Ref: TFR/PD/IC15-065/ August 18, Notice inviting tender (TWO PART TENDER) for the following item:

Size: px
Start display at page:

Download "Ref: TFR/PD/IC15-065/ August 18, Notice inviting tender (TWO PART TENDER) for the following item:"

Transcription

1 Autonomous Institution of the Department of Atomic Energy, Government of India HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI Telephone : , 2886, 2887, sgk@tifr.res.in, sheela@tifr.res.in, madhuram@tifr.res.in, Website Ref: TFR/PD/IC15-065/ August 18, 2015 Notice inviting tender (TWO PART TENDER) for the following item: Sr.No. Description Qty Multipurpose High Resolution X-Ray Diffractometer 01. System with Variable Temperature Stages and other specified accessories. As per attached technical specifications. 01 No. TWO Part Tender Note: Approx Cost of Tender : Rs. 2,20,00,000/- Tender should be submitted in sealed envelope duly superscribed with the Tender No., Due Date in Bold Letters. For further details, specifications, terms and conditions etc. please visit our website: or You may contact sgk@tifr.res.in, sheela@tifr.res.in, madhuram@tifr.res.in for any clarification. Tender should reach us on or before at hrs. Tender will be opened on at hrs. Please see attached sheets for technical specifications and tender conditions. Shekhar G.K. Administrative Officer C

2 Ref: TFR/PD/IC15-065/ Specifications for Multipurpose High Resolution XRD System A. BASIC CONFIGURATION 1. X Ray Source a. High Brilliance High Flux X Ray source having line focus b. Anode Material: Copper c. Operating Power: 6 KW or higher 2. Goniometer a. Vertical, Theta-Theta geometry b. Two theta range: 0 to 150 deg. or more c. Scanning mode: Theta-Theta coupled and independent d. Step size: degrees e. Radius: 300mm or more 3. Sample Stage Standard powder sample stage 4. Optical Modules on incident and diffracted side a) Automated diverging and anti-scattering slits to control height and beam mask to control width of illuminated spot on sample b) Automated receiving slits to control resolution for the point detector c) Soller slits of low and high degrees to control axial divergence d) Attenuator to avoid direct exposure of detector to x-ray source 5. Point Detector with Secondary Monochromator a) Zero Dimensional point detector b) CPS Handling : 1 x 10 5 or better c) Suitable Diffracted Beam Monochromator for fluorescence suppression. 6. Line Detector with Secondary Monochromator a) One Dimensional (1D) multi strip solid state detector for rapid powder diffraction measurement b) Resolution = 100 micron or higher c) CPS handling = 1 X 10 6 or higher d) Suitable Diffracted Beam Monochromator for fluorescence suppression e) Suitable Anti-scatter silts and/or Soller slits on diffracted side.

3 7. Personal Computer and Software Suitable PC with machine control, optics and/or sample height alignment and data acquisition software preloaded. We should be able to install this software on different PC if PC provided by vendor goes bad or needs formatting hard drive in future. User should be able to export data in ASCII format. 8. Water Chiller Split-mode close cycle air cooled water chiller for x-ray source cooling: Compressor and fan should be housed outside the lab to eliminate noise and heat. 9. Essential Spares and Consumables List of essential spares and consumables to be supplied with the instrument. B. ADDITIONAL ATTACHMENTS AND ANALYSIS SOFTWARE (NOTE: We reserve right to opt for either ALL or SOME of the additional attachments / software. However vendor must quote for all. It is necessary that system has provision and availability of all attachments listed below.) 1) Thin film Analysis Attachment a) Necessary optics with easy switchover from focusing beam to parallel beam b) Ge-(220), 2 bounce Incident and Diffracted Beam Monochromator for high resolution studies of thin films c) Sample stage with following specs i) Chi rotation : 0-90 deg or higher, step 0.01 or better ii) Phi rotation : deg, step 0.01 or better, steady and continuous rotation with variable speed should be possible iii) Height alignment (Z): 2 mm or higher, step Size mm or less iv) Sample mounting : horizontal d) Above stage should allow applications such as Grazing Incidence Thin Film Diffraction, X Ray Reflectivity, GI SAXS, Reciprocal Space Map, Pole Figure, Rocking Curve, Residual Stress measurement and Texture Analysis. 2) SAXS Attachment Necessary hardware and software to carry out Small angle x-ray scattering analysis of nanomaterials / powders in transmission mode along with evacuated path to reduce scattering losses.

4 3) High Temperature Attachment a) Necessary hardware for high temperature measurement, including external water cooler if necessary b) Temperature range: Room Temperature to 1200 Deg C minimum c) Heating/cooling rate: 5 Deg C per minute or better d) Temperature stability: ±1Deg C or better e) Provision for fully automatic measurement in heating/cooling cycles including sample height alignment 4) Low Temperature Attachment a) Necessary hardware for low temperature measurement b) Temperature range: 300K to 12K or lower c) Cooling/heating rate: 5K per minute or better d) Temperature stability: ±1K or better e) Provision for fully automatic measurement in heating/cooling cycles including sample height alignment 5) Micro Area Diffraction Attachment a) Point focusing optics to a spot size less than 0.5 mm diameter b) XY mapping Stage over a sample area of 5cm X 5cm c) Resolution of mapping stage should be 0.5 mm or better. d) Required Mapping Software for the above 6) Powder Data Analysis Software Software suite (minimum 5 licenses) to carry out a) Primary Data Processing and Plotting. b) Phase Identification using ICDD PDF-4+ Database (We have database) c) Profile fitting: crystallite size, strain and crystallinity analysis. d) Unit Cell Refinement to obtain lattice parameters e) Rietveld Refinement along with quantitative phase analysis f) 3D Plotting of crystal structures g) Report Generation 7) Thin Film Data Analysis Software Software required to analyse data collected in the applications mentioned in the thin film analysis attachment (1d). Minimum 5 Licenses. Each software to be quoted separately, unless provided free.

5 C. ESSENTIAL REQUIREMENTES 1) The Vendor must (a) be either the Original Equipment Manufacturer or an Authorized Representative of the same, and (b) certify that they have factory-trained service engineers stationed nearby. 2) The Vendor must have supplied similar system as the quoted one to at least one Indian user (with reference to the Basic Configuration) and should provide a list of such users in India. 3) Calibration Standards (NIST-approved) must be provided for all relevant applications. Vendor must provide: a) factory test report for all stated specs, and b) data quality guarantee on the on-site reproducibility of angular position and intensity ratios with respect to such standard sample for all relevant operational modes. 4) All infrastructural requirements such as room dimensions, total power requirements (inclusive of input voltage and phase) to be clearly stated. 5) Complete installation (including connecting to external chiller), commissioning and on-site training by representative of manufacturer should be included at no extra cost. 6) All parts of the system should be under warranty for minimum 1 year from the date of commissioning. Annual Maintenance contract (AMC) of 5 years subsequent to warranty period should be quoted. 7) Vendor should provide a certificate stating that the radiation doses for the supplied model conforms to international safety standards and regulations for x-radiation exposure. 8) Vendor should provide complete set of hardware and software manuals in soft and hard copy format with system 9) Number of software licenses should remain valid if PC needs replacement / formatting in future without need to buy new licenses.

6 (Deemed University) HOMI BHABHA ROAD, COLABA, MUMBAI (PURCHASE SECTION) Terms and Conditions 1. PART A (Technical Bid) consisting of Technical Bid & Commercial Terms and PART B (Financial Bid) consisting of only Price shall be submitted in separate sealed envelopes duly superscribed with the tender enquiry number, and the due date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai The envelopes should be clearly marked on top as either PART A or PART B. The two sealed covers should be further put in a master cover superscribed with the Tender Enquiry No., Due Date in bold letters, addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai The sealed master envelop has to be delivered by hand/courier at the security Gate Officer of TIFR on or before hrs on the due date specified. The technical bid will be opened in the presence of attending tenderers at hrs on the due date at Purchase Section, TIFR Mumbai. Tenders submitted after hrs. on due date will not be considered. 2. In case the PART "A" and Part "B" bids are not sealed in separate envelopes the tender will be rejected. 3. The technical bid should not contain any indication of the price. 4. After scrutiny of Technical Bids, Financial bids of only those bidders who are shortlisted on technical basis will be opened at on later date. The opening date, time and venue will be intimated to the technically successful bidder. 5. After downloading the documents please inform your company details such as name, address, telephone nos., contact person and address etc. by to us. (sgk@tifr.res.in, sheela@tifr.res.in, madhuram@tifr.res.in) to enable us to inform prospective bidder for any corrigendum/changes if any; in the Tender document before due date. 6. Quotations must be valid for a period of 180 days from the due date. 7. Tenders containing correction, overwriting will not be considered. Late or delayed/unsolicited quotations/offers shall not be considered at all. These will be returned to the firms as it is. Post tender revisions/corrections shall also not be considered. 8. Tenderer should sign on all the pages of the technical bid and the price bid. 9. The offer for Import item should indicate separately the price on FOB/Ex-works basis (duly packed airworthy / seaworthy and of international standard ). For local item /supply, offer should be on FOR basis (i.e. total landed cost for delivery at TIFR, Mumbai). TIFR prefer shipment on FOB basis, Supplier therefore quote FOB price specifically. The dimension of the item (viz. H, W, L, weight etc.) shall be specifically stated and also mention whether the mode of shipping the item is Airworthiness / Seaworthiness or both. Accordingly the mode of shipment will be decided by TIFR. 10. If equipment offered is to be imported, arrangements for import will be made by us.

7 11. Tenders who do not comply with any of the condition are liable to be rejected. 12. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever. 13. TIFR reserves the right to place the order for part/reduced quantity than what is specified in the tender. 14. PAYMENT TERMS: 80% payment shall be made through irrevocable L/C on presentation of complete and clear shipping documents and balance 20% of the amount shall be released after the receipt, installation, commissioning, acceptance of the equipment and on submission of "Performance Bank Guarantee" for an amount equivalent to 10% of the Purchase order value. The PBG shall be valid for a period of 60 days beyond the date of warranty period. 15. For Import cases: No Agency commission will be paid as per Govt. of India rules. 16. TIFR is exempted from paying of Custom Duty under the notification No.51/96 dated , Excise Duty under the notification No.10/97 dated , for all procurements/supply meant exclusively for Educational, scientific and research purpose. Whenever the exemption certificate not honored by the authorities, the applicable duty will have to be paid. Hence Excise & Custom duties, if any, should be shown separately. 17. SALES TAX: TIFR does not have any exemption/concession on payment of Sales Tax/VAT and we are not authorized to issue any Sales Tax Form C & D 18. The delivery period should be specifically stated and earlier delivery may be preferred. 19. The Supplier shall arrange to ship the ordered materials within the mutually agreed delivery period mentioned in the order unless extended with/without penalty. a. In case of delay in supply on part of the supplier, a per week of order value will be charged for delayed period subject to a maximum of 10% order value. b. If the delay in the shipment of the ordered materials attributable to the supplier exceeds agreed time period from the date of original agreed upon date of shipment and extended with/without penalty, the TIFR, Mumbai shall have the right to cancel the contract / purchase order and recover the liquidated damages from other dues of the party or by legal means. It will also affect the other/future business dealings with such suppliers. c. The same rate of penalty shall be applicable for late installation of the equipment/instrument also. 20. COMMENCEMENT OF WARRANTY PERIOD: The warranty period of an item shall commence from the date of receipt of the item in good working condition and satisfactory installation/commissioning/demonstration at the project site. 21. ANNUAL MAINTENANCE CHARGES: The party must mention in the quotation, the rate/amount of annual maintenance charges, if we opt for maintenance contract after expiry of the warranty period.

8 22. Specifications are basic essence of the product. It must be ensured that the offers must be strictly as per our specifications. At the same time it must be kept in mind that merely copying our specifications in the quotation shall not make the parties eligible for consideration of the quotation. A quotation has to be supported with the printed technical leaflet/literature of the quoted model of the item by the quoting party/manufacturer. 23. OBSERVANCE OF LOCAL LAWS: Wherever applicable (particularly for Local vendors), the vendor / contractor shall comply with all law, statutory rules & regulations etc. The vendor/ contractor shall obtain all necessary permits / approval from the local Governing Body, Police, and other concerned Authorities as may be required under law. The vendor /contractor shall pay all types of taxes, fees, license charges, deposits, duties, tolls, royalty or other charges that may be leviable on account of any the operations connected with the execution of this work/ contract. 24. In case of any interpretational issues arises in this tender, the interpretation/decision of TIFR shall be final and binding on the bidder. 25. It is the responsibility of the vendor to make sure that the system being proposed can be exported to India with TIFR as the end user. All clarificatory documentation must be submitted with the Bid. 26. TIFR reserve the right to ask for or to provide any clarification, changes after the release of this tender. Any changes or clarifications provided by TIFR may be checked at TIFR website ADMINISTRATIVE OFFICER (PURCHASE SECTION) TIFR, MUMBAI