13.11.2014 Views

pdf tender document information - CCMB

pdf tender document information - CCMB

pdf tender document information - CCMB

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

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!