INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian agents for the supply of the following equipment. Next Generation Sequencing Machine System Please send offers, ALONG WITH DESCRIPTIVE CATALOGUE/ BROCHURE. The validity of the bid should be at least four months (120 days) or more from the date of the opening of this tender. Please ensure that your quotation reaches not later than 24.02.2016 (Extended) at 15:00 hrs at the following address: Dr.Pinaki Sar Associate Professor, Department of Biotechnology Indian Institute of Technology Kharagpur 721 302, West Bengal, India Earnest money of Rs 30,000/-is to be deposited in the form of Account payee Demand Draft in favour of IIT Kharagpur, payable at Kharagpur, India. Any bid which is not accompanied with an EMD shall be summarily rejected. Earnest money deposited will be forfeited if the tenderer withdraws or amends its tender or impairs or derogates from the tender in any respect within the period of validity of its tender. No interest will be paid on the earnest money of the unsuccessful bidders. Tender Reference IIT/SRIC/BT/NEW/PS/2015-16/EQ-1, Dated: 12.01.2016 Price of Tender Document NIL Last Date and Time for submitting the tender document 24.02.2016 (Extended), 15:00 Hrs (Indian time) Time and Date of Opening of Bids Place of Opening tender offers 24.02.2016 (Extended), 16:00 Hrs (Indian time) Department of Biotechnology, Indian Institute of Technology Kharagpur 721 302, West Bengal, India Address of Communication As stated above Contact Telephone Numbers +91-3222 - 283754 E-mail: psar@hijli.iitkgp.ernet.in 1/14
DETAILED TECHNICAL SPECIFICATIONS FOR Next Generation Sequencing Machine System Section I Equipment List Item Equipment Quantity Specification No. 1 Next Generation Sequencing Machine 1 Annexure I 2 Covaris M220 NGS bundle 1 Annexure II 3 Hybex Micro sample incubator with heat block insert 1 Annexure III 4 High speed microplate shaker 1 Annexure IV 5 Refrigerated centrifuge with plate rotor 1 Annexure V 6 Magnetic stand-96 well 1 Annexure VI 7 Qubitfluorometer 1 Annexure VII 8 8 channel pipette 2 Annexure VIII 9 8 channel pipette 2 Annexure IX 10 8 channel pipette 2 Annexure X 11 Single channel pipette 2 Annexure XI 12 Single channel pipette 2 Annexure XII 13 Single channel pipette 2 Annexure XIII N.B.: a)item 2, Item 3 and Item 4 should be offered along with Item 1. Bidder should quote for Item 2, Item 3 and Item 4 together with Item 1 b) THE TENDERERS MUST QUOTE THEIR MODEL STRICTLY AS PER TENDER SPECIFICATIONS. c) Annexures are present in Section II. d) Bidders interested for quoting Item 1 should make a presentation on the equipment details in front of the purchase committee. Date and time of the presentation may be fixed in consultation with the purchaser. 2/14
Section II Technical Specification Annexure I Next Generation Sequencing Machine System should occupy minimal lab footprint and should be offered as a single integrated instrument capable of performing template DNA amplification and sequencing. The sequencing chemistry should mimic natural biological chemistry with simultaneous addition of all four bases in the sequencing reaction for competitive addition to the DNA template. The chemistry should thus allow for highly accurate sequencing through homopolymeric regions. The sequencing workflow should allow fully automated, walk-away operation, without user intervention and support unattended operation for at least 600 base pair. Instrument should give a data output of 15 Gb per run. Sequence output should generate accurate base calls and high error free raw data with greater than 80% data over Q30. Clonal amplification of DNA template should be fully automated, without the involvement of emulsion PCR. The system should be offered with integrated paired-end fluidics on the instrument, supported with fully automated paired-end chemistry, without user intervention. The system should have an option of integrating with a cloud based computing environment, for data storage, sharing and analysis. In addition, there should also be an option of a deployment of an onsite server, for the same functions. The sequencing chemistry should be robust and globally proven, demonstrated with peer reviewed publications. System should offer the user-friendly sequencing experience, such as, intuitive touchscreen user interface, RFID tracking and pre-mixed/pre-filled integrated reagent cartridge for minimal user intervention. The instrument should be able to address multiple applications like metagenomics, bacterial and viral genome sequencing, amplicon sequencing, clone checking, gene expression. Covaris M220 NGS bundle Annexure II The NGS bundle or focused sonicator should generate tight, highly reproducible fragment It should perform optimized shearing programs to generate fragment sizes between 150 and 5,000 bp It should also effective for low-mass, high epitope recovery chromatin shearing with features of low cost, compact and easy to use. It should have integrated temperature controller to eliminate the need for external chilling, space and cost. The system should deliver ultrasonic frequencies ( >400 KHz) and very short wavelengths (~3mm), efficiently focused into the sample for optimum shearing. The system should be 33 cm in width, 38.7 cm in depth and 27.3 cm in height, weighing around 12-15 kg. It should operate at a ambient temperature of 15 C -25 C in laboratory conditions It should consume power of 75W and with a protocol temperature range from 7 ºC to 20 ºC 3/14
It should have a computer output USB for data processing, for Microsoft windows XP, SP3 or 7 professional with compatible software installed within it. The system should deliver radio frequency emissions and immunity requirements for Class A Industrial/Scientific/Medical (ISM) equipment under EN 61326-1:2005, as well as EN 61000-3-2:2004 and EN61000-3-3:1995 and should meet the standard requirement under EU EMC Directive 2004/108/EC. Micro sample Incubator Annexure III The micro sample incubator should have a compact, flexible high precision tube and plate heating system with heating lid. The system should consist of a heating base with a variety of interchangeable, removable blocks for widely used tubes and plates. A water bath insert (625 ml) should also be available with the system for heating buffers and for washing microarrays or other applications. The system should regulates sample temperatures ± 0.1 C from set point, where the heated lid should minimize the cap condensation. Blocks for 0.2 PCR, 0.6 and 1.5 ml tubes should be provided with the heating system with simple temperature calibration for CLIA The system should have dimension of 10 x 6 x 12 inches (21 x 15 x 30 cm) weighing around 6 lbs or 3 kg net. The heating system should work at ambient temperature range of +5.0 C to 99.0 C. The electrical consumption should be 115V AC, 50/60Hz, 3A or 230V AC, 50/60Hz, 1.6A Hi speed microplate shaker Annexure IV Hi-speed microplate shaker should holds up to six microplates without double-stacking or up to 48 unstacked at one time. It should shake microplates up to 12.7 cm (5") high and weight of 3.2kg (7lbs.) with programmable digital speed control from 600 to 2500 rpm (±25rpm) and should accommodate most microplates, especially deep-well microplates. It should have programmable digital timer from 1 to 9999 Seconds (166 Minutes) with programmable Pulsing feature to enhance mixing action. The system should be ideal for multipurpose work dimensions like molecular biology applications, mechanical and chemical cell lysis, mixing tissue samples, mixing cytogenetic suspensions, and vortexing cell suspensions etc The system should have an exclusive warranty of 5-Year 4/14
Annexure V Refrigerated centrifuge with plate rotor Table top refrigerated centrifuge for deep well plate rotor which includes 2 bucket, height 89 mm, Max. Speed 2,250 x g (3,700 rpm); Rotor can handle up to 2 x 5 MTP, 2 x 4 Cell Culture Plates, 2 x 2 DWP and 2 x 1 Filtration plate kits ; should have an optional possibility of using 5ml conical bottom tubes and round bottom with dedicated rotor. Rotors and lid should be made of aluminum only and should be autoclavable at 121 C for 20 mins, Automatic rotor recognition should be available Instrument should have a maximum speed of 20,800 x g (14000rpm), Temperature range from -9 C to 40 C with FastTemp function for pre-cooling, possible to adjust the acceleration and deceleration ramps from 0-9. Should have an at set rpm function which enables timer countdown to be started only after the set speed is reached, have a separate short spin key for brief spin. Have a built in condensation drain to eliminate water accumulation and prevent corrosion Brushless maintenance free drive with possibility to switch off the compressor after 8 hours of nonusage. Should be possible to set the speeds in rpm/rcf, radius correction values must be user changeable Instrument should It should be also possible to use the centrifuge for various tubes formats by buying additional rotors/adapters when required It should also be possible to use micro titre plates with dedicated rotors Instrument should possess an automatic imbalance detection for safety Instrument should be CE certified and should possess an IVD conformity It should cover 5 years warranty Magnetic stand 96 well Annexure VI It should be designed for paramagnetic bead precipitation from standard 96-well, U-bottom microplates and 0.2 ml PCR plates. No additional accessories should be required. The stand should be made of clear polyacryl base in standard SBS 96-well microplate footprint. Instrument should use extremely strong permanent magnets for easy and fast magnetic separation. It should sit flat on a lab bench as well as in a microplate adapter on robotic workstations It should cover 5 years warranty. Qubit fluorometer AnnexureVII Equipment should be powerful, dual-core processor quickly and accurately quantifies DNA, RNA, and protein, in <5 seconds per sample. It should use as little as 1 μl of sample. It can store upto 1,000 sample results. It should have large 5.7-inch state-of-the-art color touch screen for easy workflow navigation. 5/14
Instrument should have an ability to personalize with the assay which run most and create or add more assay of our own. It should have feature to set a language of our choice. It should cover 5 years warranty. 8-channel pipette (0.5-10μl) Annexure VIII Eight channel pipette with a capacity of 0.5-10μl should be fully autoclavable and adjustable. The tip should be cone shaped and spring loaded with improved ergonomics and tight fit to the tip, but not in 5ml and 10ml. The pipette should be adjustable to specific volume and liquid with adjustable opening. The control of the pipette should be through button with very low operating force, where color should indicate the pipette volume. The ejector of the pipette should work with very low operating force, positioned for perfect ergonomics. The display of the liquid volume should be of 4 Digits with magnifying shape The piston System should be perfect to deliver the appropriate amount of liquid volume and should be ultralight, which should be made up of Forton PPS The lower part of the pipette should be quick connective through clip system that can be easily removed. There should be minimum of three years of warranty of the pipette. It should be provided with secondary adjustment for ease of handling as per the user s convenience. The pipette should have minimum accuracy of ±1% and the calibration should be done by the user. It should have increment of 0.01ul and should be fitted to 20 ul of tip size It should have inaccuracy At 0.5µL: +/-12.0%; at 1µL: +/-8.0%; at 5µL: +/-4.0%; at 10µL: +/-2.0% with imprecision at 0.5µL: less than or equal To 8.0%; at 1µL: less than or equal to 5.0%; at 5µL: less than or equal to 2.0%; at 10µL: less than or equal to 1.0% The pipette should be resistant to acid, alkali, mildew agents, bleaches, sunlight, heat, abrasives for its high durability. 8-channel pipette (10-100μl) Annexure IX Eight channel pipette with a capacity of 10-100μlshould be fully autoclavable and adjustable. The tip should be cone shaped and spring loaded with improved ergonomics and tight fit to the tip, but not in 5ml and 10ml. The pipette should be adjustable to specific volume and liquid with adjustable opening. The control of the pipette should be through button with very low operating force, where color should indicate the pipette volume. The ejector of the pipette should work with very low operating force, positioned for perfect ergonomics. The display of the liquid volume should be of 4 Digits with magnifying shape The piston System should be perfect to deliver the appropriate amount of liquid volume and should be ultralight, which should be made up of Forton PPS The lower part of the pipette should be quick connective through clip system that can be easily removed. There should be minimum of three years of warranty of the pipette. 6/14
It should be provided with secondary adjustment for ease of handling as per the user s convenience. The pipette should have minimum accuracy of ±1% and the calibration should be done by the user. It should have increment of 0.01ul and should be fitted to 200 ul of tip size It should have inaccuracy at 10µL: +/-3.0%; at 50µL: +/-1.0%; at 100µL: +/-0.8%, imprecision at 10µL: less than or equal to 2.0%; at 50µL: less than or equal to 0.8%; at 100µL: less than or equal to 0.3% The pipette should be resistant to acid, alkali, mildew agents, bleaches, sunlight, heat, abrasives for its high durability. 8-channel pipette (30-300μl) Annexure X Eight channel pipette with a capacity of 30-300μl should be fully autoclavable and adjustable. The tip should be cone shaped and spring loaded with improved ergonomics and tight fit to the tip, but not in 5ml and 10ml. The pipette should be adjustable to specific volume and liquid with adjustable opening. The control of the pipette should be through button with very low operating force, where color should indicate the pipette volume. The ejector of the pipette should work with very low operating force, positioned for perfect ergonomics. The display of the liquid volume should be of 4 Digits with magnifying shape The piston System should be perfect to deliver the appropriate amount of liquid volume and should be ultralight, which should be made up of Forton PPS The lower part of the pipette should be quick connective through clip system that can be easily removed. There should be minimum of three years of warranty of the pipette. It should be provided with secondary adjustment for ease of handling as per the user s convenience. The pipette should have minimum accuracy of ±1% and the calibration should be done by the user. It should have increment of 0.02ul and should be fitted to 300 ul of tip size It should have inaccuracy at 30µL: +/-3.0%; at 150µL: +/-1.0%; at 300µL: +/-0.6%, with imprecision at 30µL: less than or equal to 1.0%; at 150µL: less than or equal to 0.5%; at 300µL: less than or equal to 0.3%. The pipette should be resistant to acid, alkali, mildew agents, bleaches, sunlight, heat, abrasives for its high durability. Single channel pipette (0.5-10μl) Annexure XI Single channel pipette with a capacity of 0.5-10μl should be fully autoclavable and adjustable. The tip should be cone shaped and spring loaded with improved ergonomics and tight fit to the tip, but not in 5ml and 10ml. The pipette should be adjustable to specific volume and liquid with adjustable opening. The control of the pipette should be through button with very low operating force, where color should indicate the pipette volume. The ejector of the pipette should work with very low operating force, positioned for perfect ergonomics. The display of the liquid volume should be of 4 Digits with magnifying shape The piston System should be perfect to deliver the appropriate amount of liquid volume and should be ultralight, which should be made up of Forton PPS 7/14
The lower part of the pipette should be quick connective through clip system that can be easily removed. There should be minimum of three years of warranty of the pipette. It should be provided with secondary adjustment for ease of handling as per the user s convenience. The pipette should have minimum accuracy of ±1% and the calibration should be done by the user. It should have increment of 0.01ul and precision of ±0.4% The pipette should be resistant to acid, alkali, mildew agents, bleaches, sunlight, heat, abrasives for its high durability. Single channel pipette (100-1000μl) Annexure XII Single channel pipette with a capacity of 100-1000μl should be fully autoclavable and adjustable. The tip should be cone shaped and spring loaded with improved ergonomics and tight fit to the tip, but not in 5ml and 10ml. The pipette should be adjustable to specific volume and liquid with adjustable opening. The control of the pipette should be through button with very low operating force, where color should indicate the pipette volume. The ejector of the pipette should work with very low operating force, positioned for perfect ergonomics. The display of the liquid volume should be of 4 Digits with magnifying shape The piston System should be perfect to deliver the appropriate amount of liquid volume and should be ultralight, which should be made up of Forton PPS The lower part of the pipette should be quick connective through clip system that can be easily removed. There should be minimum of three years of warranty of the pipette. It should be provided with secondary adjustment for ease of handling as per the user s convenience. The pipette should have minimum accuracy of ±0.6% and the calibration should be done by the user. It should have increment of 1µl and precision of ±0.2% The pipette should be resistant to acid, alkali, mildew agents, bleaches, sunlight, heat. Single channel pipette (20-200μl) Annexure XIII Single channel pipette with a capacity of 20-200μl should be fully autoclavable and adjustable. The tip should be cone shaped and spring loaded with improved ergonomics and tight fit to the tip, but not in 5ml and 10ml. The pipette should be adjustable to specific volume and liquid with adjustable opening. The control of the pipette should be through button with very low operating force, where color should indicate the pipette volume. The ejector of the pipette should work with very low operating force, positioned for perfect ergonomics. The display of the liquid volume should be of 4 Digits with magnifying shape The piston System should be perfect to deliver the appropriate amount of liquid volume and should be ultralight, which should be made up of Forton PPS The lower part of the pipette should be quick connective through clip system that can be easily removed. There should be minimum of three years of warranty of the pipette. 8/14
It should be provided with secondary adjustment for ease of handling as per the user s convenience. The pipette should have minimum accuracy of ±0.6% and the calibration should be done by the user. It should have increment of 0.2 l and precision of ±0.2%. The pipette should be resistant to acid, alkali, mildew agents, bleaches, sunlight, heat, abrasives for its high durability. Section III GENERAL TERMS & CONDITIONS PLEASE SPECIFICALLY INDICATE THE FOLLOWING POINTS IN YOUR QUOTATIONS AND COMPLY THE TERMS AS MENTIONED HEREUNDER:- 1. TENDER ARE INVITED COMPLYING THE REQUIREMENT FOR TENDER AS DETAILED IN THE TENDER SPECIFICATION TO BE SUBMITTED IN THE COMPANY S / FIRM S LETTERHEAD NEATLY PRINTED / TYPED DULY SIGNED BY AUTHORIZED PERSON WITH THE SEAL OF THE BIDDERS. ALL ENVELOPS CONTAINING THE TENDER SHOULD BE PROPERLY SEALED. SEPARATE ENVELOPS SHOULD BE USED FOR TECHNICAL AND PRICE BID AND INDICATION TO THEIR EFFECT MAY PLEASE BE SUPERSCRIBED ON THE ENVELOP. THE FOLLOWING DOCUMENTS ARE REQUIRED FROM THE INDIAN AGENTS OF FOREIGN FIRMS: 1.1 FOREIGN PRINCIPAL'S PROFORMA INVOICE INDICATING THE COMMISSION PAYABLE TO THE INDIAN AGENT AND NATURE OF AFTER SALES SERVICE TO BE RENDERED BY THE INDIAN AGENT. 1.2 COPY OF THE AGENCY AGREEMENT WITH THE FOREIGN PRINCIPAL INDICATING THE NATURE OF AFTER SALES SERVICES, PRECISE RELATIONSHIP BETWEEN THEM AND THEIR MUTUAL INTEREST IN THE BUSINESS. 1.3 PLEASE ENCLOSE THE DOCUMENT(S) RELATED TO THE ENLISTMENT OF THE INDIAN AGENT WITH DIRECTOR GENERAL OF SUPPLIES & DISPOSALS (DGS & R) UNDER THE COMPULSORY REGISTRATION SCHEME OF MINISTRY OF FINANCE. 2. TECHNICAL CATALOGUE/LEAFLET SHOULD BE ENCLOSED WITHOUT FAIL. PROVIDE COMPLIANCE STATEMENT WITH RESPECT TO THE TECHNICAL SPECIFICATIONS MENTIONED ABOVE. 3. PLEASE CONFIRM WHETHER YOU ARE AUTHORISED TO QUOTE ON BEHALF OF YOUR PRINCIPALS AND IF SO, PLEASE ENCLOSE A COPY OF SUCH AUTHORISATION WITH YOUR QUOTATION. 4. PRICE BIDS FOR FOREIGN FIRMS: PRICES ARE TO BE QUOTED ON EX-WORKS DULY PACKED OR ON FCA/FOB INTERNATIONAL PORT BASIS AND ALSO INCLUDING AGENCY COMMISSION PAYABLE TO YOUR INDIAN AGENTS, IF ANY SHOWING CLEARLY THE FOLLOWING BREAK UP:- I) EX-WORKS PRICE II) PACKING & FORWARDING III) FREIGHT IV) ANY OTHER RELEVANT EXPENSES. V) TAXES PAYABLE BY THE INSTITUTE INSURANCE WILL BE PAID BY OUR INSTITUTE SEPARATELY AND SHOULD NOT FORM PART OF THE QUOTED PRICE. 9/14
PRICE BIDSFOR INDIAN FIRMS: PRICES ARE TO BE QUOTED ON F.O.R., IIT KHARAGPUR, ON DOOR DELIVERY BASISCLEARLY SHOWING THE BREAK UP. 5. PERIOD OF VALIDITY: BIDS SHALL REMAIN VALID FOR ACCEPTANCE FOR A PERIOD OF 120 DAYS FROM THE DATE OF OPENING. 6. INDIAN AGENTS ADDRESS AND PERCENTAGE OF AGENCY COMMISSION INCLUDED IN ABOVE F.O.B./EX-WORKS PRICE. (THIS WILL BE PAID TO THE INDIAN AGENTS IN INDIAN RUPEES ONLY AND NOT IN FE). PLEASE ENCLOSE COPY OF AGENCY AGREEMENT ENTERED INTO WITH YOUR PRINCIPALS INDICATING THE NATURE OF AFTER SALES SERVICES OF INDIAN AGENTS, PRECISE RELATIONSHIP & MUTUAL INTEREST IN THE BUSINESS. 7. MEASUREMENTS/WEIGHT: NETT/GROSS OF THE CONSIGNMENT. IN CASE OF AN ORDER, YOU SHALL USE AIR WORTHY PACKAGE (AS APPLICABLE) DULY CERTIFIED WITH DOCUMENTS PLYTO SANITARY CERTIFICATE (AS PER QUARANTINE ORDER 2003). 8. SCOPE OF SUPPLY: SHOULD INCLUDE FREE INSTALLATION AND COMMISSIONING 9. PAYMENT TERMS FOR FOREIGN FIRMS A) 100% PAYMENT THROUGH SIGHTDRAFT/FORIGN DEMAND DRAFT/LC (EXCEPTIONAL CASES)/SWIFT TELE TRANSFER AFTER RECEIPT OF STORE IN GOOD ORDER AND CONDITION. B) BANK CHARGES ON LC/SD (WITHIN INDIA APPLICANT ACCOUNT AND OUTSIDE INDIA TO BENEFICIARY ACCOUNT). PAYMENT TERMS FOR INDIAN FIRMS A) 100% PAYMENT THROUGH CROSSED ACCOUNT PAYEE CHEQUE / ELECTRONIC TRANSFER AFTER RECEIPT OF STORE IN GOOD ORDER AND CONDITION. B) ENSURE MENTIONING i) BANK DETAILS OF THE BENEFICIARY AND PAN NUMBER ii) FULL NAME AND ADDRESS OF THE BENEFICIARY ON WHOM ORDER HAS TO BE PLACED 10. WHETHER ANY EXPORT LICENCE IS REQUIRED FROM YOUR GOVERNMENT, IF SO, PLEASE CONFIRM WITH DETAILS. 11. COUNTRY OF ORIGIN OF THE GOODS IS TO BE MENTIONED. 12. THE INSTITUTE SHALL PROVIDE THE CONCESSIONAL CUSTOMS DUTY AND EXCISE DUTY EXEMPTION CERTIFICATE AS PER GOVT. NOTIFICATION NO. 51/96 CUSTOMS DATED: 23.07.1996 AND CENTRAL EXCISE DUTY EXCEMPTION IN TERMS OF GOVT. NOTOFICATION NO. 10/97 CENTRAL EXCISE DATED: 01.03.1997 AS AMENDED FROM TIME TO TIME. 13. LIQUIDATED DAMAGES: THE STORES SHOULD BE DELIVERED / DISPATCHED TO DESTINATION AND READY FOR OPERATION NOT LATER THAN THE DELIVERY DATE SPECIFIED. IT THE SUPPLIER FAILS TO DELIVER ANY OR ALL THE STORES OR PERFORM THE SERVICE BY THE SPECIFIED DATE, LIQUIDATED DAMAGES AT 1% PER MONTH OR PART THEREOF IN RESPECT OF THE VALUE OF STORES WILL BE DEDUCTED FROM THE CONTRACT PRICE SUBJECT TO A MAXIMUM OF 5%. ALTERNATIVELY, THE ORDER WILL BE CANCELLED AND THE UNDELIVERED STORES PURCHASED FROM ELSEWHERE AT THE RISK AND EXPENSE OF SUPPLIER. 10/14
14. PATENT RIGHTS: THE SUPPLIER SHALL INDEMNIFY THE PURCHASE AGAINST ALL THIRD PARTY CLAIMS OF INFRINGEMENT OF PATENT, TRADEMARK OR INDUSTRIAL DESIGN RIGHTS ARISING FROM USE OF THE GOODS OR ANY PART THEREOF IN INDIA. 15. ONLY THOSE BIDDERS WHO S BIDS HAVE BEEN TECHNICALLY FOUND ACCEPTABLE WILL ONLY BE INVITED FOR PARTICIPATION IN THE PRICE BID. 16. THOSE BIDDERS WHO DO NOT RECEIVE ANY COMMUNICATION FOR PARTICIPATION IN PRICE BID OPENING MEETING MAY PRESUME THAT THEIR BID HAS NOT BEEN ACCEPTED BY THE INSTITUTE. 17. CONDITIONAL OFFER WILL NOT BE ACCEPTED. 18. LATE TENDERS I.E. TENDER RECEIVED AFTER THE DUE DATE AND TIME OF SUBMISSION AS MENTIONED ABOVE SHALL NOT BE ACCEPTED. 19. BIDDERS TO ENCLOSE THE FOLLOWING DOCUMENTS:- A) CURRENT INCOME TAX AND SALES TAX CLEARANCE CERTIFICATES AND PAN NO. C) BANKER S SOLVENCY CERTIFICATE C) SUMMARY OF AUDITED STATEMENT OF ACCOUNTS FOR THE LAST THREE YEARS TO BE ENCLOSED AND FINANCIAL HIGHLIGHTS AND THE KEY PERFORMANCE DURING THE LAST THREE QUARTERS TO BE ENCLOSED AS PER FORMAT:- COMPANY S KEY PERFORMANCE DESCRIPTION GROSS REVENUE PROFIT BEFORE TAX PROFIT AFTER TAX RETURN ON INVESTED CAPITAL (ROIC) JAN. TO MARCH APRIL TO JUNE JULY TO SEPT. D) CUSTOMER SATISFACTION CERTIFICATE FROM ONE SUCH ORGANIZATION IS TO BE ATTACHED WITH THE TECHNICAL BID AND PRICE BID. E) NAME AND ADDRESS OF MINIMUM THREE CLIENTS TO WHOM SUCH EQUIPMENT HAVE BEEN SUPPLIED SHOULD BE MENTIONED. 20. WARRANTY / GUARANTEE: THIS COMPREHENSIVE WARRANTY / GUARANTEE SHALL REMAIN VALID FOR 60 MONTHS AFTER THE GOODS (OR ANY PORTION THEREOF AS THE CASE MAY BE) HAVE BEEN DELIVERED AND COMMISSIONED TO THE FINAL DESTINATION. 21. THE INSTITUTE DOES NOT BIND ITSELF TO OFFER ANY EXPLANATION TO THOSE BIDDERS WHO S TECHNICAL BID HAS NOT BEEN FOUND ACCEPTABLE BY THE EVALUATION COMMITTEE OF THE INSTITUTE. 11/14
22. TEST CERTIFICATES: TEST SHALL BE CARRIED OUT AS PER RELEVANT STANDARDS BEFORE DISPATCH BY THE SUPPLIER AT HIS EXPENSES AND TEST CERTIFICATES SHALL BE SUBMITTED FOR APPROVAL OF THE IIT KHARAGPUR, KHARAGPUR. 23. AMENDMENTS TO (TENDER ENQUIRY) TE DOCUMENTS : AT ANY TIME PRIOR TO THE DEADLINE FOR SUBMISSION OF TENDERS, THE PURCHASER MAY, FOR ANY REASON DEEMED FIT BY HIM, MODIFY THE TE DOCUMENTS BY ISSUING SUITABLE AMENDMENT(S) TO TE DOCUMENTS. THE AMENDMENTS WILL BE PUBLISHED ON INSTITUTE WEBSITE. ANY SUCH AMENDMENT WILL BE NOTIFIED IN WRITING BY REGISTERED/SPEED POST OR BY FAX/TELEX/E-MAIL, FOLLOWED BY COPY OF THE SAME BY REGISTERED POST TO ALL PROSPECTIVE BIDDERS, WHICH HAVE RECEIVED/PURCHASED THE TENDER DOCUMENTS. IN ORDER TO PROVIDE REASONABLE TIME TO THE PROSPECTIVE BIDDERS TO TAKE NECESSARY ACTION IN PREPARING THEIR TENDERS AS PER THE AMENDMENT, THE PURCHASER MAY, AT ITS DISCRETION EXTEND THE DEADLINE FOR THE SUBMISSION OF TENDERS AND OTHER ALLIED TIME FRAMES, WHICH ARE LINKED WITH THAT DEADLINE. 24. DELAY IN THE SUPPLIER S PERFORMANCE: A) THE SUPPLIER SHALL DELIVER THE GOODS AND PERFORM THE SERVICES UNDER THE CONTRACT WITHIN THE TIME SCHEDULE SPECIFIED BY THE PURCHASER/CONSIGNEE IN THE SCHEDULE OF REQUIREMENTS AND AS INCORPORATED IN THE CONTRACT. B) DELAY IN SUPPLYING THE INSTRUMENT AS PER THE REQUIRED TIME SCHEDULE MAY RESULT IN FORFEITING OF THE EARNEST MONEY. 25. REQUIRED DELIVERY SCHEDULE: A) FOR INDIGENOUS GOODS OR FOR IMPORTED GOODS IF SUPPLIED FROM INDIA OR GOOD TO BE IMPORTED AND SUPPLIED AGAINST PAYMENT IN INDIAN RUPEES: 4-6 WEEKS FROM THE DATE OF PLACE OF ORDER TO DELIVER AT CONSIGNEE SITE. THE DATE OF DELIVERY MEANS DELIVERY AT CONSIGNEE SITE (BIDDERS MAY QUOTE EARLIER DELIVERY PERIOD). B) FOR IMPORTED GOODS DIRECTLY FROM ABROAD: SIX (6) MONTHS FROM THE DATE OF OPENING OF IRREVOCABLE LETTER OF CREDIT FOR SHIPMENT. THE INSTALLATION/COMMISSIONING (AS PER THE REQUIREMENT GIVEN IN TECHNICAL SPECIFICATIONS) OF ORDERED GOOD(S) SHALL BE CARRIED OUT BY THE SUCCESSFUL BIDDER WITHIN TWO MONTHS TIME FROM THE DATE OF DELIVERY OF EQUIPMENT/RECEIPT OF THE EQUIPMENT AND THE DATE OF MAKING AVAILABLE THE SITE (BY THE CONSIGNEE), WHICHEVER IS LATER 26. REQUIRED TERMS OF DELIVERY AND DESTINATION : A) FOR DOMESTIC GOODS OR OF FOREIGN ORIGIN LOCATED WITHIN INDIA/GOODS TO BE IMPORTED AND OFFERED AGAINST PAYMENT IN INDIAN RUPEES: THE BIDDERS ARE REQUIRED TO QUOTE THEIR RATES FOR THE INDIGENOUS GOODS OR FOR THE IMPORTED TO BE SUPPLIED FROM INDIA ON DELIVERY AT CONSIGNEE SITE SPECIFIED IN THE LIST OF REQUIREMENTS. INSURANCE (LOCAL TRANSPORTATION AND STORAGE) WOULD BE BORNE BY THE SUPPLIER FROM WARE HOUSE TO THE CONSIGNEE WAREHOUSE. B) FOR IMPORTED GOODS DIRECTLY FROM ABROAD: THE BIDDERS ARE REQUIRED TO QUOTE THEIR RATES FOR THE GOODS TO BE IMPORTED FROM OUTSIDE INDIA GIVING BREAKUP OF THE PRICE. INSURANCE (LOCAL TRANSPORTATION AND STORAGE) WOULD BE EXTENDED AND BORNE BY THE SUPPLIER FROM WARE HOUSE TO THE CONSIGNEE WAREHOUSE. 12/14
ALL TENDERS (UNLESS OTHERWISE SPECIFIED) ARE TO BE SUBMITTED / HANDED OVER TO DR. PINAKI SAR, DEPARTMENT OF BIOTECHNOLOGY, INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR - 721 302AND ACKNOWLEDGEMENT TO BE OBTAINED. IMPORTANT 1. IIT Kharagpur authority may accept or reject any or all the bids in part or in full without assigning any reason and does not bind itself to accept the lowest bid. The Institute at its discretion may change the quantity / upgrade the criteria / drop any item or part thereof at any time before placing the Purchase Order. 2. Promptly make arrangements for repair and / or replacement of any damaged item (s) irrespective of settlement of claim. 3. In case of any dispute, the decision of the Institute authority shall be final and binding on the bidders. 4. Warranty: a) 95% up time Warranty of complete equipment with extension of Warranty period by double the downtime period on 24 (hrs) X 7 (days) X 365 (days) basis. b) All software updates should be provided free of cost during Comprehensive Warranty period. 5. After-Sales Service: Complaints should be attended properly, maximum within 12 hrs. The service should be provided directly by Bidder/Indian Agent. Undertaking by the Principals that the spares for the equipment shall be available for at least 10 years from the date of supply of equipment. 6. Training: On Site training Technicians/Staff/Research Scholars is to be provided by Principal/Indian Agents for operation and maintenance of the equipment to the satisfaction of the user department. 7. Annual Comprehensive Maintenance Contract (CMC) of subject equipment : a) The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per technical/ service /operational manual of the manufacturer, labour and spares, after satisfactory completion of Warranty period may be quoted separately for next 5 years on yearly basis for complete equipment (including all spares and labour). b) The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later. c) Cost of CMC will also be added for Ranking/Evaluation purpose. d) Before commencement of CMC period, the suppliers shall furnish a Performance Bank Guarantee for 2.5 % of the cost of the equipment valid till 2 months extra after expiry of entire CMC period. The payment of CMC will be made on yearly basis after satisfactory completion of said period duly certified by end user. The Performance Bank Guarantee for CMC will be applicable in case of equipment cost is more than Rs.10 lakhs. e) There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend CMC period by double the downtime period. f) All software updates should be provided free of cost during CMC. g) Failure of the above (4.f) by the supplier, may lead to the forfeiture of the Bank Guarantee for Annual CMC. h) The payment of CMC will be made on annual basis after satisfactorily completion of said period. 8. For any query pertaining to this bid document correspondence may be addressed to Dr.Pinaki Sar, at the address mentioned above. 13/14
LAST DATE FOR SUBMISSION OF SEALED BIDS: 24.02.2016 (Extended) 1) Please Note that the Institute remains closed during Saturdays & Sundays and all specified government holidays. 2) Fax, e-mail Tender will not be accepted. 3) The General Terms and Conditions as stated above relate to supply of stores / equipment /assets etc. and for specific service other terms and conditions of the Institute will apply. ----------------------------------------------------------------------------------------------------- Section III Qualification Criteria for Bidders 1. The Purchaser reserves the right to assess the Bidder s capability and capacity to perform the contract satisfactorily before deciding on award of Contract, should circumstances warrant such an assessment in the overall interest of the Purchaser. 3. The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a pre-determined place acceptable to the purchaser for technical acceptability as per the tender specifications, before the opening of the Price bid failing which their bid shall be liable to be rejected. 14/14