TENDER DOCUMENT FOR TESTING LABORATORY TRAINING...

38

Transcript of TENDER DOCUMENT FOR TESTING LABORATORY TRAINING...

Page 1: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty
Page 2: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty
Page 3: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

TENDER DOCUMENT

FOR PROCUREMENT OF INSTRUMENTS & EQUIPMENT

FOR TESTING LABORATORY

&

TRAINING CENTRE

IN

PHARMACEUTICAL CLUSTER, MANCHESWAR

BHUBANESWAR

Page 4: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

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. / OSIC : MKTG Dated the

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

: 14.12.2018

LAST DATE/ TIME FOR SUBMISSION OF TENDER

: 04.01.19 up to 11.30 AM

DATE OF OPENING OF BID DOCUMENTS

: 04.01.19 at 12.30 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

- Rs. 10000.00 Price of Tender Document (Non-refundable/not

transferable)

(Only by Demand Draft for tender paper cost in favour of“THE ODISHA SMALL INDUSTRIES CORPORATION LTD.” payable at Cuttack on any Nationalized Bank will be accepted.)

Page 5: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

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 GST Certificate 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 Bid opening 5.12 Clarification of Bids 5.16 Preliminary Examination 5.17 Acceptance of the Bid 5.18 Rejection of the Bid 5.19 Purchaser’s Right to Accept any Bid and to Reject any Bid 5.20 Evaluation & comparison of Bids 5.21 Supply Conditions 6.0 Delivery of Goods 6.1 Instruments & Equipment Demonstration cum Inspection 6.2 Inspection/ Test 6.3 Guarantee/Warrantee Period 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 Disput es 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

Page 6: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

1

SECTION- I INVITATION FOR BIDS (IFB)

Page 7: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

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. 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.10000.00 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. The clarification, corrigendum & the addendum if any shall be published in the above website only and no paper advertisement will be published thereof. The responsibility lies with the bidders to collect the same from the website before last date of submission of tender document and the purchaser shall have no responsibility for any delay/ omission on part of the bidder.

Page 8: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

3

a) Price of bidding document : Rs. 10000.00

b) Date of commencement of Tender

14.12.2018

c) Last date of submission of Tender 04.01.19 up to 11.30 A.M.

d) Time and date of opening of Tender (Technical bid)

04.01.19 at 12.30 P.M

e) Place of opening of bids f) Address for communication

Office of the MD, The Odisha Small Industries Corporation Ltd., Industrial Estate, Madhupatna, Cuttack-10 E mail : [email protected]

MANAGING DIRECTOR

Page 9: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

4

SECTION-II

GENERAL TERMS AND CONDITIONS

Page 10: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

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 3 (three) years reckoned from the date of bid opening and the details must be submitted as per Annexure- IV 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.

1.6 Bidders other than manufacturers should furnish Manufacturing authorisation as per Annexure-II.

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, data sheets, 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 or any infrastructural facilities required for installation of the machines.

2.4 The quantity shown in the bid can be increased or decreased to any extent depending upon the actual requirement as per rules.

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.

2.7 For analytical balance license from Legal Meteorology Department is to be enclosed.

Page 11: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

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 31.03.2019 and GST Certificate. 3.5 Performance/ Market standing certificate as per Annexure-IV

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

Person/ Liaisoning Office in Odisha. ( As per Annexure VI) 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 VII 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-V 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.

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 Packing, Forwarding and Handling charges, Insurance charges, Freight up to destination including unloading, commissioning, incidental service including testing and training with total price per item at FOR destination and GST. The bidders are required to submit the individual price of each instrument(s) and equipment(s) as indicated in the schedule of requirements.

Page 12: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

7

4.3 Each quoted items should cover the warranty / guarantee for a period of 3 years from the date of installation, commissioning and acceptance of goods by the Consignee.

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 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.

? GST in connection with the sale shall be shown separately. ? The approved rates of the bidders shall be fixed for the duration of

the contract and shall not be subject to change on any ground. ? The price shall be quoted in Indian Rupees only. ? The Authority may invite the lowest eligible Bidders for price

negotiation of the quoted items which seem to be high. 5.6 VAT clearance and GST Certificate.

Copies of latest valid VAT clearance Certificate up to 31.03.2019 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. The bidder is to submit the GST certificate

Page 13: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

8

without which the bid will stand cancelled. 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 / performance Security. The calculation of EMD/ Bid security may be submitted in the prescribed format at Annexure III.

5.8 Performance Security The successful Bidders shall furnish Performance Security within 10 days

after the Supplier’s receipt of Notification of Award of Contract 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:

Page 14: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

9

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 EMD/bid security form in annexure- III 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 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.

Bid is to be submitted through Post/Courier only. 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 BID OPENING 5.13 The Purchaser will open all bids, in the presence of bidder’s

representatives who choose to attend at the schedule date and time mentioned above.

5.14 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.

5.15 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 bids, which shall be returned unopened to the bidders.

Page 15: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

10

5.16 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.

5.17 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.

5.18 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.

5.19 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

Page 16: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

11

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-IV

? 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.

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

5.20 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.

5.21 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 GST) 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.

? 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

Page 17: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

12

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/bid, or else all the

bids will stand cancelled. ? The quotation would be evaluated separately for each item ? GST 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 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 The Bidders must quote the price having warranty / guarantee for a

period of 3 (three) years from the date of completion of the satisfactory installation, commissioning and acceptance of goods by the Consignee for the offered item.

6.5 Up time Guarantee /Warrantee The Bidders should provide uptime guarantee of 95%.

6.6 Downtime Penalty Clause During the Guarantee/ warranty period, if the supplier fails to attend the

complain of the Consignee within 1 (one) Week from the date of intimation the Performance Security of the Supplier shall be forfeited. The principals or their agents are required to submit a certificate that they

Page 18: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

13

have satisfactory service arrangements and fully trained staff available to carry out the warranty / 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 shall be made based on the progress against schedule of supply of the bidder in two phases as mentioned below.

i) 90% of the total cost on supply, installation, commissioning, demonstration and acceptance of instrument(s) / equipment(s).

ii) The final 10% payment shall be made after obtaining no objection certificate from the concerned consignee i.e. M/s UPMA, Cuttack that the goods 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. GST as applicable will be paid. Any revision of GST shall automatically be taken into account. 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.

6.11 Period of Validity of Bids:- ? The quoted rates should be valid for a period of 180 days from the

date the Bids are opened. ? In absence of any indication of the date of validity in the bid, it will

Page 19: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

14

be presumed that the offer will remain valid for the minimum period i.e. 180 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 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.

Page 20: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

15

6.18 Force majeure The Supplier shall not be liable for forfeiture of its performance 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

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 Chairman, OSIC Ltd., Cuttack for adjudication as

Page 21: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

16

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.

MANAGING DIRECTOR

Page 22: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

17

SECTION - III

FORMS AND ANNEXURES

Page 23: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

1

ANNEXURE-I PRICE SCHEDULE (ITEM WISE)

PRICE FOR EACH UNIT

Sl. N

o.

Item

Des

crip

tion

Quan

tity

Rat

e pe

r U

nit

(Rs.

) (E

x-f

acto

ry/

Ex-

war

e hou

se/

Ex-s

how

room

/ of

f- t

he

shel

f)

Pack

ing &

for

war

din

g (

Rs.

)

Inla

nd t

ransp

ort,

insu

rance

and inci

den

tal co

sts,

inci

den

tal to

del

iver

y (R

s.)

Inci

den

tal

serv

ices

in

cludin

g des

ign,

fabrica

tion

, er

ectio

n &

co

mm

issi

onin

g (

Rs.

)

Oth

er t

axes

if a

ny

pay

able

(Rs.

)

Unit p

rice

at

consi

gnee

poi

nt

excl

udin

g G

ST (

Rs.

)

GST

per

unit (

Rs.

)

Unit p

rice

at

consi

gnee

poi

nt in

clu

din

g G

ST

(Rs.

)

Tot

al U

nit p

rice

in

clu

din

g G

ST

for

del

iver

y at

fin

al d

estinat

ion

(Rs.

)

A B C D E F G H I =d+e+f+g+h J K = i + j L =c x k

Total (Rs.) =

Total price in words (Rupees …………………. ) Only Note:

(a) In case of discrepancy between unit price and total price, the unit price shall prevail. (b) The above quoted price shall be inclusive of warranty/guaranty period of 3 (three) years.

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

Date: Name ………………………………………………

Page 24: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

2

Annexure-II

MANUFACTURES’ AUTHORISATION FORM No.___________/ Date ______________/

To

The Managing Director, OSIC Ltd., Industrial Estate,

Madhupatna, Cuttack - 10 Bid No.___________________ Dear Sir, 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 submitted in original 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.

Page 25: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

3

ANNEXURE-III

CALCULATION OF BID SECURITY

Item No.

Item Quoted

Approx. Qty.

Quoted Price Total Amount (in Rs.) (approx.)

Grand Total : Rs. Bid security amount (@1% of the total amount) = Rs………………………

Signature of Bidders

Page 26: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

4

ANNEXURE-IV

PERFORMANCE/EXPERIENCE STATEMENT

(In proof of eligibility of bidders for the period of last Three years) Documentary evidence viz. copy of award letter, certificate of performance in support

of satisfactory execution of works

Order placed by the

organisation 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

Page 27: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

5

ANNEXURE-V

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 ……………………………………………………………….. ………………………………………………………………..

Page 28: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

6

ANNEXURE-VI 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

Page 29: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

7

ANNEXURE-VII

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 3 years ( Annexure-IV)

A Yes/ No

6 Manufacturers authorization (Annexure-II) A Yes/ No 8 Bid form (Annexure -V) A Yes/ No 9 Details of the Bidders

(Annexure –VI) 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 GST Certificate A Yes/ No 13 VAT clearance certificate up to 31.03.2019 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 BID security Annexure-III B Yes/ No

Signature of the Bidder

Page 30: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

8

SECTION- IV

SCHEDULE OF REQUIREMENTS

AND TECHNICAL SPECIFICATIONS

Page 31: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

9

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

1. Equipment for Central Instrument Room – Chemical Division

1.2 FTIR

Spectrophotometer with 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 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 7000 – 400 cm-1.

Interferometer Sealing: The system should be completely sealed and desiccated. Built in electrical peltier based dehumidifier in the interferometer or equivalent technology 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.

Page 32: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

10

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) Peltier/liquid nitrogen controlled

sample chamber.

1.7 Polarimeter (Digital)

For assay of dextrose in ORS

1No.

Digital Polarimeter, for Determining the Optical Rotation of Substances. ? Resolution to 0.001º ? Accuracy – 0.004º arc optical

rotation ? Measurement to ±89.9º ? Cell Aperture sizes 3 and 8 mm

diameters, for use with narrow diameter cells

? wide wavelength range 589 ? Change of wave length is

automatic by wave length selection ? Detector photo multiplier tube ? Temperature Control from 0º to

40ºC using air cooled peltier electric cell holder

? Optical density 4.0 for darker samples

? Temperature validation tool should be supplied with the instrument

Page 33: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

11

2. Common Equipments for Chemical, Physical & Biochemical Analysis 4. Dissolution

Test Apparatus optional : auto sampler with peristaltic pump

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 run,

Page 34: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

12

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(optional) 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 Temperature

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

Audit Trail According to 21 CFR Part 11

2.12.

Refrigerator To store different reagents / standards at

3 Nos. CAPACITY- 200 LTS /300 LTS Technical Specification

? Temperature Range : 2°Cto 8

Page 35: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

13

low temperature.

Deg.C ? Temperature Accuracy : ±

0.2°C ? Temperature Uniformity : ±

2°C 2.13.

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. Voltage

: 240V.AC.50Hz/.

Motor Wattage

: 750W.

Rating : 30 Min. Speed at no : 18000 r.p.m.

2.23.

Grinder mixer To grind and mix the drug substances particularly of plant origin

1No.

Load Setting : 3 Speed with incher. 2.27.

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

3. Common equipment for Microbiological Analysis - Microbiology Division Sl Equipment Purpose Qty. Specification 3.2. 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

3.4. Klett Summersion Colorimeter

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

Page 36: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

14

Glass filter- 8 nos. (400, 430, 480, 500, 520, 540, 630, 670 nm) Std Accessories: Test tube 5 nos.

3.7. 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. 3.9. 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 Compre ssor 5 Temp uniformity • +/- 3 degree C

? Digital display ? Door alarm, voltage alarm, power

failure alarm 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

3.11.

Vial decapping machine

To open the vial 1

Handle Material: Stainless Steel 3.12.

Gas Lighter with Gas filling Machine

To sterilize the loops

2 Nos.

3.13 Particulate Matter Counter

To determine the size distribution of particulate matters.

Liquid sensor 1. Size range : 2-125 µm or better 2. Flow rates : 10 or 20 ml/min 3. Volume sampled : 100% 4. Maximum concentration : 10,000 per ml

Page 37: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

15

or better 5. Zero count level : <1/ml 6. Capillary size : 0.5x0.7 mm 7. Laser source : laser diode 8. 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, 3.14 Heating Block To test

injectables for BET testing

To accommodate 60 test tubes (10X75 mm each) Temp. Range 300 to 500 C

3.15*

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.

3.16 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.

4.Computer Section for 2 (two) sets

DESKTOP COMPUTER (WITH PRELOADED OPERATING SYSTEM)

Specifications :-

Intel Core i7 Configuration ? CPU : Intel Core i7 latest generation (3.4 GHz, 8 MB Cache or higher)

? Chipset : Intel OEM supported Motherboard. ? Bus Architecture : 4 PCI (PCI/ PCI Express)

? Memory : 8 GB DDR4 RAM with 16 GB Expandability or higher. ? Hard Disk Drive : 1 TB 7200 rpm Serial ATA HDD or higher.

? Monitor : 19.5 inch larger LED/ TFT Digital Colour Monitor TCO- 6.0 certified. ? Keyboard : 104 keys.

? Mouse : Optical with USB interface. ? Bays : 3 Nos. or above.

? Ports : 6 USB 3.0 Ports (with at least 2 in front), audio ports for microphone and headphone in front.

? Cabinet : Small form factor (Max. 16 Litres).

Page 38: TENDER DOCUMENT FOR TESTING LABORATORY TRAINING …admin.osicltd.in/Siteupdate/TenderFile/5637.pdfGuarantee/Warrantee Period 6.4 Up time Guarantee /Warra ntee 6.5 Downtime Penalty

16

? DVD ROM Drive : 8X or better DVD ROM Drive. ? Networking facility : 10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up, out of band

management using any standard management software. ? Operating System : Windows 10 Professional preloaded, as specified, with Media

and Documentation and Certificate of Authenticity. ? Power Management : Screen Blanking, Hard Disk and System Idle Mode in

Power On, Set up Password, Power supply SMPS Surge protected. ? Warranty : 3 years minimum.

COLOR LASERJET MFP (PRINT, SCAN, COPY)

WITH NETWORK OPTION

? Duty cycle (monthly, A4) : Up to 30,000 pages ? Print colours : Yes

? Functions: Print, Copy, Scan ? Duplex printing: Manual

? Print speed black (normal, letter): Up to 19 ppm ? Print speed color (normal, letter): Up to 19 ppm ? Print speed black (normal, A4): Up to 18 ppm

? Processor speed: 800 MHz or higher ? Scan resolution, optical: Up to 300 x 300 dpi (color and mono ADF); up to

300 x 300 dpi, 600 x 600 dpi, 1200 x 1200 dpi (Flatbed) ? Levels of grayscale: 256

? Scan input modes: Front-panel scan, copy, e-mail, fax, or file buttons ? Color scanning: Yes

? Scan size (flatbed), maximum 216 x 297 mm ? Copy resolution (color text and graphics): 600 x 600 dpi

? Paper trays, standard: 2 ? Multitasking supported : Yes ? Warranty: 3 years minimum

[ N.B: The cost for Computer, Printer, UPS and Anti Virus may be quoted separately however evaluation shall be made on composite basis. ]