Professional Documents
Culture Documents
Tendernotice 1
Tendernotice 1
_______________________________________________________________
Presidency University, Kolkata invites online bids from the reputed Original Equipment
Manufacturers (OEM)/ their Authorized and Certified Distributors/Dealers/Business Partners for
Procurement of instruments related to the Department of Life Sciences, Presidency University,
Kolkata as per the Annexure III & IV. Interested bidders are requested to provide their bids following
the General Terms and Conditions (Annexure-I) and submit on line the Application Format and
Declaration Format duly filed up and signed (Annexure–V & VI ) under a Two-Bid System.
The Cover of Technical Bid should contain Annexure I to Annexure VII duly filled up and signed
and the Cover of Financial Bid should contain Price Bid showing the composite prices (including tax
and other charges) of the items and a scanned copy of a statement in the letter head of the bidder
showing the rates of taxes considered for arriving at the composite prices contained in the Price Bid.
Financial Bid will be opened only if Technical Bid is found in order after technical evaluation.
The Authority of PRESIDENCY UNIVERSITY, Kolkata does not bind itself to accept the lowest
priced bid and reserves the right to reject any or the entire bids received without assigning any
reason thereof.
Sd/-
Registrar
Presidency University. Kolkata
1|Page
Tendering Process Flow
2|Page
ANNEXURE – I
(1) Payment Terms: Payment shall be made after successful delivery and installation of the
item at the site as specified in the Purchase Order and on submission of the bill and other
necessary papers duly certified by the competent authority, Presidency University. No advance
payment will be made.
(2) The Bidder must have their full operational setup in Kolkata, documentary evidence needs to be
provided with the Technical Bid
(3) Delivery of Stores: The store items to be supplied within 6 – 8 w e e k s f r o m the
date of issue of the Purchase Order.
(4) Earnest Money Deposit (EMD): The amount of EMD shall be Rs. 2, 00,000/- (Rupees Two
Lakh) only. The EMD shall be refundable online in the case of the unsuccessful bidders.
However, the EMD shall be released to the successful bidder after fulfillment of the terms and
conditions of the Purchase Order. No interest is payable on such refund of the EMD. EMD shall
be forfeited if the selected vendor accepts the supply order but is unable to execute the same.
(5) Tender Fee: Rs. 1,500.00 (One Thousand Five Hundred) only.
(6) Payment Procedure of EMD and tender Fee: EMD and Tender Fee should be paid online
either through Net Banking or RTGS/NEFT following the procedures stated in Para 2(a) and
(b) of Memorandum No. 3975 –F(Y) dtd. 28/07/2018 of the Finance Department, Audit
Branch, Govt. of West Bengal.
Necessary Earnest Money and Tender Fee will be deposited by the bidder electronically: online
– through his net banking enabled bank account, maintained at any bank or: offline – through
any bank by generating NEFT/ RTGS challan from the e–tendering portal. Intending Bidder
will get the Beneficiary details from e– tender portal with the help of Digital Signature
Certificate and may transfer the EMD and Tender Fee from their respective Bank as per the
Beneficiary Name & Account No., Amount, Beneficiary Bank name & IFSC Code and e–Proc
Ref No.
Intending bidder who wants to transfer EMD and Tender Fee through NEFT/RTGS must read
the instruction of the Challan generated from E–Procurement site.
Bidders are also advised to submit EMD and Tender Fee of their bid, at least 3 working days
before the bid submission closing date as it requires time for processing of Payment of EMD
and Tender Fee.
(7) Tender without EMD and Tender Fee in proper form will be rejected
a) Bidder should log into the site well in advance for Bid submission so that he/she upload the
Bid in time i.e. on or before the closing bid submission date & time. Bidders will be
responsible for any delay.
b) Each agency is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC)
for submission of tenders from the approved service provider of the National Informatics
Centre (NIC) on payment of requisite amount. The contractor can search & download N.I.T.
& Tender Document(s) electronically from computer once he logs on to the website. This is
the only mode of collection of Tender Documents.
3|Page
c) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. The price bid has been given as a
standard format (BOQ) with the tender document; the same is to be downloaded and to be
filled by all the bidders. Bidders are required to download the file, open it and complete the
Rates (unprotected) Cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been
completed, the Bidder should save it and submit it online, without changing the filename. If
the file is found to be modified by the bidder, the bid will be rejected.
d) The server time (which is displayed on the bidders‟ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
e) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date &
time of submission of the bid with all other relevant details.
f) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
g) Any queries relating to the process of online bid submission, bidders should be emailed
only to pu_tenderclarification@presiuniv.ac.in
(9) Opening of Bid: The bids shall be opened in presence of the intending tenderers who may choose
to be present.
(10) The quoted price shall remain open for acceptance till the validity period of 150 days from the
date of opening of tender. No revision/modification in the tendered rate will be allowed during
the validity of tender
(11) Any additional cost not mentioned in the offer has to be borne by the bidder; University will not
pay anything extra.
(12) Price should be including GST and other charges. The University will not pay anything extra.
(13) Rate of GST will have to be mentioned separately in your Letter Head. Otherwise bid will be
summarily rejected. (Vide Sl. No. 7 of Checklist)
(14) The University will provide DSIR Certificate to the L-1 bidder, if necessary, for the purpose
of exemption of Customs Duty and GST as per the extant Rules and Notifications.
(15) All Products’ warranty are as follows:
a) Atomic Absorption Spectrophotometer (AAS) - warranty should be valid for 3 year from the
date of installation.
b) High Pressure Liquid Chromatography (HPLC) system - warranty should be valid for 5
years from the date of installation.
c) Triple Quadrupole Gas Chromatography-Mass Spectrometry/Mass Spectrometry (GC-
MS/MS) with olfactometry facilityport.- warranty should be valid for 5 years from the date
of installation.
4|Page
(16) Our enquiry no. and date & Purchase order no. and date must be quoted on all correspondences and
those should be duly signed and seal.
(17) Bidders must, as far as possible, arrange to supply the materials within the stipulated time
mentioned in the purchase order. This delivery time must be strictly adhered to. Failure to supply within
the specified time will lead to cancellation of the order without notice and forfeiture of EMD.
(18) Acceptance of Tender: The Authority of PRESIDENCY UNIVERSITY, Kolkata does not bind
itself to accept the lowest priced bid and reserves the right to reject any or the entire bids received
without assigning any reason thereof.
(19) Incomplete and Conditional Bids will be summarily rejected without assigning any reasons
thereof.
(20) The benefit of downward prices d u e t o revision on account of govt. financial policy, tax
revision, etc. should be given to PRESIDENCY UNIVERSITY, Kolkata by the selected
bidder.
(21) The University does not bind itself to offer any explanation to those bidders whose technical
bids have not been found acceptable.
(22) In case of any dispute, the decision of the University authority shall be final and binding
on the bidders.
(23) If the material is found to be defective within warranty period, the same will be completely
replaced by new one without any question.
5|Page
ANNEXURE – II
Bidder’s Eligibility Criteria
i. At least one ‘Single purchase order’ for each of the scientific instruments of
internationally reputed make as mentioned in the NIT.
ii. Profitability and Net worth of the company to be positive in at least last Financial Year (2021-
22), copy of audited balance sheet should be provided.
iii. The Bidder must have their full setup Kolkata operations/service centres; documentary evidence
needs to be provided with the Technical Bid.
iv. Tender specific Manufacturer Authorization Certificate should be provided with the technical
bid.
v. The bidder must submit scanned copies of the following documents:
a. Certificate of Incorporation (in case of company) / partnership deed (in case of firm), etc.
b. Valid trade licence
c. GST Registration Certificate
d. Copy of the PAN Certificate
e. Income Tax Returns for the Assessment Years 2019-20, 2020-21 and 2021 - 22 ITR for
Assessment Year 2022-23 is to be provided, if already field, in place of ITR for Assessment
Years 2019-20
f. Certificate of Authorised Dealership from the Original Equipment Manufacturer, where ever
applicable.
6|Page
ANNEXURE- III
7|Page
necessary features. Automatic ignition and extinction of flame. All
the safety functions are provided as standard including Leak Check;
Flame Monitor; Gas Pressure Monitor; Interlock for wrong burner
head use; Auto switch- over between Air-C2H2 / N2O-C2H2 flame
with flow rate monitoring, Automatic flame extinction during sudden
power interruption, for auto flame extinction and flame-retardant
body. The system should have feature of Longitudinal
heating/Transverse Zeeman or similar technology.
Accessary elements :
9. Concentrated Nitric Acid (Trace metal/ Suprapure grade) -1L
10. Concentrated Hydrochloric Acid (Trace metal/ Suprapure grade) -1
11. Hydrogen Peroxide (Trace metal/ Suprapure grade) -0.5 L
12. Hydrofluoric Acid -0.5 L
13. Micropipette 10 - 100 Ul ( 1 No)
14. Micropipette 100 - 1000 Ul (1 No)
15. Microtips 10 - 100 Ul - 500 nos
16. Microtips 100 - 1000 Ul -500Nos
17. Microtips 1 - 10 Ml -500Nos
18. Sodium Borohydride -100Grms
8|Page
2 High Pressure 01 1. Quaternary Pump
Liquid Flow range: upto 10ml/min.
Chromatography Maximum Pressure: Upto 8700 psi
(HPLC) system Precision: < 0.7% RSD
Flow Accuracy: + 1%
Composition Range: 0 – 100% in 0.1% increments
Composition Precision: < 0.2% RSD
Degasser: 4 channel degassing unit in-built
2. Manual injector
600-bar manual injection valve
20 uL sample loop and mounting stand.
4. Vial sampler
Capacity of up to 132 vials (2 mL)
Reliable injections from 0.1 to 100 µL up to 800 bar
Injection volume extension up to 1,800 µL for microbore to
semipreparative applications
Needle flush port enables rinsing the outside surfaces of the needle for
lowest carryover
Integrated column compartment, available as option or upgrade, holds
two columns up to 30 cm length, and provides heating from 5 degrees
above ambient to 80 °C for reproducible chromatographic data at
optimized resolution
Integrated sample thermostat, available as option or upgrade, provides
cooling and heating from 4 to 40 °C
Low internal volume for minimum contribution to system's total
internal volume, which can be even further reduced using bypass
9|Page
mode
Overlapped sample runs and injection cycles for increased
productivity
Customizable injection program for advanced injection sequences or
sample preparation prior to injection
5. PDA/DAD detector
Detector Elements: 1024 element Photodiode Array
Light Source: Deuterium and Tungsten lamps
Wavelength Range: 190 – 950 nm
Data Rate: Upto 120 Hz
Diode Width: < 1 nm
Wavelength Accuracy: + 1nm
Linear Absorbance Range: > 2 AU at 265 nm
Slit Width: 1,2,4,8 & 16 nm
Spectral Tools: Spectral Evaluation, Spectral library & Peak Purity
functions
System Check: Verification of wavelength accuracy with built in
Holmium Oxide filter
Standard flow cell 10mm, 13uL, 120bar
13. Glass solvent filtration unit with Nilon66 membrame with vacuum
pump.
10 | P a g e
The instrument must be quoted with UNCONDITIONAL 5 years of
warranty
Vendor must have at least 5 installations (at IITs, NITs, IISERs,
Universities, reputed research institutes etc.) of quoted system in last 3
years in Eastern India.
At least three training sessions with technical expert(s).
3 Triple 01 Quoted model should be latest and available in global market &
Quadrupole Gas manufacturer should guarantee supply of spares till 10 years from the
Chromatography date of installation.
-Mass
Spectrometry/M 1. Chromatograph (GC)
ass Spectrometry Gas Chromatograph with Electronic Flow control for Simultaneous
(GC-MS/MS) Pressure, Temperature and Flow Programming
with Large Column Oven with temperature range from near Ambient to
olfactometry 450 o C with T-junction in injection port for operation of two column (viz
facilityport. polar & nonpolar) at a time (in multidimensional mode)
Temperature Accuracy: ±1%
Fast oven cooling speed 450°C to 50°C within 4 minutes
RAMPS: 20 or More
Retention time repeatability: < 0.0008 min or better
Overheat protection
Facility of local touch screen interface for GC with a multi-functional
icon-based touch screen for local instrument control and method
development with the following features:
i. 7” or bigger capacitive touch screen
ii. Instrument and consumable health tracking with alert
notifications for preventive maintenance
iii. Built-in video maintenance walk-through guides
iv. Real-time signal monitoring
v. Diagnostic functionalities
vi. Multi-language capabilities
vii. USB port for touch screen updates
Headspace & Autosampler Control
2. Injectors (2 nos.)
Simultaneous mounting - should be user-installable within few minutes,
and without any special tool.
11 | P a g e
Should be Capable of sub-ambient operations: down to -100°C with
liquid N2 (optional for future upgradation) and -50°C with CO2 (optional for
future upgradation);
Split ratio up to 10000:1; Control of split flow in 1mL/min from 0 to
1250 mL/min;
Purge flow from 0 to 50 ml/min (electronic control);
Suitable for all capillary columns (50 μm to 530 μm id);
Should Support Large Volume injection and On Column (TPOC)
using liner.
Post column Backflush (1 mtr)
5. MS/MS unit
The system must have the ability to be upgraded in the field post
installation from base to advanced configurations.
The mass spectrometer must offer a wireless EI ion source made of
solid, non-coated, inert material.
The ion source including Repeller, ion-volume, source lenses and RF
lens must be contained in a single source cartridge allowing easy
removal of all of these parts for routine maintenance.
The ion source cartridge must have an optional upgrade available to
allow removal without venting the MS
The ion source must be compatible with EI and CI (Future
upgradability) operation
The ion source must be heated by a block heater controlled with user-
selectable temperature set points up to 350 °C to reduce the
contamination of the ion source and to increase the time between
maintenance.
An additional lens heater must be present which is independent of the
source heater. The separate lens heater must apply additional heat to
the lenses and curved ion guide to prevent contamination of optics
from complex matrices, increasing the time between maintenance.
Electron beam collimating magnets must be present for greater
ionization efficiency.
The emission current must be accurately regulated up to 350 µA
The filament must consist of an integrated, lens-protected dual
filament assembly with improved lifetime and effective regulation of
emission current across the available emission current range.
The dual filament assembly should have the same geometrical
12 | P a g e
assembly.
The electron energy must be user-definable, adjustable from 0 to 150
eV.
The calibration gas pressure must be constant for optimal system
tuning. The analyst must not have to adjust the calibration gas
pressure for tuning or troubleshooting.
GC transfer line must have a settable temperature limit of up to 400
°C, for ideal transfer of components from GC to MS.
The MS system must have an option for future upgradation of vent-
free maintenance capability.
8.Collision cell
The collision cell must use high-speed optics for maximum ion
13 | P a g e
transmission.
The collision energy must be adjustable in the range of 0 – 60 eV in
user-programmable increments of 1 eV.
The collision cell must support minimum SRM dwell time of 500 μs.
The collision cell must be compatible with the measurement of over
5000 SRMs within a single run.
The collision cell must have the capability to run with argon collision
and SRM installation specifications run using this gas
Q2 Collision Cell should have efficient ion acceleration ensuring
zero crosstalk & only argon gas is to be used for quenching/Collision
gas (He gas is not acceptable)
9.Detection system
The detection system must utilize digital electronic noise
discrimination and a new generation discrete dynode electron
multiplier integrated with linear-log electrometer with maximum
linear output of 115 µA.
The detection system must provide electronic dynamic range greater
than nine orders of magnitude (> 109 ).
10.Vacuum system
The vacuum system must use an air-cooled high vacuum pump and
include control and safety interlocks integrated into the GC-MS
system.
The vacuum system must have the ability to perform automated leak
check using a metered amount of air as reference.
The vacuum system must include 3.3 m3/hr rotary-vane oil fore-
pump.
The vacuum system must consist of a standard capacity (240 L/s)
turbomolecular pump with an option of Field upgradability to an
extended capacity (300 L/s) turbomolecular pump.
11.Instrument control
Instrument control must have an audit-ready regulatory compliant
tuning environment.
Instrument methods must allow in-sequence tuning
The instrument control must have the ability to acquire data in
centroid, profile or nominal modes.
The instrument control must support the following scan modes:
i. MS Mode: full scan (FS), SIM and FS/SIM simultaneous within a
single sample injection, timed-SIM (t-SIM), FS/t-SIM simultaneous
within a single sample injection.
ii. MS/MS Mode: full scan (FS), dMRM, SRM and FS/SRM
simultaneous within a single sample injection, timed-SRM (t-SRM),
FS/t-SRM simultaneous within a single sample injection.
iii. Product ion scan, Precursor ion scan, Constant neutral loss scan
The instrument control must have the ability to alternate between Full
Scan MS and SRM/SIM/dMRM target analysis on successive scans
to allow for confirmation and identification of unknown compounds
14 | P a g e
by Full Scan and quantitative analysis of target compounds by
SRM/SIM in a single run.
In Full Scan/SRM, dMRM or Full Scan/SIM mode, the instrument
control must acquire all data into a single file with the ability to be
parsed into separate views by the data system.
The instrument control must allow for complete control for each scan
segment of scan rate, scan range, precursor mass, product mass, ion
polarity, centroid, profile or nominal data acquisition, emission
current value, detector gain value, CI gas flow and specific tune file
used for acquisition.
The instrument control must include an automated SRM/dMRM
method development tool, which allows for automated, user-
selectable criteria-guided SRM/dMRM method development. This
feature must include the following:
Precursor ion optimization from Full Scan data of a single injection.
Product ion optimization in which the first quadrupole performs mass
filtering, and the third quadrupole operates in full scan mode, while
the collision cell is automatically stepped between 10, 20 and 30 eV.
SRM optimization in which mass filtering occurs on the first and
third quadrupoles according to the selected precursor and product
ions, while the collision energy is automatically stepped either using
standard (0 – 60 eV in 5 eV steps) or targeted settings (2 eV steps
within +/- 10 eV of the target collision energy).
The ability to also automate the development of SIM target ions
The implementation of the automated SRM/dMRM method
development tool must be in the form of a dedicated stand-alone
software tool with no requirement for working with external software
packages.
The automated SRM/ dMRM method development tool must include
a graphical interface which displays visual data including
chromatogram, precursor and product ion mass spectra as well as a
graph of collision energy vs ion intensity for each analyte. This
allows the user to immediately assess the quality of the data and
quickly select the optimal parameters for each SRM transition.
The system must have a specialized tuning wizard for maintaining
optimum and consistent instrument performance which cuts out
unnecessary tuning steps (e.g. those during full AutoTune) for daily
operation and must advice on any corrective actions that are required.
Additionally, the system must also have a full feature advanced level
AutoTune for specialized tuning procedures.
The system must have a retention time alignment tool that utilizes a
single injection and single component for retention time calibration
and functions in both constant flow and constant pressure modes.
14. Resolution
≤ 1 amu
15 | P a g e
Automatic tuning down to 0.4 u and manual tuning
Selectable SRM resolution settings in method at autotune preset
values of 0.7 u, 1.5 u and 2.5 u or custom tune from 0.7–1.5 u
18. Filament
Dual (Automatic Switching & same geometry)
16 | P a g e
25. Dual detector microfluidics
Dual-column, dual-detector Microfluidics in order to keep the
split ratio between two detectors (FID & MS) 1:1 featuring Finger
Tight metal ferrules for easy-to-install, zero-dead volume, and
leak-free connections. Compatible with capillary columns in the
range of 0.32-0.1 mm I.D.
29. Library
NIST 2020 or the latest available version at the time of delivery
with two PC installation
FFNSC Library
Other latest available libraries for pharmaceutical products and
products for other natural resources.
17 | P a g e
32. Consumables
Graphite/Vespel ferrule for 0.25ID Column Qty 10
Graphite/Vespel ferrule for 0.32ID Column Qty 10
Graphite ferrule for 0.1mm ID to 0.32mm ID column Qty 10
Injector Septa - Qty 50
Capillary Column nut for S/SL & PTV Injector – each Qty 5
Liner for S/SL & PTV Injector for Split & splitless operation
– each Qty 5
Liner Sealing Ring for S/SL & PTV Injector – each Qty 10
Screw top vial with cap & septa 2ml size – Qty 1000
Crimp top vial with cap & septa 20/22ml size – Qty 1000
Vacuum Pump Oil 1ltrs – Qty 2
Filament – Qty 2
Mass Tuning/Calibration Solution – Qty 1
Syringe 10ul capacity – Qty 2
Standard Tool kit should be provided for Instrument maintenance
Crimper of Head space glass vial
Decrimper of Head space glass vials.
18 | P a g e
samples. Complete integration with the Chromatography Data System (CDS)
software. Easy compliance and streamlined validation procedures to be
achieved through dedicated tools for automatic reporting and system
suitability testing Analytical Performance
Typical area repeatability <0.8% RSD.
Vial capacity
a) 12 Vials with future upgradable option to 120-vial capacity
with vial loader and 3 removable 40-vial racks, further
extendable to 240-vial capacity if needed.
b) 12-vial capacity configuration,
c) Racks are exchangeable during sequence for endless
operation
d) Oven capacity: Air ventilated oven with 12-seat electrically
driven carousel or more
Vial size
a) To use 10 mL, 20 mL and 22 mL headspace vials with:
b) Magnetic crimp or screw caps; flat or rounded bottom without any
need of
c) Vial adapter
d) Dimensions, including septum and cap:
10 mL size: min 46.5 mm – max 49.5 mm height
20/22 mL size: min 75.5 mm – max 79.0 mm height
for all sizes: min 22.25 mm – max 23.50 mm outer diameter
e) Sample overlapping: Up to 12 vials
f) Timing is to be automatically optimized to keep the equilibration
time constant, maximizing throughput Sample overlapping should
also work on non-consecutive vial positions of the sample tray
g) Vial pressurization modes:
Pressure: To be user selectable vial pressure, with pressure
rate automatically optimized
Time to Pressure: to be user selectable vial pressure with
customized pressurization time
Rate to Pressure: to be user selectable vial pressure with
customized pressure rate
Loop filling: User-selectable loop pressure with active
pressure control for optimal repeatability
Vial venting: Vial depressurization with exhaust gas venting
-user selectable
Sample path
a) Material: Stainless steel coated with highly chemically inert material
and SulfiNert
b) Loop: 1 mL standard; optional loops to be available: 25μL, 50μL,
100μL, 500μL and 3mL
c) GC interface: to be compatible with fused capillary column from
50μm up to 530μm internal diameter.
d) Connectivity
19 | P a g e
e) Communication and handshaking: remote contact closure (start-
out/ready-in)
f) Control
g) Control software: Seamless integration into GC CDS software:
h) GC user interface: Fully controlled from the Gas Chromatograph;
Intuitive icons for graphical user interface.
i) The Head Space sampler needs to be directly connected to the
capillary column through a short interface & Effective purging over
various levels of flow rates (minimum five ) . Short sample path is to
be offered with the system to take away the pain of eliminating the
residual signal of heavier and polar compounds and assure minimal
to no carryover.
34. Sniffing port for olfactometry : attached directly with injection port
and mass analyser for analysis of high volatile fragrant molecules
simultaneously by mass analyser and human-subject.
35. Prerequisites
Branded Computer (to come along with GC-MS/MS from factory
with inbuilt software & tested for fool proof operation)
HP Mono LaserJet Printer Model 1020 Plus or Equivalent
Vertiv /Power-one brand 10KVA true online UPS with IGBT based,
DSP control system having 3phase input & 1phase with inbuilt
isolation transformer with 12V, SMF battery with Battery rack &
Intercell connector to provide atleast 180 mints backup
Helium Filled Gas Cylinder, 47 Lit. W/C (99.999% Purity) with
necessary Tubing & Connectors & Certificates. -2Nos
Argon Filled Gas Cylinder, 47 Lit. W/C (99.999% Purity) with
necessary Tubing & Connectors & Certificates. -1No
Nitrogen Filled Gas Cylinder, 47 Lit. W/C (99.999% Purity) with
necessary Tubing & Connectors & Certificates. -1No
Hydrogen Filled Gas Cylinder, 47 Lit. W/C (99.999% Purity) with
necessary Tubing & Connectors & Certificates. -1No
Zero Air Filled Gas Cylinder, 47 Lit. W/C (99.999% Purity) with
necessary Tubing & Connectors & Certificates. -1No
High Quality Double Stage SS Diaphragm Regulators for Helium,
Argon, Nitrogen, Hydrogen & Zero Air
Suitable SPE Cartridge for required application – 500 (Total) with
vacuum Manifold -24 port & vacuum pump.
20 | P a g e
37.Warranty
3 years’ comprehensive warranty on instrument must be quoted
including pumps for vacum chamber.
The chromatographic peak area with 99% confidence and Mass analysis as
per as according to fragmentation capacity. Capacity for Data download by
internet and by external harddisk. A high speed printer should be provided.
21 | P a g e
ANNEXURE – IV
TECHNICAL COMPLIANCE
1. Instruments to be used for routine laboratory experiment related to Life Science, Bio
technology, Biochemistry, Environmental Chemistry, Analytical Chemistry research.
These instruments should be of requisite quality and of international standard.
4. The party may be asked to demonstrate the instruments before a final decision will be
made.
22 | P a g e
Annexure – V
APPLICATION FORMAT
23 | P a g e
Annexure – VI
DECLARATION
2. I have carefully read and understood all the terms and conditions of the tender and hereby
convey my acceptance of the same.
3. The information/ documents furnished along with the above application are true and
authentic to the best of my knowledge and belief.
4. I/ we am / are well aware of the fact that furnishing of any false information/
fabricated document would lead to rejection of my tender at any stage besides
liabilities towards prosecution under appropriate law.
---------------------------------------------
Signature of the Authorized Person
24 | P a g e
Annexure - VII
(These are the mandatory documents which needs to be uploaded with Technical Bid)
5. Income Tax Returns for the Assessment Years 2019-20, 2020-21 and 2021-22 ITR for
Assessment Year 2022-23 is to be provided, if already field, in place of ITR for Assessment
Years 2019-20
6. Attested copies of Purchase order as mentioned in Annexure II.
7. A scanned copy of a statement in the letter head of the bidder showing the rates of taxes
considered for arriving at the composite prices contained in the Price Bid.
8. Copy of product literature, for which the prices have been quoted.
10. Technical Setup details in Kolkata & India and their plan to address issues about
services, maintaining minimum service inventory etc.
11. Digitally Signed copy of the tender document, with company seal, agreeing to the terms
& conditions and declaration.
12. Un priced BOQ (Annexure III) with Product Part Code, Description & quantity.
All Bidders’ are requested follow the above Check List while quoting.
25 | P a g e