:

Address: Address:

Telephone No: Telephone No:

3

Annexure-III

MANUFACTURES’ AUTHORISATION FORM

No.___________/ Date ______________/

To

The Managing Director, OSIC Ltd., Industrial Estate,

Madhupatna, Cuttack - 10

Dear Sir, Bid No.___________________

We _____________________________________________________

who are established and reputable manufacturers of ___________________

____________________having factories at __________________ ______ _________________________________________ (Address of Factory) do

thereby authorize M/s._____________________________________ (Name and address of Agent) to submit a bid and sign the contract with you against

the above bid.

* No company or firm or individual other than

M/s.___________________________ are authorized to bid and conclude the contract in regard to this business against this specific IFB.

We hereby extend our full guaranty and warranty as per general conditions of contract for the goods and services offered by the above firm

against this bid.

Yours faithfully,

(Signature for and on behalf of Manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person, competent and having

the power of attorney to bind the manufacturer. It should be included by the Bidders in its bid.

This para should be deleted for simple items where manufacturers sell the product through different stockiest.

The Supplier/Managing Director of the Company (if the supplier is a

Company) or the Power of Attorney Holder having specific power to sign the contract can only sign the contract/execute the agreement.

4

ANNEXURE-IV

CALCULATION OF PERFORMANCE SECURITY

Item

No.

Item

Quoted

Approx.

Qty.

Quoted Price Total

Amount (in Rs.)

(approx.)

Grand Total : Rs.

Signature of Bidders

5

ANNEXURE-V

PERFORMANCE STATEMENT

(In proof of eligibility of bidders for the period of last Five years)

Documentary evidence viz. copy of award letter, certificate of performance in support of satisfactory execution of works

Order placed by

the organi-sation with

address

Order

No & date

Capacity

Date of

completion of delivery

Remarks

indicating reasons

for late delivery, if any

Contact person of the organization

and contact number

Signature of bidders

6

ANNEXURE-VI

DECLARATION

I/ We M/s. _______________________________ represented

by its Proprietor/Managing Partner/ Managing Director having its Registered

Office at _________________________________________________ and

its Factory premises at

_____________________________________________ do declare that I/

We have carefully read all the conditions of bid in Ref. No. __________ for

design, supply, fabrication, erection, installation, demonstration &

commissioning of instrument /equipment on turnkey basis and other items

and will abide by all the terms & conditions of the Bid.

I/ We do hereby declare that I/We are not registered under the

VAT Act as I/ We have not started any business in the State and have no

liability under the Act but before award of the final contract we will produce

the VAT Clearance Certificate in Form VAT 612.

Place: Signature of the Bidder:

Date:

Official Seal

N.B: The above declaration is to be submitted in the form of an

undertaking.

7

ANNEXURE-VII

BID FORM DATE:

To .............................................................................. ..............................................................................

(Complete address of the purchaser).

Ref: - Your Bid Enquiry document No. _________dated ___________ we, the undersigned have examined the above mentioned Tender Enquiry document, including amendment/corrigendum No. __________, dated _________________ (if any), the receipt of which is hereby confirmed. If our bid is accepted, we

undertake to supply the instruments & equipments and perform the services as

mentioned, in accordance with the delivery schedule specified in the Schedule of Requirements. We further confirm that, if our bid is accepted, we shall provide you with a performance security of required amount in an acceptable form as per Bid Document. We further confirm that, until a formal contract is executed, this bid read with your written acceptance thereof within the validity period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any bid you may receive against your above-referred bid enquiry. I/ We declare that we posses the valid manufacturing license and/ import license issued by the Competent Authority. I/ We furnish the particulars in this

regard in enclosure to this declaration. I/ We do hereby declare that I/ We have not been de-recognized/ black listed/ convicted by any State Government/ Union Territories/ Government of India for supply of substandard quality items/ part supply/ non-supply.

I/ We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit and or Security Deposit and blacklist me/ us for a period of 2 (two) years if, any information furnished by us proved to be false at the time of inspection/ verification and not complying with the Bid terms & conditions. I/ We do hereby declare that I/We will supply the machineries / testing equipment and other items as per the terms, conditions & specifications of the bid

document. I/ We do hereby declare that am/ are not supplying/ quoting the same item at the lower rate quoted in the bid to any Government organization or any other institute.

We confirm that we fully agree to the terms and conditions specified in above mentioned Tender Enquiry document, including amendment/ corrigendum if any.

(Signature with date)

(Name and designation) Duly authorized to sign bid for and on behalf of ……………………………………………………………….. ………………………………………………………………..

8

ANNEXURE-VIII

Details of the bidders

Bid Reference No.

Date of opening

Name and address of the Bidder:

01 Name of the bidder

a) Full postal address

b) Full address of the premises

c) Telegraphic address

d) Telephone number

e) Fax number

f) E mail:

g) PAN No

h) TIN No

05 Total annual turn-over (value in Rupees)

06 Quality control arrangement details

07 Test certificate held

a) Type test

b) BIS/ISO certification

c) Any other

08 Details of staff

a) Technical

b) Skilled

c) Unskilled

09 Branch Office/ Contact Person/ Liaisoning Office in Odisha. a) Address

b) Telephone No.

c) e-mail,

d) Fax of the

Signature and seal of the Bidder

9

ANNEXURE-IX

CHECK LIST

Sl

No DESCRIPTION Cover

Page

No.

1 EMD in the form of DD shall be kept in

an envelope

A Yes/ No

2 Self attested photocopy of manufacturing License/ Dealership/

Distributorship Certificates for the product duly approved by the Licensing

authority for each and every product quoted

A Yes/ No

3 Self attested photocopy of Import

License, if imported

A Yes/ No

4 Authorization letter nominating a

responsible person/ liaisioning agent of the bidder to transact the business

with the Bid Inviting Authority

A Yes/ No

5 Performance Certificate for 5 years ( Annexure-V)

A Yes/ No

6 Manufacturers authorization (Annexure-III)

A Yes/ No

8 Bid form (Annexure -VII) A Yes/ No

9 Details of the Bidders (Annexure –VIII)

A Yes/ No

10 BIS certificate if any or equivalent. (wherever applicable)

A Yes/ No

11 The Bid document signed by the bidder

in all pages with office seal.

A Yes/ No

12 An affidavit regarding VAT clearance

(Annexure-VI)

A Yes/ No

13 VAT clearance certificate A

14 Price Schedule-Annexure-I B Yes/ No

15 Detailed Lay out plan of the

instrument/ equipment, mandatory drawings and Foundation drawings .

A Yes/ No

16 The bidder is to provide the required capacity of the boiler with specification

as well as the required specification of the steam at inlet.

A Yes/ No

17 Schedule of supply of items including

fabrication, erection and commissioning

A Yes/ No

18 Calculation of Performance security Annexure-IV

B Yes/ No

10

SECTION- IV

SCHEDULE OF REQUIREMENTS

AND TECHNICAL SPECIFICATIONS

11

ABSTRACT OF SCHEDULE OF REQUIRMENTS OF INSTRUMENT & EQUIPMENT FOR TESTING LABORATORY & TRAINING CENTRE

1. Equipment for Central Instrument Room – Chemical Division

1 Double beam UV-

visible Spectrophot

ometer with

Printer & soft ware

Assay of different

active pharmaceutic

al ingredient

in different formulations

2 Nos

.

(a). Double Beam Spectrophotometer.

(b). Wave Length Range- 190 to 1100nm

(c). Mono chromator – Czereny-turner type

/ Echelle type

(d). Spectral Band Width – 1nm or better

(e). Photometric Range- ± 2.5 Abs or better

(f). Photometric Accuracy- 0.3% T.

(g). Stray Light - <0.05% T at 200nm with

KCL 12gm/litre or better

(h). Light Source – Deuterium (D2) and

Tungsten (W) Halogen Lamp.

(i). Detector – Wide Range photo Diode

(j). Wave Length Accuracy- ± 0.3 nm

(k). Readability -% T(0.1), Abs. (0.001)

Conc. (± 1 Unit)

(l). P C with software and printer

compatible to the system.

Three matching pairs of Quarz Cell (1 cm

path length)

The System should be complete in all

respect.

2 FTIR Spectrophot

ometer (may

require controlled

humidity) with Printer

& soft ware (With

dehumidifier & Nitrogen

Gas)

Identification of different

drug molecules

after comparison

with standard data in assay

methyl poly-siloxane

1No. Basic System: Fully external PC

controlled high performance high resolution FTIR system with capabilities

of auto-imaging and microscopy

features to characterize different

types of organic and inorganic

compounds in liquid and solid states,

with the following as minimum

requisite specifications.

Interferometer: rotary interferometer

(35/45 degree incident angle), for fast scanning self-compensating for dynamic alignment changes due to a tilt and shear,

incorporating high-reflectivity. Spectral

range: Scan range should be 14,700 -

350cm-1

.

Interferometer Sealing: The system

12

should be completely sealed and desiccated.

Built in electrical peltier based

dehumidifier in the interferometer

will be highly preferred.

Real-time atmospheric vapour compensation correction, preferably with humidify indications. IR source: Air cooled High brightness

Ceramic and/or He-Ne laser light source (Preferably 3 -5 years warranty). Resolution: Spectral resolution should be

0.5 cm-1

or better.

Detection capabilities in multiple regions ATR Imaging should have capability to

detect samples as single crystals of dimension of at least 0.3 x 0.3 x 0.3 mm and also nanoparticles up to 100 nm in dimensions.

All the attachments should have features of auto and pre-fixed alignment features.

Detector: Should have high sensitivity DTGS/DLATGS detector.

S/N ratio: > 50,000 :1 or higher at 4

0cm-1

resolution.

The system should have provision for

future up-gradation to external beam

optics for TGA/IR, etc.

Software : Software includes all standard data processing functions, Image Analysis, and

also specialized functions like Single/Multipoint Quantification, Spectral Search, Purity Measurement,

Validation S/W, Multi-component analysis,

Film Thickness, etc. Software should be multi-licensed and windows based.

Validation Software:

System should have built in validation program Compliance to USP/European Pharmacopoeia and ASTM requirements

Accessories to be offered separately: a) Diffused reflectance attachment. b) KBr Demountable Cell.

c) KBr Fixed Thickness Cell (0.1 mm).

d) KBr Die, Press, Pellet holder, Agate mortar etc. One set of 15 ton

Press. e) 100 gm KBr powder. f) Branded PC, Laser Printer.

13

g) Peltier/liquid nitrogen controlled sample chamber.

3 High

performance liquid

chromatogr

aph (HPLC) with printer

& soft ware

For Assay of

different active

pharmaceutic

al ingredients and determine

the related substances.

2

Nos.

QUATERNARY HPLC WITH

AUTO SAMPLER QUALITY STANDARDS: 1.Should be USFDA or CE,UL approved product

2.Manufacturer should have ISO certification for

quality standards.

3.Should be compliant with IEC 61010-2-051

standards covering safety requirements for electrical

equipments for measurement control and laboratory

use.

DESCRIPTION OF FUNCTION It is one of the useful instruments for the qualitative

and quantitative estimation of a number of

pharmaceutical substances and pharmaceutical

preparations in respect of identification, assay,

related substances/impurities etc. as per the

requirement of different pharmacopoieal

monographs.

TECHNICAL SPECIFICATIONS

1.Pump

Flow rate : 0.01 to 10

ml/min

Flow precision : 0.1 %

RSD at 1 ml /min

Operation pressure : 0 to 9000 PSI or

better at all flow rates mentioned above.

Mixer

Low pressure mixing and high pressure

delivery

1.Online Membrane Degasser for all

channels

2.Auto sampler

a.Vial capacity : Minimum 25 (2ml) Vials

with tray temperature control or more.

b.Variable volume : Injection precision

c.Minimum sample Volume: 1 µl can be

injected from 5 µl sample

d.Injection volume: 10 µl loop standard,

upto 1000 µl injections with larger loops

and syringe.

e.Sample carry over : 0.05 % or better,

flush should be there for internal & external

needle wash

f.Needle Height: Programmable in 0.1 mm

increments. Active vial bottom search

selectable on/off.

g.Tray temperature control: 0 o

to 60 o

C ±

0.5 C selectable in 1o C increments.

h.Sample Preparation: Different capacity of

14

reagent vials for flushing, washing, sample

dilution, and /or reagents for sample

derivatization.

i.Ambient environment 10o C to 40

o C at 5

to 95 % relative humidity.

Leak sensor facility should be there

1.Detector

(A) UV Visible Detector

a.Dual beam optics

b.Wavelength range 190 to 700 nm

c.Band width – 5 nm

d.Wavelength reproducibility – ±0.1 nm

e.Flow cell – 8 to 12 µl

f.Light source – Deuterium (with minimum

2000 hrs life time)/ Tungsten

g.Display – LCD display/touch screen.

h.Leak detection facility should be there

i.Scan – Scan speed from 0.2 to 1 nm /

second (A) Refractive Index Detector

(Optional)

(a) Refractive Index range: 1.00 to

1.75 RIU

(b) Measurement range: 7.0 x 10ˉ9 to 5.0x 10ˉ4 RIU

(c) Linear Dynamic range :

<%over±5.0x10ˉ4 RIU

(d) Noise: +1.5 x 10ˉ4 RIU

(e) Drift: <+1.0x10ˉ7 RIU/hour (f) Flow rate : 0.1x10.0 ml/min

(g) Flowcell: Fused quartz, Cell

Volume: 10µl

(h) Cell pressure limit: <100 psi

(i) Attenuation settings: 1 to

500x10ˉ6 RIU

(j) Temperature control: Internal

oven: 30 to 550 C

(k) LED source: 880 or 690nm

(B) Fluoresence Detector

(Optional) Optical Design: Ratio Photometry, emission

beam monitoring.

(a) Light source: 150 w Xenon

Lamp, mercury lamp (for wavelength

verification)

(b) Wave length range: Excitation

200 to 850 nm

Emission 250 to 900 nm

(c) Wavelength accuracy: ±3 nm

(d) Wavelength Reproducibility:

±5 nm

(e) Flow cell: 12µl cell or better

(f) Spectral Band width: Excitation

15

: 15 nm

Emission 15 nm or 30 nm

(g) Time constant : 0.05, 0.1, 0.5,

1.0, 2.0, 4.0 and 8.0s

(h) Spectral scan function : 4

excitation or emission spectra can be stored

(i) Auto Zero Range : 0 to 1000

(j) Operation temp. : 4 to 350C

(k) Sensitivity:

(i) 15 nm slit : S/N ratio 700 or

over (at Raman Peak of water using 15

nm slit- Baseline Method)

(ii) 15 nm slit : S/N ratio 900 or

over (at Raman Peak of water using 30

nm slit- Baseline Method)

2.Column oven:

b.Length : to accommodate 2 x 30 cm

analytical column

c.Temp range : 5 o

C to 95o C± 0.5

o C

selectable in 1o C increments. The

temperature should be control by PC based

software.

2.Data collection device:

b.Should be compatible to the HPLC system

c.Data should be protected in case of PC

hangs.

c.The software should include gradient

separation, system suitability, compatible

with USP/BP/IP parameters – such as Area,

Height, Theoretical Plates, tailing factors,

capacity factor resolution, separation factor

S/N ratio and peak width.

d.The software complying with 21 CFR

PART II should be provided.

e.PC and Printer compatible to above

system has to be provided. 2. Columns:

List of HPLC columns S.No

Column Packing Size No. of colum

ns require

d

1. Stainless steel column packed with octadecyl silane bonded to porous silica

30 cm x 4 mm x 3 to

10µm

01

2. -do-

25 cm x 4.6 mm x

5 µm

03

3.

Stainless steel column packed with octadecyl silayl silica gel

25 cm x 4.6 mm x 10 µm

(end

03

16

capped)

4. Stainless steel column packed with octadecyl silane bonded to porous silica

15 cm x 4.6 mm x 5 µm

03

5.

Stainless steel column packed with octadecyl silane bonded to high purity silica

25 cm x 4.6 mm x 5 µm

100 oA

poresize

450 m2/g

surface

Area,

15 % carbon load

(End cappe

d)

02

6.

Stainless steel column packed with Octaylsilayl silica gel

25 cm x 4.6 mm x 5 µm

(end cappe

d)

02

7. Stainless steel column packed with end-capped octadecylsylil amorphous organosilica polymer for mass spectrometry

25 cm x

4.6mm x 5 µm

(end cappe

d)

02

8.

Stainless steel column packed with styrene-divinylbenzene co-polymer

25 cm x

4.6mm x 8-10 µm

02

9 L-34, 300x8mm USP (cation-exchance resin consisting of sulfonated cross linked styrenediviny benzene co-polymer in the lead form about 9 µm in diameter )

300x8mmx9um

01

10 USP L9, 4.6 mm x 25cm ( irregular or spherical totally porous silica gel having a chemically bonded strongly acidic cation exchange coating 3-10 µm in diameter) with details of term and conditions of supply. The quotation should include

406mm x 25 cm x 3-10 µm

01

17

the followings.

11 Packed with endcapped polar embedded octadecylsily amorphous organosilica polymer

5 µm x 406 mm x 250 mm

01

3. Start up kit for HPLC

a. Guard column

b. Sample filtration kit

c. Filtration accessories for the

columns

d. Ultrasonic bath (5 liter capacity)

4. Power Back Up Equipment:- Suitable

UPS for 120 minutes backup for entire

HPLC system with Indian plug pins. The

system should work with 220-240V AC, 50

Hz power supply.

5. DOCUMENTS & TRAININGS

IQ-OQ and PQ documents.

On site calibration with traceable

reference material, to be done by

supplier during installation.

Onsite training at the time of

installation.

The system must be upgradeable.

4. Gas liquid chromatogr

aph. (GLC) with Printer

& soft ware and Gas

generators (Zero air,

Nitrogen

and hydrogen) /

cylinders

To assay the volatile

ingredients in the drug

sample.

1No. General Considerations 1. Must be able to support simultaneously 3 inlets 4

detectors and 4 signals acquisitions

2. Must enable 4 detectors mounted and monitored

simultaneously on the GC and software.

3. Should allow the installation of upto 7 APC

modules providing control upto 21 channels of

APC

4. Standard atmospheric pressure and temperature

compensation must be available

5. An extensive self diagnostics functions with

safety features to prevent unexpected instrument

malfunctions

6. The equipment should have facility to be fitted

with glass column and capillary column.

Column oven 1. Operating temperature range ambient + 4° C to

450° C

2. Resolution must be 0.1° C

3. Oven must support 20 ramps / 21 plateaus and

should allow negative ramps

4. Maximum run time 9999.99 minutes

5. Oven cool down from 450° C to 50° C should

happen in less than 4 mins (under non-specific

conditions

6. Temperature stability ≤ 0.01° C for a 1° C ambient change

7. Oven power must turn-off automatically when the

lid/door is opened

8. Built-in automatic carrier shutoff if the inlet

pressure drops significantly

Split / Split-less Injector

18

1. Must allow installation of 3 independently

temperature controlled injector units

simultaneously 2. Must be suitable for all capillary columns 50 pm

to 530 µm id 3. Split ratio range of 0 to 9999.9 to avoid column

overload 4. Maximum operating temperature upto 450° C 5. Number of temperature programming steps 7 6. Number of pressure programming steps 7 7. Pressure programming method must employ

constant linear velocity mode as separation ability

is determined by linear velocity 8. Efficient gas saver mode built-in to reduce gas

consumption during standby without affecting

performance 9. Must have electronic septum purge flow control

to eliminate carry-over

Flame Ionization Detector (FID) 1. Minimum detectable level < 1.5 pg C/s 2. Temperature range up to 450° C 3. Dynamic range should be at least 10

7

4. Must have Advanced Flow Control (AFC) for

Air:0-500m1/min 3 gases i.e H make-up and air

flows (with electronic ON / OFF): Air:0-1200ml/min H:0-1000m1/min

Make-up gases(N-orHe): 1200ml/min

5. Must provide fast flame out detection and

efficient automatic re-ignition

GC Software: The software should have the

following features. 1. Flexible interface to display instrument status,

show real time plot and function as per the

instrument set points by the user.

2. Should have GLP / GMP support in terms of

security, audit-trail and validation.

3. Should support single analysis time automatic

date file creation, all types of statistical functions

etc.

4. The supplier should process and analyze the data

for peak integration, manipulation, identification,

quantification (percentage area method, internal

standard method, external standard method,

standard addition method etc)

5. Must have clock time programming le autostart I

stop of GC in real time to alert user maintenance

needs and instrument problems.

Data Management & Acquisition System

(Optional)

A suitable computer with printer with

processor, (>3 GHz), RAM memory (>2.0

GB), Hard disc drive (>250 GB) with laser

printer should be quoted.

Standard Accessories a. Syringe - 5 µl (3 nos.)

b. Capillary column :- Carbowax - 20 M (glass

column) and dB - 5

c. Packed column :- OV - 17; SE - 30; and Porapak-

19

Q

d. GC startup kit

e. All gas cylinders (H2, N2 and zero air) with

regulators

f. Moisture trap, oxy trap and hydrocarbon trap

must be included

g. One gas light syringe for gas samples

5. Spectrophot

oflourimeter with Printer

& soft ware with

acetylene cylinder

For assay of

vitamins like thiamine and

riboflavine

1No

.

Fluorescence Spectrophotometer . Light Source-- 150W Xexon lamp, Ozone resolving type

lamp housing

Excitation and emission monochromators-- Concave, blaze

holographic grating/Czermy-Turner

Detector—Photomultiplier Tube

Wavelength scale-- 220-900 (Both excitation and

emission) or better

Wavelength accuracy (Excitation/Emission)-- ±1.0 nm

or better

Sensitivity- SNR (Water Raman) -- Signal > 150

Band pass (Excitation/Emission)-- 0 to 30nm

continuously adjustable

Resolution—1.0 nm at 546.1 nm or better

Scan speed--100nm/s or better

A suitable software to measure—

Excitation, emission and fixed wavelength

measurement, time-course measurement,

quantitation, automatic search of optimal excitation

and emission wavelength.

The instrument should be supplied with the P.C.

Printer for data acquisition, processing, storage.

Accessories:- 4 nos. of Fluorescence free quartz cells

of 10 mm path length.

The instrument should be complete in all respect

6. Flame photometer

For assay of elements like

potassium,

sodium and calcium

1No.

The low temperature, single channel Flame Photometers, designed for the

routine determinations of Sodium (Na), and Potassium (K). Additional filters are available for the measurement of Lithium (Li), Barium (Ba) and Calcium (Ca). Both

instruments are fitted with automatic flame failure detection for user safety, Product Details

Ranges -

120 - 160mmol/l Na (linearised)

0 - 10.0mmol/l K

Limits of Detection

Na < 0.2ppm

-

K < 0.2ppm

-

Li <

0.25ppm Li < 0.25ppm

Ca < 15ppm

Ca < 15ppm

Ba < 30ppm

Ba < 30ppm

Reproduc-

ibility

< 1%/ Coefficient of

Variation for 20 consecutive samples using 10ppm Na set to read 50

Linearity Better than 2 % when concentration of 3ppm Na

20

and K and 5ppm Li are set to read 100

Specificity Interference from Na, K and Li equal in concentration to test element will be > 0.5 %

Recorder o/p

Nominal 1.00V for a reading of 100.0

7. Polarimeter (Digital)

For assay of dextrose in

ORS

1No.

Digital Polarimeter, for Determining the Optical Rotation

of Substances. Resolution to 0.0001º

Measurement to ±90º Cell Aperture sizes 3 and 8

mm diameters, for use with narrow diameter cells

wide wavelength range 880, 633, 589, 578, 546, 436,

405, 365, 334, 325, 313, 302, 296, 280, 254 nm

Temperature Control from 0º

to 40ºC using air cooled peltier electric cell holder

8. Analytical balance with

printer and anti-

vibrating table

(Single Pan)

To determine the mass of

any substance

6 Nos

.

Maximum capacity 220 gm Sensitivity-0.01mg/0.1mg/1mg

LCD Display Anti Vibrating Table, Printer

9. Digital pH meter with

printer(3 point

calibration)

To determine the pH of

different substances

3 Nos

.

Technical Specification PH/ Mv Range: 0 to 14 pH 0 to +/- 1999

mV Accuracy: +/- 0.05 pH +/- 1 digit

Resolution: 0.01 pH 1 mV Temp. Compensation: Automatic

Temperature Range: 0 to 45° C

Accuracy: +/- 1.0° C Resolution: 0.1° C

Probe: RTD sensor

Should be provided with three types of buffers.

10.

Potentiometric titrator

(auto-titrator)

with printer & soft ware

To conduct aqueous and

non aqueous titration and

determine water content

1No.

Autotitratior should perform- h. Acid/Base titration

i. Non aqueous titration (TAN/BAN) with combination of three electrode system

j. Redox titration k. Argentometric titration.

l. KF titration

21

and karl-

fischer titrator

in different

formulations.

m. Diazotization n. Titration

The titrator should have a. Titrator with suitable electrodes for the

above analysis b. Magnetic stirrer c. Exchangeable Burette unit

Programable Polarizey: The

Tirtator should have build-in programmable polarizer which

polarizes the diazotitration and KF Titration

Features:- Versatile, Advanced

micro controller user friendly, GLP compliance, CFR Part-II, IQ, OQ,

PQ Compliance, Calibration, PC connectivity Result on display,

Printer, Corrosion resistant fibre body.

11.

Moisture balance with

printer

(infra red).

To determine moisture

content in raw

materials

1No.

Measurement method

Detection of weight loss by heating &

drying

Sample mass

5~70g(optional weight sampling)

Resolution 5mg / 0.1%

Measurment range

0~100%(Wet-base Moisture/Solid

content) 0~500%(Dry-base

Moisture content)

Precision Sample 5g or

greater; 0.1%

Display format

Digital LCD display

2. Common Equipments for Chemical, Physical & Biochemical Analysis

1. Constant Temperature

To evaporate

3 Nos.

High Precision water baths double walled convection heated units.

22

Water-bath

12 holes (Thermostati

cally controlled)

the solvent

at a particular

temperature

Outer body of constructed out of

thick PCRC steel sheet, duly pre-treated with primers for rust

proofing and painted with air drying paint/stove enamel/powder

coating. The inside chamber of the unit will be made of heavy

gauge stainless steel sheet of grade ss-304. provided with top

opening cover, made of stainless steel with steel concentric rings.

The unit is to be provided with one

stainless steel racks.

Heating: Indirect heating system is

provided in our water bath, comprising of air heaters

Stirring:

The unit is to be fitted with a high efficiency stirrer motor of 1/20 HP,

so as to maintain the uniform temperature of our high precision

water bath. Temperature Range:

Temperature range should be

ambient to 90° c. Temperature Sensitivity: + 0.2° c

(With PID Controller).

2. Centrifuge

(Rectangular with head to

hold 6x15 ml and

6x50 ml

tubes &

For

separation of fine particles

in a mixture in a

dispersion

2

Nos.

Capacity ml 8 x 15

No. of tubes 8

max. speed rpm 3500

max. rcf g' 1600

Cooling

Centrifuge system 6x15

ml

To separate

polymorph-A and

polymorph-B in

Chloramphenicol

suspension

1No. Maximum speed: Approx. 4,000

rpm Swing-out / 14,000 rpm Angle

Maximum RCF: 3,000 x g Swing-out / 18,000 x g Angle

Maximum capacity: 4 x 200 ml Swing-out / 24 x 1.5/ 2 ml Angle

Temperature range: -9°C / + 40°C.

Digital displays for Programme

23

No., Speed, RCF, & Time

At least 10 program memories

Timer 1 - 99 minutes and hold

position

At least 5 acceleration / 5 braking

rates

Maintenance free induction motor

Totally CFC free refrigerant fluid and insulation

Angle Rotor: 24 x 1.5/2.0ml, with adaptors for 200/500/800 µl

Angle Rotor: 30x15ml with

adaptors for different sizes

Swing-out Rotor: 4x200ml with

sealing cap and adaptors for different sizes

3. Disintegration Test

Machine with recorder

To determine

the time required for

disintegratio

n of tablets / capsules as

per I.P.

2 No. Digital Temperature and Timer

Splash proof panel with LCD display

Smooth up and down

movement Water bath for uniform

temperature Fluorescent tube light for

better viewing of tablet disintegration

With Water Circulation System (Optional)

Technical Specification: Temperature : 25.0° C To

40.0° C Accuracy : ± 0.3° C

Power: 230 V 50 Hz. Heating System 300Watt

230 V, Accuracy ± 0.5° C

Timer : 1 min to 99 hrs 59 mins 59 secs

Strokes : 30 strokes/min Waterbath : 8 ltrs.

24

4A. Dissolution

Test Apparatus

with auto sampler with

recorder

To

determine the amounts

of active ingredient

dissolved in the solvent

within a particular

time period

1 No. Should comply with IP/USP

specification. Large graphic LCD to indicate

set parameters: RPM, INDIVIDUAL

VESSELTEMPERATURE, TIME INTERVAL, TEST TIME etc.

RELIABLE MAINTENANCEFREE STEPPER MOTOR DRIVE FOR

STIRRERS.. Molded Water-bath with non

corrosive Tank plate.

Indicates the individual vessel Temperature.

Wobble and vibration free instrument.

Protection for over temperature OF Heater

through software AND hardware.

Individual vessels centering. Pass word protection at

different levels. Parallel printer port for

connecting printer. Memory to store test records.

Atomatic Stirrer height

positioning as per USP and also at user specified height.

Isolated water circulating pump for precise control of the

water bath. Easy to empty and clean water

bath with bottom drainage

Automatic sampling position /

adjustment. Instrument accessories

(paddles, baskets and vessels) should be laser marked with

serial numbers. Alpha numeric data entry of

product and user details

Should support programmable protocols and programmable

intervals. The system should allow media

changeover and infinity test

25

run, ideal for sustained and

controlled release products. Facility for printing, storing

and saving data canula for drawal of the sample.

Optional- Printing facility. Dissolution software.

Online- offline Automation system with Syringe pimp and

sample collector. ACCESSORIES

1.Metformin tablet holder

2.Statiionary tablet basket (Fro Felodipine, USP)

3. Enhancer cell for ointments, suspensions & emulsion.

4. Japanese type sinker, Helical coil sinker, Spring type

sinker, 3-pronged sinker. Basket type sinker & Cage

type sinker 5. Disc filter

6. Validation kit 7. Vibration meter.

Filling of Vessels

500ml – 1000ml, +/-1%

(gravimetric filling)

Stirring Speed

25 rpm – 200 rpm, +/- 1 rpm

Precision of Temperatur

e Control

+/- 0.1°C

Temperature in Vessels

37°C, +/- 0.5°C

Sampling Times

with Optrode

+/- 5 min. for 6 test stations (with

cleaning of optrode) +/- 3 min. for 6 test

stations (without cleaning of optrode)

Evaporation

from Vessel

+/- 1% in 24h

SOFTWARE

Operation

System

MS Windows 7.0

26

Audit Trail According to 21 CFR

Part 11

4B MCROPROCE

SSOR BASED DISSOLUTIO

N TEST

APPARATUS WITH

RECORDER

To

determine the amounts

of active

ingredient dissolved in

the solvent within a

particular time period

1 No. 1.Should comply

with IP/USP specification

2.RPM range – 20 to

250+0.5 RPM 3.Temp range - 300

to 40o + 0.1o C 4. Automatic Stirrer

height positioning as per USP and also

at user specified height.

5. Easy shaft locking mechanism

for wobble free operation.

6. Instrument accessories

(paddles, baskets

and vessels) should be laser market

with serial numbers. 7. 40 x 4 LCD

display 8. Multilevel

security with password.

9. Alpha numeric data entry of

product and user details.

10. Should support programmable

protocols and

programmable intervals.

11. Facility for printing, storing and

saving data canula for drawal of the

sample.

5. Heating

Mantles (Different

Capacity)

(500 ml, 1.5 LT, 5.0 LT)

With Maximum surface

temperature 400 o

27

Specification

used for heating / boiling solutions in round bottom

flasks. The heating cords are

stitched in glass yarn knitted cloth.

6. Hot Plate Used for

various heating work

Temp range upto 3500 C

Size-20 CM

7. Magnetic Stirrer

Magnetic stirrers features with stainless steel hot plate &

additional spillage collection stainless steel tray with drain.

Stirring by heavy duty PMDC motor which deliver torque even

at lower speeds and maintains

speed stability despite viscosity or volume changes. Accurate

stepless speed control allows smooth variation up to 1000 rpm.

Heating energy is controlled by energy regulator.

Technical Specification

Stirring quantity (h2o) L.

05

Speed range, rpm

100 to 1000 rpm.

Temperature

range, 0C

ST 3200C

8. Melting-

range Apparatus

with recorder

Operation Start temperature range

(Ambient + 10 °C) to 300° C, 0 °C min. set point

Stop temperature range

(Start temperature + 4 °C) to 400 °C

Temperature resolution

0.1 °C

Display 4-digit LED display

Capillaries 1000 nos.

Dimensions 1.4 mm to 2.0 mm outside dia., 100 mm length

Capacity Up to 3 tubes simultaneously

Fill height 2 mm to 3 mm

Operating temperature

0 °C to 40 °C, non-condensing

9. Muffle

Furnace

To

determine

1No. Max. Temp. : 1200°C Internal capacity 4 to 6 litters The chamber should made form powder free

28

ash content fused ceramic fibre mold or fused quartz to avoid ceramic dust inside the chamber . It should have validation port for insulting

temperature sensor / thermometer for temperature validation purposes. with Well insulated tight closure door. Asbestos or fire bricks should not used for door. Operating Temp. : 1000 + 100oc

Heating up time : 2 to 4 hours Control : Digital Control/P.I.D Control

10. Drying Oven To remove

moisture / dry glass

wares

2

Nos.

Temperature

range

30 deg C to 100

deg C

Exhaust Fan

capacity

200c.f.m

Aluminium trays

2 PerforatedTrays

11. Refractometer (Abbes)

with recording

facility.

To determine

refractive index of

liquid substances

1No.

Scale Refractive Index (nD)

Range 0.00 to 95.00 Brix

1.3000 to 1.7000

nD

Resolution 0.1 % Solids

0.0001 nD

Precision +/- 0.1 % Solids

+/- 0.0001 nD

Reading

Speed ~ 5-7 seconds

Calibration Points

One or more

Temp. Comp. Range

15 to 50 °C - Brix Only

Sample

Temperatures

10 to 80 °C

Computer Interface

2 x RS232 Serial Port

Contact liquid

(Monobromo

naphthalene) lighting adapter

for solid sample.

Sample

Types

Solid & Liquids

12. Lab Refrigerator

To store different

reagents / standards at

low

3 Nos.

Lab Refrigerator 200 LTS GMP Model with Inside S.S. 316 with

mirror polish & outside stainless steel 304 with dull buff finish.

29

temperature

.

Technical Specification

Temperature Range : 2°Cto

8 Deg.C

Temperature Accuracy : ± 0.2°C

Temperature Uniformity : ± 2°C

13. Sieves (Set) To separate powders as

per their particle size

1No. (Set of 8,12,16,20,40,60,100 mesh)

Sieves are manufactured as per IS Standard. Sieves are made of

Brass frame and G.I. frame of dia. 200mm, 300mm & 450mm.

14. TLC Kit

including accessories

& UV viewing Cabinet

(short & long)

To identify

and assay different

drug substances

1No. A. Applicator ( To draw uniform layer variable form 0 to 2 mm min.

thickness 0.1 mm. B. Drawing Board C. Drying rack

D. Developing chamber with cover E. Micro pipette / glass capivarious F. Glass plates G. Sprayer (Reagent)

H. TLC plate heater I. TLC spray cabinet

J. Spotting guide

K. UV- viewing cabinet (365 nm and 254 nm

15. Vacuum Oven

(built in vacuum

pump)

To dry drug substances

at a low pressure

1No. Technical Specification Control Mode: Fuzzy logic Control

Technology Display Mode: LED

Inside chamber size 12’’ x 12” x 12”

Heating Mode: Plate Heating

Ambient Temperature

Requirements : 5~35

Temperature Range :

40~250

Temperature Adjusting Precision ):

≦±1.5 180)

Duration to Top Temperature 80 Range of Vacuum Degree 133 1

Torr

16. Vacuum Pump

Used for quick

filtration by

2 Nos.

Flow rate > 3.5 l/min

Max. Vacuum 0.2 bar

Max. Pressure 1.0 bar

30

producing

vacuum

Max. ambient

Temp. + 5… + 40 ºC

Max. Temp of

liquid + 5… + 80 ºC

Max. viscosity < 150 cSt

Protection type IP 65

Protection

class III

17. All glass

distillation assembly

(Double)

To provide

water for use in

different laboratory

work

1No. Dist. Water

Output Cap.(Approx)

5 lt/hr

Electrical requirements

230-250 Volts

Single phase heater

Cooling Water consumption

60 lt/hr

Biological

Activity Pyrogen Free

pH 6-7

Conductivity S/cm

<3 x 10-6

Distillate Temp 65-750C

& Water Purification

System (HPLC Grade

Water)

To provide HPLC Grade

Water to run HPLC

1No. o Grade (ISO 3696:1987) water should be made available directly from tap water.

o Built-in resistivity and TOC monitors designed to comply with the most demanding norms, including USP

requirements ($643 and $645) o System manager-specific interface

with protection of key set points by a login and password.

Resistivity (at 250 C) :- 18.2MΩ.cm TOC:-<500µgm/LC

Pyrogen- Nil

Flow rate: 7 ltr/hr better Bacteria: <100cfu/ml Monitoring self-test, filter replacement, Auto-rinsing & Service

check The system should have inbuilt water storing vessel The R.O Catridge should have life

span of minimum three year.

18. Vortex Mixer Used for

mixing small amount of

liquid in a test tube

2

Nos. Max. Speed 3000 rpm

Single Cup head

Dimension

W50 x D50 x

H25 (mm)

19. Fuming To remove 2 Fume chamber

31

chamber toxic gases

from the laboratory

Nos. Size : Width x depth x height

60” x 40 “ 70 “ Viewing height – 40- 45” Glass Sash option – Vertical Air velocity 80 – 100 FPM

Services- Gas, water, air and vacuum Fluorescent light 18

gauge, Exhaust outlet 10” round 18 gauge S.S, exhaust collars.

Double wall construction- Outer wall – S.S

Inner wall- Corrosion resistant

Colour coded washers at house nozzle outlets and valves mounted

inside the fume hood and controlled from the exterior with

colourcoded index handles.

20. Viscometer

(Ostwald)

To

determine

viscocity of liquid

1No. The relationship between the

intrinsic viscosity of a polymer

solution and the relative molecular mass of the polymer allows this

apparatus to be used for quantitative determination of

relative molecular mass. Comprises glass U tube with two

bulbs, connected by a capillary tube approximately 120 x 1 mm

(length x internal diameter). Overall height 237mm.

21. Hot and cold

air blower (hair drier)

To provide

hot air for drying of

solvents in TLC

2

Nos.

22. Rotary shaking

machine

To shake while

evaporating the solvents

1No. Heavy cast iron base with sturdy construction with two side arms

for holding flasks. A fractional HP. heavy duty Motor with variable

speed through continuously

variable speed controller is provided. To hold flasks of

capacity 100 to 1000 ml. Complete with cord plug etc. To

work on 220 V AC 50 Hz single phase. Automatic 0-60 minutes

32

Timer.

23. Grinder mixer

To grind and mix the drug

substances particularly

of plant

origin

1No. Voltage

: 240V.AC.50Hz/.

Motor

Wattage : 750W.

Rating : 30 Min.

Speed at no : 18000 r.p.m.

Load Setting : 3 Speed with incher.

24. Soxhlet extraction

apparatus

Used for continuous

extraction of

drugs to a solvent

1No. For continuous solvent extraction of semivolatile analytes from solid

matrices.

Use this inert all-glass system for extracting semivolatile compounds

from a solid or semi-solid sample matrix - soil, for example - into an

organic extraction solvent, such as hexane, acetone, or methylene

chloride. The Soxhlet apparatus is simple to set up and use, and it

features ground glass joints for easy dismantling and cleaning.

Soxhlet Apparatus Kits Order glass or cellulose thimbles

separately

Joint

Joint ST/NS extractor bottom joint

Joint ST/NS extractor top joint

extractor

I.D. 30 mm

extractor

volume 50 mL

flask volume

125 mL

25. Dessicator (plain)

Vacuum type

To store different

standards / primary

standards in a dry

atmosphere

10 Nos.

2

Nos.

Plain Desiccators are physically the same as Vaccum Desiccator.

Only difference is the absence of top cock. Grease should be

applied on the flanges to make it air tight.

Plain Desiccators are provided

with a thick perforated Polypropylene disc with a big hole

in the centre for easy lifting. The tiny holes in the disc

provide air troughs & support to

33

the dishes. However procelain

discs are advisable in case of incandescent crucibles.

Material :Polypropylene /

Polycarbonate Size : 150mm 200mm

Flange O.D : 171mm 232mm

Dessicator Vacuum type Maximum vacuum 28" Hg for 24

hours PTFE stopcock

Silicone O-ring requires no grease. Convenient side arms on cover

and base. PTFE stopcock accpets 1/4" through 3/8" ID tubing. PTFE

caps (two included) seal side arms when desiccator is used without

vacuum. For room temperature use only; do not autoclave.

Desiccator accepts desiccator

plate.

26 Stability

Chamber with Inverter

To

determine the stability

of different formulation

of drugs

1No. Technical Specifications

Stability chambers are double

walled inner SS and outer MS with 3" gap puff insulation; full length

inner glass door for clear inner vision and outer metal door with

magnetic gaskets & lock. It has forced air circulation for uniform

temperature throughout the

chamber. Dual display preset electronic digital temperature

controller cum indicator with cooling system by means of

hermetically sealed Compressor Unit coupled with evaporation Coil

and Condenser. Temp. Range 10°C to 60°C + 2°C; Humidity

Range from 40% Rh to 95% Rh + 3% Rh. Complete with all

accessories and in-build Lighting arrangement

34

Inner

Chamber

Sizes in

mm / Inche

s W x D x H

No. Of Shelves

Capacit

y Cu.Ft. (Appro

x.)

Capacit

y (Appro

x.)

565 x

565 x 865

(23"x23"x3

4")

3

Shelves

10 Cu.

Ft.

280

Liters

27. Personnel

Protective

Equipment

To provide

protection to

the analyst while

working in the

laboratory

o Safety Face Shield

o Particulate Respirators o UV Safety Goggles o Safety Goggles

28. Fire safety

Equipments

To protect &

prevent the laboratory

from fire

Extinguishers to extinguish class

A, B, C and D fire in the laboratory Discharge time- 8 to 10 Sec.

Capacity -2Kg/1kg

3. Common equipment for Microbiological Analysis -

Microbiology Division

Sl Equipment Purpose Qty. Specification

1. Antibiotic Zone Reader

(with Printer facility)

To determine

zone of inhibition

during assay of atibiotics

1No. This zone reader should measures the diameter of the inhibition zone

to 0.02 mm within range of 0 to 35 mm diameter.

35

2. Autoclave

(Vertical) with

recorder

To sterilize

the glass wares /

media by application

of steam

1No. Vertical Sterilizers, semi automatic operations and with High pressure (15-20 PSI adjustable) high vacuum option. The features

are:

GMP Compliant

Semi automatic operation

Pressure switch control.

Low water level cutoff should

supplied with pedal lifting device.

Digital pressure & Compoued

gauges can be provided in lieu of analog gauges.

On line validation option

Dressing Bins (Drums)

(a) 275x225mm (11”x9”) for size (a) (b) 375x275mm (15”x11”) for size (b)

Size : chamber 400 x 600 mm made of s.st 316

3. Colony Counter with

magnifier (table

model)

To count the colony of

micro organisms

1No. Display 3 Digit, 999 Max. Count (LT-37)

Magnification 110 mm

Accessories: Marking Pen

4. Klett Summersion

Colorimeter (with

printing facility)

To assay the vitamins by

micro biological

assay method

1No. Range-400nm to 700nm 0 to 1000 Klett unit

Display-2.5 digit LED Output- O.D-0 to 1.99

Resolution- O.D-0.01 Accuracy-0.5 FS±1 digit

Glass filter- 8 nos. (400, 430, 480, 500, 520, 540,

630, 670 nm) Std Accessories: Test tube 5 nos.

5. B.O.D.

incubator / general

incubator

To incubate

the micro organisms

for assay of vitamins /

antibi otics

2

Nos.

B.O.D. incubator

Technical Specifications: Double walled construction

outer S.S304 dull Finish Inner S.S316 Mirror polished

PUF insulation between two walled

Full acrylic door permit inspection of specimen’s without disturbing the temp.

Temp Controlled by PID

Controller with auto tuning facility with accuracy of ±0.5

˚C .temp Range 5 ˚C to 60 ˚C accuracy ±0.5 ˚C

Illumination light should be

provided for viewing CFC free hermetically sealed

36

compressor to provide temp

for below ambient condition Air circulation fan for

marinating temp uniformity throughout the chamber

The chamber should be provided with modular

removable shelves made of S. S. for complete flexibility in

use. To work on 230 volts 50 H2

Size in

CU.FT

Inner dimensi

on W X D X H

in cms

Capacity In

LTR

No. of Shelves

12 60 x 60 x 90

Cm

340 3

General incubator

Fabricated from grade SS-304,

size 600 x 900 x 600 mm with three shelves or equivalent

Specifications and features of our general incubator:

Electronic Control with Safety Backup

Forced Convection Uniform Temperature Control

Humidifier

Inner Tempered Glass Door

with silicon packing facilitates easy sample view without door

opening

Stainless Steel Chamber

6. Laminar flow, bench

type (Horizontal)

To provide asceptic

condition to carry out the

micro biological

assay

1No. Horizontal Laminar Flow Cabinets, ensures to provide protection to products and samples kept in it, with a parallel

flow of clean air through filters situated at the rear of the cabinet. The standard HEPA filters in the cabinets are 99.997%

efficient at 0.3 microns

Technical specifications of our

products are given below:

37

Internal working area-1180x600x420mm

Cleanliness - Class 100 Particle retention - 0.3 micron Velocity - 90FPM + 20%

Illumination - 750 - 800 lumen Noise level - 60-65 decibels

Standard - FED 209E

Power supply - 220v single phase

The bench should contaion pressure

gauge operating switches, Fluorecent

Lamps, Petdocks (air, gas, vacuum)

Particle dust count validation at site

after installation

No wooden component is acceptable

7. Phase

Contrast Microscope

(binocular)

To

observe/identify the

micro organisms

1No. Vibration free stand with 12V-100W power supply, stabilizer 100V …240V

Observation tube with inclination angle of 200 which should support F. No. 22/23 or higher. It should have 2

step light path selector of 100:0/0:100

6 position inward tilt nosepiece Achromat Aplanatic Unversal

Condenser 0.9 for Bright Field, Phase

contrast, with 5 position moduler turret dist (1 Bright field position, 4

phase position. The condenser should work for all Objectives from IX-100X.

Paired Wide-field Eyepieces of 10X with minimum field of view 22/23

mm., focusable and adjustable dioptre setting of +/-5.

12V-100W Halogen Illumination (12V-100W Halogen Lamp)

Plan Achromat phase Objectives of 10X0.25, long working distance Paln Neofluar Objective of 20X0.50

(Phase) & 40/0.75 (Phase, 20X and 40X objectives should be with correction ring.

Hard coated anodized surface

mechanical stage with stage for X and Y movement of the specimen.

It should have a Digital Camera of 5

mega pixel resolution of above, frame rate of 39 frames per second with fire wire interface for transfer of data from camera to PC. It should have

the software for operating the camera from the software.

38

8. Hot Air

sterilizer / oven

To sterilize

by application

of heat

1No. The ovens have a wide temperature range from approx. 50C above room temperature up to 250 or 300oC. should be equipped with a timer 0 - 120 min. -The working chamber of ovens are made of stainless steel, therefore also suitable for heavy loads. The inner chambers as well as the inner side of door including frames are made of stainless steel.

Pilot Lamp( Heating on/off )

High air charge per hour.

On/Off-switch illuminated.

Operating mode selector (timer/Continuous operation)

Thermostat with brake.

Thermometer easy to read.

Safety devices according

Ventilation slide for flow-control of fresh and used air (DBGM)

Technical Data :

Interior

Dimension(WxHxD)mm

400x280x250

Exterior Dimension(WxHx

D)mm

580x402x425

Volume approx. 28Ltr.

Number of

shelves. 2

9. Refrigerator

(Deep-

freezer)

To store

different

reagents / standards at

low temperature

.

1No. 1 Temperature minus 20 degree C

or lower (-20 to -40 degree

preferred) 3 Capacity 250 liters

4 Compressor Noise free Compressor

5 Temp uniformity • +/- 3 degree C

Digital display Door alarm, voltage alarm,

power failure alarm

10. Water bath (thermostati

cally controlled)

To evaporate

the solvent at a

1No. Temp range- ap0px. 50 above ambient temp to 99.90 C

Dimension- Exterior- 500x425x250 mm appxy.

39

particular

temperature

Interior-

400x245x145 mm Microprocessor controlled temp

regulation Temp accuracy±0.10C

LED Display digital temp readout and setting in steps 0.10C for set

temp and actual temp. Over-temp protection

Heating element, bath interior, exterior cover, lid and perforated

tray made of S.S

Thermal insulting and double walled lid

Drain cock at the back of the bath Accessories 1. 8 test tube racks (S.S) to hold 20 test

tubes each having capacity of 17 x 185 mm test tube.

2. 8 test tube racks (S.S) to hold 20 test tubes each having capacity of 17 x 185 mm test tube

11. Vial decapping

machine

To open the vial

1 Vial Decapping Pliers/Decapper Hand Tools

Type: Pliers&Plier Set

Power Source: Manual

Package: Box

Hammer Material:

Steel

Hammer

Type:

Safety Hammer

Material: Stainless Steel

Blade

Material:

Stainless Steel

Handle

Material:

Stainless Steel

12. Gas Lighter

with Gas

filling Machine

To sterilize

the loops

2

Nos.

13 Particulate Matter

Counter

To determine

the size distribution

of particulate

matters.

Liquid sensor 7. Size range : 2-125 µm or better

8. Flow rates : 10 or 20 ml/min 9. Volume sampled : 100%

10. Maximum concentration : 10,000 per ml or better

11. Zero count level : <1/ml 12. Capillary size : 0.5x0.7 mm 13. Laser source : laser diode

40

14. Calibration fluid : De-ionized water

Liquid Sampler 1. Syringe Size : 1, 5 & 10 ml 2. Sampling mode : Vacuum

3. Minimum Sample size : 10% of Syringe volume

4. Power : 240 volts.

Software with P.C & Printer Suitable software 21 CFR Part-II

compliance, laser printer and computer as per general specification.

14 Heating Block

To test injectables

for BET testing

To accommodate 60 test tubes (10X75 mm each)

Temp. Range 300 Cto 500 C

15

*

H.V.A.C

System

To provide

control temp.,

humidity and filtered

air in microbiology

lab.

As per the layout of Microbiology,

Media Preparation, Sterility, Bet Test Room and Ancillary areas to

provide controlled temperature and filtered air in the micro

biological laboratory / instrument division of the laboratory.

16 Electric Generator

To provide continuous

power supply to the

laboratory

1No. 25 KVA

*NB:

1. The scope of work of the Bidder covers necessary supply of the required instrument(s) / equipment(s) and commissioning.

2. Bidders are not required to offer for Civil construction.

41

42

43

44