Ministry of Finance and Ministry of Samurdhi Welfare Benefits Board
MINISTRY OF HEALTH & FAMILY WELFARE (Tel.No. 23360481 ...
Transcript of MINISTRY OF HEALTH & FAMILY WELFARE (Tel.No. 23360481 ...
File No-51-08/2015-16/CGHS/MSD GOVERNMENT OF INDIA
MINISTRY OF HEALTH & FAMILY WELFARE
DIRECTORATE GENERAL OF CENTRAL GOVERNMENT HEALTH SCHEME
MEDICAL STORE DEPOT
DIZ Area-II, Udyan Marg, Gole Market, New Delhi.
(Tel.No. 23360481, 23365219. Fax-011-23342124)
Tender No. 2
Sub:- Notice Inviting Tenders for Pathology laboratory equipments for CGHS Labs in Delhi.
For and on behalf of the president of India, sealed quotations are invited in two Bid System
(Technical & Financial Bid separately) for supply of Pathology laboratory equipments (as per Annexure-
VI). The technical specifications of the equipments and relevant section are given in the tender
document.
Bidders qualified on document basis will be required to demonstrate the equipments quoted for
at a date, time & venue to be notified by the CMO (P), MSD before opening of the financial/commercial
bides.
BIDDDING SCHEDULE
The detailed schedule for the same is as follows:-
1. The Price of blank Bid/Tender Document : Nil
2. Date and time of issue of blank Bid/ Tender Document : 07/05/2015 at 15:00 hrs
3. Amount of earnest money deposit per bidder : As per Annexure VI
4. Date, Time & Venue of Pre-Bid Conference : 15/05/2015 at 14:00 hrs
Office of Additional Director CGHS
(MSD), DIZ Area II, Udyan Marg Gole
Market, New Delhi - 110001
5. Last date time & Venue of submission of Bid : 27/05/2015 at 17:30 hrs at above address.
6. Date, time and venue of Tender opening : 28/05/2015 at 11:00 hrs at above address.
Addl. Director CGHS (MSD)
1. Technical Specifications of lab Equipments
BINOCULAR LIGHT MICROSCOPE
A. Body:- Made of rust free aluminum with all critical movements based on a ball bearing and
wire guides ensuring smooth a precise manipulation.
B. Nose Piece:- Quadruple revolving nose piece with position click stop.
C. Eye Piece:- Wide field 10 X (F. N. 20)
D. Optics:- Universal infinity system optics.
E. Objective:- Plan achromatic and anti fungus, parcentred & parfocaled- 4X, 10X, 40X and
100X.
F. Condenser: Abbe type with aperture iris diaphragm NA: 1.25.
G. Stage: Mechanical with right hand low drive 120mm X 132-145 mm with travelling range 76
mm X 30 mm.
H. Observation head: 30-45 degree inclined & inter pupillary adjustment 48-75 mm.
I. Illumination: built in 6V 20W halogen bulb.
J. Focusing: coarse & fine (20 mm and 2.5 μm).
K. Option to attach a mirror unit.
L. Protective aluminum/wooden case.
M. Replacement light bulb should be available.
N. Must include operating instruction immersion oil, dust cover and filter.
O. The manufacturers must provide 2 years onsite warranty.
P. ISO/CE/USFDA Certified.
DIGITAL PHOTO ELECTRIC COLORIMETER
A. Must be a photoelectric digital colorimeter.
B. Filters:- Must have 5 to 8 filters ranging from 400-700 nm with peaks at wavelengths 420,
440, 490, 520, 540, 570, 600 &700nm.
C. Measuring Mode: % of transmission, Absorbance and concentration.
D. Cuvette Capacity-- 1 ml Reagent
E. Light Source – White LED
F. Detector: -- Photodiode
G. Power—230 V +/- 10%
H. The manufacturers must provide one year onsite warranty.
I. ISO/CE/USFDA Certified.
MICROPIPETTE
A. The volume of the pipettes should be clearly shown through the hand grip window.
B. The digits should be completely visible in the display in the display window.
C. Pipettor should have a tip ejector to help eliminate the safety hazards associated with
contamination.
D. The tip cones of pipettor should allow the use of a removable filter as option to prevent liquid
and liquid vapour from entering the pipettor. The filter should not affect the calibration of
pipettor.
E. Pipettor should have thumb button for aspiration and dispensing of the liquid.
F. During aspiration of a liquid, the operating thumb button should be depressed to the first stop
and while dispensing the liquid the thumb button should be first depressed to first stop and
then after a short delay continue to be depressed to second stop so as to ensure accurate
delivery of the liquid.
G. Pipettor’s calibration should be factory checked and certified.
H. A complete repair and calibration service should be provided by the manufacturers as and when
required.
I. Pipettes must be autoclavable.
J. ISO/CE/USFDA Certified.
Fixed volume Micropipette- 10 ul, 20 ul, 500 ul and 1000 ul
Variable volume Micropipette-
I. 5 - 50 ul
II. 20 – 200 ul
III. 50 – 500 ul
IV. 100 – 1000 ul
CENTRIFUGE MACHINE
A. Size: 400X360X300 mm approximate standard
B. Have angle rotor head, 16 tubes.
C. Maximum Speed: 6000 RPM
D. Tube Size: 5 to 15 ml
E. Should have stainless steel body, Step less speed regulator & digital speed indicator.
F. 0-59 minutes digital timer
G. Lid lock
H. The manufacturers must provide one year onsite warranty.
I. ISO/CE/USFDA Certified.
INSTRUCTIONS TO BIDDERS
Part 1:- Called “Technical Bid” Containing:-
(A) Earnest Money
The bidders are required to submit an amount of as per Annexure VI through a Demand Draft payable
in the name of “Pay and Accounts Officer, CGHS New Delhi” as Earnest Money, irrespective of the number
of items bidding for.
(B) Documents establishing Bidders eligibility (Technical Bid)
The Annexure III should be completed & attached outside the envelope containing Technical Bid
documents.
The following documents should be self attested by the Bidder or the authorized signatory of the
bidder/bidders while submitting the documents & tender as mentioned below:
A. Copies of supporting documents in respect of TIN No./VAT No., PAN No. & Service Tax Number (of
proprietor in case of proprietorship firms & of the entity in case of Partnership firms/companies)
issued by the respective authorities.
B. Copies of Income Tax returns for last two Assessment years 2013-14 & 2014-15 &, latest paid challans
of VAT and Service Tax are to be submitted along with the Tender.
C. Copies of the Balance Sheets along with Profit & Loss Statement for the last two financial years (2012-
13 & 2013-14) to establish the turnover of the bidder.
D. Copies of Ownership and control, or, if the Bidder is a partnership firm, joint venture or consortium,
full details of ownership and control of each member thereof. In case of the latter, the authorized
representative should be duly authorized by all the Owners/Partners/Executive Director in writing
andthis document must be submitted along with the Bid documents.
E. Satisfactory performance certificate at least from two Govt./Autonomous organizations in favor of
firm/Bidder should be submitted, duly self attested.
F. Undertaking and Declaration of bidder as per Annexure-1 &IV respectively duly signed.
G. Copy of the Tender document duly signed by the authorized signatory.
H. Copy of Bank details (IFSC/NEFT) for enabling refund of EMD/Performance Security electronically.
I. The Bid is liable to be rejected, if the requisite information/documents have not been furnished as
asked for in Clause 3 part 1 (A & B).
J. No price should be mentioned in Technical Bid otherwise the bid is liable to be rejected.
K. Individual signing the Bid and other documents must specify whether s/he signs as:
i. A sole proprietor of the firm, or constituted attorney of such proprietor.
ii. A partner of the firm, if it is a partnership firm and in this case s/he must have a clear legal
authority to sign, answer and admit to refer disputes to arbitration.
iii. Constituted Attorney/Authorized Signatory, if it is a company.
Note:In case of (ii) above a copy of the Partnership Deed, General Power of Attorney, duly attested
by a notary public and an affidavit to the effect that all the partners admit execution of the
partnership and the General Power of Attorney be furnished.
1. In case of partnership firm, where no authority to refer disputes concerning the business or the
partnership has been conferred on any such partner, the Bid and all other related documents
must be signed by every partner of the firm.
A person signing the Bid form or any documents forming part of the bid on behalf of another, shall be
deemed that he has authority to blind with his acts such other person. If on enquiry, it appears that
the person so signing has no authority to do so, Additional Director (MSD), without prejudice to other
Civil and Criminal remedies may cancel the contract and hold the signatory responsible for all cost
and conveyances arising there from.
Part 2:- Called “Commercial Bid” Which shall contain:-
Rate to be quoted in Performa-Annexure-II
1. PERIOD OF VALIDITY OF BIDS
The bids shall be valid for acceptance for 90 days after the date of bid opening prescribed in the Tender
Documents and shall be further extendable by another 30 days at the request of Additional Director
(MSD)
2. RIGHT TO ACCEPT/REJECT ANY BID:
The Additional Director CGHS (MSD), reserves the right to accept or reject any bid, and to annul the
bidding process and reject any or all the bids at any time without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for
the CGHS’ action. The Additional Director CGHS (MSD) doesn’t pledge himself to accept the Lowest
offering Bid or any Bid and reserves to himself the right of accepting the Bid in whole or any part thereof.
3. PERFORMANCE SECURITY GUARANTEE
The successful bidder will have to furnish a performance Guarantee for an amount of Rs._______ /- (as
specified in the tender document in Annexure-VI)
4. FORFEITURE
The Earnest Money will be forfeited if a Bidder withdraws its tender during the period of bid validity or in
case of a successful Bidder, if the Bidder fails:
i. To sign the contract in accordance with the terms and conditions, and
ii. To furnish Performance security as specified in the terms and conditions.
5. SUBMISSION OF TECHNICAL & PRICE BIDS
The Bidders will submit all the Bid document as prescribed above on or before
_________________(Room No.-102) at Medical Store Depot, DIZ Area, Gole Market, New Delhi, of Bids.
Bids submitted later will not be accepted.
6. PRICING
The prices quoted should be exclusive of CST/VAT as applicable but inclusive of other taxes and freight etc for
supply at Medical Store Depot, Gole Market, New Delhi.
7. OPENING OF BIDS
Technical Bid shall be opened on the date & time stipulated in the bidding schedule above. Price Bids of only
those bidders will be opened who qualify in the Technical Evaluation. Technical Bids shall be opened in
presence of bidders or their authorized representatives who are interested to be present.
8. EVALUATION OF BID: The financial bids will be evaluated by item wise. Bidders or their authorized
representative will be allowed to be present at the time of opening of financial bids.
9. FALL CLAUSE: The tenderer shall quote lowest rate only, and in case they are charging still lower in any other govt. department/ Hospital, this Office shall have the right to award contract at the similar lowest rates only. The tenderer shall furnish a certificate to this effect on all their bills.
10. OFFER OF AWARD/CONTRACT: Award of Offer/CONTRACT will be made to the bidder declared successful in
Technical Evaluation & then bid is found lowest in financial evaluation.
11. TIE BREAKERS IN CASE OF IDENTICAL BIDS If rates are found to be identical for any item/product by more than a firm, preference will be given to firm with highest turnover in last financial year 2014-15.
12. ACCEPTANCE OF OFFER: The successful bidder will be required to give unconditional acceptance of the offer within 7 days of the offer and to furnish a signed contract along with the required performance security. Failure to comply may bad to cancellation of offer and forfeit of EMD.
13. The Firm will not engage sub contractor or transfer the contract.
14. FORCE MAJEURE:
Any failure of omission or commission to carry out the provisions of the contract/Tender by the
Contractor/Supplier shall not give rise to any claim by any party, one against the other, if such
failure of omission or commission arises from an act of God, which shall include all acts of
natural calamities such as fire, flood, earthquake, hurricanes, nay pestilence or from civil strikes,
compliance with any statute and/or regulation by the Government, lockouts, strikes, riots,
embargos or from any political or other reasons beyond the suppliers control including war
(whether declared or not), Civil war or state of insurrection, provided that notice of the
occurrence of such event by either party to the other shall be given within two weeks from the
date of occurrence of such an event which could be attributed to force majeure conditions.
15. The tenderer shall enclose a signed copy of the terms and conditions as stipulated for award of the contract, conveying his acceptance of the same.
16. General Terms & Conditions
a. Bidders/persons authorized for conduct of the business by the owner/proprietors/partners shall sign on all the pages of the tender form. Tenders not so
signed are liable to be rejected. b. If the last day of receipt of tender is declared a holiday, the tender shall be opened on the next
working day at the same time. The Bidders/their authorized representatives may be present at
the time of opening of the Tender.
c. Tenders received after the closing time or without EMD or incomplete in any respect are liable
to be rejected.
d. Conditional tenders/non-compliance of any conditions set in tender document shall render the
bid to be summarily rejected.
e. The bidders should write the name of the Bidder /Firm at the bank of the EMD Demand Draft/
Pay Order. The EMD/ Performance security (i.e. DD/Pay Order) submitted shall be deposited in
the Bank Account of the “PAO CGHS New Delhi.”The Performance security should be valid for a
period covering the warranty period plus six months from the date of finalization of the rates.
f. No interest will be payable on the EMD/Bid Security or the performance security.
g. The Bidders can contact this office for any kind of clarification before the due date of
submission. No alteration/modification will be permitted to the bids after its submission by the
Bidder. No. cutting /overwriting will be permitted.
h. The Bidder should not be black listed from any Ministry/Department of Govt of India.
i. An undertaking as per Annexure I & IV the Price Bid as per Annexure-II is to be furnished by the
Bidder. Annexure III should be the first page of the Technical Bid.
j. The Successful Bidder’s Earnest Money will be discharged upon the Bidder executing the
Contract and furnishing the Performance Security within a week of the receipt of Offer.
Unsuccessful Bidder’s Earnest Money will be discharged/returned within 30 days after the
expiration of the period of tender offer validity prescribed by the CGHS.
k. If the Bidder fails to perform or neglect any of its obligations under the contract, it shall be
lawful for the Deptt. to forfeit the Performance Security furnished by the Bidder .
l. Any change in the ownership pattern of the contracting Bidder will not nullify the provisions of
the Contract. The contract will devolve on the successor owners.
m. The unsuccessful Bidders can claim refund of their EMD/Bid Security once the Tender Process is
over.
n. The Contract will be valid for a period covering the warranty period plus six months from the
date of finalization of the rates.
o. The Deptt. reserves the right to withdraw the tender at any time before its finalization without
assigning any reason.
p. The tender document submitted should be signed by the authorized signatory of the
organization on each page of the documents which should be serially numbered (both technical
and commercial bid). Failure to do so will be treated as non-fulfillment of the tender conditions
and the bid shall be liable for rejection.
17. Arbitration Clause:
(i) In the event of any dispute or difference between the parties hereto, such disputes or differences shall
be resolved amicably by mutual consultation. If such resolution is not possible, then the unresolved
dispute or difference shall be referred to arbitration of the sole arbitrator to be appointed by the
Additional Secretary & Director General. CGHS, Ministry of Health & Family Welfare, on the
recommendation of the Secretary, Department of Legal Affairs (“Law Ministry”), Government of India.
The provisions of Arbitrations and Conciliation Act, 1996 (No. 26 of 1966) 20 shall be applicable to the
arbitration. The venue of such arbitration shall be at New Delhi or any other place, as may be decided by
the arbitrator. The language of arbitration proceedings shall be English. The arbitrator shall make a
reasoned award (the ‘Award’), which shall be final and binding on the parties. The cost of the arbitration
shall be shared equally by the parties to the agreement. However, expenses incurred by each parties in
connection with the preparation, presentation shall be borne by the party itself.
(ii) Pending the submission of and / or decision on a dispute, difference or claim, or until the
arbitral award is published, the party shall continue to perform all of their obligations under this
agreement without prejudice to a final adjustment in accordance with such award.
18. LAWS GOVERNING THE CONTRACT
a. This contract shall be governed by the laws of India.
b. The courts of Delhi only shall have jurisdictions to decide any dispute arising
out of or in respect of the contract.
19. For any doubts, clarifications/objection etc CMO (P) MSD of the Department (Telephone
No. 23360481) can be contacted.
Addl. Director CGHS
Medical Store Depot
TERMS & CONDITIONS OF SUPPLY
1. Performance Security: Successful L1 bidders will be required to give their acceptance of the Offer within a
week. They will also be required to furnish a Performance Security for Rs. ___________/- (as indicated in
Annexure-VI) with Acceptance of the Offer of award of Tender. The EMD/Bid security from the successful
bidder shall be returned after receipt of the Performance Security. The Performance Security may be in the
form of a Bank Guaranty/Draft or Pay Order. The Demand draft/Pay Order should be in the name of “PAO
CGHS New Delhi”. The Bank Guaranty shall be in the name of Addl. Director CGHS (MSD). The Performance
Security should be valid for a period of six months beyond the completion of the contractual obligations by
the Bidder. (Six months beyond the warranty period).
2. The Addl. Director CGHS (Medical Store Depot) reserves the right to vary the Volume of procurement
specified in Annexure VI.
3. TERMS OF DELIVERY
Goods will be supplied to office of Additional Director Medical Store Depot, CGHS in the period stipulated in
the supply order. Delay/non supply within the period will result in penalties on supplier or cancellation of the
supply order.
4. Penalties:
i. For late/non supply: Penalties will be levied for non supply@ 0.5% of the order value for delay up to
one week, @ 2% for delay up to two weeks or part thereof supply and @ 5% of more than two weeks.
The supply order will be cancelled after 5 weeks of delay.
ii. Risk Purchase: In case of delayed/non- supply of goods, the Addl. Director CGHS (MSD) reserves the
right to purchase the ordered good from the open market at risk & cost of the selected Bidder & the
difference in cost of the purchases will be recovered from the pending bills or the Performance Security
of the selected Bidder. This may be in addition to any other action the department may contemplate
against the Bidder for deficiency in services.
5. No advance payment, in any case, would be made to the firm.
6. Inspections: Goods supplied will be subject to inspection by a team constituted for the purpose before acceptance of the supplies & further taking on records before payments.
7. Payments: Payments will be processed within 6 weeks of receipt of goods in full & after satisfactory inspection report.
8. The contractor will not engage sub contractor or transfer the contract. In case the firm/company is taken
over another company the contract will dissolve on Successor Company.
9. As undertakings of compliance, as per Annexure-I, stating that all details contained in the tender has been
clearly understood any would be complied with.
Additional Director (MSD)
Annexure-1
UNDERTAKING
I/we_______________________________________________________, Proprietor/Partner/Director of M/s
_______________________________________________hereby declare that the information given in this Tender
form is true & correct to the best of my/our knowledge & belief.
I/we agree to all the Terms & Conditions of the contract and to abide by them for one year after finalization of the
contract & during its currency.
Signature/s:___________________
Name of the Bidder/S:___________________________
Designation:_______________________
Address:_______________________________
______________________________________
_______________________________________
Tel no. (Office):___________________________
Mobile No.______________________
Email:__________________________
Dated:________________
Annexure-II
PRICE BID FOR LAB EQUIPMENTS
Signature:___________________
Name of the Bidder/s:___________________________
Designation:_________________________
Address:____________________________
S. No. Name of Equipments Unit pack Rate per unit (Exclusive VAT but inclusive all other charges/taxes/duty/cartage/warranty )
1. BINOCULAR LIGHT MICROSCOPE Per piece
2. DIGITAL PHOTO ELECTRIC COLORIMETR Per piece
3. CENTRIFUGE MACHINE Per piece
4.(A) MICROPIPETTE FIXED 10 ul/20 ul/500 ul/1000 ul Average Price Per piece
4. (B) MICROPIPETTE VARIABLE (5-50 ul)/(20-200 ul) /(50-500 ul)/(100-1000 ul)
Average Price Per piece
EMD Details: Amount, Bank Name, DD No., Date
Annexure-III
Check List
(To be submitted with Tender Envelope, not inside the envelope. Please mention the page no. of each document submitted)
S. No. Contents Page No. 1. 1. Name, address & Tele No. of the firm :
E-mail :
2.
2. Name of authorized person
3.
3. Registration No. of Bidder
4.
4. PAN No.
5.
5. VAT/TIN No.
6.
6. Service Tax Number
7.
Experience (enclose performance certificates & Copies of the supply orders in last 2 years)
8.
Details of Bid Security
9.
Undertaking
10.
Annexure IV duly signed
11.
Copy of the Ownership type of the Bidder (Sole/Partnership/Coy) (copy of Registration & Form 32 in case of companies)
12. Copies of the Income tax Returns of The entity for AYs (2013-14& 2014-15)
13.
Copies of latest VAT Paid Challan
14.
Copies of latest Service Tax Paid Challan
15. Authorization from all the owners/Partners/directors in case the tender signed by another person of their behalf (if applicable)
Certified that each & every page of the tender/attached document are serially numbered & signed by me.
Signature:___________________
Name of the Bidder/s:___________________________
Designation:_________________________
Address:____________________________
Annexure-IV
Declaration of Bidder
From:
Complete address of the bidder
With Phone/Fax, Mobile No.& E-mail Address
To:
Additional Director (MSD)
Dear Sir,
1. I/we hereby accept Bid at the rate given in Price Bid attached and agree to hold this offer open till for one year
from award of contract. I/We shall be bound by a communication of acceptance dispatched within the
prescribed time.
2. I/We have understood the Instructions to the Bidders and Conditions of Contract and fully accept them.
3. My/Our firm has not been convicted by any Ministry or Government Department and no case is pending with
any such department or the Court of law.
Signature of Witness Signature of Bidder
Name: Name:
Address: Address:
Date…………………………. Date…………………………
Annexure-V
PERFORMANCE SECURITY FORM (PSF) (For an amount equivalent to 10% of the expected business)
To,
The President of India
Through Additional Director (MSD)
Gole Market, New Delhi.
WHEREAS______________________________________(Name of successful bidder) hereinafter called “Successful
Bidder” has undertaken, service Contract No._________________dated, _________ 2015 to
_______________(Description of Services) hereinafter called “the Contract” in pursuance of Tender Document dated
_______________issued by ______________.
AND WHEREAS it is one of the terms of the tender document that the successful bidder has to submit a performance
bank guarantee by a scheduled bank for entering into a contract.
AND WHEREAS it has been stipulated by you in the said contract that the successful bidder shall furnish you with a
bank guarantee by a scheduled bank for the sum specified therein as security for the compliance with the successful
bidder’s performance obligations in accordance with the contract.
AND WHEREAS we have agreed to give guarantee for the successful bidder.
THEREFORE WE hereby affirm that we are guarantors and responsible to you up to a total sum of
Rs._________(Rupees________________________________only) and we undertake to immediately pay you, upon
your first written demand declaring the successful bidder to be in default under the contract and without demur cavil
or argument, any sum or sums within the amount as aforesaid, without your needing to prove or to show the
grounds or reasons for your demand or the sum specified therein.
A letter from your office that the successful bidder has committed default in the due and faithful performance of all
or any of its obligations under and in accordance with the contract shall be conclusive, final and binding on us. We
further agree that you shall be the sole judge as to whether the successful bidder is in default in due and faithful
performance of its obligations under the contract and your decision that he is in default shall be final and binding on
us, notwithstanding any differences between you and successful bidder or any disputes between you and him
pending before an Arbitrator or any other court or tribunal or authority.
In order to give effect to this guarantee you shall be entitled to act as if we are the principal debtor and any change
in our constitution or that of successful bidder shall not, in any way, or manner affect our liability or obligation under
this guarantee.
You shall have liberty, without affecting in any manner our liability under this guarantee, to very at any time, the
terms and conditions of the contract or to extend the time or period for compliance or to postpone for any time the
exercise of any of your rights or enforce or forebear from enforcing any of the terms and conditions of the contract
and we shall not be released from our liability or obligation under this guarantee by any exercise of such liberty by
you or other forbearance, indulgence, act or omission on your part.
We undertake not to revoke this guarantee during its currency.
Any notice by way of request, demand or otherwise hereunder may be sent by post addressed to us at above
referred branch, which shall be deemed to have been duly authorized to receive such notice, when given by post, it
shall be sufficient to prove that the envelope was so posted shall be conclusive.
This guarantee shall come into force with immediate effect and shall remain in force and effect for a period of six
months beyond the validity of the contract or until it is released by you pursuant to the provisions of the contract.
Signed and sealed this day of 2015 at
SIGNED, SEALED AND DELIVERED
For and on behalf of (Name of the bank)
By:
(Signature)
(Name: )
(Designation: )
(Address: )
Annexure-VI
BID FOR LAB EQUIPMENTS
S. No.
Name of Equipments Unit pack Estimated quantity of procurement
EMD (Rs)
Performance Security (Rs)
1. BINOCULAR LIGHT MICROSCOPE Per piece 11 nos 15,000/-
25,000/-
2. DIGITAL PHOTO ELECTRIC COLORIMETR Per piece 08nos 5,000/-
10,000/-
3. CENTRIFUGE MACHINE Per piece 06 nos 5,000/- 15,000/-
4.(A) MICROPIPETTE FIXED 10 ul Per piece 05 nos 10,000/-
10,000/- MICROPIPETTE FIXED 20 ul Per piece 02 nos
MICROPIPETTE FIXED 500 ul Per piece 01 nos
MICROPIPETTE FIXED 1000 ul Per piece 03 nos
4.(B) MICROPIPETTE VARIABLE (5-50 ul) Per piece 12 nos 10,000/- MICROPIPETTE VARIABLE (20-200 ul) Per piece 02 nos
MICROPIPETTE VARIABLE (50-500 ul) Per piece 03 nos
MICROPIPETTE VARIABLE (100-1000 ul) Per piece 07 nos