consolidated tender document  · web viewthe scope of the project is to supply and installation of...

56
Consolidated Tender Document MIRPUR UNIVERSITY OF SCIENCE & TECHNOLOGY (MUST) CONSOLIDATED TENDER DOCUMENT FOR Laboratory Equipment (TENDER NO: TR/P&S/764/2018) Last Date for Submission: 10 th Feb. 2018 at 11:00 AM Bid Opening Date: 10 th Feb. 2018 at 11:30 AM *Tender Fee (Rs:2500- none refundable) in favor of Treasurer MUST Mirpur AJK Prepared and Issued By: Secretary Central Purchase Committee Websites: www.must.edu.pk Tel no. 05827-961046, Fax no. 05827-961039 Email: [email protected] Purchase and Store Section Page 1

Upload: ngoxuyen

Post on 22-Apr-2018

221 views

Category:

Documents


7 download

TRANSCRIPT

Consolidated Tender Document

MI RP UR U NIV E R S IT Y O F S CI ENC E & T E C HN OL O G Y (M UST )

CONSOLIDATED TENDER DOCUMENT

F O R

L a bo ra t ory Equ i pm en t

(TE N DE R N O: TR /P &S /7 6 4 /2 0 1 8 )

Last Date for Submission: 10thFeb. 2018 at 11:00 AM

Bid Opening Date: 10th Feb. 2018 at 11:30 AM

* T e n d e r F e e ( R s : 2500- non e refundable) in favor of Tr ea sur er M UST M irpur AJK

Prepared and Issued By:Secretary Central Purchase Committee

Websites: www.must.edu.pkTel no. 05827-961046, Fax no. 05827-961039

Email: [email protected]

Purchase and Store Section Page 1

Consolidated Tender Document

NOTICE INVITING TENDERS

“DEFINITIONS”

1. MUST: Mirpur University of Science & Technology.

2. SLA: Service Level Agreement. The level of service which MUST purchases from vendor in

respect of the service

3. RFP: Request for Proposals.

4. BOQ: Bill of Quantities.

5. Warranty/Services of items/parts: On Site Warranty. All hardware and software support, repair,

replacement, backups, preventive maintenance, onsite service monthly , quarterly, including its

installation, configuration, updates, upgrades & principal online support. All patches upgrades,

updates and OS images and its deployment as and when announced.

6. Total Bid Value: Cost of Equipment (including optional equipment) Cost of Extended Warranty

and Cost of services as per tender document including all AJK Govt. Taxes.

7. Total Contract Value: Cost of Equipment, Warranty and Services as per the supply order by

MUST at the time of Contract / Agreement / supply order.

8. Prospective bidder: Bidder who intend to participate in the tender process

9. Bidder: Bidder who submit the proposal.

10. Selected Bidder: Lowest Evaluated cost/high ranked Bidder selected for the award of tender /

contract.

1. INTRODUCTION:

Mirpur University of Science and Technology (MUST), Mirpur is chartered with Government of Azad

Jammu and Kashmir through ordinance XVIII of 2008 on 15 th day of August 2008. The objective laid

down in ordinance is “To enhance facilities for higher education and research in the State of Azad Jammu

& Kashmir”. MUST is committed to the development of human resource by imparting quality education to

masses as well as inculcating in them human values of the highest level to promote a peaceful and

harmonious society for a global fraternity capable of facing the future challenges. MUST aims at

producing human resource capable of transforming the society into a technologically advanced nation.

To nurture talent and create the environment conducive to higher learning. To produce hardworking, committed, dedicated and national professionals. To develop collaboration with other renowned local and foreign institutions/ research organizations. Mono of the University is Wisdom and Virtue.

Purchase and Store Section Page 2

Consolidated Tender Document

We are equipping our laboratories with modern apparatus so that we may be able to slake the thirst of our

students. The MUST is determined to produce such material as to prove the grist to the mill of the nation

and not the fake one at all. Enhancement of standard is our pivotal goal and we are doing our best to make

the MUST worthy by all standards. It will touch the bliss of eminence in a short span of time.

2. SCOPE OF WORK:

1. The scope of the project is to supply and installation of all Lab Equipments and other items

requested in tender document at Mirpur University of Science & Technology (Mirpur/Bhimber

Campus of the University. Following requirements define the scope of work of this tender.

2. The Selected Bidder will be responsible for the supply, installation, Integration, testing,

commissioning, maintenance and spare parts and Service provision for all equipment/entities at

MUST designated sites.

3. Selected Bidder must ensure that the supplied equipment are fully operational, new, under

warranty, perform properly and meet RFP’s Technical Specifications.

3. TENDER FEE:

Rs: 2500/- is required as tender fee (nonrefundable), bank draft or deposit slip in account of treasurer

MUST HBL main Branch Mirpur AJK., must be reached in the office of the Treasurer before the opening

time of the bids

4. Bid Security :

1. CDR/Bank Draft, (refundable) in favour of Treasurer is required which must be equal to 2% of your

bid cost.

2. The bid securities of unsuccessful bidders will be returned upon award of contract to the

successful bidder or on the expiry of validity of Bid Security whichever is earlier.

3. The Bid Security of the successful bidder will be returned when the bidder after successful

delivery of the contract/purchase order.

4. The Bid Security may be forfeited: if bidder withdraws his bid during the period of bid validity;

or in the case of a successful bidder, if he fails to delivery as per agreement/ contract/

purchase order.

5. Documents Required with bids :

i. Income Tax and GST Registration certificates ,

ii. Active tax payer certifications with Kashmir Council and FBR.

iii. Attested Authorized certificate of Manufacturer/ relation with Manufacturer

iv. Company Registration certificate if claim as company

Purchase and Store Section Page 3

Consolidated Tender Document

v. Details of Bono fid clients of last five years with contact numbers and addresses

vi. Certificate of factory setup under working from last five years (for furniture) detail of factory setup.

6. TENDER OPENING VENUE:

Tenders will be opened by the central purchase Committee in the presence of bidders at Meeting Hall

MUST ADMIN BLOCK, Sector B-3, Allama Iqbal Road Mirpur AJK, on the same date.

7. DOWNLOADING TENDER DOCUMENT:

The Tender Document will be availableon University web sitewww.must.edu.pk within two days

of the publication of tender notice.

8. PRICE / RATE:

Please quote unit price for each item on F.O.R basis MUST MIRPURwith all taxes other cost if

involved

9. DELIVERY PERIOD:

Please mention the delivery time after placing the Purchase Order for each item.

10. EXTENSION IN DELIVERY PERIOD:

MUST shall not provide extension in delivery period in any case, unless any emergency occurs.

Suppliers are advised to provide delivery period considering time required for custom clearance or any

other factors. We may only provide extension on deduction of 2% of Purchase order as fine, on Appling

well in time

11. PENALTY CLAUSE:

1. If you fail to supply the material in the above specified period, MUST reserves the right to

blacklist you for future business / forfeit the security money or may impose any other

financial penalty as deemed fit.

2. An affidavit is required to the effect that the firm has not been blacklisted by any

Government/Semi Government organization for last five years.

12. INSTALLATION / COMMISSIONING OF THE EQUIPMENT:

Equipment will be installed / commissioned by the trained engineer (s) of supplier / contractor at

Mirpur University of Science and Technology, Mirpur AJK, free of charge / are including in the cost and

supplier/ contractor also provide training if required.

Purchase and Store Section Page 4

Consolidated Tender Document

13. TRAINING:Suppliers are responsible to provide operational training if required for any lab

equipment.

14. WARRANTY:

Please indicate the warrantee period and terms & conditions of the warranty for each item clearly.

We only accept onsite warranty.

15. PROCUREMENT METHOD/ SUBMISSION OF BIDS:

15.1. Single stage – one envelope procedure.-

Each bid shall comprise one single envelope containing, separately, financial and technical proposal for each head as divided in BOQ. All bids received shall be opened and evaluated in the manner prescribed in the bidding document.

16. SUBMISSION OF BIDS

Separate bids should be prepared major head wiseand name of head should be mentioned on each envelope in capital words.

The bidder is required to submit Bid in Single package. The bids shall be submitted in a

sealed package or packages in such manner that the contents are fully enclosed and cannot be

known until duly opened.

During opening of the tenders, the names of Bidders who have submitted their offers will

be read out together with the final quoted total amount as it appears at the time of

opening.

Bidders may send their bids through courier at given address and at proper time but

university takes no responsibility for delay, loss or non-receipt of tender at given address

or any other case.

Bidders shall submit a signed letter with Official stamp affixed on it as per the format

given in Form I as a cover letter to the Bid/Proposal. Bids/Proposals submitted without

this cover letter may not be accepted and bids will likely to be rejected

straightaway.

Bidders shall provide Company profile, Authorization & relationship with principal

firm(s), location of branch offices, company experience in related field, technical staff

details (branch-vise), project completed, major clients’ list. NTN –GS and Registration

under companies’ ordinance 1984.

Equipment’s technical details (brochures, data sheets etc.) mentioning compliance and

properly highlighting all the compliance specification as requested/ Exceededusing

Purchase and Store Section Page 5

Consolidated Tender Document

florescent highlighter of quoted hardware/equipment and material with their make,

model, part number, etc.

Bidders are required to fill and sign all pages of submitted proposal, and submit it as

Financial Proposal.

Each quoted item in bid will be labeled separately.

Rates quoted in the Bid should be containing all the applicable taxes.

University reserves the right to reject any or all tenders with recorded reason.

University also reserves the right not to accept the lowest rates quoted by the tenders,

university will evaluate and award contract or place purchase order at “whole life cost”

bases.

Bidders are requested to visit the site, if they feel it is necessary to do so.

Bids submitted via email or fax will not be entertained.

17.Bid Evaluation Criteria:

All items included in tender document shall be evaluated individually but for

departmental purchases preference will be given to those suppliers/firms who have

submitted complete items for any department.

All bids shall be evaluated on following criteria; 30% bids evaluate financially while 70%

bids shall be evaluated on technical grounds. 70% weight will be given to technical

specifications of the each product.

18. Instructions to Bidders and General Conditions

General Instructions:

The bedding documents are and shall remain the exclusive property of the university

without any right of the bidder to use them for any purpose except bidding and for use by

successful bidder with reference to the work.

All bids shall be written in English.

The complete bid shall be signed by the bidder on each page.

Bids must be submitted by the time and date mentioned in schedule covered in the notice

inviting tender.

The bids shall be signed by a person legally authorized to enter into commitment on

behalf of the bidder.

In case of services delay or unsatisfactory service delivery /non-complying the terms &

conditions CDR will be forfeited.

Purchase and Store Section Page 6

Consolidated Tender Document

19.Bid Acceptance:

1. All Bidders who submit their tenders shall also submit a letter confirming their having

read all the conditions of the Tender Document and that they accept them in total. This

letter shall be provided on the respective letter heads of the bidders along with their

correct and complete address, the name of the signatory and his/ her designation in the

organization.

2. Bidders shall submit a signed letter with Official stamp affixed on it as per the format

given in Form I as a cover letter to the Bid/Proposal. Bids/Proposals submitted without

this cover letter may not be accepted and bids will likely to be rejected straightaway.

20.Bids Rejection:

1. Any bid not accompanied by an acceptable Bid Security shall be rejected by the MUST as non-

responsive firm.

2. If firm could not provide tender fee on time, firm will be declared non responsive.

3. If firm could not submit bid in prescribed manner, bid should be rejected.

4. Conditional bids shall also be rejected.

5. If firm quoted optional items, all such bids shall be rejected.

6. If firm is not registered with Sales and Income Tax Department.

7. Bids are liable to be rejected if; they are not conforming the terms, conditions and

specifications stipulated in this Tender Document.

21.Bid Validity:

Bid shall remain valid for acceptance for a period of 120 days from the last date of submission of

the bid / revised bid any. The bidder shall not be entitled to modify, vary, and revoke his bid

during said period; the validity of the bid shall be extended as and when required for the period

as requested by the University in writing and agreed to by the bidder under rules.

22.Cost of Bidding:

The bidder shall bear all direct and indirect cost associated with the preparation or delivery/

submission of their bid, participating in discussion etc. including costs and expenses related

with visits to the site and university offices. University will in no case be responsible or liable for

reimbursement of those costs and expenses regardless of the outcome of the bidding process.

23. Repeat Purchase Order:

Purchase and Store Section Page 7

Consolidated Tender Document

These Rates will be valid for the period whole year up to 30-06-2016 and the selected suppliers

are bound to supply each repeat purchase order of required items on approved rates during

Fiscal Year.

24.TERMS OF PAYMENTS

1. No payment shall be made in advance to selected bidder/vendor as mobilization advance.

2. 90 percent cost of items shall be payable to the Contractor within one month upon

successful installation and inspection of supplied items, 10% withheld amount will be

released after one year or completion of warranty period.

3. Taxes will be deducted at source as per government rules at the time of payment

irrespective of the date of invoicing.

4. All payments in Pak Rupees (through crossed cheque) after delivery & checking. 5. Deductions/Payment of Taxes:

25.LIQUITDATED DAMAGES

1. In case of delay, the Central Purchase Committee, of MUST reserves the right to suggest to

Competent Authorities for imposing a penalty not exceeding 10% of the total amount of

the contract at the rate of 1% of the bill for each week (cumulative) of delay.

2. If the work is not executed according to the satisfaction of the Competent Authority

reserves the right to reject it altogether or impose a penalty not exceeding 50% of the

contract amount.

3. In case of services delay or unsatisfactory service delivery /non-complying the terms &

conditions CDR will be forfeited.

26.Right to Vary Quantities

MUST reserves the right at the time of award of Contract/Purchase Order to increase or decrease

quantity of goods and services specified in the Schedule of Prices without any change in the unit price

or other terms and conditions.

27. CLARIFICATIONS

1. Queries regarding this RFP shall be submitted in writing to: Email, postal address and

Telephone of the under sign is given below:

28. IMPORTANT INSTRUCTIONS:

1. Financial/Commercial Offer: Bidders are directed to construct financial offer as per

following Performa:

Purchase and Store Section Page 8

Consolidated Tender Document

Serial # as per

Tender Document/

BOQ

Item

Name

Specs Country

of Origin

Model F.O.R.

Rates

(with GST)

1

2

2. Optional Rates: We shall not allow bidder to quote optional Rates for any Item .

3. Accessories or Optional Items: If Bidder found anything or part which is important and

missing in specification settled in BOQ, in such case bidders are directed to add price of that

part in final price. We shall not allow quoting optional accessories price separately. If anything

is less important and its addition may enhance performance of equipment, such items may be

quoted in technical offer with price only.

4. Separate Bid: We required separate bids for each head of equipment as divided in BOQ

below.

5. Brand or Model: If this Tender Document contains any Model or Brand Name is just for a

reference “Or Equivalent” word should be considered for such cases and any bidder may quote

for that brand.

6. Firms should quote with installation cost, university shall bear only civil work cost (if

involved), and all other installation cost shall be included in price.

7. All bidders are advised to visit University website till last day of bid opening for any expected

change or corrigendum in this tender notice or document.

Lab. Equipment (Separate quotation is required for each department)A Department of Computer System Engineering for detail (Ph. No 05827960037)

i FPGA (Altera DE 1 Board) - 25

B Quotation For Zoology DepartmentDepartment of Zoology for detail(05827961112, Email: [email protected])

I Stereo Microscope with Camera

Specification:

Optical System Parallel-optics type (zooming type)

Zoom Ratio 12.7:1

Zoom Range 0.63 – 8x (0.63/1/2/3/4/6/8x stops)

Total Magnification 3.15 – 480x (depending on eyepiece and objectives)

01

Purchase and Store Section Page 9

Consolidated Tender Document

(with coaxial episcopic illuminator: 15 – 540x)

Tubes Eyepiece inclination: 20° (P-B Binocular Tube) / 15° (P-TL100 Trinocular Tube) / 0°-30° (P-TERG100 Trinocular Tilting Tube, P-TERG50 Trinocular Tilting Tube)

Eyepieces C-W10xB (F.N. 22), C-W15x (F.N. 16), C-W20x (F.N. 12.5), C-W30x (F.N. 7)

Objectives Plan Apo 0.5x/WF, Plan Apo 0.75x/WF, Plan Apo 1x/WF, ED Plan 1.5x/WF, ED Plan 2x/WF

Ii Qubit Fluorimeter Specification:

Capacity:1 assay tube per read

Dimensions:5.4” (w) x 10” (l) x 2.2” (h); (13.6 cm x 25 cm x 5.5 cm)

Display Interface:5.7” Capacitive touch screen

Format:Tube(s)

Input Voltage:100-240 VACS

Instrument Memory:1000 Samples

01

Iii Biochemical Systems Chamber MaterialType 304, mirror finish, stainless steel

CO2 Concentration Range0 to 20%

CO2 Sensor TechnologyIR

Oxygen Control1 to 20%

O2 Sensor TechnologyIR

Relative HumidityAmbient to 95% @ 37°C (98.6°F)

Temperature Range (Metric)5°C above ambient to 55°C

Height (English) Exterior39.5 in.

01

Iv CO2 Incubator Specification:

Chamber Material Type 304, mirror finish, stainless steel

CO2 Concentration Range 0 to 20%

CO2 Sensor Technology IR

Oxygen Control 1 to 20%

01

Purchase and Store Section Page 10

Consolidated Tender Document

O2 Sensor Technology IR

Relative Humidity Ambient to 95% @ 37°C (98.6°F)

Temperature Range (Metric) 5°C above ambient to 55°C

Voltage 230V

Amperage 2.0 FLA (Operating range 180–250V)

Data Outputs 4–20 milliamp (select one)

Cabinet Material 18 gauge, cold-rolled steel, powder coated

V Refrigerated Centrifuge

Specification:

Refrigerated Micro centrifuge With Rooter

Includes aerosol-tight QuickLock

Rotor FA-45-18-11 and lid, 230 V/50 Hz

01

Vi Midi Horizontal Electrophoresis unit

Specification:

Includes base unit, safety lid, one standard casting tray for 13 × 15 cm gels,

and two combs (1.0 mm × 12 sample wells and 1.0 mm × 16 sample wells).

01

Vii -80Co Refrigerator Technical Specifications:

Temperature range: -50°C to -86°C

Interior Dimensions: (WxDxH) 490 x 600 x 1140 mm

Effective capacity: 333 Liters / 11.8 cu.ft.

Shelves: 3, Stainless steel

Compressor: Rotary type (high stage side),

Hermetic type (low stage side)

Alarm system: High/low Temperature, Power failure,Filter check, Self-diagnostics, Door check, Remote alarm contact

01

viii Microplate Reader Specifications:

Detection mode Monochromators: FL, Lum, UV-Vis Abs, TRF

01

Purchase and Store Section Page 11

Consolidated Tender Document

(secondary)

Filters: FL, TRF, FP, Lum,

Alpha Read mode End point, kinetic, spectral scanning, well

area scanning

Microplate types 1- to 1536-well plates O

ther labware Compatible with Take3™

Micro-Volume Plates with 2 µL microspots

Temperature control 3 ºC above ambient to 65 ºC with

Condensation

Control™ Variation ±0.2 ºC at 37 ºC Shaking Linear, orbital,

double orbital

Software Gen5™ Data Analysis Software included

Gen5 Secure Software option for 21 CFR Part 11 compliance

features

CO2 and O2 control 0 – 20% CO2 control and 1 – 19% O2

control, with optional Gas Controller Barcode reader Multi-

directional, 1D and 2D camera-based scanner Read height

Auto Z, 0.1 mm steps, top/bottom (Filters), top (Mono)

Kinetic speed 96-well: 6 seconds 384-well: 11 seconds 1536-

well: 25 seconds

With Stacker, minimum processing time per plate 96-well: 20

seconds 384-well: 25 seconds 1536-well: 39 seco

ix Multimedia Projector Specification:

The XEED WUX5000 features WUXGA resolution at 1920 x 1200 pixels, 5,000 lumens brightness, a high 1000:1 contrast ratio

01

C Quotation For Physics DepartmentDepartment of Physics for detail ( phone No. 05827961111 )

Purchase and Store Section Page 12

Consolidated Tender Document

I E4980A Precision LCR Meter Measurement versatility:20 Hz to 2 MHz test frequency with 4-digit resolution at any frequency ,16 impedance parameters ,100 µV to 2 Vrms, 1 µA to 20 mA ,variable test signal ,Auto-level control , 201 points of programmable list sweep, 0.05 % basic impedance accuracy ,

Open/Short/Load compensation support ,Cable extension (1/2/4m) support

Fast measurement speed: 5.6 ms (SHORT) ,88 ms (MED) ,220 ms (LONG)

Compact and light weight: 370 (W) x 105 (H) x 390 (D) mm, 5.3 kg (11.7 lb.)

Option E4980A, 001 power and DC bias enhancement: 0 to 20 Vrms/100 mArms test signal, Built-in 40 V DC bias with 0.3 mV resolution, Built-in 10 V DC source DC resistance, DC current and DC voltage measurement capability

01

Ii Keithley’s Series 2400 Source Measure Unit (SMU)

Load impedance: Stable into 20,000pF typical. Common mode voltage: 250V DC (40VDCfor Model 2440)

Max. Voltage drop between input/Output and sense terminals: 5V. Max. Sense lead resistance: 1MW for rated accuracy.

Sense input impedance: >1010W. Guard offset voltage: <150µV, typical (300µV for Models 2430, 2440).

Source output modes: Pulse (Model 2430 only), Fixed DC level

Memory buffer: 5,000 readings @ 5 digits (two 2,500 point buffers). Includes selected measured value(s) and time stamp. Lithium battery backup

(3 yr+ battery life).Source memory list: 100 points max.Programmability: IEEE-488 (SCPI-1995.0), RS-232, 5 user-definable power-up states plus factory default and *RST.Handler Interface: Start of test, end of test, 3 category bits. +5V@ 300mA supply

Digital I/O: 1 trigger input, 4 TTL/Relay Drive outputs (33V @ 500mA, diode clamped).Power supply: 100V

01

Purchase and Store Section Page 13

Consolidated Tender Document

to 240V rms, 50–60Hz (automatically detected at power up). Dimensions: 89mm high × 213mm wide × 370mm deep (3½ in × 83⁄8 in × 149⁄16 in).

iii Thermo Scientific GENESYS 10S UV- Vis Spectrophotometer

Optical Design Dual Beam-Internal Reference DetectorSpectral Bandwidth: 1.8mmLight Source: Xenon Flash Lamp (5 Years , 3 years guaranteed) Detectors: Dual Silicon PhotodiodesRange: 190-1100nmAccuracy: ±1.0nmRepeatability:± 5nmSlew Speed: 11,000 nm/minScan Speed: up to 3600 nm/minData Interval for Scanning: 0.1,0.2,0.5,1.0,2.0,5.0nmLinear Range: up to 3.5 A at 260 nmDisplay: -0.1A; -1.5 -125%T; ±9999CAccuracy: ±0.005 A at1.0A 0.010 A K2Cr2O7Noise: <0.00025 at 1.0A<0.00050 at 1.0A<0.00080 at 2.0A RMS AT 260 nmStray Light: <0.08%T at 220, 340nm (Nal, NaNO2)<1.0%T 198-200nm (KCL)Display: Graphical with LCD backlight; 9.7x7.1cm (3.8x2.8 in)Keypad: Sealed Membrane with tactile response keysPrinter: (optional) 40 column Internal (text and graphics); External USB printer (HP PCL 3.0 and greater)Dimensions: 30w x 40Dx 25 H cm (11.8 x15.7x 9.8 in)Weight: 8.6 kg (19 Ibs)

01

D Quotation For Botany DepartmentDepartment of Botany For detail Ph: 05828-920235

1 Gel Electrophorus - 1

2 T.S Sodium Cutter - 1

3 Ice Maker Machine - 1

4 Ice Maker / Chiller - 1

5 Ozone detector method - 1

6 BOD Meter - 1

7 Lab Microbe/ place shelves - 1

8 Mercury Meter - 1

Purchase and Store Section Page 14

Consolidated Tender Document

9 Abni Meter 1

10 Muffle Furemce 1

11 Frame Photometer 1

12 Solution / Solvent booklet 48

13 IEF kit 1

14 IEF Strios range 1-14 -

15 Microtome General 1

E Quotation for Department of Bio Technology1 Thermal Cycler Gradient with 96

well block PCR Sample capacity 1 x 96 well plate 12 8 x 0.2 ml strip tubes

96 x 0.2 ml tubes

Programmable temp. range 4ºC to 99.9ºC

Temperature control Calculated or block

Temp. accuracy / uniformity ±0.5ºC / ±0.5ºC

Heating / cooling method Peltier

Max. heating / cooling rate 3ºC / 2ºC per second

Gradient temperature range 30ºC to 99ºC

Max. Gradient Temp. Difference 24ºC

Gradient capability 12 rows (horizontal)

Programmable lid temperature 60º to 65ºC, 100º to 115ºC

Program memory 100 complete programs

Temp. increments / decrements Yes

Time increments / decrements Yes

User program folders Yes

Password protected programs Yes

Communication USB and RS232 ports

Precise Thermal Control

1

Purchase and Store Section Page 15

Consolidated Tender Document

Gradient capabilities for protocol development

Fully adjustable Heated Lid

2 Colony Counter Ideal for modern bacteriology labs field cubic – type

electronic counting without fatigue fully adjustable.

High quality 5” magnifying lenses.

Optically polished to be distortion free.

It has 2.0x magnifications lens easily rotatable to either side.

Housing is heavy gauge welded steel for tough service long life and too quick dissipate heat.

Complete with electronic counting accessory consistsof probe pen connected by 4 feet cable.

It permits error convenient and precise electronic counting and making of colonies in both glass and

plastic culture dishesor flasks.

All solid state / LED display.

Counter automatically shows results over 0-999 range

01

3 Rotary Evaporator Hand / Motor lift Hand lift

Rotation speed (rpm) 20 – 280

Rotation speed setting Scale

Drive Brushless DC motor with electronic speed control

Heating capacity (W) 1,300

Temp. range heating bath (°C) 20 – 210

Temperature range accuracy (°C) ±1

Overheat protection bath (°C) Cut-off at 5°C over set temperature via separate PT 1000

Bath temperature setting Scale

Heating bath temperature control Electronic / Digital

Secondary overtemp. Cut off (°C) 250

Material heating bath (mm) Stainless steel AISI 316L

Volume heating bath (I) 4.5Liters

Instrument is supplied with 1Litre evaporating and Receiving flask as standard. Complete unit as above, operated on 220 Volts

01

4 Block Heater Microprocessor controlled touch 01

Purchase and Store Section Page 16

Consolidated Tender Document

keypad centigrade / Fahrenheit display

temperature setting range 30 to 200°C,

temperature stability 1°C,

temperature uniformity ±1°C,

temperature accuracy ±1°C,

fast heat up speed built in timer,

0 – 999 minute digital display of temperature and time,

block material solid anodized aluminum complete with 12 x 16 mm

Test Tubes block operated on 220 Volts Model HB-2

5 Ice Flake Maker Kind of ice: flake

Production (Kg/24h): 90

Bin capacity (Kg): 20

Water consumption (litres/Kg): 1 (version A), 6,3 (version W)

Refrigerant: R404a CFC-free

Noise level (dB (A): ≤ 50

Dimensions (W x D x H cm): 50 x 66 x 82

Net weight (Kg): 60

Packed dimensions (W x D x H cm) 55 x 71 x 88 (0,35 m3

01

6 Benchtop Centrifuge microprocessor controlled

speed range 250 to 6000 rpm,

digital display of preset and actual speeds,

timer range 0 – 30 minute and continuous run

lid lock system,

automatic imbalance indication with safety shut off,

complete with stainless steel Angle

Rotorcapacity 12 x 15ml tubes,

ABS housing resistant against shock & chemicals, operated on 220 Volts

01

7 Nano drop Spectrophotometer Absorbance Accuracy 3% (at 0.74 Abs at 350nm)

Absorbance Range Pedestal: 0-300 ABS Cuvette: 0 – 1.5 ABS

01

Purchase and Store Section Page 17

Consolidated Tender Document

Accuracy 0.002

Accuracy (Absorption) 3% at (0.74 at 350nm)

Applications Nucleic Acid Quantification, DNA Quantification, RNA Quantification, Protein Quantification

Compatibility MicrosoftWindows XP (32-bit) w/Service Pack (SP) 2 or later,Vista (32-bit), and Windows 7 (32 bit and 64 bit)

Concentration 2ng/µl-15,000ng/µl (dsDNA) ng/µl

Description Microvolume Spectrophotometer, with cuvet capability

Detection Limits Pedestal: 2ng/µL (dsDNA), 0.10mg/mL (BSA) Cuvette: 0.4ng/µL (dsDNA), 0.01 mg/mL (BSA)

Detection Range Pedestal: 2-15,000ng/µL (dsDNA) , 0.10 – 400mg/mL (BSA)

Detector Type 2048-element linear silicon CCD array

Footprint 14 x 20cm

Heating Range 37°; ±0.5°C

Includes Computer

InterfaceLaptop Computer

Lamp Xenon Flash

Measurement Time <5 sec.

Pathlength (Metric) 10; 5; 2; 1mm

Power Consumption 12VDC

Sample Volume (Metric) 1000, 0.5-2.0µL

Spectral Resolution =1.8nm (FWHM at Hg 253.7)

System Requirements Microsoft Windows XP (32-bit) w/Service Pack (SP) 2 or later, Vista (32-bit), and Windows 7 (32 bit and 64 bit)

Type Spectrophotometer

Volume (Metric) 0.5 to 2.0µL

Voltage 12VDC

Wattage 5W

Wavelength Accuracy ±1nm

Purchase and Store Section Page 18

Consolidated Tender Document

Wavelength Range 190-840nm

8 Electroporator Interfaces USB 2.0

Power supply 230 V, 50 – 60 Hz

Dimensions (W × D × H) 19 × 27.5 × 12.5 cm

Capacitor 10 µF

Pulse form Exponentially decreasing

Pulse voltage 200 – 2500  V

Resistance 600 Ohm

Special features Electronic protective circuit to prevent arcs

Time constant Nominal 5 ms

01

9 Digital Weighing Balance Type: Counting Scale

Power Supply: 220v

Display Type: LED

Rated Load: 500g

Accuracy: 0.01g

selectable parts: Wind cap/battery

Pan size: 130mm

max capacity: 510g

01

10 Water Purification System Resistivity at 25 °C 118.2 MΩ•cm

TOC2 ≤ 5 ppb

Particulates (size > 0.22 μm) 3< 1 particulate/mL

Bacteria3,4 < 0.01 CFU/mL

Pyrogens (endotoxins)4 < 0.001 EU/mL

Rnases4 < 1 pg/mL

Dnases4 < 5 pg/mL

Flow Rate Up to 2 L/min

Electric power supply voltage 100 – 230 V +/- 10%

Electric power supply frequency 50 – 60 Hz +/- 10%

01

11 Cold Cabinet Temperature Range 2°C to 8°C / -10°C to -20°C

Temperature Control Digital Micro-processor

Temperature Display LED / LCD Display

Construction G.I Sheet / M.S / 304 Stainless Steel

01

Purchase and Store Section Page 19

Consolidated Tender Document

Insulation High Grade Poly Uretherane

Internal drainage Yes

Integral temp gauge Yes

Power Supply 220 Volts / 50 Hz

12 Microtome Sectioning Range 0.5 to 100µm

Trim Section Resolution 5 to 500µm

Vertical Cutting Stroke 72mm

Retraction 40µm

Total Specimen Advance 28mm

Max. Advance Speed 400mm/sec.

Section Counter Standard

Weight (English) 77 lb.

Weight (Metric) 35kg

Depth (English) 20.5 in.

Depth (Metric) 52cm

Height (English) 11 in.

Height (Metric) 28cm

Hertz 60Hz

Voltage 115V

Width (English) 16 in.

Width (Metric) 41cm

Item Description HM 355S Rotary Microtome

Electrical Requirements 115V 60Hz

01

13 Microwave Oven Size (cm):38.3H x 52.1W x 61.9D

Wattage:1100W Weight:17kg

Body material:Metal Colour:White

Temperatures :10 power levelsCapacity:42 litres

Multifunction:Includes grill Timer function :Yes

01

14 Camera Nickon D3100 01

15 Vertical Gel Electrophoresis Plate Dimensions ( w x l)Gel Dimensions ( w x l)

20 x 20cm16 x 17.5cm

Unit Dimensions ( w x d x 26 x 16 x 28cm

01

Purchase and Store Section Page 20

Consolidated Tender Document

(Maxi) h)Max Sample Capacity 48 samples per gelBuffer Volume Min 1200ml, Max 5600ml Comb Selections:No samplesThicknesses

1, 5, 10, 18MC, 24, 30, 36MC, 480.75, 1, 1.5, 2mm

16 UV Transilluminator Wavelenght 302 nm

Volts/Hz 100-115/60

230/50

Filter size 21 x 26cm

No. of Tubes 04

Watts 08 Watts

01

Quotation For Mechanical Engineering DepartmentDepartment of Mechanical Engineering for detail (05827960036, E. [email protected])

AI Testo Infrared Thermometer Detection of excessively high temperature

accuracy of ±0.75c Temperature of generators, running rubber tires, Ventilation ducts, Heat profiles, radiators, Painted heating pipes. Fast Measuring technology with 100 ms scanning. Cross laser marking and switchable optics for far field and close focus measurement.

01

Ii Testo Anemometer Anemometers enables quic spot measurements in ventilation ducts. It records the flow speed, calculates the volumetric flow and also measures the temperature with a measuring range of 0 to +20 m/s, thermal anemometer, calibration protocol and battery.

01

iii UH Calorimeter Ultrasonic heat and cooling energy meters to measure flow and energy in hydronic heating or refrigerant circuits. The meter performs constantly self-diagnostics, allowing it to detect a number of mounting or device errors and to display them. Measuring range of flow 1:100 as per EN 1434, 1:1000 total range, Non –wearing due to non-moving parts.

01

iv Testo T1 infrared Thermometer (surface Temperature)

4-point laser and 50:1 optics provide accurate measurements, even on moving and small objects, probe socket connects to wide range of temperature sensors for additional contact measurements, Audible and emission allows for measuring wide variety of surfaces, infrared measuring range: -22 to 1112 degrees F (-30 to 600 degrees C), Type K TC measuring range: -58 to 1112 degrees F (-50 to 600 degrees C).

01

BI Gas Welding Torch breezing (Made in Germany or equivalent) 1 set

Purchase and Store Section Page 21

Consolidated Tender Document

ii Welding Leather Gloves 6 pair

iii Cotton Skin Gloves 6 pair

iv Mechanical Tool Kit 1 set

v Acetylene Gas Regulator 1 set

vi High Speed Cutting tool tip for Lathe Machine with different angles Each 12 piece

vii High Speed Cutting tool tip holder for Lathe Machine with different angles Each 3 piece

viii Vertical Milling Machine Tools (End mille Cutter with End Mille Holding Chuck) 3 piece

ix Universal milling Machine Cutting Tool (inner size 16mm) different type 6 piece

X Surface Grander wheel Type (Aluminum oxide) 3 piece

xi Table Grander wheel for Lathe Machine Tolls Grading Hard & Soft Each 4 piece

Xii Arc welding Electrode no 12 15 kg

xiii Hack Saw Blade Double Side 03 Dozen

xiv Electric Steel Cutter Disk 02 Dozen

xv Arc welding Copper Wire 500 A 30 Meter

xvi Arc welding Holder 1000 A 4 piece

xvii Arc welding earth wire clump 4 piece

xviii Cooper connection lead 2 core size 7/44 mm 10 meter

xix Machine Lubricant oil for Machine Gear Box 25 L

xx Machine Low Tick Oil 5 L

xxi Gas welding electrode Mile steel 5 kg

xxii Soldering Wire 5 role

xxiii Soldering Paste 12 dozen

xxiv Carpentry Nails 400 gm

xxv First aid kit with medicine 1 set

CI Solar Irradiance Meter or To Seaward 200R, multifunction Solar Survey 01

Purchase and Store Section Page 22

Consolidated Tender Document

equivalent 200 R Meter, 5 in 1

DI Low speed open circuit wind tunnel with

data acquisition with standard testing models

Velocity Range: 0-30m/sec with Turbulence Intensity of <0.5%Test Section 350x350 mm2 Load Cell Measurement range: Lift 10N Drag 10N, attached with smoke generator

01

Ii Multichannel constant temperature anemometer with data acquisition and support system

Multichannel hotwire system (Bandwidth ~ 10K) with data acquisitionSingle Component hotwires for low speed wind tunnels

01

02

Iii Silicon Oil (different Viscosities) 1 ltr each

Iv Titanium Di Oxide (Fine ground, 1-10µm) 01 kgEI Tool Cutter Grinder Grinding wheel distance of up and down:

60mm±10mmSpeed: 2800 rpm ±400 rpmVoltage: 220V/ 380 V/ 550 w / 250wAbout worktable diameter 75mm ± 5mmGrinding wheel: ɸ 125x50x ɸ32

02

Ii Mini CNC table Lathe Distance Between Centers: 300mm ±25mmMaximum rotating diameter on bed body: 180mm±20mmMax rotatin diameter on horizontal dragging plate: 110mm±10mmSpindle bore taper: MT3Tailstock sleeve taper: MT23 jaw chuck outside diameter: about 80mmSpindle bore diameter: about 20mmCross slide travel: about 65mmTool post travel: about 35mmRange of metric threads: 0.5-2.5mmRange of imperial threads: 12-52TPIPrecision of the spindle: 50-2500 / 100-2500 RPMMoto power: 400wVoltage and HZ: 230V/50Hz or 120v/60Hz

02

Iii Mini wood Lathe machine Voltage: 230 VPower: 400wMax cutting diameter: 250mm±10mmMax cutting length: 330mm±10mm

02

iv Oxygen Bomb Calorimeter in Plain Insulated Jacket for Calorific Tests

Static Jacket Calorimeter: Manual Bomb Wash2 Tests Per Hour: Dimensions (in) 8.5w x8.5d x 11.5h: operator Time Per Test is 25 Minutes: Dimensions (cm) 21wx21dx29h : 0.3% Precision Class: Ignition Unit: Digital Thermometer: Touch Screen Display: Manual Oxygen Fill: Temperature resolution: .002’c; Manual Bucket Fill: 1 year service kit: US or UK Made

01

V Branded (DELL, HP or Equivalent) Processor Intel ® Xeon ® E3-1270 v6 (Quad 04

Purchase and Store Section Page 23

Consolidated Tender Document

Core 3.8GHz, 4.2 GHz Turbo 8MB) ( with liquid cooling option) Graphic Card 4GB, Memory: 32GB (4X8GB) 2400MHz DDR4 UDIMM Non-ECCHard Drive 4TB, 3.5inch serial ATA (7200 Rpm) 500 GB SSDChassis options Tower, keyboard, mouse, Network Card: 1 GbitOperating System Free Dos Monitor 24’ LED

VI Branded (DELL, HP or Equivalent) Processor Intel ® Xeon ® E5-1660 v4 (8 Core 3.8GHz, 3.8 GHz Turbo 2400 MHz, 20 MB, 140W) ( with liquid cooling option) Graphic Card 8GB, Memory: 64GB (4X16GB) 2400MHz DDR4 RDIMM Non-ECCHard Drive 4TB, 3.5inch serial ATA (7200 Rpm) 500 GB SSDChassis options Tower, keyboard, mouse, Network Card: 1 GbitOperating System Free Dos Monitor 24’ LED

02

F Quotation For Department of Electrical Engineering (For detail Contact 05827-960099)

a Circuit LabI Digital Multimeter 12MCP MT3805 True RMS Multimeter 12Ii Digital Oscilloscope UNI-T UTD 2042C 12Iii Trainer Health Kit ET-3600 12Iv Oscillator (Function Generator) Audio Generator 1MHz (GW) Model GAG-808G 12V Decade Instructor Box Lionmount LD9 12Vi Decade Resistant Box Lionmount KF17 12Vii Probes 1:10 Ratio GCP-210LC 24viii Variable Resistor 100KΩ and 10Ω linear Potentiometer 12b Communication Labi Digital Storage Oscilloscope UNI-TUTD 2042 C 05ii Digital Multimeter MCPMT3805 05C Electronics Labi Digital Storage Oscilloscope Uni-TUTD2042C 40 MHZ 07ii Function Generator GAG-808G 1 Mhz 07iii Analog Multimeter - 12iv Milli Ampere Meters 100mA 12v Experiment Trainer DC Power Supply, AC Power Supply, Bread

board12

vi Bridge Rectifier GBJ 2510 or equivalent 24vii NPN / PNP Transistors - 200

eachviii Electrolytic Capacitors 1000µF, 680µF, 220µF 50 eachix Power Diodes High Power rating 100x Diodes Silicon, Germanium diodes 100

Purchase and Store Section Page 24

Consolidated Tender Document

eachd Digital Labi Integrated Circuits 7486, 7408, 7432,7404, 7402, 7448, 7447 12 eachii Breadboard Connecting Wires - 24iii BCD Seven segment display - 12e VLSI and Embedded System Labi Xilinx FPGA Board Nexys 3 Spartan-6 03ii Altera FPGA Board Terasic Altera DE2-70 or Altera DE2-115 07iii Logic Analyzer Digi View DV3 100 02

G Quotation For Department of Power Engineering (For detail Contact 05827-961049)

01 DC Servo Trainer, with Maxon BLDC Motor, 70-80 w dc motor, Feedback LTD or Googol-tech preferred.

03

02 AC Servo Trainer, 220V, 1~1.5kw, pf. .8 Feedback LTD OR Googol-tech preferred 03

03 Industrial PLC Trainer (Siemens) 220 V Power Supply input DC 24 V Power Source for analog signals. On/off leds. Conveyor trainer, PLC platform.

03

04 PID Process control Trainer 0105 DAQ Module with Pressure, Temperature sensor along with limits switch, Metal

detector load cell and other industrial sensor.03

06 Energy Meter trainer, Line Voltage: 230V AC±10%, 50 HzMeter Constant: 1600 impulses/ KWh (on LED), Display Counter: 100 impulses / KWh (On LCD), Maximum Current: 30 A, Shunt: 350mW

03

07 Electro technology Trainer 61-36 0108 Robotic Arm Module with dynamixed motors 0109 Speed Adjustment wind trainer, 12-24dc input, electronic speed adjustment, led

indicator, max 45-50V output01

10 Lab-PC (Intel) 0511 PV Analyzer (60 V, 6A), PC interfaced via USB cable Model No. PROVA 200 A or

equivalent02

12 Global Irradiation Sensor, (150-1500 W/m2), Smart phone interface via Audio Jack Connector Model No. OPTIVELOX SS02 or equivalent

02

H Quotation For Department of Civil Engineering(For detail Contact 05827-961047)

A Cement and Concrete Testing Laboratory1 Digital Concrete Hammer (Origin Western Europe) User programmable

digital concrete hammer with microprocessor and memory. 110-230V, 50-60Hz, 1Ph. Main features: Conforming to EN 12504-2 and ASTM C805 Multiple correlations between rebound index and Multiple correlations between rebound index and compressive strength with possibility of user defined algorithms/Compressive strength models. Automatic conversion of rebound index to equivalent compression strength in N/mm2, kg/cm2 or psi . Calculation of averages and standard deviations; discard of nonsignificant

01

Purchase and Store Section Page 25

Consolidated Tender Document

values. Possibility to store, display and download data. Possibility to store, display and download data to PC via USB port. PC software included. High-contrast graphic display will be preferred. Results are displayed as numerical and graphical mode.

2 Ultrasonic Pulse Velocity Analyzer

High performance ultrasonic tester for nondestructive tests on building materials Proceq Pundit Lab+ or equivalent featuring with following features RS232 and USB outputs and1 GB Secure Digital flash drive. Battery operated. Software: software have following capabilities 1.Waveform visualization and analysis turning PC into oscilloscope. 2.Interactive adjustment of trigger point 3. Online data acquisition 4. Full remote control of instrument including programmable data logging functionality. 5. Export of data to third party applications 6. Creation of conversion curves for compressive strength in different mathematical models like exponential, power law etc. 7.Creation of SONREB curves for combined estimates of strength. Complete with 02 54 Khz transducers with exponential profile, Cable, Calibration rod, pprox.s, charger data carrier with software carrying case Couplant 250ml 06 bottles. Connecting cables Rs232 cable, Complete transducer holder warranty 01 year or provided by manufacturer whichever is more.

01

3 LVDT (MUST BE COMPATIBLE WITH MCC8 MACHINEAVAILABLE AT LAB.) 1. 10mm travel 2. 25mm travel 3. 50mm 4. 100mm travel complete with mounting block for mounting on RC beams and column.

01 Set

4 Calibration Device for LVDT Calibration device for linear transducers up to 50mm travel. It consists of a steel frame with micrometer gauge head 50mm travel x 0,001mm res. Complete with traceable calibration certificate.

01

5 Digital Instrumentation for Testing Structures

Smart digital instrumentation system for civil structure evaluation, measurement of deflections and different parameters. Smart,robust ,ruggedized, battery operated hand held system.with cooler touch screen.

01

6 Pycnometer Imported Pycnometer 1 litter cap. For sands and fine aggregates

01

7 Sieve Segregation Sieve Segregation test apparatus for SCC 01 set8 Loading Plate MUST BE COMPATIBLE WITH EXISTING 01 set

Purchase and Store Section Page 26

Consolidated Tender Document

FLEXURAL FRAME ‘OF MCC8).Set of loading platens 165 mm dia. X 30 mm thick

9 Jaw Crusher Imported other than china and indie Laboratory crusher for aggregate with separate control panel. 230-380V/50Hz/3ph

01

10 Load Cell European origin only Load cell 300 knew class 1 to EN ISO 376 compatible with Control Dig Imax plus tester for force verification. Traceable Calibration certificate in increment of 1 KN. Complete with caring case.

01

11 Automatic Rheometer for SCC European origin only Rheometer – Measuring Rheology of self-compacting Concrete. For reference visit link https://www.dti.dk/4c-rheometer-8211-measuring-rheology-of-self-compacting-concrete/the-equipment/21743

01

12 Temperature Monitoring System with data logger

04 channels data logger with 04 temperature sensors. Length of Cable for sensors 15feet,Temperaature range -10 to 100 C with computer interfacing

01

B Highway Lab Equipment01 Bending Beam Rheometer (BBR) Bending Beam Rheometer [BBR]conforming to

ASTMD6648, AASHTO T313 and EN 14771. 230V/50-60Hz/1ph.Complete with:-Liquid bath -40 to +25°C-Calibration kit-5 complete specimen moulds-PC and softwareFeaturing:-Computerized control-PID temperature controller with digital display-Two independent platinum RTDs for precisetemperature control-Integral LVDT and temperature compensated cellfor accurate test resultsOrigin Western EuropeanSPARESExtra aluminium beam mouldOrigin Western European Silicone rummer mould, 2-gangOrigin Western European

01

01

01

02 Dynamic Shear Rheometer (DSR)

Automatic Dynamic Shear Rheometer (DSR)Complying AASHTO T315, ASTM D7145, ASTM D7405Specifications- Torque range: 10 μNm to 10 mNm- Torque range (mechanical bearing model): 50 μNm To10 mNm.- Torque resolution: 1μNm- Position resolution: 1μrad- Frequency range: 10μHz to 100 Hz

01

Purchase and Store Section Page 27

Consolidated Tender Document

- Temperature control range (total immersion cell): 5°C to 95°C (range can be extendeddepending on circulator fluid)- Temperature accuracy (Total immersion cell): better than ±0.1°C.- Weight and dimensions: Dimensions (with temperature control unit): 60cm (H) x 23cm (W) x 35cm (D).- Weight (with temperature control unit): 18 kg.- Nominal operating voltage: 110 V or 220 V- Operating temperature: 15°C – 40° C- Operating humidity: 35% - 80% non-condensing.Origin Western EuropeanACCESSORYKit for multiple stress creep recovery (MCR)test to ASTM7405Origin Western EuropeanTwo DSR mouldsOrigin Western European

01

01

03 Wheel Tracker PAVELAB DWT Hamburg Type double wheel tracker.Technical SpecificationDisplacement motion: the arm is moving and the carriage is fixedWheel travel: 230 mmWheel speed: variable from 20 to 30 cycles/minWheel load: 705 NTemperature range: ambient to 80°C, ± 0.5°C Rut depth transducer range: 25 mm, 0.01 mm accuracySlab thickness: adjustable from 40 to 100 mm in 10 mm stepsOverall dimensions (w x d x h): 1540x1020x1600 mmWeight pprox..: 600 kgPC and software: includedMachine bodySheet steel, powder coated. Trasparent sliding door.Loaded wheel systemThe wheel load is 705 N. The system includes a motorized lifting system for raising the wheel assembly at the end of the test.Wheel tracking carriageThe wheel is moved 230 mm backwards and forwards on the top of the slab, which is fixed. The speed is adjustable via the PC from 20 to 30 cycles per minute (40 to 60 passes). The longest slab dimension is oriented to the wheel’s direction of travel. Special slab moulds for circular samples obtained from coring or gyratory compactors are also available. See accessories.MAIN FEATURESMeets and exceeds AASHTO standards and many DOT methods

01

Purchase and Store Section Page 28

Consolidated Tender Document

Fully automatic test performance on two specimens or one specimenVariable wheel speed from 20 to 30 cycles/minFixed table, mobile wheel 230 mm travelWheel load of 705 NTemperature range from ambient to 80°C (±0.5°C)Accurate temperature control (±0.5°C) for both in water testRut depth transducers feature 25 mm travel, 0.01 mm accuracyDirect rut depth measurement system, with transducers axially mounted in alignment with the wheel’s centreMotorized wheel-assembly lifting system for easy removal of slabsFree access to the wide testing areaOptional independent lifting system for double or single wheel testingSlab mould size of 360x300 mm (for 320x260 mm slabs), double 150 mm gyratory compactor cylinders, 200 mm/8”/10” diameter coresSlab thickness adjustable from 40 to 100 mm (in 10 mm steps)Extensive use of stainless steel in the machine’s construction; not limited to the parts in contact with waterAutomatic water filling and leveling system, no need to adjust or control the water level above the specimen during testPossibility to add two optional temperature probes to monitor the two samples temperatureLaptop PC control with dedicated software including results performance, test database management and multiple test elaborationOrigin Western EuropeanACCESSORIESSet of two moulds 400x300 mm for PAVELAB DWT Double wheel trackerSet of two moulds 360 x 300 mm (suitable for

320x260 mm slabs) for PAVELAB DWT Double wheeltrackerSet of two mould adaptors for 150mm dia.Cylindrical sample, to be used with 360 x 300 mmmoulds or with traysSet of trays with handles for 150 mm diameterCylindrical samples, conforming to AASHTO T324.Adaptors for 150 mm dia.Origin Western European

01

01

01

0104 Bitumen Penetrometer Digital electronic semi-automatic penetrometer

complete with micrometer vertical adjustment andadjustable electronic timer of the fall time,According to EN 1426, ASTM D5, and AASHTO T49. 230 V,

01

Purchase and Store Section Page 29

Consolidated Tender Document

50-60 Hz, 1 phOrigin Western EuropeanTransfer dish with supportSample cup dia 55x35 mm. Kit of 6.Aluminium cup dia 70x45 mm. Set of 6Penetration needle, fully hardened, temperedand polished stainless steel. Conforming toASTM D5 and EN 1426.Supplied complete with official UKAS VerificationCertificateWater temperature controller for penetration test,complete with heating and cooling controller.230V/50-60Hz/1phOrigin Western European

01010101

01

05 Multi Speed Machine for CBR and MARSHAL

MULTISPEED compression testing machine withDigital control panel, motorized ram, two-columnstructure and adjustable crossbeam.Loading capacity: 50 kNClearance between columns: 270 mmTest speed: adjustable from 0.2 mm/min up to 51 mm/minAutomatic closed loop control of test speedCBR and Marshall test speeds are saved in memoryand easily recallRam travel: 100 mmAlphanumeric display 2 X 16 charactersRapid approach and rapid return functionsProgrammable upper limit of the travelPower rating: 750 W220-240V/50-60Hz/1PhTest set to perform CBR and Marshall tests indigital mode with the 34-V0107 and 70-T0108/E testersOrigin Western European

01

06 Rotational Viscometers Rotational viscometer, standard version,conforming to ASTM D2196, ASTM D4402, AASHTO T316,EN 13302. 110-240V/50-60Hz/1ph.Including:-Stand-Boss head-Spindle protection-Spindle rack-Power supply cableFeaturing:-Complete data display: Selected speed, Selectedspindle, Viscosity reading, Percentage of fullscale, Relative and absolute viscosity.-AUTO-TEST with visual and audible malfunction alarm-AUTO-RANGE functionOrigin Western EuropeanTemperature control unit with temperature rangefrom ambient plus 5°C to 300°C. Complete with setof 4

01

01

Purchase and Store Section Page 30

Consolidated Tender Document

spindles. 220-240V/50-60Hz/1Ph.

I Lab. Equipment for Chemistry Department (for detail contact # 05827-961100)Sr. # Name

1. Polyphosphoric acid2. Cation exchanger Dowex-H3. 4-Nitro-O-phenylenedimine4. 1-Adamantyl methyl ketone5. 1-Adamantyl isocyanate6. 1-Adamantyl bromomethyl ketone7. 4-Methyl-1-pentyne8. 3-Ethyl-1-pentyn-3-ol9. Ethyl propiolate10. 4-Pentyn-1-ol11. Dimethyl acetylenedicarboxylate12. Ethyl acrylate13. 4-tert-Butylphenylacetylene14. 5-acetyl-2-thiophenecarbaldehyde15. 3-Thiophenecarboxaldehyde16. Ethyl 4-chloro-3-oxobutanoate17. terephthalaldehyde18. Manganese acetate19. 2,6-diamino-4-hydroxypyrimidine20. 7-amino-1-tetralone21. 6,7-dimethoxy-1-tetralone22. 2-bromo-1-tetralone23. 4-methyl-1-tetralone24. 6-methoxy-1-tetralone25. Ethyl 2-chloro-3-oxobutanoate26. Phosphoryl chloride (POCl3)27. Hydrazine hydrate 80%28. Acetylthiocholine iodide (Sigma Aldrich)29. 3-aminopropylethoxysilane(analytical grade)30. p-nitrophenyl alpha-D-glucopyranoside31. Oleanolic acid32. Ursolic acid33. Lupeol34. L-phenylalanine 35. 2,2-azobis(2-amidinopropane)dihydrochloride36. Thiobarbituric acid37. Deoxyribose38. Catichin 39. 2,4,6-tri(2-pyridyl)-s-triazine40. Ferric chloride anhydrous41. Ferrozine42. EDTA43. Bromophenol blue44. Acrylamide gel45. Ammonium persulphate

Purchase and Store Section Page 31

Consolidated Tender Document

46. TEMED47. Diethylenetriamine pentaceticacid(DTPA)48. Sodium Carbonate (5Kg)49. Sodium hydroxide (5Kg)50. Potassium hydroxide (5Kg)51. Ethyl acetoacetate (1L)52. Oleic Acid 53. Pyrrole54. Zn(Oac)2

55. Silver Nitrate 56. Azobisisobutyronitrile 57. Carbazole 58. 4-chloromethylbenzyl chloride59. Alumina coated glass substrate60. Silicon wafer as substrate for thin film61. ITO coated glass substrate62. Fluorescein; Reference for Quantum Yield63. Rhodamine 101; Reference for Quantum Yield64. Single stranded- DNA65. Solomon Sperm-DNA66. Triphenyl tin(IV) oxide67. Trimellatic anhydride68. 4-Iodo aniline69. Octadecylamine70. Copper Chloride71. Oleylamine72. Oleic acid73. Sodium dodecylbenzenesulfonate74. Copper (ll) Nitrate anhydrous75. Glacial Acetic Acid76. 2-hydroxy acetophenone77. Caffeic (Merck)78. Syringic(Merck)79. p-coumaric(Merck)80. Ferulic(Merck)81. Sinapic(Merck)82. Catechin(Merck)83. Kaempferol(Merck)84. Apigenin(Merck)85. Quercetin(Merck)86. myricetin(Merck)87. PSA (primary and secondary amines) 50um/100mg packing88. C18-reversed phase silica gel 230-400 mesh , 40-63 μm89. Graphitized Carbon Black (GCB) Adsorbents, 45 μm/50mg packing90. SPE Bond Elut Carbon91. 4-amino phenol92. Para finoil93. Coomasaie brilliant blue R-25094. Pigment green 18 95. Dithizone96. Phenolphthalien97. Dinitrosalicylic acid

Purchase and Store Section Page 32

Consolidated Tender Document

98. Diphenyl tin(iv)oxid99. 1,5 –dibromopentan100. Ceric ammonium nitrat101.p Aniline 102. Pyridine103. Potassium tartrate104. Sodium iodide 105. Triton X 100106. Aldrin107. Imidacloprid108. Glyphosate109. Methamedophos110. Monocrotophos111. Cyfluthrin112. Diquat113. Methyl Parathian114. Mancozeb

Solvents

Sr. #1. Diethylene Glycol (2.5L)2. Tetra Ethylene Glycol (2.5L)3. Ethylene Glycol (50 Litre)4. THF (2.5L)5. Acetonitrile (2.5L)6. DMSO (2.5L)7. Diethyl ether (2.5L)8. Hydrogen peroxide (2.5 Litre)9. Isopropanol10. n-butanol11. Meta cresol12. Acetone analytical grade 2.5 liter 13. N-hexane HPLC grade14. Ethyle acetate HPLC grade15. Benzaldehyde 16. Hcl 17. Nitric acid 18. Toluene19. Sulfuric acid 20. N hexane analytical grade 21. Chloroform22. Methanol23. Ethanol24. orthophosphoric acid25. acetic acid

Commercial Solvents26. Ethyl acetate27. Acetone28. Methanol29. Ethanol

Purchase and Store Section Page 33

Consolidated Tender Document

30. n-Hexane31. Dichloromethane32. Chloroform

Purchase and Store Section Page 34

Consolidated Tender Document

Glassware Items

Sr. # Name of item Size1. Round Bottom flask single neck (24/29) 250ml2. Round Bottom flask single neck (24/29) 100ml3. Round Bottom flask single neck (24/29) 50ml4. Round Bottom flask two neck (24/29, 19/26) 250ml5. Round Bottom flask two neck (24/29, 19/26) 100ml6. Reflux condenser (24/29) Spiral7. Reflux condenser (24/29) Liebig8. Pipette 1ml9. Pipette 2ml10. Pipette 5ml11. Pipette 10ml12. Volumetric Flask 1000ml13. Volumetric Flask 500ml14. Volumetric Flask 250ml15. Volumetric Flask 100ml16. Volumetric Flask 40ml17. Volumetric Flask 25ml18. Beaker 500ml19. Beaker 250ml20. Beaker 100ml21. Beaker 50ml22. Buchner funnel small23. Buchner funnel medium24. Separating funnel 500ml25. Separating funnel 250ml26. Dropping funnel with side arm 100ml27. Glass funnel 60mm28. Glass funnel 75mm29. Filtration flask 250ml30. Filtration flask 500ml31. Conical flask 50ml32. Conical flask 100ml33. Conical flask 250ml34. Conical flask 500ml35. Measuring cylinder 10ml36. Measuring cylinder 50ml37. Measuring cylinder 100ml38. Spatula Small39. Spatula medium40. Micro Pipette with tips 10-100 µl41. Micro Pippete with tips 100-1000 µl42. test tubes 5ml43. test tubes 10ml44. test tubes 20ml45. Micro test tubes46. Auto Pipette filler47. Screw cap tubes 5 ml48. Screw cap tubes 10ml49. Test tube stands50. Cling film51. Filter paper sheets52. TLC plates (pre coated silica gel, fluorescent) 20x20cm53. Magnetic stirring bar 8mm54. Magnetic stirring bar 10mm55. Petri dish

Purchase and Store Section Page 35

Consolidated Tender Document

56. Ependorph tubes ( pack of 1000) 1mL57. Separating funnel (1 L)58. China dishes (50mL)59. Iron stand with clamps60. Burette 25mL61. Burette 10mL62. Rubber cork (24/29)63. Rubber cork (19/26)64. Drying tube (24/29)65. Drying tube (19/26)66. Glass stopper (19/26)67. Glass stopper (24/29)68. Column69. Separating funnel holder70. Test tube holder71. Glass cover72. Glass voils 73. China dish74. Screw capped reagent bottles 250 ml75. Screw capped reagent bottles 500 ml76. pH paper77. Falcon tubes78. Microporous filter paper79. Watt man filter paper80. Thermameter with quick fit

Lab. Equipment

Name Specifications QtyShaker Shaking speed :

20 to 300 rpm, stoke: 30 mm orbital motion , digital PID controller, LED 4 digit display , safety: over temperature cut off, over current breaker , Universal spring rack 690*650 mm

01

Autoclave Capacity 40 litre, dimension 300 mm diameter* 630 mm height, temperature controller: micro processor PID multy function controller, digital display, operating pressure ,operating pressure : 2kg cm2 at 121 Co

01

Waterbath Volume 22 liter , ambient temperature 5 Co -40 Co rH max 80 % (no condensation ) overall voltage : II , setting accuracy 0.1Co , temperature fluctuation +- 0.1 Co

01

Incubator Chamber dimension : 400mm width * 320 mm height * 250 mm depth , ambient temperature 5Co to 40Co , rH 80 % maximum, setting accuracy : 0,5Co digital display

01

Sonicator Tank sonicator , having pulse sonication along with sweep , frequency 50 / 60 Hz 01Vaccum pump High pressure oil free 01Hydralic press Upto 15 tons of force , digital force read out, platen diameter 100 mm, along with die

and agate mortar and pestle 01

FTIR Lens FTIR internal lens 01J Lab Equipment for Software Engineering Department (for detail contact #

05827-961016)

Purchase and Store Section Page 36

Consolidated Tender Document

01 Digital Analog Training System Digital Training system with following provisions: Variable AC /DC Power Supply, Built in function Generator, 16 bit data switches, 16 bit LED’s, Pulse Data Switches.

10

02 Analog / Digital Oscilloscopes Dual Channel, 20 MHz, 400 v peak –to - peak 10

Purchase and Store Section Page 37

Consolidated Tender Document

Form 1.

PROPOSAL SUBMISSION FORM

Secretary Purchase Committee

Mirpur University of Science & Technology,

Sir,

____________________________________________ We, the undersigned, offer to provide the Services

for "Purchase of Items for MUST Office and in accordance with your Request for Proposal (Tender

Document) dated _________ and our Proposal. We are hereby submitting our Financial Proposal along

with Technical compliance, sealed in envelope.

We understand you are not bound to accept any Proposal you receive and reserves the right to accept or

reject any offer and to annul the bidding process and reject all proposals without assigning any reason or

having to owe any explanation whatsoever.

The decision of evaluating committee shall be final and cannot be challenged on any ground at any forum

and the evaluating committee will not be liable for any loss or damage to any party acting in reliance

thereon.

We remain,

Yours' sincerely

Authorized Signature:

Name and Title of Signatory: Name of Firm:

Address:

Purchase and Store Section Page 38

Consolidated Tender Document

FORM 2:

To be filled by the bidders

1. Name of bidders: --------------------------------------------------------------------------------------

2. Address: -------------------------------------------------------------------------------------------------

3. Phone: ---------------------------------------- Mobile -------------------------------------------------

4. Fax No. -------------------------------------- E-mail: --------------------------------------------------

5. NIC Tax No. ----------------------------- Sales Tax No.: --------------------------------------------

6. Branches (if any): i. ------------------------------------------------------------------------------------

ii. ------------------------------------------------------------------------------------------------------------

iii. -----------------------------------------------------------------------------------------------------------

7. Type of Business: i. -----------------------------------------------------------------------------------

ii. ------------------------------------------------------------------------------------------------------------

iii. ------------------------------------------------------------------------------------------------------------

8. Facilities: i. List of technical staff with qualification and experience

ii. Authorization of distribution / dealership ----------------------------------------------------------

iii. Any other: ---------------------------------------------------------------------------------------------

9. Monthly Turn Over: -----------------------------------------------------------------------------------

10. Previous Experience (name of organization where said or like equipment supplied/installed/

Commissioned)

i. --------------------------------------------------- ii. ------------------------------------------------------

iii.-------------------------------------------------- iv.------------------------------------------------------

v. --------------------------------------------------- vi. ----------------------------------------------------

vii. -------------------------------------------------- viii. --------------------------------------------------

Please enclose any supporting document

Total Bid Value (Rs): _______________ Amount of CDR (Rs):______________________

Name and signature: - ------------------------------------- Date: ---------------------------------------

“THE END”Purchase and Store Section Page 39

Consolidated Tender Document

Purchase and Store Section Page 40