Tender for Radiation Instruments

Hemwati Nandan Bahuguna Garhwal University
(A Central University)
Srinagar (Garhwal) - 246 174, Uttarakhand
Phone: 01346 – 252143, 252167, 252170
Fax : 01346 – 252174, 252247
Ref: HNBGU/SRT/PHYS/MoU/2015/01
Dated: 12-05-2015
TENDER NOTICE
Sealed tender bids are invited from reputed manufacturers/agencies, having a minimum experience
of two years in the field of radiation instruments, for the following equipments/items:-
Radiation Instruments
HNBGU/SRT/
PHYS/ MoU/
2015/01
Tender No.
Item(s)
(i) Calibration Chamber - Radon
(ii) Calibration Chamber - Thoron
(iii) Aerosol Impactor
(iv) Lucas Cell & Its Counting Unit
(v) Etching Unit & Spark Counter
EMD (Rs.)
Rs. 20,000/Rs. 10,000/Rs. 10,000/Rs. 10,000/Rs. 10,000/-
Tender document(s) containing terms and conditions and technical specifications are available and can be
downloaded from the university website www.hnbgu.ac.in. The tender documents fee is Rs. 1,000/(Rupees One Thousand only) for each tender (non-refundable). The tender documents fee and Earnest
Money Deposit (EMD) have to be deposited through separate Demand Drafts (DD), in favor of the
“Finance Officer, HNB Garhwal University, Srinagar (Garhwal)”, payable at Srinagar (Garhwal), and
have to be enclosed with the duly filled Technical Bid. All the instructions, terms and conditions,
specifications, bid formats, etc. are available with the Tender Document(s). The suppliers/agencies,
registered with university, are exempted from furnishing EMD along with their bids. The tender document
fee is payable to all.
The sealed tender bids duly completed in all respects, along with necessary documents, should reach to The
Coordinator, Nodal Centre, Department of Physics, HNB Garhwal University, Badshahi Thaul
Campus, Tehri Garhwal, Uttarakhand - 249199, latest by the date 24-08-2015 till 17.00 hrs.
The Technical Bids so received, shall be opened on the date 25-08-2015, at 15.00 hrs, in the Department of
Physics, HNB Garhwal University, Badshahi Thaul Campus, Tehri (Garhwal), Uttarakhand, in the presence
of the representatives of the suppliers those wish to be present. Subsequently, only the financial bids of
eligible tenderers shall be opened on the same date. Purchase Committee for the purpose has the right to
reject any or all tenders, without assigning any reason thereof.
Important Dates:
Last date of receiving sealed Bids
Date of Opening of Technical Bids, if
minimum three vendors participate
Date of Opening of Financial Bids
24-08-2015, till 17.00 hrs, to The Coordinator, Nodal
Centre, Department of Physics, HNB Garhwal
University, Badshahi Thaul Campus, Tehri Garhwal,
Uttarakhand - 249199
25-08-2015, at 15.00 hrs, in the Department of Physics,
HNB Garhwal University, Badshahi Thaul Campus,
Tehri (Garhwal), Uttarakhand
25-08-2015, subsequently after the opening and
scrutinizing the technical bids.
For latest information or updates, please visit university website <www.hnbgu.ac.in>.
Attached Document: Tender Documents for Radiation Instruments
Registrar
Hemwati Nandan Bahuguna Garhwal University
(A Central University)
Srinagar (Garhwal) - 246 174, Uttarakhand
Phone: 01346 – 252143, 252167, 252170
Fax : 01346 – 252174, 252247
Department of Physics, Badshahi Thaul Campus, Tehri Garhwal
Phone: 01376-254056
Fax: 01376-254088
E-mail: [email protected]
Document fee: Rs. 1,000/- (non-refundable)
Tender No.:
HNBGU/SRT/PHYS/MoU/2015/01
Dated:
12 May 2015
Radiation Instruments
Tender Document
Part- A: Terms and Conditions
Part- B: Technical Bid (Format)
Part- C: Financial Bid (Format)
Part- D: Specifications
Hemwati Nandan Bahuguna Garhwal University
(A Central University)
Srinagar (Garhwal) - 246 174, Uttarakhand
Phone: 01346 – 252143, 252167, 252170
Fax : 01346 – 252174, 252247
Tender No.: SRT/PHYS/MoU/2015/01
Dated: 12 May 2015
Tender Document
Part- A : Terms & Conditions
General:
1. The Purchase Committee for the purpose reserves the right to reject any or all the tenders
without assigning any reason thereof. Conditional tenders shall not be accepted.
2. Duly filled tender documents in sealed covers super-scribed “Tender for Radiation
Instruments” should reach to The Coordinator, Nodal Centre, Department of Physics,
HNB Garhwal University, Badshahi Thaul Campus, Tehri Garhwal - 249199 on or
before the last date. Tender documents that do not provide complete information and that are
received after the specified date and time will not be considered and will be summarily
rejected. The department will not be responsible for any postal delay.
3. Sealed Tenders should be submitted in two-bid system consisting of Technical Bid (Part-B
of the tender document), and Financial Bid (Part-C of the tender document). Duly filled
Technical Bid and Financial Bid should be submitted separately in two different sealed
envelopes kept within one sealed envelope. The “Technical Bid” or “Financial Bid” should
be clearly written on the corresponding sealed envelops, both kept within the sealed single
envelop, super-scribed “Tender for Radiation Instruments”.
4. The amount of total earnest money should be equal to the sum of the amounts of earnest
money of the items for which tender has been placed. The DD of EMD has to be enclosed
with the duly filled Technical Bid.
5. The purchase committee reserves the right to change any item or quantity of item(s) without
prior intimation to the tenderer.
6. Rates should indicate all taxes and installation charges F.O.R. the Department of Physics,
H.N.B. Garhwal University, Badshahi Thaul Campus, Tehri Garhwal, Uttarakhand, India.
University will not supply “C” or “D” form.
7. Tenderer should produce authorization certificate of the Manufacturing Company/Firm
represented by him/her.
8. It is essential to enclose make/company name/model No. and other specifications/product
catalogue/manual, etc. of the items tendered.
9. After finalization of the purchase order to the successful tenderer, the EMD will be refunded,
preferably within two months, to the unsuccessful tenderers without any interest. However,
the EMD of the successful tenderer will be kept as Security deposit.
10. Successful bidder shall have to deposit Performance Security of Rs. 50,000/- (Rupees Fifty
Thousand only) in the form of Bank Guaranty or a Demand draft drawn from any
nationalized bank in the favor of ‘Finance Officer, HNB Garhwal University, Srinagar
(Garhwal), payable at Srinagar (Garhwal), on submission of which the Security money of the
successful bidder will be refunded. In case different tenderers qualify for different items, the
Performance Security will be 5% of the quoted price (Maximum upto Rs. 50,000/-) for each
item. Purchase order will be issued only after the Performance Security is received from the
successful tenderer. The Performance Security will be refunded, without interest, after
successful completion of the warranty period. The Performance Security has to be deposited
within two week from the date on which tender is approved, otherwise the approval will shift
in the favor of the second lowest tenderer and so on, up to the tenderer who otherwise fulfills
all conditions.
11. The supplier, ordered to supply the equipment(s)/item(s), has to supply, install and
demonstrate the equipment(s) within three months from the date of issue of purchase order,
failing which the Performance Security will be forfeited; and the purchase committee may
cancel the purchase order in full, or part, and re-allot the same to next lowest tenderer who
otherwise fulfills all conditions.
12. The bills of the suppliers shall be paid by the University after all the materials/articles/
equipments have been received, installed, inspected and verified by the departmental
purchase committee.
13. The equipments should be of said specifications and have at least one year warrantee. The
tenderer shall specify after sales service facilities within the Guarantee/Warrantee period. The
warrantee period will be extended for the period by which the equipment(s)/instrument(s)
remain out of order during warrantee period.
14. Non-compliance of the terms and conditions or breach of contract will result in forfeit of
deposited EMD/Security deposit/Performance security.
Term & Conditions of Supply:
1.
2.
3.
4.
5.
6.
The last date and time for the acceptance of the bids is on 24-08-2015, till 17.00 hrs.
Tenderers shall submit the following documents along with the Technical bid.
a) Income Tax/Sales Tax clearance certificate from the office concerned, certifying that the
tenderer has cleared all the tax dues.
b) Suppliers should be either manufacturer or authorized dealer of the said equipment(s) and
should submit the proof for the same. Also, the suppliers should state whether they are a
Proprietary Firm, Partnership Firm or Private/Public Limited Company and furnish the
proof of the same.
c) The names of the organizations and laboratories, if any, to which similar equipment(s)
have been supplied.
d) Certificate of registration of firm (Registration No.).
e) Technical specifications offered by the Supplier.
f) Proprietary certificate, if any.
The rates should be mentioned in the Part C - Financial bid attached with the Tender
Document. Each page of the tender shall be signed in full and stamped with the seal by the
supplier. The supplier must clearly state in what capacity he or she is signing the tender.
The Technical Bid shall be opened first to ensure that supplier(s) has (have) submitted all the
requisite documents. If the Technical Bid is not in order or is deficient in some respect, the
Financial Bid of such tenderer shall not be opened.
Tender bids, not accompanied by the requisite amount of tender document fee and Earnest
Money Deposit, are liable to be rejected.
Supplier should read carefully all the instructions and terms and conditions, etc., before
registering rates in prescribed schedule of the tender. Taxes and duties etc. should be shown
separately and clearly.
7.
The Technical Documents shall be opened only if at least three Vendors have participated.
The tenderers or their authorized representatives shall be allowed to be present at the time of
opening of the tenders. Subsequently, only the financial bids of qualified tenderers shall be
opened.
8. In case of imported items/equipments/components, the rates should be quoted in the light of
exemptions enjoyed by educational institutions, as per the Department of Scientific &
Industrial Research (DSIR), Govt. of India norms. Certificate for that effect shall be
provided.
9. The university is entitled for availing Excise Duty exemption at present. Excise Duty
Exemption Certificate (DSIR Certificate), wherever applicable, and as per rules will be
issued at the appropriate time. Hence Excise Duty should not be included in the BID.
10. Technical Specifications of the instruments/equipments are given in Part D - Specifications
of the tender document.
11. The delivery, installation and operational training of the instruments/equipment should be
completed within three months from the date of placing the order. No extension shall be
granted to the contractors/suppliers for the period of delivery.
12. If the supplier fails to deliver the article(s) as per the delivery schedule, the University
shall be free to procure the balance/undelivered supply, at the risk and cost of the supplier,
from other such suppliers.
13. The goods, articles, material supplied by the supplier shall be accepted after inspection. No
articles/materials, which do not confirm to the specifications laid down in the terms &
conditions or damaged in transit, are acceptable.
14. Supplier(s) shall be responsible for the supply and installation of equipment(s) at the
destination. The cost towards insurance, etc., until destination, shall be borne by the
supplier(s).
15. The basic operator training should be provided by the competent Engineer during the time of
installation.
15. Charges for AMC after warranty period for next three years (minimum 2 visits per year)
should be clearly mentioned separately as optional item. A list of all the necessary
accessories required to make the unit(s) functional should be provided. Names and phone
numbers of the persons responsible for Sales and Service for this territory should be
mentioned.
16. Printed Terms and Conditions on letter heads or Quotation form of tenderers shall not be
applicable.
17. The contract/Purchase order shall be governed by the Laws of India for the time being in
force. All disputes or differences arising out of this contract shall be subject to the exclusive
jurisdiction of court of Pauri Garhwal only.
Registrar
PART- B : Technical Bid (Format)
Tender No.: HNBGU/SRT/PHYS/MoU/2015/01
Dated: 12 May 2015
(Note: 1. Tenderers are advised to read carefully the Terms and Conditions of supply before
recording the rates in this schedule. 2. No erasures or over writing shall be allowed,
unless they are authenticated under the full signature and the seal of the tenderer.
3. The rates shall be F.O.R. destination).
Technical Bid (should consist of)
1. Name of the Firm …………………………………………………
2. Address of the Firm with phone number, fax No., E-mail, etc . ………………
…………………………………
…………………………………
3. Certificate of Registration of firm (Mention number) ……………………………
4. Technical specifications/make/model of the items being offered by the firms along
with Brochures and literature giving all features of the items.
5. Certificate of Authorized Distributorship/Dealership from the Manufacturer.
6. Sales Tax number and clearance certificate (attach proof):
7. PAN/Income Tax Clearance certificate/TIN No. (Attach proof):
8. Delivery Period:
9. Warranty:
10. Discount offered:
11. Post Warranty AMC:
12. List and No. of enclosures:
Signature of the Tenderer
With Seal of the Firm
PART- C : Financial Bid (Format)
Tender No.: HNBGU/SRT/PHYS/MoU/2015/01
Dated: 12 May 2015
(Note: 1. Tenderers are advised to read carefully the Terms and Conditions of supply before
recording the rates in this schedule. 2. No erasures or over writing shall be allowed,
unless they are authenticated under the full signature and the seal of the tenderer. 3. The
rates shall be F.O.R. destination).
Financial Bid (should consist of)
1. Name of the Firm ……………………………………………………
2. Address of the Firm with phone number, fax No., E-mail, etc. . .. …………
……………………………
………………………………
3. Validity period of Tender:
4. Format for submitting the financial bid
Item Description of goods
No. with details of
specifications
Quantity Price/Rate
per Unit
(Rs.)
Taxes (Rs.) Total Cost
(please
(Rs.)
specify)
1.
Calibration Chamber - 01
Radon
2.
Calibration Chamber - 01
Thoron
3.
Aerosol Impactor
01
4.
Lucas Cell & Its
01
Counting Unit
5.
Etching Unit & Spark
01
Counter
* Prices quoted should be figures and words.
Signature of the Tenderer
With Seal of the Firm
PART- D : Specifications
Tender No.: HNBGU/SRT/PHYS/BRNS/2015/01
Dated: 12 May 2015
1. Specifications for Calibration Chamber - Radon
Walk-in-Stability Test Chamber
Programmable Logic Control with Safety
controller, auto changeover of
Touch screen and Ethernet connectivity
Alarm Audio Visual Alarm if the temperature
deviates from the preset temperature
Insulation 80mm Thick CFC free PUF Insulated
modular cabinet
Observation Door Inside see through
unbreakable acrylic door
Having state of art By pass system for continues
run compressor
Insulation to save heat energy.
Other MCB, Heavy duty latch with lock & key.
1. Float switch to cutoff the mains supply in case
of low water level in the
2. Additional safety thermostat to cut off the
boiler system in case of overshoot
3. 180 Sec. compressor ‘ON’ delay timer to safe
guard the compressor.
Documentations IQ, OQ, PQ documents with
Control System
Standby systems & other event managements
with 3.8” Color HMI with
Air Circulation Blowers to have uniformity of
Temperature under loaded condition.
Lighting Interior illumination for working area.
Heating System U shaped S.S. Nichrome wire
air heaters.
Refrigeration System Hermetically Sealed CFC
Free Emerson Compressor with R- 22 refrigerant
Humidity System Non condensing type steam
injection system with water level arrangement
with
Power Works on 230/430 V AC single / three
phase 50Hz
Safety Features
Boiler tank.
Of temperature.
Certifications ISO 9001: 2008 and ISO 13485 :
2012
Certificates And calibration reports
material Test
Specifications
Temperature Range 20° C to 60° C
Temperature Uniformity ± 2° C
Humidity Accuracy ± 2% RH.
Temperature Range 20° C to 60° C
Temperature Uniformity ± 2° C
Humidity Accuracy ± 2% RH.
Temperature Accuracy ± 0.2° C
Humidity Range 40% RH to 95% RH.
Humidity Uniformity ± 3% RH.
Temperature Accuracy ± 0.2° C
Humidity Range 40% RH to 95% RH.
Humidity Uniformity ± 3% RH.
Dimension
Capacity
8000 Litres
Internal Size (W×D×H)
2m×2m×2m
External Size (W×D×H)
2.1 m × 2.1 m × 2.1 m
Number of Trays
24
Additional Accessories
Ready to use stand by refrigeration system in case of regular system fails. Complete with compressor
condenser, evaporator and other Accessories with gas charging. (Above 600 Litres)
Ready to use stand by Humidity System in case of regular system fails.
4 channel RH and 4 channel temperature data Scanner for record, store and print the data online and
off line with variable print time intervals and Ethernet connectivity
8 channel RH and 8 channel temperature data Scanner for record, store and print the data online and
off line with variable print time intervals and Ethernet connectivity
Mobile alert via GSM Technology in case of system failure
Additional tray suitable for above equipment
Windows based Communication software for data management. Complete with multi dropping to
monitor multiple chambers to one software
Online uninterrupted power supply for PLC
Validation charges per day (8 hrs)
Radon Source with calibration report
2. Specifications for Calibration Chamber - Thoron













Cylindrical Exposure Chamber (Diameter 0.5 m; Heoght 0.5 m) with fans and five
adjustable perforated plates
Online Temperature, Humidity sensors with electronic display
Vacuum Pump with flow rate meter
Aerosol generator with required accessories to be attached with chamber
Thoron generator system with required accessories to be attached with chamber
Three/Four sampling points for gas flow from chamber with required tubing
Flow meter/Pump with inbuilt battery and AC operation to be attached as per requirement
Data communication software with transfer point for online/offline data communication
Data transfer RS-232 cable
Operation and application manual
Operating conditions
Temperature
: 0 to 50 degree C
Rel. Humidity
: 0 to 60% non-condensing
Humidity control system for exposure chamber
Thoron Source with calibration report
3. Specifications for Aerosol Impactor












Basic: Seven stage Particle Aerodynamic Size Separator (PASS)
Operating flow rate
45 lpm
Cut-off diameters
8.95, 7.91, 6.09, 4.15, 2.94, 1.03, 0.53 μm
Dia. Of collection plate holder
82 mm
Dia. Of collection substrate
70 mm
Dia. Of inlet cone ID
25 mm
Dia. Of the unit
96 mm
Height of the unit
230 mm
Weight of the unit
2.5 kg
Accessories:
Sampling pump: Air suction pump, flow rate 50-100 lpm, ¼ HP motor, continuous
duty, 220 V, 50 Hz operation
Rotameter: 0-100 lpm Or flow transducer with digital indication 0-100 lpm and a
bleed valve to adjust flow
4. Specifications of Lucas Cell and its Counting Unit
Lucas Cell
With Auto Shut off Swagelock Union type & Internally coated with Zinc Sulphide Detector
along with ‘T’ arrangement & a vacuum guage (small 1.5” dia) to check the vacuum at any
time.
Counting Unit
Complete with Photomulitplier Tube ( 51 mm dia of Thorn EMI), PM Tube Housing, Preamplifier and EHT Auto Cut-off arrangement
Microprocessor based Programmable Counting System
Counting Time in each Program Cycle
:
1 – 999 Min
No. of Cycles in each Program Cycle
:
1 – 999
Max. No. of counts per Cycle
:
9999 / 99999
Display
:
32 character LCD Module
Memory
:
8 K Zero Power RAM
Printer
:
24 Column Alpha Numeric
Power Supply
:
230 V ± 10%, 50 Hz. & 6 V DC
from Battery with built-in Battery &
Charger
Accessories




RADON GAS BUBBLER Complete with Vacuum Stopcocks, Capillary, Ball & Cup
Joints and Sintered Disc
Poly Propylene Stand to hold 10 Nos. of Radon Gas Bubblers
High Vacuum System for evacuating Lucas Cells, complete with Single Stage High
Vacuum Pump of 50 LPM Capacity, Maximum Vacuum – 0.1 Torr 1 Ph AC, Motor
230V, Vacuum Guage, None Return Valve, Pump Oil etc.
Swagelock Union (M) for connection to Vacuum System and Bubbler Accessories
5. Specifications for Etching Unit and Spark Counter:
Etching Unit
Double walled construction inner made of Stainless Steel & exterior made of G.I. sheets
powder coated/fully Stainless Steel. The gap between the two walls filled with glass wool
insulation. Heating is by immersion type heaters. Temperature Controlled by Electronic
Digital Temperature Controller with PT 100 as sensor. A motor with stirrer is mounted on a
base & fitted on the side of the bath for uniformity. Lid made of Stainless Steel.


Temperature Range: 5 oC above ambient to 95 oC
Control Accuracy: ±0.5 oC.
Spark Counter
Detector Type
Count Capacity
Count Display
Dead Time
EHT Range
EHT Display
EHT Setting
Counting Gate/Window time
Display
Parameters Displayed
Operating Keys
Data Transfer
Downloading Software
Power
Dimensions
Accessories
Solid State Nuclear track detector
99999 counts
On the LCD display
Less than 10 µ for spark registration
Sparking Head area = 1 Sq.cm(±0.1% accuracy)
100 Volts to 1000 volts, user settable
4 Digit display on LCD Module
Independent setting of Pre-sparking & counting
Voltage through keys using two digital
potentiometers
1 to 10 sec. User –settable through keys
32 character backlit LCD Module
Counts and EHT
5 Nos.
Through RS 232 serial port for data transfer to a
PC
Provided on a CD
Mains 230 V AC ± 10%
23 cm x 20 cm x 28 cm
Microprocessor based control system
(For any further clarification on the design of different components of the system(s)
please feel free to contact The Coordinator, MoU at phone Nos.: 09412009567
(M), 01376-254056 (O), or Email: [email protected]).