13.11.2014 Views

pdf tender document information - CCMB

pdf tender document information - CCMB

pdf tender document information - CCMB

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

CENTRE FOR CELLULAR & MOLECULAR BIOLOGY<br />

UPPAL ROAD, HYDERABAD (AP) INDIA – 500 007<br />

BID DOCUMENT<br />

THIS DOCUMENT IS APPLICABLE FOR<br />

Open / Press Tenders<br />

Tenders hosted on <strong>CCMB</strong> Website<br />

Single Bid (combined quotation)<br />

Two Bid (Technical & Price Bid in separate envelopes)<br />

Hard Copy of the Bid to be submitted to:<br />

Stores & Purchase Officer<br />

Centre for Cellular & Molecular Biology<br />

Uppal Road, Hyderabad – 500 007 (AP) INDIA<br />

Ph: +91-40-271602691, 2687 Fax: +91-40-27160996<br />

E-Mail: fpurinst@ccmb.res.in, spo@ccmb.res.in<br />

Website: http://www.ccmb.res.in<br />

NB: THIS BID DCOUMENT IS FREE OF COST IF DOWNLOADED FROM THE WEBSITE<br />

BID DOCUMENT (YC) Page 1 of 63


CHAPTER – I: LIMITED TENDER INVITATION<br />

Director <strong>CCMB</strong> (CSIR) Hyderabad (AP) India invites sealed offers from reputed manufacturers or their<br />

authorized agents for the services or supply / installation / commissioning of the following item:<br />

S.N. Equipment File No. Bid Type EMD*<br />

(Rs.)<br />

1. Isolation of Mutations in Rice Genes Using TILLING 34/<strong>CCMB</strong>/APP/417/P12 TWO BID 2,00,000.00<br />

(Technical Service)<br />

2. Fluorescence Microscope, Qty: 1 No. 34/<strong>CCMB</strong>/APP/387/P12 TWO BID 56,000.00<br />

3. Supply, Installation, Commissioning and Testing of Walkin-Freezer,<br />

34/<strong>CCMB</strong>/APP/399/P12 TWO BID 26,000.00<br />

Qty: 1 No.<br />

4. Liquid Nitrogen Plant and Accessories, Qty: 1 No. 34/<strong>CCMB</strong>/APP/401/P12 TWO BID 2,00,000.00<br />

5. High Resolution FT-IR System, Qty: 1 No. 34/<strong>CCMB</strong>/APP/402/P12 TWO BID 80,000.00<br />

6. Protein Purification Systems, Qty: 4 Nos. 34/<strong>CCMB</strong>/APP/403P12 TWO BID 2,40,000.00<br />

7. Phosphor Imager with Accessories, Qty: 1 No. 34/<strong>CCMB</strong>/APP/404/P12 TWO BID 60,000.00<br />

8. Upright Fluorescence Microscope with CCD Digital 34/<strong>CCMB</strong>/APP/405/P12 TWO BID 1,60,000.00<br />

Camera, Qty: 2 Nos.<br />

9. Advanced Motorized Inverted Microscope, Qty: 1 No. 34/<strong>CCMB</strong>/APP/406/P12 TWO BID 1,40,000.00<br />

10. Spectral Confocal Microscope, Qty: 1 No. 34/<strong>CCMB</strong>/APP/407/P12 TWO BID 5,00,000.00<br />

11. High Resolution Mass Spectrometer System, Qty: 1 No. 34/<strong>CCMB</strong>/APP/408/P12 TWO BID 5,00,000.00<br />

12. High Sensitivity CD Spectropolarimeter System, Qty: 1 34/<strong>CCMB</strong>/APP/409/P12 TWO BID 1,40,000.00<br />

No.<br />

13. High Throughput Real Time PCR Systems, Qty: 5 Nos. 34/<strong>CCMB</strong>/APP/410/P12 TWO BID 2,00,000.00<br />

14. High Speed Centrifuges, Qty: 2 Nos. 34/<strong>CCMB</strong>/APP/411/P12 TWO BID 1,60,000.00<br />

15. Floor Model Ultra Centrifuge, Qty: 1 No. 34/<strong>CCMB</strong>/APP/412/P12 TWO BID 1,50,000.00<br />

16. Arabidopsis Plant Growth Chamber, Qty: 1 No. 34/<strong>CCMB</strong>A/PP/413/P12 TWO BID 50,000.00<br />

17. Zebra Fish Imaging & Tracking System, Qty: 1 No. 34/<strong>CCMB</strong>/APP/414/P12 TWO BID 50,000.00<br />

18. High Content Screening System, Qty: 1 No. 34/<strong>CCMB</strong>/APP/415/P12 TWO BID 5,00,000.00<br />

19. High Throughput SNP Genotyping and Gene Expression<br />

System, Qty: 1 No.<br />

34/<strong>CCMB</strong>/APP/416/P12 TWO BID 3,40,000.00<br />

*International Bidders may submit EMD amount in USD (1$ = Rs.55), Euro (1€ = Rs.70), and Pound (1£ = 85)<br />

<br />

<br />

PLEASE REFER TO THE DETAILED SPECIFICATION FOR THE RESPECTIVE ITEM<br />

AT THE END OF THIS TENDER DOCUMENT (CH.XV).<br />

EACH ITEM HAS TO BE QUOTED SEPARATELY. EMD FOR EACH ITEM (File No.)<br />

SHALL BE SUBMITTED SEPARATELY. IN THEIR OWN INTEREST, BIDDERS<br />

MUST NOT CLUB EMD AMOUNT FOR MULTIPLE ITEMS IN ONE DD / PBG / TDR.<br />

Last Date & Time For Submission<br />

Date & Time of Pre – Bid Conference (PBC)<br />

Date / Time of Opening of Bids<br />

Venue of Bid Opening at <strong>CCMB</strong><br />

Tenders to be submitted at<br />

IMPORTANT DATES & TIME (Indian Standard Time)<br />

21-01-2013 (1500 HRS)<br />

10-01-2013 (1000 HRS)<br />

22-01-2013 (1500 HRS)<br />

Stores & Purchase Building<br />

First Floor, Administrative Block <strong>CCMB</strong><br />

Different Time Slots may be specified for PBC of different items. Please keep referring to<br />

our website. If no time slots are mentioned, interested parties must report by 10AM on<br />

10/01/2013 as mentioned above and wait for their turn of PBC.<br />

Contd….<br />

BID DOCUMENT (YC)<br />

Page 2 of 63


VERY IMPORTANT:<br />

Pre-Bid Conference (PBC)<br />

The objective of PBC is to provide a platform for clarifying issues and clearing doubts, if any, about the<br />

specification and other allied technical /commercial details of the bid <strong>document</strong>. Bids should be<br />

submitted only after the PBC so as to take care of the changes made in the bidding <strong>document</strong>.<br />

Participation in PBC is purely voluntary and OPTIONAL on the part of interested bidders. However we<br />

encourage the interested bidders to participate in their own interest and clarify issues, if any. In any case,<br />

changes to the bidding <strong>document</strong> (terms & conditions, item specifications etc.) if any, subsequent to the<br />

PBC shall be hosted on the official website of <strong>CCMB</strong> and shall have to be complied with by all bidders<br />

irrespective of their participation in the PBC.<br />

The changes made to the bidding <strong>document</strong> subsequent to the PBC shall be hosted on <strong>CCMB</strong> website<br />

and shall be treated as amendment to this bidding <strong>document</strong>.<br />

The prospective PBC participants should inform their intention to participate and send written queries at<br />

the email maq@ccmb.res.in positively up to Jan 08, 2013 (1200 HRS) to enable us to keep the<br />

response ready. Those not expressing interest to participate through email may be denied entry at<br />

the time of PBC.<br />

PLEASE STRICTLY ADHERE TO THE DATES / TIMES MENTIONED IN THIS DOCUMENT<br />

PLEASE FILL & ENCLOSE THE BRIEF SUMMARY OF QUOTATION & CHECKLIST AS PROVIDED<br />

AT THE END OF THIS CHAPTER & ENCLOSE WITH YOUR BID (WITH PRICE BID IN CASE OF TWO<br />

BID SYSTEM). IF YOU DO NOT PROPERLY FILL AND ATTACH THIS SHEET, YOUR BID SHALL BE<br />

SUMMARILY REJECTED AFTER BID OPENING.<br />

The bids will be opened in the presence of representatives of <strong>tender</strong>ers, if any. If any unscheduled<br />

holiday occurs on the date of submission/opening, then next working day shall be the prescribed<br />

date of submission/opening. Requests for postponement will not be entertained.<br />

Fax/email bids may not be accepted. Late/Delayed <strong>tender</strong>s shall not be opened. Wrongly referenced /<br />

enclosed quotations and Unsigned (wherever signature required) bids will be rejected summarily. Please<br />

send your bids to the Stores & Purchase Officer at the address mentioned above.<br />

Thanking you,<br />

Sincerely,<br />

(Y Chauhan)<br />

Stores & Purchase Officer<br />

BID DOCUMENT (YC)<br />

Page 3 of 63


BRIEF SUMMARY OF QUOTATION & CHECKLIST (Enclose with Price Bid)<br />

(Price <strong>information</strong> from the main price bid only shall be used for evaluation/comparison purpose)<br />

FOR Rs. QUOTE FILL RELEVANT INFORMATION IN Rs.<br />

(Please Fill It Up. DON’T Write ‘AS PER QUOTATION’ or ‘PLEASE REFER TO OUR OFFER’ etc.)<br />

Quotation Ref. No.<br />

Date<br />

01 Name of the Item (Equipment / System etc.)<br />

02 Main Item Model NUMBER<br />

03 Total FCA/FOB Value Of The Offered Package<br />

(Inclusive of Indian Agency Commission, if any)<br />

04 Payment Terms<br />

(Conditional Payment Terms Will NOT Be Accepted)<br />

05 Delivery Time (Weeks/Months)<br />

06 Warranty (Months/Years)<br />

07 Validity of Quotation (Days/Months)<br />

Following Information (08 to 12) is Required in Case of IMPORTED Items Only<br />

08 Product Import Code* ( ITC HS Code of the item / main item)<br />

(Please consult ITC Handbook or any Export / Import / Customs Agent)<br />

09 Country of Origin (product)<br />

10 Port(s) of Shipment<br />

11 Approx. Shipment Wt. (Chargeable Wt.) of the Item (kg)<br />

12 Approx. Dimensions (LXBXW)/Vol. of The Packed Consignment<br />

CHECKLIST CHECKLIST CHECKLIST<br />

01 Following Things Are Mentioned On The Main (Outer) Envelope<br />

•Item Name •<strong>CCMB</strong> Reference No. •Last Date for Submission<br />

•Firm’s Name & Address •Date Of Opening of Tender<br />

02 If Applicable, EMD is Enclosed (with Technical Bid Envelope In Case Of Two Bid)<br />

03 Demand Draft/TDR is in favour Of Director <strong>CCMB</strong>, Hyderabad And Payable At Hyderabad(If Applicable)<br />

Bidding Firm’s Name / Our Ref. No. etc. has been mentioned on the back side of Demand Draft<br />

04 Prices have been quoted keeping in view clauses C8, C13, C23 of Chapter II (ITB) and SCC clauses<br />

3,7,8,and 9 of Chapter IV and provisions regarding payment of Agency Commission in case of imports.<br />

05 We have clearly understood the Qualification Requirements vide Ch.XIV and filled the Bid Form (Ch.V). If the order<br />

is placed on CIF/CIP terms, we shall abide by your instructions vide clause C8 of Chapter II (ITB).<br />

06 The Bid Papers Have Been PUNCHED With A Hole O On The Top Left Hand Corner Side and Properly<br />

Tagged.<br />

07 Only Relevant Documents (Technical Brochures/Le aflets Etc.) Required In Support Of The Quoted Item Have<br />

Been Enclosed. No Irrelevant Papers like ITCC, User Recommendations, and Order Copies etc. Have Been<br />

Enclosed Unless Specifically Asked For<br />

08 Quotation Have Been Duly Signed And Stamped By the Authorized & Competent Person. All Cuttings/Over<br />

Writings Have Been Duly Checked, Initialled And Stamped. (If Applicable)<br />

09 In Case of Two Bid, Single Combined Quote Has Not Been Submitted OR ‘Price Bid’ Has Not Been Enclosed In<br />

The Envelope Marked ‘Technical Bid’<br />

10 In Case of Two Bid Tender This Page is Enclosed With the Price Bid<br />

We have read and understood the <strong>tender</strong> terms and conditions. The undersigned is competent to sign the<br />

<strong>tender</strong> <strong>document</strong> including this page on behalf of the quoting firm.<br />

Date<br />

(Full Name with Signature)<br />

&<br />

(Seal of the Firm)<br />

BID DOCUMENT (YC)<br />

Page 4 of 63


CHAPTER – II: INSTRUCTION TO BIDDERS<br />

A. INTRODUCTION<br />

1 Eligible Bidders<br />

1.1 This Invitation for Bids is open to all manufacturers or their dealers specifically authorised by the manufacturers (see Chapter<br />

VII of this <strong>document</strong>) to quote on their behalf for this <strong>tender</strong> and Indian agents of foreign principals, if any.<br />

1.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates<br />

which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications,<br />

and other <strong>document</strong>s to be used for the procurement of the goods to be purchased under this Invitation of Bids.<br />

2 Cost of Bidding<br />

2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and “the Purchaser", will in no case<br />

be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.<br />

B. THE BIDDING DOCUMENTS<br />

3 Cost of Bid Document<br />

3.1 The complete bid <strong>document</strong> can be downloaded FREE OF COST from our website http://www.ccmb.res.in.<br />

4 Contents of Bid Document<br />

4.1 The goods required, bidding procedures and contract terms are prescribed in this Bid Document which includes the<br />

following:<br />

S. No. Title Chapter No.<br />

01 Notice Inviting Tender (NIT) I<br />

02 Instructions to Bidder (ITB) II<br />

03 General Conditions of Contract (GCC) III<br />

04 Special Conditions of Contract (SCC) IV<br />

05 Bid Form V<br />

06 Bid Security Form VI<br />

07 Manufacturer’s Authorisation Form VII<br />

08 Bidder’s Performance Statement Form VIII<br />

09 Service Support Details IX<br />

10 Deviation Statement Form (ITB/GCC/SCC) X<br />

11 Technical Compliance Statement Form XI<br />

12 Contract Form XII<br />

13 Performance Security Form XIII<br />

14 Qualification Requirements XIV<br />

15 Technical Specifications & Other Important Requirements XV<br />

4.2 The Bidder is expected to examine all instructions, forms, terms (ITB/GCC/SCC etc.), and specifications in the bidding<br />

<strong>document</strong>s. Failure to furnish all <strong>information</strong> required by the bidding <strong>document</strong>s or submission of a bid not substantially<br />

responsive shall result in rejection of the bid.<br />

5 Amendment To Bid Document<br />

5.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in<br />

response to a clarification requested by a prospective bidder at the time of Pre-Bid Conference (PBC) or otherwise, modify<br />

the Bid Document by amendment. Such amendments shall form an integral part of bid <strong>document</strong>s and it shall amount to an<br />

amendment of relevant clauses of the Bid Document.<br />

5.2 The prospective bidders are required to keep a watch on the <strong>CCMB</strong> website for any amendment to the <strong>tender</strong> <strong>document</strong><br />

or to clarification to the queries raised by the bidders till 05 (five) days prior to the submission of the <strong>tender</strong>. The<br />

Purchaser reserves the right to reject the bids if the bids are submitted without taking into account these<br />

amendments/clarifications. Further bidder will be fully responsible for downloading of the <strong>tender</strong> <strong>document</strong> and<br />

amendments thereto if any for their completeness.<br />

5.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the<br />

Purchaser, at its discretion, may also extend the deadline for the submission of bids.<br />

BID DOCUMENT (YC)<br />

Page 5 of 63


C. PREPARATION OF BIDS<br />

6 Language of Bid<br />

6.1 The Bid prepared by the Bidder and all correspondence and <strong>document</strong>s relating to the bid exchanged by the bidder and<br />

the purchaser shall be written in English language, provided that any printed literature furnished by the bidder may be<br />

written in another language but it is to be accompanied by an English translation of its pertinent passage(s) duly signed<br />

and verified as true English translation. The responsibility for the correctness of the translation will be solely and<br />

completely on the bidder and <strong>CCMB</strong> shall not be responsible for any loss/likely loss due to error in translation whatsoever.<br />

In such cases, for the purpose of interpretation of the bid, the English translation shall only govern.<br />

7 Documents Comprising the Bid<br />

The bid is required to be submitted in TWO PARTS. One part is the Techno-Commercial Unpriced Bid and the other part is<br />

the Financial / Price Bid.<br />

7.1 The Techno-Commercial Unpriced Bid prepared by the Bidder shall include the following without indicating the price in the<br />

Bid Form.<br />

(i) Bid Security/EMD As Specified In the Invitation to Bids (ITB)<br />

(ii) Service Support Details Form<br />

(iii) T&C Deviation Statement Form<br />

(iv) Technical Specification Compliance Form<br />

(v) Performance Statement Form<br />

(vi) Manufacturer’s Authorization Form<br />

(vii) Documentary evidence establishing that the bidder is eligible to bid and is qualified to perform the contract if its bid is<br />

accepted as per qualification requirements/criteria<br />

(viii) Bid Form<br />

(ix) The Comprehensive Annual Maintenance Contract (CAMC) terms & conditions detailing the exclusions, if any and the<br />

(x)<br />

estimated life of the equipment offered.<br />

If demonstration of the goods is deemed essential to ascertain conformity with the <strong>tender</strong>ed specifications, then<br />

confirmation reflecting willingness to arrange demonstration of the equipment offered free of charge at <strong>CCMB</strong> or any<br />

other location on a mutually agreeable date, prior to opening of priced bid.<br />

7.2 The Price/Financial Bid shall comprise the Techno Commercial Bid with price indicated and the format of BRIEF<br />

SUMMARY OF QUOTATION & CHECKLIST included at the beginning of this <strong>document</strong>.<br />

8 Bid Prices<br />

8.1 The Bidder shall indicate the unit prices and total bid prices of the goods it proposes to supply under the order and enclose it<br />

with the priced bid. <strong>CCMB</strong> is a public funded scientific R&D centre and institute of higher studies (PhD & Post Doctoral).<br />

Please consider quoting special prices applicable to academic institutions as per your company policies.<br />

8.2 Prices indicated shall be entered separately in the following manner (For Indigenous Items):<br />

(i)<br />

(ii)<br />

The price of the goods quoted showing all duties and taxes already paid or payable<br />

Taxes: <strong>CCMB</strong> is exempted from payment of Excise Duty under notification number 10/97 dated 01.03.1997 and<br />

Customs Duty under notification No.51/96 dated 23.07.1996. Hence Excise Duty and Customs Duty, if any,<br />

should be shown separately. Please mention the applicable taxes (VAT/Service Tax etc.) clearly. We don’t issue<br />

any ‘Form C’ or ‘Form D’. However, being R&D Organization Concessional Sales Tax Forms can be issued, if it is<br />

acceptable in your State from where the material is being supplied. If there is no explicit mention about taxes in your<br />

offer, then quoted price will be deemed inclusive of all such taxes and no other charges except those mentioned<br />

clearly in the quotation will be paid.<br />

(iii) Rates should be quoted FOR at <strong>CCMB</strong>, Hyderabad inclusive of packing, forwarding, installation and commissioning<br />

charges etc. If ex-works prices are quoted then packing, forwarding, <strong>document</strong>ation, freight and insurance charges<br />

must be clearly mentioned separately. Vague terms like “packing, forwarding, transportation etc. extra” without<br />

mentioning the specific amount / percentage of these charges will NOT be accepted. Where there is no mention of<br />

packing, forwarding, freight, insurance charges, such offers shall be summarily rejected as incomplete / nonresponsive.<br />

8.3 Prices indicated shall be entered separately in the following manner (For Imported Items):<br />

(i)<br />

(ii)<br />

The price of the goods, quoted FOB/FCA (named) port of shipment. Notwithstanding financial obligations specified<br />

under latest applicable INCOTERMS FCA terms, all charges such as Export Packing, Documentation, Loading<br />

Charges, Inland Freight, Warehousing and Export Clearance etc. in the shipper country will have to be paid by the<br />

Supplier to the foreign associate of our duly appointed freight forwarding agent. Items as per the purchase order duly<br />

cleared for export in shipping country would be required to be handed over to our nominated freight forwarder.<br />

CIF/CIP rates for shipping items up to Hyderabad (India) preferably through AIR INDIA should also be mentioned. If<br />

facility of Air-India is not available in your country, specific intimation to this effect should be mentioned in your<br />

proforma invoice. Items are to be Packed, Marked & Labelled as per international norms. Small individual boxes must<br />

be palletized for easy handling & movement. State packing/ forwarding/ <strong>document</strong>ation charges etc. (each one)<br />

separately, if applicable. Order shall normally be placed on FOB/FCA basis but Director <strong>CCMB</strong> reserves the right to<br />

place the order on CIF/CIP basis also. Even if the order is placed on CIF/CIP basis, bidder will have to only use the<br />

services of our nominated freight forwarding agent for the sake of operational convenience at the time of customs<br />

clearance at our end. This condition will be mandatory and will be incorporated in our Letter of Credit.<br />

8.4 Prices quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on<br />

any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected summarily.<br />

9 Bid Currencies<br />

9.1 Prices shall be quoted in Indian Rupees (INR) or in freely convertible foreign currency preferably in USD ($), Euro (€), Yen<br />

(¥), GBP (£) wherever possible for correct evaluation during comparison.<br />

BID DOCUMENT (YC)<br />

Page 6 of 63


10 Documents Establishing Bidder’s Eligibility and Qualifications<br />

10.1Pursuant to ITB 7, the bidder shall furnish, as part of its bid, <strong>document</strong>s establishing the bidders’ eligibility to bid and its<br />

qualification to perform the contract if its bid is accepted<br />

10.2That the bidder meets the Qualification Requirements listed in Chapter XIV and elsewhere in this <strong>document</strong>.<br />

10.3 BIDDER IS TO INFORM IF ANY SPECIAL CERTIFICATE OR DECLARATION REQUIRED W.R.T THE END USE OF THE<br />

ITEM OR FOR SPARES IN COMPLIANCE TO THE SUPPLIER COUNTRY OR SUPPLIER'S OWN REQUIREMENTS TO<br />

EXECUTE THE PURCHASE ORDER. FORMAT TO BE ENCLOSED WITH THE TECHNICAL BID. PURCHASER MAY AT<br />

ITS DISCRETION DISQUALIFY THE BIDDER AT THIS STAGE NOTWITHSTANDING THE BID MEETING ALL OTHER<br />

CRITERIA.<br />

11 Documents Establishing Goods' Eligibility and Conformity to Bid Document<br />

11.1The <strong>document</strong>ary evidence of the goods and services eligibility shall consist of a statement on the country of origin of the<br />

goods and services offered which shall be confirmed by a certificate of origin at the time of shipment.<br />

11.2Specifications are basic essence of the product. It must be ensured that the offers are strictly as per our specifications. At<br />

the same time it must also be kept in mind that merely copying our specifications in their quotation shall not make firms<br />

eligible for consideration. The <strong>document</strong>ary evidence of conformity of the goods and services to the Bid Document may be<br />

in the form of literature, drawings and data, and shall consist of:<br />

(i)<br />

(ii)<br />

(iii)<br />

A detailed description of the essential technical and performance characteristics of the goods;<br />

A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary<br />

for the proper and continuing functioning of the goods for a period of two years, following commencement of the use of<br />

the goods by the Purchaser; and<br />

An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of<br />

the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the<br />

Technical Specifications.<br />

11.3For purposes of the commentary to be furnished pursuant to above, the Bidder shall note that standards for workmanship,<br />

material and equipment, and references to brand names or catalogue numbers designated by the Purchaser in its Technical<br />

Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand<br />

names and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions<br />

ensure substantial equivalence to those designated in the Technical Specifications. Technically unsuitable offers, offers not<br />

confirming to <strong>tender</strong> schedule shall be rejected.<br />

12 Bid Security/EMD<br />

12.1The Bidder shall furnish, as part of its bid, a bid security for an amount as specified in the Invitation for Bids/NIT. The bid<br />

security is required to protect the Purchaser against the risk of Bidder's conduct, which would warrant the security's forfeiture.<br />

12.2The bid security shall be in Indian Rupees or USD ($)and shall be in one of the following forms:<br />

(i) A bank guarantee issued by a Nationalized /Scheduled bank, in the form provided in the Bid Document (Chapter VI) and<br />

valid for 45 days beyond the validity of the bid; or<br />

(ii) A Banker’s cheque/demand draft or TDR in favour of the purchaser.<br />

12.3Any bid not secured in accordance with Clauses 12.1 and 12.2 above will be rejected by the Purchaser as non-responsive.<br />

12.4Unsuccessful bidder's bid security will be discharged/returned as promptly as possible but not later than 15 days after the<br />

expiration of the period of bid validity or placement of order which ever is later.<br />

12.5The successful Bidder's bid security will be discharged upon the Bidder furnishing the performance security.<br />

12.6The bid security may be forfeited:<br />

(i)<br />

(ii)<br />

If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; or<br />

In case of a successful Bidder, if the Bidder fails to furnish order acceptance within 21 days the order and/or fails to<br />

furnish Performance Security in the prescribed format.<br />

13 Period of Validity of Bids<br />

13.1Bids must remain valid for at least 90 days after the date of bid opening prescribed by the Purchaser. A bid valid for a shorter<br />

period shall be rejected by the Purchaser as non-responsive.<br />

13.2In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity. The<br />

request and the responses thereto shall be made in writing (or by cable, telex, fax or e mail). The bid security provided under<br />

Clause 12 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder<br />

granting the request will not be required nor permitted to modify its bid.<br />

13.3Bid evaluation will be based on the bid prices without taking into consideration the above corrections.<br />

14 Format and Signing of Bid<br />

14.1The Bidder shall submit the bids in two separate envelops. One envelop shall contain Techno commercial un-priced bid and<br />

the other shall contain the priced bid.<br />

14.2The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or<br />

persons duly authorized to bind the Bidder to the Contract. All pages of the bid, except for un-amended printed literature,<br />

shall be initialled by the person or persons signing the bid.<br />

14.3Any interlineations, erasures or overwriting shall be valid only if the persons or persons signing the bid initial them.<br />

14.4The Bidder shall furnish <strong>information</strong> on commissions or gratuities, if any paid or to be paid to agents relating to this Bid, and to<br />

contract execution if the Bidder is awarded the contract as per the bid form.<br />

BID DOCUMENT (YC)<br />

Page 7 of 63


D. SUBMISSION OF BIDS<br />

15 Sealing and Marking of Bids<br />

15.1The bidder shall seal the Techno Commercial Unpriced Bid and the Price/Financial Bid in two separate envelops duly<br />

marked as “Techno Commercial Unpriced Bid” and “Price/Financial Bid” respectively. Both the envelopes shall then be<br />

sealed in one outer (main) envelope.<br />

15.2The inner and outer envelopes shall:<br />

(i) Be addressed to the Purchaser at the following address:<br />

The Stores & Purchase Officer<br />

Centre for Cellular & Molecular Biology,<br />

Uppal Road, Hyderabad – 500 007 (AP) INDIA<br />

(ii) Bear the Item Name /Reference No. / Last Date For Submission Of Tender / Date Of Opening Of Tender / Firm’s<br />

Name & Address and a statement "Do not open before Time hrs (IST) on Date." As per the NIT details.<br />

15.3 If the outer envelope is not sealed and marked as required Clause 15.2, the Purchaser will assume no responsibility for the<br />

bid's misplacement or premature opening.<br />

15.4Telex, Cable, Fax or e-mail bids will be rejected.<br />

16 Deadline for Submission of Bids<br />

16.1Bids must be received by the Purchaser at the address specified under Clause 15.2 no later than the time and date specified<br />

in the NIT. In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the Bids<br />

will be received upto the appointed time on the next working day.<br />

16.2The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid <strong>document</strong>s in<br />

accordance with Clause 5, in which case all rights and obligations of the Purchaser and Bidders previously subject to the<br />

deadline will thereafter be subject to the deadline as extended.<br />

17 Late Bids<br />

17.1Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, pursuant to Clause<br />

16, will be rejected and/or returned to the Bidder.<br />

18 Modification and Withdrawal of Bids<br />

18.1The Bidder may modify or withdraw its bid after the bid's submission; provided that written notice of the modification or<br />

withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids.<br />

18.2The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the<br />

provisions of Clause 15. A withdrawal notice may also be sent by telex or cable or fax or e mail but followed by a signed<br />

confirmation copy, post marked not later than the deadline for submission of bids.<br />

18.3No bid may be modified subsequent to the deadline for submission of bids.<br />

18.4No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid<br />

validity specified by the Bidder on the bid form. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of<br />

its bid security, pursuant to Clause 12.6.<br />

BID DOCUMENT (YC)<br />

Page 8 of 63


E. OPENING AND EVALUATION OF BIDS<br />

Things That Will Result Into SUMMARY REJECTION at Any Stage of the Bidding Process<br />

(Initial Evaluation after Opening / Technical Evaluation / Price Bid Evaluation stage)<br />

All the bids received will first be scrutinized to see whether the <strong>tender</strong>s meet the basic requirements as incorporated in this Bid<br />

Document. The bids which do not meet the basic requirements will be treated as non-responsive and ignored WITHOUT<br />

giving any opportunity for clarifications or rectification of errors etc. The following are some of the points for which a<br />

<strong>tender</strong> will be declared as un-responsive and ignored during the initial scrutiny.<br />

a. The bid is un-signed or the bidder is not eligible.<br />

b. The requisite EMD is not furnished or the bid validity is shorter than the required period.<br />

c. If Manufacturer’s Authorization Letter or any other Forms required are not attached or are incomplete.<br />

d. The Bidder has not agreed to give the required performance security.<br />

e. The goods quoted are sub-standard and not meeting the required specification etc.<br />

f. The bidder has not quoted for the entire requirement as indicated in this RFQ.<br />

g. The bidder has not agreed to some essential conditions incorporated in the RFQ.<br />

h. If there is inconsistency between the Technical Bid and Price Bid <strong>information</strong> / details.<br />

SOME OTHER POINTS OF SUMMARY REJECTION ARE ALSO MENTIONED IN THIS CHAPTER AND UNDER GCC & SCC.<br />

19 Opening of Bids by the Purchaser<br />

19.1The Purchaser will open bids ( Techno Commercial Unpriced Bids in case of Two Bids), in the presence of Bidders'<br />

representatives who choose to attend, as per the schedule given in invitation to bids.<br />

19.2The Bidders' representatives who are present shall sign the quotation opening sheet evidencing their attendance. In the<br />

event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the<br />

appointed time and location on the next working day.<br />

19.3The bidders’ names, bid modifications or withdrawals, specifications, and the presence or absence of requisite bid security<br />

and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No<br />

bid shall be rejected at bid opening, except for late bid.<br />

19.4Bids (and modificati ons sent pursuant to Clause 18.1) that are not opened and read out at bid opening shall not be<br />

considered further for evaluation, irrespective of the circumstances.<br />

19.5Firms submitting bids in a single envelope or if ‘PRICE BID’ has been found enclosed in the envelope marked<br />

‘TECHNICAL BID’ against the requirement of two-bid system would be considered for further evaluation at the risk &<br />

responsibility of the bidder.<br />

20 Clarification of Bids<br />

20.1To assist in the examination, evaluation and comparison of bids, the Purchaser may, at its discretion ask the bidder for<br />

any clarification(s) of its bid. The request for clarification and the response shall be in writing and no change in the price<br />

substance of the bid shall be sought, offered or permitted. However no post Bid clarifications at the initiative of the Bidder<br />

shall be entertained.<br />

21 Preliminary Examination<br />

21.1Preliminary examination of Technical Bids shall be conducted after opening of the technical bids to check their conformity to<br />

the requirements mentioned in this <strong>document</strong>. Preliminary examination of technically qualified shortlisted Price Bids shall take<br />

place at a later stage to check for the conditions mentioned in the Price Bid for their conformity with the conditions specified in<br />

this bid <strong>document</strong>.<br />

21.2The Purchaser will examine the bids to determine whether they are complete, whether required sureties have been furnished,<br />

whether the <strong>document</strong>s have been properly signed, and whether the bids are generally in order. Bids from suppliers, without<br />

proper Authorization from the manufacturers and from Indian agents without DGS&D Registration Certificate shall be treated<br />

as non-responsive and rejected summarily.<br />

21.3Arithmetical errors in the priced bids will be rectified on the following basis. If there is a discrepancy between the unit price<br />

and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall<br />

be corrected. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between<br />

the price quoted in words and figures, whichever is the higher of the two shall be taken as the bid price for comparison.<br />

21.4The Purchaser may waive any minor informality/deviation in specifications, non-conformity, or irregularity in a bid, which does<br />

not constitute a material deviation, provided such a waiver, does not prejudice or affect the relative ranking of any Bidder.<br />

21.5Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the Bid<br />

Document. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and<br />

conditions of the Bid Document without material deviations. Deviations from or objections or reservations to critical provisions<br />

such as those concerning Bid Security/ Performance Security, Warranty, Force Majeure, Applicable Law and Taxes & Duties<br />

will be deemed to be a material deviation. The Purchaser's determination of a bid's responsiveness is to be based on the<br />

contents of the bid itself without recourse to extrinsic evidence.<br />

21.6If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by<br />

the Bidder by correction of the non-conformity.<br />

21.7After downloading, the language of standard clauses etc. mentioned in this ‘Bid Document’ should not be tempered with/<br />

changed/modified in any manner whatsoever. If any such modification etc. comes to our knowledge at any stage, the bid<br />

shall be rejected immediately and EMD shall also be forfeited.<br />

22 Conversion to Single Currency<br />

22.1To facilitate evaluation and comparison, the Purchaser will convert all bid prices expressed in the amounts in various<br />

currencies in which the bid prices are payable to Indian Rupees at the selling exchange rate established by RBI or any<br />

nationalized bank in India as notified in the Newspapers/banks’ website on the date of Price/Financial Bid opening.<br />

23 Evaluation & Comparison Of Bids<br />

23.1For the bids surviving the technical evaluation which have been found to be responsive the evaluation & comparison shall be<br />

made as under:<br />

(i) If the response to the <strong>tender</strong> consists only of Indigenous Offers<br />

BID DOCUMENT (YC)<br />

Page 9 of 63


The final landing cost of purchase after all discounts, freight, forwarding, insurance, taxes etc. shall be the basis of<br />

evaluation.<br />

(ii) If the response to the <strong>tender</strong> consists only of Imported Offers<br />

The FOB/FCA price shall be the basis of evaluation.<br />

(iii) If the response to the <strong>tender</strong> consists of Imported as well as Indigenous Offers<br />

The final landing cost of purchase taking into account, freight, forwarding, insurance, taxes etc. and customs clearance<br />

charges, Bank/LC charges, transportation up to <strong>CCMB</strong> as per available records with <strong>CCMB</strong> for imported goods shall be<br />

the basis of evaluation<br />

23.2Conditional <strong>tender</strong>s/discounts etc. shall not be accepted. Rates quoted without attached conditions (viz. Discounts having<br />

linkages to quantity, payment terms etc.) will only be considered for evaluation purpose. Thus conditional discounted rates<br />

linked to quantities and prompt/advance payment etc, will be ignored for determining inter-se position. The Purchaser<br />

however reserves the right to use the discounted rate/rates considered workable and appropriate for counter offer to the<br />

successful <strong>tender</strong>ers.<br />

23.3Where there is no mention of packing, forwarding, freight, insurance charges, taxes etc. such offers shall be rejected as<br />

incomplete. Quotations showing only Ex-Works (EXW) prices shall be rejected summarily.<br />

23.4The prices of ‘Optional Items’ as mentioned in the Item Specifications shall not be taken into account while drawing a inter-se<br />

comparative statement unless they have been included as a part of the ‘item basket’ drawn prior to the opening of the price<br />

bids.<br />

24 Contacting the Purchaser<br />

24.1Subject to ITB Clause 20, no Bidder shall contact or attempt to contact the Purchaser or anyone related to the Purchaser on<br />

any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to<br />

bring additional <strong>information</strong> to the notice of the Purchaser, it should do so in writing.<br />

24.2Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award may<br />

result in rejection of the Bidder's bid.<br />

25 Post Qualification<br />

25.1In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the Bidder that is selected as<br />

having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily, in accordance with the<br />

criteria listed in ITB Clauses10 & 11.<br />

25.2The determination will take into account the Bidder’s financial, technical and production capabilities. It will be based upon an<br />

examination of the <strong>document</strong>ary evidence of the Bidder’s qualifications submitted by the Bidder, pursuance to ITB Clauses 10<br />

& 11, as well as such other <strong>information</strong> as the Purchaser deems necessary and appropriate.<br />

25.3An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will<br />

result in rejection of the Bidder’s bid.<br />

26 Award Criteria<br />

26.1Subject to ITB Clause 28, the Purchaser will award the contract to the successful Bidder whose bid has been determined to<br />

be substantially responsive and has been determined to be the lowest evaluated bid, provided further that the Bidder is<br />

determined to be qualified to perform the contract satisfactorily.<br />

27 Purchaser's Right To Vary Quantities At Time Of Award<br />

27.1The Purchaser reserves the right at the time of Contract award to increase or decrease the quantity of goods and services<br />

originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.<br />

28 Purchaser's Right To Accept Any Bid And To Reject Any Or All Bids<br />

28.1The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time<br />

prior to award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform<br />

the affected Bidder or bidders of the grounds for the Purchaser's action.<br />

29 Notification of Award<br />

29.1Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder in writing by registered letter<br />

or by cable or telex or fax or e mail that the bid has been accepted by way of a Purchase Order.<br />

29.2Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 30, the Purchaser will promptly notify<br />

each unsuccessful Bidder and will discharge its bid security, pursuant to Clause 12.<br />

30 Performance Security<br />

30.1Within 21 days of the receipt of notification of award/purchase order from the Purchaser, the successful Bidder shall furnish<br />

the performance security (10% of the order value unless mentioned otherwise) in the Performance Security Form provided in<br />

the Bid Document.<br />

30.2Failure of the successful bidder to accept the order shall constitute sufficient grounds for the annulment of the award and<br />

forfeiture of the bid security and call for new bids.<br />

31 Order Acceptance<br />

31.1The successful bidder should submit acceptance of the Purchase Order immediately but not later than 21 days in any<br />

case from the date of issue of the Purchase Order failing which it shall be presumed that the vendor is not interested and<br />

his bid security is liable to be forfeited pursuant to clause 12. 6 of ITB.<br />

32 Buy Back Items<br />

32.1If the goods are to be quoted on ‘Buy Back’ basis, then bidders must offer a separate buy back price for the old item. The<br />

Purchaser reserves the right to place the order with or without ‘buy back’ option. If required the condition of old buy back<br />

goods may be examined by the bidder before submission of its bid.<br />

BID DOCUMENT (YC)<br />

Page 10 of 63


CHAPTER – III: GENERAL CONDITIONS OF CONTRACT (GCC)<br />

1 Definitions<br />

1.1 In this Contract, the following terms shall be interpreted as indicated:<br />

(i) "The Order" means the Purchase Order placed by the Purchaser including all the attachments and appendices thereto<br />

and all <strong>document</strong>s incorporated by reference therein;<br />

(ii) "The Contract Price" means the price payable to the Supplier under the Order for the full and proper performance of its<br />

contractual obligations;<br />

(iii) "The Goods" means all the equipment, machinery, and/or other materials, which the Supplier is required to supply to the<br />

Purchaser under the Contract;<br />

(iv) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other<br />

incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations<br />

of the Supplier covered under the Contract;<br />

(v) “GCC” mean the General Conditions of Contract contained in this section.<br />

(vi) “SCC” means the Special Conditions of Contract.<br />

(vii) “The Purchaser” as specified in Special Conditions of Contract.<br />

(viii) “The Purchaser’s country is “India”.<br />

(ix) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract.<br />

(x) “Day” means calendar day.<br />

2 Application<br />

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.<br />

3 Standards<br />

3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when<br />

no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such<br />

standards shall be the latest issued by the concerned institution.<br />

4 Use of Contract Documents and Information<br />

4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or any<br />

specification, plan, drawing, pattern, sample or <strong>information</strong> furnished by or on behalf of the Purchaser in connection therewith,<br />

to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such<br />

employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such<br />

performance. The Supplier shall not, without the Purchaser's prior written consent, make use of any <strong>document</strong> or <strong>information</strong><br />

enumerated in GCC Clause 4.1 except for purposes of performing the Contract.<br />

4.2 Any <strong>document</strong>, other than the Contract itself, enumerated in GCC Clause 4.1 shall remain the property of the Purchaser and<br />

shall be returned (in all copies) to the Purchase r on completion of the Supplier's performance under the Contract if so<br />

required by the Purchaser.<br />

4.3 The purchaser may be under obligation to make any <strong>document</strong> / <strong>information</strong> submitted by the bidder in response to this<br />

bid public if required under the provision of Indian Right to Information Act 2005. Therefore, bidder may explicitly indicate if<br />

any <strong>document</strong> / <strong>information</strong> in his <strong>tender</strong> include <strong>information</strong> of commercial confidence, trade secrets or intellectual<br />

property, the disclosure of which would jeopardize the competitive position of the bidder.<br />

5 Patent Rights<br />

5.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial<br />

design rights arising from use of the Goods or any part thereof in India.<br />

6 Submission of the bids<br />

6.1 All bids complete in every respect must reach this office within the last date and time of receipt of bid. No extension shall be<br />

allowed for any reason whatsoever. Late <strong>tender</strong>s, Tenders received without Bid security/Earnest Money, cost of bidding<br />

<strong>document</strong>s, if applicable etc. shall be rejected summarily.<br />

6.2 Tender <strong>document</strong>s are available free of cost or for sale as per the <strong>information</strong> specified in NIT. Interested bidders may<br />

purchase the <strong>tender</strong> <strong>document</strong>s on payment of the cost there of or download directly from our website. The Purchaser is not<br />

liable for either non-receipt of the <strong>tender</strong> <strong>document</strong> or for late receipt of the <strong>tender</strong> <strong>document</strong>s.<br />

7 Performance Security<br />

7.1 Within 21 days of receipt of the notification of contract award/purchase order, the Supplier shall furnish performance security<br />

for the amount specified in SCC.<br />

7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the<br />

Supplier's failure to complete its obligations under the Contract.<br />

7.3 The Performance Security shall be submitted in one of the following forms:<br />

(i) Indian manufacturers/suppliers or Authorized Indian Agents of the Foreign Principals can submit the performance<br />

security on behalf of their foreign principals in the form of Bank Guarantee issued by a Nationalized/Scheduled bank<br />

(ii)<br />

located in India on the format provided in the bidding <strong>document</strong>s. Or<br />

Foreign Principals can also submit performance security directly on the prescribed format through any foreign or Indian<br />

bank having office preferably in Hyderabad (India) or in the form of Standby Letter of Credit which must be advised and<br />

confirmed by any bank in India located preferably in Hyderabad (Andhra Pradesh).<br />

7.4 The performance security/Standby LC will be discharged by the Purchaser and returned to the Supplier not later than 60 days<br />

following the date of completion of the Supplier's performance obligations, including any warranty obligations, unless<br />

specified otherwise in SCC.<br />

7.5 In the event of any contract amendment, the supplier shall, within 21 days of receipt of such amendment, furnish the<br />

amendment to the performance security/SLC, rendering the same valid for the duration of the contract, as amended for<br />

further period of 60 days thereafter.<br />

BID DOCUMENT (YC)<br />

Page 11 of 63


8 Inspections and Tests<br />

8.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the<br />

Contract specifications at no extra cost to the Purchaser. SCC and / or Technical Specifications shall specify what<br />

inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in<br />

writing in a timely manner of the identity of any representatives retained for these purposes.<br />

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at the point of delivery<br />

and/or at the Goods final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable<br />

facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge<br />

to the Purchaser.<br />

8.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the<br />

Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost<br />

to the Purchaser.<br />

8.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at Purchaser’s Site shall<br />

in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the<br />

Purchaser or its representative prior to the Goods shipment.<br />

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any warranty or other obligations under this Contract.<br />

9 Packing<br />

9.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to<br />

their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough<br />

handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage.<br />

Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final<br />

destination and the absence of specialized handling facilities at all points in transit.<br />

9.2 The packing, marking and <strong>document</strong>ation within and outside the packages shall comply strictly with such special<br />

requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any<br />

subsequent instructions ordered by the Purchaser.<br />

9.3 The purchaser reserves the rights to arrange to carry out packing and value inspections through their freight forwarding<br />

agents particularly in case of high value and sensitive items.<br />

10 Delivery and Documents<br />

10.1Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser in the order<br />

within the period as indicated in the SCC. The details of shipping and/or other <strong>document</strong>s to be furnished by the supplier are<br />

specified in SCC.<br />

11 Insurance<br />

11.1Wherever required, the Goods supplied under the Contract shall be fully insured in Indian Rupees against loss or damage<br />

incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in SCC.<br />

12 Transportation<br />

12.1Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within India,<br />

transport to such place of destination in India including insurance, as shall be specified in the Contract, shall be arranged by<br />

the Supplier, and the related cost shall be included in the Contract Price.<br />

13 Incidental Services<br />

13.1The supplier may be required to provide any or all of the following services, including additional services, specified in SCC, if<br />

any:<br />

(i) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods;<br />

(ii) Furnishing of tools required for assembly and/or maintenance of the supplied Goods;<br />

(iii) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods;<br />

(iv) Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the<br />

parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and<br />

(v) Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation,<br />

maintenance and/or repair of the supplied Goods.<br />

14 Spare Parts<br />

14.1As specified in the SCC, the Supplier may be required to provide any or all of the following materials, notifications, and<br />

<strong>information</strong> pertaining to spare parts manufactured or distributed by the Supplier:<br />

(i) Such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve<br />

the Supplier of any warranty obligations under the Contract; and<br />

(ii) In the event of termination of production of the spare parts:<br />

(iii) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure<br />

(iv)<br />

needed requirements; and<br />

Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the<br />

spare parts, if requested.<br />

14.2Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods, such as gaskets,<br />

plugs, washers, belts etc. Other spare parts and components shall be supplied as promptly as possible but in any case within<br />

six months of placement of order.<br />

15 Warranty<br />

15.1The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models<br />

and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The<br />

Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or<br />

workmanship (except when the design and/or material is required by the Purchaser's Specifications) or from any act or<br />

omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country<br />

of final destination. The warranty should be comprehensive and on site.<br />

BID DOCUMENT (YC)<br />

Page 12 of 63


15.2This warranty shall remain valid for 12 months after the Goods or any portion thereof as the case may be, have been<br />

delivered to and accepted at the final destination indicated in the Contract, or for 16 months after the date of shipment<br />

whichever period concludes earlier, unless specified otherwise in the SCC or along with specifications.<br />

15.3The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such<br />

notice, the Supplier shall immediately within in 02 days arrange to repair or replace the defective goods or parts thereof free<br />

of cost at the ultimate destination. The Supplier shall take over the replaced parts/goods at the time of their replacement. No<br />

claim whatsoever shall lie on the Purchaser for the replaced parts/goods thereafter. The period for correction of defects in the<br />

warranty period is 02 days. If the supplier having been notified fails to remedy the defects within 02 days, the purchaser may<br />

proceed to take such remedial action as may be necessary, at the supplier’s risk and expenses and without prejudice to any<br />

other rights, which the purchaser may have against the supplier under the contract.<br />

16 Payment<br />

16.1The method and conditions of payment to be made to the Supplier under this Contract shall be as specified in the SCC.<br />

16.2The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as<br />

appropriate, the Goods delivered and the Services performed, and by <strong>document</strong>s, submitted pursuant to GCC Clause 10,<br />

and upon fulfilment of other obligations stipulated in the contract.<br />

16.3Payments shall be made promptly by the Purchaser normally within sixty days after submission of the invoice or claim by the<br />

Supplier.<br />

16.4Payment shall be made in currency as indicated in the order.<br />

17 Prices<br />

17.1Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall not vary from the prices<br />

quoted by the Supplier in its bid.<br />

18 Change Orders<br />

18.1The Purchaser may at any time, by written notice given to the Supplier pursuant to GCC Clause 30, make changes within the<br />

general scope of the Contract in any one or more of the following:<br />

(i) Drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically<br />

manufactured for the Purchaser;<br />

(ii) The method of shipping or packing;<br />

(iii) The place of delivery; and/or<br />

(iv) The Services to be provided by the Supplier.<br />

(v) The delivery schedule.<br />

18.2If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's performance of any<br />

provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and<br />

the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted<br />

within fifteen (15) days from the date of the Supplier's receipt of the Purchaser's change order.<br />

19 Contract Amendments<br />

19.1Subject to GCC Clause 18, no variation in or modification of the terms of the Contract shall be made except by written<br />

amendment signed by the parties.<br />

20 Assignment<br />

20.1The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser's<br />

prior written consent.<br />

21 Subcontracts<br />

21.1The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already specified in the<br />

bid. Such notification, in his original bid or later, shall not relieve the Supplier from any liability or obligation under the<br />

Contract.<br />

21.2Sub-contract shall be only for bought-out items and sub-assemblies.<br />

22 Delays in the Supplier's Performance<br />

22.1Since time is the essence of the contract, delivery of the Goods and performance of the Services shall be made by the<br />

Supplier in accordance with the time schedule specified by the Purchaser in the Contract.<br />

22.2If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter conditions impeding<br />

timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the<br />

fact of the delay, its likely duration and its cause(s).<br />

22.3As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may, at its<br />

discretion, extend the Supplier’s time for performance with or without penalty, in which case the extension shall be ratified by<br />

the parties by amendment of the Contract.<br />

22.4Except as provided under GCC Clause 25, a delay by the Supplier in the performance of its delivery obligations shall render<br />

the Supplier liable to the imposition of penalty pursuant to GCC Clause 23, unless an extension of time is agreed upon<br />

pursuant to GCC Clause 22.2 without the application of penalty clause.<br />

23 Penalty<br />

23.1Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the<br />

period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct<br />

from the Contract Price, as penalty, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed<br />

Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum<br />

deduction of the Percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of<br />

the Contract pursuant to GCC Clause 24.<br />

24 Termination for Default<br />

BID DOCUMENT (YC)<br />

Page 13 of 63


24.1The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the<br />

Supplier, terminate the Contract in whole or part:<br />

(i) If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the order, or within any extension<br />

thereof granted by the Purchaser pursuant to GCC Clause 22; or<br />

(ii) If the Supplier fails to perform any other obligation(s) under the Contract.<br />

(iii) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in<br />

executing the Contract.<br />

24.2For the purpose of this Clause:<br />

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a<br />

public official in the procurement process or in contract execution.<br />

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution<br />

of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid<br />

submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the<br />

benefits of free and open competition;’”<br />

24.3In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 24.1, the Purchaser may<br />

procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered, and<br />

the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier<br />

shall continue the performance of the Contract to the extent not terminated.<br />

25 Force Majeure<br />

25.1Notwithstanding the provisions of GCC Clauses 22, 23 and 24, the Supplier shall not be liable for forfeiture of its performance<br />

security, liquidated damages or termination for default, if and to the extent that, it’s delay in performance or other failure to<br />

perform its obligations under the Contract is the result of an event of Force Majeure.<br />

25.2For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the<br />

Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser<br />

either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight<br />

embargoes.<br />

25.3If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the<br />

cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations<br />

under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not<br />

prevented by the Force Majeure event.<br />

26 Termination for Insolvency<br />

26.1The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes<br />

bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such<br />

termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the<br />

Purchaser.<br />

27 Resolution of Disputes<br />

27.1The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement<br />

or dispute arising between them under or in connection with the Contract.<br />

27.2If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Supplier have been<br />

unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal<br />

mechanisms specified in the SCC. These mechanisms may include, but are not limited to, conciliation mediated by a third<br />

party, adjudication in an agreed national or international forum, and national or international arbitration.<br />

28 Governing Language<br />

28.1The contract shall be written in English language. Subject to GCC Clause 30, English language version of the Contract shall<br />

govern its interpretation. All correspondence and other <strong>document</strong>s pertaining to the Contract, which are exchanged by the<br />

parties, shall be written in the same language.<br />

29 Applicable Law<br />

29.1The Contract shall be interpreted in accordance with the laws of the Union of India and all disputes shall be subject to place of<br />

jurisdiction as specified in SCC.<br />

30 Notices<br />

30.1Any notice given by one party to the other pursuant to this contract/order shall be sent to the other party in writing or by cable,<br />

telex, FAX or e mail and confirmed in writing to the other party’s address specified in the SCC.<br />

30.2A notice shall be effective when delivered or on the notice’s effective date, which ever is later.<br />

31 Taxes and Duties<br />

31.1Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc., incurred until delivery of the<br />

contracted Goods to the Purchaser. However, VAT in respect of the transaction between the Purchaser and the Supplier<br />

shall be payable extra, if so stipulated in the order.<br />

BID DOCUMENT (YC)<br />

Page 14 of 63


CHAPTER – IV: SPECIAL CONDITIONS OF CONTRACT (SCC)<br />

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the<br />

provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General<br />

Conditions is indicated in parentheses.<br />

1 Definitions (GCC Clause 1)<br />

1.1 The Purchaser is ‘The Director, Centre for Cellular & Molecular Biology (<strong>CCMB</strong>), Hyderabad (AP), INDIA.<br />

2 Performance Security (GCC Clause 7) Substitute clause 7.1 of the GCC by the following:<br />

2.1 Within 21 days after the Supplier’s receipt of order, the Supplier shall furnish Performance Security to the Purchaser for an<br />

amount of 10% of the contract value, valid upto 60 days after the date of completion of performance obligations including<br />

warranty obligations.<br />

2.2 If the performance security is not furnished within the stipulated time as per 2.1 above, the contract shall be deemed<br />

terminated in pursuance of GCC Clause 24.<br />

3 Inspection and Tests: Inspection and tests prior to shipment of Goods and at final acceptance are as follows:<br />

3.1 After the goods are manufactured and assembled, inspection and testing of the goods shall be carried out at the supplier’s<br />

plant by the supplier, prior to shipment to check whether the goods are in conformity with the technical specifications attached<br />

to the purchase order. Manufacturer’s test certificate with data sheet shall be issued to this effect and submitted along with<br />

the delivery <strong>document</strong>s. The purchaser shall be present at the supplier’s premises during such inspection and testing if need<br />

is felt. The location where the inspection is required to be conducted should be clearly indicated. The supplier shall inform the<br />

purchaser about the site preparation, if any, needed for installation of the goods at the purchaser’s site at the time of<br />

submission of order acceptance.<br />

3.2 The acceptance test will be conducted by the Purchaser, their consultant or other such person nominated by the Purchaser at<br />

its option after the equipment is installed at purchaser’s site in the presence of supplier’s representatives. The acceptance<br />

will involve trouble free operation and ascertaining conformity with the ordered specifications and quality. There shall not be<br />

any additional charges for carrying out acceptance test. No malfunction, partial or complete failure of any part of the<br />

equipment is expected to occur. The Supplier shall maintain necessary log in respect of the result of the test to establish to<br />

the entire satisfaction of the Purchaser, the successful completion of the test specified.<br />

3.3 In the event of the ordered item failing to pass the acceptance test, a period not exceeding one weeks will be given to rectify<br />

the defects and clear the acceptance test, failing which the Purchaser reserve the right to get the equipment replaced by the<br />

Supplier at no extra cost to the Purchaser.<br />

3.4 Successful conduct and conclusion of the acceptance test for the installed goods and equipments shall also be the<br />

responsibility and at the cost of the Supplier.<br />

4 Manuals and Drawings<br />

4.1 Before the goods and equipments are taken over by the Purchaser, the Supplier shall supply operation and maintenance<br />

manuals. These shall be in such details as will enable the Purchaser to operate, maintain, adjust and repair all parts of the<br />

works as stated in the specifications.<br />

4.2 The Manuals shall be in the ruling language (English) in such form and numbers as stated in the contract.<br />

4.3 Unless and otherwise agreed, the goods equipment shall not be considered to be completed for the purposes of taking over<br />

until such manuals and drawing have been supplied to the Purchaser.<br />

5 Packing (GCC Clause 9) Add as Clause 9.3 of the GCC of the following:<br />

5.1 Packing Instructions: Each package will be marked on three sides with proper paint/indelible ink, the following:<br />

(i) Item Nomenclature<br />

(ii) Order/Contract No.<br />

(iii) Country of Origin of Goods<br />

(iv) Supplier’s Name and<br />

(v) Consignee details<br />

(vi) Packing list reference number<br />

6 Delivery and Documents (GCC Clause 10)<br />

6.1 Delivery of the goods should be made within a maximum of 08 weeks from the date of placement of purchase order. Within<br />

24 hours of shipment, the supplier shall notify the purchaser and the insurance company by cable/telex/fax/e mail the full<br />

details of the shipment including contract number, railway receipt number/ AAP etc and date, description of goods, quantity,<br />

name of the consignee, invoice etc. The supplier shall mail the following <strong>document</strong>s to the purchaser with a copy to the<br />

insurance company:<br />

(i) 4 Copies of the Supplier invoice showing contract number, goods' description, quantity, unit price, total amount;<br />

(ii) Acknowledgment of receipt of goods from the consignee(s) by the transporter;<br />

(iii) Insurance Certificate if applicable;<br />

(iv) Manufacturer's/Supplier's warranty certificate;<br />

(v) Inspection Certificate issued by the nominated inspection agency, if any, and the Supplier's factory inspection report;<br />

and<br />

(vi) Certificate of Origin.<br />

(vii) Two copies of the packing list identifying the contents of each package.<br />

6.2 The above <strong>document</strong>s should be received by the Purchaser before arrival of the Goods (except where the Goods have been<br />

delivered directly to the Consignee with all <strong>document</strong>s) and, if not received, the Supplier will be responsible for any<br />

consequent expenses.<br />

7 Insurance (GCC Clause 11)<br />

7.1 For delivery of goods at the purchaser’s premises, the insurance shall be obtained by the Supplier in an amount equal to<br />

110% of the value of the goods from "warehouse to warehouse" (final destinations) on “All Risks" basis including War Risks<br />

BID DOCUMENT (YC)<br />

Page 15 of 63


and Strikes. The insurance shall be valid for a period of not less than 3 months after installation and commissioning. In case<br />

of orders placed on FOB/FCA basis, the purchaser shall arrange Insurance.<br />

8 Incidental services (GCC clause 13) The incidental services also include:<br />

8.1 Furnishing of 01 set of detailed operations & maintenance manual.<br />

8.2 Arranging the shifting / moving of the item to their location of final installation within <strong>CCMB</strong> premises (including LaCONES<br />

and CRF premises in Hyderabad) at the cost of Supplier through their Indian representatives.<br />

9 Warranty (GCC Clause 15)<br />

9.1 Warranty period shall be 36 months from date of acceptance of Goods or 40 months from the dates of Shipment, whichever<br />

occurs earlier. The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under<br />

the contract. If for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier<br />

shall at its discretion make such changes, modifications, and/or additions to the Goods or any part thereof as may be<br />

necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out<br />

further performance tests. The warranty should be comprehensive on site.<br />

9.2 If a different period of warranty has been specified in the ‘Technical Specifications’ Chapter then the period mentioned in<br />

Clause 9.1 above shall stand modified to that extent.<br />

10 Payment (GCC Clause 16)<br />

10.1100% payment shall be made by the Purchaser against delivery, inspection, successful installation, commissioning and<br />

acceptance of the equipment at <strong>CCMB</strong> in good condition and to the entire satisfaction of the Purchaser and on production of<br />

unconditional performance bank guarantee as specified in Clause 2.1 of SCC.<br />

10.2Agency commission, if any shall be paid after satisfactory installation & commissioning of the goods at the destination at<br />

the exchange rate prevailing on the date of negotiation of LC <strong>document</strong>s, subject to DGS&D registration.<br />

11 Penalty Clause (GCC Clause 23)<br />

11.1For delays: GCC Clause 23.1 -- The applicable rate is 1% per week and the maximum deduction is 10% of the contract<br />

value / price.<br />

12 Resolution of Disputes (Clause 27): Add as GCC Clause 27.3 the following:<br />

12.1The dispute resolution mechanism to be applied pursuant to GCC Clause 27 shall be as follows:<br />

(i) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out<br />

of or connected with this agreement, such disputes or difference shall be settled in accordance with the Indian<br />

Arbitration & Conciliation Act, 1996, the rules there under and any statutory modifications or re-enactments thereof shall<br />

apply to the arbitration proceedings. The dispute shall be referred to the Director General, Council of Scientific &<br />

Industrial Research (CSIR) New Delhi and if he is unable or unwilling to act, to the sole arbitration of some other person<br />

appointed by him willing to act as such Arbitrator. The award of the arbitrator so appointed shall be final, conclusive and<br />

binding on all parties to this order.<br />

(ii) In the case of a dispute between the purchaser and a Foreign Supplier, the dispute shall be settled by arbitration in<br />

accordance with provision of sub-clause (a) above. But if this is not acceptable to the supplier then the dispute shall be<br />

settled in accordance with provisions of UNCITRAL (United Nations Commission on International Trade Law) Arbitration<br />

Rules.<br />

(iii) The venue of the arbitration shall be the place from where the order is issued.<br />

13 Applicable Law (GCC Clause 29) Add as Clause 29.2 of the GCC the following:<br />

13.1The place of jurisdiction would be Hyderabad (Andhra Pradesh) INDIA.<br />

14 Notices (GCC Clause 30)<br />

14.1For the purpose of all notices, the following shall be the address of the Purchaser and Supplier.<br />

(i) Purchaser: The Director,<br />

Centre for Cellular & Molecular Biology,<br />

Uppal Road, Hyderabad – 500 007 (Andhra Pradesh) INDIA<br />

(ii) Supplier:<br />

(To be filled in by the supplier)<br />

.............................................<br />

.............................................<br />

.............................................<br />

15 Progress of Supply<br />

15.1Wherever applicable, supplier shall regularly intimate progress of supply, in writing, to the Purchaser as under:<br />

(i) Quantity offered for inspection and date;<br />

(ii) Quantity accepted/rejected by inspecting agency and date;<br />

(iii) Quantity dispatched/delivered to consignees and date;<br />

(iv) Quantity where incidental services have been satisfactorily completed with date;<br />

(v) Quantity where rectification/repair/replacement effected/completed on receipt of any communication from<br />

consignee/Purchaser with date;<br />

(vi) Date of completion of entire Contract including incidental services, if any; and<br />

(vii) Date of receipt of entire payments under the Contract (In case of stage-wise inspection, details required may also be<br />

specified).<br />

16 Right to Use Defective Goods<br />

16.1If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the goods<br />

proves to be unsatisfactory, the Purchaser shall have the right to continue to operate or use such goods until rectifications of<br />

defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser’s<br />

operation.<br />

BID DOCUMENT (YC)<br />

Page 16 of 63


17 Supplier Integrity<br />

17.1The Supplier is responsible for and obliged to conduct all contracted activities in accordance with the Contract using state of<br />

the art methods and economic principles and exercising all means available to achieve the performance specified in the<br />

contract.<br />

18 Training<br />

18.1The Supplier is required to train the designated Purchaser’s technical and end user personnel to enable them to effectively<br />

operate the total equipment.<br />

BID DOCUMENT (YC)<br />

Page 17 of 63


CHAPTER – V: BID FORM<br />

The Director<br />

Centre for Cellular & Molecular Biology<br />

Uppal Road, Hyderabad – 500 007 (AP) India<br />

Sir,<br />

Having examined the bidding <strong>document</strong>, we the undersigned offer to supply and deliver ___________________________<br />

(Description of Goods) in conformity with the said bidding <strong>document</strong>s for a sum or such other sums as may be ascertained from the<br />

bid.<br />

We undertake that if our bid is accepted to deliver the goods in accordance with the delivery schedule specified and submit the<br />

performance security as specified in SCC for the due performance of the contract.<br />

We agree to abide by this bid for requisite period of time after the date fixed for bid opening as per the instructions to the bidders<br />

and it shall remain binding upon us and may be accepted at any time before the expiration of that period.<br />

Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of<br />

award shall constitute a binding contract between us.<br />

We undertake that, we have separately mentioned the Agency Commission to be received by us from the Manufacturer / Foreign<br />

Principal and same shall be paid to us in Indian Rupees by the buyer. Further we also undertake that if we do not mention any<br />

Agency Commission in our bid, same shall not be paid to us directly by our Foreign Principal in foreign currency.<br />

If use of quoted item requires any ‘End User Declaration (EUD)’ or signing of special conditions etc. prior to processing of the order,<br />

format of such EUD or special conditions have been attached with our Technical Bid. We understand that our bid may be<br />

disqualified at any stage if the buyer is unwilling to submit such EUD or sign special conditions.<br />

We have quoted our bid prices taking into account your instructions regarding shipment and payment terms and also attached the<br />

duly filled ‘BRIEF SUMMARY OF QUOTATION & CHECKLIST’ as per your instructions.<br />

We understand that you are not bound to accept the lowest or any bid you may receive.<br />

Dated this ____________day of ________________20_______<br />

Signature<br />

_________________________________<br />

In the capacity of______________________________<br />

Duly authorized to sign the bid for and on behalf of ________________________________<br />

BID DOCUMENT (YC)<br />

Page 18 of 63


CHAPTER – VI: BID SECURITY FORM<br />

Whereas ........................... 1 (hereinafter called the “<strong>tender</strong>er”) has submitted their offer dated ...................... (Date of submission of<br />

bid) for the supply of ................................. (Name and/or description of the goods) (Hereinafter called the “<strong>tender</strong>”).<br />

KNOW ALL PEOPLE by these presents that WE ..................... (Name of bank) of .................. (Name of country), having our<br />

registered office at .................. (Address of bank) (Hereinafter called “the Bank”), are bound unto Director, Centre for Cellular &<br />

Molecular Biology, Hyderabad (AP) India (Hereinafter called “the Purchaser”) in the sum of _______________________ for<br />

which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these<br />

presents. Sealed with the Common Seal of the said Bank this ____ day of _________ 19 ____.<br />

THE CONDITIONS of this obligation are:<br />

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or<br />

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:<br />

(a)<br />

(b)<br />

Fails or refuses to execute the Contract Form if required; or<br />

Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders.<br />

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having<br />

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<br />

the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.<br />

This guarantee will remain in force up to and including forty-five (45) days after the period of the bid validity, and any demand in<br />

respect thereof should reach the Bank not later than the above date.<br />

(Signature with Seal of the Bank)<br />

(Complete Contact Details with Tel./Fax/email etc)<br />

_____________________________________________<br />

1<br />

Name of Bidder<br />

BID DOCUMENT (YC)<br />

Page 19 of 63


CHAPTER – VII: MANUFACTURERS' AUTHORIZATION FORM<br />

No.<br />

Dated __________<br />

The Director,<br />

Centre for Cellular & Molecular Biology,<br />

Uppal Road, Hyderabad – 500 007 (AP) India<br />

Dear Sir:<br />

We<br />

who are established and reputable manufacturers of<br />

having factories / works at (address of factory) do hereby authorize M/s (Name and address of<br />

Indian Agent / Business Partner) to submit a bid, negotiate and receive the order from you against your <strong>tender</strong> enquiry.<br />

No company or firm or individual other than M/s<br />

regard to this business.<br />

is authorized to bid, and conclude the contract in<br />

The Agency commission payable by us to our Agent in your country has also disclosed in the price bid to be paid directly by<br />

the buyer to our authorized Agents in your national currency. In case no agency commission has been mentioned, same shall not<br />

be paid by us in foreign currency separately to the Indian Agent.<br />

If use of quoted item requires any ‘End User Declaration (EUD)’ or signing of special conditions etc. prior to processing of<br />

the order, format of such EUD or special conditions have been attached with our Technical Bid. We understand that our bid may be<br />

disqualified at any stage if the buyer is unwilling to submit such EUD or sign special conditions.<br />

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract and Clause 9 of the<br />

Special Conditions of Contract for the goods and services offered by the above firm.<br />

Yours faithfully,<br />

(Name)<br />

(Name of manufacturers)<br />

Note:<br />

This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and<br />

having the power of attorney to bind the manufacturer. It should be included by the Bidder in its techno-commercial<br />

unpriced bid.<br />

BID DOCUMENT (YC)<br />

Page 20 of 63


CHAPTER – VIII: BIDDER’S PERFORMANCE STATEMENT FORM<br />

(For A Period of Last 3 Years)<br />

Name of the Firm………………………………………..<br />

Order placed by (full<br />

address of purchaser)<br />

Order<br />

and date<br />

No.<br />

Description and quantity<br />

of ordered equipment<br />

Price<br />

Date of completion<br />

of delivery as per<br />

Contract/Actual<br />

Remarks indicating<br />

reasons for late<br />

delivery, if any<br />

Has the equipment been installed<br />

satisfactory?<br />

(Attach a certificate from the<br />

purchaser/Consignee)<br />

Contact Person<br />

alongwith Tel. NO.,<br />

Fax No. & e-mail<br />

address<br />

Place :<br />

Date :<br />

Signature<br />

Rubber stamp<br />

BID DOCUMENT (YC)<br />

Page 21 of 63


CHAPTER IX: SERVICE SUPPORT DETAILS FORM<br />

S. N. Nature of training<br />

imparted<br />

List of similar type equipments serviced<br />

in the past 3 years<br />

Address, Telephone Nos.<br />

, Fax and e mail address<br />

of the firm located in<br />

Hyderabad<br />

Value of minimum stock of<br />

consumable spares held at<br />

all times.<br />

Signature and Seal of the manufacturer/Bidder…………………………….<br />

Place :<br />

Date :<br />

BID DOCUMENT (YC)<br />

Page 22 of 63


CHAPTER – X: DEVIATION STATEMENT FORM (ITB/GCC/SCC)<br />

The following are the particulars of deviations (ITB, GCC, and SCC Clauses) from the requirements of the <strong>tender</strong> <strong>document</strong> and<br />

specifications:<br />

CLAUSE DEVIATION REMARKS<br />

(INCLUDING JUSTIFICATION)<br />

Place:<br />

Date:<br />

NOTE:<br />

Signature and seal of the<br />

Manufacturer/Bidder<br />

Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No Deviations”.<br />

BID DOCUMENT (YC)<br />

Page 23 of 63


CHAPTER – XI: TECHNCAL COMPLIANCE STATEMENT FORM<br />

An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the goods and<br />

services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.<br />

ITEM NAME<br />

S.No. Tender Specifications Bidder’s Specifications Remarks/Deviation If any<br />

(Technical literature/brochures/manuals should be attached alongwith this format)<br />

Please note:<br />

1. Compliance/Deviation statement comparing the specifications of the quoted model to the required specifications. This<br />

statement should also give the page number(s) of the technical literature where the relevant specification is mentioned.<br />

2. Bids must have supporting <strong>document</strong>s ( technical literature or copies of relevant pages from the service manual or factory test<br />

data) for all the points noted above, failure regarding which may result in rejection of bid.<br />

BID DOCUMENT (YC)<br />

Page 24 of 63


CHAPTER – XII: CONTRACT FORM<br />

THIS AGREEMENT made the …….day of ………………….200….between……………………. Director, Centre for Cellular &<br />

Molecular Biology, Hyderabad (AP) India (hereinafter “the Purchaser”) of the one part and …………..( Name of Supplier) of<br />

………………….(City and Country of Supplier) (hereinafter called “the Supplier”) of the other part:<br />

WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz.,<br />

……………………………(Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those<br />

goods and services in the sum of ………………….(Contract Price in Words and Figures) (hereinafter called “the Contract Price”).<br />

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:<br />

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the<br />

Conditions of Contract referred to.<br />

2. The following <strong>document</strong>s shall be deemed to form and be read and construed as part of this Agreement, viz:<br />

(a) the Bid Form and the Price Bid submitted by the Bidder;<br />

(b) the Technical Specifications;<br />

(c) the General Conditions of Contract;<br />

(d) the Special Conditions of Contract; and<br />

(e) the Purchaser’s Notification of Award/Purchase Order.<br />

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby<br />

covenants with the Purchaser to provide the goods and services and to remedy defects therein conformity in all respects with<br />

the provisions of the Contract.<br />

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the<br />

remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the<br />

Contract at the times and in the manner prescribed by the Contract.<br />

Brief particulars of the goods and services which shall be supplied / provided by the Supplier are as under:<br />

ITEM DESCRIPTION & QTY.<br />

AMOUNT<br />

Payment Terms<br />

Delivery Schedule<br />

Agency Commission<br />

[TO BE PAID IN EQUIVALENT INR]<br />

FOB/FCA/CIF/CIP<br />

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the<br />

day and year first above written.<br />

Signed, Sealed and Delivered by the<br />

Said…………………………………(For the Purchaser)<br />

In the presence of ………………………………….<br />

Signed, Sealed and Delivered by the<br />

Said……………………………………………(For the Supplier)<br />

In the presence of ………………………………………….<br />

BID DOCUMENT (YC)<br />

Page 25 of 63


CHAPTER – XIII: PERFORMANCE SECURITY FORM<br />

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY<br />

The Director<br />

Centre for Cellular & Molecular Biology<br />

Uppal Road, Hyderabad – 500 007 (AP) India<br />

WHEREAS................................................................... (Name and address of the Supplier)<br />

Hereinafter called "the Supplier" has undertaken, in pursuance of Contract no................. dated............ 20... to<br />

supply....................................................................... (Description of Goods and Services) hereinafter called "the Contract".<br />

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a<br />

recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance<br />

with the Contract.<br />

AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee:<br />

NOW THEREFORE we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total<br />

of................................... ........................................ (Amount of the Guarantee in Words and Figures) , and we undertake to pay you,<br />

upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or<br />

sums within the limits of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show<br />

grounds or reasons for your demand or the sum specified therein.<br />

We hereby waive the necessity of your demanding the said debit from the supplier before presenting us with the demand.<br />

We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of<br />

any of the contract <strong>document</strong>s which may be made between you and the supplier shall in any way release us from any liability<br />

under this guarantee and we hereby waive notice of any such change, addition or modification.<br />

This guarantee shall be valid until the ........day of...................20.............<br />

(Signature of the authorized officer of the Bank)<br />

………………………………………………………<br />

Name and designation of the Officer<br />

Seal, Name & Address of the Bank and address of the Branch<br />

BID DOCUMENT (YC)<br />

Page 26 of 63


CHAPTER XIV: QUALIFICATION REQUIREMENTS<br />

1 The Bidder should be a manufacturer or their dealer specifically authorised by the manufacturer to quote on their behalf<br />

for this <strong>tender</strong> as per manufacturer authorisation form and Indian agents of foreign principals, if any who must have<br />

designed, manufactured, tested and supplied the equipment(s) similar to the type specified in the “Technical<br />

Specification”. Such equipments must be of the most recent series/models incorporating the latest improvements in<br />

design. Similar models should be in successful operation for at least one year as on date of Bid Opening.<br />

2 The Indian Agents of foreign manufacturers/ suppliers quoting directly on behalf of their principals must be registered<br />

with DGS&D (vide DGS&D Circular No. 12 dated 17/09/2009 with reference to Circular No. Regn.II/PS-363/PG/Vol.II dated<br />

11/02/2004). One Indian Agent cannot represent two different foreign principals for the same item in one <strong>tender</strong>.<br />

3 The bidder should have supplied at least one such or similar system/equipment to any Central / State Govt. / PSUs /<br />

Universities / Autonomous bodies. The details should be incorporated in the performance statement form along with<br />

<strong>document</strong>ary evidence.<br />

4 If required, the bidder may be asked and should be willing to arrange demonstration of the equipment offered, free of<br />

charge at on a mutually agreeable place and date prior to opening of priced bids to ascertain their conformity with<br />

<strong>tender</strong>ed specifications.<br />

5 Details of service support facilities that would be provided after the warranty period should be submitted in the Service<br />

Support Details Form.<br />

6 That, in the case of a Bidder not doing business in India, the Bidder is/or will be (if successful) represented by an Agent<br />

in India who shall be equipped and able to carry out the Supplier’s maintenance, repairs and spare parts, stocking<br />

obligations prescribed by the conditions of the contract.<br />

7 That adequate and specialized expertise is already available or will be made available following the execution of the<br />

contract in the Purchaser’s country, to ensure that the support services are responsive and adequate.<br />

8 That the Bidder will assume total responsibility for the fault-free operation of equipment, application software, if any, and<br />

maintenance during the warranty period and provide necessary maintenance services for five years after end of<br />

warranty period if required.<br />

9 If use of quoted item requires any ‘End User Declaration (EUD)’ or signing of special conditions etc. prior to processing<br />

of the order, format of such EUD or special conditions shall have to be attached with the Technical Bid. If Director <strong>CCMB</strong><br />

is unwilling to submit such EUD or sign special conditions so required, your offer shall be rejected summarily.<br />

10 Bidders who meet the criteria given above are subject to be disqualified, if they have made untrue or false<br />

representation in the forms, statements and attachments submitted in proof of the qualification requirements or have a<br />

record of poor performance, not properly completing the contract, inordinate delays in completion or financial failure, etc.<br />

11 Any additional bid participation criteria / eligibility conditions etc. mentioned in the Technical Specifications<br />

sheet will also form part of the Qualification Requirements alongwith those mentioned in this chapter.<br />

BID DOCUMENT (YC)<br />

Page 27 of 63


CHAPTER XV: TECHNICAL SPECIFICATIONS & OTHER IMPORTANT REQUIREMENTS<br />

ITEM NO.1 – ISOLATION OF MUTATIONS IN RICE GENES USING TILLING (TECHNICAL<br />

SERVICE) [FILE REF: 34/<strong>CCMB</strong>/APP/417/P12)<br />

SPECIFICATIONS FOR ISOLATION OF MUTATIONS IN RICE GENES USING TILLING (TECHNICAL SERVICE)<br />

Purpose: Use TILLING to isolate mutations in rice genes.<br />

Specifications:<br />

1. 8-10 mutations are to be isolated/gene.<br />

2. A total of 12 rice genes that are indicated by <strong>CCMB</strong> are to be used in this analysis.<br />

3. The mutant population of 10,000 M2 families (~10-15 plants/family) of rice plants shall be provided by <strong>CCMB</strong>. It is<br />

to be grown and maintained in India only.<br />

4. TILLING is to be done in India only.<br />

5. Details of the methodology that is to be used in TILLING using this population are to be provided including the<br />

scheme for pooling and gridding.<br />

6. The time frame for isolation of mutations is to be provided.<br />

Essential Qualifications: Established expertise in growing large mutagenized populations of plants, isolation of DNA<br />

from plants on a large scale, pooling the DNA in grids and using TILLING for allele discovery in crop plants with<br />

evidence of the same.<br />

IMPORTANT:<br />

Bids must be submitted in TWO PARTS (TECHNICAL & PRICE BIDS)<br />

Some of the provisions of this <strong>tender</strong> <strong>document</strong> which are applicable in case of supply, installation, and<br />

commissioning of equipments MAY NOT apply in the case of providing of Technical Services. All such<br />

<strong>information</strong> may be marked as Not Applicable /NA in your bid papers.<br />

Price details in the Price Bid are to be submitted as explained below. If the price bid is not submitted in<br />

this format, the quotation shall be treated as unresponsive and rejected summarily.<br />

(PRICES FOR BOTH THE OPTIONS GIVEN BELOW MUST BE QUOTED IN THE PRICE BID PART)<br />

Option1: Price for the service has to be quoted by inclusive of all services and materials like reagents, including for<br />

DNA isolation, are procured by the service provider.<br />

Option2: Price for the service if <strong>CCMB</strong> procures all of the required reagents for DNA isolation and supplies them to<br />

service provider. In this option, bidder has to attach a list of all of the required reagents / chemicals etc. for DNA<br />

isolation and supplies them to service provider. The list of reagents, source of reagents (including catalogue numbers)<br />

and quantity of reagents that are required needs to be included in the quote.<br />

BID DOCUMENT (YC)<br />

Page 28 of 63


ITEM NO.2 - FLUORESCENCE MICROSCOPE, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/387/P12)<br />

SPECIFICATIONS FOR HIGH END RESEARCH GRADE UPRIGHT FLUORESCENCE MICROSCOPE:<br />

Binocular Upright Microscope with 12v 100w halogen lamp, 10x eyepieces with more field of view, objectives semi<br />

apochromat 10x, 20x, Plan apochromat 40x, 63x, 100x with DIC attachment for above objectives, condenser for bright<br />

field, dark field, phase, DIC applications, Objective nose piece with 6 positions, Neutral density filters for both bright<br />

field and Fluorescence, Blue and green filters for transmission light path, 100w mercury lamp with automatic mercury<br />

lamp alignment feature.<br />

Fluorescence filters for DAPI, FITC, CY3, CY5, separate narrowband GFP filter, Fully apochromatic corrected optical<br />

path for fluorescence, pixel shift should not be present while acquiring DIC & fluorescence imaging.<br />

X&Y stage with right hand control, camera port, high end fire wire digital colour camera with 1.3 mega pixel resolution,<br />

pixel size approximately 6 microns, good full well capacity and dynamic range, peltier based cooled camera.<br />

High end software for image acquisition with multichannel imaging, measurements, fast live imaging mode, high<br />

resolution acquisition mode.<br />

BID DOCUMENT (YC)<br />

Page 29 of 63


ITEM NO.3 - SUPPLY, INSTALLATION, COMMISSIONING AND TESTING OF WALK-IN-<br />

FREEZER ( -20°C) WITH ANTE ROOM IN LaCONES, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/399/P12)<br />

TECHNICAL SPECIFICATIONS FOR WALK-IN-FREEZER (-20°C ± 2°C)<br />

1. Room Dimensions: 10 ft (L) x 10 ft (W) x 8 ft (H)<br />

2. Location: Hyderabad<br />

3. Ambient Temperature: 42 deg. C<br />

4. Product to be stored: Biological samples<br />

Insulated Panel<br />

1. Material of Insulation: Polyurethane foam (PUF)<br />

2. Density of Insulation: 38 to 42 Kg/M3<br />

3. Thickness of insulation<br />

a. Walls: 100 mm<br />

b. Ceiling: 100 mm<br />

c. Floor: 100 mm PUF slabs<br />

Panel Laminates<br />

1. Walls inside SS and outside PPGI [wall between ante room & -20 both side ss]<br />

2. Ceiling inside SS and outside PPGI<br />

3. Floor puf slabs with PPGI<br />

4. Thickness of Laminates<br />

a. Walls: 0.5 mm<br />

b. Ceiling: 0.5 mm<br />

c. Floor: 2.5 mm<br />

Floor Finish<br />

The floor shall be finished with Marine Ply Wood and chequered plate<br />

Panel Joinery<br />

The panels shall be properly sealed with RTV silicone sealant so as to ensure air tightness.<br />

Insulated Doors<br />

1. Type of Doors: Insulated Swing Door, Flushed type with self closing hinges with door heaters<br />

2. Clear Opening Size: 900 mm (Wide) x 2000 mm (High)<br />

3. Number of doors: 1 No. with view port<br />

4. Thickness of Insulation: 100 mm<br />

5. Laminate for the door 0.5 mm with SS both sides (Between the ante room & -20 Freezer Room)<br />

6. Accessories for the doors, locks, Hinges and door closer<br />

Refrigeration Unit<br />

1. Product Data to be considered for cooling load estimation<br />

2. Product input temperature: 25 to 30 deg. C<br />

3. Final Room temperature: -18 to -22 deg. C<br />

4. Pull Down Time: 24 Hours<br />

5. Door Openings per day: 5 to 10 times, each for a duration of 1 – 2 minutes<br />

6. Details of Refrigeration System:<br />

a. Type of Systems: Split, DX<br />

b. Type of condenser: Air cooled, to be designed to work at ambient temperature operating range of 5°C to 40°C<br />

c. The condensing units must have copper coils with aluminium fins<br />

d. Type of compressor Hermetic, reciprocating / scroll<br />

e. Make of condensing unit: Emerson/Danfoss/Tecumseh/equivalent<br />

f. Make of evaporator: Carrier/Voltas/Blue Star equivalent<br />

g. Number of Systems: 1 Working and 1 stand by (2 x 100 % capacity)<br />

h. Refrigerant: CFC free<br />

i. Temperature indicator-cum-controller: Dixell/Carel/As controls<br />

Ante Room for the -20 Degrees Cold Room<br />

TECHNICAL SPECIFICATIONS FOR ANTE ROOM (4°C ± 2°C)<br />

1. Room Dimensions: 10 ft (L) x 5 ft (W) x 8 ft (H) for -20 deg. C<br />

2. Location: Hyderabad<br />

BID DOCUMENT (YC)<br />

Page 30 of 63


3. Ambient temperature: 42 deg. C<br />

4. Product to be stored: (-20 Bio Samples, + 4 Lab chemicals)<br />

Insulated Panel<br />

1. Material of Insulation: Polyurethane foam (PUF)<br />

2. Density of Insulation: 38 to 42 Kg/m3<br />

3. Thickness of insulation:<br />

a. Walls: 60 mm<br />

b. Ceiling: 60 mm<br />

c. Floor: 60 mm PUF slabs<br />

Panel Laminates<br />

1. Walls inside SS & PPGI on out side<br />

2. Ceiling SS inside & PPGI on out side<br />

3. Floor both side PPGI<br />

4. Thickness of Laminates<br />

a. Walls: 0.5 mm<br />

b. Ceiling: 0.5 mm<br />

c. Floor: 2.5 mm<br />

Panel Joinery<br />

The panels shall be properly sealed with silicone sealant so as to ensure air tightness.<br />

Insulated Doors<br />

1. Type of Doors: Insulated Swing Door, Flushed type<br />

2. Clear Opening Size: 900 mm (Wide) x 2000 mm (High)<br />

3. Number of doors: 1 No. with view port<br />

4. Thickness of Insulation: 60 mm<br />

5. Laminate the door inside SS and outside PPGI<br />

6. Accessories for the doors, locks, Hinges and door closer<br />

Refrigeration Unit<br />

1. Product Data to be considered for cooling load estimation<br />

2. Product input temperature: 25 to 30 deg. C<br />

3. Final Room temperature: 2 to 6 deg. C<br />

4. Pull Down Time: 24 Hours<br />

5. Door Openings per day: 10 to 20 times, each for a duration of 1 – 2 minutes<br />

6. Details of Refrigeration System:<br />

a. Type of Systems: Split, DX<br />

b. Type of condenser: Air cooled, to be designed to work at ambient temperature operating range of 5°C to 40°C<br />

c. The condensing units must have copper coils with aluminium fins, fin spacing to be 4.5 mm<br />

d. Type of compressor: Hermetic, reciprocating / scroll<br />

e. Make of condensing unit: Emerson/Danfoss/Tecumseh/equivalent<br />

f. Make of evaporator: Carrier/Blue Star/Voltas equivalent<br />

g. Number of Systems: 1 Working and 1 stand by (2 x 100 % capacity)<br />

h. Refrigerant: CFC free<br />

i. Temperature indicator-cum-controller: Dixell/Carel/As controls<br />

Following accessories include while quoting:<br />

<br />

<br />

<br />

<br />

<br />

<br />

Necessary single electrical panel to be provided for both the cold rooms with volt and Ammeters (digital type) and<br />

provision for monitoring the temperatures & BMS connections.<br />

SS racks to be provided in both the cold rooms.<br />

Necessary updating required maybe done as per site conditions.<br />

While quoting for condensing units, quote separately for Reciprocating and Scroll compressors.<br />

Safety alarm indicator and hooter to be provided in the nearest common area<br />

Provision to switch off the complete system from inside (both chambers) to be provided.<br />

BID DOCUMENT (YC)<br />

Page 31 of 63


ITEM NO.4 - LIQUID NITROGEN PLANT AND ACCESSORIES, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/401/P12)<br />

LIQUID NITROGEN PLANT SPECIFICATIONS<br />

Supply installation testing and Commissioning of a fully automatic Liquid Nitrogen plant with PSA system & fault<br />

finding facility:<br />

Plant capacity : 10 Ltrs / Hr<br />

Storage Capacity : 300 Liters<br />

Max. Pressure of the vessel : 20 Bar<br />

Operating Pressure : 5 bar<br />

Static Evaporation loss/day : 2.5% or better<br />

Number of openings : 2 Nos (One each for Liquifier connection and operation<br />

manifold)<br />

Safety/Operation manifold equipment : Relief Valves (maximum operating pressure 5 Bar, Pressure<br />

Gauge, electronic level sensor, insulated liquid dispensing hose<br />

etc.)<br />

Liquid level indicator and control : To be provided with set points for automatic start and stop system.<br />

Purity : > 99% or better<br />

Type of construction : Modular<br />

Cooling System : Forced air<br />

Spares/Consumables : For 3 years of operation (to be supplied with the instrument)<br />

Documentation of Installation : One Set<br />

Electrical Supply : 450 V, 3 Phase, 50 Hz<br />

Noice level : < 70 db<br />

IMPORTANT:<br />

1. Detailed literatures (all originals) with technical specifications and features for the main system and all the<br />

accessories to be enclosed with the offer<br />

2. Preference will be given for offers with less weight and space requirements.<br />

3. Computer control/monitoring of plant. Computer with latest specs. with 17’’ monitor and laser printer should be<br />

supplied.<br />

4. All the required software should be supplied. Software upgrades should be supplied free for a period of 5 years.<br />

5. Please quote separately for all the accessories. Also indicate possibilities for future expansion<br />

6. All tools/standards required for calibration/maintenance/diagnostic tests should be supplied along with the<br />

instrument. A suitable vacuum pump set up for use with the system should also be supplied.<br />

7. Warranty: Comprehensive Warranty for 3 Years from the date of installation on the entire system including<br />

computer to be offered.<br />

8. Manuals: Detailed operator and service manual with complete circuit diagrams, engineering and diagnostics<br />

details for the entire system should be provided.<br />

9. Training: In depth service training for two technical Personnel to be provided at the manufacturer’s facility free of<br />

cost. The service training should be tuned towards all maintenance, repair and service aspects of the system.<br />

The total expenses including to and fro airfare from <strong>CCMB</strong>, accommodation, Local expenses etc should be borne<br />

by the manufacturer/agent. Prior intimation for training should be given well in advance.<br />

10. Installation: Systems installation, verification of performance and training of operators should be done by welltrained<br />

engineers.<br />

11. Service support: Local service support should be provided within TWO days from a service call during and after<br />

warranty period.<br />

12. Please indicate the year in which the model was introduced in the market and confirm whether the spares and<br />

consumables for the system would be available for a minimum period of 10 years.<br />

13. Pre-installation and utility requirements for installation and running the system should be clearly mentioned.<br />

14. Please also enclose the Comparison of specifications for all the models offered.<br />

15. List of users (with email id and contact numbers) both in India and abroad for the models offered with<br />

dates of purchase to be enclosed with the quote.<br />

16. Please ensure that the specifications mentioned in the offers must cover all the parameters listed in our<br />

enquiry. Unspecified parameter will be treated as non-compliant.<br />

17. Technical presentations on the systems offered are to be made on request from <strong>CCMB</strong>.<br />

18. Selection of the system would be based on the response to all the above points apart from the proven<br />

technical specifications and features, support, service and suitability to <strong>CCMB</strong>’s requirements. Please<br />

therefore respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 32 of 63


ITEM NO.5 - HIGH RESOLUTION FTIR SYSTEM, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/402/P12)<br />

SPECIFICATIONS FOR HIGH RESOLUTION FTIR SYSTEM<br />

1. Operating Voltage : 220VAC @ 50Hz<br />

2. Wave number range : 6000cm -1 - 550 cm -1 or better<br />

3. Beam splitter & window material : ZnSe (Humidity at working place can reach 85%<br />

4. Spectral Resolution : 0.4 cm-1<br />

5. S/N ratio : 30000:1 (1 minute measurement) or better<br />

6. Wavelength accuracy : ± 0.01 cm-1<br />

7. Wavelength precision : ± 0.01 (cm -1 ) or better<br />

8. Sample volume : 10 microlitres or more (please indicate all the Cell volumes<br />

available<br />

9. Min. concentration (liquid) : 1 ug/ul or less (for proteins)<br />

10. ATR type : Diamond crystal with single bounce<br />

11. Temperature range : 8 deg to 80 deg C (programmable/automation)<br />

Important Clauses:<br />

a) Will be used for Solution state, thin Film, power measurements including aqueous samples such as<br />

peptides, proteins and biological molecules<br />

b) User friendly Instrument control and data analysis software should be provided for acquisition, analysis,<br />

processing & printing of the data. Please quote separately for a) Alternative models, accessories and<br />

options like Single Reflection Diamond ATR, Variable temperature studies accessory, Optimal self cooled<br />

detectors, Wide range of sampling accessories like liquid cells (KBr, ZnSe and CaF2), Standard sample<br />

holders/Kit for Solids, Liquids, Gases & Gels etc. indicating differences/advantages and accessory for time<br />

dependent acquisitions. Also indicate possibilities of future expansion.<br />

c) Essential spares, PCB boards, lamps, consumables etc required for maintaining the system for<br />

three years to be quoted separately.<br />

d) Calibration and performance verification standards for instrument & accessories should be supplied<br />

along with instrument.<br />

e) The computers and printers offered along with the system should be the latest models compatible with the<br />

application software. Required interface cards, cables..etc to be included along with storage devices and<br />

CD writers. The PC configuration offered should be specified and should include a three year<br />

comprehensive onsite warranty. In case the PC can be procured locally then please indicate all the<br />

requirements so that <strong>CCMB</strong> has the option of procuring the PC and printer locally.<br />

f) In-depth service training on the repair, maintenance and calibration of the system for one Instrumentation<br />

personnel from <strong>CCMB</strong> to be provided free of cost at the manufacturers facility including the to and fro airfare,<br />

boarding and living expenses. Commitment to be made in your offer clearly.<br />

g) Detailed Instructions and service manuals with circuit diagrams, all engineering details, test point<br />

voltages etc. for the entire system and accessories should be supplied. Commitment to this clause to be<br />

made by the principals in the offer.<br />

h) Please ensure that the specifications mentioned in the offer must cover all the parameters listed in our<br />

enquiry. Unspecified parameter will be treated as non-compliant.<br />

i) Detailed literatures (all originals) with technical specifications and features for the main system and all the<br />

accessories to be enclosed with the offer.<br />

j) Three year comprehensive warranty on the entire system and accessories. Up-gradations of the supplied<br />

software should be given free during the warranty period.<br />

k) The principals / local agents are responsible for the installation, testing and commissioning of the main system<br />

and accessories and should be carried out immediately after receipt of the system. Integration of the main system<br />

with the accessories, checking the specifications, training the users to be done free of cost at the site.<br />

BID DOCUMENT (YC)<br />

Page 33 of 63


l) Please indicate the year in which the model was introduced in the market and confirm whether the spares and<br />

consumables for the system would be available for a minimum period of 10 years.<br />

m) Pre-installation and utility requirements for installation and running the system should be clearly mentioned.<br />

n) Availability of local service support and response time for a service call during and after warranty to be specified.<br />

o) Copies of scientific papers, references wherein offered models have been used should be enclosed.<br />

p) List of users in India of the offered models along with the names, addresses, telephone numbers and e-mail ID’s<br />

to be enclosed separately.<br />

q) Demonstration of similar models as the one(s) offered to be given on request at other customer sites.<br />

r) Technical presentations on the systems offered are to be made on request from <strong>CCMB</strong>.<br />

s) Typical sample provided to be analysed on similar systems at other customer sites and given to <strong>CCMB</strong> for<br />

evaluation (on request).<br />

t) Operating Voltage: The Entire system and accessories should work on 220/230V@50Hz.<br />

Selection of the system would be based on the response to all the above important clauses apart from the<br />

proven technical specifications and features, support, service and suitability to <strong>CCMB</strong>’s requirements. Please<br />

therefore respond to all the points. All the specifications and points should be supported by the original<br />

literature/brochure.<br />

BID DOCUMENT (YC)<br />

Page 34 of 63


ITEM NO.6 - PROTEIN PURIFICATION SYSTEM, QTY: 4 NOS. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/403/P12)<br />

SPECIFICATIONS FOR PROTEIN PURIFICATION SYSTEM<br />

1. Gradient : Binary Gradient with multiple buffer selection facility.<br />

2. Flow range : 0.01 to 10.00 ml/min<br />

3. Pressure range : 0- 3500 psi with programmable upper and lower limits<br />

4. Mixing : High pressure mixing<br />

5. Sample injection : Auto injector / Manual injector<br />

6. Sample loops : Various sizes covering 100 ul – 5ml<br />

7. Detection : Variable wave length UV/Vis detector, PH, Conductivity<br />

8. Wavelength range : 190 – 700 nm<br />

9. Conductivity range : 0-500 ms/cm<br />

10. PH Range : 2-12<br />

11. Fraction collector : Time, Drop and Peak fractionation modes.<br />

12. System control : PC-based along with software for control and data acquisition<br />

13. Cold room compatibility : Entire system along with computer should be cold room compatible.<br />

14. Biocompatibility : System should be Biocompatible.<br />

15. Column Cross compatibility : Required (All adopters and accessories to make the system<br />

Compatible for third party columns to be included in the offer)<br />

16.Column and Media : Please quote separately (including the column list enclosed)<br />

17. Power : All components including subsystems, accessories and Computers<br />

must be compatible with 220 volts, 50Hz electrical power<br />

List of Columns required by <strong>CCMB</strong><br />

A. Preparative-grade or semi-prep Columns for gel-filtration or size exclusion chromatography:<br />

Columns with bed volume of approx. 100-150 ml and separation ranges of 1 kDa-100 kDa and 10 kDa-500 kDa<br />

(other separation range should also be provided if available)<br />

(Columns of different resins (bead size is different and thus resolution) should be included)<br />

B. Analytical-grade Gel-filtration Columns:<br />

Columns with bed volume of approx. 20-30 ml and separation ranges of 1 kDa-100 kDa and 10 kDa-500 kDa each<br />

(Columns of different resins (bead size is different) should be included)<br />

C. Cation-Exchange FPLC Columns:<br />

1. Strong-binding resin with bed volume of approx. 20 ml<br />

2. Weak-binding resin with bed volume of approx. 20 ml<br />

D. Anion-Exchange FPLC Columns:<br />

1. Strong-binding resin with bed volume of approx. 20 ml<br />

2. Weak-binding resin with bed volume of approx. 20 ml<br />

BID DOCUMENT (YC)<br />

Page 35 of 63


E. Recombinant tagged affinity columns for His and GST tagged proteins (approx volume 10 ml)<br />

Important Clauses and Conditions:<br />

a) 3 years warranty for the entire system and accessories.<br />

b) The computers and printers offered along with the system should be the latest models compatible with the<br />

application software. Required interface cards, cables..etc to be included along with storage devices and CD<br />

writers. The PC configuration offered should be specified and should include a three year comprehensive onsite<br />

warranty. In case the PC can be procured locally then please indicate all the requirements so that <strong>CCMB</strong> has the<br />

option of procuring the PC and printer locally.<br />

c) Detailed literatures (all originals) with technical specifications and features for the system to be enclosed with the<br />

offer.<br />

d) Please ensure that the specifications mentioned in the offers must cover all the parameters listed in our enquiry.<br />

Unspecified parameter will be treated as non-compliant.<br />

e) Detailed Instructions and service manuals with circuit diagrams, all engineering details, test point voltages .. etc<br />

for the entire system and accessories should be supplied. Commitment to this clause to be made in the offer.<br />

f) All standard accessories that would be supplied with the system should be clearly mentioned in the offer. Other<br />

required accessories may be offered separately.<br />

g) Essential spares and consumables such as lamps, seals,..etc required for maintaining the system for two years to<br />

be quoted separately.<br />

h) The principals / local agents are responsible for the installation, testing and commissioning of the system and<br />

accessories which should be carried out immediately after receipt of the system.<br />

i) Please indicate the year in which the model was introduced in the market and confirm whether the spares and<br />

consumables for the system would be available for a minimum period of 10 years.<br />

j) Pre-installation and utility requirements for installation and running the system should be clearly mentioned.<br />

k) Availability of local service support and response time for a service call during and after warranty to be specified.<br />

l) Alternate models, accessories and options to be offered separately with break-up-costs and indicating differences<br />

/ advantages between various models.<br />

m) List of users of the similar models as the one(s) offered along with the names, addresses, telephone numbers and<br />

mail ID’s to be enclosed separately.<br />

n) Demonstration of similar models as the one(s) offered to be given on request at other customer sites.<br />

o) All other clauses of payment details validity of quotation, delivering schedule, shipment .. etc to be indicated.<br />

p) Technical presentations on the systems offered are to be made on request from <strong>CCMB</strong>.<br />

q) Copies of scientific papers, references where similar model as the offered system(s) has been used should be<br />

enclosed.<br />

r) Typical sample provided to be analysed on similar systems at other customer sites and given to <strong>CCMB</strong> for<br />

evaluation (on request).<br />

Selection of the system would be based on the response to all the above points apart from the proven<br />

technical specifications and features, support, service and suitability to <strong>CCMB</strong>’s requirements. Please<br />

therefore respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 36 of 63


ITEM NO.7 – PHOSPHOR IMAGER ALONG WITH ACCESSORIES, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/404/P12)<br />

SPECIFICATIONS, FEATURES AND IMPORTANT CLAUSES FOR PHOSPHOR IMAGER ALONG WITH<br />

ACCESSORIES:<br />

1) Phosphor Imager:<br />

Radioisotopes detectable :<br />

14 C, 32 P, 33 P, 35 S, 3 H etc.<br />

IP Scanning area for a single sample : 20cm X 40cm<br />

Built-in Laser excitation source<br />

: ~ 635nm Red Laser light source<br />

Emission filter<br />

: IP filter<br />

Emission detector<br />

: PMT<br />

Pixel size<br />

: 50, 100, 200µm etc. selectable<br />

Dynamic range<br />

: 4 - 5 orders of magnitude<br />

Bit depth<br />

: 16 Bit<br />

Typical scanning time for 20cm X 40cm : around 2 to 5 minutes 1 System<br />

IP area at 50µm Scanning<br />

Computer connectivity<br />

: USB<br />

Software<br />

: Required software for scanner<br />

control, image acquisition and<br />

analysis<br />

Operating voltage<br />

: 230 Volts, 50Hz A.C<br />

Warranty<br />

: 3 Years comprehensive on-site<br />

2) Imaging plate eraser 1No.<br />

3) Latest Desktop branded PC (Dell / HP) suitable for the above system with 1No.<br />

6GB RAM, 2 X 500GB HDD, DVD Writer, 19” LCD Monitor, Mouse,<br />

Keyboard, Network interface, Windows XP / Windows 7 OS etc.<br />

4) HP Laserjet Printer A4 Size, Black & White, 30 ppm and above 1 No.<br />

Optional Items:<br />

5) Set of spare Imaging plates and cassettes 20cm X 25cm size 5 No’s<br />

6) Set of spare Imaging plates and cassettes 20cm X 40cm size 5 No’s<br />

Important clauses:<br />

1. The computer offered along with the system should be the latest model compatible with the software offered.<br />

Required interface cards, cables etc to be included. The PC configuration and make to be clearly specified and<br />

should include a three year comprehensive onsite global warranty (to be transferred to <strong>CCMB</strong> for better follow-up<br />

in case of failures of PC during & after warranty). It should be from well-known reputed manufacturers only.<br />

2. Detailed literatures (all originals) with technical specifications and features for main systems and all the<br />

accessories to be sent along with the offer.<br />

3. Detailed instructions and service manuals with circuit diagrams and all engineering details for the entire system<br />

should be supplied with the unit. Commitment to this clause to be made in the offer.<br />

4. Software supplied should be the latest version and any up-gradation in the software to be given free of cost for<br />

three years.<br />

5. All standard accessories that would be supplied with the unit to be clearly mentioned in the offer. Other required<br />

accessories may be offered separately.<br />

6. Essential spares to be offered separately.<br />

7. The principals / local agents are responsible for the installation and testing of the main System and accessories.<br />

Integration of the main system with the accessories, training of the users etc should be carried out at <strong>CCMB</strong><br />

immediately after receipt of the system.<br />

BID DOCUMENT (YC)<br />

Page 37 of 63


8. Complete installation and testing the main system and the accessories to their specifications with standard<br />

samples and user samples to be done at the site of installation free of cost. All utility requirements for installation<br />

and running the system should be mentioned in the offer.<br />

9. Please indicate the year in which the model offered was introduced into the market and confirm whether the<br />

spares for the system would be available for a minimum period of 10 years.<br />

10. Availability of local service support and response time for a service call curing and after warranty to be specified.<br />

11. List of users of the similar models as the one offered, along with the addresses, telephone numbers and e-mail<br />

ID’s to be enclosed with the offer in a separate annexure.<br />

12. Demonstration of similar models as the one offered to be given on request at other customer sites.<br />

13. Technical presentations should be made on request from <strong>CCMB</strong>.<br />

14. Please indicate the number of installations of the similar models as the one offered, in India.<br />

15. All other clauses of payment details, delivery schedule, shipment, and warranty to be mentioned clearly.<br />

Selection of the system would be based on the response to all the above points apart from the technical<br />

specifications, features and suitability to <strong>CCMB</strong>’s requirements and therefore please respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 38 of 63


ITEM NO.8 – UPRIGHT FLUORESCENCE MICROSCOPE WITH CCD DIGITAL CAMERA, QTY:<br />

2 NOS. (FILE REF: 34/<strong>CCMB</strong>/APP/405/P12)<br />

SPECIFICATIONS FOR BINOCULAR UPRIGHT RESEARCH MICROSCOPE FOR DIC AND FLUORESCENCE<br />

APPLICATIONS WITH HIGH END COOLED CCD DIGITAL CAMERA:<br />

Microscope:<br />

1. Mechanically rugged and sturdy Binocular Upright Microscope with an additional camera port on top of binocular<br />

head with a beam splitter for Light path selection Binocular : camera, 100:0, 30:70, 0:100..<br />

2. The microscope should have the necessary components or accessories required for DIC/Fluorescence/ Bright<br />

field applications.<br />

3. There should not be any pixel shift while acquiring DIC and Fluorescence imaging, both the DIC and Fluorescence<br />

images should exactly overlap.<br />

4. Fully apochromatic corrected optical path for fluorescence.<br />

5. Z focus drive with coarse and fine mechanisms on both sides.<br />

6. Objective nose piece with 6 positions.<br />

7. Neutral density filters for both bright field and Fluorescence.<br />

8. Blue and green filters for transmission light path<br />

9. X-Y stage with right hand movement control<br />

10. 12v -100w Halogen lamp with intensity control for transmission light.<br />

11. Objectives Plan Apochromat 10x, 20x, 40x, 60x, 100x with high N.A. for Fluorescence and DIC applications with<br />

parfocality.<br />

12. Condenser for bright filed, Dark field, Phase and DIC application with N.A. 0.9 or more<br />

13. Eye piece 10x/23 adjustable.<br />

14. DIC accessories for 10x, 20x, 40x, 60x ,100x objectives<br />

15. Built in shutters for fluorescence light and transmitted light.<br />

16. Variable field and aperture diaphragms for Bright and Fl applications.<br />

17. 6 Position or more Fl filter turret.<br />

18. Fluorescence filters for DAPI, GFP (narrow band), FITC, CY3, CY5.<br />

19. 100w Metal halide lamp source for Fluorescence applications with intensity control.<br />

20. The system and software should be user friendly and more flexible for multi user environment.<br />

21. All the above mentioned features (like apochromatic fluorescence path, DIC & Fl without pixel shift) should be<br />

supported by literatures/brochures/other evidences.<br />

High end Digital camera:<br />

1. High end cooled CCD Colour camera with 1.4 Mega Pixel basic resolution.<br />

2. Pixel size of 6 Micron or better and best full well capacity.<br />

3. High speed data transmission<br />

4. High frame rates in live mode with full resolution.<br />

5. High resolution during acquisition mode.<br />

6. High Dynamic range and low dark noise.<br />

Software for image acquisition and analysis:<br />

Windows based completely integrated software for single & Multichannel imaging, merging of images, acquisition in<br />

both DIC and Fluorescence, Measurements, Automatic exposure time adjustment, colour correction, live imaging<br />

mode with high frame rates and acquisition mode with high resolution, scale bar , Annotation, export of images to<br />

Tiff/JPEG format, brightness, gamma and contrast adjustment, different exposure times etc…The software should<br />

have all features essential for high end scientific imaging applications.<br />

Control Computer configuration:<br />

Latest high end branded system (Dell/HP) with latest Microprocessor, 8 GB DDR 3 RAM, 20” IPS LCD/LED Monitor,<br />

DVD R/RW, 2x500GB HDD RAID Configuration, Graphics Card with 1 GB RAM, Gigabyte Ethernet, Key board,<br />

Optical mouse etc…<br />

Optional items:<br />

1. Ergo Binocular Tube<br />

2. Spare metal halide lamps<br />

3. Spare lamps for transmission light<br />

4. Immersion Oil<br />

Other Important clauses:<br />

System should work with 220V@50Hz<br />

Complete system should carry one year onsite comprehensive warranty.<br />

The computer should carry three years onsite comprehensive warranty.<br />

BID DOCUMENT (YC)<br />

Page 39 of 63


Complete Service and technical manuals with detailed <strong>document</strong>ation, user manual should be supplied<br />

along with the system.<br />

List of users of similar research institutions in India to be provided with addresses and contact details.<br />

Technical presentation & demonstration of similar system in other research institutes / centers /<br />

universities should be arranged on request.<br />

Criteria for selection would be based not only on specifications, features, clauses and conditions but on<br />

proven performance of Confocal microscope and technical support. Therefore all the points mentioned in<br />

the <strong>tender</strong> should be answered.<br />

BID DOCUMENT (YC)<br />

Page 40 of 63


ITEM NO.9 – ADVANCED MOTORIZED INVERTED RESEARCH MICROSCOPE WITH CCD<br />

DIGITAL CAMERA, QTY: 1 NO. (FILE REF: 34/<strong>CCMB</strong>/APP/406/P12)<br />

SPECIFICATIONS FOR ADVANCED MOTORIZED BINOCULAR INVERTED RESEARCH MICROSCOPE FOR<br />

PHASE, DIC AND FLUORESCENCE APPLICATIONS WITH HIGH END COOLED CCD DIGITAL CAMERA:<br />

Microscope:<br />

1. Mechanically rugged and sturdy fully motorized Binocular Inverted Microscope with a side port for camera and<br />

motorised switchable Light path for Binocular: camera, 100:0, 0:100 and additional 30: 70 or 50:50 light path.<br />

2. All the components of Microscope like objectives, condenser, fluorescence filters, DIC accessories, light path<br />

switching etc… should be completely motorized.<br />

3. All the microscope controls and other accessories like objectives, DIC accessories, Fluorescence filters, lamps,<br />

objective focus speed etc…should be controlled through programmable TFT/LCD Touch screen display for easy<br />

operation and also through computer. Control buttons should be provided on the microscope body for direct<br />

control of all the components of microscope.<br />

4. The microscope should automatically adjust all the necessary components or accessories required for<br />

DIC/Fluorescence/ Phase/ Bright field applications with a touch of button on the touch screen.<br />

5. The Microscope focus drive should have programmable upper limit function, such that the objective should not hit<br />

the slide/ petridish even when the user over drives the focus knob.<br />

6. There should not be any pixel shift while acquiring DIC and Fluorescence imaging, both the DIC and Fluorescence<br />

images should exactly overlap.<br />

7. The halogen lamp light intensity should automatically adjust as per the objective/ application like DIC or Bright<br />

field etc…<br />

8. Fully Apochromatic corrected optical path for fluorescence.<br />

9. In built motorized Z focus drive with minimum 15nm step size or better with coarse and fine mechanisms.<br />

10. Objective nose piece with 6 positions or more.<br />

11. Motorised neutral density filters for both bright field and Fluorescence.<br />

12. Blue and green filters for transmission light path.<br />

13. Motorized XY scanning stage plate with travel range 130 X 100 mm with resolution of 0.1microns or more and<br />

reproducibility of +/- 1 micron and should have computer interface and Joystick for manual operation X-Y stage<br />

with right hand movement control.<br />

14. 12v -100w Halogen lamp for transmission light.<br />

15. Objectives Semi apochromat 2.5xPh, 5xPh, Long working distance 10x Ph & 40xPh, Plan Apochromat10x, 20x,<br />

40x, 60x, 100x with high N.A. for Fluorescence and DIC applications with parfocality.<br />

16. Long working distance Motorized Condenser for bright filed, Dark field, Phase and DIC application with N.A. 0.55<br />

or more.<br />

17. Eye piece 10x/23 adjustable.<br />

18. DIC accessories for 10x, 20x, 40x, 60x, 100x objectives.<br />

19. High speed built in shutters for transmitted light and fluorescence light.<br />

20. Variable field and aperture diaphragms for Bright and Fl applications.<br />

21. 6 position Fl filter wheel, Fluorescence filters for DAPI, GFP (narrow band), FITC, CY3, CY5, m-cherry.<br />

22. 100w Metal halide lamp source for Fluorescence applications with intensity control through computer and manual.<br />

23. Special software and hardware modules for fast time lapse imaging applications<br />

24. The system should be user friendly and more flexible for multi user environment.<br />

High end Digital camera:<br />

1. High end 12-bit Scientific Digital cool CCD mono chrome camera for fluorescence applications with 1.4 Mega<br />

Pixel basic resolution.<br />

2. Pixel size of 6 micron or better and best full well capacity.<br />

3. High speed data transmission.<br />

4. High frame rates in live mode with full resolution.<br />

5. High resolution during acquisition mode.<br />

6. High Dynamic range and low dark noise.<br />

Advanced Software for image acquisition and analysis:<br />

1. Windows based completely integrated advanced software for full Microscope control, Multichannel imaging,<br />

Measurements, Automatic objects recognisation, Automatic exposure time adjustment, Quantification software,<br />

live imaging mode and high resolution mode, scale bar, export of images to Tiff/JPEG /Avi format, brightness and<br />

contrast adjustment, Different exposure times and Z focus positions for individual channels during multichannel<br />

acquisition, time lapse imaging, multiple position imaging with different X&Y coordinates, Z stack etc…<br />

2. The software should have all advanced features essential for high end scientific imaging applications.<br />

3. All the functions of the Microscope, Digital camera and other accessories like X& Y stage, Metal halide lamp<br />

should be controlled through a single integrated advanced software module.<br />

Control Computer configuration:<br />

Latest high end branded system (like Dell/HP) with latest processor, 8 GB DDR 3 RAM, 20”LED Monitor, DVD R/RW,<br />

2x500GB SATA HDD, Graphics Card with 1 GB RAM, Gigabyte Ethernet, Key board, Optical mouse etc…<br />

BID DOCUMENT (YC)<br />

Page 41 of 63


Optional items:<br />

1. Ergo Binocular Tube<br />

2. The microscope with computer controlled IR LED/Laser based focus drift compensation mechanism for Z<br />

movement to get correct focus during long term time lapse imaging experiments.<br />

3. Programmable and computer controlled incubation system for full automation. Compact incubator with CO2<br />

controller and heating insert for slides, petridishes, 6well and 96 well plates should be quoted. Co2 controller and<br />

Temperature control unit should be controlled using the software.<br />

4. Spare Lamps for Metal halide<br />

5. Spare lamps for transmission light<br />

6. 60x and 100x phase objectives, Immersion Oil<br />

Other Important clauses:<br />

System should work with 220V@50Hz<br />

Complete system should carry one year onsite comprehensive warranty.<br />

The computer should carry three years onsite comprehensive warranty.<br />

Complete Service and technical manuals with detailed <strong>document</strong>ation, user manual should be supplied<br />

along with the system.<br />

List of users of similar research institutions in India to be provided with addresses and contact details.<br />

Technical presentation & demonstration of similar system in other research institutes / centers /<br />

universities should be arranged on request.<br />

Criteria for selection would be based not only on specifications, features, clauses and conditions but on<br />

proven performance of Confocal microscope and technical support. Therefore all the points mentioned in<br />

the <strong>tender</strong> should be answered.<br />

BID DOCUMENT (YC)<br />

Page 42 of 63


ITEM NO.10 – SPECTRAL CONFOCAL MICROSCOPE, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/407/P12)<br />

SPECTRAL CONFOCAL MICROSCOPE FOR HIGH SENSITIVE AND HIGH RESOLUTION IMAGING OF<br />

BIOLOGICAL SAMPLES:<br />

The system should be of latest state of the art technology capable of high sensitive spectral confocal imaging of fixed<br />

& Live Biological samples. The system should include multichannel Fluorescence imaging with Z-stack, time-lapse, co<br />

localization, FRET, FRAP, photon counting, Photo activation and conversion.<br />

The system should consist of:<br />

1. Fully Motorized Inverted Fluorescence Research Microscope for BF/DIC/FL with dedicated TFT/LCD display for<br />

full control of Microscope. Motorized XY Scanning stage with universal sample holders for slides, Petri dish and<br />

other live cell sample holders like 6 well plate, 96 well plate for tile, mosaic and multipoint imaging. Motorized 6<br />

position DIC nosepiece, motorized BF/PH/DIC Condenser, 6 position motorized FL turret. High precision built in Z-<br />

focus drive with step resolution of 15nm or better. Transmitted and Reflected Light illumination with 100W halogen<br />

and 120W metal halide with PC control and long lifetime of 2000 hours. High resolution confocal grade Plan<br />

apochromat objectives corrected for both UV & VIS lines 10x/0.45, 20x/0.70,40x/0.85,40x/1.30oil, 60/63x/1.40oil,<br />

100x/1.4 oil immersion along with DIC accessories for all objectives. Bandpass fluorescent filters for DAPI, GFP,<br />

FITC, Cy3 and Cy5.<br />

2. Anti vibration table.<br />

3. Completely motorized Point scanning laser based Confocal unit with built in Internal high sensitive spectral<br />

detectors (Ga AsP/HyD) based imaging for at least 2 channels in addition to the sta ndard 2 channel PMT<br />

detection with independent gain controls for all channels. All the FL detectors of the scan head should be filter free<br />

with freely selectable emission band width detection capability to suit to the emission spectra of the dyes. All<br />

detectors should be spectral. The detection unit should be inbuilt in the scanner unit. The system should include<br />

simultaneous detection and separation of at least 5 fluorophores based on spectral detectors. High sensitive<br />

motorized dichroic system with low angle of incidence with high efficient optics.<br />

The system should be capable of recording emission spectra with minimum spectral resolution 5nm or better.<br />

Computer controlled continuously variable confocal pinhole with software control. Scan resolution of 6Kx6K or<br />

above. Frame rates of 7 fps or higher with spectral detectors @512x512 pixels in spectral detection mode. Real<br />

ROI scan and bleach with various ROI shapes should be possible for FRAP experiments. The scan field diagonal<br />

should be 20 mm F.O.V. or more.<br />

4. PMT based transmitted light detector for DIC imaging.<br />

5. Laser unit with control electronics including multiline Ar 458/488/514nm, DPSS 561nm, HeNe 633nm & BDL<br />

405/408nm, all laser lines including 405nm should be controlled through 8 channel AOTF for fast laser switching<br />

and attenuation. Seperate laser ports for UV/405nm, Vis, IR and additional port for future upgrades is essential.<br />

System should have capability to upgrade for tunable laser with visible wavelength.<br />

6. Latest branded 64 bit control computer with Intel Xeon 6 Core Processor, DDR RAM 8 GB HDD: 1 TB SATA,<br />

DVD, Super Multi SATA +R/RW, Graphics : AT Fire GL V5200 256MB DH DVI, Gigabit Ethernet, Win 7 Ultimate<br />

64 bit OS , USB 2.0, Fire wire. Large 30” LCD/LED/ TFT monitor.<br />

7. Confocal system control software capable of controlling all motorized functions of microscope, scan head, lasers,<br />

AOTF including image acquisition & processing. Image acquisition for 3D, 4D, on-line spectral Imaging based on<br />

lambda stacks. Time series, FRAP, FRET, Photo activation and conversion. Imaging without bleed through and<br />

autofluorescence separation by online emission fingerprinting technique. Advanced multidimensional software for<br />

3D analysis with Deconvolution, multichannel volume rendering, reconstruction, measurements across z stack,<br />

movie, co-localization with histogram analysis, intensity profiles for quantification etc....<br />

Optional items:<br />

1) Additional HeNe 594nm laser should be offered.<br />

2) Upgradable to FCS/FCCS unit for Single Molecule Detection: The FCS unit with APD detectors should be capable<br />

of performing auto and cross correlation measurements in live cells and solutions for a wide range of dyes and proteins.<br />

3) The FCS unit should have facility for elimination/suppression of other excitation laser lines. All laser lines for Confocal<br />

Imaging should be capable of working in FCS/FCCS mode. Dedicated Plan Apochromat 40x/1.20 or 63x/1.2 N.A.<br />

water should be offered along with the system. FCS measurement software for Auto and Cross correlation<br />

capabilities to be quoted.<br />

4) Any patented detection system which is more sensitive and multi user friendly may also be offered.<br />

5) Additional GaAsP/HyD detector to be offered.<br />

BID DOCUMENT (YC)<br />

Page 43 of 63


6) Additional Piezo/Galvo stage for Z axis to be offered.<br />

Other Important Clauses:<br />

System should work with 220V@50Hz<br />

Complete system should carry one year onsite comprehensive warranty.<br />

Price for Additional 3 year warranty should be offered.<br />

The computer should carry three years onsite comprehensive warranty.<br />

In case of any problem with the system, the repairs should be carried out at <strong>CCMB</strong> and necessary<br />

electronic components and modules should be sent to <strong>CCMB</strong>.<br />

Applications training should be provided in <strong>CCMB</strong> by an applications specialist from the manufacturer’s<br />

facility.<br />

Service training for one of the engineers from <strong>CCMB</strong> should be provided at the manufacturer site abroad<br />

for two weeks, covering all maintenance, repair and calibration aspects of complete system with<br />

<strong>document</strong>ation details including schematics of scanning unit, control electronics etc… free of cost<br />

including travel, Lodging and living expenses.<br />

Complete Service and technical manuals with detailed <strong>document</strong>ation, user manual should be supplied<br />

along with the system.<br />

Tools necessary for calibration and alignment should be supplied along with the system.<br />

All the specifications and features mentioned in the offer should be supported by technical literatures and<br />

compliance statements with deviations clearly stated.<br />

List of users of similar research institutions in India to be provided with addresses and contact details.<br />

Technical presentation & demonstration of similar Confocal system in other research institutes / centers /<br />

universities should be arranged on request.<br />

Local service support available at Hyderabad should be mentioned with contact details. Response time<br />

for a service call during and after warranty should also be mentioned. Number of years of the spare parts<br />

availability should be mentioned.<br />

Offer should be complete in all respects.<br />

Commitment & compliance of clauses should be explicitly stated wherever necessary.<br />

Criteria for selection would be based not only on specifications, features, clauses and conditions but on<br />

proven performance of Confcoal microscope and technical support. Therefore all the points mentioned in<br />

the <strong>tender</strong> should be answered.<br />

BID DOCUMENT (YC)<br />

Page 44 of 63


ITEM NO.11 – HIGH RESOLUTION MASS SPECTROMETER SYSTEM, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/408/P12)<br />

SPECIFICATIONS FOR HIGH RESOLUTION MASS SPECTROMETER SYSTEM<br />

1. Mass Range : 50 to 6000 M/Z or better<br />

2. Mass Accuracy : < 3ppm with external calibration<br />

: < 1ppm with internal calibration<br />

3. Mass Resolution : MS: 50000 OR BETTER MSMS: 5000 or better (please specify<br />

resolution figures for m/z in lower, mid and higher range in<br />

various scanning modes). Also specify MS n capabilities (max<br />

value of ‘n’ possible)<br />

4. Sensitivity : sub-picomole<br />

5. Technology : Tof / Quad / Trap/ Hybrid<br />

6. Ionization Technique : Electro Spray Ionization (including Nanospray - dynamic/static)<br />

7. Polarity Mode : Positive and Negative (with switching time)<br />

8. Fragmentation Method : CID/HCD and other methods useful in Proteomics applications<br />

mentioned at Item 10<br />

9. Vacuum system : Integrated<br />

10. Application Capability : Quantitative Proteomics, Post translational modification analysis, and<br />

De-Novo sequence analysis. Applicable for both top down and<br />

bottom up proteomics approaches, Metabolomics<br />

11. Sample Handling : Automated<br />

12. Computer / Work station : Latest configuration with flat panel monitor and Network Laser<br />

Printer.<br />

13. Software : For Inst control, Acquisition, Automated data Processing, Analysis &<br />

Data base search for applications listed at item 10 above.<br />

14. Ion sources : Please quote separately for all available ion sources<br />

15. UPLC/HPLC : Optional. Quote separately for both (100 nl or better – 1 ul) with<br />

relevant Columns and auto sampler.<br />

IMPORTANT:<br />

1. Working Voltage: The Entire system should work on 440 V 3 Ph/220V Single phase 50 Hz.<br />

2. Accessories: Please also quote separately for all accessories including column temperature controllers. Also<br />

quote for spares and consumables for a period of three years of routine operation.<br />

3. Offered model should be interface able with existing Proxeon Nano LC and Dionex Nano LC. Software for such<br />

operation should be included.<br />

4. Software: All relevant software for instrument control, data acquisition, Analysis and data base search should be<br />

offered. Licenses/software upgrades should be provided free of cost for a period of 3 years for all the software<br />

supplied (including those which are purchased from third parties).<br />

5. Warranty: Comprehensive Warranty for 3 Years from the date of installation on the entire system including<br />

computer and workstation to be offered.<br />

6. Manuals: Detailed service manual and complete circuit diagrams, engineering and diagnostics details for the<br />

entire system should be provided.<br />

BID DOCUMENT (YC)<br />

Page 45 of 63


7. Calibration standards: All calibration standards and other specifications testing standards to test the<br />

performance of the instrument for a period of three years should be supplied free of cost; whenever<br />

necessary to be supplied periodically. Please list the standards which will be supplied.<br />

8. Training: In depth service training for two <strong>CCMB</strong> Instrumentation Personnel and application training to one<br />

scientist to be provided at the manufacturer’s facility free of cost. The service training should be tuned towards all<br />

maintenance, repair and service aspects of the system. The total expenses including to and fro airfare from<br />

<strong>CCMB</strong>, accommodation, Local expenses etc should be born by the manufacturer/agent. Prior intimation for<br />

training should be given well in advance.<br />

9. Installation: Systems installation, verification of performance and training of operators should be done by welltrained<br />

engineers & application specialists from the manufacturer at <strong>CCMB</strong>. All applications related to Proteomics<br />

should be verified with our test samples.<br />

10. Service support: Local service support should be provided within TWO days from a service call during and after<br />

warranty period.<br />

11. Spares: Spare parts should be available from the principles for at least seven years after discontinuation of the<br />

respective modules.<br />

12. Please also enclose the Comparison of specifications for all the models offered in tabular form.<br />

Selection of the system will be based on the response to all the above points apart from the proven technical<br />

specifications and features, support, service and suitability to <strong>CCMB</strong>’s requirements. Hence please respond<br />

to all the points.<br />

BID DOCUMENT (YC)<br />

Page 46 of 63


ITEM NO.12 – HIGH SENSITIVITY CD SPECTROPOLARIMETER SYSTEM, QTY: 1 NO. (FILE<br />

REF: 34/<strong>CCMB</strong>/APP/409/P12)<br />

Applications: For studies on Protein folding and conformational changes, Enzyme kinetics, DNA/RNA<br />

interactions etc<br />

1) Technical Specifications<br />

Light source : Air cooled xenon lamp<br />

Wavelength range : 170 to 1100 nm<br />

RMS Noise at 1 nm band width : ≤ 0.02 m deg from 180 to 500 nm<br />

and DIT 2 sec<br />

Wavelength accuracy : equal to ± 0.2 nm or better (up to 300 nm)<br />

Equal to ± 0.5 nm or better (above 300 nm)<br />

Wavelength resolution : ≤ 0.1 nm at all wavelengths<br />

CD full scale range : up to 5000 m deg with auto scaling.<br />

CD Resolution : 0.001 m deg or better at maximum scale scale.<br />

Spectral bandwidth : 0 to 15 nm in 0.1 nm increments or better<br />

Stray light : ≤ 0.0003 % (at 200 nm)<br />

Baseline stability : ≤ 0.02 m deg / hour<br />

Operating Power : 220V, 50Hz AC<br />

2) Standard Features required :<br />

Detector - Single detector and single light source covering the above<br />

wavelength range would be preferred.<br />

- Should be highly sensitive especially in the far UV region<br />

(less than 200 nm) with high quantum efficiencies >50% over<br />

the entire wavelength range<br />

- Should be able to vary the absolute gain of the<br />

detector for better signal strength and low noise.<br />

The system should be highly sensitive with high S/N ratio both in the far and near UV ranges.<br />

The system should be designed for minimum nitrogen consumption. To specify, in terms of litres/ minute, the nitrogen<br />

consumption in the far UV and near UV ranges.<br />

Simultaneous detection channels for CD, Absorbance, temperature, detector HT and DC voltage and Fluorescence.<br />

Measurement modes: Circular Dichroism (CD) & UV/VIS Absorbance and Fluorescence detected CD as standard<br />

modes<br />

Detector position in the sample compartment should be adjustable for optimum performance and flexibility in running<br />

different kinds of samples (eg highly scattering samples)<br />

The optical path from light source, monochromator & sample chamber should be sealed for high signal strength,low<br />

stray light, minimize nitrogen consumption & reduce absorbtion of light by oxygen.<br />

Provision for automatic shutter control on front of the optics to increase life of optics. Provision for manual and<br />

automatic control of excitation shutter to prevent photo bleaching of samples.<br />

Cell holder should be suitable for both rectangular and cylindrical cuvettes of different pathlengths.<br />

Standard Data acquisition modes required:<br />

<br />

<br />

<br />

Wavelength scan:<br />

Stepped scan mode: CD signal is sampled at discreet (user determined) –wavelengths for user determined<br />

time and is averaged out.<br />

Adaptive scan modes: Should be able to vary the integration or sampling time at each wavelength during<br />

measurements.<br />

Should have advanced scanning options like modifying wavelength interval between each<br />

measurement, acquire data at preselected specific wavelengths, timed interval between repeat<br />

measurements<br />

Time scan (For chemical denaturation and stopped flow experiments):<br />

Should be able to acquire CD profile at preselected wavelengths in different time bases like linear time base,<br />

split time base and log time base etc<br />

Temperature scan modes:<br />

BID DOCUMENT (YC)<br />

Page 47 of 63


Acquire CD spectra in continuous temperature ramp mode for determining thermodynamic data<br />

(simultaneous analysis of T melt curves at each wavelength, to observe the secondary/tertiary structural<br />

changes at each thermal transition, record Tmelt curves at fewer wavelengths in a single temperature<br />

ramp experiment.<br />

Acquire CD spectra as a function of temperature in a stepped temperature ramp mode i.e CD vs Wavelength<br />

vs Temperature data.<br />

Acquiring CD signal in a continuous temperature ramp mode for determining thermodynamic data at<br />

single wavelength (Tmelt technique for determining protein stability)<br />

Post acquisition smoothing of the CD spectra would be preferred to smoothing during acquisition so that raw data is<br />

never lost.<br />

Should be able to export data to other file formats like text files etc.<br />

System should include a standalone PC with the latest Operating system and standard communication interface and<br />

control.<br />

The offered system should include the following software along with the required licenses (min imum of 5 user<br />

licenses)<br />

i. The basic control & analysis software should be capable of full system control monochromator settings, post<br />

acquisition smoothing, export to spreadsheet and other file formats, kinetic data acquisition, multiwavelength<br />

variable temperature programming, denatured protein analysis, curve fitting etc.<br />

ii.<br />

iii.<br />

Secondary structure analysis program to be included<br />

Program for analysis of multiwavelength temperature scan data capable of calculating midpoint temperatures,<br />

Van’t Hoff enthalpies of thermal transitions, calculate concentrations against temperature, providing<br />

thermodynamic and structural <strong>information</strong> etc.<br />

System should be flexible and allow field upgrades for different applications and measurement modes like Peltier<br />

temperature control, Simultaneous fluorescence detection, Stopped flow CD etc<br />

Suitable Nitrogen gas flow meter for purging the optics and the sample compartment should be included with the<br />

system.<br />

3) Accessories to be offered optionally<br />

i. Peltier temperature control accessory for CD.<br />

ii. Peltier temperature control accessory for CD, simultaneous Fluorescence and fluorescence detected CD)<br />

Items {3 (i) and 3 (ii)} should have the following specifications and features:<br />

Temperature range: -10 deg to 100deg C<br />

Temperature accuracy: ± 0.05 deg C or better<br />

Should have cuvette temperature probe for monitoring sample temperature<br />

Stirring facility to be included<br />

Should be able to accommodate both the rectangular and cylindrical cuvettes of different pathlengths.<br />

Hardware control of the Peltier should be through the control software of the CD instrument.<br />

Step wise and continuous temperature ramping facility.<br />

Additional detectors, suitable recirculating cooler (water bath) and other accessories needed for the above<br />

Peltier units {Items 3 (i) and 3 (ii)} to be included in the offer.<br />

iii.<br />

iv.<br />

Accessory for stopped flow with peltier temperature control, Four cell auto changer with Peltier temperature<br />

control, Fluorescence polarization and anisotropy accessory, Diffuse reflectance accessory to be offered.<br />

Cells of different pathlength 0.01mm, 0.02 mm, 0.05 mm (rectangular cells); 0.1 mm,0.2mm, 0.5mm, 1mm,<br />

2mm, 5mm & 10 mm ( rectangular & cylindrical cells) -- 4 each<br />

v. Suitable adapters / cell holders for the above to be offered.<br />

vi. Spare lamps (2 nos )<br />

General clauses<br />

1. Main system including subsystems, computers and accessories should operate on 220V, 50 Hz mains power.<br />

BID DOCUMENT (YC)<br />

Page 48 of 63


2. All the above mentioned technical specifications and standard features should be supported by authentic<br />

<strong>document</strong>s like detailed original literatures, catalogs, user manuals etc which should be enclosed along with the<br />

offer.<br />

3. The computer and printer offered along with the system should be the latest model (configuration to be specified)<br />

compatible with the control and analysis software as well as any software required for the accessories. Required<br />

interface cards, cables, CD writer etc to be included. The PC and should have a three year comprehensive onsite<br />

Warranty.<br />

4. The lamp lifetime should be specified<br />

5. Detailed instruction and service manual with circuit diagrams and all engineering details for the entire system<br />

including the accessories should be supplied with the unit. Commitment to this clause to be made in the offer.<br />

6. Software supplied should be the latest versions and any upgradation in the softwares to be given free of cost for<br />

three years.<br />

7. All standard accessories that would be supplied with the unit to be clearly mentioned in the offer. The total system<br />

and the optional accessories offered should include required cables, interface boards, software etc and should be<br />

complete working units in all respects.<br />

8. Complete installation and testing the equipment to its specifications to be done on site free of cost. Integration and<br />

testing of the accessories procured along with the system should also be carried out and commitment to this effect<br />

to be made in the offer.<br />

9. After the installation the system should be demonstrated to the users and user samples to be run on the<br />

instrument and tested. Additional training on the instrument and the software to be provided to the users as and<br />

when needed and commitment to this effect to be made in the offer.<br />

10. Spares for the system should be available for a minimum period of 8 years and confirmation to be given in the<br />

offer.<br />

11. Availability of local service and application support and response time for a service call during and after warranty<br />

to be specified.<br />

12. If required demonstration of the unit to be given including running some user samples for proper assessment of<br />

data quality.<br />

13. The system offered should be the latest advanced version having all the specifications and features mentioned<br />

above and should be of use for <strong>CCMB</strong>’s research programs for the next eight years or more.<br />

14. To indicate the year in which the offered model was introduced into the market and the number of installations in<br />

India and all over the world over the last three years.<br />

15. Detailed list of users of the offered model, worldwide and in India (for the last three years or more) along with the<br />

names and telephone numbers of the customers to be enclosed in the offer in separate annexure.<br />

16. Scientific papers, references in reputed journals where the offered model has been used for the stated<br />

applications in the world (for the last three years or more) should be enclosed.<br />

17. Warranty for the system should be for a minimum of two years.<br />

18. All other clauses of payment details, delivery schedule, shipment, warranty to be mentioned clearly.<br />

Selection of the system would be based on the response to all the points mentioned above. Therefore, please<br />

respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 49 of 63


ITEM NO.13 – HIGH THROUGHPUT REAL TIME PCR SYSTEMS, QTY: 2 NOS. + 3 NOS. (FILE<br />

REF: 34/<strong>CCMB</strong>/APP/410/P12)<br />

SPECIFICATIONS OF HIGH THROUGHPUT REAL TIME PCR SYSTEMS<br />

I) High throughput Real time PCR Systems --- 2 nos<br />

Applications: a) Gene Expression studies<br />

b) Absolute quantitation and relative quantitation<br />

c) Allelic discrimination<br />

d) Genotyping<br />

e) HRM analysis<br />

Specifications:<br />

Block Format 96 well / 384 well interchangeable.<br />

Fluorescence excitation and 450 nm to 650nm<br />

Emission range<br />

500 nm to 700 nm<br />

Thermal cycling system Peltier based<br />

Temperature range 4 ºC to 100 ºC<br />

Average Ramping rates 3.0 C/sec or better<br />

Temperature accuracy ± 0.3 ºC or better<br />

Temperature uniformity ± 0.5 ºC or better<br />

Sensitivity Detection down to one copy<br />

Reaction volume 3 to 20 microlitres for 384 well plates<br />

Standard features required:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

II)<br />

User interchangeable blocks 384 well to 96 well blocks with no calibrations requirements for every block change.<br />

Multiplexing capability upto five colours or more.<br />

Software for all the above mentioned applications, primers & probes design software etc with multi user license to<br />

be included with the system.<br />

Provision to add new filters/ dyes.<br />

Provision to run with or without passive reference dye.<br />

The system should be compatible for use with third party consumables and kits.<br />

Should be able to store at least 100 or more data files.<br />

Maximum run time should not be more than 80 to 90 minutes with standard kits and not more than 40 minutes<br />

with fast reagents and consumables.<br />

Should be able to upload/download protocols, data files etc using an USB interface.<br />

Provision for sensitized emission based measurements for at least four/ five colours with independently selectable<br />

emission and excitation filters.<br />

High throughput Real time PCR Systems for all the above applications --- 3 nos<br />

with all the specifications, standard features as given in item I and in<br />

addition having the following features<br />

System offered should be upgradable to high density array block at any time.<br />

Should be FDI approved and validated for diagnostic applications.<br />

III)<br />

<br />

<br />

<br />

<br />

<br />

<br />

To offer Optionally (for items I & II)<br />

Kits and reagents for Real Time PCR, SNP Genotyping.<br />

Reagents and consumables for fast runs<br />

96 well block.<br />

High density array block.<br />

384 well plates compatible with the above systems.<br />

Required kits for diagnostic applications for item (II).<br />

Important clauses:<br />

a. Main system including subsystems, computers and accessories should operate on 220V, 50 Hz mains power.<br />

BID DOCUMENT (YC)<br />

Page 50 of 63


. The computer and printer offered along with the system should be the latest model (configuration to be<br />

specified) compatible with the control and analysis software. Required interface cards, cables, CD writer etc to<br />

be included. The PC and should have a three year comprehensive onsite Warranty.<br />

c. The lamp lifetime should be specified.<br />

d. Detailed literatures (all originals) with technical specifications and features to be sent along with the offer.<br />

e. Detailed instruction and service manual with circuit diagrams and all engineering details for the entire system<br />

should be supplied with the unit. Commitment to this clause to be made in the offer.<br />

f. Software supplied should be the latest versions and any upgradation in the software to be given free of cost for<br />

three years.<br />

g. All standard accessories that would be supplied with the unit to be clearly mentioned in the offer. Other<br />

required accessories should be offered separately.<br />

h. Essential electronic, mechanical spares, consumables and required reagent kits to be offered for a minimum<br />

period of six months of operation. Detailed list of such items to be given.<br />

i. Complete installation and testing the equipment to its specifications to be done at the site of installation free of<br />

cost. User training to be given at site and periodic application training to be given till the users are familiar with<br />

the system and software.<br />

j. After the installation the system should be demonstrated to the users and user samples to be run on the<br />

instrument and tested. Additional training on the instrument and the software to be provided to the users as<br />

and when needed and commitment to this effect to be made in the offer.<br />

k. Required calibration kits for the installation and testing should be supplied with the system.<br />

l. Spares for the system should be available for a minimum period of 8 years and confirmation to be given in the<br />

offer.<br />

m. Cost offered should include a two-year warranty on the main system inclusive of parts and labor.<br />

n. Availability of local service support and response time for a service call during and after warranty to be<br />

specified.<br />

o. If required demonstration of the unit to be given including running some user samples for proper assessment<br />

of data quality.<br />

p. The system offered should be the latest advanced version having all the specifications and features<br />

mentioned above and should be of use for <strong>CCMB</strong>’s research programs for the next eight years or more.<br />

q. To indicate the year in which the offered model was introduced into the market and the number of installations<br />

in India and all over the world over the last three years.<br />

r. List of users worldwide and in India along with the names and telephone numbers of the customers to be<br />

enclosed in the offer in separate annexures.<br />

s. Scientific papers, references in reputed journals where the offered model has been used for the stated<br />

applications in the world (for the last three years or more) should be enclosed.<br />

t. All other clauses of warranty, delivery schedule, payment details to be clearly mentioned<br />

Apart from meeting the specifications and needs, selection of the system would also be based on the<br />

response to all the points mentioned above and hence please respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 51 of 63


ITEM NO.14 – HIGH SPEED CENTRIFUGES, QTY: 2 NOS. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/411/P12)<br />

SPECIFICATIONS OF HIGH SPEED FLOOR MODEL REFRIGERATED CENTRIFUGE WITH ROTORS AND<br />

ACCESSORIES<br />

I<br />

SPECIFICATIONS:<br />

Maximum Speed : 28,000 rpm or more<br />

Maximum g Force : 100,000 x g or more<br />

Control and Display : Microprocessor with Digital display<br />

Speed Control Accuracy : +/- 10 of set speed<br />

Temperature Range : 0 to 40 C<br />

Temperature Control : +/- 2 C of set temperature<br />

Accelerations/Decelerations profiles : up to nine or more profiles<br />

Refrigeration System : Non-CFC Refrigeration technology<br />

Capacity : 4 litres or more<br />

Sound level : < 59 dba<br />

Ambient temperature range of operation : 35 C or more<br />

Power : 220 Volts, 50Hz, (Single Phase)<br />

II<br />

Other essential Features:<br />

- DC Brushless Motor Air cooled Drive System or other latest technology<br />

- Imbalance tolerant Drive.<br />

- Automatic Run Recalls.<br />

- Ergonomic design for ease of use.<br />

III<br />

Rotors:<br />

Fixed Angle:<br />

1. Capacity : 8x50ml<br />

Maximum Speed : 28,000 2 Nos.<br />

RCF<br />

: 100,000 g or more<br />

2. Capacity : 6 x 250ml<br />

Maximum Speed : 14,000 RPM or more.<br />

RCF : 30,000 g or more. 1 No.<br />

3. Capacity : 6 x 500ml<br />

Maximum Speed : 10,000 RPM or more. 1 No.<br />

RCF<br />

: 18,000 g or more.<br />

4. Swinging Bucket Rotor:<br />

Capacity<br />

: 6 x 50 ml<br />

Maximum Speed : 13,000 RPM or more. 2 Nos.<br />

RCF<br />

: 26,000 g or more.<br />

Optional Swinging Bucket Rotor:<br />

Capacity<br />

: 6 x 38 ml<br />

Maximum Speed : 24,000 RPM or more. 2 Nos.<br />

RCF<br />

: 100,000 g or more.<br />

Buckets for running 15 ml tubes to be also offered.<br />

Important Note:<br />

1. Required tubes and bottles (Polycarbonate, Polypropylene, Polyallomer) with Adaptors, Caps etc., for 1.5ml,<br />

10ml, 30ml and 50ml capacities for each rotor to be offered separately as optional items.<br />

BID DOCUMENT (YC)<br />

Page 52 of 63


2. Cost should include three years warranty on drive, five years on refrigeration system.<br />

3. Commitment for the supply of Complete Instruction, Service Manuals with Circuit diagrams and engineering<br />

details (including Refrigeration) to be supplied along with the system. Commitment to be made in the offer.<br />

4. List of essential Spares parts with cost required for the trouble Free Operation of the system during and after<br />

warranty to be given separately with cost as option.<br />

5. Spare parts should be available for a period of 8 years of more. Commitment should be made in the offer.<br />

6. The Highcentrifuge system should have all safety features incorporated.<br />

7. The offered model should be the latest and Start of Art in design and technology.<br />

8. Availability of local Service Support and response time for a Service Call during and after warranty to be<br />

mentioned.<br />

9. Original Literatures containing detailed specifications and features of both the centrifuge and rotors should<br />

accompany the offer.<br />

10. List of users in India with Addresses, e-mail id’s and contact phone numbers should be enclosed separately<br />

11. All other terms and conditions of payment, delivery etc., to be mentioned clearly.<br />

Criteria for selection would be based not only on the specification, features and safety but on the<br />

proven performance of proposed systems suited to the applications and requirement of <strong>CCMB</strong>.<br />

BID DOCUMENT (YC)<br />

Page 53 of 63


ITEM NO.15 – FLOOR MODEL ULTRACENTRIFUGE, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/412/P12)<br />

SPECIFICATIONS OF FLOOR MODEL ULTRACENTRIFUGE:<br />

FLOOR MODEL ULTRACENTRIFUGE WITH ROTORS AND ACCESSORIES<br />

Applications: Separation of Subcellular Particles, Varus and Viral Particles, Rate-Zonal Separation Proteins in<br />

Sucrose Gradient, Separation of Lipoproteins, Pelleting RNA through a CsCl Gradient and Isopycnic Separation of<br />

Plasmid DNA.<br />

I<br />

SPECIFICATIONS:<br />

Maximum Speed : 100,000 rpm or more<br />

Maximum g Force (RCF) : 800,000 x g or more<br />

Control and Display : Microprocessor with Large touch-screen for user<br />

friendliness and convenience<br />

Speed Control Accuracy : +/- 10 rpm or less of set speed<br />

Refrigeration System : Thermoelectric cooling for lower power consumption<br />

Temperature Range : 0 to 40 C with 1C steps<br />

Temperature Control : +/- 0.5 C of set temperature<br />

Ambient temperature range of operation : 20C to 35C or more<br />

Sample imbalance tolerance : + 5 ml or 10% whichever is greater.<br />

Drive cooling : Air Cooled for lower power consumption and<br />

maintenance<br />

Accelerations/Decelerations profiles : 10 Acceleration/Deceleration or more profiles<br />

Sound level : < 55 dBa or less<br />

Heat Output : Should be less than 4000 BTU/hr<br />

Power : 220 Volts, 50Hz, (Single Phase) with wide<br />

tolerance for power fluctuations.<br />

II<br />

Essential Features:<br />

- System should automatically check for possible errors with rotor induced parameters and<br />

automatically make necessary correction.<br />

- Ultracentrifuge should be able to accept Fixed Angle Rotor, Vertical Rotor, Near Vertical Rotor or<br />

equivalent Swinging Bucket Rotors.<br />

- Samples volumes for centrifugation from 5 ml to 1500 ml.<br />

- Adaptors to accommodate small volume samples to large volumes should be available without<br />

sacrificing the maximum g force of rotors.<br />

- Ability to remove moisture with vacuum.<br />

- Automatic restart with set parameters after power interruptions.<br />

- Multi steps users programs.<br />

- Simulation software provision.<br />

- Speed / temperature vs. time plot.<br />

- All regulatory and safety standards to be complied.<br />

- Many user settable programs.<br />

- Provision for Bio-safety features/upgradation to be offered as option.<br />

III<br />

Rotors:<br />

Fixed Angle Rotor :<br />

1. Capacity : 8 x 38 ml or more<br />

Maximum Speed : 70,000 rpm 1 No.<br />

Maximum g force : 500,000 g or more<br />

K factor<br />

: 45 or less<br />

The rotor should be able to accommodate low volumes such as approximately 25ml<br />

or 15 ml with adapters and without compromising the Maximum rcf of 500,000 g or more.<br />

Near Vertical Rotor :<br />

BID DOCUMENT (YC)<br />

Page 54 of 63


2. Capacity : 8 x 5 ml or more<br />

Maximum Speed : 100,000 rpm<br />

Maximum g force : 7,50,000 g or more 1 No.<br />

K Factor<br />

: 9 or less<br />

The rotor should be able to accommodate lower volumes or approximately 2ml with<br />

adapters and without compromising the Maximum rcf of 750,000 g or more.<br />

Swing out Bucket Rotor :<br />

3. Capacity : 6 x 13 ml or more<br />

Maximum Speed : 41,000 rpm<br />

Maximum g force : 2,80,000 or more 1 No.<br />

K Factor<br />

: 125 or less<br />

The rotor should be able to accommodate lower volumes or approximately 3.5ml with<br />

adapters and without compromising the Maximum rcf of 280,000 g or more.<br />

4. Capacity : 6 x 38 ml or more<br />

Maximum Speed : 32,000 rpm<br />

Maximum g force : 175,000 or more<br />

K Factor<br />

: 205 or less<br />

The rotor should be able to accommodate lower volumes or approximately 25ml or<br />

15ml with adapters and without compromising the Maximum rcf of 175,000 g or more.<br />

Important Note:<br />

1. All required tubes and bottles (Polycarbonate, Polypropylene, Polyallomer, Quick seal) with Adaptors, Caps<br />

etc., for each rotor to be offered separately as optional items.<br />

2. Cost should include three years warranty on the complete system, five years on drive assembly and rotors.<br />

3. Commitment for the supply of Complete Instruction, Service Manuals with Circuit diagrams and engineering<br />

details (including Refrigeration) to be supplied along with the system. Commitment to be made in the offer.<br />

4. List of essential Spares parts with cost required for the trouble Free Operation of the system during and after<br />

warranty to be given separately with cost as option.<br />

5. Demonstration of the Ultracentrifuge with rotors to be done on request by <strong>CCMB</strong>. Also sample runs to be<br />

made if required.<br />

6. The Ultracentrifuge system should have all safety features incorporated.<br />

7. The offered model should be the latest and Start of Art in design and technology.<br />

8. Spare parts should be available for a period of 8 years of more. Commitment should be made in the offer.<br />

9. Availability of local Service Support and response time for a Service Call during and after warranty to be<br />

mentioned.<br />

10. Original Literatures containing detailed specifications and features of both the centrifuge and rotors should<br />

accompany the offer.<br />

11. List of users in India with Addresses, e-mail id’s and contact phone numbers should be enclosed separately<br />

12. All other terms and conditions of payment, delivery etc., to be mentioned clearly.<br />

Criteria for selection would be based not only on the specification, features and safety but on the<br />

proven performance of proposed systems suited to the applications and requirement of <strong>CCMB</strong>.<br />

BID DOCUMENT (YC)<br />

Page 55 of 63


ITEM NO.16 – ARABIDOPSIS PLANT GROWTH CHAMBER,<br />

34/<strong>CCMB</strong>/APP/413/P12)<br />

QTY: 1 NO. (FILE REF:<br />

SPECIFICATIONS, FEATURES AND CLAUSES FOR ARABIDOPSIS PLANT GROWTH CHAMBER:<br />

1. Temperature Range : 10 °C to 40 °C 1.0 °C (Lights On)<br />

4 °C to 40 °C 0.5 °C (Lights Off)<br />

2. Internal Volume / Capacity : Approx. 70 to 105 Cu ft.<br />

3. Growth Height : Approx. 15 inches per shelf<br />

4. Growth Area (floor area) : Approx. 30 Sq feet<br />

5. Racks/Shelves : Three Racks with 22 gauge stainless steel<br />

6. Light intensity (micromoles/m 2 /s) : 300 micromoles/m 2 /s or more<br />

2 level programming for fluorescent lighting<br />

1 level programming for incandescent lighting<br />

7. Operating Power Supply : 230 Volts, 50 Hz.<br />

8. Refrigeration System : Non CFC with outdoor Remote Air Cooled<br />

Condenser for all weather conditions with hot<br />

gas bypass system for continuous compressor operation<br />

9. Heat rejection to ambient : Less than 9000 BTU per hour.<br />

Essential features<br />

- Microprocessor controlled with digital display.<br />

- Programmable temperature and light settings.<br />

- High/Low temperature safety limits and alarms.<br />

- Upto 2 programmable light levels.<br />

- Bright digital LED or VFD display.<br />

- Air flow thru Plenum and Air diffusers.<br />

Optional :<br />

Humidification : Pan type with electronic RH sensor<br />

Important Clauses:<br />

1. The external dimensions of the chamber should not exceed 6 ½’ (length / width) x 38” (depth) x 7’ (height)<br />

which is the space available for the installation of the chamber.<br />

2. Cost should include a two year comprehensive warranty or more including parts and labour.<br />

3. All safety features incorporated for environmental conditions with certifications should be clearly stated.<br />

4. The list of users in India who are using similar Models of Plant Growth Chamber for growing Arabidopsis<br />

plants should be provided. A Certificate to the effect that the Chamber is functioning well and the period<br />

for which it has been in use should be included. This is necessary because the proper functioning of the<br />

Growth Chamber in promoting growth of Arabidopsis plants is critical for the success of our project.<br />

5. Detailed service manual with electronic circuit diagrams and engineering details should accompany the Plant<br />

growth chamber. Commitment for the same should be made in the offer.<br />

6. Please indicate local service support available and response time for attending a service call during and after<br />

warranty.<br />

7. Number of years for which the spare parts would be available should be indicated.<br />

BID DOCUMENT (YC)<br />

Page 56 of 63


ITEM NO.17 – ZEBRA FISH IMAGING AND TRACKING SYSTEM, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/414/P12)<br />

SPECIFICATIONS OF ZEBRA FISH IMAGING AND TRACKING SYSTEM<br />

I. Specifications:<br />

1. CCD Camera : Scientific grade high resolution IR Sensitive monochrome<br />

CCD camera along with zoom lens suitable Frame-grabber Card,<br />

Power supply cables etc. (Make, Model & other details of<br />

Camera to be specified).<br />

2. Hood : Vibration free Light tight enclosure for above Camera and<br />

Sample plate holder In 96 well plate format; uniform backlit<br />

IR light source; upper white light illumination etc.<br />

3. Software features : Video tracking software for automated behavioural research of<br />

Zebra fish and Larvae including analyzing the movement,<br />

Activity of individual as well as social behaviour of multiple<br />

experimental specimen, Data analysis visually and statistically<br />

(Any other special features may be clearly mentioned)<br />

4. Throughput : single and multiple tracking of approx.100 arenas<br />

simultaneously and up to 16 arenas in open field at the same time<br />

5. Computer: : Latest Desktop branded PC (Dell / HP) suitable for the above<br />

System with 6GB RAM, 2 X 500GB HDD, DVD Writer, 23” LCD<br />

Monitor, Mouse, Keyboard, Network interface, Windows XP /<br />

Windows 7 OS etc.<br />

6. Operating Voltage : 230 Volts, 50Hz, A.C<br />

Optional Items:<br />

1. Additional light sensitive Colour CCD cameras ------ 3 No’s<br />

along with zoom lens,IR light source, wall mount<br />

support, cables etc. for monitoring fish in multiple<br />

aquaria / tanks simultaneously<br />

(Make, Model & other Details of camera to be specified).<br />

2. Live video recording and back-up facility ----- 1No.<br />

3. Additional software license ------ 1 No.<br />

II.<br />

Important Clauses:<br />

1) The system and accessories should be compatible for operation at 220/230VAC 50Hz.<br />

2) Computer and other peripherals offered along with the system should be the latest models compatible with the<br />

application software. Required interface cards, cables etc. to be included along with storage devices and<br />

CD/DVD writers.<br />

3) The PC configuration offered should be specified and should include a three year comprehensive onsite<br />

warranty.<br />

4) Detailed literatures (all Originals) with technical specifications and features for the main system and all the<br />

accessories to be enclosed with the offer.<br />

5) Please ensure that the specifications mentioned in the offers must cover all the parameters listed in our enquiry.<br />

Unspecified parameter will be treated as non-complaint.<br />

6) Detailed Instructions and service manuals for the entire system and accessories should be supplied.<br />

7) Software supplied should be the latest versions and any up gradations in the Software to be given free of cost<br />

for three years.<br />

8) All standard accessories that would be supplied with the system should be clearly mentioned in the offer. Other<br />

required accessories may be offered separately as options.<br />

BID DOCUMENT (YC)<br />

Page 57 of 63


9) The principals / local agents are responsible for the installation, testing and commissioning of the main system<br />

and accessories which should be carried out immediately after receipt of the system. Integration of the main<br />

system with the accessories, checking the specifications, training the users to be done at the site free of cost.<br />

10) Please indicate the year in which the model was introduced in the market and confirm whether the spares and<br />

consumables for the system would be available for a minimum period of 10 years.<br />

11) Pre-installation and utility requirements for installation and running the system should be clearly mentioned.<br />

12) Availability of local service support and response time for a service call during and after warranty to be<br />

specified.<br />

13) Alternate models, accessories and options if any to be offered separately with break-up-costs and indicating<br />

differences / advantages between various models.<br />

14) Warranty for the entire system and accessories to be clearly mentioned. A two year comprehensive extended<br />

warranty cost including parts and labour to be included in the option in addition to the standard warranty.<br />

15) Copies of Scientific papers, references where similar models as the offered system has been used should be<br />

enclosed<br />

16) List of users in India of the similar models as the one(s) offered along with the names, addresses, telephone<br />

numbers and mail ID’s to be enclosed separately.<br />

17) Demonstration of similar models as the one(s) offered to e given on request at other customer sites.<br />

18) All other clauses of payment details validity of quotation, delivering schedule, shipment etc… to be indicated.<br />

19) Technical presentations of the systems offered are to be made on request from <strong>CCMB</strong>.<br />

20) Selection of the system would be based on the response to all the above points apart from technical<br />

specifications, features, proven support & service and suitability to <strong>CCMB</strong>’s requirements. Please<br />

therefore respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 58 of 63


ITEM NO.18 – HIGH CONTENT SCREENING SYSTEM, QTY: 1 NO. (FILE REF:<br />

34/<strong>CCMB</strong>/APP/415/P12)<br />

SPECIFICATIONS FOR INTEGRATED HIGH CONTENT SCREENING SYSTEM FOR CELL ANALYSIS:<br />

I. Proposed : a) Automated High Content Screening of organelles<br />

Applications<br />

Cells and Tissues<br />

b) Live Cell Studies<br />

c) Neurite length measurement<br />

d) Cell Proliferation / Counting, Apoptosis<br />

e) Cellular Morphology<br />

f) End point assays<br />

g) Compound Screening<br />

h) Investigative Microscopy<br />

i) Zebra Fish larvae screening<br />

j) Time lapse Imaging<br />

II.<br />

Specifications:<br />

1. Optics : Both Wide Field & Confocal (Pin hole/Spinning Disc type)<br />

2. Light Source : Lasers / Xenon or Mercury Lamp / LED’s<br />

3. Wavelength range : 350 to 650nms<br />

4. Excitation Fliters : 360 to 400nms, 460-490nms, 520-550nms & 620 - 650nms<br />

All fixed in fully automated four or more position filter wheels<br />

5. Emission Filters : 410-480nms, 500-550nms, 560-630nms & 650-700nms<br />

All fixed in fully automated four or more position filter wheels<br />

6. Optical Confocal : (a) For i) Best Image quality<br />

Features<br />

ii) Background suppression<br />

iii) Acquiring Z – Sections<br />

iv) Fluorescence, bright field and point scan<br />

confocal images<br />

(b) Pin hole size: Single or Multiple in the range of 40 µm<br />

to 70 µm<br />

(c)<br />

(d)<br />

(e)<br />

High resolution scanning stage (< 170nm or better)<br />

Z – resolution – 1 µm or better at 500 nm<br />

Depth of Confocal planes in the range of 1.5 nm to 3 nm<br />

6. Auto Focus : Through Hardware (Laser based) and Software for<br />

highest Focus accuracy for both Confocal and Wide<br />

field.<br />

7. Objectives : 2x, 5x, 10x, 40x, 60x<br />

These objectives should have high quality numerical<br />

aperture / magnification and long working distance for<br />

best quality data and reliable results.<br />

8. Sample Formats : Slides, 96 and 384 well plates<br />

9. Detector : Through large high pixel array cooled CCD Camera<br />

For Optical Zooming, high sensitivity and high field of<br />

view of images including whole well imaging (details<br />

of CCD to be specified)<br />

BID DOCUMENT (YC)<br />

Page 59 of 63


10. Software : For fully automated image acquisition, control, online<br />

image evaluation, 3D analysis, Movie making, Data mining, Data storage and<br />

management. Automated cell assay development software to be offered as<br />

option.<br />

11. Other features of : a) Multi colour measurements in 96 and 384 well<br />

Software<br />

plates.<br />

b) Multiple Image fields within single well as well<br />

as Z – Stacks.<br />

c) Image analysis for neurite length<br />

measurement, cell proliferation / counting, apoptosis, cellular<br />

morphology etc..<br />

d) Single user as well as Multi user Network licenses (optional) to be<br />

offered.<br />

12. Hardware and : a) Windows 7 (64 bit) or better operating system<br />

Computers<br />

with latest hardware configurations like high<br />

RAM (> 8GB), highest screen resolution, 24” LCD display or better,<br />

Gigabit Ethernet card and other interface cards as required.<br />

b) Suitable and compatible Servers, PC’s with<br />

high storage capabilities to be offered optionally for data analysis.<br />

13. Optional Items:<br />

a) Range of excitation and emission Filters in addition to what is specified under item<br />

4 filters (which should be standard).<br />

b) Transmitted light for label free monitoring using Bright Field, DIC and Phase<br />

Contrast.<br />

c) Objectives other than standard that are supplied with the systems<br />

d) Data visualization tools, software for database, 3 D analysis etc..<br />

e) Any software other than standard supply<br />

f) Multiuser / Network licenses for all software to be offered.<br />

g) Compatible and suitable servers, PC’s colour Laser Printers and storage devices<br />

required for in-depth analysis and archival.<br />

h) Live Cell Chamber for providing required Temperatures & CO 2 Controls for live<br />

samples.<br />

i) Suitable Slides and multiwall plates (96 and 384 well plates) for various applications.<br />

k) Other consumables required for the operation of the system.<br />

l) Any other accessories required for making the System complete.<br />

III.<br />

Important Clauses:<br />

1. The system and accessories should be compatible for operation at 220/230VAC 50Hz.<br />

2. Servers, Computers and printers offered along with the system should be the latest models compatible with the<br />

application software. Required interface cards, cables etc. to be included along with storage devices and CD<br />

writers.<br />

3. The PC configuration offered should be specified and should include a three year comprehensive onsite warranty.<br />

4. Detailed literatures (all Originals) with technical specifications and features for the main system and all the<br />

accessories to be enclosed with the offer.<br />

5. Please ensure that the specifications mentioned in the offers must cover all the parameters listed in our enquiry.<br />

Unspecified parameter will be treated as non-complaint.<br />

6. Detailed Instructions and service manuals for the entire system and accessories should be supplied.<br />

BID DOCUMENT (YC)<br />

Page 60 of 63


7. Software supplied should be the latest versions and any up gradations in the Software to be given free of cost for<br />

three years.<br />

8. All standard accessories that would be supplied with the system should be clearly mentioned in the offer. Other<br />

required accessories may be offered separately as options.<br />

9. The principals / local agents are responsible for the installation, testing and commissioning of the main system<br />

and accessories which should be carried out immediately after receipt of the system. Integration of the main<br />

system with the accessories, checking the specifications, training the users to be done at the site free of cost.<br />

10. Please indicate the year in which the model was introduced in the market and confirm whether the spares and<br />

consumables for the system would be available for a minimum period of 10 years.<br />

11. Pre-installation and utility requirements for installation and running the system should be clearly mentioned.<br />

12. Availability of local service support and response time for a service call during and after warranty to be specified.<br />

13. Alternate models, accessories and options if any to be offered separately with break-up-costs and indicating<br />

differences / advantages between various models.<br />

14. Warranty for the entire system and accessories to be clearly mentioned. A two years comprehensive extended<br />

warranty cost including parts and labour to be included in the option in addition to the standard warranty.<br />

15. Copies of Scientific papers, references where similar models as the offered system has been used should be<br />

enclosed<br />

16. List of users in India of the similar models as the one(s) offered along with the names, addresses, telephone<br />

numbers and mail ID’s to be enclosed separately.<br />

17. Demonstration of similar models as the one(s) offered to e given on request at other customer sites.<br />

18. In-depth service training on the repair and maintenance of the system to be provided for two Instrumentation<br />

personnel of <strong>CCMB</strong> at the manufacturers facilities. The training to be offered free of cost including the to and fro<br />

airfare from Hyderabad to the place of training, boarding, lodging and all living expenses.<br />

19. All other clauses of payment details validity of quotation, delivering schedule, shipment etc… to be indicated.<br />

20. Technical presentations of the systems offered are to be made on request from <strong>CCMB</strong>.<br />

21. Typical samples provided to be imaged and analyzed on similar systems at other customer sites and given to<br />

<strong>CCMB</strong> for evaluation.<br />

22. Selection of the system would be based on the response to all the above points apart from technical<br />

specifications, features, proven support & service and suitability to <strong>CCMB</strong>’s requirements. Please<br />

therefore respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 61 of 63


ITEM NO.19 – HIGH THROUGHPUT SNP GENOTYPING AND GENE EXPRESSION SYSTEM,<br />

QTY: 1 NO. (FILE REF: 34/<strong>CCMB</strong>/APP/416/P12)<br />

SPECIFICATIONS FOR SNP GENOTYPING AND GENE EXPRESSION SYSTEM:<br />

High Throughput SNP Genotyping and Gene expression system for the following applications with technical<br />

specifications, features and accessories as below:<br />

Applications:<br />

<br />

<br />

<br />

<br />

<br />

Genome wide genotyping and custom genotyping.<br />

Whole genome gene expression.<br />

Whole genome methylation analysis.<br />

CNV analysis.<br />

Next Generation Sequencing.<br />

Specifications and Features:<br />

<br />

<br />

Dual laser excitation source and optics for scanning high density arrays with high resolution, fast scan times<br />

and to produce high quality reproducible data.<br />

Scanner resolution should be 0.3 micron or better.<br />

Should be able to scan different types of arrays/chips with fast scan times ranging from 1 minute to 15<br />

minutes.<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

The system should include a Hybridization unit, fluidics station and autoloader for processing and scanning<br />

the arrays/chips.<br />

The system should be upgradable to Next Generation Sequencing platform with integrated fluidics providing<br />

the flexibility of having sequencing and array technologies on one platform.<br />

Should be able to transit between array based and sequencing based gene expression analysis.<br />

Platform should be amenable for assay automation.<br />

The scanner should be the latest technology and should be able to carry out sensitive, rapid and accurate<br />

imaging of array/chips.<br />

The system should be modular and configurable for any level of throughput required.<br />

The system should include the basic control software and suitable analysis software (minimum of 5 user<br />

licenses) for all the above mentioned applications.<br />

Complete set of accessories needed for processing the arrays/chips for all the applications to be offered.<br />

The system offered should be the latest and advanced version having all the specifications and features<br />

mentioned above and should be of use for <strong>CCMB</strong>’s research programs for the next eight years or more.<br />

Scientific papers, references in reputed journals where the offered model has been used for the stated<br />

applications in the world (for the last three years or more) should be enclosed.<br />

To offer optionally:<br />

<br />

<br />

<br />

<br />

<br />

Upgrade for Next Generation Sequencing platform including suitable fluidics, kits and reagents and required<br />

software for control and data analysis.<br />

Liquid handling accessory for assay automation of array /chips with required consumables, reagents, software<br />

etc.<br />

Pre arrayed and custom array /chips for the above applications.<br />

Kits, reagents other accessories needed for all the above applications.<br />

Required servers/ workstations for downstream data analysis.<br />

Important clauses:<br />

BID DOCUMENT (YC)<br />

Page 62 of 63


Main system including subsystems, computers and accessories should operate on 220V, 50 Hz mains power.<br />

The computers / workstations and printers offered along with the system should be the latest model<br />

(configuration to be specified) compatible with the control and analysis software. Required interface cards,<br />

cables, CD writer etc to be included. The PC /workstation should have a three year comprehensive onsite<br />

Warranty.<br />

Detailed literatures (all originals) with technical specifications and features to be sent along with the offer.<br />

Detailed instruction and service manuals with circuit diagrams and all engineering details for the entire system<br />

should be supplied with the unit. Commitment to this clause to be made in the offer.<br />

Software supplied should be the latest versions and any upgradation in the software to be given free of cost<br />

for three years.<br />

Required calibration kits for the installation and testing should be supplied with the system.<br />

If required demonstration of the unit to be given at any installed sites in India.<br />

All standard accessories that would be supplied along with the unit should be clearly mentioned in the offer.<br />

Other required accessories should be offered as optionally.<br />

Essential electronic, mechanical spares and consumables to be offered for a minimum period of six months of<br />

operation. Detailed list of such items to be given separately.<br />

Complete installation and testing the equipment to its specifications should be done at the site of installation<br />

free of cost. After the installation, the system should be demonstrated to the users and samples should be run<br />

on the instrument and tested. User training to be given at site and periodic application training to be given till<br />

the users are familiar with the system and software. Commitment to this effect to be made in the offer<br />

Cost offered should include a two-year warranty on the main system inclusive of parts and labour.<br />

Service training for one of the instrumentation staff of <strong>CCMB</strong> should be provided at the manufacturing facilities<br />

abroad. This should be an extensive training programme covering the repair, maintenance and calibration<br />

aspects of the system and should form a part of the official service training course at the manufacturing<br />

facilities abroad. The above training to be offered free of cost including tution fees, To and fro airfare from<br />

Hyderabad to the place of training, boarding, lodging and all living expenses.<br />

Availability of local service and application support and response time for a service call during and after<br />

warranty to be specified.<br />

Spares for the system should be available for a minimum period of 8 years and confirmation to be given in the<br />

offer.<br />

The year in which the offered model was introduced into the market and the number of installations in India<br />

and all over the world over the last three years should be mentioned.<br />

List of users worldwide and in India along with the names, email ID’s and telephone numbers of the customers<br />

to be enclosed in the offer in separate annexures.<br />

All other clauses of warranty, delivery schedule, payment details to be clearly mentioned<br />

Apart from meeting the specifications, features and clauses, selection of the system would also be<br />

based on the response to all the points mentioned above and hence please respond to all the points.<br />

BID DOCUMENT (YC)<br />

Page 63 of 63

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!