112
1. Sonicator Specifications 1. Frequency: At least 25 KHz 2. Display : Digital and at least of 0-15 minutes duration. 3. Power: At least 200 Watts. 4. Sample Volume: 5-50 ml 5. Probe : Adjustable and two probes with approximate diameter of 15mm (0.6”) and 8 mm (0.3”) to be supplied with the instrument. 6. The instrument should be supplied with suitable tools for changing the tips and other spare parts. 7. Power Supply : 220-230V, 50/60 Hz 8. Warranty: Two years following installation 9. Optional: Sound abating chamber to be provided for processor 10. Optional: 2 KVA online UPS with 30 minutes backup capacity. This is to certify that to the best of our knowledge, the above stated specifications are generic in nature

1. Sonicator Specifications - ivri.nic.inivri.nic.in/tender/pdf/Tend_ScientificEquipForm020915.pdf · Autoclave Vertical Capacity: > 75 litres Pressure range: adjustable 15-20psi

  • Upload
    ledien

  • View
    219

  • Download
    0

Embed Size (px)

Citation preview

1.

Sonicator Specifications

1. Frequency: At least 25 KHz

2. Display : Digital and at least of 0-15 minutes duration.

3. Power: At least 200 Watts.

4. Sample Volume: 5-50 ml

5. Probe : Adjustable and two probes with approximate diameter of 15mm (0.6”) and 8 mm

(0.3”) to be supplied with the instrument.

6. The instrument should be supplied with suitable tools for changing the tips and other spare

parts.

7. Power Supply : 220-230V, 50/60 Hz

8. Warranty: Two years following installation

9. Optional: Sound abating chamber to be provided for processor

10. Optional: 2 KVA online UPS with 30 minutes backup capacity.

This is to certify that to the best of our knowledge, the above stated specifications are generic in

nature

2.

Autoclave Vertical

Autoclave Vertical

Capacity: > 75 litres

Pressure range: adjustable 15-20psi

Controller: Microprocessor

Purging: Auto

Exhaust: Auto

Display: LCD/LED

Application/Use: Programmable

Lid: Single lever/Radial locking

Safety: Overpressure valve, Low water detection

Buzzer: End of programme buzzer

Material internal: Steel

Material External: Steel /Powder coated steel

Carrier basket: Steel

Model: Vertical Floor

Certification: CE

Electrical Operation: 220-240V/ 50-60 hz

Warranty: One year from the date of installation

3.

Portable steam sterilizer

Portable steam sterilizer

Capacity > 50 litres

Pressure range: adjustable 15-20psi

Controller: Microprocessor

Purging: Auto

Exhaust: Auto

Display: LCD/LED

Application/Use: Programmable

Lid: Single lever/Radial locking

Safety: Overpressure valve, Low water detection

Buzzer: End of programme buzzer

Material internal: Steel

Material External: Steel /Powder coated steel

Carrier basket: Steel

Model: Vertical Floor

Certification: CE

Electrical Operation: 220-240V/ 50-60 hz

Warranty: One year from the date of installation

4.

Spectrophotometer

Specification

- Wave length range=from UV to visible i.e 200 to 900 nm

-Photometric= with dual wavelength

-Monochromatic grating system with adjustable wavelength without filter

-Band width= minimum 5 nm

-Accuracy= minimum ±2 nm

-Repeatability= ±0.2 nm

-Linearity= ≤ 2 .0%, 0-3 OD at 405 nm

-Reproducibility= ≤ 1 %

-Compatibility= can read universal 96 well plate

-Operating voltage= 230 -240 Volt A.C.

-Recording and printing of data should have display through screen for recording and printing facility

and operation through computer and stand alone both

-Warranty= It must cover warranty of minimum 2 years from the date of installation

-Original catalogue must be enclosed

-Optional= AMC/CMC rate may be given for at least 2 years post warranty period

-Optional= provision for thermo control cuvette

-Optional= The equipment may have spectral and kinetic output

-Optional= 96 well-plate quartz plate (one)

-Optional= Rates of optional items may be quoted separately.

5.

CO2 incubator

- Microprocessor controlled CO2 incubator

- Capacity= 150-200 Ltr

- Temperature range= from at least 100C below ambient with inbuilt cooling to 50°C above ambient

with accuracy of ± 0.1°C.

- It should have fan less all sided direct heating system.

- Should have excellent uniformity and rapid recovery with no over shoot event.

- It should have CO2 control range from 0-20% with accuracy and uniformity of ±0.1% and equipped

with rapid recovery system to maintain the CO2 concentration.

- Should have minimum 4 adjustable shelves & water reservoir made up of stainless steel to achieve

at least 90-95 % RH.

- Should be provided with front display of all the set and real time parameters.

- It should have two level alarm systems including audio & screen displayed alarms for system status,

with programmable alarms for CO2 and temp set points, delays, duration etc.

- Should be equipped with HEPA filter on CO2 inlet.

- It should also have over temperature cut-out and automatic alarms set point reset.

- It should have internal glass door

- A voltage stabilizer (3KV) should be provided with CO2 incubator

- CO2 cylinder and regulator= 2 Nos. each

- Equipment must cover warranty of minimum 3 years from the date of installation

- It should have ISO 9001 & CE Certification.

- Operating voltage= 230 -240 Volt and 50 Hz.

- Original illustrated catalogue for above technical specifications must be enclosed with list of users.

- Optional =Split AC (1.5 ton) for better functioning of the equipment.

- Optional= AMC/CMC may be covered at least for 2 years post warranty period

- Optional= Door unit for individual chamber/ compartment may be quoted

6.

Scanning colorimeter:

1. Application: For scanning color of meat product and measure Lightness (L), Redness (a),

Yellowness (b) values

2. Measurement principle: Dual beam spectrophotometer

3. Geometry: 45°illumination/0°viewing or diffuse/8°

4. Spectral range: 400-700nm

5. Light source: Xenon lamp

6. Operation: Easy to operate with thumb-tip navigation functions

7. Display: LCD

8. Parameters for display: Color data, color difference data, color plot, spectral data, spectral data

difference, spectral plot

9. Lamp Life: > 1 million flashes

10. Standards Conformance: CIE 15:2004, ISO 7724/1, ASTM E1164

11. Colorimetric Repeatability: ΔE*≤0.05 CIE L*a*b* on white tile

12. Color Scales: CIE L*a*b*

13. Data storage: 500-700 sample measurements

14. Standard accessories: including Nickel metal hydride batteries, Battery charger, Calibrated

instrument tile, Dust cover, Carrying case, USB flash drive, Users guide

15. Compatible voltage stabilizer: required

16. Warranty: 2 years

7.

Ultra Low temperature BOD incubator

1. Capacity:> 250 litres

2. SetTemperatureRange: 5°C to 60°C

3. Temperature Accuracy:± 0.5°C

4. Shelves:>3 No.

5. Controller: Microprocessor

6. Display: LCD

7. Safety: Over-temperature/overshoot controller

8. Fan: For forced air circulation

9. Illumination: door operated in-built bulb/tube

10. Material of construction Internal: Stainless steel

11. Material of construction External: Steel or Powder coated Steel

12. Doors: Double walled outer door with lock/ key and full view inner door

13. Movement:Castor Wheel

14. Model: Floor

15. Compressor: Hermetically sealed air cooling compressor system

16. Stabilizer: Suitable Servo controlled voltage stabilizer

17. Electric Operation: 220-240 V/50-60 Hz

18. Warranty: 2 years from the date of installation

8.

ELISA Reader

Detailed specifications of the equipment:

� Wavelength : Monochromator

� Light source : Xenon flash lamp

� Wavelength range : 200 – 1000 nm with 1nm steps

� Read-out range : upto 4 Absorbance

� Bandwidth : 2nm

� Plate/Cuvette types : 96 and 384 well plates, standard micro and ultramicro cuvettes.

� Shaking : Linear

� Incubation : from ambient to 45°C.

� Internal user interface : USB memory for data export, USB port for external printer.

� PC control : Software using USB connection. The equipment should work in

Stand alone mode in case computer become non functional.

� Mains input : 220 – 240 V, 50 Hz.

� PC requirement for software: With latest configuration

� Warranty for 2 years from date of installation.

� Compatible voltage stabilizer.

9.

Refergerated-200C

Specification for the Deep Freezer -20oC freezer (Revised)

1. Microprocessor controlled VERTICLE (upright) type -20oC freezer

2. Capacity of 280 to 350 lts.

3. Digital display of temperature parameters

4. CFC-FREE, HCFC-FREE non flammable refrigerant compressor

5. Stackable freezer should have at least TWO independent compartments with doors with adjustable

height stainless steel shelves

6. System should have high grade stainless steel interior and tough; powder coated exterior finish

constructed on steel gauge

7. Ultra thin vacuum insulation panel and silicon gasket on the doors for tight sealing

8. Audible and visible security alarms- for deviation from set temperature, power failure, probe failure,

9. Suitable servo voltage stabilizer

10. Two years warranty; Freezer should have wheels for displacement to a new place.

11. Working Voltage=230V.

10.

High Speed Refrigerated Centrifuge:

1. Microprocessor controlled.

2. Max speed 18000 rpm

3. Max. Volume 6x 250 ml

4. Temperature range -20 to 400C

5. Pre-selection of time 30 sec to 99 hours and continuous run

6. Large LCD display

7. Maintenance free induction drive

8. Motorize lid cock

9. Automatic rotor identification with over speed protection

10. Active imbalance identification

11. CFC free refrigeration

12. Permanent indication for actual &preset values

13. 10 accelerations / declaration

14. Quick key for short run

15. Stand still pre-cooling of chamber

16. Selection of both RPM and RCF

17. Audible indication of end of run

18. Self diagnostic for errors.

19. Specifications must be supported by original printed catalogue and list of users with detailed

address including phone, fax and email.

Warranty: Minimum 02 years from the date of installation

Rotors:

20. Fix angle rotor for 12 x 1.5 / 2.0 ml with max speed upto 18000 rpm

21. Fix angle rotor for 15 x 50 ml with max speed up to 15000 rpm and adaptor for 15 ml falcon

tubes

22. Swing out rotor 4 places, adaptors for 15 ml and 50 ml tubes with speed up to 4500 rpm.

23. Voltage Stabilizer

11.

Refrigerated water bath

Water bath circulatory high precision

Specifications: Water bath circulatory high precision

Temperaturerange: -200C to 100

0C

Temperature control: PID

Accuracy: +0.050C or less

Display: LCD/LED for set and actual values

Pump: For circulation with speed controller

Pump capacity flow pressure (bar): 0.25-0.45

Ambient temperature: 50C to 40

0C

Adjustable high temperatures cut-out/ dry-running protection

Controller: Microprocessor/ programmable

Safety: Alarm and over temperature cut-off

Tank capacity: Approx. 5 liters or less

Operation: Electrical, 220-240V/50-60Hz

Stabilizer: Suitable servo controlled voltage stabilizer

Warranty: Minimum 02 years from the date of installation

User List: Indian user’s list (minimum 10 installations) for the quoted model along with valid contact

details including telephone no. and email of users.

Catalogue: Technical features described above should exclusively be supported by authenticate original

illustrated company catalogue of the instrument/equipment quoted.

Photocopy or computer print-out of catalogue will not be accepted.

12.

Specifications for BOD incubator (LOW TEMPERATURE)

1. Should be suitable for experiments requiring low temperature conditions (50C-60

0C) for

microorganism

2. Should possess durable coaxial blower for forced air circulation to maintain optimum temperature

uniformity and homogeneity.

3. Should possess high grade high pressure foamed in-place puf insulation between outer and inner

chamber for minimal thermal losses.

4. Should possess finned tube evaporator that facilitates uniform and faster cooling effects.

5. Should be provided with solid double walled door and a full view inner plexi-glass door which enables

inspection and monitoring of inner chamber specimens without disturbing the process temperature

Warranty: Minimum 02 years from the date of installation

13.

Shaker Incubator

Specifications:

• It should be a bench top/floor model Orbital Shaker Incubator.

• It is should good quality built made up of stainless steel interior

• Temperature:

1. Range at least from 30˚C to 60˚C

2. Control accuracy ± 0.1 ˚C by microprocessor/PID controlled

• Shaking features:

1. Speed range 30 to 400 RPM.

2. It should have timer time to up to 99.9 Hrs or more.

3. Drive: By tripe eccentric, brushless motor is preferable to avoid costly maintenance

4. It should have soft start and stop features to prevent culture spillage

5. It should have auto restart function after power interruption with non-volatile memory

(retain set parameters after power failure).

• Display:

1. LED for indication of speed, running time and temperature.

• Safety features:

1. It should have open lid cut-out switch to stop platform motion.

2. It should have audible- visible alarms for temperature and speed deviations.

• Essential Accessories:

1. It should be supplied with universal platform (about 18 inches×18 inches ) having capacity to

hold about 4 flasks of 2 liters. It should be supplied with the clamp/adaptors for flasks of 250

ml (4Nos.), 500 ml (02 Nos), 1000 ml (02 Nos) and 200 ml (02Nos.)

2. It should be supplied with compatible stabilizer

• It should come with 3 years warranty and on-site repair services as and when required.

• Technical features described above should be supported by original illustrated catalog, with list

of users (with all contact detail), and authentication of vendor’s business record in the form of

Income Tax return for, at least, of last 3 years.

• Warranty: Minimum 02 years from the date of installation

14.

Micro Plate reader

Fully programmable, Monochromator based Microplate reader which supports end point, kinetic and

spectral scanning assays with capability to read samples in microplates, as well as, in cuvette.

1. The system should be capable of providing readings as stand-alone with internal machine

software and on-board display on screen

2. It should also be compatible for PC connectivity with external analysis software control. The

analysis software must be provided essentially.

3. Monochromator based selection of desired wavelength in the range : 200nm to 1000nm with

1nm increment, spectral scanning feature and pathlength correction

4. Spectral scanning speed of ≤10 seconds for scanning the entire spectrum of sample in the range

200 to 1000nm with increment of 1nm

5. Wavelength bandwidth ≤ 2.5nm

6. Must enable fast plate measurements : upto 20sec for 384 well plate

7. Temperature controlled microplate chamber and cuvette holder for maintaining temperature of

45oC

8. Linear shaking/mixing feature for microplate platform

9. Compatible online UPS to provide atleast one hour power backup, Branded desktop PC with

latest configuration available in the market to install the analysis software and one black laser

printer to print the result reports must be provided essentially with system

10. Warranty: Atleast two years from the date of installation

11. Original brochure/catalogue with technical details to be provided with the bid

15.

Gel documentation system with computer and UPS

• Gel documentation system

• Imaging: by scientific grade CCD camera, at least 1.4 mega pixels, 16bit

• Dynamic range: >3 orders of magnitude

• Illumination Area: at least 20 X 25cm

• Lens: Motorized

• Wheel: Manual/Motorized at least 3 position filter wheel.

• Filters: at least 2 No. (Green/Red/Orange with further provision of up-gradation)

• Exposure: Software controlled motorized control of aperture, zoom and focus

• Transilluminator: Sliding/drawer/pull out type

• Transilluminator power: software controlled

• UV source: dual wavelength (254, 302 - 365 nm)

• White light source: White light screen

• Epi-illumination: Epi UV, epi-white and visible-blue

• Safety: UV safety interlock

• Applications: Suitable for EtBr, SYBR Green, GFP, SYBR Gold, Fluorescein, CY3, Rhodamine,

SYPRO, Texas Red, Hoechst, Cumarin

• Software: Acquisition and Analysis Software for gels

• Computer: Computer system complete with UPS (Branded computer with i7 processor, 4GB

RAM, 500 GB HDD, 19” TFT Monitor, DVD R/W, USB ports, Keyboard, optical mouse and

Compatible Windows -license)

• Printer: Laser colour printer

• Up-gradability: Chemiluminescence up-gradable

• Operation: Electrical, 220-240V/50-60 Hz

• Warranty: Two year from the date of installation

• On line UPS of 3 KV with 1 hour backup

16.

UV Visible spectrometer

1. Spectrophotometer with accessories (01 Unit)

1. Full spectrum 220-800 nm.

2. Measure 1 µl sample with high accuracy for nucleic acid, protein, microbial cell culture OD and

other general UV/VIS analysis

3. Computer compatible with software.

4. High absorbance range

5. Absorption precision should be 0.003.

6. Wavelength accuracy should be 1nm

7. 10 second measurement time

8. Large range of detection with detection of nucleic acid down to 2ng/microliter

9. Three years comprehensive warranty

10. Computer compatible with software

Intel core i5 processor 3.10 GHz, • 1 TB SATA Hard Disk Drive, • 4 GB DDR III RAM with Graphics

Card, • Original Windows 7 OS • DVD R/W, 6 USB Ports (with at least 2 in front), • Optical

Mouse, • Multimedia Key Board, • 21" Bright view LED TFT Color Monitor and Speakers Colour

laser printer (quote separately) • Equipment should work even without computer

Original illustrated catalogue for support of technical specifications/features List of users along

with phone & e-mail

Suitable online UPS (1 KVA)

17.

Trinocular microscope with infinity corrected optical system

1. Mechanical rotatable stage for 2 slides with left and right hand control, course (15mm) and fine

adjustment (0.1mm) /rotation, minimum reading 1.0mm.

2. Light source 6V/30W halogen bulb, 220 - 240V, 50Hz.

3. Sextuple revolving nose piece.

4. Eye pieces with interpupillary distance adjustment, wide field 10x (Field view 22mm)

5. Plan achromatic objectives 4x (NA 0.1mm), 10x (NA 0.25), 20x (NA 0.40), Plan fluorite

40 x (NA 0.75), Plan fluorite 100x (NA 1.3).

6. Swing out Condenser (1.25 NA), along with phase contrast for 10x to 100x, iris diaphragm built in.

7. Dedicated digital CCD camera of minimum 5MP, binning option and approximate 20 FPS,

camera mount, good image resolution,

8. Camera software for multicolour imaging measurements and shading corrections etc.

9. Compatible Latest PC system, TFT Monitor 23” for viewing pictures and imaging.

10. Two year warranty, AMC.

18.

Upright Research Microscope with Digital Camera (1 Unit)

1. Infinity Corrected Optical System for Better Image contrast with feasibility of future Up-

gradation.

2. An ergonomic stand with suitable high contrast long life LED illumination with illumination

control & Abbe condenser.

3. Trinocular widefield Observation Tube with built-in diopter adjustment in one sleeve (ocular).

4. Eyepieces of at least 10X magnification.

5. Quintuple revolving nosepiece with Plan Achromatic objectives

6. 4X Plan Achromat; 10X Plan Achromat, Phase; 20X Plan Achromat; 40X Plan Achromat, Phase;

100X Plan Achromat, Oil

7. Ceramic coated Mechanical stage with dual slide holder

8. Universal condenser for Brightfield, Phase Contrast & Dark Field Applications.

9. Digital camera with 12.0 Mega Pixel or better resolution, LCD camera monitor complete with

image analysis software for arranging & measuring captured images, live preview, dynamic

image analysis, creating databases & Preparing reports

10. The microscope should be upgradable to Motorization, DIC & 100 watt fluorescence

• Original illustrated catalogue for support of technical specifications/features

• List of users along with phone & e-mail

19.

ELISA Microplate Reader with accessories (automatic washer etc)

with computer attachment, UPS & softwear

• Ability to read flat and U bottom 96 well plate

• Wave length range 400-750 nm

• Automatic calibration before reading

• Plate shaking capability

• Build in printer

• Computer along with laser printer and software for data analysis, recording and output

• Programmable ELISA plate washer with complete accessories.

• Warranty: At least two years from the date of installation

20.

Bedside monitor

1. High resolution TFT monitor

2. It should be Suitable for animals use

3. It should have the facilities for recording ECG, Heart rate, Respiration, Temperature , SPO2 and

4. Non-invasive Blood pressure

5. Audible and Visual Alarms with adjustable alarm ranges

6. With attached PC for storage and retrieval of data

7. Graphic display of parameters

8. Option for electrical and battery operation with Rechargeable batteries and 0.5 KVA stabilizer

9. Built in printer

10. Accuracy 90-100 %

11. At least one year warranty

21.

Trolley based machine with drawers

1. Trolley based machine with drawers

2. Isoflurane and sevoflurane vaporizers

3. Oxygen Flow Meter

4. Flow rate of oxygen-0.1 L to 10 L

5. Oxygen flush up to 30 L or more

6. Gas pressure gauges

7. Safety valves

8. Pop off valve

9. Reservoir/rebreathing bag of 1 L

10. Soda Lime canister of 1L or more

11. Bains apparatus/circuit or latest breathing circuit

12. Provision for connecting to small and large oxygen cylinders including pin based cylinders

13. Provision for connecting to positive pressure ventilator

14. The machine should be supplied with following accessories:

(i) Small Animal Anaesthesia Mask of different sizes (Set of six sizes)

(ii) Rebreathing bag 1 and 2 Litre (2pc.each)

15. Minimum warranty period 2 years

22.

Specifications of Gradient PCR with UPS

• High performance modular Gradient Thermal Cycler Units with capability to drive additional satellite

thermal cycler modules.

• Assymetrical independently controllable universal dual block with 64 and 32 wells.

• Block should accommodate PCR tube strips, 0.2ml and 0.5ml PCR tubes or Eppendorf divisible PCR

plate

• Should have 12oC gradient range

• The blocks should have latest eight peltier based thermal elements for better uniformity and wider

gradient optimization temperature range

• Should use patented Triple Circuit Technology ensuring precise control of temperature.

• Internal auto validation before the start of the program

• Block Temp. Range: 4-99 deg C

• Temp. uniformity: better than +/- 0.4 deg C

• Temp. Gradient: Linear Gradient spread : 3-30 deg C

• Temp. Range for Gradient range: 30-99 deg C

• Lid temp. range: 37-110 deg C

• Heating Ramp Rate: Upto 3.5 deg C /sec

• Cooling Ramp Rate: Upto 2.5 deg C/ sec

• Traceability: Calibration using NIST traceable standards

• Lid descent and closing pressure must use Flexlid technology with Thermal sample

• Option to select Power On resume ON/OFF facility should be available (user selectable option)

• Communication interfaces : through USB ports, Ethernet, CAN in, CAN out

• Should have two USB ports: for Protocol transfer, Self-test, USB, Printer/mouse

• An intelligent program creation wizard driven software with the ability to automatically create a

protocol including all steps of PCR and number of cycles

• Should have Administrator and user login with or without PIN for enhanced security

• Possible to do TouchDown PCR, Incremental/Decremental, Automatic/Manual Hot Start

• Memory: more than 1000 programs & further extendable through memory sticks

• Should have log book function for error messages and new calibration

• Customized programming allows a maximum of 20 steps and 99 cycles

• Power save standby function

• System should capable of connecting Two additional Mastercycler nexus PCR Machines for ultimate

throughput

• GLP compliant record of each run should be recorded automatically

• Possible to drive the system through PC/Laptop

• Calibration according to NIST (USA), DKD/PTB (Germany) UKAS/NPL (UK), UL/cUL listed

• Should comply to RoHS (2011/65/EU)

• Should be supplied with suitable online UPS (2h backup) & Laptop Computer

• Maximum power consumption: 700 W

• Should come with a 2 year warranty

• UPS: Online/Compatible

23.

Portable Diagnostic Battery Operated Diagnostic Color Doppler Ultrasound Scanner with Printer

• Equipment should be single man usable, portable and lightweight exclusively for veterinary use on

Bovine, Equine, Porcine, Canine, Ovine & Feline

• Equipment should come with inbuilt color Doppler & pulse wave Doppler

• Equipment should work on applications viz. general, abdominal, gynecology, obstetrics, small parts,

superficial, musculoskeletal among others

• Equipment should be easy to carry and light weight, preferably between 3.0kg to 3.5kg rang including

weight of inbuilt, interchangeable and user extractable battery

• Equipment should have battery back-up of minimum 5 working hours

• Equipment should be useful for immediate use, boot up time of maximum 20 seconds including

inbuilt facility to restart without boot-up

• Equipment should have minimum 8" TFT LCD monitor with VGA Format Display size 640x480 pixels

• Equipment should have inbuilt video recording facility with recording area size 640 x 480 pixels

• Equipment should have adjustable tilt with stereo sound via inbuilt facility with integrated

loudspeaker

• Equipment should have digital brightness adjustment, MI (mechanical index) & TI (thermal index)

• Equipment should have following multi-frequency probes with facility to interchange the probe

without restarting the scanner to prevent any dynamic image loss:

o Wideband convex probe of central frequency 3.5 MHz, B mode frequencies of 2.5 MHz, 3.5 MHz & 5.0

MHz for applications on musculo-squelletic, cardiac examination on bovine

& equine, abdominal examination & parts on canine, porcine, ovine o Wideband Linear rectal probe

with central frequency 7.5 MHz, probe bandwidth of 5MHz to 10MHz, B mode frequencies of 5.0 MHz,

7.5 MHz & 10.0 MHz for applications on obstetrics & gynecology on large animals

• Equipment should have the following

1. Color Doppler and pulse wave Doppler as in built standard configuration with color Doppler

having velocity, color invert with on/off feature

2. Color Doppler with automatic CFM focus, adjustable and selectable area of interest, position,

size of minimum 0–120 gain

3. Selectable and adjustable pulse wave gate position, gate size, frequency & gain from 0–21

4. Adjustable baseline, adjustable audio, simplex mode and automatic measurements in pulse

wave mode with user convertible presets & protocols

5. Input and output options on the scanner device itself for external screen display, thermal

printer, DVI connection and USB port facility

6. Processing via minimum 32 true emission channels with minimum 64 reception channels and

multi-zone focusing and continuous dynamic focusing to receive with FREE inbuilt ultrasound

softwares upgrade (FPGA) for total warranty duration of the equipment

7. Alphanumeric physical keyboard, touch-pad, 10 related keys for easy access to operation

menus and audio adjustment

8. B (basic). M (motion), B+B, B+M & M operational modes with adjustable area region of

interest, zoom and full screen zoom function and minimum 5 user selectable focus points for

each focus

9. Cine loop, text & annotations, protocols, automatic and manual measurement and tables

10. Storing facility for clips and images with facility to transfer to PC, laptop and DICOM feature

supplied with minimum 32GB USB Stick

11. Data entry settings for patient name, breed, species, body marks, image storage in .jpeg &

.bmp file formats, video clip storing format

12. Individual user protocols, export feature for images, clips, reports, patient files to/review from

USB, archiving of patient files and reports on USB

13. Carry case with battery recharger, minimum 32GB memory stick, minimum 5 liters ultrasound

gel should be supplied with the machine

• Equipment should be backed by manufacturer certifications complying CE Marked to Council

Directive, Directive 93/42/EEC, ISO 13485 / ISO 14001 / ISO 9001 / EMAS / CE / UL.

Manufacturer certifications to be produced at the time of delivery/installation

• Equipment should be provided with full post sale service back–up onsite and free of charge facility to

train the user on equipment's working and use at the time of installation

24.

High Speed Refrigerated Centrifuge

1. Microprocessor controlled.

2. Max speed 18000 rpm

3. Max. Volume 6x 250 ml

4. Temperature range -20 to 400C

5. Pre-selection of time 30 sec to 99 hours and continuous run

6. Large LCD display

7. Maintenance free induction drive

8. Motorize lid cock

9. Automatic rotor identification with over speed protection

10. Active imbalance identification

11. CFC free refrigeration

12. Permanent indication for actual & preset values

13. 10 accelerations / declaration

14. Quick key for short run

15. Stand still pre-cooling of chamber

16. Selection of both RPM and RCF

17. Audible indication of end of run

18. Self diagnostic for errors.

19. Specifications must be supported by original printed catalogue and list of users with detailed address

including phone, fax and email.

20. Warranty: Minimum 02 years from the date of installation

Rotors:

21. Fix angle rotor for 12 x 1.5 / 2.0 ml with max speed upto 18000 rpm

22. Fix angle rotor for 8 x 50 ml with max speed up to 15000 rpm and adaptor for 15 ml falcon tubes

23. Swing out rotor 4 places, adaptors for 15 ml and 50 ml tubes with speed up to 4500 rpm.

24. Voltage Stabilizer-compatible.

25.

Biosafety Cabinet (Class II)

• Biosafety cabinet should be class II, type A2

• Internal and external dimension (WxDxH in mm) should be at least 950x600x580 mm and

1049x750x1260, respectively

• Cabinet should be fitted with HEPA filters

• Average Airflow Velocity Inflow and down flow should be at least 0.50 m/s (>100 fpm) and 0.35

m/s (70 fpm), respectively.

• Should be vibration free

• Should be Fully compliant tested and certified U.S. Standard NSF 49 and European standard EN

12469

• Cabinet should have Germicidal UV lamp

• Cabinet Construction should be of corrosion proof stain resistant stainless steel interior (with

epoxy coated body)

• Bio safety Cabinet must have internally electrical socket outlet, universal service fittings for gas,

air, and vacuum.

• Workable power supply: 220-240V, 50/60Hz.

• It should be provided with support stand, castor wheels, fixed foot or foot masters.

• The product should have at least 10 installations in India in last 5 years.

• The Instrument should be provided with uninterrupted power back-up at least for half an hour.

• Technical features described above must be supported by original illustrated catalog, with list of

users of the product in India (with all contact detail: Name, affiliation, email, mobile numbers)

• Warranty :A minimum of 2 years warranty from the date of installation

26.

UV-Visible Spectrophotometer

• For micro-volume mode

1. Minimum Sample Size: 0.5 μL

2. Pathlength: 0.5 mm (auto ranging to 0.03 mm)

3. Light Source: Pulsed Xenon flash lamp

4. Detector Type: 2048 element CCD

5. Wavelength Range: 190-840 nm

6. Wavelength Accuracy: 1 nm

7. Absorbance Precision: 0.001 AU or 1%, whichever is greater

8.Absorbance Accuracy: 2% at 0.75 AU at 260 nm

9. Absorbance Range: 0.04 – 500 (1 cm equivalent)

10. Detection limit: 0.10 mg/ml BSA; 2.0 ng/μl dsDNA

11. Measure maximum concentrated solutions

12. Measurement Time: <4 seconds

13. Footprint: 20 cm X 33 cm

14. Light in weight

15. Operated by Onboard Controller and computer is not required for operation i.e. stand alone.

16. Operating Voltage: 12 VDC

17 Operating Power Consumption: 10 W; (max 45 W)

18. Operating System: Custom Android OS

19 CPU: Latest Processor

20 Display: 1280 X 800 high definition color display

21. User Input: Touch screen with swipe and pinch motion; glove compatible

22. Internal Storage: Minimum 8GB flash drive or more

23 USB ports for printer and USB drive connectivity

24 Networking: Ethernet and Wi-Fi

25. user friendly handling i.e. easy to handle for all type of programs

Warrenty: 3 year

27.

Integrated Semen straw filling-sealing and printing machine (0.25 ml)

1. Filling & sealing capacity – 12000-15000 straws per hour, four straws at a time.

2. Hopper capacity -2000-4000 straws

3. Have liquid level sensor to automatically stop the machine when semen is finished in the

reservoir.

4. Facility to automatically switch-on completely filled straws instead of 3-4 half filled straws at the

end of filling to avoid semen wastage in hoses and half filled straws.

5. In case of malfunction of machine, it should stop automatically

6. Standardization - ISO certified

7. MS Window compatible dedicated software.

8. Work as a filling & sealing machine only without changing any hardware

9. Ultrasonic sealing facility for the straws.

10. Suitable inkjet printer for permanent & legible printing

11. Automatic bull identification using Bar code.

12. Barcode printing with nozzle size : 40-50 micron, should have facility of 128 condensed bar code.

13. Straw printing should have facility for Barcode, date, bull no., year, batch, place etc. Also free

texts edit line.

14. Work as a printing machine only without changing any hardware.

15. Software for integrated data base for bull, file, administration for every breed.

16. Printer with efficient permanent viscosity checks facility.

17. Nozzle & other parts of the printer should not be chocked by ink due to unused period of

printing.

18. Printer with efficient automatic nozzle-close system, permanent viscosity checks, 24 hour ready

to use.

19. System software can communicate & regulate ultrasonic generator vacuum pump, printer &

filling- sealing machine with a single command of PC attached with machine.

20. Easy operation & maintenance

21. Easy to clean

22. All parts that require cleaning should be easily handled without tools.

23. Compact, user friendly & ergonomic.

24. Low noise.

25. Equipment must be quoted with all additional software.

26. Warranty: at least two years. Amount ( in Rs.) require for AMC for further next five years.

27. Free onsite training & installation

28. Satisfactory working report from users (India & abroad) to be attached

29. Supplier should have their service centre in India to provide after-sale services.

30. Accessory items: One split AC (2 tons) and Online UPS (5 KVA) with at least one hour power back

up on full load for running this instrument.

28.

Real time PCR

1. Functional Requirements

1.1 The system is intended for real-time PCR (Polymerase Chain Reaction) detection and conventional

end point PCR analysis.

1.2 The system shall be able to run at least 6 different PCR protocols (up to 12 samples under each

protocol) at the same time.

2. General Requirements

2.1 The system shall be stand-alone functionality and consist of the following:

a. Peltier-based thermal cycling system with 96-well optical blocks;

b. 6.5" LCD touch screen and USB drive for easy set up and analysis, or

c. Windows based operating system for instrument control and data analysis; and

d. Software for instrument control, data collection and auto-analysis of sample files.

2.2 The system shall be able to support the following real-time and post quantitative PCR application:

a. Viral Load Analysis (HIV Viral Load Test);

b. SNP Genptyping;

c. MicroRNA Expression;

d. Translocation Analysis;

e. Gene Expression Profiling ;Viral Load Analysis;

f. Gene Detection.

2.3 The system shall designed to analyse 96 samples simultaneously in any of the following formats:

a. 96-well plate with optical adhesive cover;

b. 96-well plate with optical flat caps;

c. 8-tube strips with optical flat caps;or

d. Individual tubes with optical flat caps.

2.4 The system shall be equipped with suitable light source and filter systems to enable multiple

wavelength detection, at least 5 channels with minimum sample and reagent usage.

2.5 The system's fluorescence detection chemistries shall include factory calibrated FAM/SYBR Green

I, HEX/JOE/VIC, TET, Cy5,Cy3,Alexa Fluor 350,NED/TAMRA and Texas Red/ROX dyes. The system's

melt curve or dissociation takes place in steps varying from 0.1 �C/sec to 1 �C/sec

2.6 The system shall be designed to complete a standard 40 cycle real-time PCR reaction using

fluorogenic 5' nuclease assay in a 96-well plate configuration in under 30 minutes

2.7 The system should allow the user to program different PCR programs running simultaneously, and

maximum temperature difference across the block should be more than 5 �C.

2.8 The system shall have real-time quantitative PCR installation specifications which demonstrate the

ability to distinguish between 5,000 and 10,000 template copies with a 99.7% confidence level.

2.9 The system shall be designed to support reaction volumes of 10�l to 50�l.

2.10 The system shall provide specialised application specific software that is designed to collect and

analyze the fluorescence data for the applications of absolute quantitation, relative quantitation,

allelic discrimination/SNP(Single Nucleotide Polymorphism) detection and melt curve analysis.

2.11 The system software shall utilize a multi componenting algorithm designed to provide precise

deconvolution of multiple dye signals to enable the simultaneous detection of multiple

fluorophores.

2.12 The system shall be allowed to print with an external printer for hard copy output of results,

usage, quality control and calibration data.

2.13 The system shall allow to save, copy,export chart and text report data directly from display screen

to Microsoft Excel, Power Point, text and image files.

2.14 The system software shall be able to link up to four PCR system with one computer.

2.15 The system shall be well constructed with durable materials to withstand typical abuse and

cleaning.

2.16 The system shall be equipped with automatic self-diagnostic program upon start-up, which shall

detect and clearly indicate any defects or malfunction.

2.17 The system shall have connections that are secure enough to resist accidental disconnection.

2.18 The system shall be designed for easy installation, no required of calibration of optics and easy

access to serviceable parts.

2.19 The system shall be easy to clean and disinfect as appropriate.

2.20 The Tenderer shall provides comprehensive assay design and development guidelines for real-time

quantitative PCR and SNP genotyping assays

2.21 The Tenderer shall be able to supply all the necessary consumables to perform real-time PCR

diagnosis and quantitative PCR, etc.

The system shall be designed to permit future extension or upgrades, both hardware and

software, to more advanced system and capabilities.

Support reaction volumes : 1 to 50 �l

Temperature range : 0 –100 �C

Temperature accuracy of set-point : �0.2 �C at 90�C

Average ramp rate : 3.3 �C/sec

Gradient operational range : 30 –100 �C

Scan time, all channels : �12 sec

Scan time, single channel : �3 sec

Quantitative PCR Run Time : Fast <30 mins

Sample Format : Standard 96-well plates;

Block temperature : �5�C

Type of detection : Optical

Excitation range : 450 to 750nm

Emission range : 450 to 750 nm

Standard Accessories

All standard accessories, required for normal operation, decontamination and maintenance, shall

be listed with itemised prices and included in the unit base price. Please submit list of all

consumables and their prices that used in analysing DNA and RNA samples.

Optional Accessories /System

All optional accessories/system shall be listed with itemised prices. Computer compatible with

software Intel core i5 processor 3.10 GHz,

• 1 TB SATA Hard Disk Drive,

• 4 GB DDR III RAM with Graphics Card,

• Original Windows 7 OS

• DVD R/W, 6 USB Ports (with at least 2 in front),

• Optical Mouse,

• Multimedia Key Board,

• 21" Bright view LED TFT Color Monitor and Speakers

Installation / Commissioning Requirements- Should be done with free of cost

29.

Specification for Storage Units(Compactor)

1. 1 No. Single face static unit 1980x915x457 (mm) = 1 No. Single face movable unit

1980x915x457 (mm) + Nos. Double faced movable units 1980x915x914(mm) with hinge

door= 1 Complete Unit

2. 1 No. Single face static unit 1980x915x457(mm) + 1 No. Single face movable unit

1980x915x457(mm) + 3 Nos. Double faced movable units 1980x915x914(mm) with hinge

door= 1 Complete Unit.

Goods must cover warranty of minimum 2 years/ Standard Manufacturer`s warranty from

the date of installation

30.

Specification for shaker Incubator

1. Rotary Speed: At least 30-250 rpm

2. Temperature Range: At least ambient +50C to 50

0C (with precision of +0.5

0C)

3. Display to show temperature and shaking speed

4. Stainless steel chamber

5. Glass window for visibility of the interior chamber

6. There should be provision to accommodate multiple (at least 5, more will be preferred)

100/250/500 ml flasks for shaking

31.

Automated Plate Washer

Automated washer for washing the microplates used in ELISA, Cell based assays, magnetic beads and polystyrene

bead based assays with following features:

1. The automated washer must be capable of washing both solid bottom as well as filter bottom plates used

in ELISA, Cell Based assays, Polystyrene beads and Magnetic bead assays

2. Machine must be capable of standalone as well as PC controlled functioning with broad display, keypad

and on-board software for programming the washing parameters for ELISA, cell wash, biomagnetic

separation and vacuum filtration

3. Automated washing of magnetic beads in 96 well plate format (8 x 12 manifold) based on biomagnetic

separation using a strong magnet that pulls magnetic beads across flat bottom in each well. 96 well Flat

Magnet to be provided with system

4. Capable of vacuum filtration based washing of filter bottom plates. The vacuum filtration manifold to be

provided

5. Must be capable of washing the fragile cell layers in cell based assays with the help of angled dispensing

head for dispensing and aspiration applications. The angled dispensing head for 96 well format to be

provided essentially

6. Must be capable of automated cleaning of dispensing manifold to prevent salt/crystal using ultrasonic

bath method

7. There must be provision of variable intensity shaking of microplate platform with time programming

8. There must be provision for running pre-defined programmes for different washing applications and also

provision for developing user defined protocols

9. There must be provision for controlling the machine through external PC. The software for programming

washing parameters must be provided essentially.

10. All-in-one PC with latest configuration available in the market must be provided essentially along with the

system to install the control software

11. Must have safety features like waste and vacuum sensing, fluid flow detection, aerosol cover for the

microplates and overflow detection

12. There must be provision for selecting different vacuum level for vacuum filtration

13. Residual volume per well : ≤2ul per well in case of solid bottom plates

14. Volume dispense range : ≤25 to ≥2000 µL/well (selectable in 1 µL increments)

15. Buffers : Selection of 4 different wash buffers

16. Flow Rates : Different flow rates including slow rate for cell washing

17. Wash Cycles : From 1 cycle to ≥200 cycles

18. Waste System : Must be supplied with 10L waste bottle with filters &

level sensing

19. Dispense Bottles : Atleast 4litres dispense bottles (4 Nos)

20. Voltage : 240V / 50Hz

21. Must be supplied with compatible vacuum pump and all accessories required for washing 96 well plates

by vacuum filtration

22. Must be provided with troughs for priming and rinsing operations

23. All tubings and filters for the dispense bottle, waste bottle and dispensing manifold has to be provided

essentially and one spare set of all filters to be provided essentially along with the system

24. Original brochure depicting the details of quoted model and accessories to be provided

25. Warranty : Atleast three years from installation

Optional Accessories:

Any other accessory that may enhance the performance of the system should be quoted as optional with

price mentioned separately against each items

32.

THE THERMAL CYCLER

Touch Thermal Cycler with superb thermal performance for fast, reliable results. Fully modular platform

should support interchangeable reaction modules, including two optical modules for real time PCR that

swap in seconds without requiring tools. Touch screen with programming methods, including graphical

and automatic (Quick and easy protocol auto writer).

• Interchangeable reaction modules, including 5-colour optical, 4-colour optical, gradient-enabled

dual 48/48- well fast, gradient-enabled 96-well fast, gradient-enabled 96- deep well, and

gradient-enabled 384-well reactions modules.

• USB ports that support peripherals, such as storage device and mouse.

• Optical PC control and networking capability for up 32 systems enable the ultimate in high

throughput.

� Input power – upto 850 W max, programming options

� Frequency- 50-60 Hz, single phase, Optional log-in required mode

� 8.5 inch LCD display and touch screen

� Ports - 5 USB A, 1 USB B, Exportable run logs system error logs

� Memory- >1,000 typical programs onboard; unlimited with USB flash drive, PC compatibility

Window XP or higher

� Upgradable to real time PCR.

� Temperature control modes - Calculated and block

� PCR license- Yes

� Reactions Modules- 96-Well Fast, 96-Deep Well, Dual 48/48 Fast, 384- Well

� Sample capacity- 96 × 0.2 ml tubes or 1× 96-well plate , 2 × 48 × 0.2 ml tubes or 2 × 48-well plates,

1× 384-well plate

� Maximum ramp rate- 6 0C/sec , 2.5

0C /sec, 4

0C /sec

� Gradient Block over columns so that 12 temperature gradients can be run simultaneously

� Average ramp rate - 3.3 0C /sec, 2

0C /sec and 3

0C /sec

� Temperature range- 0-100 0C

� Temperature accuracy- ±0.20C of programmed target at 90

0C

� Temperature uniformity- ± 0.4 0C well-to-well within 10 sec of arrival at 90

0C

� Gradient range- 30-100 0C

� Temperature differential range- 1-24 0C

� The system must support reaction volume of 10-100 µl

� The system must have flexibility of inter changeable 96 well and 384 well blocks, both blocks must

offer gradient capability

� The system must have memory for 10,000 protocols.

� Remote access facility along with PCR

� The System must have a touch screen for easy navigation and operation of the system.

� Operation for USB should be available for easy transfer of data.

� The instrument must be provided with two years of comprehensive warranty.

33.

VIDEO INDIRECT OPHTHALMOSCOPE

1. Bionocular video indirect ophthalmoscope compatible with 4 mega pixel CCD Camera and PC

having image capture software and digital colour printer along with standard accessories.

2. It should have precision viewing upto 1.0mm approximately.

3. Should have focus adjustable for variable working distance

4. The accessories include spare bulbs, carrying case, rechargeable battery, transformer compatible

with voltage system, Table for PC and Voltage stabilizer

5. It should have 2 years warranty

34.

Spectrophotomètre

1. Model: Spectrophotometer Fully programmable, monochromator based system which supports

end point, kinetic and spectral scanning assays with capability for DNA/RNA quantification

2. Wavelength range: form 200-850 nm with 1nM increments

3. Photometric range: 0.005-2.0OD and should provide the absorbance precision: 0.003OD

4. Wavelength Accuracy: + 2nM

5. Wavelength Repeatability: + 0.2nM

6. Band Width: ≤ 2.5nm

7. Features: Path Length correction and spectral scanning

8. Software: facility for data analysis and sharing of data on PC.

9. Temperature control: Temperature controlled microplate chamber ambient +5 to >420C.

10. Shaking: Shaking/ mixing feature for microplate platform.

11. DNA/RNA/Protein quantification: Suitable plate for >16 samples (for 1-2ul volume).

12. Plate Format: For reading samples in 96 and 384 well plates

13. Operation: Standalone operation should be feasible

14. Data Processor: Suitable data processor complete with licensed anivirus (branded computer with

i5 or higher processor, 4GB RAM, 500 GB HDD, 21” TFT Monitor, DVD R/W, USB ports, key board,

optical mouse and Compatible Windows (license).

15. UPS: Compatible online UPS to provide at least one hour power backup

16. Printer: Suitable colour Laser printer

17. Warranty: Two years from the date of installation

18. User List: Authentic list of recent installations with contact address, and phone numbers.

19. Catalogue: Authentic original company catalog of the quoted equipment.

35.

Freeze Dryer

1. Model: Laboratory scale freeze dryer with vacuum pump and sealing device

2. Controller: Microprocessor controlled

3. Ice condensing capacity: Capable of removing at least 2.2 kg ice in 24 h.

4. Total Ice Capacity: > 3.5Kg

5. Condenser temperature: <-500C

6. Refrigeration: >1/3 Hp CFC free hermetically sealed compressor with suitable safety device

7. Display: Digital display of parameters i.e. ice condenser temp and vacuum

8. Ice condensation chamber: Made of high quality stainless steel inner condenser coils and drain

valve.

9. Manifolds: Primary and secondary drying manifold, 8 port column manifold, 16 port drum

manifold, vial cell stoppering shelf, along with suitable required no. connectors, adaptors,

valves.

10. Vacuum Pump: High quality corrosion resistant rotary Vane Vacuum Pump with gas ballast and

oil mist filter and displacement capacity of at least 100 L/min and all necessary tubing’s. Ultimate

Pressure should be at least 1.9x10-3

mbar. Noise level: < 50dB

11. Sealing: Suitable sealing device for vials and ampoules.

12. Trolley: A trolley with wheels to keep the lyophilizer unit, vacuum pump and accessories.

13. Electrical requirement: 220-240V, 50Hz.

14. Certification: CE and ISO 9001.

15. Stabilizer: Servo voltage stabilizer compatible with the system.

16. Freeze drying ampoules: 2-5ml capacity (2000no.), 8 flasks (300ml).

17. Warranty: At least two years from the date of installation.

18. Brochure: Technical features should be supported by original company literature.

19. User list: List of ten recent installations with their contact number and mail IDs.

36.

Inverted Microscope with Fluorescent

1. Body: Microscope body with infinity optical corrected optical system, port for attaching digital camera, multi-

port option to add optical elements later, Shock less construction

2. Stage: Plain XY rectangular movable stage with microtiter plate and flask holders.

3. Condenser: Universal turret condenser with at least 5 positions.

4. Illumination system: ≥ 100 watt Pre-centred Halogen illumination

5. Eyepieces: 10X with F.O.V 22 or better and diopter adjustment facility, anti-fungus type.

6. Nosepiece: Sextuple Revolving Nosepiece.

7. Objectives: High performance long working distance Objectives suitable for Bright field/Phase Contrast/

DIC/fluorescence Observation with facility of cover glass correction; Achromat Phase 10 X (N.A. 0.25, W.D.

6.20 mm); Plan Fluor Long working Distance Phase 20X (N.A. 0.40, W.D. 8.2-6.9mm), Plan Fluor Long Working

Distance Phase 40x (N.A. 0.60, W.D. 3.6-2.8 mm).

8. DIC Attachment: DIC accessories i.e. Polarizer, Analyzer and DIC Modules for 20X & 40X objectives.

9. Observation: Binocular, inclined at 30 degrees.

10. Software: Suitable software for image acquisition and analysis capable Time Lapse Imaging, Z-Stack,

Annotation, Measurement, counting, ND Viewer, Large Image, Macro, Report Generator facility, Vector layer

& Multi-Dimensional File Format (ND format).

11. Data collection and processing unit: Branded data processor (Intel i5 or higher, 4 GB RAM, DVD Writer, 500

GB or higher HDD,TFT/LCD display latest operating system (license) and Multimedia Kit with antivirus

software (licence).

12. Printer: Colour laser printer (1200 X 1200 dpi resolution, 16 MB RAM).

13. Online UPS: Compatible online branded UPS with at least 1 hour backup

14. Warranty: At least 2 years from the date of installation of equipment.

15. Electrical operation: 220-240 volts/ 50-60 Hz

16. User List: Indian user’s list (minimum 10 recent installations) for the quoted model along with valid contact

details including telephone no. and E. mail of indenters.

17. Catalogue: Technical features described above should exclusively be supported by authentic original company

catalogue of the instrument/equipment quoted. Photocopy or computer print-out of catalogue will not be

accepted.

18. Compatibility: Microscope, camera and software should be compatible and provided by same manufacturer.

Optional: (prices to be quoted separately and essentially for each item):

1. Imaging system: Cooled Colour CCD camera with High quality 2/3” CCD chip/sensor, at least 5.0 mega Pixels

resolution in 12 bit per RGB Color channel suitable for handling bright field, fluorescence, DIC, darkfield

images, Having peltier device for cooling up to 10 degree Celsius below ambient temperature. Computer

attachment by USB / Firewire, Live display mode, Display Speed 4.0 frames/sec (at 2560 x 1920 resolution)

and Max 23 frame per / sec with roi & binning); binning modes: 2x2, 4x4, digital zoom: up to 16x.

2. Epi-fluorescence System: Fluorescence filter turret with at least 6 positions, >100 Watt Mercury Burner and

set of narrow band pass fluorescence filters for UV, Blue & Green Excitation (for FITC/GFP/ TRITC/Rhoda

mine/PI/Alexa Fluor/ DAPI/Hoechst).

3. AMC for next 03 years

37.

Livestock Sprinklers cooling system

(Specification for each unit)

Sl.

No.

Name Article Quantity

(Approx)

Cost (Rs) per

unit

(Approx.)

1 Fogger 4 way 28 LPH

(Naan Dan, Israel)

40 No. 280/- per

fogger

2 LLDPE Polytube 16 mm 100 mtr 10.50/mtr

3 P.V.C. 40 mm X 6 kg/cm2 30 mtr 42/- mtr

4 Control valve 40 mm 01 no. 280/-

5 Mono block Pump 1.5 H.P.

(Make C.G./Kirlosker) with Starter-control panel Electric

cable - 20 mtr (Pump Head 40 mtr/Discharge-1LPS)

1 No. 15000

6 Screen Filter 10m3/hr 1 7000/-

7 Fitting & Accessories with safety covers for (monoblock

pump and line etc)

for each

unit

3500/-

8 Complete Installation charges (Civil, electrical & plumbing

work as per site requirement) with freight

for each

unit

4000/-

Our Requirement is for 16 Units of above specification

38.

Dual Slab

Dual Slab Chamber for slab gel electrophoresis system including 1 or 2 pressure platens + 1

safety cover + power leads , ready to run 1 or 2 gels.

• Should facilitate high-resolution slab PAGE system for two gels for high resolution

separation of protein and nucleic acid in 2 gels of compact with simple operation.

• One entire surface of gel sandwich should be in contact with buffer for rapid heat

dissipation and uniform gel temperature. This may afford relatively fast, high

resolution separation, while minimizing possibility of smiling effect, distortion or

diffusion of bands, without the requirement for cooling.

• A gel should be held simply with unique pressure platen, without use of screws or

clamps, while eliminating the possibility of slippage or leakage. This chamber is

transparent, has no obstructions to visibility, and provides ease of access to sample

wells and observation of separation.

• Purpose and application of the system include protein separation and identification,

determination of purity, estimation of molecular weight, examination of purified

product and expressed proteins, determination of enzyme form, SDS-PAGE, native

PAGE, DNA-PAGE.

• Specifications include : Plate size 160 (W) x 160 (L) x 10.5-12 (T) mnm; Gel size 138

(W) x 130 (H) mm for Gel thickness 0.5-2 (D) mnm; Number of gels Up to 2 gels; Plate

setting with pressure platen; Temperature control Single face; Buffer volume 480 mL

for upper chamber, 450 mL for lower chamber, Cover lid, Safety lid with lead wires,

Material Acrylic plastic and stainless steel, except platinum for electrodes, glass for

plates, silicone rubber for gaskets and Teflon for combs; Dimensions 211 (W) x 196

(D) x 205 (H) mm.

Slab Gel Cast, 2-mm 12-well including a pair of glass plates, a gasket, and a comb, ready to

cast a 1 or 2 mm, 12-well gel. Slab gel cast is a gel casting apparatus to ensure leak-

free casting of a quality gel. Should be supplied with 1 pair of 16 x 16 cm glass plates,

a U-shaped silicone rubber gasket and a 12- well Teflon comb, to readily cast a 1 or 2

mm thick gel. One of the glass plates, the Plain Glass Plate, is rectangular; another

glass plate the 1 mm or 2 mm Glass Plate, has 1 or 2 mm thick, permanently bonded

glass side-spacers on it, its top is notched, and the notch is bevelled. The glass plates

assembled with 1 or 2 mm U-shaped gasket put between them to seal the sides and

the bottom form a mold to cast a gel of a 13.8 x 13 cm effective area. The gel casting

apparatus consists of a base platen and a cover platen, both of which are made of

clear plastic. The base platen incorporates guide frames respectively for rectangular

glass plate, the gasket and the notched glass plate. So, just layering them along the

guides in the platen being layed aligns them accurately without the possibility of

slippage. Further overlaying cover platen and clamping them with built-in spring

clamps complete a gel cast. The cover platen incorporates 4 compression appliers

utilizing spring force, which exert the right amount of pressure to seal the mold and

eliminate leakage. The gel cast being stood is ready to introduce gel solution. The

base platen has a level mark for easily pouring an adequate volume of gel solution.

The precision components and parts offer the reliability for casting reproducible,

quality gels.

39.

MULTIDETECTION MICROPLATE READER

� Detection modes - Fluorescence, Time-Resolved Fluorescence (secondary mode),

Luminescence, UV-Visible Absorbance, ELISA

� Microplate types - 6- to 384-well plates; PCR plates

� Other labware- Take3 Micro-Volume Plate

� Temperature control- 4-Zone incubation with Condensation Control Ambient +4 °C to 50 °C;

variation+0.2 °C at 37 °C

� Software - Gen5 Data Analysis Software

� AlphaScreen/AlphaLISA :

Light source - Tungsten halogen; Sensitivity- 300 a mol of biotinylated-LCK-P peptide, 25 µL/well

in 384-well plate; Reading speed- 2 minutes for 96-well plate

� Absorbance :

Light source - Xenon flash; Wavelength selection - Monochromator; Wavelength range - 200 -

999 nm, 1 nm increments

� Fluorescence Intensity :

Light source- Tungsten halogen; Sensitivity - Top and Bottom: Fluorescein 5 pM (1 fmol/well 96-

well plate); Wavelength selection- Deep blocking filters; Wavelength range- 300 - 700 nm (200 -

850 nm option); Sensitivity -Multi-modemodels: 30amolATP (flash); Luminescence only: 10 amol

ATP (flash)

� Luminescence :

Wavelength range - 300 - 700 nm;

� Time-resolved Fluorescence (TRF)

Light source - Xenon flash; Wavelength selection – Monochromator;

� Reagent Dispensers :

Supported detection modes - All modes; Number - 2 syringe pumps; Dispense volume - 5-1000

µL in 1 µL increments ; Dead volume- 1 mL, 100 µL with back flush; Plate geometry- 6- to 384-

well plates; Dispense precision- <2% at 50 - 200 µL

� Physical Characteristics :

Connectivity- 1 USB, 1 RS232 for external PC control; Power- 100 - 240 Volts AC. 50/60 Hz;

Dimensions- 16"W x 15"D x 10"H (40.6 x 38 x 25.4 cm)

� Computer – Configuration – Core 2 Dual Processor, 1GB RAM, 160 GB

HDD, Keyboard, Mouse, serial / parallel / USB ports and 19”

TFT and Suitable Laser printer.

� ONLINE UPS (Compatible)

40.

Freeze Drying Machine

1. Freeze Drying Machine with all essential installation and working accessories like Primary and

Secondary freeze drying assemblies, various rotors to handle different size ampoules/ vials,

rubber nipples to hold different size ampoules, secondary drying manifolds with not less than 48

ports and can extend up to 96 ports, essential adaptors & connectors, suitable Acrylic lid/ cover

02 nos., isolation valve, Quality control as per the standards of S.I. International system.

2. All Stainless steel smooth walled chambers, front mounted, bottom drains, CFC free refrigeration

system, ice condenser ≥ 5 litre capacity, Maximum ice capacity ≥ 4.5 kg; can freeze dry ampoules

(minimum 0.5 ml freeze drying volume) and vials (2.0 ml freeze drying volume). Entire

equipment should be preferably fitted on Movable Trolley. The equipment should maintain

constant vacuum during freeze drying

3. Ice removing capacity; in 12 hrs: ≥ 1.2 kg; in 24 hrs: ≥ 2.2 kg, operating temperature range minus

50 to minus 60 degree Celsius, Fitted with automatic timer to stop spinning after desired

condensation. Temperature display range ambient to minus 60 degree Celsius, Pressure Display

Range > 25μbar and should not be lesser than 50 mbar, weight ≤ 45 kg, supported with suitable

power motor capable to work under Indian electric supply conditions of 220-240 volts/ 50 Hz;

Single Phase. Pump should be preferably either oil free or rotary with two stages advance oil

filters, suitable for the aggressive solvents, pump displacement range ≥ 115 l/ min. Noise level ≤

45-50 dBA

4. Equipped with safety indicators, digital display for condenser temperature and vacuum pressure

preferably with colour coded bars to access real time data.

5. Capable to freeze dry live microbial cultures and the products having Sodium Azide as a

preservative.

6. Glassware accessories – vials 2.0 ml (2000 nos. with suitable stoppers/ caps and sealing

material), Ampoules – 0.5 ml (10,000 nos. with ampoules constrictors & with seal checking

electronic devise). Rubber accessories – 50 number of rubber nipples to hold different size

ampoules.

7. Should be supplied with suitable stabilizer and Service and maintenance warrantee of 03 years

from the date of installation.

8. Tender/ Quotations should be supported with Original brochure keeping details of machine;

accessories and manufacturer.

9. List of users along with their contact details where equipment had been supplied in past 5 years.

10. FOR Installation place/ venue.

41.

Spectrophotometer with Peltier controlled cell holder

Spectrophotometer with peltier controlled cell holder with following features:

1. The equipment must be capable of performing measurements as standalone system using local software

and also must be controlled through PC and external software for advanced analysis

2. The equipment must be supplied with factory fitted two single cell holders, one at the sample and other

at reference position to accommodate standard cuvettes

3. Additionally, the equipment must be essentially supplied with programmable Peltier Cell Holder with total

control of heating/cooling cycles (in the range of 5oC to 100

oC with ramping rate of 0.1

oC to 6

oC/min) for

performing temperature dependent kinetic studies and thermal denaturation / renaturation assays

4. Must be supplied with software for controlling the equipment and performing routine nucleic acid and

protein concentrations and also for advanced analysis like melting experiments (Tm), enzyme kinetics and

difference UV. There must be provision for report generation in MS Word and Excel Worksheets and

presenting data as spectrum plots etc.

5. Equipment must be supplied with advanced kinetic analysis software for analyzing different enzyme

kinetic reactions and models like Michaelis-Menten, Hill plots and Lineweaver-Burke Equations etc.

6. Light Source : Xenon or Deuterium Halogen

7. Wavelength Range : ≤190 to ≥1100 nm

8. Detector : Silicon photodiode or Photomultiplier tube

9. Variable Bandwidths : 0.5, 1.0, 1.5, 2.0, 4.0 nm

10. Wavelength Accuracy : ± 0.3 nm or better (in the range 190 to 900 nm)

11. Photometric Range : > 4 A or better

12. Scan Speed : From ≤1nm to ≥3500nm/min

13. Wavelength Reproducibility : SDEV of 10 measurements should be < 0.05

14. Equipment must be capable of performing single or multi-cell double-beam kinetic experiments. There

must be provision for accommodating multiple cuvettes in sample and reference compartments for

parallel kinetic experiments. The equipment must have holographic grating with atleast 1200lines/nm and

photometric stability of less than 5x10-4

absorbance units per hour.

15. Equipment must have provisions/ports for connecting accessories like peltier power supply unit, PC

through RS232, keyboard, mouse and external monitor etc.

16. The equipment must be supplied with 5KVA online UPS with atleast one hour power backup for

performing time dependent kinetic experiments, uninterruptedly in case of power faliure

17. Equipment must be supplied with all-in-one-PC with latest configuration available in the market at the

time of supply with wide LCD/LED screen and original windows operating software and genuine antivirus

protection. One branded laser printer must be supplied essentially for printing reports

18. Standard quartz cuvettes (two pair) and micro-volume quartz cuvettes (two Pairs) which can fit into

standard cuvette holder and peltier cell holder must be supplied essentially with the equipment

19. Warranty : Atleast three years from the date of installation on the machine and atleast five year on the

light source

20. Power Requirements: 240V and 50Hz

21. The bid must be supported with original product brochure of the quoted model

Optional Accessories (Prices to be quoted separately for each item)

1. Multiple cell holder for the reference and sample compartments

2. Micro cell holder for recording measurements of low volume samples

3. Fiber optic probe for performing absorption measurement of samples in any tube or container outside

the equipment chamber

4. Accessory for performing reflectance experiments

5. Any other accessory that may enhance the performance of the system may be quoted as optional

42.

Lan Facility for left over buildings

Eligibility Criteria

• The bidder should be an exclusively IT company of repute having expertise, sound

financial base and capability to execute said work using state of the art technology with

best industry practices available in the global market. The firm should be in existence and

operating in India for the last Ten Years

• The firm/company should be ISO 9001 certified (Networking & Systems Integration). A

copy of the certificate must be attached, otherwise the bid will be considered as non-

responsive.

• The bidder should be in the business of supply, installation & commissioning of LANs for

at least five years. Proof of the same must be enclosed with the technical bid.

• The bidder should be a manufacturer, authorized distributor or large-scale system

integrator of the required networking equipment.

• Bidder should have proven experience of successfully completing at least five projectsof

LAN networking i.e. supply, installed in, testing and commissioning of LAN work with

value of each project being at least Rs 50 lakhs during last three financial years preferably

in Uttar Pradesh / Uttrakhand. Out of these two projects , one project should have been

done with similar components quoted in the offer.

• Proof of satisfactory completion along with scope of these works to be submitted with

the bid.

• An undertaking by the authorized person of the company (self-certificate) that the bidder

hasn’t been blacklisted by a Central /State Government, institution and there has been no

litigation with any Government Department/PSU/Corporation in Central/State

Government on account of similar services.

• Bidder/OEM must have their 24x7 support center in India preferably in NCR / Uttar

Pradesh. Details & proof of service facilities for Technical Support be attached.

• The bidder should have a minimum turnover of Rs. 5 crores (Rupees five crore only) in

each of the last three years on account of supply, installation and commissioning of

Networks. Relevant proof in the form of audited annual report or balance sheet duly

certified by Chartered Accountant certifying the turn over in the field of Networking

should be submitted.

• The bidder should have Authorization from concerned Original Equipment Manufacturers

(OEMs) for supply and support for all active and passive components quoted for at least

five years (Authorization Certificates to be attached).

• All Active Networking Equipment offered and quoted should be from single OEM. Make

and Model must be clearly mentioned in the technical bid. If they are not found in the

technical bid, the bid will be considered as non-responsive.

• Bidder must submit the MAF from the OEM’s of all Active Networking Equipment and

Passive Networking Equipment for participating in the bid and support commitment from

OEM for the Warranty period.

• The bidder shall not assign or sub contract, in whole or in part, its obligations to perform

under the Contract.

• All relevant documents must be enclosed with the tender document at the time of bid

submission. Committee will not entertain any documents submitted later by the bidder at

the time of Bid Evaluation.

• OEM for active components should be Leaders (First Quadrant) in Gartner's Magic

Quadrant year 2013.

1. Intent of Specification

• Established in 1889, the Indian Veterinary Research Institute (IVRI) is one of the premier

research institutions dedicated to livestock research and development of the region. The

institute with faculty strength of more than 275 has a major mandate of research, teaching,

consultancy and technology transfer activities. The institute imparts quality post-graduate

education to students not only from various parts of the country, but also from overseas.

• Today, the institute with its deemed to be university status contributes immensely to human

resource development in the discipline of veterinary sciences with skills and knowledge

necessary for the challenges of the new millennium. It awards degrees to master and

doctoral programmes in more than 20 disciplines of veterinary and animal sciences, livestock

products technology, basic sciences and extension education.

• Institute is having a network of approximately 500 nodes, designed in star topology and it

includes Laptops, Printers, desktops and other network devices.

2. Scope of Work

• Scope of work comprises of supply, installation, configuration, testing and commissioning of

network components i.e. Active and Passive at various locations at IVRI Izatnagar.

• All switches should be IPV6 ready from day one and of reputed brand (Gartner Magic

quadrant)

• The scope of this tender is expansion of existing LAN infrastructure in IVRI Izatnagar.

• We need to connect Climatology Building, Animal Feed Store, Farm Section, LPM Section,

ATIC Building, Germ Plasm Centre, Human Hospital and Veterinary Polyclinic in star topology

from ARIS Cell as per the attached diagram.

• Farm Machinery and Power Section will be connected using UTP cabling from Farm Section

• Within building, connectivity will be done using UTP Cabling

• A sketch showing LAN Network at IVRI is enclosed as part of this Tender Document. As shown

in this sketch, it is intended to wire the network for about 100 nodes

• However, the alternate suitable proposal may be proposed by the bidder with full reasoning.

• The bidder shall also provide all required equipment which may not be specifically stated

herein but are required to meet the intent of ensuring completeness, maintainability and

reliability of the total system covered under this specification, including integration and

interoperability with the existing LAN.

• Bidder has to powering on equipment after ensuring correctness of terminations, interfaces

and power supply and making the system ready for testing and commissioning.

• Testing of LAN Cables after laying, terminations and ferruling at both the ends. All testing

tools and instruments shall be brought by the bidder and taken back after the testing. Cabling

work shall also be got certified from OEM.

• Configuration of the equipment as per the requirements of IVRI including Network

segmentation and Network Monitoring

• Field testing and commissioning of system, including integration with existing Network for

internet connectivity.

• Site acceptance tests to establish satisfactory performance of the equipment's as per specs.

• Assistance for familiarization and operation of the installed system & services for 3 months

after acceptance of system.

• In case, the quantity of cables or fixing wall mount sockets etc. exceeds or is less than the

quantity in bid price schedule, the payment for the executed quantity shall be paid on pro-

rata basis, for the actual quantities for which the installation is carried out through the Bidder

on Certification by Site Engineer.

• The successful bidder will be responsible for expansion of IVRI LAN asmentioned under

‘Scope of Work’ part and ensure enhanced smooth operation of the networkthereafter.

• After the expansion work, the expanded equipments have to be integrated with theIVRI

running network to ensure enhanced output.

• Any fault reported in the existingequipments/network due to this expansion work, has to be

taken care by the bidder

3. General Technical Requirements

• All active LAN components shall be of the same Make/manufacturer and shall be covered

under same back-up guarantee from the same OEM, to ensure full compatibility, inter-

working and inter-operability.

• Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures

and standard accessories normally provided with such equipment's and/or needed for

erection, completion and safe operation of the equipment's as required by applicable codes

though they may not have been specifically detailed in the technical specification, unless

included in the list of exclusions. All similar standard components/parts of similar standard

equipment's provided, shall be inter-changeable with one another.

• The Bidder shall be responsible for providing all materials, equipment's, and services,

specified or otherwise, which are required to fulfill the intent of ensuring operability,

maintainability, and reliability of the complete equipment covered under this specification

within his quoted price. This work shall be in compliance with all applicable standards,

statutory regulations and safety requirements in force of the date of award of this contract.

• The bidder shall also be responsible for deputing qualified personnel for installation, testing,

commissioning and other services under his scope of work as per this specification. All

required tools and tackles for completing the scope of work as per the specification is also

the responsibility of the bidder.

• The bidder shall also be responsible for deputing qualified personnel for installation, testing,

commissioning and other services under his scope of work as per this specification. All

required tools and tackles for completing the scope of work as per the specification is also

the responsibility of the bidder.

• The Bidder shall furnish two complete sets of system and equipment instruction manuals and

detailed installation operating and maintenance documentation along with the CDs for the

same. Manuals shall describe system operation, shall include detailed system and

components description and shall cover the installation, operation, care and maintenance of

all system components including diagnostics. Complete parts lists including detailed

instructions for ordering shall be furnished. Complete documentation for operating, system

software, application programs, software selectable functions, shall be provided. After

installation "as built" drawings shall be provided by the bidder indicating the cable routes,

termination & termination details, actual configuration & parameters, etc.

Warranty and AMC

• The bidder warrants that the Goods supplied under this Contract are new, unused, of the most

recent or current models and that they incorporate all recent improvements in design and

materials unless provided otherwise in the Contract.

• This warranty shall remain valid for a period of a minimum 36 months after the Goods or any

portion thereof as the case may be, have been delivered, commissioned and accepted at the

final destination indicated in the Contract.

• The bidder will submit the rates of AMC for five year after the expiry of warranty period.

• The bidder shall post a well-qualified and experienced Service Engineer full time at the site at

his own expense(no extra payment will be made) and get the defects/bugs removed in the

system as detected by the Purchaser during the period of warranty.

Documentation

The bidder shall supply the following documents at the time of Complete set of Technical/Operation and

Maintenance Manual

• An inventory of items delivered.

• Rack wise inventory

• Node & connectivity details

• Switch installation Report

• UTP/OFC Wiring diagram

• Certification details for UTP & OFC connections Acceptance Test:

Schedule for Requirements

SNo SPECIFICATIONS UOM Qty

ACTIVE COMPONENTS

1 Basic Layer3 Switch having minimum 24 Nos. Ethernet 10/100/1000 BaseT

and 2 nos. 1000BaseX SFP Ports

No. 15

2 1000 Base LH/LX Transreceiver Nos. 15

3 1000 Base SX Transreceiver Nos. 15

PASSIVE COMPONENTS

1 6 Core SM Fiber Cable Mtr. 3000

2 Rack Mount 6 Port LIU Loaded with Couplers Nos. 5

3 Rack Mount 12 Port LIU Loaded with Couplers No. 2

4 Pigtals SM Simplex Nos. 108

5 SC-LC Fiber Patch Cord SM Nos. 15

6 SC-LC Fiber Patch Cord MM Nos. 10

7 Patch Panel Cat 6 Keystone -24 Port - loaded Nos. 8

8 I/O with Face Plate for Cat 6 Jack Keystone - loaded Nos. 100

9 UTP CAT 6 cable ( Box of 305 meters) Nos. 16

10 UTP CAT 6 Patch cord (1 Metre) Nos. 100

11 UTP CAT 6 Patch cord (2 Metre)

Nos. 100

12 19" 12 U Rack with Cable Manager, Power Strip Nos. 8

12 HDPE Pipe 32 MM Mtr. 3000

13 Adaptor SC SM -ZR-SLEEVE Simplex No. 108

JOBWORK

1 Digging of Soft Soil Mtr. 2400

2 Digging of Hard Soil Mtr. 600

3 Laying of Fiber Cable in HDPE Pipe Mtr. 2600

4 Root Marker Cemented Nos. 20

5 Splicing of Fiber Nos. 54

6 LIU Fixing and Dressing Nos. 7

7 UTP Cable Laying in Conduit with Material per meter cable used (without

Cable)

Mtr. 4800

8 IO Fixing and Termination Nos. 100

9 Jack Panel Termination Nos. 8

10 Rack Fixing and Dressing including Fixing of Jack Panels, Cable Laying and

Ferruling etc.

Nos. 8

11 Documentation and Configuration 1 Job Job 1

Detailed Technical Specifications

Active Component

1. Detailed Technical Specifications of Basic Layer3 Edge Switch 24 Ports

a. Port Required

i. The switch should support a minimum of 24 nos. 10/100/1000 Ethernet Ports and 2 nos. 1G

SFP ports.

ii. The switch should have total 26 ports

b. Performance and Scalability

i. The switch should support Forwarding bandwidth of 108 Gbps

ii. The switch should support Full-duplex Switching bandwidth of 210Gbps

iii. The switch should support 64-Byte Packet Forwarding Rate of 70 Mpps

iv. The switch should support 1023 VLANs

v. The switch should support Maximum transmission unit (MTU) of 9198 bytes

vi. The switch should support 16000 Unicast MAC addresses

c. Stacking

i. The switch should support Stacking with dedicated stacking ports in addition to 26 ports.

ii. Stacking module should be Hot-swappable.

iii. The switch should able to stack eight switch in a single stack unit with stacking bandwidth of

80Gbps.

d. Power Supply

i. The switch should support an Redundant Power Supply

e. Layer-2 Features

i. The switch should support Automatic Negotiation of Trunking Protocol, to help minimize the

configuration & errors

ii. The switch should support IEEE 802.1Q VLAN encapsulation

iii. The switch should support Centralized VLAN Management. VLANs created on the Core

Switches should be propagated automatically

iv. The switch should support Spanning-tree PortFast and PortFast guard for fast convergence

v. The switch should support UplinkFast&BackboneFast technologies to help ensure quick

failover recovery, enhancing overall network stability and reliability

vi. The switch should support Spanning-tree root guard to prevent other edge swicthes

becoming the root bridge.

vii. The switch should support Per-port multicast storm control to prevent faulty end stations

from degrading overall systems performance

viii. The switch should support Local Proxy Address Resolution Protocol (ARP) working in

conjunction with Private VLAN Edge to minimize broadcasts and maximize available

bandwidth.

ix. The switch should support MVR (Multicast VLAN Registration)

f. L3 Features

i. The switch should support Inter-VLAN routing

ii. The switch should support IPv4 unicast Static Routing

iii. The switch should support 16 IPv4 Static routes

g. Configuration Operations

i. The switch should support configuration of the Software image and switch configuration

without user intervention

ii. The switch should support automatic configuration as devices connect to the switch port

iii. The switch should support system health checks within the switch

h. Quality of Service (QoS) & Control

i. The switch should support 4 egress queues per port to enable differentiated management

ii. The switch should support scheduling techniques for Qos

iii. The switch should support Weighted tail drop (WTD) to provide congestion avoidance

iv. The switch should support availability of up to 256 aggregate or individual polices per port.

i. Network security features

i. The switch should support IEEE 802.1x to allow dynamic, port-based security, providing user

authentication.

ii. The switch should support Port-based ACLs for Layer 2 interfaces to allow application of

security policies on individual switch ports.

j. IPv6 Features

i. The switch should be on the approved list of IPv6 Ready Logo phase II – Host

ii. The switch should support IPv6 unicast Static Routing

iii. The switch should support 16 IPv6 Static routes

iv. The switch should support IPv6 MLDv1 & v2 Snooping

2. 1000 Base LH/LX Transreceiver

i. Transreceiver Module should be of same make of switch and core switch

ii. Module should be compatible to the quoted switch and core switch

3. 1000 Base SXTransreceiver

i. Transreceiver Module should be of same make of switch and core switch

ii. Module should be compatible to the quoted switch and core switch

Passive Component

1. 6 Core SM Fiber Cable

Cable type 6 Core, Single mode, Armored, loose-tube, CST armour,

Gel Filled.

Fiber Type 9/ 125, Telcordia’s GR-20 and ITU-T 652.D Compliance.

Cable Construction will be BELLCORE GR 20 / IEC 794-1.

Attenuation @1310nm < = 0.35 dB/Km

@1550nm < = 0.20 dB/Km

Coating / Cladding non-circularity<= 12 microns.

Zero Dispersion Slope should be <= 0.086 ps / sqnm-km.

Max (chromatic) dispersion should be

<5.3 ps/nm-km @1270-1340 nm

<3.5 ps/nm-km @1285-1330 nm

<185 ps/nm-km @1550 nm

Tensile rating --- 1000N

Armoring Corrugated Steel tape Armor.

jacket Inner:- High density polyethylene.

Outer :- High density polyethylene, anti - termite, anti -

rodent suitable for direct burial application.

Secondary Buffer Material should be Gel filled Loose Tube.

Min Bend 20 X Outer Diameter.

Test Test (Must pass) : IEC794-1-E1 , IEC794-1-E2 , IEC794-1-E3

, IEC794-1-E4 , EIA-455-104 , IEC794-1-E7 , IEC794-1-E10 ,

IEC794-1-F1 , IEC794-1-F3 and IEC794-1-F5

Marking Marking should be Identification marking at regular

intervals of 1 meter.

Fiber Core must be Raw fiber of corning. CORNING

marking should be visible on the OFC.

Resistance Maximum Crush resistance- 44 N/mm

2. LIU,6 Port Rack Mount enclosure,

● 1U, 19 Inch Rack mountable Metallic Distribution Enclosure with Adaptor Plate and

Splicing Tray with air ventilation provision on the enclosure.

● Should have optimum air circulation (air rack version)

● 19 “ Rack Mountable Cabinet

● Complete Aluminium Alloy housing, fully powder coated

● Panel cover is of slide out for easy maintenance

● Rubber grommets are provided at the cable entry

● points for tight sealing.

● Reduced mounting depth of 210mm

● Universally compatible (eg ETSI std compliant)

● Cable entry from the rear or from the side

3. LIU,12 Port Rack Mount enclosure,

● 1U, 19 Inch Rack mountable Metallic Distribution Enclosure with Adaptor Plate and

Splicing Tray with air ventilation provision on the enclosure.

● Should have optimum air circulation (air rack version)

● 19 “ Rack Mountable Cabinet

● Complete Aluminium Alloy housing, fully powder coated

● Panel cover is of slide out for easy maintenance

● Rubber grommets are provided at the cable entry

● points for tight sealing.

● Reduced mounting depth of 210mm

● Universally compatible (eg ETSI std compliant)

● Cable entry from the rear or from the side

4. PIGTAIL SC SM SIMPLEX LENGTH- 1m

● Simplex LC/SC, 9/125 micron SM fiber, factory terminated ceramic connectors.

Qualifies as per ITU-T G652 D Fiber.

● Plastic molded plug type connectors

● Specially designed Low Smoke Zero Halogen Outer Sheath

● Standard 2.5mm ceramic ferrule

● Compact in size and easy to connect

● Recommended by EIA/TIA 568 Specifications

● Macrobending, Max. (100 turns) 0.05 dB (1,310/1,550nm@50mm) 0.05 dB

(1,625nm@60mm) Macrobending, Max. 0.05 dB@1,550nm (1 turns@32mm

mandrel).

● Length 1 Mt.

5. Optical Fiber Patch Cords SM, - 2Mtr.

Type Duplex LC/SC, 9/125 micron SM fiber, factory terminated

ceramic connectors. Qualifies as per ITU-T G652 D Fiber

Connector Type Plastic molded plug type connectors

Feature

Standard 2.5mm ceramic ferrule

Compact in size and easy to connect

Recommended by EIA/TIA 568

Specification

Macrobending, Max. (100 turns) 0.05 dB (1,310 / 1,550nm

@50mm) 0.05 dB (1,625nm@60mm) Macrobending, Max.

0.05 dB@1,550nm (1 turns@32mm mandrel).

Length 2 Meter

6. Optical Fiber Patch Cords MM, - 2Mtr.

Type • Patch Cord MM patch cord LC-SC TYPE

• 1.6mm or 3mm simplex or Duplex Zipcord.

• Fiber Patch cord must have Clear Curve Feature for

more flexibility.

• Qualifies as per ITU-T G652 D Fiber

Outside Diameter • (Simplex): 1.6mm x 3.0mm

• (Duplex): 1.6mm x 3.3mm

Minimum Cable

Retention Strength

• 1.6mm: 11.24 lbs (50 N)

Insertion Loss • Less than 0.5 dB for MM and 0.3 dB for SM

Length 2 Meter

7. Patch Panel Cat 6 UTP Modular -24 Port- Loaded 0.5U Height

Type 24-port, Unshielded Twisted Pair, Category 6, TIA / EIA 568

Port

Arrangement

Keystone Krone type. Ports must be replaceable in 8 Port

Module.

Category Category 6

Circuit

Identification

Scheme

Patch Panels Rear Cable Management without tie-wrap with

simplified numbering labels

Height . 5 U , to save the Rack space.

8. Information Outlet Key Stone with Face Plate (Single Port) and SMB

Features ● Surface Mount Face Plate & Box with CAT6 Work

Area Data I/O Outlet (RJ45) adhering to ETL

Verification program for compliance with TIA568B.2-

1

● Category 6, TIA568.B.2-1 – 600MHz

● Information Outlet should be UL Listed and I/O box

should be RoHS Compliant

● 568A/B configuration

● Be constructed of high impact with color and icon

options for better visual identification. Integrated

hinged dust cover using collapsible angular spring

loaded shuttered technology.

● Face plate should be Single Gang square plate and

Should have provision for Labe

Material ● ABS / UL 94 V-0

Port ● One

9. Category 6 UTP, 4 Pair Cable

Features

Category 6 Unshielded Twisted Pair 4 pair 100 Ohm cable

shall be compliant with ANSI/TIA/EIA-568-B.2-1 upto 600

Mhz.

Category 6 UTP cables shall extend between the work area

location and its associated telecommunications closet and

consist of 4 pair, 23 AWG, UTP Non Plenum cable jacket.

The 4 pair Unshielded Twisted Pair cable should be UL

Listed and ETL Certify.

Zero-Bit error throughput test as per IEEE standards

verified by ETL

The 4 pair Unshielded Twisted Pair cable should be RoHS

Compliant

Mechanical

Characteristics

Construction: 4 twisted pairs separated by internal X

shaped, 4 channel, full separator. Half shall not be

accepted.

Conductor Solid Copper

Insulator Polyethylene

Delay Skew : 35 ns MAX

Jacket PVC

Attenuation : 22.8dB/100m at 250MHz, 29.4dB/100m at

400MHz, 39dB/100m at 600MHz

10. and 11 Patch Cord Cat 6 UTP Blue 1m and 2m

Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2

Conductor ● 24 AWG 7 / 32, stranded copper

Length ● 7-feet for workstation and 3feet for Jackpanel /

equipment

Plug Protection ● Matching colored snag-less, elastomer polyolefin

boot

Warranty ● 25-year component warranty

Category ● Category 6

Housing ● Clear polycarbonate

Terminals ● Phosphor Bronze, 50 micron gold plating over

selected area and gold flash over remainder, over 100

micron nickel under plate

Load bar ● PBT polyester

Jacket ● PVC

Insulation ● Flame Retardant Polyethylene

12. 12 U Wall Mount Network Rack with Ass.

Size 12U Wall Mount

Door Transparent Lockable Glass Door

Power Socket 3Ways 5A Power Socket 1 No.s

Cable Manager 1 Nos of 1U Size for Cabling Routing

43.

Hydraulic Harrow

- 20 Discs off –set Disc Hydraulic Harrow in two gangs.

- 100 X 100 X 8 mm size angle iron at least 3400 mm long – 2 Nos.

- Gang Beams – 2 Nos. made of MS Channel size 125 X 60 X 0.66 cm (Flenge thickness).

- Bearings 4 Nos SKF/NBS, size 30209.

- Wheel Rim, Tyre & Tubes- ADV Heavy duty rim of 5 mm thickness with 7.50-16 ADV Tyre & Tube

of Apolo/MRF/ Ceat – 2 each.

- Jack (Hydraulic Cylinder) – Heavy duty

- Disc Size – Front 600m dia square hole, thickness should not be less than 5mm.

- Weight of Harrow should be 13.5 – 14.5 qtls.

- Warranty of one year for its parts and workmanship.

44.

Upgradation of existing network switches and OFC

Eligibility Criteria

• The bidder should be an exclusively IT company of repute having expertise, sound

financial base and capability to execute said work using state of the art technology with

best industry practices available in the global market. The firm should be in existence and

operating in India for the last Ten Years

• The firm/company should be ISO 9001 certified (Networking & Systems Integration). A

copy of the certificate must be attached, otherwise the bid will be considered as non-

responsive.

• The bidder should be a authorized distributor or large-scale system integrator of the

required networking equipment and he bidder should have Authorization from

concerned Original Equipment Manufacturers (OEMs) for supply and support for all active

and passive components quoted for at least five years (Authorization Certificates to be

attached).

• The bidder should be in the business of supply, installation & commissioning of LANs for

at least five years. Proof of the same must be enclosed with the technical bid.

• Bidder should have proven experience of successfully completing at least five projectsof

LAN networking i.e. supply, installed in, testing and commissioning of LAN work with

value of each project being at least Rs 50 lakhs during last three financial years preferably

in Uttar Pradesh / Uttrakhand. Out of these projects, three projects should have been

done with similar components quoted in the offer.

• Proof of satisfactory completion along with scope of these works to be submitted with

the bid.

• An undertaking by the authorized person of the company (self-certificate) that the bidder

hasn’t been blacklisted by a Central /State Government, institution and there has been no

litigation with any Government Department/PSU/Corporation in Central/State

Government on account of similar services.

• Bidder/OEM must have their 24x7 support center in India preferably in NCR / Uttar

Pradesh. Details & proof of service facilities for Technical Support be attached.

• The bidder should have a minimum turnover of Rs. 5 crores (Rupees five crore only) in

each of the last three years on account of supply, installation and commissioning of

Networks. Relevant proof in the form of audited annual report or balance sheet duly

certified by Chartered Accountant certifying the turn over in the field of Networking

should be submitted.

• All Active Networking Equipment offered and quoted should be from single OEM. Make

and Model must be clearly mentioned in the technical bid. If they are not found in the

technical bid, the bid will be considered as non-responsive.

• Bidder must submit the MAF from the OEM’s of all Active Networking Equipment and

Passive Networking Equipment for participating in the bid and support commitment from

OEM for the Warranty period.

• The bidder shall not assign or sub contract, in whole or in part, its obligations to perform

under the Contract.

• All relevant documents must be enclosed with the tender document at the time of bid

submission. Committee will not entertain any documents submitted later by the bidder at

the time of Bid Evaluation.

• OEM for active components should be Leaders (First Quadrant)in Gartner's Magic

Quadrant year 2013.

Intent of Specification

• Established in 1889, the Indian Veterinary Research Institute (IVRI) is one of the premier

research institutions dedicated to livestock research and development of the region. The

institute with faculty strength of more than 275 has a major mandate of research, teaching,

consultancy and technology transfer activities. The institute imparts quality post-graduate

education to students not only from various parts of the country, but also from overseas.

• Today, the institute with its deemed to be university status contributes immensely to human

resource development in the discipline of veterinary sciences with skills and knowledge

necessary for the challenges of the new millennium. It awards degrees to master and

doctoral programmes in more than 20 disciplines of veterinary and animal sciences, livestock

products technology, basic sciences and extension education.

• Institute is having more than 25 buildings in its campus and all of the buildings are connected

using multimode and single mode OFC in star topology.

• Most of the network switches are L2 switches of Nortel Make.

Scope of Work

• The scope of this tender is to upgrade the existing LAN infrastructure in IVRI Izatnagar.

• Scope of work comprises of supply, installation, configuration, testing and commissioning of

active network components at various locations at IVRI Izatnagar

• We need the re-laying and termination of 6 Core Single Mode OFC from ARIS Cell to Y-Shape

building, Veterinary Polyclinic, Library, P & C Building, Animal Nutrition Division and Central

Office directly.

• All the existing active network components (Switches, fiber modules, fiber patch cord etc) of

ARIS Cell, Y-Shape building , Veterinary Polyclinic, Library, P & C Building, Animal Nutrition

Division,Central Office, CADRAD, BP Division, Standardization Division, JDR Office,

Biochemistry Building, KVK, Extension Education Building, and Parasitology Building are to be

replaced with 10Gbps uplinks and all the end user port should have connectivity of

10/100/1000 Mbps.

• The existing equipments which have its life will have to be effectively utilized in the network.

• Bidder has to provide powering on equipment after ensuring correctness of terminations,

interfaces and power supply and making the system ready for testing and commissioning.

• Testing of LAN Cables after laying , terminations and ferruling at both the ends. All testing

tools and instruments shall be brought by the bidder and taken back after the testing. Cabling

work shall also be got certified from OEM.

• Configuration of the equipment as per the requirements of IVRI including Network

segmentation and Network Monitoring

• Configuration of VLANs as per requirements of IVRI

• Field testing and commissioning of system, including integration with existing Network for

internet connectivity.

• Site acceptance tests to establish satisfactory performance of the equipment's as per specs.

• Assistance for familiarization and operation of the installed system & services for 3 months

after acceptance of system.

• In case, the quantity of cables or fixing wall mount sockets etc. exceeds or is less than the

quantity in bid price schedule, the payment for the executed quantity shall be paid on pro-

rata basis, for the actual quantities for which the installation is carried out through the Bidder

on Certification by Site Engineer.

• The successful bidder will be responsible for upgradation of network components

asmentioned under ‘Scope of Work’ part and ensure enhanced smooth operation of the

networkthereafter. After the upgradation work, the upgraded equipments have to be

integrated with theIVRI running network to ensure enhanced output.

• Any fault reported in the existingequipments/network due to this upgradation work, has to

be taken care by the bidder

• A sketch showing Existing LAN Network at IVRI and proposed OFC re-laying diagram is

enclosed as part of this Tender Document.

• However, the alternate suitable proposal may be proposed by the bidder with full reasoning.

• The bidder shall also provide all required equipment which may not be specifically stated

herein but are required to meet the intent of ensuring completeness, maintainability and

reliability of the total system covered under this specification, including integration and

interoperability with the existing LAN.

General Technical Requirements

• All active LAN components shall be of the same Make/manufacturer and shall be covered

under same back-up guarantee from the same OEM, to ensure full compatibility, inter-

working and inter-operability.

• Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures

and standard accessories normally provided with such equipment's and/or needed for

erection, completion and safe operation of the equipment's as required by applicable codes

though they may not have been specifically detailed in the technical specification, unless

included in the list of exclusions. All similar standard components/parts of similar standard

equipment's provided, shall be inter-changeable with one another.

• The Bidder shall be responsible for providing all materials, equipment's, and services,

specified or otherwise, which are required to fulfill the intent of ensuring operability,

maintainability, and reliability of the complete equipment covered under this specification

within his quoted price. This work shall be in compliance with all applicable standards,

statutory regulations and safety requirements in force of the date of award of this contract.

• The bidder shall also be responsible for deputing qualified personnel for installation, testing,

commissioning and other services under his scope of work as per this specification. All

required tools and tackles for completing the scope of work as per the specification is also

the responsibility of the bidder.

• The bidder shall also be responsible for deputing qualified personnel for installation, testing,

commissioning and other services under his scope of work as per this specification. All

required tools and tackles for completing the scope of work as per the specification is also

the responsibility of the bidder.

• The Bidder shall furnish two complete sets of system and equipment instruction manuals and

detailed installation operating and maintenance documentation along with the CDs for the

same. Manuals shall describe system operation, shall include detailed system and

components description and shall cover the installation, operation, care and maintenance of

all system components including diagnostics. Complete parts lists including detailed

instructions for ordering shall be furnished. Complete documentation for operating, system

software, application programs, software selectable functions, shall be provided. After

installation "as built" drawings shall be provided by the bidder indicating the cable routes,

termination & termination details, actual configuration & parameters, etc.

Warranty and AMC

• The bidder warrants that the Goods supplied under this Contract are new, unused, of the most

recent or current models and that they incorporate all recent improvements in design and

materials unless provided otherwise in the Contract.

• This warranty shall remain valid for a period of a minimum 36 months after the Goods or any

portion thereof as the case may be, have been delivered, commissioned and accepted at the

final destination indicated in the Contract.

• The bidder will submit the rates of AMC for five year after the expiry of warranty period.

• The bidder shall post a well-qualified and experienced Service Engineer full time at the site at his

own expense and get the defects/bugs removed in the system as detected by the Purchaser

during the period of warranty.

Documentation

The bidder shall supply the following documents at the time of Complete set of Technical/Operation and

Maintenance Manual

• An inventory of items delivered.

• Rack wise inventory

• Node & connectivity details

• Switch installation Report

• UTP/OFC Wiring diagram

• Certification details for UTP & OFC connections Acceptance Test:

Schedule for Requirements

SNo Items Required UOM Qty

ACTIVE COMPONENTS

1 Layer3 Modular Core Switch Chassis with One supervisor switching line

card

No. 1

2 Basic Layer3 Switch having minimum 48 Nos. Ethernet 10/100/1000

BaseT and 2 nos. 1000BaseX SFP Ports

No. 8

3 Basic Layer3 Switch having minimum 24 Nos. Ethernet 10/100/1000

BaseT and 2 nos. 1000BaseX SFP Ports

No. 8

4 1000 Base LH/LX Transreceiver Nos. 15

5 1000 Base SX Transreceiver Nos. 8

PASSIVE COMPONENTS

1. 6 Core SM Fiber Cable Mtr. 5000

2. Rack Mount 6 Port LIU Loaded with Couplers Nos. 4

3. Rack Mount 24 Port LIU Loaded with Couplers No. 2

4. Rack Mount 12 Port LIU Loaded with Couplers No. 2

5. Pigtals SM Simplex Nos. 108

6. SC-LC Fiber Patch Cord SM – 2mtr Nos. 12

7. Fiber Patch Cord MM – 2mtr Nos. 15

8. Adaptor SC SM -ZR-SLEEVE Simplex No. 108

9. HDPE Pipe 32 MM Mtr. 3000

10. 19" 12 U Rack with Cable Manager, Power Strip Nos. 6

11. 19" 42 U Open Rack with Cable Manager, Dual Power

Strip ( For Server and Network)

No. 1

JOBWORK

1. Digging of Soft Soil Mtr. 2500

2. Digging of Hard Soil Mtr. 500

3. Laying of Fiber Cable in HDPE Pipe Mtr. 5000

4. Root Marker Cemented Nos. 20

5. Splicing of Fiber Nos. 108

6. LIU Fixing and Dressing Nos. 8

7. Rack Fixing and Dressing including Fixing of Jack Panels,

Cable Laying and Ferruling etc.

Nos. 6

8. Documentation and Configuration 1 Job Job 1

Detailed Technical Specifications

Active Component

4. Layer3 Modular Core Switch Chassis with One supervisor switching line card

a. Chassis specification and Feature

i. The chassis should be modular with minimum 7 slots, minimum 5 payload slots and minimum

2 supervisor switching line card slots.

ii. Switch should have dual hot-swappable power supplies, a hot-swappable fan tray with

redundant fans.

iii. Shall have Minimum 48 Nos. of 10/100/1000 Mbps TX Ports

iv. Shall have Minimum 24 Nos. of 1000 Base X Ports Distributed over 2 line cards

v. Shall have Minimum 8 Nos. of 10G SFP+/XFP Ports on the CPU or in line card

vi. It should support around five microseconds of latency to and from any 10 Gigabit Ethernet

port.

vii. Switch Must support IPv4 and IPv6 switching and routing in hardware

viii. PoE Plus capabilities on all ports in a line card simultaneously

ix. Supplied line card should have at least four built-in 10 GE SFP plus ports.

b. Performance

i. Switch must have minimum 900Gbps Switching capacity or more with 250 Mpps throughput

for IPv4 and 125 Mpps for IPv6 .

ii. Switch must support 48 Gbps Per-slot Switching Capacity

iii. Support for 256,000 ( IPv4 ) & 128,000 ( IPv6 ) entries in routing table (shared between

unicast and multicast)

iv. IPv6 support in hardware, providing wire-rate forwarding for IPv6 networks

v. Dual stack support for IPv4/IPv6 and Dynamic hardware forwarding-table allocations for ease

of IPv4-toIPv6 migration

vi. No performance penalty with advanced Layer 3 and Layer 4 services enabled

vii. Switch should supportminimum of 300 non-blocking GE ports. 100 GE of SFP plus ports,

viii. Switch Must be equipped with minimum 2GB RAM, 4 GB Flash / SDRAM

ix. Switch should support scalability upto 4000 virtual ports (VLAN port instances)

x. Switch should support minimum 55K MAC Address

xi. Bandwidth aggregation up to 16 Gbps through Port Aggregation.

xii. Hardware-based multicast management & Hardware-based ACLs

c. Layer 2 Features

i. The switch should support 8 bi-directional SPAN and/or RSPAN sessions

ii. IEEE 802.1Q VLAN encapsulation, Support for minimum 4096 VLANs per switch

iii. Support for Automatic Negotiation of Trunking Protocol, to help minimize the configuration

& errors.

iv. Centralized VLAN Management. VLANs created on the Core Switches should be propagated

automatically.

v. Spanning-tree PortFast and PortFast guard for fast convergence with STP instances of

minimum 2500.

vi. Switch should support 802.1d, 802.1s, 802.1w, 802.3ad, 802.3af Power over Ethernet (PoE)

vii. Spanning-tree root guard to prevent other edge swicthes becoming the root bridge.

viii. IGMP snooping v1, v2 and v3

ix. Port Aggregation across line cards

x. Link Aggregation Protocol (LACP)

xi. Support for Detection of Unidirectional Links and to disable them to avoid problems such as

spanning-tree loops

xii. Line card switchover should be in subsecond failover time, so that the Layer 2 Links need not

be renegotiated in case of failure of one of the CPU module.

xiii. The Switch should be able to discover the neighboring device of the same vendor giving the

details about the platform, IP Address, Link connected through etc, thus helping in

troubleshooting connectivity problems.

d. Layer 3 Features

i. IP routing protocols Open Shortest Path First [OSPF], Routing Information Protocol [RIP],

RIP2), Intermediate System to Intermediate System (IS-IS), Border Gateway Protocol Version

4 (BGP4) and Multicast Border Gateway Protocol (MBGP), ICMP Router Discovery Protocol,

Policy-Based Routing (PBR)

ii. Support for Router redundancy Protocol

iii. Multicast entries should be minimum of 65,000 ( IPv4 ) and 60,000 ( IPV6 ).

iv. The Switch should be Non-Stop Forwarding (NSF)-Aware for most of the dynamic routing

protocols.

v. Software routing of Internetwork Packet Exchange (IPX) and AppleTalk for legacy protocols

vi. IP multicast routing protocols (PIM, SSM, Distance Vector Multicast Routing Protocol

[DVMRP]), Pragmatic General Multicast (PGM)

vii. IGMP v1, v2, and v3, IGMP filtering on access and trunk ports

viii. Support for Virtual Route Forwarding feature to map VLANs to respective VRFs

ix. Support for IPv6 Protocol.

e. Quality of Service

i. QoS hardware entries should be minimum of 100,000.

ii. Per-port quality of service (QoS) configuration, Support for four queues per port in hardware

iii. Strict priority queuing,IP differentiated service code point (DSCP) and IP Precedence

iv. Classification and marking based on IP type of service (TOS) or DSCP, full Layer 3 and Layer 4

headers

v. Input and output policing based on Layer 3 and Layer 4 headers. Support for 1024 policers on

ingress and 1024 policers on egress configured as aggregate or individual

vi. Shaping and sharing output queue management, Support for Congestion avoidance feature

like DBL (Dynamic Buffer Limiting)

vii. No performance penalty for granular QoS functions

viii. Support for Automatic Quality of Service for easy configuration of QoS features for critical

applications.

f. Security Features

i. Support for Admission Control features for end-point security (PCs & Desktop Posture

Assessment) and thereby controlling the spread of viruses & worms

ii. RADIUS, which allow centralized control of the switch and restrict unauthorized users from

altering the configuration

iii. Standard and extended ACLs on all ports

iv. 802.1x user authentication (with VLAN assignment and Guest VLAN extensions)

v. Router ACLs (RACLs) on all ports (no performance penalty), VLAN ACLs (VACLs),Port ACLs

(PACLs)

vi. Private VLANs (PVLANs) on access and trunk ports

vii. Dynamic Host Configuration Protocol (DHCP) snooping and Option82 insertion

viii. Port Security, Secure Shell (SSH) Protocol versions 1 and 2

ix. Unicast MAC filtering, Unicast port flood blocking

x. Dynamic Address Resolution Protocol (ARP) inspection, IP source guard

g. Management Features

i. The switch should support Flexible NetFlow and IP SLA for enhanced visibility.

ii. Switch should have the feature of EnergyWise for simplified power management

iii. Configuration Rollback for improved configuration management

iv. Single console port and single IP address to manage all features of the system

v. Software-configuration management, including local and remote storage

vi. Optional Compact Flash memory card to store software images for backup and easy software

upgrades

vii. Manageability through common network-management software on a per-port and per-

switch basis, providing a common management interface for routers, switches of the same

vendor

viii. Support for SNMP versions 1, 2, and 3

ix. Remote Monitoring (RMON) software agent to support four RMON groups (history, statistics,

alarms, and events) for enhanced traffic management, monitoring, and analysis. Support for

all nine RMON groups through the use of a mirrored port, which permits traffic monitoring of

a single port, a group of ports, or the entire switch from a single network analyzer or RMON

probe

x. Analysis support, including ingress port, egress port, and VLAN mirroring

xi. Support for sFlow / NetFlow or equivalent for Deep traffic & session flow analysis.

xii. Support for Port Mirroring, Remote Mirroring & ACL filtering for Port mirroring used for IDS

functionalities.

5. Basic Layer3 Switch having minimum 48 Nos. Ethernet 10/100/1000 Base T and 2 nos. 1000BaseX

SFP Ports

a. General Features

i. The switch should support a minimum of 48 nos. 10/100/1000 Ethernet Ports and 2 nos. 1G

SFP ports.

b. Performance and Scalability

i. The switch should support Forwarding bandwidth of 108 Gbps

ii. The switch should support Full-duplex Switching bandwidth of 216 Gbps

iii. The switch should support 64-Byte Packet Forwarding Rate of 130 Mpps

iv. The switch should support 1023 VLANs

v. The switch should support Maximum transmission unit (MTU) of 9198 bytes

vi. The switch should support 16000 Unicast MAC addresses

c. Stacking

i. The switch should support Stacking with dedicated stacking ports in addition to 26 ports.

ii. Stacking module should be Hot-swappable.

iii. The switch should able to stack eight switch in a single stack unit with stacking bandwidth of

80Gbps.

d. Power Supply

i. The switch should support an Redundant Power Supply

e. Layer-2 Features

i. The switch should support Automatic Negotiation of Trunking Protocol, to help minimize the

configuration & errors

ii. The switch should support IEEE 802.1Q VLAN encapsulation

iii. The switch should support Centralized VLAN Management. VLANs created on the Core

Switches should be propagated automatically

iv. The switch should support Spanning-tree PortFast and PortFast guard for fast convergence

v. The switch should support UplinkFast&BackboneFast technologies to help ensure quick

failover recovery, enhancing overall network stability and reliability

vi. The switch should support Spanning-tree root guard to prevent other edge swicthes

becoming the root bridge.

vii. The switch should support Per-port multicast storm control to prevent faulty end stations

from degrading overall systems performance

viii. The switch should support Local Proxy Address Resolution Protocol (ARP) working in

conjunction with Private VLAN Edge to minimize broadcasts and maximize available

bandwidth.

ix. The switch should support MVR (Multicast VLAN Registration)

f. L3 Features

i. The switch should support Inter-VLAN routing

ii. The switch should support IPv4 unicast Static Routing

iii. The switch should support 16 IPv4 Static routes

g. Configuration Operations

i. The switch should support configuration of the Software image and switch configuration

without user intervention

ii. The switch should support automatic configuration as devices connect to the switch port

iii. The switch should support system health checks within the switch

h. Quality of Service (QoS) & Control

i. The switch should support 4 egress queues per port to enable differentiated management

ii. The switch should support scheduling techniques for Qos

iii. The switch should support Weighted tail drop (WTD) to provide congestion avoidance

iv. The switch should support availability of up to 256 aggregate or individual polices per port.

i. Network security features

i. The switch should support IEEE 802.1x to allow dynamic, port-based security, providing user

authentication.

ii. The switch should support Port-based ACLs for Layer 2 interfaces to allow application of

security policies on individual switch ports.

j. IPv6 Features

i. The switch should be on the approved list of IPv6 Ready Logo phase II – Host

ii. The switch should support IPv6 unicast Static Routing

iii. The switch should support 16 IPv6 Static routes

iv. The switch should support IPv6 MLDv1 & v2 Snooping

6. Detailed Technical Specifications of Basic Layer3 Edge Switch 24 Ports (Schedule Item No.4)

a. Port Required

i. The switch should support a minimum of 24 nos. 10/100/1000 Ethernet Ports and 2 nos. 1G

SFP ports.

ii. The switch should have total 26 ports

b. Performance and Scalability

i. The switch should support Forwarding bandwidth of 108 Gbps

ii. The switch should support Full-duplex Switching bandwidth of 210Gbps

iii. The switch should support 64-Byte Packet Forwarding Rate of 70 Mpps

iv. The switch should support 1023 VLANs

v. The switch should support Maximum transmission unit (MTU) of 9198 bytes

vi. The switch should support 16000 Unicast MAC addresses

c. Stacking

i. The switch should support Stacking with dedicated stacking ports in addition to 26 ports.

ii. Stacking module should be Hot-swappable.

iii. The switch should able to stack eight switch in a single stack unit with stacking bandwidth of

80Gbps.

d. Power Supply

i. The switch should support an Redundant Power Supply

e. Layer-2 Features

i. The switch should support Automatic Negotiation of Trunking Protocol, to help minimize the

configuration & errors

ii. The switch should support IEEE 802.1Q VLAN encapsulation

iii. The switch should support Centralized VLAN Management. VLANs created on the Core

Switches should be propagated automatically

iv. The switch should support Spanning-tree PortFast and PortFast guard for fast convergence

v. The switch should support UplinkFast&BackboneFast technologies to help ensure quick

failover recovery, enhancing overall network stability and reliability

vi. The switch should support Spanning-tree root guard to prevent other edge swicthes

becoming the root bridge.

vii. The switch should support Per-port multicast storm control to prevent faulty end stations

from degrading overall systems performance

viii. The switch should support Local Proxy Address Resolution Protocol (ARP) working in

conjunction with Private VLAN Edge to minimize broadcasts and maximize available

bandwidth.

ix. The switch should support MVR (Multicast VLAN Registration)

f. L3 Features

i. The switch should support Inter-VLAN routing

ii. The switch should support IPv4 unicast Static Routing

iii. The switch should support 16 IPv4 Static routes

g. Configuration Operations

i. The switch should support configuration of the Software image and switch configuration

without user intervention

ii. The switch should support automatic configuration as devices connect to the switch port

iii. The switch should support system health checks within the switch

h. Quality of Service (QoS) & Control

i. The switch should support 4 egress queues per port to enable differentiated management

ii. The switch should support scheduling techniques for Qos

iii. The switch should support Weighted tail drop (WTD) to provide congestion avoidance

iv. The switch should support availability of up to 256 aggregate or individual polices per port.

i. Network security features

i. The switch should support IEEE 802.1x to allow dynamic, port-based security, providing user

authentication.

ii. The switch should support Port-based ACLs for Layer 2 interfaces to allow application of

security policies on individual switch ports.

j. IPv6 Features

i. The switch should be on the approved list of IPv6 Ready Logo phase II – Host

ii. The switch should support IPv6 unicast Static Routing

iii. The switch should support 16 IPv6 Static routes

iv. The switch should support IPv6 MLDv1 & v2 Snooping

7. 1000 Base LH/LX Transreceiver

i. Transreceiver Module should be of same make of switch and core switch

ii. Module should be compatible to the quoted switch and core switch

8. 1000 Base SXTransreceiver

i. Transreceiver Module should be of same make of switch and core switch

ii. Module should be compatible to the quoted switch and core switch

Passive Component

11. 6 Core SM Fiber Cable

Cable type 6 Core, Single mode, Armored, loose-tube, CST armour,

Gel Filled.

Fiber Type 9/ 125, Telcordia’s GR-20 and ITU-T 652.D Compliance.

Cable Construction will be BELLCORE GR 20 / IEC 794-1.

Attenuation @1310nm < = 0.35 dB/Km

@1550nm < = 0.20 dB/Km

Coating / Cladding non-circularity<= 12 microns.

Zero Dispersion Slope should be <= 0.086 ps / sqnm-km.

Max (chromatic) dispersion should be

<5.3 ps/nm-km @1270-1340 nm

<3.5 ps/nm-km @1285-1330 nm

<185 ps/nm-km @1550 nm

Tensile rating --- 1000N

Armoring Corrugated Steel tape Armor.

jacket Inner:- High density polyethylene.

Outer :- High density polyethylene, anti - termite, anti -

rodent suitable for direct burial application.

Secondary Buffer Material should be Gel filled Loose Tube.

Min Bend 20 X Outer Diameter.

Test Test (Must pass) : IEC794-1-E1 , IEC794-1-E2 , IEC794-1-E3

, IEC794-1-E4 , EIA-455-104 , IEC794-1-E7 , IEC794-1-E10 ,

IEC794-1-F1 , IEC794-1-F3 and IEC794-1-F5

Marking Marking should be Identification marking at regular

intervals of 1 meter.

Fiber Core must be Raw fiber of corning. CORNING

marking should be visible on the OFC.

Resistance Maximum Crush resistance- 44 N/mm

12. LIU,6 Port Rack Mount enclosure,

● 1U, 19 Inch Rack mountable Metallic Distribution Enclosure with Adaptor Plate and

Splicing Tray with air ventilation provision on the enclosure.

● Should have optimum air circulation (air rack version)

● 19 “ Rack Mountable Cabinet

● Complete Aluminium Alloy housing, fully powder coated

● Panel cover is of slide out for easy maintenance

● Rubber grommets are provided at the cable entry

● points for tight sealing.

● Reduced mounting depth of 210mm

● Universally compatible (eg ETSI std compliant)

● Cable entry from the rear or from the side

13. LIU,24 Port Rack Mount enclosure,

● 1U, 19 Inch Rack mountable Metallic Distribution Enclosure with Adaptor Plate and

Splicing Tray with air ventilation provision on the enclosure.

● Should have optimum air circulation (air rack version)

● 19 “ Rack Mountable Cabinet

● Complete Aluminium Alloy housing, fully powder coated

● Panel cover is of slide out for easy maintenance

● Rubber grommets are provided at the cable entry

● points for tight sealing.

● Reduced mounting depth of 210mm

● Universally compatible (eg ETSI std compliant)

● Cable entry from the rear or from the side

14. LIU,12 Port Rack Mount enclosure,

● 1U, 19 Inch Rack mountable Metallic Distribution Enclosure with Adaptor Plate and

Splicing Tray with air ventilation provision on the enclosure.

● Should have optimum air circulation (air rack version)

● 19 “ Rack Mountable Cabinet

● Complete Aluminium Alloy housing, fully powder coated

● Panel cover is of slide out for easy maintenance

● Rubber grommets are provided at the cable entry

● points for tight sealing.

● Reduced mounting depth of 210mm

● Universally compatible (eg ETSI std compliant)

● Cable entry from the rear or from the side

15. PIGTAIL SC SM SIMPLEX LENGTH- 1m

● Simplex LC/SC, 9/125 micron SM fiber, factory terminated ceramic connectors.

Qualifies as per ITU-T G652 D Fiber.

● Plastic molded plug type connectors

● Specially designed Low Smoke Zero Halogen Outer Sheath

● Standard 2.5mm ceramic ferrule

● Compact in size and easy to connect

● Recommended by EIA/TIA 568 Specifications

● Macrobending, Max. (100 turns) 0.05 dB (1,310/1,550nm@50mm) 0.05 dB

(1,625nm@60mm) Macrobending, Max. 0.05 dB@1,550nm (1 turns@32mm

mandrel).

● Length 1 Mt.

16. Optical Fiber Patch Cords SM, - 2Mtr.

Type Duplex LC/SC, 9/125 micron SM fiber, factory terminated

ceramic connectors. Qualifies as per ITU-T G652 D Fiber

Connector Type Plastic molded plug type connectors

Feature

Standard 2.5mm ceramic ferrule

Compact in size and easy to connect

Recommended by EIA/TIA 568

Specification

Macrobending, Max. (100 turns) 0.05 dB (1,310 / 1,550nm

@50mm) 0.05 dB (1,625nm@60mm) Macrobending, Max.

0.05 dB@1,550nm (1 turns@32mm mandrel).

Length 2 Meter

17. Optical Fiber Patch Cords MM, - 2Mtr.

Type • Patch Cord MM patch cord LC-SC TYPE

• 1.6mm or 3mm simplex or Duplex Zipcord.

• Fiber Patch cord must have Clear Curve Feature for

more flexibility.

• Qualifies as per ITU-T G652 D Fiber

Outside Diameter • (Simplex): 1.6mm x 3.0mm

• (Duplex): 1.6mm x 3.3mm

Minimum Cable

Retention Strength

• 1.6mm: 11.24 lbs (50 N)

Insertion Loss Less than 0.5 dB for MM and 0.3 dB for SM

45.

Research Upright Microscope:

Specifications: 1. Model: Trinocular Microscope Complete With Optics And Imaging System. 2. Adjustment: Fine and Coarse Focusing Adjustment, Anti-Mold/Anti-Fungal Treated

Optics. 3. Illumination System: 100w Halogen Lamp. 4. Eyepiece: Wide Field Trinocular Tube Inclined at 25 Degree Angle or better with F.O.V.

20 mm or better, With Light Path Distribution 100/0, 0/100. A Pair Of Wide Field Eyepieces 10x (F.O.V: 20mm or Better) with dioptre Adjustment in both the Eyepiece, Anti-Fungus Type.

5. Nosepiece: Sextuple Revolving Nosepiece. 6. Stage: Right Handle Mechanical Stage with Specimen Holder, Stage Should Be Provided

With Upper Limit Stopper. 7. Objectives: Plan Achromat Phase 4x,Plan Achromat Phase 10x, Plan Fluor Phase 20x,

Plan Fluor Phase 40x And Plan Fluor Phase 100x (Oil Immersion) 8. Condenser: Universal Condenser with 6 Position for Bright Field, Phase Contrast, DIC &

Dark Field Microscopy application. 9. Epi-Fluorescence Attachment: Six Position Fluorescence Filter Turret With 100w Mercury

Illumination (3 Filters to be provided including Filter Block For Blue; Filter Block Green;

Filter Block UV with Excitation Filter, Dichroic Mirror And Barrier Filter). 10. Imaging System: At Least 5.0 Mega Pixel Digital Cooled Colour CCD Camera with 2/3”

High Density CCD Chip, 12 Bit with Peltier Cooling 200 C below ambient temperature, Live Display Mode with 4.0 Frames/Sec (2560 X 1920 Pixel Resolution) & Max. 23 Frame Per / Sec. at ROI Mode; Binning Modes: 2x2, 4x4, USB Port for attaching camera onto computer through single wire.

11. Software: Suitable Image Capturing And Analysis Software Capable of Image Acquisition and Device Control, Live Image Capture, Multi Channel Image Merging, Time Lapse

Imaging, Z-Stack, Annotation, Large Image, Manual Measurement & Object Counting,

Macro, Report Generator Facility, Vector Layer & Multi-Dimensional File Format. 12. Data Collection and Processing Unit: Branded Computer (Processor Intel i5, 4 GB

RAM, CD/DVD Writer, 500 GB or Higher HDD, multimedia kit, original windows license and antivirus) and Colour Laser Printer (1200 X 1200 Dpi Resolution, 16 MB Ram).

13. Online Ups: 3KVA Online UPS With at Least 2.0 hour backup 14. Warranty: At Least 3 Years from the Date of Installation of Equipment. 15. Electrical Operation: Single Phase 220-240 Volts/ 50-60 Hz 16. Compatibility & Upgradability: Microscope, Camera & Software should be from same

Manufacturer for better Compatibility & future Upgradation. 17. User List: Indian User’s List (Minimum 10 Installations) For the Quoted Model Along

With Valid Contact Details Including Telephone No. And E Mail Of Indenters. 18. Catalogue: Technical Features Described Above Should Exclusively Be Supported By

Authentic Original Illustrated Company Catalog Of The Instrument/Equipment Quoted. Photocopy Or Computer Print-Out Of Catalogue Will Not Be Accepted.

46.

Specification of 500mA X-Ray Machine (High Frequency)

High Frequency X-Ray machine suitable for general radiography and compatibility for digital

radiography.

X-ray Generator

High frequency X-Ray generator having frequency of 25 KHz or more suitable for Radiography .

● Power output of X-ray generator should be 32KW or more 500mA at 50kV; 160mA

● 500mA – 40 to 100KvP

400mA – 40 to 100KvP

300 mA – 40 to 125KvP

● Kv Range 40-125KvP in multiple steps

mA range 50to 500 or amore : small focus (40,40,200)

Exposure time 20ms to 2sec or more .

● AC – 440v Three phase power supply 50/60Hz

Control

●Machine ON/OFF switch

● Digital display of kV, mAs, mA

● kV and mAs increase and Decrease switches

● independent limits for mAs and kVp

● micro controller based console with LCD display

A Switch for exposure time selection

● tube selector two inter locked pushed budon “ F” and “R” select under couch or over couch X- Ray

tube

●Voltage compensaeon switch to compensate voltage from 170- 260 volts

● majorkVp control switch for coarse selection of kVp

X-Ray Tube

●one No. Dual focus rotaeng anode X-Ray tube thermally protected having double focal spot : 0.3mm x

0.3mm/1.2mm x 1.2 mm less small focus and 2mm x 2mm or less large focus

● Anode speed 2800rpm or more (9700)

● Anode heat content 100KHU or more.

● inherent filtraeon2mm AL

● high tension cables (standard length8mtrs.)

● tube should be from an internaeonal reputed manufacturer. The firm must supply brochure /

literature of the tube which is being used in the unit. The tube should be CE approved/ USFDA/BARC

approved.

● display of thermal units on the tube

● compact heavy duty transformer for single tube operaeon

● manual collimator

Stand

● It should have ceiling suspended stand atleast 180 degree rotatable.

● Stand should have 360 degree rotaeon /rotatable

● Telescoping column for variable FFD

Tube Stand Should be freely moveable.

Manual collimator : Manual Collimator with four pairs of leafs or more, cone field light lamp measuring

tape.

● Bucky and table: Table size minimum 60”X28” , all Stainless Steel 304 grade frame 16gauge

25X50mm section with hydraulic up and down movement table top compatible for X-Ray bucky

suitable for 14”X17” cassette bucky diaphragm with bucky adapting puts travels entire length of table.

Stainless steel cassette tray self centering of cassette. Bucky should have grid ratio of 6:1 or more with

minimum 40 lines per inch.

Specification for Digital CR package for X-Ray

● Reader (minimal 10 pixels/mm or more)

Single or double cassette feed

Through put:55 plates/Hour or more

Accept all cassette size

Integrates to all DICOM compatible PACS software

● CR Server: PC with genuine window, 160GB or more hard disc,1GB or more RAM, monitor -19” or

more, with 300GB or more external Hard Drive back up and USB 2.0 interface

● CR online processing user friendly sogware for muleple task.

●CR ID users friendly sogware for records paeent demographic and examinaeon data in study oriented

format with back up in Hard disk.

● Sogware Veterinary Specific

● 3 KW online UPS

●Custom workstaeon for digital system.Hardware PC Two key boards, two mouse, two monitor, two

LEDs.

●CR Cassedes 10X12 , 14X17 automaec cassede as per standard norm.

● Standard components

● AC Power Cord.

● Time Required for IP Feed/Load- minimum 66 sec.

● Time to print on – approx 165 sec. in case of 35X43 cm.

● No. of stacker- one

● Dimensions (WXDXH)- 600X400X780mm (24”X16”X31”)

● Power supply condieons – single phase 50-60 Hz AC 100-240 V±10% 5A (max)

●Accessories :Lead apron 4 Nos, Lead Gloves Set Four,, Dry Camera/Printer Dry Pix Smart(2 Tray) – One,

UPS 3 KVA on line.

Specifications for Printer

● Recording method Laser Exposure Thermal development system

● Film loading day light film loading

● one or two Film tray to accepts all sizes of films available.

● Pixel size 50 um(508 dpi) or more.

● Power Supply condieons in put voltage AC 100-240V/single phase frequency 50-60 Hz.

Other Requirement

• The company should be ISO certified and machine European CE/USFDA AERB/BARC certified.

• The unit should be approved by AERB for radiation safety norms attested copy of AERB

certificate to be attached

• The company should have proven track record in Government sector. Company should not be

black listed from any government organization of India.

• List of recent installation in Govt. Hospitals.

• The machine should be supplied and installed at the site with working compatibility on 440 volte

/three phase power supply.

• Company should have well established after sales service network. Proven after sales service

record.

• Company should confirm availability of spare parts for 10 year from date of supply of the

equipment.

• In case of dealer/distributor, proper authorization from original manufacturer should be

enclosed.

• The machine should have 3 years onsite warranty from the date of satisfactory

demonstration/installation. The rate for next 3 years CMC including X-Ray Tube should also be

quoted separately.

• Free onsite installation demo of machine along with 2 trainings.

• The company should provide layout plan and QE test report for registration from AERB.

• Minor electrical and civil work if required of installation will be done by the vendor.

47.

Spectrophotometer

Specifications of the ICP Spectrophotometer (ICP-OES).

Previous Fully automatic Complete Functional System using a Polychromator with all essential accessories and consumables needed to run the system (able to anlyse all kind of mineral elements including hydride forming elements in biological samples) with following specifications: Measurement mode True Simultaneous RF Generator 27 Mhz or higher Gas control PC controlled Auto Mass flow Controller for all the gas flow Peristaltic Pump With three or more Channels Plasma Viewing Dual view Resolution 0.007-.009 nm or better Light source Demountable plasma torch Wavelength Range About 160-770 nm or wider Plasma Tail Management By compatible Air Blower system Optical System Echelle Optics Detector CCD/ CMOS/ CID Sample introduction/ handling kit

Aqueous Sample introduction/ handling kit

Provided with Safety interlocks: System should be able to constantly monitor water flow, shear gas pressure, argon pressures, sample-compartment door closure and plasma stability, and display the interlock status on the computer screen. On interruption of interlock, the plasma should immediately shut down. To be fitted/ installed with line protection system and working demonstrated with at least 3 trainings on site. Any civil and electrical fittings/ changes needed for the installation of the equipment will be responsibility of the supplier. Essential Accessories 1. Compatible hydride generator for simultaneous analysis of hydride

forming elements 2. Argon gas cylinders with regulators: 3 3. Exhaust system/ Fume hood made of non-corrosive metal with duct (as

per installation requirement) 4. Compatible Voltage stabilizer 5. Compatible UPS (10 KVA Online) with at least 2 hrs back up 6. Pure Standards-single/ multi-element standards with a Certificate of

Analysis for quality, stability and reliability 7. Compatible Window based software with data recorder and analyser

computer (latest system available at the time of supply) with laser printer. Accessories (Rates to be quoted essentially separately for each item) 1. AC Unit (2 Tons) split: One 2. Argon humidifier, cooling system (if any required): Compatible to the

instrument 3. Spares: Nebulizers/Spray Chambers, Injectors, Torches designed for

quick and easy replacement, Tubings for sample intake and drainage for next 2 years considering a

load of about 200 samples/ month. 4. Auto-sampler (able to handle 80-100 Samples) with 1000 tube 5. Microwave sample digestion system—Precise control with high-power

heating and high-pressure capability along with built-in cooling. 6. Sample Block Digester system—Acid-resistant, Teflon-coated blocks

with temperature uniformity Other Essential Requirements

• Original Brochure highlighting the desired features/ specifications • Address, Email ID and phone numbers of ICP-OES users (preferably

of the quoted model supplied by your firm) with their performance reports/ feed back • All systems Operable at 220±5% VAC with online protection system • Warranty: 3 years for whole machine and its all parts including

accessories. • Rates of AMC for next three years after warranty period

48.

Complete Functional 2D-gel Electrophoresis System with following features:

1. Isoelectric focusing unit with temperature controlled programme to maintain uniform satisfactory

working temperature during the run.

Compatible power supply.

System should have provision from 1 to 10 regular IPG strips with different range of size trays for strips.

Automatic voltage cut off when lid is removed.

Automatic/self-recovery after power disruption.

Optimization of multiple running conditions simultaneously.

2. 2D-Vertical unit (mini/medium size gel) with good/ robust power supply.

3. Complete blotting system.

4. online UPS with sufficient backup to run the protocols.

5. Computer with soft-wares for analysis.

6. Simplified data analysis and protocol creation.

7. USB port to export data for storage analysis.

8. 2-Ton A.C with stabilizer to maintain optimum working temperature. Running voltage: 220-240V.

9. Satisfactory Demonstration of system is a must.

10. User list and original catalogue.

11. Warranty - 2 years

Optional

1. Spot Picker (manual or automatic)

2. Reagents, IEF strips, plates, combs, buffer etc.

49.

Binocular Microscope with infinity corrected optical system

1. Mechanical rotatable stage for 2 slides holder with left and right hand control. 2. Build in light source 6V/30W halogen bulb, 220 - 240V, 50Hz. 3. Fixed quintuple nose piece with inward tilt. 4. Eye pieces with interpupillary distance adjustment, wide field 10x (Field view

20mm) 5. Plan achromatic objectives 4x (NA 0.1mm), 10x (NA 0.25), 20x (NA 0.40), Plan

fluorite 40x (NA 0.65), Plan fluorite 100x (NA 1.25). 6. Swing out Condenser (1.25 NA), along with phase contrast for 10x to 100x, iris

diaphragm built in. 7. One year warranty, AMC.

The specifications are of generic type.

50.

Specifications for Real Time PCR

1. Fully functional high throughput and fast Real-Time PCR system along with all required software and

accessories for qualitative and quantitative detection of nucleic acids, mutation screening and SNP

analysis.

2. It should be an open system capable of running different chemistries using TaqMan, Molecular Beacon,

SYBR green etc.

3. System should have 96 well block in plate format to accommodate 0.1/0.2 ml tubes, strips and plate.

4. System should support the reaction volume less than 30 µl. The lesser will be preferred.

5. Temperature range of thermal block should be preferably 4 to 990C and temperature accuracy should be

about ±0.20 to 0.500C.

6. System should support fast PCR protocol with ramp rate of preferably 40C /sec or more.

7. System should be capable of multiplexing with at least 5 different fluorescent reporters.

8. System should be pre-calibrated for detecting at least five dyes (FAM/SYBR Green, VIC/JOE, TAMRA, Texas

red & CY5 or similar wavelength fluorophores).

9. It should have an LED or Tungsten Halogen excitation source with either photodiode or CCD or PMT

detector. The technology should be such as to avoid cross talk between fluorophores in a multiplexing

reaction.

10. The software must allow analysis of multiple gene expression. The instrument software must be capable

of detecting and analyzing a different gene, SNP or pathogen target in every well of the 96-well plate.

Software should support performing Absolute quantification, Relative quantification, Allelic

Discrimination, Plus/Minus assays. Along with this system should be able to conduct High Resolution

Melting (HRM) experiments for genotyping and mutation scanning experiments. The HRM software must

be provided essentially along with quoted system.

11. The vendor should have a functional laboratory and technical support team to support and troubleshoot

problems.

12. System should be supplied with at least three years warranty on all parts including excitation source

(LED/lamp) and on-demand repair services as and when required.

13. Installation, testing, validation, demonstration/technical presentation should be conducted. The vendor

should provide comprehensive training on the operation of the instrument, chemistry options and

software. This training should be provided free of cost with all the consumables required for

demonstration.

14. The equipment should be supplied along with 1.5 ton (5 STAR rating) split air-conditioning unit with

appropriate stabilizer in order to maintain ambient temperature while the equipment is functioning.

15. The following accessories must be supplied with the equipment:

� On line UPS with a minimum 60 minutes power back up on full load.

� A desktop computer of a reputed make having following configuration: Processor-Intel Core i7 3rd

gen.,

4GB RAM, 500 GB HDD and at least 23 inch flat screen LCD/LED monitor and a color laser printer with

a licensed Windows 7 professional OS and licensed original MS Office 2013.

� Start-up consumables (including plasticware & chemicals) for 1000 reactions.

16. Indian user’s list for the quoted models along with complete contact details including telephone no. & e.

mail should be provided.

17. Technical features described above should exclusively be supported by authentic original illustrated

company catalog of the instrument/equipment quoted. Photocopy or computer print-out of catalogue

may not be accepted.

18. Vendor’s business record is to be authenticated by producing Income Tax return for at least 3 consecutive

previous years.

19. Optional accessories: Spare light source (LED/Tungsten halogen lamp) should also be quoted separately as

optional accessories.

51.

Deep Freezers (-200C)

Vertical (upright) single/double door deep freezer with following specifications:

� Single/Double door with provision for locking the freezer

� Gross Volume around 325 litres with net volume not less than 300 litres

� Temperature range: -200C ± 4.0

0C

� External digital display of temperature with high temperature alarm

� Should be supplied with suitable voltage stabilizer with TIME DELAY FACILITY to restart after power failure

� It should be ISO 9001 & CE Certified.

� System should be supplied with at least two years warranty on all part and on-demand repair services as

and when required.

� Indian user’s list for the quoted models along with complete contact details including telephone no. & e.

mail should be provided.

� Technical features described above should exclusively be supported by authentic original illustrated

company catalog of the instrument/equipment quoted. Photocopy or computer print-out of catalogue

may not be accepted.

� Vendor’s business record is to be authenticated by producing Income Tax return for at least 3 consecutive

previous years.

� Working voltage- 230 V

52.

Specifications for Thermal Cycler

Fully functional thermal cycler with following features:

1. The system should have 96 well format with six separate peltier blocks to provide independent temperature

zones to run six different assays with different annealing temperature at the same time

2. The system should be capable to run upto six separate temperatures in the same plate with user’s defined

time

3. The system should have ‘Standard’ and ‘Fast’ run modes in a single instrument and should be able to

accommodate 0.2ml/0.1 ml PCR tubes as well as microplate

4. The system should have programmable heat lid cover (500C to 100

0C)

5. The system should support reaction volumes of at least 10 µl

6. The operating temperature range 0-1000C

7. The system should have block ramp rate ≥3.90C and sample ramp rate ≥3.35

0C with accuracy of ± 0.25

0C

8. The system should have capacity to store at least 500 programmes in the instruments with provision to store

programmes in memory stick also

9. The machine should be duly certified/authorized for PCR process

10. The system should be supplied essentially with 2kVa online UPS with back-up of at least 1 h on full load

11. The system should be operable at 220-240V

12. It should be ISO 9001 & CE Certified.

13. System should be supplied with at least two years warranty on all part and on-demand repair services as

and when required.

14. Indian user’s list for the quoted models along with complete contact details including telephone no. & e. mail

should be provided.

15. Technical features described above should exclusively be supported by authentic original illustrated company

catalog of the instrument/equipment quoted. Photocopy or computer print-out of catalogue will not be

accepted.

16. Vendor’s business record is to be authenticated by producing Income Tax return for at least 3 consecutive

previous years.

53.

BOD incubator

Microprocessor controlled cooling incubator (BOD type) with LED display having following features:

1. Capacity 200 litres or more with adjustable shelves

2. Temperature range 50C to 60

0C with powerful fan to circulate air for maintaining uniform temperature

inside chamber

3. Double-walled with puff insulation. The inner chamber should be made by non-corrosive, non-magnetic

stainless steel. The outer door should be of powder coated CRCA steel

4. Double door (Plexi glass inner door to observe the sample and outer door powder coated CRCA steel)

5. The compressor should have CFC free refrigerant with time delay switch-on

6. Digital LED display of temperature

7. Safety thermostat to prevent overheating with audio-visual alarm warning of temperature variation

8. High temperature safety cut off & alarms for high / low set parameters

9. Electrical requirement: 220-240 V with high voltage safety cut-off

10. Should be supplied with 3KV voltage stabilizer with TIME DELAY FACILITY to restart after power failure

11. TWO years warranty on all parts of equipment should be ESSENTIALLY be provided

12. It should be ISO 9001 & CE Certified.

13. Technical features described above should be supported by original illustrated catalog with list of users

(with complete contact details in India), and authentication of vendor’s business record in the form of

Income Tax return for at least of last 3 years.

54.

Specifications of Spectrofluorometer

1. Fully functional, computer controlled Fluorescence Spectrometer (Spectrofluorometer) with high scanning speed, sensitivity and capability of measuring Fluorescence, Phosphorescence, Bioluminescence, Fluorescence polarization in cell based assays, as well as, biochemical and molecular biological quantitations

2. The system must be capable of measuring samples in standard cuvettes, microvolume cuvettes and also in multiwell plate

3. The sample compartment (cuvette holder) must have provision for software programmed, peltier based temperature control for carrying out DNA melting and Protein folding-refolding experiments

4. System should provide both excitation, as well as, emission spectra in ≤200 to ≥800nm or wider wavelength range with Zero Order Selection.

5. Other Technical Features: a) Light Source : ≥150Watt Xenon Lamp b) Detector : Silicon Photodiode or PMT or CCD c) Wavelength Range : ≤200nm to ≥800nm or wider d) Wavelength Accuracy : Approx. 1nm or better e) Wavelength Repeatability : ≤ 0.5nm or better f) Band Width : Variable between 2.5 to 20nm g) Scan Speed : atleast 15000 nm/min or better h) Spectrometer Principle : Holographic grating Monochromator i) Sample Compartment : Rectangular Standard Holder for 10mm pathlength

cuvette and also capable of accommodating micro volume (100 to 200ul) cuvettes

j) Interface : USB or RS232 port for PC connectivity k) Power Requirement : 230V/50Hz l) Filters : Software controlled Excitation and Emission filters for

fluorescence polarization

6. The system must support temperature control measurement, temperature interval scan measurements, kinetics scanning, dual wavelength time course scanning, luminous color measurements etc. Must be capable of 3D excitation/emission scans, 3D synchronous and kinetic scans, and synchronous spectral scanning

7. The system must be supplied essentially with peltier controlled heating and cooling micro cuvette holder to carry out temperature dependent study from 0 to 100oC. The temperature setting of the cuvette holder must be software controlled.

8. Must be provided with temperature probe for measuring the temperature inside the cuvette during melting experiments

9. The Fluorescence Spectrometer should be PC controlled with user-friendly, Windows based operating Software for instrument operation and data analysis that can display the excitation and emission wavelength in a real time.

10. It should be supplied with software with features like excitation/emission/synchronous wavelength scans, fluorescence time scan measurements, calibration curves, curve

smoothing, linear fitting and statistical analysis of acquired data etc. The software should have report builder facility for report generation and presentations.

11. The system must be essentially supplied with all-in-one PC with latest configuration including wide TFT/LED screen, operating system and anti-virus protection

12. The system must be supplied with branded online UPS (5KVA) with atleast one hour power backup for uninterrupted power backup during critical experiments

13. The vendor should essentially supply following cuvettes along with system a. Transparent standard quartz cuvette of 500 to 1000ul sample volume (02 Nos.) b. Transparent microvolume quartz cuvette of 100 to 200ul sample volume (02 Nos) c. Black quartz cuvette (02 Nos.)

14. Warranty: Atleast Three years from the date of installation 15. The bid must be supported with technical literature and brochure in support of

specifications claimed by vendor. The list of Indian Users for the quoted model must be provided.

16. Optional Accessories: Price of each item to be mentioned separately a) Peltier controlled multiple cell (atleast four cells) holder for accommodating standard

and microvolume cuvettes b) Microplate accessory for reading samples in 96/384 well microtitre plates c) 96 and 384 wells quartz plate d) Fibre optics accessory for taking reading of non-destructive samples e) Accessory for taking readings in single drop samples. f) Temperature controlled water circulator for cooling the peltier cuvette holder g) Any other accessory that may enhance the performance of this system may be

quoted as optional with prices mentioned separately for each item

55.

Specifications of Autoclave

1. Fully functional, microprocessor controlled, vertical autoclave 2. Digital control of temperature and pressure for safe and efficient high pressure steam

sterilization 3. Capacity : 45 litres or more 4. Sterilization temperature : upto 122oC or more 5. Heater Power : 2 KW or more 6. Timer in hours and minutes 7. Display of set values and actual parameters 8. Made of 304 grade stainless steel 9. Must have pressure/vacuum gauge : 0-0.3Mpa or 0-45psi 10. Digital temperature controller to program temperature and time 11. Must have top opening door with convenient single locking lid 12. Effortless lifting of lid without using foot paddle 13. Must be rectangular in shape with cylindrical interior chamber 14. Castors for easy movement 15. Perforated stainless steel basket for keeping the autoclaving material 16. Safety Features:

(a) External pressure safety valve to prevent pressure inside chamber from rising above acceptable levels

(b) Door switch that prevents the autoclave from operating if the door is not completely closed

(c) Overheating protection if the temperature in the chamber rises more than set temperature the power to heater is disconnected

(d) Audible and visual alarms to indicate completion of sterilization run and also indicate probable time when sterilized materials can be taken out from chamber after cooling

(e) Power fuse for protecting equipment from over voltage supply 17. Supply voltage 230/240volts, 50Hz, single phase 18. Warranty: Atleast two years from the date of installation 19. The bidder must provide all required items like tubings, valves, electrical connections, waste

container etc to install the equipment at work site in full working condition 20. Must be provided with suitable stabilizer to protect equipment from input voltage fluctuations

(in the range 140 volts to 300 volts) 21. The bid must be supported with original illustrated catalogue/brochure showing specifications

of the quoted model 22. Any other accessory that may enhance the performance of the equipment may be quoted as

optional with price mentioned separately

56.

Specifications of Dry Bath

Fully programmable, temperature controlled dry bath with functions like heating, cooling and mixing of samples at desired temperature and time without requiring water for maintaining temperature with following technical features:

1. Peltier based temperature control : About 10oC below room temperature to ≥90oC 2. Temperature accuracy : Approximately 2oC or better 3. Orbital Shaking Speed : ≥ 1200rpm 4. Timer Setting : Continuous mode or time setting in minutes 5. Temperature Ramping : About 4oC/min (Heating) & 2oC/min (Cooling) 6. Power Requirement : 240 Volts / 50Hz 7. Display of set parameters like time, temperature and mixing speed 8. There must be provision for fixing different blocks to accommodate sample tubes,

microtitre plates and microscopic slides 9. Equipment must be supplied with following heating blocks for accommodating sample

tubes as per details below: a) Block for atleast twenty sample tubes of 1.5ML capacity, b) Block for atleast six sample tubes of 15ML capacity c) Block for atleast four sample tubes of 50ML capacity d) Block for incubating microtitre/multiple well plate plate e) Block for incubating microscopic/microarray slides

10. Compatible voltage stabilizer (working in the range 140 to 300 Volts) to be provided essentially with the system

11. Warranty: Atleast two years from date of installation 12. Bid must be supported with detailed technical brochure of quoted model 13. Any other accessory like sample blocks etc. that may enhance performance of equipment

must be quoted as optional with prices mentioned separately for each item.

57.

Specifications of CO2 Incubator

1. Microprocessor controlled CO2 incubator 2. Capacity = 150-200 Ltr 3. Temperature range = from at least 10oC below ambient with inbuilt cooling to 50°C above

ambient with accuracy of ± 0.1°C. 4. It should have fan less all sided direct heating system. 5. Should have excellent uniformity and rapid recovery with no over shoot event. 6. It should have CO2 control range from 0-20% with accuracy and uniformity of ±0.1% and

equipped with rapid recovery system to maintain the CO2 concentration. 7. Should have minimum 4 adjustable shelves & water reservoir made up of stainless steel

to achieve at least 90-95 % RH. 8. Should be provided with front display of all the set and real time parameters. 9. It should have two level alarm systems including audio & screen displayed alarms for

system status, with programmable alarms for CO2 and temp set points, delays, duration etc.

10. Should be equipped with HEPA filter on CO2 inlet. 11. It should also have over temperature cut-out and automatic alarms set point reset. 12. It should have internal glass door 13. A voltage stabilizer (3KV) should be provided with CO2 incubator 14. CO2 cylinder and regulator = 2 Nos. each 15. Equipment must cover warranty of minimum 3 years from the date of installation 16. It should have ISO 9001 & CE Certification. 17. Operating voltage = 230 -240 Volt and 50 Hz. 18. Original illustrated catalogue for above technical specifications must be enclosed with list

of users. 19. Optional =Split AC (1.5 ton) for better functioning of the equipment. 20. Optional= AMC/CMC may be covered at least for 2 years post warranty period 21. Optional= Door unit for individual chamber/ compartment may be quoted

58.

Specifications of pH meter

1. Fully functional benchtop, multiparameter device to measure the pH and temperature of buffers/reagents

2. There should be large backlit graphic display showing temperature and pH measurement along with electrode status, time/date and calibration data.

3. Automatic pH calibration with standard buffers and auto-buffer recognition 4. pH meter must be supplied with swing-arm electrode stand and power cord/adapter 5. pH measurement range : 2.000 to 14.000 or wider 6. Temperature measurement Range (°C) : 5 to ≥100 7. Temperature Accuracy (°C) : +/- 0.1 or better 8. pH Resolution : upto three decimals 9. Standard electrode with about 12mm diameter bulb [02Nos] must be supplied essentially 10. Working voltage 230/240 volts, 50Hz, single phase 11. Provision for RS-232 or USB port for data logging applications. 12. Calibration buffers to cover acidic, neutral and basic pH range should be provided 13. Original illustrated catalogue showing technical features of quoted model must be

provided 14. Warranty: Atleast three years from the date of installation 15. Optional Accessories (to be quoted with price of each item mentioned separately):

a. Micro electrode with about 5mm diameter bulb to measure pH of low volume sample

b. Other electrodes compatible with the pH meter to be quoted as optional c. Polymer coated unbreakable electrodes d. Any other accessory that may enhance the performance of the equipment

59.

Specifications of Bench Top Refrigerated Centrifuge

1. Temperature range: (-10°C to + 40°C) of operation.

2. Timer: 1-99 minutes

3. Microprocessor controlled, brushless induction motor

4. Fixed angle rotor accommodating at least 24 X 1.5/2ml tubes and 6 X 15/50 ml tubes

5. Maximum speed : approximately 14000 rpm. Must be able to maintain maximum

speed at 4°C.

6. Noise level should be less than 70 dB.

7. Pre-cooling of rotor and chamber function

8. Digital display of temperature, time and speed

9. Minimum of two years warranty

10. Must be supplied with compatible stabilizer

60.

Specifications for Anaerobic chamber with gas cylinders and compatible voltage stabilizer

1. Should be an anaerobic workstation for performing anaerobic and microaerophillic bacteriological work.

2. Should have a Capacity of holding 300 or more Petri Dishes of 90 mm size. 3. Port / Airlock Capacity should be 20 plates or more via airlock 4. Temperature Range of incubator should be 5°C abo ve ambient up to 45°C or more. 5. Should work with Gas Supplies of anaerobic gas mixture or nitrogen gas 6. Should have gas level alarm/ indicator light system and over temperature safety indicator/

controller 7. Should have Foot-pedal operation switch for handfree control and single piece plexiglass front for

easy viewing 8. Should have dehumidification/ Condensate control system and internal power socket for the use

of small laboratory instruments inside the chamber 9. Electrical power requirements are 220-230 V/50-60 Hz 10. Should have Glove Ports and Gloves Material should be latex free 11. Working area should be a minimum of approx. 640 mm x 230 mm x 310 mm 12. Should be supplied with Petri plate holders, Storage tray, mixed gas Cylinder and Nitrogen gas

cylinders fitted with gas regulators, Catalyst holder, vacuum pump, foot pedal assembly etc. for smooth operation

13. Should have manufactured according to International Standards EN61010 or UL61010 or Can/CSA61010. A copy of the certificate should be attached.

14. Should be supplied with compatible voltage stabilizer. 15. Warranty period required: minimum of 2 years from date of installation.

61.

Shaker Incubator

• Bench top orbital shaker with temperature control range from 7°C above ambient to 50°C with accuracy ±0.1°C.

• It should have orbital shaking. • Speed should be 50-350 rpm with accuracy of ±2rpm • It should have timer up to 99 Hrs. • It should have automatic restart after power interruption. • It should have universal platform and clamps to holds flasks of various sizes. • It should be supplied with compatible stabilizer. • Operational voltage should be 220±20V • Should have two years standard warranty/from the date of installation • Should provide user list with phone no and e mail ID • Should provide brochure in original. • Should meet CSA, UL or CE standards and a copy of the certificate should be attached.

62.

Research microscope with photography attachment

Specifications:

1. Optical system: Infinity Corrected

2. Illumination: halogen based transmitted light illumination.

3. Observation Tube: Trinocular inclined at 30 degree or less with paired wide-field eyepieces

4. Eyepieces: 10X magnification (22mm view or higher), with diopter adjustment facility

5. Nosepiece: Quintuple (5-position)

6. Objectives: 4X Plan Achromat (N.A 0.1 or higher, W.D. 18.0); 10X Plan Achromat (N.A. 0.25 or higher,

W.D. 10.0);20X Plan Achromat, Phase (N.A. 0.4 or higher, W.D. 1.2 ); 40X

Plan Fluorite (N.A. 0.75 or higher, W.D. 0.50 ); 100X Plan Fluorite (N.A. 1.3 or higher, W.D. 0.2)

7. Mechanical Stage: ceramic coating with double slide holding capacity

8. Condenser for phase contrast, brightfield & dark field applications

9. Photography Attachment: Color CCD camera, >3.0 mega pixels with Computer attachment

10. Image Analysis Software: basic imaging with features of spatial measurements such as length, width,

area, perimeter, etc.

11. Branded computer: i7 processor, minimum 4 GB RAM, 320 GB HDD or higher, Genuine Windows 7/8

OS, DVD RW, at least 18.5 "TFT monitor, keyboard and mouse.

12. Warranty: one year from the date of installation

63.

Lypholyzer with accessories

1. Lyholyser with all essential installation and working accessories like Primary and

Secondary freeze drying assemblies, various rotors to handle different size

ampoules/ vials,

2. With Not less than 24 ports, essential adaptors & connectors, stainless steel

chamber

3. Quality control as per the standards of International system.

4. All Stainless steel smooth walled chambers, CFC free refrigeration system, ice

condenser not less than 2 litre capacity,

5. Equipment should be preferably fitted on Movable Trolley.

6. Ice removing capacity; in 12 hrs: ≥ 1.2 kg; in 24 hrs: ≥ 2.2 kg,

7. Operating temperature range minus 50 to minus 60 degree Celsius, Fitted with

automatic timer to stop spinning after desired condensation.

8. Capable to work under Indian electric supply conditions of 220-240 volts/ 50 Hz;

Single Phase.

9. Pump should be preferably either oil free or rotary with two stages advance oil

filters, suitable for the aggressive solvents, pump displacement range ≥ 115 l/ min.

Noise level ≤ 45-50 dBA

10. With suitable voltage stabilizer;

11. Service and maintenance warrantee of 03 years from the date of installation.

12. List of users along with their contact details where equipment had been supplied in

past 5-10 years.

13. Atleast 5 lts of oil for pump and consumable filters to be quotaed as optional.

14. Optional (To be quoted separately)

Glassware accessories – vials 2.0 ml (2000 nos. with suitable stoppers/ caps and

sealing material), Ampoules – 0.5 ml (10,000 nos. with ampoules constrictors &

with seal checking electronic devise)

64.

Gel documentation system complete with DNA software and UPS

Specifications :

1. Gel documentation cabinet with 3 UV intensity (254, 302 and 356 nm) and white light illumination, with covered camera housing.

2. Rollout transillumonator tray

3. Image area: Approxamately 20+5 X 25 +5 cm

4. High resolution (Approx 4 mega pixel) CCD camera, 12 bit image capture, motorized zoom lens,

5. Gel viewing window with UV blocking shield.

6. Advanced image acquisition and analysis software.

7. PC (Processor Intel i5, 2 GB RAM, DVD Writer, 500 GB or higher HDD.) and LCD monitor from branded company

8. Laser Colour printer

9. Two years warrenty

10. Original broucher should be provided

11. User list in India with email and phone numbers

Optional

1. UV torch (302 or 356 nm) 2. Thermal printer

65.

Specification of Item for Networking at Central Office

1. 6 U Wall Mount Network Rack with Ass.

Size 9U Wall Mount

Door Transparent Lockable Glass Door

Power Socket 5 amp – 4 Socket minimum

Cable Manager 1 Nos of 1U Size for Cabling Routing

2. 9 U Wall Mount Network Rack with Ass.

Size 9U Wall Mount

Door Transparent Lockable Glass Door

Power Socket 5 amp – 4 Socket minimum

Cable Manager 1 Nos of 1U Size for Cabling Routing

3. and 4 Information Outlet Cat 6 UTP Shuttered Single Port with SMB

Features • Surface Mount Face Plate & Box with CAT6 Work Area

Data I/O Outlet (RJ45) adhering to ETL Verification

program for compliance with TIA568B.2-1

• Category 6, TIA568.B.2-1 – 600MHz

• Information Outlet should be UL Listed.

• 568A/B configuration

• Be constructed of high impact with color and icon options

for better visual identification. Integrated hinged dust

cover using collapsible angular spring loaded shuttered

technology.

• Face plate should be Single Gang square plate and Should

have provision for Label

Port One

5. Patch Cord Cat 6 UTP Blue 2m

Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2

Length 1m (7-feet )

Plug Protection Matching colored snag-less, elastomer polyolefin boot

Warranty 25-year component warranty

Category Category 6

Housing Clear polycarbonate

Terminals Phosphor Bronze, 50 micron gold plating over selected area and

gold flash over remainder, over 100 micron nickel under plate

6. Patch Cord Cat 6 UTP Blue 1m

Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2

Length 1 meter

Plug Protection Matching colored snag-less, elastomer polyolefin boot

Warranty 25-year component warranty

Category Category 6

Housing Clear polycarbonate

Terminals Phosphor Bronze, 50 micron gold plating over selected area and

gold flash over remainder, over 100 micron nickel under plate

7. Solid Cable Cat 6 UTP, 4 Pair UTP – 305mBox

Features

Category 6 Unshielded Twisted Pair 4 pair 100 Ohm cable shall

be compliant with ANSI/TIA/EIA-568-B.2-1 upto 600 Mhz.

Additional Transmission Performance Specifications for 4-pair

100Ohm Category 6 Cabling.

The 4 pair Unshielded Twisted Pair cable should be UL Listed

and ETL Certify.

Zero-Bit error throughput test as per IEEE standards verified by

ETL

Mechanical Characteristics

Construction: 4 twisted pairs separated by internal X shaped, 4

channels, full separator. Half shall not be accepted. Jacket PVC

Conductor Solid Copper

Insulator Polyethylene

Attenuation : 22.8dB/100m at 250MHz, 29.4dB/100m at

400MHz, 39dB/100m at 600MHz

8. RJ 45 Cat 5e – 100 No. Box Plug

9. Fiber Optic Patch Chord

Type LC-SC

Length 2 meter

10. Multimode Fiber Module

Type Mini Gigabit Interface Module / Converter for multimode fiber

Feature • Gigabit Speeds on Multimode Fiber

• Hot Pluggable

• IEEE 802.3z 1000Base-LX Compliant

Scope of Work

• Scope of work comprises of supply, installation, configuration, testing and commissioning of

network components i.e. Active and Passive at various locations at Central Office Building,

IVRI Izatnagar.

• Required Network Switches, LIU and Patch Panel will be provided by IVRI Izatnagar.

• Scope of work also include the configuration of the required network equipment as per the

requirements of IVRI

Work

1. UTP Cable Laying with conduit

• UTP cable laying through concealed duct or conduit or suitable Casing on wall from the different rooms / sections of the Central Office of the institute to the rack positions.

• Marking/labelling on the cable.

• Bidder also has to supply the required concealed duct or PVC pipe or suitable Casing

• Laying charges will be including of concealed duct or conduit or suitable Casing, flexible wire and all the necessary accessories to mount the cable with conduit

2. Rack Installation

• It covers fixing and installation of LIUs, Switches, Patch Panel and Power Supply.

• The racks will be installed into different rooms of the building • Bidder has to make necessary arrangement to mount / fix the racks on wall and all the

necessary accessories to mount the racks on wall be provided 3. Patch Panel Punching

• All the UTP cables terminated at racks position from the different rooms / sections of the building has to be punched into the patch panel with labelling on patch panel.

• Bidder also has to supply the required concealed duct or PVC pipe or suitable Casing 4. Information Outlet Box Punching

• It covers fixing of I/O box and punching of UTP into different rooms / sections of the Central Office with numbering / coding on it

5. Fiber Termination

• It covers the termination / splicing of fiber core ( 4 Number) into LIU

• Required pigtails (multimode) has to be provided by the bidders and rate of the fiber termination / splicing will be inclusive of pigtails

6. Network Testing & Commission

• It covers testing the termination of UTP and commissioning of whole network at Central Office.

66.

Operating Microscope Ophthalmic for both anterior and posterior segment

TECHNICAL SPECIFICATIONS

1. Should have apochromatic optics with 45 degree binocular and converging optics 2. Should have working distance of objective lens F = 200mm and 5 step magnification 3. Eye piece should be minimum 10x or 12.5x wide 4. Should have XY coupling 5. Should have red flex switching in/out facility 6. Should have total magnification from at least 4.5x to 22x 7. Should have field of view from at least 15mm to 50mm 8. Should have cold light coaxial illumination by fiber optic light guide 9. Should have tools free design for stand-by bulb change over and for failed bulb

replacement. 10. Should have heat absorbing and UV filters. 11. Should be floor standing type with fiber wheels with brake. 12. Should have a minimum vertical stroke of 400mm 13. Should have rust free stand and paddles. 14. Should be operated in 200-240 Vac 50/60 Hz input supply. 15. Should provide sleeves for tubes with screw thread-2, pack of 6 asepsis caps 22mm-1 16. Dust cover-1 17. Should have 15 inch colored monitor for viewing 18. Warranty –At least for two years 19. Power Backup- to be supplied with online UPS (3KVP) with atleast one hour power backup on full load

67.

ANNEXURE-I

Fractionation and Purification System :

- For preparative automatic fractionation of proteins or nucleic acids by gel electrophoresis. - To facilitate automatic fractionation a sequence of processes including : 1) electrophoresis, 2)

recovery of separated proteins or nucleic acids by air pumping system, and 3) re-filling of recovery solution. Eluted proteins or nucleic acids in the collection part should be collected by air pumping system and fractionated into fraction collector. Air pumping system should eliminate necessity of excess buffer to collect samples, and minimize dilution and contamination.

Column size - Tube type L: 16 x 80 mm Funnel: L: 37 (upper) ~16 mm (lower) x 80 mm

Gel concentration - Polyacrylamide gel / 5~15 % (uniform) Gel sectional area - Round shape 200 mm2 (Tube type);

Funnel shape 1000 mm2 (upper surface area Material - Body: Acrylic Plastic

Tubes: Teflon Column - Hard glass Gel caster - Soft glass & silicone Sample apply volume - Sample Max : 2.0 mg/Apply Max: 2.0 mL Volume of collection space

- 0.8 mL

Collection method Collection by air pump system (ON/OFF)

Chamber buffer volume L: Upper 300mL, Lower 100mL~ 280mL volume Fraction time 1-99 min setting in 1 min steps Output to fraction collector

Make Switch / open-collector 400 ms (Step signal)

Power output Constant current: 1~40mA (15 steps) Error detector equipped (open/short)

Display 20 characters x 4 lines LCD and LED indicators for elapsed time

Program parameters 4 programable

Parameters

a) Constant current: 1~40mA

(15 steps) output

b) Delay time:1~999 min

c) Run time: 1~99 min

d) Collection time:1~255sec

e) Fill time: 1~255 sec

f) Max tube: 1~999

Operating temperature

Power outlets

5°C - 65°C AC100 V , 50/60 Hz 45VA

Dimensions 400 mm (W) x 250 mm (D) x 200 mm (H)

SuperStat Mini, 230V Temperature control: -15 to +80 °C Flow rate: Up to 3 L/min Including two 1- m insulated hoses and a transformer.

Micro Collector 230 V Compact, intelligent fraction collector. Standard 96 tubes (1ml) can be used, and optionally microplate (96/84/24/12), 3.5 mL 48 tubes and 9 mL 24 tubes are available. Fractionation can be controlled by time or drop counting, delay and stand by time, the no of collection cycle. Complete with a 3-way valve with inlet, delivery & drain tubes, a dust cover, a standard tube rack. Also including a marker output cable, 96 1-ml tubes in a tube case with a cover.

68.

Phacoemulsification Apparatus/System including slit lamp and A scan (OPHTHALMIC ULTRASOUND - A SCAN)

TECHNICAL SPECIFICATION Pump- Peristaltic Digital Pump Fluidics

i) Closed Fluidic System, No Internal Tubings ii) Aspiration: 0-50 cc/mm iii) Maximum vacuum of 500 mmHG iv) Vacuum and Aspiration Control – Programmable Linear control Or Panel Control v) Reflux: Gravity Fed; Eliminates Contamination vi) Venting: Fluid Venting System

Ultrasound: i) Micro pulse with Pulse shaping Technology ii) Micro pulse Technology available in both mode- continuous Mode of Ultra sound and within Pulse mode of

Ultrasound power delivery system. iii) Auto Tuning Mode iv) Ultrasound Frequency 38.6 KHz v) Handpiece should have ability to drive whitestar cold phaco vi) Phaco Pulse frequency setting and duty cycle are adjustable: vii) Different type of pulses are available like short pulses, long pulses, power pulses with adjustable no of pulse

Micro Pulse (Max 100 Pulses adjustable) in both modes continuous mode and pulse mode of ultrasound power delivery system. (Micro Pulse can impose on the Normal Pulse Mode Programmable Occlusion Mode

Flow, vacuum and ultrasound simultaneously and automatically change as phaco tip sense the vacuum at phaco tip and machine automatically control Occlusion building and breaking process.

Tubing Pack Options

- Both reusable & disposable tubing options should be available. Anterior Vitrectomy

TAC Vitrectomy probe with max cutting 600 cuts/min, Re-usable, Oscillating, Autoclavable. Phaco Handpiece

Digitized lightweight phaco handpiece – 4 crystal DIATHERMY SPECIFICATIONS

• Power Adjustment: 5 to 100%, in 5% increments • Diathermy Power: 10 Watts into 100-Ohms • Frequency: 386 KHz • Diathermy Type: Bipolar • Power Delivery: Linear, Burst, or Panel

Display 8.4 inch wide Colors LCD Display Memory 16 surgeons setting can be stored Foot-Pedal Programmable Detents and side switches. Feedback: Vibration Detent

OPHTHALMIC ULTRASOUND - A SCAN Technical Specifications A Scan Probe: 10 MHz focused transducer with internal fixation light assures proper alignment along visual axis. LCD display. Measurements: Axial length, anterior chamber depth, lens thickness, vitreous Measurement modes Immersion, contact Clinical accuracy 0.1 mm IOL calculation formulas incorporated: SRK, SRK/T, Holladay, Hoffer Q, Manual Gain control. Both Manual and Automatic measuring modes. SLIT LAMP TECHNICAL SPECIFICATIONS 1. Should be Galilean-type converging binocular microscope type 2. Should have at least 2/3/5 step magnification. 3. Should have real fields of view of 23mm to 5.6mm dia. 4. Should have interpupillary adjustment of atleast 55 to 75 mm 5. Should have slit width from at least 0 to 14mm continuously variable. 6. Should have slit length 0 to 14 mm continuously variable. 7. Should have slit inclination from 0 to 20º 8. Should have heat absorbing, red-free, cobalt blue filters 9. Should operate from 200 to 240Vac, 50 Hz input supply. 10. Should be supplied with motorized table. 11. Should have a longitudinal movement of at least 90mm 12. Should have a lateral movement of at least 95mm. 13. Should have a vertical movement of at least 30mm. 14. Should have a chin rest vertical movement of at least 55mm. 15. Should have good illumination using Halogen/xenon lamps.

PURCHASE AND STORE SECTION

INDIAN VETERINARY RESEARCH INSTITUTE IZATNAGAR-243 122, Bareilly U.P. (INDIA)

Fax No. +915812303284, 2302179 Phone No. +915812310392

No. F. Date:

To,

-------------------------------- -------------------------------- --------------------------------

Subject: ------------------------------------------------------------------------------------------------------ ---------------------------------

Dear Sir, On behalf of the purchaser, you are invited to submit your most competitive quotation in the enclosed format for the same. You are also requested to submit the following documents along with your quotation, otherwise your tender will not be entertained. 1. Schedule of Requirements 2. Technical Specification 3. Questionnaire 4. Bid Form and Price Schedules. 5. Bank Guarantee/FDR/for Bid Security 6. Manufacture’s Authorization Form

Each column/ blank be filled properly and every papers/documents enclosed with bid

documents must be signed /stamped by the authorized signatory of the firms/Company.

Instructions to Bidders(ITB ) and General Condition of Contract(GCC) may not be sent alongwith tender and these may be retained by bidders for their information and reference.

Care has been taken to avoid contradiction between stipulation in the ITB , GCC and those in the other sections of the bidding documents. But wherever contradiction arises, if any, stipulations contained in the Schedule of Requirements shall prevail.

Yours faithfully,

ASSTT. ADM . OFFICER (P&S)

(2)

Part -1 of Schedule of Requirements (Section-IV)

Schedule-I

Sl. No. Brief description of goods Accounting unit Quantity Delivery Schedule

Amount of Bid Security: ……………………………….

No._____________ dated___________for Rs._________. The firms name may be given on the reverse of DD.

Name of the Bank__________________________________

TECHNICAL SPECIFICATION :-

(3)

SCHEDULE OF REQUIREMENTS (SECTION-IV)

1. Name of the Purchaser – The Director, Indian Veterinary Research institute, Izatnagar

2. Purchaser’s mailing address – Asstt. Adm. Officer (P&S),

Indian Veterinary Research institute, Izatnagar-243 122, Bareilly

3. Preparation of Bids -: I. Price Structure - FOB port of Shipment/FOR,IVRI,Izatnagar. II. Langauge of Bid- English. III. list of reputed customers/clients to whom supply has been made during last two years, may be supplied, if any. IV. The amount of Bid Security- Amount as per IFB. V. The bid security must be valid 180 days.

4. Submission of Bids- 5. (i) Number of copies required is One. 6. (ii) Address for submission of bids, to be given on the envelope is-

Asstt. Adm. Officer (P&S),

Indian Veterinary Research institute, Izatnagar-243 122, Bareilly

(iii) Time & Date of bid opening are----------------------------------------------------- (iv) Deadline for submission of bids is -------------(hours) on--------------------

(In the event of the above specified date being declared a holiday for the purchaser, the bids will be received up to the appointed time on the next working day.)

(V) The bid should be kept in sealed envelope. The cover/envelop should indicate Tender Number, Name of the equipment and opening date on the top of the right and corner. The tender will of two bid system, the technical and financial bid should be submitted in separate envelop.

(4)

A. Envelop One (Technical Bid):-Superscribing in capital letter “Technical Bid” This Documents/Papers to be submitted with Technical Bid are given below:-

1. Bid Security (EMD) & tender fee if down loaded from web site. 2. Detailed specifications of the equipments/goods to be supplied. Only

one make/Model be quoted and no alternative make/model will be considered.

3. Illustrative Brochure in original from principal/manufacturer with Technical compliance statement.

4. Manufacturing certificate if bidder is manufactures. 5. Authorisation certificate from principal manufacturer, in case bidder

is agent/dealer of the manufactures. 6. Certified copy of PAN/ITCC issued by Deptt. of Income Tax. 7. Documents showing capability to carry out supplier’s

maintenance, repair & spare parts stocking obligations 8. Certified copy of Sales Tax/CST clearance certificate. 9. Duly completed Questionnaires. 10. A list giving full particulars including available sources and current

prices of all spare parts, special tools etc. valid for a period of two years following commencement of use of equipments.

11. Cost of Annual maintenance charge for next 5 years after expiring of warranty period.

12. Warranty period as indicated in the specification of each equipment. In case nothing is mentioned 12 months from the date of installation of equipment.

13. Validity of bid at least 120 days from the date of opening of technical bid.

14. The bidder should indicate the name of their banker with account number for making e-payment.

15. List of users with contact No. and other details.

B.Envelop Two (Financial Bid)- Superscribing in capital letter “Financial Bid” It will contain price schedule duly completed enclosed with bidding documents/ Proforma Invoice from foreign principal. The financial bid of only those bidders will be opened who qualify in the technical bid . The same will be intimated to the firm by uploading the information at on Institute website :www.ivri.nic.in. The bidders are expected to view the Institute website frequently.

(5)

SCHEDULE OF REQUIREMENTS (SECTION-IV) 1. Inspection and Tests:-

(i) Certificate showing country of origin.-----------------------------

(ii) Test certificate/inspection certificate with date ,name of Issuing Agency,

content of specifications ( To be filled by bidder) ---------------

2. Packing-

The consignment may please be shipped in cardboard packing only. If the consignment is despatched in wooden packing, the shipped is required to send the Phytosanitary certificate from the country of origin for this purpose.

3. Insurance- (i) Insurance shall be arranged by the purchaser. However, price on C.I.F., New

Delhi Airport may also be quoted in price bid. 4. Distribution of dispatch Documents—

All shipping documents and consignment shall be sent through our nominated Consolidators. 5. Incidental Services: - Banking charges outside India shall be borne by supplier 6. Warranty period as indicated in the specification of each equipment. In case nothing

is mentioned 12 months from the date of installation of equipment 7. Payment-

(A) Payment for goods supplied from abroad. i) On shipment 90% of the contract price shall be paid through irrevocable letter of

credit upon submission of documents detailed in L/C. ii) 10% of the contract price will be released just after satisfactory installation/ working of equipments/ machines etc. as well as on submission/production of Performance Bank Guarantee by the Supplier(s). (B) Payment of goods supplied from India (i) 100% of the contract price on receipt of goods by the consignee supported

by satisfactory installation/working report. 8. Installation:-

Within 30 days from the date of receipt of equipment in the institute failing which Liquidated Damage clause shall apply.

9. Prices – Be quoted on FOB Airport/CIF destination(IGI Airport, New Delhi, India)

10. Resolution of disputes By mutual consultation failing which it will be resolved under Arbitration& conciliation Act,1996.

11. Notices: - As mentioned GCC clause 31 12. Taxes and duties:-

Supplier shall be entirely responsible for payment all taxes, Stamp duties licence fees& other levies imported outside India and within India in case of local supplier.

(6)

SECTION –IV

QUESTIONNAIRE

BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW IN CASE A QUESTION DOES NOT APPLY TO A BIDDER THE SAME SHOULD BE ANSWERED WITH THE REMARK “NOT APPLICABLE” BIDDERS MAY PLEASE NOTE THAT IF THE ANSWERS SO FURNISHED ARE NO T CLEAR AND/OR ARE EVASIVE, THE BID WILL BE LIABLE TO BE IGNORED.

1. Bid No. ………………………………….. Date for bid opening on ………………….. 2. Offer is open for acceptance ………days

3. Brand of goods offered:

4. Name & address of manufacturer :

5. Station of Manufacture : 6. What is your permanent Income Tax A/C no : 7. Confirm whether you have attached your latest/current

ITCC or certified photocopy thereof.

8. Status: (a) Are you currently registered with the Directorate General of Supplies

& Disposals (DGS&D) for the item(s) quoted? If so, indicate the date up to which you are registered and whether there is any monetary limit on your registration. ----------------------------------------------------------------------------------

(b) Are you a small scale unit currently registered with the National Small Industries

Corporation (NSIC) under Single Point Registration Scheme for the item(S) quoted? If so, indicate the date up to which you are registered and whether there is any monetary limit on your registration ---------------------------------------------------------------------------------------------

(c) If you are not registered either with NSIC or DGS&D, please state whether you

are currently registered with Directorate of Industries of the State Government concerned. If so, indicate the date up to which you are registered and whether there is any monetary limit on your registration. ----------------------------------------------------------------------------------------------

(7)

(d) Are you registered under the Indian Companies Act, 1956 or any other Act? ----------------------------------------------------------------------------------------------

Please attach certified copy (copies) of the relevant registration certificate(s) in confirmation to your above answer(s).

9. Please indicate:- Name & full address of your Banker(s): ----------------------------------------------------

Bank account No. for e-payment 10. Whether you are:

(i) Manufacturer of the goods quoted; or ------------------------------------------------ (ii) Manufacturer’s authorized agent for those goods.-----------------------------------

11. State whether business dealings with you have been currently banned by any

Ministry/Deptt. of Central Govt. or any State Govt. --------------------------------------------------------------------------------------------------

Signature of Witness Signature of BidderName & address of Witness Full name, designation & Address of the person signing above For and on behalf of Mssrs. ………………….. (Name and address of the bidding firm)

(8)

BID FORM AND PRICE SCHEDULES

Date …………….. To,

The Director, INDIAN VETERINARY RESEARCH INSTITUTE IZATNAGAR UP. 243 122 (BAREILLY)

Ref: Your bidding documents No. ……………… dated ……………………

Having examined the above mentioned bidding documents, including addenda Nos……. (if any ), the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver…………………………………………. (description of goods and services) in conformity with the said bidding documents for the sum as shown in the price schedules, attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods and complete the services in accordance with the delivery schedule specified in the Schedule of Requirements after fulfilling all the applicable requirements incorporated in the above referred bidding documents.

If our bid is accepted, we will provide you with performance security as per the instructions specified in GCC clause 7 and in a form acceptable to you in terms of GCC clause 7.5 for a sum equivalent to 10 % (ten percent) of the contract price for the due performance of the contract.

We agree to abide by this bid for the bid validity period specified in the ITB clause 15 (read with modification, if any, in the Bid Data Sheet) or for the subsequently extended period. If any, agreed to by us and it shall remain binding up on us and may be accepted at any time before the expiration of that period.

Until a format contract is prepared and executed, this bid together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us.

We understand that you are not bound to accept the lowest or any bid you may receive. Dated this ……………………………. Day of …………………… 200 ……………

Signature (in the capacity of )

Duly authorized to sign bid for and on befalf of

FORMAT-I

SECTION VII/3

MANUFACTURER’S AUTHORISATION FORM To,

The Director IVRI, Izatnagar

(Name and address of the purchaser) Dear Sirs, Ref: Your Bidding Documents No. ………………

We …………………………………………… who are established and reputable manufacturers of ………………………….. (name and description of the goods offered in the bid) having factories at ………………………………………………………….. hereby authorize Messrs …………………………………………………….. (name and address of the agent) to submit a bid, negotiate (as and if necessary) and conclude the contract with you against your above mentioned Bidding Documents for the above goods manufactured by us.

No company or firm or individual other than Messrs. ………………………………. (name

and address of the above agent) is authorized to bid, negotiate and conclude the contract against this specific Bidding Documents for the above mentioned goods manufactured by us.

We hereby extend our full guarantee and warranty as per clause 16 of the General Conditions

of Contract, read with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply against this Bidding Document by the above firm.

Yours faithfully, ------------------- -------------------

[Signature, name and designation] for and on behalf of Messrs. ………………………………………..

[Name & address of the manufacturers]

Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by a person competent and having the power of attomey to legally bind the manufacturer.

FORMAT-II PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA

1 2 3 4 5 6 7

price per unit

Schedule Item Accounting Ex-factory / Excise Packing In-land Insurance Incidental Overall Total Sale tax

No. description unit & ex-warehouse duty if and transpor other services unit price payable, if

no Quantity use / ex- any forwardi tation duties and (Including price contract is

showroom off ng taxes, if supervision) [a+b+c awarded.

the shelf any other +

(than sales

d+e+f] tax) and

incident at

costs

(a) (b) (c) (d) (e) (f) 3x5

Total bid price in Rupees: (in figure)________________________

(in words) _______________________

AMC Charges for Ist year____________________________ IInd year____________________________ IIIrd year____________________________ IVth year____________________________ Vth year____________________________ Place Signature of bidder

Date Name Business address Note:

I. In case of discrepancy between unit price and total price, the unit price shall prevail.

II. If nothing to the contrary to this effect is mentioned under Section VII (Technical Specification and Quality Control Requirements), the bidder shall give list of spare parts for two years operation separately indicating description, quantity, unit price and total price in the above format for those items whose scope of supply includes spare parts as per ‘Technical Specifications’ give is Section VII.

FORMAT-III PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD

1 2 3 4 5 6 7 8 9 10

Price Per Unit

Schedule Item Country Accounting Unit Unit Inland Incidental Over Total Indian Indian Shipment No. Description of unit & price price transportation services all unit price agent’s agent’s weight

origin Quantity FOB CIF charges, including price name commissi and port of at insurance and supervision [a+c on as a % volume

loading port other local costs +d] of FOB

of incidental to

price

entry delivery, if included

specified in the

quoted

price

(a) (b) (c) (d) 4x6

Total bid price in foreign currency: (in figures)__________________________

(in words)__________________________ AMC Charges for Ist year_____________________________ IInd year_____________________________ IIIrd year_____________________________ IVth year_____________________________ Vth year_____________________________

Signature of bidder Place: Name Date: Business address

Note:

I. In case of discrepancy between unit price and total price, the unit price shall prevail.

II. If nothing to the contrary to this effect is mentioned under Section VII (Technical Specification and Quality Control Requirements), the bidder shall give list of spare parts for two years operation separately indicating description, quantity unit price and total price in the above format for those items whose scope of supply includes spare parts as per ‘Technical Specifications’ give in Section VII.

III. Indian agent’s commission shall be paid in Indian Rupees only. No. change due to exchange variation shall be allowed.

FORMAT-IV

SECTION VII/2

BANK GUARANTEE FORM FOR BID SECURITY

Whereas …………………………………………… (name of bidder) (herein after called “the bidder”) has submitted his bid dated ……………………….. [dated] for the supply of …………………….. (brief description of the relevant goods and services) (herein after called “the bid”).

KNOW ALL PEOPLE by these presents that WE……………………… (name of

the bank) having registered office at ………………….. (full address) (herein after called “the bank”) are bound unto………………….. (name of the purchaser) (herein after called “the purchaser”) in the sum of …………………….. (amount in figures and in words) for which payment well and truly to be, made to the said purchaser, the bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said bank this …………………………………. Day of ……………………….. 20…….

THE CONDITIONS of this obligations are:

1. If the bidder I. Withdraws its bid during the period of bid validity specified by the bidder on the bid form; or II. Does not accept the correction of errors in accordance with the Instruction to Bidders

OR 2. If the bidder, having been notified of the acceptance of its bid by the purchaser during the period of bid validity. I. Fails or refuses to execute the contract form, if required; or

II. fails or refuses to furnish the performance security, in accordance with the Instructions to Bidders;

We undertake to pay to the purchaser upto the above amount upon receipt of its

first written demand, without the purchaser having to substantiate its demand, provided that in its demand the purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the above mentioned two conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including 60 (sixty) days after the period of bid validity and any demand in respect thereof should reach the bank not later than the above date.

Signature of the Bank

SEAL of the Bank Date --------------------- Place---------------------